addendum(ii) clarification file as attachement addendum(ii ...€¦ · - mini personal computers,...

34
Page 1 of 1 ITI Limited (A Govt. of India Undertaking) Doorbhash Nagar, Raebareli 229010, India www.itiltd-india.com, Fax : 0535-2702454,2702589 Addendum(II) Clarification File As Attachement Addendum(II)Ref: EQW18H1280RL DATED: 28/08/2020 Clarifications are to be added as an attachment in our EOI No.EQW18H1280RL, Dt. 19/08/2020, Due on dt. 04/09/2020 for selection of MoU partner for Manufacturing, Testing & Supply of 48F & 96F Metal Free Ribbon Optical Fibre Cable . All other Terms and Conditions remain unaltered. R.R. PANDEY CM(Purchase)MPD ITI Ltd. Doorbhashnagar RAEBARELI(U.P) 229010 Phone: 0535-2287565 Fax: 0535-2702589, E-mail: [email protected]

Upload: others

Post on 19-Oct-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

  • Page 1 of 1

    ITI Limited (A Govt. of India Undertaking)

    Doorbhash Nagar, Raebareli – 229010, India

    www.itiltd-india.com, Fax : 0535-2702454,2702589

    Addendum(II)

    Clarification File As Attachement

    Addendum(II)Ref: EQW18H1280RL DATED: 28/08/2020

    Clarifications are to be added as an attachment in our EOI No.EQW18H1280RL,

    Dt. 19/08/2020, Due on dt. 04/09/2020 for selection of MoU partner

    for Manufacturing, Testing & Supply of 48F & 96F Metal Free Ribbon Optical Fibre

    Cable .

    All other Terms and Conditions remain unaltered.

    R.R. PANDEY

    CM(Purchase)MPD

    ITI Ltd. Doorbhashnagar

    RAEBARELI(U.P) 229010

    Phone: 0535-2287565

    Fax: 0535-2702589,

    E-mail: [email protected]

    http://www.itiltd-india.com/

  • Sr.no. Cls no. Page no. Eligibility criteria Comments/Clarification Required Reply/Action to be taken

    1 1 3 of 51 Clarification End Date

    We request you to give two days

    additional time to bidder to ask

    queries after issuance of any

    clarification. Please confirm.

    Please Adhere EOI Timeline

    2 1.1 7 of 51

    Products :

    - Smart energy meters, GPON OLT and

    ONT, PCM multiplexers

    - Electronic push button telephones,

    Ruggedized telephones for defence

    forces

    - Smart cards and banking cards, Hand

    held terminals for smart card

    authentication

    - Set top boxes, Wi-Fi equipment,

    Multiple types of encryption devices for

    defence

    - Solar power module, Switched mode

    power supply system

    - Internet of things (IOT) products, Radio

    modems, AN Rack hardware

    - Mini personal computers, Bank

    automation products,

    - Optical Fibre Cable

    - Permanently Lubricated HDPE

    Telecom Duct

    Scope will be for Supply of Optical

    Fibre Cable

    For Scope of Work refer

    clause no. 2 of EOI

    3 2 8 of 51 Scope of Work

    We request you to kinldy clarify the

    Project/Package name for which this

    tender has been issued.

    Will be inform during MOU

    Agreement

    Clarifications against ITIL EOI Ref: EQW18H1280RL dated 19.08.2020

  • 4 2.5 8 of 51Bidder shall provide the Test certificate

    for each consignment.

    Test certificate for only supplied

    cable shall be provided, please

    confirm.

    Yes

    5 2.4 8 of 51

    Arrangement of all types of raw materials

    and components to produce targeted

    products shall be in the scope of Bidder.

    Raw material shall be from CACT

    approved sources confirming to TEC GR

    vide Ref: TEC/GR/TX/ORM-001/05/dec-

    17 with subsequent amendments and

    required product technical specification

    under this EOI. The raw material shall be

    sourced as G652D SM Optical Fiber

    (Sterlite), PBTP (DSM India), Tube

    Filling compound (Indore Gel), Water

    Swellable Yarn (Madura Coats), Water

    Swellable Yarn ( Indore Composite),

    FRP (Indore Composite), Non Water

    IGFR Yarn (Sri Venketeshwara

    Polythene), Rip cord (Sunpure

    Technologies), HDPE Black (BLS

    Polymer).

    We propose that the clasue should

    be amended as "Raw material

    shall be from CACT approved

    sources conforming to TEC GR

    :TEC/GR/ORM-001/05/Dec -17

    with subsequent amendment ".

    The source of Raw material

    should be deleted.

    Please Adhere EOI Terms

    6 2.5 8 of 51Bidder shall provide the Test certificate

    for each consignment.

    Yes Test certificate will be provided

    as per agreed parameters. Please

    provide details .

    Bulk production testing as

    per QM-331.

    7 2.6 9 of 51Successful bidder shall sign a

    MOU/Agreement with ITIL.

    Please confirm the date in which

    MOU/Agreement with ITIL to be

    signed

    Clause no. 2.6 is amended as

    Successful bidder shall sign a

    MOU/Agreement with ITIL

    within two weeks from the

    date of reciept of LOI.

  • 8 2.7 9 of 51

    Bidder Responsibility at their

    facilities/premises:

    2.7.1 Procurement of Raw material as

    per the product specification from (i)

    CACT approved vendors & (ii) from the

    vendors as mentioned in clause no. 2.4.

    2.7.2 Arrangement of Operating

    Expenditure.

    2.7.3 Bidder shall prepare & provide

    BOM(Bill of Material) for all the

    packages separately.

    2.7.4 Testing of raw materials.

    2.7.5 All the testing as per technical

    requirement.

    2.7.6 Any testing outside their

    premises/facilities from NABL

    accredited labs (if required).

    2.7.7 Manufacturing of required OFC

    product.

    2.7.8 Finished goods testing as per

    Customer requirement/Specification.

    2.7.9 Packing as per Technical

    Specification at “Annexure-4”.

    2.7.10 Any other activities not defined in

    this EOI which may be necessary to

    perform/execute the task shall be the

    responsibility of bidder. The bidder shall

    For Clause no. 2.7.1: We propose the

    clause should be amended as " Raw

    material should be CACT approved"

    and the vendors as mentioned in

    clause no. 2.4 should be deteted.

    For Clause no. 2.7.8: We propose,

    finish good Testing as per Stage-3 of

    BSNL QM-331

    For Clause no. 2.7.12: We agree

    For Clause no. 2.7.16: Please clarify

    in details

    For Clause no. 2.7.15: We agree

    For clause no. 2.7.1, Please

    adhere EOI terms. For Caluse

    no 2.7.8 finish good Testing

    as per QM-331, For clause

    no. 2.7.16 adhere EOI.

    However Cost for updation of

    ITIL certificate shall be

    borne by ITIL.

    9 10.2 10 of 51 Profile of the bidder.Please provide the format for

    submission of profile of bidder.

    For clause no. 2.7.1, Please

    adhere EOI terms. For Caluse

    no 2.7.8 finish good Testing

    as per QM-331, For clause

    no. 2.7.16 adhere EOI.

    However Cost for updation of

    ITIL certificate shall be

    borne by ITIL.

  • 10 13 11 of 51Bid Security/Earnest Money Deposit

    (EMD)

    We intend to submit the EMD in the

    form of Bank Guarantee, therefore

    we request you to provide us the

    value of Non-Judicial Stamp Paper

    on which it is to be submitted.

    Only 100/- (Hundred Rupee

    only)

    11 13.1 11 of 51

    The EMD of Rs 5,00,000.00 (Rs. Five

    Lac only) is to be furnished to

    TENDERER office in the form of

    NEFT/RTGS/DD /BG valid for 90 days

    in favour of “ITI Ltd.” payable at

    Raebareli at the time of submission of

    bidding.

    EMD validity is mentioned as 90

    days while bid validity is mentioned

    as 180 days from opening of

    commercial Bid. We request you to

    kinldy check and re-confirm the

    EMD Validity.

    Period of EMD validity is 90

    days. However It may be

    extended if needed.

    12 14.2 12 of 51

    The bidder should have an average

    annual turnover of at least Rs. 400 crores

    in the last three (3) financial years, FY

    2017-18, FY 2018-19 and FY 2019-20.

    The audited balance sheets / Annual

    Reports for the above years should be

    submitted along with the bid. For the FY

    2019-20, the provisional auditors report

    will be acceptable. A certificate from the

    auditors of the company is also required

    to be submitted in this regard.

    We inform you that total estimated

    tender value might be less than

    Rs.200 Crores. So, asking for

    average annual turnover of Rs.400

    Crores is totally unjustifiable.

    Therefore, we request you to bring it

    down to Rs.200 Crores to make the

    bid more competitive.

    Please adhere EOI

    13 14.8 12 of 51

    The bidder must have manufacturing

    facility/infrastructure for minimum

    30,000 Kms per annum for Package B

    and 12000 Kms per annum for package –

    IAA certificate of BSNL QA will be

    provided . For any specific tender

    the details will be required .

    Please adhere EOI

  • 14 14.9 12 of 51

    The bidder should have supplied a

    cumulative of at least 50000 Km of

    minimum 24F and above OFC to

    Telecom Companies (Private Telecom

    Operators, PSUs and Government

    Telecom operators) including cumulative

    of at least 7,000 Kms of minimum of 48F

    and above Ribbon in India during last

    three FY. (I.e. w.e.f FY 2017 -2018, FY

    2018-2019, FY2019-2020).

    Supply criteria asked by you is more

    than 350% of tendered quantity

    which is not justifiable as no where

    supply criteria is more than tendered

    quantity is being asked by tendering

    authority. For example, Presently

    BSNL has floated two tenders in

    which minimum supply criteria is

    16% (approx), details are as follows

    a) Tender No.MM/CNP/ OFC-24F-

    48F/T-688/2020 dated 06.08.2020,

    total tendered quantity is 12000 Kms

    in which they asked for minimum

    supply criteria of 2000 Kms b) In

    tender no.MM/BN-II/OFC/T-

    680(R)/2020, where total tendered

    quantity is 18406 Kms in which they

    asked for minimum supply criteria of

    3000 Kms. Therefore, we request

    you to amend the clause as follows

    "The bidder shall have experience

    of supplying minimum 3000Km of

    Optical Fibre Cable

    24F/48F/96F/288F(G.652D) in any

    combination to to Telecom

    Companies (Private Telecom

    Operators, PSUs and Government

    50000 Kms may be read as

    25000 Kms

  • 15 14.9 12 of 51

    The bidder should have supplied a

    cumulative of at least 50000 Km of

    minimum 24F and above OFC to

    Telecom Companies (Private Telecom

    Operators, PSUs and Government

    Telecom operators) including cumulative

    of at least 7,000 Kms of minimum of 48F

    and above Ribbon in India during last

    three FY. (I.e. w.e.f FY 2017 -2018, FY

    2018-2019, FY2019-2020).

    We request you to kinldy accept self-

    attested supply statement instead of

    copy of purchase order as it will

    make bid/offer very bulky. Copy of

    purchase order may be verified at

    later stage, if required. Please

    Confirm.

    50000 Kms may be read as

    25000 Kms and Certificate

    on company letterhead signed

    by company Secretary/Tender

    signing authpority as per

    Power of attorney mentioning

    the complete details of

    supplies made in last three

    financial years will be

    acceptable

    16 14.10 13 of 51

    The bidder shall furnish IA

    (Infrastructure Assessment) & TSEC

    certificate issued by BSNL-QA

    The Tender detail for Infrastructure

    Assesment should be provied which

    takes min 15-20 days for upgradation

    if the requirement is TENDER

    based. Also the exixsting TSEC

    certificates available against

    BSNL/BBNL tenders will be

    provided . If new TSEC is required

    against any specific Tender then 90

    days will be required for Fresh

    TSEC. Please provide the tender

    detail against which Infra & TSEC is

    required

    Existing IA & TSEC of

    BSNL/BBNL tenders will be

    acceptable.

    17 16 14 of 51 Period of Bid Validity

    We understand Bid Validity is 180

    days from the date of Closing Date of

    submission of tender, please confirm.

    Clause no. 16 of EOI

    ammended as Period of Bid

    Validity is 180 days from the

    date of bid due date

  • 18 4.28 37 of 51

    The Anti-rodent (Optional) test shall be

    checking the uniformity of application of

    glass rowing yarns around the periphery

    of inner sheath. The test shall be carried

    out by MahaIT QA during type testing or

    can be carried out at any recognized lab

    on finished cable and in addition,

    manufacturer shall also give an

    undertaking in this respect.

    The reports shall be submitted by the

    manufacturers. Termite resistance shall

    be provided with an additive/without

    additive in outer sheath and rodent

    protection shall be provided with Glass

    roving yarns around the periphery of

    inner sheath and these yarns should be

    spread uniformly around the periphery of

    inner sheath.

    The following minimum parametric tests

    on Anti termite / Anti rodent dopants

    shall be carried out during the TSEC

    testing

    - Non-toxicity

    - Thermal Stability

    - Long life Span / half-life

    - Compatibility

    - Efficacy

    Rodent test will be conducted by

    BSNL QA or any other Testing

    Agency . Pleae clarify.

    Please refer clause no.2.7.6

    of EOI

    19 5.1.337-38 of

    51

    The type of legend marking on O.F. cable

    shall be as follows: a) Company Legend

    b) Legend containing telephone mark &

    international acceptable Laser symbol c)

    Type of Fibre– G.652.D d) Number of

    Fibres e) Type of cable f) Year of

    manufacture g) Sequential length

    marking h) User’s Identification i) Cable

    ID

    Please confirm marking on cable -

    Company Legend and User

    identification.

    Will be inform during MOU

    agreement

  • 20 5.3.1 38 of 51

    Length of optical fibre cable in each

    drum shall be 2 Km ± 10% / 4Km ± 10%

    / 8Km ± 10% / 10Km ± 10% and shall be

    supplied as per the order. The variation

    in length of optical fibre cable, as

    specified above (in each drum), shall be

    acceptable.

    We request you to kinldy confirm the

    following:- Total order quantity

    tolerance consignee wise c) Short

    Length range and its

    percentage/quantity of total order

    qunatity as well consignee wise that

    may be supplied.

    Clause 5.3.1 of Annexure-4

    is ammended as Length of

    Optical Fiber Cable in each

    Drum shall be 2.0 Km ± 5%

    and varition of length as

    specified in each drum shall

    be acceptable.

    21 6.2.6 40 of 51

    The HDPE black in colour used for

    sheath shall be UV stabilised.

    Note: A test certificate from a recognised

    laboratory or institute may be acceptable

    for the UV stability of the HDPE sheath

    material

    CACT Certificate of HDPE Black

    Colour will be provided as the

    materail is UV stablised.

    Please adhere EOI Terms

    22 6.2.7 40 of 51

    The material used in optical fibre cable

    must not evolve hydrogen that will affect

    the characteristics of optical fibres.

    Note: A test certificate from a recognised

    laboratory or institute may be acceptable.

    Declaration/Certificate from Raw

    Material Supplier

    Certificate from Raw

    material Supplier

    23

    Sub

    Section

    A-1.3, Sl.

    No.3

    40 of 51

    Tube OD

    for 48F Ribbon Cable: 3.4 + 0.2

    for 96F Ribbon Cable: 4.0 + 0.2

    Tube OD

    for 48F Ribbon Cable: 3.4 ± 0.2

    for 96F Ribbon Cable: 4.0 ± 0.2

    Agreed

    24

    Sub

    Section

    A-1.3, Sl.

    No.13

    41 of 51Qty. of Impregnated Glass roving (min.):

    27 Kg

    Qty. of Impregnated Glass roving

    (min.): 27 Kg/KmAgreed

    25

    Sub

    Section

    A-1.3, Sl.

    No.13

    41 of 51

    Cable diameter

    for 48F Ribbon Cable: 16 + 1.0

    for 96F Ribbon Cable: 17.8 + 1.0

    Cable diameter

    for 48F Ribbon Cable: 16.0 ± 1.0

    for 96F Ribbon Cable: 17.8 ± 1.0

    Agreed

  • 26

    Sub

    Section

    A-1.3, Sl.

    No.13

    41 of 51

    Cable Weight

    for 48F Ribbon Cable: 185 + 8%

    for 96F Ribbon Cable: 230 + 8%

    Cable Weight

    for 48F Ribbon Cable: 185 ± 8%

    for 96F Ribbon Cable: 230 ± 8%

    Agreed

    27 7.2 40 of 51

    All aspects of installation, operation,

    maintenance and fibre splicing shall also

    be covered in the handbook. The pictorial

    diagrams of the accessories (with model

    no. and manufacturer name) supplied

    along with the cable as package shall be

    also be submitted. A hard as well as soft

    copy of the manuals shall be provided.

    We understand this document is

    required only at the time of training

    and as training is not applicable to

    this tender. Hence, this clause is not

    applicale to this tender, please

    confirm.

    Please Adhere EOI Terms

    288 (a) Inspection

    ITI reserves the right to restrict the

    ordering to 2 or 3 vendors who are

    capable of meeting the Quality, Delivery

    and Cost requirements. Preference will

    be given to the vendors with well

    maintained and proven Quality

    Assurance Systems.

    We request you to kinldy clarify the

    criteria of allocation of quantity

    among 2 to 3 vendors.

    All other clause of Annexure

    A except clause no 10 are

    deleted. Annexure-B is

    deleted..

    S.No.Clause

    No.Page No. Existing Condition Clarification Sought Reply/Action to be taken

  • 1 2.4 8

    Arrangement of all types of raw

    materials and components to produce

    targeted products shall be in the

    scope of Bidder. Raw material shall

    be from CACT approved sources

    confirming to TEC GR vide Ref:

    TEC/GR/TX/ORM-001/05/dec-17

    with subsequent amendments and

    required product technical

    specification under this EOI. The

    raw material shall be sourced as

    G652D SM Optical Fibre (Sterlite),

    PBTP (DSM India), Tube Filling

    compound (Indore Gel), Water

    Swellable Yarn (Madura Coats),

    Water Swellable Yarn ( Indore

    Composite), FRP (Indore

    Composite), Non Water IGFR Yarn

    (Sri Venketeshwara Polythene), Rip

    cord (Sunpure Technologies), HDPE

    Black (BLS Polymer).

    We request you kindly amend

    the clause as The raw

    material shall be sourced as

    G652D SM Optical Fibre (

    CACT Approved

    Source),FRP ( CACT

    Approved Source), non

    Water IGFR Yarn ( CACT

    Approved Source)

    Please adhere EOI Terms

    and Condition

  • 2 14.9 12

    The bidder should have supplied a

    cumulative of at least 50000 Km of

    minimum 24F and above OFC to

    Telecom Companies (Private

    Telecom Operators, PSUs and

    Government Telecom operators)

    including cumulative of at least

    7,000 Kms of minimum of 48F and

    above Ribbon India during last three

    FY. (I.e. w.e.f FY 2017 -2018, FY

    2018-2019, FY2019-2020).- Copy of

    PO will be provided

    As this tender is to be

    submitted in physical copy

    attaching each and every

    purchase order for previous

    supply will be bulky and

    difficult to handle hence We

    request you kindly amend the

    clause as" Certificate on

    company letterhead signed by

    company Secretary

    mentioning the complete

    details of supplies made in

    last three financial years"

    50000 Kms may be read

    as 25000 Kms and

    Certificate on company

    letterhead signed by

    company

    Secretary/Tender signing

    authpority as per Power of

    attorney mentioning the

    complete details of

    supplies made in last three

    financial years will be

    acceptable

    3 4 9

    RTGS after 120 days of dispatch of

    the consignment. This Payment

    terms shall be binding and not

    negotiable.

    We request you kindly amend

    the clause as " 100%

    payment with in 120 days of

    dispatch of the consignment

    against letter of credit in

    mutually agreed format "

    Please adhere EOI Terms

    and Condition

  • 4 Annex 4 3.8.3 25

    Ribbon Material

    The ribbon shall be manufactured

    using single mode optical fibres

    coloured with UV cured resin and

    the ribbon shall be encapsulated with

    a further layer of UV cured acrylate.

    The fibres and the ribbons shall

    confirm to the colour requirement as

    per clause no. 4.4 of this GR.

    Since clause 4.4 is impact

    test. It should be read as

    clause No. 5.4.

    Please confirm

    Agreed

    5 Annex 43.9.3 b

    3.9.9

    27

    28

    Impregnated Glass Fibre

    Reinforcement…………….

    Clause No. 3.9.3 b & 3.9.9

    are repeated. Kindly delete

    one clause

    Please Adhere

    6 Annex 4 5.1.3 38The type of legend

    marking…………….

    Please confirm "Type of

    Cable" & "User’s

    Identification".

    Shall we consider RIBBON

    OFC as Type of Cable?

    Will be inform during

    MOU Agreement

    7 Annex 4 5.3 38 The nominal drum length

    Kindly consider short length

    ranging from 500 meter to

    1799 meter upto maximum

    5% of total qty

    Clause 5.3.1 of Annexure-

    4 is ammended as Length

    of Optical Fiber Cable in

    each Drum shall be 2.0

    Km ± 5% and varition of

    length as specified in each

    drum shall be acceptable.

    8 Annex 4

    Sub-

    section A

    – 1.3

    40 Loose Tube OD

    Kindly consider loose tube

    OD as 3.4 +/- 0.2mm & 4.0

    +/- 0.2mm for 48F & 96F

    cable respectively

    Agreed

    9 Annex 4

    Sub-

    section A

    – 1.3

    41 Cable diameter

    Kindly consider cable

    diameter as 16 +/- 1.0 & 17.8

    +/- 1.0mm for 48F & 96F

    cable respectively

    Agreed

  • 10 Annex 4

    Sub-

    section A

    – 1.3

    41 Cable weight

    Kindly consider cable weight

    as 185 +/- 8% & 230 +/- 8%

    for 48F & 96F cable

    respectively

    Agreed

    11 3 Bide Due date-04.09.2020

    As this tender is to be

    submitted in physical copy ,

    considering the current

    COVID-19 pandemic

    situation there is huge

    disturbance in courier

    services. We request you

    kindly extend the last date of

    submission of Bid at least by

    4 week enabling us to

    prepare the bid document and

    participate in the tender

    Please adhere EOI Terms

    and Condition

    S. No.PAGE

    NO.

    CLAUS

    E No.

    Content/Clause of the RFP requiring

    clarificationClarification Sought

    Clarification Add

  • 1 8 2.4

    Arrangement of all types of raw materials

    and components to produce targeted

    products shall be in the scope of Bidder.

    Raw material shall be from CACT

    approved sources confirming to TEC GR

    vide Ref: TEC/GR/TX/ORM-001/05/dec-

    17 with subsequent amendments and

    required product technical specification

    under this EOI. The raw material shall be

    sourced as G652D SM Optical Fibre

    (Sterlite), PBTP (DSM India), Tube

    Filling compound (Indore Gel), Water

    Swellable Yarn (Madura Coats), Water

    Swellable Yarn ( Indore Composite),

    FRP (Indore Composite), Non Water

    IGFR Yarn (Sri Venketeshwara

    Polythene), Rip cord (Sunpure

    Technologies), HDPE Black (BLS

    Polymer).

    1. Please understand and appreciate

    that in case of any delay in supply of

    Raw Material, there shall not be any

    LD on bidder as ITIL has

    specificially mentioned the name of

    CACT approved source of Raw

    Material. Please accept.

    2. In case of any bottleneck

    regarding supply of raw material

    from CACT apprpved source, ITIL

    shall allow bidder to change other

    CACT approved raw material to

    ensure timely delivery of OFC.

    Please accept and confirm.

    Please Adhere EOI Terms

    2 8 2.5Bidder shall provide the Test certificate

    for each consignment.

    We understand that factory test result

    on finished product shall suffice the

    requirement of this clause. Please

    confirm.

    Yes

    3 9 2.7.5All the testing as per technical

    requirement.

    Please provide the list of all such

    tests along with testing plan.

    Testing will be done as per

    QM-331.

  • 4 9 2.7.6

    Any testing outside their

    premises/facilities from NABL

    accredited labs (if required).

    Please confirm the following:

    1. Name of Raw Materials on which

    test shall be carried at outside lab.

    2. List of such tests to be carried out

    3. Frequency of such tests to be

    carried out.

    The above details are required to

    consider the cost of such test,

    otherwise, we request that ITIL shall

    bear such cost of testing etc.

    Bulk production testing as

    per QM-331.

    5 9 2.7.8Finished goods testing as per Customer

    requirement/Specification.

    Please provide Quality Assurance

    plan (QAP) and bulk testing

    schedule plan, which is acceptable

    and applicable on finished goods.

    Bulk production testing as

    per QM-331.

    6 9 2.7.14Any certification/Infra assessment

    required shall be in scope of bidder.

    We understand that if such

    certification/Infra required in bidder

    name then bidder shall bear such

    cost. However, if such certification

    required in ITI name then such cost

    shall be bear by ITI. Kindly confirm.

    Agreed

    7 9 2.7.14Any certification/Infra assessment

    required shall be in scope of bidder.

    Please provide exact requirement of

    this clause to consider the such costs,

    while bidding. Refer above as clause no. 6

    8 9 2.7.16The bidder to facilitate update of ITIL’s

    certificate if required.

    We understand that such cost shall

    be directly bear by ITIL. Please

    confirm.

    Agreed

  • 9 9 4

    Payment terms: RTGS after 120 days of

    dispatch of the consignment. This

    Payment terms shall be

    binding and not negotiable.

    Payment terms as mentioned in

    Clause No. 4 of Page No. 9 are in

    contradiction with payment terms as

    mentioned in Annuexue B (page

    56). We understand that Annexure B

    (Page 56) is not applicable. Kindly

    confirm.

    However, we suggest that ITI shall

    give PDC of 120 days within 2 days

    from the date of lot dispatch. Kindly

    accept & confirm.

    Please follow clause no. 4 of

    Page no. 9

    10 9 5

    Performance Bank Guarantee (PBG) :

    Successful bidder has to submit PBG of

    5% of Contract

    Value valid for the contract period on

    award of contract/issuance of LOI.

    We understand that PBG validity

    shall be 1 year frrom the date of

    techno-commercial PO. Please

    confirm

    Yes

    11 9 7

    TAXES & DUTIES

    Bidder is liable for all taxes and duties

    etc. As may be applicable from time to

    time.

    Please note that Taxes and Duties as

    applicable, shall be directly borne by

    respective parties. Please confirm.

    Agreed

    12 12 14.2

    DOCUMENT REQUIRED:

    Audited and certified balance Sheet,

    Profit and Loss Account of last 3 Years

    should be submitted.

    All certificates duly signed by Chartered

    Accountant must be submitted

    We understand that only Turn Over

    certificate duly signed by Chartered

    Accountant is required and NO need

    to get sign on each page of audited

    balance sheets/annual report for FY

    17-18, 18-19 & 19-20. Please

    confirm

    Please adhere EOI Terms

  • 13 12 14.9

    The bidder should have supplied a

    cumulative of at least 50000 Km of

    minimum 24F and above OFC to

    Telecom Companies (Private Telecom

    Operators, PSUs and Government

    Telecom operators) including cumulative

    of at least 7,000 Kms of minimum of 48F

    and above Ribbon in India during last

    three FY. (I.e. w.e.f FY 2017 -2018, FY

    2018-2019, FY2019-2020).

    We appreciate that ITIL has kept this

    clause to ensure only serious and

    experiance bidder shall

    participateTihis also including

    minimum 7000 Kms of 48F and

    above Ribbon OFC in India.

    Yes, we do have 7000+ Kms of 48F

    and above Ribbon OFC supplied

    track record in India for similar

    project of Bharatnet Phase#2 in

    India.

    Further, we have produced and

    supplied more than 12,000 Kms of

    48F ribbon OFC & more than 5,000

    kms of 96F ribbon OFC for a similar

    project (BharatNet Ph-2)

    successfully. We understand that said

    supply experience shall be

    considered as 50,000 Kms of 24F or

    above OFC i.e. 96F Core of ribbon

    Cable (5000*4 = 20,000 Kms) & 48F

    Core of ribbon Cable (12000*2 =

    24,000 kms) and balance 24F OFC.

    Kindly confirm our understanding.

    50000 Kms may be read as

    25000 Kms

    14 18 Annexure -IFormat of Commercial Proposal

    We understand that Packing

    (including wooden drum) &

    Insurance is included in this ex-

    works rate (i.e. column (ii)) of

    format for commercial Proposal.

    Please confirm to make uniformity

    for all bidders.

    Packing in Wooden Dum (as

    per specification) is to

    included in ex-works rate

  • 15 18 Annexure -IFormat of Commercial Proposal

    We understand that Freight shall be

    extra and shall not be included in

    this ex-works rate (i.e. column (ii))

    of format for commercial Proposal.

    Please confirm to make uniformity

    for all bidders.

    Yes

    16 40

    Annexure

    4

    A - 1.3

    Tube OD

    1. for 48F Ribbon OFC - 3.4+0.2mm

    2. for 96f Ribbon OFC - 4.0+0.2mm

    We request tube outer dia with

    negative tolerance stated below:

    1. for 48F Ribbon OFC - 3.4±0.2mm

    2. for 96f Ribbon OFC - 4.0±0.2mm

    Agreed

    17 41

    Annexure

    4

    A - 1.3

    Cable Diametre

    1. for 48F Ribbon OFC - 16+1 mm

    2. for 96F Ribbon OFC - 17.8+1 mm

    We request Cable Diameter with

    negative tolerance stated below:

    1. for 48F Ribbon OFC - 16±1 mm

    2. for 96F Ribbon OFC - 17.8±1 mm

    Agreed

    18 41

    Annexure

    4

    A - 1.3

    Cable Weight

    1. for 48F Ribbon OFC - 185+8%

    2. for 96F Ribbon OFC - 230+8%

    We request Cable Weight with

    negative tolerance stated below:

    1. for 48F Ribbon OFC - 185±8%

    2. for 96F Ribbon OFC - 230±8%

    Agreed

    19 53 Annexure ATENDER NO: EQW18D1194RL dated 11/04/2019

    It seems that Annexure A has been

    inadverantly added for some other

    tender. Kindly confirm and arrange

    to remove the same.

    Please read tender No:

    EQW18D1194RL dated

    11.04.2019 as EOI no

    EQW18H1280RL dated

    19.08.2020.All other clause

    of Annexure A except clause

    no 10 are deleted. Annexure-

    B is deleted.

  • 20 53 4.b

    Prices must be per unit as called for in

    the enquiry and should be on F.O.R, ITI

    Works basis only and inclusive of

    insurance charges. In such an event,

    while tabulating the offers, insurance is

    not to be reckoned and should include

    weather proof packing adequate to

    withstand transhipment damages. Local

    supplier’s offers should be on F.O.R

    delivery at our Stores in our Plant.

    Bidder need to quote Ex-works price

    in Price schedule, therefore freight

    shall be extra as actuals. This is very

    much important to be clarified by

    ITIL to make uniformity for all

    bidders.

    All other clause of Annexure

    A except clause no 10 are

    deleted. Annexure-B is

    deleted.

    21 53 4.e

    In case of an order on you, the ordered

    rate should be firm till the completion of

    the order. In case where the market

    prices of your inputs are fluctuating too

    frequently, you shall clearly define price

    variation clause. Please note that any

    variation in price up to 5% due to

    variation in FE / statutory levies will be

    absorbed by the supplier. However, for

    variation beyond 5% due to variation in

    FE / statutory levies, the burden of price

    increase / advantage of price decrease

    will be shared equally between ITI and

    the supplier.

    This clause is not applicable as your

    rquirement and time frame is very

    stringent & fix. Please remove.

    All other clause of Annexure

    A except clause no 10 are

    deleted. Annexure-B is

    deleted.

    22 53 4.g

    In case of supply of imported items by

    local dealers proof of import should be

    provided. Prices quoted should indicate

    clearly the Modvat relief (by way of

    C.V.D), being passed on to ITI and

    supplier should furnish regular invoice

    indicating rate and amount of duty that is

    passed on which should be proportionate

    to the materials sold to ITI from the

    relevant imported consignment, covered

    under this appropriate Bill of Entry.

    This clause is not applicable. Please

    remove.

    All other clause of Annexure

    A except clause no 10 are

    deleted. Annexure-B is

    deleted.

  • 23 53 8a

    ITI reserves the right to restrict the

    ordering to 2 or 3 vendors who are

    capable of meeting the Quality, Delivery

    and Cost requirements. Preference will

    be given to the vendors with well

    maintained and proven Quality

    Assurance Systems.

    We understand that only L-1 bidder

    will be selected so this clause is not

    applicable. Please remove this

    clause.

    All other clause of Annexure

    A except clause no 10 are

    deleted. Annexure-B is

    deleted.

    24 53 8.c

    Inspection of the material at our works

    will be final. ITI reserves the right to

    inspect the material at any other standard

    testing center authorised by us.

    As per clause no. 2.7.8 & 2.7.12

    (page no 9), Inspection shall be done

    at bidder's permises. Please confirm.

    All other clause of Annexure

    A except clause no 10 are

    deleted. Annexure-B is

    deleted.

    25 53 9

    Those tendereres who have not supplied

    the material against any of our earlier

    orders, should submit FREE SAMPLES

    clearly indicating enquiry reference. Free

    samples along with your offer is

    preferable. In case of a Purchase Order

    on you bulk supply should commence

    only after approval of samples.

    This clause is not applicable because

    production can be done based on ITI

    raw material source. Samples can be

    submitted as and when asked by ITI,

    otherwise please provide the length

    of sample to be submitted along with

    bid. Please confirm.

    All other clause of Annexure

    A except clause no 10 are

    deleted. Annexure-B is

    deleted.

    26 54 12.a

    DELIVERY SHEDULE : Please indicate

    minimum LEAD TIME REQUIRED,

    manufacturing capacity and the quantity

    that can be reserved for us.

    This clause is in contradiction of

    clause no 3 of Page no. 9. Please

    clarify.

    All other clause of Annexure

    A except clause no 10 are

    deleted. Annexure-B is

    deleted.

    27 55 14.c (ii)

    Place where Income Tax Circle is

    situated along with tender

    documents.otherwise such tenders are

    liable for rejection.

    This clause is not clear. Please

    clarify.

    All other clause of Annexure

    A except clause no 10 are

    deleted. Annexure-B is

    deleted.

  • 28 55 14.e

    Further Please certify that :

    The know-how will not be passed on to

    others.

    No export will be done by you directly

    without arriving at a commercial

    understanding with ITI Ltd.

    No supply will be made by you to any

    outside agency without ITI’s prior

    approval and commercial understanding.

    Kits/components will not be diverted to

    other orders.

    Drawing if any should be returned, along

    with your offer.

    This clause is not applicable. Please

    confirm.

    All other clause of Annexure

    A except clause no 10 are

    deleted. Annexure-B is

    deleted.

    Clause

    No.Existing Clause Clarification Sought Reply/Action to be taken

  • 2.4

    Arrangement of all types of raw materials

    and components to produce targeted

    products shall be in the scope of Bidder.

    Raw material shall be from CACT

    approved sources confirming to TEC GR

    vide Ref: TEC/GR/TX/ORM-001/05/dec-

    17 with subsequent amendments and

    required product technical specification

    under this EOI. The raw material shall be

    sourced as G652D SM Optical Fibre

    (Sterlite), PBTP (DSM India), Tube

    Filling compound (Indore Gel), Water

    Swellable Yarn (Madura Coats), Water

    Swellable Yarn ( Indore Composite),

    FRP (Indore Composite), Non Water

    IGFR Yarn (Sri Venketeshwara

    Polythene), Rip cord (Sunpure

    Technologies), HDPE Black (BLS

    Polymer).

    We've the TSEC against BSNL

    Tender No. CA/NOFN/OFC/T-

    609/2017 Dated: 15.12.2017 and

    BSNL Tender No.

    CA/MMT/NOFN/Selection of PIA/T-

    610/2017 Dated: 29.12.2017 , and

    supplied cables against these tenders

    as well as NIT No.

    Mahait/CNI/001/01/2018 Dated

    31/01/2018 (Maharashtra IT Net

    Tender). We've TSEC with different

    set of CACT approved RM source

    available in the market.

    Hence we request to consider our

    TSEC to be eligible for bidding as

    well as supply the OFC against this

    tender. Please confirm.

    Please adhere EOI

    4.0Mechanical Characteristics and Tests on

    Optical Fibre Cable:

    Type Test mentioned in this clause

    are not required to be perform again

    during supply, considering the earlier

    valid TSEC is applicable. Please

    confirm.

    Bulk production testing as

    per QM-331.

    5.3.1 Length of OF Cable in each drum shall

    be 2 Km ± 10% / 4Km ± 10% / 8Km ±

    10% / 10Km ± 10% and shall be

    supplied as per the order. The variation

    in length of optical fibre cable, as

    specified above (in each drum), shall be

    acceptable.

    As per options mentioned in the

    clause can we consider drum length

    multiple of 2Km+/-10% & 4Km+/-

    10% for offer & supply? Please

    confirm.

    Clause 5.3.1 of Annexure-4

    is ammended as Length of

    Optical Fiber Cable in each

    Drum shall be 2.0 Km ± 5%

    and varition of length as

    specified in each drum shall

    be acceptable.

  • 6.2.8 Cable Material Compatibility:

    Optical fibre, buffers/core tubes, and

    other core components shall meet the

    requirements of the compatibility with

    buffer/core tube filling material(s) and/or

    water-blocking materials that are in

    direct contact with identified components

    within the cable structure (This shall be

    tested as per clause no. 6.3.3 of

    Telecordia document GR-20-CORE issue

    4, 2013.

    Note: The tests may be conducted in

    house (if facility exist) or may be

    conducted at CACT or any other

    recognized laboratory. The test certificate

    may be accepted and the tests may not be

    repeated subsequently, in next type

    approvals, if the raw material used is of

    same make and grade.

    Valid TSEC as per eligibility clause

    is applicable to skip the cable

    material compatibility testing. Please

    confirm.

    Bulk production testing as

    per QM-331.

    Sr.no. Cls no. Page no. Eligibility criteria Comments/Clarification Required Reply/Action to be taken

    1 1 3 of 51 Clarification End Date

    We request you to give two days

    additional time to bidder to ask

    queries for the clarifications issued,

    if any. Please confirm.

    Please Adhere EOI Timeline

    2 2 3 of 51 Bid Due Date

    We request you to kindly give

    minimum 10 days time for

    preparation and submission of bid

    after issuance of clarifications.

    Please Adhere EOI Timeline

  • 3 1.1 7 of 51

    Products :

    - Smart energy meters, GPON OLT and

    ONT, PCM multiplexers

    - Electronic push button telephones,

    Ruggedized telephones for defence

    forces

    - Smart cards and banking cards, Hand

    held terminals for smart card

    authentication

    - Set top boxes, Wi-Fi equipment,

    Multiple types of encryption devices for

    defence

    - Solar power module, Switched mode

    power supply system

    - Internet of things (IOT) products, Radio

    modems, AN Rack hardware

    - Mini personal computers, Bank

    automation products,

    - Optical Fibre Cable

    - Permanently Lubricated HDPE

    Telecom Duct

    Scope will be for Supply of Optical

    Fibre Cable

    For Scope of Work refer

    clause no. 2 of EOI

    4 2 8 of 51 Scope of Work

    We request you to kinldy clarify the

    Project/Package name for which this

    tender has been issued.

    Will be inform during MOU

    Agreement

    5 2.5 8 of 51Bidder shall provide the Test certificate

    for each consignment.

    Test certificate for only supplied

    cable shall be provided, please

    confirm.

    Yes

  • 6 2.4 8 of 51

    Arrangement of all types of raw materials

    and components to produce targeted

    products shall be in the scope of Bidder.

    Raw material shall be from CACT

    approved sources confirming to TEC GR

    vide Ref: TEC/GR/TX/ORM-001/05/dec-

    17 with subsequent amendments and

    required product technical specification

    under this EOI. The raw material shall be

    sourced as G652D SM Optical Fiber

    (Sterlite), PBTP (DSM India), Tube

    Filling compound (Indore Gel), Water

    Swellable Yarn (Madura Coats), Water

    Swellable Yarn ( Indore Composite),

    FRP (Indore Composite), Non Water

    IGFR Yarn (Sri Venketeshwara

    Polythene), Rip cord (Sunpure

    Technologies), HDPE Black (BLS

    Polymer).

    We propose that the clasue should

    be amended as "Raw material

    shall be from CACT approved

    sources conforming to TEC GR

    :TEC/GR/ORM-001/05/Dec -17

    with subsequent amendment ".

    The source of Raw material

    should be deleted.

    Please Adhere EOI Terms

    7 2.5 8 of 51Bidder shall provide the Test certificate

    for each consignment.

    Yes Test certificate will be provided

    as per agreed parameters. Please

    provide details .

    Bulk production testing as

    per QM-331.

    8 2.6 9 of 51Successful bidder shall sign a

    MOU/Agreement with ITIL.

    Please confirm the period/days in

    which MOU/Agreement with ITIL to

    be signed

    Clause no. 2.6 is amended as

    Successful bidder shall sign a

    MOU/Agreement with ITIL

    within two weeks from the

    date of reciept of LOI.

  • 9 2.7 9 of 51

    Bidder Responsibility at their

    facilities/premises:

    2.7.1 Procurement of Raw material as

    per the product specification from (i)

    CACT approved vendors & (ii) from the

    vendors as mentioned in clause no. 2.4.

    2.7.2 Arrangement of Operating

    Expenditure.

    2.7.3 Bidder shall prepare & provide

    BOM(Bill of Material) for all the

    packages separately.

    2.7.4 Testing of raw materials.

    2.7.5 All the testing as per technical

    requirement.

    2.7.6 Any testing outside their

    premises/facilities from NABL

    accredited labs (if required).

    2.7.7 Manufacturing of required OFC

    product.

    2.7.8 Finished goods testing as per

    Customer requirement/Specification.

    2.7.9 Packing as per Technical

    Specification at “Annexure-4”.

    2.7.10 Any other activities not defined in

    this EOI which may be necessary to

    perform/execute the task shall be the

    responsibility of bidder. The bidder shall

    For Clause no. 2.7.1: We propose the

    clause should be amended as " Raw

    material should be CACT approved"

    and the vendors as mentioned in

    clause no. 2.4 should be deteted.

    For Clause no. 2.7.8: We propose,

    finish good Testing as per Stage-3 of

    BSNL QM-331

    For Clause no. 2.7.12: We agree

    For Clause no. 2.7.16: Please clarify

    in details

    For Clause no. 2.7.15: We agree

    For clause no. 2.7.1, Please

    adhere EOI terms. For Caluse

    no 2.7.8 finish good Testing

    as per QM-331, For clause

    no. 2.7.16 adhere EOI.

    However Cost for updation of

    ITIL certificate shall be

    borne by ITIL.

    10 10.2 10 of 51 Profile of the bidder.Please provide the format for

    submission of profile of bidder.Please use your own format

    11 13 11 of 51Bid Security/Earnest Money Deposit

    (EMD)

    We intend to submit the EMD in the

    form of Bank Guarantee, therefore

    we request you to provide us the

    value of Non-Judicial Stamp Paper

    on which it is to be submitted.

    Only 100/- (Hundred Rupee

    only)

  • 12 13.1 11 of 51

    The EMD of Rs 5,00,000.00 (Rs. Five

    Lac only) is to be furnished to

    TENDERER office in the form of

    NEFT/RTGS/DD /BG valid for 90 days

    in favour of “ITI Ltd.” payable at

    Raebareli at the time of submission of

    bidding.

    EMD validity is mentioned as 90

    days while bid validity is mentioned

    as 180 days from opening of

    commercial Bid. We request you to

    kinldy check and re-confirm the

    EMD Validity.

    Period of EMD validity is 90

    days. However It may be

    extended if needed.

    13 14.8 12 of 51

    The bidder must have manufacturing

    facility/infrastructure for minimum

    30,000 Kms per annum for Package B

    and 12000 Kms per annum for package –

    A.

    IAA certificate of BSNL QA will be

    provided . For any specific tender

    the details will be required .

    Please adhere EOI

  • 14 14.9 12 of 51

    The bidder should have supplied a

    cumulative of at least 50000 Km of

    minimum 24F and above OFC to

    Telecom Companies (Private Telecom

    Operators, PSUs and Government

    Telecom operators) including cumulative

    of at least 7,000 Kms of minimum of 48F

    and above Ribbon in India during last

    three FY. (I.e. w.e.f FY 2017 -2018, FY

    2018-2019, FY2019-2020).

    Supply criteria asked by you is more

    than 350% of tendered quantity

    which is not justifiable as no where

    supply criteria is more than tendered

    quantity is being asked by tendering

    authority. For example, Presently

    BSNL has floated two tenders in

    which minimum supply criteria is

    16% (approx), details are as follows

    a) Tender No.MM/CNP/ OFC-24F-

    48F/T-688/2020 dated 06.08.2020,

    total tendered quantity is 12000 Kms

    in which they asked for minimum

    supply criteria of 2000 Kms b) In

    tender no.MM/BN-II/OFC/T-

    680(R)/2020, where total tendered

    quantity is 18406 Kms in which they

    asked for minimum supply criteria of

    3000 Kms. Therefore, we request

    you to amend the clause as follows

    "The bidder shall have experience

    of supplying minimum 3000Km of

    Optical Fibre Cable

    24F/48F/96F/288F(G.652D) in any

    combination to to Telecom

    Companies (Private Telecom

    Operators, PSUs and Government

    50000 Kms may be read as

    25000 Kms

    15 14.9 12 of 51

    The bidder should have supplied a

    cumulative of at least 50000 Km of

    minimum 24F and above OFC to

    Telecom Companies (Private Telecom

    Operators, PSUs and Government

    Telecom operators) including cumulative

    of at least 7,000 Kms of minimum of 48F

    and above Ribbon in India during last

    three FY. (I.e. w.e.f FY 2017 -2018, FY

    2018-2019, FY2019-2020).

    We request you to kinldy accept self-

    attested supply statement instead of

    copy of purchase order as it will

    make bid/offer very bulky. Copy of

    purchase order may be verified at

    later stage, if required. Please

    Confirm.

    50000 Kms may be read as

    25000 Kms and Certificate

    on company letterhead signed

    by company Secretary/Tender

    signing authpority as per

    Power of attorney mentioning

    the complete details of

    supplies made in last three

    financial years will be

    acceptable

  • 16 14.10 13 of 51

    The bidder shall furnish IA

    (Infrastructure Assessment) & TSEC

    certificate issued by BSNL-QA

    The Tender detail for Infrastructure

    Assesment should be provied which

    takes min 15-20 days for upgradation

    if the requirement is TENDER

    based. Also the exixsting TSEC

    certificates available against

    BSNL/BBNL tenders will be

    provided . If new TSEC is required

    against any specific Tender then 90

    days will be required for Fresh

    TSEC. Please provide the tender

    detail against which Infra & TSEC is

    required

    Existing IA & TSEC of

    BSNL/BBNL tenders will be

    acceptable.

    17 16 14 of 51 Period of Bid Validity

    We understand Bid Validity is 180

    days from the date of Closing Date of

    submission of tender, please confirm.

    Clause no. 16 of EOI

    ammended as Period of Bid

    Validity is 180 days from the

    date of bid due date

  • 18 4.28 37 of 51

    The Anti-rodent (Optional) test shall be

    checking the uniformity of application of

    glass rowing yarns around the periphery

    of inner sheath. The test shall be carried

    out by MahaIT QA during type testing or

    can be carried out at any recognized lab

    on finished cable and in addition,

    manufacturer shall also give an

    undertaking in this respect.

    The reports shall be submitted by the

    manufacturers. Termite resistance shall

    be provided with an additive/without

    additive in outer sheath and rodent

    protection shall be provided with Glass

    roving yarns around the periphery of

    inner sheath and these yarns should be

    spread uniformly around the periphery of

    inner sheath.

    The following minimum parametric tests

    on Anti termite / Anti rodent dopants

    shall be carried out during the TSEC

    testing

    - Non-toxicity

    - Thermal Stability

    - Long life Span / half-life

    - Compatibility

    - Efficacy

    Rodent test will be conducted by

    BSNL QA or any other Testing

    Agency . Pleae clarify.

    Please refer clause no.2.7.6

    of EOI

    19 5.1.337-38 of

    51

    The type of legend marking on O.F. cable

    shall be as follows: a) Company Legend

    b) Legend containing telephone mark &

    international acceptable Laser symbol c)

    Type of Fibre– G.652.D d) Number of

    Fibres e) Type of cable f) Year of

    manufacture g) Sequential length

    marking h) User’s Identification i) Cable

    ID

    Please confirm marking on cable -

    Company Legend and User

    identification.

    Will be inform during MOU

    agreement

  • 20 5.3.1 38 of 51

    Length of optical fibre cable in each

    drum shall be 2 Km ± 10% / 4Km ± 10%

    / 8Km ± 10% / 10Km ± 10% and shall be

    supplied as per the order. The variation

    in length of optical fibre cable, as

    specified above (in each drum), shall be

    acceptable.

    We request you to kinldy confirm the

    following:- Total order quantity

    tolerance consignee wise c) Short

    Length range and its

    percentage/quantity of total order

    qunatity as well consignee wise that

    may be supplied.

    Clause 5.3.1 of Annexure-4

    is ammended as Length of

    Optical Fiber Cable in each

    Drum shall be 2.0 Km ± 5%

    and varition of length as

    specified in each drum shall

    be acceptable.

    21 6.2.6 40 of 51

    The HDPE black in colour used for

    sheath shall be UV stabilised.

    Note: A test certificate from a recognised

    laboratory or institute may be acceptable

    for the UV stability of the HDPE sheath

    material

    CACT Certificate of HDPE Black

    Colour will be provided as the

    materail is UV stablised.

    Please adhere EOI Terms

    22 6.2.7 40 of 51

    The material used in optical fibre cable

    must not evolve hydrogen that will affect

    the characteristics of optical fibres.

    Note: A test certificate from a recognised

    laboratory or institute may be acceptable.

    Declaration/Certificate from Raw

    Material Supplier

    Certificate from Raw

    material Supplier

    23

    Sub

    Section

    A-1.3, Sl.

    No.3

    40 of 51

    Tube OD

    for 48F Ribbon Cable: 3.4 + 0.2

    for 96F Ribbon Cable: 4.0 + 0.2

    Tube OD

    for 48F Ribbon Cable: 3.4 ± 0.2

    for 96F Ribbon Cable: 4.0 ± 0.2

    Agreed

    24

    Sub

    Section

    A-1.3, Sl.

    No.13

    41 of 51Qty. of Impregnated Glass roving (min.):

    27 Kg

    Qty. of Impregnated Glass roving

    (min.): 27 Kg/KmAgreed

    25

    Sub

    Section

    A-1.3, Sl.

    No.13

    41 of 51

    Cable diameter

    for 48F Ribbon Cable: 16 + 1.0

    for 96F Ribbon Cable: 17.8 + 1.0

    Cable diameter

    for 48F Ribbon Cable: 16.0 ± 1.0

    for 96F Ribbon Cable: 17.8 ± 1.0

    Agreed

  • 26

    Sub

    Section

    A-1.3, Sl.

    No.13

    41 of 51

    Cable Weight

    for 48F Ribbon Cable: 185 + 8%

    for 96F Ribbon Cable: 230 + 8%

    Cable Weight

    for 48F Ribbon Cable: 185 ± 8%

    for 96F Ribbon Cable: 230 ± 8%

    Agreed

    27 7.2 40 of 51

    All aspects of installation, operation,

    maintenance and fibre splicing shall also

    be covered in the handbook. The pictorial

    diagrams of the accessories (with model

    no. and manufacturer name) supplied

    along with the cable as package shall be

    also be submitted. A hard as well as soft

    copy of the manuals shall be provided.

    We understand this document is

    required only at the time of training

    and as training is not applicable to

    this tender. Hence, this clause is not

    applicale to this tender, please

    confirm.

    Please Adhere EOI Terms

    28

    8 (a)

    Inspectio

    n

    ITI reserves the right to restrict the

    ordering to 2 or 3 vendors who are

    capable of meeting the Quality, Delivery

    and Cost requirements. Preference will

    be given to the vendors with well

    maintained and proven Quality

    Assurance Systems.

    We request you to kinldy clarify the

    criteria of allocation of quantity

    among 2 to 3 vendors.

    All other clause of Annexure

    A except clause no 10 are

    deleted. Annexure-B is

    deleted..

    29

    9

    (Samples

    )

    Those tendereres who have not supplied

    the material against any of our earlier

    orders, should submit FREE SAMPLES

    clearly indicating enquiry reference. Free

    samples along with your offer is

    preferable. In case of a Purchase Order

    on you bulk supply should commence

    only after approval of samples.

    We inform you that we have supplied

    tendered item in large quantity to

    BSNL, therefore we request you to

    kindly waive the condition of

    Sample Submission. In case you

    need sample then please let us know

    the length of sample and quantity of

    sample required. Further, we request

    you to allow to submit the samples

    before opening of commercial bid

    instead of alongwith the offer.

    All other clause of Annexure

    A except clause no 10 are

    deleted. Annexure-B is

    deleted..

  • Sl. No. Page no Clause No. Existing Clause Reply/Action to be taken

    1 11 of 50 13.4

    The successful Bidder’s EMD will be

    retained as interest free security deposit

    & shall be returned after successful

    completion of the Contract/Agreement

    The successful bidder's EMD

    will be retained as interest

    free security deposit & shall

    be returned after successful

    signing of the Contract and

    submission of PBG.

    2 15 of 50 24

    ITIL will issue LOI to the successful

    bidder, The bidder shall sign Contract

    agreement within Thirty (30) working

    days of receipt of intimation, The

    successful bidder requires to sign the

    Contract agreement with the

    TENDERER on mutual agreed terms.

    ITIL will issue LOI to the

    successful bidder, The bidder

    shall sign Contract agreement

    within Fifteen (15) working

    days of receipt of intimation,

    The successful bidder requires

    to sign the Contract agreement

    with the TENDERER on mutual

    agreed terms.