165
CDS and Clearing Ltd. CDS and Clearing Ltd. BIDDING DOCUMENT for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in Nepal Re-Tender Issued on: February 17, 2011 Tender No: CDSC/01/067-68 CDS and Clearing Limited (CDSC), Singh Durbar Plaza, Kathmandu, Nepal. 1/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in Nepal

BID Document of CDS

Embed Size (px)

DESCRIPTION

BID Document

Citation preview

Page 1: BID Document of CDS

CDS and Clearing Ltd.

CDS and Clearing Ltd.

BIDDING DOCUMENT

for

Supply, Delivery, Installation and Commissioning of Hardware and System

Software for Setting up of Central Depository and Clearing & Settlement

System in Nepal

Re-Tender Issued on: February 17, 2011Tender No: CDSC/01/067-68

CDS and Clearing Limited (CDSC), Singh Durbar Plaza, Kathmandu, Nepal.

1/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

TEL: 977-1- 4250759,FAX: 977-1- 4262538

E-mail: [email protected] Website: http://www.cdscnp.comhttp://www.ntc.net.np

Page 2: BID Document of CDS

CDS and Clearing Ltd.

Table of Contents

Invitation for Bids

PART 1 – Bidding ProceduresInvitation for Bid ..........................................................................6-7

Section I: Instructions to Bidders (ITB).........................................8-28

Section II: Bidding Data Sheet (BDS)..............................................29-31

Section III: Qualification Criteria......................................................32-33

Section IV: Bidding Form..................................................................34-42

PART 2 – Supply RequirementsSection V: Schedule of Requirements (SOR)........................................43-45

Section VI: Schedule of Prices (SOP)....................................................46-53

PART 3 – Conditions of Contract and Contract FormsSection VII. General Conditions of Contract.........................................54-72

Section VIII. Special Conditions of Contract..........................................73-78

Section IX. Contract Forms...................................................................79-83

PART 4 – Technical SpecificationsSection X: General Technical Specification............................................84-93

Section XI: Detail Technical Specification..............................................94-111

2/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 3: BID Document of CDS

CDS and Clearing Ltd.

Abbreviations and Acronyms

AMC …………………………………….. Annual Maintenance Contract

AT ……………………………………….. Acceptance Test

COC ……………………………………. Conditions of Contract

DCC ……………………………………. Delivery Completion Certificate

FAC ……………………………………. Final Acceptance Certificate

FAT ……………………………………. Final Acceptance Test

GoN …….………………………………. Government Of Nepal

IFB ……………………………………. Invitation For Bids

ITB ………………………………………. Instructions To Bidders

LOA …………………………………….. Letter of Acceptance

LOI …………………………………….. Letter of Intent

CDSC……………………………..………. CDS and Clearing Ltd.

PAC ……………………………………. Provisional Acceptance Certificate

PAT ……………………………………. Provisional Acceptance Test

PPMO……………………………………. Public Procurement Monitoring Office

SOP ……………………………………. Schedule of Prices

SOR ……………………………………. Schedule of Requirement

TDS ………………………………………. Tax Deducted at Source

VAT .……………………………………. Value Added Tax

3/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 4: BID Document of CDS

CDS and Clearing Ltd.

Glossary of Terms Used in this Document

Bidder: Bidder is a person or an entity who submits the bid document under this tender.

Blacklisting: It is enlisting or including the name of a person, affirm, or a company in a list seen as unacceptable or untrustworthy. Once the name is included in such a list, the person or the company is looked by suspicion and may not be allowed to participate in a bidding process.

Bid Price: The price quoted by the Bidder in Bid Form.

Bill of Quantities: The Priced and completed Bill of Quantities forming part of the Bid.

Contract: The Contract means the agreement entered into between the CDSC and the Supplier, as recorded in the contract agreement form signed by the parties, including all amendments and appendices thereto and all documents incorporated by reference therein;

Contract Award: It is the decision of CDSC to give responsibility to execute this job through contract agreement signed with a successful bidder. The awardee is responsible to execute the contract as per the agreement made with CDSC.

Corrupt Practice: It is the offering, giving, receiving, or soliciting, directly or indirectly, anything in cash or kind to influence improperly the action of the other party.

Contract Price: The total price of all the goods and services included in the contract which will be payable to the supplier on the fulfillment of all obligations under the contract.

Contract Document: The documents listed in the Agreement, including amendments thereto. Subject to the order of precedence set forth in the Agreement, all documents forming the Contract (and all parts thereof) are intended to be correlative, complementary and mutually explanatory

Corruption: It is the dishonest activity especially the involvement in bribery. Corruption in case of construction projects is the action of the other party.

Completion: The fulfillment of the related services by the Supplier in accordance with the terms and conditions set forth in the contract.

Delivery: The transfer of the Goods from the Supplier to the Purchaser in accordance with the terms and conditions set forth in the contract.

Day: The calendar day.

Evaluated Price: The total price obtained after the Financial Evaluation.

Fraudulent Practice: It is a practice of gaining of a materials advantage dishonestly. It is a practice that is false or impostor. It is any act or omission, including mis-representation that knowingly misleads or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation.

4/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 5: BID Document of CDS

CDS and Clearing Ltd.

Goods: All of the goods (Hardware and Software), which the supplier is required to supply and deliver to the CDSC under the contract;

CDS and Clearing Ltd. (CDSC): The purchaser

Purchaser: The organization purchasing the Goods, i.e. CDS and Clearing Limited. (CDSC)

Supplier: The Supplier means the individual or firm supplying the goods under this contract;

Successful Bid: The Bid that substantially comply with the technical, commercial and financial requirements of the tender and determined to be the lowest evaluated price after financial Evaluation.

Service: The services ancillary to the supply of the Goods, such as transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, training, warranty, AMC and other such obligations of the Supplier covered under the Contract;

Corrected Bid Price: Total Bid price obtained after the arithmetical error corrections.

End of Abbreviations and Glossary

5/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 6: BID Document of CDS

CDS and Clearing Ltd.

Invitation for Bids (IFB)

CDS and Clearing Ltd. (CDSC),Singh Durbar Plaza,Kathmandu, Nepal.

Date: Jan 23, 2011

Name of Contract: Supply, Delivery, Installation and Commissioning of Hardware and system software for setting up of Central Depository and Clearing & Settlement System in Nepal

Tender No: CDSC/01/067-68

1 The CDSC invites sealed bids from eligible bidders for the procurement of Hardware for setting up of Central Depository and Clearing and Settlement System in Nepal. Bidding is open to all eligible Domestic Bidders (Bidders from Nepal).

2 Eligible Bidders may obtain further information and inspect the bidding documents at the following office of CDSC.

CDS and Clearing Ltd. (CDSC), Singh Durbar Plaza,Kathmandu, Nepal.

Tel. No. : 977 1 4250759Fax No. : 977 1 4262538E-Mail : [email protected]

Website : http:/www.cdscnp.com

3 A complete set of bidding documents may be purchased by any eligible bidder from above office on the submission of a written application to the above and upon payment of a non-refundable fee of NRs. 5000.00(In Words: Nepalese Rupees: Five Thousand only).

If so requested, the Bidding Documents can also be sent by post/courier services upon payment of additional cost of NRs. 6,000.00 (Nepalese Rupees: Six thousand only). However, CDSC will not be responsible for delay or non-delivery of the documents so sent.

(Bid documents will be available in soft copy (in CD) as well as in hard copy. The offer shall also be provided in the hard copy (documentation form) as well as in the form of soft copy in CD (in Word, Excel and PDF Format). Soft copy will be used for the easiness of bid preparation and for the easiness of bid evaluation only. In case of discrepancy between the two, the hard copy shall prevail.)

4 Sealed Bids must be submitted to the above office of CDS and Clearing Limited. on or before 12.45 hrs on February 23, 2011. Documents received after this deadline shall not be accepted.

5 Bids shall be opened in the presence of Bidders' representatives who choose to attend at 13:00 hrs on February 23, 2011 at the office of CDSC. Bid must be valid until June 6, 2011 and it must be accompanied by bid security, amounting NRs. 9,50,000/= (Nepalese Rupees Nine Hundred Fifty Thousand only), which shall be valid until July 7, 2011.

6/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 7: BID Document of CDS

CDS and Clearing Ltd.

6 The bid security must be furnished or counter guaranteed by a “A” class commercial bank specified by Nepal Rastra Bank.

7 If bidder wishes to submit the Bid Security in the form of cash, the cash should be deposited in the bank and submit the receipt of the deposited amount of cash along with the bid. The bank name and bank account shall be provided to the Bidder upon request.

8 If the last date of purchasing, submission and opening falls on a government holiday then the next working day shall be considered as the last day

10. The Purchaser reserves the right to accept or reject, wholly or partly any or all the bids without assigning any reason, whatsoever.

End of Invitation for Bids (IFB)

7/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 8: BID Document of CDS

CDS and Clearing Ltd.

Section I: Instruction to Bidders

8/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 9: BID Document of CDS

CDS and Clearing Ltd.

Section I: Instructions To Bidders (ITB)

A. General

1 Scope of Bids

1.1 The Purchaser indicated in the BDS issues this Bidding Document for the Supply, Delivery and Installation and commissioning of Hardware and system software for setting up of Central Depository and Clearing and Settlement System in Nepal as specified in Section V, Schedule of Requirements (SOR).

1.2 Throughout this Bidding Document:

a) the term “in writing” means communicated in written form and delivered against receipt;

b) if, the context so requires, singular means plural and vice versa; and

c) “day” means calendar day

2 Source of Funds

CDSC shall apply its own fund to cover eligible payments under the Contract No. CDSC/01/067-68 for Supply, Delivery and Installation of Hardware and System Software for setting up of Central Depository and Clearing and Settlement System in Nepal. Bidding is open to all eligible Domestic Bidders (Bidders from Nepal).

3 Fraud and Corruption

3.1 Anticorruption Policy as per this bidding document requires that CDSC’s officials as well as bidders and suppliers, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, this bidding document;

(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence improperly the actions of another party;

(ii) “fraudulent practice” means any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

(iii) “coercive practice” means impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

(iv) “collusive practice” means an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party.

(v) “obstructive practice” means:

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a CDSC/GoN investigation into allegations of a corrupt,

9/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 10: BID Document of CDS

CDS and Clearing Ltd.

fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or

(bb) acts intended to materially impede the exercise of the CDSC/GoN’s inspection and audit rights provided for under sub-clause ITB 3.5 below.

(b) will reject bid(s) if it determines that the bidder has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the contract in question;

(c) will sanction a firm or individual, including declaring ineligible, for a stated period of time, to be awarded a contract if it at any time determines that the firm has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for, or in executing, a contract.

3.2 The Bidder shall not carry out or cause to carry out the following acts with an intention to influence the implementation of the procurement process or the procurement agreement:

I. give or propose improper inducement directly or indirectly,

II. distortion or misrepresentation of facts,

III. engaging in corrupt or fraudulent practice or involving in such act,

IV. interference in participation of other competing bidders,

V. coercion or threatening directly or indirectly to cause harm to the person or the property of any person to be involved in the procurement proceedings,

VI. collusive practice among bidders before or after submission of bids for distribution of works among bidders or fixing artificial/uncompetitive bid price with an intention to deprive the CDSC the benefit of open competitive bid price,

VII. contacting the CDSC with an intention to influence the CDSC with regards to the bids or interference of any kind in examination and evaluation of the bids during the period from the time of opening of the bids until the notification of award of contract.

3.3 Without prejudice to any other rights of the CDSC under this Contract, GoN may blacklist a Bidder for its conduct up to three (3) years on the following grounds and seriousness of the act committed by the bidder:

(a) if convicted by a court of law in a criminal offence which disqualifies the Bidder from participating in the contract,

(b) if it is established that the contract agreement signed by the Bidder was based on false or misrepresentation of Bidder’s qualification information,

3.4 A bidder declared blacklisted and ineligible by the GoN, Public procurement Monitoring Office (PPMO), shall be ineligible to bid for a contract during the period of time determined by the GoN.

3.5 The Contractor shall permit the CDSC/GoN to inspect the Contractor’s accounts and records relating to the performance of the Contractor and to have them audited by auditors appointed by the CDSC/GoN, if so required by the CDSC/GoN.

4 Eligible Bidders

10/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 11: BID Document of CDS

CDS and Clearing Ltd.

4.1 This Invitation for Bids is open to all eligible Domestic Bidders (Bidders form Nepal).

4.2 A Bidder may be a natural person, private entity, or government-owned entity (subject to ITB 4.5) or any combination of them in the form of a Joint Venture (JV) under an existing agreement, or with the intent to constitute a legally-enforceable joint venture. In the case of a JV:

(a) all partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms. The qualification requirement of the parties to the JV shall be as specified in the BDS, and

(b) the JV shall nominate a Representative who shall have the authority to conduct all business for and on behalf of any and all the parties of the JV during the bidding process and, in the event the JV is awarded the Contract, during Contract execution.

4.3 A Bidder shall not have a conflict of interest. All Bidders 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, if:

(a) they have controlling partners in common; or

(b) they receive or have received any direct or indirect subsidy from any of them; or

(c) they have the same legal representative for purposes of this bid; or

(d) they have a 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 influence the decisions of the CDSC regarding this bidding process; or

(e) a 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 party is involved. However, this does not limit the inclusion of the same sub Contractor in more than one bid; or

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

4.4 A Bidder that is under a declaration of ineligibility by the GoN in accordance with ITB 3, at the date of the deadline for bid submission or thereafter, shall be disqualified.

4.5 A GoN-owned enterprises may also participate in the bid if it is legally and financially autonomous, operate under commercial law, and it is not a dependent agency of the Purchaser.

4.6 Bidders shall provide such evidence of their continued eligibility satisfactory to the CDSC, as the CDSC shall reasonably request.

4.7 Firms shall be excluded, if by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the CDSC’s country prohibits any import of goods or Contracting of works or services from that country or any payments to persons or entities in that country.

4.8 A Bidder, and all parties constituting the Bidder, shall have the nationality of eligible countries.

11/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 12: BID Document of CDS

CDS and Clearing Ltd.

4.9. The domestic Bidder who has obtained Permanent Account Number (PAN) and Value Added Tax (VAT) registration certificate(s) and Tax clearance certificate or proof of submission of tax return from the Inland Revenue Office shall only be eligible.

5 Eligible Goods and Related Services

5.1 All goods and related services to be supplied under the contract are eligible, unless their origin is from country not eligible countries specified by GoN.

5.2 For purposes of this clause, “origin” means the place where the goods are mined, grown, or produced, or the place from which the related services are supplied

5.3 The origin of goods and services is distinct from the nationality of the Bidder.

6 Site Visit

6.1 For goods contracts requiring installation/ commissioning/ networking or similar services at site, the prospective Bidder who has purchased the bid document, at its own responsibility and risk, is encouraged to visit and examine the Site and obtain all information that may be necessary for preparing the Bid and entering into a contract for the supply of goods and related services.

6.2 The prospective Bidder should ensure that the Purchaser is informed of the visit in adequate time to allow it to make appropriate arrangements

6.3 The costs of visiting the Site shall be at the prospective Bidder’s own expense.

B. Contents of Bidding Document

7 Sections of Bidding Document

7.1 The Bidding Document consist of Parts 1, 2 and 3, which include all the Sections indicated below, and should be read in conjunction with any Addenda issued in accordance with ITB 8.

PART 1 Bidding Procedures

Section I - Instruction to Bidders (ITB)

Section II - Bid Data Sheet (BDS)

Section III - Qualification Criteria (EQC)

Section IV - Bidding Forms (BDF)

PART 2 Supply Requirements

Section V - Schedule of Requirement (SOR)

Section VI - Schedule of Prices (SOP)

PART 3 Conditions of Contract and Contract Forms

Section VII - General Conditions of Contract (GCC)

Section VIII - Special Conditions of Contract (SCC)

Section IX - Contract Forms (COF)

PART 4 – Technical Specifications12/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware

and System Software for Setting up of Central Depository and Clearing & Settlement System in Nepal

Page 13: BID Document of CDS

CDS and Clearing Ltd.

Section X: General Technical Specification

Section XI: Detail Technical Specification

7.2 The Purchaser will reject any Bid submission if the Bidding Document was not purchased directly from the Purchaser, or through its assigned office as stated in the BDS.

7.3 The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Document as well as in Amendments, if any. Failure to furnish all information or documentation required by the Bidding Document may result in the rejection of the Bid.

8 Clarification of Bidding Document/Pre-Bid Meeting

8.1 A prospective Bidder requiring any clarification of the Bidding Document shall contact the Purchaser in writing at the Purchaser’s address indicated in the BDS. The Purchaser will respond in writing to any request for clarification, provided that such request is received four (4) days prior to the deadline for submission of Bids. The Purchaser will forward copies of its response to all Bidders who have acquired the Bidding Document directly from it, including a description of the inquiry but without identifying its source. Should the Purchaser deem it necessary to amend the Bidding Document as a result of a clarification, it shall do so following the procedure under ITB 9 and ITB 24.2.

8.2 The purchaser may organize a pre-bid meeting of Bidders at least two (2) days before the deadline for submission of Bids at the place, date and time as specified in the BDS to provide information relating to Bidding Documents, Technical specifications and the like matters. Should the purchaser deem it necessary to amend the Bidding Document as a result of a clarification, it shall do so following the procedure under ITB 9 and ITB 24.2.

9 Amendment of Bidding Document

9.1 At any time prior to the deadline for submission of bids, the CDSC may amend the Bidding Document by issuing addenda.

9.2 Any addendum issued shall be part of the Bidding Document and shall be communicated in writing to all who have obtained the Bidding Document from the Purchaser.

9.3 To give prospective Bidders reasonable time in which to take an addendum into account in preparing their bids, the CDSC may, at its discretion, extend the deadline for the submission of bids, pursuant to ITB 24.2

C. Preparation of Bids10 Cost of Bidding

10.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the CDSC shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

11 Language of Bid

11.1 The Bid, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the Purchaser, shall be written in the English language. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages in the English language, in

13/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 14: BID Document of CDS

CDS and Clearing Ltd.

which case, for purposes of interpretation of the Bid, such translation shall govern. Such translation shall be attested by Notary Public.

12 Documents Comprising the Bid

12.1 The bid documents shall comprise documents and forms duly filled with date and signed by authorized person.

12.2 Submission of the following documents and forms along with bid document are mandatory, without which the bid shall be rejected.

(a) Bid Form (Sample form - 1) in accordance with Section IV: Sample Forms; duly filled with date and signed by authorized person.

(b) Bid Security furnished in accordance with Clause No. 21 of this Section and the Bid Security Form (Section IV, Sample form. 5) duly filled with date and signed by authorized person.

(c) Price Schedule in accordance with Section VI and Clause No. 15 of this Section duly filled with date and signed by authorized person.

(d) Manufacturer's Authorization Letter (as per Section IV, Sample form -6) if the bidder is not a manufacturer of the offered goods/ items and certificates on proof of being manufacturer of the offered products.

(e) The Power of attorney and Signature specimen of the authorized person in a separate sheet shall be submitted along with the Bid.

(f) A clause by clause comment on General Conditions of Contract, Special Conditions of Contract and Technical Specification.

(g) Bidders Eligibility and Equipment Field Proven-ness of the offered System as per Section III: Qualification Criteria.

(h) All pages containing Conditions of Contract and Technical Compliance Statement shall be signed by the bidder and the consortium members (authorized persons) and stamped with official seal.

12.3 The Bidder shall submit the above documents (mentioned in the ITB 12.2 from (a) to (e) in 3rd envelope sealed and marked as “Document for bid Opening” and remaining documents from (f) to (h) shall be enclosed in 1st envelope “Original” and 2nd envelope “Copy” as mentioned in ITB 23.

12.4 Compliance Statements to Commercial and Technical Requirement

12.5 In the offer, the bidder shall include clause by clause statement and sufficient documentation such that the CDSC can validate the compliance statements. In the statement of compliance, the bidder shall state:-

a) “Fully Compliant" if systems and functions offered fully meet the tender requirement.

b) “Partially Compliant” if the systems and functions offered meets the requirement partially. The bidder shall state the reason why the offer is partially compliant. However, if the bidder is able to fulfill the specified requirement later, the time schedule for this shall be stated. In such cases, the bidder shall clearly mention the extent to which other requirements or specifications are affected.

c) “Non Compliant” if the systems and functions cannot meet the requirements. The bidder shall also state reasons for it.

14/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 15: BID Document of CDS

CDS and Clearing Ltd.

d) Compliance statements such as ‘Agreed’, ‘Noted’, ‘OK’, Tick mark, Do (") and ‘Understood’ etc. shall not be acceptable and shall be considered “Non Compliant”

Bidders shall mention, along with the compliance statement, the relevant clause No., page No., chapter /section/volume of the offered bid document and/or the brochure and catalogue, wherever applicable, for the purpose of verification of their commercial and technical compliance statement.

12.6 In case of absence or unclear statements of compliance for any specified requirement, the CDSC will interpret that particular requirement as being "Non Compliant ".

12.7 If the bidder has stated ‘fully compliant’ against technical clauses with comments resulting in material deviation, such statement shall be considered as 'non compliant'

12.8 If the bidder has stated partially or non compliant to some of the clauses, the successful bidder shall provision for all such requirements and make the bid fully compliant to all CDSC requirements at the time of negotiation.

13 Bid Form and Schedules

13.1 The Bid form, schedules and all documents listed under ITB 12.2 shall be prepared using the relevant bidding forms as mentioned in Section IV, if so provided. The forms must be completed without any alterations to its format, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested.

13.2 The Bidder shall submit the Price Schedules for Goods and Related Services, according to their origin as appropriate, using the forms furnished in Section VI: SOP

14 Alternative Bids

14.1 In case a bidder offers one or more alternate or optional offer(s) in addition to the main offer, the CDSC will consider only the main offer for evaluation purpose, and under no circumstances, evaluation will be influenced by anything mentioned in alternate or optional offer(s).

However, based on cost-benefit and/ or technical analysis, the CDSC, if deemed necessary, may consider alternate or optional offer(s) during contract negotiation with the successful bidder.

15 Bid Prices and Discounts

15.1 The Bidder shall complete the appropriate Schedule of Prices and the sources of Goods schedules included herein, stating the unit prices, total cost per item, the total Bid amount and the expected countries of origin of the Goods to be supplied under the contract.

15.2 The Bidders shall quote in Nepalese currency on CIP CDSC's respective Stores in Kathmandu basis and payments will be made accordingly. This price shall be inclusive of taxes/duties such as VAT, Local Development Tax, Custom Duties, and Security Tax etc. applicable in Nepal. Such Bidder must submit up to date firm/Company registration certificate and Tax clearance or proof of submission of tax returns from Government of Nepal.

15.3 The bidder shall be responsible to pay withholding tax (TDS – Tax Deduction at Source) as per the Income tax law of government of Nepal applicable at the time of the payment.

15.4 The bidder is subject to local taxes such as VAT, social charges or income taxes on non resident international personnel, and also duties, fees, levies on amounts payable by the employer under the Contract.

15/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 16: BID Document of CDS

CDS and Clearing Ltd.

All duties, taxes, and other levies payable by the Contractor under the Contract, or for any other cause, as of the date mentioned in BDS prior to the deadline for submission of bids, shall be included in the rates and prices and the total bid price submitted by the Bidder.

15.5 The prices shall be fixed and will not be subjected to any variation.

Any bid not submitted as per the ITB 15.1 to ITB 15.4 shall be rejected

15.6 The unit prices of all goods, services and inland Transportation (if Applicable) shall be quoted in Section VI “Price Schedule”. In the column related to Price (Unit and Total Price) in Price Schedule (Section VI), except monetary value, Bidder shall not quote any other text such as “Included Above”, “Not Applicable”, “Not Available”, “Free of Cost” etc.

15.7 In case, the bidder wishes to offer any sort of discount on goods, services, inland delivery, such letter of discount applicable to the main offer shall be attached to the bid opening documents. The offered discount will not be considered for evaluation of bid if such letter is not attached with bid opening document. Any sort of offered discount shall be proportionately absorbed in the unit price of all the goods, services and inland delivery at the time of contract and shall remain valid and applicable in all subsequent purchases on later dates as mentioned in ITB 15.8.

15.8 The quoted unit prices shall remain valid until 5 years from the date of completion of Warranty as specified in GCOC 6.

15.9 Unit Prices of the offered goods, services and inland Transportation in all lots and phases shall be same.

15.10 The terms FOB, CIF, CIP, etc., shall be governed by the rules prescribed in the current edition of INCOTERMS published by the International Chamber of Commerce, Paris. However, the risk shall be covered as per Clause No. 23 of Section VII: GCOC.

16 Currencies of BidAll Prices shall be quoted in Nepalese Rupees (NRs).

17 Eligibility of the Bidder/Manufacturer

17.1 Bidder shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Nepal. The Bidder and Manufacturer who are black listed or are under the process of being black listed shall not be eligible to participate this bidding process. The bid offered by such Bidder and Manufacturer shall not be considered for the bid evaluation.

17.2 Bidder shall not have ownership with competitors of CDSC in Nepal and must not have plan to have ownership until the completion of all the contractual obligations.

17.3 Bidder found to be involved in fraudulent activity such as carteling in order to manipulate the bid price, submission of fake certificates and fake information may be blacklisted and Bid submitted shall be rejected.

17.4 If the Bidder submits bid on behalf of a merged company, legally certified document from the notary public shall be submitted along with the bid document. The eligibility of separate companies in such cases will be combined for the purpose of verifying the eligibility criteria as mentioned in the Section III: Qualification Criteria. Bid submitted on behalf of amalgamated/acquired companies having independent legal status will be treated separately and shall meet the eligibility criteria separately as mentioned in Section III: Qualification Criteria.

16/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 17: BID Document of CDS

CDS and Clearing Ltd.

17.5 If the Bidder submits bid on behalf of a subsidiary company/holding company, the subsidiary company/holding company whose product is being offered shall individually meet eligibility criteria as specified Section III: Qualification Criteria.

17.6 Bidder shall meet all the requirements mentioned in Bidding Data Sheet of Section II.

17.7 In order to establish their eligibility in accordance with ITB 4, Bidders shall:

(a) complete the eligibility declarations in the Bid Submission Sheet, included in Section IV, Bidding Forms; and

(b) if the Bidder is an existing or intended JV in accordance with ITB 4.2, submit a copy of the JV Agreement, or a letter of intent to enter into such an Agreement. The respective document shall be signed by all legally authorized signatories of all the parties to the existing or intended JV, as appropriate.

18 Documents Establishing the Conformity of the Goods and Related Services to the Bidding Document

18.1 To establish the conformity of the Goods and Related Services to the Bidding Document, the Bidder shall furnish as part of its Bid the documentary evidence that the Goods and Related Services conform to the requirements specified in Section V: Schedule of Requirement (SOR).

18.2 The documentary evidence may be in the form of literature, drawings or data, and shall consist of a detailed item-by-item description of the essential technical and performance characteristics of the Goods and Related Services, demonstrating substantial responsiveness of the Goods and Related Services to those requirements, and if applicable, a statement of deviations and exceptions to the provisions of Section V: Schedule of Requirements.

19 Documents Establishing the Qualifications of the Bidder

19.1 The documentary evidence of the Bidder’s qualifications to perform the contract, if its bid is accepted, shall establish to the Purchaser’s satisfaction that the Bidder meets each of the qualification criterion specified in Section III: Qualification Criteria.

19.2 If so required in the BDS, a Bidder that does not manufacture or produce the Goods it offers to supply shall submit the Manufacturer’s Authorization using the form included in Section IV, Bidding Forms to demonstrate that it has been duly authorized by the manufacturer or producer of the Goods to supply these Goods in Nepal and take care of the warranty provided.

20 Period of Bid Validity

20.1 Bid shall remain valid for a period specified in the BDS after the bid submission deadline date prescribed by the purchaser. A bid valid for a shorter period shall be rejected by the purchaser as nonresponsive.

20.2 In exceptional circumstances, prior to the expiration of the bid validity period, the Purchaser may request Bidders to extend the period of validity of their Bids. The request and the responses shall be made in writing. If a Bid Security is requested in accordance with ITB 21, it shall also be extended for a corresponding period. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder granting the request shall not be required or permitted to modify its Bid.

21 Bid Security21.1 The Bidder shall furnish as part of its bid, in original form a Bid Security as specified in the BDS.

21.2 If a bid security is specified pursuant to ITB 21.1, the bid security shall be a demand guarantee in any of the following forms at the Bidder’s option:

17/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 18: BID Document of CDS

CDS and Clearing Ltd.

(a) original copy of an unconditional bank guarantee from "A" class commercial bank or;

(b) original copy of cash deposit voucher in the CDSC's Account as specified in BDS.

In case of a bank guarantee, the Bid Security shall be submitted using the Bid Security Form included in Section IV, Bidding Forms. The form must include the complete name of the Bidder. The validity of the Bid Security shall be as specified in BDS. This shall also apply if the period for bid validity is extended.

The bid security issued by any foreign Bank outside Nepal must be counter guaranteed by an "A" class Commercial Bank in Nepal.

21.3 If a bid Security is required in accordance with ITB 21.1, any Bid not accompanied by an enforceable and compliant Bid Security in accordance with ITB 21.2, shall be rejected by the Purchaser as nonresponsive.

21.4 If a Bid Security is specified pursuant to ITB 21.1, the Bid Security of unsuccessful Bidders shall be returned upon the successful Bidder furnishing of the signed Contract Agreement and the Performance Security pursuant to ITB 42.

21.5 If a Bid Security is specified pursuant to ITB 21.1, the Bid Security of the successful Bidder shall be returned as promptly as possible once the successful Bidder has signed the Contract Agreement and furnished the required Performance Security.

21.6 The Bid Security may be forfeited:

(a) if a Bidder withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Submission Form, except as provided in ITB 20.2; or

(b) If the bidder, having been notified of the acceptance of its’ bid by the CDSC during the period of bid validity, either fails or refuses to sign the contract agreement within fifteen (15) days from the date of issuance of letter of Acceptance (LOA); or fails or refuses to furnish the Performance Security in accordance with GCOC 17.

21.7 The Bid Security of a JV must be in the name of the JV that submits the bid. If the JV has not been legally constituted at the time of bidding, the Bid Security shall be in the names of all future partners as named in the letter of intent mentioned in ITB 17.1

21.8 The bid security is required to protect the CDSC against the risk of bidder's non-performance.

22 Format and Signing of Bid22.1 In pursuant to Clause 23 of this Section, the bidders are required to submit the bids in three (3)

separate envelopes marked with “Original”, “Copy” and “Document for Bid Opening”.

22.2 The original and the copy or copies of the bid 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 un-amended printed literature, shall be initialed by the authorized person or persons signing the bid. But, the pages containing conditions of contract and technical compliance statement shall be signed and stamped with official seal by the bidder (authorized person).

22.3 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the authorized person or persons signing the bid.

C. Submission and Opening of Bids

23 Sealing and Marking of Bids

18/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 19: BID Document of CDS

CDS and Clearing Ltd.

23.1 Bidders may always submit their bids by mail or by hand or by courier, but in any means bid must be delivered within the deadline of submission as mentioned in ITB 24.

23.2 The bidders are required to submit the bids in three (3) separate envelopes each envelope sealed properly as follows:

i. 1st envelope with seal and marked as "Original", shall contain original documents.

ii. 2nd envelope with seal and marked as "Copy", shall contain copy.

iii. 3rd envelope with seal and marked as "Document for Bid Opening", shall contain original documents specified in ITB 12.3.

In the event of any discrepancy between original and copy document, the original hard copy document shall prevail.

23.3 The inner and outer envelopes shall:

(a) Bear the name and address of the Bidder indicated in BDS;

(b) Be addressed to the Purchaser indicated in BDS

(c) Bear a warning “NOT TO OPEN BEFORE THE TIME AND DATE FOR BID OPENING”

23.4 If the outer envelope is not sealed and marked as required by Clause No. 23.3, the CDSC will

assume no responsibility for the bid's misplacement or premature opening of the bid submitted. The bid thus received will be rejected.

23.5 In order to facilitate evaluation of the bid, the bidder shall provide the complete bidding documents in hard copy as well as soft copy including Price Schedule, Schedule of Requirements, Compliance statements of both Commercial and Technical requirements, other calculations etc. In case of discrepancy between hard copy and soft copy, hard copy shall prevail.

24 Deadline for Submission of Bids

24.1 Bids must be received by the Purchaser at the address and no later than the date and time indicated in the BDS.

24.2 The Purchaser may, at its discretion, extend the deadline for the submission of Bids by amending the Bidding Document in accordance with ITB 9, in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

25 Late Bids25.1 The Purchaser shall not consider any Bid that arrives after the deadline for submission of Bids,

in accordance with ITB 24. Any Bid received by the Purchaser after the deadline for submission of Bids shall be declared “LATE”, rejected, and returned unopened to the Bidder.

26 Withdrawal, or Modification of Bids

26.1 A Bidder may withdraw or modify its Bid after it has been submitted by sending a written Notice in a sealed envelope, duly signed by an authorized representative, and shall include a copy of the authorization in accordance with ITB 22.2 (except that Withdrawal Notices do not require copies). The corresponding withdrawal or modification of the Bid must accompany the respective written Notice. All Notices must be:

19/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 20: BID Document of CDS

CDS and Clearing Ltd.

(a) submitted in accordance with ITB 22 and 23 (except that Withdrawal Notices do not require copies), and in addition, the respective envelopes shall be clearly marked “Withdrawal”, “Modification”; and

(b) received by the Purchaser prior to the deadline prescribed for submission of bids, in accordance with ITB 24.

26.2 Bids requested to be withdrawn in accordance with ITB 26.1 shall be returned unopened to the Bidders.

26.3 No Bid shall be withdrawn or modified in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Bid Submission Form or any extension thereof.

27 Bid Opening27.1 The Purchaser shall conduct the bid opening in public, in the presence of bidder’s representatives

who choose to attend at the address, date, and time specified in BDS. In case, the bid opening date happens to be an official holiday, the CDSC will open the bids in the following working day. The bidder representatives who are present shall sign a bid opening checklists evidencing their attendance.

27.2 First, envelopes marked "WITHDRAWAL" shall be opened, read out and recorded and the envelope containing the corresponding bid shall not be opened, but return to the bidder. No bid shall be withdrawn unless the corresponding Withdrawal Notice contains a valid authorization to request the withdrawal and is read out and recorded at bid opening.

27.3 Next, envelopes marked "MODIFICATION" shall be opened, read out and recorded with the corresponding bid. No bid shall be modified unless the corresponding Modification Notice contains a valid authorization to request the modification and is read out and recorded at bid opening. Only envelopes that are opened, read out and recorded at bid opening shall be considered further.

27.4 All other envelopes marked with “Document for Bid Opening” shall be opened one at a time, and the following read out and recorded: the name of the Bidder and whether there is a modification; the Bid Prices (per lot if applicable), any discounts; the presence of a Bid Security, if required; if there is discrepancy between figure and words, description of such discrepancy; whether the bid form is signed by the bidder or his agent; and any other details as the Purchaser may consider appropriate. Only discounts read out and recorded at bid opening shall be considered for evaluation. No Bid shall be rejected at bid opening except for late bids, in accordance with ITB 25.1.

27.5 The Purchaser shall prepare a record of the bid opening that shall include, as a minimum: the name of the Bidder and whether there is a withdrawal, or modification; the Bid Price per lot if applicable, any discounts; and the presence or absence of a Bid Security. The Bidders’ representatives who are present shall be requested to sign the record. The omission of a Bidder’s signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributed to all Bidders who submitted bids in time, and posted on line when electronic bidding is permitted. The Bidders’ representatives who are present shall also be requested to sign an attendance sheet.

E. Evaluation and Comparison of Bids

28 Confidentiality

20/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 21: BID Document of CDS

CDS and Clearing Ltd.

28.1 Information relating to the examination, evaluation, comparison, and post-qualification of Bids, and recommendation of contract award, shall not be disclosed to Bidders or any other persons not officially concerned with such process until publication of the Contract award; thereafter, information will be disclosed in accordance with ITB 40.1.

28.2 Any attempt by a Bidder to influence the Purchaser in the examination, evaluation, comparison, and post-qualification of the Bids or Contract award decisions may result in the rejection of its Bid.

28.3 Notwithstanding ITB 28.2, from the time of bid opening to the time of Contract award, if any Bidder wishes to contact the Purchaser on any matter related to the bidding process, it should do so in writing.

29 Clarification of Bids

29.1 To assist in the examination, evaluation, comparison and post-qualification of the Bids, the Purchaser may, at its discretion, ask any Bidder for a clarification of its Bid. Any clarification submitted by a Bidder with regard to its Bid and that is not in response to a request by the Purchaser shall not be considered. The Purchaser’s request for clarification and the response shall be in writing. No change in the prices or substance of the Bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Purchaser in the evaluation of the Bids, in accordance with ITB 33.

30 Deviations, Reservations, and Omissions

30.1 During the evaluation of bids, the following definitions apply:

(a) “Deviation” is a departure from the requirements specified in the Bidding Document;

(b) “Reservation” is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the Bidding Document; and

(c) “Omission” is the failure to submit part or all of the information or documentation required in the Bidding Document.

31 Determination of Responsiveness

31.1 The Purchaser’s determination of the responsiveness of a Bid is to be based on the contents of the Bid itself, as defined in ITB 12.

31.2 A substantially responsive bid is one that meets the requirements of the Bidding Document without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that,

(a) if accepted, would:

(i) affect in any substantial way the scope, quality, or performance of the Goods and Related Services specified in Section V, Schedule of Requirements; or

(ii) limits in any substantial way, inconsistent with the Bidding Document, the Purchaser’s rights or the Bidder’s obligations under the proposed Contract; or

(iii) if rectified, would unfairly affect the competitive position of other Bidders presenting substantially responsive bids.

21/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 22: BID Document of CDS

CDS and Clearing Ltd.

31.3 The Purchaser shall examine the technical aspects of the bid in particular, to confirm that all requirements of Section V, Schedule of Requirements have been met without any material deviation or reservation.

32 Non-material Non-conformities

32.1 The Purchaser may regard a Bid as responsive even if it contains minor deviations that do not materially alter or depart from the characteristics, terms, conditions and other requirement set forth in the Bidding Document or if it contains errors or oversights that are capable of being corrected without affecting the substance of the Bid.

32.2 Provided that a Bid is substantially responsive, the Purchaser may request that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify non-material non-conformities or omissions in the Bid related to documentation requirements. Requesting information or documentation on such non-conformities shall not be related to any aspect of the price of the Bid. Failure of the Bidder to comply with the request may result in the rejection of its Bid.

32.3 Provided that a Bid is substantially responsive, the Purchaser shall rectify non-material non-conformities or omissions. To this effect, the Bid Price shall be adjusted, for comparison purposes only, to reflect the price of the missing or non-conforming item or component.

32.4 If small differences are found such as in technical specification, description, feature which does not make the bid to be rejected, then the cost, which is calculated to the extent possible due to such differences, shall be included while evaluating bid.

32.5 If the value of such non conformities is found fifteen (15%) percent more than the quoted amount of the bidder on account of small differences pursuant to ITB 32.4, such bid shall be considered irresponsive in substance and shall not be considered for evaluation

33 Correction of Arithmetical Errors

33.1 Provided that the Bid is substantially responsive, the Purchaser shall correct arithmetical errors on the following basis:

(a) if there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the Purchaser there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected;

(b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and

(c ) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above.

33.2 If the Bidder that submitted the lowest evaluated Bid does not accept the correction of errors, its Bid shall be rejected.

34 Evaluation and Comparison of Bids34.1 The Purchaser shall determine to its satisfaction whether the Bidder that is selected as having

submitted the lowest evaluated and substantially responsive Bid is qualified to perform the Contract satisfactorily.

22/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 23: BID Document of CDS

CDS and Clearing Ltd.

34.2 The determination shall be based upon an examination of the documentary evidence of the Bidder’s qualifications and technical/commercial compliance.

34.3 An affirmative determination shall be a prerequisite for award of the Contract to the Bidder. A negative determination shall result in disqualification of the Bid, in which event the Purchaser shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily.

34.4 To evaluate a Bid, the Purchaser shall only use all the criteria and methodologies defined in this ITB 34, ITB 35 and in Section III: Qualification Criteria. No other criteria or methodology shall be permitted.

35 Evaluation Procedure35.1 The Purchaser shall evaluate the bids in four stages i.e. 1) Preliminary Examination, 2)

Technical Evaluation, 3) Commercial Evaluation, and 4) Financial Evaluation

35.2 Preliminary Examination

35.2.1 Preliminary Examination of the Bids shall be done in accordance with ITB 12.2 . CDSC will examine the bids to verify whether the bid is valid & complete, whether the bid is accompanied by valid bid securities, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

35.2.2 CDSC may waive any minor informality, nonconformity, or irregularity in a bid, which does not constitute a major material and quality deviation and without which the purpose of bidding will be fulfilled, provided such waiver does not prejudice or affect the relative ranking of any bidder. Prior to the detailed evaluation, CDSC will determine the substantial responsiveness of each bid to certain critical provisions stipulated in the CDSC tender document. For the purpose of this clause, a substantially responsive bid is the one, which conforms to all the terms and conditions of the bidding documents without major material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning Bid Security, Payment Terms, Applicable Law and Taxes and Duties and the technical requirements will be deemed to be major deviations. CDSC’s determination of a bid’s responsiveness will be based on the contents of the bid itself without recourse to any extrinsic evidence.

35.2.3 If a bid has one or more major deviations, it will be rejected by the CDSC and will not substantially be made responsive by the bidder by correction of the nonconformity.

35.3 Technical Evaluation

35.3.1 Technical evaluation shall be carried out for those bids, which are found to be responsive after preliminary examination as per above ITB 35.2. Technical evaluation shall be based on clause by clause compliance statements or comments on Technical Specifications as well as technical details, catalogues, brochures etc. furnished by each bidder.

35.3.2 If a bid has one or more major deviations, it will be rejected by the CDSC and will not substantially be made responsive by the bidder by correction of the nonconformity.

35.4 Commercial Evaluation

35.4.1 Detailed Commercial Evaluation shall be carried out for those bids, which are found to be responsive after Detail Technical Evaluation as per above ITB 35.3. The detail commercial evaluation shall be carried out in accordance with the Section IV: GCC and SCC.

35.5 Detail Financial Evaluation

23/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 24: BID Document of CDS

CDS and Clearing Ltd.

35.5.1 Once the bids are considered substantially responsive after detailed Technical and Commercial evaluation, all those responsive bids shall be judged from Financial Evaluation perspective only and no weight-age shall be given to other technical details or parameters or additional features and facilities of the offered products.

35.5.2 For the Financial Evaluation the following factors shall be taken into consideration for evaluation purpose:

35.5.3 Arithmetical errors

Arithmetical errors will be rectified on the following basis

35.5.3.1 Discrepancy between the Unit Price and the Total Price

If there is a discrepancy between the unit price and the total price which is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price will be corrected.

35.5.3.2 Error in Calculation Total Price

If there is an error in total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected.

35.5.3.3 If there is discrepancy between words and figure, the word shall prevail

35.5.3.4 While performing error corrections as mentioned above in Clause No. 35.5.3, the Bid Price may changed. Therefore, the Total Bid Price obtained after the Arithmetical Error Correction shall be considered as a Corrected Bid price.

35.5.4 Offered Quantity

35.5.4.1 Under-Dimensioned (Short) Items

If the offered quantity is not sufficient to meet the CDSC’s requirement, required quantity will be loaded to fulfill the requirement and price will be adjusted accordingly taking into consideration the offered unit price of the same bidder.

35.5.4.2 Missing (omission) Items

If some required items of SOP and BOQ are missing in the offer, then the average price of all responsive bidders for such missing item(s) will be considered for evaluation purpose and loaded to bring all bidders in equal footing.

35.5.4.3 However, in all the cases mentioned above in Clause No. 35.5.4, the Bidder shall provide all the missing/short items mentioned above free of cost to CDSC if the bidder happens to be a successful bidder.

35.5.4.4 If major items, without which the purpose of bidding will not be fulfilled, are missing, the bid shall be considered non-responsive and shall be rejected.

35.5.5 Unit Price

35.5.5.1 Discrepancy in Unit Price in Lots, Phases and Packages

Unit Prices of the offered goods, services and inland transportation in all lots, phases and packages shall be same. In case of discrepancies in the Unit prices, the quoted unit price in respective lots, phases and packages shall be used for evaluation. However, lowest Unit

24/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 25: BID Document of CDS

CDS and Clearing Ltd.

Price among all shall be considered for all lots, phase and packages for the calculation and preparation of final Contract Price if the bidder happens to be the Successful Bidder.

35.5.5.2 Unit Price of Missing Items

In case of missing (omission) items (Clause No. 35.5.4.2.), unit price of such items shall be finalized at the time of negotiation without exceeding the average price of the same item of the responsive bidders.

35.5.6 If the loading amount after performing the loading as per Clauses 35.5.4 of this Section exceed 15% of the Corrected Bid Price, the bid shall be considered as non responsive and not considered for evaluation.

35.5.7 If the Bidder does not accept the correction of the errors, its bid will be rejected, and its bid security shall be forfeited. The CDSC reserves the rights to award the tender to the next lowest bidder or may go for re-tender whichever is convenient

36 Post Qualification of the Bidder36.3 The Purchaser shall determine to its satisfaction whether the Bidder that is selected as having

submitted the lowest evaluated and substantially responsive Bid is qualified to perform the Contract satisfactorily.

36.4 The determination shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB 19.

36.5 An affirmative determination shall be a prerequisite for award of the Contract to the Bidder. A negative determination shall result in disqualification of the Bid, in which event the Purchaser shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily.

37 Purchaser’s Right to Accept Any Bid, and to reject Any or All BidsThe Purchaser reserves the right to accept or reject any Bid, and to annul the bidding process and reject all Bids at any time prior to Contract award, without thereby incurring any liability to the Bidders.

F. Award of Contract

38 Award Criteria38.1 The Purchaser shall select to award the Contract to the Bidder whose offer has been

determined to be the lowest evaluated Bid and is substantially responsive to the Bidding Document, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.

39 Purchaser’s Right to Vary Quantities at the Time of Award39.1 The CDSC reserves the right at the time of award of contract to increase or decrease by up to

twenty percent (20%) of the quantity of goods and services specified in the Schedule of Requirement without any change in unit price or other terms and conditions.

40 Award of Contract40.1 Based on evaluation as per above clause Nos. 35 the responsive Bidder with Lowest Evaluated

Price shall be determined as Successful Bidder. As financial evaluation shall be done as per Clause no. 35.5, total evaluated price may differ from the price quoted by the bidder in its price schedule. Financial comparison shall be based on “evaluated price” and not “offered price”. However, the final total contract price shall be finalized during contract negotiation with the successful bidder.

25/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 26: BID Document of CDS

CDS and Clearing Ltd.

40.2 The CDSC shall issue a Letter of Intent (LOI) to notify the concerned Bidders whose bid has been selected in accordance with ITB 38, in writing that the CDSC has intention to accept his/her bid and the information regarding the name, address and amount of selected bidder shall be given to all other bidders who submitted the bid.

40.3 If no bidder submits an application for review pursuant to ITB 43 within a period of seven days of the notice provided under ITB 40.2, CDSC shall, accept the bids selected in accordance with ITB 40.1 and will subsequently issue a Letter of Acceptance (LOA) to furnish the performance security and to initiate negotiation between the bidder and the CDSC within fifteen days.

40.4 Within Fifteen (15) days of the receipt of notification of award from CDSC, the Bidder shall send its authorized representatives for the contract negotiation and signing the contract.

41 Performance Security

41.1 At the time of signing the Contract the successful Bidder shall furnish the Performance Security in accordance with the GCC, using for that purpose the Performance Security Form included in Section IX, Contract Forms.

41.2 Failure of the successful Bidder to submit the above-mentioned Performance Security or sign the Contract Agreement shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security. In that event the Purchaser may award the Contract to the next lowest evaluated Bidder whose offer is substantially responsive and is determined by the Purchaser to be qualified to perform the Contract satisfactorily.

42 Signing of Contract42.1 The successful Bidder shall sign the contract in the form included in section IX after the submission

of performance security in accordance with ITB 41.

42.2 At the same time, the Purchaser shall also notify all other Bidders of the results of the bidding, and shall publish in an English/Nepali language newspaper or well-known and freely accessible website the results identifying the bid and lot numbers and the following information: (i) name of each Bidder who submitted a Bid; (ii) bid prices as read out at Bid Opening; (iii) name and evaluated prices of each Bid; (iv) name of bidders whose bids were rejected and the reasons for their rejection; and (v) name of the winning Bidder, and the Price it offered, as well as the duration and summary scope of the Contract awarded.

42.3 The Purchaser shall promptly respond in writing to any unsuccessful Bidder who, within thirty days from the date of issuance of notification of award in accordance with ITB 40.2, requests in writing the grounds on which its bid was not selected.

43 Complaint and Review

43.1 If a Bidder dissatisfies with the Procurement proceedings or the decision made by the Purchaser in the intention to award the Contract, it may file an application to the CDSC within seven (7) days of having, receipt of such notice or decision making, for review of the proceedings stating the factual and legal grounds.

43.2 An application filed after the deadline pursuant ITB 43.1 shall not be processed.

43.3 The CDSC shall, within five (5) days after receiving the application, give its decision with reasons, in writing pursuant to ITB 43.1:

(a) whether to suspend the procurement proceeding and the procedure for further proceedings to be adopted; or

26/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 27: BID Document of CDS

CDS and Clearing Ltd.

(b) whether or not to reject a application.

No application can be submitted before the Review Committee for review against the decision made by the chief of the Public Entity for the Bid amount up to the value as stated in BDS.

43.4 If the Bidder is not satisfied with the decision of the CDSC in accordance with ITB 43.3, or the decision by the Public Entity is not given within five (5) days of receipt of application pursuant to ITB 43.1, it can, within seven (7) days of receipt of such decision, file an application to the Review Committee of the GoN, stating the reason of its disagreement on the decision of the CDSC and furnishing the relevant documents, provided that its Bid amount is above the amount as stated in ITB 43.3. The application may be sent by hand, or by post, or by courier, or by electronic media at the risk of the Bidder itself.

43.5 Late application filed after the deadline pursuant to ITB 43.4 shall not be processed.

43.6 Within three (3) days of the receipt of application from the Bidder, pursuant to ITB 43.4, the Review Committee shall notify the CDSC to furnish its procurement proceedings and comments on the issue, pursuant to ITB 43.3.

43.7 Within three (3) days of receipt of the notification pursuant to ITB 43.6, the Public Entity shall furnish the copy of the related documents along with its comment or reaction of complaint to the Review Committee.

43.8 The Review Committee, after inquiring from the Bidder and CDSC, if needed, shall give its decision within one (1) month after receiving the application filed by the Bidder, pursuant to ITB 43.4.

43.9 The Bidder, filing application pursuant to ITB 43.4, shall have to furnish a cash amount or Bank guarantee as stated in BDS with the validity period of at least ninety (90) days from the date of the filing of application pursuant to ITB 43.4. Application filed without furnishing the security deposit shall not be processed.

43.10 If the claim made by the Bidder pursuant to ITB 43.4 is justified, the Review Committee shall have to return the security deposit to the applicant, pursuant to ITB 43.9, within seven (7) days of such decision made.

43.11If the claim made by the Bidder pursuant to ITB 43.4 is rejected by the Review Committee, the security deposit submitted by the Bidder pursuant to ITB 43.9 shall be forfeited.

End of Section I: Instruction to Bidders (ITB)

27/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 28: BID Document of CDS

CDS and Clearing Ltd.

Section II: Bid Data SheetA. Introduction

ITB 1.1 Name of the Purchaser: CDS and Clearing Ltd.

ITB 2.1 Tender No.: CDSC/01/067-68

ITB 2.1 Name of the Project: Supply, Delivery, Installation and Commissioning of the Hardware and System Software for setting up of Central Depository and Clearing and Settlement System in Nepal

B. Bidding Document

ITB 8.1 For clarification purposes only, the Purchaser’s address is:Attention: Vijaya Gurung, Name of the Purchaser: CDS and Clearing Ltd.City/Town: KathmanduDistrict: KathmanduCountry: NepalTelephone: + 977 1 4250759Facsimile Number: +977 1 4262538Electronic Mail Address: [email protected]

ITB 8.1 The purchaser will respond in writing to any request for clarification provided that such request is received no later than four (4) days prior to the deadline date for submission of bid.

ITB 8.2 Pre-Bid meeting shall be organized.

Pre-Bid meeting will take place, it will be at the following date, time and place:

Date: 2011-Feb-21Time: 3:00 PMPlace: Nepal Stock Exchange Limited, Singhadurbar Plaza, Kathmandu, Nepal

C. Preparation of Bids

ITB 11.1 The language of the Bid is: English

ITB 12.1 (h) The Bidder shall submit the following additional documents with its Bid: Manufacturer Authorization from the manufacturer of the offered goods, if the Bidder itself is not a manufacturer of offered goods.

ITB 17.6 The Bidders shall submit:

28/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 29: BID Document of CDS

CDS and Clearing Ltd.

Copy of Firm Registration Certificate Copy of Business Registration Certificate Copy of VAT and PAN Registration Certificate, Copy of Tax Clearance Certificate or Tax returns submission evidence

for the F/Y 2065/66.

A written declaration made by the bidder, with a statement that s/he is not ineligible to participate in the procurement proceedings; has no conflict of interest in the proposed procurement proceedings, and has not been punished for a profession or business related offense.

ITB 19.2 A Manufacturer’s Authorization letter is only required for the following items:(i) Server, (ii) San switch,

ITB 20.1 The bid shall be valid until June 2, 2011.

ITB 21.1 The Bidder shall furnish a bid security, from "A" class commercial bank with Nrs 9,50,000/= [Nrs. Nine Hundred Fifty Thousand Only] , which shall be valid until July 2,2011.

ITB 21.2 If the Bidder wishes to submit the Bid Security in the form of cash, the cash should be deposited in Deposit Account No 17835240100024 of CDS and Clearing Ltd. at Nepal SBI Bank Ltd. , New Road Branch and submit the receipt of the deposited amount of cash along with the bid.

D. Submission and Opening of Bids

ITB 24.1 For bid submission purposes only, the Purchaser’s address is : CDS and Clearing Ltd., Singh Durbar Plaza, Kathmandu, Nepal

ITB 24.1 The deadline for bid submission is:Date: February 23, 2011; Time: 12.45 hrs.

ITB 24.1 If the last date of purchasing, submission and opening of Bid falls on a government holiday then the next working day shall be considered as the last day without any change in the time and place as fixed.

ITB 27.1 The bid opening shall take place at: CDS and Clearing Ltd., Singh Durbar Plaza, Kathmandu, NepalDate: February 23, 2011Time: 13.00 hrsPlace: Nepal Stock Exchange Ltd., Singh Durbar Plaza, Kathmandu, Nepal

E. Evaluation and Comparison of Bids

F. Award of Contract

ITB 43.3 No application can be submitted before the Review Committee for review against the decision made by the chief of the Public Entity for the bid amount up to the value of Nepalese Rupees 30,000,000 (thirty million)

ITB 43.9 The Bidder, filing application pursuant to ITB 43.4, shall have to furnish a cash amount or Bank guarantee equal to 0.5% of its bid price.

End of Section II: BDS29/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware

and System Software for Setting up of Central Depository and Clearing & Settlement System in Nepal

Page 30: BID Document of CDS

CDS and Clearing Ltd.

Section III. Qualification Criteria

30/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 31: BID Document of CDS

CDS and Clearing Ltd.

Qualification Criteria

a) The offered goods/equipment shall be latest and in current production for a minimum of 2 years. If the offered model is a new, the manufacturer must have experience in producing the similar model for a minimum of 2 years.

b) The Bidder shall have a minimum of last five (5) years overall experience in the supply of Goods and related services.

c) The bidder shall furnish a list of users who had purchased same/similar goods/equipment in last 3 years, and number of equipment sold to them. The names and addresses of the administrators where those supplies are made shall be provided, along with names, telephone numbers, email & fax numbers of the contact persons of those operators and/or administrations.

d) The Bidder shall have a minimum of last three (3) years specific experience in the supply of similar Goods and related services of nature, and quantity to government enterprises or private institutions. The bidder shall have the experience of installation, testing & commissioning of the offered brand of goods for at least three (3) years on the date of bid opening. Bidder shall provide user certificates from five (5) user administrations in Nepal for supply, delivery, installation and commissioning of offered brand of goods and satisfactory support of the offered brand of goods.

e) The average annual turnover of Bidder during last three years NRs. 10,00,00,000

f) The Net worth of the Bidder should be positive as on the end of Fiscal year 2065/66 to justify the reputation and financial worthiness of the Bidder. The latest audited Balance Sheet of last three years should be attached with the bid preceding FY 2065/66.

g) The Bidder should have at least two certified engineer employed. The details of the engineers so employed should be provided along with the bid.

h) The Bidder shall submit Manufacturer’s ISO 9000 series certificate for production of offered goods.

31/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 32: BID Document of CDS

CDS and Clearing Ltd.

Section IV. Bidding Forms

32/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 33: BID Document of CDS

CDS and Clearing Ltd.

Section IV. Bidding Forms

Table of Forms

Sample Form 1: Bid Submission Form................................................................38

(The Bidder shall accomplish the Bid Submission Form in its Letter Head Clearly showing the Bidders Complete name and address)..............................38

Sample Form 2: Bidder's Information Form......................................................40

Sample Form 4: Average Annual Turnover Form.............................................42

Sample Form 6: Manufacturer’s Authorization Letter.....................................45

Section VII. General Conditions of Contract.....................................................59

Letter of Intent.......................................................................................................95

Letter of Acceptance..............................................................................................96

33/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 34: BID Document of CDS

CDS and Clearing Ltd.

Sample Form 1: Bid Submission Form

(The Bidder shall accomplish the Bid Submission Form in its Letter Head Clearly showing the Bidders Complete name and address)

Date: Tender No.:

To: _______________________________________________________________________

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Document, including Addenda No.: ;

(b) We offer to supply in conformity with the Bidding Document and in accordance with the delivery schedule specified in the Schedule of Requirements, the following Goods and Related Services: ;

(c) The total price of our Bid, excluding any discounts offered in item (d) below is: ;

(d) The discounts offered are:

(e) Our Bid shall be valid for a period of ____________________________ days from the date fixed for the bid submission deadline in accordance with the Bidding Document, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(f) If our Bid is accepted, we commit to obtain a Performance Security in the amount of _______percent of the Contract Price for the due performance of the Contract;

(g) We are not participating, as Bidders, in more than one Bid in this bidding process, other than alternative offers in accordance with the Bidding Document;

(h) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any part of the Contract, has not been declared ineligible by the GoN;

(i) The following commissions, gratuities, or fees, if any, have been paid or are to be paid with respect to the bidding process or execution of the Contract:

34/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 35: BID Document of CDS

CDS and Clearing Ltd.

Name of Recipient Address Reason Amount

(If none has been paid or is to be paid, indicate “none.”)

(j) We understand that this Bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal Contract is prepared and executed.

(k) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.

(l) We declare that we are not ineligible to participate in the procurement proceedings; have no conflict of interest in the proposed procurement proceedings and have not been punished for a profession or business related offense.

(m)We agree to permit GoN or its representative to inspect our accounts and records and other documents relating to the bid submission and to have them audited by auditors appointed by the GoN.

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

35/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 36: BID Document of CDS

CDS and Clearing Ltd.

Sample Form 2: Bidder's Information Form

[The Bidder shall fill in this Form. No alterations to its format shall be permitted and no substitutions shall be accepted. In case of joint venture, each partner shall fill the information in separate form.]

Date: ...................[insert date (as day, month and year) of Bid Submission]

Page ________ of_ ______ pages

1. Bidder’s Legal Name

2 Bidder’s Address:

3 Bidder’s Country of Registration:

4. Bidder’s Year of Registration:

5. Bidder’s Legal Address in Country of Registration

6. Bidder’s Authorized Representative Information:

…..Name:

Address:

Telephone/Fax numbers:

Email Address

7 Bidder’s Telephone/Fax numbers:

8 Bidder’s Email Address:

Attached are copies of the following original documents.

1. Firm Registration Certificate

2. Authorization to represent the firm

36/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 37: BID Document of CDS

CDS and Clearing Ltd.

Sample Form 3: Financial Situation Form

Financial Data for Previous 3 Years (in NRs)

Year 1: Year 2: Year 3:

Information from Balance Sheet

Total Assets

Total Liabilities

Net Worth

Current Assets

Current Liabilities

Information from Income Statement

Total Revenues

Profits Before Taxes

Profits After Taxes

Attached are copies of financial statements (balance sheets including all related notes, and income statements) for the last three or above years, as indicated above, complying with the following conditions?

Historic financial statements must be audited by a certified accountant.

Historic financial statements must be complete, including all notes to the financial statements.

Historic financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted).

37/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 38: BID Document of CDS

CDS and Clearing Ltd.

Sample Form 4: Average Annual Turnover FormThe information supplied should be the Annual Turnover of the Bidder in terms of the amounts billed to clients for each year for work in progress or completed to NRs at the end of the period reported.

Annual Turnover Data for the Last 3 Years

YearAmount(in NRs)

Average Annual Turnover

38/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 39: BID Document of CDS

CDS and Clearing Ltd.

Sample Form 5: Bid Security[This is the format for the Bid Security to be issued on the letterhead by a "A" class

commercial bank specified by Nepal Rastra Bank][insert Bank’s Name, and Address of Issuing Branch or Office]

Date: [insert date]

Beneficiary: [insert Name and Address of Purchaser]

BID GUARANTEE No.: [insert number]

We have been informed that [insert name of the Bidder] (hereinafter called "the Bidder") intends to submit its bid to you (hereinafter called "the Bid") for the execution of [insert name of contract] under Invitation for Bids No. [insert IFB number] (“the IFB”).

Furthermore, we understand that, according to your conditions, bids must be supported by a bid guarantee.

At the request of the Bidder, we [insert name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [insert amount in figures][insert amount in words] upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:

(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form of Bid; or

(b) having been notified of the acceptance of its Bid by the Purchaser during the period of bid validity, (i) fails or refuses to execute the Contract, if required, or (ii) fails or refuses to furnish the performance security, in accordance with the ITB.

This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of copies of the contract signed by the Bidder and the performance security issued to you upon the instruction of the Bidder; and (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of a copy of your notification to the Bidder of the name of the successful Bidder; or (ii) thirty (30) days after the expiration of the Bidder’s bid which comes to be [insert the date].

Consequently, any demand for payment under this guarantee must be received by us at the office on or before that date.

Name In the capacity of

39/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 40: BID Document of CDS

CDS and Clearing Ltd.

Signed

Duly authorized to sign the Bid Security for and on behalf of Date

40/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 41: BID Document of CDS

CDS and Clearing Ltd.

Sample Form 6: Manufacturer’s Authorization Letter[This letter of authorization should be on the letterhead of the manufacturer and should be signed by the person with the proper authority to sign documents that are binding on the

manufacturer]

Date:

IFB No.:

To:

WHEREAS___________________________________________________ who are official manufacturers of ____________________________________________________ having factories at _______________________________________________________________ do hereby authorize ______________________________________________ exclusively to submit a Bid in relation to the Invitation for Bids indicated above, the purpose of which is exclusively to provide the following Goods, manufactured by us ______________________________ and to subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with Clause 27 of the General Conditions of Contract, with respect to the Goods offered by the above firm in reply to this Invitation for Bids.Name

In the capacity of:

Signed

Duly authorized to sign the Authorization for and on behalf of

Date

41/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 42: BID Document of CDS

CDS and Clearing Ltd.

Section V. Schedule of Requirements (SOR)Tender No. CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing and Settlement System in Nepal.

Item Description Total QuantityI Goods1 Data Centre Equipment 1.1 Database Server 2 1.2 Central Storage 1 1.3 SAN Switch 2 1.4 Backup & Storage Management Server 1 1.5 Tape Library 1 1.6 Backup Software 11.7 Server Rack 11.8 Console 11.9 Development and Training Server 12 Client Environment (Required at Nepal Depository))2.1 Server 1 2.2 Desktop 15 2.3 OS For each server3 Low End Network Monochrome Laser Jet Printer 14 Scanner with ADF 25 Other Items5.1 Programming Language (Required for Development

only)MS Visual Basic.Net 2002 (.Net framework 1.0)MS Visual Basic 5.0/6.0, Visual C ++6.0 (Visual Studio 6.0)Run-time environment license is not required

1 Set

5.2 Reporting ToolCrystal Report 2008-1 copy (development only)

1 Set

6 Firewall6.1 ASA5510-AIP10SP-K9

Cisco ASA 5510 with AIP-SSM-10, 2GE+3FE, SW, HA,3DES/AES, SEC PLUS /or Equivalent

2

6.2 ASA-VPN-CLNT-K9Cisco VPN Client Software (Windows, Solaris, Linux, Mac)/ or Equivalent

2

6.3 ASA5510-SEC-PLASA 5510 Security Plus License w/ HA, GE, more

2

42/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 43: BID Document of CDS

CDS and Clearing Ltd.

VLANs + cons/or Equivalent6.4 SF-ASA-8.2-K8

ASA 5500 Series Software v8.2/ Or Equivalent2

6.5 SF-ASA-AIP-6.0-K9ASA 5500 Series AIP Software 6.0 for Security Service Modules/ or Equivalent

2

6.6 CAB-ACE AC Power Cord (Europe), C13, CEE 7, 1.5M/or Equivalent

2

6.7 CON-SU1-AS1A1PK9IPS SVC, AR NBD ASA5510-AIP10SP-K9

2

7 WAN Router7.1 CISCO2951/K9

Cisco 2951 w/3 GE,4 EHWIC,3 DSP,2 SM,256MB CF,512MB DRAM,IPB/or Equivalent

2

7.2 ISR-CCP-EXPCisco Config Pro Express on Router Flash/ or Equivalent

2

7.3 MEM-2951-512MB-DEF512MB DRAM (1 512MB DIMM) for Cisco 2951 ISR (Default)/ or Equivalent

2

7.4 MEM-CF-256MB256MB Compact Flash for Cisco 1900, 2900, 3900 ISR/or Equivalent

2

7.5 PWR-2921-51-ACCisco 2921/2951 AC Power Supply/or Equivalent

2

7.6 S2951UK9-15001MCisco 2951 IOS UNIVERSAL/or Equivalent

2

7.7 SL-29-IPB-K9IP Base License  for Cisco 2901-2951/or Equivalent

2

7.8 CAB-ACSAAC Power Cord (India/South Africa), C13, BS 546, 1.8m

2

7.9 CAB-CONSOLE-RJ45Console Cable 6ft with RJ45 and DB9F

2

7.10 CON-SNT-2951SMARTNET 8X5XNBD Cisco 2951 w/3 GE/or Equivalent

2

7.11 HWIC-1CE1T1-PRI1 port channelized T1/E1 and PRI HWIC (data only)

2

7.12 HWIC-1FE1-port 10/100 Routed Port HWIC

4

8 Ethernet Switch8.1 Cisco Catalyst 2960S 24 GigE, 4 x SFP LAN Base

with cascade cables/ or Equivalent2

B Service1 Training for 10 Working Days 5 person 2 Installation, Testing and Commissioning 1 Lot3 Warranty 1 Year

43/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 44: BID Document of CDS

CDS and Clearing Ltd.

4 Extended Warranty 3 Year

Note:The bidder shall provide all the items which are not mentioned above but necessary to run the system for each system. The price shall be considered for evaluation.

End of Section V

44/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 45: BID Document of CDS

CDS and Clearing Ltd.

Section VI: Schedule of Prices (SOP) For Goods and Services

Name of Bidder _____________________ Tender No. ___________

Item Description

Model No.

Manufacturer

Country of Origin

Unit

Quantity

Unit Price CIP CDSC Store in Kathmandu In

NRs.

Total Price CIP CDSC Store in Kathmandu In

NRs.

Part-I:Goods (Hardware & Software)

1 Data Centre Equipment 1.1 Database Server Set 21.2 Central Storage Set 11.3 SAN Switch Set 2

1.4 Backup & Storage Management Server Set 1

1.5 Tape Library Set 1

1.6 Backup Software Set 1

1.7 Server Rack Set 1

1.8 Console Set 1

1.9 Development and Training Server Set 1

A Sub Total of 1

2 Client Environment (Required at Nepal Depository,)

2.1 Server Set 12.2 Desktop Set 152.3 OS Set 1

B Sub Total of 2

45/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 46: BID Document of CDS

CDS and Clearing Ltd.

Item Description

Model No.

Manufacturer

Country of Origin

Unit

Quantity

Unit Price CIP CDSC Store in Kathmandu In

NRs.

Total Price CIP CDSC Store in Kathmandu In

NRs.

3Low End Network Monochrome Laser Jet Printer

Set 1

C Sub total of 3

4 Scanner with ADF Set 2D Sub total of 4

5 Other Items5.1 Programming Language

(required for development only)

MS Visual Basic.Net 2002 (.Net framework 1.0),

MS Visual Basic 5.0/6.0, Visual C++ 6.0 (visual Studio 6.0)Run-time environment licence is not required

Set 1

5.2 Reporting ToolCrystal Report 2008 – 1 copy (development only)

set 1

E Sub total of 5

6 Firewall6.1 ASA5510-AIP10SP-K9

Cisco ASA 5510 with AIP-SSM-10, 2GE+3FE, SW, HA,3DES/AES, SEC PLUS/ Or Equivalent

Set 2

6.2 ASA-VPN-CLNT-K9Cisco VPN Client

Set 2

46/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 47: BID Document of CDS

CDS and Clearing Ltd.

Item Description

Model No.

Manufacturer

Country of Origin

Unit

Quantity

Unit Price CIP CDSC Store in Kathmandu In

NRs.

Total Price CIP CDSC Store in Kathmandu In

NRs.

Software (Windows, Solaris, Linux, Mac)/ or Equivalent

6.3 ASA5510-SEC-PLASA 5510 Security Plus License w/ HA, GE, more VLANs + cons /Or Equivalent

Set 2

6.4 SF-ASA-8.2-K8ASA 5500 Series Software v8.2/or Equivalent

Set 2

6.5 SF-ASA-AIP-6.0-K9ASA 5500 Series AIP Software 6.0 for Security Service Modules/ Or Equivalent

Set 2

6.6 CAB-ACEAC Power Cord (Europe), C13, CEE 7, 1.5M/Or Equivalent

Set 2

6.7 CON-SU1-AS1A1PK9IPS SVC, AR NBD ASA5510-AIP10SP-K9/or Equivalent

Set 2

F Sub total of 6

7 WAN Router7.1 CISCO2951/K9

Cisco 2951 w/3 GE,4 EHWIC,3 DSP,2 SM,256MB CF,512MB DRAM,IPB/ or Equivalent

Set 2

7.2 ISR-CCP-EXPCisco Config Pro Express

Set 2

47/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 48: BID Document of CDS

CDS and Clearing Ltd.

Item Description

Model No.

Manufacturer

Country of Origin

Unit

Quantity

Unit Price CIP CDSC Store in Kathmandu In

NRs.

Total Price CIP CDSC Store in Kathmandu In

NRs.

on Router Flash/or Equivalent

7.3 MEM-2951-512MB-DEF512MB DRAM (1 512MB DIMM) for Cisco 2951 ISR (Default)/Or Equivalent

Set 2

7.4 MEM-CF-256MB256MB Compact Flash for Cisco 1900, 2900, 3900 ISR/ or Equivalent

Set 2

7.5 PWR-2921-51-ACCisco 2921/2951 AC Power Supply/ or Equivalent

Set 2

7.6 S2951UK9-15001MCisco 2951 IOS UNIVERSAL/ or Equivalent

Set 2

7.7 SL-29-IPB-K9IP Base License  for Cisco 2901-2951/Or Equivalent

Set 2

7.8 CAB-ACSAAC Power Cord (India/South Africa), C13, BS 546, 1.8m

Set 2

7.9 CAB-CONSOLE-RJ45Console Cable 6ft with RJ45 and DB9F

Set 2

7.10 CON-SNT-2951SMARTNET 8X5XNBD Cisco 2951 w/3 GE/ or Equivalent

Set 2

48/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 49: BID Document of CDS

CDS and Clearing Ltd.

Item Description

Model No.

Manufacturer

Country of Origin

Unit

Quantity

Unit Price CIP CDSC Store in Kathmandu In

NRs.

Total Price CIP CDSC Store in Kathmandu In

NRs.

7.11 HWIC-1CE1T1-PRI1 port channelized T1/E1 and PRI HWIC (data only)

Set 2

7.12 HWIC-1FE1-port 10/100 Routed Port HWIC

Set 4

G Sub total of 7

8 Ethernet Switch8.1 Cisco Catalyst 2960S 24

GigE, 4 x SFP LAN Base with cascade cables

Set 2

H Sub total of 8

I Sub Total of Part-I (A to H)Part-IIService

1 Training for 10 working days Person 5

2 Installation, Testing and Commissioning Lot 1

3 Warranty Services Year 1 4 Extended Warranty Services Year 3 J Subtotal of Part-II K Total (I + J)L VATM Grand Total of Part-I and Part-II including VAT

Total Price CIP CDSC Store. Kathmandu in Nepalese Rupees …………………….. ( In Figure )…………………………………………… (in Words)Full Name:__________________________________Designation:__________________________________49/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware

and System Software for Setting up of Central Depository and Clearing & Settlement System in Nepal

Page 50: BID Document of CDS

CDS and Clearing Ltd.

Date: ---------------------------Official seal

Note: 1. Unit price shall include all custom duties and taxes, transportation cost to the final

destination and insurance cost.2. This Schedule of Prices (SOP) shall be duly filled, signed along with date and stamped with

official seal. Bid with Schedule of Prices (SOP) not duly filled and without signature, date and official stamp shall be rejected and not be considered for evaluation.

3. The Bidder shall quote price in accordance with ITB 15.4. The bidder shall provide all the items which are not mentioned above but necessary to run the

system for each system. The price shall be considered for evaluation.

Section VI: Schedule of Prices (SOP) For Goods and Services

Bill of Quantity (BOQ)

Name of Bidder _____________________ Tender No. ___________

Specification Quantity Unit CIP Price

Total CIP Price

1 Data Center Equipment1.1 Database Server

2

- 2 x Intel 64 bit EPIC processor based system with Itanium Processor, Quad Core 1.6 GHz, 20MB L3 cache or higher.- Minimum 32 GB registered / fully Buffered DDR3 Memory with advanced ECC. Memory should be scalable to min 96GB.- PCI-e based Dual port 8Gbps FC HBA with each connection via separate FC switches.- 4 x 1/10 Gigabit Ethernet ports on-board or via full bandwidth PCI-e/PCI-x card for each port. All ports must be auto sensing for 10G/1G operations.- 2 x 300GB 10K RPM SFF SAS HDD- DVD ROM- 160GB DAT Drive with SAS interface- Redundant hot swap power supply

50/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 51: BID Document of CDS

CDS and Clearing Ltd.

- Rack mount kitHigh Availability Operating Environment media and license- All documentation in DVD

1.2 Central Storage

1

- Dual redundant controller with minimum 2 GB cache per controller- 4 x 4Gb FC Host Ports- FC 15K RPM disk of 450 GB capacity, usable space should be 3.5 TB after RAID 5 ad --- SATA/FATA 7.2K RPM disks of ---1 TB--- capacity with 8 TB usable capacity after RAID 5.- Snapshot capability- The storage should support clustering of servers environment mentioned in Item Sl. 1

1.3 SAN Switch2

- 8 x 4Gb FC Ports upgradable to 24 Ports

1.4 Backup & Storage Management Server

1

- Intel Xeon x3440 Processor, 2.53GHz, 8MB cache- 4 GB DDR3 RAM- 10/100/1000BaseTx Ethernet Ports- 2 x 300 GB 10K RPM SAS HDD- 4Gb Dual Port FC HBA- DVD-ROM- Rack Form factor- Windows 2003 Server OS with 30 CALS

1.5 Tape Library1- 2 x LTO 4 FC Tape Library

1.6 Backup Management Software for online LAN free backup of Database

Servers and online backup agent for Oracle RDBMS 1

1.7 Server Rack

142U Server Rack with perforated steel front and rear doors, Redundant PDU, 8 Port KVM switch, keyboard, Mouse and foldable Monitor for servers

1.8 Console11 U TFT Foldable 17.5 inch with 8 port USB KVM Switch

1.9 Development & Training Server

1

-2 x Intel 64 bit EPIC processor based system with Itanium Processor, Quad Core 1.6GHz, 20MB L3 cache or higher.-Minimum 32 GB registered / fully Buffered DDR3 Memory with advanced ECC. Memory should be scalable to min 96GB.- PCI-e based Dual port 8Gbps FC HBA with each connection via separate FC switches.-4 x 1/10 Gigabit Ethernet ports on-board or via full bandwidth PCI-e/PCI-x card for each port. All ports must be auto sensing for 10G/1G operations.- 2 x 300GB 10K RPM SFF SAS HDD

51/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 52: BID Document of CDS

CDS and Clearing Ltd.

- DVD ROM- Redundant hot swap power supply-64 bit Unix Operating System.- 15" TFT Monitor, Keyboard, Mouse- All documentation in DVD

2 Client Environment (Required at Nepal Depository)2.1 Server

1- Intel Xeon x3440 Processor, 2.53GHz, 8MB cache- 2 GB DDR3 RAM- 10/100/1000BaseTx Ethernet Ports- 2 x 146GB 10K RPM SAS HDD- DVD-ROM- Windows 2003 Standard Edition with required CALS- 15" TFT Monitor, Keyboard, Mouse

2.2 Desktop- Intel Pentium Dual Core processor E5300 or higher

15

- Minimum 1 GB DDR3 RAM- 10/100 baseTx Ethernet Ports- DVD-ROM- Windows XP Professional- 15" TFT Monitor, Keyboard, Mouse

2.3 OS For each serverMS SQL Express 2005 (Upto 5 Users per DP), or MS SQL Server 2005 Std

Edition (for over 5)

3 Low End Monochrome Laser Jet Printer 1

4 Scanner with ADF 2

5 Other Items5.1 Programming Language (required for development only)

MS Visual Basic.Net 2002 (.Net framework 1.0),

MS Visual Basic 5.0/6.0, Visual C++ 6.0 (visual Studio 6.0)Run-time environment license is not required

1

5.2 Reporting ToolCrystal Report 2008 – 1 copy (development only)

1

6 Firewall6.1 ASA5510-AIP10SP-K9

Cisco ASA 5510 with AIP-SSM-10, 2GE+3FE, SW, HA,3DES/AES, SEC PLUS/or Equivalent

2

6.2 ASA-VPN-CLNT-K9Cisco VPN Client Software (Windows, Solaris, Linux, Mac)/or Equivalent

2

52/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 53: BID Document of CDS

CDS and Clearing Ltd.

6.3 ASA5510-SEC-PLASA 5510 Security Plus License w/ HA, GE, more VLANs + cons/or Equivalent

2

6.4 SF-ASA-8.2-K8ASA 5500 Series Software v8.2/or Equivalent

2

6.5 SF-ASA-AIP-6.0-K9ASA 5500 Series AIP Software 6.0 for Security Service Modules/ or Equivalent

2

6.6 CAB-ACEAC Power Cord (Europe), C13, CEE 7, 1.5M/or Equivalent

2

6.7 CON-SU1-AS1A1PK9IPS SVC, AR NBD ASA5510-AIP10SP-K9/ or Equivalent

2

7 WAN Router7.1 CISCO2951/K9

Cisco 2951 w/3 GE,4 EHWIC,3 DSP,2 SM,256MB CF,512MB DRAM,IPB/ or Equivalent

2

7.2 ISR-CCP-EXPCisco Config Pro Express on Router Flash/ or Equivalent

2

7.3 MEM-2951-512MB-DEF512MB DRAM (1 512MB DIMM) for Cisco 2951 ISR (Default)/ or Equivalent

2

7.4 MEM-CF-256MB256MB Compact Flash for Cisco 1900, 2900, 3900 ISR/ or Equivalent

2

7.5 PWR-2921-51-ACCisco 2921/2951 AC Power Supply/ or Equivalent

2

7.6 S2951UK9-15001MCisco 2951 IOS UNIVERSAL/or Equivalent

2

7.7 SL-29-IPB-K9IP Base License  for Cisco 2901-2951/ or Equivalent

2

7.8 CAB-ACSAAC Power Cord (India/South Africa), C13, BS 546, 1.8m

2

7.9 CAB-CONSOLE-RJ45Console Cable 6ft with RJ45 and DB9F/ or Equivalent

2

7.10CON-SNT-2951SMARTNET 8X5XNBD Cisco 2951 w/3 GE/ or Equivalent

2

7.11HWIC-1CE1T1-PRI1 port channelized T1/E1 and PRI HWIC (data only)

2

7.12HWIC-1FE1-port 10/100 Routed Port HWIC

4

8 Ethernet Switch8.1 Cisco Catalyst 2960S 24 GigE, 4 x SFP LAN Base with cascade

cables/ or Equivalent2

End of Section VI: SOP

53/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 54: BID Document of CDS

CDS and Clearing Ltd.

54/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 55: BID Document of CDS

CDS and Clearing Ltd.

Section VII. General Conditions of Contract

55/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 56: BID Document of CDS

CDS and Clearing Ltd.

Section VII. General Conditions of ContractTable of Clauses

a) the term “in writing” means communicated in written form and delivered against receipt; ................................................................................10

b) if, the context so requires, singular means plural and vice versa; and . 10

c) “day” means calendar day..........................................................................10

(a) defines, for the purposes of this provision, the terms set forth below as follows:...............................................................................................................10

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a CDSC/GoN investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or................................................................................................11

(bb) acts intended to materially impede the exercise of the CDSC/GoN’s inspection and audit rights provided for under sub-clause ITB 3.5 below. 11

(b) will reject bid(s) if it determines that the bidder has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the contract in question;.....................................11

(c) will sanction a firm or individual, including declaring ineligible, for a stated period of time, to be awarded a contract if it at any time determines that the firm has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for, or in executing, a contract...................................................................................11

56/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 57: BID Document of CDS

CDS and Clearing Ltd.

(a) all partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms. The qualification requirement of the parties to the JV shall be as specified in the BDS, and 12

(b) the JV shall nominate a Representative who shall have the authority to conduct all business for and on behalf of any and all the parties of the JV during the bidding process and, in the event the JV is awarded the Contract, during Contract execution..............................................................12

(a) they have controlling partners in common; or.........................................12

(b) they receive or have received any direct or indirect subsidy from any of them; or.............................................................................................................12

(c) they have the same legal representative for purposes of this bid; or.....12

(d) they have a 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 influence the decisions of the CDSC regarding this bidding process; or............................................12

(e) a 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 party is involved. However, this does not limit the inclusion of the same sub Contractor in more than one bid; or ...............................................................................................................12

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........................................................................................13

(a)original copy of an unconditional bank guarantee from "A" class commercial bank or; .......................................................................................20

(b)original copy of cash deposit voucher in the CDSC's Account as specified in BDS................................................................................................20

Clause No...........................................................................................................6657/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware

and System Software for Setting up of Central Depository and Clearing & Settlement System in Nepal

Page 58: BID Document of CDS

CDS and Clearing Ltd.

1..........................................................................................................................66

2..........................................................................................................................67

3..........................................................................................................................67

3.1.......................................................................................................................67

3.2.......................................................................................................................68

4..........................................................................................................................69

4.1.......................................................................................................................69

4.2.......................................................................................................................69

4.3.......................................................................................................................69

4.4.......................................................................................................................69

4.5.......................................................................................................................70

4.6.......................................................................................................................70

5..........................................................................................................................70

5.1.......................................................................................................................70

5.2.......................................................................................................................70

6..........................................................................................................................71

7..........................................................................................................................71

8..........................................................................................................................71

9..........................................................................................................................7158/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware

and System Software for Setting up of Central Depository and Clearing & Settlement System in Nepal

Page 59: BID Document of CDS

CDS and Clearing Ltd.

10........................................................................................................................71

10.1.....................................................................................................................72

10.2.....................................................................................................................72

11........................................................................................................................72

12........................................................................................................................72

13........................................................................................................................72

14........................................................................................................................72

14.1.....................................................................................................................72

14.2.....................................................................................................................73

15........................................................................................................................73

16........................................................................................................................73

17........................................................................................................................73

17.1.....................................................................................................................73

17.2.....................................................................................................................74

17.3.....................................................................................................................74

18........................................................................................................................74

19........................................................................................................................74

19.1.....................................................................................................................74

19.2.....................................................................................................................7559/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware

and System Software for Setting up of Central Depository and Clearing & Settlement System in Nepal

Page 60: BID Document of CDS

CDS and Clearing Ltd.

19.3.....................................................................................................................75

19.4.....................................................................................................................75

19.5.....................................................................................................................75

20........................................................................................................................75

21........................................................................................................................76

21.1.....................................................................................................................76

21.2.....................................................................................................................76

22........................................................................................................................76

22.1.....................................................................................................................76

22.2.....................................................................................................................77

23........................................................................................................................77

23.1.....................................................................................................................77

23.2.....................................................................................................................77

23.3.....................................................................................................................77

23.4.....................................................................................................................77

23.5.....................................................................................................................77

23.6.....................................................................................................................77

24........................................................................................................................77

25........................................................................................................................7860/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware

and System Software for Setting up of Central Depository and Clearing & Settlement System in Nepal

Page 61: BID Document of CDS

CDS and Clearing Ltd.

25.1.....................................................................................................................78

25.2.....................................................................................................................78

25.3.....................................................................................................................78

25.4.....................................................................................................................78

25.5.....................................................................................................................78

25.6.....................................................................................................................79

25.7.....................................................................................................................79

25.8.....................................................................................................................79

26........................................................................................................................79

27........................................................................................................................79

27.1.....................................................................................................................79

27.2.....................................................................................................................80

27.3.....................................................................................................................80

27.4.....................................................................................................................80

27.5.....................................................................................................................80

27.6.....................................................................................................................80

28........................................................................................................................80

28.1.....................................................................................................................80

28.2.....................................................................................................................8161/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware

and System Software for Setting up of Central Depository and Clearing & Settlement System in Nepal

Page 62: BID Document of CDS

CDS and Clearing Ltd.

28.3.....................................................................................................................81

28.4.....................................................................................................................81

28.5.....................................................................................................................81

29........................................................................................................................82

30........................................................................................................................82

31........................................................................................................................82

31.1.....................................................................................................................82

31.2.....................................................................................................................83

31.3.....................................................................................................................83

32........................................................................................................................83

32.1.....................................................................................................................83

32.2.....................................................................................................................83

32.3.....................................................................................................................83

33........................................................................................................................84

33.1.....................................................................................................................84

33.2.....................................................................................................................84

34........................................................................................................................84

34.1.....................................................................................................................84

34.2.....................................................................................................................8562/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware

and System Software for Setting up of Central Depository and Clearing & Settlement System in Nepal

Page 63: BID Document of CDS

CDS and Clearing Ltd.

34.3.....................................................................................................................85

35........................................................................................................................85

Section VII. General Conditions of Contract

Clause No.

Particulars of CDSC’s Requirements Bidder’s Compliance Statement: FC/PC/NC

1 Definitions

The following words and expressions shall have the meanings hereby assigned to them:

“Contract” means the Agreement entered into between the Purchaser and the Supplier, together with the Contract Documents referred to therein, including all attachments, appendices, and all documents incorporated by reference therein.“Contract Documents” means the documents listed in the Agreement, including any amendments thereto.“Contract Price” means the price payable to the Supplier as specified in the Agreement, subject to such additions and adjustments thereto or deductions there from, as may be made pursuant to the Contract.

“Day” means calendar day.“Delivery” means the transfer of the Goods from the Supplier to the Purchaser in accordance with the terms and conditions set forth in the Contract.

“Completion” means the fulfillment of the Related Services by the Supplier in accordance with the terms and conditions set forth in the Contract.“GCC” means the General Conditions of Contract.

“Goods” means all of the Hardware and Software that the Supplier is required to supply to the Purchaser under the Contract.

“Purchaser’s Country” is the country specified in the Special Conditions of Contract (SCC).

“Purchaser” means the entity purchasing the Goods and Related Services, as specified in the SCC.

“Services” means the services incidental to the supply of the goods, such as insurance, installation, training and initial maintenance and other similar obligations of the Supplier under the Contract.

63/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 64: BID Document of CDS

CDS and Clearing Ltd.

Clause No.

Particulars of CDSC’s Requirements Bidder’s Compliance Statement: FC/PC/NC

“SCC” means the Special Conditions of Contract.

“Subcontractor” means any natural person, private or government entity, or a combination of the above, including its legal successors or permitted assigns, to whom any part of the Goods to be supplied or execution of any part of the Related Services is subcontracted by the Supplier.

“Supplier” means the natural person, private or government entity, or a combination of the above, whose bid to perform the Contract has been accepted by the Purchaser and is named as such in the Agreement, and includes the legal successors or permitted assigns of the Supplier.

“GoN” means the Government of Nepal.

“The Site,” where applicable, means the place named in the SCC.

2 Contract Documents

Subject to the order of precedence set forth in the Agreement, all documents forming the Contract (and all parts thereof) are intended to be correlative, complementary, and mutually explanatory.

3 Fraud and Corruption

3.1 If the Purchaser determines that the Supplier has engaged in corrupt, fraudulent, collusive, coercive or obstructive practices, in competing for or in executing the Contract, then the Purchaser may, after giving 14 days notice to the Supplier, terminate the Supplier's employment under the Contract and the provisions of Clause 34.1 shall apply.

3.2 Without prejudice to any other rights of the Purchaser under this Contract, GoN may blacklist the Bidder/Supplier for its conduct up to three (3) years on the following grounds and seriousness of the act committed by the Bidder/Supplier:

(a) if it is established that the Supplier has committed substantial defect in implementation of the Contract or has or has not substantially fulfilled its obligations under the Contract

For the purposes of this Sub-Clause:

(i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;

(ii) “fraudulent practice”1 is any act or omission, including a

1 a “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract execution.

64/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 65: BID Document of CDS

CDS and Clearing Ltd.

Clause No.

Particulars of CDSC’s Requirements Bidder’s Compliance Statement: FC/PC/NC

misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

(iii) “collusive practice”2 is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;

(iv) “coercive practice”3 is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a GoN/DP investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or

(ab) acts intended to materially impede the exercise of the GoN/DP’s inspection and audit rights provided for under ITB Clause 3.5 and GCC Clause 25.

Without prejudice to any other rights of the Purchaser under this Contract, GoN may blacklist a Bidder/Supplier for its conduct for a period of one (1) to three (3) years on the following grounds and seriousness of the act committed by the bidder:

b) if it is established that the Supplier committed acts specified in ITB 3.2,

c) if it is established later that the Bidder has committed substantial defect in implementation of the contract or has not substantially fulfilled its obligations under the contract or the completed work is not of the specified quality as per the contract.

4 Interpretation

4.1 If the context so requires it, singular means plural and vice versa.

4.2 Inco terms(a) The meaning of any trade term and the rights and obligations of parties

2 “parties” refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, non competitive levels.3 a “party” refers to a participant in the procurement process or contract execution.

65/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 66: BID Document of CDS

CDS and Clearing Ltd.

Clause No.

Particulars of CDSC’s Requirements Bidder’s Compliance Statement: FC/PC/NC

there under shall be as prescribed by Inco terms.

(b) EXW shall be governed by the rules prescribed in the current edition of Inco terms, published by the International Chamber of Commerce at the date of the Invitation for Bids or as specified in the SCC.

4.3 Entire Agreement

The Contract constitutes the entire agreement between the Purchaser and the Supplier and supersedes all communications, negotiations and agreements (whether written or oral) of parties with respect thereto made prior to the date of Contract.

4.4 Amendment

No amendment or other variation of the Contract shall be valid unless it is in writing, is dated, expressly refers to the Contract, and is signed by a duly authorized representative of each party thereto.

4.5 Non waiver

(a) Subject to GCC Sub-Clause 4.5(b) below, no relaxation, forbearance, delay, or indulgence by either party in enforcing any of the terms and conditions of the Contract or the granting of time by either party to the other shall prejudice, affect, or restrict the rights of that party under the Contract, neither shall any waiver by either party of any breach of Contract operate as waiver of any subsequent or continuing breach of Contract.

(b) Any waiver of a party’s rights, powers, or remedies under the Contract must be in writing, dated, and signed by an authorized representative of the party granting such waiver, and must specify the right and the extent to which it is being waived.

4.6 Severability

If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or enforceability of any other provisions and conditions of the Contract.

5 Language

5.1 The Contract as well as all correspondence and documents relating to the Contract exchanged by the Supplier and the Purchaser, shall be written in the language specified in the SCC. Supporting documents and printed literature that are part of the Contract may be in another language provided they are accompanied by an accurate translation of the relevant passages in the

66/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 67: BID Document of CDS

CDS and Clearing Ltd.

Clause No.

Particulars of CDSC’s Requirements Bidder’s Compliance Statement: FC/PC/NC

language specified in the SCC, in which case, for purposes of interpretation of the Contract, this translation shall govern. The translation shall be attested by Notary Public. Attestation shall be in English language.

5.2 The Supplier shall bear all costs of translation to the governing language and all risks of the accuracy of such translation.

6 Joint Venture, Consortium or Association

If the Supplier is a joint venture, consortium, or association, all of the parties shall be jointly and severally liable to the Purchaser for the fulfillment of the provisions of the Contract and shall designate one party to act as a leader with authority to bind the joint venture, consortium, or association. A bidder can submit only one bid either as a partner of the joint venture or individually. The composition or the constitution of the joint venture, consortium, or association shall not be altered without the prior consent of the Purchaser.

7 Notices

Any Notice given by one party to the other pursuant to the Contract shall be in writing to the address specified in the SCC. The term “in writing” means communicated in written form with proof of receipt.

A Notice shall be effective when delivered or on the Notice’s effective date, whichever is later.

8 Governing Law

The Contract shall be governed by and interpreted in accordance with the laws of Nepal.

9 Settlement of Disputes

The Purchaser and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract.

If the parties fail to resolve such a dispute or difference by mutual consultation within thirty (30) days from the commencement of such consultation, either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC.

10 Scope of Supply

10.1 Subject to the SCC, the Goods and Related Services to be supplied shall be as specified in Section V, Schedule of Requirements.

67/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 68: BID Document of CDS

CDS and Clearing Ltd.

Clause No.

Particulars of CDSC’s Requirements Bidder’s Compliance Statement: FC/PC/NC

10.2 Unless otherwise stipulated in the Contract, the Scope of Supply shall include all such items not specifically mentioned in the Contract but that can be reasonably inferred from the Contract as being required for attaining Delivery and Completion of the Goods and Related Services as if such items were expressly mentioned in the Contract.

11 Delivery

Subject to GCC Sub-Clause 31.1, the Delivery of the Goods and Completion of the Related Services shall be in accordance with the terms specified in SCC. The details of documents to be furnished by the Supplier are specified in the SCC.

12 Supplier’s Responsibilities

The Supplier shall supply all the Goods and Related Services included in the Scope of Supply in accordance with GCC Clause 10, and the Delivery and Completion Schedule, as per GCC Clause 11.

13 Purchaser’s Responsibilities

Whenever the supply of Goods and Related Services requires that the Supplier obtain permits, approvals, and import and other licenses from public authorities in Nepal, the Purchaser shall, if so required by the Supplier, make its best effort to assist the Supplier in complying with such requirements in a timely and expeditious manner.

The Purchaser shall pay all costs involved in the performance of its responsibilities, in accordance with GCC Sub-Clause 13.1.

14 Contract Price

14.1 The Contract Price shall be as specified in the Agreement subject to any additions and adjustments thereto, or deductions there from, as may be made pursuant to the Contract.

14.2 Prices charged by the Supplier for the Goods delivered and the Related Services performed under the Contract shall not vary from the prices quoted by the Supplier in its bid, with the exception of any price adjustments authorized in the SCC.

15 Terms of Payment

The Contract Price shall be paid in Nepalese Currency.

The Supplier’s request for payment shall be made to the Purchaser in writing, accompanied by invoices describing, as appropriate, the Goods delivered and Related Services performed, and by the documents submitted pursuant to GCC Clause 11 and upon fulfillment of all the obligations

68/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 69: BID Document of CDS

CDS and Clearing Ltd.

Clause No.

Particulars of CDSC’s Requirements Bidder’s Compliance Statement: FC/PC/NC

stipulated in the Contract.

Payments shall be made promptly by the Purchaser, no later than thirty (30) days after submission of an invoice or request for payment by the Supplier, and the Purchaser has accepted it.

16 Taxes and Duties

For goods supplied, the Supplier shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted Goods to the Purchaser.

The Supplier shall be responsible to pay withholding Tax (TDS-Tax Deducted at Source) as per the income tax law of Government of Nepal applicable at the time of payment.

17 Performance Security

17.1 The successful bidder shall submit a bank guarantee equivalent to ten percent (10%) of the total contract amount (including inland transportation cost, if applicable) as Performance Security at the time of signing the Contract as per Sample Form No. – 4 of Section V, enclosed in the bid document. The currency of the bank guarantee shall be in currency of contract or equivalent amount in US$. The validity of the bank guarantee shall cover one month more than the warranty period as mentioned in the Clause No. 27 "Warranty" of this Section.

The performance security shall be issued by "A" class commercial bank located in Nepal

17.2 The proceeds of the Performance Security shall be payable to CDSC as compensation for any loss resulting from the Supplier's failure to complete its obligations under the Contract. CDSC can terminate the Contract as per Clause No. 20 of this section if the Supplier fails to fulfill the obligations as per the Contract. Upon termination of the Contract, the Performance Security submitted under the Contract will be forfeited and the loss incurred by CDSC due to termination of the Contract shall be borne by the Supplier.

17.3 The Performance Security will be discharged by the CDSC not later than thirty (30) days following the date of completion of the Supplier's performance obligations, including issuance of Warranty Completion Certificate (WCC), as stated in the Clause No. 27 "Warranty" of this Section.

18 Copyright

69/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 70: BID Document of CDS

CDS and Clearing Ltd.

Clause No.

Particulars of CDSC’s Requirements Bidder’s Compliance Statement: FC/PC/NC

The copyright in all drawings, documents, and other materials containing data and information furnished to the Purchaser by the Supplier herein shall remain vested in the Supplier, or, if they are furnished to the Purchaser directly or through the Supplier by any third party, including suppliers of materials, the copyright in such materials shall remain vested in such third party.

19 Confidential Information

19.1 The Purchaser and the Supplier shall keep confidential and shall not, without the written consent of the other party hereto, divulge to any third party any documents, data, or other information furnished directly or indirectly by the other party hereto in connection with the Contract, whether such information has been furnished prior to, during or following completion or termination of the Contract. Notwithstanding the above, the Supplier may furnish to its Subcontractor such documents, data, and other information it receives from the Purchaser to the extent required for the Subcontractor to perform its work under the Contract, in which event the Supplier shall obtain from such Subcontractor an undertaking of confidentiality similar to that imposed on the Supplier under GCC Clause 19.

19.2 The Purchaser shall not use such documents, data, and other information received from the Supplier for any purposes unrelated to the Contract. Similarly, the Supplier shall not use such documents, data, and other information received from the Purchaser for any purpose other than the design, procurement, or other work and services required for the performance of the Contract.

19.3 The obligation of a party under GCC Sub-Clauses 19.1 and 19.2 above, however, shall not apply to information that:

(a) the Purchaser or Supplier need to share with the Donor for Donor funded project or other institutions participating in the financing of the Contract;

(b) now or hereafter enters the public domain through no fault of that party;

(c) can be proven to have been possessed by that party at the time of disclosure and which was not previously obtained, directly or indirectly, from the other party; or

(d) otherwise lawfully becomes available to that party from a third party that has no obligation of confidentiality.

19.4 The above provisions of GCC Clause 19 shall not in any way modify any undertaking of confidentiality given by either of the parties hereto prior to

70/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 71: BID Document of CDS

CDS and Clearing Ltd.

Clause No.

Particulars of CDSC’s Requirements Bidder’s Compliance Statement: FC/PC/NC

the date of the Contract in respect of the Supply or any part thereof.

19.5 The provisions of GCC Clause 19 shall survive completion or termination, for whatever reason, of the Contract.

20 Subcontracting

The Supplier shall notify the Purchaser in writing of all subcontracts awarded under the Contract if not already specified in the Bid. Subcontracting shall in no event relieve the Supplier from any of its obligations, duties, responsibilities, or liability under the Contract.

Subcontracts shall comply with the provisions of GCC Clauses 3.

21 Specifications and Standards

21.1 Technical Specifications

(a) The Supplier shall ensure that the Goods and Related Services comply with the technical specifications and other provisions of the Contract.

(b) The Supplier shall be entitled to disclaim responsibility for any design, data, drawing, specification or other document, or any modification thereof provided or designed by or on behalf of the Purchaser, by giving a notice of such disclaimer to the Purchaser.

(c) The Goods and Related Services supplied under this Contract shall conform to the standards mentioned in Section V, Schedule of Requirements and, when no applicable standard is mentioned, the standard shall be equivalent or superior to the official standards whose application is appropriate to the country of origin of the Goods.

21.2 Wherever references are made in the Contract to codes and standards in accordance with which it shall be executed, the edition or the revised version of such codes and standards shall be those specified in the Section V, Schedule of Requirements. During Contract execution, any changes in any such codes and standards shall be applied only after approval by the Purchaser and shall be treated in accordance with GCC Clause 32.

22 Packing and Documents

22.1 The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the Contract. During transit, the packing shall be sufficient to withstand, without limitation, rough handling and exposure

71/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 72: BID Document of CDS

CDS and Clearing Ltd.

Clause No.

Particulars of CDSC’s Requirements Bidder’s Compliance Statement: FC/PC/NC

to extreme temperatures, salt and precipitation, and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the final destination of the Goods and the absence of heavy handling facilities at all points in transit.

22.2 The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified in the SCC, and in any other instructions ordered by the Purchaser.

23 Insurance

23.1 The goods supplied under the Contract shall be fully insured in a currency of Contract or in Nepalese Currency against any loss or damage incidental to manufacture or acquisition, transportation, storage and delivery in the manner specified in the Clause No. - 23.4 of this section.

23.2 The Supplier shall arrange for Insurance, naming the Purchaser as beneficiary

23.3 The insurance policy shall be issued by internationally recognized company or any insurance company incorporated in Nepal. The name of the insurance company and claim process shall be specified during contract Negotiation.

23.4 The insurance shall be in an amount equal to 110 % of the CIF value of the goods from "warehouse to warehouse" on "all risks" basis (as per Institute Cargo Clauses – A) including risks of theft, pilferage, non delivery (TPND), strike, riots, civil commotion (SRCC) and war clauses. All the items shall be fully insured by the supplier up to the final destinations.

23.5 The insurance policy shall remain valid till sixty (60) days after the delivery of all the goods at the CDSC's respective stores.

23.6 Any item/part damage/ lost shall be replaced by the Supplier free of charge at first and the insurance claim shall be made by the Suppliers to recover the cost of damaged/ lost goods and the CDSC will extend all the necessary co-operation in this regard.

24 Transportation

Unless otherwise specified in the SCC, obligations for transportation of the Goods shall be in accordance with the Inco terms specified in Sections V, Schedule of Requirements.

25 Inspections and Tests

25.1 The Supplier shall at its own expense and at no cost to the Purchaser carry out all such tests and/or inspections of the Goods and Related Services as are specified in Sections V, Schedule of Requirements.

72/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 73: BID Document of CDS

CDS and Clearing Ltd.

Clause No.

Particulars of CDSC’s Requirements Bidder’s Compliance Statement: FC/PC/NC

25.2 The inspections and tests may be conducted on the premises of the Supplier or its Subcontractor, at point of delivery, and/or at the final destination of the Goods, or in another place in Nepal as specified in the SCC. Subject to GCC Sub-Clause 25.3, if conducted on the premises of the Supplier or its Subcontractor, all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the Purchaser

25.3 The Purchaser or its designated representative shall be entitled to attend the tests and/or inspections referred to in GCC Sub-Clause 25.2.

25.4 Whenever the Supplier is ready to carry out any such test and inspection, it shall give a reasonable advance notice, including the place and time, to the Purchaser. The Supplier shall obtain from any relevant third party or manufacturer any necessary permission or consent to enable the Purchaser or its designated representative to attend the test and/or inspection.

25.5 The Purchaser may require the Supplier to carry out any test and/or inspection not required by the Contract but deemed necessary to verify that the characteristics and performance of the Goods comply with the technical specifications, codes and standards under the Contract, provided that the Supplier’s reasonable costs and expenses incurred in the carrying out of such test and/or inspection shall be added to the Contract Price. Further, if such test and/or inspection impede the progress of manufacturing and/or the Supplier’s performance of its other obligations under the Contract, due allowance will be made in respect of the Delivery Dates and Completion Dates and the other obligations so affected.

25.6 The Supplier shall provide the Purchaser with a report of the results of any such test and/or inspection.

25.7 The Purchaser may reject any Goods or any part thereof that fail to pass any test and/or inspection or do not conform to the specifications. The Supplier shall either rectify or replace such rejected Goods or parts thereof or make alterations necessary to meet the specifications at no cost to the Purchaser, and shall repeat the test and/or inspection, at no cost to the Purchaser, upon giving a notice pursuant to GCC Sub-Clause 25.4.

25.8 The Supplier agrees that neither the execution of a test and/or inspection of the Goods or any part thereof, nor the attendance by the Purchaser or its representative, nor the issue of any report pursuant to GCC Sub-Clause 25.6, shall release the Supplier from any warranties or other obligations under the Contract.

26 Liquidated Damages

Except as provided under GCC Clause 31, if the Supplier fails to deliver any

73/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 74: BID Document of CDS

CDS and Clearing Ltd.

Clause No.

Particulars of CDSC’s Requirements Bidder’s Compliance Statement: FC/PC/NC

or all of the Goods or perform the Related Services within the period specified in the Contract, the Purchaser may without prejudice to all its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in the SCC of the Contract Price for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the percentage specified in the SCC. Once the maximum is reached, the Purchaser may terminate the Contract pursuant to GCC Clause 34.

27 Warranty

27.1 The Supplier warrants that all the Goods are new, unused, and of the most recent or current models, and that they incorporate all recent improvements in design and materials, unless provided otherwise in the Contract.

27.2 Subject to GCC Sub-Clause 21.1, the Supplier further warrants that the Goods shall be free from defects arising from any act or omission of the Supplier or arising from design, materials, and workmanship, under normal use in the conditions prevailing in Nepal.

27.3 Unless otherwise specified in the SCC, the warranty shall remain valid for twelve (12) months after the Goods, or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the SCC.

27.4 The Purchaser shall give Notice to the Supplier stating the nature of any such defects together with all available evidence thereof, promptly following the discovery thereof. The Purchaser shall afford all reasonable opportunity for the Supplier to inspect such defects.

27.5 Upon receipt of such Notice, the Supplier shall, within the period specified in the SCC, expeditiously repair or replace the defective Goods or parts thereof, at no cost to the Purchaser.

27.6 If having been notified, the Supplier fails to remedy the defect within the period specified in the SCC, the Purchaser may proceed to take within a reasonable period such remedial action as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract.

28 Patent Indemnity

28.1 The Supplier shall, subject to the Purchaser’s compliance with GCC Sub-Clause 28.2, indemnify and hold harmless the Purchaser and its employees and

74/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 75: BID Document of CDS

CDS and Clearing Ltd.

Clause No.

Particulars of CDSC’s Requirements Bidder’s Compliance Statement: FC/PC/NC

officers from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the Purchaser may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract by reason of:

(a) the installation of the Goods by the Supplier or the use of the Goods in the country where the Site is located; and

(b) the sale in any country of the products produced by the Goods.

Such indemnity shall not cover any use of the Goods or any part thereof other than for the purpose indicated by or to be reasonably inferred from the Contract, neither any infringement resulting from the use of the Goods or any part thereof, or any products produced thereby in association or combination with any other equipment, plant, or materials not supplied by the Supplier, pursuant to the Contract.

28.2 If any proceedings are brought or any claim is made against the Purchaser arising out of the matters referred to in GCC Sub-Clause 28.1, the Purchaser shall promptly give the Supplier a notice thereof, and the Supplier may at its own expense and in the Purchaser’s name conduct such proceedings or claim and any negotiations for the settlement of any such proceedings or claim.

28.3 If the Supplier fails to notify the Purchaser within thirty (30) days after receipt of such notice that it intends to conduct any such proceedings or claim, then the Purchaser shall be free to conduct the same on its own behalf.

28.4 The Purchaser shall, at the Supplier’s request, afford all available assistance to the Supplier in conducting such proceedings or claim, and shall be reimbursed by the Supplier for all reasonable expenses incurred in so doing.

28.5 The Purchaser shall indemnify and hold harmless the Supplier and its employees, officers, and Subcontractors from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the Supplier may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract arising out of or in connection with any design, data, drawing, specification, or other

75/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 76: BID Document of CDS

CDS and Clearing Ltd.

Clause No.

Particulars of CDSC’s Requirements Bidder’s Compliance Statement: FC/PC/NC

documents or materials provided or designed by or on behalf of the Purchaser.

29 Limitation of Liability

Except in cases of gross negligence or willful misconduct :

(a) neither party shall be liable to the other party for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the Supplier to pay liquidated damages to the Purchaser; and

(b) the aggregate liability of the Supplier to the Purchaser, whether under the Contract, in tort, or otherwise, shall not exceed the total Contract Price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment, or to any obligation of the Supplier to indemnify the Purchaser with respect to patent infringement.

30 Change in Laws and Regulations

Unless otherwise specified in the Contract, if after the date of the Invitation for Bids, any law, regulation, ordinance, order or bylaw having the force of law is enacted, promulgated, abrogated, or changed in Nepal where the Site is located (which shall be deemed to include any change in interpretation or application by the competent authorities) that subsequently affects the Delivery Date and/or the Contract Price, then such Delivery Date and/or Contract Price shall be correspondingly increased or decreased, to the extent that the Supplier has thereby been affected in the performance of any of its obligations under the Contract. Notwithstanding the foregoing, such additional or reduced cost shall not be separately paid or credited if the same has already been accounted for in the price adjustment provisions where applicable, in accordance with GCC Clause 14.

31 Force Majeure

31.1 The Supplier shall not be liable for forfeiture of its Performance Security, liquidated damages, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

31.2 For purposes of this Clause, “Force Majeure” means an event or situation beyond the control of the Supplier that is not foreseeable, is unavoidable, and its origin is not due to negligence or lack of care on the part of the Supplier. Such events may include, but not be limited to, acts of the Purchaser in its sovereign capacity, wars or revolutions, fires, floods,

76/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 77: BID Document of CDS

CDS and Clearing Ltd.

Clause No.

Particulars of CDSC’s Requirements Bidder’s Compliance Statement: FC/PC/NC

epidemics, quarantine restrictions, and freight embargoes.

31.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

32 Change Orders and Contract Amendments

32.1 The Purchaser may at any time order the Supplier through Notice in accordance GCC Clause 7, to make changes within the general scope of the Contract in any one or more of the following:

(a) drawings, designs, or specifications, where Goods to be furnished under the Contract are to be specifically manufactured for the Purchaser;

(b) the method of shipment or packing;

(c) the place of delivery; and

(d) the Related Services to be provided by the Supplier.

32.2 If any such change causes an increase or decrease in the cost of, or the time required for, the Supplier’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or in the Delivery and Completion Schedule, or both, and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this Clause must be asserted within thirty (30) days from the date of the Supplier’s receipt of the Purchaser’s change order.

32.3 Prices to be charged by the Supplier for any Related Services that might be needed but which were not included in the Contract shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services.

33 Extensions of Time

33.1 If at any time during performance of the Contract, the Supplier or its Subcontractors should encounter conditions impeding timely delivery of the Goods or completion of Related Services pursuant to GCC Clause 11, the Supplier shall promptly, and at least seven (7) days before the expiry of procurement contract, notify the Purchaser in writing of the delay, its likely duration, and its cause. As soon as practicable after receipt of the Supplier’s notice, the Purchaser shall evaluate the situation and may at its

77/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 78: BID Document of CDS

CDS and Clearing Ltd.

Clause No.

Particulars of CDSC’s Requirements Bidder’s Compliance Statement: FC/PC/NC

discretion extend the Supplier’s time for performance, in which case the extension shall be ratified by the parties by amendment of the Contract.

33.2 Except in case of Force Majeure, as provided under GCC Clause 31, a delay by the Supplier in the performance of its Delivery and Completion obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 26, unless an extension of time is agreed upon, pursuant to GCC Sub-Clause 34.1.

34 Termination

34.1 Termination for Default

(a) The Purchaser, without prejudice to any other remedy for breach of Contract, by Notice of default sent to the Supplier, may terminate the Contract in whole or in part:

(i) if the Supplier fails to deliver any or all of the Goods within the period specified in the Contract, or within any extension thereof granted by the Purchaser pursuant to GCC Clause 33; or

(ii) if the Supplier fails to perform any other obligation under the Contract.

(b) In the event the Purchaser terminates the Contract in whole or in part, pursuant to GCC Clause 34.1(a), the Purchaser may procure, upon such terms and in such manner as it deems appropriate, Goods or Related Services similar to those undelivered or not performed, and the Supplier shall be liable to the Purchaser for any additional costs for such similar Goods or Related Services. However, the Supplier shall continue performance of the Contract to the extent not terminated.

(c) if the Supplier, in the judgment of the Purchaser has engaged in corrupt, fraudulent, collusive, coercive or obstructive practices, as defined in GCC Clause 3, in competing for or in executing the Contract.

34.2 Termination for Insolvency

The Purchaser may at any time terminate the Contract by giving Notice to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In such event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to the Purchaser.

34.3 Termination for Convenience

78/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 79: BID Document of CDS

CDS and Clearing Ltd.

Clause No.

Particulars of CDSC’s Requirements Bidder’s Compliance Statement: FC/PC/NC

(a) The Purchaser, by written Notice sent to the Supplier, may terminate the Contract, in whole or in part, at any time for its convenience. The Notice of termination shall specify that termination is for the Purchaser’s convenience, the extent to which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective.

(b) The Goods that are complete and ready for shipment within seven (7) days after the Supplier’s receipt of the Notice of termination shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect:

(I) To have any portion completed and delivered at the Contract terms and prices; and/or

(ii) To cancel the remainder and pay to the Supplier an agreed amount for partially completed Goods and Related Services and for materials and parts previously procured by the Supplier.

35 Assignment

Neither the Purchaser nor the Supplier shall assign, in whole or in part, their obligations under this Contract, except with prior written consent of the other party.

End of Section VII: General Conditions of Contract (GCC)

79/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 80: BID Document of CDS

CDS and Clearing Ltd.

Section VIII. Special Conditions of Contract

80/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 81: BID Document of CDS

CDS and Clearing Ltd.

Section VIII. Special Conditions of ContractThe following Special Conditions of Contract (SCC) shall supplement the General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

GCC Clause Reference Particulars Bidder’s Compliance

Statement: FC/PC/NC

GCC 1.1(i) The Purchaser’s country is Nepal

GCC 1.1(j) The Purchaser is CDS and Clearing Ltd.

GCC 1.1 (p) The Site is, Kathmandu, Nepal

GCC 5.1 The language shall be English

GCC 7.1 For notices, the Purchaser’s address shall be:Name of the Purchaser: CDS and Clearing Ltd.Address: Nepal Stock Exchange Ltd., Singh Durbar Plaza, Kathmandu, NepalTelephone number: 4250759Facsimile number: 4268538e-mail Address: [email protected]

For notices, the Suppliers’ address shall be: [ insert full name and address of Suppliers including telephone number, facsimile number and electronic mail address (if applicable)]Name and Address of the Supplier:Telephone number:Facsimile number:e-mail Address:

81/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 82: BID Document of CDS

CDS and Clearing Ltd.

GCC Clause Reference Particulars Bidder’s Compliance

Statement: FC/PC/NC

GCC 9.2 A dispute of the procurement contract having contract price valuing up to one hundred million Rupees shall be resolved by the adjudicator and a dispute of the procurement contract having contract price more than that shall be resolved by a three-member dispute resolution committee.The adjudicator or dispute resolution committee shall deliver its decision within thirty days of submission of dispute before him/it stating the reasons and grounds for sustaining and not sustaining the claim of the concerned party.A party not satisfied with the decision shall start, within thirty days of such decision being made, the proceedings of resolving such dispute through arbitration.In the case of dispute between the Purchaser and the Supplier, the dispute shall be referred to arbitration in accordance with the laws prevailing in Nepal”

GCC 10.1 The Scope of Supply shall be defined in: [insert “Section V, Schedule of Requirements” or indicate where the Scope of Supply shall be defined. At the time of awarding the Contract, the Purchaser shall specify any change in the Scope of Supply with respect to Section V, Schedule of Requirements included in the Bidding Document. Such changes may be due, for instance, if the quantities of Goods and Related Services are increased or decreased at the time of award.]

GCC 11.1 Upon delivery of the Goods to the Purchaser, the Supplier shall submit the following documents to the Purchaser:

a)Certificate of origin; and

b) Supplier’s/Manufacturer Factory Test Report

GCC 15.1 100% Payment of the Goods and Services shall be made through Irrevocable Letter of Credit (L/C) opened in favour of Supplier.

All payment under this contract shall be made only after deduction of withholding tax (TDS – Tax Deduction at Source) as per the Income tax law of government of Nepal applicable at the time of the payment

Opening of L/C

1. Goods and Services (Excluding Warranty and Extended Warranty Service) The Irrevocable Letter of Credit (L/C) for the amount of the Goods

82/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 83: BID Document of CDS

CDS and Clearing Ltd.

GCC Clause Reference Particulars Bidder’s Compliance

Statement: FC/PC/NC

only will be opened first and afterward the amount of service portion (excluding warranty and Extended Warranty Services) will be added by amending the original L/C. L/C shall be opened within 15 days from the date of signing the Contract provided the error free Pro-Forma invoice has been submitted by Supplier within seven (7) days from the date of signing of the Contract.

2. Warranty Service The amount of the warranty service shall be added by amending the original L/C before the issuance of FAC. Supplier shall submit the pro-forma invoice for the warranty service.

3. Extended Warranty Service A separate L/C shall be opened for the amount of Extended warranty Service before the expiry of warranty period. The supplier shall submit pro-forma invoice and Performance Security amounting 10% of the cost of Extended Warranty Service.

Delay in submission of the error free pro-forma invoice may result in delay in opening of letter of credit which ultimately may delay the implementation of the system and shall attract liquidated damage.

The supplier shall provide separate pro-forma and commercial invoices for the goods and services.

GCC 15.1 1. Payments shall be made in Nepalese Rupees in the following manner:

1. Payment of Goods (Hardware and System Software)

a. Advance Payment:

Twenty Percent (20%) of the total Price of the Goods (Hardware and System Software) will be paid through Letter of Credit against submission of Advance Payment Guarantee for the equivalent amount by the Supplier to the CDSC within 30 days from the date of receipt of Advance Payment Guarantee. The validity of such bank guarantee shall be 6 months from its issuance date. In case of delay in delivery of the complete hardware under the respective phase, the validity of the guarantee shall be extended accordingly.

b. On Delivery Completion Certificate (DCC )Forty Percent (40%) of the price of the Goods shall be made through irrevocable L/C within thirty (30) days upon issuance of Delivery completion Certificate (DCC) as mentioned in the Clause No. 5.3 of Section IV: Conditions of Contract.

Liquidated damages, short fall of goods found during physical counting and any other charges payable to the CDSC shall be

83/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 84: BID Document of CDS

CDS and Clearing Ltd.

GCC Clause Reference Particulars Bidder’s Compliance

Statement: FC/PC/NC

deducted at the time of this payment.

c. On Provisional Acceptance Certificate (PAC): Twenty percent (20%) payments of the goods shall be made through irrevocable letter of credit (L/C) within thirty (30) days from the date of issuance of Provisional Acceptance Certificate as per Section VIII, Chapter 1: General technical specification.

Liquidated damages, short fall of goods found during PAT and any other charges payable to the CDSC shall be deducted at the time of this payment.

d. On Final Acceptance Certificate (FAC): Twenty percent (20%)payments of the goods shall be made through irrevocable letter of credit (L/C) within thirty (30) days from the date of issuance of Final Acceptance Certificate as per Section VIII, Chapter 1.

2. Payment of Services

a) Training:

100 % payment of the training cost shall be made through L/C upon claim after the successful completion of the training and factory testing respectively. CDSC will certify such claims within 30 days of submission.

b) Payment of Installation, Testing and Commissioning

I) 80% payment for Installation, Supervision, Testing will be made within 30 days from the date of issuance of PAC.

II) Final 20% payment for Installation, Supervision will be made after the issuance of Final Acceptance Certificate for the complete system.

c) Payment for Warranty Service

Payment for warranty service for one year will be paid on quarterly basis on certification by CDSC’s General Manager of satisfactory discharge of services as per Section VIII, Chapter 1: General technical specifications. The payment will be made on pro-rata basis.

d) Payment for 3 Years Extended Warranty Service

Payment for three years warranty service will be paid in twelve consecutive quarterly installments starting from the satisfactory completion of the warranty period of one year as per Section VIII, Chapter 1: General technical specifications. A separate L/C will be opened for this purpose.

84/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 85: BID Document of CDS

CDS and Clearing Ltd.

GCC Clause Reference Particulars Bidder’s Compliance

Statement: FC/PC/NC

GCC 22.2 A complete packing list indicating the content of each package shall be enclosed in a water proof envelope and shall be secured to the outside of the packing case. In addition, each package shall be marked with indelible ink/paint in bold letters, as follows:

a. Contract number :

b. Name and address of the Purchaser:

c. Country of origin,

d. Gross weight

e. Net weight

f. Package number of total number of packages

g. Brief description of content

h. [Insert any other additional marking]

Upright markings, where appropriate, shall be placed on all four vertical sides of the package.

All materials used for packing shall be environmentally neutral.

GCC 24.1 Obligations for transportation of the Goods:

The supplier is required under the contract to transport the Goods to a specified place of final destination.

GCC 26.1 The applicable rate of liquidated damages shall be 0.5 percent of the Contract Price per week.

GCC 26.1 The maximum amount of liquidated damages shall be: ten (10) percent of the Contract Price.

GCC 27.3 The period of validity of the Warranty shall be: One (1) year from the date of issuance of FAC.

GCC 27.5 The Supplier shall correct any defects covered by the Warranty within: 60 days of being notified by the Purchaser of the occurrence of such defects.

GCC 11.1 Delivery, installation and commissioning of Goods: Within 60 Days from the date of signing of the Contract

End of Section VIII: Special Conditions of Contract (SCC)

85/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 86: BID Document of CDS

CDS and Clearing Ltd.

Section IX. Contract Forms

Table of Forms

Letter of Intent

Letter of Acceptance

86/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 87: BID Document of CDS

CDS and Clearing Ltd.

Letter of Intent [on letterhead paper of the CDSC]

. . . . . . . date. . . . . . .

To: . . . . . . . . . . name and address of the Contractor . . . . . . . . . .

Subject: . . . . . . . . . . Issuance of letter of intent to award the contract . . . . . . . . . .

This is to notify you that, it is our intention to award the contract ………. dated …….…….. for execution of the . . . . . . . . .name of the contract and identification number, as given in the Contract Data/SCC to you as your bid price . . . . . . . . .amount in figures and words in Nepalese Rupees ………………. as corrected and modified in accordance with the Instructions to Bidders is hereby selected as substantially responsive lowest evaluated bid.

Authorized Signature: ...................................................................................

Name: ...........................................................................................................

Title: ..............................................................................................................

CC:[Insert name and address of all other Bidders, who submitted the bid]

87/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 88: BID Document of CDS

CDS and Clearing Ltd.

Letter of Acceptance [on letterhead paper of the CDSC]

. . . . . . . date. . . . . . .

To: . . . . . . . . . . name and address of the Contractor . . . . . . . . . .

Subject: . . . . . . . . . . Notification of Award

This is to notify that your Bid dated . . . . date . . . . for execution of the . . . . . . . . . .name of the contract and identification number, as given in the Contract Data/SCC . . . . . . . . . . for the Contract price of Nepalese Rupees [insert amount in figures and words in Nepalese Rupees], as corrected in accordance with the Instructions to Bidders is hereby accepted in accordance with the Instruction to Bidders.

You are hereby instructed to contract this office to sign the formal contract agreement within 15 days. As per the Conditions of Contract, you are also required to submit Performance Security, as specified in SCC, consisting of a Bank Guarantee in the format included in Section VIII (Contract Forms) of the Bidding Document.

The CDSC shall forfeit the bid security, in case you fail to furnish the Performance Security and to sign the contract within specified period.

Authorized Signature: ...................................................................................

NAME AND TITLE OF SIGNATORY:

88/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 89: BID Document of CDS

CDS and Clearing Ltd.

Agreement Form

THIS AGREEMENT made on the [insert number] day of [insert month], [insert year], between [insert complete name of Purchaser] of [insert complete address of Purchaser] (hereinafter “the Purchaser”), of the one part, and [insert complete name of Supplier] of [insert complete address of Supplier] (hereinafter “the Supplier”), of the other part: WHEREAS the Purchaser invited Bids for certain Goods and Related Services, viz., [insert brief description of the Goods and Related Services] and has accepted a Bid by the Supplier for the supply of those Goods and Related Services in the sum of NRs ……..[ insert amount of contract price in words and figures including taxes] (hereinafter “the Contract Price”). NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. In this Agreement words and expressions shall have the same meanings as are respectively

assigned to them in the Conditions of Contract referred to.2. The following documents shall be deemed to form and be read and construed as part of this

Agreement, viz.: (a) the Purchaser’s Notification to the Supplier of Award of Contract; (b) the Bid Submission Form and the Price Schedules submitted by the Supplier; (c) the Special Conditions of Contract; (d) the General Conditions of Contract; (e) the Schedule of Requirements; and (f) [indicate other documents required]

This Contract shall prevail over all other Contract documents. In the event of any discrepancy or inconsistency within the Contract documents, then the documents shall prevail in the order listed above.

3. In consideration of the payments to be made by the Purchaser to the Supplier as indicated in this Agreement, the Supplier hereby covenants with the Purchaser to provide the Goods and Related Services and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Related Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of “Nepal” on the day, month, and year indicated above. Signed by [insert authorized signature for the Purchaser] (for the Purchaser) Signed by [insert authorized signature for the Supplier] (for the Supplier)

89/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 90: BID Document of CDS

CDS and Clearing Ltd.

Performance Security

[insert complete name and number of Contract]

To: [insert complete name of Purchaser]

WHEREAS [insert complete name of Supplier] (hereinafter “the Supplier”) has received the notification of award for the execution of [insert identification number and name of contract] (hereinafter “the Contract”).

AND WHEREAS it has been stipulated by you in the aforementioned Contract that the Supplier shall furnish you with a security [insert type of security] issued by a reputable guarantor for the sum specified therein as security for compliance with the Supplier’s performance obligations in accordance with the Contract.

AND WHEREAS the undersigned [insert complete name of Guarantor], legally domiciled in [insert complete address of Guarantor], (hereinafter the “Guarantor”), have agreed to give the Supplier a security:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of [insert currency and amount of guarantee in words and figures] and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract, without cavil or argument, any sum or sums within the limits of [insert currency and amount of guarantee in words and figures] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

This security is valid until the [insert day, month, year].

Name: [insert complete name of person signing the Security]

In the capacity of: [insert legal capacity of person signing the Security]

Signed: [insert signature of person whose name and capacity are shown above]

Duly authorized to sign the security for and on behalf of: [insert seal and complete name of Guarantor]

Date: [insert date of signing]

90/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 91: BID Document of CDS

CDS and Clearing Ltd.

Section X: General Technical Specification

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

1

General

In Central Depository System the securities of a shareholder are held in electronic form in book keeping entry mode by converting the physical securities to electronic form through a process called “ dematerialization “ of share certificates. Almost every capital markets in the world have adopted the central depository system with an efficient and effective clearing and settlement system thereby widening the capital market by eliminating the bottlenecks in this market. After experiencing the persistent problems in the present system of physical delivery of the securities being traded in the NEPSE, establishment of the Central Depository System and automated Clearing and Settlement System (CDS and C& SS) has become a paramount importance. It is needed to establish the CDS and C&SS to bring in more participation locally and through foreign investment in the capital market, thus improving the liquidity and trading depth in the market by also improving the investor confidence in the stock market. To materialize this CDS and C&SS, Government of India has provided grant assistance to develop CDS software and for consultancy to set up the system by CDSC. In pursuance of receiving grant assistance, Central Depository Services (India) Ltd has been assigned the contract of consultancy services vide agreement dated 15th January 2010 and separate agreement has been entered dated 12th September 2010 with CMC Ltd. to develop the required software for depository system and for the clearing and settlement system. To set up the central depository and clearing and settlement system the required computer hardware compatible to the software being developed needs to be procured by CDSC under the agreement entered with CMC Ltd. NEPSE and CMC Ltd. entered into an agreement on the recommendation of Consultant, Central Depository Services (India) Ltd. for the development of the software called “Versatile Depository Accounting System (Vedas) and “Clearing & Settlement (C & S) system.

It is to be noted by the bidder that the offered hardware platform by the Bidder shall be capable to run the aforesaid software being developed by CMC Ltd. under the agreement. Bidder shall also need to confirm that it shall provide all necessary hardware, software and support during such integration and interworking with the offered system as qualified equipment. Any additional cost that may be required to make the hardware being supplied to be compatible with the aforesaid software needs to be borne by the Bidder without passing any additional cost to CDSC other than that of quoted price

91/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 92: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

2 Scope of Work

1. Supply, Delivery, Installation and Commissioning the components as per the Section IV: SOR

2. Warranty3. Extended Warranty4. Training

3 Supply, Delivery, Installation and Commissioning

3.1 Delivery of the GoodsSupplier shall deliver all the goods in single lot in CDSC,s store in Kathmandu.

3.1.2 Material Verification

92/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 93: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

3.1.3 The material shall be verified jointly by representative of CDSC and Supplier representative as per invoice and packing list, and then received by supplier’s representative before the start of installation.

CDSC will issue delivery completion certificate, provided, all the materials are delivered according to Packing List/Bill of quantity and invoice.

Hardware deficiency record will be maintained if some items are found missing.

3.1.4 Issuance of Delivery Completion Certificate (DCC):CDSC shall issue Delivery completion Certificate, within 30 days against;

1) all the materials delivered for mentioned sites according to Packing List/Bill of quantity without any major deficiency. However, if some items are found to be missing during installation, testing supplier shall deliver items as required at no additional cost to CDSC.

2) Submission of all the documents mentioned in GCC 11.1 of Section VII.

In case of non delivery of the minor hardware (hardware which do not affect in immediate installation and testing), CDSC shall issue the DCC mentioning list of the minor non delivered equipment and payment shall be made by deducting the price of the minor non delivered equipment.

However, the Supplier shall deliver all the hardware before completion of installation and testing, otherwise the system is not considered to be ready for PAT.

Issuance of DCC will not prejudice any claim with respect to any missing item or defect or malfunction, which may subsequently develop during the course of project.

3.2 Installation and Commissioning

3.2.1 The supplier shall be fully responsible for timely and proper installation, testing and commissioning of the entire system. Bidder shall provide the detail break down of services as per BOQ. The supplier shall depute a Technical Supervisor until the issuance of Final Acceptance Certificate. The Technical Supervisor shall be fully capable to handle all the technical issues related to the contract.

3.2.2 The supplier shall engage the people who have had earlier experience in the installation, testing and commissioning of the offered system. The supplier shall provide bio-data of all the people who will be engaged in this project, including their experiences. CDSC shall have full authority to reject and ask the supplier to arrange experienced people having adequate knowledge in related field. If the supplier intends to use the sub-contractors for the installation, testing and commissioning of the system, the above conditions will apply to the installation, testing and commissioning teams from the sub-contractors also.

93/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 94: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

3.2.3 The site for the offered system will be at CDSC office at Kathmandu, Nepal and connection of city power supply shall be the responsibility of CDSC.

3.2.4 The supplier shall provide detailed installation documents containing all necessary installation diagrams, installation practices and testing procedures to be followed to achieve proper installation. The supplier shall be fully responsible for timely completion of installation, testing and commissioning of entire system

3.2.5 During the installation, testing and commissioning of the offered Hardware and System Software, If offered quantities (HW/SW) are not sufficient, then all additional materials required for making the system fully functional and to meet the requirement of specifications must be provided free of cost to CDSC.

3.3 Acceptance Testing

The entire system is subject to Provisional Acceptance Testing at the installation site after the completion of installation and testing before handover to CDSC.

3.3.1 Acceptance Test Document

The supplier shall provide detailed acceptance test procedure for approval to CDSC at least one (1) month prior to the starting date of Provisional Acceptance Testing.

CDSC shall have the authority to approve or reject the acceptance test procedure and to include in its discretion any other test in the acceptance test procedure either to test the requirements within the CDSC’s Technical Specification and/or to clarify doubts on the integrity of the equipment under test. During the Acceptance Testing, CDSC’s Acceptance Test team may perform additional tests not included in approved acceptance test procedure, but within tender document. The supplier shall make necessary arrangements for such tests, including the tools and test equipment required for the tests.

3.4 Provisional Acceptance Test

3.4.1 Provisional acceptance testing shall consist of physical counting of the materials delivered and installed as well as verification of the technical performance of the equipment in accordance with the CDSC’s Technical Specification.

3.4.2 In the physical counting, all the materials and equipment will be checked to confirm their delivery and installation as per the bill of quantities in the contract. The materials will also be checked against the packing list of the shipping document and the contract quantities. Materials not used in the installation shall be returned to CDSC store

94/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 95: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

3.4.3 After completion of the Provisional Acceptance Test, CDSC will issue the Provisional Acceptance Certificate or Rejection Letter within thirty (30) days from the date of completion of the provisional acceptance testing. If all the tests are successfully performed or if only minor deficiencies are noticed, the Provisional Acceptance Certificate shall be issued within thirty (30) days from the date of completion of Provisional Acceptance Testing with the condition that the minor deficiencies will be cleared within one month from the date of issuance of the certificate.

3.4.4 Issuance of Provisional Acceptance Certificate will not prejudice any claim with respect to any defect or malfunction, which may subsequently develop during the warranty period.

3.4.5 CDSC will put the system for commercial operation after the Provisional Acceptance Test, provided the acceptance testing is completed successfully. If the testing and commissioning of the system is delayed beyond the contract schedule period for reasons attributable to the supplier and/or if there are major deficiencies that do not affect the operation of system, CDSC will have full authority to put the system into commercial service before issuing Provisional Acceptance Certificate. Under such circumstances, the supplier is required to make the basic functions and services already in use, ready for putting the system into service and provide maintenance service (technical support and maintenance of Hardware and Software) from the date the system is put into commercial service at no additional cost to CDSC.

95/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 96: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

3.5 Stabilization Period

Upon successful completion of the Provisional Acceptance Tests and issuance of the Provisional Acceptance Certificate, the Stabilization Period of ninety (90) days, shall commence. The stabilization period shall be considered successfully completed if each of the following requirements is met during ninety (90) consecutive days.

a) The service availability of offered system shall be more than 99.99% of the time.

b) No single outage shall exceed duration of one hour due to equipment/ application failure.

c) Major faults or any fault affecting all the customers shall be rectified within 24 hours.

d) Minor faults, not affecting the services, reported to the supplier during this period shall be rectified within 48 hours.

e) The supplier’s support team shall provide regular O&M reports on daily, weekly and monthly basis during the stabilization period. The contents and format of such reports shall be prepared by the supplier and approved by Nepal Tele CDSC com before start of the Provisional Acceptance Testing.

If all the requirements mentioned in the preceding Clause are not met, another stabilization period of ninety (90) days shall be put into effect from the last date of occurrence of the fault/outage or failure. The financial loss incurred to CDSC due to outages of the active service shall be calculated on the basis of analysis of the last one month data. Such monitory loss shall be compensated from the supplier.

3.6 Final Acceptance

CDSC will issue the Final Acceptance Certificate after the supplier fulfills the following requirements.

a) Successful completion of stabilization period

b) Successful implementation of all the technical requirements of CDSC’s Specification and other obligations as per the contract.

c) Clearance of all deficiencies from the Provisional Acceptance Testing

The Final Acceptance Certificate shall not be issued until the supplier fulfills all of the above requirements.

4 Warranty Period

4.1 The twelve (12) month period following the issuance of Final Acceptance Certificate of the supplied system shall be termed as the Warranty Period.

4.2 During the warranty period, all the faulty equipment shall be replaced or repaired and all the defects in system hardware and software must be solved, by the supplier on immediate basis, with all reasonable speed.

96/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 97: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

4.3 In order to solve the problem, Supplier may use the spares (if required) from CDSC’s spare pool. However, Supplier shall repair or replace faulty card/equipment within 15 days from the date of requisition of spares from the CDSC.

4.4 Warranty Service

The supplier shall provide the following services during the warranty period.

a) Regular monitoring of the performance of the system and reporting to CDSC.

a) Provide immediate support through onsite support, tele-assistance service, phone, fax, e-mail, on-line support, remote access, local support within 48 hrs of reporting in case of major problems affecting the smooth operation of the tools.

b) Repair and/or replacement of defective equipment (Please refer to Clause no. 14.3 of this section)

c) Provide services of the experts on immediate basis in case of major problems affecting all the customers

d) Upgrade hardware and software to new versions/releases, if required, for solving the problems without any extra cost to CDSC. This operation shall not affect any of the system components and services which are not related it.

e) Bidder shall maintain a local stock of spare in adequate quantity in order to avoid system disturbance due to repair/replacement procedure (turn around time of faulty parts). The bidder shall provide the list of spares. The critical parts shall be replaced as soon as possible not later than 2 hours, depending upon the severity of the problem. The local stock shall include the third party equipments spares also. The cost of the spares shall be included in the cost warranty and extended warranty

The supplier shall depute experienced personnel for one year to provide the warranty services mentioned above. The warranty period shall be extended and the payments withheld if the services mentioned above are not provided to the satisfaction of CDSC. The warranty period shall be considered successfully completed only if all the repairs and support issues raised during the period are fully resolved to the satisfaction of CDSC.

The bidder shall quote the price for warranty services. This price will be considered for evaluation.

97/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 98: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

4.5 Extended Warranty for three (3) years

The bidders are required to quote for three (3) years extended warranty. The services to be provided by the supplier are the same as those to be provided during the warranty period of one year except that the supplier is not required to depute one resident engineer for the extended warranty period of 3 years. The extended warranty period shall start after the satisfactory completion of warranty period of one year. The extended warranty period shall be extended and the payments withheld if the services mentioned above are not provided to the satisfaction of CDSC. The extended warranty period shall be considered successfully completed only if all the repairs and support issues raised during the period are fully resolved to the satisfaction of CDSC. The bidder shall quote the price of extended warranty for three (3) years on annual basis. This price will be considered for evaluation.

The agreement for the extended warranty shall be made before expiry of warranty period based on performance during the warranty period.

4.5 Maintenance Service

The supplier shall provide technical support and service to CDSC for the maintenance of the hardware and software of the system until the end of extended warranty. This service will be provided after the system is put into commercial operation and shall continue till the end of extended warranty service. The service shall be in the form of technical support (supplying information through documents, telephone, fax or software modifications (patches), availing service of the experts to solve the problems and repair of faulty parts or supply of spares. The cost of maintenance service shall be included in the cost of warranty and extended warranty.

4.6 Emergency Support Service

This service shall constitute technical support in emergency condition through telephone or fax, immediate shipment of hardware and software and even immediate dispatch of expert, within 48 hours, to diagnose and rectify the fault, which could not be solved locally. This service shall be included in Warranty and Extended warranty Service. This service will be provided after the system is put into commercial operation and shall continue till the end of extended warranty service.

98/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 99: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

4.7 Service Level Requirement: During Warranty and Extended warranty, 99% uptime for the infrastructure to be measured on a monthly basis. . Response and resolution requirements:

1 CRITICAL EVENTS: response – immediate, resolution – within 1 hour.

2 MAJOR EVENTS: response – 1 hour, resolution - 4 Hours.

3 MINOR EVENTS: Event dependent to be mutually decided.

Four (4) Events referred are defined as follows :

Critical: Major system problem causing any function/service of the System to be inoperable. Ex- SAN switch problem, server failure etc.

Major: A function/service unavailable. Ex- Backup operations not happening properly.

Minor: Other problems not having major impact in any function/service of the Systems

The warranty and extended warranty service shall cover all the items supplied under this contract.

5 Training

The bidder is required to provide Hardware training to the CDSC’s personal. The training shall be conducted in the supplier’s premises. The training center shall have adequate facilities so that the trainees can acquire hands-on practices during the training period. The training shall be based on the offered version of the system

5.1 The training course shall include at least the following:

a) Overview of the offered system.

b) Installation and Commissioning of the offered system.

c) Operation, Maintenance and Administration of the system.

d) System Database and its Management.

e) System Fault Diagnosis.

f) Performance Measurement.

5.2 The bidder shall provide Training for five (5) CDSC’s personal for a period of 10 working days. The objective of this training is to enable the trainees to carry out independently the installation, operation, and maintenance and repair works of the system. After training, the trainees shall also be able to impart training on the normal operation and maintenance of the system to other CDSC personals.

99/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 100: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

5.3 Training Cost

The bidder shall quote the price for the trainings mentioned in the Clauses 5.2 of general technical specification separately. The price quoted shall include tuition fee, training materials.

The training costs shall be considered for evaluation

End of Section X: General Technical Specification (GTS)

100/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 101: BID Document of CDS

CDS and Clearing Ltd.

Section XI: Detail Technical Specification.A. Server

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

1 System

64bit EPIC processor based system with Itanium processor available with vendor.

2 CPU / SocketsTwo Quad core (or higher) CPU to be quoted and system should be scalable to minimum Four CPUs. The term "CPU" here refers to One physical socket which maybe containing multiple cores.

3 Clock speedMinimum 1.6 GHz or higher

4 CPU performance/ energy efficiencyCPU should be capable of adjusting it’s clock frequency both above & below its rated value based on the workload (to deliver performance or to save energy respectively) without requiring server or application restart & with all cores active On Die Cache

5 On Die CacheMin. 12 MB cache per core or higher.

6 Server Form FactorBlade/rack form factor

7 Main MemoryShould be proposed with minimum 32gb memory. Registered/ Fully Buffered DDR3 Memory with advanced ECC. Memory should be scalable to min 96 GB.

8 Memory RASMemory double chip spare or chip-kill or equivalent, to overcome two DRAM chip failures

9 Ethernet Ports4 x 1/10 Gigabit Ethernet ports on-board or via a full bandwidth PCI-e/PCI-X card for each port. All ports must be auto sensing for 10G/1G operations

10 FC portsPCI-e based Dual Port 8 Gbps FC HBA with each connection via separate FC switches.

11 I/O SlotsAt least 3 x PCI-e / PCI-X slots in each server.

101/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 102: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

12 Internal DiskShould be configured with 2 x dual ported 300 GB, 10k rpm, SAS/SCSI/FC Hot pluggable hard drives with RAID Support.

13 Hard disk ControllerOn board HDD Controller should be offered for above quoted hard disk.

14 Operating System 64 bit Unix Operating System

15 Operating System Support HP UX 11i v3, Linux, RHEL AS 4 U4 and SLES 10, OpenVMS V8.3 , Microsoft Windows 2008

16 VirtualizationShould be capable of logical partitions for creating multiple independent OS instances, in each partition.

17 Power SupplyFully redundant hot swap power supplies should be offered.

18 FansHot plug redundant fans to be offered.

19 RoadmapOfficial Roadmap of at least next two generations of CPUs of the quoted servers must be provided.

20 Operating System FeaturesShould have inbuilt 64 bit Enterprise Unix volume Manager.Should have support for clustering.Native Multipath for connecting to storage should be provided.OS should be of the same OEM brand as the server and should have minimum features like full binary compatibility across versions. Must be quoted with cluster software for active-passive failovers and ensure a minimum of 99.9% annul uptime at cluster level on the DB layer.

21 Management ConsoleDedicated 10/100 Ethernet port for out of band management via Web based remote interface and remote console

22 ClusteringThe servers should be proposed with OS based clustering and should support the scripting for automatic failover of the applications

102/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 103: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

23 ScalabilityThe Server quoted shall be in-place upgradeable to the higher models of the same series. This must not be a forklift upgrade and must not require a full hardware replacement and/or an OS re-install

B. Central Storage

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

1 Operating System & Clustering Support1. The storage array should support industry-leading Operating System platforms including: Windows Server 2003, 2008, Vmware, Sun Solaris, HP-UX, IBM-AIX and Linux.

2. Offered Storage Shall support all above operating systems in Clustering.

2 Capacity & Scalability1. The Storage Array shall be offered with FC 15K RPM disk of 450 GB capacity , usable space should be 3.5 TB after RAID 5 and ---SATA/FATA 7.2K RPM disks of ---1 TB--- capacity with 8 TB usable capacity after RAID 5

2. Storage shall be scalable to minimum of 96 numbers of drives or 43TB using 450GB drives.

3 Processing PowerOffered controllers shall be based on latest PCI-e technology to ensure that there is no bottleneck for IO communication.

4 Architecture & Processing Power1. The storage array should support dual, redundant, hot-pluggable; active-active array controllers with RISC based processors for high performance and reliability

2. Storage Array shall have Real Time / Embedded Unix Operating system to avoid frequent Failures.

103/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 104: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

5 No Single point of Failure1. The storage array should support dual, redundant, hot-pluggable; active-active array controllers with RISC based processors for high performance and reliability

2. Storage Array shall have Real Time / Embedded Unix Operating system to avoid frequent Failures.

6 Disk Drive Support1.Offered Storage Array shall support 4Gbps dual-ported 300GB/450GB/600GB hot-pluggable Enterprise FC hard drives, Minimum of 72 GB SSD Drives along with S-ATA/F-ATA (1TB) drives in the same device shelf.

7 Cache1. Offered Storage Array shall be given with Minimum of 4GB cache in a single unit out of which at least 1GB shall be usable write cache.2. Cache shall be mirrored using dedicated PCI-express bus and shall not use Disk data path.3. Cache shall be dynamic

8 Raid Support1. Offered Storage Subsystem shall support Raid 0, 1 , 1+0, 5 and Raid 6.

2. Offered Storage subsystem controllers shall have capability to create a single volume of more than 32TB

3. Storage subsystem shall support expansion of both Disk group and raid.

9 Data Protection 1. Incase of Power failure, Storage array shall be able to hold data in the cache for at-least 96 hours of time or destage to disk drives. Bidders shall ensure that in case of de-stanging, dual redundant Standby power supplies are configured.

10 Host Ports & Back-end PortsOffered Storage shall have minimum of 4 host ports for connectivity to servers & minimum of 4 device ports for Disk shelf connectivity

104/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 105: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

11 Host ConnectionsThe storage shall support at least 250 hosts and licenses to connect all supported hosts shall be provided with the array.

12 Ports BandwidthOffered storage shall be end to end 4Gbps where each drive and drive shelf shall be connected through dual active-active paths.

13 Global Hot Spare1. Offered Storage Array shall support distributed Global hot Spare for offered Disk drives.

2. At least 2 Global hot spare drive shall be configured for each configured drive.

14 Performance1. Offered Storage subsystem shall support more than 1, 30,000 IOPS.

2. Shall have capability to use more than 30 drives per array group or raid group for better performance.

3. Shall support more than 1500MB/sec sequential throughput.

15 Load Balancing & Multi-path

1. Multi-path and load balancing software shall be provided, if vendor does not support MPIO functionality of Operating system.

16 Maintenance Offered storage shall support online non-disruptive firmware upgrade for both Controller and disk drives.

17 Re-build timeFor better re-build times in case of disk failure, offered storage rebuild operations shall not depends upon the number of drives in the raid group.

105/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 106: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

18 Local Copy1. Shall support Snapshot, Capacity free snapshot without locking the disk space, Full physical copy (Clone).

2. Shall support incremental re-synchronization of business copy with Primary volume.3. Shall support more than 48 business copy of a given pr

19 Storage Array Configuration & Management Software1. Vendor shall provide Storage Array configuration and Management software. 2. Software shall be able to manage more than one array of same family.

20 Performance ManagementVendor shall also offer the performance management software for Storage Array.

21 Remote Replication1. Storage shall support both Synchronous and Asynchronous replication at controller level.

2. Shall support continuous replication to Remote location without using any buffering technology inside cache at Primary location for better Recovery Point.

C. Storage and Backup Management Server

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

1 CPU1 x Intel® Xeon® E5504 ( 2.0 GHz, 4MB Cache, 6.4GT/s QPI, Turbo, VT, HT or above)

2 RAM4 GB DDR3

3 Cache Memory4 MB L3 Cache Memory per Processor or above

4 FSB6.4 GT/s or above

106/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 107: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

5 ChipsetIntel 5520 Chipset or higher

6 MemoryDDR3 FBD ECC DIMMs or above

7 Memory Expandability96 GB or above. (Expandability to 96 GB means sufficient free slots should be available for expansion from day one to 96 GB). The existing memory should be reusable.

8 Disk ControllersSerial Attached SCSI controller on board with RAID 0 & 1 capability

9 Hard Disk Drives2.5" 10 K RPM SAS Hot Swappable HDD.

10 Hard Disk Capacity300GB (2 Disks) or above.

11 EthernetDual Port 10/100/1000Mbps or higher Ethernet Adapter + 2 additional Ethernet Ports

12 I/O ExpansionsI/O expansion slot/enclosure for upgrade of Ethernet Adapter / Memory /HBAs.

13 Fiber ConnectDual Port 4Gbps Fiber Adapter to connect to SAN

14 VideoOnboard 8MB or above Memory for Graphics

15 System ManagementShould provide system and environmental monitoring, event recording, alert notification capability. Should have interface for inter- management communication with Blade Chassis Management module.

16 Form Factor2 U

107/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 108: BID Document of CDS

CDS and Clearing Ltd.

D. Tape Library

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

1 LTO STORAGE TAPE LIBRARY

LTO 4 1840 model or Above, Fiber Channel

2 Uncompressed Capacityminimum 800 GB

3 Compressed Capacity1600 GB

4 DrivesMinimum two drives

5 SLOTS48 Nos. of slots OR Above

6 Software CompatibilityShould support backup and archiving software applications from HP, CA, and VERITAS, Backbone, Legato, Tivoli and other industry standard backup software.

7 Management and Diagnostics Software IncludedTape Tools software provides a single application for managing and troubleshooting the tape drive, media and configuration.

8 LTO Open StandardDrive technology based on an open standard that provides for media compatibility across all brands of LTO products. LTO to connect to SAN Storage.

9 Operating Systems supportOS support should be available for Windows Server® 2003, Windows Server® 2008 & Linux® RHEL5, Xen, VMware, Hyper-V.

10 Form FactorMaximum 4 U

108/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 109: BID Document of CDS

CDS and Clearing Ltd.

E. SAN Switches

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

1 Minimum Dual SAN switches shall be configured where each SAN switch shall be configured with minimum of 8 Ports scalable to 24 ports.

2 Required scalability shall not be achieved by cascading the number of switches and shall be offered within the common chassis only

3 Should deliver 8 Gbit/Sec Non-blocking architecture with 1:1 performance for up to 24 ports in a energy-efficient fashion

4 Should protect existing device investments with auto-sensing 1, 2, 4, and 8 Gbit/sec capabilities.

5 The switch shall support different port types such as FL_Port, F_Port, M_Port (Mirror Port), and E_Port; self-discovery based on switch type (U_Port); optional port type control in Access Gateway mode: F_Port and NPIV-enabled N_Port

6 The switch should be rack mountable

7 Non disruptive Microcode/ firmware Upgrades and hot code activation.

8 The switch shall provide Aggregate bandwidth of 192 Gbit/sec: 24 ports × 8 Gbit/sec (data rate) end to end.

9 Switch shall have support for web based management and should also support CLI.

10 The switch should have USB port for firmware download, support save, and configuration upload/download.

11 Offered SAN switches shall be highly efficient in power consumption. Bidder shall ensure that each offered SAN switch shall consume less than 60 Watt of power.

12 Switch shall support POST and online/offline diagnostics, including RAStrace logging, environmental monitoring, non-disruptive daemon restart, FC ping and Path info (FC trace route), port mirroring (SPAN port).

13 Offered SAN switch shall support services such as Quality of Service (QoS) to help optimize application performance in consolidated, virtual environments. It should be possible to define high, medium and low priority QOS zones to expedite high-priority traffic

14 The switch shall be able to support ISL trunk up to 64 Gbit/sec between a pair of switches for optimal bandwidth utilization and load balancing.

15 SAN switch shall support to restrict data flow from less critical hosts at preset bandwidths.

109/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 110: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

16 It should be possible to isolate the high bandwidth data flows traffic to specific ISLs by using simple zoning

17 The Switch should be configured with the Zoning and shall support ISL Trunking features when cascading more than 2 numbers of SAN switches into a single fabric.

18 Offered SAN switches shall support to measure the top bandwidth-consuming traffic in real time for a specific port or a fabric which should detail the physical or virtual device.

F. Backup Software

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

1 Operating System & Clustering Support1. The proposed backup solution should be available on various OS platforms such as Windows and UNIX platforms and be capable of supporting SAN based backup / restore from various platforms including Tru64 UNIX, HP-UX, Linux, Open VMS, NetWare and Windows.

2. The proposed backup solution shall support industry leading cluster solution such as MSCS, MC Service Guard, Veritas Cluster.

2 User Interface1. The proposed backup solution shall have same GUI across heterogeneous platform to ensure easy administration. 2. The proposed backup solution software has inbuilt Java / Web based GUI for centralized management of backup domain.3. The proposed backup solution must support integration of backup and restore with hardware cloning and snapshot features into the GUI, eliminating the traditional need to write user scripts

3 High Availability Features1. The proposed backup solution should support tape mirroring of the same job running concurrently with primary backup.2. The proposed backup solution should allow creating tape clone facility after the backup process.

110/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 111: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

4 Licensing1. The proposed backup solution shall be configured in such a fashion that no extra license for client and media servers is required while moving from LAN to SAN based backup.2. The proposed backup solution shall be configured with unlimited client and media licenses for both SAN based backup and LAN based backup.3. The proposed backup solution must not require separate licensing when upgrading from a lower end server (1-2 CPU-based server) to higher end server (4-and CPU-based server)4. Online backup agents for Database Server.

5 Streaming and Multi-plexing1. The proposed backup solution supports the capability to write up to 32 data streams to a single tape device or multiple tape devices in parallel from multiple clients to leverage the throughput of the drives using multiplexing technology. 2. The proposed backup solution support de-multiplexing of data cartridge to another set of cartridge for selective set of data for faster restores operation to client/servers.

6 Media Management1. The proposed backup solution has in-built media management and supports cross platform device and media sharing in SAN environment. It provides a centralized scratched pool thus ensuring backups never fail for media.2. The proposed backup solution has in-built frequency and calendar based scheduling system.

7 Open File Support1. The proposed backup software must support open file support for Windows and Novell Netware.

8 Database Support1. The proposed backup solution has certified “hot-online” backup solution for different type of databases such as Oracle, MS SQL, Sybase etc.2. The proposed backup solution shall also support Microsoft Share point Portal server.

111/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 112: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement Bidder’s Compliance

Statement: FC/PC/NC

9 Restore1. The proposed backup solution must be able to rebuild the backup database/catalog from tapes in the event of catalog loss/corruption.2. The proposed backup solution shall provide granularity of single file restore.3. The proposed backup solution must support MS Exchange single mailbox restore.4. The backup software should support object level restore.

10 Other Features1. The proposed backup solution must support full automated transfer of disk backup images to tape on a scheduled basis.2. The proposed backup solution shall support synthetic full backup so that an incremental forever approach may be implemented, where an actual full backup is no longer necessary as it can be constructed directly from the disk based incremental backups.3. The proposed backup solution shall also support disk based virtual full backup approach.4. The proposed backup solution shall be able to copy data across firewall.5. The proposed backup solution shall support automatic skipping of backup during holidays.6. The proposed backup solution must support at least AES 256-bit encryption capabilities.7. The internal backup catalogue database should not have a big foot print.8. The backup software should support object based restore option which is one of the most granular options available with any backup software vendor.9. The backup software should support instant recovery of Exchange, SQL and Oracle databases.

G. Server Rack

142 U Server Rack, Same make as server.

H. Console

11 U TFT Foldable 17 inch with 8 port USB KVM Switch

I. Development and Training Server

112/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 113: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement

Bidder’s Compliance Statement: FC/PC/NC

1 System

64bit EPIC processor based system with Itanium processor available with vendor.

2 CPU / SocketsTwo Quad core (or higher) CPU to be quoted and system should be scalable to minimum Four CPUs. The term "CPU" here refers to One physical socket which maybe containing multiple cores.

3 Clock speedMinimum 1.6 GHz or higher

4 CPU performance/ energy efficiencyCPU should be capable of adjusting it’s clock frequency both above & below its rated value based on the workload (to deliver performance or to save energy respectively) without requiring server or application restart & with all cores active On Die Cache

5 On Die CacheMin. 12 MB cache per core or higher.

6 Server Form FactorBlade/rack form factor

7 Main MemoryShould be proposed with minimum 32gb memory. Registered/ Fully Buffered DDR3 Memory with advanced ECC. Memory should be scalable to min 96 GB.

8 Memory RASMemory double chip spare or chip-kill or equivalent, to overcome two DRAM chip failures

9 Ethernet Ports4 x 1/10 Gigabit Ethernet ports on-board or via a full bandwidth PCI-e/PCI-X card for each port. All ports must be auto sensing for 10G/1G operations

113/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 114: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement

Bidder’s Compliance Statement: FC/PC/NC

10 FC portsPCI-e based Dual Port 8 Gbps FC HBA with each connection via separate FC switches.

11 I/O SlotsAt least 3 x PCI-e / PCI-X slots in each server.

12 Internal DiskShould be configured with 2 x dual ported 300 GB, 10k rpm, SAS/SCSI/FC Hot pluggable hard drives with RAID Support.

13 Hard disk ControllerOn board HDD Controller should be offered for above quoted hard disk.

14 Operating System 64 bit Unix Operating System

15 Operating System Support HP UX 11i v3, Linux, RHEL AS 4 U4 and SLES 10, OpenVMS V8.3 , Microsoft Windows 2008

16 VirtualizationShould be capable of logical partitions for creating multiple independent OS instances, in each partition.

17 Power SupplyFully redundant hot swap power supplies should be offered.

18 FansHot plug redundant fans to be offered.

19 RoadmapOfficial Roadmap of at least next two generations of CPUs of the quoted servers must be provided.

114/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 115: BID Document of CDS

CDS and Clearing Ltd.

Clause No. Particulars of CDSC’s Requirement

Bidder’s Compliance Statement: FC/PC/NC

20 Operating System FeaturesShould have inbuilt 64 bit Enterprise Unix volume Manager.Should have support for clustering.Native Multipath for connecting to storage should be provided.OS should be of the same OEM brand as the server and should have minimum features like full binary compatibility across versions. Must be quoted with cluster software for active-passive failovers and ensure a minimum of 99.9% annul uptime at cluster level on the DB layer.

21 Management ConsoleDedicated 10/100 Ethernet port for out of band management via Web based remote interface and remote console

22 ClusteringThe servers should be proposed with OS based clustering and should support the scripting for automatic failover of the applications

23 ScalabilityThe Server quoted shall be in-place upgradeable to the higher models of the same series. This must not be a forklift upgrade and must not require a full hardware replacement and/or an OS re-install

24 Monitor, Keyboard & Mouse15” TFT Monitor, Keyboard, Mouse

J. Client Environment Server, Personal Computer and OS

1 Server-Intel Xeon x3440 Processor, 2.53GHz, 8MB cache - 2 GB DDR3 RAM- 10/100/1000BaseTx Ethernet Ports- 2 x 146GB 10K RPM SAS HDD- DVD-ROM- Windows 2003 Standard Edition with required CALS- 15" TFT Monitor, Keyboard, Mouse

115/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 116: BID Document of CDS

CDS and Clearing Ltd.

2 Desktop- Intel Pentium Dual Core processor E5300 or higher- Minimum 1 GB DDR3 RAM- 10/100 baseTx Ethernet Ports- DVD-ROM- Windows XP Professional- 15" TFT Monitor, Keyboard, Mouse

3 OSMS SQL Express 2005 (Upto 5 Users per DP), or MS SQL Server 2005 Std Edition (for over 5)

K. Low End Network Monochrome Laser Jet Printer

1 Make /ModelPlease specify

2 Print Speed25 PPM and above

3 Memory32MB or more

4 Print Quality600 x 600 dpi

5 Duty Cycle10000 Pages or more

6 Paper TrayMinimum 250 Sheets standard input tray

7 Paper Input CapacityMinimum 250 sheets

8 Paper Output CapacityMinimum 50 sheets

9 Multipurpose Tray CapacityMinimum 1 sheets

10 Duplex Printing Automatic Duplex Printing (printing on both side of paper)

11 Media SizesA4, Letter, Legal, Executive, Envelopes, Post cards

12 Media TypePaper (Plain, Photo), Envelopes, Transparencies, Labels, Postcards.

L. Scanner with ADF

1 Make /ModelMust be Specified. All relevant Brochures and manuals should be submitted

2 Scanner TypeFlatbed with ADF , Automatic Duplex scanning

3 Scan TechnologyCCD/CMOS

116/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 117: BID Document of CDS

CDS and Clearing Ltd.

4 ADF CapacityMinimum 40 sheets

5 ADF Paper TypeA4, Letter, Legal

6 Scan Speed12 PPM and above

7 Scan Preview SpeedUpto 9 Sec or less

8 Resolution –Hardware /Optical600 x 600 dpi /600 dpi

9 Color Bit Depth24 Bit / 256

10 Maximum Document ScanA4 from Flatbed Legal from ADF

11 Media TypePaper (Plain, Photo), Envelopes, Transparencies, Labels, Postcards.

12 ConnectivityUSB 2.0 Port

13 File Format SupportTIFF,TIFF Compressed, Bitmap, DCX, PCS, JPEG, GIF, Flash PIX, Plain Text ,PDF ,HTML,RTF

14 Software compatibilityWindows 2000/XP/Vista

15 CertificationCertified for ISO 9001:9002 and 14001 RoHS (Restriction of Hazardous Substances) Compliant)

16 Power Consumption< 45 Watts

17 Scanner complianceTWIAN & ISIS compliant scanners

M. Firewall

1 ASA5510-AIP10SP-K9Cisco ASA 5510 with AIP-SSM-10, 2GE+3FE, SW, HA,3DES/AES, SEC PLUS/ or Equivalent

2 ASA-VPN-CLNT-K9Cisco VPN Client Software (Windows, Solaris, Linux, Mac)/ or Equivalent

3 ASA5510-SEC-PLASA 5510 Security Plus License w/ HA, GE, more VLANs + cons/ or Equivalent

4 SF-ASA-8.2-K8ASA 5500 Series Software v8.2/ or Equivalent

5 SF-ASA-AIP-6.0-K9ASA 5500 Series AIP Software 6.0 for Security Service Modules/or Equivalent

6 CAB-ACEAC Power Cord (Europe), C13, CEE 7, 1.5M/ or Equivalent

117/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal

Page 118: BID Document of CDS

CDS and Clearing Ltd.

7 CON-SU1-AS1A1PK9IPS SVC, AR NBD ASA5510-AIP10SP-K9/ or Equivalent

N. WAN Router

1 CISCO2951/K9Cisco 2951 w/3 GE,4 EHWIC,3 DSP,2 SM,256MB CF,512MB DRAM,IPB/ or Equivalent

2 ISR-CCP-EXPCisco Config Pro Express on Router Flash/ Or Equivalent

3 MEM-2951-512MB-DEF512MB DRAM (1 512MB DIMM) for Cisco 2951 ISR (Default)/ or Equivalent

4 MEM-CF-256MB256MB Compact Flash for Cisco 1900, 2900, 3900 ISR/ or Equivalent

5 PWR-2921-51-ACCisco 2921/2951 AC Power Supply/ or Equivalent

6 S2951UK9-15001MCisco 2951 IOS UNIVERSAL/ or Equivalent

7 SL-29-IPB-K9IP Base License  for Cisco 2901-2951/ or Equivalent

8 CAB-ACSAAC Power Cord (India/South Africa), C13, BS 546, 1.8m

9 CAB-CONSOLE-RJ45Console Cable 6ft with RJ45 and DB9F

10 CON-SNT-2951SMARTNET 8X5XNBD Cisco 2951 w/3 GE/or Equivalent

11 HWIC-1CE1T1-PRI1 port channelized T1/E1 and PRI HWIC (data only)

12 HWIC-1FE1-port 10/100 Routed Port HWIC

O. Ethernet Switch

1 Cisco Catalyst 2960S 24 GigE, 4 x SFP LAN Base with cascade cables/ or Equivalent

End of Section XI: Detail Technical Specification

118/111 Tender No.: CDSC/01/067-68 for Supply, Delivery, Installation and Commissioning of Hardware and System Software for Setting up of Central Depository and Clearing & Settlement System in

Nepal