You are on page 1of 47

ºÉÖ¤ÉxÉʺɮúÒ ±ÉÉä+®ú

BxÉBSÉ{ÉÒºÉÒ Ê±ÉʨÉ]äõb÷
VÉ±É Ê´ÉtÖiÉ
(¦ÉÉ®úiÉ ºÉ®úEòÉ®ú EòÉ =PɨÉ)
{ÉÊ®úªÉÉäVÉxÉÉ
NHPC Limited SUBANSIRI LOWER H.E. PROJECT
(A Govt. of India Enterprise)
P.O. Gerukamukh via Gogamukh
NIT No.: NH/SLP/PROC./PR-200700105/NIT/ 8707
Dated:12.01.2009
NOTICE INVITING TENDER
To
ÉÉÉÉÉÉÉÉÉÉÉÉ.
ÉÉÉÉÉÉÉÉÉÉÉÉ.
Sub: Upgrade of LAN & on-site support at Subansiri Lower H.E. Project
Dear Sir,
Sealed quotations are invited for the supply of items as per Annexure-III and
terms & conditions as per Sections -1 & 2. The quotations shall be received up to
dated 02.02.2009 (13:30Hrs) be opened on the same day at 15.30 Hrs in presence
of tenderers who intend to be present at the time of opening. The tender/ quotations
shall be received in three envelope system as follow:-
First envelope should contain the earnest money deposit of Rs. 61,000/- (Rupees
Sixty 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). The
EMD in the shape of demand draft issued by any nationalized bank which are
payable at North Lakhimpur is also acceptable if the value of the demand draft is
accompanied with the DD clearance charges. Small Scale Units (S.S. Us), registered
either with NHPC or with the National small Industries Corporation Ltd. (N.S.I.C.),
under their “Single point Registration Scheme” for relevant stores, are exempted
from furnishing Earnest Money Deposit. They should furnish with the bid a Photostat
copy of the valid registration certificate/ letter issued by NSIC in their favour, for the
stores/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 bid
document, 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 unsuccessful
tenderers without any interest thereof immediately upon finalization of the
tender. However, the EMD submitted by the successful bidder shall be
released only after execution of the supply order; otherwise the same shall
be 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 the
supporting documents for claiming the benefit under the said Act.
Otherwise they should submit a declaration that company/Enterprise is not
a 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, variations
and exceptions, if any, sought and commercial terms and conditions as
detailed 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 each
column wherever applicable and a confirmation to
the fact that the prices have been quoted strictly as per “Summary of prices
quoted” 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- -
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). This
envelope, as such, shall not contain any price information.
2nd envelopes of only those tenderers shall be opened, whose Earnest Money
Deposits 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 or
required documents in the first envelope, the second envelope containing the price
bid will not be opened/ entertained.

Yours Sincerely,

Manager (C&P)
SECTION-1

INSTRUCTIONS TO BIDDERS

A. Introduction
1. Introduction
Subansiri Lower Project, a unit of NHPC Limited a leading Public Sector
Enterprise of the Government of India, hereinafter referred to as the “Owner”
will receive bids for supply, installation, integration & on-site support of the
items as set-forth in the specifications. All bids shall be prepared and
submitted in accordance with these instructions. The estimated cost of the
works is Rs.30,28,222/- (Rupees Thirty Lacs Twenty Eight Thousand Two
Hundred 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% each
of the estimated cost” or “three similar works costing not less than 40% each
of the estimated cost” during the last seven years (prior to deadline for
submission of bid). Copies of LAN works indicating therein contract value and
scope of work along with completion certificate of the work(s) issued by the
client should be furnished.
2.2 Annual average turnover of the firm for the preceding two financial years
starting from 2004 - 2005 should not be less than Rs. 100 Lacs from similar
services 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 at
least one OEM i.e. HP, IBM, HCL or DELL for severs and with CISCO/NORTEL for
switches.
4. Sections in Tender Documents
The facilities required, bidding procedures, contract terms and technical
requirements are prescribed in the NIT. The NIT includes the following
sections:
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 Bids
5.0 Bid Security

-2- -
5.1 Bidders shall submit along with the bids, the requisite Bid Security in the form
of Earnest Money Deposit (EMD) for an amount of Rs.61,000/- (Rupees
Sixty 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 by
State Bank of India or any Nationalized and Schedule Bank of India. The EMD
in the shape of demand draft issued by any nationalized Bank other than State
Bank of India which are payable at North Lakhimpur is also acceptable if the
value of the demand draft is accompanied with the DD clearance charges. The
bidders who are registered with the DGS & D are not exempted from
depositing the Bid Security as aforesaid. Small Scale Units (S.S. Us),
registered either with NHPC or with the National Small Industries NHPC
Ltd.(N.S.I.C.),under their “Single Point Registration Scheme” for relevant
stores, are exempted from furnishing Earnest Money Deposit. They should
furnish with the Bid a Photostat copy of the valid registration certificate/letter
issued by NSIC in their favour, for the stores/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 bid documents, waiver/relaxation
thereof shall not be accorded, under any circumstance.
5.2 The bidders shall not be entitled, during the period of validity of their offers
without 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. In
case of a bidder revoking or withdrawing his Bid or varying any terms and
conditions in regard thereto without the consent of the NHPC Limited in writing
during the period of validity of his offer, the Employer may, at his discretion to
forfeit the EMD furnished by the bidder along with his offer.
5.3 The Earnest Money Deposit will be refunded to the unsuccessful
tenderers without any interest thereof immediately upon finalization
of the tender. However, EMD of the successful bidder will be returned
when the bidder has furnished requisite Performance Bank Guarantee
as 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 Bid
7.1 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 envelope
superscribed with “Upgrade of LAN & on site support at Subansiri
Lower H.E. Project” Tender Enquiry No., due date of tender opening
and name of the tenderer.
The 1st 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, variations
and exceptions, if any, sought and commercial terms and conditions as
detailed 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- -
ix) “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 each
column wherever applicable and a confirmation to
the fact that the prices have been quoted strictly as per “Summary of prices
quoted” and no additional terms & conditions have been mentioned therein.
x) Deviations, if any, in respect of technical and/or commercial terms of the
Bid 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). This
envelope, as such, shall not contain any price information.
2nd envelopes of only those tenderers shall be opened, whose Earnest Money
Deposits or NHPC/NSIC Registration Certificates are found to be prima-
facie in order.
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 offer
should 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.), Subansiri
Lower 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 listed
above, shall be typed or written in indelible ink and shall be signed by the
Bidder or a person or persons duly authorized to bind the Bidder to the
Contract. 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 are
initialed 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 from
time to time, if so desired by the NHPC, at its sole discretion.
7.5 “Envelope-III - Price Bid” of only those bidders, whose “Techno-Commercial
Bid” are acceptable to the NHPC, will be opened in public. A separate
notification will be communicated to such bidders, duly intimating them the
time and the date of opening of the price bids. Only authorised
representatives of such bidders will be allowed to attend the opening of “Price
Bids”.
7.6 Sealed Price Bid alongwith EMD of such bids, whose techno-commercial bids
are not considered acceptable to the NHPC, will be returned to the respective
bidders. 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, once
“Price 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, as
the 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 any
compensation, 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., to
facilitate the NHPC in speedy evaluation of bids. Failure to do so may prevent
the 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 be
incomplete 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 writing
their rates in Schedule of Quantities & Prices. The rates should be written
-4- -
very neatly, preferably may be got typed and there should be no over writing
or corrections. In case there are some corrections or over writing, the same
should be signed or initialed by the bidder himself or the person authorised by
the bidder. The bidders are further advised to quote the rates both in words
as 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 in
accordance with the conditions specified in the “General Conditions of
Contract” and other conditions/specified in various sections of this Bid
document. If any of the aforesaid condition is not clear to a bidder,
clarification may be sought from the NHPC before submission of bids. Bidders
are advised to accept all the conditions specified in the Bid document, to
facilitate early finalisation of bids. Separate set of commercial conditions (such
as bidders standard printed conditions) enclosed with the offer and any
reference thereto may render the Bid liable to summary rejection.
7.15 The taxes, duties & other applicable levies to be quoted separately at the
specified price schedule.
7.16 The bidder shall submit rate analysis of quoted price if so desired by the
Employer.
8 Modifications Prior to the date of Bid opening
The NHPC may revise or amend the specifications and other conditions prior to
the 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 the
bids may also be extended at the discretion of the NHPC.

B. Submission of Bids

9 Sealing and Marking of Bids


a. 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 top
the reference of the Bid specification, as indicated in the “Annexure-I”
enclosed. Bids must reach the Manager (Contracts & Procurement),
Subansiri Lower H.E. Project, NHPC Limited, Gerukamukh via
Gogamukh, District Dhemaji, Assam – 787035 or his authorised
representative on or before the scheduled time and date.
b. Bids shall preferably be mailed by Registered post. However, in case bids
are delivered in person these should be handed over personally in the
office of the Manager(Contracts & Procurement), Subansiri Lower
H.E. Project, NHPC Limited, Gerukamukh, District Dhemaji,
Assam – 787035 and due acknowledgement receipt obtained, failing
which 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 any
postal delay.
c. Only those bids, which are received prior to the due date and time
prescribed for receipt of bids, will be considered. Telegraphic/Fax, E-mail
bids shall be rejected.

C. Bid Opening and Evaluation


10.0 Opening of Bids by Employer
10.1 The Employer will open the Bid in the presence of Bidder’s authorized
representatives who choose to attend the opening at the time, on the
date and at the place specified in Annexure-I. Bidder’s 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 a
holiday for the Employer, the bids shall be opened at the appointed
time and location on the next working day.
-5- -
11.0 Preliminary Examination of Bids
11.1 The Employer will examine the bids to determine whether they are complete,
whether any computational errors have been made, whether the documents
have been properly signed and whether the bids are generally in order and
conforms to all the terms, conditions and specifications of the Tender
Specification documents without any deviations.

11.2 Arithmetical errors will be rectified on the following basis. If there is a


discrepancy between the unit price and the total price, which is obtained by
multiplying 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 will
prevail. If bidder does not accept the correction of errors, its bid will be
rejected and the EMD will be forfeited in accordance with ITB sub-clause 5.2.
E. Award of Contract

12 Award Criteria & Employer’s Right to accept any bid and to reject any
or all Bids

12.1 The NHPC shall not be bound to accept the lowest or any bid and
reserves to itself the right of accepting whole or a portion of any of the
bid 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 full
contract from the contractor after the award of the work or during the
execution of work without assigning any reason.
12.3 Canvassing in any form or any approach, official or otherwise, by the
bidder to influence the consideration of his bid shall render the bid
liable to summarily rejection.

-6- -
ANNEXURE-I

Scope of work

Issued Name of Firm


to: Address:

1. Reference to Bid NH/SLP/PROC./PR-200700105/NIT/8707


Specification: Dated :12.01.2009

2. Work covered by the Upgrade of LAN & on-site support at


Bid Specification: Subasnsiri Lower H.E. Project

3. Required EMD: Rs. 61,000/- (Rupees Sixty


OneThousand) only.
4. (a) Last date and time for
(b) Receipt of Bid: 02.02.2009 at 01.30PM
(c ) Opening of Bid : The same day at 3.30PM

5 Required validity of 4 calendar months from the date of


Bid: opening of Techno-Commercial Bids.

Manager (Cont. &


Proc.)

-7- -
ANNEXURE-II

FORMAT FOR DETAILS OF PAST EXPERIENCE

Details of No. Value Contractu Actual date If order Reason Name and
similar and of al date of of under s for complete
works date Contra completio completion execution delay if address of
carried out of ct n (Month (Month & percentag any the
order & Year) Year) e work customer
completed
till date

Date: Name & Designation


Of the Officer
Place: For & on behalf
M/sÉÉÉÉÉÉÉ

Office Seal

-8- -
ANNEXURE-III

I
te
Q
m Description of item Unit
ty.
No
.
(A) Active Components
1 Server Quad Core Intel Xeon No. 3
2 L3 Managed Stackable 10/100/1000 switch No. 1
3 L2 Managed Stackable 10/100/1000 switch No. 5
4 L2 Managed Stackable 10/100 switch No. 4
1-port 1000Base-LX Small Form Factor
5 No. 10
Pluggable GBIC
KVM Switch with TFT, Keyboard, pointing
6 Set 1
device and all cabling accessories
(B) Passive Components
12-core Outside Plant Cable - Corrugated 1
1 Mtr
Steel tape Armored, Loose-tube, SM 800
24-port SC-Style, 19-inch Rack mount Patch
2 Panel, 1U, Loaded with adapter Plates and Nos 7
Duplex SC connectors
Duplex Patch Cord with connectors as
3 Nos 14
required, 3 Meter
4 SC Pig Tail 9/125 Nos 120
Stacking cable for L2 Stackable 10/100/1000
5 Nos 5
Switches
4-pair, Cat 6 UTP Cable, roll of 305m, Grey
6 Nos 25
Color
7 Cat-6 I/O Single Nos 180
8 Cat 6 SL Series Patch Cords - 4 Feet-Grey Nos 180
9 Cat 6 SL Series Patch Cords - 7 Feet-Grey Nos 180
10 Cat 6 24-port loaded, Modular Jack Panel, 1U Nos 9
11 42U Rack with Fan and Accessories Nos 1
12 17U Rack with Fan and Accessories Nos 2
13 9U Rack with Accessories Nos 5
1
14 PVC conduite / Channel Mtr
500
1
15 32 mm HDPE Pipe Mtr
800
(C) SOFTWARE
Windows 2003 Server Standard Edition or
1 No. 3
later with Media and documentation.

-9- -
SECTION-2
Special 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 duly
filled 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 installation
charges, on site support and taxes & duties which shall be shown
separately in Price Schedule – 2, 3 & 4 respectively.
1.3 In Price Schedule – 4, the applicable duties, CST / VAT as
applicable 21 days prior to dead line for submission of bids shall
be included in summary of prices quoted and paid accordingly. In
case the applicability of Assam entry tax in any of the item that
shall be borne by NHPC.
1.4 In Price Schedule – 2, the installation charges shall include service
tax, if any, and shall be firm.
1.5 Any statutory variations in applicable duties and sales tax at the
time of dispatch will be adjusted / reimbursed against
documentary evidence only. However, wherever supplies get
delayed due to the reasons attributable to the contractor, no
additional liability on account of any increase in the duties or
other taxes shall be payable by NHPC. On the other hand, in case
the rate of any applicable duties decreases during the extended
delivery 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 as
available among various bids will be taken for evaluation
purposes.
1.7 The VAT shall be deducted at source and TDS certificate shall be
issued by NHPC in case the supplier fails to submit the proof of
payment of VAT issued by the Tax Authority of the State of Assam
along with the bills.
1.8 If the bidder mentions his exemption from sale taxes etc, the
same shall be taken into consideration for Bid Evaluation, subject
to the condition that the Bidder shall not be reimbursed any sale
taxes on this account and his payments shall be restricted to
original stipulations in his offer in case the work is awarded to
him.
1.9 Suppliers are requested to quote for full quantity of the item in
their offer. However, NHPC Limited reserves the right to accept
the lowest tender, either wholly or in part, without assigning any
reason and also to place order on more than one supplier for the
tendered quantity on the basis of L-1 quotation.
1.10 A copy of BLANK UNPRICED “price bid” shall be enclosed with the
techno 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 condition
at Central Store, NHPC Limitrd, Subansiri Lower H.E. Project,
Gerukamukh, Dist. Dhemaji, Assam. The balance 10% payment
- 10 - -
against cost of materials and 100% installation charges shall be
released after successful installation of the materials at site as per the
direction of the authorised representative of NHPC Limited. The
payment for material cost shall be released upon submission of an
undertaking of genuineness / authenticity of the items supplied signed
by an authorised signatory not below the rank of Company Secretary of
the system OEM as per format at Form - C2. The payment against on
site support shall be released quarterly on satisfactory performance of
the firm. The performance report of the firm shall be submitted by the
project IT Division. The Draft charges if any will be borne by the
supplier.
3.0 DELIVERY SCHEDULE: The material shall be delivered within 30 days
of 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 prepared
in accordance to requirements for installation of the active as well
as passive components of the LAN. Stipulations of power supply and
other environmental conditions should also be got properly
ascertained to the satisfaction of the Engineer-In-Charge.
4.2 For laying of OFC and CAT6 Ethernet cables, care should be taken
that damage to other property of NHPC or other organization or public
property 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 resident
engineer at the project site for a period of three years. The resident
engineer shall be a networking professional having BCA / ”A” level of
DoE / PGDCA qualification from AICTE/ UGC recognized institutions with
additional certifications from Microsoft and CISCO/Nortel. Three years’
working experience on LAN / WAN management on Microsoft platform.
He should be proficient in VSAT / Router / Switched network
configuration & management. The responsibilities of the resident
engineer include complete network management, user management,
fine tuning, optimization and day-to-day trouble-shooting. In case of RE
proceeding on leave / duty out of station, suitable substitute to be
provided 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 / Government
undertakings shall be based on the extent guidelines issued by the
Government of India.
10.0 Purchase preference to Small Scale Units, registered with the
National Small Industries Corporation Ltd. (NSIC) shall be based on the
extent guidelines issued by the Government of India / NHPC/ NSIC.

- 11 - -
11.0 Bank details mentioning on line account number, bank name & city,
Contact No. & Fax Details, branch name and branch code should be
mentioned in the offer.
12.0 INSPECTION: The material shall be inspected by the authorised
representative of NHPC Limited at our Central Store, Gerukamukh. The
inspector shall ensure the genuiness of the materials offered for
inspection and supply as per the guidelines of the CVC Circular
No.05/08 issued vide No.NH/Vig/1-55203 dt.21.02.08.
13.0 GURANTEE / WARRANTY: The system integrator should be dully
authorised 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 warranty
support. After award of contract, the successful bidder shall furnish
“Performance Bank Guarantee” in the stipulated format for value
equivalent to 10% of the supply portion valid for a period of 3 months
beyond the warranty period.
14.0 Delay in delivery: If the Supplier fails to supply the goods within the
delivery period specified, the supplier shall be liable to pay
compensation for delay @ ½ % (Half Percent) of the purchase order of
undelivered portion per week or part thereof for the period of delay
subject 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 bank
Guarantee from an Indian Nationalized Bank or State Bank of India or
any scheduled Bank in India as per the format at Form-C1 enclosed for
an amount equal to ten percent (10%) of the value of the purchase
order 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 for
the due and faithfully performance of the contract along with the other
terms and conditions agreed to. The contractor shall, at his own cost
get the validity period of bank guarantee furnished by him extended
from time to time till one month beyond extended / revised bank
guarantee to the Engineer-in-Charge one month before the expiry date
of the original bank guarantee or any extension thereof. In case the
extended / revised bank guarantee is not received by the Engineer-in-
Charge within the specified period of one month, the purchaser entirely
at his discretion shall be at liberty to en-cash the aforesaid bank
guarantee.
16.0 EVALUATION CRITERIA: The bids for any unquoted individual items or
incomplete services shall be treated as incomplete / non responsive
liable to be rejected. The bid shall be evaluated on the basis of total
price for the entire scope of the work and applicable taxes & duties and
the transition between the purchaser and system integrator. Conditional
discounts / rebate if any, offered by the bidder shall not be considered
for 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 or
configurations of items or equipments. It may please be noted that any
offer containing deviations are liable for rejection, as well as while
evaluating 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 or
to cancel the NIT without assigning any reason for such decision.

- 12 - -
Quantity may be reduced / increased at the time of placing the supply
order as per our requirement.
19.0 ARBITRATION: Any disputes arising out of the contract shall be
referred to the sole arbitrator to be appointed by the General Manager
of Subansiri Lower H.E. Project, Gerukamukh, Distt-
Dhemaji, Assam and his decision shall be final & binding upon the both
parties i.e., supplier and purchaser. However all such dispute should be
registered within 15 days after arising of the dispute. Any legal dispute
arising out of this Contract shall be subject of Jurisdiction of Dhemaji
Court Only.
20.0 ENGINNER – IN – CHARGE: Sr. Manager (IT), Subansiri Lower H.E.
Project, Gerukamukh, Dist- Dhemaji (Assam) or his duly authorized
representative who shall act and represent NHPC at all time during the
currency of the Contract.
21.0 In the event of a discrepancy between description in words and figures
quoted by a tenderer, the description in words shall prevail.
22.0 The NHPC reserves to itself the right to cancel/rescind the Contract or
to take over the part or full from the supplier after the award of Supply
Order 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 General
Conditions of Contract for Supply at and in case of any conflict or
inconsistency between these two, the provisions of these Conditions
shall prevail.

Section- 3

DETAIL TECHNICAL SPECIFICATION

1. INTRODUCTION
- 13 - -
A temporary Local Area Network (LAN) is available at the temporary
Administrative Building of Subansiri Lower Project at Gerukamukh,
District Dhemaji, Assam. Active and passive components of the network
have to be upgraded, integrated with existing applications, connectivity
with clients thru web-manageable switches over backbone of CAT6
Ethernet and OFC and subsequent on-site support to be provided
initially for a period of three years. The proposed up gradation shall
make the LAN ERP-ready and integrate with the existing SCPC PAMA link
as well as with the upcoming Ku-Band VSAT based MPLS-VPN link being
acquired from BSNL. The broad particulars of the network are given
below:
1.1Three new rack-mounted servers will be used initially for the proposed
LAN and will be placed in the new Server room (as indicated at
Annexure-D2) and configured for Domain Control, ORACLE database,
anti-virus, ISA and INTRANET. The existing two servers shall be
configure for backup and redundancy.
1.2The servers shall be connected with a 24-port Layer 3 Central switch at
10/100/1000 mbps using CAT6 Ethernet. Nine web-manageable 24-port
layer 2 switches to be mounted in 9U and 17U racks, of which four to be
managed in a single stack to connect to the Central switch at
10/100/1000 mbps.
1.3 Individual clients located at different locations within Administrative
Building of Gerukamukh shall be connected to the Layer 2 switches
through 24-port Jack Panels & CAT 6 UTP structured cabling network.
1.4 Structured cabling shall be laid and I/O units provided at pre defined
locations. 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 be
achieved using OFC.

1.6Providing of on-site support through qualified and experienced IT&C


personnel for a period of three years as per specifications hereunder.

2. SCOPE OF WORK

This Specification provides for the following aspects required for up


gradation 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 structured
cabling network and other accessories.
ii. Supply, installation, testing and commissioning of networking
products like Server, switches and wireless access point.
Configuration of Software features like Port Trunking, Spanning Tree
Protocol, V-LANs etc.
iii. Supply, installation, testing and commissioning of Windows 2003
Server Standard Edition Software (Latest Version) along with
manuals/documentation duly licensed.
iv. Testing, commissioning, integration of the network system as per the
requirements of relevant Indian & International standards.
v. Submission of Pentascanner test report.

- 14 - -
vi. On-site support for 3 years as per terms & conditions mentioned in
Detailed Technical Specifications / Special Conditions of contract.

The details specifications of above-mentioned equipment have been


given in subsequent paragraphs. Bidder has to quote for total scope of
supply and other works. Bidders offering incomplete scope of supply
and other works are liable to be rejected.

Detailed Technical Specifications

SERVER:
1 CPU Intel Xeon Quad Core processor 2.4 GHz or higher and 1066 Mhz
or higher front system bus, 8MB integrated level 2 cache or
higher
2 No. of processor 02 processor ready
3 Chipsets Intel E7300 series chipset or higher or equivalent server chipset
4 Slots Minimum 03 PCI slots or higher
5 Memory Populated with 4GB (2 x 2 GB) RAM Advanced ECC with
minimum 6 memory slots free for future expansion. Also the
servers should support On-Line Spare Memory Feature
(upgradable upto 48GB or higher)
6 Video card Integrated video controller with16 MB SD RAM
7 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 /80
GB 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, Linux
13 Optical Drive DVD writer
14 Power supply Power Supply: Redundant power supply, Fan:- Redundant fan
15 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 media
documentation .
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 for
items included in the server and especially Pre-failure warranty
covering Processors, Memory and Disk Drives
• Undertaking to support the system for 3- year and provide spares
during the period.

All switches offered shall be of the same Make/ manufacturer to


ensure full compatibility, inter-working and inter-operability.

- 15 - -
SPECIFICATIONS FOR LAN SWITCHES

Layer 3 Ethernet Gigabit Routing Switch

Parameters Description
Back Plane 160 GBPS or higher
Bandwidth
Performance 35.7 MPPS Performance or higher
Ports 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 MAC 16000
Addresses
VLAN Support for 256 VLANs.
Protocols IEEE 802.1 q VLAN
IEEE 802.1 d Spanning Tree Group
IEEE 802.3 x Flow Control
IEEE 802.1 p Priority Queues , IGMP snooping V1/ V2
QOS 802.1 p / DSCP, advance QoS filtering and remarking
Hard ware based Wire speed in layer 3
routin
Layer 3 protocols RIP V1/V2, OSPF, VRRP, ECMP
Redundant power Should support Redundant power source
Management Telnet, SNMP, Console, Web based management
Format Should be 19” Rack mountable
Layer 2 Switch 24 port GB Switch
Parameters Description
Back Plane 48 GBPS or higher
Bandwidth
Performance 35.7 MPPS performance
Ports 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 - -
Addresses
VLAN Support for 256 VLANs
Protocols IEEE 802.1 q VLAN
IEEE 802.1 d Spanning Tree Group
IEEE 802.3 x Flow Control
IEEE 802.1 p Priority Queues
QOS 802.1 p/ DSCP, Advanced QOS filtering and remarking.
Reduntant power Shoild support Redundant power source
Management Telnet, SNMP, Console, Web based management
Format Should be 19” Rack Mountable
Layer 2 Switch port Fast Ethernet swith
Parameters Description
Back Plane 12.8 GBPS or higher
Bandwidth
Ports 24 x 10/100 Mbps Auto sensing UTP Ports out of which 2 fibre
ports 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 MAC 8000
Addresses
VLAN Support for 32 VLANs; port or protocol based VLAN tagging
option
Protocols IEEE 802.1 q VLAN
IEEE 802.1 d Spanning Tree Group
IEEE 802.3 x Flow Control
IEEE 802.1 x Priority Queues
QOS 802.1 p / DSCP, advance QoS filtering and remarking
Management Telnet, SNMP, Console, Web based management
Format Should be 19” Rack Mountable

Fiber Modules

Parameters Description
LX fiber modules LX fiber modules suitable for switches

Structured Cabling & others


All 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 management
systems in place like ISO 14001 accreditation the same shall be added
advantage.

All CAT 6 UTP components should have UL number.

CAT 6 UTP components should have ETL verified certificates. Bidders should
enclose all the ETL certificates and same should be downloadable from ETL’s
website.

The cabling should be certified to have application support warranty for next
20 years.
The complete cabling system specified shall be upgradeable to the
intelligent system if required in future.
- 17 - -
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 the
1310 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
(9/125µm) fiber with fiber connectors terminated at each end for
connecting 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 - -
• 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 mark

42U 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 - -
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 project
site for a period of three years. The resident engineer shall be a
networking professional having BCA / ”A” level of DoE / PGDCA
qualification from AICTE/ UGC recognized institutions with additional
certifications from Microsoft and CISCO/Nortel. Three years’ working
experience on LAN/WAN management on Microsoft platform. He should
be proficient in VSAT / Router / Switched network configuration &
management.
• The responsibilities of the resident engineer include complete network
management, user management, fine tuning, optimization and day-to-
day trouble-shooting.
• In case of RE proceeding on leave / duty out of station, suitable
substitute to be provided with due approval of Engineer-in-charge.

Line Diagram of Admin Block, Gerukamukh


Main Entrance
M(Cont .)

M(C)
Reception

CE
SM IT
DM C

SM C

CE T SM T Dam
GM Conf. Hall Contract
Office Dam
Complex

PS to PS Dam
GM
HR SECTION

Env Section
GM
Section Section- 4
Schematic Diagrams Geo Section
Kitchen C(HR)
CE (E)
Toilet Vig
DMIT

CE ( Vig )
CE M, Sect.

SM F Section
F&A F&A F&A
CE M

F&A Vig
Cash

CE
Section (Geo)
Server
DM F

Room

Exchange

- 20 - -
Line Diagram of Admin Block (showing nodes)
Main Entrance

1 3 4 5 8 12 13 14 15 16 17 18
2 9

7 6 10 11 21 72 20 19

22
71 67 23
44
41 42
68 46

69 43 45
24
70

40

54 25
63 66 51 49 39 36 35
58 47 34 33 28
65 59 53
29
64 57 55 48 38 27
62 60 61 56
30 26
50 37
31
52

32

- 21 - -
Location of switches / servers
Admin Annexure Building 1

4 PH Geo 14 IT
5 R&R 16
3 6 10 13 15 17
CE (P/H)
19

Env IT Geo R&R TVRO


IT
2 7 9 12
Admin Annexure Building II

Env R&R Battery 18


8 Geo
PH Section

20

1 11 Room
Mgr (Proc.)

21

Location of Switch
22
SM(P/H)
Proc. (section)

23
24

- 22 - -
Annexure Building II

Annexure Building I

- 23 - -
Workshop Building

5 6

Section

8 7
2
AM /
JE(W/S)
Location of Switch with Wall mounted Rack 3

Mgr (W/S)
1

JE (W/S)

- 24 - -
QC Lab Building

2
4 3

8 7 6 5

- 25 - -
Location of Switch with Wall mounted Rack
5
4 Store Building
Section
3

AM(S) 1

2
DM(S)

Location of Switch with Wall mounted Rack

6
AM(S)

- 26 - 7 -
JE(S)
8
Hospital

LAB
12
2
11 10 8 6 3
CMO
7 4
9
5

Location of Switch with Wall mounted Rack


- 27 - -
Inspection Bungalow, Infra / Elect.

22
21

23 20

12 13 15 16
17 18 19
14

10
11 4

22 7 8
5 6
1 9
1
- 28 - -
Location of Switch with Wall mounted Rack
Work
Shop
Elect. Civil
Complaint
Office

Guest
300mtr

House
Hospital (IB)

300 Mtr
300 mts
s
0 mt
25 Admin.
Store Building
QC Lab

650 mtr

- 29 - -

Bridge
Servers
Annexure
Switch
Building 1 & 2
L3 + L2 Switch (4)
Admin Admin

UTP Cable Cat 6

OFC 12 Core
Switch

Inspection Bungalow, Infra / Elect

Switch Hospital

Switch Switch
Switch
- 30 - -
Store Work Shop
QC Lab
Form – A
PRINCIPAL’S LETTER OF AUTHORITY

- 31 - -
(To be furnished by the Principals of the tenderer on the letter heads of the
former)
No.______________ Date: ___________

To
The NHPC Limited
Subansiri Lower H.E. Project
Gerukamukh Via- Gogamukh
Distt- Dhemaji
Assam

Ref : Notice Inviting Tender No._____________ dated _________


Dear Sirs,
In connection with the above N.I.T., M/s.______________________ (Name
and complete postal address of the tenderer) _________________have been
authorized by us to act as our Agents, in terms of the Power of Attorney. We
confirm 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, technical
specifications, delivery schedules and other terms and conditions, tendered
by 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 - -
Form – B
QUESTIONNAIRE TO BE FILLED BY TENDERERS
(To be furnished by the tenderer on his letter heads)
Sl. No. Description of information Replies by
the tenderer
1. Name of the firm
2. Nationality of the firm
3. 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, connection
and description of other Companies) :
ii) Subsidiary of a large organization (if
yes, give full details of the holding
Company) :
8. Are you registered with any Government/
Public Sector Undertaking (if yes, give
details) for supply of similar equipments,
covered under the Specifications. :
9. In which other lines of business are you
financially interested ? :
10. Do you have in-house testing facilities ? If
not, where do you intend to get your
products tested. :
11. Have your Company ever been declared

Bankrupt (if yes, give details)? :


12. Do you intend to associate any other
- 33 - -
organisation for the supplies/works you
intend to bid? If so, give full particulars
thereof. Also, attach photocopies of
letters from such associates, giving their
consent to associate themselves with your
firm for executing resultant P.O./Contract,
if any.Also give copies of MOU/Agreement
signed with such associate firms. :
13. Nature and amount of Earnest Money
furnished. :
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 Railway
Station or Ex-works basis. :
17. Have you quoted Freight charges (incuding shunting charges),
applicable
up to the destination Railway Station/site
separately, in the tender? :
18. Validity period of tender, reckoned from
the 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 concessional
rates of C.S.T./E.D. etc., are applicable, specify
the same and attach documentary evidence
in support thereof) :
Station :_________
Date: __________ For & on behalf of
________________
Signature : __________________
Name : ______________________
Designation:
__________________
(of the authorized
representative of
the
tenderer)
Official Seal of the Company :

- 34 - -
Form – C
SUMMARY 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 which
your tender may be treated as non-responsive. Wherever any particular hereunder is not
relevant 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 :


& Date
4. 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 the
terms of payment, contained in the
tender 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 - -
13. Confirm about the acceptance of all Techno-
commercial conditions of the Tender/Bid
Document. Deviations, if any , may be mentioned.
(if space is less, please attach a separate sheet) :
14. Acceptance of Validity period as specified in the
tender document :
Encl: ___________
Station :_________
Date :_________ For & on behalf of
_____________________
Signature :_________________
Name : _________________
Designation:________________
(of the authorized representative of the tenderer)

Official Seal of the Company


:
Form – D
SUMMARY OF PRICES QUOTED
(To be furnished by the tenderer on his letter heads)
No. _________________ Date ____________

To:
The NHPC Limited
Subansiri Lower H.E. Project
Gerukamukh
Distt.-Dhemaji
Assam

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 Tender
Specification and the statutory variations permitted as per the Contract, the
following unit rates and other charges as mentioned in Price Schedule No. 1 to
5 enclosed herewith, will remain firm till the subject supplies are completely
effected by us. Further, it is confirmed that no other charges would be
payable by NHPC, in connection with our execution of the resultant Purchase
Order. Unit rates and other charges are applicable for the entire scope of
work, technical specifications and terms and conditions of the subject Tender
Specification. All the terms and conditions, contained in the Tender
Specification, 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 - -
- 37 - -
Price Schedule-1: FOR Subansiri Lower Project, Gerukamukh

I
te *Rat Amou
Q
m Description of item Unit e nt
ty.
No (Rs.) (Rs.)
.
(A) Active Components
1 Server Quad Core Intel Xeon No. 3
2 L3 Managed Stackable 10/100/1000 switch No. 1
3 L2 Managed Stackable 10/100/1000 switch No. 5
4 L2 Managed Stackable 10/100 switch No. 4
1-port 1000Base-LX Small Form Factor
5 No. 10
Pluggable GBIC
KVM Switch with TFT, Keyboard, pointing
6 Set 1
device and all cabling accessories
(B) Passive Components
12-core Outside Plant Cable - Corrugated 1
1 Mtr
Steel tape Armored, Loose-tube, SM 800
24-port SC-Style, 19-inch Rack mount Patch
2 Panel, 1U, Loaded with adapter Plates and Nos 7
Duplex SC connectors
Duplex Patch Cord with connectors as
3 Nos 14
required, 3 Meter
4 SC Pig Tail 9/125 Nos 120
Stacking cable for L2 Stackable 10/100/1000
5 Nos 5
Switches
4-pair, Cat 6 UTP Cable, roll of 305m, Grey
6 Nos 25
Color
7 Cat-6 I/O Single Nos 180
8 Cat 6 SL Series Patch Cords - 4 Feet-Grey Nos 180
9 Cat 6 SL Series Patch Cords - 7 Feet-Grey Nos 180
10 Cat 6 24-port loaded, Modular Jack Panel, 1U Nos 9
11 42U Rack with Fan and Accessories Nos 1
12 17U Rack with Fan and Accessories Nos 2
13 9U Rack with Accessories Nos 5
1
14 PVC conduite / Channel Mtr
500
1
15 32 mm HDPE Pipe Mtr
800
(C) SOFTWARE
Windows 2003 Server Standard Edition or
1 No. 3
later with Media and documentation.
Total (to price schedule 5 Grand summary) in figure
Total (to price schedule 5 Grand summary)Name of
in bidder:ÉÉÉÉÉÉÉÉÉÉ
words
ÉÉÉ..
*Inclusive of packing & forwarding charges
Signature of bidder:ÉÉÉÉÉÉÉÉ
- 38 - -
Price Schedule-2,
Installation services:

S Rate Amount
Item Description Qty Unit
.No. (Rs.) (Rs.)
OFC Laying in 3ft depth
1 1800 Mtr
with 32 mm HDPE pipe
UTP Laying with
2 7500 Mtr
Conduit
3 Fiber Splicing 120 Nos
System integration
4 LS
charges 1
Total (to price schedule 5 Grand summary) in
figure
Total (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:ÉÉÉÉÉÉÉÉ
ÉÉÉÉÉ

Signature of bidder:ÉÉÉÉÉÉ
ÉÉÉÉÉÉ.

- 39 - -
Price Schedule 3: On site support

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


.No Description
.
1 3 Year RE for one 36 Mont
Engineer h

Total (to price schedule 5 Grand summary) in


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

Name of bidder:ÉÉÉÉÉÉÉÉÉÉÉÉÉ..

Signature of bidder:ÉÉÉÉÉÉÉÉÉÉÉÉ.

- 40 - -
Price Schedule 4: Taxes & duties
Item Description Rate of Amount on Taxes/dutie Total
No. Of Taxes/ Taxes/ which s/ Levies Taxes/duties/
duties/ levies duties/levies Taxes/duties/l payable levies
etc. as applicable evies payable
onÉÉ.. applicable
1 2 3 4 5 6
(A) Active Components:
1
2
3
4
5
6
(B) Passive Components:
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
(C ) Software:
1
Total (to price schedule 5 Grand summary) in figure
Total (to price schedule 5 Grand summary) in words
N
ote
:

- 41 - -
1. All applicable taxes & duties and other levies etc. on all items of Price
Schedule No. 1 of our Price Bid are mentioned in this Schedule which shall only
be taken into account for evaluation of our Price Bid. We also understand that
except for statutory changes as stipulated in the Contract/ Supply Order, if any,
Payment by the Employer/ purchaser on account of Taxes and Duties shall be
limited 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:ÉÉÉÉÉÉÉÉÉÉÉÉÉ..
Signature of bidder:ÉÉÉÉÉÉÉÉÉÉÉÉ.

Price Schedule 5. Grand Summary


I Description Total Price
te (Rs.)
m
Total of Price Schedule 1: For Ex-Subansiri
Lower Project, Gerukamukh price.
Total of Price Schedule 2: For Installation
services
Total of Price Schedule 3: For On site support

Sub-Total (Total of Price Schedule 1 + Total


of Price Schedule 2 + Price chedule 3)
Add Total of Price Schedule 4 : Taxes and Duties

GRAND TOTAL with TAXES and DUTIES in


Figures
GRAND TOTAL with TAXES and DUTIES in Words

Name of bidder:ÉÉÉÉÉÉÉÉÉÉÉÉÉ..

Signature of bidder:ÉÉÉÉÉÉÉÉÉÉÉÉ.

- 42 - -
Form – E
SCHEDULE 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 relevant
clause of the Bid Document. We are also furnishing below the cost of
withdrawal for the deviations proposed by us. We confirm that we shall
withdraw the deviations proposed by us at the cost of withdrawal indicated in
this 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 in


column no. 4, cost of withdrawal of such deviations is ‘NIL’.

Date : .................................
(Signature)..............................................
Place : ................................ (Printed
Name)........................................
(Designation).............................
.........
.....
(Common
Seal).......................................
*****

- 43 - -
Form – F

AUTHORISATION LETTER TO ATTEND


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

To:
The NHPC Limited
Subansiri Lower H.E. Project
Gerukamukh
Distt.-Dhemaji
Assam

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

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

Sl. Name & Designation Specimen Attestation


No. Signature

- 44 - -
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 be
presented before the tender opening committee of NHPC, failing which the
tenderer’s representative(s) may not be allowed to attend the tender
opening.
*****

Form C1
PERFORMANCE BANK GUARANTEE FOR CONTRACT
Bank Guarantee
(On non-judicial stamp paper of appropriate value)
Bank Guarantee No. .................
Date ..................................
To,
[Employer’s Name & Address]
Dear Sirs,
In consideration of the .... [Employer’s Name] ........ (hereinafter referred to as the
‘Employer’ which expression shall unless repugnant to the context or meaning thereof,
include its successors, administrators and assigns) having awarded to M/s .....[Contractor’s
Name] ..... ....... with its Registered/Head Office at .............................(hereinafter referred to
as the ‘Contractor’, which expression shall unless repugnant to
the context or meaning thereof, include its successors administrators, executors and
assigns), a Contract by issue of Employer’s Notification of Award No. ................ dated
.................. and the same having been unequivocally accepted by the contractor, resulting
into a Contract bearing No. .................
dated ............... valued at ................ for.................. and the Contractor having agreed to
provide a Contract Performance
Guarantee 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 context
of meaning thereof, include its successors, administrators, executors and assigns) do hereby
guarantee and undertake to pay the Employer, ondemand any and all monies payable by the
Contractor to the extent of .............. ............... as aforesaid at any time upto ................
........... [days/month/year] without any demur, reservation, contest, recourse or protest
and/or without any reference to the Contractor. Any such demand made by the Employer on

- 45 - -
the Bank shall be conclusive and binding notwithstanding any difference between the
Employer and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or
any other authority. The Bank undertakes not to revoke this guarantee during its currency
without previous consent of the Employer and further agrees that the guarantees herein
contained 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 the
Contract by the Contractor. The Employer shall have the fullest liberty, without affecting this
guarantee, 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 time
in any manner, and either to enforce or to forbear to enforce any covenants, contained or
implied, in the Contract between the Employer and the Contractor or any other course or
remedy or security available to the Employer. The Bank shall not be released of its obligations
under these presents by any exercise by the Employer of its liberty with reference to the
matters 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 the
Employer or by any other matter or thing whatsoever which under law would, but for this
provision have the effect of relieving the Bank.
The Bank also agrees that the Employer at its option shall be entitled to enforce this
Guarantee against the Bank as a principal debtor, in the first instance without proceeding
against the contractor and notwithstanding any security or other guarantee the Employer
may have in relation to the Contractor’s liabilities.
Notwithstanding anything contained herein above our liability under this Guarantee is limited
toÉÉÉÉÉ.. (Rupees ÉÉÉÉ. only) and our Guarantee shall remain in force until ÉÉÉÉ.
day of ÉÉÉ,200É., unless a claim or demand under this Guarantee is made on us in writing,
on or before ÉÉÉÉ, 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 Bank
Stamp)
..............................................
Attorney as per Power
of Attorney No. .....................
Dated ............................
Notes: 1.The stamp papers of appropriate value shall be purchased in the name of guarantee
issuing Bank.

*******

Form – C2

(Supplier’s Letter Head )

To
The Manager (C&P)
Subansiri Lower Project
NHPC Limited

- 46 - -
Gerukamukh
Dhemaji (Assam)

Sub- Undertaking of authenticity for ÉÉÉÉÉÉÉÉÉÉÉÉÉ.

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


Date-
2. Our invoice noÉÉÉÉÉÉÉÉÉÉÉÉÉÉÉÉÉÉÉÉÉÉÉÉ.

Sir,
With reference to the ÉÉÉÉÉÉÉÉÉÉÉÉÉ being supplied/
quoted to you vide our invoice noÉÉÉÉÉÉÉÉÉÉÉÉÉÉ../ quotation
noÉÉÉÉÉÉÉÉÉÉÉÉÉÉÉÉÉÉÉÉÉÉÉ/ order noÉÉÉÉÉÉÉÉÉ
ÉÉÉÉÉÉÉÉ. cited above, we hereby undertake that all the components
shall be/ are original new components from respective OEMs of the products
and 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 it
shall be sourced from the authorised source.
Should you require, we hereby undertake to produce the certificate
from 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 time
of delivery or during installation for the IT hardware/software already billed,
we agree to take back the desktops and printers without demur, if already
supplied 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 & service
SLA as per the content even there is any defect by our authorised service
centre/ reseller/ SI etc.
Thanking you.

Yours faithfully,

(Authorised signatory with seal)


Name-
Designation-
Place-
Date-

- 47 - -

You might also like