Tender No.: Guvnl / Tech /60310

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 33

TENDER NOTICE

TENDER No.: GUVNL / TECH /60310


CE (Technical), GUVNL invites “On line Tenders” (e-tendering) for Supply, install, commission of
NTP Solution along with necessary equipment’s at Data Center,GUVNLon
https://www.guvnl.nprocure.com (For view, down load and on line submission) and GUVNL web
site www.gseb.com (For View & down load only). “All the relevant documents of tender to be
submitted physically will be received only by Registered Post A.D. or Speed Post addressed
to Chief Engineer (Technical), Gujarat Urja Vikas Nigam Limited, Corporate Office, S.P. Vidyut
Bhavan, Race Course, Vadodara - 390 007. The bidder has to offer the price bid through on line
only. “NO COURIER SERVICE OR HAND DELIVERY will be allowed.”
Sr. Description
No.
1 Tender No.: GUVNL / TECH / 60310
2 Work of Supply, install, commission of NTP
Solution along with necessary
equipment’s at Data Center, GUVNL

3 Tender Fee (nonrefundable) Rs 1000/- +18% GST (1,180/-)


Earnest Money Deposit amount Rs. 20,000/-
4
(Refundable)
Pre-bid meeting (Online through n-
5 09.02.2022
procure)
On line (E-tendering) price bid offer
6 submission last date up to 16.00 hours 23.02.2022
only. (This is mandatory)
Physical submission of all the relevant
documents, last date up to 16.00 hours.
7 02.03.2022
By RPAD or SPEED POST only. (This is
Mandatory)
Date of opening of Tender fee, EMD
8
cover and technical bid at 17.00 Hours
9 Prices Firm

IMPORTANT:
1. The Technical bid containing all the relevant documents will have to be
submitted physically along with the Tender Fee, EMD in sealed cover on or before
due date and time. All such documents should be strictly submitted by RPAD /
speed post only. Otherwise the offer will not be considered and no further
communication in the matter will be entertained. The tender in physical form is
to be submitted in single copy (the price bid is not to be submitted with the
physical documents).
2. Bidders are requested to visit the website for any amendment / corrigendum or
extension of due date etc.
3. The online prebid meeting will be conducted on 09.02.2022 through n-procure
website only.
4. The equipment which isto be procured is listed in Annexure A.

Page 1 of 33
5. COURIER SERVICE AND HANDDELIVERY OF “Tender Documents” ARE NOT
ALLOWED. THE TELEGRAPHIC OR SHORT OFFERS RECEIVED WILL NOT BE ACCEPTED
AND THE OFFERS WILL BE REJECTED OUTRIGHTLY.
6. GUVNL WILL NOT BE RESPONSIBLE FOR THE TRANSIT LOSS OR MISPLACEMENT OF
THE TENDER DOCUMENTS. Please note, that “Tender Documents” (in Physical
form) received after the due date and time will not be accepted and the offer
will be ignored out rightly. NO LATE TENDER / DELYAED TENDER SHALL BE
CONSIDERED.

Any technical questions, information and clarifications that may be required


pertaining to this enquiry should be referred to: The CHIEF ENGINEER (TECHNICAL),
Gujarat UrjaVikas Nigam Limited,Corporate Office, S. P. VidyutBhavan, Race
Course, Vadodara - 390 007.
GUVNL reserves the right to reject any OR all bidswithout assigning any reasons
thereof.
Yours faithfully,

Chief Engineer (Technical)


NOTE:
In case bidder needs any clarification or if training required for participating in online tender,
they can contact the following office:
(n) Procure Cell, (n) Code solutions-A division of GNFC Ltd.,
403, GNFC Info tower, S.G. Road, Bodakdev
Ahmedabad – 380054 (Gujarat)
Toll Free: 1-800-233-1010 (Ext. 501, 512, 516, 517, 525)
Phone No. 079-26857315 / 316 / 317
Fax: 079-26857321 / 40007533
Email: nprocure@gnvfc.net

Page 2 of 33
Gujarat Urja Vikas Nigam
Limited
(An ISO 9001:2008 Company)
Sardar Patel Vidyut Bhavan Race Course, Vadodara-390007
(CIN U40109GJ2004SGC045195)
E-mail IDs – Tele (Di): (0265) 2340205
cetech.guvnl@gebmail.com, PBX: (0265) 2310582 to 86
setech2.guvnl@gebmail.com, de2.guvnl@gebmail.com FAX: (0265) 2337918, 2338164
No.GUVNL/Tech/60310 Date:
To,
M/s
Sub: Supply, install, commission of NTP Solution along with necessary equipment’s at Data
Center,GUVNL.
Ref: Our Tender Enquiry No. GUVNL / Tech /60310 Dueon 23.02.2022 (Technical Bid)

Dear Sirs,
Enclosed please find a copy of our above-mentioned tender for which tender have to be
submitted in Two (2) Parts viz.
1. Technical bid including commercial terms & conditions with all the enclosures 2. Price
Bid. (EMD cover should be kept as separate enclosure & should be submitted with Technical
Bid.)

1. TECHNICAL BID:

The technical bid shall comprise of all the technical details of the equipment’s offered in
accordance with the GUVNL’s specifications.
The Technical Bid shall be sent in the envelope (duly sealed) super scribed “TECHINCAL bid
with TENDER NO”.The Technical Bid shall be opened at 05:00PM(17:00Hrs.) on 02.03.2022
date in the presence of those tenderers who wish to be present.
2. PRICEBID:

The Price Bid must be submitted strictly through on-line (on n-procure) only. The time and
date of opening of the Price Bid shall be determined by GUVNL and communicated to the
tendering firms after technical bids are analyzed and the intimation will be sent only to the
technically accepted Bidders.

The “TECHNICAL bid” should be submitted to this office not later than 16.00 hrs, on the same
day as above. Please note that the required certificates should be invariably submitted with
tender copy. And tender without above certificates is liable to beignored. Any bid received after
due date and time of opening, the same will not be considered.

Yours faithfully,

Encl.:As above I/C Chief Engineer (Tech.

Page 3 of 33
1. Scope of work:

1.1. The Bidder is required to Supply, install, commission NTP Solution along with
necessary equipment’s(Antenna, cabling etc), structured cabling, civil work and
related software for use at Data Center, GUVNL.
1.2. The “Total solution” will include Supply, Delivery, Installation, Support/Services,
Testing, Commissioning, Warranty and Annual Maintenance of NTP Solution at
DataCenter, GUVNL. The Bidder must have to provide 3 years onsite warranty.
1.3. The proposed solution should have provision of handshake / interface / integration
with GUVNL’s existing hardware andsoftware.
1.4. Bidder shall ensure that during various phases of implementation, the performance,
security, etc. Of the existing setup is notcompromised.
1.5. After successful testing and acceptance by GUVNL, a certificate of acceptance will be
issued by GUVNL. GUVNL reserves right to accept/reject the NTP Solution sotested.
1.6. Vendor/Bidder shall ensure that all supplies (hardware, software etc) must not be
End of Support / End of Service and spares/upgrades shall be available for at least 7
years from date of delivery and will be supported till year2024.

2. Licensing Requirement:

2.1 Solution should have enterprise license without any restrictions to use the features from
day one. If during the contract, solution is not performing as per specifications in this
RFP, bidder has to upgrade/enhance the devices or place additional devices and
reconfigure the system without any cost to GUVNL.
2.2 Solution and its various features which should not have any licensing restriction on
number of users, concurrent connections, total connections, new connections, number
of VLAN, zones, domain, URLs, number of policies, number of appliances, network
parameters, number of equipments / servers/desktop etc, as per the RFPspecification.
2.3 Any third party product required to achieve the functionality should be provided with
the necessary enterprise version license of software/appliance and necessary
hardware, database and other relevant software or hardware etc should be provided
with the solution.

3. Architecture:
3.1 The solution should have the capability to synchronize clock with systems like
network equipments, voice systems, all kind of servers, appliances, desktop
systemsetc.
3.2 The NTP Solution should use a purpose-built, hardened operatingsystem
3.3 The system should support complete STACK of IPV4, IPV6 and DualSTACK
3.4 The NTP Solution should provide 50 nanoseconds accuracy using GPS,
GLONASSstandard oscillator.
4. Hardware Requirement:
1. NTP Solution should have Rack mountablesystem.
2. NTP server should have in band management feature and console port for local logging
3. NTP Solution should have dual powersupply.
4. Solution should support the temperature range: 0˚° to+50˚°C
5. Solution should support: Humidity: 5% to 90%, non-condensing.

Page 4 of 33
6. Sync LED: LED pulses to indicate lock status

5. Eligibility Criteria (Pre-Qualification)

Sr.No ELIGIBILITY CRITERIA SUPPORTING DOCUMENT


Copy of showing Registration Number
Bidder must be a registered firm/company in under shops and Estt. Act,
India under Companies Act, 1956 and should Certificate of Incorporation &
1
have been in operation for at least 5 years as
Commencement of Business,
on date of RFP partnership deed (whichever
applicable) should be submitted.
The bidder may be either an OEM (Original Manufacturers Authorization letter
Equipment Manufacturer) or an Authorized from OEM in favour of Bidder must
Partner or System Integrator of the OEM be provided on their letter head.
2 whose product they are proposing. In case
the OEM does not deal directly then
authorized partners or SIs may bid on behalf
of OEM.
Attested copies of the Goods &
The bidder company shall have a valid Goods Service Tax registration certificate
3
& Service Tax Registration Number and PAN. and PAN card in the name of bidder
company.
Bidder should not have been debarred /
An undertaking to this effect must be
black-listed by any Bank / Govt. / Govt.
submitted on company letter head
4 agency / PSUs Bank(s) / Financial
duly signed & stamped by authorized
Institutions in India in the past as on RFP
signatory.
submission date.
The bidder should provide Audited
Financial Statements /Annual
Reports for FY 2018-19, 2019-20 and
The bidder must have a minimum average
2020-21. However, for FY 2020-21,
5 turnover of Rs. 62 lacs during last 3 each
the Bidder may also submit
financial year.
Provisional Financial Statements /
Annual Accounts duly certified by
CA.
Bidder must have experience of at least one Copy of work order issued from end
project of similar type containing supply, user client of at least one or more
6
installation, Testing and commissioning of projects of similar type of this RFP
NTP Server in last 5 years. and size of the project.

These eligibility criteria are neither exhaustive nor in any particular order
ofsignificance. Any bid not meeting all of these minimum eligibility criteria is liable
to berejected by GUVNL.
All eligible and interested bidders shall have to download the RFP document from
ourwebsite www.guvnl.com /www.gseb.com/www.guvnl.nprocure.com(RFP does not
bear document cost).

Page 5 of 33
6. Service Level Agreement:
1. The minimum service level required to be maintained by the Bidder/OEM on award of the
contract. Services delivered by the bidder should comply with the SLA mentioned in the
table below and the scope of services mentioned above.
2. Warranty Date will start from the date of the successful Final Acceptance Test of NTP
servers.
3. For proposed NTP devices, bidder has to ensure 99.9% uptime calculated Quarterly.
4. Bidder should provide 24/7/365 support for NTP solution.
5. Bidder should ensure 1 days Replacement of any faulty Server and parts including
software mentioned.
6. Defective equipment / software shall be replaced by the vendor at his own cost,
including the cost of transport, if any.
7. If any component supplied by the Bidder is inoperative which renders the entire system
useless, then it will be treated as system downtime.
8. Any configuration issue, time synchronization issue, which is required due to breakdown
of system or degraded performance impacting performance issue or unavailability of
system should be done by the OEM/ Bidder Engineer and treated as downtime.
7. Penalty
Penalty will be deducted from 10% of the order value, which will be paid to the bidder after
the completion of the Warranty period.

Penalty (%) on
Sr.NO Uptime (%) Quarterly order value (plus
applicable GST)
1 >=99.90 0
2 >=99.0 and < 99.90 0.5
3 >=98.0 and < 99.0 1
4 >=97.0 and < 98.0 1.5
5 >=96.0 and < 97.0 2
6 >=95.0 and < 96.0 2.5
7 >=94.0 and < 95.0 3
8 >=93.0 and < 94.0 3.5
9 >=92.0 and < 93.0 4
10 < 92.0 5

8. Uptime:
The percentage uptime shall be calculated on quarterly basis as follows:

Availability = (Total no of Hours in a quarter– Total Outage Hours in a quarter) x 100%


__________________________________________________________
(Total No of Hours in quarter)

9. Project Schedule:
Bidder has to complete the work as define in scope of work within 60 days from the date of
the Purchase order. For the project execution, if any downtime required, bidder has to take
prior approval from GUVNL. In any case, if GUVNL unable to provide downtime, those days

Page 6 of 33
will be excluded from the total no. of days given for project execution and no penalty will be
imposed for those days.

10. Project delay penalty:

Bidder has to complete the work as define in scope of work within stipulated time period.
Failure to achieve competition of the project as per time schedule shall lead to the penalty
Rs. 2000/- per day plus applicable GST.

11. TENDER FEE:


Tender fee of Rs. 1,000/- + 18% GST (Rs. 1,180/-) (Non-refundable) as notified in the tender
notice should invariably be paid by way of Demand Draft; otherwise offer will be ignored out
rightly. Indian Postal Orders (IPO’s) & Cheques are not acceptable. Demand Draft should be
in the name of the “Gujarat Urja Vikas Nigam Ltd.”, Payable at Vadodara.
Alternatively, the tenderers can pay the tender fee in CASH (at GUVNL, HO, Vadodara - Cash
counter) and enclose the original Money receipt in the EMD cover.
Tender fee Demand Draft / Original Money fee receipt must be kept in the cover of EMD;
otherwise supplier’s offer is liable to be rejected and online technical bid will not be
opened.
The tender fee plus GST is Non-refundable under normal circumstances. However, if
purchaser company decides to scrap/cancel the tender, by one or another reason, in which
bidders are not responsible for cancellation/scrap of tender, in such case tender fee may be
refunded to bidder(s), at sole discretion of the purchaser company.

12. EARNEST MONEY DEPOSIT: (Refundable& Non-interest bearing)

EMD of Rs 20,000/- is payable by Demand Draft in favour of the Gujarat Urja Vikas Nigam
Ltd. from any Scheduled / Nationalized Banks in Vadodara. No Interest will be allowed
against payment of E.M.D.Government or Semi-Government Organizations, which are run
departmentally & are not limited Companies, will be eligible for exemption from payment of
E.M.D.
EMD of the unsuccessful Tenderers if paid in Cash / Demand Draft / Banker’s Cheque will be
returned within 15 days from the date of placing of the order to the successful Tenderer
through RTGS/NEFT for credit to his Bank Account. The Bidder shall have to give details of
his Bank Account with a Cheque duly cancelled. No claim for refund of EMD against original
Money Receipt shall be entertained by the Company. The Bank Guarantee of the unsuccessful
Tenderers towards EMD shall be returned within 15 days from the date of placing of the
order to the successful Tenderer. However, the EMD Amount / Bank Guarantee of technically
disqualified bidder will be returned within 15 days from opening of price bids. The details of
refund of EMD by RTGS with transaction No. should be informed to respective bidder by
letter/ e-mail etc…
EMD will be returned to the successful Bidders, only on their submission of Performance
Guarantee towards execution period (i.e. Security Deposit) against order released on them.
Tenders submitted without Earnest Money Deposit by the firms, who are not eligible for any

Page 7 of 33
exemption, will be rejected without entering in to further correspondence in this regard and
no reference will also be made.
EMD will be forfeited (i) if the tender, which it covers, is withdrawn during the validity of
the offer and (ii) the Tenderer fails to furnish / deposit the security deposit.
Note: The biddermaypay Tender fee and EMD by RTGS/NEFT also. If Tender fee and EMD
amount paid by RTGS or NEFT in that case receipts of payment transfer through
RTGS/NEFT should be submitted along with Technical bid. Details of RTGS/NEFT are
shown below.
Performa of R.T.G.S. Details:-
Sr.No. Particulars Requisite Details
1 Name of Bank State Bank of India
Shivam, 14, Shrinagar Society,
2 Name of Branch
Behind Dinesh Mill,Vadodara
3 Account Type Cash Credit
4 Bank Branch Urmi Society Branch
5 IFSC Code SBIN0007442
6 Name of Account Gujarat Urja Vikas Nigam Ltd.
7 Account No. 00000056003023939

13. CLARIFICATION OF BIDDING DOCUMENT


A prospective Bidder requiring any clarification of this RFP may notify the GUVNL in writing
vide-mail. The following personnel may be contacted for these purposes.
Name of the Officer: The Chief Engineer / General Manager (IT), GUVNL, Vadodara
Email ID:cetech.guvnl@gebmail.com/gmit.guvnl@gebmail.com
GUVNL mayrespond in writing vide E-Mail / Letter / Fax to any request for clarification on
the bidding documents, from the prospective Bidders, which it receives not later than the
date specified in Schedule of Activity. Further, GUVNL will respond vide E-Mail / Letter /
Fax, to all clarifications, without identifying the source of the inquiry.

14. Amendment of Bid Document / RFP Document

1. GUVNL reserves the right in its sole discretion, of inclusion of any addendum to this
entire Bid process. The Bidders shall not claim as a right for requiring the GUVNL to do
the aforesaid.
2. At any time before the deadline for submission of Bids / offers, the GUVNL may, for any
reason, whether at its own initiative or in response to a clarification requested by
prospective Bidders, modify this RFP / Bid Document and all such modifications shall be
binding on them.
3. If required in order to allow prospective Bidders reasonable time in which they need to
take the amendment into account in preparing their Bids, the GUVNL at its sole
discretion reserves the rights to extend the deadline for the submission of Bids.
However, no request from the Bidder, shall be binding on the GUVNL for the same. The
GUVNL’s decision in this regard shall be final, conclusive and binding on all the Bidders.
4. Any attempt by the Bidders to visit or meet officials of the GUVNL in connection with or
incidental to the Bid process, shall be construed by the GUVNL as an unlawful attempt
Page 8 of 33
by the prospective Bidder, to influence the RFP / Bid process and may invite
disqualification from bidding. Only one authorized representative of each bidder would
be permitted to visit for submitting the RFP Document or when called by the GUVNL.

15. Language of Bid

The Bid prepared by Bidders, as well as all correspondence and documents relating to the Bid
exchanged by the Bidders and GUVNL shall be in English only.

16. Bid Currencies

Prices shall be quoted in Indian National Rupee (INR).

17. Validity of the offers


The offers will have to be kept valid for a period of 120 days from the date of opening of
technical bids. In case of finalization of the tender is likely to be delayed, the tenderers will
be asked to extend the same without change in the prices or any terms and conditions of the
offer. If any change is made, original or during the extended validity period, the offers will
be liable for outright rejection without entering into further correspondence in this regard
and no reference will also be made.
18. Opening of theBids

 All Bidders, or their authorized representatives, in their own interest are


expectedtoremainpresentatthetimeoftheopeningoftheTechnicalBid.OnlyonepersonperBid
der carrying authorization letter from
bidderwillbeallowedtobepresentatthetimeoftheopening theTechnicalBids who shall sign a
register evidencing his attendance.
 Preliminary Stage: Bids containing Receipt of tender fees and EMD shall be consider
responsive and shall be eligible for further evaluation.
 Thereafter, the bids shall be evaluated based on the technical evaluation criteria
mentioned in the RFP.
 PriceBids of only technically qualified agencies shall be opened.

19. Clarification of Bids

During evaluation of Bids, the GUVNL may, at its discretion, when deemed necessary, ask the
Bidder for a clarification of its Bid. The request for clarification and the response shall be in
writing. If the response to the clarification is not received before the date as may be
specified by GUVNL in this regard, GUVNL reserves the right to make its own reasonable
assumptions at the total risk and cost of the Bidder.

20. Rejection / Acceptance of Bid

GUVNL reserves the right to accept any Bid or reject in part or full any or all the Bids at any
time prior to award of contract, without assigning any reason whatsoever and without
thereby incurring any liability whatsoever to the affected Bidders or any obligation to inform
the affected Bidders of the grounds for GUVNL’s action. Any action / decision of GUVNL in
this regard shall be final, conclusive and binding on the Bidder.

Page 9 of 33
21. Cancellation of Bidding Process

GUVNL reserves the right to cancel, annul or abandon the entire Bid process in case of any
anomaly, irregularity or discrepancy or for any other reasons or otherwise without thereby
incurring any liability whatsoever to the affected Bidders or any obligation to inform the
affected Bidders of the grounds for GUVNL’s action. GUVNL shall not be bound to give any
reasons or explain the rationale for its actions / decisions to annul or abandon or cancel the
bid process. Any action / decision of GUVNL in this regard shall be final, conclusive and
binding on the Bidder. GUVNL further reserves the right to re-issue / re-commence the bid or
circulate new RFP altogether on the subject matter or any activity or part thereof
concerning thereto. Anydecision of GUVNL in this regard shall be final, conclusive and
binding on the Bidder.

22. Price Evalution


No price preference shall be given on any account. All Tenders shall be evaluated on the
basis of firm Price End Cost including GST. Overall lowest of the end cost (i.e Schedule B)
will be considered as L1.
23. Negotiation

It is absolutely essential for the bidders to quote the lowest price at the time of making the
offer in their own interest. GUVNL, however, shall have the discretion to choose to enter
into price negotiations.

24. Performance guarantee against execution of contract (Security Deposit):


The successful bidder shall have to pay 10% as Security deposit (Refundable) of total order
value within 15 days of placement of L.O.I. The Security deposit can be paid through DD /
Bank Guarantee. Bank Guarantees from Scheduled / Nationalized Banks as per Govt. GR No.
EMD/10/2021/7729/DMO dated 12.04.2021 will be acceptable as per the standard format
prescribed by GUVNL. CORPORATE GUARANTEES NOT ALLOWED. After submission of Security
Deposit, a contract agreement has to be signed between successful bidder and GUVNL & then
the order will be placed. The validity of Bank Guarantee should be for 37 months.
If the full Security Deposit amount is not paid within 15 (Fifteen) days from date of LoI, then
the LoI will be out rightly cancelled without entering into any correspondences and this will
be binding on the Tenderer and EMD paid by the firm will be forfeited. Further EMD will be
forfeited, if the tender, which it covers, is withdrawn during the validity of the offer.
Security Deposit will be returned/refunded on successful completion of the order. No
Interest will be paid against payment of Security Deposit. The supply guarantee is for due
performance of contract and the same is liable to forfeit by GUVNL in the event of non
fulfillment of the terms and conditions of the contract.

25. Payment Terms:


The payment terms of the contract shall be as under:
Payment for NTP Server
1. On delivery of the NTP Server. 50% of total Order Value
2. Successful installation and Commissioning of the
40%of total Order Value
NTP Server
Page 10 of 33
3. On completion of warranty period ( 3 Years) 10% of total order Value.
Payments will be made through NEFT/RTGS within 30 days of submission of invoice to AO
Bills, F&A, GUVNL with complete in all respect.

26. STATUTORY VARIATION:


Any statutory increase or decrease in the taxes and duties subsequent to contractors offer if
it takes place within the original contractual delivery date will be to GUVNL account subject
to the claim being supported by documentary evidence. However, if any decrease takes
place after the contractual delivery date, the advantage will have to be passed on to GUVNL.

27. TERMINATION OF CONTRACT:


In case, the supplier fails to deliver the stores / materials / equipments or any consignment
thereof within contractual period of delivery or in case the stores are found not in
accordance with prescribed specification and/or the approved sample, GUVNL shall exercise
its discretionary power either:
[a] To recover, from the supplier as agreed, by way of penalty clause above, Or
[b] To purchase elsewhere after giving due notice to the supplier on account and at the risk
of the supplier such stores not so delivered or other similar description without canceling
the contract in respect of the consignment not yet due for delivery
Or
[c] To cancel the contract.

In the event of the risk purchase of stores of similar description, the opinion of GUVNL shall
be final. In the event of action taken under clause (a) or (b) above, the supplier shall liable
to pay for any loss which GUVNL may sustain on that account but the supplier shall not be
entitled to any saving on such purchases made against default.
The decision of GUVNL shall be final as regards the acceptability of stores supplied by the
supplier and GUVNL shall not be required to give any reason in writing or otherwise at any
time for rejection of the stores.
Further, “GUVNL reserves the right to terminate the Contract (i.e. Purchase order) at any
time, without assigning any reasons, whatsoever, by giving a notice period of ONE month
from the date of Notice of termination of the Contract. Suppliers will not be entitled for
any compensations/damages/losses, whatsoever, on account of such termination of the
Contract.”/damages /losses, whatsoever, on account of such termination of the Contract.”
28. LIQUIDATED DAMAGE
Penalty shall be @ 0.5% per Week or part thereof on delayed portion subject to maximum
10% of the Order Value (End Cost) plus applicable GST in case of work completion, whereas
in case of Projects, the ceiling shall be with reference to total contract value of the project
(Supply + installation& Commissioning).

29. Due consideration will be given for waival / levy of penalty only for the reasons absolutely
beyond suppliers control (e.g. Force Majeure conditions as laid down in the DGS & D, Clause
reproduced hereunder) for which documentary evidence will have to be provided. The
request for extension in delivery giving reasons and supporting documents shall have to be
made within one month on completion of the supply only.

Page 11 of 33
The request made after one month on completion of the supply shall not be entertained and
rejected out rightly without any correspondence.

No request for waival / levy of penalty will be entertained / reviewed during the execution
of order.

“D.G.S & D. FORCE MAJEURE CLAUSE”


“If, at any time during the continuance of this contract, the performance in whole or in
part by either party of any obligation under this contract shall be prevented or delayed by
reason of any war, hostility, act of the public enemy, civil commotion, sabotage fires,
floods, explosion, epidemics, quarantine restrictions, strikes lockouts or acts of God
(hereinafter referred to as event)”, then provided notice of
the happening of any such event is given by either party to the other within twenty one
days from the date of occurrence there of neither party shall by reason of such event be
entitled to terminate this contract nor shall either party shall have any claim for damages
against the other in respect of such non-performance of delay in performance, and
deliveries under the contract shall be resumed as soon as practicable after such event has
come to end or ceased to exist, and the decision of the Managing Director as to whether the
deliveries have been so resumed or not shall be final and conclusive.

Provided further that if the performance in whole or part of any obligation under this
contract is prevented or delayed by reasons of any such event for a period exceeding 60
days, either party may at its option terminate the contract provided also that if the
contract is terminated under this clause, the Purchaser shall be at liberty to take over from
the Supplier at a price to be fixed by the Managing Director of the company, which shall be
final, all unused undamaged and acceptable materials bought out components, and stores in
course of manufacture in the possession of the Supplier at the time of such termination or
such portion thereof as the Purchaser may be deem fit excepting such materials, bought out
component and stores as the supplier may with concurrence of the Purchaser elect to
retain”.
30. EXTENSION IN CONTRACTUAL DELIVERYDATE:
It will be contractor’s responsibility to ensure that goods/service are delivered within the
stipulated delivery period. However, if on account of reasons beyond ones control as laid
down in the DGS & D Force Majeure Conditions GUVNL may consider extension of delivery
period with or without statutory variations. However, delivery extensions will be considered
only after execution of the order fully and upon submission of documentary evidence for the
reasons of delay.
However, such extension will be subject to the following conditions shown hereunder.
a) That no increase in price on account of any statutory increase in or fresh imposition of
customs duty, excise duty, sales tax or on account of any other tax or duty leviable in
respect of the stores specified in the said acceptance of the tender which may take place
on or after the contractual delivery date of the A/T referred to above shall be admissible
on such of the said stores as are delivered after the original contractual delivery date,
and
b) That notwithstanding any stipulation in the contract for increase in price on any other
ground, no such increase which has become effective on or after the contractual delivery
date of this said A/T shall be admissible on such of the said stores as are delivered after
the original contractual delivery date
c) But nevertheless, the purchaser shall be entitled to the benefit of any decrease in price

Page 12 of 33
on account of reduction in or remission of customs duty, excise duty, sales tax or on
account of any other tax or duty or on any other ground as stipulated in the A/T, which
takes place or on after the contractual delivery date of the said A/T.
31. ARBITRATION:
All questions, disputes or differences whatsoever which may at any time arise between the
parties to this agreement touching the agreement or subject matter thereof, arising out of
or in relation there to and whether as to construction or otherwise shall be referred to the
decision of the Sole Arbitrator, appointed by the MD of GUVNL, for that purpose, who
shallbe a retired High Court Judge or retired District and Sessions Judge, and the decision of
the said Arbitrator shall be final and binding upon the parties. Reference to the arbitration
shall be governed by the provisions of Indian Arbitration & Conciliation Act. 1996 as
amended from time to time and the rules made there under.
32. JURISDICTION:
All questions, disputes or differences arising under out of or in connection with the Tender /
Contract if concluded shall be subject to the exclusive jurisdiction of the court under whose
jurisdiction the place from which the tender / Acceptance of tender is issued, is situated
i.e. Vadodara.
33. The tenderers should invariably write the Tender no., Due date of opening of tender, name
and address of the Company / bidder, on sealed covers of Tender Documents, otherwise the
tender covers without these details will not be opened which may please be noted.
34. All the costs of the stamp papers, other than required for payment is to be made through
SIDBI / ICICI by GUVNL, are to be borne by you as per the Govt. Of India’s latest guidelines.
35. If the Tenderer fails to pay the Security Deposit or defaults in execution of the orders
placed or if GUVNL suffers any financial loss due to this, then GUVNL will be at liberty to
adjust the amount from other orders of the same firm or by encasing the Bank Guarantee.
36. All the above points should be complied by the Tenderers. If not, tenders are likely to be
ignored without making any further reference.
37. Conflict of Interest among Bidders/ Agents:-
A bidder shall not have conflict of interest with other bidders for particular quoted item.
Such conflict of interest can lead to anti-competitive practices to the detriment of Procuring
Entity’s interests. The bidder found to have a conflict of interest shall be disqualified. A
bidder may be considered to have a conflict of interest with one or more parties in this
bidding process for particular quoted item, if:
a) They have proprietor/ partner(s)/ Director(s) in common; or
b) They receive or have received any direct or indirect subsidy/ financial stake from any of
them; or
c) They have the same legal representative/ agent for purposes of this bid; or
d) They have relationship with each other, directly or through common third parties, that
puts them in a position to have access to information about or influence on the bid of
another bidder; or
e) Bidder participates in more than one bid in this bidding process. Participation by a bidder
in more than one Bid will result in the disqualification of all bids in which the parties are
involved. However, this does not limit the inclusion of the components/ sub-assembly/
assemblies from one bidding manufacturer in more than one bid.

Page 13 of 33
f) In cases of agents quoting in offshore procurements, on behalf of their principal
manufacturers, one agent cannot represent two manufacturers or quote on their behalf in
a particular tender enquiry. One manufacturer can also authorise only one agent/ dealer.
There can be only one bid from the following:
1. The principal manufacturer directly or through one Indian agent on his behalf; and
2. Indian/ foreign agent on behalf of only one principal.
g) A Bidder or any of its affiliates participated as a consultant in the preparation of the
design or technical specifications of the contract that is the subject of the Bid;
h) In case of a holding company having more than one independently manufacturing units or
more than one unit having common business ownership / management, only one unit
should quote. Similar restrictions would apply to closely related sister companies.Bidders
must proactively declare such sister/ common business/ management units in same/
similar line of business. i) Bidder shall not act in contravention/ violation to the provisions
of competition act, as amended from time to time.
Every bidder should, at the time of submission of bid, give a declaration, that bidder shall not
have conflict of interest with other bidders for particular quoted item, as above.
38. AGREEMENT:
The successful bidder has to execute agreement in GUVNL on Non judicial Stamp paper of Rs.
300/- duly Notarized as per agreement document uploaded herewith within 10 days after the
payment of S.D. amount/Bank Guarantee.
The cost of Non judicial stamp & Notary charges will be borne by the successful bidder. The
agreement shall be executed between CE (Tech) & the authorized representative of
successful bidder as mentioned hereunder.

39. Relationship with employee:-


Every bidder should, at the time of submission of bid, give a declaration as under.
“If in any Bidder Company/ firm, the interest (i.e. Shareholding in company and share in
partnership firm) of any employee of the tendering Company or his/ her relative as defined
in Section 2(77) of the Company’s Act. 2013 is 10 percentage or more, the tendering
Company will not deal with such Company/ Firm at all.

Tenderer therefore, must specifically disclose this fact in his technical Bid. Non-disclosure
of such facts would immediately disqualify the tenderer for further dealing with the
tendering Company.”

40. Applicability of Stop Deal / Banned for business dealing / blacklisting:-


1) The firm, stop deal and/ or banned for business dealing and/ or blacklist by GUVNL or
any subsidiary Companies of GUVNL shall be considered as a stop deal and/ or banned
for business dealing and/ or blacklisting for all Companies.
2) Effect of putting a firm for Stop dealing/ Banned for business dealing/ blacklisting:-
A. The proprietor / all the partners / directors of the stop deal/ banned for business
dealing/ blacklisting firm shall also be considered for stop deal/ banned for
business dealing/ blacklist.
B. Once the name of the firm and/ or proprietor/ partner/ director of the firm
appears in the list of Stop dealing / Banned for business dealing / blacklist in any
Company of GUVNL and its Subsidiary Companies,
i. No enquiry shall be issued to a firm.

Page 14 of 33
ii. No bids / tender shall be considered for evaluation and the bid submitted
by the Firm shall be returned.
C. Action to be taken, when a Firm and/or proprietor/ partner/ director of the firm is
put on Stop dealing/ Banned for business dealing/ blacklisting by GUVNL or any of
its subsidiary Companies, during tender process:-
i. Before opening Technical bids, the bid submitted by the Firm will be
treated as “Disqualified Bid” and automatically stand as “Rejected Bid”
at the time of scrutiny of Preliminary / Technical Bid.
ii. After opening Technical bid but before opening the price bid, the price
bid of the Firm should not be opened and the bid submitted by the Firm
will be treated as “Disqualified Bid” and automatically stand as
“Rejected Bid” at the time of scrutiny of Technical Bid.
iii. After opening of price bid, the offer of the Firm should be ignored and
will not be further evaluated. The Firm will not be considered for issue
of order even if its price is the lowest. In this situation, the next lowest
bidder shall be considered as L1.
iv. The BG/EMD submitted by the Firm with tender should be returned after
obtaining confirmation from GUVNL and its other subsidiary Companies
that there are no outstanding dues recoverable from the firm.
D. If a Firm is put on Stop dealing / Banned for business dealing/ blacklisting in one
Company and is already executing work and/ or Letter of Acceptance/ purchase
order awarded to them by another Company, then the firm should be allowed to
complete such awarded work / supply.
E. The amount of EMD/ SD/ any payment against supply withheld at the instance of
GUVNL or any of its subsidiary Companies shall be appropriated against the dues
recoverable from the firm by GUVNL or any of its subsidiary Companies. EMD/ SD/
PG in the form of bank Guarantee shall be encashed and appropriated.
F. The Stop dealing/ Banned for business dealing/ blacklist shall be Firm-specific and
when a Firm is put on Stop dealing/ Banned for business dealing/ blacklist, all the
manufacturing works of the Firm shall be on Stop dealing/ Banned for business
dealing/ blacklist for GUVNL and its Subsidiary Companies & for all Services of the
Firm.
G. If the Firm placed on Stop Dealing/ Banned for business dealing/ blacklist is a
Proprietary Concern, then all the Concerns of the same Proprietor shall also be
considered to be on Stop Dealing/ Banned for business dealing/ blacklist.
H. The Board of Directors of the concerned Company may however, if he considers it
to be in the interest of the Company, remove the ban in respect of any specific
Service / Supply from any supplier for that Company only.

3) Every bidder should, at the time of submission of bid, give a declaration that bidder
and/or proprietor/ partner/ director of the firm has not been placed on Stop dealing/
Banned for business dealing / blacklisting by GUVNL and it’s any Subsidiary Companies.

Only the courts at Vadodara (Gujarat State) shall have exclusive jurisdiction to adjudicate
all disputes relating to or arising out of the vendor registration or placement of the order
etc.

Page 15 of 33
On Non-judicial Stamp Paper of Rs.300/- duly Notarized)

A G R E E M E N T

THIS AGREEMENT made on this …………. day of ……………… Two thousand ……………………….

BETWEEN

……………..……………………………… (Name of the Company), having Registered Office at


……………………………………………. and represented by ……………………………………………………. (Name and
designation of the Authorized Officer (herein after called “The Supplier”, which expression
where the context so requires or admits shall include his legal heir, administrators, executors,
assignees and legal representatives) of the ONE PART.

AND

……………..……………………………… (Name of the Company), having Registered Office at


……………………………………………. and represented by ……………………………………………………. (Name and
designation of the Authorized Officer (here in after called “The Purchaser / purchaser
Company”, which expression where the context so requires or admits shall include his
administrators, executors, authorized person, assignees and legal representatives) of the OTHER
PART.

WHEREAS, the Supplier willingly submitted bids for the Tender No……………………………….of the
Purchaser company for supply of ……………………………….. [Name of the material / items to be
supplied by the Supplier] as specified and as per delivery instructions provided in the
Acceptance of Tender (AT) / Letter of Acceptance (LOA) issued vide No……………….dated…………….
by the Purchaser company at the accepted respective prices or rates mentioned against the said
items / materials.

AND WHEREAS THE PURCHASERCompany has accepted the tender of the Supplier for the
supply for the total sum of Rs. __________ (Rupees ___________________________ only)
*including / excluding taxes upon the terms and subject to the conditions herein mentioned in
the agreement.
AND WHEREAS, a list is made out in the “SCHEDULE” hereunder written and all of which said
documents of the Schedule are deemed to form part of this agreement and included in the
expression “the Supply” wherever herein used, upon the terms and subject to the conditions
hereinafter mentioned.

NOW THIS AGREEMENT WITNESSES AS UNDER AND IT IS HEREBY AGREED AND DECLARED
THAT:-

(1) The Supplier has accepted the Terms and Conditions set out in the Tender Notice No.
……………… dated. ………….. as well as in the form of Acceptance of Tender (AT) / Letter of
Acceptance (LOA) No. .……………………………… dated. ……………. which will hold good & valid
during the period of this Agreement.

(2) The supplier shall do and perform for all supplies and things in this agreement mentioned
and described or which are implied therein or therefrom respectively or are reasonably

Page 16 of 33
necessary for the in-time and in manner supplies as mentioned and subject to the general
/ commercial terms & conditions and stipulations contained in this agreement.

(3) In consideration of the due provision, executions, completion of the Supply, as agreed to
by the Supplier as aforesaid, the Purchaser company hereby agrees to pay all the sums of
money as and when they become due and payable to the supplier under the provisions of
the agreement and such payment to be made at such times and in such manner as
provided in the agreement.

(4) In respect of the said Tender as per the terms & conditions of this Agreement, the Supplier
has deposited amount in Cash or DD or has provided valid Bank Guarantee of Rs. ……….
(Rupees ………………………………………..only) with the Purchaser Company towards performance
guarantee of execution period i.e. for security deposit of the supply material / items.

(5) Upon breach by the Supplier of any of the conditions of this Agreement, the Purchaser
Company may give a notice in writing to rescind, determine and put to an end to the A/T
without prejudice to the right of the Purchaser company to claim damages for antecedent
breaches thereof on the part of the Supplier and also to claim reasonable compensation /
risk & cost purchase for the loss occasioned by the Purchaser Company due to failure of
the Supplier to fulfill the Order as certified in writing by the Purchaser for which
Certificate shall be conclusive evidence of the amount of such compensation payable by
the Supplier to the Purchaser.

(6) The Purchaser Company shall not be bound to take the whole or any part of the ordered
quantity herein or therein mentioned in the LOA / AT and may cancel the contract at any
time after giving ONE MONTH’S NOTICE IN WRITING without compensating the Supplier.

(7) This Agreement shall remain in force till the expiry of satisfactory performance of the
Supply during Guarantee / Warranty period including for the quantity mentioned in the
repeat order, if any as per the terms & conditions of the LOA / AT.

(8) Any Notice in connection with the Supply including the Notice for termination may be
given by the Purchaser or any Authorized Officer for the said purpose as per the
Commercial Terms & Conditions of the LOA / AT.

(9) If subject to the circumstances beyond control i.e. Force Majeure conditions, the Supplier
fails to deliver the materials, the same shall be governed as per the Tender Documents.

(10) The agreed value, extent of supply, delivery dates, specifications, and other relevant
matters may be altered by mutual agreement as per the policy of the purchaser Company
and if so altered shall not be deemed or construed to mean or apply to affect or alter
other general / commercial terms & conditions of the agreement and the agreement so
altered or revised shall be and shall always be deemed to have been adhered subject to
and without prejudice to said stipulation.

(11) The following is the Schedule forming part of this agreement as provided herein above:

SCHEDULE

List of documents:

Page 17 of 33
1,
2.
3.

In witness whereof the parties hereto have set their hands and seals this day, month and year
first above written.

Place:
Date:
1. Signed, Sealed and delivered by :

(Signature with Name, Designation & official seal / stamp)

For and on behalf of M/s. _____________________ (Supplier)


(Complete Name, Address of the authorized person of the Supplier with Authority letter
or Board’s Resolution in case of company)

In the presence of Name, full Address & Signatures:

i) ________________________
________________________

ii) ________________________
________________________

2. Signed, Sealed and Delivered by :

(Signature with Name, Designation & official seal / Stamp)

For and on behalf of _________________ (Purchaser),


(Complete Name, Designation & Location / Address of the authorized officer as per DOP
of the Purchaser Company)

In the presence of Name, Full Address & Signature:

i) ________________________
________________________

ii) ________________________
________________________

Page 18 of 33
[ON STAMP PAPER OF RS.300/-]
FORM OF BANKER’S UNDERTAKING
[Combined Performance Guarantee (PBG) towards Execution /supply Period and Guarantee/
Warranty Period as per commercial terms and conditions of Tender]

We, ______________ (Name of the Bank and Address of the Branch giving the Bank Guarantee)
having our registered office at ______________________ (Address of Bank’s registered office)
hereby give this Bank Guarantee No.________________ dated _________ and hereby agree
Unequivocally and Unconditionally to pay immediately on demand in writing from the
Beneficiary Company____________ (Name of Gujarat Urja Vikas Nigam Ltd./ subsidiary
Company) or any officer authorized by it in this behalf any amount up to not exceeding Rs.
___________ (Amount of combined Performance Guarantees towards Execution /supply Period
and Guarantee/ Warranty Period), (Rupees _________ (in words)) to the said ___________
(GUVNL/ subsidiary Company) on behalf of M/s. ___________________________ who have
entered into a contract for the supply/works specified below:
L.O.A. No. ______________________________ dated _________.
This agreement shall be valid and binding on this Bank up to and inclusive of ______________
(Date of validity of the Bank Guarantee) and shall not be terminable by notice or by change in
the constitution of the Bank or the firm of Contractors / Suppliers or by any other reasons
whatsoever and our liability hereunder shall not be impaired or discharged by any extension of
time or variations or alterations made, given conceded or agreed, with or without our
knowledge or consent, by or between parties to the said within written contract.

Notwithstanding anything contrary contained in any law for the time being in force or banking
practice, this Guarantee shall not be assignable, transferable by the Beneficiary (i.e. GUVNL or
Subsidiaries). Notice or invocation by any person such as assignee, transferee or agent of
beneficiary shall not be entertained by the Bank. Any invocation of the Guarantee can be made
only by the beneficiary directly.

NOTWITHSTANDING anything contained herein before, our liability under this guarantee is
restricted to Rs.___________ (Rupees ________________only). Our guarantee shall remain in
force until _____________ (Date of validity of the Bank Guarantee). Unless demands or claims
under this Bank Guarantee are made to us in writing on or before_______ (Date of validity of
the Bank Guarantee), all rights of the Beneficiary under this Bank Guarantee shall be forfeited
and we shall be released and discharged from all liabilities there under:

Place:
Date:

Please Mention here Complete Postal Signature of the Bank’s Authorized


Address of the Bank with Branch Code, Signatory with Official Round Seal.
Telephone and Fax Nos.

NAME OF DESIGNATED BANKS:

1. All Nationalized Banks including Public Sector Banks IDBI Bank Ltd.
2. Private Sector Banks authorized by RBI to undertake the state Government business, which
are (i) Axis Bank (ii) ICICI Bank (iii) HDFC Bank

Note: The Banks shall be the Banks recognized / notified by the Finance Department,
Government of Gujarat (GoG) from time to time.

Page 19 of 33
ANNEXURE – 1

Subject: AT of ______________________________________
Reference:
Due on date:

Tender enquiry No.: GUVNL/ Tech/ 60310

In connection with the above subject and reference I/ We confirm the following:
I / We, the under signed have read and examined the Tender Specifications in tender mentioned
at ANNEXURE A with the Commercial terms and conditions.
I / We, declare that our Technical Bid is strictly in line with the Tender specifications (except
the deviations shown in Annexure of Technical Deviations).
Further, I / We also agree that additional conditions / deviations, if any, found in the
Commercial terms & conditions, our offer shall be out rightly rejected without assigning any
reason thereof.
Seal of the Firm

Signature of the Authorised Representatives of the firm


Date:
Name:
Status:
Name of the Tendering Firm / Agency:

Page 20 of 33
ANNEXURE – 2

I / WE, confirm that following documents are filled in Physical format of the technical bid.
Details
Confirmation
(Tick any one)
Firm’s details as per “Annexure –3” YES / NO
Past experience details as per “Annexure-4” YES / NO
List of Performance certificates as per “Annexure-5” YES / NO
Certificate –A YES / NO
Confirmation of GUVNL technical specification YES / NO
ANNEXURE - 6 YES / NO
ANNEXURE - 7 YES / NO
ANNEXURE - 8 YES / NO
ANNEXURE – 9 YES / NO
ANNEXURE – 10 YES / NO

Page 21 of 33
ANNEXURE - 3
DETAILS OF THE FIRM
Tenderer may MANDATORILY fill all the details in this form.
(These details are necessary to create the database of contractor s)

Firm Name
Within Gujarat / Outside Gujarat
Pvt. Firm / Public Ltd. / State Govt. Under
taking / Central Govt. undertaking (Indicate the relevant status)
GST No. and GST Date
RTGS/NEFT details
Bank Details Account Number
IFSC Code
Address of Registered Office Factory Works Authorized
Representative
Contact person
name
Designation
Address
City & Pin code
State
Country
Phone Nos.(Office)
Phone
Nos.(Residence)
Fax Nos.
STD Code.
Mobile No.

Page 22 of 33
ANNEXURE- 4

DETAILS OF THE EXPERIENCE FOR CONTRACT OF TENDER ITEM /SIMILAR TYPE OF TENDER
ITEM IN LAST FIVE YEARS FROM THE DUE DATE OF TENDER:
STATUS
ORDER , Qty. on
CONTRAC ORDER
FULLY IF hand if
T REFERENC TYPE OF QUAN
Sr. EXECUT ORDER order Remark
EXECUTE E SERVICE T
No. E UNDER under s
D No. & S ITY
D EXECUT executio
TO DATE
YES/NO I n
ON
GUVNL (Formerly GEB ) MGVCL/GUVNL/DGVCL/PGVCL/GETCO/GSECL(List of order to
A
be submitted in “EMD Cover documents “ in Physical form.Refer clause No.8)

5
B OTHER STATE ELECTRICITY COMPANY
1

4
5

C PRIVATE/OTHER FIRMS
1

Page 23 of 33
ANNEXURE – 5

LIST OF PERFORMANCE CERTIFICATES SUBMITTED WITH THE TECHNICAL BID

Name of the
Authority by Reference No. &
Sr. No Details of Contract
whom certificate Date
is issued

1 2 3 4

Page 24 of 33
ANNEXURE – 6
Vendor must fill up below details & should place at the top of the Technical Bid.

1 PRICES: [FIRM ONLY]


(Please Specify YES / NO.)
2 PENALTY TERMS AGREED :
(Please Specify YES / NO.)
3 SECURITY TERMS AGREED:
(Please Specify YES / NO.)
4 VALIDITY OF THE OFFER AGREED:
(Please Specify YES / NO.)
PAYMENT TERMS AGREED:
5 (Please Specify YES / NO.)

1 TELEPHONE NOS. & FAX NO:


2 Authorized person of the firm :
3 Name of the proprietor, partners, directors [as the case may be], along with address,
telephone, fax no. etc.

Page 25 of 33
ANNEXURE – 7

(COPY OF EACH OF FOLLOWING TO BE SUBMITTED AS AN ATTACHMENT)

Vendors should furnish the below available details /documents along with technical Bid.

1. Copy of showing Registration Number under shops and Estt. Act, Certificate of Incorporation
& Commencement of Business, partnership deed (whichever applicable) should be submitted.

2. The bidder should provide Audited Financial Statements /Annual Reports for FY 2018-19,
2019-20 and 2020-21. However, for FY 2020-21, the Bidder may also submit Provisional
Financial Statements / Annual Accounts duly certified by CA.

3. Performance reports, if any

4. MAF from respective OEM.

5. Copy of each order of subsidiary company of GUVNL for each item offered which are executed
in last five years.

Note: In case of non-attachment of mandatory document or attachment of wrong document,


bid/offer may be rejected at the discretion of GUVNL.

Page 26 of 33
ANNEXURE – 8
Technical& commercial deviations, if any, tobe furnished in this annexure only and to be
submitted with the technical bid.

Page 27 of 33
ANNEXURE – 9

(UNDERTAKING IN REGARD TO STOP DEAL / BANNED FOR BUSINESS DEALING / BLACK LIST
THEREOF).

Subject: Undertaking in regard to Stop Deal / Banned for Business dealing / Black List Thereof.

Ref: Tender No.: GUVNL/Tech/60310

I / We ________________________________________________________ authorized signatory of


M/S ______________________________________________________________ here by certify that
M/S __________________________________________ and their proprietor / any partner / any
directors of the firm is not stop deal and/or banned for business dealing and/or black listed by
GUVNL and/or their any subsidiary company viz. GSECL / GETCO / DGVCL / GUVNL /GUVNL /
PGVCL , any Bank / Govt. / Govt. agency / PSUs Bank(s) / Financial Institutions in India in the
past as on RFP submission date.

Signature of the Tenderer

Seal of the Firm

Page 28 of 33
Certificate – A

I / We ________________________________________________________ authorized signatory of


M/s.______________________________________________________________ hereby certify that
M/s._____________________________________________ is not related with other firms who
have submitted tenders for the same items under this inquiry / Tender.

Seal of the Firm

Signature of the Tenderer

With Designation
Place:
Date:

GUJARAT URJA VIKAS NIGAM LIMITED, SARDAR PATEL VIDHYUT BHAVAN,


RACE COURSE, VADODARA-384001
Tender No. GUVNL/
Due On:

Page 29 of 33
ANNEXURE –A: TECHNICVAL SPECIFICATIONS

Complied Yes /No


A Architecture

Solution should integrate seamlessly with existing network


A.1
infrastructure.

The solution should have the capability to synchronize clock with


A.2 systems like network equipments, voice systems, solutions, appliances,
desk top systems etc.

The NTP Solution should use a purpose-built, hardened operating


A.3
system and OS should be hardened linux kernel

The system should support complete STACK of IPV4, IPV6 and Dual
A.4
STACK
The NTP Solution should provide 50 nanoseconds accuracy to UTC
A.5
using GPS, GLONASS and standard oscillator.

B Hardware Requirements

NTP Solution should have Rack mountable system and solution should
B.1 contain all necessary accessories which will require to work as a
complete solution as per the Scope of Work.

Each system should have 2 x 1G Ethernet Ports and 1 Management


B.2
port (10/100M) which is able to support data as well.

Each Time Solution should have in band Management feature and


B.3
console port for local logging.

Each NTP Solution should have dual redundant power supply and
B.4
should support the temperature range from 0° C upto +50°C.

Solution should support manual offset configuration whenever there is a


B.5
requirement for setting manual time drift.
B.6 Solution should support Humidity : 5% to 90%; non-condensing.
Solution should have CE,FCC,RoHS certifications.GPS receiver
B.7
accuracy should be <25 ns

Antenna should be high gain, all-weather, operable in -40°C to +85°C


B.8
temperature range.

C Performance
Each NTP Solution should be capable to deliver at least 7500
simultaneous NTP requests per second
C.1

Page 30 of 33
D NTP Features
NTP Solution architecture should have facility to provide Stratum 1
D.1 Time Service using the following:
a. NTP V.2, V.3 and V.4 as per RFC 1305 and 5905
The NTP Solution should have inbuilt facility to connect to external
D.2
antenna for satellite tracking
The NTP Solution should have capability to synchronize the system
D.3
time with multiple sources like GPS L1 (1575.42 MHz)
The NTP Solution should support to up 40 to 50 Satellite tracking and
D.4
T-RAIM satellite error management

The NTP Solution should have 400 μs per 24-hour accuracy of the
D.5
internal atomic clock

The NTP Solution external antenna should be capable to get connected


on roof top with a distance approx. 100 Mtr. from the NTP Solution
D.6
need to be factored and should use GPS Antenna Preamplifier for
getting better GPS signal up to the NTP Solution

The NTP Solution be facilitated with Surge Protector Grounding Kit,


which serves as a single point ground connection for the GPS Antenna
Surge Protector, equipment rack, GPS receiver, and other surge
D.7 protection devices to a perimeter ground system for protecting NTP
Solution from lighting strikes. Outdoor antenna connector weather
proofing kit, with weather-proofing wrap, vinyl electrical tape and
instructions etc. should be quoted.
E Device Administration, Management and Reporting

The NTP Solution should support Local Authentication methods


E.1 wherein, user id and password are created locally on the solution. It
should also support TACACS+/RADIUS/LDAP authentication methods.

The NTP Solution should be capable of actively sync time for 2000
E.2
elements over the MPLS/Leased Line WAN Network.
The NTP Solution should have front panel for basic configuration and
E.3 status monitoring of the system. It should have dedicated LCD Screen
Timer Output.
The device should be accessible using
E.4
usingSSH,SSL,SCP,SNMP,CustomMIB,HTTPS,Telnet
The NTP Solution should support to send logs to central Syslog logging
E.5
system

The NTP Solution should support all modes of operation i.e Unicast,
E.6
Multicast and Broadcast architecture and all production solutions

The NTP Solution should support for monitor and manage using 3rd
E.7 party Network Management System/Element Management System
(NMS/EMS) software using SNMP V.2 and SNMP V.3

Page 31 of 33
Precision Time Protocol ( PTP) : NTP appliance should be modular and
E.8 should support PTP for future upgradation. The upgrade should be
done onsite only.
Any management or additional client software if available should be
E.9
separately quoted.

At the time of implementation all the materials including cable,


E.10
fiber,power cable should be provided by OEM or solution integrator.

F Security

The NTP Solution should have facility to apply ACL for restricting the
F.1
system which could get synchronized and get update

The NTP device should automatically switch to backup synchronization


F.2
or holdover on detection of GPS/GNSS interference.

Page 32 of 33
Schedule – B (Price Bid)
Tender No 60310:
Supply, installation, Testing, commissioning and maintenance of NTP Server with 3 years
warranty in Data Center at GUVNL

Unit Cost GST GST in End Cost with GST


Sr.No Description Qty
in Rs. (%) Rs. in Rs.
NTP Solution with necessary
1 accessories, Hardware and 1
Software with 3 years warranty
Total Amount in Rs.

Page 33 of 33

You might also like