23
NIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation of SCADA & DMS HARDWARE SYSTEM INVITATION TO BIDS Reference Number: CMC/BY/12-13/RB/VKS/078 Dated: 16/03/2013 Head, C & M Dept. BSES Yamuna Power Limited Corp. Office: BSES Bhawan, Karkardooma, New Delhi – 110032

Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

  • Upload
    ngodang

  • View
    225

  • Download
    3

Embed Size (px)

Citation preview

Page 1: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature

Request for Proposal (RFP)

Supply, Testing and Installation of SCADA & DMS HARDWARESYSTEM

INVITATION TO BIDS

Reference Number: CMC/BY/12-13/RB/VKS/078Dated: 16/03/2013

Head, C & M Dept.BSES Yamuna Power Limited

Corp. Office: BSES Bhawan, Karkardooma,New Delhi – 110032

Page 2: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 2 of 23 Bidders seal & signature

SECTION – I: REQUEST FOR QUOTATION

1.00 Event Information

BYPL invites sealed tenders for Supply , Testing and Installation of SCADA & DMS Hardwaresystem.The bidder must qualify the technical requirements as specified in clause 2.0 stated below.The sealed envelopes shall be duly super scribed as — “BID FOR Supply , Testing andInstallation of SCADA & DMS Hardware system TENDER NOTICE CMC/BY/12-13/RB/VKS/078. DUE FOR SUBMISSION ON DT: 01.04.2013.

The schedule of specifications with detail terms & conditions can be obtained from address givenbelow against demand draft/Pay Order of Rs.1000- drawn in favour of BYPL, payable at Delhi.The sale of tender documents will be issued from 18.03.2013 onwards on all working days upto31.03.2013. The tender documents can also be downloaded from the website“www.bsesdelhi.com”. However, it is advisable to inform BYPL about your interest in tender.In case tender papers are downloaded from the above website, then the bidder has to enclose ademand draft covering the cost of bid documents as stated above in a separate envelope withsuitable superscription —“Cost of Bid Documents: Tender Notice Ref:CMC/BY/12-13/RB/VKS/078.This envelope should accompany the Bid Documents.

1.01 Offers will be received at 1400 Hrs on dt.01.04.2013 as indicated earlier will be opened on thesame day at the address given below on 01.04.2013 at 1500 Hrs in the presence of authorizedrepresentatives of the bidders.. The schedule of specifications with detail terms & conditionsare enclosed. It is the sole responsibility of the bidder to ensure that the bid documents reachthis office on or before the due date.

HEAD OF THE DEPARTMENT,3rd FLOOR, ‘A’ BLOCK,

CONTRACTS & MATERIALS DEPARTMENT,BSES YAMUNA POWER LTD,SHAKTI KIRAN BUILDING,

KARKARDOOM, NEW DELHI

1.04 BYPL reserves the right to accept/reject any or all Tenders without assigning any reasonthereof and alter the quantity of materials mentioned in the Tender documents at thetime of placing purchase orders. Tender will be summarily rejected if:

(i). Earnest Money Deposit (EMD) of the Tender value i.e. Rs 3,60,000 is deposited in shape ofbank Draft in favour of BSES YAMUNA POWER LTD, payable at Delhi or BankGuarantee executed on favour of BSES YAMUNA POWER LTD.

(ii). The offer does not contain “FOR, NEW DELHI price indicating break-up towards alltaxes & duties“.(iii). Complete Technical details are not enclosed.(iv). Sample is not submitted along with the offer.(v). Tender is received after due time due to any reason.

3.00Bidding and Award Process

Bidders are requested to submit their questions regarding the RFQ or the bidding processafter review of this RFQ. BYPL response to the questions raised by various bidders will

Page 3: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 3 of 23 Bidders seal & signature

be distributed to all participating bidders through an RFQ Update. Otherwise BYPL willorganize a prebid meeting to clarify all doubts on dated 25.03.2013 at 1400 Hrs.

a. Time schedule of the bidding processThe bidders on this RFQ package should complete the following within the datesspecified as under:

S. No. Steps Activity description Due date

1 TechnicalQueries All Queries related to RFQ On or before

Pre-bid meeting

2 TechnicalOffer

It includes all details mentioned in technicalspecification.

01.04.2013, 1400Hrs

3 CommercialOfficer

Price for items required in price format. Break up regarding basic price and taxes. Delivery commitment

01.04.2013, 1400Hrs -

This is a two part bid process. Bidders are to submit the bids a) Technical Bid b) PriceBid.Both these parts should be furnished in separate sealed covers superscribing specificationno. validity etc, with particulars as Part-I Technical Particulars & Commercial Terms &Conditions and Part-II “Financial bid“ and these sealed envelopes should again beplaced in another sealed cover which shall be submitted before the due date & timespecified.

The Part – I Eligibility and Technical Bid should not contain any cost informationwhatsoever.In case of Bids where the qualification requirements, technical suitability and otherrequirements are found to be inadequate, Part-II ”Financial Bid‘ will be returnedunopened.

b). Qualified bidders will be intimated after technical evaluation of all the bids iscompleted.

Not withstanding anything stated above, the Purchaser reserves the right to assessbidders capability to perform the contract, should the circumstances warrant suchassessment in the overall interest of the purchaser. In this regard the decision of thepurchaser is final.

4.00Award DecisionPurchaser intends to award the business on a lowest bid basis, so suppliers areencouraged to bid competitively. The decision to place purchase order / letter ofacceptance solely depends on purchaser on the cost competitiveness across multiple lots,quality, delivery and bidder‘s capacity, in addition to other factors that Purchaser maydeem relevant.

The purchaser reserves all the rights to award the contract to one or more bidders so asto meet the delivery requirement or nullify the award decision without any

reason.

In the event of your bid being selected by purchaser (and / or its affiliates) and yoursubsequent DEFAULT on your bid; you will be required to pay purchaser (and / or itsaffiliates) an amount equal to the difference in your bid and the next lowest bid on thequantity declared in RFQ.

Page 4: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 4 of 23 Bidders seal & signature

In case any supplier is found unsatisfactory during the delivery process, the award willbe cancelled and BYPL reserves the right to award other suppliers who are found fit.

5.00Market IntegrityWe have a fair and competitive marketplace. The rules for bidders are outlined in theTerms & Conditions. Bidders must agree to these rules prior to participating. In additionto other remedies available, we reserves the right to exclude a bidder from participatingin future markets due to the bidder’s violation of any of the rules or obligationscontained in the Terms & Condition. A bidder who violates the marketplace rules orengages in behavior that disrupts the fair execution of the marketplace restricts a bidderto length of time, depending upon the seriousness of the violation. Examples ofviolations include, but are not limited to: Failure to honor prices submitted to the marketplace. Breach of the terms of the published in Request for Quotation.

6.00Supplier ConfidentialityAll information contained in this RFQ is confidential and may not be disclosed, published oradvertised in any manner without written authorization from BYPL. This includes all biddinginformation submitted.

All RFQ documents remain the property of BYPL and all suppliers are required to returnthese documents to BYPL upon request.

Suppliers who do not honor these confidentiality provisions will be excluded fromparticipating in future bidding events.

7.0 Contact InformationAll communication as regards this RFQ shall be made (i) in English, (ii) in writing and(iii) sent by mail, facsimile to

Technical CommercialContact Name Harsh Sharma Rakesh Bansal

Address1st Floor, A Block, Shakti KiranBuilding, Karkardooma, Delhi-

32

3rd Floor, A Block, Shakti KiranBuilding, Karkardooma, Delhi-32

Fax No. 011-39999060 011-39999230Email Id [email protected] [email protected]

Note:- Those who are downloading tender notice from website. It is advisable toinform BYPL Technical, so as they can be contacted in case of any amendmentin tender or for prebid conference.

Page 5: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 5 of 23 Bidders seal & signature

BSES Yamuna Power LimitedCorp. Office: BSES Bhawan, Karkardooma,

New Delhi – 110032

S. No. Details of Tender Documents1. General Purchase Conditions (Section - GPC) Annexure I2. Instruction to Bidders (Section – INB) Annexure II3. Detailed Technical Specifications (Section – DTS) Annexure III4. Format for Bid Form/PBG Annexure IV5. Format for Price Bid Annexure V6 Commercial Terms and Condition Annexure VI7 No Deviation Sheet (Deviation in Technical) Annexure VII8 Qualifying Requirement Data Annexure VIII

In case you are interested, please submit your competitive offer duly supported with all theabove documents mentioned at S.No. 1 to 4,6, 7 and 8 duly signed in each & every page alongwith relevant Appendix in a sealed envelope marked as “Part A -Technical Bid” and AnnexureV – Format for Quoting Rates (Price Bid) (S.No.5) to be kept in a separate envelope marked as“Part B - Price Bid”.Both the envelopes (A&B) Technical & Price Bids shall be put in a bigger envelope. The biggerenvelope should be sealed and super scribed as “Supply, Testing and Installation of SCADA& DMS Hardware system” - Due on 01/04/2013 at 1400 hrs.

Page 6: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 6 of 23 Bidders seal & signature

ANNEXURE – I

SECTION GPC(GENERAL PURCHASE CONDITIONS)

1 SUBMISSION OF BIDS

1.1 The bid shall be typed or written in indelible ink and shall be signed by the Bidder or aperson or persons duly authorized to bind the Bidder to the Contract. All pages of thebid, except for un-amended printed literature, shall be initialed by the person orpersons signing the bid.

1.2 The bid shall contain no interlineations, erasures or overwriting except as necessary tocorrect errors made by the Bidder, in which case such corrections shall be initialed bythe person or persons signing the bid.

1.3 The bidders are required to submit the bids in two parts consisting of Part A: TechnicalBid and Part B: Price Bid in separate sealed envelopes and both the sealed envelopesduly super scribed as "Part A: Technical Bid" and" Part B: Price Bid" are to be sealed ina bigger envelope.

1.4 The envelope marked as Part A and Part B should contain following documents :Part A: Technical Bid

Should contain Annexure I to V, relevant Appendix

Part B: Price Bid should contain only the Price Bid filled in Annexure VI.

1.5 The bigger envelope containing Part A & Part B bids should be super scribed as“Supply , Testing and Installation of SCADA & DMS Hardware system - Due on01/04/2013 at 1400 Hrs.” and to be addressed to:

Head of DepartmentContracts and Material,

BSES Yamuna Power Ltd.3rd Floor, ‘A‘ Block, BSES Bhawan,

Karkardooma, Delhi – 110 032

2 SIGNATURE OF BIDS

2.1 The bid must contain the name and place of business of the person or persons makingthe bid and must be signed and sealed by the Bidder with his usual signature.

2.2 Satisfactory evidence of authority of the person signing on behalf of the Bidder shall befurnished with the bid.

2.3 The Bidder’s name stated on the proposal shall be the exact legal name of the firm.

3 SEALING AND MARKING OF BIDS

3.1 The bids are to be sealed as described in Clause 1.3 & 1.4 above.

Page 7: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 7 of 23 Bidders seal & signature

3.2 The bids send by Regd. Post should bear the name of Tender, the reference number,and the words “DO NOT OPEN BEFORE 01/04/2013”.

3.3 The envelope shall indicate the name and address of the Bidder to enable the bid to bereturned unopened in case it is declared “late” or “rejected”.

3.4 If the outer envelope is not sealed and marked as per above, the Owner will assume noresponsibility for the bid’s misplacement or premature opening.

4 DEADLINE FOR SUBMISSION OF BIDS

4.1 The Bidders have the option of sending the bid by registered post or submitting the bidin person. Bids submitted by fax/telegram will not be accepted. No request from anyBidder to the Owner to collect the proposal from airlines, cargo agents etc. shall beentertained by the Owner.

4.2 Bids must be received by the Owner at the address specified above, not later than thetime & date mentioned in the Invitation to Bid.

4.3 The Owner may, at its discretion, extend this deadline for the submission of bids byamending the Invitation to Bid, in which case all rights and obligations of the Ownerand Bidders previously subject to the deadline will thereafter be subject to the deadlineas extended.

5 LATE BIDS

5.1 Any bid received by the Owner after the time & date fixed or extended for submissionof bids prescribed by the Owner, will be rejected and/or returned unopened to theBidder.

6 MODIFICATION AND WITHDRAWAL OF BIDS

6.1 The Bidder may modify or withdraw its bid after the bid’s submission provided thatwritten notice of the modification or withdrawal is received by the Owner prior to thedeadline prescribed for submission of bids.

6.2 The Bidder’s modifications or withdrawal notice shall be prepared, sealed, marked anddispatched in accordance with the provisions of Clause Sealing and Marking of Bidsabove.

6.3 No bid may be modified subsequent to the deadline for submission of bids.

6.4 No bid may be withdrawn in the interval between the deadline for submission of bidsand the expiration of the period of bid validity specified by the Bidder on the Bid Form.Withdrawal/modification of a bid during this interval may result in the forfeiture ofbid security.

6.5 Oral statements made by the Bidder at any time regarding quality, quantity orarrangement of the equipment or any other matter will not be considered.

7 OPENING OF BIDS BY THE OWNER

Page 8: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 8 of 23 Bidders seal & signature

7.1 The Bids shall be opened by the Owner on any date after the last date fixed for Bidreceipt as specified in Invitation of Bids or in the case any extension has been giventhereto, after the extended Bid submission date notified to all Bidders.

7.2 No electronic recording devices will be permitted during bid opening.

7.3 Technical Bids will be opened in the presence of the bidders’ representatives whochoose to attend on the specified date and time. Price Bids of technically qualifiedbidders will be opened in the presence of the bidders’ representatives on a separatedate and time which will be intimated separately.

7.4 No further discussion/ interface will be granted to bidders whose bids have beendisqualified. BSES reserves the right to accept or reject in part or full any or all theoffers without assigning any reason whatsoever.

8 CLARIFICATION OF BIDS

8.1 To assist in the examination, evaluation and comparison of bids the Owner may, at itsdiscretion, ask the Bidder for clarification of its bid details. The request for clarificationand the response shall be in writing and no change in the price or substance of the bidshall be sought, offered or permitted.

9 PRELIMINARY EXAMINATION

9.1 The Owner will examine the bids to determine whether they are complete, whetherany computational errors have been made, whether required sureties have beenfurnished, whether the documents have been properly signed, and whether the bidsare generally in order.

9.2 Arithmetical errors will be rectified on the following basis: If there is a discrepancybetween the unit price and the total price that is obtained by multiplying the unit priceand quantity, the unit price shall prevail and total price shall be corrected. If there is adiscrepancy between words and figures, the amount in words will prevail. If theBidder does not accept the correction of the errors as above, his Bid will be rejected

10 PRICE

10.1 The Bidder shall quote Firm prices valid till the complete execution of the order.

10.2 The Bidder shall quote on FOR Destination basis inclusive of packing, forwarding,freight, insurance charges, taxes & duties etc, if any. The Bidder shall quote item wiseunit and lot prices for all the material.

11 TAXES AND DUTIES

11.1 All the Bidders are requested to familiarize themselves with the laws, rules andregulations prevailing in India and consider the same while developing and submittingtheir Proposal.

11.2 All Customs duties, Excise Duties, Sales Tax and other levies payable by the bidder ongoods, equipments, components, Sub-assemblies, raw materials & any other items usedfor their consumption or dispatched directly to owner by the contractor or their sub-suppliers shall be included in the bid price & any such taxes, duties, levies additionallypayable will be to bidder’s account & no separate claim on this account will beentertained by the owner.

Page 9: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 9 of 23 Bidders seal & signature

11.3 If any rates of taxes/duties/levies (hereinafter called ‘Tax’) are increased or decreased,a new Tax is introduced, an existing Tax is abolished or any change in interpretation orapplication of any Tax occurs in the course of the performance of Contract, which wasor will be assessed on the Contractor in connection with performance of the Contract,an equitable adjustment of the Contract Price shall be made to fully take in to accountany such change by addition to the Contract Price or deduction there from, as the casemay be.

12 INSURANCE

12.1 The seller at his cost shall arrange, secure and maintain all insurance as may bepertinent and obligatory in terms of law to protect his interest and interests of theOwner against all perils. The responsibility to maintain adequate insurance coverage atall times till the equipment/materials “Taken Over‟ by the Owner shall be of Selleralone.

13 BID CURRENCIES

13.1 Prices shall be quoted in Indian Rupees only.

14 MODIFICATION AND WITHDRAWAL OF BIDS

14.1 The Bidder’s modification or notice of withdrawal shall be prepared, sealed, markedand delivered with the outer envelopes additionally marked ‘MODIFICATION’ or‘WITHDRAWAL’ as appropriate.

15 PERIOD OF VALIDITY OF BIDS15.1 Bids shall remain valid and open for acceptance for a period of 90 days after the date set

for Bid opening.

16 Performance Guarantee

16.01 Supplier shall establish a performance bond in favor of BYPL in an amount not less thanTen percent (10%) of the total price of the Contract (the "Performance Bond"). The PerformanceBond shall be valid for a period of Thirty Six Month (36) from the date of the commissioning orForty Two months (42) from the date of receipt of material (last consignment) at site/storeswhich ever is earlier plus 3 months towards claim period. It shall be in accordance with one of thefollowing terms:

a Depositing pay order /demand draft of the relevant amount directly with BYPL at theaddress listed above or as otherwise specified by BYPL, either of which shall constitute thePerformance Bond hereunder; or(b) Bank guarantee from any nationalized bank in favour of BYPL. The performance Bankguarantee shall be in the format as specified by BYPL

16 PROCESS TO BE CONFIDENTIAL

16.1 Any effort by a bidder to influence the Purchaser in the process of examination,clarification, evaluation and comparison of Bids, and in decisions concerning the awardof Contract, may result in the rejection of his Bid.

17 TIME SCHEDULE

Page 10: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 10 of 23 Bidders seal & signature

17.1 The basic consideration and the essence of the Contract shall be the strict adherence tothe time schedule specified in the bidding documents and incorporated in the Contractfor supplies and services.

18 EVALUATION AND COMPARISION OF BIDS

18.1 Bidder shall state their Bid price with the payment schedules outlined in thespecifications. Bids will be evaluated on the basis of this base price.

18.2 The purchaser reserves the right to accept or reject any variation, deviations oralternative offered. Variations, deviations, alternative offers and other factors which arein excess of the requirements of the bidding documents or otherwise result in theaccrual of unsolicited benefits to the Purchaser shall not be taken into account in Bidevaluation.

19 DELIVERY/SHIPMENT TERMS

19.1 All the equipment/materials shall be dispatched to destination on FOR destinationbasis within the delivery period as stipulated in the Purchase Order/LOA.

19.2 The software shall be delivered, installed and commissioned in full at the site withinone month from the date of order/LOI. Thereafter the hardware shall be handed overto the owner as per the relevant clauses above. Partial delivery and installation, ifnecessary shall be allowed only with prior approval of the owner.

20 PAYMENT TERMS

20.1 80% within 30 days of delivery and 20% after successful installation. The payment willbe released only after verification of the bill by the Engineer Incharge.

21 LOCAL CONDITIONS

21.1 It will be imperative on each bidder to fully inform himself of all local conditions andfactors which may have any effect on the performance of the Contract covered underthese specifications and documents.

22 LIQUIDATED DAMAGES FOR DELAY IN COMPLETION

22.1 The date stipulated for delivery of GOODS shall be the essence of PURCHASEORDER.

22.2 In the event the supply/service is delayed beyond schedule, we shall levy penalty of 1%( One percent) of the basic value (ex-works value) of undelivered units per week ofdelay or part thereof, subject to maximum of (TEN) 10% of the total basic value (ex-works value) of undelivered units.

22.3 BUYER may, without prejudice to any method of recovery, deduct the above amountfrom, any sum due or which may become due to the SELLER in this or any othercontract or from the Performance Bond or file a claim against the SELLER

23 SUB-LETTING

Page 11: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 11 of 23 Bidders seal & signature

The Vendor shall not sub-let, transfer or assign any part of this order without the priorwritten consent of the Purchaser. Copies of sub-contract order shall be forwarded to thePurchaser.

24 CANCELLATION

The Owner reserves the right to cancel the order in part or in full by giving one week advancenotice thereby if:

a) The Vendor fails to comply with any of the terms of the order.

b) The Vendor becomes bankrupt or goes into liquidation.

c) The Vendor makes general assignment for the benefit of the creditors; and

d) Any receiver is appointed for the property owned by the Vendor.

25 LAW AND PROCEDURE

25.1 Applicable Law

The law which is to apply to the Contract and under which the Contract is to beconstructed shall be Indian Law. The Courts of Delhi shall have exclusive jurisdictionin all the matters arising in the Contract including execution of Arbitration Award.

25.2 ACCEPTANCE OF TERMS AND CONDITIONS

The Bidder must confirm his acceptance of the terms and conditions mentionedhereinabove and the enclosed documents. In case any clause is not acceptable to theBidder, the same should be specifically brought out in deviation schedule given in theBid Proposal Sheets with categorical confirmation that all other clauses are acceptableto the Bidder. If no mention is made in this regard, it shall be presumed that all clausesmentioned hereinabove are acceptable to the Bidder.

Page 12: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 12 of 23 Bidders seal & signature

ANNEXURE – II

INSTRUCTION TO BIDDERS

1 GENERAL INSTRUCTIONS

1.1 BSES (hereinafter called Owner) invites Bids in respect of Supply , Testing &Installation SCADA & DMS Hardwar system at Regd. Office at BSES YamunaPower Ltd., BSES Bhawan, Karkardooma, Delhi – 100 032 All Bids shall be preparedand submitted strictly in accordance with these instructions

1.2 The Owner reserves the right to itself to accept any Bid or reject any or all Bids orcancel/ withdraw Invitation to Bid without assigning any reason for such decisions.Such decisions by the Owner shall bear no liability whatsoever consequent upon such adecision.

2 QUALIFYING REQUIREMENTS FOR BIDDERS

2.1 The Bidding is open to all qualified Bidders who fully meet the following qualifyingrequirements:

I. Bidder should be OEM. Authorized representative will be considered with properauthorization letter from OEM.

II. Bidder must have executed at least 3 (three) orders for similar hardware or inpreceding 2 (two) years from the date of opening of bid (i.e. 2011 and 2012 calendaryear) with each order having a minimum value of Rs 1.00 Cr.

III. Bidder shall be an Indian Company / firm engaged in Supply & Installation of Serverfor last two years.

IV. Bidder should have valid Registration No. of Sales Tax/VAT/Service Tax, whichever isapplicable;

V. Bidder should have PAN No. & should fulfill all statutory compliances.

VI. Owner reserves the right to carry out capability assessment of the Bidders and Owner'sdecision shall be final in this regard;

The bidder shall submit all necessary documentary evidence to establish that theBidder meets the above qualifying requirements.

3 COST OF BIDDING

All the costs and expenses incidental to preparation and submission of the proposals,discussions including pre-award discussions with the successful Bidder etc. shall be to theaccount of the Bidders and the Owner shall not be responsible in any way whatsoever, andshall bear no liability whatsoever, on such costs and expenses, regardless of the conduct oroutcome of the Bidding process.

Page 13: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 13 of 23 Bidders seal & signature

Detailed Technical Specifications (Section –DTS)

Annexure III

1. BLADE CHASSIS:-Chassis: Max 10U Rack mounted Chassis to house at least 14 ComputeNodes. Same enclosure should support Intel Xeon/AMD Opteron/RISC/EPIC based blades,Same enclosure should support server, storage and expansion blades to enable consolidation ofhardware , The Blade Chassis should support housing of Ethernet, FC, iSCSI, IB interconnectfabrics offering Hot Pluggable & Redundancy as a feature for the mentioned I/O devices...Networking (Ethernet & FC): At least four high-speed switch bays capable of supporting I/Oarchitectures in Ethernet, Fiber Channel, FCoE and Infiniband.The Blade Chassis should beconfigured with redundant 10Gbps.Management Module: System Management Port to allow management access of multiple BladeServers in the Chassis. GUI, console-based deployment server to set up multiple OS andapplication configurations and Drag-and-drop servers into configurations.Power Modules: The enclosure should be populated fully with power supplies of the highestcapacity available with the vendor. Power supplies should support N+N as well as N+1redundancy configuration, where N is greater than 1.Cooling: Each blade enclosure should have a cooling subsystem consisting of redundant hotpluggable fans or blowers enabled with technologies for improved power consumption andacoustics.Management Software: Should be able to perform comprehensive system data collection andenable users to quickly produce detailed inventory reports for managed devices. Software shouldsave the Reports for further analysis. Should provision for a single console to monitor multipleenclosures. Should support simultaneous remote access for different servers in the enclosure. Themanagement/controlling software's must be from the OEM itself. Management SoftwareLicenses for a fully populated Blade Enclosure should be given. The software should provideRole-based (admin, user, operator, etc) security which allows effective delegation of managementresponsibilities by giving systems administrator’s granular control. The management softwareshould provide proactive notification of actual or impending component failure alerts. Shouldsupport automatic event handling that allows notification of failures via e-mail. Should be able toperform comprehensive system data collection and enable users to quickly produce de ailedinventory reports for managed devices. Software should save the Reports in some format forfurther analysis. Should help to proactively identify out-of-date BIOS, drivers, and ServerManagement agents and enable the remote update of system software/firmware components.The server performance monitoring software should be able to detect, analyzes, and explainhardware bottlenecks. Also it should be able to log the data over time and allow it to replay thesame in a short time frame for performance analysis. The Deployment software should providefor User friendly GUI/ console-based deployment to set up and install multiple OS andapplication configurations in individual blade server. The blade system should have thecapability of managing all the blades in the Enclosures simultaneously capable of monitoringboth physical and virtualized environments with single signon capability for all devices in theenclosure.

2. Blade Server:-Processor: Intel Xeon Eight Core. Chipset: Intel C600 series chipset with 2 CPUsockets, offering 10MB shared L3 cache.Memory: 32 GB DIMMS scalable to at least upto 512GB with DDR3. Memory protection support:ECC, Memory Mirroring, Memory SparingHard disk drive with carrier: 2 x 600 GB SAS @ 10K RPM drives.Storage Controller: Integrated PCIe 3.0 based SAS Raid Controller with RAID 0, 1.

Page 14: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 14 of 23 Bidders seal & signature

Networking features: "The server should provide at least 2 x 10 Gbps Ethernet Ports with supportFCOE and ISCSI functionality on demand or provide at least 2 x 8 Gbps Fibre Channel Ports.Ports: At least one internal and one external USB 2.0 support.Bus Slots: At least 2 x PCI Express 3.0 x16 interfaces.Failure Alerting Mechanism: The server should be able to alert impending failures on maximumnumber of components. The components covered under alerting mechanism should at leastinclude Processor, memory, HDDs & would prefer PCI slot.Graphics Controller: 16MB SDRAMIPMI 2.0, Secure Digital 2.0,TPM 1.2 SupportOS Support: Microsoft Windows Server, Red Hat Enterprise Linux (RHEL), Oracle Solaris,VMwareCitrix XenServer.3. Rack Server:-Chassis: 2 U Racks Mountable Processor: Intel Xeon Four Core E5-2609 CPU @ 2.4GHz or better should be configured as per the schedule given in Annexure 1. Chipset: Intel C600series chipset with 2 CPU sockets, offering 10MB shared L3 cache.Memory: 24 GB DIMMS scalable to at least upto 768GB with DDR3. Memory protection support:ECC, Memory Mirroring, Memory SparingHard disk drive with carrier: 2 x 600 GB SAS @ 10K RPM drives.Storage Controller: Integrated PCIe 3.0 based SAS Raid Controller with RAID 0, 1, 5, 10, 50 .Networking features: "The server should provide at least 2 x 1Gbps Ethernet Ports with supportFCOE and ISCSI functionality on demand or provide at least 2 x 1Gbps Fibre Channel Ports.Ports: At least one internal and two external USB 2.0 support.Bus Slots: At least 2 x PCI Express 3.0 x16 interfacesPower Supply: Dual Redundant Power Supplies. Hot Swap/Redundant Fans: Server should beconfigured with Redundant Fans. Failure Alerting Mechanism: The server should be able to alertimpending failures on maximum number of components. The components covered underalerting mechanism should at least include Memory, HDDs, and the onboard battery. FormFactor: 1U or more. System Software: OEM Server Management software with the deviceSecurity: "Serial interface controlAdministrator's passwordServer should also support Trusted Platform Module microcontroller chip that can securely storeartifacts used to authenticate the server platform. These artifacts can include passwords,certificates and encryption keys. "OS Support: "Microsoft Windows Server, Microsoft Windows Server Hyper-V, Red HatEnterprise Linux (RHEL), Oracle Solaris for x86/x64 based Systems, VMware, Citrix XenServer".4. Firewall (Juniper):-Security Features: Symmetric Multiprocessing-based data forwarding.Hardware-based control and data plane separation. Six on-board 10/100/1000Base-T GigabitEthernet ports. Four on-board SFP Gigabit Ethernet ports. Support for dual AC or dual DC powersupplies with a redundant configuration in the chassis. 645 W AC and DC power supplies withor without Power over Ethernet (PoE) support. The AC and DC power supplies are hot-swappable. OS support for advanced security and routing services on the Services and RoutingEngine The services gateway supports Gigabit-Backplane Physical Interface Modules (GPIMs)and also Mini Physical Interface Modules (Mini-PIMs). For details about the supported GPIMsand Mini-PIMs Routing :OSPF BGP Routing Information Protocol version 1 (RIPv1) and version 2(RIPv2) Static routes Intermediate System-to-Intermediate System (IS-IS) ConnectionlessNetwork Service (CLNS): End System-to-Intermediate System (ES-IS) protocol IS-IS extensionsBGP extensions Static routes MPLS: Layer 2 and Layer 3 virtual private networks (VPNs) VPNrouting and forwarding (VRF) table labels Traffic engineering protocols such as LDP and RSVPVirtual private LAN service (VPLS) Multicast VLAN Internet protocols : IPv4 IPv6 routing andforwarding IP address management : Static addresses Dynamic Host Configuration Protocol(DHCP) 8 Encapsulation Ethernet: Media access control (MAC) encapsulation 802.1p taggingPoint-to-Point Protocol over Ethernet (PPPoE) Circuit cross-connect (CCC) Translational cross-connect (TCC).

Page 15: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 15 of 23 Bidders seal & signature

5. L3 Switch:-Performance : 32-Gbps switching fabric Stack-forwarding rate of 38.7 mpps for 64-byte packets Forwarding rate 35.7 mpps 128 MB DRAM and 32 MB Flash memory Configurableup to 12,000 MAC addresses Configurable up to 20,000 unicast routes Configurable up to 1000IGMP groups and multicast routes Configurable maximum transmission unit (MTU) of up to9000 bytes, with a maximum Ethernet frame size of 9018 bytes 10BASE-T ports: RJ-45 connectors,2-pair Category 3 (Cat-3), 4, or 5 unshielded twisted-pair (UTP) cabling Connectors and Cabling100BASE-TX ports: RJ-45 connectors, 2-pair Cat-5 UTP cabling 100BASE-FX ports: MT-RJconnectors, 50/125 or 62.5/125 micron multimode fiber 1000BASE-T ports: RJ-45 connectors, 2-pair Cat-5 UTP cabling • 1000BASE-T SFP-based ports: RJ-45 connectors, 2-pair Cat-5 UTPcabling 1000BASE-SX, -LX/LH, -ZX, and CWDM SFP-based ports: LC fiber connectors (single-mode, or multimode fiber) 10GBASE-ER XENPAK-based port (single-mode) 10GBASE-LRXENPAK-based port (single-mode) Management console port: RJ-45-to-DB9 cable for PCconnections Power Connectors Can provide power to a switch by using either the internal powersupply or a redundant power system Internal power supply connector The internal powersupply is an auto ranging unit. The internal power supply supports input voltages between 100and 240VAC. Use the supplied AC power cord to connect the AC power connector to an ACpower outlet. Environmental Ranges Operating temperature: 32 to 113ºF (0 to 45ºC) Storagetemperature: -13 to 158ºF (-25 to 70ºC) Operating relative humidity: 10 to 85% (no condensing)Operating altitude: up to 10,000 ft (3049 m) Storage altitude: up to 15,000 ft (4573 m) AcousticNoise International Organization for Standardization (ISO) 7779: bystander position operating toan ambient temperature of 30ºC.6. Tape Library: - Capacity: "A. shall support Native data capacity of 60TB (uncompressed)expandable to 150TB (2.5:1compressed).B. Shall be offered with Minimum of One LTO6 FC tape drive and minimum of 24 cartridge slots.Shall support encryptionC. Shall be offered with 24 Cartridge slots."Tape Drive Architecture: Offered LTO6 drive in the Library shall conform to the Continuous andData rate matching technique for higher reliability.Speed: Offered LTO6 drive shall support 160MB/sec in Native mode and 400MB/sec in 2.5:1compressed mode.Encryption device: Offered Library shall be provided with a hardware device like USB key,separate appliance etc. to keep all the encrypted keys in a redundant fashion.Connectivity: Offered Tape Library shall provide 8Gbps native FC connectivity to SAN switches.Management: Tape Library shall provide web based remote management.Barcode Reader and Mail slots: Tape library shall support Barcode reader and mail slot.Other Features:”A. Tape Library shall have GUI PanelB. Shall be rack mountable.C. Tape Library shall be supplied with software which can predict and prevent failures throughearly warning and shall also suggest the required service action.D. Offered Software shall also have the capability to determine when to retire the tape cartridgesand what compression ratio is being achieved"

7. Work Stations:-Operator, Engineering Workstations and NMS server each comprising IntelXeon W3520 2.66 8MB/1066 QC CPU 4GB (2x2GB) DDR3-1333 ECC RAM NVIDIA Quadro NVS450 512MB Graphics 250GB SATA 7200 1st HDD USB Standard Keyboard USB Optical ScrollMouse 16X DVD+-RW SuperMulti SATA 1st Drive Broadcom 5761 Gigabit PCIe NIC.8. Monitor:-Monitor: 24-inch S-IPS LCD Monitor9. Interface Card:-Gigabit Interface Converter (GBIC) Module and Small Form-Factor Pluggable(SFP) As to be compatible with Server Chassis.10. Fiber Patch Cord:-Fiber Patch Cord As to be compatible with SFP Cards11. GPS System:-LAN Based GPS System12. OS for console:-Windows 7 operating system for Consoles

Page 16: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 16 of 23 Bidders seal & signature

13. OS for servers: - Windows Operating System (Windows 2008 R2 Standard)14. STM Card: - SPA-1XCHSTM1/OC3=1-port Channelized STM-1/OC-3c to DS0 Shared PortAdapter15. SFP Card: - SFP-OC3-IR1=OC3/STM1 SFP, Single-mode fiber, Intermediate Reach

Page 17: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 17 of 23 Bidders seal & signature

Annexure No: IV

BID FORM

Supply, Testing & Installation of SCADA Hardware (Server/OS, Networking Equipment)

ToHead of the DepartmentContracts & MaterialsBSES Yamuna Power LtdBSES Bhawan, KarkardoomaNew Delhi– 110032Sir,

1 We understand that BYPL is desirous of procuring ”Supply ,Testing and Installation ofSCADA Hardware ‘in it‘s licensed distribution network area in Delhi.2 Having examined the Bidding Documents for the above named works, we theundersigned, offer to deliver the goods in full conformity with the Drawings, Conditions ofContract and specifications for the sum of.........................................(figures........................................................................) or such other sums as may be determined inaccordance with the terms and conditions of the contract .The above Amounts are in accordancewith the Price Schedules attached herewith and are made part of this bid.3 If our Bid is accepted, we under take to deliver the entire goods as per delivery schedulegiven by you from the date of award of purchase order/letter of intent.4 If our Bid is accepted, we will furnish a performance bank guarantee for an amount of10% (Ten) percent of the total contract value for due performance of the Contract in accordancewith the General Conditions of Contract.5 We agree to abide by this Bid for a period of 90 days from the date fixed for bid openingunder clause 9.0 of GCC, and it shall remain binding upon us and may be accepted at any timebefore the expiration of that period.6 We declare that we have studied the provision of Indian Income Tax Law and otherIndian Laws for supply of equipments/materials and the prices have been quoted accordingly.7 Unless and until Letter of Intent is issued, this Bid, together with your written acceptancethere of, shall constitute a binding contract between us.8 We understand that you are not bound to accept the lowest, or any bid you may receive.9 There is provision for Resolution of Disputes under this Contract, in accordance with theLaws and Jurisdiction of Contract, Clause 19 of GCC .

Dated this............................... day of................................................. 20 ...............Signature.............................................. In the capacity of ………………………………

..................................................................duly authorized to sign for and on behalf of(IN BLOCK CAPITALS) ...............................................................................

Page 18: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 18 of 23 Bidders seal & signature

FORMAT FOR BID SECURITY BANK GUARANTEE

(To be issued in a Non Judicial Stamp Paper of Rs.50/-purchased in the name of the bank)

Whereas [name of the Bidder](hereinafter called the Bidder“) has submitted its bid dated [date ofsubmission of bid] for the supply of [name and/or description of the goods] (hereafter called‘’the Bid”).

KNOW ALL PEOPLE by these presents that WE [name of bank]at[Branch Name andaddress],having our registered office at[address of the registered office of the bank](herein aftercalled —the Bank“),are bound unto BSES Yamuna Ltd., with it‘s Corporate Office at BSESBhawan Karkarduma, New Delhi -110032 ,(herein after called —the Purchaser“)in the sum of Rs.…………….for which payment well and truly to be made to the said Purchaser, the Bank bindsitself, its successors, and assigns by these presents. Sealed with the Common Seal of the said Bankthis_____ day of________ 20____.

THE CONDITIONS of this obligation are:

1. If the Bidder withdraws its Bid during the period of bid validity specified by theBidder on the Bid Form ;or

2. If the Bidder, having been notified of the acceptance of its Bid by the Purchaserduring the period of bid validity:

(a) Fails or refuses to execute the Contract Form, if required; or (b) Fails or refuses to furnish the performance security, In accordance with the

Instructions to Bidders/GENERAL condition;

We undertake to pay to the Purchaser up to the above amount upon receipt of its first writtendemand, without the Purchaser having to substantiate its demand, provided that is its demandthe purchaser will note that amount claimed by it is due to it, owing to the occurrence of on e orboth of the two condition s, specifying the occurred condition or condition s.

This guarantee will remain in force up to and including Ninety (90) days after the period of bidvalidity, and any demand in respect thereof should reach the Bank not later than the above date.

(Signature of the bank)

Signature of the witness

Page 19: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 19 of 23 Bidders seal & signature

Annexure –V

Price Format

S.No. Item Make Qty Basic Value Excise [email protected]% CST/VAT

NetPrice Total Value

1 BLADE CHASSIS IBM 2

2 Blade Server IBM 11

3 Rack Server IBM 12

4 Firewall (Juniper)Juniper UTM

(SRX550)2

5 L3 Switch Cisco 4

6 Tape Liberary IBM 1

7 Work Stations 5

8 Monitor 12

9 Interface Card 6

10 Fiber Patch Cord 10

11 GPS System 1

12 OS for console Microsoft 213 OS for servers Microsoft 2314 STM Card Cisco 115 SFP Card Cisco 216 SFP Card Cisco 7

Grand Total Rs:………………………………………………..(In Figures & Words)

Name :…………………………………….

Tel/Mobile No:……………………………

Email ID:…………………………………..

Date: ………………. Signature withSeal

Place :…………………….

Page 20: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 20 of 23 Bidders seal & signature

Annexure-VICOMMERCIAL TERMS AND CONDITIONS

S/NO ITEM DESCRIPTION AS PER BYPL CONFIRMATION OFBIDDER/BIDDER terms

1 Validity of prices 90 days from the date of offer

2 Price basis

a) Firm, FOR Delhi store basis. Prices shallbe inclusive of all taxes & duties, freightupto Delhi stores.b) Unloading at stores shall be in vendor'sscopec) Transit insurance in BYPL scope

3 Payment terms

80% within 30 days of delivery and 20%after successful installation duly verifiedby EIC. The payment will be releasedonly after verification of the bill by theIndenting Unit.

4 Delivery schedule Within One month

5 Defect Liability period36 months after commissioning or 42months from the last date ofdespatch,whichever is earlier

6 Penalty for delay1% per week of delay of undelivered unitsor part thereof subject to maximum of 10%of total PO value of undelivered units

7 Performance Bank Guarantee

10% of total PO value valid for 36 monthsafter commissioning or 42 months from thelast date of dispatch, whichever is earlierplus 3 months towards claim period

Page 21: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 21 of 23 Bidders seal & signature

ANNEXURE VII

NIT NO & DATE : ……………………….. DT: ………….

NO DEVIATION SHEET

SL NO SL NO OF TECHNICAL SPECIFICATION DEVIATIONS,IF ANY

SIGNATURE & SEAL OF BIDDER

NAME OF BIDDER

Page 22: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 22 of 23 Bidders seal & signature

Annexure -VII

Sno Qualification Criteria Description by bidder withqualifying the fulfillment

Documentary Evidenceattached page no.detail

1

Bidder should be an Authorized dealers/ representatives of Original EquipmentManufacturer (OEM).

2

Bidder must have executed at least 3(three) orders for similar hardware or inpreceding 2 (two) years from the date ofopening of bid (i.e. 2011 and 2012calendar year) with each order having aminimum value of Rs 1.00 Cr.

3

Bidder shall be an Indian Company /firm engaged in Supply & Installation ofServer for last two years.

4

Bidder should have valid RegistrationNo. of Sales Tax/VAT/Service Tax,whichever is applicable;

5

Bidder should have PAN No. & shouldfulfill all statutory compliances.

Owner reserves the right to carry out capability assessment of the bidder and owners decision shall befinal in this regards.

Page 23: Supply, Testing and Installation of SCADA & DMS · PDF fileNIT: CMC/BY/12-13/RB/VKS/078 Page 1 of 23 Bidders seal & signature Request for Proposal (RFP) Supply, Testing and Installation

NIT: CMC/BY/12-13/RB/VKS/078 Page 23 of 23 Bidders seal & signature

CHECK LIST

Sno Item Description Yes/No

1 INDEX Yes/no

2 COVERING LETTER Yes/No

3 Bid FORM (UNORICED) DULY SIGNED Yes/no

4 Bill of Material (UNPRICED) Yes/No

5 TECHNICAL BID Yes/no

6ACCEPTANCE TO COMMERCIAL TERMAND CONDITIONS Yes/No

7 FINANCIAL BID (IN SEALD ENVELOPE) Yes/no

8 EMD IN PRESCRIBED FORMET Yes/No

9DEMAND DRAFT OF RS 1000/- DRAWN INFAVOUR OF BSES………POWER LTD

10POWER OF ATTORNEY/AUTHORISATIONLETTER FOR SIGNING THE BID Yes/No