re f.-x n /m k t /sp v /2g -gsm/eoi /2 date: 07.06 .2016 e...

20
Ref.-XN/MKT/SPV/2G-GSM/EoI/2 Date: 07.06.2016 EXPRESSION OF INTEREST (EOI) FOR STANDALONE SOLAR PHOTOVOLTAIC SYSTEM TO BE USED WITH 2G GSM EQUIPMENTS SCOPE This Expression of Interest (EOI) is being called for supply, installation, commissioning, Operation & Maintenance for five years (extendable by two years) of s t a n da l o n e Solar Power System here after called “System” at 2,817 Sites to villages of Arunachal Pradesh and Karbi Anglong & Dima Haso districts of Assam. The number of sites stated above are estimated and BSNL reserves the right to vary no of sites -25% to +25% of specified quantity without any change in unit price or other terms & conditions. INTRODUCTION ITI Limited, a Public Sector Undertaking under the Department of Telecommunication, Ministry of Communication and IT, is a leading telecom equipment manufacturer and solution provider in India. The major customers are state owned BSNL , MTNL, defense, paramilitary forces and railways. ITI is seeking MoU partner with reputed solution/technology providers who are dealing in SOLAR PHOTOVOLTAIC PRODUCTS for supply, installation, commissioning and Annual Maintenance Contract PART-1- GENERALREQUIREMENTS This EOI is being floated to address the BSNL tender CA/CM/GSM BSS-North East/T-544/2016 issued on 08 th April 2016 for Supply, Installation, Commissioning, Warrantee and Post warrantee services (AMC) for standalone Solar Power System for BTS. TECHNICAL SPECIFICATION OF STAND ALONE SOLAR POWER SYSTEM for BSNL 2G TENDER 1. Stand Alone SPV Power System - (a) Standalone type SPV Power Supply – Solar Power System should meet ultimate load requirement of the site i.e. BTS, Backhaul etc by SPV power source only during solar insolation of 3.5 kwh/m 2 /day. Battery capacity shall be as per ultimate site load i.e. BTS, Backhaul etc and for site autonomy in days as mentioned in table below during continuous sunless day. Site power electronics is required in N+1 or 1+1 to ensure redundant mode. Replacement of any single unit, component or node of power system should not lead to interruption in the power. (b) Battery Bank- Battery that is to be used with these SPV power supplies shall be charged fully before sending the same to the site, since it will not be possible to charge the battery, first time, to its full capacity through SPV panels. (c) There should be provision for emergency charging of battery also by conventional power supply system i.e. grid AC power or portable generator in case of complete drain out of the battery. (d) Replacement of Battery- Replacement of battery during the period of Maintenance & Operation agreement shall be the responsibility of the bidder with no cost to BSNL. (e) Bidder will mention the offered configuration of SPV Power Generating System and Battery Capacity for each type of SPV Power Supply mentioned in SOR 2 in un-priced BOM. Vendor will submit supportive calculation sheet of offered configuration based on ultimate site load requirement of each type of sites with offered BTS and Transmission Backhaul (VSAT/Radio Backhaul) for each type of SPV Power Supply as per formula no 2 & 4 given in Annexure 4 of GR of SPV Power Supply. (f) Other details shall be as follow-

Upload: phamnguyet

Post on 06-Feb-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Re f.-X N /M K T /SP V /2G -GSM/EoI /2 Date: 07.06 .2016 E ...intra.itiltd-india.com/nni/tenders/EOI_SPV for 2G-GSM BSNL_SPV... · BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS -North

Ref.-XN/MKT/SPV/2G-GSM/EoI/2 Date: 07.06.2016

EXPRESSION OF INTEREST (EOI) FOR STANDALONE SOLAR PHOTOVOLTAIC SYSTEM TO

BE USED WITH 2G GSM EQUIPMENTS

SCOPE

This Expression of Interest (EOI) is being called for supply, installation, commissioning, Operation & Maintenance for five years (extendable by two years) of s t a n da l o n e Solar Power System here after called “System” at 2,817 Sites to villages of Arunachal Pradesh and Karbi Anglong & Dima Haso districts of Assam. The number of sites stated above are estimated and BSNL reserves the right to vary no of sites -25% to +25% of specified quantity without any change in unit price or other terms & conditions. INTRODUCTION ITI Limited, a Public Sector Undertaking under the Department of Telecommunication, Ministry of Communication and IT, is a leading telecom equipment manufacturer and solution provider in India. The major customers are state owned BSNL , MTNL, defense, paramilitary forces and railways. ITI is seeking MoU partner with reputed solution/technology providers who are dealing in SOLAR PHOTOVOLTAIC PRODUCTS for supply, installation, commissioning and Annual Maintenance Contract PART-1- GENERALREQUIREMENTS This EOI is being floated to address the BSNL tender CA/CM/GSM BSS-North East/T-544/2016 issued on 08th April 2016 for Supply, Installation, Commissioning, Warrantee and Post warrantee services (AMC) for standalone Solar Power System for BTS.

TECHNICAL SPECIFICATION OF STAND ALONE SOLAR POWER SYSTEM for BSNL 2G

TENDER 1. Stand Alone SPV Power System -

(a) Standalone type SPV Power Supply – Solar Power System should meet ultimate load requirement of the site

i.e. BTS, Backhaul etc by SPV power source only during solar insolation of 3.5 kwh/m2/day. Battery

capacity shall be as per ultimate site load i.e. BTS, Backhaul etc and for site autonomy in days as mentioned

in table below during continuous sunless day. Site power electronics is required in N+1 or 1+1 to ensure

redundant mode. Replacement of any single unit, component or node of power system should not lead to

interruption in the power.

(b) Battery Bank- Battery that is to be used with these SPV power supplies shall be charged fully before sending

the same to the site, since it will not be possible to charge the battery, first time, to its full capacity through

SPV panels.

(c) There should be provision for emergency charging of battery also by conventional power supply system i.e.

grid AC power or portable generator in case of complete drain out of the battery.

(d) Replacement of Battery- Replacement of battery during the period of Maintenance & Operation agreement

shall be the responsibility of the bidder with no cost to BSNL.

(e) Bidder will mention the offered configuration of SPV Power Generating System and Battery Capacity for each

type of SPV Power Supply mentioned in SOR 2 in un-priced BOM. Vendor will submit supportive

calculation sheet of offered configuration based on ultimate site load requirement of each type of sites with

offered BTS and Transmission Backhaul (VSAT/Radio Backhaul) for each type of SPV Power Supply as per

formula no 2 & 4 given in Annexure 4 of GR of SPV Power Supply.

(f) Other details shall be as follow-

Page 2: Re f.-X N /M K T /SP V /2G -GSM/EoI /2 Date: 07.06 .2016 E ...intra.itiltd-india.com/nni/tenders/EOI_SPV for 2G-GSM BSNL_SPV... · BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS -North

1. Requirement

SL GR CLAUSE NO GR Clause Description

1 2.2.1.3 Maximum output power at antenna port : 2W/5W per TRX

2 2.4.1(iii)

The total power consumption, including backhaul shall be as per the following-

Sl No

BTS Configuration

Required Maximum Power consumption including backhaul

i 2 TRX, 2 Watt 100 Watt ii 2 TRX, 5 Watt 150 Watt

The total power consumption for the backhaul shall be maximum 15W unless satellite backhaul is used.

3 3.12.1 Max Power Consumption : upto 400 W for Cat 1 including backhaul.

2. Technical Specification

Type of site

Site Configuration Solar Insolation Nominal Site power backup

Recommended Size of the SPV System

A 2 TRX, 2 W BTS VSAT backhaul

3.5kwh/m2/day 5 days

Bidder shall offer the system considering the load of BTS and back haul mentioned in the Section 4 Part B of BSNL tender . The bidder shall also submit the detailed calculation sheet for sizing of SPV system and Battery bank for smooth operation of the system and to meet the O&M requirement.

B1 2 TRX, 5 W BTS radio backhaul

3.5kwh/m2/day 5 days

B2 2 TRX, 5 W BTS with VSAT backhaul

3.5kwh/m2/day 5 days

C1 2+2 TRX, 5 W BTS with radio backhaul

3.5kwh/m2/day 3 days

C2 2+2 TRX, 5 W BTS with VSAT backhaul

3.5kwh/m2/day 3 days

1 Solar Panel Solar Panel shall be as per TEC GR No TEC/ GR/TX/SPV-03/03.MAR 2011

2 Solar Panel Capacity 12V/24V Modules with power output up to 300 Watt 3 Load Up to 24 A 4 Environmental

specification IP65 for Electronics & IP44 for Battery Enclosure

5 Nominal Site power backup

Type of site

Site Configuration Solar Insolation Nominal Site power backup

A 2 TRX, 2 W BTS VSAT backhaul

3.5kwh/m2/day 5 days

B1 2 TRX, 5 W BTS radio backhaul

3.5kwh/m2/day 5 days

B2 2 TRX, 5 W BTS with VSAT backhaul

3.5kwh/m2/day 5 days

C1 2+2 TRX, 5 W BTS with radio backhaul

3.5kwh/m2/day 3 days

C2 2+2 TRX, 5 W BTS with VSAT backhaul

3.5kwh/m2/day 3 days

6 Battery Specification TEC/GR/TX/BAT-003/02 MAR 2011

Page 3: Re f.-X N /M K T /SP V /2G -GSM/EoI /2 Date: 07.06 .2016 E ...intra.itiltd-india.com/nni/tenders/EOI_SPV for 2G-GSM BSNL_SPV... · BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS -North

3. Applicable Technical Specifications

With this back ground ITI invites business proposal from solution/technology providers of Standalone SOLAR

PHOTOVOLTAIC PRODUCTS who are fulfilling the following eligibility conditions.

1. The bidder should be an Original Equipment Manufacturer of any one of the Solar Photovoltaic System’s

component namely SPV Module, Solar Charge Controller, Battery. The Company shall be registered in India for

last three years and possess valid ISO 9001:2008 and ISO 14001.

OR

Be a company registered in India duly authorized by Indian manufacturer/ Indian OEM of the proposed

equipments to bid for their equipment. The bidder shall have Memorandum of Understanding (MOU) with

manufacturer.

2. Bidder shall have valid Type Approval Certificate (TAC) from TEC, New Delhi or TSEC from QA Circle

Wing , BSNL, Bangalore against the respective technical specification mentioned above applicable for product.

In case quoted product model does not have valid TAC/TSEC approval, then bidder should have applied for

TSEC in QF‐103 or in Form B to TAC, New Delhi or an give undertaking for meeting the technical requirements one

day before BSNL tender submission date. (Pl. attach copies)

3. Having minimum turn over Audited Rs Twenty Five Crores ( Rs 25 Cr.) in past three years

(Cumulative) ( Pl. attaché the copy of audited balance sheet for last three year).

4. The bidder must have past experience in execution of executing SPV system supply, installation &

commissioning and Operation & maintenance ( O&M) . (Pl attach relevant papers in support)

5. Ready to provide test equipment on loan basis for QA testing of equipment for customer QA inspection

and testing.

6. Ready to provide sample of the equipment for QA testing by customer.

7. Bidder should be ready to provide all necessary support/documents for obtaining the QF103 for the product, if

ITI required for QF-103 in the name of ITI.

Components Applicable Specification Stand Alone Solar System BSNL GR No : TEC/GR/TX/SPV-03/03. March y 2011, and

BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS-North East/T-544/2016 issued on 08th April 2016

Solar Charge Controller with Remote Monitoring

BSNL GR No : TEC/GR/TX/SPV-03/03. March y 2011, and BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS-North East/T-544/2016 issued on 08th April 2016

VRLA Battery BSNL GR: TEC/GR/TX/BAT-003/02 MARCH 2011 and BSNL 2G Tender Enquiry No: CA/CM/GSM BSS-North East/T-544/2016 issued on 08th April 2016

Stand Alone Solar System BSNL GR No : TEC/GR/TX/SPV-03/03. March y 2011, and BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS-North East/T-544/2016 issued on 08th April 2016

Solar Charge Controller with Remote Monitoring

BSNL GR No : TEC/GR/TX/SPV-03/03. March y 2011, and BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS-North East/T-544/2016 issued on 08th April 2016

VRLA Battery BSNL GR: TEC/GR/TX/BAT-003/02 MARCH 2011 and BSNL 2G Tender Enquiry No: CA/CM/GSM BSS-North East/T-544/2016 issued on 08th April 2016

Solar Module IEC 61215, IEC 61730 and IEC 61701 Module Mounting Structure BSNL GR No : TEC/GR/TX/SPV-03/03. March y 2011, and

BSNL 2G Tender Enquiry No: CA/CM/GSM BSS-North East/T-544/2016 issued on 08th April 2016

Installation Material (Including Earthing and Surge Protection equipment, Cable & Wire, Fuses etc

As per applicable standards mentioned in BSNL tender

Page 4: Re f.-X N /M K T /SP V /2G -GSM/EoI /2 Date: 07.06 .2016 E ...intra.itiltd-india.com/nni/tenders/EOI_SPV for 2G-GSM BSNL_SPV... · BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS -North

8. Ready to carry out all the activity related to a purchase order by BSNL on back to back basis and also

support ITI on back to back basis up to warranty and post warranty (O&M) period.

9. Ready to deliver the items as per PO requirement & delivery schedule specified by BSNL PO.

10. Ready to give preference to take SPV panels from ITI Naini .

11. Ready to provide training for Installation & Maintenance Staff of end customer (i.e. BSNL) / ITI, free of cost

training materials & documents.

Interested bidders may please send their proposal in separate two sealed envelope to the following address:

Chief Manager‐Commercial &SM

ITI Limited

Naini Unit, Mirzapur Road, Naini Allahabad‐211010

Tel: (0532) 2687410

Cell: 08004164328

Email: [email protected]

Page 5: Re f.-X N /M K T /SP V /2G -GSM/EoI /2 Date: 07.06 .2016 E ...intra.itiltd-india.com/nni/tenders/EOI_SPV for 2G-GSM BSNL_SPV... · BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS -North

PART – 2

COMMERCIAL BID

Kindly submit your proposal as below:

1. Bidder shall provide price schedule in the format attached.

Note: All statutory levies and taxes shall be to the bidders account.

2. The price indicated in price schedule shall be entered in following manner –

Basic unit price (Ex Factory price) of items, excise duty, custom duty sales tax, freight, forwarding, packing,

insurance and other levis charges already paid or payable by bidder shall be quoted separately item wise.

3. NIL

4. LEVIES & DUTIES: All applicable levies and Duties will be in bidder account in total transaction. Any

additional Tax liability during execution of P.O. will be on bidder account.

5. Payment Terms:-

Back to back as per BSNL tender / customer PO terms / and its subsequent amendment if any.

However, as per BSNL tender section 5A clause 11.2.1, 100% Payment (in place of Payment % specified in clause

11.1 ) may be made on delivery, provided that an additional Bank Guarantee for an amount equal to Balance Payment

% of the value of supplies [specified in clause 11.2 ] valid for a minimum period of seven months is furnished by the

supplier along with an undertaking that the equipment/stores supplied shall be free from damages/shortages. In case

purchaser intimates shortages/ damages in received stores to the supplier in writing, the Bank Guarantee shall be

extended without fail by the supplier for a suitable period as requested by the purchaser in writing. Failure to do so

shall result in forfeiture of Bank Guarantee. The Bank Guarantee shall be accepted at Circle Head Quarter and shall

be released only after the cases are settled in accordance with the provisions available in the Purchase Order/ Tender

document.

.6. Delivery Time:- Bidder has to execute the PO within the given delivery schedule in the BSNL PO.

7. LD Terms:- In case of delay, LD or any other penalty/deduction by BSNL will be borne by bidder on back-to-

back basis.

8. Warranty and AMC:- Bidder shall agree for warranty and AMC of Solar Power Systems as per end customer's

PO on back-to-back basis.

9. Submission of EMD/PBG etc: the qualified bidder shall be ready to submit 5% of PO value on bidder as EMBG/

PBG.

10. Evaluation Method: Bidders will be ranked in order of lowest to highest offer rate to ITI Ltd.

11. Award of contract: -

a) The bidder with L1 package price schedule to ITI only will be considered for signing MoU.

b) ITI may consider qualified bidder for MoU for supply, installation & commissioning with AMC / without

AMC.

c) Bidder shall also arrange for MoU of ITI with OEMs of battery and solar module as per the requirement of

BSNL tender.

--------END OF PART - 2--------

Page 6: Re f.-X N /M K T /SP V /2G -GSM/EoI /2 Date: 07.06 .2016 E ...intra.itiltd-india.com/nni/tenders/EOI_SPV for 2G-GSM BSNL_SPV... · BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS -North

GENERAL INSTRUCTIOPN:

1. The offer shall be submitted in two separate envelopes. The first envelop (Techno Commercial Proposal)

shall contains‐

a. Clause‐by‐clause compliance of the technical requirements ( PART ‐1 of EoI)

b. Clause –by –Clause compliance of the commercial proposal ( Part-2 of EoI)

c. Clause‐by‐clause compliance of TEC specification TEC/ GR/TX/SPV-03/03.MAR 2011 for Standalone

power supply system and TEC/GR/TX/BAT-003/02. Mar. 2011. (With latest amendments if any) for VRLA

battery.

d. Clause‐by‐clause compliance of BSNL Tender No: CA/CM/GSM BSS-North East/T-544/2016 issued

on 08th April 2016 relevant to Standalone SPV power system, SPV module and VRLA battery.

e. Un priced Bill of material ( BOM) with make & model No.

2. The second envelop ( Commercial Proposal) shall contain-

a. clause‐by‐clause compliance of PART‐2 of the EOI document along with filled up format for price bid ( Enclosed).

b. Bidder should submit price including spares if required.

c. The offer can be submitted in the form of hard copy or soft copy in pdf . In case of the offer is submitted as soft

copy, the same can be sent through Email and , hard copy of same be sent later on. The commercial proposal shall

submit in a file with password protection and the password shall be sent to us separately only on our request. Soft copy

of technical and commercial offer should be received before due time. Late receiving of offer due to any reason will

not be accepted.

d. An authorized person of the bidder shall sign all the pages of the techno commercial offer and commercial offer.

e. Priced Bill of material ( BOM) with proper justification There should not be any difference in the items and

quantities in the priced and Un priced BOMs.

BOM of installation and commissioning and price with justification may also be provided along with commercial

bid.

f) In case ITI is made to accept the L1 rate of tender in this event bidder (party) shall agree to adjust the rate for

addressing the tender at L1 rate.

3. Bidder should submit detail for solar part Project Implementation schedule by means of PERT/CPM chart.

4. Bidder should submit copy of the supportive calculation sheet of offered configuration based on ultimate load

requirement of each type of sites.

5. Bidder should provide list of Life time spares of Equipments

6. Authorized Signatory: All certificates and documents received as part of offer shall be signed by the

“Authorized Representative” (Signing is not mandatory in technical manuals or documentation). The power or

authorization or any other document consisting of adequate proof of the ability of the signatory to bind the vendor

shall be submitted if demanded by ITI.

7. Period of Validity of Offer: The offer shall remain valid for a period of at least 150 days from the due

date of offer submission. Offer valid for a shorter period shall be rejected.

8. Later Offer: Any offer received after the prescribed time line shall be rejected

9. Language of offers: the offers prepared by vendor and all the correspondence and documents relating to

the offers exchanged by the vendor, shall be written in English language.

10. ITI reserves the right of suspend or cancel the EOI process at any stage, to accept, or reject any, or all offers at

any stage of the process and / or to modified process, or any part thereof, at any time without assigning reason, any

obligation or liability whatsoever .

11. Cost of EOI: The vendor shall bear all cost associated with the preparation and submission of its EOI including cost

Page 7: Re f.-X N /M K T /SP V /2G -GSM/EoI /2 Date: 07.06 .2016 E ...intra.itiltd-india.com/nni/tenders/EOI_SPV for 2G-GSM BSNL_SPV... · BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS -North

of presentation for purposes of clarification of the offer, if so desired by ITI. ITI will in no case be responsible or

liable for those costs, regardless of the conduct or outcome of the EOI process.

12. The vendor shall be ready to give clarifications of any part of the offer to ITI including presentation at ITI, if so

desired by ITI.

13. Amendment of EOI: ITI may, at their discretion extend the last date for the receipt of offers and / or make other

changes in the requirements set out in the invitation for EOI.

14. Disclaimer: ITI and / or its officers employees disclaim all liability from any loss or damage whether foreseeable or

not, suffered by any person acting on or refraining from acting because of any information including statements,

information, forecasts estimates, or projections contained in this documents or conduct ancillary to it whether or

not the loss or damage arises in connection with any omission, negligence, default, lack of care or misrepresentation

on the part of ITI and / or any of its officers, employees.

15. Bidders must submit the signed copy of attached annexure (I-VI) along with offer.

The last date for receiving the proposal is 16/06/2016 till 3 P.M. and will be opened on 16/06/2016 at 3.30

PM. If desired, bidder may participate in bid opening either directly or through an authorized agent.

In case there are any clarifications on this notification, please contact Chief Manager‐Commercial &SM e-mail:

[email protected] and for any technical clarification , contact Manager (TS) Mo. No. 9450595460 e-

mail : [email protected] . All clarifications shall be asked through e-mail only and the last date for

clarifications is 13/06/2016.

Page 8: Re f.-X N /M K T /SP V /2G -GSM/EoI /2 Date: 07.06 .2016 E ...intra.itiltd-india.com/nni/tenders/EOI_SPV for 2G-GSM BSNL_SPV... · BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS -North

Annexure I

1. Name of the Company/Firm

2. Address of Office in India

3. Telephone/ Fax No.

4. Email

5. Web site (if any)

6. Date of Establishment

7. Name of Directors /Proprietor / Partners Designation, Phone no. & email

8. Name of Authorized Contact Person, Phone no. & email

9. Brief of Nature of Business - Signature of the Applicant

Name (in full)

Designation Seal

Date:

Page 9: Re f.-X N /M K T /SP V /2G -GSM/EoI /2 Date: 07.06 .2016 E ...intra.itiltd-india.com/nni/tenders/EOI_SPV for 2G-GSM BSNL_SPV... · BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS -North

Annexure II

Sl. No Name of the document Yes/NO

Page No.

1 Company Registration Certificate 2 Company TIN No. , VAT No. & CST No. 3 Income Tax Permanent Account No. 4 A notarized certificate on clean track record of the applicant 5 Authorized Signatory proof (Power of Attorney, Board Resolution, etc) 6 Details of Being an \OEM of any one of the components of Hybrid Solar Power Solution

such as cu, Battery, Module

7 Valid MOU certificate with OEM in case bidder is not an OEM 8 TSEC Certificate form BSNL-QA Bangalore or TEC from New Delhi 9 Undertaking in case not having valid TSEC/TEC, to support ITI to get TSEC/TAC//qf103

along with test sample and test results of offered model to ITI.

10 Clause by clause compliance to EOI document- Technical proposal Part-I

11 Clause by clause compliance to EOI document- Commercial proposal Part-II

12 Clause by clause compliance to BSNL GR No GR/TX/SPV-03/03 March 2011 with amendments

13 Clause by clause compliance to BSNL GR No TEC/GR/TX/BAT-003/02.Mar. 2011. (With latest amendments if any) for VRLA battery

14 Clause‐by‐clause compliance of BSNL Tender No: CA/CM/GSM BSS-North East/T-544/2016 issued on 08th April 2016 relevant to Standalone SPV power system,SPV module and VRLA battery.

15 Audited Turnover of the Company in last three year 16 Company’s experience in solar business ( Copy of the certificate mentioning the

satisfactory performance of the offered equipment obtained from concerned user organization)

17 Brand Name/ Catalogue No/ Make and Model along with address of the supplier. of offered Product

18 Copy of the supportive calculation sheet of offered configuration based on ultimate load requirement of each type of sites

19 List of Life time spares of Equipments 20 Test Results 21 Technical Manual 22 Installation Manual 23 Bill of Quantity including spares 24 Un price Bill of Material with approved Vendor list 25 Price Bill of Material 26 Schematic and drawing 27 List of Test Equipments 28 List of Manufacturing Equipments 29 ISO 9001 and ISO 14001 Certificates 30 Affidavit of self –Certification Regarding Domestic Value Addition 31 Integrity Pact as per attached format

Page 10: Re f.-X N /M K T /SP V /2G -GSM/EoI /2 Date: 07.06 .2016 E ...intra.itiltd-india.com/nni/tenders/EOI_SPV for 2G-GSM BSNL_SPV... · BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS -North

Annexure- III

Work experience of the applicant:

Work profile (please submit separate sheet for each of the previous works executed)

S No. Item No. Details

1 Client's name

2 Details of the contact person of the client

3 Work Order no & date

4 Scope of work ( With AMC details )

5 Size of work

6 Contract Value of work

7 Start Date/ End date

8 Work completion certificate from the client

/Current Status

(Signature of the applicant)

Name (in full)

Designation Seal

Date:

Business Address:

Page 11: Re f.-X N /M K T /SP V /2G -GSM/EoI /2 Date: 07.06 .2016 E ...intra.itiltd-india.com/nni/tenders/EOI_SPV for 2G-GSM BSNL_SPV... · BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS -North

Annexure- IV

FORMAT FOR AFFIDAVIT OF SELF-CERTIFICATION REGARDING DOMESTIC VALUE ADDITION

(To be provided on Rs.100/- Stamp Paper)

Date: _______________

I____________________________ S/o, D/o, W/o _____________________, Resident of

_____________________________________________ do hereby solemnly affirm and declare as under:

That I will agree to abide by the terms and conditions of the policy of Government of India issued vide Notification

No of. Department of Telecom 18-07/2010-IP dated 5th October 2012.

That the information furnished hereafter is correct to best of my knowledge and belief and I undertake to produce

relevant records before the procuring authority or any authority so nominated by the DOT, Government of India for

the purpose of assessing the domestic value-addition.

That the domestic value addition for all inputs which constitute the said product has been verified by me and I am

responsible for the correctness of the claims made therein. That in the event of the domestic value addition of the

product mentioned herein is found to be incorrect and not meeting the prescribed value-addition norms, based on the

assessment of an authority so nominated by the DOT, Government of India for the purpose of assessing the domestic

value-addition, I will be disqualified from any Government tender for a period of 36 months. In addition, I will bear

all costs of such an assessment.

That I have complied with all conditions referred to in the Notification No. wherein preference to domestically

manufactured telecom products in Government procurement is provided and that the procuring authority is hereby

authorized to forfeit and adjust my EMD and other security amount towards such assessment cost and I undertake to

pay the balance, if any, forthwith.

I agree to maintain the following information in the Company’s record for period of 8 years and shall make this

available for verification to any statutory authorities.

i. Name and details of the Domestic Manufacturer. (Registered Office, Manufacturing unit location, nature of

legal entity)

ii. Date on which this certificate is issued.

iii. Telecom Product for which that certificate is produced.

iv. Purchaser to whom the certificate is furnished

v. Percentage of domestic value addition claimed

vi. Name and contact detail of the unit of the manufacturer.

vii. Sale Price of the product

viii. Ex-Factory Price of the product

ix. Freight, insurance and handling

x. Total Bill of Material

xi. List and total cost value of inputs used for manufacture of the telecom product

xii. List and total cost of inputs which are domestically sourced. Please attach certificates from suppliers, if the

input is not in-house.

xiii. List and cost of inputs which are imported, directly or indirectly

For and on behalf of _________________________ (Name of firm/ entity)

Authorized signatory (To be duly authorized by the Board of Directors) <Insert Name, Designation and Contact No.>

Page 12: Re f.-X N /M K T /SP V /2G -GSM/EoI /2 Date: 07.06 .2016 E ...intra.itiltd-india.com/nni/tenders/EOI_SPV for 2G-GSM BSNL_SPV... · BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS -North

Annexure- V

INTEGRITY PACT

GENERAL

This pre-bid pre-contract agreement (hereinafter called the Integrity Pact) is made on day of ………….... the month

of …….. , between, ITI Limited, Naini, Allhabad-211010 India, (hereinafter called the "BUYER", which expression

shall mean and include,

unless the context otherwise requires, his successors in office and assigns) of the First Part and M/s

…………….……. (address of the Bidder) (hereinafter called the "BIDDER " which expression shall mean and

include, unless the context otherwise requires, his successors and permitted assigns) of the Second Part.

WHEREAS the BUYER proposes to invite Expression of Interest (EoI) for supply, installation commissioning and

Maintenance of Solar Power System and technical tie-up with ITI for the marketing/manufacturing of

……………….….. (name of the product) and the BIDDER is willing to participate in the EoI as per the terms and

conditions mentioned thereon;

WHEREAS the BIDDER is a private company/public company/Government

undertaking/partnership company (strike off whichever is not applicable), constituted in accordance with the relevant

law in the matter and the BUYER is a PSU under the Department of Telecommunications, Ministry of

Communications & IT, Government of India.

NOW, THEREFORE,

To avoid all forms of corruption by following a system that is fair, transparent and

free from any influence/prejudiced dealings prior to, during and subsequent to the

currency of the contract to be entered into with a view to :-

Enabling the BUYER to select a technology partner for the marketing/ manufacturing of Hybrid Solar Power System

through the EoI in a transparent and corruption free manner, and Enabling BIDDERs to abstain from bribing or

Indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors

will also abstain from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any

form, by its officials by following transparent procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as

follows:

1. Commitments of the BUYER

1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly with the contract, will

demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour

or any material or immaterial 10 benefit or any other advantage from the BIDDER, either for themselves or for any

person, 'organisation or third party related to the contract in exchange for an advantage in the bidding process, bid

evaluation, contracting or implementation process related to the contract.

1.2 The BUYER will during the pre-contract stage, treat all BIDDERs alike, and will provide to all BIDDERs the

same information and will not provide any such information to any particular BIDDER which could afford an

advantage to that particular BIDDER in comparison to other BIDDERs.

1.3 All the officials of the BUYER will report to the appropriate Government

office any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a

breach.

2 In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the BUYER

Page 13: Re f.-X N /M K T /SP V /2G -GSM/EoI /2 Date: 07.06 .2016 E ...intra.itiltd-india.com/nni/tenders/EOI_SPV for 2G-GSM BSNL_SPV... · BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS -North

with full and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary

proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and

such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry

is being conducted by the BUYER the proceedings under the contract would not be stalled.

3 Commitments of BIDDER

3.1 The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal

activities during any stage of its bid or during any pre-contract or post-contract stage in order to secure the contract or

in furtherance to secure it and in particular commit itself to the following:-

a) The BIDDER will not offer, directly or through intermediaries, any bribe, gift,

consideration, reward, favour, any material or immaterial benefit or other advantage,

commission, fees, brokerage or inducement to any official of the BUYER, connected

directly or indirectly with the bidding process, or to any person, organisation or third

party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation

of the contract.

b) The BIDDER further undertakes that it has not given, offered or promised to give,

directly or indirectly any bribe, gift, consideration, reward, favour, any material or

immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER or

otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or,

execution of the contract or any other contract with the Government for showing or forbearing to show favour or

disfavour to any person in relation to the contract or any other contract with the

Government.

c) BIDDERs shall disclose the name and address of agents and representatives and

Indian BIDDERs shall disclose their foreign principals or associates.

d) BIDDERs shall disclose the payments to be made by them to agents/ brokers or any other intermediary, in

connection with this bid/contract.

e) The BIDDER further confirms and declares to the BUYER that the BIDDER is the

original manufacturer/ integrator and has not engaged any individual or firm or

company whether Indian or foreign to intercede, facilitate or in any way to

recommend to the BUYER or any of its functionaries, whether officially or

unofficially to the award of the contract to the BIDDER, nor has any amount been

paid, promised or intended to be paid to any such individual, firm or company in

respect of any such, intercession, facilitation or recommendation.

f) The BIDDER either while presenting the bid or during pre-contract negotiations or

before signing the contract, shall 'disclose any payments he has made, is committed

to or intends to make to officials of the BUYER or their· family members, agents,

brokers or any other intermediaries in connection with the contract and the details of

services agreed upon for such payments.

g) The BIDDER will not collude with other parties interested in the contract to impair

the transparency, fairness and progress of the bidding process, bid evaluation,

contracting and implementation of the contract.

h) The BIDDER will not accept any advantage in exchange for any corrupt practice,

unfair means and illegal activities.

i) The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to others, any

information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and

business details, including information contained in any electronic data carrier. The BIDDER also undertakes to

Page 14: Re f.-X N /M K T /SP V /2G -GSM/EoI /2 Date: 07.06 .2016 E ...intra.itiltd-india.com/nni/tenders/EOI_SPV for 2G-GSM BSNL_SPV... · BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS -North

exercise due and adequate care lest any such information is divulged.

j) The BIDDER commits to refrain from giving any complaint directly or through any

other manner without supporting it with full and verifiable facts.

k) The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned

above.

l) If the BIDDER or any employee of the BIDDER or any person acting on behalf of

the BIDDER, either directly or indirectly, is a relative of any of the officers of the

BUYER, or alternatively, if any relative of an officer of the BUYER has financial

interest/stake in the BIDDER's firm, the same shall be disclosed by the BIDDER at

the time of filing of tender. The term 'relative' for this purpose would be as defined in

Section 6 of the Companies Act 1956.

m) The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions,

directly or indirectly, with any employee of the BUYER.

4 Previous Transgression

4.1 The BIDDER declares that no previous transgression occurred in the last three years immediately before signing

of this Integrity Pact, with any other company in any country in respect of any 'corrupt practices envisaged hereunder

or with any Public Sector Enterprise in India or any Government Department in India that could justify BIDDER's

exclusion from the tender process.

4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the

tender process or the contract, if already awarded, can be terminated for such reason.

5 Sanctions for Violations

5.1 Any breach of the aforesaid provisions by the BIDDER or anyone employed by it or acting on its behalf (whether

with or without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the following

actions, wherever required:-

a) To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to

the BIDDER. However, the proceedings with the other

BIDDER(s) would continue.

b) To immediately cancel the contract, if already signed, without giving any

compensation to the BIDDER.

c) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable

to pay compensation for any loss or damage to the BUYER resulting from such

cancellation/rescission.

d) To recover all sums paid in violation of this Pact by the BIDDER(s) to any

middleman or agent or broker with a view to securing the contract.

5.2 The BUYER will be entitled to take all or any of the actions mentioned above, also on the Commission by the

BIDDER or anyone employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER),

of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any

other statute enacted for prevention of corruption.

5.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been committed by the

BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the Independent

Monitor(s) appointed for the purposes of this Pact.

6 Independent Monitors

6.1 The BUYER appoints Independent Monitor (hereinafter referred to as Monitor) for this Pact in consultation with

the Central Vigilance Commission.

6.2 The task of the Monitor shall be to review independently and objectively, whether and to what extent the parties

Page 15: Re f.-X N /M K T /SP V /2G -GSM/EoI /2 Date: 07.06 .2016 E ...intra.itiltd-india.com/nni/tenders/EOI_SPV for 2G-GSM BSNL_SPV... · BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS -North

comply with the obligations under this Pact.

6.3 The Monitor shall not be subject to instructions by the representatives of the parties and perform their functions

neutrally and independently.

6.4 Both the parties accept that the Monitor have the right to access all the documents relating to the

project/procurement, including minutes of meetings.

6.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform the Authority

designated by the BUYER.

6.6 The BIDDER(s) accept(s) that the Monitor has the right to access without restriction to all Project documentation

of the BUYER including that provided by the BIDDER. The BIDDER will also grant the Monitor, upon his request

and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The

Monitor shall be under contractual obligation to treat the information and documents of the BIDDER with

confidentiality.

6.7 The BUYER will provide to the Monitor sufficient information about all meetings among the parties related to

the Project provided such meetings could have an impact on the contractual relations between the parties. The parties

will offer to the Monitor the option to participate in such meetings.

6.8 The Monitor will submit a written report to the designated Authority of BUYER within 8 to 10 weeks from the

date of reference or intimation to him by the BUYER I BIDDER and, should the occasion arise, submit proposals for

correcting problematic situations.

7 Facilitation of Investigation

7.1 In case of any allegation of violation of any provisions of this Pact or payment of

commission, the BUYER or its agencies shall be entitled to examine all the documents including the Books of

Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall

extend all possible help for the purpose of such examination.

8 Law and Place of Jurisdiction

8.1 This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER.

9 Other Legal Actions

9.1 The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in

accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

10 Validity

10.1 The validity of this Integrity Pact shall be from date of its signing and extend up to the contract period with the

BUYER in case a contract is signed. In case BIDDER is unsuccessful, this Integrity Pact shall expire after six months

from the date of the signing of the contract.

10.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact shall remain valid.

In this case, the parties will strive to come to an agreement to their original intentions.

11 The parties hereby sign this Integrity Pact.

BUYER BIDDER

Name of the Officer: CHIEF EXECUTIVE OFFICER

Designation : M/s …. (Complete address)

ITI Limited, Naini, Allahabad

PIN – 211010

Place: Place:

Date: Date:

Witness:

1. ……….. 1. …………

2. ……….. 2.................

Page 16: Re f.-X N /M K T /SP V /2G -GSM/EoI /2 Date: 07.06 .2016 E ...intra.itiltd-india.com/nni/tenders/EOI_SPV for 2G-GSM BSNL_SPV... · BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS -North

Annexure- VI

Declaration regarding clean track record (written on Company's letter head)

(please note that this declaration must be certified by a notary)

To:

Chief Manager

(Solar Marketing) ITI limited,

Naini Unit, Mirzapur Road,

Allahabad – 211010

Sub: Application against EOI No. & dt.

Sir,

I have carefully gone through the Terms & Conditions contained in the EOI referred above. I hereby declare

that my company/ firm/organization has not been debarred / black listed by any Government / Semi Government

organizations in India for the last 3 years. I further certify that I am the competent officer in my company to make

this declaration.

Yours faithfully,

(Signature of the applicant) Name (in full) Designation Seal

Date:

Business Address

Page 17: Re f.-X N /M K T /SP V /2G -GSM/EoI /2 Date: 07.06 .2016 E ...intra.itiltd-india.com/nni/tenders/EOI_SPV for 2G-GSM BSNL_SPV... · BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS -North

Percentage

Amount

Percentage

Amount

Percentage

Amount

13

45

67

89

1011

1213

1415

1617

1819

2021

1Hardware

Software

Hardware

Software

Hardware

Software

PRICE SCHEDULE FOR INDIGENIOUS EQUIPMENT (INCLUDING PARTLY IMPORTED ) AND SERVICE COST

Solar Power System - Complete set with battery etc

B(I)

Supply of Solar Power System dimensioned for 3.5 kwh/m2/day solar insolation and 5 days site power back-up for 2 TRX, 5 Watt BTS location having microwave/ radio modem backhaul i.e. for Type B1 site.

491

Total Discounted Price excluding CENVAT-able Duties & Taxes (15-16)

ED Tariff Head.

SL NO

TOTAL QUANTITY

Ex-factory price (Basic Unit Price exclusive of all levies

& charges)

EXCISE DUTY

SALES TAX

Freight, Forwarding, Packing & Insurance

Other levies/charges, if any.

Unit Price (all inclusive ) (4+6+8+10+11)

A(II)

1,830Installation & Commissioning of Solar Power System dimensioned for 3.5 kwh/m2/day solar insolation and 5 days site power back-up for 2 TRX, 2 Watt BTS location having V-Sat backhaul i.e. for Type A site.

ITEM DESCRIPRTION2

Supply of Solar Power System dimensioned for 3.5 kwh/m2/day solar insolation and 5 days site power back-up for 2 TRX, 2 Watt BTS location having V-Sat backhaul i.e. for Type A site

Supply, Installation & Commissioning

1,830

A(I)

Import Content

percentage (%) of Customs duty.

Customs Tariff Head

Duties and Taxes CENVAT-able on unit price

Unit price excluding Duties & Taxes CENVAT-

able (12-13)Total Price inclusive of all

levies & charges excluding CENVAT-able Duties &

Taxes (3 x 14)

Discount offered, if any.

Page 18: Re f.-X N /M K T /SP V /2G -GSM/EoI /2 Date: 07.06 .2016 E ...intra.itiltd-india.com/nni/tenders/EOI_SPV for 2G-GSM BSNL_SPV... · BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS -North

Hardware

Software

Hardware

Software

Hardware

Software

Hardware

Software

330330100

C(I)

Supply of Solar Power System dimensioned for 3.5 kwh/m2/day solar insolation and 5 days site power back-up for 2 TRX, 5 Watt BTS location having VSAT backhaul i.e. for Type B2 site,

C(II)

Installation & Commissioning of Solar Power System dimensioned for 3.5 kwh/m2/day solar insolation and 5 days site power back-up for 2 TRX, 5 Watt BTS location having VSAT backhaul i.e. for Type B2 site.

D(I)

Supply of Solar Power System dimensioned for 3.5 kwh/m2/day solar insolation and 3 days site power back-up for 2+2 TRX, 5 Watt BTS location having microwave/radio modem backhaul i.e. for Type C1 site

B(II)

Installation & Commissioning of Solar Power System dimensioned for 3.5 kwh/m2/day solar insolation and 5 days site power back-up for 2 TRX, 5 Watt BTS location having microwave/ radio modem backhaul i.e. for Type B1 site.

491

Page 19: Re f.-X N /M K T /SP V /2G -GSM/EoI /2 Date: 07.06 .2016 E ...intra.itiltd-india.com/nni/tenders/EOI_SPV for 2G-GSM BSNL_SPV... · BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS -North

Hardware

Software

Hardware

Software

Hardware

Software

6666 100

D(II)

Installation & Commissioning of Solar Power System dimensioned for 3.5 kwh/m2/day solar insolation and 3 days site power back-up for 2+2 TRX, 5 Watt BTS location having microwave/radio modem backhaul i.e. for Type C1 site.

E(I)

Supply of Solar Power System dimensioned for 3.5 kwh/m2/day solar insolation and 3 days site power back-up for 2+2 TRX, 5 Watt BTS location having VSAT backhaul i.e. for Type C2 site.

E(II)

Installation & Commissioning of Solar Power System dimensioned for 3.5 kwh/m2/day solar insolation and 3 days site power back-up for 2+2 TRX, 5 Watt BTS location having VSAT backhaul i.e. for Type C2 site.

Page 20: Re f.-X N /M K T /SP V /2G -GSM/EoI /2 Date: 07.06 .2016 E ...intra.itiltd-india.com/nni/tenders/EOI_SPV for 2G-GSM BSNL_SPV... · BSNL 2 G Tender Enquiry No: CA/CM/GSM BSS -North

Percentage

Amount

Percentage

Amount

Percentage

Amount

13

45

67

89

1011

1213

1415

1617

1819

2021

Hardware

Software

Hardware

Software

Hardware

Software

Discount offered, if any.

Total Discounted Price excluding CENVAT-able Duties & Taxes (15-16)

ED Tariff Head.

c2 +2 TRX, 5 Watt BTS site , Solar Power System

with battery for Type C1 & C2 site

166

2Operation & Maintenance of the site after commissioning

b

2 TRX, 5 Watt BTS site, Solar Power

System with battery for Type

B1 & B2 site

821

a2 TRX, 2 Watt BTS site Solar Power System with battery for Type A site

1,830

PRICE SCHEDULE FOR OPERATION AND MAINTENANCE OF THE SITE

SL NO

ITEM DESCRIPRTION

TOTAL QUANTITY

Ex-factory price (Basic Unit Price exclusive of all levies &

charges)

EXCISE DUTY

SALES TAX

Freight, Forwarding, Packing & Insurance

Other levies/charges, if any.

Unit Price (all inclusive ) (4+6+8+10+11)

Customs Tariff Head

Duties and Taxes CENVAT-able on unit price

Unit price excluding Duties & Taxes CENVAT-able (12-13)

Import Content

percentage (%) of Customs duty.

Total Price inclusive of all levies & charges excluding

CENVAT-able Duties & Taxes (3 x 14)