andhra pradesh power generation corporation limitedapgenco.gov.in/files/238.pdf · 2015-04-20 · 1...
TRANSCRIPT
- 1 -
ANDHRA PRADESH POWER GENERATION CORPORATION LIMITED
VIDYUT SOUDHA, HYDERABAD-500082
LOWER SILERU HYDRO ELECTRIC SCHEME
SPECIFICATION No: E001 /14-15/ ED (IS) / APGENCO /LSHES EPABX / 2014, DT: 17 .09. 2014
(THIS IS A TWO PART BID)
Name of the work:
Supply, Installation, testing and commissioning of IP based Communication Servers for
establishing EPABX system at LSHES with necessary networking equipment, optical fiber cables and its associated accessories to extend the communication among the chief Engineer office, Powerhouse and stores at LSHES, Mothugudem, Khammam Dt
FOR
LOWER SILERU HYDRO ELECTRIC SCHEME
APGENCO, Mothugudem – 507 113, Khammam Dt, A.P
Instructions to bidders, General & Financial Terms and Conditions,
Technical Specification and schedules & Annexures
Phone No : 040- 23499600 / 910 Fax No : 040- 23840212
EXECUTIVE DIRECTOR / IS VIDYUTSOUDHA, HYDERABAD-82
- 2 -
CONTENTS
S. No
Description
Page No.
1 Notice Inviting Tender 3 -7
2 Important instructions to tenders regarding two part Bid
8
3 Section – I Instructions to Bidders 9 - 17
4 Section - II (General Purchase conditions)
18 -21
5 S Section - III (Financial))
22 – 25
6 Section – IV (Technical Particulars)
26 -34
7 Schedules A ( Bill of Material) Un-priced proposal 35 - 36
7 Schedules 1 to 8 37 – 45
8 Annexure 1 to 10 46 - 54
9 Pre Qualification and Eligibility Documents (PQB Template) 55
10 Price Bid : Schedule B ( Commercial Template) 56-58
11 IP Communication Layout for LSHES 59
- 3 -
ANDHRA PRADESH POWER GENERATION CORPORATION LIMITED
VIDYUT SOUDHA:: HYDERABAD – 500 082
NOTICE INVITING TENDER
NO. e- /14/ED (IS)/APGENCO/ EPABX / 2014
1. Department Name Andhra Pradesh Power Generation Corporation Limited
2. Circle/Division Name Executive Director / IS / APGENCO
ERP shakthi building, GTS colony, Hyderabad.
3. Tender Notice No. E001/14-15/ ED (IS) / APGENCO /LSHES EPABX / 2014,
DT: 17 .09. 2014
4. Name of Work
Supply, Installation, testing and commissioning of IP based Communication Servers for establishing EPABX system at LSHES with necessary networking equipment, optical fiber
cables and its associated accessories to extend the communication among the chief Engineer office, Powerhouse and stores at LSHES, Mothugudem, Khammam Dt
5. Estimated Contract Value Rs. 15. 79 Lakhs ( including taxes)
6. Period of Contract 60 days from the date of purchase order.
7. Form of Contract LS
8. Tender Type Open
9. Tender Category Materials & Works
10.
Transaction Fee payable
to APTS, payable at
Hyderabad (As per G.O.
Ms No 10&11, dtd
23.07.2010 IT&C Dept) :
including service tax
0.03% on the Total contract value + Service Tax as
applicable @ 12.36% thereon and bank charges as applicable
or as levied by Govt. India from time to time on the transaction
fee through online. Transaction Fee is not returnable.
11. Bid Security (EMD)
Rs. 7895/- by way of Demand Draft. The PEMD holders need
not furnish separate EMD. However they should upload a copy
of PEMD approval issued by the competent authority.
12. Bid Security Payable to
By way of DD drawn on Nationalized Bank in favour of
Pay officer , APGENCO, Vidyut Soudha, Hyderabad - 500 082
payable at Hyderabad.
13. Process Fee Not Applicable
14. Schedule Available Date &
Time 20.09.2014, 14.00 Hrs on wards
15. Schedule Closing Date
&Time 08 .10.2014, 14.00 Hrs.
16. Bid Submission closing
Date & time 08 .10.2014, 15.00 Hrs.
17. Bid Submission Online through e- procurement portal
18. Bid Validity 180 days from the date of opening of the Bid
19. Pre Bid Meeting Not Applicable
20. Pre Qualification/
Technical Bid Opening
Date (Qualification and
Eligibility Stage)
08 .10.2014, 16.00 Hrs.
- 4 -
21. Price Bid Opening Date &
Time Date will be intimated later
22.
Eligibility Criteria QUALIFYING REQUIREMENTS
i) The offered equipment should have interface approval
certificate issued by TEC / ITU- T in the name of original
equipment manufacturer.
ii) The bidder should furnish the authorization letter from
the respective OEMs.
iii) The firm should be in existence for last 3 years.
Certificate of registration/documentary evidence is to be
enclosed)
iv) The bidder must furnish the balance sheet statement
with profit & loss amount for the last three financial
years.
v) The bidder should be a previous experience in supply,
installation of similar/above capacity EPABXs and cables
to Govt /Corp/ reputed organizations like BSNL,
Railways, Banks, RTC, Transco & Discoms and reputed
firms etc. Details should be indicated in Schedule –I
and furnishing the performance certificate from the
respective customers.
vi) The bidder should have a minimum Turnover of Rs.32
lakhs per annum on average during the last three years
( Details should be furnished in Annexure -7)
vii) The bidder should have supplied & commissioned the two
times of present tender quantity per annum on an average
of the items during the last three years, out of which one of
the order shall be for 50% of the tendered
quantityi.e.8lakhs(approx) which shall be substantiating
with documentary proof.( Details should be furnished in
Annexure -9)
viii) The Bidder should give a Declaration that the firm has
not been debarred/blacklisted from last three years by any
Central or State Govt./Quasi Govt. Departments or
organizations for non-satisfactory past performance,
corrupt, fraudulent or any other unethical business
practices as per Format Given in Annexure -5
Note : a) All the relevant documents in support of above must
be uploaded on e- platform . Bids not satisfying the
above pre-qualification requirements will be rejected
b) Not withstanding anything stated above the
Corporation reserves the right to assess the bidders
capacity to execute the contract should the circumstance
warrant such an assessment in the overall interest of
the Corporation
23. Place of Opening of
Tenders
In the office of Divisional Engineer/Telecom, APGENCO
R.No.415, B- Block, Vidyut Soudha.Hyderabad-500082
24. Officer Inviting Bids Executive Director / IS, APGENCO, ERP shakthi building, GTS
colony, Hyderabad-500045, Telangana.
25. Address Executive Director / IS, APGENCO, ERP shakthi building, GTS
colony, Hyderabad-500045, Telangana
- 5 -
26 Contact Details Phone : (040) 23499600 / 23499910,23840244 Fax : (040)
23840212
27 Procedure for bid
submission
a) The bids shall be in the prescribed forms which can be
obtained from ‘e’ procurement platform from the date of
electronic publication up to the time and date indicated in
the tender notice. The intending bidders shall enroll
themselves on the ‘e’ procurement market-place www.
eprocurement. gov. in. Those contractors who register
themselves in the ‘e’ procurement market place can
download the tender schedules free of cost. The bidder shall
authenticate the bid with his digital certificate for submitting
the bid electronically on e- procurement platform and the
bids, not authenticated by digital certificate of the
bidder, will not be accepted on the e-procurement
platform as per the G. O. Ms. No. 6, I.T&C Department,
dated. 28-2-2005.
b) Intending bidders can contact officer Inviting Bids (S.No 25
& 26) for any clarification / information on any working day
during working hours.
c) The bidders who are desirous of participating in e-
procurement shall submit their technical bids, price bids
etc., in the standard formats prescribed in the tender
documents, displayed at “e” market place. The bidders
shall invariably upload the statement showing the list of
documents etc., in the “e” market place in support of their
Technical bids. The bidders shall load scanned copies of all
relevant certificates including EMD/PEMD. The bidder shall
sign on all the statements, documents, certificates,
uploaded by him, owning responsibility for their correctness
/ authenticity.
All the supporting documents are to be uploaded in one file.
d) If any tenderer fails to submit the hard copies of DD / BG for
EMD & hard copies of uploaded documents on or before the
stipulated time prior to issue of LOI/Purchase order the
tenderer will be suspended/disqualified from participating in
the tenders on e-procurement platform for a period of 12
(Twelve) months from the date of bid submission. The
suspension of tenderer shall be automatically enforced by
the e-procurement system.
e) Technical bid evaluation of the tenderers would be done on
the certificates/ documents uploaded towards qualification
criteria furnished by them.
28. Statutory Requirements The Tenderer shall fulfill the following statutory requirements.
Income tax Clearance Certificate: Furnishing of income tax
certificate is dispensed with; however the contractor shall
furnish their copy of Permanent Account Number (PAN) card
and copy of latest income tax returns submitted along with the
proof of receipt
29. Other Payments to be
made
Apart from the Bid Security (EMD) the tenderer shall be liable
to pay the following amounts.
a) Corpus Fund: Nil upto the quoted value of Rs.10 lacks. Over
& above successful bidder has to pay Corpus fund @ 0.04% with
a cap of Rs.10,000/- for quoted value upto Rs.50 Crores and
Rs.25,000/- if the quoted value is above Rs.50 Crores, plus
service tax as applicable through demand draft in favour of the
Managing Director, APTS, Hyderabad. The same has to be
- 6 -
submitted to APGENCO at the time of concluding agreement/
prior to receipt of purchase order.
30. Documents to be
submitted to the Tender
inviting authority
The tenderer is liable for disqualification, if he is found to have
mislead or furnished false information in the Forms / Statements
/ Certificates submitted in proof of qualification requirements and
record of performance such as abandoning of work, not properly
completing of earlier contracts, inordinate delay in completion of
works, litigation history, Financial failures and/or participated in
the previous tendering for the same work and has quoted
unreasonably high price, etc.
Even while execution of the work, if found that the contractor had
produced false/fake certificates of experience, he will be black
listed and the contract will be terminated and his Bid security will
be forfeited and work will be carried out through other agency at
his cost and risk.
The tenderer shall furnish the declaration that:
1) They have not been black listed in any department due to any
reasons.
2) They have not been demoted to lower category in any
department for not filing the tenders after buying the tender
schedules in a whole year and their registration have not been
cancelled for a similar default in two consecutive years.
3) They will agree to get disqualified themselves for any wrong
declaration in respect of the above and get their tender
summarily rejected.
4) The soft copies uploaded by them are genuine. Any
incorrectness /deviation noticed will be viewed seriously apart
from canceling the work duly forfeiting the Bid security. Criminal
action will be initiated including suspension of business and/ or
black listing.
31 Other relevant
information
1. APGENCO reserves the right to reject any or all the tenders
without assigning any reasons there of.
2. APGENCO reserves the right to amend or modify the tender
and its conditions before bid submission closing date &
time of tenders under intimation to the tenderers.
3. Any other condition regarding receipt of tenders in
conventional method appearing in the tender documents
may please be treated as not applicable.
4. The contractors have to upload the information preferably
in Zip format. The contractors are requested to submit the
original DD before opening of Price Bid.
5. The contractors are requested to submit the original DDs
along with other hard copies required as soon as requested
by the tender inviting authority.
6. The contractors should upload the documents duly signing
each and every paper.
7. For all clarifications & guidance, the bidders may contact the
Executive Director (IS)/APGENCO, ERP shakthi building,
GTS colony ,Hyderabad-500045, Telangana
32 Submission of Transaction
fee
In Compliance to the Go.Ms.13 IT&C Dept dated 07-05-2006,
the Online Payment facility for payment of Transaction fee for
tenders processed in e-Procurement platform is made available to
the participating bidders. The platform www.eprocurement.gov.in
has already enabled the online payment services from 13.07.2006
but has been extending the mandatory dates on the request of the
- 7 -
suppliers to give them sufficient time to apply for credit cards or to
open current accounts with Net banking facility at ICICI or HDFC
Banks.Go.Ms.11 dt. 05.05.2007 is also issued to enable direct debit
facility to the users through Axis Bank also.
The Online payment facility will help the participating bidders to a
great extent as it eliminates submission of hard copies for the
Transaction fees to the Tender Inviting Authority, which has been
a pain point to the bidders as delay or lapse in submission of the
hard copies would entail disqualification / Suspension of bidder
and automatic deactivation of the defaulting bidders user account
on the recommendation of the Tender Inviting Authority on these
grounds. The Govt is also planning to bring online payment facility
of EMD amounts in the near future though Internet banking.
The Govt has decided to make mandatory online payment of
Transaction fee with effect from 02-02-2007. All the suppliers and
contractors are requested to immediately avail online payment of
transaction fee through the payment gateway facility so as not to
face any inconvenience with effect from 15 January 2007. The
bidders could make online transaction using any MASTER/VISA
credit card issued by any bank or through Net banking accounts
with ICICI , HDFC and AXIS Banks
33 Consignee & Destination Asst. Divisional Engineer/Stores, Polluru camp, LSHES,
Mothugudem - 507113, Khammam Dist., Andhra Pradesh
34 Pay Officer SAO, LSHES, Mothugudem - 507113, Khammam Dist., A.P
Executive Director / IS,
APGENCO
- 8 -
IMPORTANT INSTRUCTIONS
TWO PART BIDDING
a) The bids shall be submitted online. Training kit is available on the NIT page
(https://tender.eprocurement.gov.in/asp/tmsv2/ViewNitDetailsHome.asp). All the documents to
be submitted as soft copies shall be signed & stamped, scanned and uploaded. Those documents
which shall be submitted as hard copies shall be signed, stamped and sent to reach the tender
inviting authority. List of the documents to be submitted in hard copies/ soft copies is given in
Annexure-04
b) Bids will be processed in two stages (two part bid). In the first stage, bids will be evaluated in
Pre-qualification and Technical terms. Only qualified bids will be considered for second stage of
Price Bid opening/evaluation. The on-line system will not open the price-bids of tenderers who
are not qualified in PQB evaluation.
c) Physical presence of the bidders is not required at the time of PQB/Technical bid opening or
Price bid opening
- 9 -
SECTION-I
INSTRUCTIONS TO BIDDERS
1.0 NAME OF WORK:
Supply, Installation, testing and commissioning of IP based Communication Servers for establishing EPABX system at LSHES with necessary networking equipment, optical fiber
cables and its associated accessories to extend the communication among the chief Engineer office, Powerhouse and stores at LSHES, Mothugudem, Khammam Dt as per the scope of work detailed under 7.0 of instruction to bidders.
The Executive Director/IS, APGENCO, GTS colony, Hyderabad-500082, Andhra Pradesh invites
bids for the above materials during the period, for which dates and time are specified in the NIT
and will be opened by (him) or his nominee at his office on the date and time mentioned in the
NIT.
1.1 The intending Bidders would be required to enroll themselves on the ‘e’-procurement market
place at www.eprocurement.gov.in
1.2 The Bids should be in the prescribed form invited on e-procurement by the Executive
Director/IS, APGENCO, GTS colony, Hyderabad-500082, Andhra Pradesh (As specified in
NIT) that can be downloaded free of cost from the website www.eprocurement.gov.in
1.3 The dates stipulated in the Bid notice are fixed and under any circumstances they will not be
relaxed unless officially extended.
1.4 The Bidder should upload scanned copies of all enclosures required for the schedules &
Annexures and furnish hard copies (Bid security (EMD), &Transaction Fee) if requested by
the Competent Authority within 3 (Three) days.
1.5 The Bid opening Authority will not consider any Bid received after expiry of date and time
fixed (As specified in NIT)
1.6 Transaction fee: as per NIT Sl No.10.
1.7 Corpus Fund: as per NIT Sl No.29.
1.8 The successful Bidder is expected to complete the supplies within the time period specified in
the NIT.
2.0 QUALIFICATION REQUIREMENTS OF THE BIDDERS:
2.1 The Bidder shall furnish the following particulars in the formats provided online and supported
documentary evidence shall be uploaded.
Attested copies of documents relating to the Registration of the firm, Registration as TEC
licensed Contractor, Partnership deed, Articles of Association, Commercial Tax Registration,
Latest Income Tax Clearance certificate /latest IT return and PAN number from IT Department ,
Balance sheets & Profit & loss statements attested by Charted & Accountant etc.
- 10 -
3.0 ELIGIBILITY CRITERIA:
FOR TECHNICAL AND PRE-QUALIFICATION BID
i) The offered system should have interface approval certificate issued by TEC/ ITU - T in the
name of original equipment manufacturer.
ii) The bidder should furnish the authorization from the respective OEMs
iii) The firm should be in existence for last 3 years. Certificate of registration/ documentary
evidence is to be enclosed )
iv) The bidder must furnish the balance sheet statement with profit & loss for the last three
financial years.
v) The bidder should be a previous experience in supply, installation of similar/above capacity
of IP communication servers and cables to Govt /Corp/ reputed organizations like BSNL,
Railways, Banks, RTC, Transco & Discoms and reputed firms etc. Details should be
indicated in Schedule –I and furnishing the performance certificate from the respective
customers.
vi) The bidder should have a minimum Turnover of Rs.32 lakhs per annum on average
during the last three years ( Details should be furnished in Annexure -7)
vii) The bidder should have supplied & commissioned the two times of present tender quantity
per annum on an average of the items during the last three years, out of which one of the
order shall be for 50% of the tendered quantityi.e.8lakhs(approx) which shall be
substantiating with documentary proof.( Details should be furnished in Annexure -9)
viii) The Bidder should give a Declaration that the firm has not been debarred/blacklisted from
last three years by any Central or State Govt./Quasi Govt. Departments or organizations
for non-satisfactory past performance, corrupt, fraudulent or any other unethical business
practices as per Format Given in Annexure -5
Bids shall quote for the entire contract i.e.
i) Supply, Installation, Commissioning and Testing of 2 Nos. of IP communication servers
and IP phones
ii) Supply, Overhead Laying of 6 core OFC & Testing of OFC Cable and testing, commissioning
and termination of MDFs/JBs for LSHES shall only be considered.
Note : a) Bids not satisfying the above pre-qualification requirements will be rejected.
b) Not withstanding any thing stated above the Corporation reserves the right to
assess the bidders capacity to execute the contract should the circumstance
Warrant such an assessment in the over all interest of the Corporation
Note: The documents in proof of the above shall be scanned and uploaded online on
e-market place otherwise the bidders are liable for disqualification.
4.0 COST OF BIDDING:
The Bidders shall bear all costs associated with the preparation and submission of its bid, and
APGENCO will in no case be responsible or liable for those costs, regardless of the contract or
outcome of the bidding process.
- 11 -
5.0 AMENDMENT OF BIDDING DOCUMENTS:
5.1 At any time prior to the due date & time for submission of bids, the Purchaser may, for any
reason, whether at its own initiative or in response to a clarification requested by a prospective
Bidder, modify the Bidding Documents by amendment through e –platform.
5.2 In order to allow prospective Bidders reasonable time to make the amendment into account in
preparing their bids, the Purchaser may, at his discretion, extend the due date & time for the
submission of bids.
6.0 LANGUAGE OF BIDS: The Bid prepared by the Bidder and all correspondence and documents relating to the bid
exchanged by the Bidder and the Purchaser, shall be written in English language only.
7.0 SCOPE OF THE CONTRACT:
i) Supply, Installation, testing & commissioning of 2 Nos IP based Communication
Servers one with 176 lines capacity at CEs office /LSHES and other with 32 lines capacity at powerhouse along with necessary accessories and also proper
electronic earthing to be provided. ii) Supply, Installation, testing & commissioning of 4 Nos of IP phones through Ethernet
port switch at Lower Sileru pollur stores
iii) Supply, Installation, testing & commissioning of 2 Nos 25 A FCBC with 2 sets of 48
volts (12V x 4 Nos= 48 Volts (1 set)), 65 Ah SMF batteries for the respective two EPABX
installed locations.
iv) Supply & fixing of crone make wall mounted cable termination box one with 300 +300
pair and other with 100 pair for the respective two EPABX installed locations.
v) Supply, overhead laying along the poles, splicing, termination & testing of 7000
mtrs fiber optical cable with necessary clamps, bolts & nuts etc
vi) Supply & termination of 10 Nos optical fiber kits for overhead OFC laying between Chief
Engineer office and powerhouse through pollure stores at LSHES.
vii) Supply & fixing of 3 Nos 19U network rack with accessories.
viii) Supply, fixing, testing of 3 Nos 12 ports LIU fully loaded , 3 Nos of 12 port 10/100
PoE smart switch
ix) Supply & fixing of 18 Nos fiber optic OSI patch card and 36 Nos SM type pigtails
x) Fixing, Installation, integration and testing of IP based servers , Network products , OFC
related items existing extensions connected copper cables on old MDFs to be
replaced with newly supplied MDFs for establishing communication among the three
locations of LSHES with complete solution
xi) Any part of the work/material is not covered in the scope of work, that should be the
responsibility of the firm to complete the full pledged commissioning of IP based servers
& total contract work with necessary materials & men
Note: This is the turn key job. The bidder should quote all the items.
This subsequent section covers the specific as well as general requirement of all the above said
- 12 -
materials.
The scope will also include the following:
a) Detailed design of all the IP communication servers and associated items
b) Providing engineering drawings, data, Bill of materials etc.
c) Complete manufacture of all the IP EPABXs required including their lab testing.
d) Supply includes packing and transportation from the manufacturer’s works to the project
site
e) Furnishing literature and manuals etc.
8.0 DOCUMENTS COMPRISING THE ON LINE BID:
Part-I: PRE-QUALIFICATION BID (TECHNICAL) The on line bid shall comprise of the following documents, the hard copies of which also shall be
furnished within in the stipulated date as communicated by the tender inviting authority.
Bid Security (EMD).
Schedule-1: List of Previous/experience
Schedule- 2: list of drawings enclosed with the bid
Schedule-3: letter of transmittal
Schedule-4: Declaration
Schedule-5: Proforma of Guarantee for performance of the equipment.
Schedule-6: Schedule of General Terms and Conditions
Schedule-7: Schedule of Tests.
Schedule-8: Schedule of deviations from specification Test certificate of manufacturer/ Govt. Test Lab shall be submitted.
Section – IV : Technical particulars
Annexures : 5 to 10
Part-II: Price Bid :
Schedule-A: Bill of Material and Prices
The price bid shall contain the following:
Name of the work:
Supply, Installation, testing and commissioning of IP based Communication Servers for
establishing EPABX system at LSHES with necessary networking equipment, optical fiber cables and its associated accessories to extend the communication among the chief Engineer office, Powerhouse and stores at LSHES, Mothugudem, Khammam Dt as detailed in schedule-B
( Commercial Template)
9.0 SUBMISSION OF BIDS:
Procedure for Submission of Bids:-
a) The tender should be in the prescribed forms which can be obtained from ‘e’ procurement
platform from the date of electronic publication up to the time and date indicated in the tender
notice. The intending bidders shall enroll themselves on the ‘e’ procurement market-place
www.eprocurement.gov.in. Those contractors who register themselves in the ‘e’ procurement
market place can download the tender schedules free of cost. The bidder shall authenticate the
bid with his digital certificate for submitting the bid electronically on e- procurement platform
- 13 -
and the bids not authenticated by digital certificate of the bidder will not be accepted on the e-
procurement platform following the G.O.Ms.No.6, I.T&C Department, dated. 28-2-2005.
b) Intending bidders can contact office of the Executive Director (IS), APGENCO, GTS colony,
Hyderabad-500082 for any clarification / information on any working day during working
hours.
c) The bidders who are desirous of participating in e- procurement shall submit their technical
bids, price bids etc., in the standard formats prescribed in the tender documents, displayed at “e”
market place. The bidders should invariably upload the statement showing the list of documents
etc., in the “e” market place in support of their Technical bids. The bidder should upload
scanned copies of all relevant certificates including EMD/PEMD. All the supporting documents
are to be uploaded in one file.
d) If any tenderer fails to submit original DD/BG for EMD, hard copies of uploaded documents on
or before the stipulated time prior to issue of LOI/Purchase order , the tenderer will be
suspended/disqualified from participating in the tenders on e- procurement platform for a period
of 12(Twelve) months from the date of bid submission. The suspension of tenderer shall be
automatically enforced by the e- procurement system
e) Technical bid evaluation of the tenderers would be done on the certificates/ documents uploaded
towards qualification criteria furnished by them.
10.0 PRICE ADJUSTMENT:
Prices quoted against this Specification towards supply of materials shall be FIRM. Bids quoting
variable price will be rejected.
11.0 ARTICLES OF ASSOCIATION:
11.1 All Bids must be accompanied by duly authenticated copies of the documents defining the
constitution of the company, power of attorney and other relevant documents, and any bid
submitted by a partnership firm must be accompanied by duly authenticated extracts from the
partnership deed or other documents, so as to show by which person and in what manner contracts
may be entered into by or on behalf of the company, partnership for the due execution of such
contracts and responsibilities.
11.2 The said documents must be legalized by the local authorities at the place of issue. Such
documents should indicate current address of the firm and full name and current address of all
partners of the firm.
11.3 Any Bid not containing these documents, or if such documents are incomplete, or do not conform
to the aforesaid forms, may at the discretion of the Purchaser be excluded from the judicature.
12.0 DUE DATE & TIME FOR SUBMISSION OF BIDS
12.1 Bids shall be submitted by the Bidder at the address specified in NIT not later than the time and date
mentioned in the Invitation for Bids.
12.2 The Purchaser may, at his discretion, extend this due date & time for the submission of bids by
amending the Bidding Documents, in which case all rights and obligations of the Purchaser and
Bidders previously subject to the due date & time will thereafter be subject to the due date & time
as extended.
13.0 BID OPENING:
- 14 -
13.1 Bids will be opened by Executive Director (IS), APGENCO, GTS colony, Hyderabad-500045,
or his authorized representative at telecom Wing, B-Block, Vidyut Soudha, Hyderabad on the day
they are due as specified in NIT.
13.2 If the bid-opening day falls on a Holiday/Declared as Holiday the bid will be opened on the
succeeding working day.
14.0 PRELIMINARY EXAMINATION:
14.1 The "Bid" under e-procurement package will be opened to assess whether the Bidder qualifies and
whether his offer is technically acceptable and substantially responsive. The Purchaser will
examine the Bids to determine whether they are complete, whether required sureties have been
furnished, whether the documents have been properly signed, whether relevant hard copies have
been furnished and whether the Bids are generally in order. The bids of only such Bidders whose
bids are technically and commercially in accordance with the specification and who have submitted
the necessary Bid Security in the form required will be considered for opening of price bid.
14.2 A responsive Bid i.e. the one which accepts and fulfils all the terms and conditions of this
specifications and documents is supported by the necessary sureties, and is complete in respect of
details as asked for in the Bid document.
14.3 The responsive Bids received will be evaluated by the Purchaser to ascertain the lowest evaluated
Bid for completing the works covered under these specifications and documents.
14.4 Bidder shall quote for full quantity against all items. Part bids will not be considered.
14.5 The purchaser is the final authority in deciding the above and his decision cannot be contended.
15.0 CLARIFICATION OF BIDS:
To assist in the examination, evaluation and comparison of Bids, the Purchaser may, at his
discretion, ask the BIDDER for a clarification on his Bid. All responses to requests for
clarifications shall be in writing, and no change in the price or substance of the bid shall be sought,
offered or permitted. Clarifications will be sought for wherever needed on the details furnished in
the bid.
16.0 PURCHASER'S RIGHT TO VARY QUANTITIES DURING THE CONTRACT:
The Purchaser reserves the right to increase or decrease by up to 25% of the quantity ordered and
services specified with the same price and other terms and conditions, during the execution of the
order/contract.
17.0 PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS:
The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and
reject all bids at any time prior to Award of Contract, without thereby incurring any liability to the
affected Bidder or Bidders.
18.0 BID SECURITY (EMD)
18.1 Offers must accompany EMD as per SI No.11 of NIT
- 15 -
18.2 EMD can be furnished by way of DD/Pay Order/Banker’s Cheque in INR
Drawn in favour of Pay Officer, APGENCO, Vidyuth Soudha, Hyderabad–82.
18.3 Submission of EMD in any other form shall not be considered and shall
be treated as disqualification.
18.4 The EMD shall be forfeited, if
i) Bidder withdraws the bid before expiry of its validity.
ii) Successful bidder does not accept the order/LOI or fails to enter into a contract within
validity period of offer.
iii) Successful bidder fails to furnish Security Deposit within 30 days from the date of issue
of P.O/ LOI.
18.5 Permanent/ Standing EMD:
The bidder may deposit with APGENCO, the permanent fixed deposit of Rs.2,50,000/-
(Rupees Two lakhs and fifty thousands only) as EMD in the form of DD/Pay order/ Banker’s
cheque. In case of BG, it shall be valid for a period of three years constituting the said sum as
security for due compliance with the obligations undertaken in the offer submitted by the
bidder. No interest will be payable on such amount. Such bidder shall be entitled to have them
considered without payment of EMD with each tender separately; they need only refer to the
registration certificate No. on the sealed envelope and also furnish a copy of certificate along
with offer.
19.0 . Validity of offers:
The offers shall be valid for a period of 180 days from the date of opening of bids.The period of
validity cannot be counted from any other date other than the date of opening the Pre-
qualification bids. During this period bidder shall not be permitted to withdraw or vary their
offers, once made and if they do so, the EMD shall be forfeited.
20.0. VAT/CST Registration certificate
The bidder shall submit along with their offers, the latest valid VAT/CST Registration
certificate
21.0. Past Experience:
The list of customers, to whom the bidder had supplied identical IP communication servers in
the past along with P.O. details and performance report from the Customers, shall be furnished
22.0. Price Basis
Kindly quote F.O.R. destination prices and dispatch of materials through reputed transporter.
However, for F.O.R. Destination prices, break- up of Packing and Forwarding and Freight
component shall be furnished as Excise Duty and Sales Tax will be payable on Ex-works price
only and will not be payable on freight charges.
23.0. Transit Insurance:
Bidder shall quote FOR Destination prices inclusive of transit insurance charges till such time
material is loaded at Project site including 30 days storage period. All the damaged parts
during transit or other wise, if any, are to be made good or replaced with good ones by the
bidder/ supplier irrespective of the settlement of claims with insurance company.
- 16 -
24.0. Taxes and duties:
Kindly indicate clearly as to whether the offered prices are inclusive or exclusive of Sales Tax.
The rate and nature of Sales Tax applicable shall be shown separately. Sales Tax will be paid
to the seller at the rate at which it is liable to be assessed/ actually assessed on the date of
supply, provided the transaction of sale is liable to Sales Tax. However, liability of APGENCO
will be restricted to actual ED paid at the time of dispatch subject to production of Excise Gate
Pass or Excise Invoices. In case the bidder quotes with ‘fixed rate’ of ED or specify ED as
NIL, ‘the offer will be evaluated accordingly and payment will also be restricted accordingly.
This will be subject to submission of Excise Invoice copy for having actually paid the Excise
Duty or otherwise but claim for any upward revision will not be accepted at a later stage.
Similarly if variable excise duty is payable, the payment of ED to the supplier against the
order, if placed, will be actual amount paid subject to furnishing documentary proof (Excise
Gate Pass or Excise Invoice).
25.0. Cost Compensation for Deviation:
Deviations specifically declared by the bidders in respective Deviation Schedules of Bid
Proposal Sheets only will be taken into account for the purpose of evaluation. The bidders are
required to declare the prices for the withdrawal of the deviations declared by them in the
Deviation Schedules. In case the bidder refuses to withdraw the deviations at the cost of
withdrawal indicated by the bidder in the deviation schedule, the EMD of bidder will be
forfeited. Bidder may note that deviations, variations and additional conditions etc., found
elsewhere in the bid other than those stated in the Deviation schedules, save those pertaining
to any rebates, will not be given effect to in evaluation and it will be assumed that the bidder
complies with all the conditions of Bidding Documents. In case bidder refuses to withdraw,
without any cost to APGENCO, those deviations, which the bidder did not state in the
Deviation Schedules, the EMD of the bidder may be forfeited.
Offers should strictly be in conformity with specifications/ drawings/ samples as stipulated in
the enquiry. In case no deviations are indicated, it will be taken for granted that item (s) has/
have been offered strictly as per the requirements given in the enquiry.
26.0. Delivery:
Total contract period is 60 days from the date of purchase order for Supply, Installation,
testing and commissioning of 2 No’s of IP communication servers with 176 lines capacity
and 32 lines capacity along with accessories and supply , laying of OFC cable and
installation of OFC networking and supply of IP phones to extend the communication among
the Chief Engineer office, Powerhouse and stores at LSHES, Mothugudem, Khammam Dt
27.0 Delivery Schedule:
Offered delivery period shall be based on delivery schedule indicated in the enquiry. In case of
any deviation, bidder shall offer his best, realistic and firm delivery, which shall be specific and
guaranteed. Delivery period shall be reckoned from the date of LOI/P.O. whichever is the first
intimation of acceptance of bidder’s offer. Final date of delivery shall be evidenced by date of
dispatch of materials as per transporter’s Lorry Receipt/ Goods Receipt/ RR. In case stage
inspection or pre- dispatch inspection is involved, the bidder shall take into account 15 days notice
to APGENCO to depute Inspection Engineer. In view of this, delivery time will be inclusive of time
taken for inspection. For delivery beyond contractual delivery period, provisions of ‘General
Purchase Conditions’ will apply.
28.0 It is not binding on APGENCO to accept the lowest or any bid. The Corporation reserves the right
to place orders for individual items with different bidders and to revise the quantities at the time
of placing the order. The quoted rates, terms and conditions shall apply. The order for the
materials may also be split up between different bidders to facilitate quick delivery of critically
required materials. APGENCO further reserves the right to accept or reject any/ all bids without
assigning any reasons thereof.
- 17 -
29.0. Bidders are requested to fill in the enclosed proforma for Terms and Conditions and submit
the same along with their offer.
30.0 Orders placed against this tender enquiry shall be subject to ‘General Purchase Conditions’ of
APGENCO, a copy of which is enclosed. Bidders are requested to confirm acceptance in to in their
offer.
31.0 Make/Brand of items offered shall be specified failing which offers are liable to be rejected. It
shall be appreciated if one copy of detailed descriptive literature/ pamphlets shall be enclosed
along with the offer, which may help technical evaluation.
32.0 In case material offered is ISI marked/tested at any Govt. recognized test lab copies of relevant
certificate shall be furnished along with the offer.
- 18 -
SECTION-II
I . GENERAL PURCHASE CONDITIONS
1.1 The following terms and expressions used herein shall have the meaning as indicated herein:
“Company/ Supplier/ Vendor/Contractor”: shall mean the individual firm or company whether
incorporated or otherwise in whose name the purchase order shall be addressed and shall include
its permitted assigns and successors.
“ Buyer/ Purchaser/ Corporation/ APGENCO”: shall mean Andhra Pradesh Power Generation
Corporation Ltd., (A Govt. of A. P. Undertaking), a company incorporated in India under
Companies Act 1956, having its Registered Office at Vidyut Soudha, Hyderabad – 500 082 (AP).
“Contract / Agreement”: shall mean the Purchase Order.
1.2. Reference: After placing of purchase order, the purchase order number must appear on all the
correspondence, packing slips, invoices, drawings or any other document or paper connected with
the purchase order.
1.3. Specifications and drawings:
Any information or details which are included in the specifications but not indicated in the
drawings and vice-versa will have the same effect and meaning as if included for and shown both
in the specifications and drawings. In case of any dispute, the decision of the Corporation or its
authorized representative will be final and binding.
1.4. Addition/ Alterations/ Modifications:
The Corporation reserves the right to make additions/alterations/ modifications to the quantity of
items in the purchase order. The supplier shall supply such quantities also at the same rate as
originally agreed to and incorporated in the purchase order. The variation shall, however, be
limited to 25% of the ordered quantity.
1.5. Waiver:
Any waiver by the authority of any breach of the terms and conditions of the purchase order shall
not constitute any right for subsequent waiver of any other terms or conditions.
1.6. Sub-letting and Assignment:
The supplier without prior consent in writing of the Corporation, sublet, transfer or assign the
order or any part thereof or interest therein or benefit or advantage thereof in any manner,
whatsoever. Provided nevertheless that any such consent shall not relieve the supplier from any
obligation, duty or responsibilities under the contract.
1.7. Information Provided by the Corporation:
Technical specifications, data and documentation that will be given to the supplier by the
Corporation for the execution of the order are the property of the Corporation and shall be
returned back when demanded. Except for the purpose of executing the order of the Corporation,
supplier shall ensure that the above documents are not used for any other purpose. The supplier
shall further ensure that the information given by the Corporation is not disclosed to any person,
firm, body, corporate and/or authority and make every effort that the above information is kept
confidential. All such information shall remain the absolute property of the Corporation.
1.8.Materials & Workmanship:
Supplier shall fully warrant that the equipment to be supplied against the purchase order shall be
new and first quality, according to the specification and shall be free from defects (even concealed
faults, deficiency in design, materials and workmanship).
1.9. Spare Parts:
Wherever applicable, the supplier shall furnish to the Corporation, item-wise price list of spares
required for five years operation and maintenance of the ordered EPABX. The supplier shall also
furnish necessary instructions and drawings to identify the spare part numbers and their location
as well as an interchangeability chart.
- 19 -
1.10. Supplier’s Liability:
Supplier shall accepts full responsibility and indemnify the Corporation and shall hold the
Corporation harmless from all acts of omission and commission on the part of the supplier, his
agents, his subcontractors and employees in execution of the purchase order. The supplier shall
also agree to defend and hereby undertake to indemnify the Corporation and also hold it harmless
from any and all claims for injury to or death of any and all persons including but not limited to
employees and for damage to the property arising out of or in connection with the performance of
the work under the purchase order.
1.11. Access to supplier’s Premises:
The Corporation and / or its authorized representative shall be provided access to supplier’s and /
or his sub-contractor’s premises, at any time during the pendency of the purchase order, for
expediting the supplies, inspection, checking etc.
1.12. Sale Conditions:
With supplier’s acceptance of the provisions of the purchase order, any of the general/ special
sales conditions quoted by the bidder shall be deemed to have been waived and or cancelled.
1.13..Modifications
This purchase order if placed shall constitute an entire agreement between the parties hereto. Any
modification to the purchase order shall become binding only upon the same being confirmed in
writing duly signed by both the parties.
1.14. Inspection/checking/testing
All materials to be supplied against the purchase order shall be subject to inspection/ checking/
testing by the Corporation or its authorized representative at all stages and places, before, during
and after the manufacture. All these tests shall be carried out in the presence of authorized
representative of the Corporation. Supplier shall notify the Corporation for the inspection of
materials/ panels when they are ready, giving at least 15 days notice. If upon receipt at our Stores,
the material/panels do not meet the specifications, they will be rejected and returned to the
supplier for repair/modification etc. or for replacement. In such cases all expenses including to-
and- fro freight, re-packing charges, transit insurance etc shall be to the account of supplier.
Inspection by the authorized representative of the Corporation or failure of the corporation to
inspect the material/panels shall not relieve the supplier of any responsibility or liability in respect
of such material/ panels and not be interpreted in anyway to imply acceptance thereof by the
Corporation. Whenever specifically requested for by the Corporation, the supplier shall arrange
for inspection/testing by Institutional Agency such as Lloyds Register Asia. In such cases vendor
shall adhere to the inspection/ testing procedures laid down by such agencies. All expenses
including inspection fees shall be to the Contractor’s account. The inspection charges shall be
indicated separately.
Accommodation and local conveyance shall be provided by the suppliers for the APGENCO
representatives during inspection.
- 20 -
1.15. Packing and Marking:
All materials shall be securely packed to the requirements of transportation by Rail/ Road. All
exposed services/ connections/ protrusions shall be properly protected. All unexposed part shall
be packed with due care and the packages should bear the words’ handle with care’. The
packing requirements of Rail/ Road transport shall be complied with so as to obtain clear
Railway Receipt/ Lorry Receipt i.e. without any qualifying remarks. All packages and unpacked
materials shall be marked with the name of Consignor, Consignee, Purchase order No., gross
and Net weight, sign of handling, if any, with indelible paint in English at least at two places. In
case of bundles, metallic plates marked with the above details shall be tagged with such
bundles.
1.16. Dispatch of Materials:
The materials should be dispatched only after approval of the Inspection report/ Test
Certificates and on issuance of the Dispatch clearance by APGENCO.
The supplier is responsible for the safe delivery of the goods in good condition at destination
stores. The supplier should acquaint himself of the conditions obtaining for handling and
transport of the goods to destination and shall include and provide for security and protective
packing of the goods so as to avoid damage in transit.
After packing the materials/ panels those shall be dispatched strictly as per the provision of
purchase order. In case any changes in the mode of transportation and/or transporter have to be
done, the same shall be done only after obtaining prior approval in writing. Normally the
goods shall be dispatched through reputed transporter only. All formalities related to allotment
of wagons, loading permission from Railways shall be completed by the supplier.
The supplier shall communicate immediately the dispatch details to the consignee as specified
in the purchase order. The Original dispatch documents shall be forwarded immediately, failing
which the supplier shall be responsible for any delay in payment and consequential payments of
demurrage and wharfage to the transporter, if any.
1.17 Guarantee:
The equipment shall have comprehensive guarantee for satisfactory operation for a period of 36
months form the date of installation & commissioning of IP communication servers
If during the period of guarantee any of the materials are found defective and / or fail in test
or operation, such materials shall be repaired or replaced by the supplier free of cost to
APGENCO irrespective of their reimbursements from the insurance company within
reasonable time which shall in no circumstances be more than 24 hrs or such other
reasonable time as APGENCO may deem proper to afford, failing which the cost of the
failed units will be deducted from subsequent bills/ Bank Guarantees
The material supplied & work done should have a comprehensive onsite guarantee of 3
years.During the Guarantee period the firm should be responsible for the following
Repair/Replacement of parts/componenets should be made at free of cost.
In the event of the equipment failure, maintenance support shall be provided at site at the
earliest but not later than 24 hours of complaints under any circumstances.
In case of necessity of removal and sending any components/equipments to the
manufacturer for repair/ replacement, standby shall be provided within 24 hours so as to
ensure uninterrupted use of equipments
- 21 -
1.18 Certificates:
Latest test certificates containing results of tests conducted on the materials/panels ordered in
this Purchase Order as per ISS or other specification stipulated must be submitted to this office
and got approved before dispatching the equipment.
1.19 Acceptance of order:
The Purchase Orders shall be sent to supplier in duplicate and he shall return one copy along
with enclosures, duly signed and stamped, within 7 days in token of having received and
accepted the order.
1.20. Jurisdiction:
All and any disputes or difference arising out of or touching the purchase order shall be
decided only by the Courts or Tribunals situated in Hyderabad/ Secunderabad. For the
purpose of any legal obstruction, the material, spares etc., should be deemed to pass into
company’s owner ship only at the destination stores where they have to be delivered and
accepted.
- 22 -
SECTION III .FINANCIAL
2.1. Prices:
Price (s) mentioned in the purchase order shall be firm and not subject to escalation on any
account, till the order is executed in full and it’s subsequent amendments accepted by the
supplier even though the completion/ execution of order may take longer time than delivery
period incorporated and accepted in purchase order.
2.2. Taxes, Levies and Duties:
Sales Tax, Excise Duty, break – up for freight, transit insurance and other levies payable shall
be shown separately in the offer. These shall be to the account of Corporation, unless otherwise
mentioned in the purchase order
2.3. Variation in Statutory Levies:
Any variation, upward or downward, in statutory levies or new levy is introduced after opening
of the bids/placement of order under the purchase order shall be to the account of Corporation,
unless otherwise mentioned in the P.O.; provided that in cases where delivery schedule is not
adhered to by the supplier and there are upward variation/ revision after the agreed delivery
date, the bidder/ supplier shall bear the impact of such increased levies and if there is downward
variation/ revision, the corporation shall be given advantage to that extent.
2.4. All royalties for patent or charges for the use or infringement thereof that may be involved in
the construction or use of any equipment shall be included in the bid price. The bidder/supplier
shall protect the Corporation against any and all claims arising on account of the use thereof the
Corporation agreeing to furnish the supplier any appropriate information or assistance.
2.5. Security Deposit (SD)
2.5.1. The successful bidder shall furnish within 10 days from the date of issue of LOI/ PO/ contract
security deposit equal to 2.5% of value of purchase order for proper fulfillment of the terms and
conditions of the contract and shall be valid till the completion of receipt of all the material in
good condition. The amount of security shall be forfeited to the extent of financial loss suffered
by the Corporation, if supplier fails to execute the order and fulfill its terms and conditions.
2.5.2 Security deposit may be furnished in the shape of Demand Draft drawn on any nationalized
bank, payable to APGENCO or bank guarantee in lieu of cash from any Nationalized bank in
prescribed proforma which shall be furnished along with purchase order (Bank guarantee shall
be accepted only if amount of SD is above Rs. 10,000) or Government Securities duly endorsed
in favour of APGENCO.
2.5.3 Security deposit will be returned to the supplier as soon as the guarantee period is
completed and supplier has met all contractual obligations and there is nothing outstanding
either against the purchase order or any other purchase order placed by the corporation on
the supplier.
- 23 -
2.6 Terms of Payment:
i) Within the Contractual delivery period: 95% of the all inclusive price of the materials will be
paid with in 30 days against contractor’s principle invoices and other relevant documents on
receipt and acceptance of the material in good condition & commissioning at site against
furnishing of Performance Bank Guarantee for 10% value of the contract covering the guarantee
period with a claim period of 6 Months over and above the Guaranteed period, and the balance
5% will be paid after successful commissioning of total contract works..
ii) Beyond the contractual delivery period: 90% of the all inclusive price of the materials will
be paid with in 30 days against contractor’s principle invoices and other relevant documents on
receipt and acceptance of the material in good condition & commissioning at site against
furnishing of Performance Bank Guarantee for 10% value of the contract covering the
Guarantee period with a claim period of 6 Months over and above the Guaranteed period and
balance after 90 days thereafter subject to effective performance of the contract and settlement
of liquidated damages.
2.6.2. Payments will be made through Account Payee cheques in INR only. The purchase order will
be placed on Indian firm only, even if they are authorized representative of a foreign firm.
2.6.3. If the supplier has received any over payments by mistake or if any amounts are due to the
Corporation due to any other reasons, when it is not possible to recover such amount under the
contract resulting out of the purchase order the Corporation reserves the right to collect the same
from any other amounts and/ or Bank Guarantees given by the supplier due to or with the
Corporation.
2.6.4. When the supplier does not at any time fulfill his obligations in replacing/ rectifying etc. of the
damages/ defective materials in part or whole, promptly to the satisfaction of the corporation’s
officers, the Corporation reserves the right not to accept the bills against subsequent dispatches
made by the supplier and under these circumstance only the supplier will be responsible for any
demurrage, wharfage or damages occurring to the consignments so dispatched.
2.7. Delivery Schedule:
Time is essence of the purchase order and no delay will be allowed in the delivery time/
delivery schedule as specified in the purchase order. Delivery of panels/materials described will
be deemed to constitute acceptance of the purchase order and terms and conditions by the
supplier at the price specified.
2.8. Liquidated Damages/ Failure and Termination:
2.8.1 In the event of any delay in the supplies of ordered materials beyond the stipulated date of
delivery including any extension permitted in writing, the Corporation reserves the right to
recover from the supplier a sum equivalent to 0.5% of the value of delayed materials/panels/
work/ commissioning for each week of delay and part thereof subject to a maximum of 5% of
the total value of the order as liquidated damages.
2.8.2 Alternatively, the Corporation may resort to purchase the material/panels from elsewhere at the
sole risk and cost of the supplier and recover all such extra cost incurred by the Corporation in
procuring the materials by above procedure.
2.8.3 Alternatively Corporation may cancel the Purchase Order completely or partly without
prejudice to its right under the alternatives mentioned above.
- 24 -
2.8.4 In case of recourse to alternative 2.8.2 and 2.8.3. above, the Corporation shall have the right to
repurchase the materials which is readily available in the market to meet the urgency of
requirements caused by supplier’s failure to comply with the nationalized delivery period
irrespective of the fact whether the material/ panels are similar or not.
2.9 Performance Bank Guarantee: The supplier shall ensure that all materials/panels under the
purchase order shall conform to Corporation’s requirements and specifications. Supplier shall
be required to furnish a Bank Guarantee (10% of order value as indicated in clause No.2.6.1)
against any manufacturing defects/ poor workmanship/poor performance. In case any
deficiencies are found during this period, the same shall be repaired/rectified/replaced free of
cost. The BG shall be from any Nationalized Bank .The Corporation shall at its discretion have
recourse to the said bank guarantee for recovery of any or all amount due from, the supplier in
connection with the purchase order including of guarantee obligations. Checking/approval of
supplier’s drawings, inspection and acceptance of materials/panels furnishing to effect shipment
and/or work done by erection, installation and commissioning of the panels by Corporation or
any other agency on behalf of the Corporation shall not in any way relieve the supplier from the
responsibility for proper performance during the guarantee period.
2.10 Insurance: Supplier shall arrange suitable transit insurance cover at their risk and cost till the time material is
loaded at project site including 30days storage period. All the damaged parts during transit or
other wise, if any, are to be made good or replaced with good ones by the bidder/ supplier
irrespective of the settlement of claims with insurance company.
2.11 Removal of Rejected Goods and Replacement:
a) If upon delivery, the material/panels is found not in conformity with the specifications
stipulated in the purchase order, whether inspected by APGENCO and approved earlier
or otherwise, those shall be unacceptable to the APGENCO. A notification to this effect
shall be issued to the supplier, normally within 30 days from the date of receipt of
materials at our Stores
b) Supplier shall arrange suitable replacement supplies and remove the rejected goods
within 30 days from the date of notification failing which, the goods shall be dispatched
to vendor by road transport on ‘freight to pay basis’ at supplier risk and cost.
c) External damages or shortages that are prima-facie the results of rough handling in transit
or due to defective packing shall be intimated within a fortnight of the receipt of the
materials, spares etc. In case of internal defects, damages or shortages of any internal
parts, which cannot ordinarily be detected on a superficial visual examination, though due
to bad handling in transit or defective packing should be intimated within 3 months from
the date of receipt of these articles. In either case the damaged or defective materials
should be replaced by the supplier free of cost to the corporation.
d) If no steps are taken within 15 days of receipt of intimation of defects or such other
reasonable time as the corporation may deem proper to afford, the corporation may
without prejudice to its other rights and remedies arrange for repairs/rectification of the
defective materials or replace the same and recover the expenditure incurred from the
deposits such as EMD, SD and performance guarantees or other monies available with
the company or by resorting to legal action.
- 25 -
2.12 Force Majeure:
2.12.1 The supplier will not be liable for delay or failing to supply the materials/ panels for reasons
of Force Majeure such as Acts of God, Acts of War, Acts of Public Enemy, Natural
calamities, Fires, Floods, Frost, Strikes. Lockouts etc. Only those causes which have duration
of more than 7 days will be considered for force majeure.
2.12.2 The vendors shall within 10 days from the beginning of such delay notify to the corporation
in writing the cause of delay. The Corporation will verify the facts and grant such extension
of time as facts justify.
2.12.3 No price variation will be allowed during the period of force majeure
and liquidated damages would not be levied for this period.
2.12.4 At the option of corporation, the order may be cancelled. Such cancellation, would be without
any liability whatsoever on the part of the corporation. In the event of such cancellation,
supplier shall refund any amount advanced or paid to him by the corporation and deliver back
any materials issued to him by the corporation and release facilities, if any, provided by the
corporation.
2.13 Cancellation of Order:
The Corporation reserves the right to cancel the order in part or in full by giving two weeks
notice thereby if: (a) The supplier fails to comply with any of the terms of the order. (b) The
supplier becomes bankrupt or goes into liquidation. (c) The supplier makes general assignment
for the benefit of the creditors and (d) Any Receiver is appointed for the property owned by the
supplier.
- 26 -
Section – IV Technical Particulars
Technical Specifications and basic essential features of the Supply, Installation, testing and commissioning of IP based Communication Servers for establishing EPABX system at
LSHES with necessary networking equipment, optical fiber cables and its associated accessories to extend the communication among the chief Engineer office, Powerhouse and stores at LSHES, Mothugudem, Khammam Dt
Sl.No.
Technical Specifications and basic essential features of
the proposed IP communication server with 176 & 32
lines capacity Extension Lines with accessories
Make & Model Compliance/not
compliance Deviation if any A.
1
The IP Switching system should be Pure IP at the core
allowing fully distributed IP solutions across data
networks. It should support following: 100% IP, 100
% TDM or a hybrid of IP/TDM technologies and
The system should be a hybrid PBX supporting IP,
Analog and Digital Extensions .
.
2
The system should support standards-based multi-site
networking, using QSIG, H.323 trunks or advanced
networking, to interoperate with other PABX's, allowing
feature transparency
System should be able to provide centralized
voicemail with the option of Distributed centralized
voicemail in case of connectivity failure.
The system should support BRI/ PRI/ T1/ E1/ E1R2/
Analog Trunks
3
The cards and slots should be universal and should be
inter changeable without switching off the exchange
or removing power supply from the shelf
4
IP Communication Devices (wired and wireless) e.g. IP
Phones (hard and soft phones), Mobile IP Phones,
multimedia PCs, SIP phones, or ISDN phones etc.
5
Software up gradations Time to time software up
gradation of IP PBX with required patches should be
possible and available .Software up gradation patches
should be free of cost for a minimum period of three
years.
6
Legacy TDM communication devices (Digital and
analog 2 Wire telephone instruments with or without
caller-id (Both FSK and DTMF), Fax, modems etc.)
7 Hybrid trunks Analog CO, digital trunks (PRI &BRI), IP
trunks (H.323 & SIP).
8
Redundancy: The system should have fully loaded CPU
& PSU as Hot standby/ cold standby preferably Hot
standby. Necessary supporting Hardware shall be
supplied
9 Trunks
a Analog Trunks
(i) Should accept/extend CLIP features
(ii) Should be able to capture CLIP from PSTN network.
- 27 -
(iii)Terminal ( Trunk/Extension) Should have production
for over Voltage and Over Current
b E1 Trunks
(i) Should be able to take on E1-CCS & CAS : ISDN
(PRI), Q-SIG and DPNSS
(ii) Should have one or more ports.
10
The system should support SIP trunking.
11 The system shall deliver the feature of CALL BUDGETING
12 The system should support digital networking of multi
vendor EPABX via Q-SIG software for feature
transparency through out the network
13 The system shall deliver 30 party conference features
as a package
14 Valid TEC / ITUT approval certificate for the model
quoted must be enclosed.
15 System shall have Embedded Self Test Ability
16 The system should be based on Universal Port
Architecture and should not impose any restriction.
17 System shall support PC based IP soft phone with
suitable client software.
18 System shall support Open Standard SIP Phones.
19 System shall support IP Gateway feature with other
EPABX systems.
20 System shall have built in features to modify system
tones, timers and flexible feature codes.
21 The system shall also offer an in built Ethernet port.
22 System shall have built-in features for System
programming through LAN and Telephone(Local) &
Remotely through Internet and land lines via modems
23 The system shall be able to start automatically without
human intervention when the external AC power is
resumed after complete power failure i.e. even after
the battery backup is got discharged.
24 The system software shall be protected against
loss/alteration of memory due to power failure,
unauthorized command or any other faulty conditions.
25 Notification of fault alarms through e-mail/audio visual-
compatibility (Local & Remote)
26 System shall support Automatic Gain Control (AGC)
27 System shall support Modular structure with slots for
easy installation / maintenance of terminal cards even
in power-on condition.
28 Possibility of programming the exchange Locally or
Remotely
29 Possibility of programming over a PC.
- 28 -
30 The System must support Network Time Protocol V4.1.2
(RFC 1305) to synchronize the system data/time of
network devices.
31 The system should be suitable to accommodate both
Decadic Pulse (DP) and DTMF telephones. The system
should support outgoing DTMF transmission even from
Digital phones.
32 The system should have non blocking architecture at
all levels like System processing, Switching fabric,
power supplies, other resources like DTMF receivers, R2
Receivers, conference circuits.
33 VoIP Support System should support VOIP solutions as
an integral part of the system. It should not involve any
external gateways, routers etc.
34 The system should be fully compliant to VOIP
standards like H.323 and SIP (Session Initiation Protocol).
Vendor to give clear compliance for the requested
standards.
35 The system should be able to operate with any SIP
compliant device. If required it should be able to inter
operate with H.323/ SIP standard based external
gatekeepers.
36 The SIP proxy, SIP registrar should support any SIP
compliant hard phones or soft phones. The SIP
server (internal/ external) should be configured and
ready to use.
37 System should support the QOS features for the VOIP
implementation. It should be compliant with both QOS
standards (Layer 2 – 802.1 p/q) and Layer 3- Diffserv /
TOS).
38 The system should support external fax to email
server. The feature should be installed and ready to
use for all the users. Web access to voice and fax
messages should be available.
39 The system should support IP4 presently and in future ,
the system should be upgradable to support IPV6. The
necessary up gradation will be carried out immediately
by the vendor after the necessary hardware/software
is available with the OEM at free of cost for three years
40 The media gateways and call servers must be
highly reliable ensuring uptime of atleast 99.99%.
41 Compatibility Specifications
SIP and H323 Protocols on IP Side.
Direct use of Fully Digital Phone Sets.
Compliance to the requirements for connection to
Peripheral Devices like Answering machines, DECT
Telephones, Fax and Modems.
ISDN BRI / ISDN PRI Compatible
DDI/MSN Numbering.
PP/PMP Configuration
1000 Different Phone Numbers on PRI Lines
- 29 -
Possibility of Configuring PRI Lines in Both TE and NT
Modes
Possibility of making use of all ISDN Services.
Interface Unit that operates with the R2 Protocol that
contains 30 Digital Channels.
Support for Video Conference and Fast Ethernet
Applications.
Easy and flexible connection to any Router.
Support for most Inter-Exchange connections.
Interface for Local Battery telephone
connection.
External music connection.
Door Opener activation.
42 General Features for the use of TDM Extensions
CLIP (Calling Line Identification Presentation)
CLIR (Calling Line Identification Restriction)
COLP (Connected Line Identification Presentation)
COLR (Connected Line Identification Restriction)
AOC (Advice of Charge)
Call Hold
Call Waiting
Call Forwarding, Unconditional / No reply / Busy
Call Completion on Busy Subscriber
ST26/ST30/NT30D Digital telephone
Call Completion on No Reply
MSN (Multiple subscriber number)
DDI (Direct dialing in)
ECT (Explicit call transfer)
43 Reliability Specifications
Low battery Power Cut-off / Automatic charging
Three level of Over-voltage / current protection
Possibility of transferring exchange / user parameters
to a printer
Access to call record information over a PC or a
printer
Possibility of filtering call records
Flexible / Automatic Numbering Plan
B Specifications of IP Phone
2 Line LCD display
The phone offered must support call log for
Personal directories ,redial lists, callers logs
personalized music ring tone/ring back tone
Dual switched auto-sensing 10/100Mbps network ports,
integrated PoE /External power source.
C Technical Specifications for 24-PORT 10/100 managed
Switch
Make : Cisco/netgear/d- link
The Switch should be
Full 10/100 Smart Switch with 24 PoE Ports
Four gigabit ports for high speed connections
Easy-to-manage web-based GUI
- 30 -
Network Protocol and Standards Compatibility
IEEE 802.3 10BASE-T
IEEE 802.3u 100BASE-TX
IEEE 802.3ab 1000BASE-T
IEEE 802.3z 1000BASE-X
IEEE 802.3x full-duplex flow control
IEEE 802.3af (Power over Ethernet)
Power Supply
Power consumption: 256W maximum
100-240VAC/50-60-Hz universal input
PoE budget: 192W
Network Ports
10/100 Mbps auto sensing Fast Ethernet
10/100/1000 Mbps auto-sensing Gigabit Ethernet
switching ports (RJ-45)
2 Dual Personality SFP slots
LED Indications
Per port (10/100 and Gigabit): Link/activity, speed
Per device: Power, Fan
Per PoE port: PoE Power, PoE fault
System Requirements
Category 5 UTP Network cables or above
Network card for each PC
Network software (e.g., Windows®)
Web browser (e.g., Internet Explorer 6.0 or higher,
Netscape 6.0 or higher)
Administrative Switch Management
IEEE 802.1Q static VLAN (128 groups, static)
IEEE 802.1p Class of Service (CoS)
Port-based QoS
DSCP-based QoS
DiffServ
IEEE802.3ad link aggregation (manual or LACP)
IEEE 802.1D Spanning Tree Protocol (STP)
IEEE 802.1w Rapid Spanning Tree Protocol (RSTP)
IEEE 802.1s Multiple Spanning Tree Protocol (MSTP)
IEEE 802.1ab Link Layer Discovery Protocol (LLDP)
LLDP-MED
SNMP v1, v2c, v3
RFC 1213 MIB II
RFC 1643 Ethernet interface MIB
RFC 1493 bridge MIB
RMON group 1, 2, 3, 9
RFC 2131 DHCP client
Auto voice VLAN
DHCP Filtering
Auto denial-of-service (DoS) protection
HTTP and HTTPS
Ping and traceroute
Power saving when link down
- 31 -
IEEE 802.1x
Port-based security by locked MAC addresses
IP and MAC ACL
Storm control for broadcast, multicast and unknown
unicast packets
IGMP snooping v1/v2
Protected Port
PoE Timer
Port-based ingress and egress rate limiting
SNTP
Port mirroring support (many to one)
Web-based configuration
Configuration backup/restore
Password access control
RADIUS Support
TACACS+ support
Syslog
Firmware upgradeable
Cable test
Performance Specifications
Forwarding modes: Store-and-forward
Bandwidth: 12.8 Gbps
Network latency: <4μs for 64-byte frames in store-
and-forward mode for 100 Mbps to 100 Mbps
transmission
Buffer memory: 1 MBytes per system
Address database size: 4,000 media access control
(MAC) addresses per system
Addressing: 48-bit MAC address
Mean time between failures (MTBF): 237,497 hours
(~27 years)
Acoustic noise: 38.1 dBA
D Technical Specifications 6 Core – 9/125 Micron Single
Mode Outdoor Fibre Cable
Make: Molex/D- link/finolex
Type of Cable : OS1 Single mode
Optical Properties
Attenuation
at 1310 nm ≤ 0.34 dB/KM
at 1550nm ≤ 0.22 dB/KM
Maximum Tensile Strength Short term : 1000N
Maximum Crush resistance Short term : 2000N/10CM
Operating Temperature : -10° C to + 70°C
Sheath : UV Stabilized HDPE
Over all Cable Diameter : 9.5 mm- 10 mm
Fibre Tube Identification : Single Tube
No. Of Elements : 5
Fibre Protection(Tubes) : Polybutylene
terephthalate(PBT)
Peripheral Strength Member : Two Steel Wires
- 32 -
Mass(Nominal) : 95 Kg/Km
Core Wrapping : Polyethylene Terephthalate
Inner Sheath : Polyethylene
Armouring : Copolymer Steel tape Armor
Sheath : HD Polyethylene (UV Stabilized)
Water Blocking : Thixotropic Gel
ROHS Complaint
ISO/IEC 11801 : 2002 -2nd Edition, Type OS1
ITU-T REC G 652D spec for Low Water Peak fiber, TIA
568, EIA 455
AS/ACIF S008; AS/NZS 3080
Max. Bending Radius (during installation) : 20D
Max. Bending Radius (during full load) : 10D
Life of Cable: The minimum expected life of the
cable is not less than 25 years.
E Technical Specifications for Fiber Panels (LIU) Rack
Mount
Make: Molex/D- link
Cold Rolled Steel Construction
Material: Powder Coated Steel Body.
Accommodation : 12 port for SC and 24 Port for LC
Interface
Fusion Splice/Mechanical Splice
6 Rubber Grommets are provided at cable entry points
for tight sealing
LIU Should be provided with Lock & Key
ROHS Compliant
F Technical Specifications for SC Type S.M Pigtails
Make: Molex/D- link
Cable - 900Micron Tight Buffered
Length - 1.5Mtrs
Polishing - 100% Factory Tested and
Guaranteed Performance
Connector End: 1 X SC Connector S.M Zirconia
ceramic ferrule.
Operating Temperature -10 Degrees to + 60 ° C
Sheath : LSZH
Min Bend radius : 30mm
Retention Strength : 100N
Insertion loss : 0.35dB Max
Buffer Diameter : 900µm tight Buffer
Outside Diameter : 900µm
• at 1310 nm ≤ 0.36 dB/KM
• at 1550nm ≤ 0.22 dB/KM
Operating Temperature : -10°C to + 60°C
ROHS Complaint
G Technical Specifications for Fiber Optic OS1 Patch Cord
Make: Molex/D- link
- 33 -
100% Factory Tested – Guaranteed performance
LSOH Jacket Standard – Reduces toxic/corrosive
Sheath : LSZH
ROHS Compliant
Standards
ISO/IEC 11801, ANSI/TIA/EIA 568.C.3-2000, ANSI/TIA/
EIA-492, TELECORDIA GR-409, ICEA-596
Mechanical Characteristics
Cordage O.D.: 2.0mm +/- 0.1mm x 4.1, +/- 0.2mm
Buffer Diameter: 900Um
Primary Coating : 245um
Strength Member: Aramid Yarn
Jacket Material: LS0H IEC 61034-1 & 2, IEC-60332-1,
IEC-60754- 1 & 2
Minimum Bend Radius: Install: 3.0cm. Long Term :
2.0cm
Operating Temperature: -30°C to +70°C
Cladding - OD (um) : 125+/_ 1
Mode Field Dia : 9.0um +/- 0.4um @1310nm
Max. Attenuation @ 850nm : 3.5 dB/Km
Max. Attenuation @ 1300nm : 1.5 dB/Km
H. NETWORK RACK
Supply, fixing and commissioning of 19U Network
rack. Make: Netgear./Wallrack/HCL
I. General Design Requirements:
Cable shall be designed and manufactured so that damage will not result from transportation, installation and operation under any/or all the climatic and operating conditions to which they may be subjected.
Cable shall be suitable for laying in conduits, duct, trenches and trays or for direct burial in ground in both wet and dry locations.
II. Particulars required with tender:
The following information shall be furnished with the tender.
a. Full description of IP communication servers and the telephone cables being offered. b. Details as per schedules
III. Tests & Inspection:
The tests on the OFC shall be conducted as per the relevant items specified as per the C- DOT procedures. The copies of test reports are mandatory.
The purchaser shall have the right of access to the manufactures works to determine or assess compliance with the provision of this specification and to witness the above tests.
All costs of such test, including replacement of damaged materials shall be borne by the
manufacturer. Approval and release of materials shall not relieve the manufacturer from the responsibility for
furnishing materials to conform to the requirements of the order nor invalidate any claim which purchaser may make because of defective or unsatisfactory material within the stipulated period of guarantee.
- 34 -
Apart from the inspection mentioned under General Terms & Conditions, third party inspection is to be agreed if necessary.
IV Description of works: ( A). This work involves erection , commissioning , fixing, integration with configuration and testing
of 176 & 32 lines IP communication servers and new MDF with existing copper cable extension already in working condition at CEs office of LSHES and LSHES Powerhouse.
(B) Overhead laying of 6 core OFC cable for CEs office LSHES to PH through pollure stores is to
be laid and networking among CEs office, pollure stores and Powerhouse are to be done through IP servers
© Overhead Laying, termination and testing of 6 core OFC must be done along the poles with
proper clamps along with nuts & bolts as per the requirement of site engineer.
V Packing and Transport:
The cable shall be placed on reels in such a manner that it will be protected from injury during
transit. Each end of the cable shall be firmly and properly secured to the reel. The end of each
of each length shall be sealed before dispatch. The reels shall be secured firmly in position so
that they will not shift during transit. The reels shall be of heavy construction. A label shall be
securely attached to each end of the reel indicating the customers order number, length of
cable and voltage for which it is suitable. A tag containing the same information shall be
attached to the lead in end of the cable inside the packing. An arrow and suitable
accompanying wording shall be marked on one end of the REEL indicating the direction in
which it should be rolled.
VI Purchaser’s Option:
Purchaser reserves the right to split the order in any manner without assigning any reason.
Prime increase, for modifying the quantity or deleting any exception to this clause in the
proposal, otherwise it is construed that the same is accepted by the bidder.
- 35 -
SCHEDULE – A
BILL OF MATERIAL
Name & Address of Bidder:
To
M/s Andhra Pradesh Power Generation Corporation Ltd
Dear Sirs,
Ref : Our offer No ________dt _________ against tender specification No. _________ dt __________
***
We declare that following are our prices for Supply, Installation , testing and commissioning of 2
Nos of IP Communication Servers with 176 analog lines capacity and 32 analog lines capacity
along with accessories and supply , laying , termination of OFC cable and establishing of
network , supply of IP phones to extend the communication among Chief Engineer office
Powerhouse and stores at LSHES, Mothugudem, Khammam District as per diagram . These prices
are for the entire scope of work as indicated in your specification and documents, terms and
conditions mentioned in Bid Documents except deviation incorporated in the Statement of
Deviations.
S. No Item Description Qty Unit
1 Supply of ISDN enable, VoIP enabled IP PBX System Configurations
as follows.
08 - Analog Trunk Lines
176 - Analog Extension Lines with Long Distance capability function.
30 Channel IP Gate Way Card (SIP Extension License) and
necessary accessories
04 Channel Auto Attendant
Wired for 224 Ports. Refer Sl.NoA of technical particulars of
Section IV
1 Set
2 Supply of ISDN enable, VoIP enabled IP Communication server
Configurations as follows.
08 - Analog Trunk Lines
32 - Analog Extension Lines with Long Distance capability function.
10 Channel IP Gate Way Card (SIP Extension License) and
necessary accessories
04 Channel Auto Attendant
Wired for 144 Ports. Refer Sl.No.A of technical particulars of
Section IV
1 Set
3 Supply of Dyna make 25 A FCBC for 176 & 32 lines IP PBX systems 2 Nos
4 Supply of SMF batteries with 65 AH & 48 V ( 12 V x 4 Nos = 48 V( 1
Set)) as Battery bank (Make: Exide/Amaraja ) 2 Sets
5 Supply and fixing of Wall Mounted cable termination box made of
CRCA Sheet of 2mm thick, having IP65 protection class with krone
make connectors to be mounted on sheet steel back mounted
frame. 300+300 pair ( Krone Make)
1 Set
- 36 -
6
Supply and fixing of Wall Mounted cable termination box made of
CRCA Sheet of 2mm thick, having IP65 protection class with krone
make connectors to be mounted on sheet steel back mounted
frame.100 pair ( Krone make)
1 Set
7 Supply of two line display IP phones. Refer Sl.No.B of technical
particulars of Section IV 4 Nos
8 Supply of 6 Core – 9/125 Micron Single Mode Outdoor Fiber Cable
Refer Sl.No. D of technical particulars of Section IV 7000 Meters
9 Supply of 12 Port LIU fully loaded . Refer Sl.No.E of technical
particulars of Section IV 3 Nos
10 Supply of 24-PORT 10/100 PoE Smart Switch. Refer Sl.No.C of
technical particulars of Section IV 3
Nos
11 Supply of 19U network rack with accessories. Refer Sl.No H of
technical particulars of Section IV 3
Nos
12 Supply of SC Type S.M Pigtails. Refer Sl.No F of technical particulars
of Section IV 36
Nos
13 Supply of Fiber Optic OS1 Patch Cord Refer Sl.No.G of technical
particulars of Section IV 18
Nos
14 Supply of optical fiber splicing kits for Overhead OFC laying
between Chief Engineer office and Power House location through
pollure stores
10
Nos
15 Installation, commissioning , configurations with integration ,
terminations and testing charges of communication servers for
both locations of an items (1) to (7)
1 L.S.
16 Installation,commissioning , configurations with integration, splicing
, termination , fixing and testing charges for an items (9) to (14)
1 L.S
17 Over head OFC laying , termination, fixing , splicing of OFC
between Chief Engineer office and Power House location through
pollure stores along with necessary clamps with nuts & bolts
charges
7000 Mtrs
18 Fixing, Installation, integration and testing of IP PBX systems ,
Network products , OFC related items existing extensions
connected copper cables on old MDFs to be replaced with newly
supplied MDFs for establishing communication among the three
locations of LSHES with full pledge commissioning charges . Proper
electronic earthling pits must be provided.
1
Job
Note: The Price Columns are not to be filled here but to be uploaded in the specified
Proforma i.e Schedule – B (commercial Template) given along with NIT.
Prices quoted are inclusive of all taxes & duties, Packing & Forwarding and Freight & Transit
Insurance & firm till completion of all Supplies including Installation & satisfactory Commissioning.
Name of the Firm :
Signature of Tenderer:
Designation :
Date :
Company’s Seal
- 37 -
SCHEDULE-1
LIST OF PREVIOUS INSTALLATION/ EXPERIENCE
The tenderer shall furnish here a list of similar IP communication server/material supplied by him which is
presently in service. (Certificates issued by the clients should be furnished. Full postal address and
telephone number of the client to be furnished)
Sl.No Description of
subject i.e Supply &
commissioning
Name of the
purchaser
PO No &
Date
P.O Value Year of
commissioning
Remarks
Signature of Tenderer
- 38 -
SCHEDULE - 2
LIST OF DRAWINGS ENCLOSED WITH THE BID, IF AVAILABLE
S.No. Drawing No. Title of the drawing
1
2
3
4
5
6
- 39 -
SCHEDULE-3
Letter of Transmittal
From: To:
The Executive Director/IS,
APGENCO,ERP Shakthi Building
Vidyut Soudha, Hyd-82.
Dear Sir,
i) Tender no.
ii) Specification no.
iii) Item of work.
Having examined the above specification, together with the accompanying general conditions
therein referred to, we hereby offer to supply materials described in the said specification according to
the said specification and general conditions at the rates entered in the contract schedule of prices
attached to the price bid.
2. We hereby undertake to have the materials delivered and commissioned within the time specified in
the schedule.
3. We hereby guarantee the particulars entered in the schedules attached to the bid.
4. In accordance with clause 2.5 section-III of Financial of this specification we propose to furnish
securities to the extent of 2 1/2 % of the value of the contract.
5. We hereby agree to make the supplies as per the terms and conditions
Yours faithfully,
Signature:
Date:
- 40 -
SCHEDULE -4
DECLARATION
I ___________________________________________ certify that all the typed data and
information to the subject tender specification are correct and are true representation of the
equipments/materials covered by our formal Bid No._________________________,
Dt._______________.
I hereby, certify that I am the duly authorised representative of the Bidder whose name appears
above my signature.
Bidder's Name: ____________________
Authorised
Representative's
Signature: ____________________
Authorised
Representative's
Name (Typed): ____________________
Authorised
Representative's
Designation: ____________________
Bidder's Seal
Bidder's Intent: The Bidder hereby agree to fully comply with the requirements and intents of the
subject tender specification for the price(s) indicated in the price bid.
Authorised
Representative's
Signature : _____________________
Bidder's Seal.
- 41 -
SCHEDULE –5
PROFORMA OF GUARANTEE FOR EQUIPMENT PERFORMANCE
The tenderer hereby guarantees the requirements of this specification.
If any of the requirements of the guarantees given are not fulfilled, the purchaser has the right to reject
the panels, and if capacity, performance and efficiency obtained during acceptance tests falls short of
that guaranteed by the tenderer, the tenderer hereby affirms that such deficiency will be made good by
rectifying/replacing the defective parts. All the replaced parts shall be removed from the site. While the
facility for making good the deficiency will be normally given once, the purchaser is entitled to reject
the equipments/ materials in case of repeated failure to meet the guarantee as per the specification.
Name of the firm :
Signature of the bidder :
Designation :
Date :
Seal of the company
- 42 -
SCHEDULE – 6
SCHEDULE OF GENERAL TERMS AND CONDITIONS
(to be enclosed in the Part-I Pre-qualification bid)
Bidders are requested to fill in the blank space and send the same along with offer otherwise
their offer will be either treated as non-responsive or suitable cost compensated for deficiencies
as deemed fit by the Corporation.
01. Tender Specification No., date and due date:
02. Offer/quotation No. & Date :
03. Name of the bidder :
04. Central/State Sales Tax/VAT Registration No.:
05. DGS &D’s Registration No., if any :
(Please enclose copy of rate contract, if any)
06. NSIC/SSI Registration No., if any :
(Copies of certificates to be enclosed)
07. Price Basis (F.O.R.) :
08. Discount, if any :
09. Packing and forwarding charges :
(If price basis ex-works)
10. Excise Duty (if exempted, copy of certificate): Included/Excluded
(Indicate rate of Excise Duty)
11. a. Sales Tax/ VAT : Included/Excluded
(Also indicate concessional rate against form ‘C’ or State Tax concessional form)
12. Freight charges : Included/Excluded
13. Insurance : Included/Excluded
14. Whether APGENCO Terms of payment :
acceptable
15. Bank charges : To be borne by seller.
16. a) contract Period Supply and commissioning with in ---------- days
from the date of receipt of PO.
17. Whether delivery is made in whole/ :
phased delivery
- 43 -
18. Mode of dispatch :
19. Confirmation of submission of Performance Bank:
Guarantee for 10% of order value for performance of
EPABX commissioned
20. Guarantee Period :
21. Transit Insurance charges :
22. Confirmation of submission of Security deposit :
in the form of DD/BG for 2.5% of order value
(for satisfactory fulfillment of the contractual obligations)
We Confirm acceptance towards the following:
23. Validity of offer : 180 days from date of opening of pre-qualification &Technical
bids
24. Recovery of : In case of delay in Execution of order beyond
Liquidated Damages stipulated delivery period, APGENCO reserves the
right to recover from the vendor Liquidated Damages equivalent to
0.5% of the value of delayed materials for each week or part thereof
subject to maximum of 5% of total value of Purchase Order.
25. Part order: : Not Acceptable
26. Price Variation : The prices quoted shall remain firm till execution of full order
27. Rate Certificate: It is certified that prices quoted herein are the same as applicable to other
Government Departments/ Public Sector Undertakings.
28. Guarantee Certificate : Materials quoted shall be guaranteed for a period of 36 months from
the date of putting into operation against any manufacturing defects or
poor workmanship
(Signature of Bidder with Name, Designation and Office Seal)
- 44 -
SCHEDULE –7
SCHEDULE OF TESTS
Tests as per this specification, IS and manufacturer’s standard shall be performed. Detailed list of tests
shall be indicated in this schedule.
Name of the firm :
Signature of the bidder :
Designation :
Date :
Seal of the company
- 45 -
Schedule - 8
SCHEDULE OF DEVIATIONS FROM THE SPECIFICATION
Tenderer shall carefully state below all points not in accordance with enclosed specification.
Chapter Section Deviation
The tenderer hereby certified that the above mentioned are the only deviations from the specification
No.
Signature of the tenderer.
- 46 -
ANNEXURE - 1
This Bank Guarantee has to be executed on a Non-Judicial Stamped paper worth Rs. 100/-
PROFORMA OF BANK GUARANTEE FOR SECURITY DEPOSIT
(Application to the State Bank of India and other Nationalized Banks approved in terms of the
Government of India, Ministry of Finance, Office Memorandum No. F(27)-F-1/54, dated the 25th of
February, 1965, for guarantee without deposit of the securities up to prescribed limit.)
In consideration of the Andhra Pradesh Power Generation Corporation Limited (herein after called ‘the
Corporation’) have agreed to exempt ___________________ (herein after called the ‘said contractors’)
from the demand, under the terms and conditions of the P.O.No. ______________________ dt
_________ made between the Corporation and M/s ________________ for supply and commissioning
of _______________ (herein after called ‘the said agreement’) of Security Deposit for the due
fulfillment by the said contractors of the terms and conditions contained in the said agreement, on
production of a Bank Guarantee for Rs _____________ (Rupees ______ ________________________
only). we ___________________ Bank Ltd., do hereby undertake to indemnify and keep indemnified
the Corporation to the extent of Rs. ______________ against any loss or damage caused to or suffered
by the corporation by reason of any breach by the said contractors of any of the terms and conditions
contained in the said agreement.
We ____________________ Bank Ltd., further agree that the guarantee herein contained shall remain
in full force and effect during the period that would be taken for the performance of the said agreement
and that it shall continue to be enforceable till all the dues of the Corporation under by virtue of the said
agreement have been fully paid and its claims satisfied or discharged or till The Chief Engineer
Electricity (Projects) certifies that the terms and conditions of the said agreement have been fully and
properly carried out by the said contractors and accordingly discharge the guarantee, subject to however
that the corporation shall have no right under this bond after expiry of _________ (period) from the
date of its execution.
We the guarantor Bank under take to pay the amount guaranteed here under or such part their of as
required with in one week of the sum being demanded by the Corporation with out referring to the
supplier and with out questioning the right of the Corporation to make such demand or the propriety or
legality of the demand.
Not withstanding anything contained in the foregoing our liability is restricted to Rs. ______________
(Rupees ____________________ only). Our guarantee shall remain in force until __________ unless a
claim under the guarantee is made against us within 6 months from that date, all your rights under this
guarantee shall be forfeited and we shall be relived and discharged from all liabilities here under.
Further more, we________________Bank limited accept that
i. This Bank Guarantee is unconditional and absolute
ii. Claim against this Bank Guarantee will be honoured with out any delay or demur; and
iii. This Bank guarantee covers all the losses, claims, damages and costs suffered by the
Corporation against the said agreement.
We __________________ Bank Ltd., lastly undertake not to revoke this guarantee during its currency
except with the previous consent of the Corporation in writing.
Dated the ____________day of _________201 for __________________Bank Ltd.,
Signature
Designation
Address
Seal of the Bank
- 47 -
ANNEXURE – 2
PROFORMA FOR PERFORMANCE BANK GUARANTEE
This guarantee has to be executed on Rs. 100/- Stamp paper
In consideration of The Andhra Pradesh Power Generation Corporation Limited, (herein after called
‘the Corporation’) having at our request agreed to accept his __________________ Bank Ltd.,
guarantee in lieu of cash deposit required from M/s ________________________ for making 100%
payment by APGENCO for due fulfillment by them of the terms and conditions of the P.O.No.
------------------------------------------ made between M/s ------------------------------ and APGENCO for ----
------------------------------------------ (herein called said agreement) during the period, or the extended
period, if any, to indemnify and keep indemnified the Corporation to the extent of
Rs.________________ (Rupees ____________________________________________ only)
representing 10 % of the value of the contract against any loss or damages caused to or suffered by the
Corporation by reason of any breach by the said M/s ___________ ______________ or any terms and
conditions of the said agreement.
We _____________ ________ Bank Ltd., further agree that the guarantee herein contained shall remain
in full force and affect up to and inclusive of the ___________ date ___________ referred to above or
the expiry of the extended period, if any, and that it shall continue to be enforceable till all the dues of
the Corporation under or by virtue of the said agreement have been fully paid and its claims satisfied or
discharged or till the Chief Engineer Electricity (Projects) certifies that the terms and conditions of the
said agreement have been fully and properly carried out by the said M/s _______________
________________ and accordingly discharges the guarantee subject however, that the Corporation
shall have no right under this bond after the expiry of --------------
We the guarantee Bank undertake to pay the amount guaranteed hereunder or such part there of as
required within one week of the sum being demanded by the Corporation without reference to the
suppliers and without questioning the right of the Corporation to make such demand or the propriety or
legality of the demand.
Not withstanding anything contained in the foregoing, our liability under this guarantee is restricted to
Rs. __________________ only. Our guarantee, shall remain in force until ______________. Unless a
claim under the guarantee is made against us within 6 months from that date, all your rights under this
guarantee shall be forfeited and we shall be relieved and discharged from
al liability hereunder.
Further more, we________________Bank limited accept that
i. This Bank Guarantee is unconditional and absolute
ii. Claim against this Bank Guarantee will be honoured with out any delay or demur; and
iii. This Bank guarantee covers all the losses, claims, damages and costs suffered by the
Corporation against the said agreement.
We ____________________ Bank Ltd., lastly undertake not to revoke this guarantee during its
currency except with the previous consent of the Corporation in writing.
Dated the ____________day of _________201 for __________________Bank Ltd.,
Signature
Designation
Address
Seal of Bank
- 48 -
ANNEXURE – 3
BANK GUARANTEE PROFORMA FOR PERMANENT EARNEST MONEY DEPOSIT
This Bank Guarantee has to be executed on a Non-Judicial stamped Paper worth Rs. 100/-
WHEREAS the Andhra Pradesh Power Generation Corporation Ltd. hereinafter called ‘The Corporation’
has afforded a facility to persons submitting tenders in response to notice of the Board calling for tenders
for supply of materials or rendering of services permitting tenders who furnish a permanent E.M.D. of
Rs.2,50,000/- in the shape of Cash/Govt. Securities or Bank guarantee in lieu of cash to have their tenders
considered without separate payment of earnest monies with each tender. Whereas the ……………… has
offered the guarantee of this Bank, the………… Bank towards the fixed Earnest Money Deposit and the
Corporation has agreed to accept the same and the obligations of the tenderer have been incorporated in
agreement dated………… which shall be read as part of this guarantee. We……………. Bank Ltd., do
hereby undertake to indemnify and keep indemnified the Andhra Pradesh Power Generation Corporation
Ltd. against any loss or damage caused to or suffered by the Corporation by reason of any breach of the
tenderer aforementioned of any terms and conditions of any of the tender quotations or the tenders
submitted by the tenderer which are considered by the Corporation in accordance with the terms of the
agreement dated…………. of the contract entered into pursuant to such tenders.
We ………………………. Bank Ltd., further agree that the guarantee herein contained shall
remain in full force and effect up to and inclusive of the………………… and that it shall continue to be
enforceable till all the terms and conditions of the Corporation under or by virtue of any of the said
tender quotations or tenders or contracts have been fully compiled with and its claims satisfied, or
discharged or till the Chief Engineer, certifies that the terms and conditions of the said tender quotation
have been fully and properly carried out by the said M/s ……………………………………………..
and accordingly discharges the guarantee object, however that the Corporation shall have no right under
this bond after the expiry of ……………………. (period) from the date of its execution. The guarantor
bank undertake to pay the amount guaranteed here under or such part thereof as required within one
week of the same being demanded by the Board without reference to the supplier and without
questioning the right of the Corporation to make such demand or propriety or legality of the demand.
We …………………………………. Bank Limited lastly undertakes not to revoke this guarantee
during its currency except with the previous consent of the Corporation in writing. Furthermore, We----------------------Bank Limited accept that,
(i) This Bank Guarantee is unconditional and absolute
(ii) Claim against this Bank Guarantee will be honored without any delay or demur;:
and
(iii) This Bank Guarantee covers all the losses, claims, damages and costs suffered by
the Corporation against the tenders submitted by the above firm.
Notwithstanding anything contained in the foregoing our liability under this guarantee is restricted
to Rs.2,50,000/- (Rupees two lakh fifty thousands only). Our guarantee shall remain in the force
until…………. Unless a claim under the guarantee is made against us within 6 months from the date,
all your rights under this guarantee shall be forfeited and we shall be relieved and discharged from all
liability hereunder.
Dated……………………… day of….…………… for ……………………… Bank Limited.
Signature………………………………………… Designation……………………….
Address……………………………………………………..Seal……………………………….
Note: The Bank Guarantee shall be valid for a period of 3 years from the date of submission with
a further claim period of 6 months.
- 49 -
ANNEXURE-4
CHECK LIST for the documents
i) Softcopies are to be uploaded during online bid submission
ii) Hardcopies are to be furnished after receipt of intimation by the tender inviting
authority
S.NO. DESCRIPTION SOFTY
COPY
HARD
COPY#
Part-I: Pre-qualification(Technical Bid)
1 Bid Security (EMD) * *
2 Transaction fee paid * *
3. Section – IV : Technical Particulars * *
4 Schedule-1: Previous /experience orders/ certificates along with
copies of orders * *
5 Schedule-2: Drawings *
6 Schedule-3: letter of transmittal *
7 Schedule-4: Declaration *
8 Schedule-5: Guarantee for Equipment performance. * *
9 Schedule-6: Schedule of General Terms and Condition. * *
10 Schedule-7: Schedule of Tests. * *
11 Schedule- 8: Schedule of deviations from specification * *
12 Schedule-A( Bill of material) : (Un-priced schedule. indicating
the tenderers scope) *
13 Balance sheet with profit & loss Statements for the last three
years * *
14 Declaration Regarding Clean Track Record (Annexure -5) *
15 Manufacturers Authorization Letter (Annexure -6) *
16 Turnover details of item / product in 2011-12, 2012-13 &
2013-14 (Annexure -7) *
17 Details of service centers in AP (Annexure -8) * *
18 List of Major Customers (Annexure -9) *
19 Bidder Information (Annexure -10) *
Part-II: Price Bid
1 Schedule-B ( Commercial Template) *
* to be enclosed
# after receipt of intimation by the tender inviting authority
Note: No hard copy of prices shall be submitted or scanned copy of prices also shall not be
loaded. The prices shall only be entered in the commercial form that appears in the e-
procurement site.
- 50 -
Annexure – 5
Declaration Regarding Clean Track Record
To EXECUTIVE DIRECTOR/Information Systems, ‘A’ Block, APGENCO, Room No: 251, VIDYUT SOUDHA, HYDERABAD-500 082. A.P. India. Sir, I have carefully gone through the Terms & Conditions contained in the Tender Specification
No: _______________. I hereby declare that my company/ Consortium Partners has not been
debarred/ blacklisted by any Central or State Government/ Semi Government Departments or
Organizations in India for non-satisfactory past performance, corrupt, fraudulent or any other
unethical business practices during the past 5 years. I Further certify that I am competent officer
in my company to make this declaration.
Yours faithfully, [Signature of the Bidder] Printed Name Designation Seal Date: Business Address.;
- 51 -
Annexure – 6
MANUFACTURERS AUTHORIZATION LETTER
The authorization may be in the nature of a letter, memorandum or certificate regularly granted
by the manufacturer to its channel partners, authorized solution providers, system integrators,
distributors, etc. or a specific letter issued for purposes of this bid. Such communication should
include statements / undertakings from the said manufacturer to the following effect:
1. Comprehensive Onsite warranty coverage for a period of 3 years from the date of
installation & commissioning of EPABXs in respect of the goods and services
manufactured by the said manufacturer shall be honored by that manufacturer, their
channel partners, distributors, authorized service centers as the case may be.
2. The manufacturer updates the bidder and their technical personnel with relevant
technical literature, training and skill transfer workshops etc. on a regular basis.
3. The manufacturer provides back to back technical support to the said bidder on a
continuing basis.
4. The said bidder is authorized to provide service and solutions using hardware,
firmware and / or software as the case may be.
Note: The letter of authority should be signed by a person competent and having the power of
attorney to bind the manufacturer.
- 52 -
Annexure – 7
CASE-1
TURNOVER DETAILS OF ITEM BY PRODUCT IN 2011-12 , 2012-13 & 2013 -14
(Irrespective of brand/make)
S.No Year Item Name No’s Sold Amount (Rs in Lakhs)
1 2011-12
2 2012- 13
3 2013- 14
CASE-2
TURNOVER DETAILS OF ITEM BY PRODUCT IN 2011-12, 2012-13 & 2013-14
(BRAND OFFERED)
S.No Year Item Name No’s Sold Amount (Rs in Lakhs)
1 2011-12
2 2012- 13
3 2013- 14
[Signature of the Bidder] Printed Name Designation Seal Date: Business Address.;
- 53 -
Annexure – 8
DETAILS OF SERVICE CENTRES IN AP
S.No Full Address of the service centre
Contact person with phone number
No of support engineers
[Signature of the Bidder] Printed Name Designation Seal Date: Business Address.;
Annexure - 9
LIST OF MAJOR CUSTOMERS
S.No Customer Full Address
Year of Supply
Item Name Quantity Item value /order value
[Signature of the Bidder] Printed Name Designation Seal Date: Business Address
- 54 -
Annexure – 10
BIDDER INFORMATION
1 Name of the Organization
2 Year of establishment (enclose certificate of incorporation issued by registrar of companies with out fail)
3 REGISTERED office address
4 Phone Number
5 Fax No
6 e-mail
7 Total no of branch offices in AP
8 Total no of support engineers at
A Head office (No)
B Branch Office(No)
9 Whether manufacturer? If Yes, provide relevant document
10 Whether Authorized Dealer/ Service provider
If Yes, provide relevant document
11 Authorized Nominated person Name & Mobile Number and Office Phone Number
- 55 -
PreQualification and Eligibility Documents ( PQB Template)
S. No Particulars Name of file
uploaded
Format of
file
Page
Number
A
The offered equipment should have interface approval
certificate issued by TEC/ITU-T in the name of original
equipment manufacturer.
B
The bidder should furnish the authorization from the
respective OEMs
C
The firm should be in existence for last 3 years.
Certificate of registration is to be enclosed)
D
The bidder must furnish the balance sheet statement
with profit & loss amount for the last three financial
years.
E
The bidder should be a previous experience in supply,
installation of similar/above capacities of IP based
servers and cables to Govt /Corp/ reputed
organizations like BSNL, Railways, Banks, RTC,
Transco & Discoms and reputed firms etc. Details
should be indicated in Schedule –I and furnishing the
performance certificate from the respective
customers.
F
The Bidder should have a minimum Turnover of Rs.32
lakhs per annum on average during the last three
years ( Details should be furnished in Annexure -7)
G
The bidder should have supplied & commissioned the
two times of present tender quantity per annum on
an average of the items during the last three years,
out of which one of the order shall be for 50% of the
tendered quantityi.e.8lakhs(approx) which shall be
substantiating with documentary proof.( Details
should be furnished in Annexure -9)
H
The The Bidder should give a Declaration that the firm
has not been debarred/blacklisted from last three
years by any Central or State Govt./Quasi Govt.
Departments or organizations for non-satisfactory
past performance, corrupt, fraudulent or any other
unethical business practices as per Format Given in
Annexure -5
- 56 -
Schedule - B (Commercial Template)
S. No Item Description Qty Unit
Basic price
/ unit
Amount CST VAT
P&F Charges
Freight Charges
Insurance charges
Service Tax
Others if any
Total
1
Supply of ISDN enable,
VoIP enabled IP PBX
System Configurations
as follows.
08 - Analog Trunk Lines
176 - Analog Extension
Lines with Long
Distance capability
function.
30 Channel IP Gate Way
Card (SIP Extension
License) and necessary
accessories
04 Channel Auto
Attendant
Wired for 224 Ports.
Refer Sl.NoA of
technical particulars of
Section IV
1 Set
2
Supply of ISDN enable,
VoIP enabled IP
Communication server
Configurations as
follows.
08 - Analog Trunk Lines
32 - Analog Extension
Lines with Long
Distance capability
function.
10 Channel IP Gate Way
Card (SIP Extension
License) and necessary
accessories
04 Channel Auto
Attendant
Wired for 144 Ports.
Refer Sl.No.A of
technical particulars of
Section IV
1 Set
3
Supply of Dyna make
25 A FCBC for 176 & 32
lines IP PBX systems 2 Nos
4
Supply of SMF batteries
with 65 AH & 48 V ( 12
V x 4 Nos = 48 V( 1
Set)) as Battery bank
(Make: Exide/Amaraja
2 Sets
- 57 -
5
Supply and fixing of
Wall Mounted cable
termination box made
of CRCA Sheet of 2mm
thick, having IP65
protection class with
krone make connectors
to be mounted on sheet
steel back mounted
frame. 300+300 pair (
Krone Make)
1 Set
6
Supply and fixing of
Wall Mounted cable
termination box made
of CRCA Sheet of 2mm
thick, having IP65
protection class with
krone make connectors
to be mounted on sheet
steel back mounted
frame.100 pair ( Krone
make)
1 Set
7
Supply of two line
display IP phones. Refer
Sl.No.B of technical
particulars of Section
IV
4 Nos
8
Supply of 6 Core –
9/125 Micron Single
Mode Outdoor Fiber
Cable Refer Sl.No. D of
technical particulars of
Section IV
7000 Mete
rs
9
Supply of 12 Port LIU
fully loaded . Refer
Sl.No.E of technical
particulars of Section
IV
3 Nos
10
Supply of 24-PORT
10/100 PoE Smart
Switch. Refer Sl.No.C
of technical particulars
of Section IV
3 Nos
11
Supply of 19U network
rack with accessories.
Refer Sl.No H of
technical particulars of
Section IV
3 Nos
12
Supply of SC Type S.M
Pigtails. Refer Sl.No F
of technical particulars
of Section IV
36 Nos
13
Supply of Fiber Optic
OS1 Patch Cord Refer
Sl.No.G of technical
particulars of Section
IV
18 Nos
- 58 -
14
Supply of optical fiber
splicing kits for
Overhead OFC laying
between Chief Engineer
office and Power House
location through pollure
stores
10 Nos
15
Installation,
commissioning ,
configurations with
integration ,
terminations and testing
charges of
communication servers
for both locations of an
items (1) to (7)
1 L.S.
16
Installation,commissioni
ng , configurations with
integration, splicing ,
termination , fixing and
testing charges for an
items (9) to (14)
1 L.S
17
Over head OFC laying ,
termination, fixing ,
splicing of OFC
between Chief Engineer
office and Power House
location through pollure
stores along with
necessary clamps with
nuts & bolts charges
7000 Mtrs
18
Fixing, Installation,
integration and testing
of IP PBX systems ,
Network products , OFC
related items existing
extensions connected
copper cables on old
MDFs to be replaced
with newly supplied
MDFs for establishing
communication among
the three locations of
LSHES with full pledge
commissioning charges
. Proper electronic
earthing pits must be
provided.
1 Job