Bid Document for

85
NOFN NOC Video Wall Page 1 of 85 BHARAT BROADBAND NETWORK LIMITED (A Government of India Enterprise) Tender No. BBNL/MM/Video Wall/ 2017/001 Issued on 02/06/2017 Bid Document for Supply, Installation and Commissioning of Video Wall solution for Network Operation Centre of NOFN Project June 2017 Bharat Broadband Network Limited Corporate Office 3rd Floor, C-DOT Campus, Mandi Gaon Road, Chhatarpur New Delhi - 110030 Visit us at: www.bbnl.nic.in

Transcript of Bid Document for

Page 1: Bid Document for

NOFN NOC Video Wall Page 1 of 85

BHARAT BROADBAND NETWORK LIMITED (A Government of India Enterprise)

Tender No. BBNL/MM/Video Wall/ 2017/001 Issued on 02/06/2017

Bid Document for

Supply, Installation and Commissioning of Video Wall solution for Network Operation Centre of NOFN

Project

June 2017

Bharat Broadband Network Limited Corporate Office

3rd Floor, C-DOT Campus, Mandi Gaon Road, Chhatarpur

New Delhi - 110030

Visit us at: www.bbnl.nic.in

Page 2: Bid Document for

NOFN NOC Video Wall Page 2 of 85

Table of ContentsTABLE OF CONTENTS

SECTION – I: NOTICE INVITING TENDER 5

SECTION - II: GENERAL INSTRUCTIONS TO BIDDERS 8

DEFINITIONS ............................................................................................. 8

ELIGIBLE BIDDER: ..................................................................................... 8

COST OF BIDDING ...................................................................................... 8

DOCUMENTS REQUIRED ............................................................................ 8

CLARIFICATION OF BID DOCUMENTS ......................................................... 9

AMENDMENT OF BID DOCUMENTS ............................................................ 9

DOCUMENTS COMPRISING THE BID ........................................................... 9

BID FORM ................................................................................................ 10

BID PRICES .............................................................................................. 10

DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND QUALIFICATION 10

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

BID SECURITY .......................................................................................... 12

PERIOD OF VALIDITY OF BIDS .................................................................. 13

FORMAT AND SIGNING OF BID ................................................................. 13

SEALING AND MARKING OF BIDS ............................................................. 13

SUBMISSION OF BIDS ............................................................................... 14

LATE BIDS ............................................................................................... 14

MODIFICATION AND WITHDRAWAL OF BIDS ........................................... 14

OPENING OF BIDS BY PURCHASER ........................................................... 14

CLARIFICATION OF BIDS .......................................................................... 15

PRELIMINARY EVALUATION .................................................................... 15

EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS . 15

CONTACTING THE PURCHASER ................................................................ 16

PLACEMENT OF ORDER ........................................................................... 16

PURCHASER'S RIGHT TO VARY QUANTITIES............................................. 16

PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS ..... 17

ISSUE OF ADVANCE PURCHASE ORDER .................................................... 17

SIGNING OF CONTRACT ........................................................................... 17

ANNULMENT OF AWARD ......................................................................... 17

QUALITY ASSURANCE REQUIREMENTS .................................................... 17

REJECTION OF BIDS ................................................................................. 18

PURCHASER’S RIGHT TO DISQUALIFY ...................................................... 19

PURCHASER’S RIGHT TO BAN BUSINESS DEALINGS .................................. 19

NON-RELATIONSHIP CERTIFICATE .......................................................... 19

VERIFICATION OF DOCUMENTS AND CERTIFICATES ................................ 19

Page 3: Bid Document for

NOFN NOC Video Wall Page 3 of 85

SECTION - III: GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT……………..….20

APPLICATION .......................................................................................... 20

STANDARDS ............................................................................................ 20

PATENT RIGHTS ...................................................................................... 20

PERFORMANCE SECURITY ....................................................................... 20

INSPECTION AND TESTS .......................................................................... 20

DELIVERY AND DOCUMENTS ................................................................... 21

TRAINING ................................................................................................ 21

INCIDENTAL SERVICES ............................................................................ 21

SPARES .................................................................................................... 22

WARRANTY ............................................................................................. 22

PAYMENT TERMS .................................................................................... 22

PRICES..................................................................................................... 23

CHANGES IN PURCHASE ORDERS ............................................................. 23

SUBCONTRACTS ...................................................................................... 24

DELAYS IN THE SUPPLIER'S PERFORMANCE ............................................ 24

LIQUIDATED DAMAGES ............................................................................ 25

FORCE MAJEURE ...................................................................................... 26

TERMINATION FOR DEFAULT .................................................................. 26

TERMINATION FOR INSOLVENCY ............................................................. 27

ARBITRATION ......................................................................................... 27

SET OFF ................................................................................................... 27

INTIMATION OF SUPPLY STATUS ............................................................. 27

DETAILS OF THE PRODUCT ...................................................................... 27

FALL CLAUSE ........................................................................................... 28

COURT JURISDICTION .............................................................................. 28

SECTION- IV-A: SPECIAL INSTRUCTIONS TO BIDDERS………………………………………….31

IV.A.1 ELIGIBILITY CRITERIA ............................................................................. 31

IV.A.2 BID SECURITY .......................................................................................... 32

IV.A.3 CONTENTS OF TECHNO-COMMERCIAL BID ............................................... 32

IV.A.4 EVALUATION OF BIDS .............................................................................. 34

SECTION- IV-B: SPECIAL COMMERCIAL CONDITIONS OF CONTRACT……………………37

IV.B.1 PAYMENT TERMS .................................................................................... 37

IV.B.2 OVERALL TIME FRAME ............................................................................ 38

IV.B.3 INTELLECTUAL PROPERTY RIGHTS .......................................................... 39

IV.B.4 SERVICE LEVEL AGREEMENT (SLA) .......................................................... 39

SECTION- IV-C: SPECIAL TECHNICAL CONDITIONS AND CONTENTS OF TECHNO-COMMERCIAL BID………………………………………………………………………….43

IV.C.1 SPECIAL TECHNICAL CONDITIONS ........................................................... 43

Page 4: Bid Document for

NOFN NOC Video Wall Page 4 of 85

IV.C.2 PROJECT OVERVIEW ................................................................................ 47

IV.C.3 GENERAL REQUIREMENTS ....................................................................... 48

IV.C.4 LAYOUT OF NOC ...................................................................................... 49

IV.C.5 VIDEO WALL SYSTEM .............................................................................. 50

SECTION V – SCHEDULE OF REQUIREMENTS (SOR)…………………………………………….. 58

SECTION VI –BID FORM………………………………………………………………………………………. 60

SECTION VII –FINANCIAL BID FORMAT………………………………………………………………. 61

SECTION VIII – BID SECURITY FORM…………………………………………………………………... 66

SECTION IX – PERFORMANCE SECURITY GUARANTEE BOND……………………………… 67

SECTION X – LETTER OF AUTHORISATION FOR ATTENDING BID OPENING……….. 69

Section XI-SPECIAL INSTRUCTION TO BIDDERS FOR e-TENDERING…………………… 71

Section XII- SELF CERTIFICATE FROM OEM…………………………………………………………77

Section XIII- AUTHORIZATION CERTIFICATE FROM OEM……………………………………78

Section XIV- UNDERTAKING FROM DISTRIBUTOR/OEM FOR SERVICE CENTER SUPPORT IN DELHI/NCR…………………………………………………………………79

Section XV-FORMAT OF UNDERTAKING……………………………………………………………… 80

ANNEXURE-1: NOC FLOOR LAYOUT……………………………………………………………………. 81

ANNEXURE-2: CHECK LIST OF DOCUMENTS……………………………………………………….. 81

LIST OF ABBREVIATIONS / ACRONYMS……………………………………………………………… 83

Page 5: Bid Document for

NOFN NOC Video Wall Page 5 of 85

SECTION – I

BHARAT BROADBAND NETWORK LIMITED

(A Government of India Enterprise)

Corporate Office

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

[MM Section]

DETAILED NOTICE INVITING TENDER

Tender No: BBNL/MM/Video Wall/ 2017/001 Dated: 02-06-2017

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

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

using two Electronic Envelopes (Techno-commercial bid & Financial bid) from the eligible bidders for supply

of following items:

Sr. The below list for minimum requirement Quantity

1. Video Wall Cubes (70”) with all accessories 24

2. Video Wall Display Controller 1Package

3. 1. Component A N1

4. 2. Component B and so on N2

5. Video wall Management Software 1 Package

6. 1. Component C N3

7. 2. Component D and so on N4

8.

Cable wires as per requirement

DVI cables for connection between Cube

and Controller

24

9. HDMI/VGA Cables 24

10. Power Cables with N+1 Redundancy 1 Package

11. Any Other Cable as per the requirement -

12. L3 Switch 1

13. Rack 1

14. Base Stand and Wooden Cladding

15. Any Other

Bid Security (EMD) Amount (INR) Rs. 5,44,000

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

downloading from 02-06-2017 at 17:00 Hours onwards from https://www.tcil-india-electronictender.com.

This link can also be visited from the website of BBNL http://www.bbnl.nic.in by clicking Link “Tender Notices”

on the home page. The Tender document shall not be available for download on or after its submission/

closing date.

3. Demand Draft/ Bankers cheque of an amount of Rs. 2,100 /- (Rupees Two Thousand One Hundred only)

including VAT, in favour of BHARAT BROADBAND NETWORK LIMITED, drawn on any scheduled bank

and payable at New Delhi, shall have to be submitted towards tender fee/ cost of the tender documents

failing which the tender bid will be rejected.

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

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

tendered item. Their eligibility as per the terms and conditions of the tender in question would also

be examined, and if they meet the conditions stipulated, they may be issued the documents free.

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

Page 6: Bid Document for

NOFN NOC Video Wall Page 6 of 85

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

5. ELIGIBILITY CRITERIA:

The invitation for bids is open to all entities registered in India who fulfil prequalification criteria as specified

below.

Criteria Supporting Documents

1. The Bidder should be a company registered under

Companies Act, 1956 or Companies Act 2013 or a

partnership firm registered under Indian Partnership

Act, 1932. The company should be operational in India

for the last three years as on 31st March 2017.

a) Certificate of Incorporation and

Memorandum & Article of Association

b) Registered Partnership Deed in case of

partnership

2. The bidder should be an Original Equipment

Manufacturer (OEM) or OEM's Authorised Distributor &

Service Provider for Video Wall Solutions in India.

Self-Certificate as per format given in section

XII in case of OEM

Or

Authorization Certificate as per format given

in section XIII from the OEM in case of

Authorised Distributor & Service Provider.

3. The bidder should have an average annual turnover of

INR 8 Cr or more during the last three (3) financial

years i.e. 2014-15, 2015-2016 & 2016-17.

Audited financial statement of the Company

duly certified by Chartered Accountant (CA)

with CA’s Registration Number and Seal. In

case audit is under process then Provisional

Certificate signed by the auditor can be

submitted with regard to average annual

turnover as on 31st March 2017. However the

empanelment of the bidder will be provisional

subject to the submission of audited financial

statement of F.Y. 2016-17

4. Bidder should have positive net worth as on 31st March

2017.

Audited financial statement of the Company

duly certified by Chartered Accountant (CA)

with CA’s Registration Number and Seal. In

case audit is under process then Provisional

Certificate signed by the auditor can be

submitted with regard to average annual

turnover as on 31st March 2017. However the

empanelment of the bidder will be provisional

subject to the submission of audited financial

statement of F.Y. 2016-17

5. The bidder should have experience of successful

supply and installation of at least two DLP based video

wall solutions in India with minimum 6 cubes

installation in each of the quoted projects at

Government of India/ State Government/ PSUs/

Nationalised Banks/ Telecom Sector (as on the date of

submission of bids).

Copy of Purchase order(s) along with

Successful Installation/ Commissioning

certificate(s) issued by purchasing

organisation.

6. The bidder should have service support in Delhi/ NCR. Undertaking from the bidder as per format

given in section XIV, along with the details of

the service centre such as addresses/ Tel.

No. /Fax. No./ E-Mail

7. The bidder should not be black-listed/ debarred by any

PSU or State/UT or Central Government in India as on

the date of bid submission.

Undertaking from the bidder as per format

given in Section XV.

Page 7: Bid Document for

NOFN NOC Video Wall Page 7 of 85

6. Bid Security:

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

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

payable at New Delhi and drawn on any scheduled bank.

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

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

opening date. Bank details are as below:

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

Account No. : 1098214000029

IFSC Code : CNRB0001098.

7. Last Date & Time of Submission of Tender bid: 05/07/2017 by 15:00 Hrs. In case the date of submission

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

automatically to next working day at the same scheduled time. Any change in bid opening date due to any

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

8. Opening of Tender Bids: At 15:30 Hours of this tender closing date i.e. 05/07/2017.

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

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

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

their offices. Please refer clause 21 of Section XI of Tender document for further instructions. However,

authorized representatives of bidders (i.e. Supplier organization), if desire so, can attend the TOE at BBNL

Corporate Office, 3rd Floor, C-DOT Campus, Mandi Gaon Road, Chhatarpur, New Delhi – 110030, where

BBNL’s Tender Opening Officers would be conducting Public Online Tender Opening Event (TOE).

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

after due time & date will not be accepted.

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

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

not bound to accept the lowest tender.

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

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

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

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

shall be treated as non-responsive and shall be rejected summarily. All documents submitted in the bid offer

should be preferably in English. In case the certificate viz. experience, registration etc. is issued in a language

other than English, the bidder shall attach an English translation of the same duly attested by the bidder &

the translator, to be true copy in addition to the relevant certificate.

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

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

Date Time Activity

02/06/2017 - Issue of NIT

02/06/2017 17:00 Hrs. Accessibility of Tender document

14/06/2017 17:00 Hrs. Last date & time of seeking clarifications

05/07/2017 14:30 Hrs. Closure of Downloading of Tender document

05/07/2017 15:00 Hrs. Last Date & Time of submission of Bids

05/07/2017 15:30 Hrs. Opening of Tender Bids (Technical Part)

Chief General Manager (MM & CM)

BBNL Corporate Office, New Delhi

Telephone: 011-26592416, [email protected]

Page 8: Bid Document for

NOFN NOC Video Wall Page 8 of 85

SECTION - II.

GENERAL INSTRUCTIONS TO BIDDERS

II.1. DEFINITIONS

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

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

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

services under the contract.

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

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

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

place the Purchase Order on the bidder.

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

the Purchaser including all attachments and appendices thereto and all documents

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

appearing in the document.

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

the full and proper performance of its contractual obligations.

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

Specifications and the Generic Requirements by BBNL. Validation is carried out by deploying

the equipment in the field environment and includes stability, reliability and environmental

tests.

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

Department of Telecommunications (DOT), Government of India to provide telecom services

to the general public or to the other DOT licensed Telecom operators. "Telecom Service

Provider" also refers to any Telecom operator in other countries providing telecom services

to general public of that country or to other telecom operators of the same country.

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

II.2. ELIGIBLE BIDDER:

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

II.3. COST OF BIDDING

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

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

outcome of the bidding process.

II.4. DOCUMENTS REQUIRED

II.4.1. The goods required to be supplied, bidding procedures and contract terms and conditions are

prescribed in the Bid Documents. The Bid documents include:

Page 9: Bid Document for

NOFN NOC Video Wall Page 9 of 85

(a) Notice Inviting Tender

(b) General Instructions to Bidders

(c) General (Commercial) Conditions of Contract

(d) Special Instructions to Bidders and Eligibility Conditions

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

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

(g) Schedule of Requirements

(h) Bid Form

(i) Price Schedules

(j) Bid Security Form

(k) Performance Security Bond Form

(l) Letter of authorization to attend bid opening

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

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

required as per the Bid Documents or submission of the bids not substantially responsive

to the Bid Documents in every respect will be at the bidder's risk and may result in rejection

of the bid.

II.5. CLARIFICATION OF BID DOCUMENTS

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

writing through the e-tendering portal. The Purchaser shall respond in writing to any request for the

clarification of the Bid Documents, which it receives not later than two weeks prior to the date of

opening of the Tenders. Copies of the query (without identifying the source) and clarifications by

the Purchaser shall be sent to all the prospective bidders who have received the bid documents.

II.5.2. Any clarification issued by BBNL in response to query raised by prospective bidders shall form an

integral part of bid documents and it may amount to an amendment of relevant clauses of the bid

documents.

II.6. AMENDMENT OF BID DOCUMENTS

II.6.1. At any time, prior to the date of submission of Bids, the Purchaser may, for any reason, whether at

its own initiative or in response to a clarification requested by a prospective bidder, modify bid

documents by amendments.

II.6.2. The amendments shall be notified in writing through e-tendering portal to all prospective bidders

on the address intimated at the time of purchase of the bid document from the purchaser and these

amendments will be binding on them.

II.6.3. In order to afford prospective bidders a reasonable time to take the amendment into account in

preparing their bids, the purchaser may, at its discretion, extend the deadline for the submission

of bids suitably.

II.7. DOCUMENTS COMPRISING THE BID

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

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

the contract if its bid is accepted.

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

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

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

Page 10: Bid Document for

NOFN NOC Video Wall Page 10 of 85

II.8. BID FORM

II.8.1. The bidder shall complete the bid form and appropriate Price Schedule furnished in the Bid Documents, indicating the goods to be supplied, brief description of the goods, quantity and prices

as per section VI and VII.

II.9. BID PRICES

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

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

be paid extra as per actuals, wherever applicable. The basic unit price and all other components of

the price need to be individually indicated against the goods it proposes to supply under the contract

as per the price schedule given in Section VII. Prices of incidental services should also be quoted.

The offer shall be firm in Indian Rupees. No Foreign exchange will be made available by the

purchaser.

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

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

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

the supplier shall be quoted separately item wise.

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

schedule of requirement.

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

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

price of equipment/ system offered.

II.9.5. DISCOUNT, if any, offered by the bidders shall not be considered unless specifically indicated in

the price schedule. Bidders desiring to offer discount shall therefore modify their offers suitably

while quoting and shall quote clearly net price taking all such factors like Discount, free supply, etc.,

into account.

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

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

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

at the consignee end shall be borne by the supplier and no separate charges are payable for

transportation to individual sites for installation.

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

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

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

(a) Certificate of Incorporation.

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

may be.

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

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

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

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

by Appropriate Authority, if applicable.

Page 11: Bid Document for

NOFN NOC Video Wall Page 11 of 85

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

Quality Assurance Circle of BSNL or proof of having applied for TAC/ TSEC (Copy of Form-

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

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

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

clause 12.7(d) (if applicable).

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

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

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

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

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

in BBNL in accordance with clause 34.

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

Section-I and Section-IV-A.

II.10.2. Documentary evidence for financial and technical capability

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

he has financial capability to perform the contract.

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

necessary to perform the contract.

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

provide documentary evidence regarding the system being offered by him.

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

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

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

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

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

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

be submitted by the bidder.

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

parts/ assembly/ software used in the Desktops and Servers like Hard disk, Monitors, Memory etc.

shall be original, new components/ parts/ assembly/ software and that no refurbished/ duplicate/

second hand components/ parts/ assembly/ software are being used or shall be used.

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

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

supplied are authentic and legal copy is/are being supplied.

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

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

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

under the contract.

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

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

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

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

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

period of three years following commencement of use of the goods by the purchaser, and

Page 12: Bid Document for

NOFN NOC Video Wall Page 12 of 85

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

Conditions demonstrating substantial responsiveness to the Technical Specifications,

Commercial Conditions and Special Conditions. In case of deviations, a statement of the

deviations and exception to the provision of the Technical Specifications, Commercial

Conditions and Special Conditions shall be given by the bidder. A bid without clause-by-

clause compliance of the Technical Specifications (Section IV-C), Commercial Conditions

(Section III) and Special Conditions (Section IV) shall not be considered.

II.11.3. For the purpose of compliance to be furnished pursuant to the clauseII.11.2(c) above, the bidder

shall note that the standards for the workmanship, material and equipment and reference to the

brand names or catalogue number, designated by the Purchaser in its Technical specifications are

intended to be descriptive only and not restrictive.

II.12. BID SECURITY

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

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

exempted from payment of bid security:

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

have to be attached along with the bid.

II.12.2. The bid security is required to protect the purchaser against the risk of bidder's conduct, which

would warrant the forfeiture of bid security pursuant to para 12.7.

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

the purchaser, valid for a period of 180 days from the date of tender opening. Bid security in

the form of Account Payee Demand Draft or Banker’s Cheque, safeguarding the purchaser’s

interest in all respects, shall also be acceptable. However, no interest shall be payable on this

account.

II.12.4. A bid not secured in accordance with para 12.1 & 12.3 shall be rejected by the Purchaser being non-

responsive at the bid opening stage.

II.12.5. The bid security of the unsuccessful bidder will be discharged/ returned as promptly as possible but

not later than 30 days after the expiry of the period of the bid validity prescribed by the purchaser

pursuant to clause 13.

II.12.6. The successful bidder's bid security will be discharged upon the bidder's acceptance of the advance

purchase order satisfactorily in accordance with clause 27 and furnishing the performance security.

II.12.7. The bid security may be forfeited:

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

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

subsequently, or

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

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

(ii) to furnish performance security within the specified time in accordance with clause 27.

(c) In both the above cases, i.e. 12.7 (a) & (b), the bidder will not be eligible to participate in the

tender for same item for one year from the date of issue of APO. The bidder will not approach

the court against the decision of BBNL in this regard.

Page 13: Bid Document for

NOFN NOC Video Wall Page 13 of 85

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

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

consortium partner shall be liable for due performance of the contract jointly and severally,

failing which both of them shall be liable to be barred from having any business dealing with

BBNL for a period of three years.

II.13. PERIOD OF VALIDITY OF BIDS

II.13.1. Bid shall remain valid for 150 days from the date of opening of bids prescribed by the purchaser

pursuant to clause 19.1. A bid valid for a shorter period shall be rejected by the purchaser

being non-responsive.

II.13.2. In exceptional circumstances, the purchaser may request the consent of the bidder for an extension

to the period of bid validity. The request and the response thereto shall be made in writing. The bid

security provided under clause 12 shall also be suitably extended. The bidder may refuse the

request without forfeiting its bid security. A bidder accepting the request and granting extension

will not be permitted to modify its bid.

II.14. FORMAT AND SIGNING OF BID

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

the event of any discrepancy between the Electronic Forms™ and the ‘Main-Bid’, the contents of

the Electronic Forms™ shall prevail. The copy of quality manual and Article or Memorandum of

Association may be provided in the bid.

II.14.2. The Bid shall be typed or printed and all the pages numbered consecutively and shall be signed by

the bidder or a person or persons duly authorized to bind the bidder to the contract. The letter of

authorization shall be indicated by written power-of-attorney accompanying the bid. All pages of

the original bid, except for un-amended printed literatures, shall be signed by the person or

persons signing the bid. The bids submitted shall be sealed properly.

II.14.3. The bid shall contain no interlineations, erasures or overwriting except as necessary to correct

errors made by the bidder in which case such corrections shall be signed by the person or persons

signing the bid.

II.14.4. Power of Attorney

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

appropriate value as prevailing in the respective states(s) and the same be attested by a

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

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

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

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

partner(s) in favour of the said Attorney.

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

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

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

II.15. SEALING AND MARKING OF BIDS

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

XI of this document. Bids have to be submitted online only. In addition, some documents have to

be submitted off-line in accordance with Clause 12 (Section- XI).

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

mentioned in the Clause 12 of Section- XI of this document.

(b) The envelope shall bear (the project name), the tender number and the words 'DO NOT

Page 14: Bid Document for

NOFN NOC Video Wall Page 14 of 85

OPEN BEFORE' (due date & time).

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

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

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

bidder.

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

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

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

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

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

will be displayed prominently on notice board and also on BBNL website.

II.15.2. If bids and the envelope for offline submission are not sealed and marked as required at para 15.1,

the bid shall be rejected.

II.16. SUBMISSION OF BIDS

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

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

the bid online at the e-tender portal. Tender bids received after due time & date will not be accepted.

Offline submission of bids would not be accepted and only the documents mentioned in Clause 12

(Section- XI) shall be submitted offline.

II.16.2. The Purchaser may, at its discretion, extend this deadline for the submission of bids by amending

the Bid Documents in accordance with clause 6 in which case all rights and obligations of the

purchaser and bidders previously subject to the deadline will thereafter be subjected to the deadline

as extended.

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

of the systems/ equipment as per requirement of the Bid Documents. He may include alternate

offer, if permissible as per the bid. However not more than one independent and complete offer

shall be permitted from the bidder.

II.17. LATE BIDS

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

purchaser pursuant to clause 16, shall be rejected.

II.18. MODIFICATION AND WITHDRAWAL OF BIDS

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

for submission of bid, provided that the written notice of the modification/ revision or withdrawal is

received by the purchaser prior to the deadline prescribed for submission of bids.

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

submitted as required in the case of bid submission in accordance with the provision of clause 15.

A withdrawal notice may also be sent by FAX but followed by a signed confirmation copy by post

not later than the deadline for submission of bids.

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

II.19. OPENING OF BIDS BY PURCHASER

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

who chose to attend, at the time specified in the Detailed NIT (Section-I). The bidder's

representatives, who are present, shall sign in an attendance register. Authority letter to this effect

shall be submitted by the bidders before they are allowed to participate in bid opening (A Format is

given in section X).

Page 15: Bid Document for

NOFN NOC Video Wall Page 15 of 85

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

bid opening.

II.19.3. The bidder's names, Bid prices, modifications, bid withdrawals and such other details as the

purchaser, at its discretion, may consider appropriate will be announced at the time of opening.

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

of schedule will be notified. However, in absence of such notification, the bids will be opened on

next working day, time and venue remaining unaltered.

II.20. CLARIFICATION OF BIDS

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

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

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

entertained.

II.21. PRELIMINARY EVALUATION

II.21.1. Purchaser shall evaluate the bids to determine whether they are complete, whether any

computational errors have been made, whether required sureties have been furnished, whether

the documents have been properly signed and whether the bids are generally in order.

II.21.2. Arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the

unit price and total price that is obtained by multiplying the unit price and quantity, the unit price

shall prevail and the total price shall be corrected by the purchaser. If there is a discrepancy

between words and figures, the amount in words shall prevail. If the supplier does not accept the

correction of the errors, its bid shall be rejected.

II.21.3. Prior to the detailed evaluation pursuant to clause 22, the Purchaser will determine the substantial

responsiveness of each bid to the Bid Document. For purposes of these clauses, a substantially

responsive bid is one which confirms to all the terms and conditions of the Bid Documents without

material deviations. The purchaser's determination of bid's responsiveness shall be based on the

contents of the bid itself without recourse to extrinsic evidence.

II.21.4. A bid, determined as substantially non-responsive will be rejected by the purchaser and shall not

subsequent to the bid opening be made responsive by the bidder by correction of the non-

conformity.

II.21.5. The Purchaser may waive any minor infirmity or non-conformity or irregularity in a bid which doesn't

constitute a material deviation, provided such waiver doesn't prejudice or affect the relative ranking

of any bidder.

II.22. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS

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

substantially responsive pursuant to clause 21.

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

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

Insurance charges etc. as indicated in Col. 16 of the price schedule in the Sec.VII of the Bid

document. As stipulated in clause 9.1, Octroi/ Entry Taxes are not to be included in the composite

price and hence the same will not be considered for the purpose of evaluation and comparison of

responsive bids. However, Octroi/ Entry Taxes will be paid extra as per actuals wherever applicable

on production of proof of payment/ relevant invoices/ documents.

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

indicated separately in the PO/ APO.

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

credit for the Duties and Taxes under CENVAT Credit Rules, 2004 is found to be not

Page 16: Bid Document for

NOFN NOC Video Wall Page 16 of 85

admissible at any stage subsequently owing to wrong furnishing of Tariff Head, then the

vendors will be liable to refund such non-admissible amount, if already paid, along with

interest and penalty if charged by the concerned authority.

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

price schedule by the vendors and subsequently at any stage it is found that Credit for such

Duties & Taxes is admissible as per CENVAT Credit Rules, 2004/ VAT Rules, then the

vendors will be liable to refund the amount equivalent to such Duties & Taxes if already paid

to them. However, the purchaser may allow the supplier to submit necessary documents in

this regard which may enable the purchaser to avail the CENVAT credit provided such credit

is still available for the amount so paid as per CENVAT Credit Rules 2004/ VAT Rules.

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

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

against the particular tendered item by different bidders differs from each other or the same

is found apparently not furnished in accordance with E.D./ Customs Tariff notifications.

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

etc. in respect of the Duties/ taxes which are Cenvatable, the amount pertaining to such

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

II.23. CONTACTING THE PURCHASER

II.23.1. Subject to Clause 20, no bidder shall try to influence the Purchaser on any matter relating to its bid,

from the time of the bid opening till the time the contract is awarded.

II.23.2. Any effort by a bidder to modify its bid or influence the purchaser in the purchaser's bid evaluation,

bid comparison or contract award decision shall result in the rejection of the bid.

II.24. PLACEMENT OF ORDER

II.24.1. The Purchaser shall consider placement of orders for commercial supplies only on those eligible

bidders whose offers have been found technically, commercially and financially acceptable and

whose goods have been type approved/ validated by the purchaser. The Purchaser reserves the

right to counter offer price(s) against price(s) quoted by any bidder.

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

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

bidder with the lowest evaluated price.

II.25. PURCHASER'S RIGHT TO VARY QUANTITIES

(a) BBNL will have the right to increase or decrease up to 25% of the quantity of goods and

services specified in the schedule of requirements without any change in the unit price or

other terms and conditions at the time of award of contract or additional quantities up to 50%

of goods and services contained in the running tender/ contract can be ordered within a period

of twelve months from the earliest date of acceptance of APO (earliest one) at the same rate

or a rate negotiated (downwardly) with the existing vendors considering the reasonability of

rates based on prevailing market conditions and the impact of reduction in duties and taxes

etc. and supplies to be obtained within delivery period scheduled afresh.

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

to ensure continued supplies from the existing vendors, the purchaser reserves the right to

place repeat order up to 100% of the quantities of goods and services contained in the

running tender/ contract within a period of twelve months from the earliest date of acceptance

of APO at the same rate or a rate negotiated (downwardly) with the existing vendors

considering the reasonability of rates based on prevailing market conditions and the impact

of reduction in duties and taxes etc. Exceptional situation and emergent nature should be

spelt out clearly detailing the justification as well as benefits accrued out of it and loss incurred

Page 17: Bid Document for

NOFN NOC Video Wall Page 17 of 85

in case this provision is not invoked and approved by the authority competent to accord

administrative and financial approval for the procurement calculated on the basis of total

procurement i.e. initial and proposed add-on quantity.

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

to procure any equipment/ material in any quantity by any means in the exigencies of services

and interest of BBNL.

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

II.26.1. The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and

reject all bids, at any time prior to award of contract without assigning any reason whatsoever and

without thereby incurring any liability to the affected bidder or bidders on the grounds of purchaser's

action.

II.27. ISSUE OF ADVANCE PURCHASE ORDER

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

into contract with the bidder.

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

with performance security in conformity with proforma enclosed in section IX provided with the bid

document.

II.28. SIGNING OF CONTRACT

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

II.28.2. Upon the successful bidder furnishing performance security pursuant to clause 27, the Purchaser

shall discharge the bid security in pursuant to clause 12.

II.29. ANNULMENT OF AWARD

II.29.1. Failure of the successful bidder to comply with the requirement of clause 28 shall constitute

sufficient ground for the annulment of the award and the forfeiture of the bid security in which event

the Purchaser may make the award to any other bidder at the discretion of the purchaser or call for

new bids.

II.30. QUALITY ASSURANCE REQUIREMENTS

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

(a) A Quality Policy.

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

and for interfacing with purchaser in the matters of Quality.

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

vendors, manufacturing and packaging process for supplying quality products.

(d) System of Inward Good Inspection.

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

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

which don't conform to specifications.

(g) Configuration management and change-control mechanism.

(h) A quality plan for the product.

(i) Periodical internal quality audits.

Page 18: Bid Document for

NOFN NOC Video Wall Page 18 of 85

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

Approval Certificate (TAC)/ Technical Specifications Evaluation Certificate (TSEC) issued by

"QA Circle of BSNL" shall be furnished.

II.31. REJECTION OF BIDS

II.31.1. While all the conditions specified in the Bid documents are critical and are to be complied, special

attention of bidder is invited to the following clauses of the bid documents. Non-compliance of any

one of which shall result in rejection of the bid.

(a) Clauses 12.1, 12.3 & 13.1 of Section II: The bids will be rejected at opening stage if Bid

security is not submitted as per Clauses 12.1 & 12.3 and bid validity is less than the period

prescribed in Clause 13.1 mentioned above.

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

and/ or documents prescribed to establish the eligibility as per Clause 10 of section II are not

enclosed, the bids will be rejected without further evaluation.

(c) Clause 11.2 (c) of Section II: If clause-by-clause compliance and deviation statements as

prescribed are not given, the bid will be rejected at the stage of primary evaluation. In case

of no deviations, a statement to that effect must be given.

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

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

Conditions of Contract and Technical Specifications: Compliance if given using ambiguous

words like "Noted", "Understood", "Noted & Understood" shall not be accepted as complied.

Mere "Complied" will also be not sufficient, reference to the enclosed documents showing

compliances must be given.

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

(f) Section II clause 9.5 on discount which is reproduced as follows: "Discount, if any, offered by

the bidder shall not be considered unless specifically indicated in the price schedule. Bidders

desiring to offer discount shall therefore modify their offer suitably while quoting and shall

quote clearly net price taking all such factors like Discount, free supply etc. into account".

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

mentioned in clause 31.1 of Section II and clause 2(i) of Section IV though, the bidder company is

given opportunity to explain their position, however if the person representing the company is not

satisfied with the decision of the Bid opening team, he/ they can submit the representation to the

Bid opening team immediately but in no case after closing of the tender process with full justification

quoting specifically the violation of tender condition if any.

II.31.3. Bid opening team will not return the bids submitted by the bidders on the date of tender opening

even if it is liable for rejection and will preserve the bids in sealed cover as submitted by taking the

signatures of some of the desirous representatives of the participating bidder/ companies present

on the occasion.

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

unsuitable for further processing on the date of tender opening and number of representations received

in Bid opening Minutes and if Bid opening team is satisfied with the argument of the bidder/ company

mentioned in their representation and feel that there is prima-facie fact for consideration, the in-charge

of the bid opening team will submit the case for review to Director (Planning) in Corporate Office as early

as possible preferably on next working day and decision to this effect should be communicated to the

bidder company within a week positively. Bids found liable for rejection and kept preserved on the date

of tender opening will be returned to the bidders after issue of P.O. against the instant tender.

II.31.5. If the reviewing officer finds it fit to open the bid of the petitioner, this should be done by giving three

(working) days’ notice to all the participating bidders to give opportunity to desirous participants to

be present on the occasion.

Page 19: Bid Document for

NOFN NOC Video Wall Page 19 of 85

II.32. PURCHASER’S RIGHT TO DISQUALIFY

II.32.1. Purchaser reserves the right to disqualify the supplier for a suitable period who habitually failed to

supply the equipment in time. Further, the suppliers whose equipment do not perform satisfactory

in the field in accordance with the specifications may also be disqualified for a suitable period as

decided by the purchaser.

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

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

he fails to honour its bid without sufficient grounds.

II.34. NON-RELATIONSHIP CERTIFICATE

II.34.1. The bidder should give a certificate that none of his/ her near relative is working in the units as

defined below where he is going to apply for the tender. In case of proprietorship firm, certificate

will be given by the proprietor. For partnership firm, certificate will be given by all the partners. In

case of limited company, certificate will be given by all the Directors of the company excluding

Government of India/ Financial institution nominees and independent non-Official part time

Directors appointed by Govt. of India or the Governor of the state and full time Directors of PSUs

both state and central.

II.34.2. Due to any breach of these conditions by the company or firm or any other person the tender will

be cancelled and Bid Security will be forfeited at any stage whenever it is noticed and BBNL will

not pay any damage to the company or firm or the concerned person. The company or firm or the

person will also be debarred for further participation in the concerned unit.

II.34.3. The near relatives for this purpose are defined as:-

(a) Members of a Hindu undivided family.

(b) They are husband and wife.

(c) The one is related to the other in the manner as father, mother, son(s) & Son's wife (daughter

in law), Daughter(s) and daughter's husband (son in law), brother(s) and brother's wife,

sister(s) and sister's husband (brother in law).

II.34.4. The format of the certificate to be given is "I…………..s/o…….……r/o……………..hereby certify

that none of my relative(s) as defined in the tender document is/ are employed in BBNL unit as per

details given in tender document. In case at any stage, it is found that the information given by me

is false/ incorrect, BBNL shall have the absolute right to take any action as deemed fit/without any

prior intimation to me."

II.35. VERIFICATION OF DOCUMENTS AND CERTIFICATES

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

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

submitting them in the bid. The onus of proving genuineness of the submitted documents would

rest with the bidder.

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

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

evaluation or award of contract, then the bid security (EMBG) of the bidder would be forfeited and

the bidder would be disqualified from the tender. Action would also be taken for banning of business

dealing with the defaulting firm. In case contract has already awarded to the bidder, then PBG would

be forfeited and the contract would be rescind/ annulled and BBNL would be at liberty to procure

the ordered goods and services from any other source at the risk and cost of the defaulting bidder.

Action would also be taken for banning business dealing with the defaulting firm.

Page 20: Bid Document for

NOFN NOC Video Wall Page 20 of 85

SECTION - III

GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT

III.1. APPLICATION

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

and/ or services.

III.2. STANDARDS

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

in the Technical Specifications mentioned in section IV-C.

III.3. PATENT RIGHTS

III.3.1. The supplier shall indemnify the purchaser against all third-party claims of infringement of patent,

trademark or industrial design rights arising from use of the goods or any part thereof in Indian

Telecom Network.

III.4. PERFORMANCE SECURITY

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

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

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

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

any loss resulting from the supplier's failure to complete its obligations under the contract.

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

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

III.4.4. The performance security Bond will be discharged by the Purchaser after completion of the

supplier's performance obligations including any warranty obligations under the contract.

III.5. INSPECTION AND TESTS

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

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

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

and assistance like Testing instruments and other test gadgets including access to drawings and

production data shall be furnished to the inspectors at no charge to the purchaser.

III.5.2. Should any inspected or tested goods fail to conform to the specifications the purchaser may reject

them and the supplier shall either replace the rejected goods or make all alterations necessary to

meet Specification requirements free of cost to the purchaser.

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

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

after installation before "take over" and if any equipment or part thereof is found defective, the same

shall be replaced free of all cost to the purchaser as laid down in clause 5.4 below.

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

fails to fulfill the requirements of the contract, the inspector shall give the Supplier notice setting

forth details of such defects or failure and the supplier shall make the defective equipment good, or

alter the same to make it comply with the requirements of the contract forthwith and in any case

within a period not exceeding three months of the initial report. These replacements shall be made

by the supplier free of all charges at site. Should it fail to do so within this time, the purchaser

Page 21: Bid Document for

NOFN NOC Video Wall Page 21 of 85

reserves the discretion to reject and replace at the cost of the supplier the whole or any portion of

equipment as the case may be, which is defective or fails to fulfill the requirements of the contract.

The cost of any such replacement made by the purchaser shall be deducted from the amount

payable to the supplier.

III.5.5. When the performance tests called for have been successfully carried out, the inspector/ ultimate

consignee will forthwith issue a Taking- Over Certificate. The inspector/ ultimate consignee shall

not delay the issue of any "taking Over Certificate" contemplated by this clause on account of minor

defects in the equipment which do not materially affect the commercial use thereof provided that

the supplier shall undertake to make good the same in a time period not exceeding six months. The

Taking Over Certificate shall be issued by the ultimate consignee within six weeks of successful

completion of tests. In this case, BCPC (Bills Copy Payable Challan) shall be equivalent to "Taking

Over Certificate", issuance of which shall certify receipt of goods in safe and sound condition.

However, they shall not discharge the supplier of their warranty obligation. BCPC in respect of last

consignment against the purchase order will be equivalent to "Taking Over Certificate".

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

under this contract.

III.6. DELIVERY AND DOCUMENTS

III.6.1. Delivery of the goods and documents shall be made by the supplier in accordance with the terms

specified by the purchaser in its schedule of requirements and special conditions of contracts, and

the goods shall remain at the risk of the supplier until delivery has been completed. The delivery of

the equipment shall be to the ultimate consignee as given in the purchase order.

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

6 months from the date of issue of Advance Purchase Order, with the first two months for lead

period and supplies expected in remaining four months. The actual delivery schedule will be given

in purchase order.

III.6.3. All Technical assistance for installation, commissioning and monitoring of the equipment shall be

provided by the Supplier at no extra cost during laboratory evaluation, validation/ type approval and

field trial, if any.

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

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

for the delayed supplies.

III.7. TRAINING

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

where required.

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

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

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

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

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

III.8. INCIDENTAL SERVICES

III.8.1. The supplier may be required to provide any or all of the following services:

(a) Performance or supervision of on-site assembly and/ or start-up of the supplied Goods;

(b) Furnishing of tools required for assembly and/ or maintenance of supplied Goods;

(c) Performance of supervision or maintenance and/ or repair of the supplied Goods, for a period

of time agreed by the parties provided that this service shall not relieve the supplier of any

warranty obligations under this contract.

Page 22: Bid Document for

NOFN NOC Video Wall Page 22 of 85

III.9. SPARES

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

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

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

(a) Such spare parts as the purchaser may elect to purchase from the supplier provided that

such purchase shall not relieve the supplier of any warranty obligation under the contract.

(b) In the event of termination of production of the spare parts, the supplier shall:

i. give advance notification to the purchaser pending termination (not less than 2 years),

in sufficient time to enable the purchaser to procure life time spare; and

ii. following such advance intimation of termination, furnish at no cost to the purchaser, the

blue prints, drawings and specifications of spare parts, if and when requested.

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

its own cost, all necessary spares which have not been included in the offer as part of the

requirement. These spares should be supplied within a maximum period of 30 days from the

notification by the purchaser of its need.

III.10. WARRANTY

III.10.1. The supplier shall warrant that the stores to be supplied shall be new and free from all defects and

faults in materials used, workmanship and manufacture and shall be of the highest grade and

consistent with the established and generally accepted standards for materials of the type ordered

and shall perform in full conformity with the specifications and drawings. The supplier shall be

responsible for any defect that may develop under the conditions provided by the contract and

under proper use, arising from faulty material, design or workmanship such as corrosion of the

equipment, inadequate quantity of material to meet equipment requirements, inadequate contact

protection, deficiencies in circuit design and/or otherwise and shall remedy such defects at its own

cost when called upon to do so by the Purchaser who shall state in writing in what respect the

stores are faulty. This warranty shall survive inspection or payment for/ and acceptance of goods,

but shall expire (except in respect of complaints notified prior to such date) twelve months, or the

period specified in Section-IV-B, after the stores have been taken over under clause 5.5 above.

III.10.2. If it becomes necessary for the Supplier to replace or renew any defective portion(s) of the

equipment under this clause, the provisions of the clause 10.1 shall apply to the portion(s) of the

equipment so replaced or renewed or until the end of the above mentioned period of twelve months

(or the period specified in Section-IV-B), whichever may be later. If any defect is not remedied by

the supplier within a reasonable time, the Purchaser may proceed to get the defects remedied from

other supplier etc., at the supplier's risk and expenses, but without prejudice to any other rights

which the purchaser may have against the supplier in respect of such defects.

III.10.3. Replacement under warranty clause shall be made by the supplier free of all charges at site

including freight, insurance and other incidental charges.

III.11. PAYMENT TERMS

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

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

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

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

(ii) Acknowledged Delivery Challan

(iii) Supplier certificate for dispatch

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

(v) Inspection certificate of QA (Payable copy)

Page 23: Bid Document for

NOFN NOC Video Wall Page 23 of 85

(vi) Consignee receipt

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

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

etc. in respect of the Duties/ taxes which are Cenvatable, the amount pertaining to such

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

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

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

writing, who will take necessary action to collect the material at his own cost and replace the same.

The balance payment shall be released only after the cases are settled in accordance with the

provision of the P.O.

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

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

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

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

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

supplier. The bidder company are required to give the following information for this purpose:-

(a) Beneficiary Bank Name:

(b) Beneficiary branch Name:

(c) IFSC code of beneficiary Branch

(d) Beneficiary account No.:

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

III.12. PRICES

III.12.1. Prices charged by the supplier for goods delivered and services performed under the contract shall

not be higher than the prices quoted by the Supplier in its Bid except for variation caused by change

in taxes/ duties as specified in Clause-12.2 mentioned below.

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

as under:

(a) Prices will be fixed at the time of issue of purchase order as per taxes and statutory duties

applicable at that time

(b) In case of reduction of taxes and other statutory duties during the scheduled delivery period,

purchaser shall take the benefit of decrease in these taxes/ duties for the supplies made from

the date of enactment of revised duties/ taxes.

(c) In case of increase in duties/ taxes during the scheduled delivery period, the purchaser shall revise

the prices as per new duties/ taxes for the supplies, to be made during the remaining delivery

period as per terms and conditions of the purchase order.

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

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

on to the Purchaser by the supplier.

III.13. CHANGES IN PURCHASE ORDERS

III.13.1. The purchaser may, at any time, by a written order given to a supplier, make changes within the

general scope of the contract in any one or more of the following:

(a) drawings, designs or specifications, where Goods to be supplied under the contract are to be

specifically manufactured for the Purchaser;

(b) the method of transportation or packing;

Page 24: Bid Document for

NOFN NOC Video Wall Page 24 of 85

(c) the place of delivery; or

(d) the services to be provided by the supplier.

III.13.2. If any such change causes an increase or decrease in the cost of, or the time required for the

execution of the contract an equitable adjustment shall be made in the contract price or delivery

schedule, or both, and the contract shall accordingly be amended. Any proposal by the supplier for

adjustment under this clause must be made within thirty days from the date of the receipt of the

change in order.

III.14. SUBCONTRACTS

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

not already specified in its bid. Such notification, in its original bid or later shall not relieve the

supplier from any liability or obligation under the Contract.

III.15. DELAYS IN THE SUPPLIER'S PERFORMANCE

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

with the time schedule specified by the purchaser in its purchase order. In case the supply is not

completed in the stipulated delivery period, as indicated in the Purchase Order, purchaser reserves

the right either to short-close/ cancel this purchase order and/ or recover liquidated damage

charges. The cancellation/ short-closing of the order shall be at the risk and responsibility of the

supplier and purchaser reserves the right to purchase balance unsupplied item at the risk and cost

of the defaulting vendors.

III.15.2. Delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable

to any or all of the following sanctions:

(a) forfeiture of its performance security,

(b) imposition of liquidated damages, and/ or

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

III.15.3. If at any time during the performance of the contract, the supplier encounters condition impending

timely delivery of the goods and performance of service, the supplier shall:

(a) Promptly notify to the Purchaser in writing the fact of the delay, its likely duration and its

cause(s). As soon as practicable after receipt of the supplier's notice, the purchaser shall

evaluate the situation and may at its discretion extend the period for performance of the

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

provision given below :

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

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

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

conditions for delivery period extension i.e. applicability of liquidated damages, prices to be

provisional and to be regulated as per clauses 12.3 and 24 of section-III and submission of

additional BG, wherever applicable. The decision regarding extension shall be communicated

within two weeks of the receipt of request and after receipt of the unconditional acceptance

and the undertaking mentioned above.

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

BG while seeking extension. For piecemeal items the amount of additional BG shall be 5%

of the value of balance quantity of items to be supplied for which extension in delivery period

has been sought. In case of infrastructure/ turnkey projects other than as stated above, 1%

of the total project value shall be the value for additional BG. The additional BG shall be valid

for six months beyond extension of delivery period sought and shall be discharged after the

full ordered quantity has been supplied to the ultimate consignee within the last extended

delivery period on submission of inspection certificate from QA and consignee receipt without

prejudice to the other remedies available to the purchaser.

Page 25: Bid Document for

NOFN NOC Video Wall Page 25 of 85

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

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

BG shall be forfeited.

III.15.4. If the supplies are not completed in the extended delivery period, the purchase order shall be short-

closed and both the Performance securities shall be forfeited.

III.16. LIQUIDATED DAMAGES

III.16.1. The date of delivery of the stores stipulated in the acceptance of the tender should be deemed to

be the essence of the contract and delivery must be completed not later than the dates specified

therein. Extension will not be given except in exceptional circumstances. Should, however,

deliveries be made after expiry of the contracted delivery period, without prior concurrence of the

purchaser and be accepted by the consignee, such delivery will not deprive the purchaser of its

right to recover liquidated damage under clause 16.2 below. However, when supply is made within

21 days of the contracted original delivery period, the consignee may accept the stores and in such

cases the provision of clause 16.2 will not apply.

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

levied as follows:

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

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

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

breach of contract, a sum equivalent to 0.5% of the value of the delayed supply and/ or

undelivered material/ supply for each week of delay or part thereof for a period up to 10 (TEN)

weeks, and thereafter at the rate of 0.7% of the value of the delayed supply and/ or

undelivered material/ supply for each week of delay or part thereof for another TEN weeks of

delay.

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

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

Functional Director stating reasons and justifications for grant of extension of delivery period

beyond 20 weeks.

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

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

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

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

purchaser thereon shall be final and binding on the supplier, further the same shall not be

challenged by the supplier either before Arbitration tribunal or before the court. The same

shall stand specifically excluded from the purview of the arbitration clause, as such shall not

be referable to arbitration. However, when supply is made to the ultimate consignee within

21 days of QA clearance in the extended delivery period and the goods were dispatched

within contracted original delivery period, the consignee may accept the stores and in such

cases the LD shall be levied up to the date of dispatch after QA clearance only.

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

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

at para (a).

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

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

damages shall be calculated separately for quantities to be supplied in every month/ installment

and the corresponding delay. If the supplier supplies full quantity before the expiry of the scheduled

delivery period of the last month/ installment but there is delay in month-wise/ installment-wise

supply, then also liquidated damages shall be levied on the supplies against the earlier months/

installments that have been delayed. Twenty (20) weeks for the purpose of additional BG and grant

of DP extension shall be counted from the last month/ installment.

Page 26: Bid Document for

NOFN NOC Video Wall Page 26 of 85

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

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

shall be subject to:

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

contracted original delivery period.

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

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

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

Paying Authority by furnishing documents of dispatch confirming that it has actually

dispatched the equipment within contracted original delivery period.

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

contracted original delivery period.

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

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

shall be paid at the same rates as applicable during the contracted original delivery period.

III.17. FORCE MAJEURE

III.17.1. If, at any time, during the continuance of this contract, the performance in whole or in part by either party

of any obligation under this contract is prevented or delayed by reasons of any war or hostility, acts of

the public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions,

strikes, lockouts or act of God (hereinafter referred to as events) provided notice of happenings of any

such eventuality is given by either party to the other within 21 days from the date of occurrence thereof,

neither party shall by reason of such event be entitled to terminate this contract nor shall either party

have any claim for damages against other in respect of such non-performance or delay in performance,

and deliveries under the contract shall be resumed as soon as practicable after such an event come to

an end or cease to exist, and the decision of the Purchaser as to whether the deliveries have been so

resumed or not shall be final and conclusive. Further that if the performance in whole or part of any

obligation under this contract is prevented or delayed by reasons of any such event for a period

exceeding 60 days, either party may, at its option, terminate the contract.

III.17.2. Provided, also that if the contract is terminated under this clause, the Purchaser shall be at liberty

to take over from the Supplier at a price to be fixed by the purchaser, which shall be final, all unused,

undamaged and acceptable materials, bought out components and stores in course of manufacture

which may be in possession of the Supplier at the time of such termination or such portion thereof

as the purchaser may deem fit, except such materials, bought out components and stores as the

Supplier may with the concurrence of the purchaser elect to retain.

III.18. TERMINATION FOR DEFAULT

III.18.1. The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice

of default, sent to the supplier, terminate this contract in whole or in part

(a) if the supplier fails to deliver any or all of the goods within the time period(s) specified in the

contract, or any extension thereof granted by the purchaser pursuant to clause15;

(b) if the supplier fails to perform any other obligation(s) under the Contract; and

(c) if the supplier, in either of the above circumstances, does not remedy its failure within a

period of 15 days (or such longer period as the purchaser may authorize in writing) after

receipt of the default notice from the purchaser.

III.18.2. In the event the purchaser terminates the contract in whole or in part pursuant to para 18.1 the

purchaser may procure, upon such terms and in such manner as it deems appropriate, goods

similar to those undelivered and the supplier shall be liable to the Purchaser for any excess cost

for such similar goods. However the supplier shall continue the performance of the contract to the

extent not terminated.

Page 27: Bid Document for

NOFN NOC Video Wall Page 27 of 85

III.19. TERMINATION FOR INSOLVENCY

III.19.1. The Purchaser may at any time terminate the Contract by giving written notice to the Supplier,

without compensation to the supplier. If the supplier becomes bankrupt or otherwise insolvent as

declared by the competent court provided that such termination will not prejudice or affect any right

of action or remedy which has accrued or will accrue thereafter to the purchaser.

III.20. ARBITRATION

III.20.1. In the event of any question, dispute or difference arising under this agreement or in connection

there-with (except as to the matters, the decision to which is specifically provided under this

agreement), the same shall be referred to the sole arbitration of the CMD, BBNL or in case his

designation is changed or his office is abolished, then in such cases to the sole arbitration of the

officer for the time being entrusted (whether in addition to his own duties or otherwise) with the

functions of the CMD, BBNL or by whatever designation such an officer may be called (hereinafter

referred to as the said officer), and if the CMD or the said officer is unable or unwilling to act as

such, then to the sole arbitration of some other person appointed by the CMD or the said officer.

The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation

Act 1996. There will be no objection to any such appointment on the ground that the arbitrator is a

Government Servant or that he has to deal with the matter to which the agreement relates or that

in the course of his duties as a Government Servant/ PSU Employee he has expressed his views

on all or any of the matters in dispute. The award of the arbitrator shall be final and binding on both

the parties to the agreement. In the event of such an arbitrator to whom the matter is originally

referred, being transferred or vacating his office or being unable to act for any reason whatsoever,

the CMD, BBNL or the said officer shall appoint another person to act as an arbitrator in accordance

with terms of the agreement and the person so appointed shall be entitled to proceed from the

stage at which it was left out by his predecessors.

III.20.2. The arbitrator may from time to time with the consent of both the parties enlarge the time frame for

making and publishing the award. Subject to the aforesaid, Arbitration and Conciliation Act, 1996

and the rules made there under, any modification thereof for the time being in force shall be deemed

to apply to the arbitration proceeding under this clause.

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

other places as the arbitrator may decide.

III.21. SET OFF

III.21.1. Any sum of money due and payable to the supplier (including security deposit refundable to him)

under this contract may be appropriated by the purchaser or BBNL or any other person(s)

contracting through BBNL and set off the same against any claim of the Purchaser or BBNL or

such other person or person(s) for payment of a sum of money arising out of this contract or under

any other contract made by the supplier with the Purchaser or BBNL or such other person(s)

contracting through the BBNL.

III.22. INTIMATION OF SUPPLY STATUS

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

all the Purchase Orders every month on the first working day of the following month to MM and the

concerned User Branches of BBNL.

III.23. DETAILS OF THE PRODUCT

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

and type of the products offered in this tender. The technical literatures of the products should also

be submitted. No change in either technology or product shall be permitted after opening of bids.

Page 28: Bid Document for

NOFN NOC Video Wall Page 28 of 85

III.24. FALL CLAUSE

III.24.1. At any time during the contract (a) if it comes to the notice of purchaser regarding reduction of

price for the same or similar equipment/ service; and/ or (b) the prices received in a new tender for

the same or similar equipment/ service are less than the prices chargeable under the contract. The

prices would be determined as follows:

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

provisions in clause 12.1 of Section III.

III.24.3. The purchaser, for the extended delivery period, if any, will determine and intimate the new price,

taking into account various related aspects such as quantity, geographical location etc., and the

date of its effect for the balance quantity/ service to the vendor. In case the vendor does not accept

the new price to be made applicable during the extended delivery period and the date of its effect,

the purchaser shall have the right to terminate the contract without accepting any further supplies.

This termination of the contract shall be at the risk and responsibility of the supplier and the

purchaser reserves the right to purchase the balance unsupplied quantity/ service at the risk and

cost of the defaulting vendor besides considering the forfeiture of its performance security.

III.24.4. The vendor while applying for extension of time for delivery of equipment/services, if any, shall

have to provide an undertaking as "We have not reduced the sale price, and/ or offered to sell the

same or similar equipment/ service to any person/organization including Department of

central/state Government or any central/state PSU at a price lower than the price chargeable under

the contract for scheduled delivery period."

III.24.5. In case under taking as in Clause 24.4 is not applicable, the vendor will give the details of prices,

the name(s) of purchaser, quantity etc. to the purchaser, while applying extension of delivery

period.

III.25. COURT JURISDICTION

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

to the jurisdiction of the competent court at the place from where the NIT/ tender has been issued.

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

entered with him shall be subject to the jurisdiction of the competent Court at the place from where

Contract/ PO has been issued. Accordingly, a stipulation shall be made in the contract as under.

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

Page 29: Bid Document for

NOFN NOC Video Wall Page 29 of 85

Model Amendment Letter Intimating Conditions for Extension of Delivery Period

Registered Acknowledgement Due

Address of the purchaser

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

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

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

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

and conditions of the tender/ PO.

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

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

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

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

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

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

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

Yours faithfully, (………………………) for and on

behalf of………..

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

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

Page 30: Bid Document for

NOFN NOC Video Wall Page 30 of 85

Model Amendment Letter for Extension of Delivery Period

Registered Acknowledgement Due

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

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

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

You have failed to deliver the goods/ entire quantity of the goods/ execution/ installation/ commissioning of

the entire project within the contract delivery period/ delivery period as agreed schedule or last extended up to ______________. In your above letter under reference (1), you have asked for extension/ further extension of time for delivery/ execution/ installation/ commissioning. The terms and conditions for extension of delivery

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

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

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

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

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

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

Yours faithfully, (………………………) for and on

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

Page 31: Bid Document for

NOFN NOC Video Wall Page 31 of 85

SECTION - IV

SPECIAL INSTRUCTIONS TO BIDDERS AND SPECIAL

CONDITIONS OF CONTRACT

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

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

Contract" as contained in Section III and wherever there is a conflict, the provisions herein shall

prevail over those in Section II and Section III.

PART A - SPECIAL INSTRUCTIONS TO BIDDERS AND

ELIGIBILITY CONDITIONS

IV.A.1. ELIGIBILITY CONDITIONS

The invitation for bids is open to all entities registered in India who fulfil prequalification criteria as

specified below.

Criteria Supporting Documents

1. The Bidder should be a company registered

under Companies Act, 1956 or Companies

Act 2013 or a partnership firm registered

under Indian Partnership Act, 1932. The

company should be operational in India for

the last three years as on 31st March 2017.

a) Certificate of Incorporation and Memorandum &

Article of Association

b) Registered Partnership Deed in case of partnership

2. The bidder should be an Original Equipment

Manufacturer (OEM) or OEM's Authorised

Distributor & Service Provider for Video

Wall Solutions in India.

Self-Certificate as per format given in section XII in case

of OEM

Or

Authorization Certificate as per format given in section

XIII from the OEM in case of Authorised Distributor &

Service Provider.

8. The bidder should have an average annual

turnover of INR 8 Cr or more during the last

three (3) financial years i.e. 2014-15, 2015-

2016 & 2016-17.

Audited financial statement of the Company duly

certified by Chartered Accountant (CA) with CA’s

Registration Number and Seal. In case audit is under

process then Provisional Certificate signed by the

auditor can be submitted with regard to average annual

turnover as on 31st March 2017. However the

empanelment of the bidder will be provisional subject to

the submission of audited financial statement of F.Y.

2016-17

3. Bidder should have positive net worth as on

31st March 2017.

Audited financial statement of the Company duly certified

by Chartered Accountant (CA) with CA’s Registration

Number and Seal. In case audit is under process then

Provisional Certificate signed by the auditor can be

submitted with regard to average annual turnover as on

31st March 2017. However the empanelment of the

bidder will be provisional subject to the submission of

audited financial statement of F.Y. 2016-17

Page 32: Bid Document for

NOFN NOC Video Wall Page 32 of 85

4. The bidder should have experience of

successful supply and installation of at least

two DLP based video wall solutions in India

with minimum 6 cubes installation in each of

the quoted projects at Government of India/

State Government/ PSUs/ Nationalised

Banks/ Telecom Sector (as on the date of

submission of bids).

Copy of Purchase order(s) along with Successful

Installation/ Commissioning certificate(s) issued by

purchasing organisation.

5. The bidder should have service support in

Delhi/ NCR.

Undertaking from the bidder as per format given in

section XIV, along with the details of the service centre

such as addresses/ Tel. No. /Fax. No./ E-Mail

6. The bidder should not be black-listed/

debarred by any PSU or State/UT or Central

Government in India as on the date of bid

submission.

Undertaking from the bidder as per format given in

Section XV.

Table 4.1: Eligibility Criteria

IV.A.2. BID SECURITY

1. The bidder shall furnish the Bid Security of INR 5,44,000 (Rupees Five Lakh Forty Four

Thousand only) in one of the following ways: -

a) Demand Draft/ Banker’s Cheque in favour of Bharat Broadband Network Limited

payable at New Delhi and drawn on any scheduled bank.

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

of CMD BBNL, New Delhi from any scheduled bank, and valid for 180 days from the

date of opening of the tender.

2. The small scale industries registered with National Small Scale Industries Corporation (NSIC)

for the tendered item under single point registration scheme and desirous of claiming

concessions available to such units inclusive of bid security should submit their latest NSIC

certificates and documents in respect of their monetary limit and financial capability duly

certified by NSIC.

3. The original bank guarantee/Demand Draft/Bankers Cheque for bid security or NSIC certificate

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

in clauses II.12.1 & II.12.3 of Section-II of the bid document be submitted along with the bids in

a separate envelope as mentioned in section XI . The bank guarantee so submitted shall be as

per the format given in Section-VIII on prescribed judicial paper with stamps of proper value

and should contain full address of the issuing branch of the bank with its telephone number and

FAX number. The envelope should be super scribed as BID SECURITY FOR TENDER No----------

--------------------------------issued on----------.

4. In case where the document of bid security etc. are not submitted in the manner prescribed

under clause 3 above, cover containing the commercial, technical and financial offers SHALL

NOT BE OPENED AND THE BID SHALL BE REJECTED AND RETURNED TO THE BIDDER

UNOPENED.

IV.A.3. CONTENTS OF TECHNO-COMMERCIAL BID

In addition to the documents to be provided as per clause 2.7, 2.10 and 2.11 of Section II bidders

are requested to also submit the following as part of their Techno-Commercial Bid:

1. Description of Contents

a) Details of the Organization

Page 33: Bid Document for

NOFN NOC Video Wall Page 33 of 85

i) This part must include a general background of the Bidder organization (limited

to 300-400 words) along with other details of the organization as per the format

provided below in this section.

ii) The bidder must also provide the commercial details of the organization (as per

format provided below in this section).

iii) Address of the Office in India.

b) Relevant Project Experience

i) Bidders must provide details of supplied quoted or previous version of video

wall solution as per the format provided below in this section. The projects

mentioned here should match with the projects quoted by the Bidder in order to

satisfy the qualification requirements.

c) Proposed BOM/Un-priced Bid

i) Bidder must provide the proposed BOM (without price) with the techno-

commercial bid.

d) Compliance to the Requirement

i) Compliance to general requirements and technical specification as mentioned in

section-IV-C

e) Write-up on proposed Video Wall Solution

i) Brief write-up on proposed Video Wall Solution including but not limited to

Video Wall technology, Display Cubes, Video Wall Controller, Video Wall

Management Software and support structure i.e. base stand and cladding etc. all

supported by detailed specification of the material used along with layout design

preferably 3D view

2. Formats for Response

a) Details of the Organization

i) Organizational Details

Details of the Organization

Name

Nature of the legal status in India

Nature of business in India

Date of Incorporation

Date of Commencement of Business

Address of the Headquarters

Address of the Registered Office in India

Other Relevant Information

Table 4.2: Organizational Details

ii) Commercial Strength Details

Commercial Information 2013-14 2014-15 2015-16

Revenue (in INR Crores)

Net worth

Table 4.3: Commercial Strength Details

Page 34: Bid Document for

NOFN NOC Video Wall Page 34 of 85

b) Relevant video wall Project Experience

Relevant video wall project experience

General Information

Name of the project

Client for which the project was executed

Name and contact details of the client

Project Details

Description of the project

Scope of services

Service levels being offered/ Quality of service

(QOS)

Technologies used

Outcomes of the project

Other Details

Total cost of the project

Total cost of the services provided by the Bidder

Duration of the project (no. of months, start date,

completion date, current status)

Other Relevant Information

Table 4.4: Relevant Project Experience

IV.A.4. EVALUATION OF BIDS

1. The bids shall be opened in two stages. On the opening of tender only techno-commercial

bids shall be opened.

2. Subsequently, the Financial-Part of those bids which are found to be techno-commercially

responsive shall be opened during another Tender Opening Event (TOE). The date of opening

of financial bids shall be intimated to the bidders later.

3. Evaluation of Techno- Commercial Bids

The Techno-Commercial Bid will be evaluated for determining the eligibility of the Bidder

w.r.t. Eligibility Criteria and to ascertain compliance of the Techno-Commercial Bids with the

bid terms and conditions, technical requirements/technical solution proposed and Schedule

of Requirements as defined in this RFP.

4. Evaluation of Financial Bids

a) The tender will be evaluated as a package of all the items in Price Schedule including

extended warranty for 4 years i.e. (Part-I and Part-II of Section VII).

b) The evaluation and comparison of responsive bids shall be done on all-inclusive

basis on the prices of the goods offered inclusive of Duties and taxes, sales Tax,

Packing, Forwarding, Freight and Insurances charges etc. as indicated in Col. 17 of

Part-I ‘Detailed Cost Sheet –For NOC Video Wall Solution’ and Col. 12 of Part-II

‘Detailed Cost Sheet-Extended Warranty ‘of the price schedule in the Section-VII of

the bid document.

Page 35: Bid Document for

NOFN NOC Video Wall Page 35 of 85

c) The extended warranty cost quoted by the bidder per year should not be less than

3% of the Total Implementation Cost (A) (Part I of Section VII). In case bidder quotes

extended warranty cost @ less than 3%, BBNL will consider 3% for evaluation

purpose but release the payment as per actual quoted price. Evaluation will be carried

out for cost of extended warranty for 4 years calculated to the NPV i.e. to the beginning

of start of extended warranty at a discount rate of 12% per annum.

d) The Financial Bids shall be evaluated as detailed below:

Total Project Cost = Total Implementation Cost (A) + Total extended Warranty

Cost (B)- calculated to the NPV.

A is the Total Implementation Cost as per Financial Bid Format Part I

B is the Total extended warranty Cost for four years as per Financial Bid Format Part II.

e) The bids in ascending order of Total Project Cost calculated as per formula above

shall be termed as L1, L2, L3 etc. for the purpose of evaluation.

f) The bid with lowest Total Project Cost calculated as per formula above shall be L1.

g) In case the Total Project Cost of two or more bids is found to be the lowest,

i) the bid with lower Cost as per Financial Bid Format Part I shall be awarded the

contract

ii) in case the Cost as per Financial Bid Format Part I is also the same, the bid shall

be awarded to bidder with higher average annual turnover for last 3 financial

years i.e. 2014-2015,2015-2016 & 2016-17.

IV.A.5. NUMBER OF SUCCESSFUL BIDDERS

The Purchaser intends to limit the number of technically and commercially responsive

bidders to One (1) from the list of such bidders arranged in increasing order of their

evaluated prices starting from the lowest for the purpose of ordering against this tender.

Among all technically qualified bids, the lowest evaluated price will be termed as L1.

IV.A.6. Quantity to be quoted in the bid by the bidder is for 100% of the tendered quantity. IV.A.7. Purchaser reserves the right to blacklist a bidder for a suitable period in case he fails to

honour his bid without sufficient ground.

IV.A.8. A bidder can submit only one bid.

IV.A.9. The bidders may seek clarifications prior to the last date and time of seeking clarifications

either through the E-Procurement Portal or through E-mail. The template for seeking

clarifications through email is given below. The bidder may submit queries in the specified

template in .xlsx format and send the email in to [email protected]. Alternatively, the

queries may be submitted on the E-tendering portal in the template available on the portal.

Queries received in any other format or sent to any other email id or received after the last

date and time of seeking clarifications as specified in Detailed Notice Inviting tender clause

16 will not be addressed by BBNL. As this is an Electronic Tender, so queries received in

physical form/ hard copy/ letter format etc. will not be addressed by BBNL. The

clarifications should be sought for commercial conditions and technical conditions

separately. The clarifications sought without any mention of the clauses of the tender

document/ GR(s) may not be considered.

Page 36: Bid Document for

NOFN NOC Video Wall Page 36 of 85

Template of seeking clarifications from BBNL

Hint for filling the template: S. No. Fill 1,2,3, …. in serial order for each query Section No. Fill Section No. in Roman e.g. I, II, III, IV, V, VI, VII, VIII, IX, X or XI Clause No. Fill exact clause No. e.g. II.1(a), III.1.1, IV.B.1(i)(a) Page No. Fill Page No. of the clause as printed on the tender document Query Submitted by (Company Name) Name of the company seeking clarification Query/ Clarification sought for Brief Query of the bidder. Only one query may be sought in one row. Please use separate rows for each query even if the queries are related to same clause.

IV.A.10. Any clarification issued by BBNL in response to any query raised by prospective bidders

shall form an integral part of Bid Documents and it may amount to an amendment of

relevant clauses of the Bid Documents.

IV.A.11. The bidder must comply with all tender conditions. Clause by Clause compliance for the

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

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

copy of the clarifications/ corrigendum shall also be submitted by the bidder duly signed

on every page along with compliance against each clause.

IV.A.12. The Bid shall be liable to be rejected, if any of the above clauses are not complied by the

bidder.

IV.A.13. SPECIAL INSTRUCTIONS TO BIDDERS FOR E-TENDERING

Please see Section- XI.

S. No. Section No.

Clause No.

Page No.

Brief Description of the Clause Query Submitted By (Company Name)

Query / Clarification sought for

Page 37: Bid Document for

NOFN NOC Video Wall Page 37 of 85

SECTION- IV-B

SPECIAL (COMMERCIAL) CONDITIONS OF CONTRACT (SCC)

IV.B.1. PAYMENT TERMS

Payment shall be made as per the following payment schedule. Payment shall be made in Indian

Rupees (INR) as specified in contract.

1. The payment schedule and milestones are divided into two phases:

a) Implementation & Warranty Phase: This includes supply, installation,

commissioning and warranty for 3 years.

b) Extended Warranty Phase: Extended Warranty for 4 years

2. Implementation & Warranty Phase:

I) 40% of the Total Implementation Cost as per P.O., on Delivery of all equipment for

claiming this payment, the following documents are to be submitted to the paying

authority.

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

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

b) Acknowledged Delivery Challan

c) Supplier certificate for dispatch

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

e) Inspection certificate

f) Consignee receipt

g) Proof of payment of Octroi/ Entry tax etc., if any

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

invoices etc. in respect of the Duties/taxes which are CENVAT-able, the amount pertaining

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

II) 36% of the Total Implementation Cost as per P.O., on completion of successful

installation of the Video Wall solution, Training and completion of successful acceptance

of solution.

III) The remaining 24% of the Total Implementation Cost as per P.O., will be paid in

twelve equal instalments during warranty period i.e. 2% of the Total Implementation Cost

as per P.O will be paid at the completion of each quarter from the start of warranty period.

The payment for Warranty period will be done after deduction of the applicable penalties

as per clause IV.B.4.3.

3. Extended Warranty Phase

Sl. No. Description Payment Terms

1

Extended

Warranty for 4

years

After every quarter as per the Extended Warranty Cost in the

P.O., paid in 4 equal instalments in an year after deduction

of the applicable penalties as per clause IV.B.4.3

Table 4.5: Extended Warranty Phase

Page 38: Bid Document for

NOFN NOC Video Wall Page 38 of 85

4. Form C (if applicable) and also a certificate stating that the tendered items are meant for the use of

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

5. The bidder has to give the mandate for receiving payment costing INR 5 Lac and above

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

contractor/supplier. The bidder is required to give the following information for this purpose:-

a) Beneficiary Bank Name:

b) Beneficiary branch Name:

c) IFSC code of beneficiary Branch

d) Beneficiary account No.:

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

IV.B.2. OVERALL TIME FRAME

The overall timeline for this RFP is indicated below:-

Milestones Time Lines

(In Days#)

Deliverables

Issue of Advance Purchase Order (APO) T Submission of Implementation

Phase PBG within 14 days of issue

of APO

Issue of Purchase Order (PO) T+14

Supply Video Wall Display with controller

and management system

T+60 Detailed Site Survey Report

All manuals and related document.

Sample material for wood work to

BBNL

Submission of Detailed Acceptance

Testing plan for approval by BBNL

Installation, Integration ,Training, and

testing of the Video Wall Solution

T+75 Installation Report

Training to the BBNL nominated

teams

Commissioning, Final Acceptance Testing

by BBNL and start of Warranty

T+105 Acceptance Testing Report for

approval by BBNL

Start of Warranty Phase T+105+ 3

years

Submission of PBG for Extended

Warranty phase one quarter before

expiry of warranty

Extended Warranty Phase 4 Years Quarterly Performance Reports

after end of each quarter.

Table 4.6: Delivery Schedule

#Calendar Days

T- Date from the day of issue of Advance Purchase Order (APO)

Page 39: Bid Document for

NOFN NOC Video Wall Page 39 of 85

IV.B.3. INTELLECTUAL PROPERTY RIGHTS

1. Purchaser shall own and have right in perpetuity to use all Intellectual Property Rights which

have arisen out of or in connection with implementation of this Contract, including processes,

reports, drawings and other documents. The vendor undertakes to disclose all IPR arising out

of or in connection with the performance of the Services to the Purchaser.

2. The vendor shall ensure that while it uses any software, hardware, processes or material in the

course of performing the Services, it does not infringe the IPR of any person and the vendor shall

keep the Purchaser indemnified against all costs, expenses and liabilities howsoever, arising out

of any such illegal or unauthorized use.

3. By virtue of this Contract, the vendor's team may have access to information of the Purchaser

and/or third party. The Purchaser has the sole ownership of and right to use, all such data in

perpetuity including any other data or other information pertaining to the subscriber that may

be in possession of vendor’s Team in course of performing the Services under this Contract.

IV.B.4. SERVICE LEVEL AGREEMENT (SLA)

The purpose of this Service Level Agreement (herein after referred to as SLA) is to clearly define

the levels of service which shall be provided by the vendor to BBNL for the duration of this

contract.

1. Definitions

For the purpose of this SLA, the definitions and terms as specified in the contract along

with the following terms shall have the meaning set forth below:

a) “Availability” is the ability of the Video Wall Solution including all sub-components

to perform all of their required functions.

b) “Downtime” is the duration (in minutes) for which the Video Wall Solution or part

of it, as specified in this tender document, is not available and excludes the scheduled

outages planned in advance for maintenance. It shall be calculated from the time of

issue reporting to the resolution of issue.

c) “Total Time” is the duration (in minutes) calculated from the beginning of a quarter

to the end of the quarter excluding the scheduled outages planned in advance for

maintenance activities of NOC or Video Wall solution.

2. Description of Services Provided

The exact scope and boundaries of services provided as a part of this Contract Agreement

are detailed in Section V – Schedule of Requirements.

3. Service Level Agreements (SLA) and Targets

a) This SLA document provides for minimum level of services required as per

contractual obligations based on performance indicator and measurements thereof.

The vendor shall ensure provisioning of all required services while monitoring the

performance of the same to effectively comply with the performance levels.

b) The services provided by the vendor shall be reviewed by BBNL. BBNL shall:

i) Check the performance of the vendor against this SLA over the review period

and consider any key issues of the past period’s performance including major

incidents, service trends etc.

Page 40: Bid Document for

NOFN NOC Video Wall Page 40 of 85

ii) Discuss escalated problems, new issue or matters still outstanding for

resolution.

iii) Review of statistics related to rectification of outstanding faults and agreed

changes

c) The following table details out service level agreement for availability of

equipment/component. The targets have been kept keeping in mind that outage of

any of the equipment/component measured over quarterly basis.

d) The cumulative penalty per quarter shall not exceed 10% of quarterly Extended

Warranty value.

e) If the cumulative penalty per quarter exceeds 10% of quarterly Extended Warranty

value for 3 consecutive quarters then suitable action may be initiated including

termination of the contract.

Note:

Warranty & Extended Warranty: During the warranty period and Extended Warranty phase,

quarterly penalty will be calculated as per the following table.

Parameter Description Target

Availability

(Measured on

a quarterly

basis)

Availability Penalties Measurement

Tool/Method

i) Preventive

Maintenance

Quarterly

Preventive

Maintenance

1st weekend of

each calendar

quarter.

NA 0.5% of

quarterly

Extended

Warranty value

for every week

and part

thereof delay

beyond the

schedule date

Preventive

Maintenance Log

book signed by

BBNL designated

Officer in the NOC

ii) Video Wall

service

Availability of

the Video

Wall Solution

to run

successfully

>99% > 98% & <=99% 1% of the

Quarterly

Extended

Warranty

Value

Video Wall

Solution

availability in a

quarter shall be

calculated as:

[1-(Total

Downtime/ Total

time)]*100

> 97% & <=98 % 2% of the

Quarterly

Extended

Warranty

Value

>96% &<=97% 3% of the

Quarterly

Extended

Warranty

Value

>95% & <=96% 5% of the

Quarterly

Extended

Warranty

Value

<=95% 7% of the

Quarterly

Extended

Page 41: Bid Document for

NOFN NOC Video Wall Page 41 of 85

Parameter Description Target

Availability

(Measured on

a quarterly

basis)

Availability Penalties Measurement

Tool/Method

Warranty

Value

Table 4.8: Availability Management SLA during Extended Warranty /Warranty

Note:

Parameter (i), (ii) & (iii) can be invoked simultaneously as the case may be.

4. SLA Management

The vendor shall provide the issue reporting mechanism along with the escalation matrix.

The reporting mechanism comprises of the mode of communication i.e. email, toll-free

number, SPOC (Single Point of Contact) number, web based ticketing tool etc, procedure of

problem ticket generating to closing of ticket etc. The vendor shall have the following

support responsibilities and agree to the following services:

a) Web based/phone based/e-mail based call logging facility.

The reporting time of the issue shall be considered from the time of

reporting of the issue through either of the call logging facilities.

b) Monthly report submission of all the calls logged and respective resolution details.

5. Issue Management Procedures

The process provides an appropriate management structure for the orderly consideration

and resolution of business and operational issues in the event that quick consensus is not

reached between Purchaser and the vendor. It is expected that this pre-defined process

will only be used on an exceptional basis if issues are not resolved at the lower

management level

a) Either Purchaser or the vendor may raise an issue by documenting the business or

technical problem, which presents a reasonably objective summary of both points

of view and identifies specific points of disagreements and possible solutions.

b) Purchaser and the vendor representative will determine which committee or

executive level should logically be involved in resolution.

c) A meeting or conference call will be conducted to resolve the issue in a timely

manner. The documented issues will be distributed to the participants at least 24

hours prior to the discussion if the issue is not an emergency requiring immediate

attention.

d) Management of Purchaser and the vendor will develop a temporary, if needed, and

the permanent solution for the problem at hand. The vendor will then communicate

the resolution to all stakeholders.

e) In the event a significant business issue is still unresolved, then procedure as

prescribed in the tender document will be followed.

6. Responsibilities of the Parties

a) The vendor

i) Provide a complete implementation and assume responsibility for all

integration and implementation issues in order to deliver an operable NOC

Video Wall system.

ii) Supply of all the hardware/software components as listed in the tender

document along with any other component required to run video wall.

Configuration, Customization & Installation of the entire solution. Operation &

Maintenance of the systems in association with BBNL officials during and after

Page 42: Bid Document for

NOFN NOC Video Wall Page 42 of 85

the commissioning of NOC as per detail given in this document for the tendered

applications.

iii) Providing Training to BBNL staff for the operation, maintenance, configuration

of the system supplied in this tender as per details given in Section-IV C.

iv) To ensure the completion of the entire implementation within the scheduled

time-frame as mentioned in the tender fulfilling the entire tender terms and

conditions. To ensure the system performance as per specifications

b) BBNL is responsible for –

i) Reporting defects and problems to the vendor as soon as possible

ii) Providing details of any organizational, functional or technical changes that

might affect vendor’s ability to deliver the services.

Page 43: Bid Document for

NOFN NOC Video Wall Page 43 of 85

SECTION- IV-C

SPECIAL TECHNICAL CONDITIONS AND CONTENTS OF TECHNO-

COMMERCIAL BID

IV.C.1 SPECIAL TECHNICAL CONDITIONS

Scope of the Project:

This is a Turnkey Project and the vendor shall be solely responsible to provide end-to-end

solution for Video Wall including design, supply, installation, configuration, integration,

commissioning of the Video Wall solution along with Warranty and Extended Warranty under

this contract.

Scope of Work:

The scope of work for this bid includes supply, installation, integration, testing and

commissioning of Video Wall solution and related equipment like controllers etc. for NOC at

Delhi. The broad scope of the services to be offered by the vendor includes the following:

I. Supply, installation and setting up of Video Wall Solution, customization and

integration of Video wall Management Software and Acceptance Testing

II. Training

III. Maintenance Phase

IV. Extended Warranty Phase

The functional requirements of Video wall solution and related equipment’s are as under:

IV.C.1.1 Supply, Installation and Setting up of NOC Infrastructure, Customization and

Integration NOC Video wall Management Software and Acceptance Testing

The vendor shall be responsible for Supply, Installation and Setting up of NOC Video Wall

solution at New Delhi location, including the necessary hardware, software and other

components. The bidder should provide all necessary infrastructure components that would be

necessary as per the defined requirements; manage and maintain the same throughout the

period of the contract. BBNL shall not bear any additional cost, which the bidder has not

factored/considered, to meet the requirements as specified in the Bid document.

Video Wall Display System: Video wall system is key component of NOC facility. The vendor shall

provide end-to-end video wall solution including but not limited to –

a) Supply & installation of display cubes with single chip DLP technology, with suitable video

controller and software, cables, converters, mounting accessories, display management

hardware and software and any other related accessory/software or hardware required for

video wall solution.

b) Design of state-of-art video wall solution and integration of video wall solution with NOFN

applications.

c) The video wall solution shall provide complete flexibility to integrate any application from

Data Center/Disaster recovery center. It should be possible to configure the video display

on specified combination (row & column) of display cubes.

d) The vendor shall be responsible for enhancements of functions/ additions of new functions/

services to NOFN NOC Video wall as per BBNL requirements, including integration

Page 44: Bid Document for

NOFN NOC Video Wall Page 44 of 85

requirements to various interfaces as required by BBNL. In terms of functionality,

Configured, Customized and NOC Video wall includes:-

Video Wall Cubes with all accessories

Video Wall Display Controller

Video Wall Management Software

i. Site Survey and Design

Vendor shall carry out a detailed site survey to understand the Requirements

Specifications provided as in RFP and formulate design incorporating the technical

specifications and standards provided by the BBNL and other specific requirements. The

following steps should be followed:-

a) Vendor should conduct a site visit. A detailed site visit report should be

submitted with design.

b) Vendor should discuss with BBNL and NOC architect to finalize the design.

c) The sample of all the wood materials should be submitted.

d) Site Survey should ensure that video wall is configured as per the NOC room

conditions for appropriate viewing.

ii. Installation, integration and commissioning of Video Wall solution and related

equipments

The vendor shall supply, install, configure, integrate and commissioning the required

hardware & software along with associated peripherals and accessories for the Video

Wall solution at NOC facility. The installation and integration of the Video Wall solution

shall be as per the design approved by BBNL.

iii. Acceptance Testing

BBNL designated officers/agency would do the Acceptance Testing to ensure that the

system meets requirements, standards, and specifications as set out in this RFP and as

needed to achieve the desired outcomes. The acceptance testing schedule would be

submitted by vendor to BBNL and the same shall be duly approved by BBNL (Refer

overall time lines- Table 4.6).

The vendor shall prepare the acceptance testing schedule w.r.t. configuration and then

verification of the all asked features including performance supported with test cases

details. The vendor shall also clearly indicate the specifications clause(s) verified by each

test. The tests shall include verification of specification of ordered item, functional

testing and reliability test, performance etc. BBNL shall have the right to make

modifications or additions to any test or techniques of measurement as considered

necessary by it.

If, during the course of performing the Acceptance Test, BBNL staff determine that the

System or any hardware/software performs unfavorably or fails any part of the

acceptance test; the identified problems will need to be corrected at no additional

expense to BBNL.

The officers/agency will establish appropriate processes for notifying the vendor of any

deviations from defined requirements at the earliest instance after noticing the same to

enable the vendor to take corrective action. Such an involvement of the Acceptance

Page 45: Bid Document for

NOFN NOC Video Wall Page 45 of 85

Testing conducted by BBNL, will not, however, absolve the operator of the fundamental

responsibility of designing, developing, installing, testing and commissioning the various

components of the project to deliver the solution in perfect conformity with the

requirements.

Acceptance of the systems shall be provided by BBNL after the following minimum

conditions have been met successfully to the satisfaction of BBNL.

a) Submission of Factory Inspection Reports conforming to the Technical

specifications as per the bid requirement

b) Successful installation, integration, testing and commissioning of Video wall

solution and associated equipments.

c) Successful conduct of on-sites tests etc. as per the AT schedule.

iv. Performance

Performance is another key requirement for system and agency shall review the

performance of the deployed solution described in this RFP and/or agreement between

BBNL and vendor. The vendor will be fully responsible to ensure that desired

functionalities will be met, whenever that event occurs. In case, if any additional

hardware/ software etc. is required to comply with the functionality it will be supplied

by the vendor without any additional cost.

IV.C.1.2 Training

i. Overview of the Training

The vendor shall provide training to the personnel nominated by BBNL. The training

should be thorough and effective and shall enable the trained personnel to independently

handle NOC Video wall operation and maintenance of the system.

The venue of training shall be at New Delhi. The travel expenses, boarding and lodging for

the trainees shall be borne by the BBNL. The location of the training shall be indicated by

BBNL. The vendor shall provide all training material, documents and training aids. It shall

also allow BBNL to create copies of the training material for internal consumption.

ii. Develop Training Plan

Vendor shall be responsible for finalizing a detailed Training Plan for the program in

consultation with BBNL covering the training and its curriculum. The training curriculum

should outline the operational usage and target audience.

iii. Deliver Training to End Users

Based on their needs and the objectives of NOFN project, training programs could be

organized under the following themes:

i) Develop Training Material: User Manuals, Operational and Maintenance Manuals

should be provided along with the NOC video wall.

ii) Mode of Training: Most of the training would be an Instructor-Led Training (ILT)

conducted by trained and qualified instructors in a classroom setting. To maintain

consistency across BBNL trainings, standard templates should be used for each

component of a module. The course will have the following components:

Course Presentation (PowerPoint)

Instructor Demonstrations (NOC Video Wall environment)

Page 46: Bid Document for

NOFN NOC Video Wall Page 46 of 85

iv. Indicative Training Plan

The following is an indicative training plan for members BBNL based on the nature of their

responsibilities. Vendor shall refine the plan with BBNL officials. Vendor shall own the

training plan working closely with the BBNL team. Vendor shall coordinate overall

training effort. The training shall be broadly classified on two categories:-

S.

No

.

Name of the Training

Program

Indicative

Duration

(Days)

Target Audience Avg.

Batch

Size

Estd. no.

of

batches

1 Training to BBNL nominated

personnel

2 BBNL Representative

/Others

15 4

2 General Audiences on NOC

Video wall/Call Center

1 BBNL Representative

/Others

25 5

Table 4.9: Indicative Training Plan

v. Training Effectiveness Evaluation

To measure the effectiveness of all the end user trainings conducted by vendor as part of

this project, vendor shall be incorporating the feedback and arrange for conducting

refresher training, if needed.

IV.C.1.3 Maintenance Phase

The maintenance phase will start as soon as successful acceptance testing and commissioning

is achieved. The services shall be rendered onsite from the BBNL designated premises.

Vendor shall provide a comprehensive warranty and on-site free service on all licensed

software, hardware and peripherals, and other equipment for 3 years from the date of

successful acceptance testing and commissioning.

Vendor shall obtain the 3 year product warranty and Vendor shall provide the

comprehensive manufacturer's warranty in respect of proper design, quality and

workmanship of all hardware, equipment, accessories etc. covered by the RFP. Vendor

must warrant all hardware, equipment, accessories, spare parts, software etc. procured

and implemented as per this RFP against any manufacturing defects during the warranty

period.

Vendor shall provide the performance warranty in respect of performance of the installed

hardware and software to meet the performance requirements and service levels in the

RFP.

Vendor is responsible for sizing and procuring the necessary hardware and software

licenses as per the performance requirements provided in the RFP. During the warranty

period vendor shall replace or augment or procure higher-level new equipment or

additional licenses at no additional cost to the BBNL in case the procured hardware or

software is not adequate to meet the service levels.

The vendor shall carry out Preventive Maintenance (PM), including cleaning of interior

and exterior, of all hardware and testing for virus, if any, and should maintain proper

records for such PM. Failure to carry out such PM will be a breach of warranty and the

warranty period will be extended by the period of delay in PM.

Vendor shall monitor warranties to check adherence to preventive and repair

maintenance terms and conditions.

In the event of any hardware or software failure, the vendor must ensure engineer(s) visit

to the site.

The vendor would be responsible for bringing the entire system up and operational to the

satisfaction of BBNL. If this requires reinstallation, the same shall have to be carried out

by the vendor with no extra charges.

Page 47: Bid Document for

NOFN NOC Video Wall Page 47 of 85

Any component that is reported to be down on a given date should be either fully repaired

or replaced by component of equivalent or higher configuration within the time frame

indicated in the Service Level Agreement (SLA). Prior approval from BBNL shall be taken

before the replacement of such components.

Vendor should provide the premium helpdesk support for logging the complaint,

monitoring and tracking the status and a dedicated SPOC to be assigned.

IV.C.1.4 Extended Warranty Phase

Extended Warranty shall come into effect immediately after completion of warranty

period and shall remain valid for 4 years at the discretion of the purchaser.

The bidder shall provide on-site Extended Warranty i.e. includes all the consumable and

non- consumable, on site / off site support, SLA etc. for maintaining the video wall.

It shall be mandatory for the bidders to undertake the Extended Warranty for 4 years for

entire quantity proposed to be ordered.

The bidder shall submit a performance bank guarantee against Extended Warranty for an

amount equivalent to the 5% of the cumulative Extended Warranty charges for 4 years as

mentioned in PO/APO. The PBG shall be submitted at least three months in advance of

date of start of Extended Warranty. The PBG shall be valid for a period of four and half

years. The PBG shall be extendable for a further period as required if there is any delay in

start of Extended Warranty for any reason.

The PBG against the implementation and Warranty phase will be released only after

submission of PBG against Extended Warranty and fulfillment of other obligations of

Extended Warranty. For the services rendered during the Quarter, the payment shall be

made after the Quarter.

Bidder shall stock sufficient spares for rendering service and meeting SLA.

No separate charges shall be paid for visit of engineers or attending to faults and repairs

or supply of spare parts.

The terms and conditions for Extended Warranty shall be remained same as for the

warranty. No agreement shall be signed separately for extended Warranty period. However,

BBNL shall enter into Extended Warranty at its discretion.

IV.C.2 PROJECT OVERVIEW

BBNL has been mandated to setup BharatNet providing country wide broadband connectivity

from Block level to Gram Panchayats. The network equipments shall be installed at block and

Gram Panchayats. These equipments are proposed to be centrally monitored and managed from

Network Operations Centre.

A Network Operations Centre, or NOC, is the primary work space engineers utilize to monitor,

manage and troubleshoot problems on a network. The Network Operations Centre offers

oversight of problems, configuration and change management, network security, performance

and policy monitoring, reporting, scheduling, and documentation by utilizing sophisticated

network management, monitoring and analysis tools. The NOC provides a structured

environment that effectively coordinates operational activities with all participants and

vendors related to the function of the network. The NOC technicians typically provide support

twenty-four hours a day, seven days a week. Typical daily processes include:

i) Monitoring operations of all backbone links and network devices.

ii) Ensuring continuous operation of network equipments and services.

iii) Providing quality support for network users.

iv) Troubleshooting of all network and system related problems.

v) Opening tickets to track and document resolution of problems.

vi) 24 hours a day, 7 days a week supervised operation by highly skilled network

and system engineers.

Page 48: Bid Document for

NOFN NOC Video Wall Page 48 of 85

Collaborative monitoring of the network is an essential activity that needs to be performed at

NOC. A large video wall is the tool that is required to facilitate effective collaborative monitoring

of the network.

IV.C.3 GENERAL REQUIREMENTS

The Vendor shall be responsible to supply, installation, Integration, testing and

commissioning of Video wall solution and related equipment and also provide Services as

mentioned in this Section. The Vendor should offer only one choice for each of the

components/ services proposed as part of this Bid, failing which the Bid is liable to be

rejected.

1. The Vendor should ensure that all the peripherals, accessories, sub-components required for

the functionality and completeness of the schedule of requirements, including but not limited to

devices, equipment, accessories, patch cords, cables, software, licenses, tools, etc. should also be

provisioned according to the requirements for successful installation, integration and

commissioning of systems.

2. BBNL will not be responsible if the Vendor has not provisioned some components, sub-

components, assemblies, sub-assemblies as part of bill of material in the bid. The Vendor will

have to make all provisions to meet the schedule of requirements at no additional cost and time

implications to BBNL.

3. All the software licenses that the Vendor proposes should be perpetual software.

Page 49: Bid Document for

NOFN NOC Video Wall Page 49 of 85

4. Licenses along with maintenance, upgrades and updates during the currency of the contract.

The software licenses should not be restricted based on location and BBNL should have the

flexibility to use the software licenses for other requirements if required. The Vendor should

provide the licensing policy for every software component along with the Techno-commercial

Bid. The licensing policy should provide details on the charging mechanisms adopted, but the

Vendor should ensure that there are no commercial values/ information provided in the

document.

5. The Vendor should ensure that there is a comprehensive onsite support arrangement during

the contract period with the OEM for respective components. The Vendor should also ensure

that the OEMs have an understanding of the service levels required by BBNL. The OEM

providing Video wall solution should provide the undertaking for furnishing the documentary

proof of having tie-up with Vendor with agreement for extending unequivocal support as per

the tender requirement.

6. The bidder should not propose any product that is likely to be declared end-of life or end-of-

support within contract period.

7. The specifications for all the components proposed as part of the Bid should be provided in

accordance to the respective formats provided in Section IV-C. The bidder should provide the

specifications in the provided formats only. Providing incomplete information will not be

acceptable. Generic specification sheets as a substitute will not be acceptable.

8. The bidder should offer latest and proven technologies that are available for items including but

not limited to Video Wall Cubes, Video Wall Display Controller Server and Video wall

Management Software etc.

9. The Vendor shall have to provide minimum three hard copies and two physical devices

containing soft copies of all the manuals, documentation, including but not limited to, detailed

operations manual, maintenance manual, administration manual, etc. for each and every

equipment/ component proposed as part of this Bid. The documentation shall be supplied for

Installation, Maintenance, Servicing and operations of equipment/ components.

10. The bidder should state that they will provide complete support as per tender terms &

conditions for entire warranty period of product supplied. In absence of

agreement/undertaking documents the location given as service center will not be considered

as service support center. The bidder must enclose details of his infrastructure with reference

to locations and technical manpower, availability of inventory of spares etc. and also indicate

their business model for providing warranty and after sales support.

11. The bidder shall provide an index for all the references.

Note: The Vendor shall provide a compliance table for the general requirements as mentioned in

IV.C.3 and IV.C.5. The format for the table is given below:

Sl. No. General Requirements Compliance

(Yes/No)

Details/

Supporting

documents

Reference

page

IV.C.4 LAYOUT OF NOC

The actual layout of Network Operation Center (NOC) is at Annexure –1.

Page 50: Bid Document for

NOFN NOC Video Wall Page 50 of 85

IV.C.5 VIDEO WALL SYSTEM

NOC Video wall Minimum Indicative Specifications for various components are mentioned

below:-

Video Wall Solution:-

i) End to end solution for DLP Based Video Wall for BBNL's Delhi NOC as per requirement

mentioned in this Section including design, supply, installation, configuration,

integration, commissioning of the Video Wall solution along with Warranty and

Extended Warranty.

ii) The Video Wall solution should have ability to run for 24X7 operations.

iii) The bidder should offer the Video Wall solution with at least 3 years of Onsite Warranty

and 4 years of Extended Warranty afterwards.

iv) The desired availability or uptime of Video Wall solution is 99% quarterly.

v) The Video Wall solution should have ability to run other cubes when one cube goes

down.

vi) The installation of Video Wall solution should be such that one cube can be replaced

without having to dismantle the entire video wall.

vii) The video wall should be configured/ Designed for easy and appropriate viewing from

all seats of the NOC.

viii) The Video Wall Controller should be able to display URL based dashboards as well as

live/dynamic reports from desktops through LAN.

ix) The Bidder has to ensure that while designing the NOC Video Wall appropriate spacing

behind at video wall should be considered as per the prevalent standards.

x) The Video Wall solution would be integrated with networking equipment to ensure

that NOC users are able to view the content.

xi) There should be no single point of failure in the Video Wall Controller. It implies that

the controller should have the redundancy support e.g. Power Supply, HDD, LAN port

& FAN.

xii) CPU and RAM utilization of the Video Wall Controller should not be more than 60%. In

case the CPU or RAM utilization exceeds 60% then the bidder should provide the

additional hardware required to maintain the CPU or RAM utilization at required level,

at no extra cost to BBNL.

xiii) The NOC Room Size is:

a. Length: 24.8 m

b. Width: 12.7 m

c. Height: 3.5 m

d. Video Wall depth (i.e. cube depth) considered: 1.1 m.

e. Service area behind Video Wall excluding cube depth: 1 m approx.

f. Distance of the first row from the screen of Video Wall: 4.7 m approx.

xiv) The wall area allocated for Video Wall (including cladding) is of width 19.97 meters

and height 2.85 meters.

xv) NOC Video wall Minimum Specifications for various components is mentioned below.

xvi) The bidder should provide the compliance of the minimum specifications for the

proposed solution with LED source in the format given below:

Page 51: Bid Document for

NOFN NOC Video Wall Page 51 of 85

a) Display

Sl

No Parameter Minimum Specifications

Complia

nce

(Yes/No)

Proposed

Specificatio

n

Detail

s/

Suppo

rting

docu

ments

Refer

ence

page

1. Description Full HD Cube

2. Individual

Cube Size 70” Diagonal

3. Display

Technology DLP, Single Chip, Rear Access

4. Native

Resolution 1920 x 1080 pixels

5. Aspect Ratio 16:9

6. Screen to

Screen Gap Less than 0.5 mm

7. Light Source 3X6 LED with redundancy

8. Life Minimum of 60000 hrs in

normal/typical mode

9. Brightness 300 cd/m2 or higher

10.

Brightness

and color

matching

Maintain uniform color and

brightness across the array.

11. Brightness

Uniformity 90% or above

12. Contrast

Ratio 1500:1 or above

13.

Half Gain

Viewing

Angle

Horizontal : 28 degrees or more

Vertical : 13 degrees or more

14. Full Viewing

Angle 178 degree or better

15. Colors 16.7 million

16.

Remote

management

through IP

Remote management through IP

for parameter adjustment.

Standard IR remote (Optional)

17. Certification

Quoted brand & model should be

BIS certified. Controller should

also be BIS certified.

18. Integration to third party equipment

19. Input Voltage 100-240V, 50Hz

20. Power

Consumption

Less than 200 Watts (in

Typical/normal mode)

21. Input

1 x DVI -D

1 x Ethernet RJ45

Should be able to connect HDMI

/ VGA input in case of controller

failure

Page 52: Bid Document for

NOFN NOC Video Wall Page 52 of 85

Should be able to accept input

resolutions of 3840x2160,

envisaged to be used in case of

controller failure

22. Output

1 x DVI-D with support for loop

out facility

Should be able to loop through

resolutions of 3840x2160,

envisaged to be used in case of

controller failure

23. Condition for

operations

10 Deg. C- 35 Deg. C, 80%

Humidity

24.

Cables,

connectors

and

accessories

All the necessary cables, connectors and accessories if any to be provided.

Support

25.

End-of-life/

End-of-

support

Proposed product/solution will

not reach end-of life or end-of-

support in 7 and half years from

the date of bid submission

26. Warranty

On Site Warranty for Three

Years and 4 years of Extended

Warranty after expiry of

warranty.

b) Video Wall Controller

Sl

No Parameter Minimum Specifications

Compl

iance

(Yes/

No)

Details/

Support

ing

docume

nts

Refe

renc

e

page

1. Controller

Controller to control Video wall in a matrix

(12*2 as per requirement i.e. 24 cubes)

outputs, inputs along with software(s)

2. Chassis

19” Rack mount

3. Processor options Dual Quad Core Intel processor with

processor speed of 2.4 GHz or higher

4. OS Supports 64-bit Operating System

Windows 7 or higher

5. RAM Capacity 16 GB or more, upgradable to 32 GB

6. HDD 500 GB usable or more, 1+1 (for

redundancy)

7. Networking Dual-port Gigabit Ethernet

Support for add-on adapter

8. RAID RAID 1/ 5/ 10 supports

9. Power Supply ( 1+1) Redundant hot swappable

Page 53: Bid Document for

NOFN NOC Video Wall Page 53 of 85

10. Cooling Any Advanced Proven cooling mechanism

11. Output DVI-D/DP

12. Accessories DVD +RW, Wireless Keyboard and mouse

13. Voltage

100-240V @ 50/60 Hz

14. Redundancy

support

Power Supply, HDD, LAN port, FAN

15. Scalability Display multiple source windows in any

size, anywhere on the wall

16. Control functions

Brightness / contrast / saturation/ Hue/

Filtering/ Crop / rotate

17. Number of Outputs Required number of DP/DVI outputs to

drive 32 cubes in full resolution (24

current & 4 for future requirement)

18. Outputs Supports Resolution support DVI: 1920x1200 RGB:

2048x1536

19. Inputs 2 x LAN Inputs,

2 x USB ports,

4 x DVI-D (should be able to connect with

HDMI/VGA, RGB/Component video)

2 x DVI-D/DP supporting 4K sources

(should be able to connect with

DVI/HDMI/VGA, RGB/Component)

Should also be able to support decoding of

streaming video inputs complying to

H.264, MPEG2/4, MxPEG, MJPEG, V2D,

H.263, VNC protocols

20. Operating

Temperature

10°C to 35°C , 80 % humidity

21. Cables, connectors

and accessories

All the necessary cables, connectors and

accessories if any to be provided.

22. Certification Quoted brand & model should be BIS

certified. The controller and cube quoted

for this requirement shall be from the same

OEM.

Support

23. End-of-life/ End-of-

support

Proposed product should be supported

with spares, consumables & services for a

period of 7 and half years from the date of

bid submission

24. Warranty On Site Warranty for Three Years and 4

years of Extended Warranty after expiry of

warranty.

Page 54: Bid Document for

NOFN NOC Video Wall Page 54 of 85

c) Video Wall Management Software

Sl

No Parameter Minimum Specifications

Compl

iance

(Yes/

No)

Details/

Support

ing

docume

nts

Refe

renc

e

page

1. Display & Scaling

Display multiple sources anywhere on

display up to any size

2. Input Management All input sources can be displayed on the

video wall in freely resizable and movable

windows

3. Scenarios

management

Save and Load desktop layouts from Local

or remote machines

4. Layout

Management

Support all Layout from Video, RGB, DVI,

Internet Explorer, Desktop and Remote

Desktop Application

5. Multi View Option Multiple view of portions or regions of

Desktop, Multiple Application Can view

from single desktop

6. Other features

SMTP support Remote Control over LAN

Alarm management

Remote management

Multiple concurrent client

KVM support

7. Cube Management

Cube Health Monitoring

Pop-Up Alert Service Logs management

Email Notification

Graphical User Interface

Support

8. End-of-life/ End-of-

support

Proposed product/solution should be

supported with Spares, consumables &

services for a period of 7 and half years

from the date of bid submission

9. Warranty On Site Warranty for Three Years and 4

years of Extended Warranty after expiry of

warranty.

Page 55: Bid Document for

NOFN NOC Video Wall Page 55 of 85

d) L3 Switch

Sl

No Minimum Specifications

Compl

iance

(Yes/

No)

Details/

Support

ing

docume

nts

Refe

renc

e

page

1. Should support min Total 48 nos. of 10/100/1000 Base interfaces

+ 4-1 Gig SFP ports

2. 1 U Rack mountable

3. It should support IGMP snooping v1 & v2

4. Should support static IP routing and RIP, RIPng OSPF, OSPFV3 and

PIM.

5. Switch should support 8 hardware queues per port

6. Dynamic Host Configuration Protocol (DHCP) snooping

7. Should support IP source guard & Dynamic ARP Inspection/

Protection

8. Should support Secure Shell (SSH) Protocol and Simple Network

Management Protocol Version 3 (SNMPv3) to provide network

security by encrypting administrator traffic during Telnet and

SNMP sessions.

9. Switch needs to have console port for administration &

management

10. Management using CLI, GUI using Web interface should be

supported

11. 32 Gbps high speed stacking bus

12. The Switch should be with redundant power supply & cooling fan

13. Provides full IPv6/IPv4 dynamic routing

14. The switch should support (L2 & L3) or Auto QoS

15. FTP/TFTP for upgrading the operating System

16. IEEE 802.1x support

17. IEEE 802.1D Spanning-Tree Protocol

IEEE 802.1p class-of-service (CoS) prioritization

IEEE 802.1Q VLAN

IEEE 802.3 10BASE-T specification

IEEE 802.3u 100BASE-TX specification

18. Switch should able to support management via CLI, Web

interface

SNMP v1,v2,v3

Switch should be manageable through both IPv4 & IPv6.

19. Minimum Three Years and 4 years Extended Warranty after

expiry of warranty

Page 56: Bid Document for

NOFN NOC Video Wall Page 56 of 85

e) Rack

Sl

No Parameter Minimum Specifications

Compl

iance

(Yes/

No)

Details/

Support

ing

docume

nts

Refe

renc

e

page

1. Rack Floor Standing Rack with Adjustable mounting

depth as per the requirement of Video Wall

Controller, L3 Switch etc., with two extra trays,

Multi-operator component compatibility,

Numbered U positions, Powder coat paint finish

and Protective grounding provisions.

2. Size Height: minimum 15 U,

Width: 19” equipment mounting, extra width is

recommended for managing voluminous cables

Depth: 1000 mm

3. Wire Manager Rack should have appropriate numbers of cable

organizers with plastic loop

4. Power

distribution

(6 points – 5Amp sockets and 2 points – 15Amps

sockets) power distribution

5. Power Supply 2 sets of power outputs from 2 different sources

6. Door Front door preferably made of toughened tinted

glass with lock, Rear door made of perforated

metallic rear door with lock

7. Fan trays With 2 fans

8. Metal Aluminum extruded profile

9. Side panels Detachable/ non-detachable side panels

10. Rack should be supplied with 1 packet of mounting hardware

11. Warranty On Site Warranty for 3 years and 4 years of

Extended Warranty after expiry of warranty.

i) Base Stand and Wooden Cladding: The vendor shall provide all the required support

structure/base stand units to raise the cubes for effective viewing. The pedestal has to be

customized and grouted to suite the appropriate height of display level keeping in view the clear

height available. The vendor has to design and install wooden cladding and decorative trim so

as to give the aesthetic look consistent with the overall design. The Vendor shall work with the

architect to ensure that it meets BBNL requirement. All the items used in the base-stand and

wooden Cladding should be submitted as sample to BBNL for prior approval.

ii) BBNL shall provide power, cooling and UPS requirement for NOC Video Wall. There shall be

power points available; however Vendor needs to provide necessary cable and wires to connect

with video wall solution.

Page 57: Bid Document for

NOFN NOC Video Wall Page 57 of 85

Page left blank

intentionally

Page 58: Bid Document for

NOFN NOC Video Wall Page 58 of 85

SECTION-V

SCHEDULE OF REQUIREMENTS (SOR)

The bidder should note that the Bill of Materials detailed below is minimum requirement, "which must be quoted by the bidder failing which bid will be rejected".

Bidder is free to provide/recommend optimal solution for providing performance, reliability, availability, utilizing power space requirement.

a) Schedule of Requirement- Video Wall

The below list for minimum requirement Quantity Proposed Solution

(Provide the Product

Name )

Description

(include major

features/ services

only)

Number of

Licenses

Compliance with

the minimum

Features asked in

the RFP

Video Wall Cubes with all accessories 70” 24

Video Wall Display Controller 1Package

1. Component A N1

2. Component B and so on N2

Video wall Management Software 1 Package

1. Component C N3

2. Component D and so on N4

Cable wires as

per

requirement

DVI cables for connection

between Cube and Controller

24

HDMI/VGA Cables 24

Power Cables with N+1

Redundancy

1 Package

Any Other Cable as per the

requirement

-

L3 Switch 1

Rack 1

Base Stand and Wooden Cladding

Any Other

Page 59: Bid Document for

NOFN NOC Video Wall Page 59 of 85

Note: Bidder shall furnish the detailed Bill of Material (BOM) for each SOR item mentioned above. The detailed Bill of Material should clearly mention all the components

including quantities, constituting the SOR item. The priced Bill of Material should be submitted in Financial Bid and un-priced Bill of Material should be submitted with

the techno-commercial part. There should not be any difference in the items and quantities in the priced and the un-priced BOMs.

Page 60: Bid Document for

NOFN NOC Video Wall Page 60 of 85

SECTION-VI

BID FORM

Date: …………………..

To

Chief General Manager (MM & CM)

Bharat Broadband Network Limited,

3rd Floor, CDOT Campus,

Mandi Gaon Road, Mehrauli,

New Delhi - 110030

Ref: Your Tender Enquiry No. ................................ dated

1. Having examined the above mentioned tender enquiry document including amendment/

clarification/ addenda Nos …………….. dated ………….the receipt of which is hereby duly

acknowledged, we, the undersigned, offer to supply and deliver .............................................. in

conformity with the said drawings, conditions of contract and specifications for the sum shown

in the schedule of prices attached herewith and made part of this Bid.

2. We undertake, if our Bid is accepted, to complete delivery of all the items and perform all the

services specified in the contract in accordance with the delivery schedule specified in the

General Commercial Conditions, read with modification, if any, in (Section - IV – “Special

Conditions of Contract”).

3. If our Bid is accepted, we will provide you with a performance guarantee of a Scheduled Bank for

a sum @ 5% of the Total Project Cost for the due performance of the contract.

4. We agree to abide by this Bid for a period of ...... days from the date fixed for Bid opening or

for subsequently extended period, if any, agreed to by us. This bid shall remain binding upon us

upto the aforesaid period and may be accepted at any time before the expiration of that period.

5. Until a formal Purchase Order of Contract is prepared and executed, this Bid together with your

written acceptance thereof in your notification of award shall constitute a binding contract

between us.

6. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration

and replacement.

7. We understand that you are not bound to accept the lowest or any bid, you may receive.

8. We understand that the Bid document so submitted is the true copy of BBNL tender documents

available on the BBNL website/ e-tendering portal. Any deviation will result in the rejection of

the bid.

Dated this .............................. day of ...................................... 20...

Name and Signature ----------------------

In the capacity of ----------------------

Duly authorized to sign the bid for and on behalf of..............................................

Witness .....................................................

Address......................................

Signature ............................................

Page 61: Bid Document for

NOFN NOC Video Wall Page 61 of 85

SECTION-VII

FINANCIAL BID FORMAT

Part I-Detailed Cost Sheet- For NOC Video Wall Solution

S. No. Item description

Total

Quantity

with Unit

Ba

sic

Un

it R

ate

(IN

R)

ex

clu

siv

e o

f a

ll

Ta

xe

s, l

ev

ies

& c

ha

rge

s

Excise

Duty

Sales

Tax/VAT

F.F. Pkg &

Insurance

Service

Tax

Oth

er

lev

ies

& c

ha

rge

s, i

f a

ny

Un

it P

rice

(a

ll

incl

usi

ve

)((4

+6

+8

+1

0+

12

+1

3)

Du

tie

s &

Ta

xe

s V

AT

/ C

EN

VA

T -

ab

le o

n

un

it p

rice

Dis

cou

nt,

if

an

y

To

tal

Pri

ce I

ncl

usi

ve

of

all

Du

tie

s,

Ta

xe

s, l

ev

ies

& C

ha

rge

s [(

3X

14

)-1

6]

E.D

. Ta

riff

He

ad

Imp

ort

co

nte

nt

Pe

rce

nta

ge

(%

) o

f C

ust

om

s d

uty

Cu

sto

ms

Ta

riff

He

ad

% Amt % Amt % Amt % Amt

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21

A. Costs including Warranty for the period of 3 years from Successful Acceptance Testing and Commissioning

A1 Video Wall Cubes with all

accessories 70” 24

A2 Video Wall Display

Controller

1packag

e

a. Component A N1

b. Component B and so on N2

A3 Video wall Management

Software

1

package

a. Component C N3

Page 62: Bid Document for

NOFN NOC Video Wall Page 62 of 85

S. No. Item description

Total

Quantity

with Unit

Ba

sic

Un

it R

ate

(IN

R)

ex

clu

siv

e o

f a

ll

Ta

xe

s, l

ev

ies

& c

ha

rge

s

Excise

Duty

Sales

Tax/VAT

F.F. Pkg &

Insurance

Service

Tax

Oth

er

lev

ies

& c

ha

rge

s, i

f a

ny

Un

it P

rice

(a

ll

incl

usi

ve

)((4

+6

+8

+1

0+

12

+1

3)

Du

tie

s &

Ta

xe

s V

AT

/ C

EN

VA

T -

ab

le o

n

un

it p

rice

Dis

cou

nt,

if

an

y

To

tal

Pri

ce I

ncl

usi

ve

of

all

Du

tie

s,

Ta

xe

s, l

ev

ies

& C

ha

rge

s [(

3X

14

)-1

6]

E.D

. Ta

riff

He

ad

Imp

ort

co

nte

nt

Pe

rce

nta

ge

(%

) o

f C

ust

om

s d

uty

Cu

sto

ms

Ta

riff

He

ad

% Amt % Amt % Amt % Amt

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21

A. Costs including Warranty for the period of 3 years from Successful Acceptance Testing and Commissioning

b. Component D and so on N4

A4 L3 Switch 1

A5

Cables

Wires

(as per

require

ment)

DVI cables for

connection

between Cube

and Controller

24

HDMI/VGA

Cables

24

Power Cables

with N+1

Redundancy

1

Package

Any Other Cable

as per the

requirement

-

A6 Rack 1

A7

Services (Installation, AT,

Commissioning of NOC

Video wall) of the system.

Lump

Sum Cost

Page 63: Bid Document for

NOFN NOC Video Wall Page 63 of 85

S. No. Item description

Total

Quantity

with Unit

Ba

sic

Un

it R

ate

(IN

R)

ex

clu

siv

e o

f a

ll

Ta

xe

s, l

ev

ies

& c

ha

rge

s

Excise

Duty

Sales

Tax/VAT

F.F. Pkg &

Insurance

Service

Tax

Oth

er

lev

ies

& c

ha

rge

s, i

f a

ny

Un

it P

rice

(a

ll

incl

usi

ve

)((4

+6

+8

+1

0+

12

+1

3)

Du

tie

s &

Ta

xe

s V

AT

/ C

EN

VA

T -

ab

le o

n

un

it p

rice

Dis

cou

nt,

if

an

y

To

tal

Pri

ce I

ncl

usi

ve

of

all

Du

tie

s,

Ta

xe

s, l

ev

ies

& C

ha

rge

s [(

3X

14

)-1

6]

E.D

. Ta

riff

He

ad

Imp

ort

co

nte

nt

Pe

rce

nta

ge

(%

) o

f C

ust

om

s d

uty

Cu

sto

ms

Ta

riff

He

ad

% Amt % Amt % Amt % Amt

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21

A. Costs including Warranty for the period of 3 years from Successful Acceptance Testing and Commissioning

A8 Base Stand and Wooden

Cladding

A9 Any Other

Total Implementation Cost (Total of Column 17)

Total Implementation Cost (A) (INR) (In words) - --------------------------------

Note:

1. “We hereby declare that in quoting the above prices, we have taken into account the entire credit on inputs available under the MODVAT SCHEME introduced

w.e.f. 1st March 1986 and further extended on more items till date, CENVAT Credit Rules 2004 and other VAT Rules”. (if applicable)

2. “We hereby certify that E.D/ Customs Tariff Head shown in column 18/ 21 are correct”. (if applicable)

3. The bidder shall quote separately for hardware and software.

4. The bidder submitted the offer with concessional E.D/sales tax shall submit the proof of applicable concessional ED/ Sales Tax. (if applicable)

5. Total of Column 17 will be considered for the financial bid evaluation for Total Cost of project A.

Page 64: Bid Document for

NOFN NOC Video Wall Page 64 of 85

Section –VII

Financial Bid format

Part II - Detailed Cost Sheet – Extended Warranty

Sl. No.

Ite

m d

esc

rip

tio

n

Pe

rio

d

(in

Ye

ar)

Ba

sic

Un

it P

rice

ex

clu

siv

e o

f a

ll l

ev

ies

&

cha

rge

s)

Service Tax Sales Tax/ VAT

Oth

er

lev

ies

& c

ha

rge

s, i

f a

ny

Pri

ce p

er

Un

it f

or

site

(a

ll i

ncl

usi

ve

)

(4+

6+

8+

9)

Du

tie

s &

Ta

xe

s V

AT

/ C

EN

VA

T-a

ble

on

un

it p

rice

To

tal

Pri

ce I

ncl

usi

ve

of

all

Du

tie

s, T

ax

es,

lev

ies

& c

ha

rge

s

(3 x

10

)

To

tal

Pri

ce I

ncl

usi

ve

of

all

Du

tie

s, T

ax

es,

lev

ies

& c

ha

rge

s

(3 x

10

) –

In W

ord

s

% Amt % Amt

1 2 3 4 5 6 7 8 9 10 11 12 13

B. Cost including Comprehensive Extended Warranty for 4 years

B1 Extended Warranty for maintenance of all

hardware, software and solution for 1st year 1

B2 Extended Warranty for maintenance of all

hardware, software and solution for 2nd year 1

B3 Extended Warranty for maintenance of all

hardware, software and solution for 3rd year 1

B4 Extended Warranty for maintenance of all

hardware and software for 4th year. 1

Total Extended Warranty Cost (Total of Column 12)

Total Extended Warranty Cost (B) (INR) (In words) ----------------------

Page 65: Bid Document for

NOFN NOC Video Wall Page 65 of 85

Note:

1. The quoted amount shall be inclusive of all charges like local conveyance etc. and all prevailing taxes including the service tax etc.

2. “We hereby declare that in quoting the above prices, we have taken into account the entire credit on inputs available under the MODVAT SCHEME introduced w.e.f.

1st March 1986 and further extended on more items till date, CENVAT Credit Rules 2004 and other VAT Rules”.

3. “We hereby certify that VAT/ CENVAT Credit for the amount shown in column 11 above are admissible as per CENVAT Credit Rules 2004 and/ or VAT Rules”.

4. Extended Warranty period shall start after completion of 3 years of warranty period.

Page 66: Bid Document for

NOFN NOC Video Wall Page 66 of 85

SECTION-VIII

BID SECURITY FORM

Whereas ............................................. (hereinafter called "the Bidder") has submitted its bid dated............for

the supply of ........................ vide Tender No ............................................ dated ............. KNOW ALL MEN by

these presents that WE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . of ……………………………. having our registered office

at ...................... (hereinafter called "the Bank") are bound unto Bharat Broadband Network Limited

(hereinafter called "the Purchaser") in the sum of INR................... for which payment will and truly to be

made to the said Purchaser, the Bank binds itself, its successors and assigns by these present.

THE CONDITIONS of the obligation are:

1. If the Bidder withdraws or amends its bid or impairs or derogates from the bid in any respect

during the period of bid validity specified by the Bidder on the Bid form or extended

subsequently; or

2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the

period of bid validity

(a) fails or refuses to execute the Contract, if required; or

(b) fails or refuses to furnish the Performance Security within the specified time, in

accordance with the instructions to Bidders.

We undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand,

without the purchaser having to substantiate its demand, provided that in its demand, the purchaser will note

that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions,

specifying the occurred condition or conditions.

This guarantee will remain in force as specified in clause 12 of section II of the Bid Document upto and

including THIRTY (30) days after the Period of bid validity and any demand in respect thereof should reach

the Bank not later than the specified date/dates.

Signature of the Bank Authority. Name

Signed in Capacity of

Name & Signature of witness Full address of Branch

Address of witness Tel No. of Branch

Fax No. of Branch

***

Page 67: Bid Document for

NOFN NOC Video Wall Page 67 of 85

SECTION-IX

PERFORMANCE SECURITY GUARANTEE BOND

In consideration of the CMD, Bharat Broadband Network Limited (hereinafter called 'BBNL') having

agreed to exempt __________ (hereinafter called 'the said contractor(s)') from the demand

under the terms and conditions of an agreement/Advance Purchase Order No _______________________

dated _____________________ made between _______________________________ and ________________________ for the

supply of ____________________________________ (hereinafter called "the said agreement "), of security deposit

for the due fulfillment by the said contractor (s) of the terms and conditions contained in the said

Agreement, on production of the bank guarantee for ___________________________________________________________ we,

(name of the bank) __________________________________________( hereinafter refer to as "the bank") at the request of

________________________________________________ (contractor(s)) do hereby undertake to pay to the BBNL

an amount not exceeding _________________________________ against any loss or damage caused to or suffered or

would be caused to or suffered by BBNL by reason of any breach by the said Contractor(s) of any of the terms

or conditions contained in the said Agreement.

2. We (name of the bank) do hereby undertake to pay the amounts due and payable under this

guarantee without any demure, merely on a demand from the BBNL by reason of breach by the said

contractor(s)' of any of the terms or conditions contained in the said Agreement or by reason of the

contractors(s)' failure to perform the said Agreement. Any such demand made on the bank shall be

conclusive as regards the amount due and payable by the Bank under this guarantee where the decision

of BBNL in these counts shall be final and binding on the bank. However, our liability under this guarantee

shall be restricted to an amount not exceeding __________________________.

3. We undertake to pay to the BBNL any money so demanded notwithstanding any dispute or

disputes raised by the contractor(s)/supplier(s) in any suit or proceeding pending before any court or

tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so

made by us under this bond shall be valid discharge of our liability for payment there under and the

contractor(s)/supplier(s) shall have no claim against us for making such payment.

4. We (name of the bank) ………………………………. further agree that the guarantee herein

contained shall remain in full force and effect during the period that would be taken for the performance

of the said agreement and that it shall continue to be enforceable till all the dues of the BBNL under or by

virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till

_______________________________ (office/ Department) BBNL certifies that the terms and conditions of the

said Agreement have been fully or properly carried out by the said contractor(s) and accordingly

discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on

or before the expiry of THREE AND HALF YEARS (as specified in P.O) from the date hereof, we shall be

discharged from all liabilities under this guarantee thereafter.

5. We (name of the bank) _____________________________________ further agree with the BBNL that the

BBNL shall have the fullest liberty without our consent and without affecting in any manner our

obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of

performance by the said contractor(s) from time to time or to postpone for any time or from time to time

any of the powers exercisable by the BBNL against the said Contractor(s) and to forbear or enforce any of

the terms and conditions relating to the said agreement and we shall not be relieved from our liability by

Page 68: Bid Document for

NOFN NOC Video Wall Page 68 of 85

reason of any such variation, or extension being granted to the said Contractor(s) or for any

forbearance, act or omission on the part of the BBNL or any indulgence by the BBNL to the said

Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would,

but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or

the Contractor(s)/ supplier(s).

7. We (name of the bank) _______________________ lastly undertake not to revoke this guarantee

during its currency except with the previous consent of the BBNL in writing.

Place

Date

(Signature of the Bank Officer)

Rubber stamp of the bank:

Authorized Power of Attorney Number: .......................................................

Name of the Bank officer: ..................................................

Designation: ....................................................................................................

Complete Postal address of Bank: ....................................................

Telephone Numbers...................................................................................

Fax numbers ...........................................................................................................

***

Page 69: Bid Document for

NOFN NOC Video Wall Page 69 of 85

SECTION-X

LETTER OF AUTHORISATION FOR ATTENDING BID

OPENING

(To be typed preferably on letterhead of the company)

To,

Chief General Manager (MM & CM)

Bharat Broadband Network Limited,

3rd Floor, CDOT Campus,

Mandi Gaon Road, Mehrauli,

New Delhi - 110030

Subject: Authorization for attending bid opening on _________________________________________________ (date) in

the Tender of _________________________________________. .

I/ We Mr. /Ms. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . have submitted our bid for the tender

no. …………………………………………………………………………….. in respect

of ................................................................................................................................ (Item of work) which is due to

open on.............................. (date).

Following persons are hereby authorized to attend the bid opening for the tender mentioned above

on behalf of ……………………………………………………(Bidder) in order of preference given below.

Order of Preference Name Specimen Signatures

I.

II.

Alternate Representative

Signatures of bidder/ Officer authorized to sign the bid Documents on behalf of the bidder.

Note:

1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is restricted

to one, first preference will be allowed. Alternate representative will be permitted when regular

representatives are not able to attend.

2. Permission for entry to the hall where bids are opened, may be refused in case authorization

as prescribed above is not received.

Page 70: Bid Document for

NOFN NOC Video Wall Page 70 of 85

Page left blank

intentionally

Page 71: Bid Document for

NOFN NOC Video Wall Page 71 of 85

SECTION-XI

SPECIAL INSTRUCTION TO BIDDERS FOR E-TENDERING

1. The Special Instructions (for e-Tendering) supplement ‘General Instructions to Bidders’, as given in the Tender Document. Submission of Online Bids is mandatory for this Tender.

2. E-Tendering is a new methodology for conducting Public Procurement in a transparent and secured manner. Now, the Government of India has made e-tendering mandatory. Suppliers/ Vendors will be the biggest beneficiaries of this new system of procurement. For conducting electronic tendering, BBNL has decided to use the portal https://www.tcil-india-electronictender.com, through TCIL, a Central Government Public Sector Enterprise. This portal is based on the ‘secure’ and ‘user friendly’ software from Electronic Tender and is referred as the portal in this document. A portal built using Electronic Tender’s software is also referred to as Electronic Tender System (ETS).

3. Benefits to Suppliers are outlined on the Home-page of the portal.

4. Broad Outline of Activities from Bidder’s Perspective:

1. Procure a Digital Signing Certificate (DSC)

2. Register on Electronic Tendering System® (ETS) portal

3. Create Users and assign roles on the portal

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

5. For this tender – Assign Tender Search Code (TSC) to a MA

6. Download Official Copy of Tender Documents from the portal

7. Clarification to Tender Documents on the portal

– Query to BBNL (Optional)

– View response to queries posted by BBNL

8. Bid-Submission on the portal

9. Attend Public Online Tender Opening Event (TOE) on

the portal – Opening of relevant Bid-Part

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

– Respond to BBNL Post-TOE queries

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

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

(Only for Technically Responsive Bidders)

5. For participating in this tender online, the following instructions are to be read carefully. These instructions are supplemented with more detailed guidelines on the relevant screens of the portal.

6. Digital Certificates: For integrity of data and authenticity/ non-repudiation of electronic records, and to be compliant with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC) also referred to as Digital Signature Certificate (DSC), of Class 2 or above, issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in].

7. Registration: To use the portal https://www.tcil-india-electronictender.com, vendors need to register on the portal. Registration of each organization is to be done by one of its senior persons who will be the main person coordinating for the e-tendering activities. In ETS terminology, this person will be referred to as the Super User (SU) of that organization. For further details, please visit the website/ portal, and click on the ‘Supplier Organization’ link under ‘Registration’ (on the Home Page), and follow further instructions as given on the site. Pay Annual Registration Fee as applicable.

Page 72: Bid Document for

NOFN NOC Video Wall Page 72 of 85

8. After successful submission of Registration details and Annual Registration Fee, please contact TCIL/ ETS Helpdesk (as given below), to get your registration accepted/ activated.

TCIL/ ETS Helpdesk

Telephone/ Mobile Customer Support: +91-11-26202601, 26241790 and 26241072

from Monday to Friday except Gazetted holidays.

Emergency Mobile Numbers: +91 9868393792

+91 9868393775 and 9868393717.

E-mail ID [email protected]

9. To minimize teething problems during the use of the portal (including the Registration process), it is recommended that the user should peruse the instructions given under ‘ETS User-Guidance Center’ located on ETS Home Page, including instructions for timely registration on the portal. The instructions relating to ‘Essential Computer Security Settings for Use of ETS’ and ‘Important Functionality Checks’ should be especially taken into cognizance.

10. Please note that even after acceptance of your registration by the Service Provider, to respond to a tender you will also require time to complete activities related to your organization, such as creation of users, assigning roles to them, etc.

11. The entire bid-submission would be online on the portal (unless specified for Offline Submissions).

a. Broad outline of submissions are as follows:

> Submission of Bid-Parts/ Envelopes

Techno-commercial-Part

Financial-Part

> Submission of information pertaining Bid Security/ Earnest Money Deposit

(EMD)

> Submission of digitally signed copy of Tender Documents/ Addendum

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

> Submission of Special Terms and Conditions (with/ without deviations)

b. The Techno-commercial-Part shall consist of Electronic Form-Technical,

Techno-commercial and Bid-Annexure. Scanned/ electronic copies of the various

documents required to be submitted under the Eligibility Conditions, off-line

submissions, instructions to bidders and documents required to establish

compliance to Technical Specifications and other terms and conditions of the

tender and unpriced detailed bill of material for each SOR item shall be uploaded

in Techno-commercial bid and Bid-Annexure. Techno-commercial bid, only one

file (including zipped file) can be uploaded. Additional Documents can be

uploaded as Bid-Annexure. Filling of the Electronic Form-Technical and

submission of documents in Techno-commercial bid are mandatory.

c. The Financial-Part shall consist of Electronic Form-Financial and Main Bid-

Financial. Scanned copy of the duly-filled price schedule (Section-VII) and priced

detailed bill of material for each SOR item shall be uploaded in Main Bid-

Financial. In Main Bid-Financial, only one file (including zipped file) of upto 10

Page 73: Bid Document for

NOFN NOC Video Wall Page 73 of 85

MB can be uploaded. Additional Documents in support of the taxes, duties quoted

etc. may also be uploaded in Main Bid-Financial. Filling of the Electronic Form-

Financial and submission of scanned copy of price bid in Main Bid-Financial are

mandatory.

12. Offline Submissions:

The bidder is requested to submit the following documents offline to Chief General

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

Campus, Mandi Gaon Road, Mehrauli, New Delhi - 110030 before the last date and

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

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

Bankers cheque in accordance with the details mentioned in Detailed NIT

(Section-I).

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

of-attorney.

3. Demand Draft/ Bankers cheque of INR 2100/- (including VAT) drawn in

favour of BHARAT BROADBAND NETWORK LIMITED payable at New Delhi and

drawn on any scheduled bank against payment of tender fee/ Cost of Tender

Documents.

4. The Pass-Phrase for the Techno-commercial-Part and the Pass-Phrase for the

Financial-Part of the bid sealed in separate envelopes before start date & time of

tender opening event (TOE). The envelopes containing the Pass-Phrases shall be

kept inside the Sealed Envelope containing other documents mentioned above.

13. The envelope shall bear (the project name), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time).

14. The Bidder should also upload the Scanned copy of all above said original documents required under clause 11.1.12 in Techno-commercial-Part as Main Bid-Techno-commercial or Bid-Annexure during Online Bid-Submission.

Special Note on Security and Transparency of Bids

15. Security related functionality has been rigorously implemented in the portal in a multi-dimensional manner. Starting with 'Acceptance of Registration by the Service Provider', provision for security has been made at various stages in Electronic Tender's software. Specifically for Bid Submission, some security related aspects are outlined below:

16. As part of the Electronic Encrypter functionality, the contents of both the ‘Electronic Forms’ and the ‘Main-Bid’ are securely encrypted using a Pass-Phrase created by the Bidder himself. Unlike a ‘password’, a Pass-Phrase can be a multi-word sentence with spaces between words (e.g. ‘I love this Word’). A Pass-Phrase is easier to remember, and more difficult to break. It is recommended that a separate Pass-Phrase be created for each Bid-Part. Bid-encryption in the portal is such that the Bids cannot be decrypted before the Public Online Tender Opening Event (TOE), even if there is connivance between the concerned tender-opening officers of the purchaser and the personnel of e-tendering service provider.

It is important that the bidder does not forget the Pass-Phrase used for

encrypting (i.e. equivalent of sealing) a bid. In case the Pass-Phrase is forgotten

Page 74: Bid Document for

NOFN NOC Video Wall Page 74 of 85

during the process of Bid-Submission. The previous submissions made for that

Bid-Part will have to be annulled, and a fresh submission is to be made with a

new ‘Pass-Phrase’. If a Pass-Phrase is forgotten after the ‘Last Date and Time of

Receipt of Bids’ of a particular tender has elapsed, then it would not be possible

to open (decrypt) the bid, and such bids are to be ‘Archived un-opened’ during

the Tender Opening Event (TOE). This is important from Security perspective

and ensures that a bid can only be opened (decrypted) with the Pass-Phrase

provided by the bidder himself’.

17. CAUTION: All bidders must fill Electronic Forms for each bid-part sincerely and carefully, and avoid any discrepancy between information given in the Electronic Forms and the corresponding Main-Bid. For transparency, the information submitted by a bidder in the Electronic Forms is made available to other bidders during the Online Public TOE. If it is found during the Online Public TOE that a bidder has not filled in the complete information in the Electronic Forms , the TOE officer may make available for downloading the corresponding Main-Bid of that bidder at the risk of the bidder. If variation is noted between the information contained in the Electronic Forms and the ‘Main-Bid’, the contents of the Electronic Forms shall prevail. Alternatively, the purchaser reserves the right to consider the higher of the two pieces of information (e.g. price) for the purpose of short-listing, and the lower of the two pieces of information (e.g. price) for the purpose of payment in case that bidder is an awardee in that tender.

18. Typically, ‘Pass-Phrase’ of the Bid-Part to be opened during a particular Public Online Tender Opening Event (TOE) is furnished online by each bidder during the TOE itself, when demanded by the concerned Tender Opening Officer.

19. The bidder shall make sure that the Pass-Phrase to decrypt the relevant Bid-Part is submitted to BBNL in a sealed envelope before the start date and time of the Tender Opening Event (TOE).

Additionally, the bidder shall make sure that the Pass-Phrase to decrypt the

relevant Bid-Part is submitted into the ‘Time Locked Electronic Key Box’ after

the corresponding deadline of Bid Submission. The process of submission of this

Pass-Phrase in the ‘Time Locked Electronic Key Box’ is done in a secure manner by

first encrypting this Pass-Phrase with the designated key provided by the Buyer

organization.

20. There is an additional protection with SSL Encryption during transit from the client-end computer of a Supplier organization to the e-tendering server/ portal.

Public Online Tender Opening Event (TOE)

21. The portal offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender Opening Officers, as well as, authorized representatives of bidders can simultaneously attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. Alternatively, one/ two duly authorized representative(s) of bidders (i.e. Supplier organization) are requested to carry a Laptop with Wireless Internet Connectivity, if they wish to come to BBNL office for the Public Online TOE.

22. Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event (TOE)’, including digital counter-signing of each opened bid by the authorized TOE-officer(s) in the simultaneous online presence of the participating bidders’ representatives, has been implemented on the portal.

Page 75: Bid Document for

NOFN NOC Video Wall Page 75 of 85

23. As soon as a Bid is decrypted with the corresponding ‘Pass-Phrase’ as submitted online by the bidder himself (during the TOE itself), salient points of the Bids (as identified by the purchaser) are simultaneously made available for downloading by all participating bidders. The tedium of taking notes during a manual ‘Tender Opening Event’ is therefore replaced with this convenient form of ‘Public Online Tender Opening Event (TOE)’.

24. The portal has a facility of ‘Online Comparison Chart’ which is dynamically updated as each online bid is opened. The format of the chart is based on inputs provided by the Buyer for each Bid-Part of a tender. The information in the Comparison Chart is based on the data submitted by the Bidders.

25. The portal also has a facility of a detailed report titled ‘Minutes of Online Tender Opening Event (TOE)’ covering all important activities of ‘Online Tender Opening Event (TOE)’. This is available to all participating bidders for ‘Viewing/ Downloading’.

26. There are many more facilities and features on the portal. For a particular tender, the screens viewed by a Supplier will depend upon the options selected by the purchaser.

27. For further instructions, the vendor should visit the home-page of the portal https://www.tcil-india-electrionictender.com, and go to the User-Guidance Center

28. The help information provided through ‘ETS User-Guidance Center’ is available in three categories – Users intending to Register / First-Time Users, Logged-in users of Buyer organizations, and Logged-in users of Supplier organizations. Various links are provided under each of the three categories.

29. It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links, and take appropriate action. This will prevent hiccups, and minimize teething problems during the use of the portal.

30. The following ' SIX KEY INSTRUCTIONS for BIDDERS' must be assiduously adhered to:

1. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first

tender submission deadline on the portal

2. Register your organization on the portal well in advance of the important deadlines

for your first tender on the portal viz ‘Date and Time of Closure of Procurement of

Tender Documents’ and ‘Last Date and Time of Receipt of Bids’. Please note that

even after acceptance of your registration by the Service Provider, to respond to a

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

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

3. Get your organization's concerned executives trained on the portal well in advance

of your first tender submission deadline on the portal

4. Submit your bids well in advance of tender submission deadline on the portal

(There could be last minute problems due to internet timeout, breakdown, etc.)

5. It is the responsibility of each bidder to remember and securely store the Pass-

Phrase for each Bid-Part submitted by that bidder. In the event of a bidder

forgetting the Pass-Phrase before the expiry of deadline for Bid-Submission, facility

is provided to the bidder to ‘Annual Previous Submission’ from the Bid-Submission

Overview page and start afresh with new Pass-Phrase(s).

6. ETS will make your bid available for opening during the Online Public Tender

Opening Event (TOE) ‘ONLY IF’ your ‘Status pertaining Overall Bid-Submission’ is

‘Complete’. For your record, you can generate and save a copy of ‘Final Submission

Receipt’. This receipt can be generated from ‘Bid-Submission Overview Page’ only

if the ‘Status pertaining overall Bid-Submission’ is ‘Complete’.

Page 76: Bid Document for

NOFN NOC Video Wall Page 76 of 85

31. While the first three instructions mentioned above are especially relevant to first-time users of the portal, the fourth, fifth and sixth instruction is relevant at all times.

32. Minimum Requirements at Bidder’s End:

Computer System with good configuration (Min PIV, 1 GB RAM, Windows XP

with service pack 3 )

Broadband connectivity

Microsoft Internet Explorer 6.0 or above

Digital Certificate(s)

33. The bids shall be opened in two stages. During the first Tender Opening Event (TOE), only the Techno-commercial-Part of the bids shall be opened. Subsequently, the Financial-Part of those bids which are found to be techno-commercially responsive shall be opened during another Tender Opening Event (TOE).

34. Vendors Training (Optional):

One day training would be provided by TCIL. Training is optional. Vendors are

requested to carry a Laptop and Wireless Internet Connectivity.

Scheduled Date As per request of vendor

Venue BBNL Corporate Office, New Delhi 110030

Vendors Training Charges

(Per Participant)

As applicable.

The Vendor training charges shall be paid either in cash or through DD/Cheque (at par)

to M/s TCIL before start of training session. Interested Bidders are requested to send

the request to attend this vendor training in advance by 10/06/2017 through email on-

[email protected]

Page 77: Bid Document for

NOFN NOC Video Wall Page 77 of 85

SECTION XII

SELF CERTIFICATE FROM OEM

(To be typed preferably on letter head of the company)

Letter No._____ Dated: ___________

To,

Chief General Manager (MM & CM)

Bharat Broadband Network Limited,

3rd Floor, C-DOT Campus,

Mandi Gaon Road, Mehrauli,

New Delhi - 110030

Reference: Self Certification to bid for Video Wall Solution for BBNL as per Tender No: ______ Sir, We <name and address of the manufacturer> who are established and reputed manufacturers of <Video Wall Solution> having factory at <addresses of manufacturing/ development location> do hereby offer our bid for above mentioned tender for the above equipment manufactured/ developed by us.

We confirm that the products quoted are not “end of life or end of sale products” as on Bid Submission date. If in case the support for the product quoted has been stopped/ withdrawn till the time of delivery of equipment, the same will be changed with the equivalent or superior product at no extra cost.

We also undertake that the support including spares, patches and upgrades for the quoted products will be available for seven and half years from the signing of contract and we will continue to support BBNL for the products supplied by us till the project period.

Yours Faithfully, For and on behalf of M/s < (Name of the manufacturer)> <Signature > <Name> (<Designation>) <Address > Directorate Seal Note: This letter of authority should be on the letterhead of the concerned manufacturer and should be signed by a person competent and having the power of attorney to bind the manufacturer.

Page 78: Bid Document for

NOFN NOC Video Wall Page 78 of 85

SECTION XIII

AUTHORIZATION CERTIFICATE FROM OEM

(To be typed preferably on letter head of the company)

Letter No._____ Dated: ___________

To,

Chief General Manager (MM & CM)

Bharat Broadband Network Limited,

3rd Floor, CDOT Campus,

Mandi Gaon Road, Mehrauli,

New Delhi - 110030

Reference: Authorization to bid for Video Wall Solution for BBNL as per Tender No: _____ Sir, We <name and address of the manufacturer> who are established and reputed manufacturers of <Video Wall Solution> having factory at <addresses of manufacturing/ development location> do hereby authorize M/s <name and address of the Bidder> to bid, negotiate and conclude the contract with you against the above mentioned tender for the above equipment manufactured/ developed by us.

We confirm that the products quoted are not “end of life or end of sale products” as on Bid Submission date. If in case the support for the product quoted has been stopped/ withdrawn till the time of delivery of equipment, the same will be changed with the equivalent or superior product at no extra cost.

We also undertake that the support including spares, patches and upgrades for the quoted products will be available for seven and half years from the signing of contract. In case BBNL decides to change the Bidder authorized in this undertaking, we (OEM) will continue to support BBNL for the products supplied by us till the project period.

Yours Faithfully, For and on behalf of M/s < (Name of the manufacturer)> <Signature > <Name> (<Designation>) <Address > Directorate Seal Note: This letter of authority should be on the letterhead of the concerned manufacturer and should be signed by a person competent and having the power of attorney to bind the manufacturer.

Page 79: Bid Document for

NOFN NOC Video Wall Page 79 of 85

SECTION-XIV

UNDERTAKING FROM DISTRIBUTOR/OEM FOR SERVICE

CENTER SUPPORT IN DELHI/NCR

(To be typed preferably on letter head of the company)

Letter No._____ Dated: ___________

To,

Chief General Manager (MM & CM)

Bharat Broadband Network Limited,

3rd Floor, C-DOT Campus,

Mandi Gaon Road, Mehrauli,

New Delhi - 110030

Reference: Undertaking for Service Center Support in Delhi/NCR for Video Wall Solution for BBNL as per Tender No: ………. Sir, We <name and address of the manufacturer/authorized distributor& service provider> are established and reputed manufacturers/ Authorised Distributor & Service Provider of Video Wall Solution for which we have quoted. Our service center for Video Wall Solution Service Support is in Delhi/NCR with adequate manpower and resources to provide required support to BBNL for the proposed Video Wall Solution. The complete address of the service center is given below: Address:

Tel No.: Fax No.: Email Id:

Sincerely,

STAMP OF AGENCY

(Signature of authorized person) Name: Designation:

Page 80: Bid Document for

NOFN NOC Video Wall Page 80 of 85

SECTION XV

FORMAT OF UNDERTAKING

(To be typed preferably on letterhead of the company)

Letter No._____ Dated: ___________ To, Chief General Manager (MM & CM)

Bharat Broadband Network Limited,

3rd Floor, CDOT Campus,

Mandi Gaon Road, Mehrauli,

New Delhi - 110030 Subject: - Declaration Letter for Non-Blacklisting of the Bidder. Sir/Madam, This is to notify you that our Company/ Partnership <Name> intends to submit a proposal in response to the tender for Supply, Installation, Commissioning - Video wall solution for Network Operation Centre of NOFN Project, we also declare that our Company/ Partnership is not black-listed/ debarred by any PSU or State/UT or Central Government in India as on <the date of the submission of bid>.

Sincerely,

STAMP OF AGENCY

(Signature of authorized person) Name: Designation:

Note: If the Company/ Partnership has been blacklisted/debarred by any PSU or State/UT or Central Government in India in past and now the order has been revoked or period finished, then bidder should furnish details of such cases.

Page 81: Bid Document for

NOFN NOC Video Wall Page 81 of 85

ANNEXURE- 1 NOC FLOOR LAYOUT

NOCArea

Page 82: Bid Document for

NOFN NOC Video Wall Page 82 of 85

ANNEXURE- 2

CHECK LIST OF DOCUMENTS

S. No. Description Yes/No

Eligibility Criteria

1. Certificate of Incorporation and Memorandum & Article of Association

2. Registered Partnership Deed in case of partnership

3. Self-Certificate as per format given in section XII in case of Original Equipment

Manufacturer (OEM)

4. Authorization Certificate as per format given in section XIII from the OEM in case

of Authorised Distributor & Service Provider.

5. Audited financial statement of the Company duly certified by CA.

6. Chartered Accountant(CA) Certificate with CA’s Registration Number and Seal

7. Copy of Purchase order along with Successful Completion certificate issued by

purchasing organization

8. Undertaking from the bidder as per format given in section XIV, along with the

details of the service centre such as addresses/ Tel. No. /Fax. No./ E-Mail

9. Undertaking from the bidder as per format given in Section XV

10. Bid Security furnished in accordance with Section VIII.

11. A Clause by Clause compliance as per Section II of Clause II.11.2.c.

12. A Bid form and price schedule completed in accordance with Section VI &

VII.

Other Documents

13. Registration certificate from State Director of Industries or from Secretariat for

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

from Reserve Bank of India/ SIA in case of foreign collaboration.

14. Latest and valid NSIC Certificate duly certified by NSIC, if applicable.

15. Power of Attorney authorization for executing the power of Attorney as per

clause II.14.4.

16. List of all Directors including their name(s), Director Identification Number(s)

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

residence.

17. Certificates from the bidder stating that none of their near relatives are working

in BBNL in accordance with clause II.33.

18. Annual Report and/ or a certificate from its bankers as an evidence that he has

financial capability to perform the contract.

19. A signed undertaking from Authorized Signatory of the bidder that shall certify

that all components/ parts/ assembly/ software used in the Desktops and

Servers like Hard disk, Monitors, Memory etc. shall be original, new components/

Page 83: Bid Document for

NOFN NOC Video Wall Page 83 of 85

parts/ assembly/ software and that no refurbished/ duplicate/ second hand

components/ parts/ assembly/ software are being used or shall be used.

20. Certificate of Authenticity (COA), signed by Authorized Signatory stating that all

Software supplied are authentic and legal copy is/are being supplied.

Formats for Response

21. Organizational Details

22. Commercial Strength Details

23. Relevant video wall Project Experience

a. Documents for Proposed Solution

24. Document consists of name of its collaborator (if applicable), brand name, model

number and type of the products offered.

25. The list of Hardware and Software that the Bidder is expected to provide as part

of the scope of work

26. Compliance to minimum specification or data sheet along with the technical

literatures of the products.

Page 84: Bid Document for

NOFN NOC Video Wall Page 84 of 85

LIST OF ABBREVIATIONS / ACRONYMS

APO Advance Purchase Order

API Application Programming Interface

AT Acceptance Testing

BG Bank Guarantee

BOM Bill of Material

BBNL Bharat Broadband Network Limited

BPM Business Process Management

BSNL Bharat Sanchar Nigam Limited

BSS Business Support Systems

CCR Call Center Representative

CSR Customer Support Representative

COTS Commercial Off The Shelf

C-DoT Center for Development of Telematics

CRM Customer Relationship Management

CENVAT Central Value Added Tax

CVC Connectivity Virtual Circuits

DC Data Centre

DLP Digital Light Processing

DR Disaster Recovery

DRC Disaster Recovery Centre

DoT Department of Telecommunications

EMS Enterprise Management System

ERP Enterprise Resource Planning

EMD Earnest Money Deposit

ETS Electronic Tendering System

e-TOM Enhanced Telecom Operations Map

FRS Functional Requirement Specifications

GIS Geographical Information System

GOI Government of India

GUI Graphical User Interface

HTTP Hypertext Transfer Protocol

IEEE Institute of Electrical and Electronics Engineers

ISO International Organization for Standardization

ITIL Information Technology Infrastructure Library

IT Information Technology

LAN Local Area Network

LD Liquidated Damages

MPLS Multi Protocol Label Switching

NGN Next Generation Network

NIC National Informatics Centre

NIT Notice Inviting Tender

NMS Network Management System

NOFN National Optical Fiber Network

OEM Original Equipment Manufacturer

OSS Operations support systems

PBG Performance Bank Guarantee

Page 85: Bid Document for

NOFN NOC Video Wall Page 85 of 85

PO Purchase Order

PIT Point In Time

PM Preventive Maintenance

QoS Quality of Service

RFP Request for Proposal

RPO Recovery Point Objective

RTO Recovery Time Objective

SLA Service Level Agreement

SOR Schedule of Requirements

SPOC Single Point of Contact

UAT User Acceptance Testing

VAT Value Added Tax

VPN Virtual Private Network

VoIP Voice Over Internet Protocol

WAN Wide Area Network