51
Headquarters Eastern Command Fort William Kolkata – 700 021 140400/Int Svl Dev/08-09/Sigs 02 December 2009 ………………………. ………………………. ………………………. TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS BRANCH) Invitation of Bids for Provision of OFC and Terminal Equipment for Establishment of Communication of Surveillance Resources in 33 Corps Zone Tender Enquiry (TE) No : 140400/Int Svl Dev/08-09/Sigs dated 02 December 2009 1. Bids in sealed cover are invited for supply of items listed in Part III of this Tender Enquiry. Please superscribe the above mentioned Title, Tender Enquiry number and date of opening of the Bids on the sealed cover to avoid the Bid being declared invalid. 2. The address and contact numbers for sending Bids or seeking clarifications regarding this Tender Enquiry are given below :- (a) Bids/queries to be addressed to : SFP Cell (EME Branch) Headquarters Eastern Command Fort William, Kolkata - 21 (b) Postal address for sending the Bids : SFP Cell (EME Branch) Headquarters Eastern Command Fort William, Kolkata - 21 (c) Name/designation of the contact : Maj S Mohanty personnel Staff Officer – 1 (Project) (d) Telephone numbers of the contact : 033-22222724 personnel (e) e-mail IDs of contact personnel : [email protected] (f) Fax number : 033 -22430348 3. This Tender Enquiry is divided into five Parts as follows :- (a) Part I – Contains General Information and Instructions for the Bidders about the Tender Enquiry such as the time, place of submission and opening of tenders, Validity period of tenders, etc. (b) Part II – Contains essential details of the items/services required, such as the Schedule of Requirements (SOR), Technical Specifications, Delivery Period, Mode of Delivery and Consignee details. (c) Part III – Contains Standard Conditions of Tender Enquiry, which will form part of the Contract with the successful Bidder. (d) Part IV – Contains Special Conditions applicable to this Tender Enquiry and which will also form part of the contract with the successful Bidder.

TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : [email protected]

Embed Size (px)

Citation preview

Page 1: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

Headquarters Eastern Command Fort William Kolkata – 700 021 140400/Int Svl Dev/08-09/Sigs 02 December 2009 ……………………….

……………………….

……………………….

TENDER ENQUIRY

HQ EASTERN COMMAND (SIGNALS BRANCH)

Invitation of Bids for Provision of OFC and Terminal Equipment for Establishment of

Communication of Surveillance Resources in 33 Corps Zone

Tender Enquiry (TE) No : 140400/Int Svl Dev/08-09/Sigs dated 02 December 2009 1. Bids in sealed cover are invited for supply of items listed in Part III of this Tender Enquiry. Please superscribe the above mentioned Title, Tender Enquiry number and date of opening of the Bids on the sealed cover to avoid the Bid being declared invalid. 2. The address and contact numbers for sending Bids or seeking clarifications regarding this Tender Enquiry are given below :- (a) Bids/queries to be addressed to : SFP Cell (EME Branch) Headquarters Eastern Command Fort William, Kolkata - 21 (b) Postal address for sending the Bids : SFP Cell (EME Branch) Headquarters Eastern Command Fort William, Kolkata - 21 (c) Name/designation of the contact : Maj S Mohanty personnel Staff Officer – 1 (Project) (d) Telephone numbers of the contact : 033-22222724 personnel (e) e-mail IDs of contact personnel : [email protected] (f) Fax number : 033 -22430348 3. This Tender Enquiry is divided into five Parts as follows :-

(a) Part I – Contains General Information and Instructions for the Bidders about the Tender Enquiry such as the time, place of submission and opening of tenders, Validity period of tenders, etc.

(b) Part II – Contains essential details of the items/services required, such as the Schedule of Requirements (SOR), Technical Specifications, Delivery Period, Mode of Delivery and Consignee details.

(c) Part III – Contains Standard Conditions of Tender Enquiry, which will form part of the Contract with the successful Bidder.

(d) Part IV – Contains Special Conditions applicable to this Tender Enquiry and which will also form part of the contract with the successful Bidder.

Page 2: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

2

(e) Part V – Contains Evaluation Criteria and Format for Price Bids. Price bid should be submitted in sealed envelope.

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

(Piyush Krishna) Colonel Colonel Communication

for Chief Signal Officer

Page 3: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

3

PART I – GENERAL INFORMATION 1. Last date and time for depositing the Bids : 15 January 2010 (Friday) at 1000h. The sealed Bids (both technical and Commercial, in case two bids are called for) should be deposited/reach by the due date and time. The responsibility to ensure this lies with the Bidder. 2. Manner of depositing the Bids. The bids will be submitted duly sealed in one packet. This packet will contain two separate sealed envelopes as per following format with relevant information on top of each envelope: -

(a) Part-I (Technical). “Bid for Turn Key project for Provision of OFC and Terminal Equipment in 33 Corps Zone” The list of customers to whom the vendor has supplied the items should also be attached. One copy of the tender enquiry duly signed by vendor should also be submitted. The Qualitative Requirements are given at Appendix ‘A’. All Items offered should show make/ model and OEM. Brochures published by the OEM may be submitted in support of Technical details.

(b) Part–II (Financial). “Financial Bid for Turn Key project for Provision of OFC and Terminal Equipment in 33 Corps Zone” should contain the prices quoting item wise both essential and optional items, and important spares if recommended and be as per format given at Appendix ‘B’. (c) Name and Address of the vendor should be endorsed on all the envelopes.

(d) Address on Bids and Mode of Delivery. Both Part-I and Part-II of the bids will be placed in separate cover duly pasted and sealed separately. Name and address of the vendor should be superscribed on the envelope and addressed to “SFP Cell (EME Branch) Headquarters Eastern Command Fort William, Kolkata-700021” and should be either dropped in the Tender Box or sent by registered post at the address given above so as to reach by the due date and time. Late tenders will not be considered. No responsibility will be taken for postal delay or non-delivery/non-receipt of Bid documents. Bids sent by FAX or e-mail will not be considered (unless they have been specifically called for by these modes due to urgency). (e) Tendering vendors will deposit an amount of Rs. 500/- (Rupees five hundred only) through an account payee bank draft payable to Public Fund Account (C6), Headquarters Eastern Command for ‘Tender form cost’. 3. Time and date for opening of Bids : 15 January 2010 (Friday) at 1100h (If due to any exigency, the due date for opening of the Bids is declared a closed holiday, the Bids will be opened on the next working day at the same time or on any other day/time, as intimated by the Buyer). 4. Location of the Tender Box : SFP Cell (EME Branch) Headquarters Eastern Command, Fort William, Kolkata. Only those Bids that are found in the tender box will be opened. Bids dropped in the wrong Tender Box will be rendered invalid. 5. Place of opening of the Bids : SFP Cell (EME Branch) Headquarters Eastern Command, Fort William, Kolkata. The Bidders may depute their representatives, duly authorized in writing, to attend the opening of Bids on the due date and time. Rates and important commercial/technical clauses quoted by all Bidders will be read out in the presence of the representatives of all the Bidders. This event will not be postponed due to non-presence of your representative. 6. Two-Bid System : Only the Technical Bid would be opened on the time and date mentioned above. Date of opening of the Financial Bid will be intimated after acceptance of the Technical Bids. Financial Bids of only those firms will be opened, whose Technical Bids are found compliant/suitable after Technical evaluation is done by the Buyer. 7. Forwarding of Bids – Bids should be forwarded by Bidders under their original memo/ letter pad inter alia furnishing details like TIN number, VAT/CST number, Bank address with EFT Account if applicable, etc and complete postal & e-mail address of their office.

Page 4: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

4

8. Clarification regarding contents of the Tender Enquiry : A prospective bidder who requires clarification regarding the contents of the bidding documents shall notify to the Buyer in writing about the clarifications sought not later than 14 (fourteen ) days prior to the date of opening of the Bids. Copies of the query and clarification by the purchaser will be sent to all prospective bidders who have received the bidding documents. 9. Modification and Withdrawal of Bids : A bidder may modify or withdraw his bid after submission provided that the written notice of modification or withdrawal is received by the Buyer prior to deadline prescribed for submission of bids. A withdrawal notice may be sent by fax but it should be followed by a signed confirmation copy to be sent by post and such signed confirmation should reach the purchaser not later than the deadline for submission of bids. No bid shall be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and expiration of the period of bid validity specified. Withdrawal of a bid during this period will result in Bidder’s forfeiture of bid security. 10. Clarification regarding contents of the Bids : During evaluation and comparison of bids, the Buyer may, at its discretion, ask the bidder for clarification of his bid. The request for clarification will be given in writing and no change in prices or substance of the bid will be sought, offered or permitted. No post-bid clarification on the initiative of the bidder will be entertained. 11. Rejection of Bids : Canvassing by the Bidder in any form, unsolicited letter and post-tender correction may invoke summary rejection with forfeiture of EMD. Conditional tenders will be rejected.

12. Unwillingness to quote : Bidders unwilling to quote should ensure that intimation to this effect reaches before the due date and time of opening of the Bid, failing which the defaulting Bidder may be delisted for the given range of items as mentioned in this Tender Enquiry. 13. Validity of Bids : The Bids should remain valid till 120 days from the last date of submission of the Bids. 14. Earnest Money Deposit. (a) Bidders are required to submit Earnest Money Deposit (EMD) for amount of Rs 4,00,000/- (Rupees four lac only) along with their bids. The EMD may be submitted in the form of an Account Payee Demand Draft in favour of GOC-in-C, Eastern Command, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee from any of the public sector banks or a private sector bank authorized to conduct government business as per Form DPM-16 (Available in MoD website and can be provided on request). EMD is to remain valid for a period of one year. EMD of the unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30 th day after the award of the contract. The Bid Security of the successful bidder would be returned, without any interest whatsoever, after the receipt of Performance Security from them as called for in the contract. (b) EMD is not required to be submitted by those Bidders who are registered with the Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC) or any Department of MoD or MoD itself. The EMD will be forfeited if the bidder withdraws or amends, impairs or derogates from the tender in any respect within the validity period of their tender.

Page 5: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

5

PART II – ESSENTIAL DETAILS OF ITEMS/SERVICES REQUIRED

1. Description of Project. The project is required to be taken up on a turn-key basis including supply of stores, installation, testing and commissioning however part procurement could be resorted to ensure wider participation and competitive rates. All clearances and licenses required will be obtained by the supplier. 2. Schedule of Requirements – List of items / services required is as follows :

Ser No

Description of Stores/Services Required Unit Qty

(a) 12 Core Un-Armoured (ADSS) OFC Kms 65 (b) Poles Nos 1000 (c) Digital Distribution Frame (16 Streams) Nos 12 (d) Fiber Termination Box Nos 12 (e) Pigtails Nos 50 (f) Jointing Kit Nos 56 (g) Suspension Fittings Set 700 (h) Tension Fittings Set 200 (j) Fiber Distribution Frame Nos 12 (k) STM-1 System each Comprising of:-

(a) STM-1 with Power Supply Unit 01 Nos

(b) Extra Power Supply Unit 01 Nos

(c ) 21 port E1 Mux Card 01 Nos

(d) Connecting Cables, and fasteners 01 Nos

(e) Connector 01 Set

(f) Optical Patch Cord 02 Set

(g) 10/100 Base T Interface Card 01 Nos

Nos 12

(l) OTDR Nos 03 (m) Splicing Machine Nos 03 (n) Bty Bank 48V (12 x4) 100 AHC Nos 12 (o) Online UPS, 2 KVA Nos 12 (p) SMPS Based FCBC Nos 12 (q) Video Audio Encoder / Decoder Nos 14 (r) 16 Port Switch Nos 08 (s) Media converter unit Nos 10 (t) CTC converter 2 MB Nos 08 (u) Installation/Laying Over Head Kms 65

3. Technical Details. (a) Technical details with technical parameters with specification is attached as per Appendix ‘A’. (b) Bidders are required to furnish clause by clause compliance of specifications bringing out clearly the deviations from specification, if any. The Bidders are advised to submit the compliance statement in the format given in Appendix ‘A’ with the Technical Bid. 4. Advance Sample. (a) The L1 vendor is required to lay an OFC for 2 Kms alongwith all associated equipment/accessories within 21 days of effective date of contract for approval by a board of officers convened by HQ Eastern Command. The place and time for laying and evaluation of advance sample shall be intimated separately.

(b) The sample for evaluation at the said place will be on no cost basis. In the event, the vendor is unable to produce the advance sample within the stipulated period, or the sample does not confirm to the laid down specifications and/or performance parameters, then the purchaser reserves the right to either :-

Page 6: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

6

(i) Provide the L1 vendor with additional time to produce the sample as per specifications at the sole discretion of the purchaser.

Or

(ii) Reject the stores and / or cancel the Supply Order. And (iii) Effect forfeiture of the Performance Bank Guarantee (PBG) by the vendor.

(c) This advance sample and route will be retained by the user unit against the total quantity given in the Supply Order.

5. Execution of project

(a) Consignee. Commanding Officer, 17 Mountain Division Signal Regiment, Distt/The/Post - Gangtok (Sikkim) PIN-737101

(b) Routes of laying. The exact locations for the routes will be taken from Staff Officer -1 (Signals), Headquarters 33 Corps, Sukna, Tele No 91-9734171105/0353-2573233) at the time of conducting the site survey which is mandatory and the report of the same will be submitted alongwith the tender failing which the tender will be rejected. (c) Delivery. Delivery period for supply of items would be 60 days from the effective date of contract. Please note that contract can be cancelled unilaterally by the Buyer in case items are not received within the contract delivery period. Extension of contracted delivery period will be at the sole discretion of the Buyer, with applicability of LD clause. (d) Inspection. The stores will be subject to an inspection by a board of offrs detailed by the purchaser, to ascertain that they conform to the specifications as laid down in the supply order. In case the stores ordered on receipt are not found to be conforming to the laid down specifications, the defective stores will be removed and replaced by the stores of the correct specifications by the supplier at his own expense within a period of 15 days of inspection. In case of any dispute, decision of the purchaser will be final and binding. The date on which serviceable stores are finally supplied will be taken as the date of delivery and the CRV will be prepared accordingly. Acceptance of the stores by the board of officers and any payment released at this stage does not imply acceptance in totality of such stores. The board of officers will only check the stores physically and not for functionality which shall be ascertained by an ATP Board as per Paragraph 5 (e) (iii) below. The item should be of latest manufacture conforming to the current production standard having 100% defined life at the time of delivery. (e) Installation/Laying.

(i) The installation will include laying of OFC as per given QR’s, installing it for the complete routes, testing the route for given specifications after due inspection and acceptance of the route after by an ATP Board. A period of 120 days after delivery of stores will be given to implement the complete project on turnkey basis. Depending on the suitability of the weather conditions for installation/laying of the cable, the Commanding Officer of the concerned Signal unit will issue a certificate to the supplier for commencement of the installation. 120 days for installation will be calculated from the date of issue of Commencement Certificate by the Commanding Officer.

(ii) In case there is a delay in laying/implementation due to inclement or bad weather or unsuitable local conditions the vendor will approach the Commanding Officer 17 Mountain Division Signal Regiment, who if deemed fit, will issue a delay certificate justifying the delay due to relevant reasons.

Page 7: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

7

(iii) Acceptance Test procedure Board. The laying standards will be subject to inspection during ATP (Acceptance Test Procedure) Board of Officers detailed by Commanding Officer 17 Mountain Division Signal Regiment (hereafter referred to as user unit) to ascertain that they conform to the specifications as laid down in the supply order. In case the laying standards are not found to be conforming to the laid down specifications, the laying will be redone by the vendor at his own expense in accordance with the laid down specifications in the Tender Enquiry and the work should start within 02 weeks of the inspection. Any delay is the completion of the project beyond the laid down period of 120 days due to such relaying may attract charging of liquidated damages as per Para 8 of Part-III. Such LD will be based on the recommendation of Commanding Officer 17 Mountain Division Signal Regiment. In case of any dispute, decision of the purchaser/user unit will be final and binding. The date on which Satisfactory Laying Certificate is signed by the user unit (adhering to the standards mentioned in Tender Enquiry) will be taken as the final date of completion of laying.

6. Evaluation of Past Performance. The purchaser reserves the right to reject a tender based on evaluation of the performance of the firm on a Tender Enquiry/supply order/project executed by the firm in the past. Recommendation from the user unit in such a case may be taken by the purchaser to arrive at such a decision.

Page 8: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

8

PART III – STANDARD CONDITIONS OF TENDER ENQUIRY

The Bidder is required to give confirmation of their acceptance of the Standard Conditions of the Tender Enquiry mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of the Bid submitted by the Bidder. 1. Law : The Contract shall be considered and made in accordance with the laws of the Republic of India. The contract shall be governed by and interpreted in accordance with the laws of the Republic of India. 2. Effective Date of the Contract : The contract shall come into effect on the date of signatures of both the parties on the contract (Effective Date) and shall remain valid until the completion of the obligations of the parties under the contract. The deliveries and supplies and performance of the services shall commence from the effective date of the contract. 3. Arbitration : All disputes or differences arising out of or in connection with the Contract shall be settled by bilateral discussions. Any dispute, disagreement or question arising out of or relating to the Contract or relating to construction or performance, which cannot be settled amicably, may be resolved through arbitration. The standard clause of arbitration is as per Forms DPM-7, DPM-8 and DPM-9 (Available in MoD website and can be provided on request). 4. Penalty for use of Undue influence : The Seller undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the Buyer or otherwise in procuring the Contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with the Government of India for showing or forbearing to show favour or disfavour to any person in relation to the present Contract or any other Contract with the Government of India. Any breach of the aforesaid undertaking by the Seller or any one employed by him or acting on his behalf (whether with or without the knowledge of the Seller) or the commission of any offers by the Seller or anyone employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act enacted for the prevention of corruption shall entitle the Buyer to cancel the contract and all or any other contracts with the Seller and recover from the Seller the amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the undertaking had been committed shall be final and binding on the Seller. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the Seller towards any officer/employee of the Buyer or to any other person in a position to influence any officer/employee of the Buyer for showing any favour in relation to this or any other contract, shall render the Seller to such liability/ penalty as the Buyer may deem proper, including but not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer. 5. Agents / Agency Commission: The Seller confirms and declares to the Buyer that the Seller is the original manufacturer of the stores/provider of the services referred to in this Contract and has not engaged any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of India or any of its functionaries, whether officially or unofficially, to the award of the contract to the Seller; nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect of any such intercession, facilitation or recommendation. The Seller agrees that if it is established at any time to the satisfaction of the Buyer that the present declaration is in any way incorrect or if at a later stage it is discovered by the Buyer that the Seller has engaged any such individual/firm, and paid or intended to pay any amount, gift, reward, fees, commission or consideration to such person, party, firm or institution, whether before or after the signing of this contract, the Seller will be liable to refund that amount to the Buyer. The Seller will also be debarred from entering into any supply Contract with the Government of India for a minimum period of five years. The Buyer will also have a right to consider cancellation of the Contract either wholly or in part, without any entitlement or compensation to the Seller who shall in such an event be liable to refund all payments made by the Buyer in terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. The Buyer will also have the right to recover any such amount from any contracts concluded earlier with the Government of India.

Page 9: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

9

6. Access to Books of Accounts: In case it is found to the satisfaction of the Buyer that the Seller has engaged an Agent or paid commission or influenced any person to obtain the contract as described in clauses relating to Agents/Agency Commission and penalty for use of undue influence, the Seller, on a specific request of the Buyer, shall provide necessary information/ inspection of the relevant financial documents/information. 7. Non-disclosure of Contract documents : Except with the written consent of the Buyer/ Seller, other party shall not disclose the contract or any provision, specification, plan, design, pattern, sample or information thereof to any third party. 8. Liquidated Damages: In the event of the Seller's failure to submit the Bonds, Guarantees and Documents, supply the stores/goods and conduct trials, installation of equipment, training, etc as specified in this contract, the Buyer may, at his discretion, withhold any payment until the completion of the contract. The BUYER may also deduct from the SELLER as agreed, liquidated damages to the sum of 0.5% of the contract price of the delayed/undelivered stores/services mentioned above for every week of delay or part of a week, subject to the maximum value of the Liquidated. Damages being not higher than 10% of the value of delayed stores. 9. Termination of Contract : The Buyer shall have the right to terminate this Contract in part or in full in any of the following cases :-

(a) The delivery of the material is delayed for causes not attributable to Force Majeure for more than 02 months after the scheduled date of delivery.

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

(c) The delivery of material is delayed due to causes of Force Majeure by more than 06 months provided Force Majeure clause is included in contract.

(d) The Buyer has noticed that the Seller has utilised the services of any Indian/Foreign agent in getting this contract and paid any commission to such individual/company etc.

(e) As per decision of the Arbitration Tribunal. 10. Notices: Any notice required or permitted by the contract shall be written in the English language and may be delivered personally or may be sent by FAX or registered pre-paid mail/airmail, addressed to the last known address of the party to whom it is sent. 11. Transfer and Sub-letting: The Seller has no right to give, bargain, sell, assign or sublet or otherwise dispose of the Contract or any part thereof, as well as to give or to let a third party take benefit or advantage of the present Contract or any part thereof. 12. Patents and other Industrial Property Rights: The prices stated in the present Contract shall be deemed to include all amounts payable for the use of patents, copyrights, registered charges, trademarks and payments for any other industrial property rights. The Seller shall indemnify the Buyer against all claims from a third party at any time on account of the infringement of any or all the rights mentioned in the previous paragraphs, whether such claims arise in respect of manufacture or use. The Seller shall be responsible for the completion of the supplies including spares, tools, technical literature and training aggregates irrespective of the fact of infringement of the supplies, irrespective of the fact of infringement of any or all the rights mentioned above. 13. Amendments : No provision of present Contract shall be changed or modified in any way (including this provision) either in whole or in part except by an instrument in writing made after the date of this Contract and signed on behalf of both the parties and which expressly states to amend the present Contract.

Page 10: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

10

14. Taxes and Duties :-

(a) In respect of Foreign Bidders : All taxes, duties, levies and charges which are to be paid for the delivery of goods, including advance samples, shall be paid by the parties under the present contract in their respective countries.

(b) In respect of Indigenous bidders :- (i) General :-

1. If Bidder desires to ask for excise duty or Sales Tax / VAT extra, the same must be specifically stated. In the absence of any such stipulation, it will be presumed that the prices include all such charges and no claim for the same will be entertained.

2. If reimbursement of any Duty/Tax is intended as extra over the quoted prices, the Bidder must specifically say so. In the absence of any such stipulation it will be presumed that the prices quoted are firm and final and no claim on account of such duty/tax will be entrained after the opening of tenders.

3. If a Bidder chooses to quote a price inclusive of any duty/tax and does not confirm inclusive of such duty/tax so included is firm and final, he should clearly indicate the rate of such duty/tax and quantum of such duty/tax included in the price. Failure to do so may result in ignoring of such offers summarily.

4. If a Bidder is exempted from payment of any duty/tax upto any value of supplies from them, he should clearly state that no such duty/tax will be charged by him up to the limit of exemption which he may have. If any concession is available in regard to rate/quantum of any Duty/tax, it should be brought out clearly. Stipulations like, the said duty/tax was presently not applicable but the same will be charged if it becomes leviable later on, will not be accepted unless in such cases it is clearly stated by a Bidder that such duty/tax will not be charged by him even if the same becomes applicable later on. In respect of the Bidders, who fail to comply with this requirement, their quoted prices shall be loaded with the quantum of such duty/tax which is normally applicable on the item in question for the purpose of comparing their prices with other Bidders.

5. Any change in any duty/tax upward/downward as a result of any statutory variation in excise taking place within contract terms shall be allowed to the extent of actual quantum of such duty/tax paid by the supplier. Similarly, in case of downward revision in any duty/tax, the actual quantum of reduction of such duty/tax shall be reimbursed to the Buyer by the Seller. All such adjustments shall include all reliefs, exemptions, rebates, concession etc. if any obtained by the Seller.

(ii) Customs Duty :–

1. For imported stores offered against forward delivery, the Bidder shall quote prices thereof exclusive of customs duty. The Bidder shall specify separately the C.I.F. prices and total amount of customs duty payable. They will also indicate correctly the rate of customs duty applicable along with Indian Customs Tariff Number. Customs duty as actually paid will be reimbursed on production of necessary documents i.e. (i) Triplicate copy of the bill of entry; (ii) copy of bill of lading; (iii) a copy of foreign principal’s invoice. However, if the Bidder imports the stores in question against his own commercial quota Import Licences, he will also be required to submit in addition the triplicate copy of bills of entry etc. a certificate from his Internal Auditor on the bill itself, to the effect that the following items/quantity in the bill of entry related to the stores imported against Defence Buyer contract number…………………………….. dated…………..

Page 11: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

11

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

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

(iii) Excise Duty :-

1. Where the excise duty is payable on advalorem basis, the Bidder should submit along with the tender, the relevant form and the Manufacturer’s price list showing the actual assessable value of the stores as approved by the Excise authorities.

2. Bidders should note that in case any refund of excise duty is granted to them by Excise authorities in respect of Stores supplied under the contract, they will pass on the credit to the Buyer immediately along with a certificate that the credit so passed on relates to the Excise Duty, originally paid for the stores supplied under the contract. In case of their failure to do so, within 10 days of the issue of the excise duty refund orders to them by the Excise Authorities the Buyer would be empowered to deduct a sum equivalent to the amount refunded by the Excise Authorities without any further reference to them from any of their outstanding bills against the contract or any other pending Government Contract and that no disputes on this account would be raised by them.

3. The Seller is also required to furnish to the Paying Authority the following certificates :-

(a) Certificate with each bill to the effect that no refund has been obtained in respect of the reimbursement of excise duty made to the Seller during three months immediately preceding the date of the claim covered by the relevant bill.

(b) Certificate as to whether refunds have been obtained or applied for by them or not in the preceding financial year after the annual Audit of their accounts also indicating details of such refunds/applications, if any.

(c) A certificate along with the final payment bills of the Seller to the effect whether or not they have any pending appeal/protest for refund or partial refund of excise duties already reimbursed to the Seller by the Government pending with the Excise authorities and if so, the nature, the amount involved, and the position of such appeals.

(d) An undertaking to the effect that in case it is detected by the Government that any refund from Excise Authority was obtained by the Seller after obtaining reimbursement from the Paying Authority, and if the same is not immediately refunded by the Seller to the Paying Authority giving details and particulars of the transactions, Paying Authority will have full authority to recover such amounts from the Seller’s outstanding bills against that particular contract or any other pending Government contracts and that no dispute on this account would be raised by the Seller.

Page 12: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

12

4. Unless otherwise specifically agreed to in terms of the contract, the Buyer shall not be liable for any claim on account of fresh imposition and/or increase of Excise Duty on raw materials and/or components used directly in the manufacture of the contracted stores taking place during the pendency of the contract.

(iv) Sales Tax / VAT :-

1. If it is desired by the Bidder to ask for Sales tax / VAT to be paid as extra, the same must be specifically stated. In the absence of any such stipulation in the bid, it will be presumed that the prices quoted by the Bidder are inclusive of sales tax and no liability of sales tax will be developed upon the Buyer.

2. On the Bids quoting sales tax extra, the rate and the nature of Sales Tax applicable at the time of supply should be shown separately. Sales tax will be paid to the Seller at the rate at which it is liable to be assessed or has actually been assessed provided the transaction of sale is legally liable to sales tax and the same is payable as per the terms of the contract.

(v) Octroi Duty & Local Taxes :-

1. Normally, materials to be supplied to Government Departments against Government Contracts are exempted from levy of town duty, Octroi Duty, Terminal Tax and other levies of local bodies. The local Town/Municipal Body regulations at times, however, provide for such Exemption only on production of such exemption certificate from any authorised officer. Seller should ensure that stores ordered against contracts placed by this office are exempted from levy of Town Duty/Octroi Duty, Terminal Tax or other local taxes and duties. Wherever required, they should obtain the exemption certificate from the Buyer, to avoid payment of such local taxes or duties.

2. In case where the Municipality or other local body insists upon payment of these duties or taxes the same should be paid by the Seller to avoid delay in supplies and possible demurrage charges. The receipt obtained for such payment should be forwarded to the Buyer without delay together with a copy of the relevant act or by-laws/notifications of the Municipality of the local body concerned to enable him to take up the question of refund with the concerned bodies if admissible under the said acts or rules.

Page 13: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

13

PART IV – SPECIAL CONDITIONS OF TENDER ENQUIRY

The Bidder is required to give confirmation of their acceptance of Special Conditions of the Tender Enquiry mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of Bid submitted by the Bidder. 1. Performance Guarantee: The Bidder will be required to furnish a Performance Guarantee by way of Bank Guarantee through a public sector bank or a private sector bank authorized to conduct government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC Bank Ltd.) for a sum equal to 10% of the contract value within 30 days of receipt of the confirmed order. Performance Bank Guarantee should be valid up to 60 days beyond the date of warranty. The specimen of PBG is given in Form DPM-15 (Available in MoD website and can be provided on request). 2. Payment of Right of Way (ROW) Charges. (a) The vendor should indicate total realistic ROW Charges (clearly showing the break up of agencies involved & points/ mile stones, No. of cables/ ducts involved for which ROW Charges would be leviable) as well as cost of equipments, separately for the project. The vendor shall be fully responsible for angling and obtaining all necessary easements, permits and license for moving all construction equipment, tools, supplied materials and Men across Railways and Highways, across Public or private road as well as premises of any public utility within the right of user and for bearing all costs that may be incurred in respect of the same. Any change to the Road/ civic infrastructure will be also the liability of the vendor as he will be executing the project and obtained NOC from the concerned agencies. The vendor will not be entitled to extra compensation for hardship and increase in cost by the cable trench being routed adjacent to or across other pipeline, Highways, Railways, Telephones or poster poles, embankments, cliffs, streams and or other obstacles which may physically or otherwise in any manner, restrict or limit the use of construction “Right of user”. Some construction and such contingency shall be deemed to have been included for in the rates quoted by the vendor. (b) The ROW Charges would be taken into account while determining L-1. (c) The ROW Charges would be re-imbursed only on production of Govt treasury receipts. The amount to be re-imbursed for ROW Charges would be as per actuals based on Govt treasury receipts or the amount quoted by the vendor (L-1) whichever is lowest. (d) The vendor while submitting claim for re-imbursement of ROW Charges, will also submit a certificate to the effect that any further liability on account of ROW Charges from any agency, will be borne by him and he will not claim any re-imbursement under any circumstances for enhancement of ROW Charges once the same has been mentioned in the contract. 3. Option Clause: The contract will have an Option Clause, wherein the Buyer can exercise an option to procure an additional 50% of the original contracted quantity in accordance with the same terms & conditions of the present contract. This will be applicable within the currency of contract. The Bidder is to confirm the acceptance of the same for inclusion in the contract. It will be entirely the discretion of the Buyer to exercise this option or not. 4. Repeat Order Clause – The contract will have a Repeat Order Clause, wherein the Buyer can order upto 50% quantity of the items under the present contract within six months from the date of supply/successful completion of this contract, the cost, terms & conditions remaining the same. The Bidder is to confirm acceptance of this clause. It will be entirely the discretion of the Buyer to place the Repeat order or not.

Page 14: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

14

5. Special Conditions. Registered bidders (DGS&D, DGQA, NSIC,OFB or any other central registration authority) must enclose a duly authenticated copy of proof of registration. It is mandatory for Unregistered bidders to fulfill the following special conditions for their Tender to be considered :-

(a) The following documents duly authenticated must be submitted along with your technical bid :- (i) Copy of PAN.

(ii) IT Clearance Certificate duly certified by your chartered accountant.

(iii) Trade License/manufacturing license.

(iv) Permanent Sale Tax regn No.

(v) Sale Tax clearance certificate indicating the amount if sales tax paid in last three fin years.

(b) Banker’s solvency certificate in the standard format. (c) Proof of execution of at-least one Institutional supply order of equivalent or higher quantity or 2 supply orders of 50% of quantity within last 2 years, preferably with Army/defence/other Govt. purchaser. (d) Proof of ISO certification if held. (e) Indian firm offering items of foreign manufacture must be enlisted by the DGS&D if the item being offered is in the “Restricted” category.

6. Tolerance Clause – To take care of any change in the requirement during the period starting from issue of RFP till placement of the contract, Buyer reserves the right to 50% plus/minus increase or decrease the quantity of the required goods upto that limit without any change in the terms & conditions and prices quoted by the Seller. While awarding the contract, the quantity ordered can be increased or decreased by the Buyer within this tolerance limit. 7. Payment Terms for Indigenous Sellers - It will be mandatory for the Bidders to indicate their bank account numbers and other relevant e-payment details so that payments could be made through ECS/EFT mechanism instead of payment through cheques, wherever feasible. A copy of the model mandate form prescribed by RBI to be submitted by Bidders for receiving payments through ECS is at Form DPM-11 (Available in MoD website and can be given on request). The payment will be made as per the following terms, on production of the requisite documents :- (a) 50% value of supply order will paid to the vendor on completion of delivery of stores at the site and receipt of CRV and inspection by the board of offrs from the consignee unit as per Para 5(d) of Part-II.

(b) 30% value of supply order will be paid to the vendor after complying with following conditions: -

(i) Laying of 65 Kms cable as per the laid down specification and standards.

(ii) Inspection and acceptance of the work by a board of officers ATP (Acceptance Test Procedure), detailed by the user unit as per Para 5(e)(iii) of Part-II.

(iii) Submission of Satisfactory OFC Laying Certificate for 65 Km by the user unit.

(c) Balance 20% value of supply order will be paid to the vendor after receipt of Satisfactory Performance Certificate for satisfactory performance of the system for a period minimum of one month from the date Satisfactory OFC Laying certificate has been signed by the user unit. (d) No Insurance charges will be paid by the Department.

Page 15: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

15

8. Advance payments : No advance payment(s) will be made. 9. Paying Authority. Area Accounts Office, 13, Camac Street, 9th Floor, Kolkata – 700 017. The payment of bills will be made on submission of the following documents by the Seller to the Paying Authority along with the bill :- (a) Ink-signed copy of Contractor bill.

(b) Ink-signed copy of invoice bill. (c) Claim for statutory and other levies to be supported with requisite documents/proof of payment such as Excise duty challan, Customs duty clearance certificate, Octroi receipt, proof of payment for EPF/ESIC contribution with nominal roll of beneficiaries, etc as applicable.

(d) Guarantee / Warranty certificate. (e) Performance Bank guarantee / Indemnity bond where applicable. (f) Details for electronic payment viz Account holder’s name, Bank name, Banch name and address, Account type, Account number, IFSC code, MICR code (if these details are not incorporated in supply order/contract). 10. Fall Clause. The following Fall clause will form part of the contract placed on successful Bidder :- (a) The price charged for the stores supplied under the contract by the Seller shall in no event exceed the lowest prices at which the Seller sells the stores or offer to sell stores of identical description to any persons/Organisation including the purchaser or any department of the Central government or any Department of state government or any statutory undertaking the central or state government as the case may be during the period till performance of all supply Orders placed during the currency of the rate contract is completed. (b) If at any time, during the said period the Seller reduces the sale price, sells or offer to sell such stores to any person/organisation including the Buyer or any Deptt, of central Govt. or any Department of the State Government or any Statutory undertaking of the Central or state Government as the case may be at a price lower than the price chargeable under the contract, the shall forthwith notify such reduction or sale or offer of sale to the Director general of Supplies & Disposals and the price payable under the contract for the stores of such reduction of sale or offer of the sale shall stand correspondingly reduced. The above stipulation will, however, not apply to:- (i) Exports by the Seller. (ii) Sale of goods as original equipment at price lower than lower than the prices charged for normal replacement. (iii) Sale of goods such as drugs which have expiry dates. (iv) Sale of goods at lower price on or after the date of completion of sale/placement of the order of goods by the authority concerned under the existing or previous Rate Contracts as also under any previous contracts entered into with the Central or State Govt. Depts, including their undertakings excluding joint sector companies and/or private parties and bodies. (c) The Seller shall furnish the following certificate to the Paying Authority along with each bill for payment for supplies made against the Rate contract – “We certify that there has been no reduction in sale price of the stores of description identical to the stores supplied to the Government under the contract herein and such stores have not been offered/sold by me/us to any person/organisation including the purchaser or any department of Central Government or any Department of a state Government or any Statutory Undertaking of the Central or state Government as the case may be upto the date of bill/the date of completion of supplies against all supply orders placed during the

Page 16: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

16

currency of the Rate Contract at price lower than the price charged to the government under the contract except for quantity of stores categories under sub-clauses (a),(b) and (c) of sub-para (ii) above details of which are given below - ........”. 11. Risk & Expense clause : –

(a) Should the stores or any installment thereof not be delivered within the time or times specified in the contract documents, or if defective delivery is made in respect of the stores or any installment thereof, the Buyer shall after granting the Seller 45 days to cure the breach, be at liberty, without prejudice to the right to recover liquidated damages as a remedy for breach of contract, to declare the contract as cancelled either wholly or to the extent of such default.

(b) Should the stores or any installment thereof not perform in accordance with the specifications / parameters provided by the SELLER during the check proof tests to be done in the BUYER’s country, the BUYER shall be at liberty, without prejudice to any other remedies for breach of contract, to cancel the contract wholly or to the extent of such default.

(c) In case of a material breach that was not remedied within 45 days, the BUYER shall, having given the right of first refusal to the SELLER be at liberty to purchase, manufacture, or procure from any other source as he thinks fit, other stores of the same or similar description to make good:-

(i) Such default. (ii) In the event of the contract being wholly determined the balance of the

stores remaining to be delivered thereunder.

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

12. Force Majeure clause :-

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

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

(c) The party for which it becomes impossible to meet obligations under this contract due to Force Majeure conditions, is to notify in written form the other party of the beginning and cessation of the above circumstances immediately, but in any case not later than 10 (Ten) days from the moment of their beginning.

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

(e) If the impossibility of complete or partial performance of an obligation lasts for more than 6 (six) months, either party hereto reserves the right to terminate the contract totally or partially upon giving prior written notice of 30 (thirty) days to the other party of the intention to terminate without any liability other than reimbursement on the terms provided in the agreement for the goods received.

Page 17: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

17

13. Specification: The following Specification clause will form part of the contract placed on successful Bidder - The Seller guarantees to meet the specifications as per Part-II of Tender Enquiry and to incorporate the modifications to the existing design configuration to meet the specific requirement of the Buyer Services as per modifications/requirements recommended after the Maintenance Evaluation Trials. All technical literature and drawings shall be amended as the modifications by the Seller before supply to the Buyer. The Seller, in consultation with the Buyer, may carry out technical upgradation/alterations in the design, drawings and specifications due to change in manufacturing procedures, indigenisation or obsolescence. This will, however, not in any way, adversely affect the end specifications of the equipment. Changes in technical details, drawings repair and maintenance techniques alongwith necessary tools as a result of upgradation/alterations will be provided to the Buyer free of cost within 30 days of affecting such upgradation/alterations. 14. OEM Certificate: Vendors are required to submit a certificate stating that either they themselves are the OEM or Authorised dealer of OEM, in which case they should submit the current dealership certificate issued by the OEM. If these are not submitted, tenders may not be accepted. 15. Export License. The Bidders are to confirm that they have requisite export license from their Government and Authorization from the manufacturing plant, in case they are not the OEM, to export the military/ non-military goods to India. 16. Packing. All packing cases, containers and other similar materials shall be supplied free of cost by the firm and shall not be returned unless otherwise specifically agreed upon. 17. Quality : The quality of the stores delivered according to the present Contract shall correspond to the technical conditions and standards valid for the deliveries of the same stores for in Seller’s country or specifications enumerated as per Tender Enquiry and shall also include therein modification to the stores suggested by the Buyer. Such modifications will be mutually agreed to. The Seller confirms that the stores to be supplied under this Contract shall be new i.e. not manufactured before (Year of Contract), and shall incorporate all the latest improvements and modifications thereto and spares of improved and modified equipment are backward integrated and interchangeable with same equipment supplied by the Seller in the past if any. The Seller shall supply an interchangeability certificate along with the changed part numbers wherein it should be mentioned that item would provide as much life as the original item. 18. Quality Assurance: Seller would provide the Standard Acceptance Test Procedure (ATP) after installation of all the sets. Buyer reserves the right to modify the ATP. Seller would be required to provide all test facilities at his premises for acceptance and inspection by Buyer. The details in this regard will be coordinated during the negotiation of the contract. The item should be of the latest manufacture, conforming to the current production standard and having 100% defined life at the time of delivery.

19. Franking clause – The following Franking clause will form part of the contract placed on successful Bidder : –

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

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

20. Warranty. The item/s supplied against the contract shall be under a warranty against defective design, material, workmanship, performance for a period of 36 months from the date of signing of successful installation certificate. During warranty period, any malfunctioning or defective items shall be replaced by the vendor free of cost at Consignee’s site as early as possible, under the following conditions: -

(a) Any failure in the system or a subsystem of the OFC route or part thereof should be rectified including loading the operating software if required within a maximum period of 48 hours of lodging a complaint.

Page 18: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

18

(b) If the system is not rectified beyond 48 hours, penalty at the rate of Rs. 500/- (Rupees five hundred only) per day, per system will be charged or recovered out of the Bank Guarantee held towards warranty. In case of any system/subsystem being down for more than seven working days, user has the option to get it repaired from any suitable agency at the risk and cost of vendor.

(c) Any system failing at subsystem level three times within a period of three months or displaying chronic faulty behaviour or manufacturing defects or quality control problems will be totally replaced by the vendor at his risk and cost within 30 days of being intimated in writing. Any failure to do so will attract a penalty as mentioned at Para 20(b) above.

21. Maintenance Support during Warranty. All firms will furnish an undertaking that maintenance support during the warranty period (and thereafter during the AMC period, if and as and when executed) will be provided from an establishment/office/maintenance centre which shall be located in the NE region as close to the actual location of the OFC laid as possible. 22. Annual Maintenance Contract. Submission of tender against this TE would imply confirjmation and acceptance on part of the bidding firm that it will enter into a comprehensive Annual Maintenance Contract (AMC). The vendor will quote his price for the same separately along-with the financial bid. The cost of AMC quoted by the firm will not be included for arriving a the lowest bid. However the rate quoted by the firm at the time of submission of bids can be considered by the purchaser at the time of concluding the AMC as a firm offer and a price higher than that may not be accepted, though downward negotiation may be carried out at the discretion of the CFA/purchaser. The purchaser reserves the right to undertake an AMC at a time and with a firm of the buyer’s choosing. The AMC, as and when and with whichever firm undertaken would encompass the following conditions: -

(a) The AMC will be for a period of 7 years after the expiry of warranty which will be renewed annually. (b) Bank Guarantee of 5% of the AMC value will be provided for the duration of 60 days beyond the AMC period. (c) Payment of AMC will be made at the end of each half year on the production of Satisfactory Performance Certificate by the user unit.

(d) The AMC will be comprehensive which will include replacement and repair of modules/sub- assemblies/ components, maintenance, move of engineers and replacement of faulty OFC. The supplier will ensure a mean down time of less than 24 hours for any critical fault.

(e) No separate contract will be negotiated by the buyer for any bought out items supplied as part of the contract. The supplier will be responsible for the maintenance of the complete system.

23. Right of Acceptance of Offer. The purchaser reserves his right to accept partly or reject any offer without assigning any reason thereof. The purchaser does not pledge itself to accept the lowest of any tender and reserves to itself the right of accepting the whole or any part of the tender or portion of the quantity offered and the tenderer shall supply the same at the rate quoted. Tenderer is to quote for all the items/eqpt/services as mentioned at Appx A and the project is to be carried out a turn key basis.

24. In respect of enquiries which call for procurement of more than one item, the purchaser reserves the right to consider and accept the offer for any of the items in the Enquiry reserving the right to utilize offer for balance items at a later stage within the validity of offer.

Page 19: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

19

PART V – EVALUATION CRITERIA & PRICE BID ISSUES 1. Evaluation Criteria - The broad guidelines for evaluation of Bids will be as follows:-

(a) Only those Bids will be evaluated which are found to be fulfilling all the eligibility and qualifying requirements of the Tender Enquiry, both technically and commercially. (b) In respect of Two-Bid system, the technical Bids forwarded by the Bidders will be evaluated by the Buyer with reference to the technical characteristics of the equipment as mentioned in the Tender Enquiry. The compliance of Technical Bids would be determined on the basis of the parameters specified in the Tender Enquiry. The Price Bids of only those Bidders will be opened whose Technical Bids would clear the technical evaluation. (c) The Lowest Bid will be decided upon the lowest price quoted by the particular Bidder as per the Price Format given at Para 2 below. The consideration of taxes and duties in evaluation process will be as follows :-

(i) In cases where only indigenous Bidders are competing, all taxes and duties (including those for which exemption certificates are issued) quoted by the Bidders will be considered. The ultimate cost to the Buyer would be the deciding factor for ranking of Bids.

(ii) In cases where both foreign and indigenous Bidders are competing, following criteria would be followed :-

(aa) In case of foreign Bidders, the basic cost (CIF) quoted by them would be the basis for the purpose of comparison of various tenders.

(ab) In case of indigenous Bidders, excise duty on fully formed equipment would be offloaded. (ac) Sales tax and other local levies, i.e. octroi, entry tax etc would be ignored in case of indigenous Bidders.

(d) The Bidders are required to spell out the rates of Customs duty, Excise duty, VAT, Service Tax, etc in unambiguous terms; otherwise their offers will be loaded with the maximum rates of duties and taxes for the purpose of comparison of prices. If reimbursement of Customs duty / Excise Duty / VAT is intended as extra, over the quoted prices, the Bidder must specifically say so. In the absence of any such stipulation it will be presumed that the prices quoted are firm and final and no claim on account of such duties will be entrained after the opening of tenders. If a Bidder chooses to quote a price inclusive of any duty and does not confirm inclusive of such duty so included is firm and final, he should clearly indicate the rate of such duty and quantum of excise duty included in the price. Failure to do so may result in ignoring of such offers summarily. If a Bidder is exempted from payment of Customs duty / Excise Duty / VAT duty upto any value of supplies from them, they should clearly state that no excise duty will be charged by them up to the limit of exemption which they may have. If any concession is available in regard to rate/quantum of Customs duty / Excise Duty / VAT, it should be brought out clearly. Stipulations like, excise duty was presently not applicable but the same will be charged if it becomes livable later on, will not be accepted unless in such cases it is clearly stated by a Bidder that excise duty will not be charged by him even if the same becomes applicable later on. In respect of the Bidders who fail to comply with this requirement, their quoted prices shall be loaded with the quantum of excise duty which is normally applicable on the item in question for the purpose of comparing their prices with other Bidders. The same logic applies to Customs duty and VAT also. (e) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price will prevail and the total price will be corrected. If there is a discrepancy between words and figures, the amount in words will prevail for calculation of price.

Page 20: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

20

(f) The Lowest Acceptable Bid will be considered further for placement of contract / Supply Order after complete clarification and price negotiations as decided by the Buyer. The Buyer will have the right to award contracts to different Bidders for being lowest in particular items. The Buyer also reserves the right to do Apportionment of Quantity, if it is convinced that Lowest Bidder is not in a position to supply full quantity in stipulated time.

(g) Any other criteria as applicable to suit a particular case.

2. Price Bid Format: The Price Bid Format is given as Appendix ‘B’ and Bidders are required to fill this up correctly with full details and the same should be submitted in separate envelope.

Page 21: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

Appendix ‘A’ (Refer Para 2 of Part II to Tender Enquiry No 140400/Int Svl Dev/08-09/Sigs dated 02 December 2009)

GENERAL STAFF QUALITATIVE REQUIREMENTS FOR OFC AND TERMINAL EQUIPMENT FOR ESTABLISHMENT OF COMMUNICAITON OF SURVEILLANCE

RESOURCES IN 33 CORPS ZONE

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

Attenuation

@ 1310nm

@ 1550 Nm

Max. Avrg

<= 0.38 <=0.35 Db/Km

<=0.25 <=0.21 Db/Km

65 Kms

No. of Fibres 12

Frp - Central Strength Member

2.3 Mm Diameter (+/- 0.1 Mm)

PBT Loose Tubes - 1 Nos. With 5 PE Fillers

2.3 Mm Diameter (+/- 0.1 Mm)

No. Of Fibres In Tube 12

Loose Tube Colour & Sequence

Blue

Colour Of Fibre Blue, Orange, Green, Brown, Slate, White, Red, Black, Yellow, Violet, Pink & Aqua

Type Of Fibre Sm G652

Loose Tube Id/Od 1.8/2.8 +/-0.1 Mm

Single Layer Polyester Tape Wrapped Longitudinally Over The Cable Core.

Water Blocking Tape Wrapped Longitudinally Over The Cable Core

1 12 Core un-armoured (ADSS) OFC

Armed Yarn Applied Over The Cable Inner Sheath

Page 22: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

22

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

Polyester Ripcords 2 Nos. Provided Below The Inner & 2 No. In Outer Sheath.

Page 23: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

23

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

HDPE Black Inner Jacket Min. 0.7 Mm Thick

Hdpe Black Outer Jacket Min. 1.5 Mm Thick

Overall Diameter 13.0mm (+/- 0.5 Mm)

Tensile Strength 4w Or 4500n Whichever Is Higher

Min. Bending Radius 87 Mm

Crush Resistance 2000 Newton

Over All Weight Of The CABLE

137.0 Kgs Nominal Per Cable Km.

Operating/Installation Temperature

-30 To +70 °C

Storage Temperature -40 To +85 °C

Packing Length 2,3,4 +/- 10 % Km

Span 100 Max. Mts.

2. Poles Should be MS poles in two parts, should be atleast 18 feet in height above the ground and should not weigh below 32 Kg, Should be painted with red oxide paint.

1000 Nos

3. Digital Distribution Frame

(16 Streams)

Should have Valid TEC approval of BSNL. 12 Nos

4. Fibre Termination Box

Should have Valid TEC approval of BSNL. 12 Nos

5. Pigtails Should be minimum 5 mtr in length with FC-PC connectors fitted in one end.

50 Nos

6. Jointing Kit Should have Valid TEC approval of BSNL.

56 Nos

Page 24: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

24

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

7. Suspension Fittings

Should consist of Pole clamp, Twisted Stip, Suspension Clamp, Rubber Bush, Suspension Helix and should be packed as set

700 Sets

Page 25: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

25

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

8. Tension Fittings

Should consist of Pole Clamp, Arm Rod, Turn Buckle, Tension Helix and should be packed as set

200 Sets

9. Fiber Distribution Frame

Should consist of FDF box made out of Aluminium/ Steel sheet, should have channels of FC-PC couplers with 0 dB Pads at the centre to take at least 12 Nos of the same and the couplers should be of thread type.

12 Nos

Should have valid TEC approval of BSNL. 12 Nos

Network Topology Linear, Ring, Mesh

Cross Connect 252 x 252 VC-12 Fully non-blocking Line-to-Line, Line-to-Tributary, Tributary-to-Line, Tributary-to-Tributary

Order wire support, Alarms and User data Channel

E1 / E2 bytes used for Express order wire (Omnibus/Selective calling facilities)

Five potential-free outputs and two potential-free inputs

F1 byte for user data channel

Network Element Configurations

Terminal Multiplexer (TMUX)

Add Drop Multiplexer (ADM)

10. STM-1

Power Supply -48V DC nominal, -36V to –60V DC or 230V 50Hz AC Power Supply

Power consumption – less than 35W

Page 26: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

26

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

Aggregate Interfaces 2 x STM-1e/o

S1.1, L1.1, L 1.2 (ITU-T G.957 Compliant)

Network Maintenance RS-232 port for craft interface

In-band control supported using SONET/SDH Overhead bytes

E1 management channel with drop facility

Alarm Signaling Indicators and External Contacts

Environmental Operating Temperature: 0° to 50° C

Relative Humidity: 10% to 90%, non-condensing

Tributary Interfaces E1/DS1, E3/DS3

STM-1o / STM-1e/E4

Maintenance Higher-order and Lower-order POH, SDH level alarms and performance monitoring as per ITU-T Rec. G826 and G.784

Software downloads

Page 27: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

27

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

Ethernet Interfaces 10/100 Ethernet

LCAS

GFP/ X.86

Lower and Higher Order Virtual Concatenation

Full/half duplex, auto-negotiation

Timing & Synchronization Timing & Synchronization of System (as per ITU-T G. 813)

Internal oscillator capable of supplying a ITU-T G.813 compliant Stratum-3 SEC

Support of SSM byte

Internal & External Timing

(a) Operational Requirements:- 03 Nos (i) The instrument shall be designed for continuous operation. The manufacturer shall indicate the period of continuous operation for which it shall be checked.

(ii) The instrument shall be able to perform satisfactorily without any degradation at an altitude upto 3000 meters above mean sea level. A test certificate from the manufacturer will be acceptable.

11. OTDR

(iii) Visual indication to show power ON/OFF status shall be provided.

Page 28: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

28

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

(iv) Provision for internal self diagnostic of the instrument shall be provided. The instrument shall be shipped with a certificate of calibration.

(v) The software/ hardware in instrument shall not pose any problem due to changes in date and time caused by events such as leap year etc. in the normal functioning of the instrument.

(vi) The instrument shall be equipped with controls that enable the signature (fibre trace) to be expanded with respect to the return power and distance axis.

(vii) The instrument shall be capable of “Real-time” operation during which it shall display the current fibre trace and the current 2-point loss between two user selected points.

(viii) The instrument shall provide controls, processing and output to determine the reflectance of fibre events such as connectors and splices and to determine the optical return loss of the user selected portion of the fibre link to which the OTDR is connected.

(ix) On connecting the fibre to the instrument by the user and actuating a single control to start the measurement, the test set shall automatically measure the attenuation coefficient of all continuous sections of fibre separated by discrete loss discontinuities plus sum the cumulative loss to each discontinuity for the entire span within the instrument’s measurement range and shall list all events on a fibre, the table shall include distance to events, splice position, splice loss, return loss, end of fibre distance, fault position, section loss and other items and total loss calculation etc.

(x) If the instrument encounters a case for which the reflectance is clipped (the reflective pulse saturates the test detector) the test set shall report the measurement as the lower bound reflectance for the point.

(xi) The instrument shall provide an out-of-range information of the event being searched that has not been found before the measurement range of the instrument has been exhausted.

Page 29: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

29

Ser

N

o It

em

Spe

cific

atio

n as

ked

for

Qty

S

peci

ficat

ion

of it

em

offe

red

with

m

ake/

mod

el

Com

plia

nce

To

TE

sp

ecifi

catio

n –

Whe

ther

Y

es/ N

o

In c

ase

of n

on-c

ompl

ianc

e, d

evia

tion

from

TE

to b

e sp

ecifi

ed in

un

ambi

guou

s te

rms

(x

ii)

The

inst

rum

ent

shal

l pro

vide

a in

dica

tion

to in

dica

te t

hat

the

end

of th

e fib

re h

as b

een

foun

d if

it de

tect

s a

brea

k in

the

fibre

or

if th

e at

tenu

atio

n at

a p

oint

exc

eeds

a u

ser-

sele

ctab

le

loss

thre

shol

d.

(xiii

) T

he m

anuf

actu

rer

shal

l pr

ovid

e th

e te

st r

epor

t of

the

in

stru

men

t and

the

optic

al o

utpu

t pow

er s

hall

be m

entio

ned

in

the

said

rep

ort.

The

man

ufac

ture

r sh

all a

lso

prov

ide

the

deta

il m

etho

d to

che

ck t

he le

vel o

f op

tical

pow

er la

unch

ed in

to t

he

fibre

gi

ving

th

e de

tails

of

th

e se

t up

an

d th

e in

stru

men

t re

quire

d.

(xiv

) F

our

Set

s of

Sof

twar

e (E

mul

atio

n so

ftwar

e) s

hall

be

prov

ided

fo

r pe

rson

al

com

pute

rs

runn

ing

on

Mic

roso

ft W

indo

ws

for

reca

lling

sto

red

trac

e in

form

atio

n an

d do

ing

trac

e an

alys

is.

(xv)

T

he s

oftw

are

func

tion

shal

l pr

ovid

e w

avef

orm

dis

play

, m

anua

l mea

sure

men

t, au

to s

earc

h, a

uto

zoom

, ev

ent

editi

ng,

prin

ting,

wav

efor

m c

ompa

rison

wav

efor

m d

iffer

ence

and

bot

h en

d m

easu

rem

ents

.

(xvi

) I

t sh

all h

ave

faci

lity

to m

easu

re s

plic

e lo

ss in

Aut

o an

d M

anua

l mod

es.

(xvi

i) It

sha

ll ha

ve p

rovi

sion

of s

torin

g th

e sc

reen

con

tent

on

a flo

ppy.

(xvi

ii) I

t sha

ll in

corp

orat

e fa

cilit

y to

take

mea

sure

men

t thr

ough

a

PR

OG

RA

M a

nd s

hall

have

men

u dr

iven

set

up.

(xix

) It

sha

ll ha

ve fa

cilit

y to

labe

l the

cha

ract

eris

tic o

f the

fibr

e tr

aces

on

the

scre

en a

nd f

ile n

ame,

titl

es,

head

er a

nd e

vent

co

mm

ents

and

cal

enda

r, cl

ock

etc.

(xx)

It

shal

l ha

ve H

ELP

mod

e an

d al

so p

ossi

ble

to i

nter

act

with

the

inst

rum

ent w

ithou

t the

hel

p of

inst

rum

ent m

anua

l.

(xxi

) I

t sh

all

have

the

fac

ility

to

com

pare

the

tw

o tr

aces

(d

ispl

ay o

f 2 w

avef

orm

s si

mul

tane

ousl

y).

(xxi

i) I

t sh

all

have

suf

ficie

nt n

umbe

r of

mar

kers

for

mar

king

th

e ev

ents

, dis

tanc

e an

d lo

ss m

easu

rem

ents

.

(xxi

ii)

It sh

all p

rote

ct th

e de

tect

or o

verlo

ad a

nd fa

st a

gein

g of

de

tect

or re

sulti

ng in

hig

h ac

cura

cy a

nd im

prov

ed r

esol

utio

n.

Page 30: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

30

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

(xxiv) All controls shall be clearly marked or labeled with an easy to understand symbol or key word to indicate its intended use.

(xxv) Spectral width for each source shall be specified by manufacturer which shall be checked.

(b) Accessories:- (i) The supplier shall provide one complete set of: (aa) All the necessary interfaces, connectors, connecting

cables and accessories required for satisfactory and convenient operation of the instrument. Types of connectors, adopters to be used and the accessories of the approved quality shall be clearly indicated in the operating manuals and this should be in conformity with the detailed list in the GR if any.

(ab) Software (if any) and the arrangement to load the software at site. Any updating of software shall be supplied free of cost. (Additional sets may be ordered optionally).

(ii) Special tools, extender boards, extender cables and accessories essential for installation, operation and maintenance of the instrument shall be clearly indicated.

(iii) The special tools, extender boards, extender cables and accessories essential for repair of the instrument shall be clearly indicated and supplied in case the same are ordered.

(iv) The source of the components/ accessories, from where these have been procured, is also to be submitted by the manufacturers.

(v) Detailed information for components/module accessories used shall be clearly indicated.

(c) Protection Requirements:- (i) The front/ real panel shall have a terminal for grounding

the chassis of the instruments if required.

(ii) The plug-in units, if provided, shall have suitable protection to allow their removal/ insertion while the instrument is in energized condition.

(iii) The measurements terminals shall be short circuit proof. (iv) All switches/ controls on front panel shall have suitable

safeguards against accidental operation.

Page 31: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

31

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

(v) The instrument shall be adequately safeguarded to prevent entry of dust, insects and lizards.

(d) Technical Specifications :- (i) Type of Fibre Single Mode as per ITU-T G.652

and 655

(ii) Central Wavelength (aa) 1310 nm + 20nm (ab) 1550 nm + 20nm

Note : The instrument shall be switch able to any of the two sources through a switch.

(iii) Dynamic Range (a) > 45 dB (one way) at 1310 nm (b) > 43 dB (one way) at 1550 nm

Note : The dynamic range shall be as measured at SNR = 1 with pulse width to be specified by the manufacturer.

(iv) Near end Dead Zone (Back Scattered Dead Zone)

(a) < 10m for 1310nm (b) < 15m for 1550 nm (Pulse width to be defined by manufacturer)

(v) Event Dead Zone (Frasnel reflection)

< 3m (pulse width to be defined by manufacturer)

(vi) Distance measurement: (aa) Distance Range

(Horizontal Scale settings) Settable (To be specified by manufacturer)

(ab) Sampling Resolution < 50 cm. (ac) Accuracy :- (i) 0 – 20 Km < + 1.5 Meter (ii) 20 – 50 Km < + 3.0 Meter (iii) 50 Km & above < + 3.5 Meter (ad) Readout resolution

(Best case) < 10 cm.

(ae) Data sampling point > 16, 000 (vii) Attenuation

Measurement LSA, 2 points

(aa) Vertical scale Settable (To be specified by manufacturer)

(ab) Readout (Display) resolution

0.001 dB

Page 32: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

32

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

(ac) Accuracy + 0.05 dB/dB (viii) Refractive Index 1.40000 to 1.60000

(Adjustable in settings steps of 0.00001)

(ix)Reflectance measurement Accuracy

+ 4.0 dB

(x) Nominal pulse duration To be specified by manufacturer

(xi) Averaging time update (after measurement)

< 180 seconds (in Auto mode)

(xii) Relative Distance Measurement facility

Shall be provided

(xiii) Auto Measurements: Measurements Items Event distance, Loss, return

loss, Loss from near end and total return loss.

(aa) Threshold : (ai) Connection loss 0.05 to 5.0 dB (in suitable

steps)

(aii) Return loss 20 to 60 dB (in suitable steps) (ab) Automatic setting Pulse width, distance range

averaging times.

(ac) Event registration Registration of event points, section Loss, return loss etc. for event points shall be measured and shall be used to create the event table.

(ad) Connection check On/ Off switchable (xiv) Manual measurement Real time sweeping, point to

point distance/ loss measurement, point to point loss measurement per unit length, Splice/ connection loss measurement and the total return loss with selectable averaging time.

Page 33: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

33

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

(xv) Calendar Clock Display of year, month, day, hrs, minute, (power back up, On/Off display).

Note : The Software/hardware in instrument shall not pose any problem due to changes in date and time caused by events such as leap year etc. in the normal functioning of the instrument.

(xvi) Distance unit Meters/ Kilometers (xvii) Display size > 5 inches (diagonally) (xviii) Display of result It should display :-

- Fibre signature for

viewing. - Attenuation between two

selected points. - Distance between two

selected points. - Loss due to connector/

connectors in the section. - Loss due to splice/splices

in the section. - Average loss/Km & total

loss in the fiber reflection of each events & its location, total return loss.

- A break in fibres & location of break.

- End of fibre & length of fibre.

(xix) Optical Connector Universal connector adopter to suit FC-PC and SC-PC type of connector.

(xx) Interface RS-232C or Centronic interface or USB interface.

(xxi) Printer In-built Printer.

Page 34: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

34

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

Note 1 : The printer shall have high speed & superb quality print. Note 2 : Tendering authority may decide for the procurement of the printer.

(xxii) Storage : (aa) Memory > 500 traces (ab) Drives 3.5 inch Floppy Disk Drive (xxiii) Power

supply (a) The instrument shall be operative for a period of minimum Six hours from internal battery and shall have charging facility. Indication of low battery shall be provided. It shall be protected against batter reversal. (b) The instrument shall also be operative without any degradation from 150 V to 270 V, 50Hz + 2 Hz AC

Or The Instrument shall be operative with AC/DC adopter without any degradation from input voltage of 150 V to 270 V, 50 Hz + 2 Hz AC. The manufacturer shall furnish the output DC voltage of the AC/DC adopter and safe operating input voltage for the instrument. (c) The power consumption shall be minimal and its consumption shall be furnished by the manufacturer.

Page 35: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

35

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

(xxiv) Environment conditions

- The instrument shall confirm to the requirements for the Environment specified in BSNLQA document QM-333 (Issue– 01 September 1990) “ Specification for environmental testing of electronic equipments for transmission and switching use”. The applicable tests shall be for environmental category B2 including topple and vibration tests (instrument kept in carrying case) and corrosion, if applicable. (A under taking shall be obtained from the manufacture for the safe working of the instrument in the costal areas without any degradation.

- The instrument is required to work in indoor environments like Central Offices, equipment huts and Outside environments like manhole, open trench and a splicing van. It is required to work in bright sunlight, poorly lit or dark areas.

(e) Should have Valid TEC approval of BSNL. 12. Splicing

Machine (a) Operational Requirements: 03 Nos

(i) The instrument shall be designed for continuous operation. The manufacture shall indicate the period of continuous operation for which it shall be checked.

(ii) The instrument shall guarantee the satisfactory performance of the instrument without any degradation at an altitude or low altitude up to 3000 meters above mean see level. A test certificate from the manufacture shall be acceptable.

(iii) The instrument shall have the facility for altitude compensation such that stable splicing can be done even at high altitude or low altitude. The method used for the altitude compensation shall be indicated by the manufacture.

(iv) Power cord shall have 2 Pin/3 Pin moulded plug.

Page 36: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

36

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

(v) Visual indication to show power ON and OFF status shall be provided.

(vi) Provision for self check of the instrument shall be provided.

(vii) The Software/hardware in instrument shall not pose any problem in the normal functioning of the instrument due to changes in date and time caused by events such as leap year etc.

(viii) The instrument shall provide an error message information.

(ix) All controls shall be clearly marked or labeled with an easy to understand symbol or key word to indicate its intended use.

(x) It shall the facility to view the fibres on X-axis and Y-axis before splicing.

(xi) It shall have the facility of pre-arcing for cleansing the fibre before actual splicing.

(xii) It shall have the facility of assessment of splicing loss in dB.

(xiii) It shall have the provision of cover during splicing to avoid the entry of dust and for the safety of operating personnel during fusion.

(xiv) The splicing machine shall have an “override capability” to by pass the automatic controls.

(xv) It shall have in-built facility for proof testing the strength of fibre joint. The device to test the strength shall be capable of applying a stress 4.1 Newton’s for a minimum period of one second and shall be able to test the strength of the fibre joint.

(xvi) It shall have facility for easy replacement & clearing of electrodes and mirrors, if used.

(xvii) Marking of the push buttons shall be such that their functions are clear in both the extended and depressed position.

(xviii) It is desirable for the marking on the operating knobs to be done in a raised relief design or with etched and filled characters to enhance the permanence of the identification.

Page 37: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

37

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

(xix) It is desirable to have recessed push buttons to avoid damages.

(xx) The manufacturer shall state the minimum requirements for the safe operation of the splicing machine.

(xxi) It shall have High frequency AC, Tungsten or equivalent electrodes with long life. The manufacturer shall provide the information for the life (Number of splices) of a single set of electrodes.

(xxii) It shall have Arc test function with automatic compensation for easy setting of optimum splice condition.

(xxiii) It shall have facility to illuminate the V-groove for the easy setting of fibre.

(b) Setting and Adjustment. The splicing machine shall have facility to pre-program

and select the programmes. It shall have the capability of adjusting the fibre parameters and other parameters required for best results. The adjustments shall be available to user by suitable settings :

(i) To allow the joining of homogeneous and heterogeneous fibres from different manufacturer.

(ii) To allow the joining of fibres at different altitudes. (iii) To allow the joining the fibres at different humidity

conditions.

(iv) The manufacturer shall provide the setting for splicing the dissimilar fibre combinations currently available and update of these setting shall be made available for new fibre designs.

Note. Homogeneous fibre. In homogeneous splicing, the fibre is cut and re-spliced retaining the same orientation. Heterogeneous fibre. In heterogeneous splicing, the fibre are of the same type but may come from different lots and from different manufactures.

(c) Technical Requirements. (i) Principle of

operation Direct core monitoring using profile alignment/LID/micro bending system.

Page 38: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

38

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

(ii) Type of fibres Confirming to Section – I of TEC GR No. GR/ORM-01/03 Mar 04.

(iii) Nominal Cladding diameter

125 + 1µm

(iv) Fibre coating diameter

(a) Primary coated : 245 + 10 µm (b) Secondary coated : 900 + 50 µm (Tight jacket)

(v) Fibre strip length 16 mm maximum (vi) Operating mode Auto and Manual Mode (vii) Fibre Alignment 3 Axis alignment capability (viii) Splice Loss for single mode fibre & NZDS fibre at 1310

nm and 1550 nm for splicing the following types fibres:

(a) Homogeneous < 0.03 dB (b) Heterogeneous < 0.05 dB Note : The splice loss of 20 samples out of 25 samples (both

types of fibres) of splice shall be < 0.03dB / < 0.05 dB respectively and rest shall not exceed 0.1 dB.

(ix) Splice Loss Estimation system: (a) The splicing machine shall provide a mean for estimating

the splice loss.

(b) The splice loss estimation device shall not cause damage to the splice or fibre.

(c) The difference between the estimated loss measured by splicing machine & average loss measured by OTDR shall be within + 0.02 dB.

(d) Splice reflectance: better than or equal to 60 dB at 1310 & 1550 nm.

(x) Arc Current adjustment Auto/ Manual adjustable for different fibre type, altitude and temperature.

(xi) Display Monitor Minimum 3 to 4 inches LCD or any equivalent display

(xii) No. of Splice Program The splicing machine should have sufficient splice programs i.e. min. 40 Factory installed, 5 User program and min. 5 Heating program

Page 39: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

39

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

(xiii) Splice Time < 15 sec (xiv) Splice Memory Minimum 2000 splice loss

results

(xv) Heater In-built (For fibre protection sleeve)

(xvi) Size & Weight Light & Compact (xvii) Interface RS-232 (xviii) Operating Environment:- (a) The instrument shall conform to the requirements for

Environment specified in BSNL QA document QM-333 (latest issue) “Specification for environmental testing of electronic equipments for transmission and switching use”. The applicable tests shall be for environmental category “B2” including Drop, Topple, Vibration tests (instrument kept in carrying case) and Corrosion test, if applicable.

(b) The instrument shall be able to work without any degradation in coastal areas & should be protected against corrosion.

(c) The Splicing machine is required to work in Indoor environments like Central offices, equipment huts and outside environments like manhole, open trench and a splicing van. It is required to work in bright sunlight, poorly lit or dark areas. The Splicing machine require control environment conditions for ensuring proper performance.

(xix) Power Supply:- (a) The instrument shall work from the single phase AC

power supply without any degradation with nominal 230V AC with voltage variation from 150V to 270V at 50Hz + 2 Hz.

or The instrument shall work from AC/DC adopter without any degradation with input voltage from 150V to 270V, 50Hz + 2Hz AC. The manufacturer shall furnish the output DC voltage of the AC/DC adopter and safe operating input voltage for the instrument.

Page 40: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

40

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

(b) The Splicing Machine shall be supplied along with suitable in-built/ external rechargeable battery source, capable of working continuously at least for six hours or for 40 splices and shall have charging facilities. Indication of low battery shall be provided and the unit shall be protected against battery reversals.

(c) The power consumption shall be minimal and its consumption shall be furnished by the manufacturer.

(d) Additional Consumable Items : The following consumable items shall be supplied along with

splicing machine:-

(i) Electrodes 2 Sets (Total four pieces) (ii) Mirrors, if used in the

splice machine 2 nos.

(iii) Fuses 2 nos. of each type or as per the requirement of the splice machine.

(iv) Precision Cleaver 1 no. (v) Primary Coating Stripper 1 no. (vi) Secondary Coating

Stripper 1 no.

(vii) Any other items required like special tools etc. for fixing and removing the mirror or electrodes etc.

1 no. (If required)

(e) Should have valid TEC approval of BSNL.

Page 41: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

41

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

13. Bty Bank 48 v (12 x 4) 100 AHC

� Very High pure Lead and chemical

� Lead-Calcium grid for extended life

� Wide operating temperature range

� Usable and rechargeable in any position

� Low self-discharge and long service life

� Leakproof construction

� High discharge recovery

� No memory effect

� Rating 12V - 100 AHC x 4

� Battery Cage Kit

� Sealed Maintenance Free

12 Nos

Technology IGBT based rectifier and inverter.

12 Nos

Extended runtime Capabilities Compact Tower design. Compatible with Generator. UPS should have Cold Start

facility.

Power Rating 2.0 KVA Input :-

14. UPS 2 KVA

Rated Voltage 220 VAC / 1 Phase, Plus PE Voltage Range 180 – 270 V Frequency 50Hz Frequency Range 46 – 54 Hz. Input THDi <10%

Power Factor 0.98 (Conditions: Rated Voltage, full pure resistive load, fully charged battery)

Page 42: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

42

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

Output :- Voltage 220/230/240 VAC ± 1% Line regulation <1% (0 to 100% Linear Load) Voltage Distortion < 2% (0 to 100% Linear

Load) < 6% (0 to 100% Non Linear Load)

Frequency 50 / 60 Hz ± 0.05Hz Dynamic Variation ±5% in 60 ms

Power Factor 0.7 Crest Factor 3:1 Inverter Overload Capability in Nominal Mode, 25 deg c

105% to 130% for 10 mins, 130% for 1 Sec,

Inverter Overload Capability in Batteryl Mode, 25 deg c

>105% for 10 sec.

By pass Auto transfer & retransfer

To be provided

Communication port RS 232 as standard Protections desired Transient Voltage Surge

should be suppressed within 0.5 nsec with RFI/EMI attenuation 40dB

Environmental and Other Audible Noise < 55dB (within 1 mtr.) Operating temp 0- 40 deg C Relative Humidity < 95%

Protection IP 20 (Static state)

Page 43: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

43

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

Safety Parameter Connection Type Parallel Operating Voltage Range ±15% Surge Current Capacity 100kA or 160kA Fault Current Rating (AIC) 65kAIC Operating Frequency Range 47–63 Hz Capacity Continuous EMI/RFI Attenuation 40 dB typical Response Time <0.5 nanoseconds Dry Contract rating 125 VAC, 8.0A, 1.0pf Operating Temperature -40°C to +50°C Operating Humidity 0% to 95% Status Indication LEDs, Dry Contacts

PARALLEL REDUNDANCY & Criss-cross facility Should also be available (optional)

Paralleling Card Should be Inbuilt in each unit, No Additional Device, Should be used for Paralleling 1 Unit Should Be Paralleled with the other for 100% redundancy i.e Under Normal Mode of Operation, both the systems should share the load, when one system develops a defect the other should take over 100% load without break

AC Input 12 Nos Input Voltage 200 to 240 V Input vol permitted variation 85 to 290V AC Line frequency 45 to 65 Hz Max input 20A Power factor 0.99 THG, Total Harmonk Distortion

<5% from 50 to 100% of rated load

15. SMPS Based FCBC

DC Out Put

Page 44: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

44

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

Output voltage, adjustment range -42 to -58 v DC

Output power 3200 W @ volt>48VDC Out put current 67A Output current limit set polnt 0 to 67A Efficiency 92% Psophometric noise <1mV to 5 to 100% of rated

load

Environmental Temperature range, operating -40 to 750, -40 to +1670F Temperature range, storage -40 to 750, -40 to +1670F Relative humidity 0 to 95% Altitude 2000m, 6560ft at full power EMC/Safety EV300 386:2001 Class B,

FCC Part I5 class B IEC 60950, EN 60950, UL 60950

Gen Power supply 19 to 60 VDC

Power Consumption 5w Operating temperature range -400C to +750C/-400F to

1580F

Display readable temperature range

-100C to +500C/-140F to 1220F

Relative humidity 01 to 95 % EMC EV300 386:2001 Class B,

FCC Part I5 class B

Safety IEC 60950, EN 60950, UL 60950

Approvals CE, UL and NEBS L-3 Communication Interfaces and inputs/Outputs :- Display LCD with 4 x 16 characters

Language Eng, Spanish, Portuguese, German, Italian, French

Page 45: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

45

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

External communication RS 232 available though modem (HW Option ) or cable (Max 15m/50 feet)

Protocol EEM, RSOC, SOC=TPE Inputs:- 8 digit inputs Alarm/events 1 analog input DC system voltage 2 analog input Ambient and battery

temperature

3 analog input System current Out Put :- 8 relay outputs 2A, max 60W 2 low voltage disconnect Mono & bitable contactor

DC power plant alarms AC mains failure, rectifier failure, DC/DC converter failure, High voltage shutdown, fan failure, Thermal derating (of rectifier output due to high temperature)

Optical Fiber Interconnection between transmitter and receiver 14 Nos Number/type 1 or 2 fiber optic Connectors 2 LC connectors Operating distance 30 km (18.75 miles) with

singlemode (SM) cables

Data rate 4.25 Gbps Transmission power Singlemode -5 dBm, typical Multimode -5 dBm, typical Maximum receiver sensitivity Singlemode -18 dBm, typical Multimode -12 dBm, typical Optical loss budget Singlemode 13 dB, maximum

16. Video/ Audio encoder/ decoder

Multimode 7 dB, maximum

Page 46: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

46

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

Video Number/signal type 1 VGA-UXGA RGBHV,

RGBS, RGsB, RsGsBs input 1 VGA-UXGA RGBHV, RGBS, RGsB, RsGsBs loop-through

Gain Unity Pixel data bit depth 8 bits per channel, 3

channels (R, G, B)

Maximum resolution 1600x1200 @ 60 Hz, digitized pixel for pixel; higher resolutions up to 2048x1120, under sampled

Video input and loop-through — transmitter Number/signal type 1 VGA-UXGA RGBHV,

RGBS, RGsB, RsGsBs input 1 VGA-UXGA RGBHV, RGBS, RGsB, RsGsBs loop-through

Connectors 1 x 5 female BNC or (1) female 15-pin HD for input (1) female 15-pin HD for loop-through

Nominal level 0.7 V p̀-p for RGB Minimum/maximum levels Analog: 0.3 V to 1.5 Vp-p

with no offset

Impedance 75 ohms Horizontal frequency 24 kHz to 100 kHz Vertical frequency 40 Hz to 120 Hz

Return loss <-40 dB @ 5 MHz 17. 16 Ports

Ethernet Switch

(a) 16 ports with full duplex support, each delivering dedicated per-port symmetric bandwidth upto 10/100 Mbps

08 Nos

Page 47: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

47

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

(b) Should have 1 port of 1000 base LX extended to reach GBIC supporting 10 Kms for direct connectivity on single mode fibre.

(c) Should have QOS features like admission control, packed classification & marking, scheduling, policing & congestion avoidance.

(d) Stackable up to 6 units. (e) Should be rack mountable. (f) Should support 802.1p class of service and port based prioritization capability.

(g) Backplane of min 8 GBPS (h) Should support minimum 8000 MAC addresses. (j) Should be fully compatible with layer 3 switch of same OEM.

(k) Should have per port broadcast, multicast and unicast control capability.

(l) Support redundant power supply. (m) Should support IEEE 802.1D spanning tree protocol.

(n) Should support IEEE 802.3 i.e. 10 base Tx specification.

(o) Should have web based management interface. Number of ports :-

• 1 RJ-45 100BASE-TX • One SC fiber optic 62.5/125 micron multi-mode

10 Nos

Transmission Speed of ports 100Mb on both ports

18. Media Converter Unit (Ethernet to Optical)

Duplex Support Auto-senses full duplex on half duplex

Page 48: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

48

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

Cable Support • 100BASE-TX connection supports UTP Cat 5 UTP cabling

• 100BASE-FX connection supports Fiber Optical 62.5/125 micron

Multi-mode cabling

Cable Distance 100BASE-TX: 100 meters 100BASE-FX: 400 meters/half duplex, 2 kilometers/full duplex

Standards Compliance IEEE 802.3u 100BASE-TX/FX Fast Ethernet

Protocol CSMA/CD

Topology UTP/STP/Star Fiber point to point converter

19. CTC Converter 2 MB

Supports 120/75 Ohms interface for E1 interface. 08 Nos

Support one standard connector for V.35 or V.36 or Ethernet or RS530 or X.21 ports.

Complies with G.703, G.704, and G.706 & G.732. Programmable receiver sensitivity from 0 to 6db (Short

Haul), 0 to -34dB (Long Haul) and -20dB to 48dB (Extended Long Haul).

Structured and Unstructured modes, locally settable, provided.

Provide different clock option i.e Internal Clock/External Clock/G.703 Recovered.

MAC address filtering at Ethernet ports enhances security & bandwidth.

Page 49: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

49

Ser No

Item Specification asked for Qty Specification of item offered with make/model

Compliance To TE specification – Whether Yes/ No

In case of non-compliance, deviation from TE to be specified in unambiguous terms

Data rate up-to 2.048 Mb/sec, selectable from N=1 to 32. Various Loop-backs can be generated from the front

panel of the converter for fault diagnostics.

OMA operations through VT 100 dumb terminal. Management software available for 19” Rack & Shelf

mounted systems.

Provide -48V DC or 230V AC or both powering option in same box.

Various types of enclosure including tabletop rack/standard 19” shelved available.

Complies with EMI/EMC specifications CISPR 22A (1993) for Class B equipment.

Wide operating temperature range from -15~55 degree C and humidity from 5%~95%RH

20. Installation and Laying of OFC

(i) Pole should be dug min 3 feet below the ground level with 3 feet (1½ feet each above and below the ground) of cement structures of the dimension of 1½ feet (length) x 1½ feet (width) x 3 feet (height).

65 Kms

(ii) Poles will be laid at a distance are not exceeding 25m from each other.

(iii) If poles are laid at a distance of more than 50 m, (after approval of the user unit based on actual conditions on ground) then guide wire would be put along for providing strength to the OFC.

(iv) Stay would be provide at sharp bends. (v) Use of trees/structures for laying would be strictly

avoided.

(Signature of Tenderers) Date------------------ Name of the firm

Page 50: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

Appendix B (Refer Para 2 to Part V of TE No 140400/Int Svl Dev/08-09/Sigs dated 02 December 2009)

PRICE BID FORMAT

Basic cost of the items:

Item Qty Unit Price

Total

(a) 12 Core Un-Armoured (ADSS) OFC 65 Kms

(b) Poles 1000 Nos

(c) Digital Distribution Frame (16 Streams) 12 Nos

(d) Fiber Termination Box 12 Nos

(e) Pigtails 50 Nos

(f) Jointing Kit 56 Nos

(g) Suspension Fittings 700 Sets

(h) Tension Fittings 200 Sets

(j) Fiber Distribution Frame 12 Nos

(k) STM-1 System each Comprising

of:- (i) STM-1 with Power Supply Unit- 01

Nos

(ii) Extra Power Supply Unit - 01 Nos

(iii ) 21 port E1 Mux Card - 01 Nos

(iv) Connecting Cables, and fasteners- 01

Nos

(e) Connector - 01 Set

(f) Optical Patch Cord - 02 Set

(g) 10/100 Base T Interface Card - 01 Nos

12 Nos

(m) OTDR 03 Nos

(n) Splicing Machine 03 Nos

(o) Bty Bank 48V (12 x4) 100 AHC 12 Nos

(p) Online UPS, 2 KVA 12 Nos

(q) SMPS Based FCBC 12 Nos

(r) Video Audio Encoder / Decoder 14 Nos

(s) 16 Port Switch 08 Nos

(t) Media converter unit 10 Nos

(u) CTC converter 2 MB 08 Nos

(v) Installation/ Laying Over Head 65 Kms

1.

(v) Total of Basic Price

2. Any other accessories if required

3. Transportation (Freight) Charges if any

4. Is Excise Duty extra? If yes, mention the following:-

(a) Total value of items on which Excise Duty is leviable: (b) Rate of Excise Duty (Item-wise if different ED is applicable):

5.

(c) Surcharge on Excise duty, if applicable?:

Page 51: TENDER ENQUIRY HQ EASTERN COMMAND (SIGNALS …imghost1.indiamart.com/tenders/doc/2010-01-07/370_2010-01-07_43.pdfKolkata – 700 021 ... e-mail IDs of contact personnel : so1projectec@gmail.com

51

(d) Total value of excise duty payable:

6. Is Excise Duty Exemption (EDE) required:

If yes, then mention and enclose the following:- 7. (a) Excise notification number under which EDE can be given:

8. Is VAT extra? If yes, then mention the following:-

(a) Total value on which VAT is leviable: (b) Rate of VAT:

9.

(c) Total value of VAT leviable:

10. Is Service Tax extra?

If yes, then mention the following: (a) Total value of Services on which Service Tax is leviable: (b) Rate of Service Tax leviable:

11.

(c) Total value of Service Tax leviable:

12. Is Custom Duty Exemption (CDE) required: If yes, then mention the following:- (a) Custom notification number under which CDE can be given (enclose a copy):

(b) CIF value of stores to be imported:

(c) Rate of Customs Duty payable:

13.

(d) Total amount of Customs Duty payable:

14. Octroi/ Entry taxes:

15. Right of Way (ROW) charges (if applicable)

16. Comprehensive AMC rate per year for seven years (Year wise break down will be given on separate sheet):

17. Total Cost with AMC with all the taxes

18. Total Cost without AMC with all the taxes

(Signature of Tenderers) Date ……………………... Name of the firm