21
APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission Page 1 of 21 Open Competitive Bid (OCB) for Establishment of Central EPABX System for AP Secretariat March 2013 Proprietary & Confidential Andhra Pradesh Technology Services Limited, Boorgula Ramakrishna Rao Bhavan, B-block, 4th floor, Tankbund Road, Hyderabad, AP 500 063, India. Telephones: 91 (40) 23220305, (40) 23223753 Fax: 91 (40) 23227458 Email: [email protected]

Open Competitive Bid (OCB) - · PDF fileAPTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission Page 1 of 21 Open Competitive Bid (OCB) for Establishment

  • Upload
    vannhu

  • View
    213

  • Download
    0

Embed Size (px)

Citation preview

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 1 of 21

Open Competitive Bid (OCB)

for

Establishment of Central EPABX System for AP Secretariat

March 2013

Proprietary & Confidential

Andhra Pradesh Technology Services Limited, Boorgula Ramakrishna Rao Bhavan, B-block, 4th floor,

Tankbund Road, Hyderabad, AP 500 063, India. Telephones: 91 (40) 23220305, (40) 23223753

Fax: 91 (40) 23227458 Email: [email protected]

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 2 of 21

Proprietary & Confidential

No part of this document can be reproduced in any form or by any means, disclosed or distributed to any person without the prior consent of APTS except to the extent required for submitting bid and no more.

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 3 of 21

Table of Contents

News paper advertisement...................................................................................... 4

Section A.................................................................................................................. 5

A.1. The solution, service or material required:................................................. 5

A.2. Scope of incidental services:....................................................................... 5

A.3. Maintenance: ................................................................................................. 5

A.4. Delivery and Installation period ................................................................... 6

A.5. Warranty ........................................................................................................ 6

Section B................................................................................................................... 7

Section C................................................................................................................... 9

Section –D............................................................................................................... 12

Section E................................................................................................................. 19

Section F ................................................................................................................. 21

Section G .................................................................. Error! Bookmark not defined. Section H................................................................... Error! Bookmark not defined. Section - I .................................................................. Error! Bookmark not defined. Section J ................................................................... Error! Bookmark not defined. Bid Letter Form ........................................................ Error! Bookmark not defined. Contract Form .......................................................... Error! Bookmark not defined. Annexure I................................................................. Error! Bookmark not defined. Annexure II................................................................ Error! Bookmark not defined. Annexure III............................................................... Error! Bookmark not defined. Form P-1.................................................................... Error! Bookmark not defined. Form P-2A ................................................................ Error! Bookmark not defined. Form P -2B ............................................................... Error! Bookmark not defined. Form P -3................................................................... Error! Bookmark not defined. Form P-4.................................................................... Error! Bookmark not defined. Form P7 - Declaration Regarding Clean Track Record ....... Error! Bookmark not defined. Form T -1 ................................................................... Error! Bookmark not defined. Form T – 2 ................................................................. Error! Bookmark not defined. Form F-1 .................................................................... Error! Bookmark not defined.

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 4 of 21

News paper advertisement

apts

Tender Call Notice for

Establishment of Central EPABX System for AP Secretariat

Time schedule of various tender related events:

Bid calling date 06-03-2013

Pre bid Conference Date and Time

12-03-2013 @11:30AM

Bid closing date/time 16-03-2013, 03-00 PM

Bid Document Fee Rs.5,000/-

APTS Contact person Manager (OAP), 9963029401

APTS Reference No. APTS/OAP/2012/APSECT-EPABX/2013

For further details regarding detailed Tender Notification, specifications and digital

certificate please visit http://www.apts.gov.in and www.eprocurement.gov.in.

Managing Director, A.P.Technology Services Ltd.

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 5 of 21

Section A

Tender Call Notice

Andhra Pradesh Technology Services Limited (APTS), Boorgula Rama Krishna Rao Bhavan, B- Block, 4th floor,

Tank Bund Road, Hyderabad, AP 500 063, India. Phones: (40) 23224289; (40) 23223865; Fax: (40) 23227458

Establishment of Central EPABX System for AP Secretariat

Time schedule of various tender related events:

Bid calling date 06-03-2013

Pre bid conference Date and Time 12-03-2013 @ 11:30 AM

Last Date & Time for clarifications 12-03-2013 @ 05:00 PM

Last date/time for Sale of document 16-03-2013 @ 02-00 PM

Bid closing date/time 16-03-2013 @ 03-00 PM

Bid opening date/time 16-03-2013 @ 03-30 PM

Bid Document Fee Rs.5,000/-

APTS Contact person Manager (OAP), M: 99630 29401

APTS Reference No. APTS/OAP/2012/APSECT-EPABX/2013

A.1. The solution, service or material required: Supply and commissioning of Central EPABX system with state of Art Technology

and should be able to integrate with all the industry standard EPABX systems and also instruments and to establish communication network using various types of connectivity/protocols etc., The complete solution components should be from the same OEM.

A.2. Scope of incidental services:

1. Furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied goods.

2. Warranty services are for three years for all the items.

A.3. Maintenance:

Successful bidder has to supply & maintain the all the items during and after warranty period as per terms of SLA. If the EPABX system or/and any of the components is/are down and not working, same need to be repaired and restored for normal functioning as per agreed Service Level Requirements. Failing which penalty will be recovered from Performance Security as per Clause C.15.

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 6 of 21

SLA for performance during maintenance period:

1. The successful bidder has to maintain the automated call register giving the details of call logged, call attended and call closed details for all the calls.

2. The original call log for all the logged calls of complaints & calls closed status should be sent by email to APTS on fortnightly basis for monitoring.

3. Along with the above mentioned call log, a date wise abstract of calls logged and repair status within SLA and outside SLA should be provided to APTS in the following format with supporting call reports duly signed by the user:

Calls closed Date No.of

calls logged

Within 2 hours

Within 4hrs

Within 8 hrs

Within 24 hrs

Within 48 hrs

Within 72 hrs

Within 96 hrs

The above table may be used for calculation of penalties for not meeting the SLA during maintenance/warranty period.

A.4. Delivery and Installation period Bidder shall deliver the goods/services and install / commission the same within (8) Eight weeks from the date of orders issued by APTS/Department.

A.5. Warranty Warranty period is for 3 years onsite comprehensive (including Spares-Parts/Service/ Labour/On-site) from the date of installation of items. During warranty period the bidders should conduct preventive maintenance once in six months besides attending the calls. The Log of calls along with service reports are to be submitted to APTS/Department on quarterly basis.

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 7 of 21

Section B

B.1 Pre-Qualification criteria:

1. The bidder should be a manufacturer/ authorized representative of a

manufacturer/whole sale dealer and should be in business of manufacture and or supply and maintenance of the offered items for a minimum period of Five years as on bid calling date.

The Manufacturer’s Authorization Form specific to this tender shall be submitted in bidders format.

2. The bidder should be a company registered under the companies act, 1956 and in business of the product and solution being offered for the last five years.

3. The bidder should have the required turnover of at least Rs.5 crores in any two of the last three financial years.

4. The bidder should have at least 10 full time technicians on its role as on bid calling date.

5. The bidder should have at least two technicians at AP Secretariat during the period of contract.

6. The Bidder/OEM should have minimum One Service centre in Hyderabad, A.P. as on bid calling date. Details of the service centers should be enclosed in Form P4. In case Bidder is not having the service center as on bid calling date, bidder should give an undertaking in PQ bid to open the service center as specified above and should submit the Service Centers details before the due date of Delivery in case the contract is awarded. Failing which the Purchaser shall forfeit the PBG and cancel the contract/Purchase Order.

7. The bidder should have already executed / commissioned similar equipment at least at 2 (Two) Government or major enterprises in India in last Three Financial Years. The bidder should enclose the copies of Purchase Orders, Invoices and satisfactory completion certificate in proof of above claim

8. The bidder should furnish the information on major past supplies under the relevant product/services and satisfactory performance for the last Three financial years.

9. The bidder should submit/give declaration stating that they are not

debarred/blacklisted by any State Government, Central Government, Central & State Govt. Undertakings/enterprises/Organizations and by any other Quasi Government bodies/Organizations, World Bank or any major Enterprise /Organization in India for non-satisfactory performance, corrupt & Fraudulent or any other unethical business practices. Further stating/declaring that no cases pending against the firm/organization either in Government(State or Union) for involvement in cases for supply of sub-standard goods/material or track record of supply of inferior quality or no enquiries on past supplies are being conducted or underway as per Format P7.

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 8 of 21

10. APTS reserves the right in not considering a bid of the bidder, if such bidder was a

previous supplier and had a past bad track record or their earlier performance was unsatisfactory on any count.

Note : Relevant documents in support of above conditions should be furnished.

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 9 of 21

Section C C1. Statement of important limits/values related to bid S.No. Item Description

1 EMD Rs. 1,00,000/- Note:

1. Scanned copy of EMD document should be uploaded on e-Procurement website. The Original Copy of EMD should be submitted to APTS before opening of Financial Bids.

2. APTS Empanelled SME units should upload relevant document to avail the facility of exemption of EMD with validity period on e-Procurement Website. The Physical copy of the same should be submitted to APTS within 2 days from the date of opening of Prequalification bids.

2 Bid Validity Period 90 days from the date of opening of bids

3 EMD Validity Period Up to 10-05-2013. Note: For EMD in the form of DD / Banker’s Cheque/ Bank

Guarantee, the validity period should be 3 months from the date of isuue.

4 Maintenance Period 3 years maintenance including warranty period for all items mentioned schedule – I from the date of installation

5 Variation in quantities As per actual requirement of the Department

6 Period for furnishing performance security

Within 7 days from date of receipt of Notification of Award

7 Performance security value for Schedule I

10% of Bid Value in favor of “The Managing Director, A.P. Technology Services Limited” from any Nationalized / Scheduled Bank.

8 Performance security validity period

60 days beyond warranty period

9 Period for signing contract

Within 10 days from date of receipt of Notification of Award

10 Warranty period 36 months from the date of successful installation of all the goods

11 Up time The bidder should attend to the breakdown call with in 2 Hours. If any spare parts are to be replaced, standby should be provided within 2 Hours for any item/s related to EPABX system and within 6 Hours for any item/s in the communication network and all the calls shall be completed within 48 Hours excluding holidays from the date of attending the call. Failing which penalty is applicable as per terms & conditions.

12 Payment terms Payment terms payment On delivery & successful installation.

60% of contract value

On completion of Acceptance Test

10% of contract value

On submission of successful performance certificate after a period of 3 months

30% of contract value

* Note : All the Delivery Challans, Installation Reports and Performance Certificates are to be Counter signed by the user Department.

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 10 of 21

13 LD for late deliveries/installations

LD for late deliveries/Installations: 1% of the late delivered/installed or deemed late delivered/installed goods for One week or part thereof, 1.5% for Two weeks or part thereof, 2% for Three weeks or part thereof, 2.5% for 4 weeks or part thereof and so on. If the delay exceeds more than 8 weeks, the above percentage of penalties are applicable but in a compounding manner ie., for 1st week 1% and 2nd week 2.5% and so on.

14 Maximum LD for late deliveries/installation

Maximum LD for late deliveries/installations: 10% on the Total value of goods for that location/site for late delivery/installation or deemed late delivered/installed goods.

15 Penalty for failure to maintain during warranty period for Schedule-I items

If down time is more than the permissible down time following penalties shall apply :

If down time is more than the permissible down time following penalties shall apply (for every day beyond permissible window time penalty shall be imposed as mentioned below in the table ) Item Penalty beyond permissible down

time for every day or part thereof and soon

EPABX System or any of the components which leads to non functioning of EPABX system

0.5% of the total equipment cost at that site subject to a maximum of total equipment cost at that site

Any of the cables / instruments or components at the site

0.2% of the total cost of the equipment at that site subject to a maximum of total equipment cost at that site.

*The penalty amount will be deducted from the amounts payable to the bidder by APTS. Once this amount is exhausted, penalty amount will be recovered from the Performance Security. Once the Performance Security also exhausted, the bidder will be required to recoup the Performance Security. If the bidder fails to recoup the Performance Security, the bidder will be debarred from participating in tenders till the time he recoups the Performance Security.

16 Options for the required equipment

If the bidder wants to give option, he may submit it as separate bid/s along with separate EMD and other documents as per tender. This will be treated as separate bid for evaluation.

17 Conditional bids Not acceptable and liable for rejection 18 Eligibility Criteria As per Section B 19 Transaction Fee Transaction fee: All the participating bidders who submit the

bids have to pay an amount of Rs.1,685/- including service tax applicable @ 12.36% as levied by Govt. of India on transaction fee through online in favour of MD, APTS. The amount payable to APTS is non refundable. Corpus Fund: Successful bidder has to pay an amount of 0.04% on quoted value through demand draft in favour of Managing Director, APTS, Hyderabad towards corpus fund at the time of concluding agreement.

20 Transaction Fee Payable to

The Managing Director, A.P. Technology Services Ltd., Hyderabad

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 11 of 21

21 Bid submission On Line. Bidders are requested to submit the bids after issue of minutes of the pre bid meeting duly considering the changes made if any, during the pre bid meeting. Bidders are totally responsible for incorporating/complying the changes/amendments issued if any during pre bid meeting in their bid.

22 Procedure for Bid Submission

Bids shall be submitted online on www.eprocurement.gov.in platform 1. The participating bidders in the tender should register themselves free of cost on e-procurement platform in the website www.eprocurement.gov.in. 2. Bidders can log-in to e-procurement platform in Secure mode only by signing with the Digital certificates. 3. The bidders who are desirous of participating in e-procurement shall submit their technical bids, price bids as per the standard formats available at the e-market place. 4. The bidders should scan and upload the respective documents in Pre Qualification and Technical bid documentation as detailed at Section E & G of the RFP including EMD. The bidders shall sign on all the statements, documents certificates uploaded by them, owning responsibility for their correctness/authenticity. 5. The rates should be quoted in online only

23

Other conditions 1. After uploading the documents, the copies of the uploaded statements, certificates, documents, original Demand Drafts in respect of Bid Security (except the Price bid/offer/break-up of taxes) are to be submitted by the bidder to the O/o The Managing Director, APTS, BRKR Bhavan, Hyderabad as and when required. Failure to furnish any of the uploaded documents, certificates, will entitled in rejection of the bid. The APTS shall not hold any risk on account of postal delay. Similarly, if any of the certificates, documents, etc., furnished by the Bidder are found to be false / fabricated / bogus, the bidder will be disqualified, blacklisted, action will be initiated as deemed fit and the Bid Security will be forfeited. 2. APTS will not hold any risk and responsibility regulating non-visibility of the scanned and uploaded documents. 3. The Documents that are uploaded online on e-market place will only be considered for Bid Evaluation. 4. Important Notice to Contractors, Suppliers and Department users (i)In the endeavor to bring total automation of processes in e-Procurement, the Govt. has issued orders vide G.O.Ms.No. 13 dated. 5.7.2006 permitting integration of electronic Payment Gateway of ICICI/HDFC/Axis Banks with e-Procurement platform, which provides a facility to participating suppliers / contractors to electronically pay the transaction fee online using their credit cards. 5. In case of consortium either the prime bidder or the consortium partner can purchase the bid document. The bid can be filed either with user ID of prime bidder or consortium partner.

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 12 of 21

Section –D A.1.1. Voice Network

1. The Telephony system should be a converged communication system with

ability to run TDM and IP on the same platform using same software load

based on server and Gateway architecture. The system should be capable of

supporting Analogue, Digital and IP Telephones. The single IP EPABX

system should be provisioned to support up to 10,000 stations (any mix /

percentage of Analog/Digital/IP) to achieve the future capacity. All the users

to be managed in a single database, which is managed centrally, no multiple

databases.

2. The system should be based on server gateway architecture with external

appliance server running on Linux OS. No card based processor systems

should be quoted.

3. The voice network architecture and call control functionality should be based

on SIP.

4. The Communication Server / Call Server would be deployed in a active-active

configuration over the distributed IP infrastructure (LAN/WAN). The call

control system should be fully redundant solution with NO single point of

failure & should provide 1:1 redundancy. Both the servers should do call

processing all the time and act as backup in case of failure of any one server.

5. The system to have distributed architecture and the centralized control for all

the IP PBX entities in the network. It should be possible to have centralized

applications like voice mail, UC for the network users.

6. The Communication feature server and gateway should support IP V6 from

day 1 so as to be future proof.

7. It is required to provide Survivable Call Control functionality so that the

survivable system at the remote location shall provide fall back call control

service in case the remote site looses all connectivity to the main Call Control

System placed at HQ datacenter. It is expected that the survivability call

control system will provide a minimal set of essential telephony features to the

end-users that could be a subset of the feature that are available from the

main call control system.

8. It should be possible for the IP Phone to be connected on the same line which

is connected to the computer i.e. Single wire to desk.

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 13 of 21

9. Call control server / appliance should be Intel based hardware with necessary

configuration to support the desired expandability. No proprietary hardware is

acceptable.

10. The system software version offered should be the latest release as on the

date of supply of EPABX as available globally.

11. The offered solution must provide a standard based mechanism for QoS

implementation.

12. System should allow direct registration / profile creation of SIP endpoints onto

it and perform all functions of Proxy / Registrar / Redirect etc

13. In progress PSTN Calls at each of the locations should not be interrupted in

the event of any WAN link failure or a call control server failure.

14. Quality of Services (QoS) would be configured to administer the call and

ensure voice traffic get priority over normal traffic.

15. The System should support Call Admission Control to configure number of

calls that can be active between locations – inter-cluster and intra-cluster.

16. Should support LDAP integration for directory synchronization & user

authentication.

A.1.2. Support for call-processing and call-control. 1. Should support signaling standards / protocols - SIP, MGCP, H.323, Q.Sig.

2. Voice CODEC support - G.711, G.729ab, g.722, ILBC

3. Video codecs : H.261, H.263, H.264 and Wideband Video Codec

4. Video telephony support (H.33, and SIP)

5. Support for configuration database (contains system and device configuration

information, including dial plan)

6. Having inbuilt administration web based administration. No additional thick

client for administration on the Admin PC. Should also support HTTPS for

management.

7. Should support 6 party adhoc conferencing.

8. Phone Address Book Synchronizer – allows users to synchronize Microsoft

Outlook or Outlook Express address books with Personal Address Book.

9. Should provide Single Number Reach (Simultaneous Ring on IP Phone and

user defined alternate phone) for all the IP phone users.

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 14 of 21

A.1.3. System Management & Monitoring

1. The System should have GUI support web based management console.

2. System should provide management tool to monitor system performance,

device status, device discovery and CTI applications.

3. Should provide alert notifications for troubleshooting performance.

4. It should support secure HTTPS & TCP to troubleshoot system problems.

5. Generate various alerts in the form of e-mails, for objects when values go

over / below preconfigured threshold levels.

6. Should monitor the system in real-time on a set of preconfigured parameters.

7. It should be possible to configure the sample interval rate for the applicable

performance monitoring.

8. The Management platforms must provide different levels for accessing the

system based on the role being played by the user who is accessing the

system. The administrator should have the highest authority.

9. Should provide a daily summary report of key monitoring parameters like Call

Activity (No. of calls attempts and completed), Device Status (No. of

registered phones / gateways / trunks per server), server status (load on

server resources), alert status etc.

A.1.4. Open Standards

• For easy integration interoperability with third party applications the offered IP Systems should use open standards for its operating system, call processing, signaling & networking.

• There should not be any proprietary / vendor specific protocols in operating system, call processing, signaling & networking.

• The proposed IP telephonic system should be able to work on any industry standard based IP Network infrastructure.

• The call server should be physically duplicated configuration for control, processing, memory and power supply without any single point of failure. No card / blade based CPU should be provided. Both the active and passive processors should not be placed in the same cabinet sharing the same active backplane, to prevent total system failure.

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 15 of 21

A.1.5. Security

1. The protection of signaling connections over IP by means of authentication,

Integrity and encryption should be carried out using TLS.

2. The password and Access Control include the following :

a. Passwords to prevent the possibility of aggressor to easily read or

deduce system or account access password.

b. Password aging with Configurable time periods.

3. The System should support MLPP feature.

4. Proposed system should support SRTP for media encryption and signaling

encryption by TLS.

5. Secure HTTP support for Call Server Administration, Serviceability, User

Pages and Call Detail Record Analysis and Reporting Tool. Should support

Secure Sockets Layer (SSL) for directory.

6. The administrator logging on to the call control server needs to authenticate

by suitable mechanism such as User Login Information and Passwords /

Radius Server.

A.1.6. End User / System Features required:

1. Extension mobility.

2. Message-waiting indicator (MWI).

3. Hunt groups.

4. Dial-plan partitioning.

5. The system should support at least 13 digit numbering scheme.

6. Distributed call processing.

7. Hotline and private line automated ring down (PLAR).

8. Interface to H.323 gatekeeper for scalability, CAC and redundancy.

9. Multi-Level Precedence and Preemption (MLPP).

10. Q.SIG (International Organization for Standardization [ISO]).

11. Secure HTTP support for Call Server Administration, Serviceability, User

Pages and Call Detail Record Analysis and Reporting Tool.

12. Secure Sockets Layer (SSL) for directory.

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 16 of 21

13. Phone Security: TFTP files (Configuration and firmware loads) are signed

with the self-signed certificate of the TFTP server. The Call Server System

admin will be able to disable http an telnet on the IP Phones.

14. SIP trunk (RFC 3261) and line side (RFC-3261 – based services)

15. SIP trunk Call Admission Control (SIP CAC)

16. Time-of-day, day-of-week and day-of-year routing and restrictions.

17. The proposed system should support automatic route selection (ARS) and

least cost routing (LCR) features to route the calls based on priorities related

to user profile, tariff and network availability, along the most cost-effective

path. This service will be transparent for users and irrespective of the

physical carrier connection.

18. The system should provide audibly difference station ringing patterns to

distinguish between internal and external calls.

A.1.7. User Features:

1. Abbreviated Dial

2. Callback busy, no reply to station

3. Call park and pickup

4. Call status per line (state, duration, number)

5. Calling Line Identification (CLID)

6. Calling party name identification (CNID)

7. Direct inward dial (DID)

8. Direct outward dial (DOD)

9. Directory dial from phone – Corporate, Personal

10. Directories – missed, placed, received calls list stored on selected IP Phones.

11. Distinctive ring (on net vs. off net)

12. Shared Line Support

13. Message waiting indication (Visual and Audio)

14. Multiple line appearances per phone

15. Music-on-hold

16. Station volume controls (audio, ringer)

17. Transfer

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 17 of 21

18. Video (SIP and H.323)

19. Boss-secretary feature support

20. On-hook dialing

21. Call waiting

22. Call conference.

A.1.8. Operator Console:

Operator console should be PC based with at least following telephony features:

a) Support for multiple queues with prioritization

b) Different music in different queues

c) Personal Directory Groups

d) Transfer reversion – (Call recall)

e) Call park

f) Call park recall

g) Call toggle

h) Call announcing

i) Conference

j) Emergency-mode switch

k) Night service

l) Automatic Trunk line selection

m) Metering

n) Malicious call tracing

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 18 of 21

A.1.9. Proposed system/solution shall be with following salient features.

� The proposed EPABX system shall support 72 Analog Trunks (expandable

to 200 Trunk lines)

� The proposed EPABX system shall support 200 Digital and 2000 Analog

extensions (expandable to 10,000 Analog/Digital/IP extensions)

� System shall Support Digital / Analog / IP phones

� ISDN compatible, PRI & BRI interface support

� IP ready telephony server to provide high uptime 99.99%.

� The call server should be physically duplicated configuration (active/-

standby) for high availability and should provide stateful failover.

� Support soft phone, SIP and IP phones

� Caller ID support for Internal and External calls on Analog and Digital

extensions

� 180 keys DSS Operator Console

� PC based operator console support

� 6 party internal / external conference and expandable to 30 party

conference

� External call forward to mobile facility

� The system should work with 48V DC Operating voltage for good speech

quality ( Department will be providing A/c Power supply 230V =/-20%)

� Required capacity MDF at the EPABX system

� On line 3KVA Online UPS system with 3hours battery backup

� 100/50 pair Armored cable for connectivity between Central Exchange &

various blocks

� 50/25 pair Jelly filled cables to connect various floors within the blocks.

� 2 pair copper cable to connect MDF to extension points within the floor.

� The supplier shall provide two technicians for maintenance of the

proposed system, existing communication network and instruments.

� MDF units of required capacity at various locations

� Roset boxes as per requirement.

� Supply and laying of PVC conduits for running cables.

� Road cutting and resurfacing with CC bed.

� Installation, configuration, Termination, Testing & connectivity charges.

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 19 of 21

Bill of Material:

Schedule-I

D.1.1. Sl. No. Item Description Quantity (Nos.)

1 Central EPABX system 1 no.

2 180 keys DSS Operator Console 1 no.

3 PC based operator console 1 no.

4 MDF required at EPABX system 1 no.

5 MDF required at different blocks of AP Secretariat. 10 nos.

6 Digital Phones 50 nos.

7 Analog Phones 300 nos.

8 3000 VA Online UPS system with 3 hours battery(SMF) backup 1 no.

9 Installation, configuration, Termination, Testing & connectivity charges (complete item of work)

L.S.

10 Armoured 100 pair UG Cable 100 mtrs.

11 Armoured 50 pair UG Cable 200 mtrs.

12 50 pair Jelly filled Cable 200 mtrs.

13 25 pair Jelly filled Cable 300 mtrs.

14 10 pair Jelly filled Cable 300 mtrs.

15 2 pair Copper Cable 4,000 mtrs.

16 Single pair Copper Cable 3,000 mtrs.

17 Roset boxes as per requirement 100 nos.

18 Installation, Termination, Testing & connectivity charges (Complete item of work)

L.S.

Note: The above quantities are indicative only for evaluation and selecting the

successful bidder. The successful bidder should supply the items as per actual requirement/orders placed for successful commissioning of EPABX System.

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 20 of 21

Section - E

E.1. Bidding Procedure: Separate Bid for each Schedule: Offers should be made in three parts namely, “Pre-qualification bid”,

“Technical bid” and “Financial bid” and in the format given in bid document. Each offer should be placed in a separate envelop super scribed “Pre-Qualification Bid”, “Technical Bid” and “ Financial Bid”, as the case may be, followed by the title mentioned above against “Tender Call”.

1.) EMD details should be given in the “Pre-qualification bid”. 2.) Tenders will be accepted only from those who have purchased the Bid

Document. 3.) All correspondence should be with APTS contact person. 4.) A complete set of bidding documents may be purchased by interested bidders

from the APTS contact person upon payment of the bid document price which is non-refundable. Payment of bid document price should be by demand draft / cashier's cheque or certified cheque drawn in favour of "The Managing Director, Andhra Pradesh Technology Services Ltd." and payable at Hyderabad (India) not later than 1hour before bid closing date & time.

E.2. Pre-qualification bid: It shall include the following information about the firm and/or its proposal.

1. General information on the bidder’s company in Form P-1 2. Turn over details in relevant field in Form P-2A for Schedule-I 3. Turn over details of the product (Brand) offered in Form P-2B for Schedule- I 4. List of major customers in support of turnover in Form P-3 5. Details of service centers in AP in Form P-4 6. Certificates like ISO, TEC in Form P-5 (Bidder’s format) 7. Manufacturer’s authorization to participate in bidding process apart from such

other documents like authorization certificate for dealing in the products for which bid is submitted.( However this will not apply to Manufacturers) in Form P-6 ( Bidder’s format)

E.3. Technical Bid: 1. Deviation(s) to technical specifications, if any in Form T-1 2. Check list in Form T-2 3. Detailed technical documentation, reference to various industry standards to

which the products/services included in vendor's offer conform, and literature concerning the proposed solution in Form T-3 (Bidder’s format)

4. Other information, if any required in the bid document in Form T-4 (Bidder’s format)

E.4. Financial bid: The financial bid should provide cost calculations corresponding to unit price of each item of the schedule-I in Form F-1.

E.5. Pre-bid Meeting: All those bidders who had purchased bid document can participate for the Pre-bid meeting to seek clarifications on the bid, if any.

APTS bid document for Procurement of Computer Hardware for MRCs under Rajiv Vidya Mission

Page 21 of 21

Section - F Bid evaluation procedure:

Bids would be evaluated for entire Schedule. Bidders should offer prices for all the items of Schedule and for the full quantity of an item of Schedule failing which such bid will not be considered. Technical bid documentation should be in the prescribed format. If a vendor has any comment to offer about the procedural aspects of this tender, it should be intimated to APTS during the pre-bid meeting. In case the schedule or procedure of tender processing is revised, the same shall be communicated by telephone, fax, courier or e-mail as the case may be to all the vendors who have paid the tender document fee.

F.1. Opening of bids: Immediately after the closing time, the APTS contact person shall open the pre-qualification bid’, and list them for further evaluation. The Technical bids of only those bidders who qualify in the pre-qualification bid will be opened at the date that will be informed by APTS. After evaluation of technical bids, the financial bids of only those bidders who qualify in technical evaluation will be opened.

F.1.1 EMD Validity: The EMD will be scrutinized first for the amount and validity period. The bids submitted with required EMD amount and validity only be considered for the evaluation. The bids submitted with insufficient EMD amount/validity will be treated as disqualified bids and those bids will not be considered for further evaluation.

F.2. Pre-qualification bid documentation: The Pre-qualification bid documentation shall be evaluated in two sub-steps. Firstly, the documentation furnished by the vendor shall be examined prima facie to see if the technical skill base and financial capacity and other vendor attributes claimed therein are consistent with the needs of this project. In the second step, APTS may ask vendor(s) for additional information, visit to vendors site and/or arrange discussions with their professional, technical faculties to verify claims made in Pre-qualification bid documentation.

F.3. Technical bid documentation: Technical bid documentation shall be evaluated in two sub-steps. Firstly, the documentation furnished by the vendor shall be examined prima facie to see if the product /services offered, technical skill base and financial capacity and other vendor attributes claimed therein are consistent with the needs of this project. In the second step, APTS may ask vendor(s) for additional information, visit to vendors site and/or arrange discussions with their professional, technical faculties to verify claims made in technical bid documentation. The bidders will be requested to give a detailed technical presentation on the product and solution offered in their proposal to the technical evaluation committee, if it feels necessary as per the date & time indicated to bidders separately.

F.4. Award Criterion: Final choice of firm to execute the project shall be made on the basis of conformity to technical specifications, appropriateness of the product offered, capability of bidder to execute and service the project and appropriateness of financial offer from the point of view of cost-effectiveness over the entire maintenance period for the product/services.

Managing Director, APTS