30.11.2012 Views

Bharat Sanchar Nigam Limited - National Portal of India

Bharat Sanchar Nigam Limited - National Portal of India

Bharat Sanchar Nigam Limited - National Portal of India

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

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

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

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

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

Jammu- 180 012<br />

From: To<br />

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

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

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

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

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

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

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

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

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

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

tender which contains the following.<br />

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

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

2 Tender Information 2 5-6<br />

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

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

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

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

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

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

9 Bid Form 9 56-57<br />

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

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

1<br />

( S.C Jain )<br />

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

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

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


Section -1<br />

Detailed Notice Inviting Tender<br />

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

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

(No.)<br />

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

Location (Jammu) including 3 years<br />

maintenance .<br />

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

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

including 3 years maintenance.<br />

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

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

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

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

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

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

Lakh at present)<br />

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

Earnest Money<br />

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

20<br />

2<br />

th April 2010.<br />

One<br />

13 each<br />

10 Lakh<br />

One<br />

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

(Rs one lakh<br />

thirty seven<br />

thousand five<br />

hundred only)<br />

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

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

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

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

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

Jammu payable at Jammu<br />

OR<br />

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

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

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

failing which the tender will be rejected.


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

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

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

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

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

i. Telecom operator,<br />

ii. Any Bank<br />

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

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

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

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

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

i. Telecom operator,<br />

ii. Any Bank<br />

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

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

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

c) Valid PAN No.<br />

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

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

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

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

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

Circle payable at Jammu.<br />

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

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

date.<br />

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

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

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

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

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

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

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

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

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

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

3


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

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

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

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

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

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

website.<br />

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

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

4<br />

AGM (EB),<br />

O/o GM (EB)<br />

J&K Circle, Jammu.


Section 2<br />

Tender information<br />

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

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

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

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

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

tender opening date.<br />

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

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

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

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

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

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

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

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

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

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

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

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

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

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

the same.<br />

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

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

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

Proprietary concern.<br />

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

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

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

labour departments).<br />

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

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

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

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

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

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

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

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

5


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

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

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

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

years.<br />

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

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

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

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

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

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

generated for CAF Scanning.<br />

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

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

6<br />

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


SECTION-3<br />

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

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

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

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

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

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

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

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

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

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

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

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

Cropping etc.<br />

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

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

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

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

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

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

own cost.<br />

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

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

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

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

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

handled by the vendor.<br />

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

3.1 Hardware (Central Server) :<br />

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

Annexure-1<br />

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

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

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

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

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

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

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

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

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

7


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

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

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

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

3.2 Hardware (PC& Scanner)<br />

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

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

locations in all the 5 SSAs.<br />

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

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

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

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

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

machines. No freeware is accepted.<br />

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

the variable access rights.<br />

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

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

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

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

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

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

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

Annexure-4 enclosed.<br />

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

CAF following pages shall be scanned:<br />

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

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

customer.<br />

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

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

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

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

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

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

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

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

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

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

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

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

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

servants or agents or representatives.<br />

8


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

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

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

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

outside party.<br />

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

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

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

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

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

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

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

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

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

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

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

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

9


Hardware Specifications<br />

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

Future<br />

Approach<br />

Central Document<br />

Management<br />

System<br />

Zonal Level<br />

Batch<br />

Upload<br />

Circle<br />

Level<br />

Authentication<br />

and<br />

Authorization<br />

Storage &<br />

Reports<br />

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

10<br />

Annexure-1<br />

1.1.1 Processor:<br />

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

RISC/EPIC Architecture.<br />

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

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

higher.<br />

1.1.2 Memory:<br />

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

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

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

on a DIMM.<br />

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

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

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

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

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

Backlog Scan<br />

and Image QC<br />

Ongoing Scan<br />

and Image QC<br />

Indexing and<br />

Indexing QC<br />

Rescanning<br />

Station<br />

SSA Level


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

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

Storage.<br />

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

Technology, Core logic parity protection.<br />

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

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

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

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

1.2 Blade Enclosure<br />

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

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

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

Blade Servers.<br />

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

Blade Chassis.<br />

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

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

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

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

highest capacity available with the vendor.<br />

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

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

technologies for improved power consumption and acoustics<br />

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

Provided Locally.<br />

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

1.4 External Storage (SAN):<br />

1.4.1 Operating System & Clustering Support:<br />

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

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

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

1.4.2 Capacity & scalability:<br />

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

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

SFF SAS or FC Disks.<br />

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

11


1.4.3 Architecture & Processing Power:<br />

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

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

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

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

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

1.4.4 Disk Drive Support:<br />

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

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

drives.<br />

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

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

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

technology.<br />

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

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

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

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

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

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

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

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

per controller.<br />

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

be provided.<br />

1.5 Disk backup<br />

1.5.1 Capacity & Scalability :<br />

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

Raid 6.<br />

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

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

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

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

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

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

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

Fibre Channel connections to SAN switches.<br />

1.6 Tape Backup<br />

1.6.1 Capacity :<br />

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

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

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

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

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

12


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

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

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

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

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

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

frame.<br />

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

to SAN switches.<br />

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

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

mail slot.<br />

1.6.8 Other Features :<br />

1.6.8.1 Tape Library shall have GUI Panel<br />

1.6.8.2 Shall be rack mountable.<br />

1.7 Rack & Accessories<br />

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

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

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

the solution in redundant configuration.<br />

13


PC Specifications (Branded)<br />

14<br />

Annexure-2<br />

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

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

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

16.<br />

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

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

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

7. Keyboard : 104 keys<br />

8. Mouse : Optical<br />

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

Hard Disk Drives).<br />

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

headphone in front.<br />

11. Cabinet : Mini tower.<br />

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

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

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

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

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

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

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

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

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

with 1 year License.<br />

Scanner Specifications (Branded)<br />

Optical Resolution 4800 dpi<br />

Driver compatibility Twain compatible drivers<br />

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

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

Scanning Speed 25 pages per minute<br />

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

Interface USB/High speed USB<br />

Operating Mode Duplex<br />

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

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

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


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

15<br />

Annexure-3<br />

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

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

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

1.2. Administration Console<br />

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

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

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

station users.<br />

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

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

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

network.<br />

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

1.3.5. Add/Modify users.<br />

1.3.6. Assigning Roles<br />

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

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

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

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

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

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

phases in the product.<br />

1.8. The system should have:<br />

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

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

1.8.2. Page Separator<br />

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

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

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

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

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

Sub-Job creation wizard.<br />

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

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

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

index, QC station users.


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

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

1.10.1.1. Scanning Resolution<br />

1.10.1.2. Colour depth<br />

1.10.1.3. Page Separator<br />

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

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

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

1.10.1.7. Scanning/TWAIN<br />

1.10.1.8. Duplex scanning<br />

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

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

Date, Boolean)<br />

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

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

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

1.13.1. Successful scanning report<br />

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

1.13.3. Daily activity report.<br />

1.14. Scan Stations:<br />

Technical Specifications<br />

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

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

format.<br />

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

secure authentication and authorization.<br />

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

Security and Application logging.<br />

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

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

many other events.<br />

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

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

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

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

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

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

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

text/flat files.<br />

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

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

media, directly within the database.<br />

16


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

selected Job/ Sub-Job.<br />

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

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

settings defined.<br />

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

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

required.<br />

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

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

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

IP Address.<br />

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

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

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

same.<br />

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

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

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

scanned differs.<br />

1.15 Image QC Station<br />

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

title for user friendliness.<br />

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

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

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

user friendliness.<br />

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

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

1.16 Image Verification and Quality Check<br />

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

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

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

capture the reason for rejection.<br />

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

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

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

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

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

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

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

1.16.7 Gamma correction<br />

17


1.16.8 De-skew<br />

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

1.16.10 Sharpen<br />

1.16.11 Diffuse<br />

1.16.12 Anti-alias<br />

1.16.13 Dither<br />

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

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

1.16.16 Pan<br />

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

merging with the actual image)<br />

1.16.18 Accept/Reject the document<br />

1.17 Index Station<br />

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

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

Page and Next Document.<br />

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

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

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

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

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

scanned document).<br />

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

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

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

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

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

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

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

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

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

BSNL.<br />

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

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

1.19.2 Circle Master<br />

1.19.3 SSA Master<br />

1.19.4 SDCA Master.<br />

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

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

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

18


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

the old ID.<br />

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

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

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

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

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

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

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

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

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

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

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

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

to have best data integrity.<br />

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

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

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

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

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

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

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

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

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

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

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

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

heterogeneous platform to ensure easy administration.<br />

19


20<br />

Annexure-3(A)<br />

1. General Technical requirements<br />

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

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

storage space can be more.<br />

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

wherever required.<br />

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

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

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

hand over this to the SSA_CAF_Owner.<br />

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

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

shall be provided by vendor.<br />

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

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

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

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

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

necessary fire fighting arrangements.<br />

3. Scanning workflow and methodology<br />

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

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

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

accommodate 750 forms.<br />

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

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


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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

signature should only be scanned.<br />

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

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

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

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

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

mobile number due to number reuse.<br />

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

wise)<br />

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

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

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

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

the CAF can be entered.<br />

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

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

not to stop the scanning process.<br />

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

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

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

that proper information is conveyed.<br />

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

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

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

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

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

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

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

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

shall be<br />

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

21


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

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

by vendor)<br />

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

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

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

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

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

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

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

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

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

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

3.7.13. Rack Number<br />

3.7.14. Box number<br />

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

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

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

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

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

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

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

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

server.<br />

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

Kb.<br />

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

next month.<br />

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

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

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

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

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

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

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

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

coming one by one.<br />

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

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

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

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

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

flow.<br />

4.2. Administration Console<br />

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

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

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

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

SSA_CAF_Owner, POCAF_Owner<br />

22


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

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

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

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

4.2.4. It should support Audit Trail<br />

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

4.3. Scanning Module<br />

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

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

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

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

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

b/w)<br />

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

well as identification at scanning level.<br />

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

4.4. QC Module<br />

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

friendliness.<br />

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

Page Navigation etc.<br />

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

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

drag-drop.<br />

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

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

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

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

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

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

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

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

4.5. ReScan Module<br />

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

QC which are to be rescanned.<br />

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

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

4.6. Cropping Module<br />

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

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

4.7. Sectioning Module<br />

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

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

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

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

4.8. Indexing Module<br />

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

facility.<br />

23


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

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

looking at the image<br />

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

fields.<br />

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

Page etc<br />

4.9. Verification Module<br />

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

indexing operator<br />

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

change it.<br />

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

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

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

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

regular intervals to the centralized repository.<br />

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

metadata to the centralized repository<br />

4.11. Scanning Reports<br />

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

following reports<br />

4.11.2. Successful scanning report<br />

4.11.3. User Performance Reports<br />

4.11.4. Daily activity report<br />

4.11.5. Audit reports<br />

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

required.<br />

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

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

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

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

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

machine.<br />

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

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

central location.<br />

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

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

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

CAF information , Tag information.<br />

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

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

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

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

24


5. Scanning Station Technical Specifications<br />

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

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

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

authentication and authorization.<br />

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

and Application logging.<br />

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

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

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

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

management system at Zonal Level.<br />

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

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

and data durability.<br />

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

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

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

database.<br />

Annexure – 3(A)-1<br />

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

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

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

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

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

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

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

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

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

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

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

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

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

25


1. POCAF_Owner ready with 750 CAF<br />

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

Annexure-4<br />

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

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

5. Closes the LOT<br />

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

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

vendor<br />

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

scanning<br />

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

LOT wise<br />

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

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

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

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

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

documents.<br />

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

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

26


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

account number.<br />

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

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

available.<br />

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

image and index data<br />

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

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

size.<br />

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

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

payment.<br />

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

CMTS (O&M).<br />

27


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

Ownership Definitions<br />

28<br />

Annexure-5<br />

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

required by the workflow.


A. Introduction<br />

SECTION- 4<br />

Instructions to Bidders<br />

1. Definitions:<br />

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

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

bid.<br />

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

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

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

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

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

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

2. Eligible Bidders:<br />

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

Section 1.<br />

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

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

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

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

tender.<br />

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

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

in firm’s name.<br />

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

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

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

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

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

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

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

4. BID Documents:<br />

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

the bid documents.<br />

The bid documents include:<br />

a) Detailed NIT<br />

b) Tender Information<br />

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

d) Instructions to the Bidder<br />

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

f) Undertaking and declaration<br />

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

29


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

i) Bid Form<br />

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

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

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

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

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

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

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

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

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

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

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

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

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

have purchased the bid documents.<br />

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

7. Documents comprising the BID:<br />

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

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

shall comprise the following components:<br />

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

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

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

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

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

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

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

30


f) Tender documents<br />

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

this section<br />

8. BID Form:<br />

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

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

9. BID Prices:<br />

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

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

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

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

more than one.<br />

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

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

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

rejected.<br />

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

quoted in words will be considered.<br />

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

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

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

Section-1.<br />

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

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

to perform the contract.<br />

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

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

signing the Bid.<br />

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

11.1 i) EMD as mentioned in detailed NIT should be submitted as per clause 5 <strong>of</strong><br />

Section 1. The EMD is required to protect the company against the risk <strong>of</strong><br />

bidder’s conduct, which would warrant the security forfeiture.<br />

ii) A bid not secured as above shall be rejected by the accepting authority as<br />

non-responsive.<br />

iii) The EMD <strong>of</strong> the unsuccessful bidders will be discharged/returned as promptly<br />

as possible but not later than 30 days <strong>of</strong> finalization <strong>of</strong> tender.<br />

iv) The EMD may be forfeited if bidder withdraws his bid during the period <strong>of</strong> bid<br />

validity or fails to sign the contract and furnish performance security.<br />

31


v) In case <strong>of</strong> (v) above, the bidder will not be eligible to participate in the tender for<br />

same work for one year from the date <strong>of</strong> acceptance <strong>of</strong> LOI. The bidder will not<br />

approach the court against the decision <strong>of</strong> CGMT, J&K Circle in this regard.<br />

vi) No interest shall be allowed on the EMD to the Bidder.<br />

11.2 The bid security is required to protect the Tendering <strong>of</strong>ficer against the risk <strong>of</strong><br />

bidder’s conduct, which would warrant the security’s forfeiture pursuant to<br />

clause 11.5.<br />

11.3 Bid not secured in accordance with Para 11.1(i) shall be treated as nonresponsive<br />

and shall be rejected by th tendering authority.<br />

11.4 The successful bidder’s EMD will be discharged upon the bidder’s acceptance<br />

<strong>of</strong> the LOI/ APO satisfactorily in accordance with clause 27 <strong>of</strong> this section and<br />

furnishing the performance security.<br />

11.5 The bid security may be forfeited:<br />

(a) If bidder withdraws his bid during the period <strong>of</strong> bid validity specified by<br />

the bidder on the Bid Form, OR<br />

(b) In case <strong>of</strong> a successful bidder, if the bidder fails:<br />

i. To sign the contract in accordance with clause 28 <strong>of</strong> this section or<br />

ii. To furnish performance security in accordance with clause 28.2 <strong>of</strong> this<br />

section.<br />

(c) In both the above cases i.e. 11.5 (a) & (b), the bidder will not be eligible to<br />

participate in the tender for same item for one year from the date <strong>of</strong> issue <strong>of</strong><br />

LOI. The bidder will not approach the court against the decision <strong>of</strong> BSNL in this<br />

regard.<br />

12. Period <strong>of</strong> validity <strong>of</strong> BIDs:<br />

12.1 Bid shall remain valid for a period <strong>of</strong> 180 days from the date <strong>of</strong> bid opening. A<br />

bid valid for a shorter period shall be rejected by the tendering <strong>of</strong>ficer as nonresponsive.<br />

12.2 In exceptional circumstances, the Tendering <strong>of</strong>ficer may request the bidder’s<br />

consent for an extension to the period <strong>of</strong> bid validity. The request and the<br />

responses thereto shall be made in writing. The bid security provided under<br />

Clause 11above shall also be suitably extended. The bidder may refuse the<br />

request without forfeiting his bid security. In such case(s), his/her bid shall be<br />

returned without forfeiting the bid security. A bidder accepting the request and<br />

granting extension will not be permitted to modify his bid.<br />

13. Power <strong>of</strong> Attorney:<br />

i) a) The power <strong>of</strong> attorney should be submitted and executed on the non-judicial<br />

stamp paper <strong>of</strong> appropriate value as prevailing in the respective states (s) and the<br />

same be attested by a Notary Public or registered before Sub-Registrar <strong>of</strong> the sate(s)<br />

concerned.<br />

32


) The power <strong>of</strong> Attorney be executed by a person who has been authorized by the<br />

Board <strong>of</strong> Directors <strong>of</strong> the bidder in this regard, on behalf <strong>of</strong> the Company / institution /<br />

body corporate.<br />

ii) Format and signing <strong>of</strong> Bid:<br />

The bid shall contain no interlineations, erasures or overwriting except as necessary to<br />

correct errors made by the bidder in which case such corrections shall be signed by<br />

the person(s) signing the bid with date.<br />

C. Submission <strong>of</strong> BIDs:<br />

14. Sealing & Marking <strong>of</strong> BIDs:-<br />

14.1 The BID should be submitted as follows:-<br />

(i) Technical BID (cover marked-B):- This cover shall contain<br />

(a) BID security/EMD as per clause 11 <strong>of</strong> this section and<br />

(b) cost <strong>of</strong> tender document in the form <strong>of</strong> DD/pay order, (if tender document is<br />

downloaded from website) /copy <strong>of</strong> cash receipt (in case tender document is<br />

purchased from the <strong>of</strong>fice duly.<br />

(c) All the documents comprising BID as per NIT as per clause 7 <strong>of</strong> section-III .<br />

(d) All other documents except for financial –<strong>of</strong>fer.<br />

The envelope cover should be duly marked as Technical & Commercial <strong>of</strong>fer.<br />

(ii) Financial BID (cover marked-C) :- This cover shall contain only price schedule<br />

as given in section IX original & duplicate duly marked on cover as “Financial<br />

<strong>of</strong>fer- Original & Duplicate”.<br />

These two covers shall indicate name & address <strong>of</strong> the bidders along with tender<br />

enquiry no. and shall be sealed separately by the personal seal <strong>of</strong> the bidder &<br />

shall be packed in one main outer cover (cover marked-A).<br />

14.2 (a) The main outer cover shall be addressed to purchaser at the following address:-<br />

AGM (EB), Room No. 407, 4 th Floor, North Block, Bahu Plaza, Jammu-180012.<br />

On the top <strong>of</strong> envelope, following should be mentioned [Tender for SCANNING &<br />

UPLOADING OF SCANNED IMAGES ( ALONG WITH SERVER HARDWARE,<br />

STORAGE & WEB BASED MONITORING SOFTWARE) OF ALL COMMERCIAL<br />

CUSTOMER APPLICATION FORMS(CAFs) OF ALL BSNL CELLULAR<br />

CUSTOMERS AT J&K CIRCLE and the words ‘DO NOT OPEN BEFORE<br />

12 th Apr 2010)<br />

(b) The inner and outer envelopes shall indicate the name and address <strong>of</strong> the bidders<br />

to enable the bid to be returned unopened in case it is declared ‘late’<br />

(c) Tenders shall either be sent by registered post or delivered in person on above<br />

mentioned address (Address is given in clause 14.2(a) above. The responsibility<br />

for ensuring that the tenders are delivered in time would vest with the bidder.<br />

(d) Bids delivered in person shall be delivered to AGM (EB), Room No. 407, 4 th Floor,<br />

North Block, Bahu Plaza, Jammu-180012.The tendering authority shall not be<br />

responsible if the bids are delivered elsewhere.<br />

33


14.3 If the envelope is/are not properly sealed and marked as required above, the bid is<br />

liable for rejection in tender opening stage itself.<br />

14.4 Since this is a two bid tender, Technical BID shall be opened first and if all the<br />

documents are found correct than only it will be considered for opening <strong>of</strong> Financial<br />

BID.<br />

14.5 The envelope should be addressed to the <strong>of</strong>ficer stated in the covering letter. On all<br />

the envelopes cover mention the Tender Name, the tender number and the words ‘DO<br />

NOT OPEN BEFORE’ (due date and scheduled opening time). The envelope shall<br />

indicate the name and address <strong>of</strong> the bidder to enable the bid to be returned<br />

unopened in case it is declared ‘late’ .<br />

14.5.1 Bids shall either be sent by registered post or delivered in person. The responsibility<br />

for ensuring that Bids are delivered in time would vest with the bidder.<br />

14.5.2 Bids delivered in person shall be delivered to above indicated address on or before<br />

the due time <strong>of</strong> due date. The Tendering <strong>of</strong>ficer shall not be responsible if the bids are<br />

delivered elsewhere.<br />

15. Submission <strong>of</strong> BIDs.<br />

15.1 The main Sealed envelope containing both Technical and Financial Bids must<br />

be received by the Tendering <strong>of</strong>ficer at the address specified on the cover page not<br />

later than the time as specified in NIT.<br />

15.2 The Tendering <strong>of</strong>ficer may, at his discretion, extend this deadline for the<br />

submission <strong>of</strong> bids by amending the Bid Documents in accordance with Clause 6<br />

above in which case all rights and obligations <strong>of</strong> the Tendering <strong>of</strong>ficer and bidders<br />

previously subject to the deadline will thereafter be subject to the deadline as<br />

extended.<br />

15.3 The bidder shall submit his bid <strong>of</strong>fer against a set <strong>of</strong> bid documents purchased by<br />

him for all or some systems/equipment as per requirement <strong>of</strong> the Bid Documents. He<br />

may include alternate <strong>of</strong>fer wherever permissible as per the bid. However, not more<br />

than one independent and complete <strong>of</strong>fer shall be permitted from the bidder.<br />

16. Late BIDs:<br />

Any bid received by the tendering <strong>of</strong>ficer after the deadline for submission <strong>of</strong> bids<br />

prescribed by the tendering <strong>of</strong>ficer, shall be rejected and returned unopened to the<br />

bidder.<br />

17. Modification & withdrawal <strong>of</strong> BIDs:<br />

17.1 The bidder may modify or withdraw his bid after submission provided that the<br />

written notice <strong>of</strong> the modification or withdrawal is received by the tendering <strong>of</strong>ficer prior<br />

to the deadline prescribed for submission <strong>of</strong> bids.<br />

17.2 The bidder’s modification or withdrawal notice shall be prepared, sealed, marked<br />

and dispatched as required in the case <strong>of</strong> bid submission in accordance with the<br />

provision <strong>of</strong> clause 14. A withdrawal notice may also be sent by FAX but followed by a<br />

signed confirmation copy, post marked not later than the deadline for submission <strong>of</strong><br />

bids.<br />

17.3 Subject to clause 19 below, no bid shall be modified subsequent to the deadline<br />

for submission <strong>of</strong> bids.<br />

34


D. BID opening & evaluation:<br />

18. Opening <strong>of</strong> BIDs byTendering Officer<br />

18.1 i. Bids shall be opened by an authorized <strong>of</strong>ficer <strong>of</strong> BSNL in the presence <strong>of</strong><br />

bidders or their authorized representatives who choose to attend, at specified<br />

time and date. The bidder’s representatives, who are present, shall sign an<br />

attendance register/Tender opening Register. Authority letter shall be submitted<br />

by the bidder before they are allowed to participate in bid opening (The format<br />

as given in Section-7(C) <strong>of</strong> the Bid Document).<br />

ii. The authorized Tender opening <strong>of</strong>ficer will ensure the availability <strong>of</strong> EMD<br />

and pro<strong>of</strong> <strong>of</strong> payment <strong>of</strong> cost <strong>of</strong> tender document /cost (if downloaded from<br />

website). If any <strong>of</strong> these are not available the bid is liable to be rejected at that<br />

stage only.<br />

iii. Since this is a two bid tender, The authorized Tender opening <strong>of</strong>ficer shall<br />

open the envelope marked A. Out <strong>of</strong> two envelopes marked B & C available in<br />

envelope A, only envelope marked B shall be opened to check the availability <strong>of</strong><br />

all the documents as per clause 10.1above. Evaluation <strong>of</strong> the bids available in<br />

envelope C in detail shall be done by the Tendering <strong>of</strong>ficer on a later date.<br />

18.2 Only one representative for any bidder shall be authorized and permitted to<br />

attend the bid opening.<br />

18.3 The Bidder’s names, Modifications, bid withdrawals and such other details as the<br />

authorized tender opening <strong>of</strong>ficer <strong>of</strong> BSNL, at its discretion, may consider appropriate;<br />

will be announced at the time <strong>of</strong> opening.<br />

18.4 The date fixed for opening <strong>of</strong> bids, if subsequently declared as holiday by BSNL,<br />

the revised date <strong>of</strong> opening <strong>of</strong> tender & its schedule will be notified. However, in<br />

absence <strong>of</strong> such notification the bids will be opened on the next working day, time and<br />

venue remaining unaltered.<br />

19. Clarification <strong>of</strong> BIDs:<br />

To assist in the examination, evaluation and comparison <strong>of</strong> bids, the Tendering <strong>of</strong>ficer<br />

may, at its discretion ask the bidder for the clarification <strong>of</strong> its bid. The request for<br />

clarification and the response shall be in writing. However, no post bid clarification at<br />

the initiative <strong>of</strong> the bidder; shall be entertained.<br />

20. Preliminary evaluation:<br />

20.1 Tendering <strong>of</strong>ficer shall evaluate the bids to determine whether they are complete,<br />

whether any computational errors have been made, whether required sureties have<br />

been furnished, whether the documents have been properly signed and whether the<br />

bids are generally in order.<br />

20.2 Prior to the detailed valuation, pursuant to clause 21below, the Tendering <strong>of</strong>ficer<br />

will determine the substantial responsiveness <strong>of</strong> each bid to the Bid documents. For<br />

purposes <strong>of</strong> these clauses, a substantially responsive bid is one, which conforms, to<br />

all the terms and conditions <strong>of</strong> the Bid documents without material deviations. The<br />

Tendering authority’s determination <strong>of</strong> bid’s responsiveness is to be based on the<br />

contents <strong>of</strong> the bid itself without recourse <strong>of</strong> extrinsic evidence.<br />

35


20.3 A bid, determined as substantially non-responsive will be rejected by the<br />

Tendering <strong>of</strong>ficer and shall not subsequent to the bid opening be made responsive by<br />

the bidder by correction <strong>of</strong> the non-conformity also the Tendering <strong>of</strong>ficer shall not be<br />

bound to show the reasons/causes <strong>of</strong> rejection <strong>of</strong> the bid.<br />

20.4 The Tendering <strong>of</strong>ficer may waive any minor infirmity or non-conformity or<br />

irregularity in a bid, which does not constitute a material deviation, provided such<br />

waiver, does not prejudice or affect the relative ranking <strong>of</strong> any bidder.<br />

21. Evaluation & comparison <strong>of</strong> substantially responsive BIDs:<br />

21.1 On the due date <strong>of</strong> bid opening the tendering Authority will open the Technical<br />

bid specified in the bid document. If the bidder is eligible and meets all the conditions<br />

to participate in the tender, then only the technical evaluation will be done on the<br />

same day and the financial bid will be opened at a later date. Only those Financial<br />

BIDs shall be opened which are found techno-commercially compliant.<br />

21.2 The tendering Authority will make the technical/financial evaluation <strong>of</strong> the eligible<br />

bidders.<br />

21.3 Financial bid evaluation will be based on the net composite Price <strong>of</strong>fered in the Price<br />

schedule i.e., Section 9. The evaluation <strong>of</strong> the L-1 bidder will be decided based on the<br />

lowest quote.<br />

21.4 The Tendering <strong>of</strong>ficer shall evaluate in detail and compare the bids previously<br />

determined to be substantially responsive pursuant to clause 20 above.<br />

21.5 Arithmetical errors shall be rectified on the following basis. If there is a<br />

discrepancy between the unit price and total price that is obtained by multiplying the<br />

unit price and quantity, the unit price shall prevail and the total price shall be corrected<br />

by the tendering authority. If there is a discrepancy between words and figures, the<br />

amount in words shall prevail. If the bidder does not accept the correction <strong>of</strong> the<br />

errors, his bid shall be rejected.<br />

21.6 Tendering <strong>of</strong>ficer may negotiate with L1 bidder only or can make counter <strong>of</strong>fer<br />

against the prices quoted by any bidder.<br />

21.7 Apart from the existing cellular customers, the data <strong>of</strong> prospective customers<br />

enrolled during the contract period may have to be scanned and documented.<br />

21.8 The tendering authority will issue the APO/Work order and fix the target date to<br />

complete the work. The performance <strong>of</strong> each vendor will be assessed on weekly<br />

basis. If the bidder fails to meet the target and complete the work within the specified<br />

date, the tendering authority has the right to cancel that APO/PO/ Work Order and<br />

allot the same work to other bidders.<br />

21.9 There are 5 SSAs in J&K Telecom Circle and the scanning will be carried out<br />

at 11 locations presently. The tendering authority has every right to vary the no. <strong>of</strong><br />

scanning locations and cancel work order, if the bidder fails to meet the targets.<br />

22. Contacting the Tendering Authority:<br />

22.1 Subject to Clause 19 above, no bidder shall try to influence the Tendering<br />

<strong>of</strong>ficer on any matter relating to its bid, from the time <strong>of</strong> the bid opening till the time the<br />

contract is awarded.<br />

22.2 Any effort by a bidder to influence the Tendering <strong>of</strong>ficer or any other <strong>of</strong>ficer<br />

authorized on his behalf w.r.t the bid evaluation, bid comparison or contract award<br />

decisions shall result in the rejection <strong>of</strong> the bid.<br />

36


E. Contract<br />

23. Award <strong>of</strong> contract:<br />

The Tendering <strong>of</strong>ficer shall consider placement <strong>of</strong> orders for executing the work only<br />

on those eligible bidders whose <strong>of</strong>fers have been found technically, commercially and<br />

financially acceptable. The Tendering <strong>of</strong>ficer reserves the rights to counter <strong>of</strong>fer<br />

price(s) against price(s) quoted by any bidder. All terms and conditions applicable to<br />

the L1(composite rate) bidder are also equally applicable to the bidder/bidders, who<br />

will accept the counter <strong>of</strong>fer for execution <strong>of</strong> work.<br />

24. Tendering Officer’s right to vary quantities at the time <strong>of</strong> award:<br />

24.1 BSNL will have the right to increase or decrease up to 25% <strong>of</strong> the quantity <strong>of</strong><br />

goods and services specified in the schedule <strong>of</strong> requirements without any change in<br />

the unit price or other terms and conditions at the time <strong>of</strong> award <strong>of</strong> contract or up to<br />

50% <strong>of</strong> the additional quantities <strong>of</strong> services contained in the running tender/contract<br />

can be ordered within a period <strong>of</strong> twelve months from the earliest date <strong>of</strong> acceptance<br />

<strong>of</strong> PO at the same rate or a rate negotiated (downwardly) with the existing vendors<br />

considering the reasonability <strong>of</strong> rates based on prevailing market conditions and the<br />

impact <strong>of</strong> reduction in duties and taxes etc. and supplies to be obtained within delivery<br />

period scheduled a fresh.<br />

24.2 In exceptional situation where the requirement is <strong>of</strong> an emergent nature and it is<br />

necessary to ensure continued supplies from the existing vendors, the purchaser<br />

reserves the right to place repeat order up to 100% <strong>of</strong> the quantities <strong>of</strong> services<br />

contained in the running tender/contract within a period <strong>of</strong> twelve months from the<br />

earliest date <strong>of</strong> acceptance <strong>of</strong> PO at the same rate or a rate negotiated (downwardly)<br />

with the existing vendors considering the reasonability <strong>of</strong> rates based on prevailing<br />

market conditions and the impact <strong>of</strong> reduction in duties and taxes etc.<br />

Exceptional situation and emergent nature should be spelt out clearly detailing the<br />

justification as well as benefits accrued out <strong>of</strong> it and loss incurred in case this provision<br />

is not invoked and approved by the authority competent to accord administrative and<br />

financial approval for the procurement calculated on the basis <strong>of</strong> total procurement i.e.<br />

initial and proposed add on quantity.<br />

25. Validity <strong>of</strong> contract :<br />

The contract shall normally be valid for one year from the date <strong>of</strong> signing <strong>of</strong> the<br />

agreement with an option <strong>of</strong> extension for a further period <strong>of</strong> three months subject to a<br />

maximum <strong>of</strong> six months with same rate, terms and condition.<br />

26. Tendering Officer’sright to accept any BID & to reject any or all BIDs:<br />

The Tendering <strong>of</strong>ficer reserves the right to accept or reject any bid, and to annul the<br />

bidding process and reject all bids, at any time prior to award <strong>of</strong> contract without<br />

assigning any reason whatsoever and without thereby incurring any liability to the<br />

affected bidder or bidders on the grounds for the Tendering authority’s action.<br />

27. Issue <strong>of</strong> Letter Of Intent (LOI) or APO:<br />

27.1 The issue <strong>of</strong> an LOI or APO shall constitute the intention <strong>of</strong> the Tendering <strong>of</strong>ficer<br />

to enter into the contract with the bidder.<br />

27.2 The bidder shall within 10 days <strong>of</strong> issue <strong>of</strong> the LOI or APO give his unconditional<br />

acceptance to the terms & Conditions <strong>of</strong> tender in writing along with performance<br />

security for an amount <strong>of</strong> 5 % <strong>of</strong> the contract value for a period <strong>of</strong> 2 years in conformity<br />

with Section 7 provided with the bid documents.<br />

37


28. Signing <strong>of</strong> contract:<br />

28.1 The issue <strong>of</strong> Work order shall constitute the award <strong>of</strong> contract on the bidder.<br />

28.2 Upon the successful bidder furnishing the performance security <strong>of</strong> equal amount,<br />

the tendering <strong>of</strong>ficer shall discharge its EMD, pursuant to Clause 11above<br />

29. Annulment <strong>of</strong> Award:<br />

Failure <strong>of</strong> the successful bidder to sign the agreement shall constitute sufficient<br />

ground for the annulment <strong>of</strong> the award and forfeiture <strong>of</strong> the bid security in which event<br />

the Tendering <strong>of</strong>ficer may make the award to any other bidder at the discretion <strong>of</strong> the<br />

Tendering <strong>of</strong>ficer or call for new bids.<br />

30. Court Jurisdiction:<br />

The contract shall be governed by <strong>India</strong>n Laws and Courts at will have the jurisdiction<br />

to entertain any dispute or claim arising out <strong>of</strong> this tender till issue <strong>of</strong> Work order.<br />

31. While all the conditions specified in the Bid Documents are critical and are to be<br />

complied, special attention <strong>of</strong> bidder is invited to the following clauses <strong>of</strong> the bid<br />

document, non-compliance <strong>of</strong> any one <strong>of</strong> which shall result in outright rejection <strong>of</strong> the<br />

bid.<br />

.i. Clause 14.1 <strong>of</strong> this section -The bids will be recorded/ returned unopened, if covers<br />

are not properly sealed with “Personal seal” <strong>of</strong> the bidder.<br />

ii. Clause 11.1 & 12.1 <strong>of</strong> this section -The bids will be rejected at opening stage if<br />

EMD is not submitted as per Clauses 11.1above. BID validity is less than the period<br />

prescribed in Clause 12.1 mentioned above.<br />

iii. Clause 2 & 10 <strong>of</strong> this section -If the eligibility condition as per clause 2, Section 4 is<br />

not met and/or documents prescribed to establish the eligibility as per Clause 10 <strong>of</strong><br />

Section 4 are not enclosed, the bids will be rejected without further evaluation.<br />

iv. Section 9: Price schedule-Prices are not filled in properly as prescribed in price<br />

schedule.<br />

v. a) Before outright rejection <strong>of</strong> the bid for non-compliance <strong>of</strong> any <strong>of</strong> the provisions<br />

mentioned in clause 31 (i) and (ii) above <strong>of</strong> this section, the Tendering <strong>of</strong>ficer may<br />

extend opportunity to the Bidder(s)/Companies to explain it’s/ their position. However if<br />

the person representing the company is not satisfied with the decision <strong>of</strong> the Bidopening<br />

team, he/they can submit the representation to Bid-opening team immediately<br />

but in no case after closing <strong>of</strong> the tender process with full justification quoting<br />

specifically the violation <strong>of</strong> tender conditions, if any.<br />

b) The representations received in bid opening day shall be submitted to the<br />

competent authority for review if the bid opening team is satisfied with the arguments<br />

<strong>of</strong> the bidder(s)/companies mentioned in their representations and feel that there is<br />

prima-facie fact for consideration as early as possible and decision to this effect shall<br />

be communicated to the bidder company. If the reviewing <strong>of</strong>ficer finds it fit to open the<br />

bid <strong>of</strong> the petitioner, the bid(s) shall be opened by giving three (working) days notice to<br />

all the participating bidders to give opportunity to desirous participants to be present<br />

on the occasion.<br />

c) The Tendering <strong>of</strong>ficer shall not return the bids submitted by the bidders on the date<br />

<strong>of</strong> tender opening even if it is liable for rejection. Such bids shall be kept preserved in<br />

sealed cover as submitted by the bidder(s), however; desirous representatives <strong>of</strong> the<br />

participating bidders/ companies present on the occasion may put their signatures on<br />

the sealed envelopes if they intend to do so. Bids found liable for rejection will be<br />

returned to the bidders after issue <strong>of</strong> work order against instant tender.<br />

38


32. Tendering <strong>of</strong>ficer reserves the right to disqualify the bidder for suitable period who<br />

habitually failed to complete the work in time. Further, the bidders whose works do not<br />

perform satisfactorily in the field in accordance with the specifications may also be<br />

disqualified for a suitable period as decided by the Tendering authority.<br />

33. Tendering <strong>of</strong>ficer reserves the right to black list a bidder for a suitable period in case<br />

he fails to honor his bid without sufficient grounds.<br />

34. The bidder should give a certificate that none <strong>of</strong> his/ her near relative is working in the<br />

units as defined below where he/she is going to apply for the tender. In case <strong>of</strong><br />

proprietorship firm certificate will be given by the proprietor. For the partnership firm,<br />

certificate will be given by all the partners and in case <strong>of</strong> limited company by all the<br />

directors <strong>of</strong> the company excluding Government <strong>of</strong> <strong>India</strong>/ Financial institutions<br />

nominees and independent non-<strong>of</strong>ficial part time Directors appointed by Government<br />

<strong>of</strong> <strong>India</strong> or the Governor <strong>of</strong> the state. Due to any breach <strong>of</strong> these conditions by the<br />

company or firm or any other person, the tender will be cancelled and EMD will be<br />

forfeited at any stage whenever it is noticed and BSNL will not pay any damage to the<br />

company or the firm or the concerned person. The company or firm or the person will<br />

also be debarred for further participation in the concerned unit.<br />

The near relatives for this purpose are defined as:-<br />

(a) Members <strong>of</strong> a Hindu undivided family.<br />

(b) They are husband and wife.<br />

(c) The one is related to the other in the manner as Father, Mother, Son(s) and Son’s<br />

wife (Daughter-in-law), Daughter(s) and Daughter’s husband (Son-in-law), Brother(s)<br />

and Brother’s wife, Sister(s) & Sister’s husband (Brother-in-law).<br />

The format <strong>of</strong> the certificate is enclosed in Annexure 7 (B)<br />

39


Section 5<br />

General (commercial) conditions <strong>of</strong> contract<br />

1. APPLICATION:<br />

The general conditions shall apply in contracts made by the Tendering Authority for the<br />

services requisitioned.<br />

2. STANDARDS:<br />

The services under this contract shall conform to the Special conditions mentioned in<br />

Section-IV.<br />

3. PERFORMANCE SECURITY:<br />

3.1 The Successful bidder shall furnish performance security to the Tendering<br />

Authority for an amount equal to 5% <strong>of</strong> the total value <strong>of</strong> the services to be <strong>of</strong>fered in<br />

the form <strong>of</strong> Bank Guarantee within the stipulated time after the receipt <strong>of</strong> the Advance<br />

Work order.<br />

3.2 The proceeds <strong>of</strong> the performance security shall be payable to the Tendering authority as a<br />

compensation for successful bidder's failure to complete its obligations under the contract or<br />

for any loss resulting from the non performance <strong>of</strong> the contract.<br />

3.3 The Performance Security Bond shall be in the form <strong>of</strong> a Bank Guarantee for a period <strong>of</strong><br />

One and half year, issued by a Scheduled Bank and in the form provided in the Bid<br />

Document Section-7(A).<br />

3.4 The Tendering Authority will discharge the Performance Security Bond after completion <strong>of</strong><br />

the Successful bidder’s performance obligations, under the contract.<br />

4. PAYMENT TERMS:<br />

4.1 70% payment for Hardware on delivery to the consignee. 20 % payment on<br />

successful commissioning <strong>of</strong> the equipment. 10% after one year <strong>of</strong> satisfactory working.<br />

4.2 70% payment <strong>of</strong> s<strong>of</strong>tware after successful commissioning. 10% after one year <strong>of</strong><br />

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

4.3 For scanning work the 100% <strong>of</strong> value <strong>of</strong> the services rendered during a month will be<br />

paid on successful completion <strong>of</strong> Scanning and uploading <strong>of</strong> documents <strong>of</strong> GSM & WLL<br />

customers to the satisfaction <strong>of</strong> the tendering authority. For claiming this payment the<br />

successful bidder has to submit the following documents to the paying authority:-<br />

a) Invoice.<br />

b) A certificate from the designated authority or in charge <strong>of</strong> the Scanning<br />

process for the number <strong>of</strong> commercial documents.<br />

4.4 The Income tax will be deducted from the bill amount due as per the standing rules in<br />

vogue.<br />

4.5 The payment for the service rendered will be made by the paying authorities<br />

mentioned in the detailed work order to which the services rendered.<br />

5. PRICES:<br />

40


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

as per clause 9 <strong>of</strong> Section-4. The basic unit price and all other components <strong>of</strong> price need to<br />

beindividually indicated as per the price schedule. The <strong>of</strong>fer shall be firm in <strong>India</strong>n Rupees.<br />

5.2 (a) Prices charged by the Successful bidder for services performed under the<br />

contract shall not be higher from the prices quoted by the successful bidder in<br />

his bid.<br />

(b) In case <strong>of</strong> revision <strong>of</strong> Statutory Levies/Taxes during the finalisation period <strong>of</strong> the tender<br />

the Tendering Authority reserves the right to ask for reduction in the prices.<br />

(c) Price once fixed will remain valid for the period <strong>of</strong> contract, irrespective <strong>of</strong> increase/<br />

decrease <strong>of</strong> taxes and other statutory duties.<br />

(d) The payment for Hardware, S<strong>of</strong>tware will be made by AO(Cash) O/o CGMT, Jammu and<br />

for scanning by GM/TDM/TDE <strong>of</strong> concerned SSA based on the CAFs scanned/uploaded.<br />

(e) In those cases, where such shortages/damages are intimated to the contractor in writing,<br />

the contractor shall extend the Bank Guarantee without fail for a suitable period at the<br />

request <strong>of</strong> purchaser in writing. Failure to do so shall result in forfeiture <strong>of</strong> Bank Guarantee.<br />

The Bank Guarantee will be released only after the cases are settled in accordance with the<br />

provisions available in the Bid Document/WorkOrder. It is the responsibility <strong>of</strong> the<br />

Contractor to obtain the acknowledgments from the consignees on completion <strong>of</strong> goods<br />

towards satisfactory receipt <strong>of</strong> goods both for quality and quantity.<br />

(f) In case <strong>of</strong> delayed scanning, increase in taxes and other statutory duties/levies after the<br />

expiry <strong>of</strong> the completion date shall be to the contractor’s account. However, benefit <strong>of</strong> any<br />

decrease in these taxes/duties shall be passed on to the Purchaser.<br />

(g) No payment shall be made for goods/works/services rejected at consignee’s end on<br />

verification.<br />

(h) The Income tax will be deducted from the bill amount due as per the standing rules in<br />

vogue.<br />

5.3 In case <strong>of</strong> delayed services after the scheduled period the advantage <strong>of</strong><br />

reduction <strong>of</strong> tax/duty would be passed on to the Tendering Authority and no<br />

benefit <strong>of</strong> increase in price will be permitted to the successful bidder if there is<br />

any increase in tax/duty.<br />

6. COMPLETION<br />

6.1 Completion <strong>of</strong> the works/services shall be made by the Contractor in accordance with the<br />

terms specified by the Purchaser in its Schedule <strong>of</strong> Requirements and special conditions<br />

<strong>of</strong> contract and the goods/works/services shall remain at the risk <strong>of</strong> the Contractor until<br />

work has been completed successfully (i.e. scanning, uploading and safe keeping the<br />

(CAFs).<br />

6.2 The delivery <strong>of</strong> goods shall be to the ultimate consignee as given in the Work Order.<br />

6.3 The delivery time <strong>of</strong> Server, PC & Scanners shall be 4 weeks from the date <strong>of</strong> placement<br />

<strong>of</strong> Work Oder.<br />

6.4 The installation and commissioning <strong>of</strong> the Server shall be completed within 8 weeks <strong>of</strong><br />

placement <strong>of</strong> Purchase Order.<br />

6.5 The scanning <strong>of</strong> CAFs should start within One week from the date <strong>of</strong> issue <strong>of</strong> work order<br />

simultaneously at all the SSA headquarters/Stations given and all CAFs are to be<br />

completed within 120 days i.e. one year from date <strong>of</strong> receipt <strong>of</strong> work order. It means that<br />

he shall create infrastructure & arrange manpower for carrying out scanning, data entry<br />

and porting @ 9,750 CAFs per day (minimum) inclusive <strong>of</strong> work at all SSA<br />

41


headquarters/Area Manager headquarters simultaneously i.e. @9,75,0000 CAFs in 100<br />

days.<br />

6.6 The vendor will establish his own scanning stations also so that scanning work is not<br />

delayed. The PC & Scanners purchased by BSNL are for future use <strong>of</strong> self scanning <strong>of</strong><br />

CAFs.<br />

6.7 Acceptance testing & commissioning <strong>of</strong> the whole system will be the responsibility <strong>of</strong><br />

vendor.<br />

After scanning, the DMS application developed & scanned document and<br />

arrangement made in this regard will be property <strong>of</strong> BSNL( except scanning<br />

stations),contractor has to sign non disclosure agreement for data security &<br />

confidentiality as prescribed by BSNL. The vendor will be needed to give the source<br />

code <strong>of</strong> DMS application. All the s<strong>of</strong>tware required during the project execution and to<br />

retrieve the data /CAF in future need to be made over to BSNL.<br />

7 Pre scanning requirements :<br />

1 Installation <strong>of</strong> Operating System & Database server application in the server (Operating<br />

system and server will be provided by BSNL)<br />

2.Development <strong>of</strong> customized Document Management System( DMS) (web based) as<br />

specified by BSNL in this tender document. (there should not be any user based license<br />

restrictions on DMS (document Management application ,web based) given by vendor). No<br />

time will be given the vendor to develop the s<strong>of</strong>tware. The vendor are expected to be well<br />

experienced, having s<strong>of</strong>tware and other skills to perform the project. S<strong>of</strong>tware should be user<br />

friendly so that BSNL staff can operate without loading any extra s<strong>of</strong>tware on simple IP<br />

based PC<br />

3. Putting Scanning Station (PC along with scanners etc) & Manpower deployment in All SSA<br />

Hqtrs./Area Managers<br />

4. Arrangement for data entry, data porting & server backups<br />

5. Supply <strong>of</strong> corrugated paper box <strong>of</strong> 7 ply ,as per specifications need to be supplied by<br />

vendor as per requirement and also safe keeping CAFs ( 750 nos /Box) .<br />

6. After attaining the concurrency in the CAF i.e. when there is no backlog, physical storage<br />

and scanning <strong>of</strong> CAF is to be carried out centrally at one place in the Circle .<br />

7. The CAF accessibility should be over internal backhaul like CSR WAN or MPBN cloud<br />

only. In no case, the information should be available over public domain like internet. The<br />

interfaces should be clearly defined by the service provider so that any future integration with<br />

existing or future backhaul cloud <strong>of</strong> BSNL network is possible.<br />

8. The CAF information should be accessible for viewing only and should have a password<br />

protected access. The access rights should be given to BSNL personnel purely on<br />

operational requirement basis. There should not be any saving or downloading <strong>of</strong> CAFs<br />

possible and no printing <strong>of</strong> CAFs should be possible except at the authorized machine with<br />

authorized personnel dealing with Law Enforcement Agencies (LEA) and TERM cells.<br />

Further, a detailed activity logs should be maintained and it should be possible to watch the<br />

activity <strong>of</strong> a particular client machine. The aforesaid requirements <strong>of</strong> rights management<br />

could be attained using a suitable DRM (Digital Rights Module), which should be an integral<br />

part <strong>of</strong> the basic scanning s<strong>of</strong>tware to be provided by the service provider.<br />

8. WARRANTY<br />

42


8.1 The contractor shall warrant that the items to be supplied shall be new and free from all<br />

defects. This warranty shall survive inspection or payment for, acceptance <strong>of</strong> goods.<br />

8.2 If it becomes necessary for the contractor to replace or renew any defective portion(s) <strong>of</strong><br />

the work under this clause, If any defect is not remedied by the contractor within a<br />

reasonable time, the purchaser may proceed to get the defects remedied from other<br />

contractor etc. at the contractor risk and expenses etc. but without prejudice to any other<br />

rights which the purchaser may have against the contractor in respect <strong>of</strong> such defects.<br />

9. Staff Training :-<br />

9.1 The supplier shall provide training to BSNL staff/ Officers free <strong>of</strong> cost. The training<br />

shall commence within one month <strong>of</strong> the completion <strong>of</strong> scanning process, and shall<br />

endeavor to be completed within three months time frame thereafter. All the equipment<br />

required for imparting training will be arranged by the supplier.<br />

9.2 The training shall include modules for System Administrators and users, in addition to<br />

any other module which the supplier considers necessary for running the system<br />

effectively. For System Administration, training shall be imparted to up to 6 (six)<br />

Officers.<br />

9.3 The supplier shall provide necessary course material & literature for each participant<br />

free <strong>of</strong> cost. The training shall include both theory and practice sessions.<br />

9.4 The venue <strong>of</strong> training shall be decided with mutual consent between purchaser &<br />

supplier. If training is imparted outside the station, the travel expenses and<br />

boarding/lodging <strong>of</strong> the trainees shall be borne by purchaser.<br />

9.5 The training module for System Administration shall at least cover following topics:-<br />

9.5.1 System Design.<br />

9.5.2 Architecture <strong>of</strong> System- Hardware & S<strong>of</strong>tware.<br />

9.5.3 Data flow & Data Backups.<br />

9.5.4 Operation and maintenance <strong>of</strong> Hardware & S<strong>of</strong>tware<br />

9.5.5 System Administration and change <strong>of</strong> parameters.<br />

9.5.6 Password Management.<br />

9.5.7 Demonstration <strong>of</strong> all modules <strong>of</strong> services (QC, administration, QC etc.) with<br />

complete work-flow.<br />

9.5.8 Database training.<br />

The vendor has to provide training in such a way that the future scanning & uploading<br />

process will be done by the SSA staff themselves.<br />

10. CHANGES IN WORK ORDERS:<br />

10.1 The Tendering Authority may, at any time, by a written order given to the Successful<br />

bidder, make changes within the general scope <strong>of</strong> the contract in any one or more <strong>of</strong><br />

the following:<br />

(a) The services to be provided by the Successful bidder.<br />

(b) Paying authority<br />

10.2 If any such change causes an increase or decrease in the cost <strong>of</strong>, or the time<br />

required for the execution <strong>of</strong> the contract an equitable adjustment shall be made in the<br />

contract price and the contract shall accordingly be amended. Any proposal by the<br />

Successful bidder for adjustment under this Clause must be made within thirty days from the<br />

date <strong>of</strong> receipt <strong>of</strong> the change in order.<br />

11. SUBCONTRACTS:<br />

43


The Successful bidder shall notify the Tendering Authority in writing that no subcontracts<br />

awarded under this contract if not already specified in his bid. Such notification, in his original<br />

bid or later shall not relieve the successful bidder from any liability or obligation under the<br />

contract.<br />

12. DELAYS IN THE SUCCESSFUL BIDDERS PERFORMANCE:<br />

12.1 Performance <strong>of</strong> services shall be made by the Successful bidder in accordance with<br />

the time schedule specified by the Tendering Authority in its Work order. In case the service<br />

is not completed in the stipulated period, as indicated in the Work order, Tendering Authority<br />

reserves the right either to short close/cancel this Work order and/or recover damage<br />

charges. The cancellation/short closing <strong>of</strong> the order shall be at the risk and responsibility <strong>of</strong><br />

the Successful bidder and Tendering Authority reserves the right to order the balance <strong>of</strong> work<br />

at the risk and cost <strong>of</strong> the defaulting vendors.<br />

12.2 Delay by the Successful bidder in the performance <strong>of</strong> its obligations shall render the<br />

Successful bidder liable to any or all <strong>of</strong> the following sanctions, namely, forfeiture <strong>of</strong> its<br />

performance security, imposition <strong>of</strong> liquidated damages and/or termination <strong>of</strong> the contract for<br />

default.<br />

12.3 If at any time, during performance <strong>of</strong> the contract, the successful bidder should<br />

encounter conditions impending timely performance <strong>of</strong> service, the successful bidder shall<br />

promptly notify the Tendering Authority in writing <strong>of</strong> the fact <strong>of</strong> the delay, its likely duration<br />

and its cause(s). As soon as practicable after receipt <strong>of</strong> the notice, the Tendering Authority<br />

shall evaluate the situation and may at its discretion, if necessary, extend the period for<br />

performance <strong>of</strong> the contract subject to furnishing <strong>of</strong> additional performance security by the<br />

successful bidder @ 5% <strong>of</strong> the total value <strong>of</strong> the additional Work order. The extension period<br />

against the work order, if any, shall be granted subject to the condition that the Tendering<br />

Authority shall have the absolute right to revise the prices and also to levy penalty for delayed<br />

services.<br />

12.4 If the services are not completed in the extended delivery period, the Work order<br />

shall be short closed and both the performance securities shall be forfeited.<br />

13. LIQUIDATED DAMAGES:<br />

13.1 The stipulated period for rendering the service must be completed not later than the<br />

dates specified therein. Extension will not be given except in exceptional circumstances.<br />

Should however reports be made after expiry <strong>of</strong> the stipulated period without the prior<br />

concurrence <strong>of</strong> the Tendering Authority, such services will not deprive the Tendering<br />

Authority <strong>of</strong> his right to recover liquidated damages under Clause 12.2 below.<br />

13.2 Should the bidder fail to give the services/supply(Hardware & S<strong>of</strong>tware) within the<br />

stipulated period prescribed in the work order the tendering authority shall be entitled to<br />

recover, as agreed liquidated damages for breach <strong>of</strong> contract a sum equivalent to 0.5% <strong>of</strong><br />

the value <strong>of</strong> the delayed in rendering the service <strong>of</strong> the value <strong>of</strong> the delayed work for each<br />

week <strong>of</strong> delay or part there<strong>of</strong> for a period up to 10(ten) weeks and thereafter at the rate <strong>of</strong><br />

0.7% <strong>of</strong> the value <strong>of</strong> the delay in service for each week <strong>of</strong> delay or part there<strong>of</strong>.<br />

13.3 Quantum <strong>of</strong> the liquidated damages assessed and levied by the purchaser and decision<br />

<strong>of</strong> the purchaser thereon shall be final and binding on the contractor. Further, the same shall<br />

not be challengeable by the contractor before Arbitration, Tribunal or before the Court. The<br />

same shall stand specifically excluded from the purview <strong>of</strong> the arbitration clause, as such<br />

44


shall not be referable to arbitration.<br />

13.4 The total value <strong>of</strong> the L.D as per the above sub clauses shall be limited to a maximum <strong>of</strong><br />

12% <strong>of</strong> the Total Contract Value i.e LD shall be levied upto 20(twenty) weeks as per<br />

provisions at 12.2 above.<br />

14. FORCE MAJEURE:<br />

If any time, during the continuance <strong>of</strong> this contract, the performance in whole or in part by<br />

either party <strong>of</strong> any obligation under this contract shall be prevented or delayed by reason <strong>of</strong><br />

any war, or hostility, acts <strong>of</strong> the public enemy, civil commotion, sabotage, fires, floods,<br />

explosion, epidemics, quarantine restrictions, strikes, lockouts, or act <strong>of</strong> god (herein after<br />

referred to as events) provided notice <strong>of</strong> happening <strong>of</strong> any such eventuality is given by either<br />

party to the other within 21 days from the date <strong>of</strong> occurrence there<strong>of</strong>, neither party shall by<br />

reason <strong>of</strong> such event be entitled to terminate this contract nor shall either party have such<br />

any claim for damages against the other in respect <strong>of</strong> such non performance or delay in<br />

performance , and services under the contract shall be resumed as soon as practicable after<br />

such event may come to end or cease to exist , and the decision <strong>of</strong> the Tendering Authority<br />

as to whether services have been so resumed or not shall be final and conclusive , provided<br />

further that if the performance, in whole or part <strong>of</strong> any obligation under this contract is<br />

prevented or delayed by reason <strong>of</strong> any such event for a period <strong>of</strong> 60 days either party may ,<br />

at his option terminate the contract.<br />

15.TERMINATION FOR DEFAULT:<br />

15.1 The Tendering Authority may, without prejudice to any other remedy for breach <strong>of</strong><br />

contract, by written notice <strong>of</strong> default, sent to the successful bidder, terminate this contract<br />

in whole or in part.<br />

(a)If the successful bidder fails to render services within the time period specified in the<br />

contract, or any extension there<strong>of</strong> granted by the Tendering Authority pursuant to clause 11<br />

above.<br />

(b)If the successful bidder fails to perform any other obligation(s) under the contract; and<br />

(c)If the successful bidder, in either <strong>of</strong> the above circumstances does not remedy his failure<br />

within a period <strong>of</strong> 15 days after receipt <strong>of</strong> the default notice from the Tendering Authority.<br />

15.2 In the event the Tendering Authority terminates the contract in whole or in part the<br />

Tendering Authority may get services from any other bidder, upon such terms and in such<br />

manner, as it deems appropriate. The successful bidder shall be liable to the Tendering<br />

Authority for any excess cost for such services. However, the successful bidder shall<br />

continue performance <strong>of</strong> the contract to the extent not terminated.<br />

16 SET OFF:<br />

Any sum <strong>of</strong> money due and payable to the supplier (including security deposit refundable to<br />

him) under this contract may be appropriated by the purchaser or the BSNL or any other<br />

person or persons contracting through the BSNL <strong>of</strong> <strong>India</strong> and set <strong>of</strong>f the same against any<br />

claim <strong>of</strong> the Purchaser or BSNL or such other person or persons for payment <strong>of</strong> a sum <strong>of</strong><br />

money arising out <strong>of</strong> this contract or under any other contract made by the supplier with the<br />

Purchaser or the BSNL or such other person or persons contracting through the BSNL. It is<br />

an agreed term <strong>of</strong> the contract that the sum <strong>of</strong> money so withheld under this clause by the<br />

purchaser or BSNL will be kept withheld as such by the purchaser or BSNL till his claim<br />

arising out <strong>of</strong> the same contract or any other contract is either mutually settled or determined<br />

by the competent court and that the contractor shall have no claim for interest or damages<br />

45


what-so-ever on this account or any other ground in respect <strong>of</strong> any sum <strong>of</strong> money withheld<br />

under this clause and duly notified as such to the contractor.<br />

17.TERMINATION FOR INSOLVENCY:<br />

The Tendering Authority may at any time terminate the contract by giving written notice to the<br />

successful bidder, without compensation to the successful bidder if the successful bidder<br />

becomes bankrupt or otherwise insolvent as declared by the competent court provided that<br />

such termination will not prejudice or affect any right <strong>of</strong> action or remedy which has accrued<br />

or will accrue thereafter to the Tendering Authority.<br />

18 Termination for default<br />

18.1 The Purchaser may, without prejudice to any other remedy for breach <strong>of</strong> contract, by<br />

written notice <strong>of</strong> default, sent to the supplier, terminate this contract in whole or in part<br />

a) If the supplier fails to deliver any or all <strong>of</strong> the goods within the time period(s)<br />

specified in the contract, or any extension there<strong>of</strong> granted by the purchaser<br />

pursuant to clause11;<br />

b) If the supplier fails to perform any other obligation(s) under the Contract;<br />

and<br />

c) if the supplier, in either <strong>of</strong> the above circumstances, does not remedy his failure<br />

within a period <strong>of</strong> 15 days (or such longer period as the purchaser may<br />

authorize in writing) after receipt <strong>of</strong> the default notice from the purchaser.<br />

18.2 In the event the purchaser terminates the contract in whole or in part pursuant to para<br />

18.1 the purchaser may procure, upon such terms and in such manner as it deems<br />

appropriate, goods similar to those undelivered and the supplier shall be liable to the<br />

Purchaser for any excess cost for such similar goods. However the supplier shall<br />

continue the performance <strong>of</strong> the contract to the extent not terminated.<br />

19. Arbitration<br />

19.1 In the event <strong>of</strong> any question, dispute or difference arising under this agreement or in<br />

connection there-with (except as to the matters, the decision to which is specifically<br />

provided under this agreement), the same shall be referred to the sole arbitration <strong>of</strong><br />

the CGMT, J&K Telecom Circle, BSNL or in case his designation is changed or his<br />

<strong>of</strong>fice is abolished, then in such cases to the sole arbitration <strong>of</strong> the <strong>of</strong>ficer for the time<br />

being entrusted (whether in addition to his own duties or otherwise) with the functions<br />

<strong>of</strong> the CGMT, J&K Telecom Circle, BSNL or by whatever designation such an <strong>of</strong>ficer<br />

may be called (hereinafter referred to as the said <strong>of</strong>ficer), and if the CGMT, J&K<br />

Telecom Circle, BSNL or the said <strong>of</strong>ficer is unable or unwilling to act as such, then to<br />

the sole arbitration <strong>of</strong> some other person appointed by the CGMT, J&K Telecom<br />

Circle, BSNL or the said <strong>of</strong>ficer. The agreement to appoint an arbitrator will be in<br />

accordance with the Arbitration and Conciliation Act 1996. There will be no objection<br />

to any such appointment on the ground that the arbitrator is a Government Servant or<br />

that he has to deal with the matter to which the agreement relates or that in the course<br />

<strong>of</strong> his duties as a Government Servant he has expressed his views on all or any <strong>of</strong> the<br />

matters in dispute. The award <strong>of</strong> the arbitrator shall be final and binding on both the<br />

parties to the agreement. In the event <strong>of</strong> such an arbitrator to whom the matter is<br />

originally referred, being transferred or vacating his <strong>of</strong>fice or being unable to act for<br />

any reason whatsoever, the CGMT, J&K Telecom Circle, BSNL or the said <strong>of</strong>ficer<br />

shall appoint another person to act as an arbitrator in accordance with terms <strong>of</strong> the<br />

46


agreement and the person so appointed shall be entitled to proceed from the stage at<br />

which it was left out by his predecessors.<br />

19.2 The arbitrator may from time to time with the consent <strong>of</strong> both the parties enlarge<br />

the time frame for making and publishing the award. Subject to the aforesaid,<br />

Arbitration and Conciliation Act, 1996 and the rules made there under, any<br />

modification there<strong>of</strong> for the time being in force shall be deemed to apply to the<br />

arbitration proceeding under this clause.<br />

19.3The venue <strong>of</strong> the arbitration proceeding shall be the <strong>of</strong>fice <strong>of</strong> the CGMT, J&K<br />

Telecom Circle, BSNL, Jammu or such other places as the arbitrator may decide.<br />

20 Subject Laws & Jurisdiction<br />

i) The contract shall be governed by <strong>India</strong>n Laws and the Courts at place Jammu will<br />

have jurisdiction to entertain any dispute(s) or claim(s) arising out <strong>of</strong> such dispute(s).<br />

21 The bidders, who are given Purchase Orders, must give the details <strong>of</strong> the supplies<br />

made against all the Purchase Orders every month on the first working day <strong>of</strong> the<br />

following month to MM and the concerned Planning Branches <strong>of</strong> BSNL (Corporate<br />

Office).<br />

22The bidder should furnish the name <strong>of</strong> his collaborator (if applicable), brand name,<br />

model no. and type <strong>of</strong> the products <strong>of</strong>fered in this tender. The technical literatures <strong>of</strong> the<br />

products should also be submitted. No change in either technology or product shall be<br />

permitted after opening <strong>of</strong> bids.<br />

23 Fall clause<br />

23.1 The prices once fixed will remain valid during the scheduled delivery period except for<br />

the provisions in clause 12.1 <strong>of</strong> Section III. Further, if at any time during the contract<br />

(a) It comes to the notice <strong>of</strong> purchaser regarding reduction <strong>of</strong> price for the same or similar<br />

equipment/ service;<br />

and/or<br />

(b) The prices received in a new tender for the same or similar equipment/ service are less<br />

than the prices chargeable under the contract.<br />

The purchaser, for the purpose <strong>of</strong> delivery period extension, if any, will determine and<br />

intimate the new price, taking into account various related aspects such as quantity,<br />

geographical location etc., and the date <strong>of</strong> its effect for the balance quantity/ service to<br />

the vendor. In case the vendor does not accept the new price to be made applicable<br />

during the extended delivery period and the date <strong>of</strong> its effect, the purchaser shall have<br />

the right to terminate the contract without accepting any further supplies. This<br />

termination <strong>of</strong> the contract shall be at the risk and responsibility <strong>of</strong> the supplier and the<br />

purchaser reserves the right to purchase the balance unsupplied quantity/ service at<br />

the risk and cost <strong>of</strong> the defaulting vendor besides considering the forfeiture <strong>of</strong> his<br />

performance security.<br />

23.2(a)The vendor while applying for extension <strong>of</strong> time for delivery <strong>of</strong> equipment/ services, if<br />

any, shall have to provide an undertaking as “We have not reduced the sale price,<br />

and/ or <strong>of</strong>fered to sell the same or similar equipment/ service to any<br />

47


person/organization including Department <strong>of</strong> central/ state Government or any<br />

central/state PSU at a price lower than the price chargeable under the contract for<br />

scheduled delivery period.”<br />

(c) In case under taking as in Clause 24.2 (a) is not applicable, the vendor will give the<br />

details <strong>of</strong> prices, the name(s) <strong>of</strong> purchaser, quantity etc. to the purchaser, while<br />

applying extension <strong>of</strong> delivery period.<br />

24. Court Jurisdiction:-<br />

(i) Any dispute arising out <strong>of</strong> the tender/bid document/evaluation <strong>of</strong> bids/issue <strong>of</strong><br />

APO shall be subject to jurisdiction <strong>of</strong> the competent court at the place from<br />

where the NIT/tender has been issued.<br />

(ii) Where a contractor has not agreed to arbitration, the dispute/claims arising out<br />

<strong>of</strong> the Contract/PO entered with him shall be subject to the jurisdiction <strong>of</strong> the<br />

Competent Court at the place from where Contract/PO has been issued.<br />

Accordingly, a stipulation shall be made in the contract as under:<br />

‘This Contract/PO is subject to jurisdiction <strong>of</strong> Court at Jammu only”<br />

48


A) Certified that:<br />

Section- 6<br />

Undertaking & declaration<br />

1. I/ We ……………………………………. have read and agree with all the terms and<br />

conditions, specifications included in the tender documents & <strong>of</strong>fer to execute the work<br />

at the rates quoted by us in the tender form.<br />

2. If I/ We fail to enter into the agreement & commence the work in time the EMD/ SD<br />

deposited by us will stand forfeited to the BSNL.<br />

B) The tenderer hereby covenants and declares that:<br />

1. all the information, Documents, Photo copies <strong>of</strong> the Documents/ Certificates enclosed<br />

along with the Tender <strong>of</strong>fer are correct.<br />

2. if anything is found false and/or incorrect and/or reveals any suppression <strong>of</strong> fact at any<br />

time, BSNL reserves the right to debar our tender <strong>of</strong>fer/ cancel the LOA/ Purchase/<br />

work order if issued and forfeit the EMD/ SD/ Bill amount pending with BSNL. In<br />

addition, BSNL may debar the contractor from participation in its future tenders.<br />

Date: …………… …………………………………<br />

Signature <strong>of</strong> Tenderer<br />

Place: …………… Name <strong>of</strong> Tenderer ……………………………….<br />

along with date & Seal<br />

49


Sub: Performance guarantee.<br />

Section- 7<br />

7(A) Pr<strong>of</strong>orma for the Performance Guarantee<br />

(To be typed on Rs.100/- non-judicial stamp paper)<br />

Whereas BSNL-J&K has agreed to award the work <strong>of</strong> Scanning, Uploading &<br />

Management <strong>of</strong> Customer Application Form (CAF) <strong>of</strong> BSNL Cellular customers alongwith<br />

web based monitoring system and supply <strong>of</strong> Server Hardware & S<strong>of</strong>tware in J&K Telecom<br />

Circle to M/s……………………………………………………………………………………………..<br />

R/o………………………………………………………………… (hereafter referred to as<br />

Contractor) and has asked him to submit a performance guarantee in favour <strong>of</strong> AGM(EB) O/o<br />

CGMT J&K Circle <strong>of</strong> Rs. …………../- which is valid up to ……/……/………<br />

Now at the request <strong>of</strong> the Contractor, We ……………………………………… Bank<br />

…………………………Branch having ………………………… ……….<br />

.……………………………………. (Address) and Regd. <strong>of</strong>fice address as ………<br />

………...……………………………………………………………………… ……… ………<br />

…………… (Hereinafter called ‘the Bank”) agreed to give this guarantee as hereinafter<br />

contained:<br />

1. We, ‘the Bank” do hereby undertake and assure to the BSNL that if in the opinion <strong>of</strong><br />

the BSNL, the Franchisee has in any way failed to observe or perform the terms and<br />

conditions <strong>of</strong> the said agreement or has committed any breach <strong>of</strong> its obligations thereunder,<br />

the Bank shall on demand and without any objection or demur pay to the BSNL<br />

the said sum <strong>of</strong> Rs. …………./- (Rupees ……………… only) or such lesser amount as<br />

BSNL may demand without requiring BSNL to have recourse to any legal remedy that<br />

may be available to it to compel the Bank to pay the same.<br />

2. Any such demand from the BSNL shall be conclusive as regards the liability <strong>of</strong><br />

Franchisee to pay to BSNL or as regards the amount payable by the Bank under this<br />

guarantee. The Bank shall not be entitled to withhold payment on the ground that the<br />

Franchisee had disputed its liability to pay or has disputed the quantum <strong>of</strong> the amount<br />

or that any arbitration proceeding or legal proceeding is pending between Franchisee<br />

and BSNL regarding the claim.<br />

3. We, the Bank further agree that the guarantee shall come into force from the date <strong>of</strong><br />

its issue and shall remain in full force and effect up …../ ….. / 20……. hereafter<br />

referred to as Validity date)<br />

50


4. The Bank further agrees that the BSNL shall have the fullest liberty without the<br />

consent <strong>of</strong> the Bank and without affecting in any way the obligations hereunder to vary<br />

any <strong>of</strong> the terms and conditions <strong>of</strong> the said agreement or to extend the time for<br />

performance <strong>of</strong> the said agreement from any <strong>of</strong> the powers exercisable by BSNL<br />

against the Franchisee and to forebear to enforce any <strong>of</strong> the terms and conditions<br />

relating to the said agreement and the Bank shall not be relieved from its liability by<br />

reason <strong>of</strong> such failure or extension being granted to Franchisee or through any<br />

forbearance, act or omission on the part <strong>of</strong> BSNL or any indulgence by BSNL to<br />

Franchisee or any other matter or thing whatsoever which under the law relating to<br />

sureties would but for this provision have the effect <strong>of</strong> relieving or discharging the<br />

guarantor.<br />

5. Notwithstanding anything herein contained ;<br />

(a) The liability <strong>of</strong> the Bank under this guarantee is restricted to Rs. …………../-<br />

(Rs. …………….. only) and it will remain in force up to dd/mm/yyyy.<br />

(b) The guarantee shall stand completely discharged and all rights <strong>of</strong> the BSNL<br />

under this Guarantee shall be extinguished if no claim or demand is made on<br />

us in writing on or before its validity date.<br />

6. The Bank guarantees that the below mentioned <strong>of</strong>ficer who have signed it on behalf <strong>of</strong><br />

the Bank have authority to give this guarantee under its delegated power.<br />

Place: ……………………………<br />

Date: ………………………….. (Signature <strong>of</strong> the Bank Officer)<br />

51<br />

Rubber stamp <strong>of</strong> the bank<br />

Authorized Power <strong>of</strong> Attorney Number: ……………….<br />

Name <strong>of</strong> the Bank <strong>of</strong>ficer: ……………………………..<br />

Designation: ……………………………………<br />

Complete Postal address <strong>of</strong> Bank: ……………………<br />

………………………………………………………………<br />

Telephone Numbers ……………………………..<br />

Fax numbers ………………………………


7 (B) Pr<strong>of</strong>orma for no near relatives certificate BSNL<br />

(Certificate to be given by the contractor in respect <strong>of</strong> status <strong>of</strong> employment <strong>of</strong> his/ her near<br />

relative (s) in BSNL J&K Circle)<br />

I, Mr./Ms. …………………………………… …………….. S/o …………….………………<br />

…………………………………………….Resident <strong>of</strong> …………………. …………………………<br />

……………………………………………………………… ……………………………………<br />

do hereby certify that<br />

1. The following persons who are my near relative(s) as defined in the tender document<br />

is/ are employed in BSNL as per details given in tender document.<br />

2.<br />

S.<br />

No.<br />

1.<br />

2.<br />

3.<br />

Name <strong>of</strong> the person Designation in<br />

BSNL<br />

52<br />

Employed in<br />

O/o<br />

Relation with<br />

the tenderer<br />

3. None <strong>of</strong> my near relative(s) as defined in the tender document is/ are employed<br />

anywhere in BSNL as per details given in tender document.<br />

In case at any stage, it is found that the information given by me is false/<br />

incorrect, BSNL shall have the absolute right to take any action as deemed fit,<br />

without any prior notice to me.<br />

Signature <strong>of</strong> the tenderer<br />

with seal<br />

Note: In case <strong>of</strong> proprietorship firm, this certificate will be given by the proprietor,<br />

for partnership firm, this certificate will be given by all the partners and<br />

in case <strong>of</strong> Private Ltd. Company, this certificate will be given by all the directors <strong>of</strong><br />

the company.


7 (C) Pr<strong>of</strong>orma for Letter <strong>of</strong> Authorization for attending BID opening<br />

Subject: Authorization for attending Bid opening<br />

I/ We Mr. /Ms. …………………………………….. have submitted our bid for the tender<br />

no. ………………………….……… in respect <strong>of</strong> ……………………<br />

………………………………………………………….. ( Item <strong>of</strong> work) which is due to open on<br />

…………………. (date) in the Conference Hall O/o CGMT J&K Circle, 4 th floor, North Block,<br />

Bahu Plaza, Jammu-180012.<br />

We hereby authorize Mr. /Ms. ………………………………………. Whose signatures<br />

are attested below, to attend the bid opening for the tender mentioned above on our behalf.<br />

…………………………………….<br />

Signature <strong>of</strong> the Representative<br />

………………………………… Signature <strong>of</strong> Bidder/<br />

Name <strong>of</strong> the Representative Officer authorized to sign<br />

The Bid Document<br />

Signature Attested on behalf <strong>of</strong> the Bidder.<br />

Note 1: Only one representative will be permitted to attend the Bid opening<br />

2. Permission for entry to the hall where bids are opened may be refused in case<br />

authorization as prescribed above is not received.<br />

53


A) Tenderer’s Pr<strong>of</strong>ile<br />

SECTION- 8<br />

Tenderer/ Bidder’s Pr<strong>of</strong>ile & Questionnaire<br />

(To be filled in and submitted by the bidder)<br />

1. Name <strong>of</strong> the individual/Firm: ………………………………………………<br />

2. Present Correspondence Address …………………… ……………… ………<br />

……………………………………………………………………………<br />

……………………………………………………………<br />

Telephone No. …………………………….. Mobile No. ………………………...<br />

FAX No. …………………………………………………………………………<br />

3. Address <strong>of</strong> place <strong>of</strong> Works/ Manufacture ………………… …………………<br />

………………………………………………………………………………<br />

Telephone No. …………………………….. Mobile No. ……………………………<br />

4. State the Type <strong>of</strong> Firm: Sole proprietor-ship/ partnership firm / (Tick<br />

the correct choice): Private limited company.<br />

5. Name <strong>of</strong> the sole proprietor/ partners/ Director(s) <strong>of</strong> Pvt. Ltd Co.:<br />

S. No. Name Father’s Name Designation<br />

1.<br />

2.<br />

3.<br />

4.<br />

5.<br />

6. Name <strong>of</strong> the person authorized to enter into and execute contract/ agreement and<br />

the capacity in which he is authorized (in case <strong>of</strong> partnership/ private Ltd company):<br />

……… ……… ……… ……… ……… ……………… ……… ……………… ………<br />

……………… ……… ……………… ……...<br />

7. Permanent Account No. : …………………………………………………………<br />

8. Whether the firm has Office/ works (i.e. manufacture <strong>of</strong> the tendered item) in J&K<br />

State? If so state its Address………………………………………………………………..<br />

54


B) Questionnaire<br />

1. Do you think any other detail/ material is required to complete the work specified in<br />

the specification? Yes/ No.<br />

1.1 If Yes, Give details<br />

………………………………………………………………………………………….<br />

………………………………………………………………………………………….<br />

2. Do you think any other item <strong>of</strong> work need be included in tender form to complete the<br />

work specified in the specification? Yes/ No.<br />

2.1 If Yes, Give details<br />

………………………………………………………………………………………….<br />

………………………………………………………………………………………….<br />

3. Suggestion for improvement <strong>of</strong> the tender document.<br />

………………………………………………………………………………………….<br />

………………………………………………………………………………………….<br />

………………………………………………………………………………………….<br />

………………………………………………………………………………………….<br />

………………………………………………………………………………………….<br />

Place…………………. Signature <strong>of</strong> contractor ………………………<br />

Date …………………. Name <strong>of</strong> Contractor ……………………………<br />

55


SECTION- 9<br />

TENDER/ Bid Form<br />

From To<br />

………………………………….. AGM (EB),<br />

………………………………….. O/o Chief General Manager Telecom.<br />

………………………………….. BSNL, J&K Circle,<br />

………………………………….. 4 th Floor, North Block, Bahu Plaza,<br />

………………………………….. Jammu - 180 012.<br />

Dear Sir,<br />

Sub: - Tender for.<br />

1. Having examined the specifications, scope <strong>of</strong> work and other sections <strong>of</strong> the tender<br />

documents, the receipt <strong>of</strong> which is hereby acknowledged, we, the undersigned, <strong>of</strong>fer<br />

to execute the same in conformity with the specifications and conditions <strong>of</strong> contract<br />

for the sum shown against item <strong>of</strong> work given below.<br />

2. Bid submitted by us is properly sealed so as to prevent any alteration and<br />

replacement.<br />

3. No omission, addition, deletion or correction has been made in the downloaded<br />

tender document.<br />

4. We agree to abide by this bid for the period specified in the tender information from<br />

the Bid opening date which may be accepted by BSNL at any time before the expiry<br />

<strong>of</strong> that period.<br />

5. We understand that you are not bound to accept the lowest bid or any other bid that<br />

you receive against this tender.<br />

6. This Bid together with your written acceptance there<strong>of</strong> in your notification <strong>of</strong> award<br />

shall constitute a binding contract between us.<br />

7. If our Bid is accepted, we will submit performance guarantee from a Scheduled bank<br />

for 5% <strong>of</strong> the contract amount, for the due performance <strong>of</strong> the Contract.<br />

56


Price schedule:<br />

We hereby quote the following rates:<br />

S.<br />

No.<br />

Description <strong>of</strong> work. Unit <strong>of</strong><br />

measure<br />

ment<br />

(UOM)<br />

1 Server Hardware alongwith SAN at<br />

Central Location (Jammu) as per<br />

specification including 3 years mtce.<br />

2 Server S<strong>of</strong>tware(Operating System and<br />

Application s<strong>of</strong>tware) including 3 years<br />

maintenance.<br />

57<br />

Rate per<br />

UOM (in<br />

Rs)<br />

Total No. <strong>of</strong><br />

Units<br />

1No. 2<br />

1No. 1<br />

3 Desktop PC’s as per specifications 1No. 11<br />

4 Scanners as per specifications 1No. 11<br />

5 Scanning & uploading <strong>of</strong> Scanned<br />

images <strong>of</strong> Commercial customer<br />

application form (CAFs) <strong>of</strong> all BSNL<br />

Cellular customers <strong>of</strong> J&K Circle. (10<br />

Lakh at present)<br />

6 Corrugated Boxes <strong>of</strong> size<br />

13”X10.5”X12.5” <strong>of</strong> 7 ply along with A4<br />

size white sticker on four sides.<br />

Total<br />

1No. 10,00,000<br />

1No. 1350<br />

Total Amount<br />

(in Rs)<br />

Note:– Please see clause 21.3 <strong>of</strong> section 4.<br />

Total Amount (in words) = Rupees ……… ……… ……… ……… ……… ……… ……… ……… ……… ………<br />

……… ……… ……… ……… ……… ……… ………<br />

Date: …………… Signature <strong>of</strong> contractor …………………………….<br />

Place: …………… Name <strong>of</strong> Contractor …………………………………<br />

Signature <strong>of</strong> Bidder in capacity <strong>of</strong><br />

Witness Signature ………………………………..<br />

Address <strong>of</strong> Contractor ………………………………<br />

Name <strong>of</strong> the witness ……………………………<br />

Address ……………………………………………………………….<br />

…………………………………………………………………………..<br />

Contact Telephone No. ……………………………………………..

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!