Revised ITB 09012008

download Revised ITB 09012008

of 47

Transcript of Revised ITB 09012008

  • 8/14/2019 Revised ITB 09012008

    1/47

    BxBS{ ]b(i E E =P)NHPC Limited(A Govt. of India Enterprise)

    NIT No.: NH/SLP/PROC./PR-200700105/NIT/ 8707Dated: 12.01.2009

    NOTICE INVITING TENDER To..Sub: Upgrade of LAN & on-site support at Subansiri Lower H.E. ProjectDear Sir,

    Sealed quotations are invited for the supply of items as per Annexure-III andterms & conditions as per Sections -1 & 2. The quotations shall be received up todated 02.02.2009 (13:30Hrs) be opened on the same day at 15.30 Hrs in presenceof tenderers who intend to be present at the time of opening. The tender/ quotationsshall be received in three envelope system as follow:-First envelope should contain the earnest money deposit of Rs. 61,000/- (RupeesSixty one Thousand) in the form of demand Draft in favour of NHPC Limited,Subansiri Lower H.E. Project payable at SBI, Gerukamukh, (Bank Code No.-4318). TheEMD in the shape of demand draft issued by any nationalized bank which arepayable at North Lakhimpur is also acceptable if the value of the demand draft isaccompanied with the DD clearance charges. Small Scale Units (S.S. Us), registeredeither with NHPC or with the National small Industries Corporation Ltd. (N.S.I.C.),under their Single point Registration Scheme for relevant stores, are exemptedfrom furnishing Earnest Money Deposit. They should furnish with the bid a Photostatcopy of the valid registration certificate/ letter issued by NSIC in their favour, for thestores/works covered under this bid document. E.M.D. except as stated above,wherever submission of E.M.D. along with a bid have been stipulated in the biddocument, waiver/relaxation thereof shall not be accorded, under any circumstance.

    Tenders not accompanied by Earnest Money Deposit or requisite documents for

    exemption for submission of EMD as detailed above shall be rejected.The Earnest Money Deposit will be refunded to the unsuccessfultenderers without any interest thereof immediately upon finalization of thetender. However, the EMD submitted by the successful bidder shall bereleased only after execution of the supply order; otherwise the same shallbe forfeited.Tenderers shall disclose the type and nature of the company/Enterprise i.e.Micro, small and medium under MSMED Act-2006 with copy of thesupporting documents for claiming the benefit under the said Act.Otherwise they should submit a declaration that company/Enterprise is nota micro/small/medium enterprise as per provisions of the MSMED Act-2006.

    1. The 1st envelope shall contain Earnest Money Deposit (E.M.D.) of Rs.61,000/-(Rs Sixty one Thousand) only.2. The 2nd envelope shall contain the documentary evidence, in support of qualification requirements, Technical details, along with deviations, variationsand exceptions, if any, sought and commercial terms and conditions asdetailed below:

    i) Relevant details of experience as per clause no 2.1 of ITB. The details of past experience to be filled up at Annexure-II.

    ii) Documentary evidences to be submitted as per clause No.2.2 & 2.3 of ITB.iii) Un-priced schedule of quantities & prices i.e., Price schedule-1 to 5 same

    as mentioned in Price Bid (Envelope-III) but to mention Quoted in eachcolumn wherever applicable and a confirmation to

    the fact that the prices have been quoted strictly as per Summary of pricesquoted and no additional terms & conditions have been mentioned therein.iv) Deviations, if any, in respect of technical and/or commercial terms of the

    Bid specification, as sought by the bidders i.e. Form-E.

    - 1 - -

    x +V ti{VxSUBANSIRI LOWER H.E. PROJECTP.O. Gerukamukh via Gogamukh

  • 8/14/2019 Revised ITB 09012008

    2/47

    v) Forms covering various aspects of bid i.e. Form A (if applicable), B, C & F.vi) All Bid Documents covering the relevant technical data including as per the

    Bid specification (except Prices of the Goods and/ services offered). Thisenvelope, as such, shall not contain any price information.

    2nd envelopes of only those tenderers shall be opened, whose Earnest MoneyDeposits or NHPC/NSIC Registration Certificates are found to be prima-

    facie in order.3. The 3rd envelope shall contain the Price Schedule duly filled in Summary of

    prices quoted comprising of price schedule no. 1 to 5 i.e. in Form D. The three envelopes shall be put in a bigger sealed envelop duly superscribed

    the NIT No. and date of opening on top of envelop . In the absence of EMD orrequired documents in the first envelope, the second envelope containing the pricebid will not be opened/ entertained.

    Yours Sincerely,

    Manager (C&P)SECTION-1

    INSTRUCTIONS TO BIDDERS

    A. Introduction1. Introduction

    Subansiri Lower Project, a unit of NHPC Limited a leading Public SectorEnterprise of the Government of India, hereinafter referred to as the Ownerwill receive bids for supply, installation, integration & on-site support of theitems as set-forth in the specifications. All bids shall be prepared andsubmitted in accordance with these instructions. The estimated cost of theworks is Rs.30,28,222/- (Rupees Thirty Lacs Twenty Eight Thousand TwoHundred Twenty Two) only.

    2. Qualification criteria The tenderer shall meet the following minimum criteria for prequalification:

    2.1 The firm should have executed at least one similar works not less than 80%of the estimated cost or Two similar works costing not less than 50% eachof the estimated cost or three similar works costing not less than 40% eachof the estimated cost during the last seven years (prior to deadline forsubmission of bid). Copies of LAN works indicating therein contract value andscope of work along with completion certificate of the work(s) issued by theclient should be furnished.

    2.2 Annual average turnover of the firm for the preceding two financial yearsstarting from 2004 - 2005 should not be less than Rs. 100 Lacs from similarservices during each year for the preceding two financial years. (copies of balance sheet to be enclosed)

    2.3 The firm should be either original OEM or have tie up arrangement from atleast one OEM i.e. HP, IBM, HCL or DELL for severs and with CISCO/NORTEL forswitches.

    4. Sections in Tender Documents The facilities required, bidding procedures, contract terms and technicalrequirements are prescribed in the NIT. The NIT includes the followingsections:Section 1 Instructions to Bidders (ITB)Section 2 Special Conditions of Contract (SCC)Section 3 Technical Specification (TS)Section 4 Schematic Line diagram

    B. Preparation of Bids5.0 Bid Security

    - 2 - -

  • 8/14/2019 Revised ITB 09012008

    3/47

    5.1 Bidders shall submit along with the bids, the requisite Bid Security in the formof Earnest Money Deposit (EMD) for an amount of Rs.61,000/- (RupeesSixty One Thousand) only. The EMD shall be in favour of NHPC Limited,Subansiri Lower H.E. Project, payable at S.B.I, NHPC Project,Gerukamukh (Branch Code No.-4318) in shape of Demand Draft issued byState Bank of India or any Nationalized and Schedule Bank of India. The EMDin the shape of demand draft issued by any nationalized Bank other than StateBank of India which are payable at North Lakhimpur is also acceptable if thevalue of the demand draft is accompanied with the DD clearance charges. Thebidders who are registered with the DGS & D are not exempted fromdepositing the Bid Security as aforesaid. Small Scale Units (S.S. Us),registered either with NHPC or with the National Small Industries NHPCLtd.(N.S.I.C.),under their Single Point Registration Scheme for relevantstores, are exempted from furnishing Earnest Money Deposit. They shouldfurnish with the Bid a Photostat copy of the valid registration certificate/letterissued by NSIC in their favour, for the stores/works covered under this Biddocument. E.M.D except as stated above, wherever submission of E.M.D.along with a bid have been stipulated in the bid documents, waiver/relaxationthereof shall not be accorded, under any circumstance.

    5.2 The bidders shall not be entitled, during the period of validity of their offerswithout the consent in writing of the NHPC Limited, to revoke or withdraw their

    bids or vary in any respect their offer or any terms and conditions thereof. Incase of a bidder revoking or withdrawing his Bid or varying any terms andconditions in regard thereto without the consent of the NHPC Limited in writingduring the period of validity of his offer, the Employer may, at his discretion toforfeit the EMD furnished by the bidder along with his offer.

    5.3 The Earnest Money Deposit will be refunded to the unsuccessfultenderers without any interest thereof immediately upon finalizationof the tender. However, EMD of the successful bidder will be returnedwhen the bidder has furnished requisite Performance Bank Guaranteeas stipulated in clause 15 of Section-2.

    5.4 Bids received unaccompanied by either an acceptable EMD or a photocopy of valid certificate of registration issued by NSIC shall be rejected as being non-responsive and returned unopened to the bidders.

    6 Period of validity of Bid The bids should remain valid for a period of at least 120days from the date of opening of the bids.

    7 Receipt and Signing of Bid7.1 Tenders shall be submitted in 3 (three) separate sealed envelops. The bids are

    to be submitted in three parts i.e. Part-1 (Earnest Money), Part-2 (Techno-Commercial Bid) and Part-3 (Price Bid) in three separate sealed envelopes.Individual envelopes should be super scribed with Tender Enquiry No., Part-1 (Earnest Money Deposit) /Part-2 (Techno-Commercial Bid) /Part-3(Price Bid), the due date of tender opening and name of the tenderer .All the three envelopes should be further sealed in a bigger envelopesuperscribed with Upgrade of LAN & on site support at SubansiriLower H.E. Project Tender Enquiry No., due date of tender openingand name of the tenderer.

    The 1 st envelope shall contain Earnest Money Deposit (E.M.D.) of Rs. 61,000/-(Rupees Sixty one Thousand) only

    The 2nd envelope shall contain the documentary evidence, in support of qualification requirements, Technical details, along with deviations, variationsand exceptions, if any, sought and commercial terms and conditions asdetailed below:

    vii) Relevant details of experience as per clause no 2.1 of ITB. The details of past experience to be filled up at Annexure-II.viii) Documentary evidences to be submitted as per clause No.2.2 & 2.3 of ITB.

    - 3 - -

  • 8/14/2019 Revised ITB 09012008

    4/47

    ix) Un-priced schedule of quantities & prices i.e., Price schedule-1 to 5 sameas mentioned in Price Bid (Envelope-III) but to mention Quoted in eachcolumn wherever applicable and a confirmation to

    the fact that the prices have been quoted strictly as per Summary of pricesquoted and no additional terms & conditions have been mentioned therein.

    x) Deviations, if any, in respect of technical and/or commercial terms of theBid specification, as sought by the bidders i.e. Form-E.

    xi) Forms covering various aspects of bid i.e. Form A (if applicable), B, C & F.xii) All Bid Documents covering the relevant technical data including as per the

    Bid specification (except Prices of the Goods and/ services offered). Thisenvelope, as such, shall not contain any price information.

    2nd envelopes of only those tenderers shall be opened, whose Earnest MoneyDeposits or NHPC/NSIC Registration Certificates are found to be prima-

    facie in order. The 3 rd envelope shall contain the Price Schedule duly filled in Summary of prices quoted comprising of price schedule no. 1 to 5 i.e. in Form D . The offershould reach us either through POST or the same may be dropped in the

    Tender Box kept at the office of the the Manager(Cont. & Proc.), SubansiriLower Project, NHPC Ltd., Gerukamukh, District Dhemaji, Assam 787035 before the scheduled date and time. The offer through FAX,telephonic & e-mail shall not be entertained. NHPC Ltd. is not responsible for

    any postal delay or whatsoever it may be.7.2 The original and all copies of the bid, each consisting of the documents listedabove, shall be typed or written in indelible ink and shall be signed by theBidder or a person or persons duly authorized to bind the Bidder to theContract. All pages of the bid, except for unammended printed literature,shall be stamped & initialed by the person or persons signing the bid.

    7.3 Any interlineation, erasures or overwriting shall only be valid if they areinitialed by the signatory (ies) to the bid.

    7.4 The bidders are advised to submit their bids complete in all respect.Clarifications on the bids may be sought by the NHPC from the bidders fromtime to time, if so desired by the NHPC, at its sole discretion.

    7.5 Envelope-III - Price Bid of only those bidders, whose Techno-CommercialBid are acceptable to the NHPC, will be opened in public. A separatenotification will be communicated to such bidders, duly intimating them thetime and the date of opening of the price bids. Only authorisedrepresentatives of such bidders will be allowed to attend the opening of PriceBids.

    7.6 Sealed Price Bid alongwith EMD of such bids, whose techno-commercial bidsare not considered acceptable to the NHPC, will be returned to the respectivebidders. The decision of the NHPC is final and binding in this regard.

    7.7 Bidders will not be allowed to revise the quoted prices on their own, oncePrice Bids have been opened by the NHPC.

    7.8 If the due date of receipt of bids, as aforesaid falls on non-working day(s)/holiday(s), bids would be received at the same time as specified under Sl.No.4 Scope of Woks at annexure-I, but on the next working day or days, asthe case may be.

    7.9 The NHPC reserves the right to itself to postpone and/or extend the date of receipt or to withdraw the Bid notice, without assigning any reason thereof,entirely at its discretion. In such an event, bidders shall not be entitled to anycompensation, in any form whatsoever.

    7.10 Bidders are advised to fill in the price schedules and appendices, in respect of each and every item by strictly following the instructions, foot notes etc., tofacilitate the NHPC in speedy evaluation of bids. Failure to do so may preventthe Bid from being considered by the NHPC.

    7.11 Vague and ambiguous replies and replies such as Refer covering letter,conditions of Bid etc. shall be avoided. Such replies shall be deemed to beincomplete and may prevent the Bid from being considered by the NHPC.

    7.12 The bidders in their own interest are advised to be very careful while writingtheir rates in Schedule of Quantities & Prices. The rates should be written

    - 4 - -

  • 8/14/2019 Revised ITB 09012008

    5/47

    very neatly, preferably may be got typed and there should be no over writingor corrections. In case there are some corrections or over writing, the sameshould be signed or initialed by the bidder himself or the person authorised bythe bidder. The bidders are further advised to quote the rates both in wordsas well as in figures.

    7.13 A set of technical, descriptive and illustrative literature/ leaflets/ brochures/catalogues shall accompany the Bid wherever applicable.

    7.14 The supplies/work covered by this Bid specification shall be executed strictly inaccordance with the conditions specified in the General Conditions of Contract and other conditions/specified in various sections of this Biddocument. If any of the aforesaid condition is not clear to a bidder,clarification may be sought from the NHPC before submission of bids. Biddersare advised to accept all the conditions specified in the Bid document, tofacilitate early finalisation of bids. Separate set of commercial conditions (suchas bidders standard printed conditions) enclosed with the offer and anyreference thereto may render the Bid liable to summary rejection.

    7.15 The taxes, duties & other applicable levies to be quoted separately at thespecified price schedule.

    7.16 The bidder shall submit rate analysis of quoted price if so desired by theEmployer.

    8 Modifications Prior to the date of Bid opening

    The NHPC may revise or amend the specifications and other conditions prior tothe date notified for receiving the bids. Such revisions and amendments, if any, will be communicated to all prospective bidders. In such a case, if considered necessary the last date and time of receiving and opening of thebids may also be extended at the discretion of the NHPC.

    B. Submission of Bids

    9 Sealing and Marking of Bidsa. The Tender viz., Bid for Upgrade of LAN at Subansiri Lower Project shall

    be submitted/ mailed, in a single larger package/ parcel bearing on the topthe reference of the Bid specification, as indicated in the Annexure-Ienclosed. Bids must reach the Manager (Contracts & Procurement),Subansiri Lower H.E. Project, NHPC Limited, Gerukamukh viaGogamukh, District Dhemaji, Assam 787035 or his authorisedrepresentative on or before the scheduled time and date.

    b. Bids shall preferably be mailed by Registered post. However, in case bidsare delivered in person these should be handed over personally in theoffice of the Manager(Contracts & Procurement), Subansiri LowerH.E. Project, NHPC Limited, Gerukamukh, District Dhemaji,Assam 787035 and due acknowledgement receipt obtained, failingwhich the NHPC will not be responsible for any misplacement/loss of Bid.Bids received either late or after the prescribed due date and time of receipt, will not be entertained. The NHPC will not be responsible for anypostal delay.

    c. Only those bids, which are received prior to the due date and timeprescribed for receipt of bids, will be considered. Telegraphic/Fax, E-mailbids shall be rejected.

    C. Bid Opening and Evaluation10.0 Opening of Bids by Employer

    10.1 The Employer will open the Bid in the presence of Bidders authorizedrepresentatives who choose to attend the opening at the time, on thedate and at the place specified in Annexure-I. Bidders representatives

    shall sign in a register as proof of their attendance.10.2 In the event of the specified date of bid opening being declared aholiday for the Employer, the bids shall be opened at the appointedtime and location on the next working day.

    - 5 - -

  • 8/14/2019 Revised ITB 09012008

    6/47

    11.0 Preliminary Examination of Bids11.1 The Employer will examine the bids to determine whether they are complete,

    whether any computational errors have been made, whether the documentshave been properly signed and whether the bids are generally in order andconforms to all the terms, conditions and specifications of the TenderSpecification documents without any deviations.

    11.2 Arithmetical errors will be rectified on the following basis. If there is adiscrepancy between the unit price and the total price, which is obtained bymultiplying the unit price and quantity, or between subtotals and total price,the unit or subtotal price shall prevail, and the total price shall be corrected. If there is a discrepancy between words and figure, the amount in words willprevail. If bidder does not accept the correction of errors, its bid will berejected and the EMD will be forfeited in accordance with ITB sub-clause 5.2.

    E. Award of Contract

    12 Award Criteria & Employers Right to accept any bid and to reject anyor all Bids

    12.1 The NHPC shall not be bound to accept the lowest or any bid andreserves to itself the right of accepting whole or a portion of any of thebid as it may deem fit, without assigning any reason thereof.

    12.2 The NHPC reserves to itself the right to take over the part or fullcontract from the contractor after the award of the work or during theexecution of work without assigning any reason.

    12.3 Canvassing in any form or any approach, official or otherwise, by thebidder to influence the consideration of his bid shall render the bidliable to summarily rejection.

    - 6 - -

  • 8/14/2019 Revised ITB 09012008

    7/47

    ANNEXURE-I

    Scope of work

    Issuedto:

    Name of FirmAddress:

    1. Reference to BidSpecification:

    NH/SLP/PROC./PR-200700105/NIT/8707Dated :12.01.2009

    2. Work covered by theBid Specification:

    Upgrade of LAN & on-site support atSubasnsiri Lower H.E. Project

    3. Required EMD: Rs. 61,000/- (Rupees SixtyOneThousand) only.

    4. (a)(b)(c )

    Last date and time forReceipt of Bid:Opening of Bid :

    02.02.2009 at 01.30PM

    The same day at 3.30PM

    5 Required validity of Bid:

    4 calendar months from the date of opening of Techno-Commercial Bids.

    Manager (Cont. &Proc.)

    - 7 - -

  • 8/14/2019 Revised ITB 09012008

    8/47

    ANNEXURE-II

    FORMAT FOR DETAILS OF PAST EXPERIENCE

    Details of similarworks

    carried out

    No.anddate

    of order

    Valueof

    Contra

    ct

    Contractual date of completio

    n (Month& Year)

    Actual dateof

    completion

    (Month & Year)

    If orderunder

    execution

    percentage workcompleted

    till date

    Reasons for

    delay if

    any

    Name andcompleteaddress of

    thecustomer

    Date: Name & DesignationOf the OfficerPlace: For & on behalf

    M/s

    Office Seal

    - 8 - -

  • 8/14/2019 Revised ITB 09012008

    9/47

    ANNEXURE-III

    - 9 - -

    ItemNo

    .

    Description of item Unit Qty.

    (A) Active Components

    1 Server Quad Core Intel Xeon No. 3

    2 L3 Managed Stackable 10/100/1000 switch No. 13 L2 Managed Stackable 10/100/1000 switch No. 54 L2 Managed Stackable 10/100 switch No. 4

    5 1-port 1000Base-LX Small Form FactorPluggable GBIC No. 10

    6KVM Switch with TFT, Keyboard, pointingdevice and all cabling accessories Set 1

    (B) Passive Components

    1 12-core Outside Plant Cable - CorrugatedSteel tape Armored, Loose-tube, SM Mtr1

    800

    224-port SC-Style, 19-inch Rack mount PatchPanel, 1U, Loaded with adapter Plates andDuplex SC connectors

    Nos 7

    3 Duplex Patch Cord with connectors asrequired, 3 Meter Nos 14

    4 SC Pig Tail 9/125 Nos 1205 Stacking cable for L2 Stackable 10/100/1000Switches Nos 5

    6 4-pair, Cat 6 UTP Cable, roll of 305m, GreyColor Nos 25

    7 Cat-6 I/O Single Nos 1808 Cat 6 SL Series Patch Cords - 4 Feet-Grey Nos 1809 Cat 6 SL Series Patch Cords - 7 Feet-Grey Nos 180

    10 Cat 6 24-port loaded, Modular Jack Panel, 1U Nos 911 42U Rack with Fan and Accessories Nos 112 17U Rack with Fan and Accessories Nos 213 9U Rack with Accessories Nos 514 PVC conduite / Channel Mtr 150015 32 mm HDPE Pipe Mtr 1800(C) SOFTWARE

    1 Windows 2003 Server Standard Edition orlater with Media and documentation. No. 3

  • 8/14/2019 Revised ITB 09012008

    10/47

    SECTION-2Special Conditions of Contract (SCC)

    1.0 PRICES:1.1 FORMAT FOR THE PRICE BID is enclosed in form D. The firm

    should quote in this form with all the schedules / appendices dulyfilled in. The quoted prices shall be FIRM in all respects.

    1.2 In Price Schedule 1, the quoted Ex- prices shall be on F.O.R.Central Store, NHPC Limited, Subansiri Lower H.E. Project,Gerukamukh, Dist. Dhemaji, Assam excluding installationcharges, on site support and taxes & duties which shall be shownseparately in Price Schedule 2, 3 & 4 respectively.

    1.3 In Price Schedule 4, the applicable duties, CST / VAT asapplicable 21 days prior to dead line for submission of bids shallbe included in summary of prices quoted and paid accordingly. Incase the applicability of Assam entry tax in any of the item thatshall be borne by NHPC.

    1.4 In Price Schedule 2, the installation charges shall include servicetax, if any, and shall be firm.

    1.5 Any statutory variations in applicable duties and sales tax at thetime of dispatch will be adjusted / reimbursed againstdocumentary evidence only. However, wherever supplies getdelayed due to the reasons attributable to the contractor, noadditional liability on account of any increase in the duties orother taxes shall be payable by NHPC. On the other hand, in casethe rate of any applicable duties decreases during the extendeddelivery period, due benefit in this regard shall accrue to NHPC.

    1.6 In case, applicable duties, CST / VAT etc. are quoted as extra by

    any bidder, as applicable at the time of supplies, then present /existing maximum rate of applicable duties, CST / VAT asavailable among various bids will be taken for evaluationpurposes.

    1.7 The VAT shall be deducted at source and TDS certificate shall beissued by NHPC in case the supplier fails to submit the proof of payment of VAT issued by the Tax Authority of the State of Assamalong with the bills.

    1.8 If the bidder mentions his exemption from sale taxes etc, thesame shall be taken into consideration for Bid Evaluation, subjectto the condition that the Bidder shall not be reimbursed any saletaxes on this account and his payments shall be restricted tooriginal stipulations in his offer in case the work is awarded tohim.

    1.9 Suppliers are requested to quote for full quantity of the item intheir offer. However, NHPC Limited reserves the right to acceptthe lowest tender, either wholly or in part, without assigning anyreason and also to place order on more than one supplier for thetendered quantity on the basis of L-1 quotation.

    1.10 A copy of BLANK UNPRICED price bid shall be enclosed with thetechno commercial offer.

    2.0 PAYMENT TERMS: 90% payment along with 100% taxes, duties etc.shall be made within 15 days after receipt of material in good conditionat Central Store, NHPC Limitrd, Subansiri Lower H.E. Project,Gerukamukh, Dist. Dhemaji, Assam . The balance 10% payment

    - 10 - -

  • 8/14/2019 Revised ITB 09012008

    11/47

    against cost of materials and 100% installation charges shall bereleased after successful installation of the materials at site as per thedirection of the authorised representative of NHPC Limited. Thepayment for material cost shall be released upon submission of anundertaking of genuineness / authenticity of the items supplied signedby an authorised signatory not below the rank of Company Secretary of the system OEM as per format at Form - C2. The payment against onsite support shall be released quarterly on satisfactory performance of the firm. The performance report of the firm shall be submitted by theproject IT Division. The Draft charges if any will be borne by thesupplier.

    3.0 DELIVERY SCHEDULE: The material shall be delivered within 30 daysof issue of the supply order.

    4.0 SITE PREPARATION & SUPERVISION :4.1 It shall be the responsibility of the system integrator to supervise

    the site preparation by the owner to ensure that the site is preparedin accordance to requirements for installation of the active as wellas passive components of the LAN. Stipulations of power supply and

    other environmental conditions should also be got properlyascertained to the satisfaction of the Engineer-In-Charge.4.2 For laying of OFC and CAT6 Ethernet cables, care should be takenthat damage to other property of NHPC or other organization or publicproperty is not caused.

    5.0 INSTALLATION: The material shall be installed within 4 (four) weeks of receipt of the same at our Central Store, NHPC Limited, Gerukamukh,Distt. Dhemaji, Assam as per the direction of the Engineer-In-Charge &his authorised representative.6.0 ON SITE SERVICES : The system integrator shall provide one residentengineer at the project site for a period of three years. The residentengineer shall be a networking professional having BCA / A level of DoE / PGDCA qualification from AICTE/ UGC recognized institutions withadditional certifications from Microsoft and CISCO/Nortel. Three yearsworking experience on LAN / WAN management on Microsoft platform.He should be proficient in VSAT / Router / Switched networkconfiguration & management. The responsibilities of the residentengineer include complete network management, user management,fine tuning, optimization and day-to-day trouble-shooting. In case of REproceeding on leave / duty out of station, suitable substitute to beprovided with due approval of Engineer-in-charge.

    7.0 PAYING AUTHORITY: Sr. Manager (Fin.), Subansiri Lower H.E. Project,Gerukamukh, Distt- Dhemaji, Assam, Pin-787 035.

    8.0 CONSIGNEE: Manager (Store), Subansiri Lower H.E. Project,Gerukamukh, Distt- Dhemaji, Assam, Pin-787 035.

    9.0 Purchase preference to PSUs / Joint Venture with PSUs / Governmentundertakings shall be based on the extent guidelines issued by theGovernment of India.

    10.0 Purchase preference to Small Scale Units, registered with the

    National Small Industries Corporation Ltd. (NSIC) shall be based on theextent guidelines issued by the Government of India / NHPC/ NSIC.

    - 11 - -

  • 8/14/2019 Revised ITB 09012008

    12/47

    11.0 Bank details mentioning on line account number, bank name & city,Contact No. & Fax Details, branch name and branch code should bementioned in the offer.

    12.0 INSPECTION : The material shall be inspected by the authorisedrepresentative of NHPC Limited at our Central Store, Gerukamukh. Theinspector shall ensure the genuiness of the materials offered forinspection and supply as per the guidelines of the CVC CircularNo.05/08 issued vide No.NH/Vig/1-55203 dt.21.02.08.

    13.0 GURANTEE / WARRANTY : The system integrator should be dullyauthorised by the O.E.M. of server and switches for integration,configuration and subsequent post-installation support. The Gurantee /warranty for the O.E.M. should be passed on without any curtailment.All active components should carry 12 (twelve) months on-site warrantysupport. After award of contract, the successful bidder shall furnishPerformance Bank Guarantee in the stipulated format for valueequivalent to 10% of the supply portion valid for a period of 3 monthsbeyond the warranty period.

    14.0 Delay in delivery: If the Supplier fails to supply the goods within thedelivery period specified, the supplier shall be liable to pay

    compensation for delay @ % (Half Percent) of the purchase order of undelivered portion per week or part thereof for the period of delaysubject to maximum 5% of the value of order of undelivered portion.

    15.0 PERFORMANCE BANK GUARANTEE: Within 28 days after receipt of supply order, the contractor shall furnish to the consignee a bankGuarantee from an Indian Nationalized Bank or State Bank of India orany scheduled Bank in India as per the format at Form-C1 enclosed foran amount equal to ten percent (10%) of the value of the purchaseorder by way of guarantee valid till 3 (three) months beyond the date of expiry of warranty of the material as mentioned in the supply order forthe due and faithfully performance of the contract along with the otherterms and conditions agreed to. The contractor shall, at his own costget the validity period of bank guarantee furnished by him extendedfrom time to time till one month beyond extended / revised bankguarantee to the Engineer-in-Charge one month before the expiry dateof the original bank guarantee or any extension thereof. In case theextended / revised bank guarantee is not received by the Engineer-in-Charge within the specified period of one month, the purchaser entirelyat his discretion shall be at liberty to en-cash the aforesaid bankguarantee.

    16.0 EVALUATION CRITERIA: The bids for any unquoted individual items orincomplete services shall be treated as incomplete / non responsiveliable to be rejected. The bid shall be evaluated on the basis of totalprice for the entire scope of the work and applicable taxes & duties andthe transition between the purchaser and system integrator. Conditionaldiscounts / rebate if any, offered by the bidder shall not be consideredfor evaluation. It shall, however, be considered in case of award.

    17.0 DEVIATION: The bids shall quote strictly as per the schedule of quantities & prices (Schedule-1 to 5) based on specification orconfigurations of items or equipments. It may please be noted that anyoffer containing deviations are liable for rejection, as well as whileevaluating offer no credit shall be given for offer incorporating items

    with better specification.18.0 NHPC reserves the right to reject / accept or partly accept any offer orto cancel the NIT without assigning any reason for such decision.

    - 12 - -

  • 8/14/2019 Revised ITB 09012008

    13/47

    Quantity may be reduced / increased at the time of placing the supplyorder as per our requirement.

    19.0 ARBITRATION: Any disputes arising out of the contract shall bereferred to the sole arbitrator to be appointed by the General Managerof Subansiri Lower H.E. Project, Gerukamukh, Distt-Dhemaji, Assam and his decision shall be final & binding upon the bothparties i.e., supplier and purchaser. However all such dispute should beregistered within 15 days after arising of the dispute. Any legal disputearising out of this Contract shall be subject of Jurisdiction of DhemajiCourt Only.

    20.0 ENGINNER IN CHARGE: Sr. Manager (IT), Subansiri Lower H.E.Project, Gerukamukh, Dist- Dhemaji (Assam) or his duly authorizedrepresentative who shall act and represent NHPC at all time during thecurrency of the Contract.

    21.0 In the event of a discrepancy between description in words and figuresquoted by a tenderer, the description in words shall prevail.

    22.0 The NHPC reserves to itself the right to cancel/rescind the Contract orto take over the part or full from the supplier after the award of SupplyOrder or during the execution of Supply Order, if the suppliers are not

    able to meet the delivery schedule.23.0 These Conditions shall be read and construed along with the GeneralConditions of Contract for Supply at and in case of any conflict orinconsistency between these two, the provisions of these Conditionsshall prevail.

    Section- 3

    DETAIL TECHNICAL SPECIFICATION

    1. INTRODUCTION

    - 13 - -

  • 8/14/2019 Revised ITB 09012008

    14/47

    A temporary Local Area Network (LAN) is available at the temporaryAdministrative Building of Subansiri Lower Project at Gerukamukh,District Dhemaji, Assam. Active and passive components of the networkhave to be upgraded, integrated with existing applications, connectivitywith clients thru web-manageable switches over backbone of CAT6Ethernet and OFC and subsequent on-site support to be providedinitially for a period of three years. The proposed up gradation shallmake the LAN ERP-ready and integrate with the existing SCPC PAMA linkas well as with the upcoming Ku-Band VSAT based MPLS-VPN link beingacquired from BSNL. The broad particulars of the network are givenbelow:

    1.1Three new rack-mounted servers will be used initially for the proposedLAN and will be placed in the new Server room (as indicated atAnnexure-D2) and configured for Domain Control, ORACLE database,anti-virus, ISA and INTRANET. The existing two servers shall beconfigure for backup and redundancy.

    1.2The servers shall be connected with a 24-port Layer 3 Central switch at10/100/1000 mbps using CAT6 Ethernet. Nine web-manageable 24-port

    layer 2 switches to be mounted in 9U and 17U racks, of which four to bemanaged in a single stack to connect to the Central switch at10/100/1000 mbps.

    1.3 Individual clients located at different locations within AdministrativeBuilding of Gerukamukh shall be connected to the Layer 2 switchesthrough 24-port Jack Panels & CAT 6 UTP structured cabling network.

    1.4 Structured cabling shall be laid and I/O units provided at pre definedlocations. CAT6 UTP shall be laid through PVC conduits and PVC casing /capping.

    1.5 LAN connectivity to Store, Workshop, Dispensary, Infra Complex(erstwhile Baal Vidyalaya), VIP Guest House and GM residence to beachieved using OFC.

    1.6Providing of on-site support through qualified and experienced IT&Cpersonnel for a period of three years as per specifications hereunder.

    2. SCOPE OF WORK

    This Specification provides for the following aspects required for upgradation of Local Area Network at Subansiri Lower Project.

    .i. Supply, laying of CAT 6 UTP and 12-core SM OFC cables as per the

    approved layout, testing and commissioning of the structuredcabling network and other accessories.

    ii. Supply, installation, testing and commissioning of networkingproducts like Server, switches and wireless access point.Configuration of Software features like Port Trunking, Spanning TreeProtocol, V-LANs etc.

    iii. Supply, installation, testing and commissioning of Windows 2003Server Standard Edition Software (Latest Version) along withmanuals/documentation duly licensed.

    iv. Testing, commissioning, integration of the network system as per therequirements of relevant Indian & International standards.v. Submission of Pentascanner test report.

    - 14 - -

  • 8/14/2019 Revised ITB 09012008

    15/47

    vi. On-site support for 3 years as per terms & conditions mentioned inDetailed Technical Specifications / Special Conditions of contract.

    The details specifications of above-mentioned equipment have beengiven in subsequent paragraphs. Bidder has to quote for total scope of supply and other works. Bidders offering incomplete scope of supplyand other works are liable to be rejected.

    Detailed Technical SpecificationsSERVER:

    1 CPU Intel Xeon Quad Core processor 2.4 GHz or higher and 1066 Mhzor higher front system bus, 8MB integrated level 2 cache orhigher

    2 No. of processor 02 processor ready3 Chipsets Intel E7300 series chipset or higher or equivalent server chipset4 Slots Minimum 03 PCI slots or higher5 Memory Populated with 4GB (2 x 2 GB) RAM Advanced ECC with

    minimum 6 memory slots free for future expansion. Also theservers should support On-Line Spare Memory Feature(upgradable upto 48GB or higher)

    6 Video card Integrated video controller with16 MB SD RAM7 Hard Disk Drive 5 x 143 GB 15 k rpm hot pluggable SAS hard disk drive with min

    05 No. or higher internal drive bays.8 RAID support RAID controller with 256 MB cache with battery backup for RAID

    5.9 Chassis type Max. 4U rack mountable.

    10 Backup Digital auto tap drive 40/ 80 GB DAT DDS 5 with 10 No. 40 /80GB tape media and 1 No. cleaning tape

    11 Ports 4 USB ports or more, 1 serial port or more.12 Compitable OS Microsoft windows server, Linux13 Optical Drive DVD writer14 Power supply Power Supply: Redundant power supply, Fan:- Redundant fan15 Network intearface 02 no. multifunction Gigabit Ethernet ports or more.16 Operating System Should support the following Operating Systems:

    MS Windows server 2003 standard edition or latest version at the time of supply with 40 clients access license with mediadocumentation .

    17 Software OEM Server Management Software

    All the component of the server shall be from original supplier of server.

    Vendor shall provide 3-year comprehensive on-site warranty foritems included in the server and especially Pre-failure warrantycovering Processors, Memory and Disk Drives

    Undertaking to support the system for 3- year and provide sparesduring the period.

    All switches offered shall be of the same Make/ manufacturer toensure full compatibility, inter-working and inter-operability.

    - 15 - -

  • 8/14/2019 Revised ITB 09012008

    16/47

    SPECIFICATIONS FOR LAN SWITCHES

    Layer 3 Ethernet Gigabit Routing Switch

    Parameters DescriptionBack PlaneBandwidth

    160 GBPS or higher

    Performance 35.7 MPPS Performance or higherPorts 24 No. Gigabit ethernet ports including 12 share small form

    factor pluggable (SFP) slot.Stackable Should be stackable and provide with stacking cables and

    accessories.GBIC/ SFP Should support 1000 Base SX, 1000 Base LX.No. of MACAddresses

    16000

    VLAN Support for 256 VLANs.Protocols IEEE 802.1 q VLAN

    IEEE 802.1 d Spanning Tree GroupIEEE 802.3 x Flow ControlIEEE 802.1 p Priority Queues , IGMP snooping V1/ V2

    QOS 802.1 p / DSCP, advance QoS filtering and remarkingHard ware basedroutin

    Wire speed in layer 3

    Layer 3 protocols RIP V1/V2, OSPF, VRRP, ECMP

    Redundant power Should support Redundant power sourceManagement Telnet, SNMP, Console, Web based managementFormat Should be 19 Rack mountableLayer 2 Switch 24 port GB SwitchParameters DescriptionBack PlaneBandwidth

    48 GBPS or higher

    Performance 35.7 MPPS performancePorts 24*10/100/1000 Mbps Auto sensing UTP Ports out of which 2

    Fiber ports support (optical GBIC/Mini-GBIC/SFP modules)Stackable Should be stackable and provide with stacking cables and

    accessories.GBIC/SFP Should support 1000 Base SX, 1000 Base LX,No. of MAC 8000

    - 16 - -

  • 8/14/2019 Revised ITB 09012008

    17/47

    AddressesVLAN Support for 256 VLANsProtocols IEEE 802.1 q VLAN

    IEEE 802.1 d Spanning Tree GroupIEEE 802.3 x Flow ControlIEEE 802.1 p Priority Queues

    QOS 802.1 p/ DSCP, Advanced QOS filtering and remarking.Reduntant power Shoild support Redundant power sourceManagement Telnet, SNMP, Console, Web based managementFormat Should be 19 Rack MountableLayer 2 Switch port Fast Ethernet swithParameters DescriptionBack PlaneBandwidth

    12.8 GBPS or higher

    Ports 24 x 10/100 Mbps Auto sensing UTP Ports out of which 2 fibreports support (optical GBIC/ mini - GBIC/ SFP module)

    GBIC/SFP Should support 1000 Base LX, SX etc.Stackable Should be stackable and provide with stacking cables and

    accessories.No. of MACAddresses 8000

    VLAN Support for 32 VLANs; port or protocol based VLAN taggingoption

    Protocols IEEE 802.1 q VLANIEEE 802.1 d Spanning Tree GroupIEEE 802.3 x Flow ControlIEEE 802.1 x Priority Queues

    QOS 802.1 p / DSCP, advance QoS filtering and remarkingManagement Telnet, SNMP, Console, Web based management

    Format Should be 19 Rack Mountable

    Fiber Modules

    Parameters DescriptionLX fiber modules LX fiber modules suitable for switches

    Structured Cabling & othersAll UTP & Fiber Components should be from the same OEM.

    The OEM should be ISO 9001:2000 & QS: 9000 Certified. In the changing

    needs of the global resources if the company has environmental managementsystems in place like ISO 14001 accreditation the same shall be addedadvantage.

    All CAT 6 UTP components should have UL number.

    CAT 6 UTP components should have ETL verified certificates. Bidders shouldenclose all the ETL certificates and same should be downloadable from ETLswebsite.

    The cabling should be certified to have application support warranty for next20 years.The complete cabling system specified shall be upgradeable to theintelligent system if required in future.

    - 17 - -

  • 8/14/2019 Revised ITB 09012008

    18/47

    Single mode (SM) Fiber, Standard properties 12 core outdoor grade single mode fiber 9/ 125 Micron The fiber cable shall be fully capable of handling existing and

    legacy single mode applications which traditionally operate in the1310 nm and 1550nm regions.

    Fiber Patch panels Rack Mount 24 port patch panel Sufficient slots to accommodate duplex SC adapters Fiber management provision. Dimension- 19 width x 1U Height Should met EN50173 and ISO/ IEC 11801 operating specifications Loaded with adapter plates and duplex SC connectors for single

    mode fiber.Duplex Patch Cords- SM

    All optical fiber duplex patch shall comprise of single mode(9/125m) fiber with fiber connectors terminated at each end forconnecting switches with Fiber Patch Panel.

    KVM Switch with 15 LCD, Keyboard, Pointing device and cables . 8 port KVM Switch Rack mountable LED display for status monitoring Server selection via front panel switches/ OSD Interface to support connectivity with existing and new Servers Cable & connectors for connecting of 8 servers with LCD,

    Keyboard and mouse. One no. of 15 LCD monitor.

    One no. of keyboard One no. pointing device.

    UTP CABLE (305 M Box) Complied with EIA / TIA standards and specification UL verified for CAT6 specifications Solid copper 4 pair UTP

    UTP PATCH CORD Double ended mounting cord conforming to CAT6

    Length (Min. 3 / 7) and Quantity as per Bill of Material UL listed as CAT6, RJ45 plugs

    INFORMATION OUTLET with SMB Suitable for CAT6 wiring Single outlet and surface mount Fire retardant material Supplied with all fixing materials Ivory colour

    PATCHMAX / JACK PANEL 24-port suitable for CAT6 cabling Compliant to TIA / EIA standard

    - 18 - -

  • 8/14/2019 Revised ITB 09012008

    19/47

    UL Listed as CAT6 Labeling facility for panel and every port Cable management brackets, rings, mounting screws Accessories to facilitate cable management and rack mounting

    PVC BATTON / FLEXIBLE / GI FLEXIBLE Size as per Bill of Material With all mounting/fixing accessories Preferably ISI mark42U FLOOR STANDING RACK.

    19 MS 42 U 600W/ 1000D rack Front Glass Door, Rear MS Door Two side panels 1 set Castor wheel with brakes (set of 4) 1 no. Fan Tray (minimum 4 nos. Fans) 2 nos. AC Main channel with 12 no. 5/15 Amp power points in

    each channel 1 no. Earthing kit One tray for placing LCD monitor. One siding tray for placing keyboard and mouse. Two trays for placing Networking equipments.

    Rack 17 U 17U or more wall mount rack: 600mm width, 700mm depth. 19 Robust Frame structure, full/ partial vented top cover &

    bottom cover with the cable entry provision. Front tinted glass door. Minimum 2 nos. Fans AC distribution Box with H/w & 5 no. of 5/15A power sockets 19 cable Manager 1U- 2 nos. Front panel mounting hardware.

    Rack 9 U 9U or more 6ooMM W x 500 MM D Wall mounting provision Minimum 2 nos. Fans Glass fitted front door 5 no. 5/15 Amp AC power point (Horizontal / Vertical typr) Cable manager, Cable channel, loops etc. as per requirement.

    PVC CONDUIT / CHANNEL Size as per site requirements With all mounting/fixing accessories Preferably ISI mark

    32 mm HDPE Pipe With all mounting/fixing accessories Preferably ISI mark

    - 19 - -

  • 8/14/2019 Revised ITB 09012008

    20/47

    PS toGM

    GMSection

    Kitchen

    F&A

    GMOffice

    CE TConf. Hall SM T Contract

    F&A F&A F&ASM F

    C a s h

    Toilet

    D M

    F

    CEDam

    DamComplex

    S M

    I T

    D M

    C

    M ( C o n t

    . )

    PS Dam

    CE(Geo)

    CE (E)

    Geo Section

    Env Section

    C(HR)

    C E M

    C E ( V i g )

    Server Room

    Exchange

    Line Diagram of Admin Block, Gerukamukh

    Main Entrance

    H R S E C T I O N

    S M

    C M ( C )

    Vig

    Section

    Vig

    Section

    C E M

    , S e c t .

    D M I T

    R e c e p t i o n

    INSTALLATION, INTEGRATION & COMMISSIONING Installation / configuration of operating system of servers Creation of domain and users Transfer of existing ORACLE database and application software OFC and UTP cabling plan to be got approved by Engineer-in-charge or

    his authorized representative prior to actual laying.

    ON-SITE SERVICES The system integrator shall provide one resident engineer at the projectsite for a period of three years. The resident engineer shall be anetworking professional having BCA / A level of DoE / PGDCAqualification from AICTE/ UGC recognized institutions with additionalcertifications from Microsoft and CISCO/Nortel. Three years workingexperience on LAN/WAN management on Microsoft platform. He shouldbe proficient in VSAT / Router / Switched network configuration &management.

    The responsibilities of the resident engineer include complete networkmanagement, user management, fine tuning, optimization and day-to-day trouble-shooting.

    In case of RE proceeding on leave / duty out of station, suitablesubstitute to be provided with due approval of Engineer-in-charge.

    Section- 4Schematic Diagrams

    - 20 - -

  • 8/14/2019 Revised ITB 09012008

    21/47

    Line Diagram of Admin Block (showing nodes)

    Main Entrance

    12

    3 4 5

    67

    89

    10 11

    12 13 14 15 16 17 18

    192021

    22

    23

    24

    2627

    2825

    29

    30

    31

    32

    33343536

    37

    38

    39

    40

    41 42

    43

    44

    45

    46

    47

    48

    49

    50

    51

    52

    53

    54

    5556

    57

    5859

    60 6162

    63

    64

    66

    65

    71 67

    68

    6970

    72

    Location of switches / servers- 21 - -

  • 8/14/2019 Revised ITB 09012008

    22/47

    A d mi nA nn

    ex

    ur eB

    ui l d i n

    gI I

    C E

    ( P / H )

    P H

    S e c t i on

    M gr

    ( P r o

    c . )

    S M

    ( P / H )

    P r o

    c .

    ( s e c t i on

    )

    2 0

    2 1

    2 2

    2 3 2 4

    1 9

    Location of Switch

    1

    2

    3

    45

    6

    7

    8

    10

    9

    11

    12

    13

    14

    15

    16

    17

    18

    Admin Annexure Building 1

    Env

    Env

    PH

    IT

    Geo

    Geo

    Geo

    R&R

    R&R

    R&R

    TVROIT

    BatteryRoom

    IT

    - 22 - -

  • 8/14/2019 Revised ITB 09012008

    23/47

    Annexure Building II

    Annexure Building I

    - 23 - -

  • 8/14/2019 Revised ITB 09012008

    24/47

    Workshop Building

    Mgr (W/S)

    AM /JE(W/S)

    Section

    JE (W/S)

    1

    2

    3

    4

    5 6

    78

    Location of Switch with Wall mounted Rack

    - 24 - -

  • 8/14/2019 Revised ITB 09012008

    25/47

    QC Lab Building

    1

    234

    5678

    Location of Switch with Wall mounted Rack- 25 - -

  • 8/14/2019 Revised ITB 09012008

    26/47

    DM(S)

    AM(S)

    Section

    AM(S)

    JE(S)

    3

    1

    2

    4

    6

    7

    5

    Store Building

    8

    Location of Switch with Wall mounted Rack

    - 26 - -

  • 8/14/2019 Revised ITB 09012008

    27/47

    LAB

    Hospital

    CMO

    2

    1

    3

    4

    5

    6

    7

    8

    Location of Switch with Wall mounted Rack

    9

    1011

    12

    - 27 - -

  • 8/14/2019 Revised ITB 09012008

    28/47

    Inspection Bungalow, Infra / Elect.

    Location of Switch with Wall mounted Rack

    1

    2

    3

    4

    5 6 7 89

    10

    11

    12 13

    14

    15 1617 18

    20

    19

    21

    2122

    23

    - 28 - -

  • 8/14/2019 Revised ITB 09012008

    29/47

    Admin.Building

    Elect. CivilComplaintOffice

    GuestHouse(IB)Hospital

    Store

    Q C L a

    b

    WorkShop

    300 mts

    650 mtr

    2 5 0 m t

    s

    3 0 0 m t r

    300 Mtr

    Bridge

    - 29 - -

  • 8/14/2019 Revised ITB 09012008

    30/47

    L3 + L2 Switch (4)

    Switch

    Servers

    Admin

    Annexure

    Building 1 & 2

    Admin

    Switch

    Store

    Switch

    QC Lab

    Switch

    Work Shop

    Switch Hospital

    Switch

    Inspection Bungalow, Infra / Elect

    UTP Cable Cat 6

    OFC 12 Core

    - 30 - -

  • 8/14/2019 Revised ITB 09012008

    31/47

    Form APRINCIPALS LETTER OF AUTHORITY

    - 31 - -

  • 8/14/2019 Revised ITB 09012008

    32/47

    (To be furnished by the Principals of the tenderer on the letter heads of theformer)

    No.______________ Date: ___________

    To The NHPC LimitedSubansiri Lower H.E. ProjectGerukamukh Via- GogamukhDistt- DhemajiAssam

    Ref : Notice Inviting Tender No._____________ dated _________ Dear Sirs,

    In connection with the above N.I.T., M/s.______________________ (Nameand complete postal address of the tenderer) _________________have beenauthorized by us to act as our Agents, in terms of the Power of Attorney. Weconfirm that any tender/offer/commitment made by them, including prices,technical specifications, delivery schedules and other terms and conditions,shall be binding on us, as if the same have been made, offered and

    committed by us. We shall fully abide by the said prices, technicalspecifications, delivery schedules and other terms and conditions, tenderedby our Agent. A Photostat copy of the Power of Attorney No._________ dated

    _______ duly notarized by a Notary Public is enclosed herewith. This Letter of Authority is irrevocable and it will remain valid during the

    currency of the resultant Purchase Order, if any. Thanking You,

    Yours faithfully,Encl: As above For & on behalf of

    ________________ Station : Signature :

    _______________________ Date : Name : _______________________

    Designation : _____________________

    (of the authorized representative of the

    Principals)

    Official Seal of Principals:

    - 32 - -

  • 8/14/2019 Revised ITB 09012008

    33/47

    Form BQUESTIONNAIRE TO BE FILLED BY TENDERERS(To be furnished by the tenderer on his letter heads)

    Sl. No . Description of information Replies bythe tenderer1. Name of the firm2. Nationality of the firm3. Complete address of Regd./Head Office

    i) Postal

    ii) Telegraphic

    iii) Telex

    iv) Telephone

    v) Fax

    vi) E-mail

    4. Former name of the firm (if any):5. Type of the firm

    i) Proprietary:

    ii) Partnership:

    iii) Private Ltd. Co.:iv) Public Ltd. Co.:

    6. Year and place established :7. The firm is a

    i) Member of a group of Companies (if yes, give name, address, connectionand description of other Companies) :ii) Subsidiary of a large organization (if yes, give full details of the holdingCompany) :

    8. Are you registered with any Government/Public Sector Undertaking (if yes, givedetails) for supply of similar equipments,covered under the Specifications. :

    9. In which other lines of business are youfinancially interested ? :

    10. Do you have in-house testing facilities ? If not, where do you intend to get yourproducts tested. :

    11. Have your Company ever been declaredBankrupt (if yes, give details)? :

    12. Do you intend to associate any other- 33 - -

  • 8/14/2019 Revised ITB 09012008

    34/47

    organisation for the supplies/works youintend to bid? If so, give full particularsthereof. Also, attach photocopies of letters from such associates, giving theirconsent to associate themselves with yourfirm for executing resultant P.O./Contract,if any.Also give copies of MOU/Agreementsigned with such associate firms. :

    13. Nature and amount of Earnest Moneyfurnished. :

    14. Delivery period quoted :15. Whether the Prices quoted are firm/variable :16. Whether quoted prices are on Destination

    Site or F.O.R. Destination RailwayStation or Ex-works basis. :

    17. Have you quoted Freight charges (incuding shunting charges),applicable

    up to the destination Railway Station/siteseparately, in the tender? :

    18. Validity period of tender, reckoned fromthe due date of opening tenders. :19. Whether details of past experience are

    furnished in the required proforma. :20. Whether all technical particulars, drawings

    etc., are furnished and filled in all schedules,appended to the tender documents. :

    21. Rates of Central Sales Tax, Excise Duty etc.applicable on finished products (if concessionalrates of C.S.T./E.D. etc., are applicable, specifythe same and attach documentary evidencein support thereof) :Station :_________

    Date: __________ For & on behalf of ________________

    Signature : __________________ Name : ______________________ Designation:

    __________________ (of the authorized

    representative of the

    tenderer)Official Seal of the Company :

    - 34 - -

  • 8/14/2019 Revised ITB 09012008

    35/47

    Form CSUMMARY OF TERMS & CONDITIONS OF TENDER(To be furnished by the tenderer on his letter heads)

    Please fill in the blank spaces and enclose it to your sealed tender, in triplicate, failing whichyour tender may be treated as non-responsive. Wherever any particular hereunder is notrelevant to the Tender, words Not Applicable be written against such particular(s) :

    1. Name of the Company/firm :

    2. Central Sales Tax Registration No. & Date :3. General Sales Tax Registration No. & Date :& Date4. D.G.S. & D. Registration No. & Date :

    5. N.S.I.C./N.H.P.C. Registration No. & Date :

    6. Tender Enquiry No. & Date :

    7. Tender No. & Date :

    8. Prices quoted (Please confirm Prices quoted are as

    per the format of Price Schedules contained

    in the Tender Document):

    9. Unconditional discount, if any, offered :

    10. Terms of Payment :(state whether you have accepted theterms of payment, contained in thetender document)11. Delivery period :

    12. Earnest Money Deposit :

    Rs.______________ (Rupees _____________only)

    by way of DD/No.________ dated_________,

    drawn in favour of NHPC Ltd.,payable

    at S.B.I., Gerukamukh (Code No.4318)

    or B.G. No.__________dated __________, issued by_____________Bank,___________.

    - 35 - -

  • 8/14/2019 Revised ITB 09012008

    36/47

    13. Confirm about the acceptance of all Techno-commercial conditions of the Tender/BidDocument. Deviations, if any , may be mentioned.(if space is less, please attach a separate sheet) :14. Acceptance of Validity period as specified in thetender document :Encl: ___________ Station :_________ Date :_________ For & on behalf of

    _____________________ Signature :_________________ Name : _________________

    Designation:________________ (of the authorized representative of the tenderer)

    Official Seal of the Company:

    Form DSUMMARY OF PRICES QUOTED

    (To be furnished by the tenderer on his letter heads)No. _________________ Date ____________

    To: The NHPC LimitedSubansiri Lower H.E. ProjectGerukamukhDistt.-DhemajiAssam

    Sub: Your Tender Specification/Enquiry No.____________________ for the supply of ______________________________________ for _________________________ Project.

    Dear Sirs,It is hereby confirmed that, except as otherwise stipulated in the TenderSpecification and the statutory variations permitted as per the Contract, thefollowing unit rates and other charges as mentioned in Price Schedule No. 1 to5 enclosed herewith, will remain firm till the subject supplies are completelyeffected by us. Further, it is confirmed that no other charges would bepayable by NHPC, in connection with our execution of the resultant PurchaseOrder. Unit rates and other charges are applicable for the entire scope of work, technical specifications and terms and conditions of the subject TenderSpecification. All the terms and conditions, contained in the TenderSpecification, are unconditionally accepted by us, except deviations,variations and exceptions, specifically mentioned by us in the Schedule of Deviations format.

    Yours faithfully,

    Name of Bidder:_________________ Signature of Bidder:_________________

    - 36 - -

  • 8/14/2019 Revised ITB 09012008

    37/47

    - 37 - -

  • 8/14/2019 Revised ITB 09012008

    38/47

    - 38 - -

    Price Schedule-1: FOR Subansiri Lower Project, Gerukamukh

    ItemNo.

    Description of item Unit Qty.*Rate(Rs.)

    Amount(Rs.)

    (A) Active Components1 Server Quad Core Intel Xeon No. 3

    2 L3 Managed Stackable 10/100/1000 switch No. 13 L2 Managed Stackable 10/100/1000 switch No. 54 L2 Managed Stackable 10/100 switch No. 4

    5 1-port 1000Base-LX Small Form FactorPluggable GBIC No. 10

    6 KVM Switch with TFT, Keyboard, pointing

    device and all cabling accessoriesSet 1

    (B) Passive Components

    1 12-core Outside Plant Cable - CorrugatedSteel tape Armored, Loose-tube, SM Mtr1

    800

    224-port SC-Style, 19-inch Rack mount PatchPanel, 1U, Loaded with adapter Plates andDuplex SC connectors

    Nos 7

    3 Duplex Patch Cord with connectors asrequired, 3 Meter Nos 14

    4 SC Pig Tail 9/125 Nos 120

    5 Stacking cable for L2 Stackable 10/100/1000Switches Nos 5

    6 4-pair, Cat 6 UTP Cable, roll of 305m, GreyColor Nos 25

    7 Cat-6 I/O Single Nos 1808 Cat 6 SL Series Patch Cords - 4 Feet-Grey Nos 1809 Cat 6 SL Series Patch Cords - 7 Feet-Grey Nos 180

    10 Cat 6 24-port loaded, Modular Jack Panel, 1U Nos 911 42U Rack with Fan and Accessories Nos 1

    12 17U Rack with Fan and Accessories Nos 213 9U Rack with Accessories Nos 514 PVC conduite / Channel Mtr 1500

    15 32 mm HDPE Pipe Mtr 1800 (C) SOFTWARE

    1 Windows 2003 Server Standard Edition orlater with Media and documentation. No. 3

    Total (to price schedule 5 Grand summary) in figureTotal (to price schedule 5 Grand summary) in words

    *Inclusive of packing & forwarding charges

    Name of bidder:..

    Signature of bidder:

  • 8/14/2019 Revised ITB 09012008

    39/47

    Price Schedule-2,Installation services:

    S.No. Item Description Qty Unit

    Rate(Rs.)

    Amount(Rs.)

    1OFC Laying in 3ft depthwith 32 mm HDPE pipe 1800 Mtr

    2 UTP Laying withConduit 7500 Mtr3 Fiber Splicing 120 Nos4 System integrationcharges 1 LS

    Total (to price schedule 5 Grand summary) infigureTotal (to price schedule 5 Grand summary) in

    words

    Note: The above installation charges shall include service tax if any and all other applicable charges therein.

    Name of bidder:

    Signature of bidder:.

    - 39 - -

  • 8/14/2019 Revised ITB 09012008

    40/47

    Price Schedule 3: On site support

    S.No.

    ItemDescription

    Qty Unit Rate (Rs.) Amount (Rs.)

    1 3 Year RE for oneEngineer

    36 Month

    Total (to price schedule 5 Grand summary) infigureTotal (to price schedule 5 Grand summary) in

    words

    Name of bidder:..

    Signature of bidder:.

    - 40 - -

  • 8/14/2019 Revised ITB 09012008

    41/47

    Price Schedule 4: Taxes & dutiesItemNo.

    DescriptionOf Taxes/duties/ leviesetc.

    Rate of Taxes/duties/leviesas applicableon..

    Amount onwhich

    Taxes/duties/leviesapplicable

    Taxes/duties/ Leviespayable

    Total Taxes/duties/leviespayable

    1 2 3 4 5 6(A) Active Components:

    123456

    (B) Passive Components:123

    456789

    1011121314151617

    (C ) Software:1

    Total (to price schedule 5 Grand summary) in figureTotal (to price schedule 5 Grand summary) in words

    N

    ote:

    - 41 - -

  • 8/14/2019 Revised ITB 09012008

    42/47

    1. All applicable taxes & duties and other levies etc. on all items of PriceSchedule No. 1 of our Price Bid are mentioned in this Schedule which shall onlybe taken into account for evaluation of our Price Bid. We also understand thatexcept for statutory changes as stipulated in the Contract/ Supply Order, if any,Payment by the Employer/ purchaser on account of Taxes and Duties shall belimited to the amount mentioned in this Schedule. In case of non applicability of taxes the same shall not be paid by the purchaser.

    Name of bidder:..Signature of bidder:.

    Price Schedule 5. Grand SummaryIte

    m

    Description Total Price(Rs.)

    Total of Price Schedule 1: For Ex-SubansiriLower Project, Gerukamukh price.

    Total of Price Schedule 2: For Installationservices

    Total of Price Schedule 3: For On site support

    Sub-Total (Total of Price Schedule 1 + Totalof Price Schedule 2 + Price chedule 3)

    Add Total of Price Schedule 4 : Taxes and Duties

    GRAND TOTAL with TAXES and DUTIES inFigures

    GRAND TOTAL with TAXES and DUTIES in Words

    Name of bidder:..

    Signature of bidder:.

    - 42 - -

  • 8/14/2019 Revised ITB 09012008

    43/47

    Form ESCHEDULE OF DEVIATIONS

    (Name of the Project)List of Deviations with Cost of Withdrawal

    (Bidder's Name & Address) : To :..........................................................(Employer's Name & Address)

    Dear Sir,Following are the deviations proposed by us in compliance with the relevantclause of the Bid Document. We are also furnishing below the cost of withdrawal for the deviations proposed by us. We confirm that we shallwithdraw the deviations proposed by us at the cost of withdrawal indicated inthis Schedule failing which our bid may be rejected and Bid Security forfeited.Deviations :

    S. No. Clause No. Deviation Cost of withdrawal

    1 2 3 4

    In case no specific cost of withdrawal is mentioned against any item incolumn no. 4, cost of withdrawal of such deviations is NIL.

    Date : .................................(Signature)..............................................Place : ................................ (PrintedName)........................................

    (Designation)......................................

    .....(Common

    Seal).......................................* * * * *

    - 43 - -

  • 8/14/2019 Revised ITB 09012008

    44/47

    Form F

    AUTHORISATION LETTER TO ATTENDTENDER OPENING

    (To be furnished by the tenderer on his letter heads)No. ______________ Date:

    _____________

    To: The NHPC LimitedSubansiri Lower H.E. ProjectGerukamukhDistt.-DhemajiAssam

    Ref :- Notice Inviting Tenders No._______________ dt._________________

    Dear Sirs,In response to the aforesaid N.I.T., we have submitted a sealed tender byhand/post/speed post/courier service on __________, which is due for openingon _________ at _______ Hrs. We hereby authorize the following person(s) toattend the tender opening on the scheduled date and time. Specimensignature(s) of our accredited representative(s) in this regard are herebyattested.

    Sl.No.

    Name & Designation SpecimenSignature

    Attestation

    - 44 - -

  • 8/14/2019 Revised ITB 09012008

    45/47

    Thanking You, Yours faithfully,

    For & on behalf of ______________________

    Station :__________ Signature ______________________________ Date :____________ Name

    ______________________________ Designation

    ____________________________ __________________________________________________________________________ ____

    B.: 1. The duly filled in authorization letter, in the above format, shall bepresented before the tender opening committee of NHPC, failing which the

    tenderers representative(s) may not be allowed to attend the tenderopening.*****

    Form C1PERFORMANCE BANK GUARANTEE FOR CONTRACT

    Bank Guarantee(On non-judicial stamp paper of appropriate value)

    Bank Guarantee No. .................Date ..................................

    To,[Employers Name & Address]Dear Sirs,

    In consideration of the .... [Employers Name] ........ (hereinafter referred to as theEmployer which expression shall unless repugnant to the context or meaning thereof,include its successors, administrators and assigns) having awarded to M/s ..... [ContractorsName] ..... ....... with its Registered/Head Office at .............................(hereinafter referred toas the Contractor, which expression shall unless repugnant to

    the context or meaning thereof, include its successors administrators, executors andassigns), a Contract by issue of Employers Notification of Award No. ................ dated.................. and the same having been unequivocally accepted by the contractor, resultinginto a Contract bearing No. .................dated ............... valued at ................ for.................. and the Contractor having agreed toprovide a Contract PerformanceGuarantee to the Employer for the faithful performance of the entire Contract equivalent to.............. %(.......... percent) of the said value of the Contract.

    We ............ [Name & Address of the Bank] ......... having its Head Office at .................(hereinafter referred to as the Bank, which expression shall, unless repugnant to the contextof meaning thereof, include its successors, administrators, executors and assigns) do herebyguarantee and undertake to pay the Employer, ondemand any and all monies payable by theContractor to the extent of .............. ............... as aforesaid at any time upto ........................... [days/month/year] without any demur, reservation, contest, recourse or protestand/or without any reference to the Contractor. Any such demand made by the Employer on

    - 45 - -

  • 8/14/2019 Revised ITB 09012008

    46/47

    the Bank shall be conclusive and binding notwithstanding any difference between theEmployer and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator orany other authority. The Bank undertakes not to revoke this guarantee during its currencywithout previous consent of the Employer and further agrees that the guarantees hereincontained shall continue to be enforceable till the Employer discharges this guarantee.

    The Employer shall have the fullest liberty, without affecting in any way the liability of the Bank under this guarantee, from time to time to extend the time for performance of theContract by the Contractor. The Employer shall have the fullest liberty, without affecting thisguarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the Contractor, and to exercise the same at any timein any manner, and either to enforce or to forbear to enforce any covenants, contained orimplied, in the Contract between the Employer and the Contractor or any other course orremedy or security available to the Employer. The Bank shall not be released of its obligationsunder these presents by any exercise by the Employer of its liberty with reference to thematters aforesaid or any of them or by reason of any other act or forbearance or other acts of omission or commission on the part of the Employer or any other indulgence shown by theEmployer or by any other matter or thing whatsoever which under law would, but for thisprovision have the effect of relieving the Bank.

    The Bank also agrees that the Employer at its option shall be entitled to enforce thisGuarantee against the Bank as a principal debtor, in the first instance without proceedingagainst the contractor and notwithstanding any security or other guarantee the Employermay have in relation to the Contractors liabilities.Notwithstanding anything contained herein above our liability under this Guarantee is limited

    to.. (Rupees . only) and our Guarantee shall remain in force until .day of ,200., unless a claim or demand under this Guarantee is made on us in writing,on or before , we shall be discharged of all liabilities under this Guarantee thereafter.Dated this .................... day of ..................... 20........ at .................................

    WITNESS................................................

    ..............................(Signature) (Signature)....................................................................................

    (Name) (Name) ____________________________

    ___________________ (Official Address) (Designation with BankStamp)

    ..............................................Attorney as per Powerof Attorney No. .....................Dated ............................

    Notes: 1.The stamp papers of appropriate value shall be purchased in the name of guaranteeissuing Bank.

    *******

    Form C2

    (Suppliers Letter Head )

    To The Manager (C&P)Subansiri Lower ProjectNHPC Limited

    - 46 - -

  • 8/14/2019 Revised ITB 09012008

    47/47

    GerukamukhDhemaji (Assam)

    Sub- Undertaking of authenticity for .

    Ref no- 1. Your Supply Order no-NH/SLP/PROC/.Date-

    2. Our invoice no.

    Sir,With reference to the being supplied/

    quoted to you vide our invoice no../ quotationno/ order no. cited above, we hereby undertake that all the componentsshall be/ are original new components from respective OEMs of the productsand no refurbished/ duplicate/ second hand components/ parts/ assembly/software are being used or shall be used.

    We also undertake that in respect of licensed operating system if asked for by you in the purchase order, the same shall be supplied along

    with the authorised license certificate (e.g product keys on certification of Authenticity in case of Microsoft windows operating system) and also that itshall be sourced from the authorised source.

    Should you require, we hereby undertake to produce the certificatefrom our OEM supplier in support of the above undertaking at the time of delivery or within a reasonable time (before release of payment).

    In case of default and we are unable to comply with above at the timeof delivery or during installation for the IT hardware/software already billed,we agree to take back the desktops and printers without demur, if alreadysupplied and return the money if any paid to us by you in this regard.We ( System OEM name ) also take full responsibility of both parts & serviceSLA as per the content even there is any defect by our authorised servicecentre/ reseller/ SI etc.

    Thanking you.

    Yours faithfully,

    (Authorised signatory with seal)Name-Designation-Place-Date-