Nothing Special   »   [go: up one dir, main page]

BSNL

Download as pdf or txt
Download as pdf or txt
You are on page 1of 70

Supply and installation of Electronic Equipment for AP Fiber Grid Project

REQUEST FOR PROPOSAL (RFP)

Supply and installation of Electronic Equipment for AP Fiber Grid


Project

RFP No. APSFL/Cisco/408/2020, Dated: 17.11.2020

Andhra Pradesh State FiberNet Limited


NTR Administrative Block, 3rd Floor, Pandit Nehru Bus Station,
Vijayawada – 520 013
Web address: www.apsfl.in
Email address: apsfl@ap.gov.in
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Page left blank intentionally


Supply and installation of Electronic Equipment for AP Fiber Grid Project

Disclaimer

The information contained in this Request for Proposal document (“RFP” or “Tender”)
including any information subsequently provided to the bidders, (“bidder/s”) verbally or in
documentary form by Andhra Pradesh State FiberNet Ltd. (APSFL) or any of its employees or
advisors, shall at all times be subject to the terms and conditions set out in this Tender document
(as may be amended only by APSFL from time to time).

This RFP is not an agreement and is not an offer to any party. The purpose of this RFP is to
provide the bidders or any other person with information to formulate their offers (“Bid”). This
RFP includes statements, which reflect various assumptions and assessments arrived at by
APSFL in relation to this scope. This Tender document does not purport to contain all the
information each bidder may require. This Tender document may not be appropriate for all
persons, and it is not possible for the Managing Director, APSFL and their employees or
advisors to consider the objectives, technical expertise and particular needs of each bidder. The
assumptions, assessments, statements and information contained herein are made considering
the intended objectives of the project, and may not be complete, accurate or adequate. Each
bidder must therefore conduct their own analysis of the information contained in this RFP and
seek professional advice from appropriate sources.

Information provided in this Tender document to the bidder is on a wide range of matters, some
of which may depend upon interpretation of law. The information given is not intended to be
an exhaustive account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. APSFL accepts no responsibility for the accuracy or otherwise
for any interpretation of opinion on law expressed herein.

APSFL, their employees and advisors make no representation or warranty and shall incur no
liability to any person, including the bidder under law, statute, rules or regulations or tort, the
principles of restitution or unjust enrichment or otherwise for any loss, cost, expense or damage
which may arise from or be incurred or suffered on account of anything contained in this RFP
or otherwise, including the accuracy, reliability or completeness of the RFP, and any
assessment, assumption, statement or information contained therein or deemed to form part of
this RFP or arising in any way in the selection process as part of this RFP.

APSFL also accepts no liability of any nature whether resulting from negligence or otherwise
howsoever caused arising from reliance of any bidder upon the statements contained in this
RFP. APSFL may in its absolute discretion, but without being under any obligation to do so,
can amend or supplement the information in this RFP.

The issue of this tender document does not imply that APSFL is bound to select a bidder or to
appoint the selected bidder (as defined hereinafter), for supporting implementation of the
project. APSFL reserves the right to reject all or any of the bidders or Bids without assigning
any reason whatsoever.

Page 3 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

The bidder shall bear all the costs associated with or relating to the preparation and submission
of Bid pertaining to this RFP including but not limited to preparation, copying, postage,
delivery fees, expenses associated with any demonstrations or presentations, which may be
required by. All such costs and expenses will remain with the bidder and APSFL shall not be
liable in any manner whatsoever for the same, regardless of the conduct or outcome of the
selection process.

Page 4 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Table of Contents
Disclaimer ........................................................................................................................................... 3
1.1 Invitation to Bid ...................................................................................................................... 8
1.2 Procedure for Bid Submission ................................................................................................ 8
1.3 Registration with e-Procurement platform .............................................................................. 8
1.3.1 Digital Certificate Authentication ....................................................................................... 8
1.3.2 Deactivation of Bidders ...................................................................................................... 9
1.3.3 Hard Copies ...................................................................................................................... 10
1.4 Key Events & Dates .............................................................................................................. 11
2. General Instructions to Bidders ............................................................................. 15
2.1 Earnest Money Deposit (EMD) ............................................................................................ 15
2.2 RFP Amendment ................................................................................................................... 15
2.3 Pre-Bid Queries ..................................................................................................................... 15
2.4 Cost of Bidding ..................................................................................................................... 16
2.5 Site Visit................................................................................................................................ 16
2.6 Language ............................................................................................................................... 16
2.7 Bid Prices .............................................................................................................................. 16
2.8 Bidder Representative ........................................................................................................... 16
2.9 Bid Validity........................................................................................................................... 17
2.10 Documents comprising the Bids ........................................................................................... 17
2.11 Modification and Withdrawal ............................................................................................... 18
2.12 Opening of Bids .................................................................................................................... 18
2.13 Evaluation of Bids................................................................................................................. 18
2.14 Bids Not Considered for Evaluation ..................................................................................... 18
2.15 Pre-Qualification ................................................................................................................... 18
2.16 Award Criteria ...................................................................................................................... 18
2.17 Rectification of Errors........................................................................................................... 19
2.18 Contacting APSFL ................................................................................................................ 19
2.19 APSFL’s right to vary Scope of Work .................................................................................. 19
2.20 APSFL’s Right to Accept /Reject ......................................................................................... 19
2.21 Signing of Agreement ........................................................................................................... 19
2.22 Performance Security ............................................................................................................ 20
2.23 Rejection Criteria .................................................................................................................. 21
2.24 Termination of Contract ........................................................................................................ 22

Page 5 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

2.25 Execution of Work Order ...................................................................................................... 23


2.26 Extra/ new item ..................................................................................................................... 23
2.27 Liquidated Damages (LD) .................................................................................................... 23
2.28 Force Majeure ....................................................................................................................... 23
2.29 Arbitration ............................................................................................................................. 24
2.30 Exit Management Plan .......................................................................................................... 24
2.31 Extension of time in Contracts .............................................................................................. 24
2.32 Extension of time for delay due to contractor ....................................................................... 26
3 Project Background................................................................................................ 27
3.1 Project Background ............................................................................................................... 27
3.2 Project Scope of supply, installation & commissioning of electronic equipment................. 29
3.3 Network Operation Centre .................................................................................................... 29
3.4 Network Infrastructure .......................................................................................................... 29
4 Scope of Work ........................................................................................................ 30
4.1 Supply, installation and commissioning of Electronic equipment ........................................ 30
4.2 Schedule of Requirement/Technical Specifications.............................................................. 31
4.3 Implementation Strategy ....................................................................................................... 32
4.4 Survey and Planning Phase ................................................................................................... 32
4.5 User Acceptance Test: .......................................................................................................... 33
4.6 Operations and Maintenance (O&M) Phase ......................................................................... 33
5. Bid Evaluation Criteria and Process ...................................................................... 34
5.1 Pre-Qualification Criteria ...................................................................................................... 34
5.2 Commercial Evaluation Criteria ........................................................................................... 37
5.3 Reverse Auction .................................................................................................................... 38
5.4 Selection Process of Bidder .................................................................................................. 39
6. Bid Submission Forms ............................................................................................ 40
6.1 Pre-Qualification Evaluation Forms ..................................................................................... 40
6.2 Commercial Forms ................................................................................................................ 57
6.3 Other Forms and Formats ..................................................................................................... 62
7. Penalties and Payment Schedule ............................................................................ 67
7.1 Service Level Agreements .................................................................................................... 67
7.2 Payment Terms ..................................................................................................................... 67
7.3 Penalty................................................................................................................................... 68

Page 6 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Acronyms

APSFL Andhra Pradesh State FiberNet Limited


BG Bank Guarantee
BNG Broadband Network Gateway
CG NAT Carrier Grade Network Address Translation
DD Demand Draft
DHCP Dynamic Host Configuration Protocol
DNS Domain Name System
EMD Earnest Money Deposit
FDMS Fibre Distribution Management System
GPON Gigabit-capable Passive Optical Networks
GST Goods and Services Tax
INR Indian National Rupee
IPAM IP Address Management
IP MPLS Internet Protocol -Multiprotocol Label Switching
IPTV Internet Protocol Television
ISP Internet Service Provider
LCO Local Cable Operator
LD Liquidated Damages
LLP Limited Liability Partnership
LoA Letter of Acceptance
MSO Multiple System Operator
MTTR Mean Time To Repair/Replace
NOC Network Operations Centre
OEM Original Equipment Manufacturer
PBG Performance Bank Guarantee
PoC Proof of Concept
PoP Point of Presence
PSU Public Sector Unit
SD Security Deposit
SLA Service Level Agreement
SOP Standard Operating Procedure
SPOC Single Point of Contact
USB Universal Serial Bus
VAT Value Added Tax
GST Goods and Services Tax

Acronyms not defined should be interpreted as per general conventions and as per the scope
of work mentioned.

Page 7 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Introduction
1.1 Invitation to Bid
Andhra Pradesh State FiberNet Limited (APSFL), a fully owned entity of the Govt. of Andhra
Pradesh (AP), having its Registered Office at 3rd Floor, NTR Administrative Block, Pandit
Nehru Bus Station, NH – 65, Vijayawada – 520001, Andhra Pradesh, India, invites responses
(“Proposals”/“Bids”) to this Request for Proposal (“RFP”) for Supply and installation of
Cisco Electronic Equipments for AP Fiber Grid Phase I Project. The selected agency has to
support APSFL in smooth execution of the project across the state of AP.

Interested bidders are advised to study this RFP carefully before submitting the proposals in
response to the RFP. Submission of a proposal in response to this RFP shall be done after
careful study and examination of this document with full understanding of its terms,
conditions and implications.

Interested bidders may download the RFP from www.apeprocurement.gov.in. Any


subsequent corrigenda/clarifications shall also be made available on the same portal. Bid
proposals must be received not later than time and date mentioned in the key events and dates.
Bid proposals received, in part or full, after the deadline WILL NOT be considered in this
procurement process.

1.2 Procedure for Bid Submission


The Bidder shall submit their response through bid submission process on e-Procurement
platform at www.apeprocurement.gov.in.

The bidders shall submit their Pre-Qualification Bid and Commercial bid online in e-
Procurement portal. The bidders shall upload the scanned copies of all the relevant
certificates, documents etc., in support of their Pre-Qualification, and other
certificates/documents with clear readability, in the e-Procurement website. The bidder
should sign on all the statements, documents, certificates uploaded in the e-Procurement
website, owning responsibility for their correctness/authenticity.

1.3 Registration with e-Procurement platform


For registration and online bid submission bidders may contact HELP DESK on
www.apeprocurement.gov.in or https://tender.apeprocurement.gov.in.

1.3.1 Digital Certificate Authentication


The bidder shall authenticate the bid with the agency’s Digital Certificate for submitting the
bid electronically on e-Procurement platform and the bids that are not authenticated by digital
certificate of the bidder, will not be accepted on the e-Procurement platform.

For obtaining Digital Signature Certificate, you may please contact: Andhra Pradesh
Technology Services Limited, Vijayawada www.apts.gov.in/

Page 8 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

(OR)
You may please contact any Registration Authorities of Certifying Authorities in India. The
list of CAs is available in the link provided below.
https://tender.apeprocurement.gov.in/DigitalCertificate/signature.html

1.3.2 Deactivation of Bidders


Vide Ref GO Ms. No.174 – I&CAD dated 1-9-2008, if any successful bidder fails to submit
the original BG towards Performance Security within stipulated time or if any variation is
noticed in the uploaded documents, the successful bidder will be suspended from
participating in the RFPs on e-Procurement platform for a period of 3 years. The e-
Procurement system would deactivate the user ID of such defaulting bidder based on the
trigger/recommendation by the RFP Inviting Authority in the system. Besides this, APSFL
shall invoke all processes of law including criminal prosecution of such defaulting bidder as
an act of extreme deterrence to avoid delays in the RFP process for execution of the
development schemes taken up by the government. Other conditions as per RFP document
are applicable.

a. Payment of Transaction Fee


It is mandatory for all the participant bidders from 1st January 2006 to electronically pay
a prescribed non-refundable Transaction fee to M/s. APTS, the service provider through
"Payment Gateway Service on E-Procurement platform". The Electronic Payment
Gateway accepts all Master and Visa Credit Cards issued by any bank and Direct Debit
facility/Net banking to facilitate the transaction. This is in compliance as per G.O.Ms. 13
dated 07.05.2006.

b. Corpus Fund
As per GO MS No.4, user departments shall collect 0.04% of ECV (Estimated
Commercial Value) with a cap of Rs.10,000/- (Rupees ten thousand only) for all works
with ECV up to Rs.50 Crores, and Rs.25,000/- (Rupees twenty five thousand only) for
works with ECV above Rs.50 Crores, from successful bidders on e-Procurement platform
before entering into agreement/issue of purchase orders, towards e-procurement fund in
favour of Managing Director, APTS. There shall not be any charge towards e-
Procurement fund in case of works, goods and services with ECV less than and up to
Rs.10 lakhs.

c. RFP Document
The bidder is requested to download the RFP document and read all the terms and
conditions mentioned in the RFP Document and seek clarification, if any from the RFP
inviting authority. Any offline bid submission clause in the RFP document could be
neglected.
The bidder has to keep track of any changes by viewing the Addendum/Corrigenda issued
by the RFP inviting authority from time-to-time in the e-Procurement platform. The

Page 9 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Department calling for RFPs shall not be responsible for any claims/issues arising out of
this.

d. Bid Submission Acknowledgement


The bidder shall complete all the processes and steps required for Bid submission. The
system will generate an acknowledgement with a unique bid submission number after
completing all the prescribed steps and processes by the bidder. Users may also note that
the bids for which an acknowledgement is not generated by the e-procurement system are
treated as invalid or not saved in the system. Such invalid bids are not made available to
the RFP Inviting Authority for processing the bids. The Government of AP is not
responsible for incomplete bid submission by users.

i. The bidders may contact the Helpdesk support of e-procurement portal (at
www.apeprocurement.gov.in) for any further information / clarifications on e-
procurement, and for all technical support required for bid submission.

ii. The bidders need to register on the electronic procurement marketplace of


Government of Andhra Pradesh i.e.http://www.apeprocurement.gov.in. On
registration in the e-procurement marketplace they will be provided with a user ID
and password using which they can submit bids online.

iii. While registering on the e-procurement market place, the bidders need to scan and
upload the required documents as per the RFP requirements on to their profile. The e-
procurement marketplace provides an online self-service registration facility to all
such Contractors who are already registered with respective participating departments
for supply of specified goods and services.

1.3.3 Hard Copies


a. In addition to the direct payment through any of the e-payment options in the e-
procurement portal, the bidder may opt for Demand Draft (DD) towards the bid
processing fee and EMD in the form of Bank Guarantee (BG). The bidder shall submit
hard copy of the
i. Demand Draft (DD) towards the bid processing fee
ii. Bank Guarantee (BG) towards EMD
in APSFL office at Vijayawada on or before bid submission due date. All the bidders
shall invariably upload the scanned copies of DD and BG in e-Procurement system and
this will be the primary requirement to consider the bid responsive.
b. APSFL shall carry out the technical evaluation solely based on the uploaded
certificates/documents, DD towards bid processing fee and BG towards EMD in the e-
Procurement system and open the price bids of the responsive and pre-qualification
qualified bidders only.

Page 10 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

On receipt of documents, APSFL shall ensure genuineness of the BG towards EMD and all
other certificates/documents uploaded by the bidder in e-Procurement system in support of
the qualification criteria before concluding the agreement.

1.4 Key Events & Dates


Managing Director
1. Name of the Authority
Andhra Pradesh State FiberNet Limited
Supply and installation of Electronic
2. Name of the Assignment
Equipment for AP Fiber Grid Project
INR 5,00,00,000/-
3. Estimated value of the tender
(INR Five crores only exclusive of taxes)
APSFL/Cisco/408/2020, Dated:
4. RFP Number
17.11.2020
Place of availability of Tender www.apeprocurement.gov.in
5.
Document (RFPs) http://apsfl.in/tenders/
6. Place of submission of Bids www.apeprocurement.gov.in
7. Tender Document (RFP) Request for Proposal Document
Tender Type
8. Open with Reverse Tendering
(Open/Limited/EOI/Auction/Single
Tender Category
9. Works
(Services/Goods/works)
Type/Form of Contract
10. (Work/Supply/Auction/Service/Buy Works
/Empanelment/Sell)
Re-bid submission before
submission date/ last date of
11. Yes
submission allowed by the Bidder
(Yes/No)
Is Offline Submission Allowed
12. No
(Yes/No)
13. Withdrawal Allowed (Yes/No) Yes
14. Is Multi Currency Allowed No (Only Indian Rupees)
06:00 PM on 24.11.2020
Last date and time for receiving No communication, in any form and for
15.
queries/clarifications any reason, will be entertained post this
date and time.
3:00PM on 01.12.2020
Last date and time for submission The proposal is to be submitted on
16.
of Proposal (Proposal Due Date) www.apeprocurement.gov.in on e-
procurement portal.

Page 11 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

04:00PM on 01.12.2020
Andhra Pradesh State FiberNet Limited
Date and time of opening of Pre- NTR Administrative Block, 3rd Floor,
17. qualification on e-procurement Pandit Nehru Bus Station, NH -65,
platform Vijayawada - 520001
Web address: http://www.apsfl.in
Email address: apsfl@ap.gov.in

Date and time of opening of reverse To be intimated to the qualified bidder of


18.
auction the previous stage

Bid Processing Fee (Non-refundable):


INR. 50,000/-(INR. Fifty Thousands
including GST)

The tender processing fees can be paid


through any of the e-payment options in the
portal or in the form of Demand Draft issued
by one of the Nationalized / Scheduled Banks
in India drawn in favour of ‘Andhra Pradesh
State FiberNet Limited’, payable at
Vijayawada.
Original DD must be submitted in APSFL
Bid Processing Fee (Non- office at Vijayawada before bid submission
19. date.
refundable)
For further details regarding e-payment,
please refer to e-Procurement portal at the
above mentioned website or call e-
procurement helpline.

Note: It will be in the interest of the bidders


to familiarize themselves with the e-
Procurement system to ensure smooth
preparation and submission of the tender
documents. Online payments of Bid
Processing Fee & EMD and uploading of
documents are sequential.
Bid Security / EMD (Refundable /
Convertible): INR. 10,00,000/- (INR. Ten
Lakhs Only)
Bid Security / EMD (Refundable /
20.
Convertible)
The EMD amount can be paid directly through
any of the e-payment options in the portal or
in the form of Bank Guarantee issued by one

Page 12 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

of the Nationalized / Scheduled Banks in India


drawn in favour of ‘Andhra Pradesh State
FiberNet Limited’, payable at Vijayawada.

Note: e-Procurement portal will deny


submission of the bid without submitting the
EMD. For further details regarding e payment,
please refer to e-Procurement portal at the
above mentioned website.
Bid Security / EMD should be valid for a
period of 180 (one hundred and eighty) days
from bid submission Date. The Bid Security /
EMD will be refunded to unsuccessful
Applicant agencies within 30 (Thirty) days of
successful Bidder furnishing the performance
security. Original BG must be submitted in
APSFL office at Vijayawada before bid
submission date.

The EMD (bid security) of the unsuccessful


Bidder/s will be discharged / returned as
promptly as possible. No interest will be
payable by APFSL on the amount of the EMD
(Bid Security).
10% of the Contract Value in the form of
Bank Guarantee issued by one of the
Nationalized / Scheduled Commercial Banks
in India drawn in favour of Andhra Pradesh
State FiberNet Ltd, payable at Vijayawada.
 PBG Should be valid for Implementation
phase + 3 months
21. Performance Security  EMD of the successful bidder will be
considered towards PBG and validity
should be extended as per the contract
duration.
 If Government of Andhra Pradesh issue
any changes in PBG terms and conditions
during the tenure of the project, the Bidder
shall oblige the same.

Page 13 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Andhra Pradesh State FiberNet Limited


NTR Administrative Block, 3rd Floor, Pandit
For any enquiries and clarifications,
22. Nehru Bus Station, Vijayawada - 520001
please contact:
Web address: http://www.apsfl.in
Email: apsfl@ap.gov.in;

Bidder proposals shall remain valid for a


23. Validity of the Proposal period of 180 days from the bid submission
date.
Three stage
Stage- I: Pre-Qualification Eligibility
24. Nature of Bid Process
Stage- II: Commercial Bid
Stage- III: Reverse Auction
25. Method of Selection As per Section 5 of this RFP
a) Implementation phase: 12 weeks
26. RFP Tenure
b) Support phase: 3 years (36 months)

Note: Proposals/Bids submitted without Bid Processing Fee and EMD shall be summarily
rejected.

Page 14 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

2. General Instructions to Bidders

2.1 Earnest Money Deposit (EMD)


a. Bidders shall submit an EMD as per the Key Events & Dates along with their Bids.
b. In addition to the direct payment through any of the e-payment options in the e-procurement
portal, the bidder may opt for EMD in the form of Bank Guarantee (BG). The BG shall be
issued by any Nationalized/ Scheduled Commercial bank in favour of Andhra Pradesh
State FiberNet Limited, payable at Vijayawada, and should be valid for 180 days from
the due date of the RFP. The format for the Bank Guarantee of EMD is enclosed as
Annexure-S.
c. The EMD amount is interest free and will be refundable to the unsuccessful bidders without
any accrued interest on it.
d. The bid / proposal submitted without EMD, mentioned above, will be summarily rejected.
e. The EMD may be forfeited:
i. If a bidder withdraws its bid during the period of bid validity.
ii. If the successful bidder fails to sign the contract and submit Performance Security
within the stipulated period.
iii. In case, the documents submitted, or the information furnished by the bidder are
found to be not genuine/false.
iv. In case the bidder does not tender for the work, after submission of Tender fees or
EMD.

2.2 RFP Amendment


APSFL may, for any reason, whether at its own initiative or in response to a clarification
requested by a prospective Bidder, modify the Bid Document by amendment. All the
amendments made in the document would be published in the website www.apsfl.in and on the
e-procurement platform. APSFL shall not be responsible if the Bidders do not get the individual
intimates of such amendments. All such amendments shall be binding on all the Bidders. The
Bidders are also advised to visit the aforementioned website on regular basis for checking any
updates. APSFL also reserves the right to amend the dates mentioned in this RFP for Bid
process.

2.3 Pre-Bid Queries


APSFL may incorporate any changes in the RFP based on acceptable suggestions received in
pre-bid queries. The decision of APSFL regarding acceptability of any suggestion shall be final
in this regard and shall not be called upon to question under any circumstances. It may not be
possible to answer questions which are received late. The responses to the queries shall be
uploaded by way of hosting amendments/clarifications on the website i.e. (www.apsfl.in) in
accordance with the respective clauses of the RFP.

Page 15 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

No queries in any form and for any reason shall be entertained after the last date and
time for submission of queries.

2.4 Cost of Bidding


The Bidder is responsible for all costs incurred in connection with participation in this process,
including, but not limited to costs incurred in conduct of informative and other diligence
activities, participation in meetings/discussions/presentations, preparation of proposal, in
providing any additional information required by APSFL to facilitate the evaluation process,
and in negotiating a definitive Service Agreement and all such activities related to the Bid
process. This RFP does not commit APSFL to award a Contract or to engage in negotiations.
Further, no reimbursable cost may be incurred in anticipation of award of Contract for
implementation of Project.

2.5 Site Visit


The bidder may visit and examine sites at a time to be agreed with APSFL, and obtain all
information at their own responsibility that may be necessary for preparing the Bid Document.
The costs of visiting the site(s) shall be at Bidder's own expense.

2.6 Language
The proposal, all correspondence and documents shall be written in English. In case of
accompanying literature or brochures etc., being in a language other than English, a certified
translation should accompany the documents as a part of the RFP. All proposals and
accompanying documentation will become the property of APSFL.

2.7 Bid Prices


a. The Bidder shall indicate the price in the prescribed format only.
b. The Bidder shall prepare the Bid based on details provided in the RFP. It must be
clearly understood that the Scope of Work is intended to give the Bidder an idea about
the order and magnitude of the work and is not in any way exhaustive and guaranteed by
APSFL. The Bidder shall carry out all the tasks in accordance with the requirement of the
RFP and due diligence and it shall be the responsibility of the Bidder to fully meet all
requirements of RFP.
c. Prices shall be quoted in Indian Rupees (INR) and shall be exclusive of Goods and Service
Tax (GST).

2.8 Bidder Representative


All documents of the bid may be signed by a nominated Competent Authority. All Certificates
and documents (including any clarifications sought and any subsequent correspondences)
received hereby, shall be signed by the competent Authority.

Page 16 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

2.9 Bid Validity


The proposals shall be valid for a period of 180 days from the date of submission of Bids. On
completion of the validity period, unless the Bidder withdraws proposal in writing, it will
be deemed to be valid until such time that the Bidder formally (in writing) withdraws proposal.
If required, beyond 180 days, the Bidder may be asked to extend the bid validity, on its consent.

2.10 Documents comprising the Bids


The bids prepared by the Bidder shall comprise of the following documents:

2.10.1 Documents to be uploaded as PQ Bid ( To be uploaded only in “PQ” bid folder


in the e-procurement platform)

All the below mentioned documents have to uploaded in the “PQ” bid folder of the e-
procurement platform. If the following documents are not found in the “PQ” bid folder,
the bid shall be considered as non-responsive and may be rejected.

2.10.1.1 Annexure A – Application Form


2.10.1.2 Annexure B –Profile of Bidder/ Partners
2.10.1.3 Annexure C – Declaration of Acceptance of Terms and Conditions in the RFP
2.10.1.4 Annexure D – Undertaking on SoW Compliance and Unconditional Acceptance
2.10.1.5 Annexure E – Pre-Qualification Compliance Documents
2.10.1.6 Annexure F – Financial Turnover and Net worth of the Bidder
2.10.1.7 Annexure G – Format for Past Experience of the Bidder
2.10.1.8 Annexure H – Declaration regarding Clean Track Record
2.10.1.9 Annexure I – Power of Attorney
2.10.1.10 Annexure J – Manufacturer Authorization Form(s)
2.10.1.11 Annexure K – Consortium Agreement Format
2.10.1.12 Annexure L – Board Resolution
2.10.1.13 Annexure M – Document Verification Certificate
2.10.1.13 Annexure S – Earnest Money Deposit (EMD) Format (only if bidder opts to submit
in form of Bank Guarantee (BG), instead of direct online payment through e-procurement
portal)
2.10.1.14 Copy of DD of Bid processing fees (only if bidder opts to pay as Demand Draft (DD),
instead of direct online payment through e-procurement portal)

2.10.2 Documents to be uploaded as Commercial Bid ( To be uploaded only in


“Commercial” bid folder in the e-procurement platform)

All the below mentioned documents have to uploaded in the “Commercial” bid folder of
the e-procurement platform. If the following documents are not found in the
“Commercial” bid folder, the bid shall be considered as non-responsive and may be
rejected.

Page 17 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

2.10.2.1 Annexure N – Commercial Proposal Submission Form


2.10.2.2 Annexure O – Commercial Bid Cost Components

2.10.3 Documents to be uploaded in TQ folder ( To be uploaded online in “TQ Bid


Folder”)

No documents have to be uploaded in the “TQ” bid folder of the e-procurement platform.
Any documents uploaded in the “TQ” bid folder will not be considered for evaluation

Note: In case of any issue pertaining to the uploading of bid documents in e-procurement
portal due to file size, etc., the bidders are expected to take support from e-procurement.
APSFL will not be responsible for incomplete bid submission by users.

2.11 Modification and Withdrawal


No proposal may be modified / withdrawn in the interval between the deadline for submission
of proposals and the expiration of the validity period specified by the Bidder on the
proposal form. In case the Bidder wishes to withdraw the Bid after the date of opening of the
bids, the EMD of the Bidder shall be forfeited.

2.12 Opening of Bids


The Pre-Qualification Bids will be opened on the e-procurement platform on the date and time
as specified in the RFP schedule.

2.13 Evaluation of Bids


a. The Bids of only those Bidders, whose Bid Processing Fee and EMD are in order, only,
will be accepted.
b. Bidders need to fulfill all the Pre-qualification conditions mentioned in the RFP. The
technical committee will examine the Bids to determine whether they are complete,
whether the Bid forma conforms to the RFP requirements, whether documents have been
properly signed, and whether the Bids are generally in order.
c. Bids of Bidders whose Pre-qualification proposal does not meet the set criteria shall be
rejected forthwith.

2.14 Bids Not Considered for Evaluation


Bids shall be summarily rejected due to incomplete documentation or late receipt.

2.15 Pre-Qualification
The pre-qualification evaluation shall be done as mentioned in this RFP.

2.16 Award Criteria


The Authority will open the Price Bids of the bidders who have met the conditions as per the
Pre-Qualification Criteria in this RFP. This will be further taken up for Reverse Auction (as
mentioned in Section 5.3) to finalize the L1 bidder.

Page 18 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

2.17 Rectification of Errors


Bidders are advised to exercise adequate care in quoting the prices. No excuse for corrections
in the quoted price will be entertained after the proposals are opened. Errors in proposals will
be corrected as per the unit rates quoted.

2.18 Contacting APSFL


Any effort by a Bidder to influence the Technical Evaluation and Tender Approval Committee
in its decision on Bid evaluation, Bid comparison or contract award may result in
disqualification of the Bidder’s Bid and also forfeiture of Bid security.

2.19 APSFL’s right to vary Scope of Work


APSFL may at any time, by a written order given to the Bidder, make changes to the Scope of
the work.

If any such change causes an increase or decrease in the cost of or the time required for the
Bidder’s performance of any part of the work under the Agreement, whether changed or not
changed by the order, an equitable adjustment shall be made in the Agreement Value or time
schedule, or both, and the Agreement shall accordingly be amended. Any claims by the Bidder
for adjustment under this Clause must be asserted within one (1) week from date of the Bidder’s
receipt of APSFL’s order for change. The unit rate of each item quoted/accepted by the
selected Bidder shall however not change.

2.20 APSFL’s Right to Accept /Reject


APSFL reserves the right to accept or reject any proposal, and to annul the bid process and
reject all proposals at any time prior to award of work, without thereby incurring any liability
to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of
the grounds for APSFL’s action.

2.21 Signing of Agreement


The signing of agreement for the project is as follows:

2.21.1 Signing of Agreement


APSFL notifies the successful Bidder that its proposal has been accepted and APSFL shall
enter into an Agreement with the successful Bidder as per the Master Service Agreement
prescribed in this RFP. The signing of agreement will constitute the formation of the
Agreement.

2.21.2 Discharge of Bid Security (EMD)


Upon the successful Bidder's furnishing of performance security, APSFL will promptly return
the EMD to each unsuccessful Bidder EMD within 30 days. The Bid security (EMD) of
successful Bidder will be released, on receipt of the Performance Security.

Page 19 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

2.21.3 Expenses for the Agreement


The incidental expenses of execution of Agreement shall be borne by the successful Bidder.

2.21.4 Failure to abide by the Agreement


Failure of the successful Bidder to agree with the Terms & Conditions of the RFP shall
constitute sufficient grounds for the annulment of the award, in which event APSFL may forfeit
the EMD/ Performance Security. The contract may be awarded to the next lowest bidder or
however deemed appropriate by the Authority, in such case.

2.22 Performance Security


a. The successful Bidder shall have to submit a Performance Bank Guarantee (PBG) or Auto
renewal FDR as performance security, within 15 days from the date of issuance of Letter
of Award (LoA). Extension of time for submission of Performance security beyond 15 days
and up to 30 days from the date of issue of LoA may be given by APSFL, who is competent
to sign the contract agreement (Annexure Q). However, a penal interest of 15% per annum
shall be charged for the delay beyond 30 days, i.e. from 31st day after the date of issue of
LoA. In case the Bidder fails to submit the requisite Performance security even after 60
days from the date of issue of LoA, the contract shall be terminated duly forfeiting EMD
and other dues, if any payable against the contract. The failed Bidder shall be debarred from
participating in re-tender for that work.
b. The Performance security shall be submitted by the successful Bidder after the LoA has
been issued, but before signing of the contract agreement. The agreement should normally
be signed within 30 days after the issue of LoA and the Performance security shall also be
submitted within this time limit. This Performance security shall be initially valid up to the
stipulated date of completion plus 60days beyond that. In case, the time limit for completion
of work gets extended, the contractor shall get the validity of Performance security
extended to cover such extended time for completion of work plus 60 days.
c. The value of Performance security to be submitted by the Bidder will not change for
variation up to 25% (either increase or decrease). In case during the course of execution,
value of the contract increases by more than 25% of the original contract value, an
additional Performance security amounting to 5% (fiver percent) for the excess value over
the original contract value shall be deposited by the Bidder.
d. The Performance security shall be released after the physical completion of the work based
on the ‘completion certificate issued by the competent authority stating that the Bidder has
completed the work in all respects satisfactorily. The security deposit shall, however, be
released only after the expiry of the defect liability period and after passing the final bill on
‘No Claim Certificate’ from the contractor.
e. After completion of successful implementation phase, the bidder shall submit the
performance bank guarantee of 10% of support value of three years valid upto 3years +
3months.
f. Whenever the contract is rescinded, the security deposit shall be forfeited and the
Performance security be enchased. The balance work shall be got done independently

Page 20 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

without risk and cost of the failed Bidder, the failed Bidder shall be debarred from
participating in the tender for executing the balance work. If the failed Bidder is a JV or a
partnership firm, then every member/ partner of such a firm shall be debarred from
participating in the tender for the balance work in his/ her individual capacity or as a partner
of any other JV/ partnership firm.
g. The Bank Guarantee should be from a Nationalized/Scheduled Commercial Bank
acceptable to APSFL, in the format prescribed in Annexure P in section 6.3 of this RFP,
payable on demand, for the due performance and fulfillment of the Agreement by the
Bidder.
h. All incidental charges whatsoever such as premium, commission etc., with respect to the
Performance security shall be borne by the Bidder. The Performance security shall be valid
for 60 days post completion of the Payment terms as per RFP. However, no interest shall
be payable on Performance Bank Guarantee.

2.23 Rejection Criteria


a. The proposal of a Bidder is liable to be disqualified in the following cases or in case Bidder
fails to meet the bidding requirements as indicated in this RFP:
i. Proposal not submitted in accordance with the procedure and formats prescribed
in this document.
ii. During validity of proposal or its extended period after last date and time for
submission of Bids, if any, the Bidder increases the quoted prices.
iii. The Bidder proposing a “Conditional-Proposal”.
iv. Proposal is received in incomplete form.
v. Proposal is not accompanied by all the requisite documents.
vi. Information submitted in Qualification proposal is found to be misrepresented,
incorrect or false, accidentally, unwittingly or otherwise, at any time during the
processing of the Agreement (no matter at what stage) or during the tenure of
Agreement including the extension period if any.
vii. Bidder tries to influence the proposal evaluation process by unlawful means at any
point of time during the Bid process.
viii. In case any Bidder submits multiple proposals or if common interests are found in
two or more Bidders, the Bids are likely to be disqualified.
ix. Bidder fails to deposit the Performance Security prior to signing of the Agreement
or fails to enter into an Agreement within 60 days of the date of issuance of LoA
or within such extended period, as may be specified by APSFL.
b. Bidders may specifically note that while evaluating the proposals, if it comes to APSFL’s
knowledge expressly or implied, that some Bidders may have colluded in any manner
whatsoever or otherwise joined to form an alliance resulting in delaying the processing of
proposal then the Bidders so involved are liable to be disqualified for this Contract as well
as for a further period of three years from participation in any of the RFPs floated by APSFL
and their EMD shall be forfeited.
c. Prevention of Collusion of Vendor: with a view to prevent collusion or the formation into
a ring by vendor / Bidder, the following are issued;

Page 21 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

i. Tender Schedules shall be issued till a date prior to the last date of submission of
tenders.
ii. Once a vendor / Bidder buys a tender schedule he shall not be permitted to return the
schedule after buying a tender schedule / document, if a vendor does not tender for
the work, his EMD shall be forfeited (Cash or Bank Guarantee or Both).
d. APSFL will reject a proposal for award if it determines that the Bidder recommended for
award, or any of its personnel, or its agents or, Agencies and/or their employees, has,
directly or indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive
practices in competing for the Contract.

2.24 Termination of Contract


Following clauses shall be applicable, in case of termination of contract:

2.24.1 Termination for default


APSFL may without prejudice to any other remedy for breach of contract, by written notice of
default with a notice period of 30 days, sent to the successful bidder, terminate the contract in
whole or part (i) if the successful bidder fails to deliver any or all of the goods and services
within the time period(s) specified in the Contract or fails to supply the items as per the
Delivery Schedule or within any extension thereof granted by APSFL; or (ii) if the successful
bidder fails to perform any of the obligation(s) under the contract; or (iii) if the successful
bidder, in the judgment of APSFL, has engaged in fraudulent and corrupt practices in
competing for or in executing the Contract.
In the event APSFL terminates the Contract in whole or in part, APSFL may procure, upon
terms and in such manner as it deems appropriate, the goods and services similar to those and
delivered and the successful bidder shall be liable to APSFL for any additional costs for such
similar goods. However, the successful bidder shall continue the performance of the contract
to the extent not terminated.

2.24.2 Termination for Insolvency


APSFL may at any time terminate the Contract by giving written notice with a notice period of
30 days, sent to the successful bidder, if the successful bidder becomes bankrupt or otherwise
insolvent. In this event, the termination will be without compensation to the successful bidder,
provided that such termination will not prejudice or affect any right of action or remedy that
has accrued or will accrue thereafter to APSFL.

2.24.3 Termination for Convenience


APSFL may, by written notice, with a notice period of 30 days, sent to the successful bidder,
may terminate the Contract, in completely or in part, at any time for its convenience. The notice
of termination shall specify that termination is for APSFL’s convenience, the extent to which
performance of work under the Contract is terminated and the date upon which such
termination becomes effective. On termination, the successful bidder is entitled for
compensation to the extent of work done till the date of termination.

Page 22 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

2.25 Execution of Work Order


The successful bidder should nominate and intimate APSFL, a Manager as Single Point of
Contact (SPoC), who should be responsible for effective delivery of work complying with all
the terms and conditions. The successful bidder should ensure that the Manager fully
familiarizes with the RFP Conditions, Scope of Work and deliverables.

2.26 Extra/ new item


Extra items of work shall not vitiate the contract. The reimbursement for extra items shall be
validated by the APSFL/ any agency appointed by APSFL and cleared by the Authority. The
Contractor shall be bound to execute extra items of work as directed by the Authority. The
rates for extra items shall be worked out based on the unit rates quoted by the Bidder in Price
Bid/as per mutually agreed terms and conditions. For new items which are beyond the scope
of the BoQ, the APSFL/ any agency appointed by APSFL or any authorized official/ agency
shall validate the requirements and necessity of such new/extra items after due diligence,
based on site conditions and work contingencies.

2.27 Liquidated Damages (LD)


a. Liquidated Damage will be levied as per the penalty and payment schedule subject to a
maximum of 10% of the total value of the contract for non-fulfilment of delivery schedule.
Any delay due to the Force Majeure conditions or delay not due to the successful bidder
will be excluded from the delivery schedule.
b. In the event of failure by the successful bidder to fulfil the delivery conditions, Tender
Inviting Authority at its discretion may initiate any of the action(s) as given below:
i. Extension of time may be permitted to complete the work.
ii. Additional resources will be requested for speeding up the work.
iii. Liquidated Damages will be levied.
iv. Contract with the successful bidder may be terminated as per the Termination
clause.
v. Any other action as may be deemed fit by Tender Inviting Authority in the best
interest of the department.

2.28 Force Majeure


Neither Tender Inviting Authority nor the successful bidder shall be liable to the other for any
delay or failure in the performance of their respective obligations except causes or
contingencies beyond their reasonable control due to Force Majeure conditions such as:
a. Any act of God such as lighting, earthquake, landslide, etc. or other events of natural
disaster of rare severity. Meteorites or objects falling from aircraft or other aerial devices,
travelling at high speeds.
b. Fire or explosion, chemical or radioactive contamination or ionizing radiation.
c. Pandemic or Epidemic or plague. Act of war (whether declared or undeclared), threat of
war, invasion, armed conflict or act of foreign enemy, unexpected call up of armed forces,
blockade, embargo, revolution, riot, religious strife, bombs or civil commotion, sabotage,
and terrorism.

Page 23 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

2.29 Arbitration
In case of any dispute, the matter will be referred to a Sole Arbitrator to be appointed by APSFL
in accordance with the "Arbitration and Conciliation Act 1996" and any amendments
thereafter. The arbitration shall be held in Andhra Pradesh, India and in English.

2.30 Exit Management Plan


a. An Exit Management plan shall be furnished by bidder in writing to the Authority within
90 days from the date of signing this contract, which shall deal with at least the following
aspects of exit management in relation to the contract and in relation to the project
implementation and service level monitoring.
i. A detailed program of the transfer process that could be used in conjunction with a
Replacement Service Provider including details of the means to be used to ensure
continuing provision of the services throughout the transfer process or until the
cessation of the services and of the management structure to be used during the transfer;
ii. Plans for provision of contingent support to Project and Replacement Service Provider
for a reasonable period after transfer;
iii. Exit Management Plan in case of normal termination of Contract Period
iv. Exit Management Plan in case of any eventuality due to which Project is terminated
before the Contract Period
v. Exit Management Plan in case of termination of Supplier
b. Exit Management plan at the minimum adhere the following:
i. Three (3) Months of the support to Replacement Service Provider post termination of
contract.
ii. Complete handover of the reports, documents and other relevant items to the
Replacement Service Provider/Authority.
iii. Certificate of acceptance from authorized representative of Replacement Service
Provider issued to supplier on successful completion of handover and knowledge
transfer.
iv. Tentative exit management schedule/Matrix is annexed
c. Each Exit Management Plan shall be presented by the Service Provider to and approved by
the Managing Director, APSFL or its nominated agencies.
d. In the event of termination or expiry of contract, Project Implementation, or Service Level
Monitoring, both PIA and Authority shall comply with the Exit Management Plan, and
payment shall be made by APSFL only for the work done prior to termination notice, upon
successful acceptance by Third Party Auditor (TPA)/ any agency/ and personnel, as
appointed by APSFL.
e. During the exit management period, the Service Provider shall use its best efforts to deliver
the services.

2.31 Extension of time in Contracts


Subject to any requirement in the contract as to completion of any portion or portions of the
works before completion of the whole, the contractor shall fully and finally complete the whole
Page 24 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

of the works comprised in the contract (with such modifications as may be directed under
conditions of this contract) by the date entered in the contract or extended date in terms of the
following clauses.

2.32.1 Extension due to modification


If any modifications have been ordered which in the opinion of APSFL have materially
increased the magnitude of the work, then such extension of contracted date of completion may
be granted as shall appear to APSFL to be reasonable in the circumstances, provided moreover
that the Contractor shall be responsible for requesting such extension of the date may be
considered necessary as soon as the clause thereof shall arise and in any case not less than one
month before the expiry of the date fixed for completion of the works.

2.32.2 Extension for delay not due to APSFL or Contractor


If in the opinion of APSFL, the progress of work has any time been delayed by any act or
neglect of APSFL employees or by other contractor employed by the APSFL or in executing
the work not forming part of the contract but on which contractor’s performance necessarily
depends or by reasons of proceeding taken or threatened by or dispute with adjoining or to
neighbouring owners or public authority arising otherwise through the Contractor’s own
default etc. or by the delay authorized by APSFL pending arbitration or in consequences of the
contractor not having received in due time necessary instructions from the APSFL for which
he shall have specially applied in writing to the APSFL within 15 days of such happening but
shall nevertheless make constantly his best endeavours to bring down or make good the delay
and shall do all that may be reasonable required of him to the satisfaction of the Engineer to
proceed with the works. The contractor may also indicate the period for which the work is
likely to be delayed and shall be bound to ask for necessary extension of time. APSFL on
receipt of such request from the contractor shall consider the same and shall grant such
extension of time as in its opinion is reasonable having regard to the nature and period of delay
and the type and quantum of work affected thereby.

No other compensation shall be payable for works so carried forward to the extended period of
time, the same rates, terms and conditions of contract being applicable, as if such extended
period of time was originally provided in the original contract itself.

2.32.3 Extension for delay due to APSFL


In the event of any failure or delay by the APSFL to ensure site readiness necessary for the
execution of the works or to give the necessary notice to commence the works or to provide
the necessary drawings or instructions or any other delay caused by the APSFL due to any
other cause whatsoever, then such failure or delay shall in no way affect or vitiate the contract
or alter the character thereof or entitle the contractor to damages or compensation therefore,

Page 25 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

but in any such case, the APSFL may grant such extension or extensions of the completion date
as may be considered reasonable.

2.32 Extension of time for delay due to contractor


The time for the execution of the work or part of the works specified in the contract documents
shall be deemed to be essence of the contract and the works must be completed not later than
the date(s) as specified in the contract. If the contractor fails to complete the works within the
time as specified in the contract for the reasons other than reasons specified in the clause 2.28
and 2.31, APSFL may, if satisfied that the works can be completed by contractor within
reasonable short time thereafter, allow the contractor for further extension of time as APSFL
may decide. On such extension, APSFL will be entitled without prejudice to any other right
and remedy available on that behalf, to recover from the contractor as per penalty terms
mentioned below in this clause.

For the purpose of this clause, the contract value of the works shall be taken as value of work
as per contract agreement including any supplementary work order/contract agreement issued.
Provided also, that the total amount of liquidated damages under this condition, shall not
exceed 10% of the first Rs.2 lakhs and 5% of the balance of the total value of the item or groups
of items of work for which a separate distinct completion period is specified in the contract.

Further competent authority while granting extension to the currency of contract under clause
2.32 may also consider levy of token penalty as deemed fit based on the merit of the case.
Provided further, if that the APSFL is not satisfied that the works can be completed by the
contractor and in the event of failure on the part aforesaid, the APSFL shall be entitled without
prejudice to any other right or remedy available in that behalf, to appropriate the contractor’s
security deposit and rescind the contract, whether or not actual damage is caused by such
default.

Note: All General Conditions of Contract (GCC) and Special Conditions of Contract
(SCC) as per Department of Roads and Buildings, Government of Andhra Pradesh are
applicable for this RFP.

Page 26 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

3 Project Background

3.1 Project Background

Andhra Pradesh State FiberNet Limited (APSFL) has been incorporated under the Companies
Act 2013 in October - 2015, to undertake the works of AP Fiber Grid, its operations &
maintenance and related business activities. It is a fully owned entity of the Government of AP
under the control of Energy, Infrastructure & Investment (E, I&I) department. APSFL aims to
provide high quality & affordable digital services to households, government departments and
enterprises across the State.

Fiber Grid is one of the 5 Grids identified by the Government of Andhra Pradesh to accelerate
socio-economic growth of the State. Fiber Grid is primarily aimed at harnessing the power of
information resource and enabling provision of qualitative and cost-effective IT,
Communication (data, voice & video) and other related services to the citizens of A.P.

Vision of AP Fiber Grid is as follows:

“To establish a highly scalable network infrastructure, accessible on a non-discriminatory


basis, to provide on demand, affordable and end-to-end broadband connectivity of 15 Mbps
for all households and 1 to 10 Gbps for institutions &multi-dwelling units by 2018, to enable
realization of the Vision of Digital Andhra Pradesh, in partnership with the Government of
India and Private Sector.” In line with the vision, a dual phased approach has been undertaken
to deliver the project mandate in AP.

Phase I – Aerial Fiber Grid Network will create an aerial fiber network up-to Mandal level by
leveraging assets of Electricity companies.

Phase II –Aerial Fiber network covering the entire State upto Gram Panchayat level.

Phase I of the Project (Aerial Fiber grid project), APSFL has established state-wide high speed
optical fiber network infrastructure covering approximately 23,000 km route across the 13
districts of Andhra Pradesh through 2449PoPsbeing operated and controlled from Network
Operations Centre (NOC) setup in Vishakhapatnam. Phase I project components include
laying aerial optical Fiber across the State up to mandal level, so that the State, District, Zonal
and Mandals are connected with each other using ring topology as much as possible. In
addition, the last mile connectivity is to be made available through a network of MSOs/ LCOs.

APSFL has procured the required CPE (customer premise equipment) boxes in order to deliver
the Triple Play Services viz., Cable TV, high-speed Broadband and Telecom. Online
enrolment of MSOs/LCOs for business association with APSFL have been done and already
extended Triple Play Services to thousands of customers through the CPE boxes procured.

Page 27 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Considering huge demand for AP FiberNet service connections from customers, APSFL has
planned to upgrade the existing AP Fiber Network infrastructure by building capacities at
NOC (Network Operations Centre), Network and Last Mile Infrastructure.

.Existing Network Architecture:

Page 28 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

3.2 Project Scope of supply, installation & commissioning of electronic equipment


Andhra Pradesh State FiberNet Limited intends to enhance the network capacity to provide
Triple Play Services (Internet, Telephone, IPTV or CATV & other Value-Added Services)
through the Fiber Network to Households and Enterprise Customers (Govt.
Departments/PSU’s/ Schools/Hospitals/Other Enterprises).
APSFL has planned to upgrade the existing AP Fiber Network infrastructure by building
capacities at NOC (Network Operations Centre), Network and Last Mile infrastructure. The
detailed scope of work is as defined below-
3.3 Network Operation Centre
The bidder shall supply, install & commission the NOC infrastructure equipment to meet the
requirements mentioned in the Bill of Materials
3.4 Network Infrastructure
APSFL proposes to upgrade the existing network infrastructure to provide seamless services
to the customers across the state of Andhra Pradesh.
The bidder shall be responsible for installation, commissioning and maintenance of the
supplied equipment as per BoM on existing IP/MPLS network.
Selected bidder is free to provide higher or better specifications in line with the current solution
available to render smooth network operations. It is the responsibility of bidder to provide the
recommendations to APSFL in case of any such modifications required and obtain approval.

Page 29 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

4 Scope of Work

4.1 Supply, installation and commissioning of Electronic equipment

Following are the broad scope of work but not limited to, for procurement and installation of
Electronic Equipment

The scope of work in this phase comprises the following but not limited to:

 The selected bidder shall responsible for the supply and installation of the required
Software, Hardware/Accessories/Software Licenses as per the Requirement &
Technical specifications of this RFP

 At least one engineer of OEM should remain at installation location for design,
installation and configuration of the supplied equipment, during the complete
installation period.

 APSFL proposed to install Optical Line Amplifiers as mentioned in S. No. 12 of


Schedule requirement in the following locations.

S. Proposed locations (New


From To
No. OLA Site)
1 Bhimadole_OLA Vijayawada_DHQ Edulagudem_KrishnaDist

2 Muddanur_OLA Anantapur_DHQ Thimmapuram_KadapaDist

3 Srisailam_OLA Kurnool_DHQ Parumanchala_KurnoolDist

The selected bidder shall responsible for optical/DWDM core network design review
through cisco transport tool and provide the optimized solution along with the reports.
Based on the reports, the locations can be changed on mutual agreed terms.

 APSFL also proposed to procure DWDM hardware/software to mitigate the loses as


mentioned below:
Sl
Requirement Proposed Locations
No

200G Regeneration Cards for Srisailam_KurnoolDist


1
Guntur District Protection Tirupathi_ChittoorDist

The selected bidder shall responsible for optical/DWDM core network design review
through cisco transport tool and provide the optimized solution along with the reports.
Based on the reports, the locations can be changed on mutual agreed terms.

Page 30 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

 All the other items as mentioned in the Bill of materials shall be installed and
commissioned at Network Operations Center, Visakhapatnam.

 APSFL will share the details/layouts of existing OFC network of respective locations
with successful bidder and successful bidder will be responsible for installation and
configuration of the supplied equipment.

4.2 Schedule of Requirement/Technical Specifications

Unity of
S. No Product ID Description Quantity
Measurement
EPA-10X10GE= Cisco ASR 1000 10x10GE Ethernet Port
1 Nos. 2
Adapter with 3 yrs support
N9K-X97160YC- Nexus 9500 NX-OS line card, 48p 10G/25G
2 EX= Nos. 2
with 4p (40G/100G) QSFP28
3 40 DAC QSFP-H40G-AOC 15M (40G DAC) Nos. 6
NCS2K-200G- 50G/100G/200G CPAK Multi-Rate Line
4 CK-C= Nos. 2
Card with 3yrs support
NCS2K-200G- 200G - CPAK MR Line Card - C-Band -
5 CK-LIC= Nos. 2
Licensed with 3yrs Support
R-ISE-VMM- Cisco ISE Virtual Machine Medium with
6 Nos. 2
K9= installation
Cisco ISE Base License - to manage 2500
6.1 Nos. 2500
L-ISE-BSE-PLIC devices for AAA function TECAC+
L-ISE-TACACS-
6.2 Cisco ISE Device Admin Node License Nos. 2
ND=
One time implementation charges for Cisco
6.3
Service ISE
RAM Upgrade from 128Gb to 256GB,
7 Additional 4TB HDD For Cisco UCS C220 Sets 1
RAM Upgrade M5 Server
8 AMC 3 Years AMC for Cisco Hyperflex System Sets 1
9 RJ45 to DB9 Rollover Console Cable for Cisco Router Nos. 50
10 DB9 to USB Rollover Console Cable for Cisco Router Nos. 50
11 Ethernet Switch 12 Port 1G Switch - SG 300 Nos. 1

12 Supply of Optical Line Cmplifies NCS2006 Sets 3


Cisco OLA with installation
NCS2K-TNCS- NCS 2000 Transport Node Controller w/2x
12.1.1 Nos. 6
O-K9= OTDR/OSC
CON-SNT- SNTC-8X5XNBD NCS 2000 Transport
12.1.2 Nos. 6
NCS2KTNO Node Controller w/2x - 3 Years
SF15454MC- NCS 2K/MSTP - R10.7 SW, TNCE,
12.1.3 Nos. 6
R1090K9 TSCE, TNCS/O - WSON CP
12.1.4 NCS2006-SA= NCS 2006 Shelf Assembly Nos. 3

Page 31 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

CON-SNT- SNTC-8X5XNBD NCS 2006 Shelf


12.1.4 Nos. 3
NCS2006A Assembly
NCS 2006 LCD Display with Backup
12.1.5 NCS2006-LCD= Nos. 3
Memory
12.1.6 15454-BLANK= Empty slot Filler Panel Nos. 12
12.1.7 NCS2006-FTA= NCS 2006 Fan Tray Nos. 3
12.1.8 NCS2006-AC= NCS 2006 1,500W AC Power Supply Nos. 6
12.1.9 NCS2006-ECU= NCS 2006 External Connections Unit Nos. 3
12.1.10 15454-LC-LC-2= Fiber patch cord - LC to LC - 2m Nos. 6
15454-OPT- 15454 MSTP - Optical Amplifier - C-band -
12.1.11 Nos. 6
EDFA-24= 24dB Gain
CON-SNT- SNTC-8X5XNBD 15454 MSTP - Optical
12.1.12 Nos. 6
15454OPE Amplifier - C-band - 3 Years
Supply, fixing of wall mount 48 port FDMS
12.2 with required trays and splicing of necessary Nos. 3
patch cords
EMS Licenses for OLA With 3 Years
12.3 Set 3
Support
One time implementation for Cisco OLA
12.4 Service
NCS2006 (as per above BoQ)

4.3 Implementation Strategy


 The bidder shall be responsible for coordination with existing system integrator of APSFL
for installation of 24F optical fibre cable at the required location, connecting both ends
which includes, cable tapping from the OPGW to the Point of Presence.

 The NMS shall be installed and configured in consultation with APSFL.

 All the software licenses shall be in the name of APSFL.

 The bidder shall be responsible for coordination with existing system integrator of
APSFL for installation of UPS & Racks and Internal wiring with Earthing at the
required locations.

 The bidder shall be responsible for configurations where ever required to meet the
requirements mentioned in the Schedule of Requirement.

 The bidder shall be responsible for maintaining the record books (M – Books etc) for all
the material and works being executed in the field as per the forms/formats provided by
APSFL. The same should be submitted to APSFL post completion of work at each site.
Acceptance testing and Payments shall be made based on the field records submitted.

4.4 Survey and Planning Phase


Before commissioning of OLA and DWDM equipment, the selected bidder shall ensure the
proposed locations by doing the proper transport network design review and propose optimal
solution after analysing the transport tool.

Page 32 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

4.5 User Acceptance Test:

The primary goal of Acceptance Testing is to ensure that the work (including all the
components as discussed in the scope of work) meets requirements, standards, specifications
and performance, by ensuring that the following are associated with clear, quantifiable metrics
for accountability:

 Infrastructure Compliance
 Performance
 Project Documentation

The Successful bidder shall inform the department in writing, as and when the work is
completed for a specific work order, with the request to conduct UAT.

a. The selected bidder shall responsible for preparation of UAT and reviewed and accepted
by APSFL authority before the testing.
b. The bidder shall co-ordinate and carry any other required test as desired by APSFL.
c. The bidder shall bring all the testing equipment to site as required under the procedure to
carry out testing at no extra cost.
d. The time taken for approval of UAT acceptance by APSFL, shall not be considered as delay
on bidder’s part.
e. The bidder is required to rectify the shortcomings reported, if any, during the testing. The
selected bidder shall make the required changes at no extra cost.

4.6 Operations and Maintenance (O&M) Phase


1. The Successful bidder shall be responsible for configuration/re-configuration of all the
equipment/services as and when required for 3 Years from date of Go-Live.

2. The Successful bidder shall maintain a record of hardware and software configurations of
all equipment including the details of different policies implemented on the devices such
as DWDM configurations, routing, multiple protocol details etc. Successful bidder shall
keep regular backups of soft copies of the configurations of each of the devices mentioned.

3. The successful bidder shall ensure that these configurations are not accessible in general
and must be kept confidential with the Purchaser and Technical Resource.

4. Deputed technical resources shall also be responsible for the re-configuration of replaced
devices.

5. Tickets raised with OEM will be monitored by SPOC and SPOC shall share information
about closure of ticket for SLA calculation.

6. The bidder shall also provide an Escalation Matrix to APSFL for support cases.

7. The Successful bidder shall carry out regular update and upgrade of firmware and software
of the supplied equipment and NMS.

Page 33 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

8. Bidder shall ensure the periodic maintenance (at least quarterly) and submit the report to
APSFL.
9. The selected bidder shall strictly adhere to APSFL change request policy with appropriate
APSFL technical management approvals.

5. Bid Evaluation Criteria and Process

5.1 Pre-Qualification Criteria


The bidder should satisfy the following Pre-qualification criteria to be eligible for further
evaluation under this RFP. The bidder should enclose documentary evidence for fulfilling the
Eligibility in the Pre-qualification Bid. If a bidder fails to enclose the documentary proof for
eligibility, their bid is liable to be rejected.

The following is the Pre-Qualification Criteria:


S. No. Eligibility Criteria Documents Required
For Sole Proprietorship firm, following
documents are required.
a. Copy PAN
The Bidder should be a Sole
b. Proof of address and contact details
Proprietorship firm or a company
registered in India under the Companies
For other, following documents are
Act, 1956 / 2013 /LLP Act 2008 /Indian
required:
1 Partnership Act 1932, as amended from
a. Copy of valid Certificate of
time to time, and should be in operation
Incorporation from Registrar of
for at least the last 3 years as on the date
Companies
of bid submission.
b. Copy of Corporate Identification
Number (CIN)
c. Copy of GST registration certificate
d. Copy of PAN
In case the Consortium member is a
Registered Company in India, they should
produce the copy of the Certificate of
The Prime bidder has option of Incorporation.
partnering with maximum three (3)
consortium members. The consortium In case, the Consortium member is
members should be a Company Registered Partnership Company/Firm,
2
registered in India under the Indian they should produce the copy of
Companies Act 1956/2013 or a Registered Partnership Deed.
Registered Partnership Firm or a Sole
Proprietary Firm or LLP. In case the Consortium member is a Sole
Proprietary Firm, they should produce the
copy of valid Tax Registration
Certificate(s) [Registration certificate

Page 34 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

S. No. Eligibility Criteria Documents Required


under equivalent law abroad for foreign
company should be provided].

A notarized or registered agreement


between all the Consortium members
mentioning the details of Prime bidder and
other consortium members along with an
outline of the financial strengths, technical
strengths and the roles and responsibilities
of each member of the consortium.

Bidder is required to submit the consortium


agreement as per the format enclosed as
Annexure K in Section 6.1
Certificate from the Statutory Auditor of
The cumulative annual turnover of the the Company mentioning year-wise
Bidder (including its consortium annual turnover.
members, if applicable) in the financial And,
3
years, FY 2017-18,FY 2018-19, FY Copy of audited profit and loss statement
2019-20 and current financial year, showing the year-wise turnover.
should be at least INR 7 Crores. (As per the format enclosed as Annexure
F in Section 6.1)
Average Net Worth of the Bidder
(including its consortium members, if
Certificate from Statutory Auditor clearly
applicable), for the financial years, FY
stating the Net worth of the Bidder.
4 2017-18, FY 2018-19, FY 2019-20 and
(As per the format enclosed as Annexure
current financial year, should be at least
F in Section 6.1)
INR 25 Lacs as per the audited financial
results.
Completion Certificate from the client on
the letterhead of the client clearly
The bidder / consortium shall have mentioning the scope of work as per the
experience of supplying, format enclosed as Annexure G in Section
commissioning and providing support 6.1.
5
services for similar equipment as per and
BOM of order value INR 3 Crore in last Manufacturer Authorization Form from
3 FYs in India. the Cisco, duly signed by the OEM, as
per the format enclosed as Annexure J in
section 6.1
Prime Bidder and any of the Consortium Bidder should submit an undertaking as
6
members should not have been mentioned in Annexure H in section 6.1

Page 35 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

S. No. Eligibility Criteria Documents Required


blacklisted by any central or state Govt. of the RFP, that it has not been
department or PSU on the date of bid blacklisted/debarred by any Govt.
submission. department or any PSU in India as on bid
submission date.
In case of consortium, Prime bidder
should submit an undertaking that prime
bidder and the consortium member(s)
have not been blacklisted/debarred by
any Govt. department or any PSU in
India as on bid submission date
For Pvt. Ltd. firms, a Board Resolution, as
All documents in the proposed bid, shall mentioned in Annexure L, in Section 6.1
be signed by an authorized signatory, in of the RFP to be submitted.
7 whose name the Power of Attorney/
Board Resolution, should be duly For others, the Power of Attorney, as
issued. mentioned in Annexure I, in Section 6.1
of the RFP to be submitted.
Certificate, on INR 100/- non-judicial
stamp paper and duly notarized and stamp,
Prime Bidder/ Lead bidder to share the
8 to be enclosed along with the bid
Document Verification Certificate
documents (as per the format enclosed as
Annexure M in Section 6.1)
*** Manufacturer Authorization Form shall be submitted mandatorily.

Note 1:
a. Only the bids of those Bidders, who submit the prescribed Bid-processing fee and EMD,
shall be considered for evaluation. The bids not accompanied with a valid Bid-processing
fee and EMD as part of the proposal shall be summarily rejected.
b. The Commercial bids of only those bidders, who meet the Pre-Qualification criteria, shall
be opened.
c. Bidders are required to provide the aforementioned information as per the formats provided
along with the required supporting documents for each of the criteria mentioned above.

Proposals without necessary supporting documents or without meeting the prescribed


qualification criteria will be treated as non-responsive and will not be considered for further
evaluation.

Note 2: Consortium criteria


a. In case of consortium, the Lead Bidder must be specified by the bidder.
b. The Lead bidder and the consortium member(s) cannot participate in more than one bid as
lead bidder/ consortium member.

Page 36 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

c. In case of a consortium, applicant consortia shall have a valid Memorandum of


Understanding (MoU)/ Consortium Agreement among all the members signed by the CEO/
Country Head/Authorized Signatories of the companies dated prior to the submission of
the bid. The MoU/ Consortium Agreement shall clearly state the composition of the
consortium who shall be the Lead bidder, the complete description of the partner and roles
and responsibilities of the partners.
d. The consortium bid submitted without valid MoU/ Consortium Agreement shall be treated
as non-responsive.
e. By submitting the Bid, the prime bidder shall also be deemed to have acknowledged and
agreed that in the event of a change in control of a Consortium Member or an Associate
whose Technical Capacity and/ or Financial Capacity was taken into consideration for the
purposes of short-listing and technically qualified under and in accordance with this RFP,
the Bidder shall be deemed to have knowledge of the same and shall be required to inform
the competent authority forthwith along with all relevant particulars about the same and the
competent authority may, in its sole discretion, disqualify the Bidder or withdraw the work
order from the PIA, as the case may be. In the event such change in control occurs after
signing of the Agreement but prior to sign off of the project, it would, notwithstanding
anything to the contrary contained in the Agreement, be deemed to be a breach of the
Agreement, and the same shall be liable to be terminated without the competent authority
being liable in any manner whatsoever to the Bidder.
f. In such an event, notwithstanding anything to the contrary contained in the Agreement, the
competent authority shall be entitled to forfeit and appropriate the Bid Security and
Performance Security, as the case may be, as damages, without prejudice to any other right
or remedy that may be available to the competent authority under the Bidding Documents
and/ or the Agreement or otherwise
g. The bidder (each member of the consortium) shall have company registration certificate,
registration under labour laws and contract act, valid GST registration certificate and
Permanent Account Number (PAN) issued by Income Tax department, Memorandum of
Association and Article of Association (copy of the same should be provided)
h. Prime bidder should submit an undertaking that prime bidder and the consortium
member(s) have not been blacklisted/debarred by any Govt. department or any PSU in India
as on bid submission date
i. The award of contract shall be signed with the Lead Bidder only and the Lead Bidder shall
be single Point of Contact for this Project. Performance security shall be submitted by the
Lead Bidder
j. The payments for the said project shall be released only in the name of Lead Bidder.
k. Lead Bidder shall be solely responsible for any failure liable to the Government for the
execution of the project in accordance with the terms and conditions of the bid document
and a statement of this effect shall be included in the MoU/ Consortium Agreement.

5.2 Commercial Evaluation Criteria


a. Financial bids submitted of only those bidders, who are qualified as per pre-qualification
criteria shall be opened and are eligible for further evaluation.

Page 37 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

b. All the Pre-qualification qualified bidders shall be notified to participate in Commercial


Bid opening process.
c. Bidders quoting unrealistic cost shall be rejected straightaway by APSFL. Any bid found
to have unsatisfactory response in the eligibility criteria as mentioned shall be rejected and
shall not be considered for further evaluation.
d. The commercial Bids for the Pre-Qualification qualified bidders shall be reviewed to
determine whether the Commercial Bids are substantially responsive. Bids that are not
substantially responsive are liable to be disqualified at purchaser's discretion.
e. Commercial Bids that are not as per the provided format in section 6.2 shall be liable for
rejection.
f. In case of computation error in commercial forms, the Technical/Evaluation Committee’s
decision in this regard shall be final and binding on all.

5.3 Reverse Auction


a. APSFL will schedule the reverse auction on the website of eProcurement.
b. Only the qualified and whose financial bids are complying to the RFP requirements only
will be permitted to participate in the reverse auction.
c. The date and time will be intimated to the qualified bidders.
d. Reverse auction will be conducted on the total price of the respective schedule, quoted by
the bidder for the indicated quantities in the cost sheet.
e. The amount quoted in the Bid will be considered for overall evaluation to arrive ‘L1’
bidder.
f. The ‘opening price’ i.e. start price for Reverse Auction will be the L1 price quoted.
g. The reverse auction will be conducted for the entire schedule. The bidder’s screen will have
provision for decrement of prices. In the bidder's screen the total price of his bid and the
total lead price at that instance will also be displayed.
h. For the purpose of Reverse Auction, the minimum bid decrement will be Rs. 10,00,000/-
(Rupees Ten lakhs only)
i. The Bidders can modify the total price of the bid based on the minimum bid decrement or
the multiples thereof, to displace a standing lowest bid and become “L1”, and this will
continue as an iterative process.
j. The reverse auction shall be conducted for 3 Hours. If any bidder submits a bid in the last
15 min of the auction closing time, the auction time will be automatically increased by 15
minutes. All bidders are required to submit their online bids during this period.
k. After the completion of the online reverse auction, the Closing Price (Final L1 Price)
and the successful bidder shall be finalized. The bidder has to submit the breakup of
the revised cost (post reverse auction) as per commercial bid format of RFP within 2
working days after completion date of the reverse auction to the Email address:
apsfl@ap.gov.in.
l. In case the bidder fails to submit the breakup of the cost quoted in the reverse auction, the
quote shall stand cancelled and the EMD of the bidder will be forfeited.

Page 38 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

5.4 Selection Process of Bidder


Evaluation of bids shall be done on Least Cost/Lowest Cost (L1) criteria as per the quotes
submitted in reverse auction

Page 39 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

6. Bid Submission Forms

6.1 Pre-Qualification Evaluation Forms

“All the forms in this section shall be uploaded as part of “PQ” Bid and in the “PQ” bid
folder of the eprocurement platform.If the following documents are not found in the
“PQ” bid folder, the bid shall be considered as non-responsive and may be rejected.
Failure to submit any of the forms in this section shall lead to disqualification of the
bidder.”

Annexure A – Application Form


(On Bidder’s letterhead)

To,
(Date)
Managing Director,
Andhra Pradesh State FiberNet Limited
NTR Administrative Block, 3rd Floor, Pandit Nehru Bus Station, NH -65, Vijayawada -
520001

Sub: -----------------------------

Ref: ---------------------------

Dear Sir,

With reference to your RFP Document dated -----------------, I/We, having examined all relevant
documents and understood their contents, hereby submit our Proposal to provide Cisco
Electronic equipment for AP Fiber Grid Phase I Project

1) All information provided in the Proposal and in the Appendices is true and correct and all
documents accompanying such Proposal are true copies of their respective originals.

2) I/We shall make available to the Authority any additional information it may deem
necessary or require for supplementing or authenticating the Proposal.

3) I/We acknowledge the right of the Authority to reject our Proposal without assigning any
reason or otherwise and hereby waive our right to challenge the same on any account
whatsoever.

Page 40 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

4) I/We to the best of our knowledge certify that in the last three years, we or any of our
Associates have neither failed to perform on any contract, as evidenced by imposition of a
penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award
against the Bidder, nor been expelled from any project or contract by any public authority
nor have had any contract terminated by any public authority for breach on our part.

5) I/We understand that you may cancel the Selection Process at any time and that you are
neither bound to accept any Proposal that you may receive nor to select the selected
supplier, without incurring any liability to the Bidders

6) I/We to the best of our knowledge certify that in regard to matters other than security and
integrity of the country, we or any of our Associates have not been convicted by a Court of
Law or indicted or adverse orders passed by a regulatory authority which would cast a
doubt on our ability to undertake the Consultancy for the Project or which relates to a grave
offence that outrages the moral sense of the community.

7) I/We to the best of our knowledge further certify that in regard to matters relating to security
and integrity of the country, we have not been charge-sheeted by any agency of the
Government or convicted by a Court of Law for any offence committed by us or by any of
our Associates.

8) I/We hereby irrevocably waive any right or remedy which we may have at any stage at law
or howsoever otherwise arising to challenge or question any decision taken by the Authority
and/ or the Government of India in connection with the selection of Supplier or in
connection with the Selection Process itself in respect of the above mentioned Project.

9) I/We agree and understand that the Proposal is subject to the provisions of the RFP
document. In no case, shall I/We have any claim or right of whatsoever nature if our
Proposal is not opened or rejected.

10) I/We agree to keep this offer valid for 180 days from the Proposal Due Date specified in
the RFP.

11) I/We agree and undertake to abide by all the terms and conditions of the RFP Document.
In witness thereof, I/We submit this Proposal under and in accordance with the terms of the
RFP Document.

Yours faithfully,
(Signature, name and designation of the authorized signatory)
(Name and seal of the firm)

Page 41 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Annexure B – Profile of Bidder/ Partners


(To be submitted by Bidder)

S.
Particulars Details
No.

1 Name of the Company


2 Year of incorporation
Nature of the Company (Registered
3
Company)
4 Registered Office Address
5 Office Telephone Number
6 Fax Number
7 Contact Person
8 Name
9 Telephone Number
10 Email Address
11 Local presence at Andhra Pradesh, if any
12 Office Address
13 Office Telephone Number
14 Fax Number
15 Registration Details
16 Permanent Account Number
17 GST Registration Number
18 Service Tax Registration Number
Banker's Name, Address and Account
19
Number
20 No. of Technical staff employed

Witness: SUPPLIER:
Signature ------------------------ Signature ----------------------
--
Name ------------------------ Name ----------------------
--
Address ------------------------ Designation ----------------------
--
Company Seal -------------
-----------
Date ------------------------ Date ----------------------
--

Page 42 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Annexure C – Declaration of Acceptance of Terms and Conditions in the RFP

(To be submitted by Bidder)

To, [Date]

Managing Director
Andhra Pradesh State FiberNet Limited
NTR Administrative Block, 3rd Floor, Pandit Nehru Bus Station, NH -65, Vijayawada -
520001

Sub: -----------------
Ref: ------------------------------

Sir,

It is to certify that the RFP document – ---------------------- is carefully read & understood and
all the sections and clauses are COMPLIED UNCONDITIONALLY AND
UNEQUIVOCALLY. There is no deviation from the terms and conditions of the RFP. We
also hereby confirm that the solution proposed by us will meet the project requirements.

Yours faithfully,
(Signature, name and designation of the authorized signatory)
(Name and seal of the firm)

Note: A copy of this form should be returned along with the Bid duly signed

Witness: Supplier:

Signature ------------------------ Signature ----------------------


Name ------------------------ Name -----------------------
Address ------------------------ Designation ----------------------
Company Seal ----------------------
Date ------------------------ Date---------------------

Page 43 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Annexure D – Undertaking on SoW Compliance and Unconditional Acceptance

To
Managing Director
Andhra Pradesh State FiberNet Ltd.
3rd Floor, NTR Administrative Block, Pandit Nehru Bus Station, NH-65,
Vijayawada – 520001, Andhra Pradesh,
India.

Subject: Undertaking on SoW Compliance and Unconditional Acceptance with reference to


RFP No. ----------------------
We, M/s _____________________________, based at _____________hereby confirm our
compliance to the requirements outlined in Section 4 - Scope of Work (SoW) of the above
referenced RFP. By way of this compliance undertaking, we confirm that we have adequate
capability and experience to perform the services outlined in the SoW, as per the requirements
defined in the RFP.

We confirm our unconditional acceptance of full responsibility of providing services in


accordance with the Terms and Conditions and Scope of work of this RFP.

For M/s____________

Authorized Signatory (duly signed and stamped)


Name
Designation

Page 44 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Annexure E – Pre-Qualification Compliance Documents


The bidder should attach following checklist for compliance with important criterion along
with the bid to be submitted:

Complied
S. No. Item Remarks
(Yes/ No)
1. Bid Processing Fee
2. EMD
3. Application Form
All pages of bid are numbered, signed by authorized
4.
signatory and bids are sealed properly
Proof of authorized signatory (Power of Attorney/ Board
5.
Resolution)
6. Profile of the Bidder
7. Financial Turnover and Net worth of the Bidder
The Prime Bidder/Consortium should have completed
supply/ installation/ maintenance of at least three Cisco
8. projects (one of the 3 projects shall be DWDM) in last 5
years or have a valid Manufacturer Authorization Form
(MAF) as on bid submission date
Self-Declaration Certificate (Certificate to be enclosed in
the bid duly signed by the authorized signatory on its
9.
letterhead) regarding blacklisting by any central or state
Govt. department or PSU on the date of bid submission.
Undertaking for Unconditional Acceptance of Terms and
10.
Conditions of the RFP
11. Consortium Agreement, if applicable

Page 45 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Annexure F – Financial Turnover and Net worth of the Bidder


(To be submitted by Bidder)

Annual Turnover of the Prime Bidder

Criteria Total Financials


Sub Criteria FY

Turnover from FY 2017-18


business activities FY 2018-19
Financial
Capability FY 2019-20
FY 2020-21
Measured as paid-up FY 2017-18
capital plus free FY 2018-19
reserves
Net worth FY 2019-20

FY 2020-21

Documentary Proof Required:

 Statutory Auditor / CA Certificate clearly specifying the turnover for the specified
years.

 Audited P&L and Balance Sheets

Page 46 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Annexure G– Format for Past Experience of the Bidder

Please provide citations as per the Qualification / Technical criteria in the format provided
below. The relevant documentary proofs need to be attached.

Project Title
(Attach separate sheet for each Project)
Name of Client Address

Type of Client Order Value of


(Govt./PSU/Others) the Project(in
Crores)

Duration of the Start Date


Assignment (month/year):
End Date
(month/year):

Referrals(Client side): Name


Provide one referral Designation
only Contact Number
E mail Id
Brief Description of
the Project

Documentary Proof Required:

 Copy of Work order

 Certificate of successful operation by the client

Page 47 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Annexure H – Declaration regarding Clean Track Record

To, [Date]

Managing Director
Andhra Pradesh State FiberNet Limited
NTR Administrative Block, 3rd Floor, Pandit Nehru Bus Station, NH -65, Vijayawada -
520001

Sub: --------------------

Ref: ---------------------------------

Sir,

I/We hereby declare that my company has not been debarred / black listed as on Bid submission
date by any State Government, Central Government, Central & State Govt. Undertakings /
Organizations and by any other Quasi Government bodies / Organizations, and any other major
Enterprise / Organizations in India for non-satisfactory past performance, corrupt, fraudulent
or any other unethical business practices.

Yours faithfully,
(Signature, name and designation of the authorized signatory)
(Name and seal of the firm)

Note:
 Submission of this Annexure is mandatory along with the bid. Failure to submit
this Annexure may lead to disqualification.

Page 48 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Annexure I – Power of Attorney


Sample form of Power of Attorney for signing the Application & Bid

(On INR 100.00 Non judicial Stamp Paper and duly notarized and stamped)

KNOW ALL MEN BY THESE PRESENTS,

We _______________________________________________ (name of the firm and address


of the registered office) do hereby irrevocably constitute, nominate, appoint and authorize Mr.
/ Ms. (name), _________________________________ son/daughter/wife of and presently
residing at _________________________________ , who is presently employed with us and
holding the position of _________________________________ , as our true and lawful
attorney (hereinafter referred to as the “Attorney”) to do in our name and on our behalf, all
such acts, deeds and things as are necessary or required in connection with or incidental to
submission of our application for qualification and submission of our bid for the Project vide
RFP No. ------------------------------,proposed by M/s Andhra Pradesh State FiberNet Ltd
(APSFL), including but not limited to signing and submission of all applications, bids and other
documents and writings, participate in pre-applications and other conferences and providing
information/ responses to the APSFL, representing us in all matters before the APSFL, signing
and execution of all contracts including the Agreement and undertakings consequent to
acceptance of our bid, and generally dealing with the APSFL in all matters in connection with
or relating to or arising out of our bid for the said Project and/ or upon award thereof to us
and/or till the entering into of the Agreement with the APSFL.

AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds
and things done or caused to be done by our said Attorney pursuant to and in exercise of the
powers conferred by this Power of Attorney and that all acts, deeds and things done by our said
Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have
been done by us.

The power of attorney shall be effective from _________________ and will continue to be
valid binding and unforgettable till the attorney Mr./Ms. ___________________ ceases to be
in the employment of the company unless otherwise withdrawn earlier by the company. This
power of attorney will supersede any power of attorney issued earlier prior to the date of
execution. In case this Power of Attorney iswithdrawn for any reasons, APSFL shall be pre
intimated.

IN WITNESS WHEREOFF for and on behalf of M/s ___________________________


Mr./Ms.

Page 49 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

__________________________ Managing director of the company has set his hands with
company seal on the day of _______ Month of __________ year _______________ and at
_______________.

For ____________________________ (Authorised Signatory of the company)


(Signature, Name, Designation, Address and emblem of the office seal)

Accepted (Authorised Attorney for the company)


1. 2.

(Signature in duplicate, Name, Title and Address of the Attorney)

Witnesses:
1. (Notarized)
2.

Notes:
 “Submission of this Annexure is mandatory along with the bid. Failure to submit
this Annexure may lead to disqualification”.
 The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed
in accordance with the required procedure.
 Wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a board or shareholders’ resolution/ power of
attorney in favor of the person executing this Power of Attorney for the delegation of
power here-under on behalf of the Bidder.
 In case the Application is signed by an authorized signatory / Partner, a certified copy
in the regard should be enclosed in lieu of the Power of Attorney.

Page 50 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Annexure J– Manufacturer Authorization Form

Authorization letters for OEM’s

To Date:
Managing Director
APSFL,
3rd Floor, NTR Administrative Block, Pandit Nehru Bus Station, NH – 65,
Vijayawada – 520001, Andhra Pradesh, India.

Reference: Tender No.


Sir,

We _______________________, (name and address of the manufacturer) who are established


and reputed manufacturers of
_____________________________________________________(name of the product) do
hereby authorize __________________ (Name of The Bidder), having its registered office at
__________________ (name and address of the bidder) to bid, negotiate and conclude the
contract with you against the above mentioned tender for the above equipment / software
manufactured / developed by us.

We hereby extend, our comprehensive maintenance support for the hardware/software supplied
by the bidder for 3.3 years, against this invitation for bid by Andhra Pradesh State FiberNet
Limited as per the requirements and we bind a legal agreement with ____________ for supply,
installation and commissioning and comprehensive maintenance support (maintenance) for
period of 3 years in O&M Phase.

We also confirm that our offered product will not be end of life for minimum of 24 months
from the date of bidding and the support for such offered product/s will be available for
minimum of 5 years from the date of bidding.

Yours faithfully,
For and on behalf of M/s __________________________ (Name of the manufacturer)
Signature
Name
Designation
Address
Date

Note:
 Submission of this Annexure is mandatory along with the bid. Failure to submit
this Annexure may lead to disqualification.

Page 51 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Annexure K – Consortium Agreement Format


DRAFT MEMORANDUM OF UNDERSTANDING EXECUTED BY MEMBERS OF
THE CONSORTIUM

[On Non-judicial stamp paper of Indian Rupees 100 duly attested and stamped by notary
public]

This Memorandum of Understanding (MoU) entered into this day of [Date] [Month][Year]
at [Place] among ____________________ (hereinafter referred to as " ") and having
office at [Address], India, asPartyofthe FirstPartand __________________ (hereinafter
referred as " ") and having office at [Address], asPartyoftheSecondPartand
(hereinafter referred as " ”) and having office at [Address], as Party of the
Third Part.

The parties are individually referred to as Party and collectively as Parties.

WHEREAS Andhra Pradesh State FiberNet Limited has issued a RequestforProposal ----
--------------------------------------------------------------------------------------------------------------

AND WHEREAS the parties have had discussions for formation of a consortium for
bidding for the said project and have reached an understanding on the following points
with respect to the parties' rights and obligations towards each other and their working
relationship.

AS MUTUALUNDERSTANDING OFTHEPARTIES, IT IS
HEREBYAGREEDANDDECLAREDAS FOLLOWS:

i. The purpose of the agreement is to define the principles of collaboration among


the parties to: Submit a response jointly to bid for the tender -------------------------
---------asa consortium.

a. Sign contract incase of award

b. Provide and perform the supplies and services, which would be ordered by the
authority pursuant to the contract.

ii. This agreement shall not be construed as establishing or giving effect to any legal
entity such as, but not limited to, a company, a partnership, etc. It shall relate solely
towards the authority ------------------------------------- for and related execution
works to be performed pursuant to the contract and shall not extend to any other
activities.

iii. The parties shall be the jointly and severally responsible and bound towards the
authority for the performance of the works in accordance with the terms and
conditions of the tender document, and contract.

iv. _______________________ (Name of party) shall act as Lead Partner of the


consortium. As such, it shall act as the coordinator of the party’s combined

Page 52 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

activities and shall carry out the following functions:

a. To ensure the technical commercial and adiministrative coordination of the


work package.

b. To lead the contract negotiations of the work package with authority.

c. The lead partner is authorized to receive instructions and incur liabilities for and on
behalf of all parties.

d. In case of an award, act as channel of communication between the authority and


the partiestoexecutetheContract

v. That the parties shall carry out all the responsibilities of the project agreement.

vi. That the broad roles and the responsibilities of each party at each stage of the bidding
shall be as below:

Party A:

Party B:

Party C:

vii. That the parties affirm that they shall implement the project in good faith and shall
take all necessarystepstoseetheprojectthroughexpeditiously.

viii. That this MoU shall be governed in accordance with the laws of India and courts
in Andhra Pradeshshall haveexclusive jurisdiction to adjudicate disputes arising
from the terms herein.

Intnesswhereof,thepartiesaffirmthattheinformationprovidedisaccurateandtrueandhave
causedthisMoUdulyexecutedonthedateandyearabovementioned.

(Party of the first part) (Party of the second part) (Party of the third part)

Witness:

i. ____________________________________

ii. ___________________________________

Note: Submission of this Annexure is mandatory along with the bid, in case of any
consortium is formed. Failure to submit this Annexure may lead to disqualification.

Page 53 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Annexure L – Board Resolution


Board Resolution (Suggested format)
(To be printed on organization letter head)
CERTIFIED TRUE COPY OF THE RESOLUTION PASSED AT THE MEETING OF THE
BOARD OF DIRECTORS of (Company Name) HELD ON (Date)
……………………………….. AT (Address) …………………………………
RESOLVED THAT the company has decided to authorize, Mr. / Ms.
…………………………………………………………… to sign and submit all the necessary
applications, annexure, and other documents to be submitted by the company in connection
with -----------------------------------------------”. The acts done and documents shall be binding
on the company, until the same is withdrawn by giving written notice thereof.
Specimen Signatures of Authorised Signatory:

(Signature)
RESOLVED FURTHER THAT, a copy of the above resolution duly certified as true by
designated director/ authorised signatory of the company be furnished to APSFL as may be
required from time to time in connection with the above matter.

For the Organization,


(Seal & Signature)

Name:
Designation:

Note:
 Submission of this Annexure is mandatory along with the bid. Failure to submit
this Annexure may lead to disqualification.

Page 54 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Annexure M – Document Verification Certificate


FORMAT FOR CERTIFICATE TO BE SUBMITTED / UPLOADED BY TENDERER
ALONGWITH THE TENDER DOCUMENTS

(On INR 100.00 Non judicial Stamp Paper and duly notarized and stamped)

I _____________(Name and designation)**


appointedastheattorney/authorizedsignatoryofthetenderer(includingitsconstituents),M/s_____
___________ (hereinafter called the tenderer) for the purpose of RFP -----------------------------
------------ of APSFL, do hereby solemnly affirm and state on the behalf of the tenderer
including its constituents as under:
1. I/We the tenderer(s) am/are signing this document after carefully reading the contents.
2. I/We the tenderer(s)also accept all the conditions of the tender and have signed all the
pages in confirmation thereof.
3. I/WeherebydeclarethatI/wehavedownloadedthetenderdocumentsfromAPSFLwebsite
http://apsfl.in/tenders/ or AP procurement website
www.apeprocurement.gov.in.I/wehaveverifiedthecontentofthedocument
fromthewebsiteandthereisnoaddition,nodeletionornoalterationtothecontent of the
tender document. In case of any discrepancy noticed at any stage i.e. evaluation of
tenders, execution of work or final payment of the contract, the master copy available
with the APSFL shall be final and binding uponme/us.
4. I/we declare and certify that I/we have not made any misleading or false
representation in the forms,statements and attachments in proof of the qualification
requirements.
5. I/We also understand that my/our offer will be evaluated based on the
documents/credentials submitted along with the offer and same shall be binding
upon me/us.
6. I/We declare that the information and documents submitted along with the
tender by me/us are correct and I/we are fully responsible for the correctness of
the information and documents, submitted byus.
7. I/Weunderstandthatifthecertificatesregardingeligibilitycriteriasubmittedbyus are
found to be forged/false or in correct at any time during process for evaluation of
tenders, it shall lead to for feature of the tender EMD besides banning of business for
a period of up to five year. Further, I/we (insert name of the
tenderer)**_________________________and all my/our constituents understand
that my/our offer shall be summarilyrejected.
8. I/We also understand that if the certificates submitted by us are found to be
false/forged or incorrect at any time after the award of the contract, it will leadto
termination of the contract, along with forfeiture of EMD and Performance guarantee
Page 55 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

besides any other action provided in the contract including banning of business for a
period of up to five year.

SEAL AND SIGNATURE


OF THE TENDERER
Place:
Dated:

Note:
 Submission of this Annexure is mandatory along with the bid. Failure to submit
this Annexure may lead to disqualification.

Page 56 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

6.2 Commercial Forms


Annexure N– Commercial Proposal Submission Form
Dated:……………….
To
………………………..
……………………….
………………………
……………………….
……………………..
Sir/ Madam,
Subject: “---------------------------------”
Reference: RFPNo: -------------------------------

We, the undersigned SUPPLIER, having read and examined in detail all the RFP in respect of
“Selection of Supplier for Procurement of ------------------------------ do hereby propose to
provide services as specified in the RFP number -------------------------------------
1. PRICE AND VALIDITY
a. All the prices mentioned in our Bid are in accordance with the terms & conditions
as specified in the RFP. The validity of bid is 180 days from the date of opening
of the RFP.
b. We are an Indian Firm and do hereby confirm that our prices exclude all taxes.
However, all the taxes are quoted separately under relevant sections and shall be
applicable as per actuals.

2. We have studied the laws relating to Indian Income Tax Department and hereby
declare that all income tax, surcharge on Income Tax, Professional and any other
Corporate Tax, withholding tax as applicable under the law, shall be paid by us.

3. EARNEST MONEY DEPOSIT (EMD)


We have enclosed an EMD for a sum of -------------------------This EMD is liable to be
forfeited in accordance with the provisions of the Section II - General Instructions to
Bidders.

4. TENDER PRICING
We further confirm that the prices stated in our bid are in accordance with your
Instruction to Bidders included in RFP.

5. QUALIFYING DATA
We confirm having submitted the information as required by you in your Instruction
to Bidders. In case you require any other further information/documentary proof in
this regard before evaluation of our Bid, we agree to furnish the same in time to your
satisfaction.

Page 57 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

6. BID PRICE
We declare that our Bid Price is for the entire scope of the work as specified in Scope
of Work. These prices are indicated in Bid Submission Formats attached with our
Financial Bid as part of the Bid Response and the price quoted in the reverse auction..

7. CONTRACT PERFORMANCE GUARANTEE BOND


We hereby declare that in case the Contract is awarded to us, we shall submit the Bank
Guarantee for Contract performance in the prescribed format given in RFP.

We hereby declare that our Bid is made in good faith, without collusion or fraud and
the information contained in the Bidis true and correct to the best of our knowledge
and belief. We understand that our Bid is binding on us and that you are not bound to
accept a Bid you receive.

We confirm that no deviations are attached here with this financial offer.

Thanking you,
Yours faithfully,

(Signature of the SUPPLIER)

Printed Name
Designation Seal.
Date:
Place:
Business Address:
Witness: Supplier:
Signature ------------------------ Signature--------------------
Name ------------------------ Name--------------------
Address ------------------------ Designation -------------
-------
Company Seal ------------
--------
Date ------------------------ Date --------------------

Note:
 Submission of this Annexure is mandatory along with the Commercial bid. Failure
to submit this Annexure may lead to disqualification.

Annexure O– Commercial Bid Cost Components


1. Price Bid for Supply and installation of Cisco Electronic Equipment for AP Fiber
Grid Phase I Project

Page 58 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Unit cost Total


Unity of (Rs.) Cost(Rs.)
S. No Product ID Description Quantity
Measurement
EPA-10X10GE= Cisco ASR 1000
10x10GE Ethernet Port
1 Nos. 2
Adapter with 3 yrs
support
N9K- Nexus 9500 NX-OS
X97160YC-EX= line card, 48p 10G/25G
2 Nos. 2
with 4p (40G/100G)
QSFP28
40 DAC QSFP-H40G-AOC
3 Nos. 6
15M (40G DAC)
NCS2K-200G- 50G/100G/200G CPAK
4 CK-C= Multi-Rate Line Card Nos. 2
with 3yrs support
NCS2K-200G- 200G - CPAK MR Line
CK-LIC= Card - C-Band -
5 Nos. 2
Licensed with 3yrs
Support
Cisco ISE Virtual
6 R-ISE-VMM- Machine Medium with Nos. 2
K9= installation
Cisco ISE Base License
- to manage 2500
6.1 Nos. 2500
L-ISE-BSE- devices for AAA
PLIC function TECAC+
L-ISE- Cisco ISE Device
6.2 Nos. 2
TACACS-ND= Admin Node License
One time
6.3 implementation charges
Service for Cisco ISE
RAM Upgrade from
128Gb to 256GB,
7 Additional 4TB HDD Sets 1
For Cisco UCS C220
RAM Upgrade M5 Server
3 Years AMC for Cisco
8 Sets 1
AMC Hyperflex System
Rollover Console Cable
9 Nos. 50
RJ45 to DB9 for Cisco Router
Rollover Console Cable
10 Nos. 50
DB9 to USB for Cisco Router
12 Port 1G Switch - SG
11 Nos. 1
Ethernet Switch 300

Page 59 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Supply of Optical Line


12 Amplifies NCS2006 Sets 3
Cisco OLA with installation
NCS 2000 Transport
NCS2K-TNCS-
12.1.1 Node Controller w/2x Nos. 6
O-K9=
OTDR/OSC
SNTC-8X5XNBD NCS
CON-SNT- 2000 Transport Node
12.1.2 Nos. 6
NCS2KTNO Controller w/2x - 3
Years
NCS 2K/MSTP -
SF15454MC- R10.7 SW, TNCE,
12.1.3 Nos. 6
R1090K9 TSCE, TNCS/O -
WSON CP
NCS 2006 Shelf
12.1.4 NCS2006-SA= Nos. 3
Assembly
CON-SNT- SNTC-8X5XNBD NCS
12.1.4 Nos. 3
NCS2006A 2006 Shelf Assembly
NCS 2006 LCD
12.1.5 NCS2006-LCD= Display with Backup Nos. 3
Memory
12.1.6 15454-BLANK= Empty slot Filler Panel Nos. 12
12.1.7 NCS2006-FTA= NCS 2006 Fan Tray Nos. 3
NCS 2006 1,500W AC
12.1.8 NCS2006-AC= Nos. 6
Power Supply
NCS 2006 External
12.1.9 NCS2006-ECU= Nos. 3
Connections Unit
15454-LC-LC- Fiber patch cord - LC to
12.1.10 Nos. 6
2= LC - 2m
15454 MSTP - Optical
15454-OPT-
12.1.11 Amplifier - C-band - Nos. 6
EDFA-24=
24dB Gain
SNTC-8X5XNBD
CON-SNT- 15454 MSTP - Optical
12.1.12 Nos. 6
15454OPE Amplifier - C-band - 3
Years
Supply, fixing of wall
mount 48 port FDMS
12.2 with required trays and Nos. 3
splicing of necessary
patch cords
EMS Licenses for OLA
12.3 Set 3
With 3 Years Support
One time
implementation for
12.4 Service
CISco OLA NCS2006
(as per above BoQ)
Total

Page 60 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

***Prices are exclusive of taxes

Note:
a. Prices in Financial Bid should be quoted in the provided format.
b. All prices should be quoted in Indian Rupees and indicated in both figures and words.
c. In case there is discrepancy between words and figures, the amount in words shall prevail.
d. APSFL reserves the right to reject the bid, which are not submitted in the prescribed format.

Instructions to fill the Financial Bid:


a. Bidder should provide all prices as per the prescribed format under this Annexure. Bidder
should not leave any field blank.
b. All the prices are to be entered in Indian Rupees ONLY (%age values are not allowed).
c. All the prices quoted in the Financial Bids shall be exclusive of applicable taxes and levies.
d. APSFL reserves the right to ask the Bidder to submit proof of payment against any of the
taxes, duties, levies indicated.
e. For the purpose of evaluation of Financial Bids the APSFL shall make appropriate
assumptions to arrive at a common bid price for all the Bidders. This however shall have
no co-relation with the Contract value or actual payment to be made to the Bidder.
f. The soft copy of the financial bid should be uploaded online. The financial bid formats
shall be provided in company’s letter of the lead bidder duly signed and stamped.

Page 61 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

6.3 Other Forms and Formats

Annexure P – Performance Bank Guarantee Format

(To be submitted by the successful bidder on Rs.100/- stamp paper)

In consideration of APSFL (“Authority”), having agreed to accept from


_______________________________________ “successful bidder”, a Performance Bank
Guarantee as maybe modified from time to time wherever necessary under the terms and
conditions of the Agreement entered into by the said successful bidder in respect of work -----
--------------------, RFP No. ----------------------under APSFL for the due fulfilment of the terms
and conditions of the said Agreement under APSFL, on production of a Bank Guarantee for
Rs.___(Rupees _____only),we____________________________“Bank”
______________________ branch, hereby undertake the guarantee to pay immediately to
APSFL, on demand in writing by APSFL, an amount of Rs. __________
(Rupees_________________________________________________) without any
reservation and recourse against any loss or damage caused to or suffered by APSFL by reason
of any breach by the successful bidder of any of the terms and conditions of the said agreement
under the said Authority.
We _______________________________________________ Bank, further agree that the
guarantee hereby contained shall remain in full force and effect during the period that will be
taken for the performance of the said Agreement under the APSFL and that it shall be in
enforcement until all the dues of APSFL under or by virtue of the said Agreement under the
APSFL have been fully paid and their claims satisfied or discharged or until the said
Authority certifies that the terms and conditions of the said Agreement under the APSFL
have been fully and properly carried out by the successful bidder and accordingly discharges
the guarantee subject. This bank guarantee is valid until ___________________ (date) and
APSFL shall have no rights under this guarantee after _________ (date).
We ___________________________________ Bank, lastly undertake not to revoke this
guarantee during its currency except with the previous consent of the APSFL in writing.

Dated ______________________ day of ________________ 2020.


Place:
Date: Signature and seal of Guarantors (Bank)

Page 62 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Annexure Q – Draft Contract Format

THIS AGREEMENT made the _________ day of __________20XX


BETWEEN
The APSFL (hereinafter referred to as “the Purchaser”) which expression shall unless
repugnant to the context or meaning thereof mean and be deemed to include its authorized
agents, representatives and permitted assigns of the First Part.
AND
The Party ___________ (hereinafter referred to as “the SUPPLIER”) which expression shall
unless repugnant to the context or meaning thereof mean and be deemed to include their
successors and permitted assigns having its registered office at __________ of the Second Part.

WHEREAS

The Purchaser had invited Bids vide their Tender _____ (hereinafter referred to as
‘’RFP’) for “Selection of SUPPLIER -------------------------

(a) The SUPPLIER had submitted its proposal dated _______ (hereinafter referred to as
the ‘Bid’) for the provision of such services in accordance with its proposal as set out
in its Bid and in accordance with the terms &conditions of the RFP and this Contract.

(b) The Purchaser has agreed to select the SUPPLIER for the provision of such services
and the SUPPLIER has agreed to provide services as are represented in the RFP,
including the terms & conditions of this Contract, the Schedules and Annexure attached
hereto and in accordance with the terms & conditions of the RFP and in terms of the
discussions, negotiations and clarifications in relation to the implementation of the
scope of work

(c) In consideration of the foregoing and the mutual covenants and promises contained
herein and other good and valuable consideration the receipt and adequacy of which is
hereby acknowledged, the parties intending to be bound legally.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

(d) In this Agreement, words and expressions shall have the same meanings as are
respectively assigned to them in the General Conditions of the Contract referred to.

(e) The following documents shall be deemed to form and be read and construed as part of
this Agreement viz:

i. the Scope of Work


ii. the General Conditions of the Contract
Page 63 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

iii. Approach Paper on methodology and work plan for performing the assignment
iv. Copy of RFP, financial proposal as submitted by the SUPPLIER and as
amended pursuant to the post bid negotiations
v. Format of bank guarantee for Performance Security.
vi. the Service Level Agreement (SLA)
vii. the Purchaser's Notification of Award.

(f) In consideration of the payments to be made by the Purchaser to the SUPPLIER as


hereinafter mentioned, the SUPPLIER hereby covenants with the Purchaser to provide
the Services and to remedy defects therein in conformity in all respects with the
provisions of the Contract.

(g) The Purchaser hereby covenants to pay the SUPPLIER in consideration of the provision
of the 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 their respective laws the day and year first above written

Signed, Sealed and Delivered by the said __________________ (For the Purchaser in the
presence of: _____________________ (WITNESS)

Signed, Sealed and Delivered by the said __________________ (For the Bidder) in the
presence of: _____________________ (WITNESS)

Page 64 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

Annexure R – Pre-Bid Queries Format


All enquiries from the Bidders relating to this RFP must be submitted to the Managing Director,
APSFL. These queries should be e-mailed to apsfl@ap.gov.in. The queries should necessarily
be submitted in the following Format:

S. No. Sectio Page Content of the RFP requiring Clarification Sought


n No. no. clarification

Page 65 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

6.3 Annexure S – Earnest Money Deposit (EMD) Format


(To be executed in Rs.100/- Stamp Paper)
To,
The Managing Director,
Andhra Pradesh State FiberNet Limited,
3rd Floor, NTR Administrative Block,
Pandit Nehru Bus Station,
NH – 65, Vijayawada – 520013

Bank Guarantee No:


Amount of Guarantee:
Guarantee covers from:
Last date for lodgement of claim:

This Guarantee executed by______________(Banker's Name & Address) having our Head
Office at ____________________(address) (hereinafter referred to as “Bank”) in favour of
Andhra Pradesh State FiberNet Limited NTR Administrative Block, 3rd Floor, Pandit Nehru
Bus Station, NH -65, Vijayawada – 520013 India (hereinafter referred to as “Beneficiary”) for
an amount not exceeding Rs.________/- (Rupees______________ Only) as per the request of
M/s. ______ having its office address at_______________(hereinafter referred to as “Bidder”)
against RFP reference ----------of M/s. Andhra Pradesh State FiberNet Limited (APSFL). This
guarantee is issued subject to the condition that the liability of the Bank under this guarantee
is limited to a maximum of Rs. ___________ /- (Rupees ________ Only) and the guarantee
shall remain in full force up to ________ (date) and cannot be invoked otherwise by a written
demand or claim by the beneficiary under the Guarantee served on the Bank before ________
(date).
ANDWHEREAS it has been stipulated by you in the said ORDER that the Supplier shall
furnish you with a Bank Guarantee by a Scheduled/Nationalized Bank for the sum specified
therein as EMD towards bid submission.
ANDWHEREAS we have agreed to give the Bidder a Guarantee.
THEREFORE, we (Bankers address), hereby affirm that we are Guarantors and responsible to
you on behalf of the Bidder for Rs. ___________/- (Rupees__________ Only) and we
undertake to pay you, upon your first written demand without any demur, cavil or argument,
any sum or sums within the limit of Rs. __________/- (Rupees______________ Only) as
aforesaid, without your needing to prove or show grounds or reasons for your demand or the
sum specified therein. We will pay the guaranteed amount notwithstanding any objection or
dispute whatsoever raised by the Bidder.
This Guarantee is valid until___________.
Place:
Date: Signature and seal of Guarantors (Bank)

Page 66 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

7. Penalties and Payment Schedule

7.1 Service Level Agreements

Service Level Agreement (SLA) shall become the part of contract between APSFL and the
successful bidder. SLA defines the terms of the successful bidder’s responsibility in ensuring
the timely delivery of the deliverables and the correctness of the same based on the agreed
Performance Indicators.

The successful bidder has to comply with service level requirements to ensure adherence to
project timelines, quality and availability of services, throughout the period of this contract i.e.
during 3 months of implementation phase including monsoon period and for a period of three
(3) years during operation and maintenance. The successful bidder has to supply appropriate
software/hardware/automated tools as may be required to monitor and submit reports of all the
SLAs mentioned in this section.

The Project Milestones will be as follows:

S. No. Project Milestone Months

1. Award of Contract T

Design review of NOC and DWDM/optical transport


2. T+ 2 weeks
network and submission of reports
3. Delivery of all equipment T+ 8 weeks
Installation and commissioning of all equipment (Go
4. T+12 weeks
live)
5. Training and knowledge transfer T+13 Week
6. Support – year 1 S.No: 4 + 1 year
7. Support- year 2 S.No:4+2 years
8. Support-year 3 S.No: 4+ 3years

7.2 Payment Terms

The successful bidder shall be entitled to raise invoices (along with all supporting documents),
as per below stated milestones. APSFL shall release payments against all valid invoices, subject
to satisfactory acceptance of the deliverables as per the scope of work by APSFL/ APSFL
appointed agency.

S. No. Project Milestone Months


1. Delivery of all equipment 50% of the payment shall be
released
Installation and commissioning of all equipment (Go- 35% of the payment shall be
2.
Live) released

Page 67 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

5% of the payment shall be


3. Support –year 1 released after completion of
1st year or on submission of
5% BG
5% of the payment shall be
4. Support- year 2 released after completion of
2nd year or on submission of
5% BG
5% of the payment shall be
5. Support-year 3 released after completion of
3rd year.

Note:
a. All payments shall be released after certification of delivery, installation and acceptance by
APSFL or its appointed agency.
b. All payments shall be made in Indian rupees only (INR).
c. Payment shall be released against the invoices raised by supplier on providing all relevant
documents timely, including acceptance testing report duly signed and approved by APSFL/
APSFL appointed agency, and are complete in all respect and subsequent approval.
d. Payment shall be subject to deductions of any amount for which the supplier is liable under
the RFP conditions. Further, all payments shall be made subject to deduction of applicable
taxes and other Government levies like TDS (Tax Deduction at Source) and etc., as per the
current Income-Tax Act.

7.3 Penalty

The selected vendor(s) has to provide comprehensive onsite warranty for all the equipment
Supplied through this RFP for a period of three (3) years from the date of commissioning as
per the terms & conditions in the tender and to meet the SLA as stated below: The SLA will be
calculated on monthly basis and the SLA parameters are as given below:

Specification of Severity Levels and Penalties during the business hours (08:00 hrs to 17:00
hrs).The time will be calculated from the time the problem is reported by the helpdesk of AP
Fiber grid

i. The average downtime (fault restoration time) of faulty Equipment will be taken as
reference to define the severity level and the penalty.

ii. The Equipment failures, which results in non-availability of services/interruption of


services/performance issues, will be treated as down time and the same will be
calculated for all the faulty Equipment and if the downtime is within 6 Hours, the
failures shall be treated as Severity Level 1.

Page 68 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

iii. The Equipment failures, which results in non-availability of services/interruption of


services/performance issues, will be treated as down time and the same will be
calculated for all the faulty Equipment and if the average down is beyond 6 Hours and
within 12 hours, the failures shall be treated as Severity Level2

iv. The Equipment failures, which results in non-availability of services/interruption of


services/performance issues, will be treated as down time and the same will be
calculated for all the faulty Equipment and if the average down is beyond 12 hours and
within 24 hours, the failures shall be treated as Severity Level 3

v. The Equipment failures, which results in non-availability of services/interruption of


services/performance issues, will be treated as downtime and the same will be
calculated for all the faulty Equipment and if the average down is beyond24hours, the
failures shall be treated as Severity Level 4.

vi. Partial restoration of failures resulting in deteriorated functioning of the system shall
not be treated as rectification, under any circumstances and the down time till the proper
restoration of failure shall be counted in full.

vii. The SLA will be calculated on monthly basis and the SLA parameters are as given
below: The penalties to be imposed for the restoration of different severity levels of
faults are defined below.

Severity MTTR Penalty


Level
Level 1 Up to 4 Hours
0.5 % of total project cost
Level 2 Beyond 4hours&Up to
8hours (98% of the 1 % of total project cost
tickets raised)
Level 3 Beyond 8 hours and
2 % of total project cost
up to 24 hours
Level 4 Beyond 24hours APSFL may terminate the contract

For the purpose of calculating SLA, the following faults or outage hours shall be excluded:

i. Periods where the APSFL/customer is inaccessible to confirm the status of the system
after fault clearance by the vendor.

ii. Periods where the equipment is switched off at the customer end due its own reasons.
The onus lies on APSFL to ensure that the on-site equipment is Powered ON and / or
the Network Monitoring tools, if any, that are used by APSFL should be able to filter
out the time period of box being voluntarily switched off, from the Down Time
calculations.

Page 69 of 70
Supply and installation of Electronic Equipment for AP Fiber Grid Project

iii. Periods where the failure of any components or equipment belonging to


APSFL/Customer which is not part of this RFP.

iv. The time lost in attending to a complaint due to delay in entering APSFL’s/customer’s
premises shall not be considered as a down time. The SLA document will be reviewed
for any changes/amendments that are deemed necessary by APSFL during the three-
year support period.

v. Successful bidder should maintain adequate spares to support SLA requirements

Page 70 of 70

You might also like