Expression of Interest for a Technology Partner for DWDM Equipment. Ref: COR/PP/DWDM Dt: 02/01/2018

Similar documents
NOTICE INVITING EOI FOR SELECTION OF PARTNERS

Corporate. Empanelment. The bidder can A 1. Scope of. solutions domain. 3) Gas metering. 2(i) office in in India. this EOI. willing to.

ITI Limited Dooravaninagar, Bangalore

Request for Proposal (RFP) For Selection of Intelligent Traffic Management (ITMS) Solution/Technology partners for Faridabad Smart City Limited

SECTION I NOTICE INVITING TENDER (NIT)

NOTICE INVITING EOI FOR SELECTION OF PARTNERS

No. : 29016/46/2012-GA Government of India/ Bharat Sarkar Ministry of Environment & forests General Administration

BHUTAN TELECOM LIMITED Registered Office: Drophen Lam 2/28, Post Box 134, Thimphu 11001, Bhutan. Tel: (975) Fax: (975)

Office Order No. HO/865/ st July, Sub: Adoption of Integrity Pact for Orders / Contracts of value ^ ` 5 Crores & above.

Expression of Interest For Empanelment of technology partners for

PART VI. Pre Contract Integrity Pact (IP) HINDUSTAN AERONAUTICS LIMITED Transport Aircraft Division Kanpur (India)

Request for Quotation for execution of Civil works for VIVA project.

INTEGRITY PACT. Between

Notice Inviting Tender for Purchase of Glass Jars, Plastic bottles, Entomological pins etc.

PRINTING OF IOB WALL CALENDARS PART A (Technical Bid)

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

MEMORANDUM OF UNDERSTANDING BETWEEN CONTAINER CORPORATION OF INDIA LTD. (CONCOR) AND TRANSPARENCY INTERNATIONAL INDIA (TII)

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

INVITATION FOR TENDERS FOR SUPPLY OF Item No. 5: Optical Microscope with Camera and Image Analysis Software

Phone: (0491) (4 Lines) Palakkad Plant, Kanjikode West PALAKKAD (0491)

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

Embassy of India Abidjan (Cote d'ivoire)

The tender document may be download from the website,www,cdac.in/

Ref.-XN/MKT/SPV/Bharat Net Ph II Date

TENDER DOCUMENT. N.I.T.No: TMD/MIN-885 FOR

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

INVITATION OF TENDER BIDS WATER TANKS

COMMERCIAL TERMS AND CONDITIONS

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

PROCUREMENT OF CONDUCTIVITY SENSOR. TENDER NO.W /CS, dt , Due dt DESCRIPTION QUANTITY ARTICLE CODE

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED

BHARAT HEAVY ELECTRICALS LIMITED,

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

TENDER DOCUMENT FOR PURCHASE OF: AMC FOR DATA RECOVERY CENTER D.G SET Tender Number: /13/ESTATE, Dated:

Standard Bid Document

Tender. for. Indian Institute of Technology Jodhpur

MECON LIMITED A Government of India Enterprise

INDIAN STATISTICAL INSTITUTE

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

NOTICE INVITING TENDER PROCUREMENT OF HT STUD 36MM X 16 TENDER NO: W /WEB DATED: DUE DATE:

Invitation to Tender. MDN/PUR/ /RM/ADVT/167/ & Date: 15 th Sept 2017

EOI No / BSNL / CA / / 1. Bharat Sanchar Nigam Limited

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

Terms and Conditions of Outward Interbank Giro System and Automated Payment System Plus

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

Note: Offers received with any deviations with respect to Tender Terms, Conditions, Payment term, Delivery term, etc. will be liable for rejection.

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

of Server No. of Server Period of AMC 06 One year The details of tender document are as below:

Tender Terms and Conditions: 1. This invitation of bid is open to contractors, Class-Small registered with the Construction Development Board

Notice inviting e-bids for Printing and Supply of IEC Material

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

Any sort of deviations may lead to rejection of offer.

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

UV-Visible Spectrophotometer

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

Section I: Instruction to Offerors

TENDER NOTICE. SATS Airport Services Pte Ltd (Co Reg. No R)) invites tender for the following:

NATIONAL INSTITUTE OF TECHNOLOGY ANDHRA PRADESH

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

TENDER NO: PROCUREMENT OF TRANSFORMER OIL AS PER SPECIFICATION ATTACHED

1 P a g e P r i v a t e & C o n f i d e n t i a l

STANDARD BIDDING DOCUMENTS Procurement of Goods/Services (Revised April 2013)

MMTC LIMITED Core 1, Scope Complex, 7 Institutional Area, Lodi Road, New Delhi INVITES EXPRESSION OF INTEREST (EOI)

TENDER DOCUMENT FOR PURCHASE OF: HOSE PIPES. Tender Number: /OSM, Dated:

TENDER DOCUMENT FOR PURCHASE OF: AMC FOR 2 HARDNESS TESTING ROCKWELL MACHINES Tender Number: /376/DIE, Dated:

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

CSIR-CENTRAL MECHANICAL ENGINEERING RESEARCH INSTITUTE MAHATMA GANDHI AVENUE, DURGAPUR , WEST BENGAL TENDER DOCUMENT FOR MS/SS SHEET

Jaipur Zila Dugdh Utpadak Sahakari Sangh Ltd. Tender document. for PEST CONTROL RATE CONTRACT SIGNATURE OF THE TENDERER

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot.

STANDARD TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES

THE BRAITHWAITE BURN AND JESSOP CONSTRUCTION CO. LTD.

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

NOTICE INVITING TENDER

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

Government of India Ministry of Information & Broadcasting. Broadcast Engineering Consultants India Limited. C-56 A/17, Sector -62, Noida (UP)

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED (A Govt. of India Enterprise) NIT/DGM(P-V)/AN/TRANSPORT/2140/2018 DT

PEC University of Technology, Chandigarh

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

TENDER DOCUMENT FOR PURCHASE OF: POLYCARBONATE INSERTS OF RS. 10 Tender Number: /COINING, Dated:

GENERAL TERMS & CONDITIONS FOR SUPPLYING MATERIALS AND SERVICES TO COCA-COLA SABCO MOZAMBIQUE (GTCCCSM)

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY

Japanese Grant Aid for the Economic and Social Development Programme General Conditions of Contract for the Purchase of Goods (2018)

Supply and Installation of A3 Size Scanner

PRINTING AND SUPPLY OF VARIOUS TYPE OF ANSWER BOOKS / OMR SHEETS

REQUEST FOR PROPOSAL For Food Plaza for Leasing

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

No. DGP/17-A/6162/ Roti Maker Machine/40/2017-R Tender Fee 2,000/- TENDER FORM

Bank Note Paper Mill India Private Limited, Mysore

Transcription:

Expression of Interest for a Technology Partner for DWDM Equipment Ref: COR/PP/DWDM Dt: 02/01/2018 PART 1: GENERAL REQUIREMENTS 1. Introduction ITI Limited, a Public Sector Undertaking under the Department of Telecommunications, Ministry of Communications & IT, is a leading Telecom equipment manufacturer and solution provider in India. The major customers are BSNL, MTNL, Defence, Paramilitary forces and Railways. ITI seeks the partnership of Reputed Technology Providers for Dense Wavelength Division Multiplexing (DWDM) Equipment business. The Technology Provider shall be ready to support ITI for the Tenders / Purchase orders of BSNL, MTNL, and other customers for the supply of DWDM equipments. The immediate requirement will be to address the BSNL Tender No. CA/CFA-Radio/CTDP-DWDM/T- 604/2017 issued on 14.11.2017 intended for Supply, Installation, Testing and Commissioning of 10 G, 40 Channels Dense Wavelength Division Multiplexing (DWDM) Equipment, Digital Cross Connects (DXCs) equipment and associated items for implementation of Comprehensive Telecom Development Plan (CTDP) of North East Region. With this background, ITI invites business proposal from Technology Providers of DWDM and DXC, who are fulfilling the following to address business opportunity for the said product: 2. Bidder should be an Original Design Manufacturer (ODM) or Original Equipment Manufacturer (OEM) for DWDM and DXC equipment OR a System Integrator (SI) for the project for turnkey delivery of all the requirements given in the tender. 3. Bidder (or his/her technology partner, in case the Bidder is an SI) shall be capable of providing Functional and technical requirement of DWDM as per TEC GR no. TEC/GR/TX/WDM-010/01/DEC-16 and Appendix- A (as per BSNL Tender-for long haul application) with amendments and DXC as per TEC GR No. GR/DXC- 03/02.SEP.2008. and Appendix- A (as per BSNL Tender) with amendments, and also the requirements as per BSNL Tender no. CA/CFA-Radio/CTDP-DWDM/T- 604/2017 issued on 14.11.2017. They shall be in a position to meet any enhanced requirements of the customer. The solution offered shall be complete as per this tender. 4. The Bidder (or his/her technology partner, in case Bidder is an SI) should have the experience of Supply & deployment of minimum 20 nos. of OADMs and 40 nos. of OLA of 10 G, 40 / 80 Ch. DWDM equipment and 10 nos. of DXCs to any Telecom

Service Provider / Defence Organisation / Government Organisation / Telecom Infrastructure Provider/ Broadcast Service Provider anywhere in the world. 5. The bidder should have a minimum average annual turnover of Rs. 15 Crore ( per annum) during the last three financial years (i.e. 2014-15, 2015-16 and 2016-17) 6. The Bidder, if SI, shall have experience on executing turnkey projects in the telecom domain in the last three years and shall submit details in this regard. 7. In case the Bidder is an SI, the Bidder shall give the details of the OEM with whom the Bidder has partnered to address this tender. Documentary evidence regarding this partnership shall be submitted by the Bidder. 8. Bidders shall be ready to meet the BSNL tender conditions with respect to all activities like supply, installation, integration commissioning and maintenance of all items/subsystems and services as given in the BSNL tender on an end to end basis. However, in case ITI desires to have value addition for any of the activities under the tender/purchase order, the Bidder shall be ready for the same on finalization of mutually agreeable terms and conditions. 9. The Bidder shall furnish full details on the solution offered to address the tender, along with the compliances to the tender requirements and their readiness to support partnership for participating in the tender and executing any purchase order post tender. 10. ITI will give preference to those Bidders who have been qualified as Domestic Manufacturers having requisite value addition in the products to qualify their DWDM & DXC products as Domestically Manufactured Electronic Products (DMEP). However, offers from other Bidders will be considered based on the evaluation of the offers and ITI reserves all rights in selection of the Bidder. 11. Bidders may please send their proposals in separate two sealed covers or through e-mail to the following address: DGM - Projects & Planning ITI Limited, Regd, & Corporate Office, ITI Bhavan Doorvaninagar, Bangalore 560 016 Telephone: (080) 25617490 / 25614466 Extn. 2279 Mob: +91 9880599318 E-mail: anniedavis_crp@itiltd.co.in 12. If the offer is sent in hard copies, they shall be submitted in two covers. The first cover (Technical Proposal) shall contain clause-by-clause compliance to PART 1 of the EoI document and any other documents requested in the PART 1 of the document. The other cover (Commercial Proposal) shall contain clause-by-clause compliance to PART 2 of the EoI document. Cover 1(Technical Proposal) shall also include a copy of the response to PART 2 (Commercial Proposal) except the response to Sl. No.1 of PART 2.

13. In case the offer is submitted as soft copy, the same can be sent through E-mail. In that case, the Commercial Proposal shall be submitted in a file with password protection and the password shall be sent to us separately after our request only. However, a copy of the Commercial Proposal without showing the response to Sl. No. 1 of Part 2, shall be included in the Technical proposal (without any password protection). Also, one set of hard copy shall be sent within 7 days from the EoI due date. 14. All the pages of the technical offer and the commercial offer shall be signed by an authorized person of the Technology Provider. 15. Period of Validity of offers: The offer shall remain valid for a period of at least 180 days from the due date of offer submission. Offers valid for a shorter period shall be rejected. 16. Late offer: Any offer received after the prescribed timeline shall be rejected and shall be returned unopened to the vendor. 17. Language of offers: The offers prepared by the vendor and all the correspondences and documents relating to the offers exchanged by the vendor, shall be written in English language. 18. Award of Contract: ITI reserves the right to enter into technology tie up with the Technology Provider who meets the eligibility conditions and offers the lowest price and, if finalized by ITI, a Memorandum of Understanding Agreement will be signed with the Technology Provider for pursuing all activities related to addressing BSNL tender. 19. Authorized Signatory: All certificates and documents received as part of the offer shall be signed by the Authorized Representative (signing is not mandatory for technical manuals or documentation). The power or authorization, or any other document consisting of adequate proof of the ability of the signatory to bind the vendor shall be submitted when demanded by ITI. 20. ITI reserves the right to suspend or cancel the EoI process at any stage, to accept, or reject any, or all offers at any stage of the process and / or to modify the process, or any part thereof, at any time without assigning any reason, without any obligation or liability whatsoever. 21. Cost of EoI: The Technology Provider shall bear all costs associated with the preparation and submission of his/her response against this EoI, including cost of presentation for the purposes of clarification of the offer, if so desired by ITI. ITI will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the EoI process. 22. The Technology Provider shall be ready to give clarifications on any part of the offer to ITI.

23. Amendment of EoI: At any time prior to the last date for receipt of offers, ITI, may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Technology Provider, modify the EoI document by an amendment. In order to provide prospective Technology Provider reasonable time to take the amendment into account in preparing his/her offer, ITI may, at their discretion, extend the last date for the receipt of offers and/or make other changes in the requirements set out in the Invitation for EoI. 24. Disclaimer: ITI and/or its officers, employees disclaim all liability from any loss or damage, whether foreseeable or not, suffered by any person acting on or refraining from acting because of any information including statements, information, forecasts, estimates or projections contained in this document or conduct ancillary to it whether or not the loss or damage arises in connection with any omission, negligence, default, lack of care or misrepresentation on the part of ITI and/or any of its officers, employees. 25. Please enclose the document/ compliance to the following: a) Brief technical literature of DWDM and DXC Equipment. b) Experience details - Provide necessary certificate/(s) for supply and satisfactory performance of the equipment from concerned user organizations as mentioned in Clause 4. The details of the supplied equipment such as the supplied quantity, make/model of the equipment and date since the supplied equipment is in operation etc. are to be mentioned in the user certificate. The supplied equipment shall be in operation in the network minimum for one year on the date of submission of the bid. In case of OLA supply experience of OADM/ROADM shall also be considered. In case of OADM experience of ROADM and OTM shall also be considered. c) Financial performance - Copies of audited annual report for last 3 years to be enclosed. d) Confirmation on 100% compliance to TEC GR no. TEC/GR/TX/WDM- 010/01/DEC-16 (for long haul application) and TEC GR No. GR/DXC- 03/02.SEP.2008 (DXC), Technical specifications as per BSNL Tender No. CA/CFA-Radio/CTDP-DWDM/T-604/2017 issued on 14/11/2017. In case of any deviation to the GR clauses or tender requirements, please submit a list of deviations. e) Please give details of repair centers available in India for warranty and post warranty support. If the support centers are already not established, willingness to establish support centers in India as required by ITI s customers. f) Willingness for Transfer of Technology for installation and maintenance service. g) Signed Integrity Pact (copy of which is enclosed). h) Certificate of Incorporation / Registration details of the Company.

i) GST Registration Number j) Copy of PAN certificate. 26. In case the Bidder is an SI, enclose letters from OEMs confirming their compliance to the BSNL tender requirements and also on their readiness to support for bidding for the tender and executing any order received post tender. 27. Please give compliance to support ITI to bid for the tender and execute any purchase order post tender - fully on back to back basis. 28. Please give details of repair centers available in India for warranty and post warranty support. If the support centers are already not established, willingness to establish support centers in India as required by ITI s customers. 29. The last date for receiving the proposal is 10/01/2018 11A.M. and will be opened at 03.30P.M. same day. Note. In case the date of submission of bid is declared to be a holiday, the bid may be submitted by 11A.M. on the next working day of ITI. PART 2: Definition: COMMERCIAL PROPOSAL Customer's basic price = Customer's all inclusive price less Duty, GST, Levies and Freight, Forwarding & Insurance. 1. Margin to ITI:.. (% Margin offered to ITI on end customer s basic price. This shall be offered on the basis that the Purchase order will be executed by the Bidder fully on back to back basis.) 2. Your acceptance to the following: a) Delivery Terms: FOR at ITI Works (ITI Ltd. Naini). b) Payment Terms: Payment will be 100% on back to back terms as per end customer s tender and/or purchase order terms. i.e., payment will be made on receipt of payment from the end customer. c) Submission of EMBG, PBG etc.: The Technology Provider shall be ready to submit EMBG, PBG etc. as per end BSNL tender / PO. d) In case ITI s bid against the BSNL tender is rejected on account of non compliance of technical eligibility conditions or technical requirements attributable to the

selected technology partner, the EMBG/PBG submitted by the technology provider to ITI for the BSNL tender shall be forfeited. e) Currency of Payment: ITI will place Purchase Order on Technology Provider in INR, FOR ITI-premises. Any foreign exchange variation shall be borne by the Technology Provider. f) Liquidated Damages (LD)/ Penalties: LD/ Penalties incurred on account of delay in supply, delay in TSEC/Validation, product failure during warranty if any and deficiency in Warranty and AMC services attributable to the Technology Provider shall be borne by the Technology Provider. g) Willingness to extend all support as per terms and conditions of the BSNL tender on back to back basis. h) Willingness to extend necessary technical assistance and also provide necessary equipments (on returnable basis) required for Testing/Validation, equipment acceptance testing, installation, commissioning and maintenance.

PRE-CONTRACT INTEGRITY PACT GENERAL This pre-bid pre-contract agreement (hereinafter called the Integrity Pact) is made on day of... the month of.., between, ITI Limited, ITI Bhavan, Dooravaninagar, Bangalore 560016, India, (hereinafter called the "BUYER", which expression shall mean and include, unless the context otherwise requires, his successors in office and assigns) of the First Part and M/s.. (address of the Bidder) (hereinafter called the "BIDDER " which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns) of the Second Part. WHEREAS the BUYER proposes to invite Expression of Interest (EoI) for selection/ empanelment of technology partner for a technical tie-up with ITI for the marketing/manufacturing of Dense Wavelength Division Multiplexing (DWDM) Equipment, Digital Cross Connects (DXCs) equipment and the BIDDER is willing to participate in the EoI as per the terms and conditions mentioned thereon; WHEREAS the BIDDER is a private company/public company/government undertaking/partnership company (strike off whichever is not applicable), constituted in accordance with the relevant law in the matter and the BUYER is a PSU under the Department of Telecommunications, Ministry of Communications & IT, Government of India. NOW, THEREFORE, To avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to :- Enabling the BUYER to select/ empanel a technology partner for the marketing/ manufacturing of DWDM & DXC through the EoI in a transparent and corruption free manner, and Enabling BIDDERs to abstain from bribing or Indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any form, by its officials by following transparent procedures. The parties hereto hereby agree to enter into this Integrity Pact and agree as follows: 1. Commitments of the BUYER

1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any person, organisation or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract. 1.2 The BUYER will during the pre-contract stage, treat all BIDDERs alike, and will provide to all BIDDERs the same information and will not provide any such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to other BIDDERs. 1.3 All the officials of the BUYER will report to the appropriate Government office any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach. 2 In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the BUYER the proceedings under the contract would not be stalled. 3 Commitments of BIDDER 3.1 The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during any pre-contract or post-contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following:- a) The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER, connected directly or indirectly with the bidding process, or to any person, organisation or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract. b) The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage,

commission, fees, brokerage or inducement to any official of the BUYER or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or, execution of the contract or any other contract with the Government for showing or forbearing to show favour or disfavour to any person in relation to the contract or any other contract with the Government. c) BIDDERs shall disclose the name and address of agents and representatives and Indian BIDDERs shall disclose their foreign principals or associates. d) BIDDERs shall disclose the payments to be made by them to agents/ brokers or any other intermediary, in connection with this bid/contract. e) The BIDDER further confirms and declares to the BUYER that the BIDDER is the original manufacturer/ integrator and has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries, whether officially or unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual, firm or company in respect of any such, intercession, facilitation or recommendation. f) The BIDDER either while presenting the bid or during pre-contract negotiations or before signing the contract, shall 'disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their family members, agents, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments. g) The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract. h) The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities. i) The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and business details, including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged. j) The BIDDER commits to refrain from giving any complaint directly or

through any other manner without supporting it with full and verifiable facts. k) The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned above. l) If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER, either directly or indirectly, is a relative of any of the officers of the BUYER, or alternatively, if any relative of an officer of the BUYER has financial interest/stake in the BIDDER's firm, the same shall be disclosed by the BIDDER at the time of filing of tender. The term 'relative' for this purpose would be as defined in Section 6 of the Companies Act 1956. m) The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of the BUYER. 4 Previous Transgression 4.1 The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact, with any other company in any country in respect of any 'corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any Government Department in India that could justify BIDDER's exclusion from the tender process. 4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason. 5 Sanctions for Violations 5.1 Any breach of the aforesaid provisions by the BIDDER or anyone employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the following actions, wherever required:- a) To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue. b) To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER.

c) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the BUYER resulting from such cancellation/rescission. d) To recover all sums paid in violation of this Pact by the BIDDER(s) to any middleman or agent or broker with a view to securing the contract. 5.2 The BUYER will be entitled to take all or any of the actions mentioned above, also on the Commission by the BIDDER or anyone employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention of corruption. 5.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the Independent Monitor(s) appointed for the purposes of this Pact. 6 Independent Monitors 6.1 The BUYER appoints Independent Monitor (hereinafter referred to as Monitor) for this Pact in consultation with the Central Vigilance Commission. 6.2 The task of the Monitor shall be to review independently and objectively, whether and to what extent the parties comply with the obligations under this Pact. 6.3 The Monitor shall not be subject to instructions by the representatives of the parties and perform their functions neutrally and independently. 6.4 Both the parties accept that the Monitor have the right to access all the documents relating to the project/procurement, including minutes of meetings. 6.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform the Authority designated by the BUYER. 6.6 The BIDDER(s) accept(s) that the Monitor has the right to access without restriction to all Project documentation of the BUYER including that provided by the BIDDER. The BIDDER will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The Monitor shall be under contractual obligation to treat the information and documents of the BIDDER with confidentiality.

6.7 The BUYER will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the parties. The parties will offer to the Monitor the option to participate in such meetings. 6.8 The Monitor will submit a written report to the designated Authority of BUYER within 8 to 10 weeks from the date of reference or intimation to him by the BUYER I BIDDER and, should the occasion arise, submit proposals for correcting problematic situations. 7 Facilitation of Investigation 7.1 In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination. 8 Law and Place of Jurisdiction 8.1 This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER. 9 Other Legal Actions 9.1 The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings. 10 Validity 10.1 The validity of this Integrity Pact shall be from date of its signing and extend up to the contract period with the BUYER in case a contract is signed. In case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract. 10.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions. 11 The parties hereby sign this Integrity Pact.

BUYER BIDDER Name of the Officer. CHIEF EXECUTIVE OFFICER Designation M/s. (address) ITI Limited (address) Place: Place: Date: Date: Witness: 1... 1. 2... 2..