16
REQUEST FOR PROPOSAL (RFP) FOR PURCHASE OF ONLINE UPS’s Controller of Defence Accounts, Secunderabad Ministry of Defence, Government of India 27/12/2016

PURCHASE OF ONLINE UPS’scdasecbad.ap.nic.in/upsfinal.pdf · PURCHASE OF ONLINE UPS’s Controller of Defence Accounts, Secunderabad Ministry of Defence, Government of India 27/12/2016

Embed Size (px)

Citation preview

REQUEST FOR PROPOSAL

(RFP)

FOR

PURCHASE OF

ONLINE UPS’s

Controller of Defence Accounts, Secunderabad

Ministry of Defence, Government of India

27/12/2016

Summary Sheet ,

Name of the Defence Accounts Department, Department: Govt. of India, MoD (Finance)

Date of issue of R.F.P:

Last Date and Time before 12.01.2017, 17:30 hrs for Receipt of

Proposal :

Date and Time of 13.01.2017, 11:30 hrs Opening of

Technical Bids:

Date and Time of 13.01.2017, 14:30 hrs Opening of Financial Bids:

Place of Opening of Bids Address for Communication : Note:

EDP Section, O/o CDA, Secunderabad No.1 Staff Road, Secunderabad - 500009 Sr. Accounts officer (EDP) O/o CDA, Secunderabad No.1 Staff Road, Secunderabad - 500009 Ph:040-27843385/27847957/27841676 Email: [email protected]

• This bid document is not transferable. • Bids without relevant documents as specified in this RFP,

shall be summarily rejected.

27/12/2016

CONTROLLER OF DEFENCE ACCOUNTS

EDP Section

. NO.1 Staff Road, Secunderabad -500009

Phone: 040-27843385/27847957/27841676

Website: www.cdasecbad.ap.nic.in No: EDP/5805/HW/2016-17 Date: 27-12-2016

To

M/s

Last date of submission: 12/01/2017 by 17.30 hrs

Should be addressed to: Sr. Accounts Officer (EDP) on the above address

Request for Proposal (RFP) : ONLINE UPS (3 N.os)

Sealed Technical (Part A) and Financial (Part B) quotations in separate envelopes are requested for purchase of above said items for CDA, Secunderabad. The specifications of the same are enclosed as Annexure ‘A’.

2.1 Financial/Payment Terms and conditions:

a. The price quoted by the vendor should be inclusive of all taxes. Unit Price and Taxes are to be quoted separately.

b. No advance payment will be given to vendor. The

payment will be released on satisfactory completion of Contract.

c. Payment will be made against pre-receipted

bills after Delivery and installation of the items.

d. 100% payment will be released by CDA, on successfullyCompletion of a contract, on submission of bills (in duplicate). Firm/Company should have its own Bank Account, PAN No and Service Tax No, Vat Regn No.

27/12/2016

e. Vendor needs to provide Performance Bank Guarantee for 10% of total value from a scheduled Bank covering the Warranty period of the Supplied items.

f. Liquidated damages @0.5% per week upto a maximum of 10% of the total contract value of the delayed goods beyond the delivery schedule i.e 30 days from the date of receipt of Supply Order.

g. Vendor has to submit an EMD of Rs. 5000/- or 5% of the

total contract value/bid whichever is higher payable in the form of DD/FDR/BC valid up to 60 days (Refundable after execution of contract in case of L1, and on completion of tender opening in case of others.)

h. L-1(lowest financial bid) will be determined item wise

separately, with reference to the base rate without inclusion of rates and taxes. Vendors are requested to inform tax exemptions if any.

2.2. This Office is interested to dispose off the existing used UPS and

while procuring the new UPS (rates to be quoted separately for UPS). The rate under buyback system is to be quoted separately. H-1 will be determined item wise, separately. The details of unserviceable UPS are as under:

a. 10KVA UPS – 2 Nos b. 20 KVA UPS – 3 Nos

Vendors may visit the Office to verify the old UPS

3. GENERAL TERMS & CONDITIONS: a. Conditional bids shall not be considered and will be out-rightly

rejected at the very first instance.

b. The bidder is required to enclose photocopies of the documents, duly self-attested, as per the requirements of Technical Bid as given

in the Annexure 'B', failing which their bids shall be summarily out

rightly rejected and will not be considered any further.

c. All entries in the tender form should be legible and filled clearly. If the space for furnishing of information is insufficient, a

separate sheet may be attached. No overwriting or cutting is permitted in the Financial Bid Form. In such cases, the tender

shall be summarily rejected. However, cuttings, if any, in the Technical Bid Application must be initialed by the person

authorized to sign the tender bids. All the pages of the bid shall

be signed by the authorized signatory in ink with rubber stamp of the agency.

27/12/2016

d. The Last date of receipt of quotation is 12/01/2017, 17:30 hrs. e. Technical evaluations will be done at CDA at 11:30 hrs on

13/01/2017. Financial bid will be opened on 13/01/2017 at 14:30 hrs in the 0/o The CDA, Secunderabad at EDP Section. Representatives of the vendors are requested t o be present during opening of the quotations. However, if the representative of the vendors is not present at the time of opening of the quotations, CDA will go ahead with opening of the quotations.

f. The contractor will not sub-contract or permit any other Personnel other than the contractor's personnel to perform any

work, service or other activities required by CDA without the prior written consent of the CDA.

g. A Technical Proposal containing any price information will b e

summarily rejected. The CDA will examine the proposal submitted by the vendors to determine whether they are complete, required Bid Security has been furnished, the documents have been properly signed, required information has been provided and the Bids are generally in order.

h. Cost of Bidding: The bidder shall bear all costs associated with the

preparation and submission of its Bid, and the CDA will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the Bidding process.

i. The CDA reserves the right to evaluate the proposals either by

itself And/or in co-ordination with and/or by engaging any outside consultants/experts.

j. The CDA will evaluate proposals of the bidders as per the

contents of the response to the Request for Proposal submitted by the bidders. The bidders are to submit all detailed information that would help evaluation.

k. During evaluation, the CDA, at its discretion, may ask the Bidder for clarification of its offer. The request for clarification and the response shall be in writing, and no change in the substance of the submission shall be sought, offered, or permitted. The CDA reserves the right to verify the facts mentioned in the offer with

respect to the information given by the bidder.

l. The CDA would neither be bound to offer any reasons for such Acceptance / rejection nor entertain any correspondence with the technically rejected bidders in this matter.

27/12/2016

m. The Request for Proposal would neither bind the CDA in any contract nor is it an offer of a contract. The details of services to be offered and documentation thereof would be undertaken with the selected vendor.

n. The bidder selected for the assignment should adhere to global quality standards and GOI's regulatory/statutory directions in this regard.

o. All costs shall be denominated in Indian Rupees. p. The CDA may cancel the whole RFP process before final

selection without assigning any reason whatsoever.

27/12/2016

4. Penalty for use of Undue influence: The VENDOR should undertake that he has not given, offered or promised to give,

directly or indirectly, gift, consideration, reward, commission, fees,

brakeage or inducement to any person in service of the CDA or otherwise

in procuring the Contracts or forbearing to do or for having done or

forborne to do any act in relation to the obtaining or execution of the

present Contract or any other · Contract with the Government of India for

showing or for bearing to show favor or disfavor to any person in relation to

the present Contract or any other Contract with the Government of India.

Any breach of the aforesaid undertaking by the VENDOR or any one

employed by him or acting on his behalf (whether with or without the

knowledge of the VENDOR) or the commission of any offers by the

VENDOR or anyone employed by him or acting on his behalf, as defined in

Chapter IX of the Indian Penal Code, 1860 or the Prevention of

CorruptionAct,1986 or any other Act enacted for the prevention of

corruption shall entitle the CDA to cancel the contract and all or any other

contracts with the VENDOR and recover from the VENDOR the amount of

any loss arising from such cancellation. A decision of the CDA or his

nominee to the effect that a breach of the undertaking had been

committed shall be final and binding on the VENDOR. Giving or offering of

any gift, bribe or inducement or any attempted any such act on behalf of

the VENDOR towards any officer/employee of the CDA or to any other

person in apposition to influence any officer OR employee of the CDA for

showing any favor in relation to this or any other contract, shall render the

VENDOR to such liability to termination of the contract, imposition of penal

damages and refund of the amounts paid by the CDA. 5. DISCLAIMER

• The information contained in this Request for Proposal (RFP) document or information provided subsequently to bidder(s) or applicants whether verbally or in documentary form by or on behalf of CDA, is provided to the bidder(s) on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided.

• This RFP is neither an agreement nor an offer and is only an invitation by CDA to the interested parties for submission of bids. The purpose of this RFP is to provide the bidder(s) with information to assist the formulation of their proposals. This RFP does not claim to contain all the information each bidder may require. Each bidder should conduct its own investigations and analysis and shouldcheck the accuracy, reliability and completeness of the

information in this RFP and where necessary obtain independentadvice. CDA makes no representation or warranty and shall incur

27/12/2016

no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this RFP. CDA may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP.

6. Eligibility

a) The Firm/company should have been in existence for at least 2 (Two) years as on 23/12/2016.

b) Should have adequate financial standing, market reputation, competent personnel and experience to undertake the assignment .

c) The bidder must give detailed information/records substantiating

the above requirements. Any bid not containing the above information will be rejected.

7. Technical & Financial Quotations:

a) Sealed envelopes containing the quotations (both Financial and Technical separately) should be forwarded on or before 12/01/2017 by 17:30 hrs to the following address:

Senior Accounts Officer (EDP)

0/o The CDA, No.1 Staff Road, secunderabad - 500009

Phone 040-27843385/27847957/27841676 Email: [email protected]

b) Quotations received late, improperly sealed, or with incomplete marking or with overwriting/corrections in the quotation document reliable to be rejected.

c) Rates per unit for the items/services must be quoted clearly and total

value also be indicated in words without any scope for revision.

d) The contractor should quote for the two bids (Technical & Financial) separately as mentioned in Para 2 above. Part quotation will be rejected. Only one contractor will be selected for provision of all services..

8. Submission and Evaluation of Proposals i) The Proposal shall be submitted duly signed by the authorized

signatory with the seal of the Company in three separate envelopes to be delivered at the address given above.

27/12/2016

a) Envelope containing the Technical and Qualification aspects

hereinafter referred to as, Technical Proposal" should be super-

scribed "Technical Proposal for Purchase of Online UPS”

b)Envelope II containing Financial bid super scribed

"Financial bid: Purchase of Online UPS". All the envelopes should be

put in single large envelop and should reach CDA before prescribed

date and time.

ii) All documents pertaining to Technical Proposal Envelope should be

completed and duly signed by the authorized signatory with the seal of the bidder.

9. CDA RESERVES THE RIGHTS TO THE FOLLOWING

a. Extend the time of submission of proposal (RFP).

b. Modify this document by an amendment, which shall be intimated to the bidder in writing. Any bidder, not agreeable to such amendment, shall be permitted to withdraw from the bidding process, without forfeiting the bid security, provided the bidder informs the CDA in writing of its intention to do so, within 7 days of receipt of information of the modification.

c. Terminate the assignment if not proceeding in accordance with the terms of the contract and to the satisfaction of the CDA.

d. Modify the period stipulated for completion of the assignment

during the execution of the contract. e. Modify any other terms, conditions and requirements

mentioned above, as the CDA may deem fit. f. Cancel the whole process without assigning any reason

whatsoever CDA reserves the right to accept or reject the tender without ascribing any reasons.

10. EVALUATION PROCEDURE: The Technical bids shall be evaluated by Technical Evaluation Committee set up for this purpose by the CDA. Evaluation process as decided by the CDA will be binding on the bidder. (Financial Bid of only those firm qualified technically will be opened.) The Financially lowest bidder (Ll) out of technically qualified bidders will be considered for award of Work.

27/12/2016

11. Important Dates:

i) Last date of offer submission : 12/01/2017 17:30 hrs

ii) Opening of Technical Bids : 13/01/2017 11:30 hrs

iii) Opening of Financial Bids : 13/01/2017 14:30 hrs 12 No correspondence/discussion/visits whatsoever will be

entertained on the subject unless specifically called by this office after opening the tenders for technical discussions/price negotiations. Any violation of this will render the quotations invalid and the contractor is liable to be blacklisted.

Sr. Accounts Officer (EDP) EncL:

1) Annexure ‘A’ --- Technical Specifications of the

Requirement

2) Annexure ‘B’ --- Performa to be submitted along

with Technical Bid

27/12/2016

FOR PURCHASE OF NEW UPS:

FOR BUY BACK OF OLD UPS WITH O/o CDA, Secunderabad

S.NO NOMENCLATURE QUANTITY CAPACITY SPECIFICATION

1 ONLINE UPS

1 10 KVA Technical specifications as enclosed in Annexure A.

(These are to be included along with technical bid else bids will not be accepted)

2 30 KVA

S.NO NOMENCLATURE QUANTITY CAPACITY SPECIFICATION

1 ONLINE UPS

2 10 KVA All are more than 8 years old and Vendor may see the UPS and quote the price.

3 20 KVA

27/12/2016

Annexure 'B'

Technical Competency Permanents & Information (To be submitted along with Part A- Technical bid)

Parameter Minimum Offered Remarks

desired by

Vendor

The Registered Office or one Proof to be of the Service provider enclosed Company IFirm IAgency I Should be located in any of the city in India

The firm's Turnover w.r.t Min of 30 Lakhs for Proof to be Training Institutes past two enclosed

FY 2014-2015 & 2015-2016

Experience of firm in (Selling > 2 (Two) Years Proof to be Computer Hardware) enclosed

Details of Service Proof to be provider company/ enclosed Firm/Agency/ Institute

i. Bank A/C Noii. IFS Code

iii. PAN NO

iv. Service TAX No.

v. VAT Reg. No.

27/12/2016

ANNEXURE A

1. General :

a. UPS shall be free from workmanship defects, sharp edges, nicks, scratches,burs, etc. All fasteners shall be fixed properly. The e quipment shall be complete with all parts and all parts shall be functional.

b. UPS Enclosure's Degree of Protection shall be IP2L1 as per apendix C of IS13947(part 1)/1993 (reaffirmed 2004).

c. Manual by-pass facility shall be provided for maintenance of UPS.

d. UPS shall supply output power and charging current at the same time.

e. Switching device shall be MOSFET or IGBT and the same shall be confirmed in theoffer.

f. Switching frequency shall be above 10 KHz orSwitching frequency shall be above 20 KHz (for On Line UPS without Isolationtransformer suitable for single phase AC input & single AC output, FloorMounted Type)Swit ching frequency shall be declared in the offer.

g. KW rating of the UPS shall be 0.7 times the KVA rating orKW rating of the UPS shall be 0.8 times the KVA rating (for On Line UPS without

Isolation transformer suitable for single phase AC inpu t & single AC output, FloorMounted Type)

2. Input (as applicable)

a. 160V-260V, 50 +/-3% Hz single phase AC or

b. 300V-450V, 50 +/-3%Hz three phase AC

3. Output (as applicable)a. 230V +/-1% (with alternative setting for 220V +/-1%) 50 +/-0.5Hz, singlephase.

b. 400V +/-1% (with alternative setting for 380V +/-1%) 50 +/-0.5Hz three phase.Voltage regulation from no load to full load shall be within +/-1% in both the cases. UPS shall also have facility for operation in synchronous mode in which output frequency shall be same as that of mains frequency.

4. Total harmonics distortion at output : 2% maximum for UPS up to 5KVA and 3%maximum for UPS above 5 KVA on resistive load (when the total input harmonics are less than or equal to 10%).

5. Efficiency (at rated output KVA Rating, rated Pf ,rated voltage and frequency)

a. Overall efficiency (minimum) : 90%

6. UPS input power factor at rated load : Better than 0.90 lagging at input side or

Better than 0.95 lagging at input side (for On Line UPS without Isolationtransformer suitable for single phase AC input & singl e AC output, FloorMounted Type)

Page 1 of 3

27/12/2016

7. Over load : UPS shall withstand 20% overload for 10 minutes and 50% over load for one minute.

8. Protections : Following protection shall be provided in UPS:

a. Over voltage, short circuit, and overload at UPS output terminal.

b. Under voltage at battery terminal.

Over shoot and under shoot shall not be greater than 4% of rated voltage for duration of 40m sec. (maximum).(over shoot is the abrupt increase of out put voltage when the output load is changed from full-load to no- load. Similarly under s h o o t is the abrupt decrease of output voltage when the output load is changed from no- load to full load.

9. Indicators and meters

a. Following indicators shall be provided:-

(i) Mains presence. (ii) Battery charging and discharging (iii) Output overload (iv) Low battery voltage.

b. Digital meter shall be provided for monitoring the following parameters in UPS(not applicable for rack mounting):

(i) Input AC voltage. (ii) Output AC Voltage, current and frequency (iii) Battery voltage and current.

10. Battery bank:

a. UPS shall be supplied with 12 volts SMF VRLA batteries as per JISC:8702 only.

b. All ratings of batteries shall be type tested from NABL/ILAC approved labs for all tests. In cases where interim test report covering all other tests except endurance test is available ,same shall also be acceptable ,provided endurance testing for the same batch of battery is under progress in a NABL/ILAC approved lab. Tenderers having valid endurance test report for any one rating of SMF VRLA battery shall be deemed to be having

valid endurance tests report for all ratings of SMF VRLA battery, provided that each rating is of identical design like same size & weight of plate and volume of cell per AH rating.

c. Number of samples for type testing shall be as per IS:7372/1995 with amendment 1 to 3.

d. As a proof of type testing, tenderers can also produce valid registration certificate of OEM indicating registration of item to JIS C 8702 Part 1,2&3 .

Page 2 of 3

27/12/2016

e. Tenderers shall declare battery AH capacity, battery voltage, number of batteries of each rating, make and model of batteries offered with each item of UPS against questionnaire of technical particulars. f. The UPS shall be complete with Trolley for battery bank,and connectors etc. and the firms shall also connect the batteries with UPS and do commissioning of the same.ensure the availability of installation site with dedicated input and output to enable the supplier of UPS to install and commission the same.

g. Minimum VAH rating of battery bank for different duration of back up time shall be as detailed below:

UPS rating

in KVA 10 KVA 30 KVA

h. Specification :-

On- line UPS with isolation transformer & with PWM technology, floor mounted type suitable for threeand single phase AC output voltage 230 rugged enclosure made of M.S sheet 1.2 mm (minimum) thick, aesthetically finished, duly pretreated and powder coated. Optional Items for On Page 3 of 3

shall declare battery AH capacity, battery voltage, number of batteries of each rating, make and model of batteries offered with each item of UPS against questionnaire of technical particulars.

The UPS shall be complete with Trolley for battery bank,and connectors etc. and the firms shall also connect the batteries with UPS and do commissioning of the same. Indentors and consignees are required to ensure the availability of installation site with dedicated input and output

supplier of UPS to install and commission the same.

Minimum VAH rating of battery bank for different duration of back up time shall be as detailed below:

Min. VAH 60 minute back up

16000

48000

line UPS with isolation transformer & with PWM technology, floor mounted type suitable for three - phase AC input voltage 300V to 450V, 50 +/and single phase AC output voltage 230 +/-1%V,50+/- 0.5Hz. It shall be housed in rugged enclosure made of M.S sheet 1.2 mm (minimum) thick, aesthetically finished, duly pretreated and powder coated. Optional Items for On

shall declare battery AH capacity, battery voltage, number of batteries of each rating, make and model of batteries offered with each item of UPS against questionnaire of technical particulars.

The UPS shall be complete with Trolley for battery bank, battery, Cables and connectors etc. and the firms shall also connect the batteries with UPS

Indentors and consignees are required to ensure the availability of installation site with dedicated input and output

supplier of UPS to install and commission the same.

Minimum VAH rating of battery bank for different duration of back up

line UPS with isolation transformer & with PWM technology, floor phase AC input voltage 300V to 450V, 50 +/ -1.5 Hz

0.5Hz. It shall be housed in rugged enclosure made of M.S sheet 1.2 mm (minimum) thick, aesthetically finished, duly pretreated and powder coated. Optional Items for On -Line UPS

27/12/2016

27/12/2016