Mobile BTS Vehicle - Nepal Telecom
Mobile BTS Vehicle - Nepal Telecom
Mobile BTS Vehicle - Nepal Telecom
You also want an ePaper? Increase the reach of your titles
YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.
<strong>Nepal</strong> <strong>Telecom</strong><br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Tender No. NDCL/26/066-67<br />
for<br />
Supply and Delivery<br />
of<br />
<strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
July, 2010<br />
Material Management Dept. TEL : 977-1-4227878<br />
Central Office, P.O. Box 5406 FAX : 977-1-4227260<br />
Doorsanchar Bhawan, Bhadrakali Plaza, P.O. Box No. - 5406<br />
Kathmandu,<br />
E-mail: ntc.mmd@ntc.net.np<br />
<strong>Nepal</strong>.<br />
Website: http://www.ntc.net.np
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Table of Content<br />
S.<br />
N. Section Description<br />
Page<br />
No.<br />
Commercial Specifications<br />
1 I Important Notice to Bidders (INB) 1<br />
2 II Invitation for Bids (IFB) 3<br />
3 III Instructions to Bidders (ITB) 5<br />
4 IV Conditions of Contract (COC) 19<br />
5 V Sample Forms<br />
Bid Form (Sample Form No. - 1) 33<br />
Bid Security Form (Sample Form No. - 2) 34<br />
Manufacturer's Authorization Letter (Sample Form No.-3) 35<br />
Performance Security Form (Sample Form No. - 4) 36<br />
Bank Guarantee for Advance Payment Form (Sample Form No. - 5) 37<br />
Schedule of Requirement<br />
6 VI Schedule of Requirements 38<br />
7 VII Price Schedule and Quantity Thereof 41<br />
Technical Specifications<br />
8 VIII Technical Specifications 48<br />
9 Annex – I <strong>Telecom</strong> Equipments and Accessories to be included in a <strong>Mobile</strong> 80<br />
<strong>BTS</strong> <strong>Vehicle</strong><br />
10 Annex – II Dimensions of the Equipment and Accessories as per NT's<br />
83<br />
Requirement<br />
11 Annex – III <strong>Nepal</strong> <strong>Telecom</strong>'s Licensed band for wireless Service & traffic 85<br />
model<br />
12 Annex – IV 1.8 m KU band setellite antenna, mounting system and microwave 86<br />
antenna<br />
13 Annex – V List of Tools for tool box 87<br />
14 Annex – A List of Banks 88<br />
15 Annex – B List of Bid Openning Documents 89<br />
16 Annex – C Supply Record 90<br />
17 Annex – D Satisfactory Performance Certificate 91<br />
Tender No. NDCL/26/066-67 for Supply and Delivery <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page i
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Section I: Important Notice to Bidders (INB)<br />
The Bid prepared by the Bidder, and all correspondence and documents relating to the Bid exchange by<br />
the Bidder and Purchaser, shall be written in English Language.<br />
Part A<br />
Bidders are requested to study the tender document carefully. Absence of any of the following<br />
document will result in the rejection of the Bid.<br />
(a) A clause by clause comments on Conditions of Contract and Technical Specifications.<br />
(b) All the pages containing Conditions of Contract and Technical Compliance Statement shall be signed<br />
and stamped with official seal by the bidder (Authorized Person).<br />
(c) Detailed technical description and the performance characteristics of all the offered equipment shall<br />
be included along with the bid document.<br />
(d) Bidders Eligibility, Field proven-ness and Supply records of the offered equipment as specified in<br />
Clause No. – 16 of Section III: Instructions to Bidders (ITB).<br />
All documents supporting as evidence for the clauses of eligibility of products shall be Authentic<br />
Documents (true copy of certificates with the letter head of the issuing authority duly signed with date<br />
by the authorized person, stamped with official seal and with name, designation of the signatory in the<br />
letter) regarding Bidder’s/Manufacturer’s experience and field proven-ness of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> as<br />
mentioned in the Clause No. – 16 of Section III: Instructions to Bidders (ITB) and attested by Notary<br />
Public. Attestation shall be in English Language<br />
(e) Quality Assurance Certificate ISO 9000 and ISO 14000 Series Certificates relating to the manufacturing<br />
of the offered <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>.<br />
(f) Equipment Dimensioning Rule and calculations as per requirements specified in Technical<br />
Specification (where applicable).<br />
Part B<br />
The Original Copies of the following documents shall be submitted by the bidders for bid opening<br />
purpose, without which the bid shall be rejected.<br />
(a)<br />
Bid Form duly signed with date by the authorized person and stamped with official seal as per Sample<br />
Form No. - 1 “Bid Form” of Section V enclosed in the bid document.<br />
(b) Bid Security furnished in accordance with Clause No. – 7 of Section III: Instructions to Bidders (ITB)<br />
and as per Sample Form No. - 2 “Bid Security Form” of Section V enclosed in the bid document.<br />
(c)<br />
Price Schedule duly signed with date by the Authorized Person and stamped with official seal in<br />
accordance with Section VII: Price Schedule and Quantity Thereof for <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>.<br />
(d) Manufacturer's Authorization Letter as specified in Clause No. – 16 of Section III: Instructions to<br />
Bidders (ITB) and certificates on proof of being the manufacturer for the offered goods in the form of<br />
Registrations certificates attested by Notary Public.<br />
(e)<br />
(f)<br />
Consortium agreement signed by all consortium members. (if Applicable)<br />
Back to Back agreement with O&M manufacturer of Offered Goods. (if Applicable)<br />
(g) The Power of Attorney and signature specimen of the Authorized Person in a separate sheet shall be<br />
submitted along with the Bid.<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 1 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Part C<br />
In order to simplify the process of Bid opening and also to economize the time consumed during the<br />
Bid opening, the Bidders are required to submit the above documents mentioned in Part -B in a<br />
separate sealed envelope marked as "DOCUMENT FOR BID OPENING". Otherwise, the Bidder<br />
shall be fully responsible for the probable consequences that may result therein after.<br />
Important Conditions of Contract (COC)<br />
(a)<br />
Part D<br />
The Bidder shall Fully comply with the clauses related to Delivery (Clause No. 5) and Warranty<br />
(Clause No. 6) of Section IV: Conditions of Contract (COC).<br />
(b) The bid shall be rejected if the bidder fails to comply with Payment Terms as per clause No. 7 of<br />
Section IV: COC.<br />
(c) The bid shall be rejected if the bidder fails to comply with Performance Security as per Clause No. - 4<br />
of Section IV: COC.<br />
(d) The bid shall be rejected if the bidder fails to comply with Taxes and Duties as per Clause No. - 11 of<br />
Section IV: Conditions of Contract.<br />
(e)<br />
Bid with any deviation in the major clauses marked with asterisk (*), shall be rejected.<br />
Technical Compliance Statement<br />
Part E<br />
In order to assist the evaluation process, the bidders shall mention the relevant Clause No., Page No.,<br />
Chapter/Section/Volume of the offered bid document and/or the brochure and catalogue, wherever<br />
applicable, for the purpose of verification of their technical compliance statement.<br />
The bidders are also requested to furnish signed and sealed list of all the documents as per Annex B: List of<br />
Bid Openning Documents and documents to prove the Bidder's / Manufacturer's eligibility as per clause<br />
no. 16.2 of Section III: Instruction to Bidders (ITB) along with the bid opening document.<br />
End of Section I: Important Notice to Bidders (INB)<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 2 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Section II: Invitation for Bids (IFB)<br />
Date: July__ , 2010<br />
Tender No. NDCL/26/066-67<br />
1. <strong>Nepal</strong> <strong>Telecom</strong> (<strong>Nepal</strong> Doorsanchar Company Limited) has been providing various telecom services to<br />
its customers using different networks- PSTN, GSM/WCDMA, CDMA/IPCDMA, Internet and<br />
broadband networks.<br />
<strong>Nepal</strong> <strong>Telecom</strong> (<strong>Nepal</strong> Doorsanchar Company Limited) invites sealed bids for the Tender No.<br />
NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>. The Bidders, who meets the<br />
eligibility criteria mentioned in the Clause No 16 of Section III: Instruction to Bidders can participate in<br />
this Tender. The evaluation shall be performed in three stages i.e. Preliminary Examination, Detail<br />
examination and Financial Evaluation. Responsiveness of the bids shall be determined after the<br />
Preliminary and Detail Evaluation of the Bids. Financial Evaluation determines ranking of the bids<br />
based on the evaluated price.<br />
2. Interested bidders may obtain further information from the office of:<br />
<strong>Nepal</strong> <strong>Telecom</strong> (<strong>Nepal</strong> Doorsanchar Company Limited),<br />
Material Management Department,<br />
Central Office, Doorsanchar Bhawan,<br />
Bhadrakali Plaza, Kathmandu, <strong>Nepal</strong>.<br />
Tel. No. : 977 1 4210309<br />
Fax No. : 977 1 4227260<br />
E-mail : ntc.mmd@ntc.net.np<br />
Website : http://www.ntc.net.np<br />
3. A complete set of bidding documents may be purchased by any interested bidder on the submission of a<br />
written application to the above and upon payment of a non-refundable fee of NRs. 40,000.00<br />
(<strong>Nepal</strong>ese Rupees: Forty Thousand only) or US$ 540.00 (US Dollars: Five Hundred Forty only) or<br />
Euro 445.00 (Euro: Four Hundred Forty Fiver only).<br />
If interested bidder wishes to collect the document by courier service, additional US$ 70.00 (US<br />
Dollars: Seventy only) or Euro 60.00 (Euro Sixty only) or NRs. 6,000.00 (<strong>Nepal</strong>ese Rupees: Six<br />
thousand only) will be charged to the bidder.<br />
4. Bids must be accompanied by a Bid Security of US$ 125,000.00 (In words: United States Dollars: One<br />
Hundred Twenty Five Thousand only) or Euro 102,000.00 (In words: Euro: One Hundred Two Thousand<br />
only) or NRs. 9,250,000.00 (In words: <strong>Nepal</strong>ese Rupees: Nine Million Two Hundred Fifty Thousand<br />
only).<br />
5. The Bid Security must be furnished or counter guaranteed by one of the banks listed in Annex A: List<br />
of the Approved Banks by <strong>Nepal</strong> <strong>Telecom</strong>.<br />
The Bidder may submit the Bid Security issued or counter guaranteed by the bank not listed in<br />
Annex A with the <strong>Nepal</strong> <strong>Telecom</strong>'s prior written consent. In such a case, Bidder shall make a request to<br />
accept the bank other than listed above, fifteen (15) days prior to the deadline for the submission of<br />
bids. However, <strong>Nepal</strong> <strong>Telecom</strong> reserves the right to accept or reject the bidder's request without thereby<br />
incurring any liability to the affected bidder or any obligation to inform or explain the affected bidder<br />
of th grounds for <strong>Nepal</strong> <strong>Telecom</strong>'s action.<br />
6. If bidder wishes to submit the Bid Security in the form of cash, the cash should be deposited in Deposit<br />
Account of <strong>Nepal</strong> <strong>Telecom</strong> and submit the receipt of the deposited amount of cash along with the bid.<br />
Name of the bank and account number shall be provided as per the request of the potential bidder.<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 3 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
7. Bid documents will be available in soft copy (in CD) as well as in hard copy. The offer shall also be<br />
provided in the hard copy (documentation form) as well as in the form of soft copy in CD (in Word,<br />
Excel and PDF Format). Soft copy will be used for the easiness of bid preparation and for the easiness<br />
of bid evaluation only. In case of discrepancy between the two, the hard copy shall prevail.<br />
End of Section II: Invitation for Bids (IFB)<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 4 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
1. Cost of Bidding<br />
Section III: Instructions To Bidders (ITB)<br />
The Bidder shall bear all cost associated with the preparation and submission of its bid, and the <strong>Nepal</strong><br />
<strong>Telecom</strong> will in no case be responsible or liable for those costs, regardless of the conduct or outcome of<br />
the bidding process.<br />
2. Bidding Document<br />
2.1 The goods/ services required, bidding procedures and conditions of contract are prescribed in the<br />
bidding documents. In addition to the Invitation for Bids, the bidding document shall include:<br />
(a) Instruction to Bidders (ITB)<br />
(b) Conditions of Contract (COC)<br />
(c) Schedule of Requirements (SOR)<br />
(d) Technical Specifications<br />
(e) Bid Form and Price Schedule<br />
(f) Bid Security Form<br />
(g) Contract Form<br />
(h) Performance Security Form<br />
(i) Manufacturer’s Authorization Letter<br />
(j) Addendum/Calrifications issued in accordance with Clause No. 3, if any.<br />
The Bidder is required to examine all instructions, commercial terms and conditions, forms, technical<br />
specifications, schedule of requirements etc. as included in the bidding document. Failure to furnish all<br />
information as required by the bidding documents or submission of an incomplete and/ or partially<br />
quoted bid will remain at the bidder’s risk and may result in the rejection of its bid.<br />
The bidder shall be duly authorized by the producer or manufacturer of the goods to supply the goods<br />
in <strong>Nepal</strong>, in case the bidder did not manufacture or otherwise produce it.<br />
3. Clarification of Bidding Documents<br />
3.1 A prospective bidder requiring any clarification of the bidding documents may notify the <strong>Nepal</strong><br />
<strong>Telecom</strong> in writing at the mailing address indicated in the invitation for bids. The <strong>Nepal</strong><br />
<strong>Telecom</strong> will respond in writing to any request for clarification of the bidding documents<br />
received not later than fifteen (15) days prior to the deadline for the submission of bids. Written<br />
copies of the <strong>Nepal</strong> <strong>Telecom</strong>'s response (including an explanation of the query but without<br />
identifying the source of the inquiry) will be sent to all prospective bidders who have purchased<br />
the bidding document.<br />
3.2 Pre-Bid Conference<br />
<strong>Nepal</strong> <strong>Telecom</strong> shall conduct Pre-Bid Conference in order to clarify issues and queries raised by<br />
bidders. The Pre-Bid Conference shall be held twenty (20) days prior to the deadline for the<br />
submission of bids. The bidders who have purchased the original bid document shall be eligible<br />
to participate in Pre-Bid Conference. The number of the participants from each bidder<br />
organization shall not exceed four (4). Exact date, venue and time of Pre-Bid Conference shall<br />
be notified to bidders at appropriate time.<br />
4. Amendment of Bidding Document<br />
4.1 The <strong>Nepal</strong> <strong>Telecom</strong>, may, for any reason, whether at its own initiative or in response to a<br />
clarification requested by a prospective bidder, may issue clarification and corrections seven (7)<br />
days prior to the deadline for the submission of bids without affecting the condition and<br />
specifications.<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 5 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
4.2 Such clarifications and corrections will be notified in writing to all prospective bidders who have<br />
purchased the bidding documents. Inclusion of such clarification and corrections will be binding on<br />
them.<br />
4.3 In order to provide bidders reasonable time in which to take the amendment into account in<br />
preparing their bids, the <strong>Nepal</strong> <strong>Telecom</strong> may at its discretion extend the deadline for submission of<br />
bids.<br />
5. Composition of Bid Document<br />
The bid documents shall comprise documents and forms duly filled with date and signed by Authorized<br />
Person as mentioned in the Section I: ‘Important Notice to Bidders’.<br />
5.1 Submission of the following documents and forms along with bid document are mandatory, without<br />
which, the bid shall be rejected.<br />
(a)<br />
(b)<br />
(c)<br />
(d)<br />
(e)<br />
(f)<br />
(g)<br />
(h)<br />
(i)<br />
(j)<br />
Bid Form (Sample form No. - 1) in accordance with Section V: Sample Forms; duly filled<br />
with date and signed by Authorized Person.<br />
Bid Security furnished in accordance with Clause No. - 7 of Section III: Instructions to<br />
Bidders (ITB) and the Bid Security Form (Sample form No. - 2) duly filled with date and<br />
signed by Authorized Person.<br />
Price Schedule in accordance with Section VII and Clause No. – 6 of Section III:<br />
Instructions to Bidders (ITB) duly filled with date and signed by authorized person.<br />
Manufacturer's Authorization Letter (as per Sample form No. - 3 of Section V) if the<br />
Bidder is not a manufacturer of the offered goods/ items and certificates on proof of being<br />
manufacturer of the offered products. (Please refer to Clause No. - d: Part-B of Section I:<br />
Important Notice to Bidders.)<br />
The Power of Attorney and Signature specimen of the Authorized Person in a separate<br />
sheet shall be submitted along with the Bid. (Please refer to Clause No. – g of Part-A and<br />
Part-B of Section I: Important Notice to Bidders.)<br />
A clause by clause comments on Conditions of Contract and Technical Specification.<br />
(Please refer to Clause No. - a.: Part-A and Part-E of Section I: Important Notice to Bidders.)<br />
Bidders Eligibility, Equipment Field Proven-ness and Supply records of the offered<br />
<strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>. (Please refer to Clause No. – 16.1 & 16.3 of Section III: Instructions to<br />
Bidders)<br />
All documents supporting as evidence for the clauses of eligibility of products shall be<br />
Authentic Documents (true copy of certificates with the letter head of the issuing authority<br />
duly signed with date by the authorized person, stamped with official seal and with name,<br />
designation of the signatory in the letter) regarding Bidder’s/Manufacturer’s experience and<br />
field proven-ness of offered <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> as mentioned in the Clause No. – 16 of<br />
Section III: Instructions to Bidders (ITB). All the submitted certificates shall be attested by<br />
Notary Public and attestation shall be in English Language.<br />
All pages containing Conditions of Contract and Technical Compliance Statement shall be<br />
signed by the Bidder (Authorized Person) and stamped with official seal.<br />
Consortium agreement among the bidder and key manufacturers of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> (if<br />
Applicable).<br />
Teaming with back to back agreement document between the bidder and each of the<br />
technology partners, manufacturer participating in the bid (if Applicable).<br />
5.2 The Bidder shall submit the above documents from (a) to (e) in 3 rd envelope sealed and marked as<br />
“Document for bid Opening” and remaining documents shall be enclosed in 1 st envelope<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 6 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
“Original” and 2 nd envelope “Copy” as mentioned in Clause No – 9: of Section III : Instructions<br />
to Bidders.<br />
5.3 Compliance Statements to Commercial and Technical Requirement<br />
5.3.1 In the offer, the Bidder shall include clause by clause statement and sufficient<br />
documentation such that the <strong>Nepal</strong> <strong>Telecom</strong> can validate the compliance statements. In the<br />
statement of compliance, the bidder shall state:-<br />
a. “Fully Compliant" if systems and functions offered fully meet the tender requirement.<br />
b. “Partially Compliant” if the systems and functions offered meets the requirement<br />
partially. The bidder shall state the reason why the offer is partially compliant.<br />
However, if the bidder is able to fulfill the specified requirement later, the time schedule<br />
for this shall be stated. In such cases, the bidder shall clearly mention the extent to<br />
which other requirements or specifications are affected.<br />
c. “Non Compliant” if the systems and functions can not meet the requirements. The<br />
bidder shall also state reasons for it.<br />
d. Compliance statements such as ‘Agreed’, ‘Noted’, ‘OK’, Tick mark, Do (”) and<br />
‘Understood’ etc. shall not be acceptable and shall be considered “Non Compliant”<br />
Bidders shall mention, along with the compliance statement, the relevant Clause No., Page<br />
No., Chapter/Section/Volume of the offered bid document and/or the brochure and<br />
catalogue, wherever applicable, for the purpose of verification of their commercial and<br />
technical compliance statement.<br />
5.3.2 In case of absence or unclear statements of compliance for any specified requirement, the<br />
<strong>Nepal</strong> <strong>Telecom</strong> will interpret that particular requirement as being "Non Compliant ".<br />
5.3.3 If the bidder has stated ‘fully compliant’ against technical clauses with comments resulting<br />
in material deviation, such statement shall be considered as "Non Compliant ".<br />
5.3.4 If the bidder has stated partially or non compliant to some of the clauses, the successful<br />
bidder shall provision for all such requirements with alternative solutions and<br />
customizations and make the bid fully compliant to all NT requirements at the time of<br />
negotiation.<br />
6. Bid Price and Bid Currency<br />
The bidder shall quote the unit prices and total bid prices of the goods it proposes to supply under the<br />
contract on the appropriate price schedule attached to this document.<br />
6.1 The prices shall be quoted in US Dollars or in EURO on CIF <strong>Nepal</strong> Border and total price of<br />
Inland Delivery to final destination in <strong>Nepal</strong>ese Rupees basis if applicable. For this purpose,<br />
“<strong>Nepal</strong> Border” means India/<strong>Nepal</strong> border of Jogbani/Biratnagar, Raxaul/Birgunj,<br />
Sunauli/Bhairahawa, Rupaidiya/<strong>Nepal</strong>gunj, Gaurifanta/Dhangadhi and China/<strong>Nepal</strong> border of<br />
Zhangmu (Khasa)/Tatopani. The prices shall be exclusive of taxes/duties such as VAT, Local<br />
Development Tax, Custom Duties, and Security Tax etc. applicable at the port of entry in <strong>Nepal</strong>.<br />
6.2 The Bidder shall be responsible to pay withholding tax (TDS – Tax Deduction at Source) as per<br />
the Income tax law of government of <strong>Nepal</strong> applicable at the time of the payment.<br />
6.3 The Bidders from <strong>Nepal</strong> shall quote in <strong>Nepal</strong>ese currency on CIP <strong>Nepal</strong> <strong>Telecom</strong>'s respective<br />
stores basis and payments will be made accordingly. This price shall be inclusive of taxes/duties<br />
such as VAT, Local Development Tax, Custom Duties, and Security Tax etc. applicable in <strong>Nepal</strong>.<br />
Such Bidder must submit up to date firm / company registration cerificate and tax clearance<br />
certificate from Government of <strong>Nepal</strong>.<br />
6.4 The Bidder from outside <strong>Nepal</strong>, if wishes to supply goods with <strong>Nepal</strong> as country of origin or<br />
wishes to quote in <strong>Nepal</strong>ese currency fully or partially, shall quote in <strong>Nepal</strong>ese currency. This<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 7 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
price shall be inclusive of taxes/duties such as VAT, Local Development Tax, Custom Duties, and<br />
Security Tax etc. applicable in <strong>Nepal</strong>. Such Bidder must submit Tax Invoice with VAT number.<br />
6.5 If the Supplier who has quoted the price in foreign currency wishes to receive the payment in<br />
<strong>Nepal</strong>ese currency, the exchange rate applicable for such conversation shall be as per the<br />
exchange rate of the Bid Opening Date.<br />
6.6 In case of <strong>Nepal</strong>ese companies bidding on behalf of a Principal Manufacturer / Bidder (other than<br />
<strong>Nepal</strong>ese Manufacturer / Bidder), the <strong>Nepal</strong>ese Bidder:<br />
1. Shall furnish authenticated document showing the Bidder (<strong>Nepal</strong>ese Company) has been<br />
authorized to submit a Bid, and subsequently negotiate and sign the contract.<br />
2. Shall quote the prices as stated in clause no.-6.1 of Section III: Instructions To Bidders<br />
(ITB).<br />
3. Shall submit Power of Attorney to submit and sign the Bid offer (if applicable).<br />
4. The <strong>Nepal</strong>ese Bidder furnishing the Bid Security on behalf of the Principle<br />
Manufacturer/Bidder shall preferably state the Bidder’s name as “M/S____ (Name of<br />
Bidder) bidding on behalf of M/S_____ (Name of Principal Manufacturer/Bidder)”. The<br />
name and address of principal company must be mentioned in the bid and the payments will<br />
be made accordingly to the principal company or the foreign company (not to the <strong>Nepal</strong>ese<br />
Company).<br />
5. <strong>Nepal</strong> <strong>Telecom</strong> shall open L/C in the name of Principle Manufacturer/Bidder and payment<br />
shall be made to the Principal Manufacturer/Bidder only after deducting TDS (Tax<br />
Deduction at Source) applicable at the time of payment as per Income Tax law of <strong>Nepal</strong>.<br />
6.7 The prices shall be fixed and will not be subjected to any variation<br />
6.8 The unit price of all goods, services and inland transportation (if applicable) shall be quoted in<br />
Section VII: Price Schedule and Quantity Thereof for offered items. In column related to price in<br />
Price Schedule, except monetary value, Bidder shall not qoute any other text such as "Included<br />
Above", "Not Applicable", "Not Available", "Free of Cost" etc.<br />
6.9 “Discount” and “Free of Cost” goods, services, delivery etc, if any, offered by the Bidders shall<br />
not be considered. Therefore, Bidders desiring to offer discount or Free of Cost goods, services,<br />
delivery etc. shall modify their offers suitably while quoting and shall quote clearly net price<br />
taking all such factors like discount, free of cost etc. into account.<br />
6.10 The quoted unit prices of all the spares shall remain valid until two (2) years from the date of<br />
completion of Warranty Period as mentioned in the Clause No. 6 of Section IV: COC and<br />
applicable in all subsequent purchases on later dates within or after the warranty period.<br />
6.11 Unit Prices of the offered goods, services and inland transportation in all lots, phases and<br />
packages shall be same.<br />
6.12 The terms FOB,CIF, CIP, etc., shall be governed by the rules prescribed in the current edition of<br />
INCOTERMS published by the International Chamber of Commerce, Paris.<br />
Any bid not submitted as per the Clause No. - 6.1 - 6.7 shall be rejected.<br />
7. Bid Security<br />
7.1 Pursuant to clause No. - 4 of Section II, the bidder shall furnish, as part of its bid, Bid Security of<br />
of US$ 125,000.00 (In words: United States Dollars: One Hundred Twenty Five Thousand only) or<br />
Euro 102,000.00 (In words: Euro: One Hundred Two Thousand only) or NRs. 9,250,000.00 (In<br />
words: <strong>Nepal</strong>ese Rupees: Nine Million Two Hundred Fifty Thousand only).<br />
The bid security must be furnished or counter guaranteed by one of the <strong>Nepal</strong>ese Commercial<br />
Banks as mentioned in Clause No. - 4 of Section II: Invitation for Bid.<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 8 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
If bidder wishes to submit the Bid Security in the form of cash, the cash should be deposited in<br />
Deposit Account of <strong>Nepal</strong> <strong>Telecom</strong> and submit the receipt of the deposited amount of cash along<br />
with the bid. Name of the bank and account number shall be provided as per the request of the<br />
potential bidder.<br />
7.2 Bid Security shall remain valid up to January 19, 2011.<br />
7.3 Any bid not secured in accordance with clause Nos. 7.1 and 7.2 shall be rejected.<br />
7.4 The bid security is required to protect the <strong>Nepal</strong> <strong>Telecom</strong> against the risk of bidder's nonperformance.<br />
7.5 The Bid Securities of all the bidders will be discharged upon signing of the Contract and after<br />
furnishing the Performance Security by the Successful Bidder, pursuant to Clause No. – 4 of<br />
Section IV: Conditions of Contract (COC).<br />
7.6 The Bid Security shall be forfeited<br />
(a)<br />
(b)<br />
If the Bidder withdraws its bid during the period of bid validity specified by the bidder on<br />
the Bid Form;<br />
OR<br />
If the Bidder, having been notified of the acceptance of its’ bid by the <strong>Nepal</strong> <strong>Telecom</strong> during<br />
the period of bid validity, either fails or refuses to sign the contract agreement within fifteen<br />
(15) days from the date of issuance of Letter of Intent (LOI); or fails or refuses to furnish the<br />
Performance Security in accordance with clause No. - 4 of Section IV: Conditions of<br />
Contract.<br />
7.7 If due to certain reasons, bid submission date is extended, the validity of the Bid Security<br />
shall be extended accordingly without which bid shall be rejected.<br />
8. Period of Validity of Bids<br />
8.1 Bids shall remain valid up to December 20, 2010.<br />
Bids, not valid until the date mentioned above, shall be rejected.<br />
8.2 In exceptional circumstances, the <strong>Nepal</strong> <strong>Telecom</strong> may solicit the Bidder's consent to an extension<br />
of the period of validity. The request and the responses thereto shall be made in writing. The Bid<br />
Security provided under Clause No. - 7 of Section III: ITB shall also be suitably extended. A<br />
Bidder may refuse the request without forfeiting its Bid Security. A Bidder granting the request<br />
will not be required nor permitted to modify its bid.<br />
8.3 If due to certain reasons, bid submission date is extended the validity of the bid shall be<br />
extended accordingly without which bid shall be rejected.<br />
9. Formats, Sealing, Marking and Signing of Bids<br />
9.1 The Bidders are required to submit the bids in three (3) separate envelopes each envelope sealed<br />
properly as follows:<br />
(a)<br />
1st envelope with seal and marked as "Original", shall contain original documents as per<br />
Part - A of Section I: Important Notice to Bidders (INB).<br />
(b) 2nd envelope with seal and marked as "Copy", shall contain copy documents as per Part -<br />
A of Section I: Important Notice to Bidders (INB).<br />
(c)<br />
3rd envelope with seal and marked as "Document for Bid Opening", shall contain original<br />
documents as per Part - B of Section I: Important Notice to Bidders.<br />
In the event of any discrepancy between original and copy document, the original hard copy<br />
document shall prevail.<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 9 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
9.2 The original and the copy or copies of the bid shall be typed or written in indelible ink and shall<br />
be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract.<br />
All pages of the bid, except for un-amended printed literature, shall be initialed by the authorized<br />
person or persons signing the bid. But, the pages containing conditions of contract and technical<br />
compliance statement shall be signed and stamped with official seal by the bidder (authorized<br />
person). Please refer to Clause No. - b: Part-A of Section I : Important Notice to Bidders also.<br />
9.3 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the<br />
authorized person or persons signing the bid. Please refer to Clause No. - b: Part-A of Section I :<br />
Important Notice to Bidder also.<br />
9.4 (a) The inner and outer envelopes shall be addressed to the <strong>Nepal</strong> <strong>Telecom</strong> at the following<br />
address:<br />
<strong>Nepal</strong> <strong>Telecom</strong>,<br />
(<strong>Nepal</strong> Doorsanchar Company Limited),<br />
Material Management Department,<br />
Bhadrakali Plaza, Kathmandu, <strong>Nepal</strong>.<br />
Tel. No. : 977 1 4210309<br />
Fax No. : 977 1 4227260<br />
(b) Bearing “Invitation for Bids Tender No. NDCL/26/066-67 for Supply and Delivery of<br />
<strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>” with all Accessories and the words “Do Not Open Before Opening<br />
Date” i.e. August 20, 2010 and indicate the name and address of the bidder to enable the<br />
bid to be returned unopened in case it is declared “LATE”.<br />
9.5 If the outer envelope is not sealed and marked as required by Clause No. – 9.4, the <strong>Nepal</strong><br />
<strong>Telecom</strong> will assume no responsibility for the bid's misplacement or premature opening of the bid<br />
submitted. The bid thus received will be rejected.<br />
9.6 In order to facilitate evaluation of the bid, the bidder shall provide the complete bidding<br />
documents in hard copy as well as soft copy including Price Schedule, Schedule of Requirements,<br />
Compliance Statements of both Commercial and Technical requirements, other calculations etc.<br />
In case of discrepancy between hard copy and soft copy, hard copy shall prevail.<br />
10. Deadline for Submission of Bids<br />
10.1 Bids must be received by the <strong>Nepal</strong> <strong>Telecom</strong> at the address specified under Clause No. - 9.4 (a)<br />
not later than 11: 45 a.m. on August 20, 2010.<br />
However, if the submission date is declared to be public holiday, the submission date will be<br />
postponed for the next working day at the said time.<br />
10.2 <strong>Nepal</strong> <strong>Telecom</strong> may, at its discretion, extend this deadline for the submission of bids by amending<br />
the bidding documents at any time prior to opening date of the Bid.<br />
11. Modification, and Withdrawal of Bids<br />
11.1 The Bidder may modify or withdraw its Bid after the Bid's submission, provided that written<br />
notice of the modification or substiturion or withdrawal is received by the Purchaser prior to the<br />
deadline for submission of Bids prescribed in Clause 10 of this section.<br />
11.2 The bidder's modification or withdrawal notice shall be prepared, sealed and marked and<br />
dispatched in accordance with the provisions of Clause 9 and 11.1 of this section, with the outer<br />
and inner envelopes duly marked as "WITHDRAWAL" or "MODIFICATION" as appropriate.<br />
11.3 No Bid may be withdrawn, modified after the deadline of submission of Bids.<br />
11.4 No Bid may be withdrawn in the interval between the deadline for submission of Bids and the<br />
expiration of the period of Bid validity specified by the Bidder on the Bid Form. Withdrawal of a<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 10 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
12. Late Bids<br />
Bid during this interval may result in the Bidder's forfeiture of its Bid Security, pursuant to tlhe<br />
sub-clause 7.6 of this section.<br />
Any bid received by <strong>Nepal</strong> <strong>Telecom</strong> after the date and the time of submission of bids pursuant to<br />
Clause No. - 10 of Section III: Instructions to Bidders (ITB) shall be rejected.<br />
13. Opening of Bids by the <strong>Nepal</strong> <strong>Telecom</strong><br />
13.1 The <strong>Nepal</strong> <strong>Telecom</strong> will open bids, in the presence of bidder's representatives who choose to<br />
attend at 12.00 noon on August 20, 2010 at the <strong>Nepal</strong> <strong>Telecom</strong>, Central Office,<br />
Doorsanchar Bhawan, Bhadrakali Plaza, Room No. - 201. In case, the bid opening date happens<br />
to be an official holiday, the <strong>Nepal</strong> <strong>Telecom</strong> will open the bids in the following working day. The<br />
bidder representatives who are present shall sign a bid opening checklists evidencing their<br />
attendance.<br />
13.2 First, envelopes marked "WITHDRAWAL" shall be opened, read out and recorded and the<br />
envelope containing the corresponding bid shall not be opened but return to the bidder. No bid<br />
shall be withdrawn unless the corresponding Withdrawal Notice contains a valid authorization to<br />
request the withdrawal and is read out and recorded at bid opening.<br />
13.3 Next, envelopes marked "MODIFICATION" shall be opened, read out and recorded with the<br />
corresponding bid. No bid shall be modified unless the coressponding Modification Notice<br />
contains a valid authorization to request the modification and is read out and recorded at bid<br />
opening. Only envelopes that are opened, read out and recorded at bid opening shall be<br />
considered further.<br />
13.4 The Bidder's names, bid prices, modifications, bid withdrawals and the presence or absence of the<br />
requisite bid security and such other details as <strong>Nepal</strong> <strong>Telecom</strong> at its discretion, may consider<br />
appropriate will be announced at the opening.<br />
13.5 The <strong>Nepal</strong> <strong>Telecom</strong> shall prepare minutes of the bid opening.<br />
14.1 Delivery Schedule<br />
Delivery of all the goods shall be made to the <strong>Nepal</strong> <strong>Telecom</strong>'s respective stores as mentioned in<br />
Clause No. – 5 of Section IV: Conditions of Contract (COC) and quantity mentioned in Section VI:<br />
Schedule of Requirement for <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>.<br />
If the offered delivery period is more than the period specified in clause no. 5.1 of Section IV:<br />
Conditions of Contract (COC), the price adjustment will be made by loading the bid price by one half<br />
(0.5%) percent of the total quoted price per week for the delayed period up to four (4) weeks.<br />
Bids with deviation in delivery period mentioned in Clause No. - 5 of Section IV: Conditions of<br />
Contract (COC) by more than four (4) weeks shall be rejected.<br />
14.2 Warranty<br />
The Bidder shall comply with the warranty clauses as mentioned in Clause No. – 6 of Section IV:<br />
Conditions of Contract (COC).<br />
15. Payment<br />
Bid with any deviation in payment term as mentioned in Clause No. – 7 of Section IV: Conditions of<br />
Contract (COC) shall be rejected.<br />
16. Bidder’s/Manufacturer’s eligibility and experience and Equipment Field Proven-Ness<br />
16.1 Bidders Eligibility.<br />
16.1.1 Bidder shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued<br />
by Government of <strong>Nepal</strong>. The Bidder and Manufacturer who are black listed or are under the<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 11 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
process of being black listed shall not be eligible to participate this bidding process. The bid<br />
offered by such Bidder and Manufacturer shall not be considered for the bid evaluation.<br />
16.1.2 Bidder shall not have ownership with competitors of <strong>Nepal</strong> <strong>Telecom</strong> in <strong>Nepal</strong> and must not have<br />
planned to have ownership until the completion of all the contractual obligations.<br />
16.1.3 Bidder found to be involved in fraudulent activity such as carteling in order to manipulate the bid<br />
price, submission of fake certificates and fake information may be blacklisted and Bid submitted<br />
shall be rejected<br />
16.2 Manufacturer’s Experience and Equipment Field Proven-ness<br />
16.2.1 The manufacturer must have a manufacturing experience of at least five (5) years in<br />
manufacturing of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> under the offered brand name. The bidder shall furnish the<br />
legal document to authenticate their manufacturing experience.<br />
16.2.2 All Goods and related services to be supplied under the Contract shall have their origin. For<br />
purposes of this Clause, “origin” shall be considered to be the place where the Goods are<br />
mined, grown, produced or from which the Services are provided. Goods are produced when,<br />
through manufacturing, processing, or substantial and major assembly of components, a<br />
commercially-recognized product results that is substantially different in basic characteristics<br />
or in purpose or utility from its components.<br />
The Bidder shall submit the Contry of Origin Certificate issued by Chamber of Commerce.<br />
16.2.3 If the Bidder, bidding for the <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> which are manufactured by companies under<br />
the license or joint-venture with other company of renowned brand, the offered product shall be<br />
considered to be manufactured by the joint venture company or the company that actually<br />
manufactures the product and not of the parent company. Hence, manufacturing experience,<br />
supply records, user's satisfaction certificate, sales turnover etc. shall be considered only of the<br />
joint-venture company or the company that actually manufactures the product and not of the<br />
parent company.<br />
16.2.4 The <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> of the offered brand shall have been used satisfactorily for a minimum<br />
period of five (5) years on the date of bid opening.<br />
16.2.5 Proof of Compliance: Beside the information submitted by the Bidder along with the bid,<br />
<strong>Nepal</strong> <strong>Telecom</strong> may seek additional and adequate information about the operational experience<br />
and performance satisfaction of the users of identical mobile <strong>BTS</strong> vehicle, operated in any two<br />
telecom or other organizations in the country other than the manufacturer's own country.<br />
Therefore, <strong>Nepal</strong> <strong>Telecom</strong>, after documentary evaluation of the responsive bid, may notify the<br />
most competitive bidder to arrange for either field visit to at least two sites having identical<br />
systems in operation whose certificates have been provided or factory inspection to determine<br />
the physical, technical and production capability of the manufacturer to perform the contract or<br />
both. Based on the satisfactory evaluation and the report submitted by the technical team,<br />
<strong>Nepal</strong> <strong>Telecom</strong> may qualify / disqualify the offer and award bid accordingly.<br />
In close co-ordination with <strong>Nepal</strong> <strong>Telecom</strong>, the bidder shall facilitate to arrange for such visit.<br />
<strong>Nepal</strong> <strong>Telecom</strong> shall borne all the expenses of <strong>Nepal</strong> <strong>Telecom</strong>'s Inspectors for such visit.<br />
16.2.6 The Bidder/Manufacture must have a minimum total sales turnover of and above USD 20<br />
millions in the last three (3) fiscal years which shall be supported by audited financial<br />
statements.<br />
16.2.7 In case of global companies, the bid must be fully supported by the Head Quarters (HQ).<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 12 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
16.3 Manufacturer’s Authorization Letters<br />
The Bidder shall submit Manufacturer’s Authorization Letter for the offered goods/ items (as per<br />
Section V: Sample Form No. - 3 “Manufacturers Authorization Letter” enclosed in the bid<br />
document) from the manufacturer of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>.<br />
If the Bidder itself claims to be the manufacturer of the goods/ items, such bidder shall provide<br />
the proof of being the manufacturer and need not provide the authorization for the goods/ items it<br />
manufactures.<br />
Non-submission of Manufacturer's Authorization Letter(s) from the Manufacturer(s) or<br />
shall result in rejection of the bid.<br />
16.4 Satisfactory Performance Certificate (SPC)<br />
Original certificates, incorporating adequate information as specified in Annex D: Satisfactory<br />
Performance Certificate enclosed in the bid document and clause 16.2.4 of this section, from<br />
three (3) telecom operators (or user administrations) and two of them shall be from countries other<br />
than the <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> manufacturer's own country in certification of the satisfactory<br />
performance of the <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> in actual service shall be furnished along with the bid.<br />
The <strong>Nepal</strong> <strong>Telecom</strong> reserves the right to verify with the said administrations, the satisfactory uses<br />
of the goods supplied to them.<br />
The Bidder shall provide the names and addresses of the three administrations whose certificates<br />
have been provided. The names, telephone numbers and fax numbers of the contact persons shall<br />
also be provided.<br />
17. Bid Evaluation and Award Criteria<br />
17.1 In case a bidder offers one or more alternate or optional offer(s) in addition to the main offer,<br />
the <strong>Nepal</strong> <strong>Telecom</strong> will consider only the main offer for evaluation purpose, and under no<br />
circumstances, evaluation will be influenced by anything mentioned in alternate or optional<br />
offer(s).<br />
However, based on cost-benefit and/ or technical analysis, the <strong>Nepal</strong> <strong>Telecom</strong>, if deemed<br />
necessary, may consider alternate or optional offer(s) during contract negotiation with the<br />
successful bidder.<br />
17.2 Preliminary Examination<br />
17.2.1 Preliminary Examination of the Bids shall be done in accordance with Clause No. 5.1<br />
of Section III: ITB. <strong>Nepal</strong> <strong>Telecom</strong> will examine the bids to verify whether the bid is<br />
valid & complete, whether the bid is accompanied by valid bid securities, whether<br />
required sureties have been furnished, whether the documents have been properly<br />
signed, and whether the bids are generally in order.<br />
17.2.2 <strong>Nepal</strong> <strong>Telecom</strong> may waive any minor informality, nonconformity, or irregularity in a<br />
bid, which does not constitute a major material and quality deviation and without<br />
which the purpose of bidding will be fulfilled provided such waiver does not<br />
prejudice or affect the relative ranking of any bidder but bids with any deviations to the<br />
clauses marked with asterisk (*) shall be considered as major deviations and the bid<br />
with such major deviations shall be rejected.<br />
17.2.3 Prior to the detailed evaluation, <strong>Nepal</strong> <strong>Telecom</strong> will determine the substantial<br />
responsiveness of each bid to certain critical provisions stipulated in the <strong>Nepal</strong> <strong>Telecom</strong><br />
tender document. For the purpose of this clause, a substantially responsive bid is the<br />
one, which conforms to all the terms and conditions of the bidding documents without<br />
major material deviations. Deviations from, or objections or reservations to critical<br />
provisions, such as those concerning Bid Security, Payment Terms, Applicable Law<br />
and Taxes and Duties and the technical requirements marked with asterisk (*) will be<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 13 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
deemed to be major deviations as mentioned in Clause No. – e of Part – D of Section I :<br />
INB.<br />
Further, if there are many minor deviations to the bid, and if these items together<br />
constitute a major material deviation or affects the required purpose of a module/submodule,<br />
such bid shall be rejected.<br />
<strong>Nepal</strong> <strong>Telecom</strong>’s determination of a bid’s responsiveness will be based on the contents<br />
of the bid itself without recourse to any extrinsic evidence.<br />
17.2.4 If a bid has one or more major deviations, it will be rejected by the <strong>Nepal</strong> <strong>Telecom</strong> and<br />
will not substantially be made responsive by the bidder by correction of the<br />
nonconformity.<br />
17.3 Detailed Technical Evaluation<br />
17.3.1 Detailed Technical evaluation shall be carried out for those bids, which are found to be<br />
responsive after preliminary examination as per above clause 17.2. Detailed Technical<br />
evaluation shall be based on clause by clause compliance statements or comments on<br />
Technical Specifications as well as technical details, catalogues, brochures etc.<br />
furnished by each bidder.<br />
17.3.2 If a bid has one or more major deviations, it will be rejected by the <strong>Nepal</strong> <strong>Telecom</strong> and<br />
will not substantially be made responsive by the bidder by correction of the<br />
nonconformity.<br />
17.4 Detail Commercial Evaluation<br />
17.4.1 Detailed Commercial Evaluation shall be carried out for those bids, which are found to<br />
be responsive after Detail Technical Evaluation as per above clause 17.3. Detailed<br />
Commercial Evaluation shall be based on clause by clause compliance statements on<br />
condition of contract (Section IV).<br />
17.5 Detail Financial Evaluation<br />
17.5.1 Once the bids are considered substantially responsive after detailed Technical and<br />
Commercial evaluation, all those responsive bids shall be judged from Financial<br />
Evaluation (with or without Proof of Compliance Test of perspective bid) only and no<br />
weight-age shall be given to other technical details or parameters or additional features<br />
and facilities of the offered products.<br />
17.5.2 For the Financial Evaluation the following factors shall be taken into consideration for<br />
evaluation purpose:<br />
17.5.2.1 Arithmetical errors<br />
Arithmetical errors will be rectified on the following basis<br />
17.5.2.1.1 If there is a discrepancy between the unit price and the total price<br />
which is obtained by multiplying the unit price and quantity, the<br />
unit price shall prevail, and the total price will be corrected.<br />
17.5.2.1.2 If there is a discrepancy between words and figures, the amount<br />
in words will prevail.<br />
17.5.2.2 Offered Quantity<br />
If the offered quantity is not sufficient to meet the <strong>Nepal</strong> <strong>Telecom</strong>’s<br />
requirement, required quantity will be loaded to fulfill the requirement and<br />
price will be adjusted accordingly taking into consideration the offered unit<br />
price of the same bidder.<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 14 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
If some required items are missing in the offer, then the highest price for<br />
such missing item(s) among the qualified bidder will be considered for<br />
evaluation purpose and loaded to bring all bidders in equal footing.<br />
17.6 Clarification of Bids<br />
However, if the bidder who misses/short supplies the required items happens<br />
to be the successful bidder, the missed/short supplied items shall be provided<br />
free of cost to the <strong>Nepal</strong> <strong>Telecom</strong>.<br />
If major items, without which the purpose of bidding will not be<br />
fulfilled, are missing, the bid shall be considered non-responsive and<br />
shall be rejected.<br />
17.5.2.3 Delivery Period<br />
If the offered delivery period is more than the period specified in clause No.<br />
– 5.1 of Section IV: Conditions of Contract, the price adjustment will be<br />
made by loading the bid price by one half (0.5%) percent of the total quoted<br />
price per week for the delayed period up to four (4) weeks. Bids with<br />
deviation in delivery period by more than four (4) weeks will be rejected.<br />
17.5.2.4 Unit Price<br />
Unit Prices of the offered goods, services and inland transportation in all lots,<br />
phases and packages shall be same. In case of discrepancies in the Unit<br />
prices, the highest Unit Price among the all shall be considered for all lots,<br />
phase and packages for evaluation purpose. However, lowest unit Price<br />
among the responsive Bidders shall be considered for the calculation and<br />
preparation of final Contract Price if the bidder happens to be the Successful<br />
Bidder.<br />
If the unit price is not quoted, the evaluation will be done with loading the<br />
highest price among the responsive bidders and the lowest unit price among<br />
the responsive Bidders shall be considered for the calculation and<br />
preparation of Final Contract Price if the bidder happens to be a Successful<br />
Bidder.<br />
17.5.2.5 Discount<br />
If, in case, the bidder quote lump sum Discounts and “Free of Cost (FOC)”<br />
items in the Schedule of Price, the Discounts and Free of Cost shall not be<br />
considered and Unit Price of the discounted and FOC items shall be<br />
considered for the evaluation purpose. However, discounts and FOC shall be<br />
considered while calculating and preparing final contract amount if the<br />
bidder happens to be a Successful Bidder.<br />
If the Bidder does not accept the correction of the errors, its bid will be rejected, and<br />
its bid security shall be forfeited. The <strong>Nepal</strong> <strong>Telecom</strong> reserves the rights to award the<br />
tender to the next lowest bidder or may go for re-tender whichever is convenient<br />
To assist in the examination, evaluation and comparison of Bids, <strong>Nepal</strong> <strong>Telecom</strong> may ask the Bidder<br />
for a clarification/Additional Information/Proof of Authenticity of the submitted document. The<br />
request for clarification and the response to it shall be in writing, and no change in the prices and<br />
substance of the Bid shall be sought, offered, or permitted.<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 15 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
If the Bidder fails to submit the requested clarification/Additional Information/Proof of Authenticity<br />
of the submitted document within a stipulated time, the clause for which the request is sought is<br />
considered to be non compliant by Bidder.<br />
17.7 Proof of Concept (POC) Test<br />
(Not Applicable)<br />
17.8 Contract Award<br />
Based on evaluation as per above clause Nos. – 17.1, 17.2, 17.3, 17.4, 17.5, 17.6 and 17.7 the lowest<br />
responsive bid will be selected as the successful bid.<br />
As financial evaluation shall be done as per Clause No. – 17.5, total evaluated price may differ from<br />
the price quoted by the bidder in it’s price schedule. Financial comparison shall be based on<br />
“Evaluated Price” and not “Offered Price”. However, the final total contract price shall be finalized<br />
during contract negotiation with the successful bidder.<br />
<strong>Nepal</strong> <strong>Telecom</strong> shall issue a Letter of Intent (LOI) to all Bidders mentioning evaluated price and the<br />
name of the lowest evaluated Bidder with whom <strong>Nepal</strong> <strong>Telecom</strong> intended to sign the Contract.<br />
Seven days after the issuance of LOI, <strong>Nepal</strong> <strong>Telecom</strong> shall issue Letter of Acceptance (LOA) to<br />
initiate negotiation between the successful bidder and <strong>Nepal</strong> <strong>Telecom</strong>. Upon successful negotiation,<br />
<strong>Nepal</strong> <strong>Telecom</strong> shall award the contract to the successful bidder.<br />
18. <strong>Nepal</strong> <strong>Telecom</strong>'s Right to accept or reject any or all Bids<br />
Not withstanding Clause No. – 17, the <strong>Nepal</strong> <strong>Telecom</strong> reserves the right to accept or reject partially or<br />
fully any bid, or award one or more than one bidders not exceeding the price of the lowest responsive<br />
bidder and to annul the bidding process and reject all bids, at any time prior to award of contract,<br />
without thereby incurring any liability to the affected bidder, or bidders or any obligation to inform the<br />
affected bidder or bidders of the grounds for the <strong>Nepal</strong> <strong>Telecom</strong>'s action.<br />
19. <strong>Nepal</strong> <strong>Telecom</strong>'s Right to Vary Quantities<br />
The <strong>Nepal</strong> <strong>Telecom</strong> reserves the right at the time of award of contract to increase or decrease by up to<br />
twenty percent (20%) of the quantity of goods and services specified in the Schedule of Requirement<br />
without any change in unit price or other terms and conditions.<br />
20. Signing of Contract<br />
After the receipt of the Letter of Acceptance (LOA) from <strong>Nepal</strong> <strong>Telecom</strong>, the successful bidder shall<br />
send it’s authorized representatives within fifteen (15) days for contract negotiation and signing the<br />
contract. At the time of signing the contract, the Supplier shall submit a Performance Security in the<br />
form of bank guarantee for ten percent (10%) of the amount of the contract in the same currency as that<br />
of the contract or equivalent in US$.<br />
Non-submission of performance security at the time of signing the contract may lead to the cancellation<br />
of the contract.<br />
21 Local Agent<br />
21.1 A foreign Bidder wishing to have or already having a local agent should state the following:<br />
i. Name and address of the Agent/Representative,<br />
ii. The Agent/Representative providing type of services,<br />
iii. Amount of commission if the Agent/ Representative is entitled to get such payment and if<br />
he/she participate in the procedure of payment,<br />
iv. Other agreement with Agent/Representative, if any,<br />
v. Bidder should certify in the Letter of Authorization as follows:<br />
"We certify that the statement and disclosure made by us on the above are complete and true<br />
to the best of our knowledge and belief"<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 16 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
If the agent has not been appointed:<br />
I. Source of information about tender invitation,<br />
II. The remuneration given to the individual or firm/company or organization to work on his<br />
behalf for submitting tender, representation in the bid opening and other required action in<br />
connection with the tender,<br />
III. Transfer or handover an evidence of foreign currency exchanged which required to be<br />
submitted with the tender,<br />
IV. If the bank account of any <strong>Nepal</strong>i citizen has been used for the exchange of foreign currency<br />
specify the name of the individual and his address. If the foreign currency has been<br />
exchanged by self then the certificate of currency exchange<br />
21.2 If a foreign Bidder in his Bid, has not provided the information mentioned in Sub Clause 15.8 or has<br />
submitted his bid stating that the Bidder does not have a local agent and later it is proved that the bidder<br />
has a local agent or it is proved that the commission mentioned in the Bid is less than the commission<br />
received by the local agent then the Purchaser shall initiate proceedings to black list such bidder.<br />
22 <strong>Nepal</strong> <strong>Telecom</strong>’s right to Reject or Accept the Lot-I, Lot-II and Lot-III<br />
<strong>Nepal</strong> <strong>Telecom</strong>’s right to Reject or Accept Lots under Phases<br />
If the Bidder fail to complete the Delivery, Installation, Testing and Commissioning of the Lot-I within the<br />
stipulated time and if not in level of satisfaction to the <strong>Nepal</strong> <strong>Telecom</strong>, <strong>Nepal</strong> <strong>Telecom</strong> reserves the right to<br />
reject the Goods and Services under the subsequent Lots or terminate the contract.<br />
In the event of the termination of contract, <strong>Nepal</strong> <strong>Telecom</strong> may award the contract to the second lowest<br />
bidder subject to successful POC and negotiation or go for the new tendering.<br />
<strong>Nepal</strong> <strong>Telecom</strong> shall place order for the subsequent Lots only after the issuance of Provisional Acceptance<br />
Certificate (PAC) for the goods and services under the Lot-I or the Purchase Order for the respective lots.<br />
However, depending on the progress of the project and necessity of <strong>Nepal</strong> <strong>Telecom</strong> in due course of time,<br />
<strong>Nepal</strong> <strong>Telecom</strong> may not issue purchase order for one or more lots or may change order of the lots.<br />
<strong>Nepal</strong> <strong>Telecom</strong> shall have the right to alter the quantities of the Lot I, Lot II and Lot III from -20% to<br />
+20% while placing the order for the subsequent lots and phases.<br />
23 One Bid per Bidder<br />
Each Bidder/Manufacturer shall submit only one bid, either individually or as a partner. A<br />
Bidder/Manufacturer who submits or participates in more than one bid shall cause all the proposals<br />
with the Bidder’s/Manufacturer’s participation to be disqualified.<br />
24 Corrupt or Fraudulent Practices<br />
24.1 Government of <strong>Nepal</strong> requires that Purchaser, as well as Bidders observe the highest standard of ethics<br />
during the procurement and execution of such contracts. In pursuance of this policy, the Government of<br />
<strong>Nepal</strong>:<br />
a) defines, for the purposes of this provision, the terms set forth below as follows:<br />
(i)<br />
(ii)<br />
“corrupt practice” means the offering, giving, receiving or soliciting of any thing of<br />
value to influence the action of a public official in the procurement process or in<br />
contract execution; and<br />
“fraudulent practice” means a misrepresentation of facts in order to influence a<br />
procurement process or the execution of a contract to the detriment of the GoN, and<br />
includes collusive practice among Bidders (prior to or after Bid submission) designed<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 17 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
to establish Bid prices at artificial non-competitive levels and to deprive the Borrower<br />
of the benefits of free and open competition;<br />
b) will reject a proposal for award if it determines that the Bidder recommended for award has<br />
engaged in corrupt or fraudulent practices in competing for the contract in questions<br />
c) will declare a firm ineligible for a stated period of time, to be awarded a GON/Donor funded<br />
contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices<br />
in competing for, or in executing, a GoN/Donor funded contract.<br />
25 Conduct of Bidders<br />
25.1 The Bidder shall be responsible to fulfil his obligations as per the requirement of the Contract<br />
Agreement, Instruction to Bidders and GoN’s Procurement Act and Regulations.<br />
25.2 The Bidder shall not carry out or cause to carryout the following acts with an intention to influence the<br />
implementation of the procurement process or the procurement agreement :<br />
a. give or propose improper inducement directly or indirectly,<br />
b. distortion or misrepresentation of facts,<br />
c. engaging in corrupt or fraudulent practice or involving in such act,<br />
d. interference in participation of other competing bidders,<br />
e. coercion or threatening directly or indirectly to cause harm to the person or the property of any<br />
person to be involved in the procurement proceedings,<br />
f. collusive practice among bidders before or after submission of bids for distribution of works among<br />
bidders or fixing artificial/uncompetitive bid price with an intention to deprive the Purchaser the<br />
benefit of open competitive bid price.<br />
g. contacting the Purchaser with an intention to influence the Purchaser with regards to the bids or<br />
interference of any kind in examination and evaluation of the bids during the period from the time<br />
of opening of the bids until the notification of award of contract<br />
26 Blacklisting Bidders<br />
26.1 Without prejudice to any other rights of the Purchaser under this Contract , the Public Procurement<br />
Monitoring Office (PPMO) may blacklist a Bidder for his conduct up to three years on the following<br />
grounds and seriousness of the act committed by the bidder:<br />
a) if it is proved that the bidder committed acts contrary to the Sub - clause 30,<br />
b) if the bidder fails to sign an agreement pursuant to clause 20,<br />
c) if it is proved later that the bidder has committed substantial defect in implementation of the<br />
contract or has not substantially fulfilled his obligations under the contract or the completed<br />
work is not of the specified quality as per the contract ,<br />
d) if convicted by a court of law in a criminal offence which disqualifies the bidder from<br />
participating in the contract.<br />
e) if it is proved that the contract agreement signed by the bidder was based on false or<br />
misrepresentation of bidder’s qualification information,<br />
f) other acts mentioned in the Section III: ITB and Section IV: COC<br />
End of Section III: Instructions to Bidders (ITB)<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 18 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Section IV: Conditions of Contract (COC)<br />
Clause No.<br />
Table of Clauses<br />
1 Definitions<br />
2 Country of origin<br />
3 Standards<br />
4 Performance Security<br />
5 Delivery<br />
6 Warranty<br />
7 Payment<br />
8 Contract Amendments<br />
9 Assignment<br />
10 Applicable Law<br />
11 Taxes and Duties<br />
12 Liquidated Damages<br />
13 Force Majeure<br />
14 Insurance<br />
15 Patent Rights<br />
16 Documents<br />
17 Inspection and Test<br />
18 Training<br />
19 Additional Orders<br />
20 Termination of Contract<br />
21 Arbitration<br />
22 IP Indemnification<br />
23 Country of Origin, Make and Model of the offered Goods<br />
24 <strong>Nepal</strong> <strong>Telecom</strong> reserves right to accept or Reject<br />
25 Confidentiality<br />
26 Contingency amount<br />
27 Corrupt or Fraudulent Practices<br />
28 Conduct of Bidders<br />
29 Blacklisting Bidders<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 19 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
Section IV: Conditions of Contract (COC)<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>’s Requirements<br />
1 Definitions<br />
In this contract the following terms shall be interpreted as indicated:<br />
(a) “The Contract” means the agreement entered into between the <strong>Nepal</strong> <strong>Telecom</strong> and the<br />
Supplier, as recorded in the contract agreement form signed by the parties, including all<br />
amendments and appendices thereto and all documents incorporated by reference<br />
therein;<br />
(b) “The Contract Price” means the total contract price of all the goods and services<br />
included in the contract which will be payable to the supplier on the fulfillment of all<br />
obligations under the contract;<br />
(c) “The Contract Unit Price” means the price of individual item listed in the price<br />
schedule of the contract.<br />
(d) “The Goods” means all of the goods, which the Supplier is required to supply and<br />
deliver to the <strong>Nepal</strong> <strong>Telecom</strong> under the contract;<br />
(e) “<strong>Nepal</strong> <strong>Telecom</strong> (NT)” means the purchaser, <strong>Nepal</strong> Doorsanchar Company Limited<br />
(f) “MMD” means the Material Management Department of the <strong>Nepal</strong> <strong>Telecom</strong><br />
(g) “The Supplier” means the individual or firm supplying the goods under this contract;<br />
2 Country of Origin<br />
The bidder shall mention country of origin of all the goods offered in accordance with<br />
the Section VII: Price Schedule and Quantity thereof of the tender document and shall<br />
not be deviated from the offered country of origin in the offered bid.<br />
3 Standards<br />
The goods supplied under this contract shall conform to the standards mentioned in the<br />
technical specifications.<br />
4 Performance Security<br />
4.1 The successful bidder shall submit a bank guarantee equivalent to ten percent (10%) of<br />
the total contract amount (including inland transportation cost, if applicable) as<br />
Performance Security at the time of signing the Contract as per Sample Form No. – 4 of<br />
Section V of tender document, enclosed in the bid document. The currency of the bank<br />
guarantee shall be in currency of contract or equivalent amount in US$. The validity of<br />
the bank guarantee shall cover one month more than the warranty period as<br />
mentioned in the Clause No. – 6 "warranty" of Section IV: Conditions Of Contract of<br />
tender document.<br />
The Performance Security shall be issued or counter guaranteed by one of the<br />
banks as mentioned in clause No. – 4 of section II: Invitation for Bids of tender<br />
document.<br />
4.2 The proceeds of the Performance Security shall be payable to <strong>Nepal</strong> <strong>Telecom</strong> as<br />
compensation for any loss resulting from the Supplier's failure to complete its obligations<br />
under the Contract. <strong>Nepal</strong> <strong>Telecom</strong> can terminate the Contract if the Supplier fails to<br />
fulfil the obligations as per the Contract. Upon termination of the Contract, the<br />
Performance Security submitted under the Contract will be forfeited and the loss<br />
incurred by <strong>Nepal</strong> <strong>Telecom</strong> due to termination of the Contract shall be borne by the<br />
Supplier.<br />
4.3 The Performance Security will be discharged by the <strong>Nepal</strong> <strong>Telecom</strong> not later than thirty<br />
(30) days following the date of completion of the Supplier's performance obligations,<br />
including any warranty obligations, as stated in the Clause No. - 6 "Warranty" of<br />
Section IV: Conditions Of Contract of tender document under the Contract.<br />
4.4 If the bidder bidding on behalf of the principal company/ manufacturer (other than<br />
<strong>Nepal</strong>) shall furnish the performance bond/ guarantee/ security in the currency quoted in<br />
the bid price or in US$ from the principal company/ manufacturer.<br />
Bidder shall state as:<br />
Fully Compliant<br />
/Partially<br />
Compliant<br />
/Non Compliant<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 20 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>’s Requirements<br />
5.0* Delivery & Installation<br />
5.1 Delivery<br />
All the goods under this tender shall be delivered in three lots viz. Lot I, Lot II and<br />
Lot III.<br />
Lot I<br />
The delivery of all the goods under Lot I shall be made to <strong>Nepal</strong> <strong>Telecom</strong>'s Central<br />
store as mentioned in Section VI: Schedule of Requirement of tender document<br />
within one hundred twenty (120) days from the date of signing of Contract.<br />
Lot II & Lot III<br />
Goods under Lot II and Lot III shall be delivered to <strong>Nepal</strong> <strong>Telecom</strong>'s respective store<br />
as per Section VI: Schedule of Requirement within one hundred twenty (120) days<br />
from the date of issuance of Purchase order for the respective Lot.<br />
Installation<br />
Lot I<br />
The Bidder shall install the <strong>BTS</strong> (where applicable) and other accessories provided<br />
by <strong>Nepal</strong> <strong>Telecom</strong> within four (4) weeks from the date of isuance of Delivery<br />
Completion Certificate. The bidder shall carryout all the required modification<br />
necessary to operate the offered <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>s as per NT's requirement. The<br />
bidder shall be fully responsible to test and commision the offered <strong>Mobile</strong> <strong>BTS</strong><br />
<strong>Vehicle</strong> in co-ordination with NT's technical personnel.<br />
All the changes carried out in the lot I, shall be incorporated in the technical<br />
requirement for the goods under Lot II & III.<br />
Lot II & Lot III<br />
The Bidder shall install the <strong>BTS</strong> (where applicable) and other accessories provided<br />
by <strong>Nepal</strong> <strong>Telecom</strong> within four (4) weeks from the date of isuance of Delivery<br />
Completion Certificate. The bidder shall carryout all the required modification<br />
necessary to operate the offered <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>s as per NT's requirement. The<br />
bidder shall be fully responsible to test and commision the offered <strong>Mobile</strong> <strong>BTS</strong><br />
<strong>Vehicle</strong> in co-ordination with NT's technical personnel.<br />
5.2 Issuance of Certificates<br />
Issuance of Delivery Completion Certificate (DCC)<br />
After complete successful delivery of goods, physical checking and testing shall be<br />
performed by the <strong>Nepal</strong> <strong>Telecom</strong>'s technical team within thirty (30) days to confirm that<br />
the delivered goods meet the technical specification as per Section VIII: Technical<br />
Specifications of tender document and meet the number of quantity as per Section VI:<br />
Schedule Of Requirements of tender document and issue the Delivery Completion<br />
Certificate (DCC). DCC shall be issued for each lot seperately.<br />
Provisional Acceptance Certificate (PAC)<br />
After successful testing and commissioning of the <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>, the<br />
Provisional Acceptance Test (PAT) shall be conducted. Upon successful<br />
acceptance test Provisional Acceptance Certificate (PAC) shall be issued as per<br />
the technical requirement for issuance of PAC.<br />
Stabilization Completion Certificate (SCC)<br />
After PAC issuance, the entire <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> shall be put under observation<br />
Bidder shall state as:<br />
Fully Compliant<br />
/Partially<br />
Compliant<br />
/Non Compliant<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 21 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>’s Requirements<br />
at fully operational state for thirty (30) days.<br />
Final Acceptance Certificate (FAC)<br />
After the issuance of SCC, FAC shall be issued within thirty (30) days.<br />
Bidder shall state as:<br />
Fully Compliant<br />
/Partially<br />
Compliant<br />
/Non Compliant<br />
Warranty Completion Certificate (WCC)<br />
<strong>Nepal</strong> <strong>Telecom</strong> shall issue lot wise Warranty Completion Certificate (WCC)<br />
within thirty (30) Days after the satisfactorily completion of warranty and<br />
Technical Support Services period of the respective lot.<br />
5.3 Physical Counting<br />
After successful delivery of goods, physical counting and checking will be<br />
performed by the <strong>Nepal</strong> <strong>Telecom</strong>'s physical verification team within fifteen (15)<br />
days to confirm that the delivered goods meet the number of quantity as per<br />
Section VI: Schedule Of Requirements and Section VII Schedule of Price.<br />
<strong>Nepal</strong> <strong>Telecom</strong> shall issue Lot wise Hardware Delivery completion Certificate,<br />
within 30 days against, all the materials delivered for mentioned sites according<br />
to Packing List/Bill of quantity without any major deficiency.<br />
In case of non delivery of the minor hardware, <strong>Nepal</strong> <strong>Telecom</strong> shall issue the<br />
DCC mentioning list of the minor non delivered equipment and payment shall<br />
be made by deducting the price of the minor non delivered equipment. Please<br />
also refer to Clause No. 5.2.<br />
5.4 The Supplier shall arrange for Pre-Shipment Inspection by the internationally<br />
recognized surveyor, certifying/confirming the goods, their quantity and weight,<br />
prior to the packaging and loading in the container in case of containerized<br />
cargo or at the port of loading in case of break bulk cargo as per the shipping<br />
document (or commercial invoice) in accordance to the <strong>Nepal</strong> <strong>Telecom</strong> contract<br />
document.<br />
The Supplier shall provide the detailed information related to the proposed<br />
Surveyor prior to opening of letter of credit.<br />
5.5 The Supplier shall use the conference vessels or liner vessels for the shipment of<br />
the goods.<br />
5.6 The Supplier shall engage bank listed/approved transporter and duly endorsed<br />
by the bank listed in Clause No. – 4 of Section II: Invitation for Bids (IFB) of<br />
tender document for the Inland transportation.<br />
5.7 <strong>Nepal</strong> <strong>Telecom</strong>’s right to Reject or Accept the Lot-I, Lot-II and Lot-III<br />
If the Bidder fail to complete the Delivery, Installation, Testing and<br />
Commissioning of the Lot-I within the stipulated time and if not in level of<br />
satisfaction to the <strong>Nepal</strong> <strong>Telecom</strong>, <strong>Nepal</strong> <strong>Telecom</strong> reserves the right to reject the<br />
Goods and Services under the subsequent Lots or terminate the contract.<br />
In the event of the termination of contract, <strong>Nepal</strong> <strong>Telecom</strong> may award the<br />
contract to the second lowest bidder subject to successful POC and negotiation<br />
or go for the new tendering.<br />
<strong>Nepal</strong> <strong>Telecom</strong> shall place order for the subsequent Lots only after the issuance of<br />
Provisional Acceptance Certificate (PAC) for the goods and services under the<br />
Lot-I or the Purchase Order for the respective lots. However, depending on the<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 22 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>’s Requirements<br />
progress of the project and necessity of <strong>Nepal</strong> <strong>Telecom</strong> in due course of time,<br />
<strong>Nepal</strong> <strong>Telecom</strong> may not issue purchase for one or more lots or may change order<br />
of the lots.<br />
Bidder shall state as:<br />
Fully Compliant<br />
/Partially<br />
Compliant<br />
/Non Compliant<br />
<strong>Nepal</strong> <strong>Telecom</strong> shall have the right to alter the quantities of the Lot I, Lot II and<br />
Lot III from -20% to +20% while placing the order for the subsequent lots and<br />
phases.<br />
6.0* Warranty<br />
6.1 The warranty shall remain valid for a period of thirty six (36) months from the date of<br />
issuance of Final Acceptance Test Certificate for each lot<br />
6.2 The <strong>Nepal</strong> <strong>Telecom</strong> shall promptly notify the Supplier in writing of any claims arising<br />
under this warranty.<br />
6.3 Upon receipt of such notice, the Supplier shall, with all reasonable speed, repair or<br />
replace the defective goods or parts thereof (as applicable), without any costs to the<br />
<strong>Nepal</strong> <strong>Telecom</strong> within sixty (60) days of receiving such notice.<br />
6.4 If the Supplier, having been notified of the claim, fails to remedy the defects(s) within a<br />
reasonable period, the <strong>Nepal</strong> <strong>Telecom</strong> shall take remedial action as may be necessary, at<br />
the supplier's risk and expense and without prejudice to any other rights which the<br />
<strong>Nepal</strong> <strong>Telecom</strong> may have against the supplier under the contract.<br />
6.5 During the delivery and testing, if some of the items found missing, short-supplied or<br />
damaged, the Supplier shall supply / replace these items without any cost to the <strong>Nepal</strong><br />
<strong>Telecom</strong>, and all the costs including customs and other local taxes shall be borne by the<br />
Supplier.<br />
6.6 During the warranty period, the supplier shall make goods (or replace with new items if<br />
applicable) all defects in the equipment (hardware and software, as applicable) as<br />
specified by the <strong>Nepal</strong> <strong>Telecom</strong>, with all reasonable speed and at no additional cost to<br />
<strong>Nepal</strong> <strong>Telecom</strong>.<br />
The cost of material, freight, insurance and any other duties and costs during the<br />
warranty period such as expert visit to <strong>Nepal</strong> site, cost of both way freight for repair of<br />
faulty component/system, custom duty for importation of repaired item or replacement<br />
item etc. shall be borne by the Supplier.<br />
The supplier shall provide expert staff onsite in <strong>Nepal</strong> as may be required during the<br />
warranty period to remedy any deficiency that may develop. Until the completion of the<br />
warranty period, the supplier shall at all times and under all conditions be entirely<br />
responsible for the satisfactory performance of the system.<br />
6.7 Warranty Completion Certificate (WCC)<br />
The warranty completion certificate (WCC) shall be issued only after successful<br />
completion of the warranty period.<br />
7 Payment<br />
7.1 100% payment of the foreign currency component for the goods and services shall be<br />
made through Irrevocable Letter of Credit (L/C) for the foreign currency component.<br />
The L/C for the amount of the Goods and Software only will be opened first. The<br />
amount for the service portion (if any) will be added afterwards by amending the<br />
original L/C.<br />
All payment under this contract shall be made only after deduction of withholding tax<br />
(TDS – Tax Deduction at Source) as per the Income tax law of Government of <strong>Nepal</strong><br />
applicable at the time of the payment.<br />
<strong>Nepal</strong> <strong>Telecom</strong> shall open irrevocable L/C within fifteen (15) days from the date of<br />
signing the Contract, provided error free pro-forma invoice has been received within<br />
seven (7) days. Delay in submission of the correct pro-forma invoice may result in delay<br />
in opening of letter of credit which ultimately may delay the implementation of the<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 23 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>’s Requirements<br />
system and shall attract liquidated damage.<br />
The Supplier shall provide separate pro-forma invoices for the goods and services. The<br />
breakdown costs of the freight and insurance along with the costs of goods to be<br />
delivered shall be clearly mentioned in the commercial invoice.<br />
7.2 Payment for goods (Lot-I, Lot-II and Lot-III):<br />
7.2.1 Advance Payment:<br />
Twenty percent (20%) of the Contract price of the Goods for each lot only will be paid<br />
through Letter of Credit against submission of Advance Payment Guarantee as per<br />
Sample Form No. 5 for the equivalent amount by the Supplier to the NEPAL<br />
TELECOM. The validity of such bank guarantee shall be 12 months from its issuance<br />
date.<br />
7.2.2 On issuance of Delivery Completion Certificate:<br />
Fifty percent (50%) payment of the Price of the goods for each lot only shall be paid<br />
through Irrevocable Letter of Credit (L/C) open in favor of the Supplier in a bank in its<br />
country, after complete successful delivery of the goods to <strong>Nepal</strong> <strong>Telecom</strong>'s respective<br />
store within thirty (30) days from the date of issuance of Delivery Completion<br />
Certificate (DCC) as per clause no. 5 of this section and submission of claim along<br />
with all documents as per clause 16.1 of this section.<br />
7.2.3 On the issuance of Provisional Acceptance Certificate (PAC)<br />
Twenty percent (20%) payments of the Total Contract Price of the goods for each lot only<br />
shall be made through irrevocable letter of credit (L/C) within thirty (30) days from the date<br />
issuance of the Provisional Acceptance Certificate (FAC) by the <strong>Nepal</strong> <strong>Telecom</strong> and<br />
submission of the claim to release the twenty percent payment by Supplier.<br />
7.2.4 On the issuance of Final Acceptance Certificate (FAC)<br />
Remaining ten percent (10%) payments of the Total Contract Price of the goods for each lot<br />
only shall be made through irrevocable letter of credit (L/C) within thirty (30) days from the<br />
date issuance of the Final Acceptance Certificate (FAC) by the <strong>Nepal</strong> <strong>Telecom</strong> and<br />
submission of the claim to release the twenty percent payment by Supplier.<br />
7.3 Payment for Services<br />
7.3.1 In-Plant Test (Factory Inspection)<br />
100% payment of the In-plant Test shall be made through irrevocable L/C upon claim<br />
along with invoice and completion certificate presented by the Supplier after the<br />
successful completion of the In-plant Test. <strong>Nepal</strong> <strong>Telecom</strong> will certify such claim within<br />
thirty (30) days of submission.<br />
7.3.2 Training<br />
100% payment of the training shall be made through irrevocable L/C upon claim along<br />
with invoice and completion certificate presented by the Supplier after the successful<br />
completion of the training. <strong>Nepal</strong> <strong>Telecom</strong> will certify such claim within thirty (30)<br />
days of submission.<br />
7.4 Payment for Local Currency Portion (if applicable)<br />
a) Payment of Inland Transportation:<br />
100% Payment for local currency incurred in inland transportation of the<br />
goods in <strong>Nepal</strong> shall be made to the Supplier within Thirty (30) days upon a<br />
claim after the satisfactory receipt of all the goods at respective sites.<br />
b) Payment of the goods and services with country of origin <strong>Nepal</strong>:<br />
Payment for the Goods with Country of Origin <strong>Nepal</strong> shall be made in local<br />
currency. Payment shall be made against the issuance of Delivery<br />
Completion Certificate (DCC). The exchange rate applicable for<br />
conversation (if required) shall be as per the exchange rate of the Bid<br />
Opening Date.<br />
Bidder shall state as:<br />
Fully Compliant<br />
/Partially<br />
Compliant<br />
/Non Compliant<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 24 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>’s Requirements<br />
The Supplier may authorize its Local Agent/ any other supplier to receive the<br />
payment of <strong>Nepal</strong>ese Currency portion. The Bidder or authorized Local<br />
agent/any other supplier must submit Tax Invoice with VAT number.<br />
7.4 L/C Amendment and Effective Date<br />
In case the L/C has to be amended due to reasons attributable to the Supplier, the<br />
effective date of L/C will be the date on which L/C was originally established.<br />
If the L/C has to be amended due to reasons attributable to <strong>Nepal</strong> <strong>Telecom</strong>, the effective<br />
date of L/C will be the date on which L/C is amended.<br />
All the charges for L/C payable outside <strong>Nepal</strong> shall be borne by the Supplier.<br />
In case L/C amendment is requested by the Supplier for the reasons attributable to the<br />
Supplier, all bank charges for such amendment (reconfirmation charge, negotiation<br />
charge etc.) inside and outside <strong>Nepal</strong> shall be borne by the Supplier.<br />
8 Contract Amendments<br />
No variation in or modification of the terms of the Contract shall be made except by written<br />
amendment signed by the both parties.<br />
9 Assignment<br />
The Supplier shall not assign, in whole or in part, its obligations to another party to perform<br />
under this Contract, except with the <strong>Nepal</strong> <strong>Telecom</strong>'s prior written consent.<br />
10 Applicable Law<br />
The Contract shall be governed and interpreted in accordance with prevailing laws of<br />
<strong>Nepal</strong> Government.<br />
11 Taxes and Duties<br />
11.1 The Supplier shall be entirely responsible for all taxes/duties stamp duties, license fees<br />
and other such levies imposed outside <strong>Nepal</strong>. The taxes/ duties such as custom duties,<br />
VAT, local development tax, security tax etc. applicable at the time of importation of<br />
goods in <strong>Nepal</strong>, for the value not exceeding the total contract price will be borne by the<br />
<strong>Nepal</strong> <strong>Telecom</strong>.<br />
However, it will be the Supplier's responsibility to pay Taxes/duties as mentioned above<br />
for the amount increased beyond the total contract price.<br />
11.2 The Supplier shall be responsible to pay withholding Tax (TDS-Tax Deducted at<br />
Source) as per the income tax law of Government of <strong>Nepal</strong> applicable at the time of<br />
payment.<br />
11.3 Taxes and deduction of Payment<br />
All the payment under this contract shall be made only after deduction of withholding<br />
tax amount (TDS- Tax deducted at Source) in accordance with the Clause No. – 11.2 of<br />
Section IV: Conditions of Contract (COC).<br />
Liquidated damages, short fall of goods and any other charges payable to the <strong>Nepal</strong><br />
<strong>Telecom</strong> shall be deducted at the time of the payment.<br />
12 Liquidated Damages<br />
12.1 If the Supplier fails to complete the delivery within the time period specified in the<br />
contract as per Clause no. 5 of this section, the <strong>Nepal</strong> <strong>Telecom</strong> shall, without prejudice<br />
to its other remedies under the Contract, deduct from the Total Contract Price payable to<br />
the Contractor, as liquidated damages, a sum equivalent to 0.5% percent of the Contract<br />
Price of the goods and services, which could not be delivered/commissioned, for each<br />
week of delay until actual delivery/commissioning or up to a maximum deduction of<br />
10% of the Total Contract Price. Once the maximum is reached, <strong>Nepal</strong> <strong>Telecom</strong> may<br />
consider termination of the Contract.<br />
The Liquidity damage clause is imposed for the timely delivery of the goods/services.<br />
The calculation of LQD shall be done in weekly basis and for this purpose one week<br />
shall constitute seven days or less (i.e. even a delay of one day will be considered as a<br />
Bidder shall state as:<br />
Fully Compliant<br />
/Partially<br />
Compliant<br />
/Non Compliant<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 25 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>’s Requirements<br />
delay by one week).<br />
13 Force Majeure<br />
13.1 The Supplier shall not be liable for forfeiture of its Performance Security, liquidated<br />
damages or termination for default, if and to the extent that, it's delay in performance or<br />
other failure to perform its obligations under the contract is the result of an event of<br />
Force Majeure.<br />
13.2 For purposes of this clause, "Force Majeure" means an event beyond the control of the<br />
Supplier or Purchaser and not involving the Supplier's or Purchaser's fault or<br />
negligence. Such events may include, but are not restricted to, acts to the <strong>Nepal</strong><br />
<strong>Telecom</strong> either in its sovereign or contractual capacity, wars or revolutions, fires,<br />
floods, epidemics, quarantine restrictions and freight embargoes.<br />
13.3 If a Force Majeure situation arises, the Supplier shall promptly notify the <strong>Nepal</strong><br />
<strong>Telecom</strong> in writing of such condition and the cause thereof. Unless otherwise directed<br />
by the <strong>Nepal</strong> <strong>Telecom</strong> in writing, the Supplier shall continue to perform its obligations<br />
under the Contract as far as is reasonably practical, and shall seek all reasonable<br />
alternative means for performance not prevented by the Force Majeure event.<br />
14 Insurance<br />
14.1 The goods supplied under the Contract shall be fully insured in a currency of Contract<br />
against any loss or damage incidental to manufacture or acquisition, transportation,<br />
storage and delivery in the manner specified in the Clause No. - 14.3 of this section.<br />
14.2 The insurance policy shall be issued by the Internationally recognized or insurance<br />
company incorporated in <strong>Nepal</strong>. Name of the Insurance company and claim procedure<br />
shall be finalized during the contract negotiation.<br />
14.3 The insurance shall be in an amount equal to 110 % of the CIF value of the goods from<br />
"warehouse to warehouse" on "all risks" basis (as per Institute Cargo Clauses – A)<br />
including risks of theft, pilferage, non delivery (TPND), strike, riots, civil commotion<br />
(SRCC) and war clauses. All the items shall be fully insured by the Supplier up to the<br />
final destinations.<br />
14.4 The insurance policy shall remain valid till sixty (60) days after the delivery of all the<br />
goods at the <strong>Nepal</strong> <strong>Telecom</strong>'s respective stores.<br />
14.5 Any item/part damage/ lost shall be replaced by the Supplier free of charge at first and<br />
the insurance claim shall be made by the Consignee or the person authorized by the<br />
consignee to recover the cost of damaged/ lost goods.<br />
15 Patent Rights<br />
The Supplier shall indemnify the <strong>Nepal</strong> <strong>Telecom</strong> against all third - party claims of<br />
infringement of patent, trademark or industrial design rights arising from use of the<br />
goods (equipment and software) or any part thereof in <strong>Nepal</strong>.<br />
16 Documents<br />
16.1 Upon shipment, the Supplier shall notify the <strong>Nepal</strong> <strong>Telecom</strong> and the Insurance company<br />
by fax and email the full details of the shipment including contract number, description<br />
of goods, quantity, the airway bill/ bill of lading, or truck receipt number and date, port<br />
of loading, date of shipment, port of discharge, L/C number etc. The Supplier shall send<br />
by courier service a copy of following documents to the <strong>Nepal</strong> <strong>Telecom</strong> with a copy to<br />
the Insurance company:<br />
i. Five (5) copies of the Supplier's invoices showing goods description, quantity,<br />
unit price, total amount and L/C number.<br />
ii. Original and four (4) copies of the negotiable clean airway bill, bill of lading, or<br />
truck receipt marked freight prepaid and four (4) copies of non-negotiable<br />
airway bill/ bill of lading or truck receipt with LC number.<br />
iii. Five (5) copies of packing list identifying contents of each package;<br />
iv. Insurance Certificate;<br />
Bidder shall state as:<br />
Fully Compliant<br />
/Partially<br />
Compliant<br />
/Non Compliant<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 26 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>’s Requirements<br />
v. Manufacture’s /Supplier’s guarantee certificate;<br />
vi. Certificate of origin issued by Chamber of Commerce<br />
vii. Manufacturer's factory test report<br />
viii. Inspection certificate issued by the Manager of Material Management<br />
Department (MMD), <strong>Nepal</strong> <strong>Telecom</strong> as per the Inspection Report submitted by<br />
<strong>Nepal</strong> <strong>Telecom</strong> Inspector.<br />
ix. Pre-Shipment Inspection Certificate certified/ issued by the recognized<br />
International Surveyor.<br />
Bidder shall state as:<br />
Fully Compliant<br />
/Partially<br />
Compliant<br />
/Non Compliant<br />
However, the requirement of the certificate and name of the international surveyor<br />
will be finalized during contract negotiation.<br />
16.2 A set of above mentioned non-negotiable documents shall be received by the <strong>Nepal</strong><br />
<strong>Telecom</strong> within seven (7) days from the date of dispatch of goods and if not received,<br />
the supplier shall be responsible for any consequential expenses and effects.<br />
17 Senior Management Study Visit, Inspection and Test<br />
17.1.0 Senior Management Study Visit to Manufacture and Operational site<br />
17.1.1 Supplier shall make the necessary arrangement for NT's Senior Management Team visit<br />
to manufacturer sites and the sites where the proposed <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> are in<br />
operation. Such visit will be made to study/assess the performance and readiness of the<br />
offered system. NT's Senior Management Team shall consist of members for a period of<br />
seven (7) working days (excluding traveling time) on the Supplier's invitation.<br />
17.1.2 The Supplier shall provide accommodation, local transport, medical insurance and any<br />
other applicable charges for the NT's Senior Management Team. However, the per diem<br />
allowance & round trip air ticket for the <strong>Nepal</strong> <strong>Telecom</strong>’s Management Team shall be<br />
borne by the <strong>Nepal</strong> <strong>Telecom</strong>.<br />
17.2.0 Inspection and Test<br />
17.2.1 The inspection and testing of the goods shall be conducted by the <strong>Nepal</strong> <strong>Telecom</strong><br />
Inspector (technical personnel) at the manufacturer’s site at the manufacturing stage in<br />
accordance with the manufacturer's standard inspection and acceptance test procedures<br />
as mutually agreed before the signing of the contract. The delivery of the goods shall be<br />
accepted only after receiving their inspection report certifying the quantity of goods.<br />
17. 2.2 <strong>Nepal</strong> <strong>Telecom</strong> shall depute two (2) inspectors (technical personnel) per lot for the inplant<br />
acceptance test (factory inspection) of the goods for a period of Seven (7) working<br />
days (excluding traveling time) on the Supplier's invitation. The Supplier/ Contractor<br />
shall notify the <strong>Nepal</strong> <strong>Telecom</strong>, the starting date of the inspection by the <strong>Nepal</strong> <strong>Telecom</strong><br />
Inspectors at least one (1) month prior to the shipment.<br />
17. 2.3 The <strong>Nepal</strong> <strong>Telecom</strong>’s right to inspect, test and where necessary, reject the goods after<br />
the goods arrival in <strong>Nepal</strong> shall in no way be limited or waived by reason of the goods<br />
having previously been inspected, tested and passed by the <strong>Nepal</strong> <strong>Telecom</strong> or its<br />
representative prior to the goods’ shipment from the country of origin.<br />
17. 2.4 The Supplier shall provide all the necessary test equipment, tools and help to test the<br />
goods without any cost to the <strong>Nepal</strong> <strong>Telecom</strong>. Any non-compliance found during the<br />
testing shall be corrected by the Supplier before the shipment.<br />
17. 2.5 The Supplier shall provide accommodation, local transport, medical insurance and any<br />
other applicable charges for the <strong>Nepal</strong> <strong>Telecom</strong>’s Inspectors. However, the per diem<br />
allowance & round trip air ticket for the <strong>Nepal</strong> <strong>Telecom</strong>’s inspector shall be borne by<br />
the <strong>Nepal</strong> <strong>Telecom</strong>.<br />
18 Training<br />
18.1 Senior Engineer Training<br />
The Supplier shall provide training to two (2) <strong>Nepal</strong> <strong>Telecom</strong> Senior technical<br />
personnels for five (5) working days (excluding travelling time) at manufacturer’s<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 27 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>’s Requirements<br />
premises on the offered equipment.<br />
ERV Training<br />
The Supplier shall provide training to four (4) <strong>Nepal</strong> <strong>Telecom</strong> technical personnels for<br />
twenty (20) working days (excluding travelling time) at manufacturer’s premises on the<br />
offered equipment in two (2) lots.<br />
HCMV and LCMV Training<br />
The supplier shall provide training to Twenty Five (25) <strong>Nepal</strong> <strong>Telecom</strong> technical<br />
personnels for Seven (7) working days (excluding travelling time) at Kathmandu in<br />
Three (3) lots.<br />
18.2 Senior Engineer Training<br />
The Supplier shall provide accommodation, local transport, medical insurance and any<br />
other applicable charges outside <strong>Nepal</strong> for the <strong>Nepal</strong> <strong>Telecom</strong>'s Trainees. However, the<br />
per diem allowance & round trip air ticket for the <strong>Nepal</strong> <strong>Telecom</strong>'s trainees shall be<br />
borne by the <strong>Nepal</strong> <strong>Telecom</strong>.<br />
Bidder shall state as:<br />
Fully Compliant<br />
/Partially<br />
Compliant<br />
/Non Compliant<br />
ERV Training<br />
The Supplier shall provide accommodation, local transport, medical insurance and any<br />
other applicable charges outside <strong>Nepal</strong> for the <strong>Nepal</strong> <strong>Telecom</strong>'s Trainees. However, the<br />
per diem allowance & round trip air ticket for the <strong>Nepal</strong> <strong>Telecom</strong>'s trainees shall be<br />
borne by the <strong>Nepal</strong> <strong>Telecom</strong>.<br />
HCMV and LCMV Training<br />
The Supplier shall arrange and bear the cost relating to the training centre, local<br />
transport for field visit, refreshment and lunch, stationery for the <strong>Nepal</strong> <strong>Telecom</strong>'s<br />
Trainees.<br />
18.3 The training shall be sufficiently comprehensive and include hands-on practical<br />
operations to allow trainees to carry out installation, operation and maintenance of the<br />
<strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> independently. The trainees shall also be trained in proper upkeep<br />
of monitoring instruments including normal maintenance of the equipments. Repair of<br />
equipment to component level shall be covered in general. Sufficient diagrams and<br />
explanatory material shall be prepared by the Supplier and distributed to the trainees<br />
during the training sessions.<br />
18.4 All instructors shall possess high technical ability to impart training. They shall have a<br />
good command on English language.<br />
18.5 Textbooks for Training<br />
The Supplier shall prepare necessary textbooks for trainees. All the textbooks shall be<br />
written in English and shall cover all the aspects of the components, cable connections<br />
and equipment described above.<br />
18.6 Achievement of Training<br />
The personnel so trained are expected to:<br />
(a) Train other the <strong>Nepal</strong> <strong>Telecom</strong> Personnel in <strong>Nepal</strong>.<br />
(b) Install, operate, test, maintain and repair the offered equipment.<br />
19 Additional Order<br />
<strong>Nepal</strong> <strong>Telecom</strong> shall have the right to order additional goods and services up to twenty<br />
percent (20%) of the total contract price during the contract validity period i.e. until<br />
expiry of warranty. The unit prices for additional orders shall not exceed the contract<br />
unit prices.<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 28 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>’s Requirements<br />
20 Termination of Contract<br />
20.1.0 Terminations for Default<br />
<strong>Nepal</strong> <strong>Telecom</strong> may, without prejudice to any other remedy for the breach of contract,<br />
by written notice of default sent to Supplier, terminate this contract in whole or in part:<br />
(a) If the bidder fails to sign an agreement<br />
(b) If the supplier fails to deliver any or all of the Goods within the time period (s)<br />
specified in the Contract, or any extension thereof granted by the purchaser.<br />
(c) If the Supplier fails to perform any other contractual obligation (s) under the<br />
contract;<br />
(d) If the Supplier, in either of the above circumstances, does not cure its failure within<br />
a period of thirty (30) days (or such longer period as the Purchase may authorize in<br />
writing) after the receipt of the default notice from the Purchaser.<br />
(e) If it is proved that the Contractor has committed substantial defect in<br />
implementation of the contract or has not substantially fulfilled his obligations<br />
under the contract or the completed work is not of the specified quality as per the<br />
contract ,<br />
(f) If convicted by a court of law in a criminal offence which disqualifies the bidder<br />
from participating in the contract.<br />
(g) If it is proved that the contract agreement signed by the bidder was based on false or<br />
misrepresentation of bidder’s qualification information,<br />
(h) Other acts mentioned in the Bidding documents.<br />
20.1.1 After this, necessary action will be carried out to black list the Supplier and the notice of<br />
black listed shall be circulated to all departments of <strong>Nepal</strong> <strong>Telecom</strong>. The Supplier who<br />
has been black listed shall not be eligible to participate in any tender and sealed<br />
quotations of the <strong>Nepal</strong> <strong>Telecom</strong>.<br />
20.1.2 <strong>Nepal</strong> <strong>Telecom</strong> shall also forward the necessary paper to the Public Procurement<br />
Monitoring Office (PPMO) to black-list the Contractor. Without prejudice to any other<br />
rights of the Purchaser under this Contract, the PPMO may blacklist a Bidder for his<br />
conduct up to three years.<br />
20.2 Terminations for Convenience<br />
<strong>Nepal</strong> <strong>Telecom</strong>, by written notice sent to the Supplier, may terminate the<br />
Contract, in whole or in part, at any time for its convenience. The notice of<br />
termination shall specify that termination is for the Purchaser’s convenience, the<br />
extent to which performance of the Supplier under the Contract is terminated,<br />
and the date upon which such termination becomes effective.<br />
The Goods that are complete and ready for shipment within seven (7) days after<br />
the Supplier’s receipt of notice of termination shall be accepted by the<br />
Purchaser at the Contract terms and prices. For the remaining Goods, the<br />
Purchaser may elect:<br />
a. to have any portion completed and delivered at the Contract terms and<br />
prices; and/or<br />
b. to cancel the remainder and pay to the Supplier an agreed amount for<br />
partially completed Goods and Services and for materials and parts<br />
previously procured by the Supplier.<br />
20.3 Termination for Insolvency<br />
<strong>Nepal</strong> <strong>Telecom</strong> may at any time terminate the Contract by giving written notice<br />
to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this<br />
event, termination will be without compensation to the Supplier, provided that<br />
Bidder shall state as:<br />
Fully Compliant<br />
/Partially<br />
Compliant<br />
/Non Compliant<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 29 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>’s Requirements<br />
such termination will not prejudice or affect any right of action or remedy which<br />
has accrued or will accrue thereafter to the <strong>Nepal</strong> <strong>Telecom</strong>.<br />
21 Arbitration<br />
21.1 If any dispute arises between the contracting parties in connection with or arising out of<br />
contract or the execution of the contract, whether the execution of works after the<br />
completion of works and whether before or after the repudiation or termination of the<br />
contract including any disagreement by either party with any action, inaction<br />
certification, the matter shall be settled by arbitration under United Nation Commission<br />
on International and Trade Law (UNCITRAL) Arbitration Rules.<br />
21.2 Arbitration shall take place in Kathmandu, <strong>Nepal</strong> and shall be conducted in English<br />
Language.<br />
21.3 The Arbitral Tribunal shall consists of three arbitrators appointed as follows:<br />
(a) Each contracting parties shall appoint only one arbitrator from their sides<br />
(b) The third arbitrator shall be appointed by agreement of the above mentioned two<br />
arbitrators.<br />
22 IP Indemnification:<br />
Unless otherwise agreed upon in writing between the parties, the Supplier shall<br />
provide Goods free from any infringement of third party’s intellectual property<br />
right or copyright, including but not limited to patents, trade secrets (hereinafter<br />
called "Intellectual Property Rights") in the country of the place of destination.<br />
In the event a third party asserts legitimate claims against the NT based on an<br />
infringement of an Intellectual Property Rights with respect to the Goods<br />
provided by Supplier and then used in compliance with this Contract, the<br />
Supplier shall be liable to the Purchaser (NT) as follows:<br />
a) The Supplier shall at his own option and expenses either acquire the legal<br />
right to use the Goods, modify the Goods so as not to infringe the<br />
Intellectual Property Rights or replace the relevant Goods. If Supplier fails<br />
to correct the infringement, the Purchaser (NT) is entitled to terminate the<br />
Contract in whole or in part. In the event the purchaser terminates the<br />
contract in part the purchaser may procure goods and services similar to<br />
those required goods and the supplier shall be liable to the Purchaser for<br />
any excess cost for such similar goods and services. In such a case Supplier<br />
shall compensate the loss incurred during the period of interruption.<br />
b) Supplier's aforesaid obligations shall apply only if the Purchaser (NT) has<br />
notified the Supplier in writing of the claims asserted by the third party.<br />
23 Country of Origin, Make and Model of the offered Goods<br />
Bidder shall not deviate from the Country of Origin, Model Number, Part Number<br />
and Manufacturing Company, Country of Shipment mentioned in the Section VII:<br />
Price Schedule (SOP) until and unless manufacturer discontinues the<br />
manufacturing of the equipment or the equipment is upgraded to higher version.<br />
Supplier shall submit sufficient documents that prove the manufacturing of the<br />
good is discontinued or good is upgraded to higher version. <strong>Nepal</strong> <strong>Telecom</strong><br />
reserves right to accept or reject the deviation.<br />
24 Confidentiality<br />
Supplier shall not disclose to third parties, and shall use their best efforts to ensure<br />
that their employees keep secret, all the proprietary information obtained directly<br />
or indirectly by the Supplier, including without limitation, documents or<br />
Bidder shall state as:<br />
Fully Compliant<br />
/Partially<br />
Compliant<br />
/Non Compliant<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 30 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>’s Requirements<br />
improvements or design, processes, know-how and other unpublished information,<br />
except as may be authorized in writing by <strong>Nepal</strong> <strong>Telecom</strong>.<br />
25 Contingency amount<br />
Ten Percent (10 %) of total Contract Price shall be provisioned for contingency<br />
fund. The Contingency fund shall be used to procure the goods and services not<br />
covered in the scope of this Contract but required for the unexpected upgradation<br />
(not covered in the Contract) of the system in course of operation. The<br />
contingency fund shall also be used for the Bonus scheme and the extension of<br />
the Pre-Warranty and Warranty service due to reasons attributable to <strong>Nepal</strong><br />
<strong>Telecom</strong>.<br />
26 Corrupt or Fraudulent Practices<br />
26.1 Government of <strong>Nepal</strong> requires that Purchaser, as well as Bidders observe the<br />
highest standard of ethics during the procurement and execution of such<br />
contracts. In pursuance of this policy, the Government of <strong>Nepal</strong>:<br />
a) defines, for the purposes of this provision, the terms set forth below as follows:<br />
(i)<br />
“corrupt practice” means the offering, giving, receiving or soliciting of<br />
any thing of value to influence the action of a public official in the<br />
procurement process or in contract execution; and<br />
(ii) “fraudulent practice” means a misrepresentation of facts in order to<br />
influence a procurement process or the execution of a contract to the<br />
detriment of the GoN, and includes collusive practice among Bidders<br />
(prior to or after Bid submission) designed to establish Bid prices at<br />
artificial non-competitive levels and to deprive the Borrower of the<br />
benefits of free and open competition;<br />
b) will reject a proposal for award if it determines that the Bidder recommended<br />
for award has engaged in corrupt or fraudulent practices in competing for the<br />
contract in questions<br />
c) will declare a firm ineligible for a stated period of time, to be awarded a<br />
GON/Donor funded contract if it at any time determines that the firm has<br />
engaged in corrupt or fraudulent practices in competing for, or in executing, a<br />
GoN/Donor funded contract.<br />
27 Conduct of Bidders<br />
27.1 The Bidder shall be responsible to fulfil his obligations as per the requirement<br />
of the Contract Agreement, Instruction to Bidders and GoN’s Procurement Act<br />
and Regulations.<br />
27.2 The Bidder shall not carry out or cause to carryout the following acts with an<br />
intention to influence the implementation of the procurement process or the<br />
procurement agreement :<br />
a) give or propose improper inducement directly or indirectly,<br />
b) distortion or misrepresentation of facts,<br />
c) engaging in corrupt or fraudulent practice or involving in such act,<br />
d) interference in participation of other competing bidders,<br />
e) coercion or threatening directly or indirectly to cause harm to the person or the<br />
property of any person to be involved in the procurement proceedings,<br />
f) collusive practice among bidders before or after submission of bids for<br />
distribution of works among bidders or fixing artificial/uncompetitive bid price<br />
Bidder shall state as:<br />
Fully Compliant<br />
/Partially<br />
Compliant<br />
/Non Compliant<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 31 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>’s Requirements<br />
with an intention to deprive the Purchaser the benefit of open competitive bid<br />
price.<br />
g) contacting the Purchaser with an intention to influence the Purchaser with<br />
regards to the bids or interference of any kind in examination and evaluation of<br />
the bids during the period from the time of opening of the bids until the<br />
notification of award of contract<br />
28 Blacklisting Bidders<br />
28.1 Without prejudice to any other rights of the Purchaser under this Contract, the<br />
Public Procurement Monitoring Office (PPMO) may blacklist a Bidder for his<br />
conduct up to three years on the following grounds and seriousness of the act<br />
committed by the bidder:<br />
a) if it is proved that the bidder committed acts contrary to the Sub - clause 30,<br />
b) if the bidder fails to sign an agreement pursuant to clause 20,<br />
c) if it is proved later that the bidder has committed substantial defect in<br />
implementation of the contract or has not substantially fulfilled his obligations<br />
under the contract or the completed work is not of the specified quality as per<br />
the contract ,<br />
d) if convicted by a court of law in a criminal offence which disqualifies the bidder<br />
from participating in the contract.<br />
e) if it is proved that the contract agreement signed by the bidder was based on<br />
false or misrepresentation of bidder’s qualification information,<br />
f) other acts mentioned in the Section III: ITB and Section IV: COC<br />
End of Section IV: Conditions of Contract (COC)<br />
Bidder shall state as:<br />
Fully Compliant<br />
/Partially<br />
Compliant<br />
/Non Compliant<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 32 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Section V: Sample Forms<br />
Bid Form<br />
Sample Form No. - 1 Date : _____, 2010<br />
Tender No: NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>.<br />
To:<br />
<strong>Nepal</strong> <strong>Telecom</strong><br />
<strong>Nepal</strong> Doorsanchar Company Limited,<br />
Material Management Department,<br />
Central Office, Doorsanchar Bhawan,<br />
Bhadrakali Plaza, Kathmandu,<br />
NEPAL .<br />
Gentlemen:<br />
Having examined the bidding documents including addenda Nos.: ------------(Insert number), the receipt of which<br />
is hereby duly acknowledged, we, the undersigned, offer to Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> in<br />
conformity with the said Bidding Documents for the sum of ------------------- (Specify bid price in figure and<br />
words)and Inland transportation in NRs. (if applicable) ------------------ (Specify bid price in figure and words) or<br />
such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part<br />
of this bid.<br />
We undertake, if our bid is accepted, to complete delivery of all the items specified in the Contract within -----<br />
(specify days) days calculated from the date of signing of the Contract.<br />
If our bid is accepted we will obtain the guarantee of a Bank in a sum equivalent to Ten (10) % of the Contract<br />
Sum for the due Performance of the Contract.<br />
Commission and gratuities, if any, paid to or to be paid by us to agents-relating to this Bid, and to contract<br />
execution if we are awarded the Contract, are listed below :<br />
Name and Address of Local Agent Amount & Currency Purpose of Commission Gratuities<br />
____________________ ______________ ______________<br />
(if none, state “none”)<br />
Our bid is valid up to , 2010 and it shall remain binding upon us and may be accepted at any time before<br />
the expiration of this validity.<br />
Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof in your<br />
notification of award shall constitute a binding contract between us.<br />
We understand that you are not bound to accept the lowest or any bid you may receive.<br />
Dated: ----------------(Specify date)<br />
Signature : ______________ Signature : ______________<br />
Name : ______________ Name : ______________<br />
Designation : ______________ Designation : ______________<br />
(Witness)<br />
Duly Authorised to sign<br />
Address : ______________ bid for and on behalf of<br />
Official Seal : ______________<br />
(In the Capacity of),<br />
Official Seal : ______________<br />
_________________________________________________________________________________________________________________________<br />
Note :<br />
This Bid Form shall be duly filled, signed, dated and stamped with official seal. Bid Form not duly filled and without<br />
signature, date and official stamp shall be rejected and will not be considered for evaluation.<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 33 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Sample Form No. - 2<br />
Section V: Sample Forms<br />
Bid Security Form<br />
Whereas --------(name of the Bidder) [ hereinafter called "the Bidder"] has submitted its Bid dated -----<br />
(date of submission of bid) for tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong><br />
<strong>Vehicle</strong> (hereinafter called "the Bid").<br />
KNOW ALL PEOPLE by these presents that WE,---------(Name of Bank) of <strong>Nepal</strong>, having our registered<br />
office at -------(Address of Bank) [hereinafter called "the Bank"], are bound unto <strong>Nepal</strong> Doorsanchar<br />
Company Limited [hereinafter called "the Purchaser"] in the sum of ------(currency and amount) for<br />
which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors, and<br />
assigns by these presents. Sealed with the common seal of the said Bank this--------(specify date).<br />
THE CONDITIONS of this obligation are:<br />
1. If the Bidder withdraws its Bid during the period of Bid validity specified by the Bidder on the Bid Form;<br />
OR<br />
2. If the Bidder, having been notified of the acceptance of its Bid by the Purchaser during the period of Bid<br />
validity:<br />
(a) Fails or refuses to sign the Contract agreement within stipulated time, or<br />
(b) Fails or refuses to furnish the Performance Security, in accordance with the clause No. - 4 of Section IV :<br />
Conditions of Contract (COC),<br />
We undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand, without<br />
the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the<br />
amount claimed by it is due to its owing to the occurrence of one or both of the two conditions, specifying the<br />
occurred condition or conditions.<br />
This guarantee will remain in force up to<br />
Bank not later than the above date.<br />
, 2010 and any demand in respect there of shall reach the<br />
________________________________<br />
[Signature and Official Seal of the Bank]<br />
Note:<br />
1. The list of banks located in <strong>Nepal</strong> as per Clause No. – 4 of Section II: Invitation for Bids (IFB) have been short<br />
listed and acceptable to <strong>Nepal</strong> <strong>Telecom</strong> for the purpose of Bid security.<br />
2. The Bidder/Manufacture shall furnish the Bid Security as per the format given above.<br />
3. The <strong>Nepal</strong>ese bidder bidding on behalf of Principle Manufacturer/Bidder are requested to modify the first<br />
paragraph of the Bid Security Form as following:<br />
Whereas _________ (Name of the Bidder) bidding on behalf of ____________ (Name of the<br />
Principle Manufacturer/Bidder) has submitted its Bid dated -----(date of submission of bid) for<br />
tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> (hereinafter<br />
called "the Bid").<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 34 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Section V: Sample Forms<br />
Manufacturer's Authorization Letter<br />
Sample Form No. - 3<br />
TO:<br />
<strong>Nepal</strong> <strong>Telecom</strong><br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Material Management Department,<br />
Central Office, Doorsanchar Bhawan,<br />
Bhadrakali Plaza,<br />
Kathmandu, <strong>Nepal</strong><br />
WHEREAS ------------------------------------------- (Specify name of the Manufacturer or Producer) who are<br />
established and reputable manufacturers or producers of ----------------------------------------------------------------<br />
(Specify name and/or description of goods) having factories at ------- (Specify Address of Factory or Producing<br />
House)<br />
Do hereby authorise -------------------------------(Specify Name and Address of Bidder/Agent) to submit a Bid,<br />
and subsequently negotiate and sign the Contract with you against Invitation for bids (IFB) No.<br />
NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> for the above goods manufactured by us.<br />
We hereby extend our full guarantee and warranty for the Goods offered for supply by the above firm against<br />
this Invitation for Bids.<br />
______________________________________<br />
[Signature for and on behalf of Manufacturer or Producer]<br />
[Name] ----------------------<br />
[Designation] ------------------<br />
Date :<br />
_______________________________________________________________________________<br />
Note :<br />
The Manufacturer’s Authorization Letter shall be on the letterhead of the manufacturing concern and<br />
shall be signed by a person competent and having the power of attorney to bind the manufacturer.<br />
It is mandatory to submit Manufacturer’s Authorization Letter for the <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> as per clause<br />
16 of Section-III, Instruction to Bidders.<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 35 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Section V: Sample Forms<br />
Performance Security Form<br />
Sample Form No. - 4<br />
<strong>Nepal</strong> <strong>Telecom</strong><br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Material Management Department,<br />
Central Office, Doorsanchar Bhawan<br />
Bhadrakali Plaza, Kathmandu, <strong>Nepal</strong><br />
WHEREAS ------(name of supplier) [hereinafter called "the Supplier"] has undertaken, in pursuance of<br />
Contract No. NDCL/26/066-67 to Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> [hereinafter called "the<br />
Contract"]<br />
AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a<br />
bank guarantee by a reputable bank for the sum specified therein as security for compliance with the<br />
Supplier's performance obligations in accordance with the Contract<br />
AND WHEREAS we have agreed to give the Supplier a guarantee:<br />
THEREFORE WE hereby affirm that we are guarantors and responsible to you, on behalf of the Supplier, up<br />
to a total of ------(specify currency and amount of guarantee in figure and words), and we undertake to pay<br />
you, upon your first written demand declaring the Supplier to be in default under the Contract and without<br />
cavil or argument, any sum or sums within the limits of ------(specify currency and amount of guarantee) as<br />
aforesaid, without your needing to prove or to show grounds or reasons for your demand for the sum specified<br />
therein.<br />
This guarantee is valid until the ----------------- (Specify Date)<br />
Signature and Official Seal of the Guarantors<br />
[Name] --------------------------<br />
[Designation] --------------------------<br />
[Date]--------------------<br />
[Address]---------------<br />
_______________________________________________________________________________________<br />
The list of banks located in <strong>Nepal</strong> as per Clause No. – 4 of Section II: Invitation for Bids (IFB) have been short listed<br />
and acceptable to <strong>Nepal</strong> <strong>Telecom</strong> for the purpose of Performance Security.<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 36 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Section V: Sample Forms<br />
Bank Guarantee for Advance Payment<br />
Sample Form: 5<br />
To:<br />
<strong>Nepal</strong> Doorsanchar Co. Ltd.(<strong>Nepal</strong> <strong>Telecom</strong>),<br />
Material Management Department,<br />
Central Office, Doorsanchar Bhawan, Bhadrakali Plaza,<br />
Kathmandu, NEPAL.<br />
[Name of Contract]<br />
Gentlemen and/or Ladies:<br />
In accordance with the payment provision included in the Conditions of Contract to provide for advance payment, ……….<br />
[Name and address of Supplier] (hereinafter called "the Supplier") shall deposit with the Purchaser a Bank Guarantee to<br />
guarantee its proper and faithful performance under the said Conditions of Contract in an amount of ……… [Amount of<br />
guarantee in figures and words].<br />
We, the bank, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to<br />
the Purchaser on its first demand without whatsoever right of objection on our part and without its first claim to the Supplier, in<br />
the amount not exceeding ……. [Amount of guarantee in figures and words].<br />
We further agree that no change or addition to or other modification of the terms of the Contract to be performed thereunder or of<br />
any of the Contract documents which may be made between the Purchaser and the Supplier, shall in any way release us from any<br />
liability under this guarantee, and we hereby waive notice of any such change, addition, or modification.<br />
This guarantee shall remain valid and in full effect from the date of the advance payment under the Contract until …. [ Specify<br />
date].<br />
Yours truly,<br />
Signature and seal of the Guarantors:________________________________________________<br />
[Name of bank or financial institution]________________________________________________<br />
[Address]___________________________________________<br />
[Date]____________<br />
________________________________________________________________________________<br />
The list of banks located in <strong>Nepal</strong> as per clause no. 4 of section II: Invitation for Bids (IFB) has been short listed &<br />
acceptable to <strong>Nepal</strong> <strong>Telecom</strong> for the purpose of Bank Guarantee for Advance Payment.<br />
End of Section V: Sample Forms<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 37 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
S.No.<br />
Description<br />
Section VI:<br />
Schedule of Requirement of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>.<br />
Kathmandu Biratnagar Bhiarahawa Hetauda Pokhara <strong>Nepal</strong>gunj Dhangadhi Total<br />
Lot<br />
I<br />
Lot<br />
II<br />
Lot<br />
III<br />
Lot<br />
II<br />
Lot<br />
III<br />
Lot<br />
II<br />
Lot<br />
III<br />
Lot<br />
II<br />
Lot<br />
III<br />
Lot<br />
II<br />
Lot<br />
III<br />
Lot<br />
II<br />
Lot<br />
III<br />
Lot<br />
II<br />
Lot<br />
III<br />
1 Emergency Response <strong>Vehicle</strong> (ERV) 1 1 1 3<br />
2<br />
High Capacity <strong>Mobile</strong> <strong>Vehicle</strong><br />
(HCMV)<br />
1 2 1 1 5<br />
3 Low Capacity <strong>Mobile</strong> <strong>Vehicle</strong> (LCMV) 1 1 1 1 1 1 1 1 8<br />
4 Training<br />
a. Senior Engineer Training – 2<br />
persons 5 working days (Factory 2 2<br />
Premises)<br />
b. ERV Training – 4 persons 20<br />
working days (Factory Premises)<br />
2 2 4<br />
c. HCMV and LVMV Training – 25<br />
persons 7 working days 5 10 10 25<br />
(Kathmandu)<br />
5 NT's Senior Management Team 5<br />
6<br />
Factory Inspection - 6 persons 7<br />
working days (Factory Premises)<br />
2 2 2 6<br />
7 Warranty for 36 Months 1 1<br />
8<br />
Project Cost (Customization in NT<br />
premises, Support etc)<br />
1 1<br />
Note :<br />
a. If the destination and quantity require change, the <strong>Nepal</strong> <strong>Telecom</strong> shall notify the Supplier in appropriate time.<br />
b. This is a sample schedule of requirement prepared by NT, however the bidder shall prepare the actual schedule of requirement with detail<br />
breakdown for each type of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> and offer accordingly.<br />
c. The bidder shall provide all the items which are not mentioned above but necessary to run the system for each tyupe of <strong>Mobile</strong> <strong>BTS</strong><br />
<strong>Vehicle</strong>.<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 38 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Details of each set of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>.<br />
Type I -Emergency Response <strong>Vehicle</strong> (ERV)<br />
S.No.<br />
Description<br />
Unit<br />
Quantity<br />
1 <strong>Vehicle</strong> for mounting the <strong>Mobile</strong> <strong>BTS</strong> with<br />
the following accessories.<br />
Set 1<br />
2 Diesel Generating Set Unit 1<br />
3 SMPS Rectifiers Set 1<br />
4 Spare Rectifier Module Unit 1<br />
5 Maintenance free battery Set 1<br />
6 Air Conditioning Unit Set 1<br />
7 Switching system with HLR, VLR, POI<br />
(with 1+1 STM Card)<br />
Set 1<br />
8 BSC system Set 1<br />
9 <strong>BTS</strong> system- CDMA S111/GSM S444 Set 5<br />
10 KU band Satellite mounting system at the<br />
top of Enclosure/Shelter<br />
Set 1<br />
11 Indoor 19” rack for satellite modem, MW<br />
IDU and HDSL modem<br />
Set 1<br />
12 15 m Mast as per technical specification Set 1<br />
13 CDMA or GSM sectoral antenna Unit 3<br />
14 GPS antenna if required Unit 1<br />
15 Other ancillaries necessary to mount various<br />
equipment such as <strong>BTS</strong> (CDMA and GSM), Set 1<br />
various antennas etc.<br />
16 Working table and chair set Set 1<br />
17 1m satellite antenna mounting pole on<br />
Enclosure/Shelter top<br />
Unit 1<br />
18 Electromechanical control system for<br />
microwave antenna adjustment<br />
Set 1<br />
19 Installation material (Lightening arrestor<br />
with bracket, cable (Coaxial, GPS, Power,<br />
Earthing etc), Grounding kits, coaxial<br />
Set 1<br />
connectorsetc<br />
20 Standard tools as per Annex V Set 1<br />
21 Emergency Camping gear Set 1<br />
Remarks<br />
Type II - High Capacity <strong>Mobile</strong> <strong>Vehicle</strong> (HCMV)<br />
S.No.<br />
Description<br />
1 <strong>Vehicle</strong> for mounting the mobile <strong>BTS</strong> with<br />
the following accessories.<br />
Set 1<br />
2 Diesel Generating Set Unit 1<br />
3 SMPS Rectifiers Set 1<br />
4 Spare Rectifier Module Unit 1<br />
5 Maintenance free battery Set 1<br />
6 Air Conditioning Unit<br />
Set 1<br />
Unit Quantity Remarks
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
7 KU band Satellite mounting system at the<br />
top of Enclosure/Shelter<br />
Set 1<br />
8 Indoor 19” rack for satellite modem, MW<br />
IDU and HDSL modem<br />
Set 1<br />
9 15 m Mast as per technical specification Set 1<br />
10 Other ancillaries necessary to mount various<br />
equipment such as <strong>BTS</strong> (CDMA and GSM), Set 1<br />
various antennas etc.<br />
11 Working table and chair set Set 1<br />
12 1m satellite antenna mounting pole on<br />
Enclosure/Shelter top<br />
Unit 1<br />
13 Electromechanical control system for<br />
microwave antenna adjustment<br />
Set 1<br />
14 Installation material (Lightening arrestor<br />
with bracket, cable (Coaxial, GPS, Power,<br />
Earthing etc), Grounding kits, coaxial<br />
Set 1<br />
connectorsetc<br />
15 Standard tools as per Annex V Set 1<br />
Type III - Low Capacity <strong>Mobile</strong> <strong>Vehicle</strong> (LCMV)<br />
S.No.<br />
Description<br />
Units<br />
Quantity<br />
1 <strong>Vehicle</strong> for mounting the mobile <strong>BTS</strong> with<br />
the following accessories.<br />
Set 1<br />
2 Diesel Generating Set Unit 1<br />
3 SMPS Rectifiers Set 1<br />
4 Spare Rectifier module Unit 1<br />
5 Maintenance free battery Set 1<br />
6 Air Conditioning Unit Set 1<br />
7 KU band Satellite mounting system at the<br />
top of Enclosure/Shelter<br />
Set 1<br />
8 Indoor 19” rack for satellite modem, MW<br />
IDU and HDSL modem<br />
Set 1<br />
9 Suitable Mast to hold 4 units of OMNI<br />
directional antenna in Set<br />
Set 1<br />
10 Other ancillaries necessary to mount various<br />
equipment such as <strong>BTS</strong> (CDMA and GSM), Set 1<br />
various antennas etc.<br />
11 Working table and chair set Set 1<br />
12 1m satellite antenna mounting pole on<br />
Enclosure/Shelter top<br />
Unit 1<br />
13 Installation material (Lightening arrestor<br />
with bracket, cable (Coaxial, GPS, Power,<br />
Earthing etc), Grounding kits, coaxial<br />
Set 1<br />
connectors etc<br />
14 Standard tools as per Annex V Set 1<br />
Remarks
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Name of Bidder :<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>.<br />
SN<br />
Description<br />
(with Model No. and Make)<br />
Section VII :<br />
Price Schedule and Quantity Thereof for <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Country of<br />
Origin<br />
1 Emergency Response <strong>Vehicle</strong> (ERV) 3 Set<br />
2 High Capacity <strong>Mobile</strong> <strong>Vehicle</strong> (HCMV) 5 Set<br />
3 Low Capacity <strong>Mobile</strong> <strong>Vehicle</strong> (LCMV) 8 No.<br />
4 NT's Senior Management Team - 7 working days 5 Person<br />
5<br />
Factory Inspection - 6 persons 7 working days<br />
(Factory Premises)<br />
6 Person<br />
6 Training<br />
6.1<br />
Senior Engineer Training – 2 persons 5 working days<br />
(Factory Premises)<br />
Quantity<br />
Unit<br />
2 Person<br />
ERV Training – 4 persons 20 working days (Factory<br />
6.2<br />
Premises)<br />
4 Person<br />
HCMV and LVMV Training – 25 persons 7 working<br />
6.3<br />
days (Kathmandu)<br />
25 Person<br />
7 Warranty for 36 Months 1 Lot<br />
8<br />
Project Cost (Customization in NT premises, Support<br />
etc)<br />
1 Lot<br />
Total<br />
Unit price<br />
FOB port or<br />
specify port of<br />
loading in<br />
US$ or<br />
EURO<br />
Unit price<br />
for<br />
Insurance<br />
in US$ or<br />
EURO<br />
Unit price<br />
for freight<br />
in US$ or<br />
EURO<br />
Unit price<br />
CIF <strong>Nepal</strong><br />
Boarder in<br />
US$ or<br />
EURO<br />
Unit price CIF <strong>Nepal</strong><br />
Boarder in US$ or<br />
EURO in words<br />
Total price CIF <strong>Nepal</strong> Boarder in US$ or EURO (in figures) : _______________________ _________<br />
(in words) : __________________________________________________________________________<br />
Total price for inland delivery to final destination in NRs. (in figures) : _______________________<br />
(in words) : ____________________________<br />
Signature of the bidder : _________________ Bidder's official seal :<br />
Full Name : ____________________________<br />
Date : ____________________<br />
designation : __________________________<br />
Note:<br />
a. In case of discrepancy between unit price and total price, the unit price shall prevail.<br />
b. In case of discrepancy between the amount in words and figures, the amount in words shall prevail.<br />
c. Bidder from <strong>Nepal</strong> shall furnish the price schedule as per Section-III: ITB, Clause No. 6.3 indicating custom, VAT, and other taxes applicable at the entry point.<br />
Total price<br />
CIF <strong>Nepal</strong><br />
Boarder in<br />
US$ or<br />
EURO<br />
Unit price of<br />
Inland<br />
delivery to<br />
final<br />
destination<br />
in NRs.<br />
Total price of<br />
Inland delivery to<br />
final destination in<br />
NRs<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 41 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Breakdown of Price Schedule of each items included in Emergency Response <strong>Vehicle</strong> (ERV)<br />
Name of Bidder :<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>.<br />
SN<br />
Description<br />
(with Model No. and Make)<br />
Country of<br />
Origin<br />
Quantity<br />
Unit<br />
1 <strong>Vehicle</strong> for mounting the <strong>Mobile</strong><br />
<strong>BTS</strong> with the following accessories.<br />
1 Set<br />
2 Diesel Generating Set 1 Unit<br />
3 SMPS Rectifiers 1 Set<br />
4 Spare Rectifier Module 1 Unit<br />
5 Maintenance free battery 1 Set<br />
6 Air Conditioning Unit 1 Set<br />
7 Switching system with HLR, VLR,<br />
POI with 1+1 STM Card<br />
1 Set<br />
8 BSC system 1 Set<br />
9 <strong>BTS</strong> system- CDMA S111/GSM<br />
S444<br />
5 Set<br />
10 KU band Satellite mounting system<br />
at the top of Enclosure/Shelter<br />
1 Set<br />
11 Indoor 19” rack for satellite modem,<br />
MW IDU and HDSL modem<br />
1 Set<br />
12 15 m Mast as per technical<br />
specification<br />
1 Set<br />
13 CDMA or GSM sectoral antenna 3 Unit<br />
14 GPS antenna if required 1 Unit<br />
Unit price FOB<br />
port or specify<br />
port of loading<br />
in US$ or<br />
EURO<br />
Unit price for<br />
Insurance in<br />
US$ or EURO<br />
Unit price<br />
for freight<br />
in US$ or<br />
EURO<br />
Unit price<br />
CIF <strong>Nepal</strong><br />
Boarder in<br />
US$ or<br />
EURO<br />
Unit price CIF<br />
<strong>Nepal</strong> Boarder<br />
in US$ or<br />
EURO in<br />
words<br />
Total price<br />
CIF <strong>Nepal</strong><br />
Boarder in<br />
US$ or<br />
EURO<br />
Unit price of<br />
Inland delivery to<br />
final destination<br />
in NRs.<br />
Total price of<br />
Inland delivery to<br />
final destination<br />
in NRs<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 42 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
15 Other ancillaries necessary to mount<br />
various equipment such as <strong>BTS</strong><br />
(CDMA and GSM), various<br />
1 Set<br />
antennas etc.<br />
16 Working table and chair set 1 Set<br />
17 1m satellite antenna mounting pole<br />
on Enclosure/Shelter top<br />
1 Unit<br />
18 Electromechanical control system<br />
for microwave antenna adjustment<br />
1 Set<br />
19 Installation material (Lightening<br />
arrestor with bracket, cable (Coaxial,<br />
GPS, Power, Earthing etc),<br />
1 Set<br />
Grounding kits, coaxial<br />
connectorsetc<br />
20 Standard tools as per Annex V 1 Set<br />
21 Emergency Camping gear 1 Set<br />
Total<br />
Total price CIF <strong>Nepal</strong> Boarder in US$ or EURO (in figures) : _______________________ _________<br />
(in words) : __________________________________________________________________________<br />
Total price for inland delivery to final destination in NRs. (in figures) : _______________________<br />
(in words) : ____________________________<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 43 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Breakdown of Price Schedule of each items included in High Capacity <strong>Mobile</strong> <strong>Vehicle</strong> (HCMV)<br />
Name of Bidder :<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>.<br />
SN<br />
Description<br />
(with Model No. and Make)<br />
Country of<br />
Origin<br />
Quantity<br />
Unit<br />
1 <strong>Vehicle</strong> for mounting the mobile<br />
<strong>BTS</strong> with the following accessories.<br />
1 Set<br />
2 Diesel Generating Set 1 Unit<br />
3 SMPS Rectifiers 1 Set<br />
4 Spare Rectifier Module 1 Unit<br />
5 Maintenance free battery 1 Set<br />
6 Air Conditioning Unit 1 Set<br />
7 KU band Satellite mounting system<br />
at the top of Enclosure/Shelter<br />
1 Set<br />
8 Indoor 19” rack for satellite modem,<br />
MW IDU and HDSL modem<br />
1 Set<br />
9 15 m Mast as per technical<br />
specification<br />
1 Set<br />
10 Other ancillaries necessary to mount<br />
various equipment such as <strong>BTS</strong><br />
(CDMA and GSM), various<br />
1 Set<br />
antennas etc.<br />
11 Working table and chair set 1 Set<br />
Unit price FOB<br />
port or specify<br />
port of loading<br />
in US$ or<br />
EURO<br />
Unit price for<br />
Insurance in<br />
US$ or EURO<br />
Unit price<br />
for freight<br />
in US$ or<br />
EURO<br />
Unit price<br />
CIF <strong>Nepal</strong><br />
Boarder in<br />
US$ or<br />
EURO<br />
Unit price CIF<br />
<strong>Nepal</strong> Boarder<br />
in US$ or<br />
EURO in<br />
words<br />
Total price<br />
CIF <strong>Nepal</strong><br />
Boarder in<br />
US$ or<br />
EURO<br />
Unit price of<br />
Inland delivery to<br />
final destination<br />
in NRs.<br />
Total price of<br />
Inland delivery to<br />
final destination<br />
in NRs<br />
12 1m satellite antenna mounting pole<br />
on Enclosure/Shelter top<br />
13 Electromechanical control system<br />
for microwave antenna adjustment<br />
1 Unit<br />
1 Set<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 44 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
14 Installation material (Lightening<br />
arrestor with bracket, cable (Coaxial,<br />
GPS, Power, Earthing etc),<br />
1 Set<br />
Grounding kits, coaxial<br />
connectorsetc<br />
15 Standard tools as per Annex V 1 Set<br />
Total<br />
Total price CIF <strong>Nepal</strong> Boarder in US$ or EURO (in figures) : _______________________ _________<br />
(in words) : __________________________________________________________________________<br />
Total price for inland delivery to final destination in NRs. (in figures) : _______________________<br />
(in words) : ____________________________<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 45 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Breakdown of Price Schedule of each items included in Low Capacity <strong>Mobile</strong> <strong>Vehicle</strong> (LCMV)<br />
Name of Bidder :<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>.<br />
SN<br />
Description<br />
(with Model No. and Make)<br />
Country of<br />
Origin<br />
Quantity<br />
Unit<br />
1 <strong>Vehicle</strong> for mounting the mobile<br />
<strong>BTS</strong> with the following accessories.<br />
1 Set<br />
2 Diesel Generating Set 1 Unit<br />
3 SMPS Rectifiers 1 Set<br />
4 Spare Rectifier module 1 Unit<br />
5 Maintenance free battery 1 Set<br />
6 Air Conditioning Unit 1 Set<br />
7 KU band Satellite mounting system<br />
at the top of Enclosure/Shelter<br />
1 Set<br />
8 Indoor 19” rack for satellite modem,<br />
MW IDU and HDSL modem<br />
1 Set<br />
9 Suitable Mast to hold 4 units of<br />
OMNI directional antenna in Set<br />
1 Set<br />
10 Other ancillaries necessary to mount<br />
various equipment such as <strong>BTS</strong><br />
(CDMA and GSM), various<br />
1 Set<br />
antennas etc.<br />
11 Working table and chair set 1 Set<br />
Unit price FOB<br />
port or specify<br />
port of loading<br />
in US$ or<br />
EURO<br />
Unit price for<br />
Insurance in<br />
US$ or EURO<br />
Unit price<br />
for freight<br />
in US$ or<br />
EURO<br />
Unit price<br />
CIF <strong>Nepal</strong><br />
Boarder in<br />
US$ or<br />
EURO<br />
Unit price CIF<br />
<strong>Nepal</strong> Boarder<br />
in US$ or<br />
EURO in<br />
words<br />
Total price<br />
CIF <strong>Nepal</strong><br />
Boarder in<br />
US$ or<br />
EURO<br />
Unit price of<br />
Inland delivery to<br />
final destination<br />
in NRs.<br />
Total price of<br />
Inland delivery to<br />
final destination<br />
in NRs<br />
12 1m satellite antenna mounting pole<br />
on Enclosure/Shelter top<br />
1 Unit<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 46 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
13 Installation material (Lightening<br />
arrestor with bracket, cable<br />
(Coaxial, GPS, Power, Earthing<br />
1 Set<br />
etc), Grounding kits, coaxial<br />
connectors etc<br />
14 Standard tools as per Annex V 1 Set<br />
Total<br />
Total price CIF <strong>Nepal</strong> Boarder in US$ or EURO (in figures) : _______________________ _________<br />
(in words) : __________________________________________________________________________<br />
Total price for inland delivery to final destination in NRs. (in figures) : _______________________<br />
(in words) : ____________________________<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Page 47 of 91
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Section VIII<br />
(Technical Specification)<br />
Chapter – I :<br />
General Conditions<br />
for<br />
<strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Section VIII<br />
Chapter – I: General Conditions for <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Clause<br />
No.<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>'s Requirements<br />
1 Introduction<br />
NT intends to provide the emergency response service and wireless<br />
coverage/capacity expansion service using various types of <strong>Mobile</strong> <strong>BTS</strong><br />
<strong>Vehicle</strong>. The <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> shall house the telecommunication<br />
equipment as described in Annex I. The <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> shall be equipped<br />
with a folding Pole type mast system, in-house power supply system with Air<br />
conditioning system and Enclosure/Shelter of appropriate size to house the<br />
equipments as per the dimensions described in Annex II.<br />
Bidder shall state as<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non-compliant<br />
The requirement of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> is categorized as following:<br />
Type I: Emergency Response <strong>Vehicle</strong> (ERV)<br />
Type II: High Capacity <strong>Mobile</strong> <strong>Vehicle</strong> (HCMV)<br />
Type III: Low Capacity <strong>Mobile</strong> <strong>Vehicle</strong> (LCMV)<br />
All the <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> shall be equipped with :<br />
a. Enclosure / Shelter of appropriate size<br />
b. Folding Pole type un-guyed Mast System,<br />
c. In-built Power Supply System with Air conditioning<br />
i. Diesel Generator<br />
ii. SMPS Rectifier<br />
iii. Maintenance Free Battery<br />
iv. Air-conditioning system<br />
d. Appropriate vehicle to mount all the accessories necessary for <strong>Mobile</strong><br />
<strong>BTS</strong>.<br />
e. Standard tool box with a tool set as per Annex V.<br />
1.1 The bidder shall deliver all the equipment to the <strong>Nepal</strong> <strong>Telecom</strong>'s Respective<br />
Store as mentioned in the Section VI: Schedule of Requirement. Then the<br />
Bidder shall collect the equipment to be provided by <strong>Nepal</strong> <strong>Telecom</strong>.<br />
Finally the bidder, in coordination with the <strong>Nepal</strong> <strong>Telecom</strong>’s representative,<br />
shall install, test and commission the complete system. All cost associated<br />
with such processes till commissioning of the system shall be borne by the<br />
bidder.
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
2.1 Type I: Emergency Response <strong>Vehicle</strong><br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>'s Requirements<br />
2.1.1 This type of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> shall be used as an emergency response<br />
vehicle. The offered vehicle shall be a complete system comprising of a<br />
vehicle, inbuilt power supply system with air-conditioning, wireless<br />
telecommunication solution using <strong>BTS</strong>, BSC, MSC including HLR, VLR as<br />
required, of the appropriate technology. The wireless portion shall<br />
compulsorily function in the NT licensed band either for CDMA or GSM as per<br />
Annex III.<br />
Bidder shall state as<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non-compliant<br />
All the call processing, switching shall be done from the system installed in<br />
the vehicle itself, independent of any other system.<br />
The offered core system shall have capability to interconnect minimum of 10<br />
additional CDMA S111/GSM S444 <strong>BTS</strong> to be stationed at various temporary<br />
locations. The offered core system shall support simultaneous operation of all<br />
the interconnected <strong>BTS</strong> at ultimate load with switching, call processing, and<br />
operational requirement. The bidder shall quote the price of additional 5 such<br />
<strong>BTS</strong> with all the necessary accessories.<br />
The offered solution shall have end to end 3G features and capabilities<br />
(supporting video conferencing and high speed data transmission) installed<br />
and in ready to go condition.<br />
All the interconnections shall be based on IP. For the interconnectivity with<br />
the existing PSTN and other wireless network viz. GSM and CDMA, the<br />
offered solution shall have provision of POI with 1+1 STM optical connection<br />
upgradable to minimum of 1 more STM connection.<br />
2.1.2 For the wireless coverage, the vehicle shall be equipped with a folding pole<br />
type mast of height 15m. The mast shall have pre-installed sectored antenna<br />
for wireless coverage with the gain of at least 18 dBi along with other antenna<br />
and accessories if necessary.<br />
2.1.3 For the POI connectivity the offered <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> shall have the<br />
provision of mounting a KU band Satellite antenna and a GPS antenna (if<br />
necessary) on top of the Enclosure/Shelter.<br />
2.1.4 The offered solution shall be capable of providing the wireless<br />
telecommunication service using the commercially available GSM or CDMA<br />
handsets. The offered solution shall be capable of providing service to new<br />
subscribers not registered in the existing system as well as the authorized<br />
existing subscribers. Such configurations shall be adjustable using an OMC<br />
system inbuilt in the vehicle.<br />
2.1.5 The bidder shall furnish the detailed description, procedure and capability of<br />
the offered system to demonstrate the above mentioned objectives along<br />
with the bid document.
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>'s Requirements<br />
2.1.6 All the electrical equipments shall be housed in Enclosure/Shelter mounted<br />
on the vehicle. The offered Enclosure/Shelter shall have enough working<br />
space for 2 technical personnel. The Enclosure/Shelter shall have additional<br />
19” rack to house a satellite modem and other equipments.<br />
2.2 Type II: High Capacity <strong>Mobile</strong> <strong>Vehicle</strong> (HCMV)<br />
2.2.1 This type of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> shall be used as High Capacity <strong>Mobile</strong> <strong>Vehicle</strong>.<br />
The offered vehicle shall be a complete system comprising of a vehicle and<br />
inbuilt power supply system with air-conditioning.<br />
2.2.2 For the wireless coverage, the vehicle shall be equipped with a folding pole<br />
type mast of height 15m. The mast shall have sufficient space and<br />
arrangement for the installation of 3 sectored Dual system antennas for GSM<br />
and CDMA system and a microwave link antenna of 1.2m dia.<br />
2.2.3 The Enclosure/Shelter shall have enough space allocated to house 2 <strong>BTS</strong> racks<br />
of GSM and CDMA system.<br />
2.2.4 The offered Enclosure/Shelter shall have enough working space for 2<br />
technical personnel.<br />
2.2.5 The Enclosure/Shelter shall have additional 19” rack to mount a satellite<br />
modem, microwave radio IDU and a DSL modem.<br />
2.2.6 The offered Enclosure/Shelter shall have provision of mounting a KU band<br />
Satellite antenna and a GPS antenna with a support pipe of size<br />
Ф27mm×300mm at the top of the Enclosure/Shelter.<br />
2.3 Type III: Low Capacity <strong>Mobile</strong> <strong>Vehicle</strong> (LCMV)<br />
2.3.1 This type of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> shall be used as a Low Capacity <strong>Mobile</strong><br />
<strong>Vehicle</strong>. The offered vehicle shall be a complete system, comprising of a<br />
vehicle and inbuilt power supply system.<br />
2.3.2 For the wireless coverage, the vehicle shall be equipped with four Omni<br />
directional antenna supporting structure of suitable height (preferably<br />
extending 0.5m to 1m above the top of the Enclosure/Shelter) at the four<br />
corners of the Enclosure/Shelter top or a vehicle body top. The antenna<br />
supporting structure with the mounted antenna shall be collapsible.<br />
Bidder shall state as<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non-compliant<br />
There shall be a provision for installation of a microwave link antenna of 1.2m<br />
diameter, a KU band Satellite antenna and a GPS antenna with a support pipe<br />
of size Ф27mm×300mm at the top of the Enclosure/Shelter or a vehicle body.<br />
2.3.3 The vehicle shall have enough space to accommodate 2 Micro <strong>BTS</strong> racks of<br />
GSM and CDMA system as per Annex II.<br />
2.3.4 The offered vehicle shall have enough working space for 1 technical<br />
personnel.<br />
2.3.5 The vehicle shall have additional 19” rack to mount a satellite modem,<br />
microwave radio IDU and a DSL modem.<br />
3.0 Ambient Conditions<br />
(environmental conditions : applicable to all equipment)<br />
3.1 Climatological Conditions of <strong>Nepal</strong><br />
Climatological conditions at major places of <strong>Nepal</strong> are mostly observed to be:-<br />
mean of daily maximum (annual) = 31.1 degree Celsius
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>'s Requirements<br />
mean of daily maximum in Summer = 38.1 degree Celsius<br />
,, minimum (annual) = 11.4 degree Celsius<br />
,, ,, in Winter = 2.0 degree Celsius<br />
maximum temperature reached<br />
= 43.7 degree Celsius<br />
minimum temperature reached<br />
= - 4.2 degree Celsius<br />
maximum vapour pressure reached = 40.0 mb<br />
3.2 Guaranteed Performance Conditions:<br />
The offered equipment shall be capable of maintaining its guaranteed<br />
performance when operated continuously and under any natural combination<br />
of the following environmental conditions:<br />
i. Temperature : -5°C to +55° C ambient.<br />
ii. Humidity : At any relative level up to 100%.<br />
iii. Dust : With a build up of dust on operational surfaces to a<br />
level which may occur in the rural environment of<br />
<strong>Nepal</strong>.<br />
iv. Altitude : At any altitude up to 5000 metres above mean sea<br />
level.<br />
Bidder shall state as<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non-compliant<br />
End of Section VIII : Chapter – I: General Conditions <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Chapter – II :<br />
Detail Technical Specification<br />
for<br />
Enclosure / Shelter
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Section VIII<br />
Chapter – II: Detail Technical Specifications for Enclosure / Shelter<br />
S/N<br />
Description<br />
1 The Enclosure/Shelter shall be used to house sensitive electronic mobile<br />
communications equipment, such as <strong>BTS</strong>, Radio equipment, Batteries,<br />
Rectifier etc.<br />
Enclosures/Shelters shall be designed to be lightweight to make it suitable<br />
for easy transportation. The proposed Enclosure/Shelter shall have its<br />
footprint within the offered <strong>BTS</strong> carrying vehicle/s footprint.<br />
Incase, the bidder offers the vehicle with the original body or pre-fabricated<br />
body (jeep or van etc) from the vehicle manufacturer, the passenger<br />
compartment of the vehicle shall be modified to meet the requirement<br />
specified herewith for the Enclosure/Shelter.<br />
2 Enclosure/Shelter shall have the internal dimensions to meet the space<br />
requirement to house the equipments as per the dimensions described in<br />
Annex II.<br />
3 The cladding material of Enclosure/Shelter's base, walls and roof shall be<br />
high-strength steel.<br />
4 The panels shall be insulated with minimum 60 mm thick Polyurethane foam<br />
having a minimum density of 40 kg/m 3 & thermal conductivity of 0.023<br />
W/mK using panel press and high pressure PU foaming equipment with a<br />
minimum pressure of 90 bar.<br />
5 The foaming materials used shall be fire retarding and self extinguishing as<br />
per ASTMD 1692 and shall conform to IS11239 BS 5608 and ASTMC 591<br />
specification. The foam insulation material shall be CFC free.<br />
6 The wall panels shall be strong enough to support the equipment (each<br />
weighing about 75Kg) to be mounted on a metal bracket fixed on the wall<br />
panels.<br />
7 The load bearing capacity of the roof shall comply with the items listed to be<br />
mounted on the roof in Annex II along with two technical personnel each<br />
weighing 80 Kgs.<br />
Bidder shall state as<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non-compliant<br />
The load bearing capacity of the floor panels shall not be less than 1500<br />
Kg/sqm.<br />
The roof shall be projected beyond the four side walls to give rain<br />
protection.<br />
8 Enclosure/Shelter shall be stable enough to withstand the wind load up to<br />
170 km per hour or to withstand earthquake effect as per seismic zone V of<br />
IS 1893, part 1, 2002 or equivalent.<br />
9 Enclosure/Shelter shall be of IP 54 protection class (watertight, no dust<br />
infiltration)<br />
10 Enclosure/Shelter shall have precise steel fixtures to provide openings for<br />
cable entry, air conditioning etc.
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
S/N<br />
Description<br />
11 Enclosure/Shelter shall be painted with corrosion resistant exterior finish (15<br />
years warranty, in continental climate). The colour of the inner and outer<br />
cladding of the panels shall be decided during contract negotiation with the<br />
successful bidder.<br />
12 Enclosure/Shelter shall have Protection mechanism against power surges,<br />
EMI, EMP and RFI through the use of power filters, surge suppressors and<br />
other appropriate technologies.<br />
13 The door shall be a single panel and shall be constructed of the same<br />
materials as wall, roof and floor panels. Appropriate gaskets shall be<br />
provided on all sides of the door to ensure perfect heat insulation.<br />
Bidder shall state as<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non-compliant<br />
The hydraulic door closer shall be provided to ensure slow and automatic<br />
door closing. All the hinges, screws etc. shall be made up of stainless steel or<br />
brass materials.<br />
The door shall be strongly secured by means of three-point cylinder locking<br />
system and shall have dust proof enclosure.<br />
The door shall have pickproof security stubs. The door panel shall open<br />
outward. A rain guard shall be provided to prevent the entry of rainwater<br />
through the open door.<br />
The door shall carry "NT" logo.<br />
The size of the door shall be at least 1000mm by 2000 mm. The equipped<br />
door size shall be wide enough to allow easy movement of all the<br />
equipments described in corresponding annexes and provided by the bidder.<br />
14 Enclosure/Shelter shall have provision for separate power supply<br />
port/socket to connect the external power supply from the generator or city<br />
supply via the suitable power feeding plug.<br />
15 Enclosure/Shelter shall have a single point grounding system provided at the<br />
exterior of the Enclosure/Shelter such that during operation, the grounding<br />
of the vehicle shall be done using Earthing probe and interconnection cable.<br />
The bidder shall provide appropriate Earthing probe with tool such that<br />
probing and retraction of the probe is possible within the minimal time.<br />
The indoor grounding bar for the installed equipments grounding<br />
termination shall be extended from the above mentioned external<br />
grounding point.<br />
16 Enclosure/Shelter shall be able to withstand the outside temperature<br />
ranging from -5 to +55 degree Celsius. An internal temperature of 23 degree<br />
Celsius (manually adjustable) is to be maintained irrespective of the outer<br />
temperature variation using a suitable split type Air-conditioning system.<br />
The air conditioning system shall be pre installed within the<br />
enclosure/Shelter such that it does not cause any disturbances for<br />
equipment installation and operator movement within the<br />
enclosure/Shelter.
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
S/N<br />
Description<br />
17 The Enclosure/Shelter shall have pre-wired light fixture with minimum of<br />
two CFL with suitable wattage running from the -48V DC supply.<br />
18 The Enclosure/Shelter shall be provided with anti static flooring.<br />
19 The Enclosure/Shelter shall have a cable entry points with suitable glands to<br />
allow the entry of ½” coaxial cable, 2 IF cable, 1 GPS cable and 3 other cable<br />
entry for cable of various sizes less than ½” in diameter. The numbers of ½”<br />
coaxial cable shall be as per Annex I.<br />
20 These entry systems shall be separate from the power supply<br />
interconnections.<br />
21 The Enclosure/Shelter shall have a cable ladder installed to hold ½” coaxial<br />
cable as per Annex I, 2 IF cable, 1 GPS cable and 3 other cable of various sizes<br />
less than ½” in diameter.<br />
22 The Enclosure/Shelter shall be equipped with Internal duct so that power<br />
cable, Transmission cable, Grounding cable are run through it from the 19”<br />
rack to the <strong>BTS</strong> equipment, DC PDB to equipment, Grounding point to<br />
equipment etc.<br />
23 The Enclosure/Shelter shall be equipped with a fire extinguisher system.<br />
24 The Enclosure/Shelter shall be equipped with a working table and chairs.<br />
25 The Enclosure/Shelter shall have provision of mounting a KU band Satellite<br />
antenna as per annex IV and a GPS antenna on the top of the<br />
Enclosure/Shelter.<br />
26 The Enclosure/Shelter shall be equipped with a detachable climbing ladder<br />
to the top of the Enclosure/Shelter.<br />
27 The Enclosure/Shelter shall be equipped with working lights at the top and<br />
surrounding the vehicle.<br />
28 All electrical wiring shall be labeled for easy operation and maintenance. All<br />
the systems as-built drawing shall be available on the working table.<br />
29 For the mounting of the indoor lightening arrestor set related to the RF cable<br />
grounding inside the Enclosure/Shelter, the bidder shall provide a lightening<br />
arrestor mount. The sample of the lightening arrestor set will be provided at<br />
the time of negotiation.<br />
30 The Enclosure/Shelter shall be equipped with at least 3 AC 220 V outlets.<br />
31 The Enclosure/Shelter shall have a provision of atleast one foldable bunker<br />
(sleeper) for sleeping/resting to allow the technical personel to rest if<br />
necessary.<br />
32 The Enclosure/Shelter of the Emergency Response <strong>Vehicle</strong> (ERV) shall have<br />
emergency camping gear consisting of but not limited to collapsible tent,<br />
inflatable bed/mat etc. for four persons.<br />
Bidder shall state as<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non-compliant<br />
End of Section VIII : Chapter – II : Detail Technical Specifications for<br />
Enclosure / Shelter
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Chapter – III :<br />
Detail Technical Specification<br />
for<br />
Folding Pole Type<br />
Mast System for ERV and HCMV
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Section VIII<br />
Chapter – III: Detail Technical Specifications for Folding Pole Type Mast System for<br />
ERV and HCMV<br />
S/N<br />
Description<br />
1 The mast shall be unguyed type.<br />
2 The mast shall be of folding/unfolding Pole type.<br />
3 The mast shall be of folding type such that the <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>'s sectored<br />
antenna, Microwave antenna, RF cable, IF cable can be affixed permanently<br />
even during the folding (or folded) position.<br />
4 The Raising and Lowering of the completely unfolded mast shall be done<br />
hydraulically or electrically. For emergency purpose, manual winch<br />
mechanism shall be provided for raising and lowering the unfolded mast. The<br />
folding and unfolding mechanism shall be designed such that the<br />
folding/unfolding personnel will not have to borne any vertical force from the<br />
mast structure.<br />
5 The complete footprint of the folded mast shall lie within the footprint of the<br />
<strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>.<br />
6 The height of the fully extended mast excluding the lightning arrestor portion<br />
shall be 15m AGL.<br />
7 Lightning arrestor of 1.5 m length shall be mounted at the top of the tower to<br />
provide the lightening protection cage for the entire vehicle,<br />
Enclosure/Shelter and other parts if present. The lightening arrestor shall be<br />
grounded at the grouting position itself such that separate grounding cable is<br />
not required.<br />
8 The wind loading on the mast shall be based on a ground level wind velocity<br />
of 170 km.p.h. and increasing with height in accordance with British Standard<br />
BSI CP3: chapter V: Part 2: September 1972 or the latest revision.<br />
9 The fully extended mast under the condition of negligible wind shall not<br />
deviate from the vertical position by more than 1/8% of the height of the<br />
structure.<br />
10 The mast shall be designed such that sway of the structure from the vertical<br />
shall not exceed 0.9 % of the height under full wind load.<br />
11 The bidder shall furnish the design information of the maximum deflection,<br />
tilt and twist at the top of the structure when subjected to the maximum<br />
design wind velocity along with the bid document.<br />
12 All steel work and fittings used in the assembly of pole shall be galvanized by<br />
the hot dip galvanization process after fabrication as per ASTM A 123.<br />
13 The thickness of galvanization shall be more than 500 grams per M 2 .<br />
14 Pole members shall be painted using two different colours after galvanization.<br />
The paint shall be firmly adherent and shall have outstanding resistant<br />
property against water, chemical, brine and crude oil.<br />
15 The upper 1.5m portion of the mast shall be equipped with electromechanically<br />
adjustable Antenna Mounting System (AMS) to hold a 1.2m<br />
plain antenna.<br />
The electro-mechanical adjustment shall have the following capabilities<br />
i. ±45º Azimuth adjustment<br />
ii. ±10º Elevation adjustment<br />
Bidder shall state as<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non-compliant
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
S/N<br />
Description<br />
iii. The electro-mechanical adjustment control box shall be easily<br />
accessible.<br />
iv. The AMS shall have a grounding point equipped with a 10mm nut and<br />
bolt mechanism to realize the grounding of the ODU of microwave<br />
radio.<br />
16 The remaining 240º portion of the topmost 1.5 m section shall be equipped to<br />
hold 2 nos. of sectored antenna of the length 1.5m.<br />
17 The 1m portion starting from 1.5 m to 2.5m from the top shall be left free to<br />
maintain the electromagnetic separation required to maintain the system free<br />
from interference.<br />
18 The appropriate portion starting from 2.5 m from the top shall be equipped to<br />
hold 3 nos. of offered dual system sectored antenna.<br />
19 The mast shall be equipped with a light activated DC tower light at the top.<br />
20 The folded mast shall not limit the azimuth and elevation adjustment of<br />
the installed 1.8m KU band antenna system.<br />
21 The offered mast shall be capable of folding completely along with the<br />
installed sectored and microwave antenna system without any damage<br />
to the antenna and feeder system.<br />
22 The mast & horizontal run (to be provided by the bidder) shall have<br />
clamping arrangement in each running meter to accommodate the said<br />
nos. of ½” coaxial cable and IF cable as per Annex I.<br />
23 The bidder shall provide ½” coaxial cable, antenna side connectors and<br />
<strong>BTS</strong> side connectors as per sample to be provided during negotiation.<br />
The bidder shall also provide grounding kits for coaxial cable to be<br />
terminated at the antenna end and at the cable entry point. The<br />
grounding termination bar near the sectored antenna and the cable entry<br />
point shall be provided. The quantity of each item shall be as per<br />
Annex I.<br />
Bidder shall state as<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non-compliant<br />
End of Section VIII : Chapter – III : Detail Technical Specifications for<br />
Folding Pole Type Mast System for ERV and HCMV
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Chapter – IV :<br />
Detail Technical Specification<br />
for<br />
In-built Power Supply System<br />
&<br />
Air Conditioning System
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Section VIII<br />
Chapter – IV: Detail Technical Specifications for In-Built Power Supply System & Air<br />
Conditioning System<br />
The <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> shall have independent in-built Power Supply System & Air conditioning system consisting of<br />
the following:<br />
a. Diesel Generating Set<br />
b. SMPS Rectifier<br />
c. Maintenance Free Battery<br />
d. Air conditioning system<br />
Part A: Diesel Generating Set (Gen set)<br />
S/N<br />
Description<br />
1. Diesel Generating Set :<br />
Bidder shall state as<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non-compliant<br />
The Diesel Generating set for the <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> shall be single phase 220 Volts,<br />
50 Hz A.C.<br />
2.0 Capacity & type<br />
The capacity of the Diesel Generating set shall not be less than 1.5 times of the total<br />
load of all the equipment to be housed in the Enclosure/Shelter. The bidder shall<br />
submit the detailed power calculation (AC & DC) along with the bid document.<br />
The Generating set shall be suitable for telecommunications and electronic<br />
equipment.<br />
2.1.0 Diesel Generating Sets and Auxiliary Equipment<br />
The generating set shall be completely factory assembled Diesel Generating set with<br />
all necessary accessories, auxiliaries, cables and control equipment resulting in a<br />
complete self contained unit capable of operation.<br />
The set shall be arranged for electric starting with start, stop and test button.<br />
2.1.1 The generating set shall be enclosed in the sound attenuated, weatherproof enclosure<br />
separate from <strong>BTS</strong> shelter and mounted on extendable structure at suitable place on<br />
the vehicle. It shall be provided in ready to use condition.<br />
The overall noise level shall be less than 75 dB(A) at one meter from the enclosure<br />
surface.<br />
2.2.0 Diesel Engine and Accessories<br />
The generating set shall be equipped with 4 strokes, naturally aspirated or turbocharged,<br />
vertical in line or “V” type heavy duty Industrial Diesel Engine.<br />
The engine shall be manufactured in accordance to the B.S. 5514.<br />
2.2.1 Engine Speed Governing System<br />
Engine speed shall be governed by a governor, to maintain generator frequency<br />
within 2 Hz of normal frequency rating from no-load to full load generator output.<br />
2.2.2 Engine Fuel System<br />
i) The engine shall be provided with all necessary equipment such as fuel filter,<br />
connecting pipes etc..<br />
ii) A hand pump for bleeding the fuel system shall be incorporated.<br />
2.2.3 Day Tank<br />
Each Gen-set shall be supplied with a day tank to contain enough diesel to run it for<br />
at least 24 hours on full load. The tank shall be fitted with a fuel level indicator.
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
S/N<br />
Description<br />
2.2.4 Engine Lubricating Oil System<br />
i) Lubricating Oil Filters shall be full-flow type (throw-away type).<br />
ii) Duration between the two regular maintenance (i.e mainly the change of the<br />
lubrication oil) shall be more than 200 hours or more than 6 months.<br />
2.2.5 Engine cooling system<br />
The Engine shall be water-cooled.<br />
2.2.6 Engine Safety Shutdown controls and Alarms<br />
Engine safety shutdown control shall be provided that will function to immediately<br />
shut-off delivery of fuel to the engine cylinders and generate visual and audible<br />
alarm, when actuated by a condition of<br />
(i) Low water level<br />
(ii) High water temperature<br />
(iii) Low lubricating oil pressure<br />
(iv) Over speed<br />
2.3.0 Battery Charger<br />
The battery charger shall be enclosed, solid-state type, mounted in the control cubicle.<br />
2.4.0 Generator (Alternator)<br />
The electric output of the generator shall be as below :<br />
2.4.1 Output voltage : 220 + 5 % Volts AC, Single Phase<br />
Frequency : 50 + 2 Hz<br />
2.4.2 The power factor of the generator shall be 0.8<br />
2.5.0 Generator (Alternator) Protection<br />
2.5.1 Generator Safety Shutdown controls and Alarms Control shall be provided that will<br />
function to immediately shut-off delivery of fuel to the engine cylinders and generate<br />
visual and audible alarm, when actuated by a condition of<br />
(a) Over or under voltage (220 + 10 % Volts)<br />
(b) Over or under frequency (beyond 50 + 3 Hertz)<br />
(c) Over load (adjustable)<br />
2.6* The generator rotor shall be mounted on an extended shaft, which shall be coupled<br />
rigidly to the engine crankshaft.<br />
2.7 Radio Frequency Interference and TV Interference Suppression shall be<br />
incorporated in the generator design.<br />
2.8.0 Gen-Set Control Cubicle<br />
2.8.1 All accessories and equipment in the Control Cubicle shall be front accessible for<br />
ease of maintenance or servicing. All the necessary power cable, signal cables etc.<br />
shall be connected. The cables (power, signal etc.) and bus bar shall be made up of<br />
copper as per the International Standard.<br />
2.8.2 Mains Supply<br />
The vehicles when parked in the premises of <strong>Nepal</strong> <strong>Telecom</strong>, mains supply shall be<br />
used to charge batteries and to operate the <strong>BTS</strong> station for testing, trainining and/or as<br />
a temporary <strong>BTS</strong> station.<br />
Also, if the city supply is available in the field, the <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> may use the<br />
mains supply.<br />
Hence, the control cubicle shall have provision to connect the mains supply.<br />
2.8.3 Transfer Switch<br />
Transfer switch of suitable capacity shall be furnished to select the power supply<br />
between the mains supply and generating set supply. This Transfer Switch may be<br />
integral part of the control cubicle or a separate cabinet.<br />
All the incoming and outgoing power cable connectors and other exposed high<br />
voltage cable shall be shielded with suitable transparent insulating cover.<br />
2.8.4 The Control Cubicle shall have the following components:<br />
(i) Lubrication oil pressure gauge (electric type).<br />
(ii) Coolant Temperature Indicators (electric type).<br />
Bidder shall state as<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non-compliant
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
S/N<br />
Description<br />
(iii) An analogue Cumulative Running Time Meter to display the engine runs time<br />
upto 9999.9 hours or more. The running time meter shall be able to record the<br />
run time whenever the engine operates (i.e. during automatic mode, manual<br />
mode or during test mode.)<br />
(iv) Ammeter (for load current)<br />
(v) City supply voltage<br />
(vi) Generator output voltage<br />
(vii) Starter battery voltage<br />
(viii) ammeter to indicate starter battery charge current<br />
(ix) Frequency Meter (mains supply)<br />
(x) Frequency Meter (Gen-set supply)<br />
The control Cubicle shall have Indication lamps to indicate the following<br />
(i) mains voltage present<br />
(ii) generator voltage present<br />
(iii) load fed by mains supply<br />
(iv) load fed by generator supply<br />
2.8.5 Start/stop control:<br />
The control panel shall have start, stop and test button for starting, stoping and testing<br />
of the Generating set.<br />
2.8.6 Alarms<br />
Both audio and visual alarm signals shall be generated whenever there is any fault in<br />
the Engine, Generator, Generator Control cubicle or the AC distribution panel.<br />
An Audible alarm mute push button shall also be provided.<br />
Bidder shall state as<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non-compliant
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Part B: Switch Mode Power Supply (SMPS) Rectifier System<br />
S/N Description<br />
Bidder shall state<br />
as Fully<br />
Compliant/<br />
Partially<br />
Compliant/ Noncompliant<br />
1.0 The SMPS rectifier system shall be used to provide - 48V DC supply to<br />
telecommunications equipment as well as to charge the backup batteries.<br />
1.1 The rectifier system shall comprise of - 48V DC SMPS rectifier modules to meet<br />
the required capacity. It shall also have one additional rectifier module as spare.<br />
Each individual rectifier module shall be capable of operating independently.<br />
1.2 The rectifier system may consist of a seperate Rectifier cabinet or<br />
accommodated (housed) in the racks provided in the enclosure/shelter to save<br />
space. It shall be equipped with all necessary input protective devices for<br />
modules.<br />
1.3 The rectifier system shall consist of AC distribution system for input distribution<br />
and protection.<br />
1.4 The rectifier system shall consist of DC distribution System for output DC<br />
distribution and protection.<br />
2.0 Input requirement:<br />
2.1 The nominal operating AC input voltage for the SMPS rectifier module shall be<br />
220 V Sine wave (single phase).<br />
2.2 The individual SMPS rectifier modules shall be able to operate on AC input<br />
voltage range of 220 V - 25 % / + 15 % ( ie. from 165 V to 253 V )<br />
2.3 The rated frequency of the rectifier shall be 50 Hz.<br />
2.4 The operating frequency range of the rectifier module shall be 45Hz to 55Hz.<br />
2.5* Rated current:<br />
The sizing of the SMPS rectifier shall be done based on following formula and<br />
supplied accordingly:<br />
SMPS Rectifier Capacity (A) =1.5 * {Battery capacity (AH) / (CH * CE) + daily<br />
Load Current (A)}<br />
Where, CH (Charging hour) = 10 hours.<br />
CE= Charging efficiency<br />
Battery capacity (AH) shall be as per Battery sizing rule described in Section<br />
VIII: Chapter IV, Part C, clause No 22.<br />
Daily load current shall include power consumption of all the equipments DC<br />
power consumption.<br />
The calculated rectifier capacity shall be configured in a way that no<br />
individual rectifier module shall be less than 25 A and configured in N+1<br />
Configuration. Where, N stands for number of rectifier modules required to<br />
meet the calculated rectifier capacity.<br />
3.0 Output requirement:<br />
3.1 The rated output DC voltage of SMPS rectifier modules shall be - 48 VDC.<br />
3.2 Output voltage range :<br />
The factory set value for nominal float voltage of SMPS rectifier modules shall<br />
be 53.5 V (adjustable between 42 V to 58 V).<br />
The factory set value of nominal boost charge voltage of SMPS rectifier<br />
modules shall be 56.5 (adjustable between 42 V to 58 V).
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
S/N Description<br />
3.3 The voltage regulation of the SMPS rectifier shall be + 0.5 % from no load to<br />
full load.<br />
4.0 Protection (Output side):<br />
The SMPS rectifier modules shall be:<br />
4.1 Protected against short circuit<br />
4.2 Protected against reverse polarity.<br />
4.3 Protected against high output voltage. The factory set value shall be 57 V<br />
(adjustable up to 58 V) and lead to instantaneous shutdown of rectifier<br />
modules if the output voltage exceeds the preset value.<br />
4.4 Protected against low output voltage. The factory set value shall be 44 V<br />
(adjustable up to 42 VDC) and lead to instantaneous shutdown of rectifier<br />
modules if the output voltage drops below the preset value.<br />
4.5 Protected against high temperature (shall be built inside SMPS modules).<br />
4.6 Protected against high input current.<br />
5 The power factor shall be greater than 0.9<br />
6 The individual SMPS modules shall have efficiency of at least 90%<br />
7 Special features of SMPS rectifier modules :<br />
7.1 The rectifier modules shall be designed to accommodate in a suitable rack in a<br />
cabinet system.<br />
7.2 The individual module shall operate in a stand-alone mode as well as in<br />
parallel mode. When operating in parallel mode it shall have a facility of load<br />
sharing (< 10% of rated output current) between the rectifier modules in a<br />
system.<br />
7.3 The modules shall have current limit facility adjustable from 20% -100% of<br />
rated output current.<br />
7.4 The module shall have soft start facility during starting period.<br />
7.5 Each rectifier modules shall have cooling facility, either by forced ventilation or<br />
natural convection.<br />
7.6 Each rectifier modules shall be facilitated for selection of:<br />
a. Float charge mode ( adjustable )<br />
b. Boost charge mode (adjustable )<br />
8 Central display, control and alarms :<br />
8.1 The rectifier system shall have visual display units. In addition to visual display,<br />
audible and visual alarms shall also be provided in a system to indicate fault in<br />
module or in a system.<br />
8.2 Major fault alarms (audio and visual) in a system like output fuse failure,<br />
battery fuse failure and rectifier module shutdown etc. shall be provided.<br />
8.3 The rectifier system shall have instrument to measure the following:<br />
a. Individual module current<br />
b. Individual module voltage<br />
c. Total load current/voltage<br />
d. Battery charging / discharging current/voltage<br />
e. Display of all indicated alarms<br />
Bidder shall state<br />
as Fully<br />
Compliant/<br />
Partially<br />
Compliant/ Noncompliant
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
S/N Description<br />
8.4 In normal operation, the system shall deliver the current to the loads and<br />
maintain the batteries at full charge.<br />
8.5 Whenever the generator (or mains) supply is absent or out of limit, the<br />
rectifier control unit shall cutoff the input to the individual module array. The<br />
control unit shall continue the load power supply via the storage battery<br />
automatically.<br />
8.6 When the generator (or mains) supply is restored and the input parameters<br />
are within specified limit, then the rectifier shall resume the input supply to<br />
the individual module array. The load supply shall be resumed through the<br />
module supply and battery discharge process shall be stopped and charging<br />
process shall start.<br />
9 DC distribution unit :<br />
DC PDB shall be installed near the equipment area with minimum of 13 DC<br />
distribution points with fuses of following Rating:<br />
a) 2 X 63A DC MCB<br />
b) 2 X 32A DC MCB<br />
c) 2 X 16A DC MCB<br />
d) 5 X 6A DC MCB<br />
e) For the Battery connection, at least two points shall be provided with<br />
appropriate size HRC Fuse<br />
9.1 The DC output distribution shall be made from copper bus bars through fuses /<br />
MCB's for different loads and the battery connection.<br />
9.2 All distribution points shall be provided in the front side of the system.<br />
9.3 Sufficient space shall be provided in the system for DC distribution cable<br />
connection, bends etc.<br />
9.4 Sufficient space shall be provided between positive and negative bus bars.<br />
9.5 Provision for individual load current measurement shall be provided.<br />
9.6 All internal connection within the DC distribution bus bars, distribution points,<br />
controls etc. shall be done with insulated flexible copper cables of appropriate<br />
size.<br />
10 AC distribution units :<br />
10.1 Input AC system shall be of Single-phase 2-wire system.<br />
10.2 AC distribution system shall comprise of sufficient AC distribution points via<br />
over current protective devices.<br />
Bidder shall state<br />
as Fully<br />
Compliant/<br />
Partially<br />
Compliant/ Noncompliant<br />
10.3 AC distribution system shall be provided with voltage, current, frequency<br />
measurement and display units.<br />
10.4 AC distribution system shall be provided with one set of lightning surge<br />
protection device (Class C type) to protect the rectifier modules. A set of<br />
lightening protection device shall consist of protection unit for each phase and<br />
the neutral.
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Part C: Maintenance Free Valve Regulated Lead Acid Battery<br />
S/N Description Bidder shall state as<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non-compliant<br />
1 The offered batteries shall be completely maintenance free throughout<br />
the battery life and suitable for telecommunications application.<br />
2 The individual cell shall be enclosed type.<br />
3 The container box shall be of suitable material with plate groups and<br />
separators, assembled and filled with electrolyte.<br />
4 The container shall be made up of a range of co-polymers based on<br />
acrylonitrile / styrene, a high grade and acid resistant plastic material and<br />
shall be consistent with the life of the battery.<br />
5 The container shall be secured against electrolyte leakage.<br />
6 The Container shall be fitted with Pressure releasing valve capable of<br />
preventing explosions.<br />
7 The container/lid shall carry the identification marks indicating<br />
a. Cell Type<br />
b. Ampere hour Capacity at 10 hr Rate<br />
8 The cell lids / Covers shall be made up of suitable plastic Material<br />
compatible with the container material for heat sealing.<br />
9 The complete design shall include pillars to the lead seal which shall be<br />
designed to remain gas tight and electrolyte tight during the designed life<br />
of the cell.<br />
10 The container lid shall carry the identification of positive (+ve) and (–ve)<br />
terminal adjacent to the respective terminals.<br />
11 Separators used shall be of AGM (Absorbent Glass Mat) type.<br />
12 The valve shall be made up of suitable material. This shall be explosion<br />
resistant and self releasing and pressure regulating type.<br />
13 The offered cell shall have negative plates with maintenance free lead<br />
alloy.<br />
14 Connectors for individual cell connection (Series and parallel) shall be<br />
maintenance free screw in insulated flexible cable of suitable length so<br />
that cells can be connected in any orientation (Horizontal / Vertical) with<br />
insulated terminal covers.<br />
15 The offered batteries shall be designed for continuous full load operation<br />
under condition from -5 0 C temperature up to 50 0 C.<br />
16 The assigned capacity rating shall be expressed in ampere hours (after<br />
correction to 25 degree Celsius) stated by manufacturer to be obtained<br />
when the cell is discharged at 10 hour rate to the final discharge voltage.<br />
17 Discharge characteristics including the 100, 50, 10, 1 hour rates of<br />
discharge shall be provided in the offer.<br />
18 The service life of the offered batteries shall be expressed in nos. of<br />
cycles at 20 % depth of discharge (DOD) and shall not be less than 3500<br />
cycles at 20 % DOD.<br />
19 Self-discharge rate of batteries shall not be more than 1% per week.<br />
20 The offered battery stand/cabinet shall be of acid proof type<br />
21 The Battery backup time shall be of 2 Hours for all the <strong>Telecom</strong><br />
equipments.
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
S/N Description Bidder shall state as<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non-compliant<br />
22* The capacity of the each storage battery shall be calculated based on<br />
following formula at 25 degrees C ambient temperature:<br />
* Battery capacity (Ah) @ C10 = (Daily Load (Ah) * days of<br />
autonomy) / 0.8 (DOD at 80%)
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Part D: Split Type Air-Conditioning Equipment<br />
S/N Description Bidder shall state as<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non-compliant<br />
1 Air-Conditioning Unit shall be used to maintain the inside temperature of the<br />
Enclosure/Shelter (where telecommunications equipments are installed) at a predefined<br />
temperature.<br />
2 The Air Conditioning Unit shall be Split Type Air - Conditioning Unit preferably<br />
with DC Inverter type compressor.<br />
3 The cooling capacity of the Air - Conditioning Unit shall be enough to maintain<br />
the Enclosure/Shelter at predefined temperature i.e. 23 0 C with all the<br />
equipment as detailed in Annex I (type I & II) & according to power<br />
consumption as per Annex II operating at full load along with two technical<br />
persons working in the Enclosure/Shelter.<br />
The bidder shall also furnish the detailed calculation during the bid submission.<br />
4 The refrigerant used in the air conditioning units shall be CFC Free<br />
environmental friendly refrigerant (preferably R-410A).<br />
5 The compressor shall be of rotary or scroll type.<br />
6 The Input voltage for the Air-Conditioning Unit shall be Single Phase AC supply<br />
with voltage of 220 V and Frequency of 50 +/- 2 Hz.<br />
7 The Evaporator (indoor) of the air handling unit shall be air cooling type. The<br />
evaporator shall be constructed with copper pipes and Aluminum fins. It shall<br />
have the provision for collecting and draining the condense water.<br />
8 The Condensing (outdoor) Units shall have the air cooled type condenser. The<br />
condenser shall be constructed with copper pipes and Aluminum fins. The<br />
Condensing Unit shall be able to operate on out side ambient temperatures<br />
from -5 0 C to 55 0 C.<br />
9 The air filter shall be easily removable and washable type.<br />
10 Control Unit (Controller)<br />
The Control Unit (Controller) may be an integral part of the indoor unit or wall<br />
mounted, fully enclosed dust-tight design having concealed hinges and locking<br />
handle.<br />
The control unit (controller) shall automatically control the operation of airconditioning<br />
unit in telecommunications equipment room in auto mode.<br />
The Controller shall have a selectable switch to operate the air conditioning<br />
unit in three different modes. They are:<br />
a. Auto mode<br />
b. Manual or Test Mode<br />
c. Off mode<br />
The air conditioning unit shall operate with manual as well as remote switch.<br />
11 The Controller shall have micro-processor based controller unit with LED<br />
display and functional buttons. It shall be user friendly and easy to use.<br />
12 The Controller shall continuously monitor real time temperature inside the<br />
equipment room.<br />
13 The Controller shall have facility to set the normal operating temperature that<br />
is needed to be maintained inside the room between 20 to 25 o C.<br />
End of Section VIII : Chapter – IV : Detail Technical Specifications for<br />
In-Built Power Supply System & Air conditioning system
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Chapter – V :<br />
Detail Technical Specification<br />
for<br />
<strong>Vehicle</strong>
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Section VIII<br />
Chapter – V: Detail Technical Specifications for <strong>Vehicle</strong><br />
S/N<br />
Description<br />
1 The vehicle (truck, van, jeep etc) shall be suitable for mounting a separate<br />
shelter or having inbuilt enclosure meeting the requirements described in<br />
section VIII chapter II, Detail technical specifications for Enclosure/Shelter,<br />
mast with antennas, in built power supply system and all the other<br />
accessories necessary for mobile <strong>BTS</strong>. These vehicle shall be road ready,<br />
complete in every detail requiring no additional modifications.<br />
2 The vehicle shall be capable of easily being transported over graveled road,<br />
unimproved roads and off-road situations.They shall be able to operate on<br />
the worst gradient of 30% under the maximum temperature and humidity of<br />
45 degree C and 100% respectively.<br />
3* The vehicle shall have all the regular feature of a normal vehicle. It shall<br />
comply with the latest “<strong>Vehicle</strong> Mass Emmission Standard” of <strong>Nepal</strong>.<br />
4 The vehicle shall be Right hand drive (i.e. the steering shall be in the right hand<br />
side of the vehicle).<br />
5 The diesel engine of the vehicle shall be four stroke, water cooled heavy<br />
duty industrial diesel engine.<br />
6 The engine shall be provided with high capacity replaceable oil filter. The<br />
engine shall have a dry type heavy duty air intake filter.<br />
7 The fuel tank shall be able to carry enough fuel to drive the vehicle with full<br />
load to a minimum distance of 200 km.<br />
8 The maximum width of the vehicle shall be less than 2500 mm.<br />
9 The maximum length of the vehicle shall be less than 6000 mm.<br />
10 The ground clearance of the vehicle shall not be less than 250 mm.<br />
11 The vehicle offered for Type III Rapid coverage/capacity expansion vehicle<br />
(Low capacity <strong>Mobile</strong> <strong>BTS</strong>) shall be four wheel drive (4WD). Transmission of<br />
the gearbox shall preferably be manual.<br />
The vehicle shall have two speed transfer gearbox for selecting between two<br />
wheel and four wheel drive.<br />
12 The vehicle shall have four or five normal forward gear positions and one<br />
reverse gear position. The gearbox shall have synchromes on all forward<br />
gears.<br />
13 Steering system<br />
The vehicle shall have power steering.<br />
14 Pay Load<br />
The pay load capacity of the vehicle shall be 1.5 times more than the total load<br />
of enclosure/shelter, mast with atennas, diesel generating set, different<br />
cables and all the other necessary accessories etc. mounted on it as per<br />
Annex I &II.<br />
15 Spare Parts<br />
The bidder shall provide list and quote for one set of all necessary spare parts<br />
required for all the vehicles which has to be replaced during the course of<br />
normal operation for 20,000 km.<br />
The bidder shall also provide the unit price of the offered spare parts.<br />
Bidder shall state as<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non-compliant
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
S/N<br />
Description<br />
16 The seating arrangements shall be provided for three persons including driver<br />
in the driver's cab.<br />
17 There shall be two doors opening, one in the each side of the cab.<br />
18 The vehicle shall have two fog lights along with the head light to facilitate<br />
the smooth movement of the vehicle during the dense fog weather.<br />
A pair of fog light shall also be mounted in the rear end of the vehicle.<br />
Details of the fog light shall be provided along with the bid document.<br />
19 The vehicle shall be provided with a durable, compact flood light assembly<br />
consitsting of minimum of two flood light, mounted on the roof or top of a<br />
vehicle and quite substantial in size and lighting ability and universally<br />
aimable in any direction<br />
20 The vehicle shall have a warning light assembly rotating or oscillating the light<br />
beam (yellow) mounted on its roof.<br />
21 The vehicle shall have standard tools for the vehicle.<br />
22 The vehicle offered for ERV and HCMV shall have extendible anchoring legs at<br />
the four corners of the vehicles/Shelters to provide stability during operation.<br />
During operation, the dead load and wind load of the entire vehicle with all the<br />
equipments and accessories shall be borne by the extendible legs freeing<br />
application of such loads directly on the wheels.<br />
23 The vehicle shall have spare wheel.<br />
24.0 Winch Machine<br />
24.1 The vehicle shall be equipped with a power driven winch with a suitable<br />
transmission mechanism. The pulling capacity of the winch shall be 1<br />
ton.<br />
24.2 The vehicle shall be equipped with a rear pintle trailer hook and socket<br />
for trailer lights. The towing capacity of the pintle trailer hook shall be<br />
mentioned in the bid<br />
Bidder shall state as<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non-compliant<br />
End of Section VIII : Chapter – V : Detail Technical Specifications for<br />
<strong>Vehicle</strong>
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Chapter – VI :<br />
Services
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
CHAPTER-VI: SERVICES<br />
Clause<br />
No.<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>’s Requirements Bidder shall state as :<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non Compliant<br />
8.1. GENERAL DESCRIPTION Training<br />
The Purpose of system training is to enable NT personnel to acquire<br />
the expertise concerning system design, operation & maintenance,<br />
trouble shooting and repair of the offered <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
system e.g. ERV, HCMV & LCMV.<br />
8.2. TRAINING FOR <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
The Bidder shall make arrangements of System training for<br />
Operation & Maintenance for the offered ERV at manufacturer’s<br />
premises. For the offered HCMV & LCMV, the bidder shall offer<br />
system training for operation and maintenance of the system, locally<br />
in Kathmandu.<br />
8.2.1. Training period and number of trainees<br />
Senior Engineer Training: The training shall be conducted for two<br />
* (2) NT Senior technical personnel for 2 working days.<br />
ERV: The training shall be conducted for four (4) NT technical<br />
personnel for 20 working days. The training shall be offered in two<br />
(2) lots<br />
HCMV & LCMV: The training shall be conducted for twenty five<br />
(25) NT technical personnel for 7 working days. The training shall<br />
be offered in three (3) lots.<br />
8.2.2. Training course<br />
The training course shall be organized to be intensive to impart<br />
knowledge necessary for the purpose of Operation and Maintenance<br />
and contents shall include at least:<br />
Senior Engineer training:<br />
• Overview of the offered ERV, HCMV & LCMV <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>.<br />
• Overview of MSC, HLR, VLR, BSC, <strong>BTS</strong>, Rectifier, Generator, Mast,<br />
A/C and all other accessories.<br />
ERV:<br />
• Overview of the <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>.<br />
• Overview of MSC, HLR, VLR, BSC, <strong>BTS</strong>, Rectifier, Generator, Mast,<br />
A/C and all other accessories.<br />
• Working details of hardware and software.<br />
• Operation and maintenance of the system, fault diagnostics<br />
• Testing and Commissioning<br />
• System database and its management<br />
• System optimization and performance measurement<br />
HCMV & LCMV:<br />
• Overview of the <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>.<br />
• Overview of Rectifier, Generator, Mast, A/C and all other accessories.<br />
• Working details of hardware and software(if any).<br />
• Operation and maintenance of the system, fault diagnostics<br />
• Testing and Commissioning<br />
• System database and its management<br />
• System optimization and performance measurement
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>’s Requirements Bidder shall state as :<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non Compliant<br />
8.2.3. Training textbooks<br />
Bidder shall prepare necessary quantity of Training Handbook for<br />
trainees. All the textbooks shall be written in English and be<br />
described in respect of the actual system of this Project, not for<br />
general system or other project. Bidder shall also provide Electronic<br />
Format of each text books (i.e. in a CD).<br />
8.3. * TRAINING COST<br />
8.3.1. The Bidder shall state in his bid proposal the cost of training for the<br />
above 4 trainees for 15 working days and 25 trainees for 7 working<br />
days.<br />
8.3.2. Senior Engineer & ERV training:<br />
The Supplier shall provide accommodation, local transport, medical<br />
insurance and any other applicable charges outside <strong>Nepal</strong> for the<br />
<strong>Nepal</strong> <strong>Telecom</strong>'s Trainees. However, the per diem allowance &<br />
round trip air ticket for the <strong>Nepal</strong> <strong>Telecom</strong>'s trainees shall be borne<br />
by the <strong>Nepal</strong> <strong>Telecom</strong>.<br />
8.3.3 The trainees shall be insured for medical treatment and all kinds of<br />
risk during their stay in the manufacturer’s country. The insurance<br />
cost shall be included in the training cost.<br />
8.3.4. HCMV & LCMV training in Kathamndu:<br />
The Supplier shall arrange and bear the cost relating to the training<br />
centre, local transport for field visit, refreshment and lunch,<br />
stationery for the <strong>Nepal</strong> <strong>Telecom</strong>'s Trainees.<br />
8.4. SYSTEM TESTING<br />
The system testing shall be carried out in the following two stages:<br />
• Factory test<br />
• Acceptance test (PAT & FAT)<br />
8.5. FACTORY TEST<br />
Factory test and inspection of all the equipment and materials<br />
including spare units shall be carried out at manufacturer's factory<br />
before shipment to ensure that the equipment are complete in all<br />
respects and will comply with the terms of the contract.<br />
8.5.1 The Bidder shall carry out the factory test in presence of NT’s<br />
inspecting Officer (hereafter called Inspector). Inspector may, at his<br />
* discretion, reject the whole or any part of the equipment and/or<br />
materials which does not comply with terms of contract.
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
8.5.2<br />
*<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>’s Requirements Bidder shall state as :<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non Compliant<br />
NT shall send two inspectors per each lot for the factory inspection<br />
of system for a period of 7 working days. The bidder shall quote for<br />
all cost for the inspectors including accommodation and local<br />
transportation. The per diem allowance & round trip air ticket will<br />
be borne by NT. The inspector shall be insured for medical<br />
treatment and all kinds of risk during his/her stay in the<br />
manufacturer’s country.<br />
8.5.3 The Bidder shall submit to NT for approval of the schedules,<br />
inspection procedures and test procedures including recording forms<br />
not later than one (1) month before the scheduled starting date of the<br />
test.<br />
8.5.4 The Bidder shall submit the manufacturer’s own test data to<br />
inspector.<br />
8.5.5 Inspection items shall comprise at least the following items:<br />
• Numerical inspection of the whole equipment and materials<br />
• Inspection for mechanical composition of equipment and<br />
materials<br />
• Performance inspection and test of main equipment and<br />
materials<br />
8.5.6 The Bidder shall provide all the facilities, test equipment, tools and<br />
personnel necessary for testing and inspection at the factory.<br />
8.5.7 No equipment shall be packed before the specified factory<br />
inspections and tests have been completed and certified by the<br />
* inspector.<br />
8.5.8 Two copies of the data of factory inspections and tests shall be<br />
submitted to NT within one month after the completion of the<br />
respective tests. The data shall also include the manufacturer’s own<br />
test data of equipment and materials.<br />
8.6. PROVISIONAL ACCEPTANCE TEST (PAT)<br />
PAT shall comprise of Physical counting and Technical verification<br />
and shall be carried out by <strong>Nepal</strong> <strong>Telecom</strong> as detailed below. The<br />
supplier shall clarify/rectify all the queries about the system<br />
performance/ discrepancies found during provisional acceptance<br />
testing.<br />
8.6.1. Physical Verification:<br />
Physical verification shall consist of physical counting of the<br />
material delivered including spare against the bill of quantities in the<br />
Contract Agreement and the packing list.<br />
During the Physical verification, the quantities of the materials<br />
present shall be as per the bill of quantities mentioned in the<br />
Contract. The materials shall also be checked against the packing list<br />
of the shipping documents to see that all delivered materials are used<br />
as per specification.
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>’s Requirements Bidder shall state as :<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non Compliant<br />
8.6.2. Technical Verification:<br />
To carry out the technical verification, the standard test sets and test<br />
procedures shall be submitted by the successful bidder in the form of<br />
“Acceptance Test Document” within 30 days from signing of the<br />
contract. NT shall thoroughly study and make necessary change<br />
request to the successful bidder. The final document after such<br />
corrections shall be approved by <strong>Nepal</strong> <strong>Telecom</strong>. All the tests and<br />
test procedures shall be carried out based on the final approved<br />
“Acceptance Test Document” Procedure. However, the <strong>Nepal</strong><br />
<strong>Telecom</strong> acceptance test team shall have the liberty to perform any<br />
test to verify if any or all the technical requirements specified in the<br />
Technical Specifications are correctly implemented.<br />
If any modifications in the software, hardware, firmware, database<br />
etc. are deemed necessary during the Acceptance testing, all or<br />
relevant tests performed before these modifications shall be<br />
repeated.<br />
The test shall include at least the following:<br />
ERV:<br />
• Mast folding unfolding test.<br />
• Generator test.<br />
• Power system capacity and backup test.<br />
• <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> test.<br />
• Environment control system test.<br />
• MSC, BSC, HLR, VLR, <strong>BTS</strong> and other system test.<br />
• Performance tests of equipment.<br />
• Overall functional test of: - call setup, numbering etc test.<br />
• Any other relevant Additional checks and measurements deemed<br />
necessary by the <strong>Nepal</strong> <strong>Telecom</strong>’s acceptance test team.<br />
HCMV & LCMV:<br />
• Mast folding unfolding test (for HCMV).<br />
• Generator test.<br />
• Power system capacity and backup test.<br />
• <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong> test.<br />
• Environment control system test (for HCMV).<br />
• Performance tests of equipment.<br />
• Any other relevant Additional checks and measurements deemed<br />
necessary by the <strong>Nepal</strong> <strong>Telecom</strong>’s acceptance test team.<br />
8.6.3. A copy of factory test results for all the offered units/equipments<br />
shall be provided before start of PAT. These sheets shall contain<br />
equipment serial numbers or any other necessary information<br />
needed to ensure that the equipment tested is the same as that tested<br />
in factory.
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>’s Requirements Bidder shall state as :<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non Compliant<br />
8.6.4. If any minor deficiencies are noticed, the bidder shall rectify such<br />
deficiencies as soon as possible then only the Provisional<br />
Acceptance Certificate shall be issued. In case of the major<br />
deficiencies are noticed within the observation period, the Bidder<br />
shall rectify all the deviations/deficiencies within the 2-weeks of the<br />
written complaint received from the NEPAL TELECOM.<br />
8.6.5. During the Provisional Acceptance test, over the specified period<br />
agreed between NEPAL TELECOM and the Bidder, if the<br />
performance and all other results of acceptance test are within the<br />
specifications, NEPAL TELECOM will issue the Provisional<br />
Acceptance Certificate (PAC), otherwise Rejection Letter (RL) will<br />
be issued within fourteen (14) days from the date of completion of<br />
the provisional acceptance testing.<br />
8.6.7. Issuance of Provisional Acceptance Certificate shall not prejudice<br />
any claim with respect to any defect or malfunction, which may<br />
subsequently develop during the Final Acceptance Test and<br />
Warranty period.<br />
8.7. STABILIZATION PERIOD & FINAL ACCEPTANCE TEST<br />
(FAT)<br />
8.7.1 Upon successful completion of the Provisional Acceptance Tests<br />
and issuance of the Provisional Acceptance Certificates, the<br />
Stabilization Period (Observation Period) of 30 days shall<br />
commence for the installed and commissioned mobile <strong>BTS</strong> vehicle.<br />
8.7.2 The stabilization period shall be considered successful if the<br />
following requirement is met during 30 consecutive days.<br />
8.7.3 The service availability of mobile <strong>BTS</strong> vehicle system shall be more<br />
than 99.999% of the time.<br />
8.7.4 If the requirements mentioned in the preceding clause are not met,<br />
another stabilization period of 30 days shall be put into effect from<br />
the last date of rectification of such outage.<br />
8.8 ISSUANCE OF FINAL ACCEPTANCE CERTIFICATE(FAC)<br />
8.8.1 If the Stabilization Period of 30 days is successful, NEPAL<br />
TELECOM shall issue the Final Acceptance Certificate (FAC)<br />
within fourteen (14) days from the date of completion of the<br />
stabilization period.<br />
8.8.2 Issuance of Final Acceptance certificate will not prejudice any claim<br />
with respect to any defect or malfunction which may subsequently<br />
develop during the warranty period.<br />
8.9* REPAIR CONTRACT<br />
8.9.1 The Bidder/ Manufacturer shall submit a commitment letter from the<br />
manufacturer for repair & supply of a unit/card/module/sub-system<br />
for a period of 10 years after the warranty period.
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Clause<br />
No.<br />
Particulars of <strong>Nepal</strong> <strong>Telecom</strong>’s Requirements Bidder shall state as :<br />
Fully Compliant/<br />
Partially Compliant/<br />
Non Compliant<br />
8.9.2 If the bidder is not the manufacturer, the bidder shall have to submit<br />
the commitment letter from the manufacturer and MOU signed with<br />
Original Equipment Manufacturer.<br />
8.9.3 The supplier shall quote the rate for the repair of each type of<br />
pluggable cards/units/modules and hence a detailed breakdown of<br />
units/modules of proposed equipment shall be provided along with<br />
the bid (with MTBF and MTTR data).<br />
8.9.4 The repair cost shall include one way transportation cost.<br />
8.9.5 The total cost of repairing 2 cards/units of each type for each type of<br />
equipment (Rectifier, generator, A/C, Mast control system, MSC,<br />
BSC, <strong>BTS</strong>, HLR) shall be considered for evaluation.<br />
End of Section VIII : Chapter – VI : Services
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Annex I<br />
<strong>Telecom</strong> equipments & Accessories to be included in a <strong>Mobile</strong> <strong>BTS</strong>:<br />
(List of items for each set of mobile <strong>BTS</strong>)<br />
Type I - Emergency Response <strong>Vehicle</strong> (ERV)<br />
S/N Description Quantity Bidder<br />
Supply<br />
Indoor equipments/units<br />
1<br />
<strong>Mobile</strong> Switching system (MSC) with POI (1+1<br />
1 X<br />
STM Card)<br />
2 BSC system 1 X<br />
3 <strong>BTS</strong> system complete with antenna 1 X<br />
4 Additional complete <strong>BTS</strong> system without<br />
Antenna system (to be mounted and coupled<br />
with type I system (ERV) & antenna system)<br />
1 X<br />
5 AC/DC Power system with battery backup for 2<br />
hours<br />
1 X<br />
6 Indoor 19” rack for satellite modem, MW<br />
antenna and HDSL modem<br />
1 X<br />
7 A/C indoor unit 1 X<br />
8 Indoor Lightening arrestor set 1 X<br />
9 Indoor Lightening arrestor mounting bracket 1 X<br />
10 Standard tool box with tools 1 X<br />
11 Electromechanical control for MW antenna<br />
1 X<br />
adjustment<br />
12 Working Table with Chair set 1 X<br />
Outdoor equipments/units<br />
13 KU band Satellite mounting system at the top of<br />
1 X<br />
Enclosure/Shelter<br />
14 15 m Mast as per technical specification 1 X<br />
15 Antenna:<br />
NT Supply<br />
15.1 CDMA or GSM sectoral 3 X<br />
15.2 MW plain parabolic 1 X<br />
15.3 GPS antenna(if required) 1 X<br />
15.4 KU band satellite antenna 1 X<br />
16 <strong>Vehicle</strong> as per technical specification 1 X<br />
17 A/C outdoor unit 1 X<br />
18 Diesel Generator with appropriate fuel tank 1 X<br />
19 100m ½” coaxial cable, 6 nos. of antenna<br />
connectors, 6 nos. of <strong>BTS</strong> connectors & 12 nos.<br />
of coaxial grounding kit set per vehicle<br />
1 X
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Type II - High Capacity <strong>Mobile</strong> <strong>Vehicle</strong> (HCMV)<br />
S/N Description Quantity Bidder NT Supply<br />
Supply<br />
Indoor equipments/units<br />
1 CDMA <strong>BTS</strong> (2C3S) 1 X<br />
2 GSM <strong>BTS</strong> (S444) 1 X<br />
3 AC/DC Power system with battery backup for 2<br />
hours<br />
1 X<br />
4 Indoor 19” rack for satellite modem, MW<br />
antenna and HDSL modem<br />
1 X<br />
5 A/C indoor unit 1 X<br />
6 Indoor Lightening arrestor set 1 X<br />
7 Indoor Lightening arrestor mounting bracket 1 X<br />
8 Standard tool box with tools 1 X<br />
9 Electromechanical control for MW antenna<br />
adjustment<br />
1 X<br />
10 Working Table with Chair set 1 X<br />
Outdoor equipments/units<br />
11 KU band Satellite mounting system at the top of<br />
Enclosure/Shelter<br />
1 X<br />
12 15 m Mast as per technical specification 1 X<br />
13 Antenna:<br />
13.1 Dual system CDMA & GSM antenna<br />
complying with the frequency band as per<br />
3 X<br />
Annex III, Gain 18 dBi and Beamwidth 65˚<br />
13.2 MW plain parabolic 1 X<br />
13.3 GPS antenna 1 X<br />
13.4 KU band satellite antenna 1 X<br />
14 <strong>Vehicle</strong> as per technical specification 1 X<br />
15 A/C outdoor unit 1 X<br />
16 Diesel Generator with appropriate fuel tank 1 X<br />
17 200m ½” coaxial cable, 12 nos. of antenna<br />
connectors, 12 nos. of <strong>BTS</strong> connectors & 24<br />
nos. of coaxial grounding kit set per vehicle<br />
1 X
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Type III - Low Capacity <strong>Mobile</strong> <strong>Vehicle</strong> (LCMV)<br />
S/N Description Quantity Bidder NT Supply<br />
Supply<br />
Indoor equipments/units<br />
1 CDMA <strong>BTS</strong> (1C1O) 1 X<br />
2 GSM <strong>BTS</strong> (O2) 1 X<br />
3 AC/DC Power system with battery backup for 2<br />
hours<br />
1 X<br />
4 Indoor 19” rack for satellite modem, MW<br />
antenna and HDSL modem<br />
1 X<br />
5 A/C indoor unit 2 X<br />
6 Standard tool box with tools 1 X<br />
7 Working Table with Chair set 1 X<br />
Outdoor equipments/units<br />
8 KU band Satellite mounting system at the top of<br />
Enclosure/Shelter<br />
1 X<br />
9 Suitable Mast to hold 4 units of OMNI<br />
directional antenna with the minimum<br />
horizontal separation of 3.7m for diversity<br />
application.<br />
1 X<br />
10 Antenna:<br />
10.1 CDMA OMNI 2 X<br />
10.2 GSM OMNI 2 X<br />
10.3 MW plain parabolic 1 X<br />
10.4 GPS antenna 1 X<br />
10.5 KU band satellite antenna 1 X<br />
11 <strong>Vehicle</strong> as per technical specification 1 X<br />
12 A/C outdoor unit<br />
13 Diesel Generator with appropriate fuel tank 1 X<br />
14 40m ½” coaxial cable, 4 nos. of antenna<br />
connectors, 4 nos. of <strong>BTS</strong> connectors & 4 nos.<br />
of coaxial grounding kit set per vehicle<br />
1 X
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Annex II<br />
Dimensions of the Equipments and Accessories as per NT’s requirement<br />
Type I - Emergency Response <strong>Vehicle</strong> (ERV)<br />
S/N Description<br />
1 Satellite Modem<br />
(Comtech CDM-<br />
600L)<br />
2 Satellite Modem<br />
(DXC)<br />
3 Satellite Modem<br />
(Gilat Skyedge IP)<br />
4 Satellite Abis<br />
Optimizer<br />
(Memotec CXU<br />
1010)<br />
Dimension<br />
(l X b X h)<br />
mm<br />
Power<br />
consumption<br />
(Watts)<br />
482*457*44 290 5.3<br />
450*450*50 20 5<br />
180*190*54 20 1<br />
419*235*45 20 2.2<br />
5 MW IDU 480*260*45 55 4<br />
6 HDSL Modem 195*168*48 10 3<br />
7 MW radio antenna 1.2m dia. NA 30<br />
8 KU Band Satellite<br />
antenna<br />
Weight<br />
(Kgs)<br />
Remarks<br />
1.8m dia. NA 90 Including support<br />
structure<br />
Type II- High Capacity <strong>Mobile</strong> <strong>Vehicle</strong> (HCMV)<br />
S/N Description Dimension<br />
(l X b X h)<br />
mm<br />
Power<br />
consumption<br />
(Watts)<br />
Weight<br />
(Kgs)<br />
1 CDMA <strong>BTS</strong> (2C3S) 700*600*1900 2200 270<br />
2 GSM <strong>BTS</strong> (S444) 600*550*1600 3750 270<br />
3 Satellite Modem<br />
(Comtech CDM-<br />
600L)<br />
482*457*44 290 5.3<br />
4 Satellite Modem<br />
(DXC)<br />
5 Satellite Modem<br />
(Gilat Skyedge IP)<br />
6 Satellite Abis<br />
Optimizer<br />
(Memotec CXU<br />
1010)<br />
450*450*50 20 5<br />
180*190*54 20 1<br />
419*235*45 20 2.2<br />
7 MW IDU 480*260*45 55 4<br />
8 HDSL Modem 195*168*48 10 3<br />
9 MW radio antenna 1.2m dia. NA 30<br />
10 KU Band Satellite<br />
antenna<br />
11 GPS antenna Ø95mm*126m<br />
m<br />
Remarks<br />
1.8m dia. NA 90 Including support<br />
structure<br />
NA 0.45
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Type III - Low Capacity <strong>Mobile</strong> <strong>Vehicle</strong> (LCMV)<br />
S/N Description Dimension<br />
(l X b X h)<br />
mm<br />
Power<br />
consumption<br />
(Watts)<br />
1 CDMA <strong>BTS</strong><br />
(1C1O)<br />
Weight<br />
(Kgs)<br />
Remarks<br />
400*285*580 280 51 Wall mount<br />
2 GSM <strong>BTS</strong> (O2) 400*284*580 380 42 Wall mount<br />
3 Satellite Modem<br />
(Comtech CDM-<br />
600L)<br />
482*457*44 290 5.3<br />
4 Satellite Modem<br />
(DXC)<br />
5 Satellite Modem<br />
(Gilat Skyedge IP)<br />
6 Satellite Abis<br />
Optimizer<br />
(Memotec CXU<br />
1010)<br />
450*450*50 20 5<br />
180*190*54 20 1<br />
419*235*45 20 2.2<br />
7 MW IDU 480*260*45 55 4<br />
8 HDSL Modem 195*168*48 10 3<br />
9 CDMA antenna<br />
OMNI<br />
Ø60mm*3245<br />
mm<br />
10 GSM antenna<br />
OMNI<br />
Ø60mm*3245<br />
mm<br />
NA 8 Min. horizontal<br />
separation 3.7 m<br />
required<br />
NA 11.2 Min. horizontal<br />
separation 3.5 m<br />
required<br />
11 MW radio antenna 1.2m dia. NA 30<br />
12 KU Band Satellite<br />
antenna<br />
1.8m dia. NA 90 Including support<br />
structure<br />
13 GPS antenna Ø95mm*126m<br />
m<br />
NA 0.45<br />
OMNI Antenna GPS Antenna Sectoral Antenna
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Annex III<br />
<strong>Nepal</strong> <strong>Telecom</strong>’s licensed band for Wireless service & traffic model<br />
CDMA:<br />
800MHz:<br />
Uplink: 827 MHz – 835 MHz<br />
Downlink: 872 MHz – 880 MHz<br />
Voice traffic model:<br />
GOS 2%<br />
Erlang per subs 51mErl<br />
GSM:<br />
900MHz:<br />
Uplink: 890 MHz – 902 MHz<br />
Downlink: 935 MHz – 947 MHz<br />
1800MHz:<br />
Uplink: 1710 MHz – 1725 MHz<br />
Downlink: 1805 MHz – 1820 MHz<br />
Voice traffic model:<br />
GOS 2%<br />
Erlang per subs 35mErl
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Annex IV<br />
1.8 m KU band satellite antenna, mounting system and microwave antenna<br />
This<br />
mounting<br />
pipe needs<br />
to be<br />
equipped at<br />
the top of<br />
the<br />
Enclosure<br />
/Shelter<br />
The required interface from the Enclosure/Shelter top is a pipe mount. The equipped mount must be<br />
a 3.5” schedule 40 pipe (4.0” or 10.16 cm O.D.). The equipped pipe mount shall be of the length<br />
42”(107 cm).<br />
The KU band antenna is a Prodelin 1.8 meter series 1184 ANTENNA SYSTEM complete with<br />
mounting accessories.<br />
MW Antenna
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Annex V<br />
List of Tools for tool box<br />
S.N. Particular Qty. Remarks S.N. Particular Qty. Remarks<br />
1 Angular Plier 1 25 Measuring Tape 1 30m<br />
2 Cable Stripper 1 26 Measuring Tape 1 5m<br />
3 Cable Cutter 1 27 Hacksaw with blades 1 Small<br />
4 Centre Punch 1 28 Monkey Plier 1<br />
5 Chisel 1 29 Nose Plier 1<br />
6 Cleaning Brush 1 30 Open Wrench Set 1 8 to 19<br />
7 Connector 1 ½” 31 Painting Brush 1<br />
Making Tool<br />
8 Crimping Tool 1 Hex type 32 Paper cutter 1<br />
PCM<br />
9 Crimping Tool 1 6,8,10,16 33 Plier 1<br />
cable shoe<br />
mm<br />
10 Desolder gun 1 34 Safety Belt 1<br />
11 Drill Machine 1 35 Screw Driver Set 1 + type<br />
12 Drill Bits (metal) 1 6,8,10,12,14 36 Screw Driver Set 1 - type<br />
mm<br />
13 Extension Cable 1 20 meter 37 Slide Wrench 1 20 to<br />
34mm<br />
14 Extension Cable 1 5 meter 38 Socket Wrench Set 1 8 to<br />
19mm<br />
15 File 1 Flat/Round 39 Soldering iron 1 30 W<br />
16 Hammer 1 Metal 40 Steel scale 1<br />
17 Hammer 1 Plastic head 41 Tower Rachet set 1 13, 17,<br />
19, 24<br />
18 HexKey set 1 42 Wire Brush 1<br />
19 Hacksaw with 1 Big 43 Torch light (Dry cell 1<br />
blades<br />
operated size D)<br />
20 Helmet 2 44 First Aid kit 1<br />
21 Level Meter 1 Laser type 45<br />
22 Multimeter 1 Digital 46<br />
23 Compass 1 47<br />
24 Binocular 1 48
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Annex – A<br />
List of the Approved Banks by <strong>Nepal</strong> <strong>Telecom</strong><br />
SN Bank Name<br />
1 Standard Chartered Bank Ltd.<br />
2 Nabil Bank Ltd.<br />
3 <strong>Nepal</strong> Investment Bank Ltd.<br />
4 Himalayan Bank Ltd.<br />
5 Kumari Bank Ltd.<br />
6 Bank of Kathmandu Ltd.<br />
7 NIC Bank Ltd.<br />
8 Siddhartha Bank Ltd.<br />
9 Laxmi Bank Ltd.<br />
10 Lumbini Bank Ltd.<br />
11 NCC Bank Ltd.<br />
12 Machhapuchhre Bank Ltd.<br />
13 Everest Bank Ltd.<br />
14 Global Bank Ltd. Ltd.<br />
15 Development Credit Bank Ltd.<br />
16 NMB Bank Ltd.<br />
17 <strong>Nepal</strong> SBI Bank Ltd.<br />
18 Kist Bank Ltd.<br />
19 Prime Commercial Bank Ltd.<br />
20 Bank Of Asia <strong>Nepal</strong> Ltd.<br />
21 Sunrise Bank Ltd.<br />
22 Citizen Bank International Ltd.
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Annex –B<br />
List of the Bid Openning Documents<br />
SN<br />
Description of the document<br />
Bid Form duly signed with date by the authorized<br />
1<br />
person and stamped<br />
2 Bid Security furnished in accordance with clause No. – 7<br />
Price schedule duly signed with date by the authorized<br />
3<br />
person and stamped with official seal<br />
4 Manufacturer's Authorization Letter<br />
The Power of attorney and signature specimen of the<br />
5<br />
authorized person<br />
6 Quality Assurance Certificate ISO-9000 & ISO-14000<br />
7<br />
Documents to prove the bidder’s/manufacturer eligibility<br />
as per clause 16<br />
8 16.1.1<br />
9 16.1.2<br />
10 16.1.3<br />
11 16.2.1<br />
12 16.2.2<br />
13 16.2.3<br />
14 16.2.4<br />
15 16.2.5<br />
16 16.2.6<br />
17 16.2.7<br />
18 16.3.<br />
19 16.4<br />
No of<br />
pages<br />
Remarks<br />
Signature of the Bidder: __________________________<br />
Full Name: __________________________________<br />
Designation: ________________________<br />
Bidder's official seal and date: __________________
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Annex – C<br />
Supply Record<br />
S.N.<br />
1<br />
2<br />
3<br />
4<br />
5<br />
6<br />
7<br />
8<br />
9<br />
10<br />
<strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
Model & Subscriber<br />
Capacity<br />
Supply<br />
Date<br />
in<br />
operation<br />
till (date)<br />
Purchaser's<br />
Name<br />
Purchaser's<br />
Country<br />
Address, Name,<br />
Tel., Fax, e-mail<br />
of the Contact<br />
Person
NEPAL TELECOM<br />
<strong>Nepal</strong> Doorsanchar Company Limited<br />
Annex –D<br />
Satisfactory Performance Certificate<br />
Date: -----<br />
To,<br />
<strong>Nepal</strong> <strong>Telecom</strong><br />
(<strong>Nepal</strong> Doorsanchar Company Limited),<br />
Material Management Department,<br />
Central Office, Doorsanchar Bhawan,<br />
Bhadrakali Plaza, Kathmandu, <strong>Nepal</strong>.<br />
Tel. No. : 977 1 4227878, 4210309<br />
Fax No. : 977 1 4227260<br />
Website : http://www.ntc.net.np<br />
Satisfactory Performance Certificate<br />
We, _____________________ (specify the name of the Company), having our offices at<br />
_____________ (Specify Address of the Company) have been using the following <strong>Mobile</strong> <strong>BTS</strong><br />
<strong>Vehicle</strong> manufactured by M/S _____________ (Specify name of the Manufacture) having the<br />
factory in _____________ (Specify address of the Manufacture)<br />
S.N. <strong>Mobile</strong> <strong>BTS</strong> <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong><br />
in operation<br />
<strong>Vehicle</strong> Model Subscriber Capacity From upto<br />
1<br />
2<br />
3<br />
4<br />
______________________________________ _____ ___________ ___________ ___________<br />
___________ ___________ ___________ ___________ ___________ ___________ ___________<br />
___________ ___________ ___________ ___________ ___________ ___________ ___________<br />
___________ ___________ ______ (Performance description and recommendation by the User)<br />
_____________________<br />
Mr./Mrs. .....................<br />
Designation<br />
Company Name<br />
Company Address<br />
(Company Seal)<br />
Details of the contact person.<br />
Mr./Mrs. .....................<br />
Designation<br />
Phone No.<br />
Fax. No.<br />
e-mail address:<br />
Tender No. NDCL/26/066-67 for Supply and Delivery of <strong>Mobile</strong> <strong>BTS</strong> <strong>Vehicle</strong>