Bangladesh Rural Electrification Board (BREB) TENDER ...

575
Bangladesh Rural Electrification Board (BREB) TENDER DOCUMENT FOR Design, Supply, Installation, Testing and Commissioning of Hardware (1 phase and 3 phase Meter with HES, NIC, HHU, UCC, UVS, DCU, Repeater, DR, Data Centre accessories etc.) & Software for Implementation of AMI with MDM and related service Under BREB for 5 lac smart meter that will be scalable up to 2 crore smart meter on Turnkey Basis. National Competitive Tender (One Stage Two Envelope) Invitation for Tender No. : 27.12.0000.112.35.019.18.120 Issued on : 28.03.2021 Tender Package No : 01) SPPM-MCS-01; Lot-1: 02) SPPM-MCS-01; Lot-2:

Transcript of Bangladesh Rural Electrification Board (BREB) TENDER ...

Bangladesh Rural Electrification Board (BREB)

TENDER DOCUMENT

FOR

Design, Supply, Installation, Testing and Commissioning of Hardware (1 phase

and 3 phase Meter with HES, NIC, HHU, UCC, UVS, DCU, Repeater, DR, Data

Centre accessories etc.) & Software for Implementation of AMI with MDM and

related service Under BREB for 5 lac smart meter that will be scalable up to 2

crore smart meter on Turnkey Basis.

National Competitive Tender

(One Stage – Two Envelope)

Invitation for Tender No. : 27.12.0000.112.35.019.18.120

Issued on : 28.03.2021

Tender Package No : 01) SPPM-MCS-01; Lot-1: 02) SPPM-MCS-01; Lot-2:

i

Guidance Notes on the Use of

The Standard Tender Document

These guidance notes have been prepared by the CPTU to assist a Purchaser in the preparation, using the

Standard Tender Document (STD),for the Supply & Installation of Plant & Equipment. The Purchaser

should also refer to the Public Procurement Act 2006 (PPA 2006) and the Public Procurement Rule 2008

(PPR2008), issued to supplement the ACT, available on CPTU’s website www.cptu.gov.bd/. All concerned

are advised to refer to the aforementioned Act and Rules, while participating in any Tendering process.

The use of STD (PG5A) applies when a Purchaser (Procuring Entity) wishes to select a Tenderer (a

Supplier/contractor) for the Supply & Installation of Plant & Equipment under Turnkey Contract

(combination of goods, works and services) in international competition for which the Contract award is

being determined on the basis of the responsive lowest evaluated Tender.

STD(PG5A) is based upon internationally acceptable model formats, which have been adapted to suit the

particular needs of procurement for Bangladesh. STD (PG5A) has Seven (7) Sections, of which Section 1

(Instructions to Tenderers) and Section 3 (General Conditions of Contract) shall not be altered or modified

under any circumstances. The Invitation for Tenders (IFT) is provided in the Tender Document for

information only.

The way in which a Purchaser/Employer addresses its specific needs is through the information provided

in the Tender Data Sheet (TDS) and the Particular Conditions of Contract (PCC) as well as in the

detailed requirements of the procurement in the Employer’s Requirements, and/or the Drawings.

Guidance notes in brackets and italics are provided for both the Purchaser and the Tenderer and the

Purchaser should carefully decide what notes need to remain and what other guidance notes might be

required to assist the Tenderer in preparing its Tender Submission so as to minimise an inept Tendering

process.

STD (PG5A) provides all the information that a Tenderer needs in order to prepare and submit a Tender.

This should provide a sound basis on which a Purchaser/Employer can fairly, transparently and accurately

carry out a Tender evaluation process on the Tenders submitted by the Tenderers.

The following briefly describes the Sections of the STD (PG5A) and how a Purchaser should use these

when preparing a particular Tender Document.

Section 1. Instructions to Tenderers (ITT)

This Section provides relevant information to help Tenderers prepare their Tenders.

Information is also provided on the submission, opening, and evaluation of Tenders and on

the award of Contract. The Instructions to Tenderer (ITT) specify the instruction and

procedure that govern the tendering process. This Section also contains the criteria to be

used by the Purchaser in order to determine the responsive lowest evaluated Tender and

the qualifications of the Tenderer to perform the Contract. The Instructions to Tenderer are

not a Contract document and, therefore, are not a part of the Contract.

(The text of the clauses in this Section shall not be modified.)

ii

Section 2. Tender Data Sheet (TDS)

This Section provides the information that is specific to each object of procurement and

that supplements the information or requirements included in Section 1: Instructions to

Tenderers.

The Purchaser shall specify in the TDS only the information that the ITT instruct, be

specified in the TDS.

To facilitate the preparation of the TDS, its clause numbers are numbered with the same

numbers of corresponding ITT Clauses.

Section 3. General Conditions of Contract (GCC)

This Section provides the General Conditions of Contract that will apply to the Contract

for which the Tender document is issued.

The GCC clearly identify the provisions that may normally need to be specified for a

particular tendering process and need to be addressed through the PCC. The GCC is a

Contract document and, therefore, is a part of the Contract

(The text of the clauses in this Section shall not be modified.)

.

Section 4. Particular Conditions of Contract (PCC)

This Section provides clauses specific to the particular Contract that modify or supplement

Section 3: General Conditions of Contract.

The Purchaser/employer should include at the time of issuing the Tender Documents all

information that the GCC indicate shall be provided in the PCC. No PCC Clause should be

left blank.

To facilitate the preparation of the PCC, its clause numbers are numbered with the same

numbers of the corresponding GCC Clauses.

Section 5. Tender and Contract Forms

This Section provides the standard form for the Tender Submission Letter(Form PG5A-

1a, PG5A-1b), Tenderer Information Sheet (PG5A-2a), JVCA Partner Information

Sheet (PG5A-2b)Sub-contractor Information (PG5A-2c), Price Schedule for Plant

and Services (Form PG5A-3), Technical Proposal (Form PG5A-4), Manufacturer’s

Authorisation Letter (Form PG5A-5) and Bank Guarantee for Tender Security

(Form PG5A-6) Letter of Commitment for Bank’s undertaking for Line of Credit

(Form PG5A-6a) to be submitted by the Tenderer. [Note: Reference to rules, no joint

venture is allowed for procurement of goods but it may be applicable in this document due

to turnkey contract is the combination of goods, works and services]

This Section also contains the form of the Notification of Award (Form PG5A-7) and

Contract Agreement (Form PG5A-8), which when completed, incorporates any

corrections or modifications to the accepted Tender relating to amendments permitted by

the Instructions to Tenderers, the General Conditions of Contract (GCC), and the Particular

Conditions of Contract (PCC).

The forms of Bank Guarantee for Performance Security (Form PG5A-9) and Bank

Guarantee for Advance Payment Security (Form PG5A-10) and Bank Guarantee for

Retention Money Security (Form PG5A-11) if applicable, are to be submitted by the

successful Tenderer.

iii

Section 6. Employer’s Requirements

This Section contains the Scope of supply and installation services by the Contractor,

Specification, and supplementary information that describe the Plant and Installation

Services to be procured.

Section 7. Drawings

This Section contains any Drawings that supplement the Technical Specifications for the

Plant and Services to be procured.

iv

Table of Contents

Section 1. Instructions to Tenderers ................................................................................ 1

A. General ......................................................................................................................... 1 1. Scope of Tender ............................................................................................................................ 1 2. Interpretation ................................................................................................................................. 1 3. Source of Funds............................................................................................................................. 1 4. Corrupt, Fraudulent, Collusive, Coercive (or Obstructive in case of Development Partner)

Practices ................................................................................................................................... 2 5. Eligible Tenderers ......................................................................................................................... 3 6. Eligible Plant and Services ............................................................................................................ 4 7. Site Visit ........................................................................................................................................ 5

B. Tender Document ....................................................................................................... 6 8. Tender Document: General ........................................................................................................... 6 9. Clarification of Tender Document ................................................................................................ 6 10. Pre-Tender Meeting..................................................................................................................... 6 11. Addendum to Tender Document ................................................................................................. 7

C. Qualification Criteria ................................................................................................. 7 12. General Criteria ........................................................................................................................... 7 13. Litigation History ........................................................................................................................ 8 14. Experience Criteria ...................................................................................................................... 8 15. Financial Criteria ......................................................................................................................... 8 16. Personnel Capacity ...................................................................................................................... 8 17. Equipment Capacity .................................................................................................................... 8 18. Joint Venture, Consortium or Association .................................................................................. 9 19. Subcontractor(s) .......................................................................................................................... 9

D. Tender Preparation .................................................................................................. 10 20. Only one Tender ........................................................................................................................ 10 21. Cost of Tendering ...................................................................................................................... 10 22. Issuance and Sale of Tender Document .................................................................................... 10 23. Language of Tender .................................................................................................................. 10 24. Contents of Tender .................................................................................................................... 11 (Document establishing the tender’s qualification) ......................................................................... 11 25. Alternatives ............................................................................................................................... 13 26. Tender Prices, Discounts & Price adjustment .......................................................................... 13 27. Tender Currency ........................................................................................................................ 15 28. Documents Establishing the Conformity of Plant, and Services ............................................... 15 29. Documents Establishing Eligibility of the Tenderer .............................................................. 16 30. Validity Period of Tender .......................................................................................................... 16 31. Extension of Tender Validity and Tender Security ................................................................... 16 32. Tender Security ......................................................................................................................... 17 33. Form of Tender security ............................................................................................................ 17 34. Authenticity of Tender Security ................................................................................................ 18 35. Return of Tender Security ......................................................................................................... 18 36. Forfeiture of Tender Security. ................................................................................................... 18 37. Format and Signing of Tender................................................................................................... 19

E. Tender Submission ................................................................................................... 19 38. Sealing, Marking and Submission of Tender ............................................................................ 19 39. Deadline for Submission of tenders .......................................................................................... 20 40. Late tender ................................................................................................................................. 21 41. Modification, Substitution or Withdrawal of Tenders ............................................................... 21 42. Tender Modification .................................................................................................................. 21

v

43. Tender Substitution ................................................................................................................... 21 44. Withdrawal of Tender ............................................................................................................... 21

F. Tender Opening and Evaluation ............................................................................. 22 45. Tender Opening ......................................................................................................................... 22 46. Evaluation of Tenders ............................................................................................................... 24 47. Evaluation Process .................................................................................................................... 24 48. Preliminary Examination ........................................................................................................... 24 49. Technical Evaluation and Responsiveness ................................................................................ 25 50. Clarification on Technical Offer ............................................................................................... 26 51. Restrictions on Disclosure of Information ................................................................................ 27 52. Approval of Technical Offer .................................................................................................... 27 53. Financial Offer Opening ........................................................................................................... 27 54. Clarification on Financial Offer ................................................................................................ 28 55. Correction of Arithmetical Errors ............................................................................................. 29 56. Conversion to Single Currency ................................................................................................. 29 57. Financial Evaluation .................................................................................................................. 29 58. Price Comparison ...................................................................................................................... 30 59. Post-qualification ...................................................................................................................... 31 60. Negotiation ................................................................................................................................ 31 61. Rejection of All Tenders ........................................................................................................... 32 62. Informing Reasons for Rejection .............................................................................................. 32

G. Contract Award ........................................................................................................ 32 63. Award Criteria ........................................................................................................................... 32 64. Notification of Award ............................................................................................................... 33 65. Performance Security ................................................................................................................ 33 66. Form and Time Limit for furnishing of Performance security .................................................. 33 67. Validity of Performance Security .............................................................................................. 34 68. Authenticity of performance Security ....................................................................................... 34 69. Contract Signing ..................................................................................................................... 34 70. Publication of Notification of Award of Contract ..................................................................... 34 71. Debriefing of Tenderers ............................................................................................................ 35 72. Right to Complains ................................................................................................................... 35

Section 2. Tender Data Sheet .................................................................................... 36

A. General ....................................................................................................................... 36

B. Tender Document ..................................................................................................... 37

C. Qualification Criteria ............................................................................................... 38

D. Tender Preparation .................................................................................................. 45

E. Submission of Tender .............................................................................................. 47

F. Opening and Evaluation of Tenders ....................................................................... 50

G. Award of Contract .................................................................................................... 51

Section 3. General Conditions of Contract .............................................................. 53

A. General ....................................................................................................................... 53 1. Definitions ................................................................................................................................... 53 2. Interpretation ............................................................................................................................... 57 3. Communications & Notices ........................................................................................................ 58 4. Governing Law............................................................................................................................ 58 5. Governing Language ................................................................................................................... 58 6. Documents Forming the Contract and Priority of Documents .................................................... 58 7. Contract Agreement .................................................................................................................... 59 8. Assignment .................................................................................................................................. 59

vi

9. Eligibility .................................................................................................................................... 59 10. Gratuities / Agency fees ............................................................................................................ 59 11. Confidential Details .................................................................................................................. 59 12. Joint Venture (JV) ..................................................................................................................... 60 13. Possession of the Site ................................................................................................................ 61 14. Access to the Site ...................................................................................................................... 61 15. Safety, Security and Protection of the Environment ................................................................. 61 16. Working Hours ......................................................................................................................... 61 17. Welfare of Laborers .................................................................................................................. 61 18. Child Labor ............................................................................................................................... 62 19. Fossils& antiquities ................................................................................................................... 62 20. Corrupt, Fraudulent, Collusive or Coercive Practices ............................................................... 62 21. License/ Use of Technical Information ..................................................................................... 63

B. Subject Matter of Contract .............................................................................................. 64 22. Scope of Facilities ..................................................................................................................... 64 23. Time for Commencement .......................................................................................................... 64 24. Time for Completion ................................................................................................................. 64 25. Employer’s Responsibilities ...................................................................................................... 65 26. Contractor’s Responsibilities .................................................................................................... 66 27. Employer’s and Contractor’s Risks ........................................................................................... 66 28. Employer’s Risks ...................................................................................................................... 66 29. Contractor’s Risks ..................................................................................................................... 67

C. Execution of the Facilities ................................................................................................. 67 30. Representatives ......................................................................................................................... 67 31. Work Program ........................................................................................................................... 69 32. Subcontractor ............................................................................................................................ 70 33. Nominated Subcontractor .......................................................................................................... 70 34. Other Contractors ...................................................................................................................... 70 35. Design and Engineering ............................................................................................................ 71 36. Procurement .............................................................................................................................. 72 37. Installation ................................................................................................................................. 73 38. Test & Inspection ...................................................................................................................... 76 39. Completion of the Facilities ...................................................................................................... 78 40. Commissioning and Operational Acceptance ........................................................................... 80

D. Guarantees and Liabilities ....................................................................................... 82 41. Completion Time Guarantee ..................................................................................................... 82 42. Defect Liability ......................................................................................................................... 83 43. Functional Guarantees ............................................................................................................... 85 44. Patent Indemnity ....................................................................................................................... 85 45. Limitation of Liability ............................................................................................................... 86

E. Risk Distribution ....................................................................................................... 87 46. Transfer of Ownership .............................................................................................................. 87 47. Care of Facilities ....................................................................................................................... 87 48. Loss of or Damage to Property; Accident or Injury to Workers; Indemnification .................... 88 49. Insurance ................................................................................................................................... 89 50. Unforeseen Conditions .............................................................................................................. 91 51. Change in Laws and Regulation ................................................................................................ 92 52. Force Majeure ........................................................................................................................... 92 53. Notice of Force Majeure ........................................................................................................... 93 54. Duty to Minimize Delay ............................................................................................................ 93 55. Consequences of Force Majeure ............................................................................................... 94

F. Payment .............................................................................................................................. 94 56. Contract Price ............................................................................................................................ 94 57. Terms of Payment ..................................................................................................................... 95

vii

58. Advance Payment Security ....................................................................................................... 95 59. Performance Security ................................................................................................................ 95 60. Taxes and Duties ....................................................................................................................... 96 61. Payments to Nominated Subcontractor(s) ................................................................................. 96 62. Price Adjustment ...................................................................................................................... 96 63. Liquidated Damages .................................................................................................................. 97

G. Change in Contract Elements .......................................................................................... 97 64. Change in the Facilities ............................................................................................................. 97 65. Extension of Time for Completion .......................................................................................... 100 66. Suspension .............................................................................................................................. 101

H. Termination and Settlement of Disputes .............................................................. 102 67. Termination ............................................................................................................................. 102 68. Payment upon Termination ..................................................................................................... 104 69. Property ................................................................................................................................... 105 70. Frustration ............................................................................................................................... 105

I. Claims, Disputes and Arbitration ................................................................................... 105 71. Contractor’s Claims ................................................................................................................ 105 72. Settlement of Disputes ............................................................................................................ 106

Section 4. Particular Conditions of Contract ........................................................ 107

Appendix 1. Terms and Procedures of Payment .............................................................. 114

Appendix 2. Price Adjustment ........................................................................................... 116

Appendix 3. Insurance Requirements ............................................................................... 117

Appendix 4. Time Schedule ................................................................................................ 120

Appendix 5. List of Major Items of Plant and Services and List of Approved

Subcontractors ........................................................................................................ 121

Appendix 6. Scope of Works and Supply by the Employer ............................................ 122

Appendix 7. List of Documents for Approval or Review ................................................ 123

Appendix 8. Functional Guarantees ................................................................................. 124

Section 5. Tender and Contract Forms .................................................................. 126 Tender Submission Letter for Technical offer ............................................................................ 127 (Form PG5A-1a) ............................................................................................................................ 127 Tender Submission Letter for Financial offer ............................................................................. 130 (Form PG5A-1b) ............................................................................................................................ 130 Tenderer Information (Form PG5A-2a) ...................................................................................... 134 JVCA Partner Information (Form PG5A-2b) ............................................................................. 138 Subcontractor Information (Form PG5A-2c) .............................................................................. 142 Price Schedule for Plant and Service (Form PG5A-3) ................................................................ 144 Technical Proposal (Form PG5A-4) ............................................................................................. 172 Manufacturer’s Authorisation Letter (Form PG5A - 5) ............................................................. 183 Bank Guarantee for Tender Security (Form PG5A– 6) ............................................................. 184 Letter of Commitment for Bank’s undertaking for Line of Credit (Form PG5A-6a) .............. 185 Notification of Award (Form PG5A - 7) ....................................................................................... 186 Contract Agreement (Form PG5A - 8) ......................................................................................... 187 Bank Guarantee for Performance Security (Form PG5A – 9) ................................................... 189 Bank Guarantee for Advance Payment (Form PG5A – 10) ....................................................... 190 Bank Guarantee for Retention Money Security (Form PG5A-11) ............................................ 191

Section 6. Employer’s Requirements .......................................................................... 192

6.2 Specification ............................................................................................................ 202

6.3 Form of Completion Certificate.................................................................................... 541

viii

6.4 Form of Operational Acceptance Certificate .............................................................. 542

6.5 Form of Change Order Procedure and Forms ............................................................ 543 Annex 1. Request for Change Proposal ........................................................................................ 545 Annex 2. Estimate for Change Proposal ...................................................................................... 547 Annex 3. Acceptance of Estimate ................................................................................................ 548 Annex 4. Change Proposal ........................................................................................................... 549 Annex 5. Change Order ................................................................................................................ 551 Annex 6. Pending Agreement Change Order ............................................................................... 552

Annex 7. Application for Change Proposal………………………………………………………553

Section 7. Drawings ............................................................ …………………..……558

1

Section 1. Instructions to Tenderers

A. General

1. Scope of Tender 1.1 The Purchaser named in the Tender Data Sheet (TDS) (hereinafter referred to as

the “Purchaser”) wishes to issue these Tender Documents for the supply and

installation of plant & equipment incidental thereto, as specified in the TDS and

as detailed in Section 6: Employer’s Requirements.

1.2 The name of the Tender and the number and identification of its constituent lot(s)

are stated in the TDS.

1.3 Unless otherwise stated, throughout this Tender Document definitions and

interpretations shall be as prescribed in the Section 3: General Conditions of

Contract.

2. Interpretation 2.1 Throughout this Tender Document

(a) the term “in writing” means communication written by hand or machine

duly signed and includes properly authenticated messages by facsimile or

electronic mail;

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

(c) “day” means calendar days unless otherwise specified as working days;

(d) "Tender Document ", means the Document provided by a Purchaser to a

Tenderer as a basis for preparation of its Tender;

(e) "Tender ", depending on the context, means a Tender submitted by a

Tenderer for delivery of Goods and Related Services to a Purchaser in

response to an Invitation for Tender ;

3. Source of Funds 3.1 The Purchaser has been allocated public funds from the source as indicated

in the TDS and intends to apply a portion of the funds to eligible payments

under the contract for which this Tender Document is issued.

3.2 For the purpose of this provision, “public funds” means any funds allocated

to a Purchaser under Government budget, or loan, grants and credits placed

at the disposal of a Purchaser through the Government by the development

partners or foreign states or organizations.

3.3 Payments by the development partner, if so indicated in the TDS, will be

made only at the request of the Government and upon approval by the

development partner in accordance with the applicable Loan/Credit/Grant

Agreement, and will be subject in all respects to the terms and conditions of

that Agreement.

2

Corrupt, Fraudulent,

Collusive, Coercive (or

Obstructive in case of

Development Partner)

Practices

4.1 The Government and the Development Partner, if applicablerequires that

the Procuring Entity as well as the Tenderers and Contracts (including,

sub-contractors, agents, personnel, consultants, and service providers)

shall observe the highest standard of ethics during implementation of

procurement proceedings and the execution of Contracts under public

funds.

4.2 For the purposes of ITT Sub Clause 4.3, the terms set forth below as

follows:

(a) “corrupt practice” means offering, giving or promising to give,

receiving, or soliciting either directly or indirectly, to any officer

or employee of the Procuring Entity or other public or private

authority or individual, a gratuity in any form; employment or any

other thing or service of value as an inducement with respect to an

act or decision or method followed by the Procuring Entity in

connection with a Procurement proceeding or Contract execution;

(b) “fraudulent practice” means the misrepresentation or omission of

facts in order to influence a decision to be taken in a Procurement

proceeding or Contract execution;

(c) “collusive practice” means a scheme or arrangement between two (2)

or more Persons, with or without the knowledge of the Procuring

Entity, that is designed to arbitrarily reduce the number of Tenders

submitted or fix Tender prices at artificial, non-competitive levels,

thereby denying the Procuring Entity the benefits of competitive

price arising from genuine and open competition;

(d) “coercive practice” means harming or threatening to harm, directly

or indirectly, Persons or their property to influence a decision to

be taken in the Procurement proceeding or the execution of a

Contract, and this will include creating obstructions in the normal

submission process used for Tenders.

(e) “Obstructive practice” (applicable in case of Development

Partner) means deliberately destroying, falsifying, altering or

concealing of evidence material to the investigation or making

false statements to investigators in order to materially impede an

investigation into allegations of a corrupt, fraudulent, coercive or

collusive practice; and /or threatening, harassing or intimidating

any party to prevent it from disclosing its knowledge of matters

relevant to the investigation or from pursuing the investigation.

4.3 Should any corrupt, fraudulent, collusive, coercive (or obstructive in case

of Development Partner) practice of any kind is determined by the

Procuring Entity or the Development Partner, if applicable, this will be

dealt in accordance with the provisions of the Public Procurement Act and

Rules and Guidelines of the Development Partners as stated in the ITT sub-

clause 3.3.

3

In case of obstructive practice, this will be dealt in accordance with Development

Partners Guidelines.

4.4 If corrupt, fraudulent, collusive, coercive (or obstructive in case of

Development Partner) practices of any kind is determined by the

Procuring Entity against any Tenderer or Contracts (including sub-

contractors, agents, personnel, consultants, and service providers) in

competing for, or in executing, a contract under public fund:

(a) Procuring Entity and/or the Development Partner shall exclude

the concerned Tenderer from further participation in the

concerned procurement proceedings;

(b) Procuring Entity and/or the Development Partner shall reject any

recommendation for award that had been proposed for that

concerned Tenderer;

(c) Procuring Entity and/or the Development Partner shall declare, at

its discretion, the concerned Tenderer to be ineligible to participate in

further Procurement proceedings, either indefinitely or for a specific

period of time;

(d) Development Partner shall sanction the concerned Tenderer or

individual, at any time, in accordance with prevailing

Development Partner’ sanctions procedures, including by

publicly declaring such Tenderer or individual ineligible, either

indefinitely or for a stated period of time: (i) to be awarded a

Development Partner-financed contract; and (ii) to be a

nominated sub-contractor, consultant, manufacturer or

Contractor, or service provider of an otherwise eligible firm being

awarded a Development Partner-financed contract; and

(e) Development Partner shall cancel the portion of the loan allocated

to a contract if it determines at any time that representatives of the

Procuring Entity or of a beneficiary of the loan engaged in

corrupt, fraudulent, collusive, coercive or obstructive practices

during the procurement or the execution of that Development

Partner financed contract, without the Procuring Entity having

taken timely and appropriate action satisfactory to the

Development Partner to remedy the situation.

4.5 Tenderer shall be aware of the provisions on corruption, fraudulence,

collusion, coercion (and obstruction, in case of Development Partner)

of the Public Procurement Act, 2006, the Public Procurement Rules, 2008

and others as stated in GCC Clause 38.

4.6 In further pursuance of this policy, Tenderers, Contractors and their sub-

contractors, agents, personnel, consultants, service providers shall permit

the Government and the Development Partner to inspect any accounts and

records and other documents relating to the Tender submission and

contract performance, and to have them audited by auditors appointed by

the Government and/or the Development Partner during the procurement

or the execution of that Development Partner financed contract.

5. Eligible Tenderers 5.1 This Invitation for Tenders is open to all potential Tenderers from all

countries, except for any specified in the TDS.

4

5.2 Tenderers shall have the legal capacity to enter into the Contract under

the Applicable law.

5.3 Tenderers shall be enrolled in the relevant professional or trade

organisations registered in Bangladesh.

5.4 Tenderers may be a physical or juridical individual or body of

individuals, or company, association or any combination of them in the

form of a Joint Venture(JV) invited to take part in public procurement

or seeking to be so invited or submitting a Tender in response to an

Invitation for Tenders.

5.5 Tenderers shall have fulfilled its obligations to pay taxes and social

security contributions under the provisions of laws and regulations of

the country of its origin.

5.6 Tenderers should not be associated, or have been associated in the past,

directly or indirectly, with a consultant or any of its affiliates which

have been engaged by the Procuring Entity to provide consulting

services for the preparation of the design, specifications, and other

documents to be used for the procurement of the works to be performed

under this Invitation for Tenders.

5.7 Tenderers in its own name or its other names or also in the case of its

Persons in different names shall not be under a declaration of

ineligibility for corrupt, fraudulent, collusive or coercive practices as

stated under ITT Sub Clause 4.4 (or obstructive practice, in case of

Development Partner) in relation to the Development Partner’s

Guidelines in projects financed by Development Partner.

5.8 Tenderers are not restrained or barred from participating in Public

Procurement on grounds of poor performance in the past under any

Contract.

5.9 Tenderers shall not be insolvent, be in receivership, be bankrupt, be in

the process of bankruptcy, be not temporarily barred from undertaking

business and it shall not be the subject of legal proceedings for any of

the foregoing.

5.10 Government-owned enterprise in Bangladesh may also participate in

the Tender if it is legally and financially autonomous, it operates under

commercial law, and it is not a dependent agency of the Procuring

Entity.

5.11 Tenderers shall provide such evidence of their continued eligibility

satisfactory to the Procuring Entity, as the Procuring Entity will

reasonably request.

5.12 These above requirements for eligibility will extend, as applicable, to

each JV partner and Subcontractor proposed by the Tenderers.

5.13 Tenderers shall have the up-to-date valid license(s), issued by the

corresponding competent authority, as specified in the TDS.

6. Eligible Plant and

Services 6.1 The plant and services to be supplied under the contract are eligible, unless

their origin is from a country specified in the TDS and all expenditures

under the contract will be limited to such plant, and services.

5

6.2 For purposes of this Clause, the term “plant” means permanent plant,

equipment, machinery, apparatus, articles and things of all kinds to be

provided in the facilities; and “installation services” means all those

services ancillary to the supply of the Plant for the Facilities, such as

transportation and provision of marine or other similar insurance,

inspection, expediting, site preparation, installation, testing, pre-

commissioning, commissioning, operations, maintenance, the provision of

operations and maintenance manuals, training etc

6.3 For purposes of this clause, “origin” means the place where the plant, or

component parts thereof are mined, grown, produced or manufactured, and

from which the services are provided. Plant components are produced

when, through manufacturing, processing, or substantial or major

assembling of components, a commercially recognized product results that

is substantially different in its basic characteristics or in purpose or utility

from its components or country where the goods have been mined, grown,

cultivated, produced, manufactured or processed; or through manufacture,

processing, or assembly, another commercially recognized article results

that differs substantially in its basic characteristics from its components.

6.4 The origin of plant & equipment is distinct from the nationality of the

Tenderer. The nationality of the firm that produces, assembles, distributes,

or sells the goods shall not determine their origin.

7. Site Visit 7.1 The Tenderer is advised to visit and examine the site where the plant is

to be installed and its surroundings and obtain for itself on its own

responsibility all information that may be necessary for preparing the

tender and entering into a contract for the provision of Plant and

Installation Services.

7.2 The Tenderer and any of its personnel or agents will be granted

permission by the Employer to enter upon its premises and lands for the

purpose of such visit, but only upon the express condition that the

Tenderer, its personnel, and agents will release and indemnify the

Employer and its personnel and agents from and against all liability in

respect thereof, and will be responsible for death or personal injury, loss

of or damage to property, and any other loss, damage, costs, and

expenses incurred as a result of the inspection.

7.3 The Tenderer should ensure that the Purchaser is informed of the visit

in adequate time to allow it to make appropriate arrangements.

7.4 The costs of visiting the Site shall be at the Tenderer’s own expense.

6

B. Tender Document

8. Tender Document:

General 8.1 The Sections comprising the Tender Document are listed below, and

should be read in conjunction with any Addendum issued under ITT

Clause 11.

• Section 1 Instructions to Tenderers (ITT)

• Section 2 Tender Data Sheet (TDS)

• Section 3 General Conditions of Contract (GCC)

• Section 4 Particular Conditions of Contract (PCC)

• Section 5 Tender and Contract Forms

• Section 6 Employer’s Requirements

• Section 7 Drawings

8.2 The Purchaser shall reject any Tender if the Tender Document was not

purchased directly from the Purchaser, or through its agent as stated in

the TDS.

8.3 The Tenderer is expected to examine all instructions, forms, terms, and

specifications in the Tender Document as well as addendum to Tender

Documents.

9. Clarification of Tender

Document 9.1 A prospective Tenderer requiring any clarification of the Tender Document

shall contact the Purchaser in writing at the Purchasers address indicated

in the TDS before two-third of time allowed for preparation and

submission of Tender elapses.

9.2 The Procuring Entity is not obliged to answer any clarification request

received after that date as stated under ITT Sub Clause 9.1.

9.3 The Procuring Entity shall respond in writing within five (5) working

days of receipt of any such request for clarification received under ITT

Sub Clause 9.1.

9.4 The Procuring Entity shall forward copies of its response to all those who

have purchased the Tender Document, including a description of the

enquiry but without identifying its source.

9.5 Should the Procuring Entity deem it necessary to revise the Tender

Document as a result of a clarification, it will do so following the procedure

under ITT Clause 11.

10. Pre-Tender Meeting 10.1 To clarify issues and to answer questions on any matter arising in the

Tender Document, the Purchaser may, if stated in the TDS, hold a Pre-

Tender Meeting at the place, date and time as specified in the TDS. All

Potential Tenderers are encouraged to attend the meeting, if it is held.

10.2 Minutes of the pre-Tender meeting, including the text of the questions

raised and the responses given, together with any responses prepared after

the meeting, will be transmitted within one week (7 days) after holding the

meeting to all those who purchased the Tender Document and even those

who did not attend the meeting.

7

10.3 Any amendment to the Tender Documents listed in ITT Sub-Clause 8.1

that may become necessary as a result of the pre-Tender meeting shall be

made by the Purchaser exclusively through the issue of an Addendum as

stated under ITT Sub-Clause 11 and not through the minutes of the pre-

Tender meeting.

10.4 Non-attendance at the Pre-Tender meeting will not be a cause for

disqualification of a Tenderer.

11. Addendum to Tender

Document

11.1 At any time prior to the deadline for submission of Tenders, the Purchaser

on its own initiative or in response to a clarification request in writing from

a Tenderer, having purchased the Tender Document or as a result of a Pre-

Tender meeting, may revise the Tender Document by issuing an addendum

pursuant to Rule 95 of the Public Procurement Rules, 2008.

11.2 The addendum issued under ITT Sub-Clause 11.1 shall become an

integral part of the Tender Document and shall have a date and an issue

number and shall be circulated by fax, mail or e-mail, to Tenderers who

have purchased the Tender Documents within five (5) working days of

issuance of such addendum, to enable Tenderers to take appropriate

action.

11.3 The Tenderer shall acknowledge receipt of an addendum.

11.4 Tenderers who have purchased the Tender Documents but have not

received any addendum issued under ITT Sub-clause 11.1 shall inform the

Purchaser of the fact by fax, mail or e-mail before two-third of the time

allowed for the submission of Tenders has elapsed.

11.5 Procuring Entities shall also ensure posting of relevant addenda with the

reference number and date on their website.

11.6 To give a prospective Tenderer reasonable time in which to take an

amendment into account in preparing its Tender, the Purchaser may, at

its discretion, extend the deadline for the submission of Tenders,

pursuant to Rule 95(6) of the Public Procurement Rule, 2008 and under

ITT Clause 36.

11.7 If an addendum is issued when time remaining is less than one-third of

the time allowed for the preparation of Tenders, a Purchaser shall extend

the deadline by an appropriate number of days for the submission of

Tenders, depending upon the nature of the Procurement requirement and

the addendum. The minimum time for such extension shall not be less

than seven (7) days.

C. Qualification Criteria

12. General Criteria 12.1 The Tenderer shall possess the necessary professional and technical

qualifications and competence, financial resources, equipment and

other physical facilities, managerial capability, specific experience,

reputation, and the personnel, to perform the contract.

8

12.2 In addition to meeting the eligibility criteria, as stated in ITT Clause 5,

the Tenderer must satisfy the other criteria stated in ITT Clauses 13 to

15 inclusive.

12.3 To qualify for multiple number of contracts/lots in a package made up

of this and other individual contracts/lots for which tenders are invited

in the Invitation for Tenders, the Tenderer shall demonstrate having

resources and experience sufficient to meet the aggregate of the

qualifying criteria for the individual contracts.

13. Litigation History 13.1 The maximum number of arbitration awards against the Tenderer over

a period shall be as specified in the TDS.

14. Experience Criteria

14.1 Tenderers shall have the following minimum level of supply experience

to qualify for supplying the Plant and Services under the contract:

(a) a minimum number of years of general experience in the role

of Contractor or Subcontractor or Management Contractor as

specified in the TDS; and

(b) Specific experience as a Contractor or Subcontractor or

Management Contractor that are similar to the proposed plant

and services in at least a number of contract(s) and of a minimum

value over the period, as specified in the TDS.

15. Financial Criteria 15.1 Tenderers shall have the following minimum level of financial capacity

of qualify for the supply, execution and performance of plant and

services under the contract.

(a) the average annual turnover as specified in the TDS calculated

as total certified payments received for contracts in progress or

completed, during the period specified in the TDS;

(b) availability of minimum liquid assets or working capital or credit

facilities, as specified in the TDS; and;

(c) satisfactory resolution of all claims, arbitrations or other

litigation cases and shall not have serious negative impact on the

financial capacity of the Tenderer.

16. Personnel Capacity 16.1 The Tenderer shall have the following minimum level of personnel

capacity to qualify for the performance of the plant and services under

the Contract.

A Project Manager, Engineers, and other key staff with qualifications

and experience as specified in the TDS;

17. Equipment Capacity 17.1 The Tenderer shall own suitable equipment and other physical facilities

or have proven access through contractual arrangement to hire or lease

such equipment or facilities for the desired period, where necessary or

have assured access through lease, hire, or other such method, of the

essential equipment, in full working order, as specified in the TDS.

9

18. Joint Venture,

Consortium or

Association

18.1 The Tenderer may participate in the procurement proceedings forming a

Joint Venture, Consortium or Associations (JVCA) by an agreement,

executed case by case on a non judicial stamp of value as stated in TDS or

alternately with the intent to enter into such an agreement supported by a

Letter of Intent along with the proposed agreement duly signed by all

partners of the intended JVCA and authenticated by a Notary Public.

18.2 The figures for each of the partners of a JVCA shall be added together to

determine the Tenderer’s compliance with the minimum qualifying

criteria; however, for a JVCA to qualify, lead partner and its other partners

must meet the criteria stated in the TDS. Failure to comply with these

requirements will result in rejection of the JVCA Tender. Subcontractors’

experience and resources will not be taken into account in determining the

Tenderer’s compliance with the qualifying criteria.

18.3 Each partner of the JVCA shall be jointly and severally liable for the

execution of the Contract, all liabilities and ethical and legal obligations in

accordance with the Contract terms.

18.4 The JVCA shall nominate a Representative (partner-in-charge/Lead Firm)

who shall have the authority to conduct all business for and on behalf of

any and all the partners of the JVCA during the tendering process and, in

the event the JVCA is awarded the Contract, during contract execution

including the receipt of payments for and on behalf of the JVCA.

18.5 Each partner of the JVCA shall complete the JVCA Partner Information

(Form PG5A-2b)for submission with the Tender

19. Subcontractor(s) 19.1 Tenderer, pursuant to Rule 53 of the PPR2008, is allowed to sub-contract

a portion of the Supply.

19.2 The Tenderer shall specify in its Tender all portion of the Plant and

Services that will be subcontracted, if any, including the entity(ies) to

whom each portion will be subcontracted to, subject to the maximum

allowable limit for subcontracting of Plant and Services specified in the

TDS.

19.3 The Purchaser may require Tenderers to provide more information about

their subcontracting arrangements. If any Subcontractor is found ineligible

or unsuitable to carry out the subcontracted tasks, the Procuring Entity may

request the Tenderer to propose an acceptable substitute.

19.4 The Purchaser may also select nominated Subcontractor(s) to execute

certain specific components of the Works and if so, those will be specified

in the TDS.

19.5 The successful Tenderer shall under no circumstances assign the

goods/works/services or any part of it to a Subcontractor

10

19.6 Subcontractors must comply with the provision of ITT Clause 5. For this

purpose contractor shall complete the Subcontractor’s information in

Form PG5A-2c for submission with tender

19.7 If the Purchaser determines that a subcontractor is ineligible, the

subcontracting of such portion of the Plants and Services assigned to the

ineligible subcontractor shall be disallowed

D. Tender Preparation

20. Only one Tender 20.1 If a Tender for Plant and Services is invited on ‘lot-by-lot’ basis, each

lot shall constitute a tender. A Tenderer shall submit only one (1) Tender

for each lot, either individually or as a JVCA. The Tenderer who submits

or participates in more than one (1) Tender for each lot will cause all the

Tenders with that Tenderer’s participation to be rejected.

21. Cost of Tendering 21.1 Tenderers shall bear all costs associated with the preparation and

submission of its Tender, and the Purchaser shall not be responsible or

liable for those costs, regardless of the conduct or outcome of the

Tendering process.

22. Issuance and Sale of

Tender Document 22.1 A Purchaser, pursuant to Rule 94 of the Public Procurement Rules, 2008

shall make Tender Documents available immediately to the potential

Tenderers, requesting and willing to purchase at the corresponding price

if the advertisement has been published in the newspaper pursuant to

Rule 90 of the Public Procurement Rules, 2008.

22.2 Full contact details with mailing address, telephone and facsimile

numbers and electronic mail address, as applicable, of those to whom

Tender Documents have been issued shall be recorded with a reference

number by the Purchaser or its agent.

22.3 There shall not be any pre-conditions whatsoever, for sale of Tender

Document and the sale of such Document shall be permitted up to the

day prior to the day of deadline for the submission of Tender.

23. Language of Tender 23.1 Tenders shall be written in the English language. Correspondences and

documents relating to the Tender may be written in English or Bangla.

Supporting documents and printed literature furnished by the Tenderers

that are part of the Tender may be in another language, provided they are

accompanied by an accurate translation of the relevant passages in the

English or Bangla language, in which case, for purposes of interpretation

of the Tender, such translation shall govern.

11

23.2 Tenderers shall bear all costs of translation to the governing language

and all risks of the accuracy of such translation.

24. Contents of Tender

(Document establishing

the tender’s qualification)

24.1 The Tender prepared by the Tenderers shall comprise Two Envelope

submitted simultaneously, one called the Technical Offer (Envelope-

01) containing the documents listed in ITT 24.2 and other called the

Financial Offer containing the documents listed in 24.3, both envelopes

enclosed together in an outer Single envelope.

24.2 The Technical Offer (Envelope-01) prepared by the Tenderers will

comprise the following:

(a) Technical Submission Letter (Form PG5A-1a) as furnished in

Section 5: Tender and Contract Forms. This form must be

completed without any alterations to its format, and no

substitutes shall be accepted. All blank spaces shall be filled in

with the information requested

(b) Tenderer Information Sheet (Form PG5A-2) as furnished in

Section 5: Tender and Contract Forms;

(c) Tender Security as stated under ITT Clause 32,33 and 34;

(d) Technical Proposal (Form PG5A-4) as furnished in Section 5:

Tender and Contract Forms.

(e) Alternatives, if permitted, as stated under with ITT Clause 25;

(f) Written confirmation authorising the signatory of the Tender to

commit the Tenderer, as stated under ITT Sub-Clause 37.3;

(g) The completed eligibility declarations, to establish its eligibility as

stated under ITT Clause 5, in the Tender Submission Sheet (Form

PG5A-1a & 1b), as furnished in section 5: Tender and Contract

Forms;

(h) An affidavit confirming the legal capacity stating that there are

no existing orders of any judicial court that prevents either the

Tenderer or employees of a Tenderer entering into or signing a

Contract with the Purchaser as stated under ITT clause 5;

(i) An affidavit confirming that the Tenderer is not insolvent, in

receivership or not bankrupt or not in the process of bankruptcy,

not temporarily barred from undertaking their business for

financial reasons and shall not be the subject of legal

proceedings for any of the foregoing as stated under ITT Clause

5;

(j) A certificate issued by the competent authority stating that the

Tenderer is a Tax payer having valid Tax Identification Number

(TIN) and VAT registration number or in lieu any other

document acceptable to the Purchaser demonstrating that the

Tenderer is a genuine Tax payer and has a VAT registration

number as a proof of fulfillment of taxation obligations as stated

under ITT Clause 5. In the case of foreign Tenderers, a

12

certificate of competent authority in that country of which the

Tenderer is citizen shall be provided ;

(k) Documentary evidence demonstrating that they are enrolled in

the relevant professional or trade organizations registered in

Bangladesh or in case of foreign tenderer in their country of

origin or a certificate concerning their competency issued by a

professional institution in accordance with the law of the

country of their origin, as stated under ITT Clause 5;

(l) The country of origin declarations, to establish the eligibility of

the Plant and Services as stated under ITT Clause 6, in the Price

Schedule for Plant and Services (Form PG5A-3) as, applicable,

furnished in Section 5: Tender and Contract Forms;

(m) Documentary evidence as stated under ITT Clauses 28, that the

Goods and Related Services conform to the Tender Documents;

(n) Documentary evidence as stated under ITT Clause 29 that the

Tenderer’s qualifications conform to the Tender Documents;

(o) Documents establishing legal and financial autonomy and

compliance with commercial law, as stated under ITT Sub-clause

5.3 in case of government owned entity; and

(p) In addition to the requirements stated under ITT Sub Clause 18.1,

Tenders submitted by a JVCA or proposing a Subcontractor shall

include.

i. a Joint Venture Agreement entered into by all partners,

executed on a non-judicial stamp of value or equivalent as

stated under ITT Sub Clause 18.1; or

ii. a Letter of Intent along with the proposed agreement duly

signed by all partners of the intended JVCA with the

declaration that it will execute the Joint Venture agreement in

the event the Tenderer is successful;

iii. the JVCA Partner Information (Form PG5A-2b);

iv. the Subcontractor Information (Form PG5A-2c).

(q) the completed Specifications Submission and Compliance

Sheet (Form PG5A-4a)as stated under ITT clause 28.1;

(r) Any other document as specified in the TDS.

24.3 The Financial Offer (Financial Envelope -02) prepared by the

Tenderers shall comprise the following:

(a) The Financial offer Submission Letter (Form PG5A-1b) as

furnished in Section 5:

(b) The Tenderer shall submit the completed Price Schedule for Plant

and Services (Form PG5A-3), according to their origin as

appropriate as furnished in section 5: Tender and Contract Forms.

(c) the written confirmation authorizing the signatory of the Tender to

commit the Tenderer, as stated under ITT Sub Clause 37.3;

13

(d) any other document as specified in the TDS.

25. Alternatives 25.1 Unless otherwise stated in the TDS, alternatives shall not be considered.

26. Tender Prices, Discounts

& Price adjustment

26.1 Unless otherwise specified in the TDS, tenderers shall quote for the

entire Plant and Installation Services on a “single responsibility”

basis such that the total tender price covers all the Contractor’s

obligations mentioned in or to be reasonably inferred from the tender

document in respect of the design, manufacture, including

procurement and subcontracting (if any), delivery, construction,

installation and completion of the plant. This includes all

requirements under the Contractor’s responsibilities for testing, pre-

commissioning and commissioning of the plant and, where so

required by the tender document, the acquisition of all permits,

approvals and licenses, etc.; the operation, maintenance and training

services and such other items and services as may be specified in the

Tender Document, all in accordance with the requirements of the

General Conditions of Contract. Items against which no price is

entered by the Tenderer will not be paid for by the Purchaser when

executed and shall be deemed to be covered by the prices for other

items.

26.2 Tenderers are required to quote the price for the commercial,

contractual and technical obligations outlined in the tender document

26.3 Tenderers shall give a breakdown of the prices in the manner and

detail called for in the Price Schedules included in Section 5, Tender

and Contract Forms.

26.4 Depending on the scope of the Contract, the Price Schedules may

comprise up to the six (6) schedules listed below. Separate numbered

Schedules included in Section IV, Tender Forms, from those

numbered 1-4 below, shall be used for each of the elements of the

Plant and Installation Services. The total amount from each Schedule

corresponding to an element of the Plant and Installation Services

shall be summarized in the schedule titled Grand Summary, (Schedule

5), giving the total tender price(s) to be entered in the Letter of Tender.

Schedule No. 1 Plant (including Mandatory Spare Parts) Supplied

from Abroad

Schedule No. 2 Plant (including Mandatory Spare Parts) Supplied

from within the Purchaser’s Country

Schedule No. 3 Design Services

Schedule No. 4 Civil works part

Schedule No. 5 Installation Services

Schedule No. 6 Grand Summary (Schedule Nos. 1 to 4)

Schedule No. 7 Recommended Spare Parts

Tenderers shall note that the plant and equipment included in Schedule

Nos. 1 and 2 above exclude materials used for civil, building and other

construction works. All such materials shall be included and priced

under Schedule No. 4, Installation Services.

14

26.5 In the Schedules, tenderers shall give the required details and a

breakdown of their prices as follows:

a) Plant to be supplied from abroad (Schedule No. 1):

The price of the plant shall be quoted on CIP-named place of

destination/CIF basis as specified in the TDS and as

applicable.

(b) Plant manufactured within the Purchaser’s country (Schedule

No. 2):

i) The price of the plant shall be quoted on an EXW

INCOTERM basis (such as “ex-works,” “ex-factory,”

“ex-warehouse” or “off-the-shelf,” as applicable),

(ii) Sales tax and all other taxes payable in the Employer’s

country on the plant if the contract is awarded to the

Tenderer, and

(iii) The total price for the item.

(c) Design Services (Schedule No. 3).

(d) Installation Services shall be quoted separately (Schedule No.

4) and shall include rates or prices for local transportation to

named place of final destination as specified in the TDS,

insurance and other services incidental to delivery of the plant,

all labor, contractor’s equipment, temporary works, materials,

consumables and all matters and things of whatsoever nature,

including operations and maintenance services, the provision of

operations and maintenance manuals, training, etc., where

identified in the Tender Document, as necessary for the proper

execution of the installation and other services, including all

taxes, duties, levies and charges payable in the Employer’s

country as of twenty-eight (28) days prior to the deadline for

submission of tenders.

(e) Recommended spare parts shall be quoted separately (Schedule

6) as specified in either subparagraph (a) or (b) above in

accordance with the origin of the spare parts

26.6 The current edition of INCOTERMS, published by the International

Chamber of Commerce shall govern.

26.7 The prices shall be either fixed or adjustable as specified in the TDS.

26.8 In the case of Fixed Price, prices quoted by the Tenderer shall be

fixed during the Tenderer’s performance of the contract and not

subject to variation on any account. A tender submitted with an

adjustable price quotation will be treated as non-responsive and

rejected.

26.9 In the case of Adjustable Price, prices quoted by the Tenderer shall

be subject to adjustment during performance of the contract to reflect

changes in the cost elements such as labor, material, transport and

contractor’s equipment in accordance with the procedures specified

in the corresponding Appendix to the Contract Agreement. A tender

submitted with a fixed price quotation will not be rejected, but the

price adjustment will be treated as zero. Tenderers are required to

15

indicate the source of labor and material indices in the corresponding

Form in Section 5, Tender and Contract Forms

26.10 If so indicated in ITT 1.2, tenders are to be invited for individual lots

or for any combination of lots (packages). Tenderers wishing to offer

any price reduction (discount) for the award of more than one lot

shall specify in their Tender Submission Letter the price reductions

applicable to each package, or alternatively, to individual Contracts

within the package, and the manner in which the price reductions will

apply.

26.11 Tenderers wishing to offer any unconditional discount shall specify

in their Letter of Tender the offered discounts and the manner in

which price discounts will apply.

26.12 If so indicated under ITT Sub Clause 26.9, Tenders are being invited

with a provision for price adjustments. The unit rates or prices quoted

by the Tenderer are subject to adjustment during the performance of the

Contract in accordance with the provisions of the relevant GCC Clause

and, in such case the Employer shall provide the indexes and weightings

or coefficients in Appendix to the Tender for the price adjustment

formulae specified in the PCC.

26.13 The Employer may require the Tenderer to justify its proposed indexes,

if any of those as stated under ITT Sub Clause 26.12, are instructed to

be quoted by the Tenderer in Appendix to the Tender.

26.14 The price adjustment stated under ITT Sub Clause 26.9and 26.12 shall

be dealt with in accordance with the provisions in Section 12 and 22 of

the Public Procurement Act, 2006 and Rule 5 and 38 of the Public

Procurement Rules, 2008.

27. Tender Currency 27.1 For expenditures that will be incurred in Bangladesh, the Tenderer

shall quote the prices in Bangladesh Taka

27.2 Suppliers offering Goods manufactured or assembled in Bangladesh

are permitted to submit their Tender in a combination of local and

foreign currencies.

27.3 In case of National Tender, all quoted price shall be in local currency.

27.4 In case of international competitive tender, for expenditures that will

be incurred outside Bangladesh, the Tenderer may quote the prices

as specified in TDS.

28. Documents Establishing

the Conformity of Plant,

and Services

28.1 To establish the conformity of the plant and services to the Tender

Documents, the Tenderer shall furnish as part of its Tender the

documentary evidence that the Goods and Related services conform

to the technical specifications and standards in Section 6, Employer’s

Requirement.

a. a detailed description of the essential technical and

performance characteristics of the plant and services, including

the functional guarantees of the proposed plant and services, in

response to the Specification

16

b. a list giving full particulars, including available sources, of all

spare parts and special tools necessary for the proper and

continuing functioning of the plant for the period named in the

TDS, following completion of plant and services in accordance

with provisions of contract; and

c. a commentary on the Employer’s Specification and adequate

evidence demonstrating the substantial responsiveness of the

plant and services to those specifications. Tenderers shall note

that standards for workmanship, materials and equipment

designated by the Employer in the Tender Document are

intended to be descriptive (establishing standards of quality

and performance) only and not restrictive. The Tenderer may

substitute alternative standards, brand names and/or catalog

numbers in its tender, provided that it demonstrates to the

Employer’s satisfaction that the substitutions are substantially

equivalent or superior to the standards designated in the

Specification.

29. Documents Establishing

Eligibility of the

Tenderer

29.1 Tenderers, if applying as a sole Tenderer, shall submit documentary

evidence to establish its eligibility as stated under ITT Clause 5 and, in

particular, it shall:

(a) complete the eligibility declarations in the Tender Submission

Letter (Form PG5A-1a);

(b) complete the Tenderer Information (Form PG5A-2a);

(c) complete Subcontractor Information (Form PG5A-2c), if it

intends to engage any Subcontractor(s).

29.2 Tenderers, if applying as a partner of an existing or intended JV shall

submit documentary evidence to establish its eligibility as stated under

ITT Clause 5 and, in particular, in addition to as stated under ITT Sub

Clause 29.1, it shall:

(a) provide for each JV partner, completed JV Partner Information

(Form PG5A-2b);

(b) provide the JV agreement or Letter of Intent along with the it

Clause 18.1

30. Validity Period of Tender 30.1 Tender validities shall be determined on the basis of the complexity of

the Tender and the time needed for its examination, evaluation, approval

of the Tender and issuance of the Notification of Award (NOA).

30.2 Tenders shall remain valid for the period specified in the TDS after the

date of Tender submission deadline prescribed by the Purchaser, as

stated under ITT Clause 39. A Tender valid for a period shorter than that

specified will be rejected by the Purchaser as non- responsive.

31. Extension of Tender

Validity and Tender

Security

31.1 In justified exceptional circumstances, prior to the expiration of the

Tender validity period, the Purchaser following Rule 21 of the Public

Procurement Rules, 2008 may solicit, not later than ten (10) days

17

before the expiry date of the Tender validity, compulsorily all the

Tenderers’ consent to an extension of the period of validity of their

Tenders.

31.2 The request for extension of Tender validity period shall state the new

date of the validity of the Tender.

31.3 The request from the Purchaser and the responses from the Tenderers

will be made in writing.

31.4 Tenderers consenting in writing to the request made by the Purchaser

under ITT Sub-Clause 30.1 shall also correspondingly extend the

validity of its Tender Security for twenty-eight (28) days beyond the new

date for the expiry of Tender validity.

31.5 Tenderers consenting in writing to the request under ITT Sub-Clause

31.1 shall not be required or permitted to modify its Tender in any

circumstances.

31.6 If the Tenderers are not consenting in writing to the request made by the

Purchaser under ITT Sub-Clause 31.1, its Tender will not be considered

for subsequent evaluation.

32. Tender Security 32.1 The Tender Security and its amount shall be determined sufficient to

discourage the submission of frivolous and irresponsible tenders

pursuant to Rule 22 of the Public Procurement Rule2008 and shall be

expressed as a rounded fixed amount and, shall not be stated as a precise

percentage of the estimated total Contract value.

32.2 The Tenderer shall furnish as part of its Technical offer (envelope-1)

Tender, in favour of the Purchaser or as otherwise directed on account

of the Tenderer, a ender security in original form (not copy) and in the

amount as specified in TDS.

32.3 If the Tender is a Joint Venture, the Tenderer shall furnish as part of its

Tender, in favour of the Procuring Entity or as otherwise directed on

account of the title of the existing or intended JVCA or any of the

partners of that JVCA or in the names of all future partners as named in

the Letter of Intent of the JVCA, a Tender Security in original form and

in the amount as stated under ITT Sub Clause 32.1.

33. Form of Tender security 33.1 The Tender Security shall:

(a) In case of NCT, at the Tenderer’s option, be either;

(i) In the form of a Bank Draft, Pay order or

(ii) in the form of an irrevocable bank guarantee issued by any

scheduled Bank of Bangladesh, in the format (Form PG5A-

6) furnished in Section 5: Tender and Contract Forms.

(b) In case of ICT, in the form of an irrevocable bank guarantee

issued by an internationally reputable bank and shall require to be

endorsed by its any correspondent bank located in Bangladesh, to

make it enforceable, in the format (Form PG5A-6) furnished in

Section 5: Tender and Contract Forms;

18

33.2 Tender security shall be payable promptly upon written demand by the

Purchaser in the case of the conditions listed in ITT Clause 36 being

invoked; and

33.3 Tender security shall remain valid for at least twenty eight (28) days

beyond the expiry date of the Tender Validity in order to make a claim

in due course against a Tenderer in the circumstances detailed under ITT

Clause 36.

34. Authenticity of Tender

Security

34.1 The authenticity of the Tender security submitted by a Tenderer shall be

examined and verified by the Purchaser in writing from the Bank issuing

the security, prior to finalization of the Evaluation Report pursuant to

Rule, 24 of the Public Procurement Rule, 2008.

34.2 If a Tender Security is found to be not authentic, the Tender which it

covers shall not be considered for subsequent evaluation and in such

case the Purchaser shall proceed to take punitive measures against that

Tenderer as stated under ITT Sub-Clause 4.6, pursuant to Rule 127 of

the Public Procurement Rules, 2008 and in accordance with Section

64(5) of the Public Procurement Act, 2006.

34.3 Tender not accompanied by a valid Tender Security as stated under Sub-

Clause 29, 30 and 31, shall be considered as non-responsive.

35. Return of Tender

Security

35.1 No Tender security shall be returned by the Tender Opening Committee

(TOC) during and after the opening of the Tenders pursuant to Rule 26

of the Public Procurement Rules 2008.

35.2 No Tender security shall be returned to the Tenderers before contract

signing, except to those who are found non-responsive.

35.3 Tender securities of the non-responsive Tenders shall be returned

immediately after the Evaluation Report has been approved by the

Purchaser.

35.4 Tender securities of the responsive Tenderers shall be returned only after

the lowest evaluated responsive Tenderer has submitted the

performance security and signed the contract, that being even before the

expiration of the validity period specified in Clause 30.

35.5 Tender Securities of the Tenderers not consenting within the specified

date in writing to the request made by the Purchaser under ITT Sub-

Clause 31.1 in regard to extension of its Tender validity shall be

discharged or returned forthwith.

36. Forfeiture of Tender

Security.

36.1 The Tender security pursuant to Rule 25 of the Public Procurement

Rules,2008 may be forfeited if a Tenderer:

(a) withdraws its Tender after opening of Tenders but within the

validity of the Tender as stated under ITT Clauses 30,and 31,

pursuant to Rule 19 of the Public Procurement Rules 2008; or

(b) refuses to accept a Notification of Award as stated under ITT

Sub-Clause 65.3, pursuant to Rule 102 of the Public

Procurement Rules 2008; or

(c) fails to furnish performance security as stated under ITT Sub-

Clause 66.2, pursuant to Rule 102 of the Public Procurement

Rules 2008; or

19

(d) refuses to sign the Contract as stated under ITT Sub-Clause

70.2 pursuant to Rule 102 of the Public Procurement Rules

2008; or

(e) does not accept the correction of the Tender price following

the correction of arithmetic errors as stated under ITT Clause

55, pursuant to Rule 98(11) of the Public Procurement Rules

2008.

37. Format and Signing of

Tender 37.1 Tenderers shall prepare one (1) original of the documents comprising the

Technical Offer as described in ITT Clause 24.2 and clearly mark it

“ORIGINAL OF TECHNICAL OFFER” In addition, the Tenderers

shall prepare the number of copies of the Technical Offer, as specified

in the TDS and clearly mark each of them “COPY OF THE

TECHNICAL OFFER.” In the event of any discrepancy between the

original and the copies, the ORIGINAL shall prevail.

37.2 Tenderers shall prepare one (1) original of the documents comprising the

Financial Offer as described in ITT Clause 24.3 and clearly mark it

“ORIGINAL OF FINANCIAL OFFER” In addition, the Tenderers

shall prepare the number of copies of the Financial Offer, as specified in

the TDS and clearly mark each of them “COPY OF THE

FINANCIAL OFFER” In the event of any discrepancy between the

original and the copies, the ORIGINAL shall prevail.

37.3 Alternatives, if permitted under ITT Clause 25, shall be clearly marked

“Alternative”.

37.4 The original and each copy of the Offer shall be typed or written in

indelible ink and shall be signed by the Person duly authorized to sign

on behalf of the Tenderer. This Tender specific authorization shall be

attached to the Technical Offer Submission Letter (Form PW5A-1a)

and Financial Offer Submission Letter (Form PW5A-1b). The name

and position held by each Person(s) signing the authorization must be

typed or printed below the signature. All pages of the original and of

each copy of the Tender, except for un-amended printed literature, shall

be numbered sequentially and signed by the person signing the Tender.

37.5 Any interlineations, erasures, or overwriting will be valid only if they are

signed or initialled by the Person (s) signing the Tender.

E. Tender Submission

38. Sealing, Marking and

Submission of Tender 38.1 Tenderers shall enclose the original of Technical Offer in one (1)

envelope and all the copies of the Technical Offer, including the

alternatives, if permitted under ITT Clause 25, in another envelope, duly

marking the envelopes as “ORIGINAL OF TECHNICAL OFFER”

“ALTERNATIVES” (if permitted), “COPY OF TECHNICAL

OFFER”,”ALTERNATIVES” (if permitted) These sealed

envelopes for the original and copies of the technical Tender shall then

be enclosed and sealed in one single envelope and clearly mark it

“Envelope-01: TECHNICAL OFFER”.

20

38.2 The inner and outer envelopes of Technical Offer shall:

(a) be addressed to the Procuring Entity at the address as stated under

ITT Sub Clause 39.1;

(b) bear the name of the Tender and the Tender Number as stated

under ITT Sub Clause 1.1;

(c) bear the name and address of the Tenderer;

(d) bear a statement “DO NOT OPEN BEFORE ----------------------”

the time and date for Tender opening as stated under ITT Sub

Clause 45.2

(e) bear any additional identification marks as specified in the TDS.

38.3 Tenderers shall enclose the original of Financial Offer in one (1)

envelope and all the copies of the Financial Offer in another envelope,

duly marking the envelopes as “ORIGINAL OF FINANCIAL

OFFER” & “COPY OF FINANCIAL OFFER”. These sealed

envelopes for the original and copies of the Financial Tender shall then

be enclosed and sealed in one single envelope and clearly mark it

“ENVELOPE-02: FINANCIAL OFFER.

38.4 The inner and outer envelopes of Financial Offer shall:

(a) be addressed to the Procuring Entity at the address as stated under

ITT Sub Clause 39.1;

(b) bear the name of the Tender and the Tender Number as stated

under ITT Sub Clause 1.1;

(c) bear the name and address of the Tenderer;

(d) bear a statement “DO NOT OPEN BEFORE THE

TECHNICAL OFFER EVALUATION AND APPROVAL”.

(e) bear any additional identification marks as specified in the TDS.

38.5 The Envelope-01 as stated in ITT Clause 38.1 and Envelope-02 as in

ITT Clause 38.3 shall then be enclosed and sealed in one single outer

envelope which shall contain the information as stated under ITT Clause

38.2 (a) to (e) & ITT Clause 38.4 (a) to (e)

38.6 Tenderers are solely and entirely responsible for pre-disclosure of

Tender information if the envelope(s) are not properly sealed and

marked.

38.7 Tenders shall be delivered by hand or by mail, including courier services

at the address(s) as stated under ITT Sub Clause 39.1.

38.8 The Procuring Entity will, on request, provide the Tenderer with

acknowledgement of receipt showing the date and time when it’s Tender

was received.

39. Deadline for Submission

of tenders 39.1 Tenders shall be delivered to the Purchaser at the address specified in the

TDS and no later than the date and time specified in the TDS.

21

39.2 The Purchaser may, at its discretion on justifiably acceptable grounds

duly recorded, extend the deadline for submission of Tender as stated

under ITT Sub Clause 39.1, in which case all rights and obligations of

the Purchaser and Tenderers previously subject to the deadline will

thereafter be subject to the new deadline as extended.

39.3 If submission of Tender is allowed in more than one location, the date

and time, for submission of Tenders for both the primary and the

secondary place(s), shall be the “same and not different” as specified

in the TDS.

39.4 The Procuring Entity shall ensure that the Tenders received at the

secondary place(s) are hand-delivered at the primary place as stated

under ITT Sub Clause 39.1, within THREE (3) HOURS after the

deadline for submission of Tenders at the secondary place (s), in case of

MULTIPLE DROPPING as stated under ITT Sub Clause 39.3, as

specified in the TDS.

40. Late tender 37.6 Any Tender received by the Purchaser after the deadline for submission

of Tenders as stated under ITT Clause 39, shall be declared LATE,

rejected, returned unopened to the Tenderer.

41. Modification,

Substitution or

Withdrawal of Tenders

41.1 Tenderers may modify, substitute or withdraw its Tender after it has

been submitted by sending a written notice duly signed by the authorized

signatory and properly sealed, and shall include a copy of the

authorization; provided that such written notice including the affidavit

is received by the Procuring Entity prior to the deadline for submission

of Tenders as stated under ITT Clause 39

42. Tender Modification 42.1 Tenderers shall not be allowed to retrieve its original Tender, but

shall be allowed to submit corresponding modification either to its

original Technical Offer or Financial Offer or both, marked as

“MODIFICATION FOR TECHNICAL OFFER(MTO)” or

“MODIFICATION FOR FINANCIAL OFFER (MFO)”with two

separate envelopes. The envelope/envelopes marked as MTO and/or

MFO then be enclosed and sealed in one single outer envelope with

a written notice duly as stated under ITT Sub Clause 41.1. The outer

envelope shall contain the information as stated under ITT Sub

Clause 38.2(a) to (d) and clearly marked as “MODIFICATION

(M)”.

43. Tender Substitution 43.1 Tenderers shall not be allowed to retrieve its original Tender, but

shall be allowed to submit another Technical Offer or Financial

Offer or both, marked as “SUBSTITUTION FOR TECHNICAL

OFFER (STO)” or “SUBSTITUTION FOR FINANCIAL

OFFER (SFO)”with two separate envelopes. The

envelope/envelopes marked as STO and/or SFO then be enclosed and

sealed in one single outer envelope with a written notice duly as

stated under ITT Sub Clause 41.1. The outer envelope shall contain

the information as stated under ITT Sub Clause 38.2(a) to (d) and

clearly marked as “SUBSTITUTION (S)”.

44. Withdrawal of Tender 44.1 The Tenderer shall be allowed to withdraw its Tender by a Letter of

Withdrawal marked as “WITHDRAWAL” prior to the deadline for

submission of Tenders as stated under ITT Clause 39.

22

F. Tender Opening and Evaluation

45. Tender Opening 45.1 Only the Technical Offer (Envelope-01) shall be opened

immediately after the deadline for submission of Tenders at the

primary place as specified in the TDS but not later than ONE HOUR,

after expiry of the submission deadline at the same primary place

unless otherwise stated under ITT Sub Clause 39.2. But with in

THREE HOURS after the dateline of submission of tender at

primary place in case of multiple dropping. Tender opening shall not

be delayed on the plea of absences of Tenderers or his or her

representatives. Financial offer (Envelope-02) shall not open with

Technical offer (Envelope-01) and shall be kept unopened at the

Custody of the Head of the Procuring Entity or his Authorised Officer

(AO).

45.2 Persons not associated with the Tender may not be allowed to attend

the public opening of Technical Offers.

45.3 Tenderers’ representatives shall be duly authorised by the Tenderer.

Tenderers or their authorised representatives will be allowed to attend

and witness the opening of Technical Offers, and will sign a register

evidencing their attendance. Technical Offers Opening shall not be

delayed on the plea of absence of Tenderers or his or her

representatives.

45.4 The authenticity of withdrawal or substitution of, or modifications

to original Tender, if any made by a Tenderer in specified manner,

shall be examined and verified by the Tender Opening Committee

(TOC) based on documents submitted as stated under ITT Sub Clause

41.1. Any envelope related to financial modification, substitute shall

be recorded but not open with technical offer.

45.5 Verify (M), (S), (W), (A), (O) by following step by steps

(a) Step 1: envelopes marked “Withdrawal (W)” shall be opened and

“Withdrawal” notice read aloud & recorded in the opening sheet.

After verify the withdrawal letter is genuine, corresponding tender

shall not be opened, but returned unopened to the Tenderer by

Procuring Entity (PE) at a late time. No Tender withdrawal shall be

permitted unless the corresponding withdrawal notice shall be as

stated in 41.1& 44.1 and in such case the Tender shall be opened

and recorded.

(b) Step 2: the remaining Tenders will be sorted out and those marked

“SUBSTITUTION (S)” or “MODIFICATION (M)” of Tender

will be linked with their corresponding Original Tender.

23

(c) Step 3: outer envelopes marked “SUBSTITUTION (S)” shall be

opened. The inner envelopes containing the “Substitution of

Technical Offer (STO)” and/or “Substitution of Financial Offer

(SFO)” shall be exchanged for the corresponding envelopes being

substituted, which are to be returned to the Tenderer unopened by

the Procuring Entity at a later time immediately after opening of

Technical Offers. Only the Substitution of Technical Offer, if any,

shall be opened, read out, and recorded. Substitution of Financial

Offer will remain unopened in accordance with ITT Sub Clause

45.1. No envelope shall be substituted unless the corresponding

substitution notice contains a valid authorization to request the

substitution and is read out and recorded at Technical Offer

opening.

(d) Step 4: outer envelopes marked “MODIFICATION (M)” shall be

opened. No Technical Offer and/or Financial Offer shall be

modified unless the corresponding modification notice contains a

valid authorization to request the modification and is read out and

recorded at the opening of Technical Offers. Only the Technical

Offers, both Original as well as Modification, are to be opened, read

out, and recorded at the opening. Financial Offers, both Original as

well as Modification, will remain unopened in accordance with ITT

Sub Clause 45.1

(e) Step5: if so specified in this Tender Document, the envelopes

marked “Alternative of Technical Offer (ATO)” shall be opened

and read aloud with the corresponding Technical Offer and

recorded.

45.6 Ensuring that only the correct (MTO), (STO), (ATO), (OTO)

envelopes are opened, details of each Technical Offer will be dealt

with as follows:

(a) the Chairperson of the TOC will read aloud each Technical Offer

and record in the Technical Offer Opening Sheet (TOOS):

(i) the name and address of the Tenderer;

(ii) state if it is a withdrawn, modified, substituted or original

Technical Offer;

(iii) any alternatives;

(iv) record the rejection of the Tender which submitted

Technical Offer and Financial Offer together in one

envelope.

(v) the presence or absence of any requisite Tender Security;

and

(vi) such other details as the Procuring Entity, at its discretion,

may consider appropriate.

(b) Only Technical Offer and alternatives read aloud at the Technical

Offer Opening will be considered in evaluation.

(c) all pages of the original version of the Technical Offer, except for

un-amended printed literature, will be initialled by members of the

TOC. Remember, No financial Offer shall be open with

Technical Offer

45.7 Upon completion of Technical Offer opening, all members of the

24

TOC and the Tenderers or Tenderer’s duly authorised representatives

attending the Technical Offer opening shall sign by name, address,

designation, the TOS, copies of which shall be issued to the Head of

the Procuring Entity or an officer authorised by him or her and also

to the members of the TOC and any authorised Consultants and, to

the Tenderers immediately.

45.8 The omission of a Tenderer’s signature on the record shall not

invalidate the contents and effect of the record under ITT Sub Clause

45.7

45.9 No Tender i.e., Technical or Financial Offer shall be rejected at the

Tender opening stage except the LATE Tenders as stated in the ITT

Clause 40.

46. Evaluation of Tenders 46.1 Technical Offers shall be examined and evaluated only on the basis of

the criteria specified in the Tender Document.

46.2 Tender Evaluation Committee (TEC) shall examine, evaluate and

compare Tenders that are responsive to the requirements of Tender

Documents in order to identify the successful Tenderer.

47. Evaluation Process 47.1 TEC may consider a Tender Offer as responsive in the Evaluation, only

if it is submitted in compliance with the mandatory requirements set out

in the Tender Document. The evaluation process should begin

immediately after Technical Offer opening following Two steps:

(a) Preliminary examination

(b) Technical examination and responsiveness

48. Preliminary Examination 48.1 Compliance, adequacy and authenticity of the documentary evidences for

meeting the qualification criterion specified in the corresponding section

of the Tender document shall have to be preliminarily examined and

verified.

48.2 The TEC shall firstly examine the Tenders to confirm that all

documentation requested in ITT Clause 24 has been provided.

Examination of the compliance, adequacy and authenticity of the

documentary evidence may follow the order below:

(a) verification of the completeness of the eligibility declaration in the

Tender Submission Letter (Form PG5A-1), to determine the

eligibility of the tenderer as stated under ITT Sub-Clause 24(h).

Any alterations to its format, filling in all blank spaces with the

information requested, failing which the tender may lead to

rejection of the Tender;

(b) verification of that the Tenderer is enrolled in the relevant

professional or trade organisations as stated under ITT Clause

24(l);

(c) verification of the eligibility in terms of legal capacity and

fulfilment of taxation obligation by the tenderer in accordance as

stated under ITT Sub-Clause 24(i) and 24(k);

25

(d) verification of eligibility that the tenderer is not insolvent, in

receivership, bankrupt, not in the process of bankruptcy, not

temporarily barred as stated under ITT Sub-Clause 24(j);

(e) verification of eligibility of Tenderer’s country of origin as stated

under ITT Sub-Clause 24(b);

(f) verification of the written authorization confirming the signatory

of the Tenderer to commit the Tender has been attached with

Tender Submission Letter (Form PG5A-1) as stated under ITT

Sub-Clause 24(g); in order to check the authenticity of Tender and

Tenderer itself;

(g) verification of the Tender Security as stated under ITT Sub-

Clause 24(d); and

48.3 The TEC shall confirm that the above documents and information have

been provided in the Tender and the completeness of the documents and

compliance of instructions given in corresponding ITT Clauses shall be

verified, failing which the tender shall be considered rejection of that

tender.

49. Technical Evaluation and

Responsiveness 49.1 Only those Tenders surviving preliminary examination need to be

examined in this phase.

49.2 Secondly, the TEC will examine the adequacy and authenticity of the

documentary evidence which may follow the order below:

(a) verification of the completeness of the country-of-origin declaration

in the Price Schedule for Plant and Services (Form PG5A-3) as

furnished in Section 5: Tender and Contract Forms to determine

the eligibility of the Goods and Related Services as stated under ITT

Sub Clause 24(m).

(b) verification and examination of the documentary evidence and

completed Technical Proposal (Form PG5A-4) as furnished in

Section 5: Tender and Contract Forms to establish the conformity

of the Goods and Related Services to the Tender Documents as

stated under ITT Sub Clause 24(e) and 24(n).

(c) verification and examination of the documentary evidence that

the Tenderer’s qualifications conform to the Tender

Documents and the Tenderer meets each of the qualification

criterion specified in Sub-Section C, Qualification Criteria as

stated under ITT Sub Clause 24(o).

(d) verification and examination of the documentary evidence that

Tenderer has met all the requirements in regards under Section

6, Employer’s Requirements, without any material deviation or

reservation.

(e) verification and examination of the documentary evidence and

completed Specification Submission Sheet (Form PG5A-4a) to

determine the conformity of the Goods and related services.

49.3 TEC may consider a Tender as responsive in the evaluation, only if

comply with the mandatory requirements as stated under Clause 49.2.

26

49.4 The TEC’s determination of a Tender’s responsiveness is to be based on

the documentary evidence as requested in Clause 49.2 without recourse

to extrinsic evidence.

49.5 Information contained in a Tender, that was not requested in the Tender

Document shall not be considered in evaluation of the Tender.

49.6 If a Tender is not responsive to the mandatory requirements set out in

the Tender Document it shall be rejected by the TEC and shall not

subsequently be made responsive by the Tenderer by correction of the

material deviation, reservation.

49.7 A material deviation or reservation is one-

(a) which affects in any substantial way the scope, quality, or

performance of the Goods and Related Services and Tenderer’s

qualifications mentioned in the Tender Document

(b) which limits in any substantial way, inconsistent with the Tender

Documents, the Purchaser’s rights or the Tenderer’s obligations

under the Contract; or

(c) whose rectification would anyway affect unfairly the competitive

position of other Tenderers presenting responsive Tenders.

49.8 During the evaluation of Tender, the following definitions apply:

(a) Deviation” is a departure from the requirements specified in

the Tender Document;

(d) “Reservation” is the setting of limiting conditions or withholding

from complete acceptance of the requirements specified in the

Tender Document;

49.9 A TEC may regard a Tender as responsive, even if it contains-minor or

insignificant deviations, which do not meaningfully alter or depart from

the technical specifications, characteristics and commercial terms and

conditions or other requirements set out in the Tender Document; errors

or oversights, which if corrected, would not alter the key aspects of the

Tender.

50. Clarification on Technical

Offer 50.1 TEC may ask Tenderers for clarification of their Technical Offers in

order to facilitate the examination and evaluation of Technical Offers.

The request for clarification by the TEC and the response from the

Tenderer shall be in writing, and Technical Offers clarifications which

may lead to a change in the substance of the Technical Offers or in any

of the key elements of the Technical Offers as stated under ITT Sub

Clause 49.2, will neither be sought nor be permitted.

50.2 Any request for clarifications by the TEC shall not be directed

towards making an apparently non-responsive Tender responsive and

reciprocally the response from the concerned Tenderer shall not be

articulated towards any addition, alteration or modification to its

Technical Offer.

27

50.3 If a Tenderer does not provide clarifications of its Technical Offer by

the date and time, its Tender shall not be considered in the evaluation

51. Restrictions on Disclosure

of Information

51.1 Following the opening of Technical Offers until issuance of

Notification of Award no Tenderer shall, unless requested to provide

clarification to its Tender or unless necessary for submission of a

complaint, communicate with the concerned Procuring Entity

51.2 Tenderers shall not seek to influence in anyway, the examination and

evaluation of the Tenders

51.3 Any effort by a Tenderer to influence the Procuring Entity in its

decision concerning the evaluation of Tenders, Contract awards may

result in the non-responsiveness of its Tender as well as further action

in accordance with Section 64 (5) of the Public Procurement Act,

2006.

51.4 All clarification requests shall remind Tenderers of the need for

confidentiality and that any breach of confidentiality on the part of

the Tenderer may result in their Tender being non-responsive.

52. Approval of Technical

Offer

52.1 TEC shall prepare the Technical Offer Evaluation Report and shall

directly submit the Evaluation Report to the Head of the Procuring

Entity (HOPE) or Authorized Officer for approval.

53. Financial Offer Opening 53.1 After receiving approval of the Technical Offer Evaluation Report,

Financial Offer (Envelope-2) of only the Responsive Tenderers who

have been determined as qualified to the requirements of the

Technical Offer, shall be opened publicly, The Date, time and place

of Financial Offer Opening shall be communicated to the Responsive

Tenderers in writing by issuing a Financial Offer Opening notice not

less than SEVEN DAYS before the opening.

28

53.2 Ensuring that only the correct MFO, SFO, OFO envelopes of the

Responsive Tenderers shall be opened, in the presence of the

Responsive Tenderer’s representatives who choose to attend, on the

date, time and at the place as notified by the Procuring Entity in

accordance with ITT Clause 53.1. Details of each Financial Offer

will be dealt with as follows:

(a) the Chairperson of the Tender Evaluation Committee will read

aloud each Financial Offer and record in the Financial Offer

Opening Sheet (FOOS):

(i) the name and address of the Tenderer;

(ii) state if it is a modified, substituted or original Financial

Offer;

(iii) the Tender Price;

(iv) the number of initialled corrections;

(v) any discounts; and

(vi) any other details as the Procuring Entity, at its discretion,

may consider appropriate

(b) only the discounts and alternatives read aloud and recorded at the

Financial Offer Opening will be considered in Financial Offer

Evaluation. No Tenders shall be rejected at the opening of the

Financial Offer.

(c) all pages of the original version of the Financial Offer, except for

un-amended printed literature, will be initialled by members of the

Tender Evaluation Committee.

(d) The Procuring Entity shall, in writing, notify the Non-responsive

Tenderers who have not been determined as qualified to the

requirements of the Technical Offer and shall return their

Financial Offers (Envelope-02) unopened after signing of the

contract.

54. Clarification on Financial

Offer

54.1 TEC may ask Tenderers for clarification of their Financial Offers,

about the breakdowns of unit rates, in order to facilitate the

examination and evaluation of Financial Offers. The request for

clarification by the TEC and the response from the Tenderer shall be

in writing.

54.2 Changes in the Tender price shall not be sought or permitted, except to

confirm the correction of arithmetical errors discovered by the TEC in

the evaluation of the Tenders, as stated under ITT Sub Clause 55.1.

54.3 If a Tenderer does not provide clarifications of its Financial Offer by

the date and time, its Tender shall not be considered in the evaluation.

54.4 Requests for clarifications on Financial Offers shall be duly signed only

by the TEC Chairperson.

29

55. Correction of

Arithmetical Errors

55.1 The TEC shall correct any arithmetic errors that are discovered during

the examination of Tenders, and shall promptly notify the concerned

Tenderer(s) of any such correction(s) pursuant to Rule 98(11) of the

Public Procurement Rule, 2008.

55.2 Provided that the Tender is responsive, TEC shall correct arithmetical

errors on the following basis:

(a) If there is a discrepancy between the unit price and the line-item

total that is obtained by multiplying the unit price by the quantity,

the unit price shall prevail and the line-item total shall be corrected,

unless in the opinion of the TEC there is an obvious misplacement

of the decimal point in the unit price, in which case the total price

as quoted will govern and the unit price will be corrected;

(b) If there is an error in a total corresponding to the addition or

subtraction of subtotals, the sub-totals shall prevail and the total

shall be corrected.

55.3 Any Tenderer that does not accept the correction of the Tender amount

following correction of arithmetic errors as determined by the

application of ITT Sub-Clause 55.2 shall be considered as non-

responsive.

56. Conversion to Single

Currency

56.1 For evaluation and comparison purpose, TEC shall convert all Tender

prices expressed in the amounts in various currencies into an amount

in Bangladeshi Taka currency, using the selling exchange rates

established by the Bangladesh Bank, on the date of Tender opening.

57. Financial Evaluation 57.1 Thirdly the TEC, pursuant to Rule 98 of the Public Procurement Rules,

2008 shall evaluate each Tender that has been determined, up to this

stage of the evaluation, to be responsive to the mandatory

requirements in the Tender Document.

57.2 To evaluate a Tender in this stage, the Purchaser shall consider the

following

(a) Verification and examination of the Price Schedule for Plant

and Services (Form PG5-3) as furnished by the Tenderer and

checking the compliance with the instructions provided under

ITT Clause 26;

(b) Evaluation will be done for Items or lot by lot as stated under

ITT Clause 26 and the Total Tender Price as quoted in

accordance with Clause 26;

(c) Adjustment for correction of arithmetical errors as stated under

ITT Sub-Clause 55.2;

(d) Adjustment for price modification offered as stated under ITT

Clause 41;

(e) Adjustment due to discount as stated under ITT Sub-Clauses

26.11 and 57.3;

(f) Adjustment due to the application of economic factors of

evaluation as stated under ITT Sub-Clause 57.5 if any;

30

(g) Adjustment due to the assessment of the price of unpriced

items as stated under ITT Clause 58 if any;

57.3 If Tenders are invited for a single lot or for a number of lots as stated

under ITT Sub-clauses 26.10, TEC shall evaluate only lots that have

included at least the percentage of items per lot. The TEC shall

evaluate and compare the Tenders taking into account:

(a) Lowest evaluated tender for each lot ;

(b) The price discount/reduction per lot;

(c) Least cost combination for the Purchaser, considering discounts

and the methodology for its application as stated under ITT Sub-

clauses 26.10 and 26.11 offered by the Tenderer in its Tender.

57.4 Only those spare parts and tools which are specified as a item in the List

of Goods and Related Services in Section 6, Employer’s Requirement

or adjustment as stated under ITT Sub-clause 54.5, shall be taken into

account in the Tender evaluation. Supplier-recommended spare parts

for a specified operating requirement as stated under ITT Sub-clause

28.2(b) shall not be considered in Tender evaluation.

57.5 The Purchaser’s evaluation of a tender may require the consideration of

other factors, in addition to the Tender Price quoted as stated under

ITT Clause 26. The effect of the factors selected, if any, shall be

expressed in monetary terms to facilitate comparison of tenders. The

factors, methodologies and criteria to be used shall be as specified in

TDS. The applicable economic factors, for the purposes of evaluation

of Tenders shall be:

(a) Adjustment for Deviations in the Delivery and Completion

Schedule.

(b) Cost of major replacement components, mandatory spare parts, and

service.

57.6 Variations, deviations, and alternatives and other factors which are in

excess of the requirements of the Tender Document or otherwise

result in unsolicited benefits for the Purchaser will not be taken into

account in Tender evaluation.

58. Price Comparison 58.1 The TEC shall compare all responsive Tenders to determine the lowest-

evaluated Tender, as stated in ITT 57.2.

58.2 In the extremely unlikely event that there is a tie for the lowest evaluated

price, the Tenderer with the superior past performance with the Purchaser

shall be selected, whereby factors such as delivery period, quality of

Goods delivered, complaints history and performance indicators could be

taken into consideration.

58.3 In the event that there is a tie for the lowest price and none of the

Tenderers has the record of past performance with the Purchaser, then the

Tenderer shall be selected, subject to firm confirmation through the Post-

31

qualification process described in ITT Clause 61, after consideration as

to whether the quality of Goods that is considered more advantageous by

the end-users.

58.4 The successful Tenderer as stated under ITT Sub Clauses 58.1, 60.2 and

60.3 shall not be selected through lottery under any circumstances.

59. Post-qualification 59.1 After determining the lowest-evaluated responsive tender as sated under

ITT Sub-Clause 58.1, the Purchaser’s TEC pursuant to Rule 100 of the

Public Procurement Rules, 2008, shall carry out the Post-Qualification of

the Tenderer, using only the requirements specified in Sub-Section C,

Qualification Criteria.

59.2 The TEC shall contact the references given by Tenderers about their

previous Supply experiences to verify, if necessary, statements made by

them in their Tender and to obtain the most up-to-date information

concerning the Tenderers.

59.3 The TEC may visit the premises of the Tenderer as a part of the post-

qualification process, if practical and appropriate, to verify information

contained in its Tender.

59.4 The TEC shall determine to its satisfaction whether the Tenderer that is

selected as having submitted the lowest evaluated responsive Tender is

qualified to perform the Contract satisfactorily.

59.5 The objective of any visit under ITT Sub-Clause 59.3 shall be limited to

a general and visual inspection of the Tenderer’s facilities and its plant

and equipment, and there shall be no discussion concerning the Tender

or its evaluation with the Tenderer during such visit(s).

59.6 In the event that the Tenderer with lowest evaluated cost fails the post-

qualification, the TEC shall make a similar determination for the

Tenderer offering the next lowest evaluated cost and so on from the

remaining responsive Tenders, provided that,

(a) such action shall only be taken if the evaluated costs of the Tenders

under consideration are acceptable to the Purchaser;

(b) when the point is reached whereby the evaluated costs of the

remaining responsive Tenders are significantly higher than that of

the official estimate, or the market price, the Purchaser may take

action pursuant to Rule 33 of the PPR 2008 and may proceed for

re-Tendering, using a revised Tender Document designed to

achieve a more successful result.

60. Negotiation 60.1 No negotiations shall be held during the financial offer evaluation or

award, with the lowest or any other Tenderer.

60.2 The Procuring Entity through the TEC may, however, negotiate with the

lowest evaluated Tenderer with the objective to reduce the Contract Price

by reducing the scope of works or a reallocation of risks and

responsibilities, only when it is found that the lowest evaluated Tender is

significantly higher than the official estimated cost; the reasons for such

higher price being duly investigated.

32

60.3 If the Procuring Entity decides to negotiate for reducing the scope of the

requirements under ITT Sub Clause 60.2, it will be required to guarantee

that the lowest Tenderer remains the lowest Tenderer even after the scope

of work has been revised and shall further be ensured that the objective

of the Procurement will not be seriously affected through this reduction.

60.4 In the event that the Procuring Entity decides because of a high Tender

price to reduce the scope of the requirements to meet the available budget,

the Tenderer is not obliged to accept the award and shall not be penalised

in any way for un-accepting the proposed award.

61. Rejection of All Tenders 61.1 The Purchaser may, in the circumstances as stated under ITT Sub-Clause

61.2 and pursuant to Rule 33 of the Public Procurement Rules 2008,

reject all Tenders following recommendations from the Tender

Evaluation Committee only after the approval of such recommendations

by the Head of the Purchaser.rejected, if –

61.2 All Tenders can be rejected, if -

(a) the price of the lowest evaluated Tender exceeds the official

estimate, provided the estimate is realistic; or

(b) there is evidence of lack of effective competition; such as non-

participation by a number of potential Tenderers; or

(c) the Tenderers are unable to propose completion of the delivery

within the stipulated time in its offer, though the stipulated time

is reasonable and realistic; or

(d) all Tenders are non-responsive; or

(e) evidence of professional misconduct, affecting seriously the

Procurement process, is established pursuant to Rule 127 of the

Public Procurement Rules, 2008.

61.3 Notwithstanding anything contained in ITT Sub-Clause 61.2 Tenders

may not be rejected if the lowest evaluated price is in conformity with

the market price.

61.4 A Purchaser may pursuant to Rule 35 of the Public Procurement

Rules, 2008, on justifiable grounds, annul the Procurement proceedings

prior to the deadline for the submission of Tenders.

61.5 All Tenders received by the Purchaser shall be returned unopened to the

Tenderers in the event Procurement proceedings are annulled under ITT

Sub-Clause 61.4.

62. Informing Reasons for

Rejection 62.1 Notice of the rejection, pursuant to Rule 35 of the Public Procurement

Rules, 2008, will be given promptly within seven (7) days of decision

taken by the Purchaser to all Tenderers and, the Purchaser will, upon

receipt of a written request, communicate to any Tenderer the reason(s)

for its rejection but is not required to justify those reason(s).

G. Contract Award

63. Award Criteria 63.1 The Purchaser shall award the Contract to the Tenderer whose offer

is responsive to the Tender Document and that has been determined

to be the lowest evaluated Tender, provided further that the Tenderer

is determined to be Post-Qualified as stated under ITT Clause 59.

33

63.2 A Tenderer shall not be required, as a condition for award of contract,

to undertake obligations not stipulated in the Tender Document, to

change its price, or otherwise to modify its Tender.

64. Notification of Award

64.1 Prior to the expiry of the Tender validity period and within seven (7)

working days of receipt of the approval of the award by the

Approving Authority, the Purchaser pursuant to Rule 102 of the

Public procurement Rules, 2008, shall issue the Notification of

Award (NOA) to the successful Tenderer.

64.2 The Notification of Award, attaching the contract as per the sample

(Form PG5A-7) to be signed, shall state:

(a) the acceptance of the Tender by the Purchaser;

(b) the price at which the contract is awarded;

(c) the amount of the Performance Security and its format;

(d) the date and time within which the Performance Security shall

be submitted; and

(e) the date and time within which the contract shall be signed.

64.3 The Notification of Award shall be accepted in writing by the

successful Tenderer within seven (7) working days from the date of

issuance of NOA.

64.4 Until a formal contract is signed, the Notification of Award shall

constitute a Contract, which shall become binding upon the

furnishing of a Performance Security and the signing of the Contract

by both parties.

64.5 The Notification of Award establishes a Contract between the

Purchaser and the successful Tenderer and the existence of a Contract

is confirmed through the signature of the Contract Document that

includes all agreements between the Purchaser and the successful

Tenderer.

65. Performance Security 65.1 The Performance Security shall be determined sufficient to protect the

performance of the Contract pursuant to Rule 27 of the Public

Procurement Rules, 2008.

65.2 Performance Security shall be furnished by the successful Tenderer in

the amount specified in the TDS and denominated in the currencies in

which the Contract Price is payable pursuant to Rule 102 (8) of the

Public Procurement Rules, 2008.

65.3 The proceeds of the Performance Security shall be payable to the

Purchaser unconditionally upon first written demand as compensation

for any loss resulting from the Supplier’s failure to complete its

obligations under the Contract.

66. Form and Time Limit for

furnishing of

Performance security

66.1 The Performance Security shall be in the form of irrevocable Bank

Guarantee in the format (Form PG5A-9) as stated under ITT Clause 65,

shall be issued by an internationally reputable bank and it shall have

34

correspondent bank located in Bangladesh, to make it enforceable

pursuant to Rule 27(4) of the Public Procurement Rules, 2008.

66.2 Within twenty-eight (28) days from issue of the Notification of Award,

the successful Tenderer shall furnish the Performance Security for the

due performance of the Contract in the amount specified under ITT Sub

Clause 65.2.

67. Validity of Performance

Security 67.1 The Performance Security shall be required to be valid until a date

twenty-eight (28) days beyond the date of completion of the

Supplier’s performance obligations under the Contract, including any

warranty obligations.

67.2 If under any circumstances date of completion of the Supplier’s

performance obligations under the Contract, including any warranty

obligations is to be extended, the Performance Security shall

correspondingly be extended for the extended period.

68. Authenticity of

performance Security 69.1 The Purchaser shall verify the authenticity of the Performance Security

submitted by the successful Tenderer by sending a written request to the

branch of the bank issuing irrevocable Bank Guarantee in specified

format.

69.2 If the Performance Security submitted under ITT Sub Clause 65.2 is not

found to be authentic, the Purchaser shall proceed to take measures

against the Tenderer in accordance with Section 64 of the Act and

pursuant to Rule 127 of the Public Procurement Rules, 2008.

69. Contract Signing 69.1 At the same time as the Purchaser issues the Notification of Award, the

Purchaser shall send the draft Contract Agreement and all documents

forming the Contract pursuant to Rule 102 of the Public Procurement

Rule, 2008, to the successful Tenderer.

69.2 Within twenty-eight (28) days of the issuance of Notification of Award,

the successful Tenderer and the Purchaser shall sign the contract

provided that the Performance Security submitted by the Tenderer is

found to be genuine.

69.3 If the successful Tenderer fails to provide the required Performance

Security, as stated under ITT Clause 65 or to sign the Contract, as stated

under ITT Sub-Clause 69.2, Purchaser shall proceed to award the

Contract to the next lowest evaluated Tenderer, and so on, by order of

ranking pursuant to Rule 102 of the Public Procurement Rules,2008.

70. Publication of

Notification of Award of

Contract

70.1 Notification of Awards for Contracts of Taka 10 (ten) million and above

shall be notified by the Purchaser to the Central Procurement Technical

Unit within 7(seven) days of issuance of the NOA for publication in their

website, and that notice shall be kept posted for not less than a month

pursuant to Rule 37 of the Public Procurement Rules, 2008.

35

70.2 Notification of Award for Contracts below Taka 10(ten) million, shall

be published by the Purchaser on its Notice Board and where applicable

on the website of the Purchaser and that notice shall be kept posted for

not less than a month pursuant to Rule 37 of the Public Procurement

Rules, 2008.

71. Debriefing of Tenderers 72.1 Debriefing of Tenderers by Purchaser shall outline the relative status

and weakness only of his or her Tender requesting to be informed of

the grounds for not accepting the Tender submitted by him or her

pursuant to Rule 37 of the Public Procurement Rule, 2008, without

disclosing information about any other Tenderer.

72.2 In the case of debriefing confidentiality of the evaluation process

shall be maintained.

72. Right to Complains 72.1 Any Tenderer has the right to complain if it has suffered or likely to suffer

loss or damage due to a failure of a duty imposed on the Purchaser to

fulfil its obligations in accordance with Section 29 of the Public

Procurement Act 2006 and pursuant to Part 12 of Chapter Three of the

Public Procurement Rules, 2008.

72.2 Circumstances in which a formal complaint may be lodged in sequence

by a potential Tenderer against a Purchaser pursuant to Rule 56 of the

Public Procurement Rules, 2008, and the complaints, if any, be also

processed pursuant to Rule 57 of the Public Procurement Rules 2008.

72.3 The potential Tenderer shall submit his or her complaint in writing within

seven (7) calendar days of becoming aware of the circumstances giving

rise to the complaint.

72.4 In the first instance, the potential Tenderer shall submit his or her

complaint to the Purchaser who issued the Tender Document.

72.5 The place and address for the first stage in the submission of complaints

to the Administrative Authority is provided in the TDS.

72.6 The Tenderer may appeal to a Review Panel only if the Tenderer has

exhausted all his or her options of complaints to the administrative

authority as stated under ITT Sub-Clause 72.2.

36

Section 2. Tender Data Sheet

Instructions for completing the Tender Data Sheet are provided, as needed, in the notes in

italics and under lined mentioned for the relevant ITT clauses.

ITT

Clause

Amendments of, and Supplements to, Clauses in the Instruction to Tenderers

A. General

ITT 1.1

The Purchaser is : ICT Directorate

Bangladesh Rural Electrification Board,

5th floor, BREB HQ Building,

Nikunja-2, Khilkhet, City: Dhaka-1229, Country: Bangladesh.

Tel: +8802-8900513

E-email: [email protected]

The Name and identification number of Tender are 01) SPPM-MCS-01; Lot-1:

ITT 1.2 The number, identification and name of lots comprising the Tender are:

TENDER PACKAGE NO: SPPM-MCS-01; Lot-1:

Design, Supply, Installation, Testing and Commissioning of Hardware (1 phase and

3 phase Meter with HES, NIC, HHU, UCC, UVS, DCU, Repeater, DR, Data Centre

accessories etc.) & Software for Implementation of AMI with MDM and related

service Under BREB for 5 lac smart meter that will be scalable up to 2 crore smart

meter on Turnkey Basis.

TENDER PACKAGE NO: SPPM-MCS-01; Lot-2:

Design, Supply, Installation of 10 thousand 3 phase, CT/PT Rated, Class 20, AMR

meter with HES and integration with BREB MDM & Server System.

Memo No: 27.12.0000.112.35.019.18.120 Date: 25-03-2021

ITT3.1 The source of public fund is: Own.

ITT3.3 The name of the Development Partner is Not applicable.

ITT5.1 Tenderers from the following countries are not eligible: Israel and countries having

no diplomatic relation with the Government of Bangladesh.

ITT

5.13

Tenderers shall have the following up to date valid License: None

37

ITT6.1 Materials, Equipment and associated services from the following countries are not

eligible: Israel and countries having no diplomatic relation with the Government

of Bangladesh.

B. Tender Document

ITT8.2 The following are the offices of the Purchaser or authorised agents for the purpose

of providing the Tender Document: None

Agent’s/Office Name:

ICT Directorate

Bangladesh Rural Electrification Board,

5th floor, BREB HQ Building,

Nikunja-2, Khilkhet, City: Dhaka-1229, Country: Bangladesh.

Tel: +8802-8900513

E-email: [email protected]

ITT9.1 For clarification of Tender Document purposes only, the Procuring Entity’s

address is:

Attention:

ICT Directorate

Bangladesh Rural Electrification Board,

5th floor, BREB HQ Building,

Nikunja-2, Khilkhet, City: Dhaka-1229, Country: Bangladesh.

Address:

ICT Directorate

Bangladesh Rural Electrification Board,

5th floor, BREB HQ Building,

Nikunja-2, Khilkhet, City: Dhaka-1229, Country: Bangladesh.

Tel: +8802-8900513

E-email: [email protected]

And contact the Procuring Entity within Date: 12-04-2021, Time: 11.00am.

38

ITT10.

1

A Pre- Tender meeting shall be held at

Address:

ICT Directorate

Bangladesh Rural Electrification Board,

5th floor, BREB HQ Building,

Nikunja-2, Khilkhet, City: Dhaka-1229, Country: Bangladesh.

Tel: +8802-8900513

E-email: [email protected]

Time: 11.00am Date: 12-04-2021

A site visit conducted by the Employer will not be organized.'

Tenderers are advised to conduct site visit at their own responsibility. The Employer

will provide necessary support and may arrange necessary permissions if requested

by the Tenderers. The costs and expenses associated with attending the pre-tender

meeting and/or site visit shall be borne by the Potential Tenderers.

C. Qualification Criteria

ITT

13.1

The maximum three (03) number of arbitration against the Tenderer over a period of

the last Five (05) years

ITT14.

1(a)

For Lot -1:

i) The Bidder shall have a minimum of 5 years of overall experience in the role of

contractor in supply and installation of minimum 100,000 electrical Smart

meter/prepayment meter on Turnkey basis in a single contract in electric utility

within last 5 years.

However, in case of JVCA, any partner shall have minimum of 5(five) years of

overall experience in supply and installation of minimum 100,000 electrical smart

prepayment meter / pre-payment meter on Turnkey basis in a single contract in

electric utility within last 5 years.

In case of JVCA, Supplier/Manufacturer of smart meter shall be the Tenderer /

Bidder. The lead partner shall be Bangladeshi.

Necessary supporting documents in English shall have to be submitted as evidence.

ii) The bidder or in case of JVCA, any partner shall have the experience of

establishing of at least 1(one) Data Center (DC) with a capacity to operate minimum

1(one) lac meters. Satisfactory Certificate from the end user shall be provided in

english as evidence.

39

iii) The tenderer/manufacturer shall have sufficient local establishment or local

representative for providing instant services as and when required.

For Lot -2:

i) The Bidder or in case of JVCA any partner shall have minimum of 5 years of

overall experience in the role of contractor in supply of minimum 5,000 nos. of 3

phase Smart meter on Turnkey basis in a single contract in electric utility within last

5 years.

ii) The tenderer/manufacturer shall have sufficient local establishment or local

representative for providing instant services as and when required.

Necessary supporting documents in English shall have to be submitted as evidence.

ITT

14.1(b)

For Lot -1:

The Tenderer should fulfill the following requirements:

i) The Bidder must furnish evidences to demonstrate they have experiences in

successfully interfacing RF based network interface card (NIC)/RF module for at

least 3 different manufacturer’s IEC meters across at least 02 (two) countries/utilities

in last 5 years. The RF communication module/NIC card shall be as per

specification, Wi SUN FAN certified (certificate to be provided), can communicate

with DLMS/COSEM technology and must support plug & play operation mode for

RF, PLC, GPRS(Cellular) etc.

BREB wants to achieve the device level interoperability by choosing RF

communication technology and multiple manufacturer’s smart meters. That is, the

multiple’s manufacture’s meters shall use the same communications technology RF

mesh and shall comply with the RF Network interface card (NIC)/RF

communication module specification of the RF canopy vendor.

ii) The Bidder or in case of JVCA, any partner shall have experience of successfully

establishing RF communication network in at least 02 (two) utilities /countries

covering at least one lac (100,000) smart meters(cumulative) in last 5 (five) years.

Out of these contracts, at least one contract shall have contract amount of minimum

10 (ten) million USD or equivalent in BDT and no. of meters installed shall be

minimum fifty thousand (50,000).

Communication devices (DCU, Repeater) shall be interoperable with at least 3

different manufacturer’s IEC meters. DCU, Repeater shall be as per specification,

Wi SUN FAN certified, can communicate with DLMS/COSEM technology and must

support plug & play operation mode for RF, PLC, GPRS (Cellular) etc.

40

iii) MDMS vendor shall be named in the list of Gartner: Magic Quadrant for Meter

Data Management Products for minimum 1 year within last 5 years. MDMS vendor

shall have minimum 3 references from utility/client that the MDMS of the vendor is

being used for a minimum of 1 million meters (cumulative) and the MDMS has been

live for more than 2 years. At least 2 reference certificates from the end user/utility

shall be submitted from outside the country of MDMS vendor. Out of these contracts,

at least one contract shall have no. of customers at least 0.5 (point five) million.

iv) The tenderer or in case of JVCA, any partner shall have agreement/MoU with

smart meter manufacturers to integrate their meters with the offered NIC and

AMI Solution. A letter of assurance jointly signed by tenderer and meter OEM‟s

shall have to be submitted with the tender proposal.

v) The tenderer and respective manufacturer shall fill up Specifications

Submission & Compliance Sheet (PG5A-4a) for offered goods with appropriate

data.

vi) The following samples shall be submitted with the tender to confirm the tender

requirement .

I. Single phase Smart Prepayment meter 2(two) nos.

II. Three phase Smart Prepayment meter 2(two) nos.

III. Data Concentator Unit 2(two) nos.

IV. Repeater 2(two) nos.

V. NIC/RF Communication Module 2(two) nos.

vii) Type test report for sample meters from internationally reputed independent

testing laboratory as per specification.

viii) Demonstration: Preliminary technical responsive tenderers shall have to

successfully present & demonstrate the functionality and operation of their AMI

solution. The respective preliminary responsive tenderer will be notified the date

of presentation/demonstration at least 30 (Thirty) days ahead of the

presentation/ demonstration. During demonstration, at least 3(Three) different

manufacturers’ meters (single phase and three phases) from at least two different

countries shall have to be brought online using RF network (using offered type

of RF module, DCU, Repeater). This demonstration should contain vending

system in different platform (online, mobile SMS, mobile apps, pos, ATM/bank

booth, Web portal etc.). During demonstration, the tenderer can use their

own/proposed HES and MDMS for evaluation purpose only. Without changing

the sample meter, the tenderer may perform the demonstration with necessary

upgraded firmware. The tenderer shall supply the meters from one or more of

demonstrated manufacturer’s meter. This presentation/demonstration will be a

part of the technical evaluation. The tenderer shall submit a working plan and

41

architecture of their system for this demonstration with their tender proposal.

The tenderer who will fail to perform this presentation/demonstration or whose

presentation/demonstration will be unsatisfactory will be considered

Technically Non-responsive and as such their tender will be rejected and shall

not be considered for further evaluation. The cost associated with this

demonstration shall have to be borne by the tenderer.

For Lot -2:

The Tenderer should fulfill the following requirements:

I. The Bidder must furnish evidences to demonstrate they have experiences in

successfully interfacing Cellular (GPRS) based network interface card

(NIC)/Communication Module at least 02 (two) countries/utilities in last 5

years.

II. The Bidder or in case of JVCA, any partner shall have experience of

successfully establishing GPRS communication network in at least 02 (two)

utilities covering at least ten thousand (10,000) 3 phase smart meters in last

5 (five) years. Out of these contracts, at least one contract shall have contract

amount of minimum 01 (one) million USD or equivalent in BDT and no. of

meters installed shall be minimum five thousand (5,000).

III. The bidder must furnish evidence to integrate the meter along with HES to

BREB Meter Data Management System (MDMS) maintaining the

DLMS/COSEM or equivalent protocol.

IV. The tenderer or all members of the JVCA shall not have been

debarred/blacklisted in any utility in Bangladesh or abroad. The tenderer shall

submit a self-undertaking signed by its Authorized Signatories that the Bidder

or any partner has not been blacklisted/barred by any Govt. Organization or

Regulatory Agencies in Bangladesh or abroad

V. The tenderer and respective manufacturer shall fill up Specifications

Submission & Compliance Sheet (PG5A-4a) for offered goods with

appropriate data.

VI. The following samples shall be submitted with the tender to confirm the tender

requirement .

Three phase Smart meter 02(two) numbers.

VII. Type test report for sample meters (those are submitted with the bid) from

internationally reputed independent testing laboratory as per Cl. no. 7.49.1 &

2 of Section-7 Technical Specification.

42

VIII. Demonstration: Preliminary technical responsive tenderers shall have to

successfully present & demonstrate the functionality and operation of their

Meter with HES to make it interoperable with BREB MDMS. This

presentation/demonstration will be a part of the technical evaluation. The

tenderer shall submit a working plan and architecture of their system for this

demonstration with their tender proposal. Please refer to Section 6 for the

items/points to be checked during demonstration for evaluation purpose only.

The tenderer who will fail to perform this presentation/ demonstration or

whose presentation/demonstration will be unsatisfactory will be considered

Technically Non-responsive and as such their tender will be rejected and shall

not be considered for further evaluation. The cost associated with this

demonstration shall have to be borne by the tenderer.

ITT

15.1(a)

For Lot -1:

The average annual turnover of the bidder (in case of JVCA, lead bidder) shall not be

less than BDT 400.00 (four hundred) crore for last three (3) financial years. Audited

financial statements in English for last three (3) financial years shall have to be

submitted.

For Lot -2:

The average annual turnover of the bidder (in case of JVCA, lead bidder) shall not be

less than BDT 10.00 (ten) crore for last three (3) financial years. Audited financial

statements in English for last three (3) financial years shall have to be submitted.

ITT

15.1(b)

For Lot -1:

The minimum amount of liquid assets or working capital or credit facilities of the

bidder (in case of JVCA, lead bidder) shall be minimum BDT 300.00 (three hundred)

crore.

Audited Balance Sheets or other financial statements acceptable to the purchaser shall

be submitted by the tenderer to demonstrate the current soundness of the tenderer’s

position and its prospective long-term profitability.

For Lot -2:

The minimum amount of liquid assets or working capital or credit facilities of the

bidder (in case of JVCA, lead bidder) shall be minimum BDT 09.00 (nine) crore .

Audited Balance Sheets or other financial statements acceptable to the purchaser shall

be submitted by the tenderer to demonstrate the current soundness of the tenderer’s

position and its prospective long-term profitability.

43

ITT

16.1(a)

For Lot -1:

The qualifications and experiences of Project key personnel are enumerated in the

following table:

No Position Total Works Experience

(years)

Experience in similar

works (years)

1. Project Manager

(No.- 2; One for

meter and

communication

and other for

MDM, DC and

DR)

10 5

2. Network/

Communication

Specialist

(No.- 5)

5 3

3. Smart Meter

Specialist

(No.- 3)

5 3

4. Software Engineer

(No.- 2)

5 3

5. Database Specialist

(No.- 2)

5 3

6. Electrical

Distribution

Engineer

(No.-1)

10 5

7. Billing Expert

(Software based)

(No.-1)

5 3

CV of the key personnel shall have to be submitted with the proposal.

44

For Lot -2:

A Project Manager, Engineer, and other key staff shall have the following

qualifications and experience:

No Position Total Works

Experience (Years)

Experience in similar

works (Years)

1. Project Manager

(No.- 1)

10 5

2. Network Specialist

(No.- 1)

5 3

3. Communication

Specialist

(No.- 1)

5 3

4. Smart Meter

Specialist

(No.- 1)

5 3

5. Application

integration

specialist

(No.- 1)

5 3

CV, experience certificate, copy of educational qualification certificate of above key

staffs shall have to be submitted with the tender proposal.

ITT

18.1

The value of non-judicial stamp for execution of the Joint Venture Agreement shall

be Tk 300 only.

45

ITT 18.2

Maximum number of partners in the JV shall be 4 (Four).

The minimum qualification requirements of Leading Partner, other Partner(s) and

requirements by summation of a JV shall be as follows:

TDS Clauses

References

Requirements

by summation

Requirements for

Leading Partner

Requirements

for other

Partner(s)

ITT-14.1(a) As per TDS As per TDS As per TDS

ITT-14.1(b) As per TDS As per TDS As per TDS

ITT-15.1(a) 100% 40% 25%

ITT-15.1(b) 100% 40% 25%

ITT-16.1(a) 100% Not applicable Not applicable

D. Tender Preparation

ITT 19.2 The maximum of percentage of Goods allowed to be subcontracted: Not Applicable

ITT 19.4 The Nominated Subcontractor(s) named shall execute the following specific

components of the proposed Works: Not Applicable

ITT 20.1

Tenders are being invited for:

1) SPPM-MCS-01; Lot-1

2) SPPM-MCS-01; Lot-2

ITT

24.2(r)

The Tenderer shall submit with its technical offer the following additional

documents:

i. Description of project implementation approach and

methodology.

ii. Drawings, documents, catalogues and leaflets.

iii. The tenderer shall have to submit the Authorization Letter

from data network service provider at their letter head pad as

confirmation.

iv. The tenderer shall submit satisfactory type test certificates of

all the equipment to be supplied under this contract.(if

applicable)

v. All necessary papers, test report, catalogue etc. as described

in the technical specification of the Tender document.

vi. The tender shall submit along with offer all type & routine

test reports of offered equipment as mentioned in the

46

specification enclosed in the tender document from

internationally recognized independent testing laboratory (if

applicable). For the test reports from the laboratories the

tenderer must furnish evidence in support of the status of the

laboratories, which should be acceptable to BREB. The

Manufacturer’s own test report will not be accepted.

vii. Technical specification and brochures of equipment/plant to

be incorporated in the works

viii. Tender purchased receipt/Document.

ix. A written confirmation of Authorization to sign on behave of

the tenderer.

x. Warranty certificate from both Tenderer and manufacturer.

ITT 25.1 Alternative shall not be permitted.

ITT 26.1 Tenderers shall quote for the entire Plant and Installation Services on a single

responsibility basis.

In the offer, tenderer shall fulfil the price schedule for Forieng trainging schedule,

Alternative Forieng trainging schedule & Local Training described in the

technical specification & scope. Among them either schedule Forieng trainging

schedule or Alternative Forieng trainging schedule is applicable. During

evaluation, the purchaser will consider the quoted price for the Forieng trainging

schedule, Alternative Forieng trainging schedule & Local Training and it will

be treated as evaluated price. And during contract the tender value will be

considered as per the higher value (price) between Forieng trainging schedule &

Alternative Forieng trainging schedule.But during execution the purchaser will

pay the bill as per the schedule which is executed.

26.5(a) As per Price Schedule.

26.5(d) Specific project sites.

ITT 26.7 The price shall be fixed.

ITT 27.4 Not Applicable

ITT 28.1

(b)

As per Price Schedule.

ITT

28.1(c) Manufacturer’s authorization: Required

The tenderer shall furnish manufacturer’s authorization letter for Smart meters,

equipments of HES/RF network, MDMS & all major IT products. Authorization

letter from distributor/local agent/supplier for major IT products will be acceptable.

47

ITT 30.2 The Tender validity period shall be 120 days.

ITT 32.2

The amount of the Tender Security shall be:

For Lot-1: BDT 20,00,00,000.00 (Twenty Core)

For Lot-2: BDT 35,00,000.00 (Thirty Five Lac)

in favour of Bangladesh Rural Electrification Board.

ITT 37.1 In addition to the original of the Bid proposal, 2 copies shall be submitted with

soft copy by means of CD and pendrive. Only soft copy will not be acceptable for

tender submission.

E. Submission of Tender

ITT 38.1 Alternative offer shall not be permitted.

The Tender shall be single stage two envelope. Technical and financial proposal

shall be submitted in two separate envelopes duly sealed and signed, which shall be

in a single envelope duly addressed to the employer. The Technical envelope will

be opened first. The original “Technical Offer” and the envelope containing all

copies and original of “Financial Offer” will be kept in safe custody of “ICT

Directorate, BREB”. Financial Proposal of only technically responsive bids will be

opened at date and time to be notified later to the respective bidder. The Financial

Proposal of the technically non-responsive bidder will be returned unopened to the

respective bidder.

ITT

38.2(d)

DO NOT OPEN BEFORE 12:30 noon Bangladesh Standard Time on 26-04-

2021

ITT

38.2(e)

(a) Be addressed to the Employer at the following address:

Attention:

ICT Directorate

Bangladesh Rural Electrification Board,

5th floor, BREB HQ Building,

Nikunja-2, Khilkhet, City: Dhaka-1229, Country: Bangladesh.

Tel: +8802-8900513

E-email: [email protected]

(b) bear the following identification:

TENDER PACKAGE NO: SPPM-MCS-01; Lot-1:

48

Design, Supply, Installation, Testing and Commissioning of Hardware (1 phase and

3 phase Meter with HES, NIC, HHU, UCC, UVS, DCU, Repeater, DR, Data Centre

accessories etc.) & Software for Implementation of AMI with MDM and related

service Under BREB for 5 lac smart meter that will be scalable up to 2 crore smart

meter on Turnkey Basis.

TENDER PACKAGE NO: SPPM-MCS-01; Lot-2:

Design, Supply, Installation of 10 thousand 3 phase, CT/PT Rated, Class 20, AMR

meter with HES and integration with BREB MDM & Server System.

ITT

38.4(e)

The tenderer shall enclose the original Technical Proposal and Financial Proposal

in different envelope. The envelopes will be marked as Technical Proposal Original

and Financial Proposal Original. Similarly copies of technical and financial

proposal will be enclosed in two different envelopes and the envelope will be

marked 'Copy Technical Proposal' and 'Copy Financial Proposal'. Then original

Technical Proposal envelope and copy of the technical proposals will be put into

another envelope and the envelope will be marked as technical proposal. Similarly,

Original of the Financial Proposal and Copy of the Financial Proposal will put into

another envelope will be marked as Financial Proposal. These two envelopes of

Technical Proposal and Financial proposal shall then be enclosed one single outer

envelope. All the envelops should be duly sealed and signed by the bidder.

(a) Be addressed to the Employer at the following address:

Attention:

ICT Directorate

Bangladesh Rural Electrification Board,

5th floor, BREB HQ Building,

Nikunja-2, Khilkhet, City: Dhaka-1229, Country: Bangladesh.

Tel: +8802-8900513

E-email: [email protected]

(b) bear the following identification:

49

TENDER PACKAGE NO: SPPM-MCS-01; Lot-1:

Design, Supply, Installation, Testing and Commissioning of Hardware (1 phase and

3 phase Meter with HES, NIC, HHU, UCC, UVS, DCU, Repeater, DR, Data Centre

accessories etc.) & Software for Implementation of AMI with MDM and related

service Under BREB for 5 lac smart meter that will be scalable up to 2 crore smart

meter on Turnkey Basis.

TENDER PACKAGE NO: SPPM-MCS-01; Lot-2:

Design, Supply, Installation of 10 thousand 3 phase, CT/PT Rated, Class 20, AMR

meter with HES and integration with BREB MDM & Server System.

DO NOT OPEN THE FINANCIAL OFFER BEFORE THE TECHNICAL

OFFER EVALUATION AND APPROVAL.

ITT 39.1 For Tender submission purposes ,the Purchaser’s address is:

Attention: Md. Fahim Uddin

Senior System Analyst, ICT Directorate

Bangladesh Rural Electrification Board,

5th floor, BREB HQ Building,

Nikunja-2, Khilkhet, City: Dhaka-1229, Country: Bangladesh.

Address:

ICT Directorate

Bangladesh Rural Electrification Board,

5th floor, BREB HQ Building,

Nikunja-2, Khilkhet, City: Dhaka-1229, Country: Bangladesh.

Tel: +8802-8900513

E-email: [email protected]

The deadline for submission of Tenders is:

Time & Date: 26-04-2021 up to 12.00 noon (BST).

ITT 39.3 For Tender submission purposes only, the Procuring Entity’s address is:

50

Attention: Md. Fahim Uddin

Senior System Analyst, ICT Directorate

Bangladesh Rural Electrification Board,

5th floor, BREB HQ Building,

Nikunja-2, Khilkhet, City: Dhaka-1229, Country: Bangladesh.

Address:

ICT Directorate

Bangladesh Rural Electrification Board,

5th floor, BREB HQ Building,

Nikunja-2, Khilkhet, City: Dhaka-1229, Country: Bangladesh.

Tel: +8802-8900513

E-email: [email protected]

The deadline for the submission of Tenders is:

Time & Date: 26-04-2021 up to 12.00 noon (BST).

Tender Opening Time & Date: 26-04-2021 up to 12.30 noon (BST).

Address (Secondary Place): Not Applicable

ITT 39.4 The deadline for hand-delivering of the Tenders at the PRIMARY PLACE is:

Not Applicable

F. Opening and Evaluation of Tenders

ITT 45.1 The technical offer opening shall take place at:

Address:

ICT Directorate

Bangladesh Rural Electrification Board,

5th floor, BREB HQ Building,

Nikunja-2, Khilkhet, City: Dhaka-1229, Country: Bangladesh.

Tel: +8802-8900513

E-email: [email protected]

51

Time & Date: 26-04-2021 up to 12.30 noon (BST).

The Technical envelope will be opened first. The Financial Proposal will be kept in

safe custody of purchaser. Financial Proposal of only technically responsive tender

will be opened at date to be notified later to the respective tenderer. The Financial

Proposal of the technically non-responsive tenderer will be returned unopened to

the respective tenderer.

ITT 57.5 The applicable economic factors, for the purposes of evaluation of Tenders shall be:

(a) Adjustment for Deviations in the Delivery and Completion Schedule

“The Plant and Service covered by this Tendering process are required to be

delivered in accordance with, and completed within, the Delivery and

Completion Schedule specified in Section 6, Employer’s Requirements. No

credit will be given for earlier completion. Tender offering late contract

performance schedules within acceptable period will be accepted but the

tenders shall be Adjusted in the evaluation by adding to the Tender Price at

the rate of [specify percentage] ofthe Tender Price for each day ofdelay.

Tender offering delivery schedules beyond [specify time Limit] of the date

specified in Section 6, Employer’s Requirement, shall be rejected.”

[not applicable]

(b) Cost of major replacement components, mandatory spare parts, and

service

The Procuring Entity will draw up a list of high-usage and high-value items

of components and spare parts [specify (spare parts, tools, major

assemblies, estimated quantities] of usage in the initial period [specify

period] of operation. The total cost of these items and quantities will be

computed from spare parts unit prices submitted by the Tenderer and added to

the tender price, for evaluation purposes only.[not applicable]

(c) Other factors affecting the true economic value

The Procuring Entity will draw up other factors affecting the true economic

value of the Tender price may be life span costs, such as cost of fuel,

performance or productivity of the equipment, etc.The total cost of these items

and quantities will be computed from submitted Tender and added to the

tender price, for evaluation purposes only.[not applicable]

G. Award of Contract

ITT 65.2 The amount of Performance Security shall be 10 percent of the Contract Price.

ITT 72.5 The name and address of the office where complaints to the Purchaser are to be

submitted is:

Attention: Md. Fahim Uddin

52

Senior System Analyst, ICT Directorate

Bangladesh Rural Electrification Board,

5th floor, BREB HQ Building,

Nikunja-2, Khilkhet, City: Dhaka-1229, Country: Bangladesh.

Address:

ICT Directorate

Bangladesh Rural Electrification Board,

5th floor, BREB HQ Building,

Nikunja-2, Khilkhet, City: Dhaka-1229, Country: Bangladesh.

Tel: +8802-8900513

E-email: [email protected]

53

Section 3. General Conditions of Contract

A. General

1. Definitions 1.1 In the Conditions of Contract, which include Particular Conditions and these

General Conditions, the following words and expressions shall have the

meaning hereby assigned to them. Boldface type is used to identify the

defined terms:

(a) Approving Authority means the authority which, in accordance

with the Delegation of Financial powers, approves the award of

Contract for the Procurement of Goods, Works and Services.

(b) Act means The Public Procurement Act, 2006 (Act 24 of 2006).

(c) Commissioning means operation of the Facilities or any part thereof

by the Contractor following Completion, which operation is to be

carried out by the Contractor for the purpose of carrying out

Guarantee Test(s).

(d) Competent Authority means the authority that gives decision on

specific issues as per delegation of administrative and/or financial

powers.

(e) Completion means that the Facilities (or a specific part thereof

where specific parts are specified in the Contract) have been

completed operationally and structurally and put in a tight and clean

condition, that all work in respect of Pre Commissioning of the

Facilities or such specific part thereof has been completed, and that

the Facilities or specific part thereof are ready for Commissioning.

(f) Completion Certificate means the Certificate issued by the Project

Manager as evidence that the Contractor has executed the services

in all respects as per design, drawing, specifications and Conditions

of Contract.

(g) Completion Date is the actual date of completion of the plant and

services certified by the Project Manager, in accordance with GCC

Clause 24.

(h) Contract Agreement means the Agreement entered into between

the Procuring Entity and the Contractor, together with the Contract

Documents referred to therein, including all attachments,

appendices, and all documents incorporated by reference therein to

supply and install Plant & Equipment

(i) Contract Documents means the documents listed in GCC Clause

6, including any amendments thereto.

(j) Contractor/supplier means the Person under contract with the

Procuring Entity for the supply and installation of Plant &

Equipment under the Rules and the Act as stated in the PCC.

54

(k) Contractor’s Representative means any person nominated by the

Contractor and approved by the Employer to perform the duties

delegated by the Contractor.

(l) Contract Price means the price payable to the Contractor as

specified in the Contract Agreement, subject to such additions and

adjustments thereto or deductions therefrom, for the supply and

installation of plant & equipment in accordance with the provisions

of the Contract, subject to such additions and adjustments thereto or

deductions therefrom, as may be made pursuant to the Contract.

(m) Cost means all expenditures reasonably incurred or to be incurred

by the Contractor, whether on or off the Site, including

overhead ,profit, taxes, duties, fees, and such other similar levies

(n) Day means calendar day unless otherwise specified as working days.

(o) Dayworks means work carried out following the instructions of the

Procuring Entity or the authorised Project Manager and is paid for

on the basis of time spent by the Contractor’s workers and

equipment at the rates specified in the Schedules, in addition to

payments for associated Materials and Plant.

(p) Defect is any part of the Works not completed in accordance with

the Contract.

(q) Defect Liability Period means the period of validity of the

warranties given by the Contractor commencing at Completion of

the Facilities or a part thereof, during which the Contractor is

responsible for defects with respect to the Facilities (or the relevant

part thereof) as provided in contract document.

(r) Defects Correction Certificate is the certificate issued by the

Project Manager upon correction of defects by the Contractor.

(s) Drawings include calculations and other information provided in

Section 7 or as approved by the Project Manager for the execution

and completion of the Contract.

(t) Effective Date means the date of fulfillment of all conditions of the

Contract Agreement, from which the Time for Completion shall be

counted.

(u) Equipmentmeans all facilities, equipment, machinery, tools,

apparatus, appliances or things of every kind required in or for

installation, completion and maintenance of Facilities that are to be

provided by the Contractor, but does not include Plant, or other

things intended to form or forming part of the Facilities.

(v) Facilities means the Plant to be supplied and installed, as well as all

the Installation Services to be carried out by the Contractor under

the Contract. It also includes any ancillary building or infra structure

that needs to be constructed/built/erected to support the plant.

(w) Force Majeure means an event or situation beyond the control of

the Contractor that is not foreseeable, is unavoidable, and its origins

55

not due to negligence or lack of care on the part of the Contractor;

such events may include, but not be limited to, acts of the

Government in its sovereign capacity, wars or revolutions, fires,

floods, epidemics, quarantine restrictions, and freight embargoes or

more as included in GCC Clause 52.

(x) Goods mean the Contractor’s Plant, Equipment, Materials or any of

them as appropriate.

(y) GCC means the General Conditions of Contract.

(z) Government means the Government of the People’s Republic of

Bangladesh.

(aa) Guarantee Test(s)means the test(s) specified in the Employer’s

Requirements to be carried out to ascertain whether the Facilities or

a specified part thereof is able to attain the Functional Guarantees

specified in the Appendix to the Contract Agreement titled

Functional Guarantees, in accordance with the provisions of GCC

Sub-Clause 25.2 (Guarantee Test) hereof.

(bb) Head of the Procuring Entity means the Secretary of a Ministry or

a Division, the Head of a Government Department or Directorate;

or the Chief Executive, by whatever designation called, of a local

Government agency, an autonomous or semi-autonomous body or a

corporation, or a corporate body established under the Companies

Act;

(cc) Installation Services means all those services ancillary to the

supply of the Plant for the Facilities, to be provided by the

Contractor under the Contract, such as transportation and provision

of marine or other similar insurance, inspection, expediting, site

preparation works (including the provision and use of Contractor’s

Equipment and the supply of all construction materials required),

installation, testing, pre-commissioning, commissioning,

operations, maintenance, the provision of operations and

maintenance manuals, training, etc. as the case may require.

(dd) Intended Completion Date is the date calculated from the

Commencement Date as specified in the PCC, on which it is

intended that the Contractor shall complete the Works and Physical

services as specified in the Contract and may be revised only by the

Project Manager by issuing an extension of time or an acceleration

order.

(ee) Materials means things of all kinds other than Plant intended to

form or forming part of the Permanent Works, including the supply-

only materials, if any, to be supplied by the Contractor under the

Contract.

(ff) Month means calendar month.

(gg) Original Contract Price is the Contract Price stated in the

Procuring Entity’s Notification of Award (Form PG5A-7) and

further clearly determined in the PCC.

56

(hh) Operational Acceptance means the acceptance by the Employer of

the Facilities (or any part of the Facilities where the Contract

provides for acceptance of the Facilities in parts), which certifies the

Contractor’s fulfillment of the Contract in respect of Functional

Guarantees of the Facilities (or the relevant part thereof) in

accordance with the provisions of contract

(ii) PCC means the Particular Conditions of Contract.

(jj) Plant means permanent plant, equipment, machinery, apparatus,

materials, articles, ancillary buildings/structure and things of all

kinds to be provided and incorporated in the Facilities by the

Contractor under the Contract (including the spare parts to be

supplied by the Contractor), but does not include Contractor’s

Equipment.

(kk) Pre-Commissioning means the testing, checking and other

requirements specified in the Employer’s Requirements that are to

be carried out by the Contractor in preparation for Commissioning.

(ll) Procuring Entity/Employer/Purchaser means, as the context so

applies, an Entity having administrative and financial powers to

undertake procurement of Plant and Physical services using public

funds and is as named in the PCC who employs the Contractor to

carry out the contractual obligations.

(mm) Project Manager is the person named in the PCC or any other

competent person appointed by the Procuring Entity and notified to

the Contractor who is responsible for supervising the execution and

completion of the plant and services and administering the Contract.

(nn) Schedules means the document(s) entitled schedules, completed by

the Contractor and submitted with the Tender Submission Letter, as

included in the Contract. Such document may include the data, lists

and schedules of rates and/or prices.

(oo) Site means the land and other places upon which the Facilities are

to be installed, and such other land or places as may be specified in

the PCC as forming part of the Site

(pp) Site Investigation Reports are those that were included in the

Tender Document and are factual and interpretative reports about

the surface and subsurface conditions at the Site.

(qq) Specification means the Specification of the goods/works/related

services included in the Contract and any modifications or additions

to the specifications made or approved by the Project Manager in

accordance with the Contract.

(rr) Start Date is the date defined in the PCC and it is the last date

when the Contractor shall commence execution of the

goods/works/services under the Contract.

(ss) Subcontractor means a person or corporate body, who has a

contract with the Contractor to carry out a part of the work in the

Contract, which includes work on the Site.

57

(tt) Time for Completion means the time within which Completion of

the Facilities as a whole (or of a part of the Facilities where a

separate Time for Completion of such part has been prescribed) is

to be attained, in accordance with the relevant provisions of the

Contract.

(uu) Variation means any change to the plant and services directly

procured from the original Contractor to cover increases or

decreases in quantities, including the introduction of new work

items that are either due to change of plans, design or alignment to

suit actual field conditions, within the general scope and physical

boundaries of the contract.

(vv) Works means all works associated with the construction,

reconstruction, site preparation, demolition, repair, maintenance or

renovation of railways, roads, highways, or a building, an

infrastructure or structure or an installation or any construction work

relating to excavation, installation of equipment and materials,

decoration, as well as physical services ancillary to works as

detailed in the PCC, if the value of those services does not exceed

that of the Works themselves.

(ww) Writing means communication written by hand or machine duly

signed and includes properly authenticated messages by facsimile

or electronic mail.

2. Interpretation 2.1 In interpreting the GCC, singular also means plural, male also means female

or neuter, and the other way around. Headings in the GCC shall not be

deemed part thereof or be taken into consideration in the interpretation or

construance of the Contract. Words have their normal meaning under the

language of the Contract unless specifically defined.

2.2 Entire Agreement.

The Contract constitutes the entire agreement between the Employer and

the Contractor and supersedes all communications, negotiations and

agreements (whether written or verbal) of parties with respect thereto made

prior to the date of Contract Agreement; except those stated under GCC Sub

Clause 6.1(j).

2.3 Non waiver.

(a) Subject to GCC Sub Clause 2.3(b), no relaxation, forbearance, delay,

or indulgence by either party in enforcing any of the terms and

conditions of the Contract or the granting of time by either party to the

other shall prejudice, affect, or restrict the rights of that party under

the Contract, neither shall any waiver by either party of any breach of

Contract operate as waiver of any subsequent or continuing breach of

Contract.

(b) Any waiver of a party’s rights, powers, or remedies under the Contract

must be in writing, dated, and signed by an authorized representative

58

of the party granting such waiver, and must specify the right and the

extent to which it is being waived.

2.4. Severability

If any provision or condition of the Contract is prohibited or rendered

invalid or unenforceable, such prohibition, invalidity or unenforceability

shall not affect the validity or enforceability of any other provisions and

conditions of the Contract.

2.5. Sectional completion

If sectional completion is specified in the PCC, references in the GCC to

the Works, the Completion Date, and the Intended Completion Date apply

to any section of the Works (other than references to the Completion Date

and Intended Completion Date for the whole of the Works).

3. Communications & Notices

3.1 Communications between Parties such as notice, request or consent required

or permitted to be given or made by one party to the other pursuant to the

Contract shall be in writing to the addresses specified in the PCC.

3.2 A notice shall be effective when delivered or on the notice’s effective date,

whichever is later.

3.3 A Party may change its address for notice hereunder by giving the other

Party notice of such change to the address.

4. Governing Law 4.1 The Contract shall be governed by and interpreted in accordance with the

laws of the People’s Republic of Bangladesh.

5. Governing Language

5.1 The Contract shall be written in English. All correspondences and

documents relating to the Contract may be written in English. Supporting

documents and printed literature that are part of the Contract may be in

another language, provided they are accompanied by an accurate translation

of the relevant passages in English, in which case, for purposes of

interpretation of the Contract, such translation shall govern.

5.2 The Contractor shall bear all costs of translation to the governing language

and all risks of the accuracy of such translation.

6. Documents Forming the Contract and Priority of Documents

6.1 The following documents forming the Contract shall be interpreted in the

following order of priority:

59

(a) the signed Contract Agreement (Form PG5A-8);

(b) the Notification of Award (PG5A-7);

(c) the completed Tender and the Appendix to the Tender;

(d) the Price Schedule for Plant and Services (PG5A-3);

(e) the Particular Conditions of Contract;

(f) the General Conditions of Contract;

(g) the Technical Specifications;

(h) Personnel Information;

(i) Equipment Information;

(j) the Drawings; and

(k) Any other document listed in the PCC forming part of the Contract.

7. Contract Agreement 7.1 The parties shall enter into a Contract Agreement within twenty eight (28) days

from the date of issuance of the Notification of Award (NOA). The costs of

stamp duties and similar charges, if any, designated by the applicable law in

connection with entry into the Contract Agreement, shall be borne by the

Employer.

8. Assignment 8.1 Neither the Contractor nor the Employer shall assign, in whole or in part, its

obligations under the Contract; except with the Employer’s prior written

approval.

9. Eligibility 9.1 The Contractor and its Subcontractor(s) shall have the nationality of a

country other than that specified in the PCC.

9.2 All materials, equipment, plant, and supplies used by the Contractor in both

permanent and temporary works and services supplied under the Contract

shall have their origin in the countries except any specified in the PCC.

10. Gratuities / Agency fees

10.1 No fees, gratuities, rebates, gifts, commissions or other payments, other than

those included in the Contract, shall be given or received in connection with

the procurement process or in the Contract execution.

11. Confidential Details

11.1 The Employer and the Contractor shall keep confidential and shall not,

without the written consent of the other party hereto, divulge to any third

party any documents, data, or other information furnished directly or

indirectly by the other party hereto in connection with the Contract, whether

such information has been furnished prior to, during or following

completion or termination of the Contract. Notwithstanding the above, the

Contractor may furnish to its Subcontractor such documents, data, and other

information it receives from the Employer to the extent required for the

Subcontractor to perform its work under the Contract, in which event the

Contractor shall obtain from such Subcontractor an undertaking of

confidentiality similar to that imposed on the Contractor under GCC Clause

11.

60

11.2 The Employer shall not use such documents, data, and other information

received from the Contractor for any purposes unrelated to the Contract.

Similarly, the Contractor shall not use such documents, data, and other

information received from the Employer for any purpose other than the

design, construction, or other work and services required for the

performance of the Contract.

11.3 The obligations of a party under GCC Sub Clauses 11.1 and 11.2 above,

however, shall not apply to information that: the Employer or Contractor

needs to share with institutions participating in the financing of the

Contract; now or hereafter enters the public domain through no fault of that

party; can be proven to have been possessed by that party at the time of

disclosure and which was not previously obtained, directly or indirectly,

from the other party; or otherwise lawfully becomes available to that party

from a third party that has no obligation of confidentiality.

11.4 The above provisions of GCC Clause 11 shall not in any way modify any

undertaking of confidentiality given by either of the parties hereto prior to

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

11.5 The provisions of GCC Clause 11 shall survive completion or termination,

for whatever reason.

12. Joint Venture (JV) 12.1 If the Contractor is a Joint Venture, Consortium, or Association (JVCA),

(a) each partner of the JV shall be jointly and severally liable for all

liabilities and ethical or legal obligations to the Employer for the

performance of the Contract;

(b) the JV partners shall nominate a representative who shall have the

authority to conduct all business including the receipt of payments for

and on behalf of all partners of the JV;

(c) in the event of a dispute that results in legal action against all partners

of the JV, if they are available and if only one partner is available,

then that partner alone shall answer on behalf of all partners and, if

the complaint lodged is proven, the penalty shall be applicable on that

lone partner as whatever penalty all the partners would have received.

(d) the JV shall notify the Employer of its composition and legal status

which shall not be altered without the prior approval of the Employer.

(e) alteration of partners shall only be allowed if any of the partners is

found to be incompetent or has any serious difficulties which may

impact the overall implementation of the goods/works/service,

whereby the incoming partner shall require to possess qualifications

equal to or higher than that of the outgoing partner.

(f) if any of the partners of JV has been debarred from participating in

any procurement activity due to corrupt, fraudulent, collusive or

coercive practices, that JV partner shall be altered following

provisions under GCC Sub Clause 12.1 (d) and (e), while in case the

Leading Partner has been debarred due to the same reasons stated

61

herein the Contract shall be terminated as stated under GCC Sub

Clause 67.1(b).

13. Possession of the Site

13.1 The Employer shall give possession of the Site or part(s) of the Site, to the

Contractor on the date(s) stated in the PCC. If possession of a part of the

Site is not given by the date stated in the PCC, the Employer will be deemed

to have delayed the start of the relevant activities, and this will be a

Compensation Event.

14. Access to the Site 14.1 The Contractor shall allow the Engineer and any person authorised by the

Engineer access to the Site and to any place where work in connection with

the Contract is being carried out or is intended to be carried out.

15. Safety, Security and Protection of the Environment

15.1 The Contractor shall throughout the execution and completion of the Works

and the remedying of any defects therein:

(a) take all reasonable steps to safeguard the health and safety of all

workers working on the Site and other persons entitled to be on it,

and to keep the Site in an orderly state;

(b) provide and maintain at the Contractor’s own cost all lights, guards,

fencing, warning signs and watching for the protection of the

Works or for the safety on-site; and

(c) take all reasonable steps to protect the environment on and off the

Site and to avoid damage or nuisance to persons or to property of

the public or others resulting from pollution, noise or other causes

arising as a consequence of the Contractors methods of operation.

16. Working Hours

16.1 The Contractor shall not perform any work on the Site on the weekly

holidays, or during the night or outside the normal working hours, or on

any religious or public holiday, without the prior written approval of the

Project Manager.

17. Welfare of Laborers

17.1 The Contractor shall comply with all the relevant labour Laws applicable

to the Contractor’s personnel relating to their employment, health, safety,

welfare, immigration and shall allow them all their legal rights.

17.2 The Contractor, in particular, shall provide proper accommodation to his

or her labourers and arrange proper water supply, conservancy and

sanitation arrangements at the site for all necessary hygienic requirements

and for the prevention of epidemics in accordance with relevant

regulations, rules and orders of the government.

17.3 The Contractor, further in particular, shall pay reasonable wages to his or

her labourers, and pay them in time. In the event of delay in payment the

Employer may affect payments to the labourers and recover the cost from

the Contractor.

17.4 The Contractor shall appoint an accident prevention officer at the Site,

responsible for maintaining safety and protection against accidents. This

person shall be qualified for this responsibility, and shall have the authority

to issue instructions and take appropriate protective measures to prevent

accidents that could result in injury. Throughout the execution of the

62

Works, the Contractor shall provide whatever is required by this person to

exercise this responsibility and authority.

18. Child Labour 18.1 The Contractor shall not employ any child to perform any work that is

economically exploitative, or is likely to be hazardous to, or to interfere

with, the child's education, or to be harmful to the child's health or physical,

mental, spiritual, moral, or social development in compliance with the

applicable laws and other relevant treaties ratified by the government.

19. Fossils& antiquities

19.1 All fossils, coins, articles of value or antiquity, and structures and other

remains or items of geological or archaeological interest found on the Site

shall be placed under the care and authority of the Employer. The

Contractor shall take reasonable precautions to prevent Contractor’s

Personnel or other persons from removing or damaging any of these

findings.

19.2 The Contractor shall, upon discovery of any such finding, promptly give

notice to the Project Manager, who shall issue instructions for dealing with

it. If the Contractor suffers delay and/or incurs cost from complying with

the instructions, the Contractor shall give a further notice to the Project

Manager and shall be entitled subject to Claims under GCC Clause 71

20. Corrupt, Fraudulent, Collusive or Coercive Practices

20.1 The Government requires that Employer, as well as the Contractor shall

observe the highest standard of ethics during the implementation of

procurement proceedings and the execution of the Contract.

20.2 The Government requires that Employer, as well as the Contractor shall,

during the Procurement proceedings and the execution of the Contract

under public funds, ensure-

(a) strict compliance with the provisions of Section 64 of the Public

Procurement Act, 2006

(b) abiding by the code of ethics as mentioned in the Rule127 of the

Public Procurement Rules, 2008;

(c) that neither it, nor any other member of its staff, or any other agents

or intermediaries working on its behalf engages in any such practice

as detailed in GCC Sub Clause 20.2.

20.3 For the purposes of GCC Sub Clause 20.2, the terms set forth below as

follows

(a) “corrupt practice” means offering, giving or promising to give,

receiving, or soliciting either directly or indirectly, to any officer

or employee of a Employer or other public or private authority or

individual, a gratuity in any form; employment or any other thing or

service of value as an inducement with respect to an act or decision or

method followed by a Employer in connection with a Procurement

proceeding or Contract execution;

(b) “fraudulent practice” means the misrepresentation or omission of

facts in order to influence a decision to be taken in a Procurement

proceeding or Contract execution;

63

(c) collusive practice” means a scheme or arrangement between two (2)

or more Persons, with or without the knowledge of the Employer, that

is designed to arbitrarily reduce the number of Tenders submitted or

fix Tender prices at artificial, non-competitive levels, thereby denying

a Employer the benefits of competitive price arising from genuine and

open competition; or

(d) “Coercive practice” means harming or threatening to harm, directly

or indirectly, Persons or their property to influence a decision to be

taken in the Procurement proceeding or the execution of the

Contract, and this will include creating obstructions in the normal

submission process used for Tenders.

20.4 Should any corrupt, fraudulent, collusive or coercive practice of any kind

come to the knowledge of the Employer, it will, in the first place, allow the

Contractor to provide an explanation and shall, take actions only when a

satisfactory explanation is not received. Such decision and the reasons

thereof, shall be recorded in the record of the procurement proceedings and

promptly communicated to the Contractor. Any communications between

the Contractor and the Employer related to matters of alleged fraud or

corruption shall be in writing.

20.5 If corrupt, fraudulent, collusive or coercive practices of any kind

determined by the Employer against the Contractor alleged to have carried

out such practices, the Employer will:

(a) exclude the Contractor from further participation in the particular

Procurement proceeding; or

(b) declare, at its discretion, the Contractor to be ineligible to participate

in further Procurement proceedings, either indefinitely or for a

specific period of time.

20.6 20.6 The Contractor shall be aware of the provisions on corruption,

fraudulence, collusion and coercion in Section 64 of the Public

Procurement Act, 2006 and Rule 127 of the Public Procurement Rules,

2008.

21. License/ Use of Technical Information

21.1 For the operation and maintenance of the Plant, the Contractor hereby

grants a non-exclusive and non-transferable license (without the right to

sub-license) to the Employer under the patents, utility models or other

industrial property rights owned by the Contractor or by a third Party from

whom the Contractor has received the right to grant licenses thereunder,

and shall also grant to the Employer a non-exclusive and non-transferable

right (without the right to sub-license) to use the know-how and other

technical information disclosed to the Employer under the Contract.

Nothing contained herein shall be construed as transferring ownership of

any patent, utility model, trademark, design, copyright, know-how or other

intellectual property right from the Contractor or any third Party to the

Employer.

21.2 The copyright in all drawings, documents and other materials containing

data and information furnished to the Employer by the Contractor herein

shall remain vested in the Contractor or, if they are furnished to the

Employer directly or through the Contractor by any third Party, including

64

suppliers of materials, the copyright in such materials shall remain vested

in such third Party.

B. Subject Matter of Contract

22. Scope of Facilities 22.1 Unless otherwise expressly limited in the Employer’s Requirements, the

Contractor’s obligations cover the provision of all Plant and the

performance of all Installation Services required for the design, and the

manufacture (including procurement, quality assurance, construction,

installation, associated civil works, Pre Commissioning and delivery) of

the Plant, and the installation, completion and commissioning of the

Facilities in accordance with the plans, procedures, specifications,

drawings, codes and any other documents as specified in the Section,

Employer’s Requirements. Such specifications include, but are not

limited to, the provision of supervision and engineering services; the

supply of labor, materials, equipment, spare parts and accessories;

Contractor’s Equipment; construction utilities and supplies; temporary

materials, structures and facilities; transportation (including, without

limitation, unloading and hauling to, from and at the Site); and storage,

except for those supplies, works and services that will be provided or

performed by the Employer, as set forth in the Appendix to the Contract

Agreement titled Scope of Works and Supply by the Employer.

22.2 The Contractor shall, unless specifically excluded in the Contract, perform

all such work and/or supply all such items and materials not specifically

mentioned in the Contract but that can be reasonably inferred from the

Contract as being required for attaining Completion of the Facilities as if

such work and/or items and materials were expressly mentioned in the

Contract.

22.3 In addition to the supply of Mandatory Spare Parts included in the

Contract, the Contractor agrees to supply spare parts required for the

operation and maintenance of the Facilities for the period specified in the

PCC and the provisions, if any, specified in the PCC. However, the

identity, specifications and quantities of such spare parts and the terms

and conditions relating to the supply thereof are to be agreed between the

Employer and the Contractor, and the price of such spare parts shall be

that given in Price Schedule No.1 & 2 under form PG5A-3, which shall

be added to the Contract Price. The price of such spare parts shall include

the purchase price therefor and other costs and expenses (including the

Contractor’s fees) relating to the supply of spare parts.

23. Time for Commencement

23.1 The Contractor shall attain Completion of the Facilities or of a part where

a separate time for Completion of such part is specified in the Contract,

within the time stated in the PCC or within such extended time to which

the Contractor shall be entitled under GCC Clause 65.1 hereof.

24. Time for Completion

24.1 The Contractor shall attain Completion of the Facilities or of a part where

a separate time for Completion of such part is specified in the Contract,

65

within the time stated in the PCC or within such extended time to which

the Contractor shall be entitled under GCC Clause 65.1 hereof.

25. Employer’s Responsibilities

25.1 All information and/or data to be supplied by the Employer as described in

the Appendix to the Contract Agreement titled Scope of Works and Supply

by the Employer, shall be deemed to be accurate, except when the

Employer expressly states otherwise

25.2 The Employer shall be responsible for acquiring and providing legal and

physical possession of the Site and access thereto, and for providing

possession of and access to all other areas reasonably required for the

proper execution of the Contract, including all requisite rights of way, as

specified in the Appendix to the Contract Agreement titled Scope of Works

and Supply by the Employer. The Employer shall give full possession of

and accord all rights of access thereto on or before the date(s) specified in

that Appendix.

25.3 The Employer shall acquire and pay for all permits, approvals and/or

licenses from all local, state or national government authorities or public

service undertakings in the country where the Site is located which (a) such

authorities or undertakings require the Employer to obtain in the

Employer’s name, (b) are necessary for the execution of the Contract,

including those required for the performance by both the Contractor and

the Employer of their respective obligations under the Contract, and (c) are

specified in the Appendix (Scope of Works and Supply by the Employer).

25.4 If requested by the Contractor, the Employer shall use its best endeavors to

assist the Contractor in obtaining in a timely and expeditious manner all

permits, approvals and/or licenses necessary for the execution of the

Contract from all local, state or national government authorities or public

service undertakings that such authorities or undertakings require the

Contractor or Subcontractors or the personnel of the Contractor or

Subcontractors, as the case may be, to obtain

25.5 Unless otherwise specified in the Contract or agreed upon by the Employer

and the Contractor, the Employer shall provide sufficient, properly

qualified operating and maintenance personnel; shall supply and make

available all raw materials, utilities, lubricants, chemicals, catalysts, other

materials and facilities; and shall perform all work and services of

whatsoever nature, including those required by the Contractor to properly

carry out Pre Commissioning, Commissioning and Guarantee Tests, all in

accordance with the provisions of the Appendix to the Contract Agreement

titled Scope of Works and Supply by the Employer, at or before the time

specified in the program furnished by the Contractor under the provisions

of contract specified or as otherwise agreed upon by the Employer and the

Contractor.

25.6 The Employer shall be responsible for the continued operation of the

Facilities after Completion, in accordance with GCC Sub-Clause 39.8, and

shall be responsible for facilitating the Guarantee Test(s) for the Facilities,

in accordance with GCC Sub-Clause 40.2.

25.7 All costs and expenses involved in the performance of the obligations

under this GCC Clause 25 shall be the responsibility of the Employer, save

66

those to be incurred by the Contractor with respect to the performance of

Guarantee Tests, in accordance with GCC Sub-Clause 40.2.

25.8 In the event that the Employer shall be in breach of any of his obligations

under this Clause, the additional cost incurred by the Contractor in

consequence thereof shall be determined by the Project Manager and added

to the Contract Price

26. Contractor’s Responsibilities

26.1 The Contractor shall design, manufacture including associated purchases

and/or subcontracting, install and complete the Facilities in accordance with

the Contract. When completed, the Facilities should be fit for the purposes

for which they are intended as defined in the Contract. 26.2 The Contractor confirms that it has entered into this Contract on the basis of

a proper examination of the data relating to the Facilities including any data

as to boring tests provided by the Employer, and on the basis of information

that the Contractor could have obtained from a visual inspection of the Site

if access thereto was available and of other data readily available to it

relating to the Facilities as of the date twenty-eight (28) days prior to tender

submission. The Contractor acknowledges that any failure to acquaint itself

with all such data and information shall not relieve its responsibility for

properly estimating the difficulty or cost of successfully performing the

Facilities. 26.3 The Contractor shall acquire and pay for all permits, approvals and/or

licenses from all local, state or national government authorities or public

service undertakings in the country where the Site is located which such

authorities or undertakings require the Contractor to obtain in its name and

which are necessary for the performance of the Contract, including, without

limitation, visas for the Contractor’s and Subcontractor’s personnel and

entry permits for all imported Contractor’s Equipment. The Contractor shall

acquire all other permits, approvals and/or licenses that are not the

responsibility of the Employer under GCC Sub-Clause 25.3 hereof and that

are necessary for the performance of the Contract. 27. Employer’s and

Contractor’s Risks 27.1 The Employer carries the risks that the Contract states are Employer’s

risks and the Contractor carries the risks that the Contract states are

Contractor’s risks.

28. Employer’s Risks 28.1 From the Start Date until the Defects Correction Certificate has been

issued, the following are Employer’s risks:

(a) the risk of personal injury, death, or loss of or damage to property

(excluding the Works, Plant, Materials, and Equipment), which are

due to

i. use or occupation of the Site by the Works or for the purpose

of the Works, which is the unavoidable result of the Works

or

ii. negligence, breach of statutory duty, or interference with any

legal right by the Employer or by any person employed by or

Contracted to him except the Contractor.

iii. the risk of damage to the Works, Plant, Materials, and

Equipment to the extent that it is due to a fault of the

Employer or in the Employer’s design, or due to war or

67

radioactive contamination directly affecting the country

where the Works are to be executed.

28.2 From the Completion Date until the Defects Correction Certificate has been

issued, the risk of loss of or damage to the Works, Plant, and Materials is

Employer’s risk, except loss or damage due to:

(a) a Defect which existed on the Completion Date;

(b) an event occurring before the Completion Date, which was not

itself Employer’s risk; or

(c) the activities of the Contractor on the Site after the Completion

Date.

29. Contractor’s Risks 29.1 From the Start Date until the Defects Correction Certificate has been

issued the risks of personal injury, death, and loss of or damage to

property including without limitation, the Works, Plant, Materials, and

Equipment, which are not Employer’s risks are Contractor’s risks.

C. Execution of the Facilities

30. Representatives 31.1 Project Manager

If the Project Manager is not named in the Contract, then within fourteen

(14) days of the Effective Date, the Employer shall appoint and notify the

Contractor in writing of the name of the Project Manager. The Employer

may from time to time appoint some other person as the Project Manager in

place of the person previously so appointed, and shall give a notice of the

name of such other person to the Contractor without delay. No such

appointment shall be made at such a time or in such a manner as to impede

the progress of work on the Facilities. Such appointment shall only take

effect upon receipt of such notice by the Contractor. The Project Manager

shall represent and act for the Employer at all times during the performance

of the Contract. All notices, instructions, orders, certificates, approvals and

all other communications under the Contract shall be given by the Project

Manager, except as herein otherwise provided.

All notices, instructions, information and other communications given by

the Contractor to the Employer under the Contract shall be given to the

Project Manager, except as herein otherwise provided.

30.2 Contractor’s Representative & Construction Manager

30.2.1 If the Contractor’s Representative is not named in the Contract,

then within fourteen (14) days of the Effective Date, the Contractor shall

appoint the Contractor’s Representative and shall request the Employer in

writing to approve the person so appointed. If the Employer makes no

objection to the appointment within fourteen (14) days, the Contractor’s

Representative shall be deemed to have been approved. If the Employer

objects to the appointment within fourteen (14) days giving the reason

therefor, then the Contractor shall appoint a replacement within fourteen

(14) days of such objection, and the foregoing provisions of this GCC Sub-

Clause 30.2.1 shall apply thereto.

68

30.2.2 The Contractor’s Representative shall represent and act for the

Contractor at all times during the performance of the Contract and shall

give to the Project Manager all the Contractor’s notices, instructions,

information and all other communications under the Contract.

The Contractor shall not revoke the appointment of the Contractor’s

Representative without the Employer’s prior written consent, which shall

not be unreasonably withheld. If the Employer consents thereto, the

Contractor shall appoint some other person as the Contractor’s

Representative, pursuant to the procedure set out in GCC Sub-Clause

30.2.1.

30.2.3 . The Contractor’s Representative may, subject to the approval of

the Employer which shall not be unreasonably withheld, at any time

delegate to any person any of the powers, functions and authorities vested

in him or her. Any such delegation may be revoked at any time. Any such

delegation or revocation shall be subject to a prior notice signed by the

Contractor’s Representative, and shall specify the powers, functions and

authorities thereby delegated or revoked. No such delegation or revocation

shall take effect unless and until a copy thereof has been delivered to the

Employer and the Project Manager.

Any act or exercise by any person of powers, functions and authorities so

delegated to him or her in accordance with this GCC Sub-Clause 30.2.3

shall be deemed to be an act or exercise by the Contractor’s Representative.

30.2.4 From the commencement of installation of the Facilities at the Site

until Completion, the Contractor’s Representative shall appoint a suitable

person as the Construction Manager. The Construction Manager shall

supervise all work done at the Site by the Contractor and shall be present

at the Site throughout normal working hours except when on leave, sick or

absent for reasons connected with the proper performance of the Contract.

Whenever the Construction Manager is absent from the Site, a suitable

person shall be appointed to act as the Construction Manager’s deputy.

30.2.5 The Employer may by notice to the Contractor object to any

representative or person employed by the Contractor in the execution of the

Contract who, in the reasonable opinion of the Employer, may behave

inappropriately, may be incompetent or negligent, or may commit a serious

breach of the Site regulations provided under GCC Sub-Clause 37.4. The

Employer shall provide evidence of the same, whereupon the Contractor

shall remove such person from the Facilities.

30.2.6 If any representative or person employed by the Contractor is

removed in accordance with GCC Sub-Clause 30.2.5, the Contractor shall,

where required, promptly appoint a replacement.

69

31. Work Program 31.1 Contractor’s Organization

The Contractor shall supply to the Employer and the Project Manager a

chart showing the proposed organization to be established by the

Contractor for carrying out work on the Facilities within twenty-one (21)

days of the Effective Date. The chart shall include the identities of the

key personnel and the curricula vitae of such key personnel to be

employed shall be supplied together with the chart. The Contractor shall

promptly inform the Employer and the Project Manager in writing of any

revision or alteration of such an organization chart.

31.2 Program of Performance

Within twenty-eight (28) days after the Effective Date, the Contractor

shall submit to the Project Manager a detailed program of performance of

the Contract, made in a form acceptable to the Project Manager and

showing the sequence in which it proposes to design, manufacture,

transport, assemble, install and Pre Commission the Facilities, as well as

the date by which the Contractor reasonably requires that the Employer

shall have fulfilled its obligations under the Contract so as to enable the

Contractor to execute the Contract in accordance with the program and to

achieve Completion, Commissioning and Acceptance of the Facilities in

accordance with the Contract. The program so submitted by the

Contractor shall accord with the Time Schedule included in the Appendix

to the Contract Agreement titled Time Schedule, and any other dates and

periods specified in the Contract. The Contractor shall update and revise

the program as and when appropriate or when required by the Project

Manager, but without modification in the Times for Completion specified

in the PCC pursuant to Sub-Clause 24.1 and any extension granted in

accordance with GCC Clause 65.1, and shall submit all such revisions to

the Project Manager.

31.3 Progress Report

The Contractor shall monitor progress of all the activities specified in the

program referred to in GCC Sub-Clause 31.2 above, and supply a

progress report to the Project Manager every month.

The progress report shall be in a form acceptable to the Project Manager

and shall indicate: (a) percentage completion achieved compared with the

planned percentage completion for each activity; and (b) where any

activity is behind the program, giving comments and likely consequences

and stating the corrective action being taken.

31.4 Progress of Performance

If at any time the Contractor’s actual progress falls behind the program

referred to in GCC Sub-Clause 31.2, or it becomes apparent that it will so

fall behind, the Contractor shall, at the request of the Employer or the

Project Manager, prepare and submit to the Project Manager a revised

program, taking into account the prevailing circumstances, and shall

notify the Project Manager of the steps being taken to expedite progress

so as to attain Completion of the Facilities within the Time for

Completion under GCC Sub-Clause 24.1, any extension thereof entitled

70

under GCC Sub-Clause 65.1, or any extended period as may otherwise

be agreed upon between the Employer and the Contractor.

31.5 Procedures

The Contract shall be executed in accordance with the Contract

Documents including the procedures given in the Forms and Procedures

of the Employer’s Requirements. The Contractor may execute the

Contract in accordance with its own standard project execution plans and

procedures to the extent that they do not conflict with the provisions

contained in the Contract.

32. Subcontractor 32.1 Subcontracting the whole of the Plant and Service by the Contractor shall

not be permissible. The Contractor shall be responsible for the acts or

defaults of any Subcontractor, his or her agents or employees, as if they

were the acts or defaults of the Contractor.

32.2 The Contractor shall not be required to obtain consent from the Project

Manager or his representative, for suppliers solely of Materials or to a

subcontract for which the Specialist Subcontractor(s) is already named in

the Contract.

32.3 The prior consent, in writing, of the Engineer shall however be obtained

for other proposed Subcontractor(s).

33. Nominated Subcontractor

33.1 Nominated Subcontractor named in the Contract shall be entitled to

execute the specific components of the Works stated in the PCC.

33.2 The Contractor shall not be under obligations to employ a Nominated

Subcontractor against whom the Contractor raises reasonable objection

by notice to the Engineer as soon as practicable, with supporting

particulars while there are reasons to believe that the Subcontractor does

not have sufficient competence, resources or financial strength, or does

not accept to indemnify the Contractor against and from any negligence

or misuse of Goods by the nominated Subcontractor, or does not accept

to enter into a subcontract which specifies that, for the subcontracted

work including design, if any, the Nominated Subcontractor shall

undertake to the Contractor such obligations and liabilities as will enable

the contractor to discharge his or her liabilities under the Contract.

34. Other Contractors 34.1 The Contractor shall cooperate and share the Site with other Contractors,

public authorities, utilities, the Engineer and the Employer between the

dates given in the Schedule of other Contractors. The Contractor shall

also provide facilities and services for them as described in the Schedule.

The Employer may modify the Schedule of other Contractors, and shall

notify the Contractor of any such modification.

71

35. Design and Engineering

35.1 Specifications and Drawings

35.1.1 The Contractor shall execute the basic and detailed design and the

engineering work in compliance with the provisions of the Contract, or

where not so specified, in accordance with good engineering practice. The

Contractor shall be responsible for any discrepancies, errors or omissions

in the specifications, drawings and other technical documents that it has

prepared, whether such specifications, drawings and other documents have

been approved by the Project Manager or not, provided that such

discrepancies, errors or omissions are not because of inaccurate

information furnished in writing to the Contractor by or on behalf of the

Employer.

35.1.2 The Contractor shall be entitled to disclaim responsibility for any design,

data, drawing, specification or other document, or any modification

thereof provided or designated by or on behalf of the Employer, by giving

a notice of such disclaimer to the Project Manager.

35.2 Codes and Standards

Wherever references are made in the Contract to codes and standards in

accordance with which the Contract shall be executed, the edition or the

revised version of such codes and standards current at the date twenty-eight

(28) days prior to date of tender submission shall apply unless otherwise

specified. During Contract execution, any changes in such codes and

standards shall be applied subject to approval by the Employer and shall be

treated in accordance with GCC Clause 64.

35.3. Approval/Review of Technical Documents by Project Manager

35.3.1 The Contractor shall prepare or cause its Subcontractors to prepare,

and furnish to the Project Manager the documents listed in the

Appendix to the Contract Agreement titled List of Documents for

Approval or Review, for its approval or review as specified and in

accordance with the requirements of GCC Sub-Clause 31.2

(Program of Performance).

Any part of the Facilities covered by or related to the documents

to be approved by the Project Manager shall be executed only after

the Project Manager’s approval thereof.

GCC Sub-Clauses 35.3.2 through 35.3.6 shall apply to those documents

requiring the Project Manager’s approval, but not to those furnished

to the Project Manager for its review only

35.3.2 Within fourteen (14) days after receipt by the Project Manager of

any document requiring the Project Manager’s approval in

accordance with GCC Sub-Clause 35.3.1, the Project Manager shall

either return one copy thereof to the Contractor with its approval

endorsed thereon or shall notify the Contractor in writing of its

disapproval thereof and the reasons therefor and the modifications

that the Project Manager proposes. If the Project Manager fails to

72

take such action within the said fourteen (14) days, then the said

document shall be deemed to have been approved by the Project

Manager.

35.3.3. The Project Manager shall not disapprove any document, except on

the grounds that the document does not comply with the Contract or

that it is contrary to good engineering practice.

35.3.4 If the Project Manager disapproves the document, the Contractor

shall modify the document and resubmit it for the Project Manager’s

approval in accordance with GCC Sub-Clause 35.3.2. If the Project

Manager approves the document subject to modification(s), the

Contractor shall make the required modification(s), whereupon the

document shall be deemed to have been approved.

35.3.5 The Project Manager’s approval, with or without modification of

the document furnished by the Contractor, shall not relieve the

Contractor of any responsibility or liability imposed upon it by any

provisions of the Contract except to the extent that any subsequent

failure results from modifications required by the Project Manager.

35.3.6 The Contractor shall not depart from any approved document unless

the Contractor has first submitted to the Project Manageran

amended document and obtained the Project Manager’s approval

thereof, pursuant to the provisions of this GCC Sub-Clause 35.3. If

the Project Manager requests any change in any already approved

document and/or in any document based thereon, the provisions of

GCC Clause 64 shall apply to such request.

36. Procurement 36.1 Plant

Subject to GCC Sub-Clause 60.2, the Contractor shall procure and transport

all Plant in an expeditious and orderly manner to the Site.

36.2 Employer-Supplied Plant

If the Appendix to the Contract Agreement titled Scope of Works and

Supply by the Employer, provides that the Employer shall furnish any

specific items to the Contractor, the following provisions shall apply:

36.2.1 The Employer shall, at its own risk and expense, transport each

item to the place on or near the Site as agreed upon by the Parties and make

such item available to the Contractor at the time specified in the program

furnished by the Contractor, pursuant to GCC Sub-Clause 31.2, unless

otherwise mutually agreed.

36.2.2 Upon receipt of such item, the Contractor shall inspect the same

visually and notify the Project Manager of any detected shortage, defect or

default. The Employer shall immediately remedy any shortage, defect or

default, or the Contractor shall, if practicable and possible, at the request of

the Employer, remedy such shortage, defect or default at the Employer’s

cost and expense. After inspection, such item shall fall under the care,

custody and control of the Contractor. The provision of this GCC Sub-

Clause 36.2.2 shall apply to any item supplied to remedy any such shortage

73

or default or to substitute for any defective item, or shall apply to defective

items that have been repaired.

36.2.3 The foregoing responsibilities of the Contractor and its

obligations of care, custody and control shall not relieve the Employer of

liability for any undetected shortage, defect or default, nor place the

Contractor under any liability for any such shortage, defect or default

whether under GCC Clause 42 or under any other provision of Contract.

36.3 Transportation

36.3.1 The Contractor shall at its own risk and expense transport all the

materials and the Contractor’s Equipment to the Site by the mode of

transport that the Contractor judges most suitable under all the

circumstances.

36.3.2 Unless otherwise provided in the Contract, the Contractor shall be

entitled to select any safe mode of transport operated by any person to carry

the materials and the Contractor’s Equipment.

36.3.3 Upon dispatch of each shipment of materials and the Contractor’s

Equipment, the Contractor shall notify the Employer by telex, cable,

facsimile or electronic means, of the description of the materials and of the

Contractor’s Equipment, the point and means of dispatch, and the estimated

time and point of arrival in the country where the Site is located, if

applicable, and at the Site. The Contractor shall furnish the Employer with

relevant shipping documents to be agreed upon between the Parties.

36.3.4 The Contractor shall be responsible for obtaining, if necessary,

approvals from the authorities for transportation of the materials and the

Contractor’s Equipment to the Site. The Employer shall use its best

endeavors in a timely and expeditious manner to assist the Contractor in

obtaining such approvals, if requested by the Contractor. The Contractor

shall indemnify and hold harmless the Employer from and against any claim

for damage to roads, bridges or any other traffic facilities that may be caused

by the transport of the materials and the Contractor’s Equipment to the Site.

36.4 Customs Clearance

The Contractor shall, at its own expense, handle all imported materials and

Contractor’s Equipment at the point(s) of import and shall handle any

formalities for customs clearance, subject to the Employer’s obligations

under GCC Sub-Clause 60.2, provided that if applicable laws or regulations

require any application or act to be made by or in the name of the Employer,

the Employer shall take all necessary steps to comply with such laws or

regulations. In the event of delays in customs clearance that are not the

fault of the Contractor, the Contractor shall be entitled to an extension in

the Time for Completion, pursuant to GCC Clause 65.

37. Installation 37.1 Setting Out/Supervision

37.1.1 Bench Mark: The Contractor shall be responsible for the true and

proper setting-out of the Facilities in relation to bench marks, reference

marks and lines provided to it in writing by or on behalf of the Employer.

If, at any time during the progress of installation of the Facilities, any error

shall appear in the position, level or alignment of the Facilities, the

Contractor shall forthwith notify the Project Manager of such error and, at

its own expense, immediately rectify such error to the reasonable

74

satisfaction of the Project Manager. If such error is based on incorrect data

provided in writing by or on behalf of the Employer, the expense of

rectifying the same shall be borne by the Employer.

37.1.2 Contractor’s Supervision: The Contractor shall give or provide all

necessary superintendence during the installation of the Facilities, and the

Construction Manager or its deputy shall be constantly on the Site to

provide full-time superintendence of the installation. The Contractor shall

provide and employ only technical personnel who are skilled and

experienced in their respective callings and supervisory staff who are

competent to adequately supervise the work at hand.

37.2 Labor:

37.2.1 Engagement of Staff and Labor

(a) Except as otherwise stated in the Specification, the Contractor

shall make arrangements for the engagement of all staff and labor,

local or otherwise, and for their payment, housing, feeding and

transport.

(b) The Contractor shall provide and employ on the Site in the

installation of the Facilities such skilled, semi-skilled and unskilled

labor as is necessary for the proper and timely execution of the

Contract. The Contractor is encouraged to use local labor that has

the necessary skills.

(c) The Contractor shall be responsible for obtaining all necessary

permit(s) and/or visa(s) from the appropriate authorities for the entry

of all labor and personnel to be employed on the Site into the country

where the Site is located. The Employer will, if requested by the

Contractor, use his best endeavors in a timely and expeditious

manner to assist the Contractor in obtaining any local, state, national

or government permission required for bringing in the Contractor’s

personnel.

(d) The Contractor shall at its own expense provide the means of

repatriation to all of its and its Subcontractor’s personnel employed

on the Contract at the Site to the place where they were recruited or

to their domicile. It shall also provide suitable temporary

maintenance of all such persons from the cessation of their

employment on the Contract to the date programmed for their

departure. In the event that the Contractor defaults in providing such

means of transportation and temporary maintenance, the Employer

may provide the same to such personnel and recover the cost of doing

so from the Contractor.

37.2.2 Persons in the Service of Employer

The Contractor shall not recruit, or attempt to recruit, staff and labor

from amongst the Employer’s Personnel.

75

37.2.3 Facilities for Staff and Labor

Except as otherwise stated in the Specification, the Contractor shall

provide and maintain all necessary accommodation and welfare

facilities for the Contractor’s Personnel. The Contractor shall also

provide facilities for the Employer’s Personnel as stated in the

Specification.

The Contractor shall not permit any of the Contractor’s Personnel to

maintain any temporary or permanent living quarters within the

structures forming part of the Permanent Works

37.3 Contractor’s Equipment

37.3.1 All Contractor’s Equipment brought by the Contractor onto the Site

shall be deemed to be intended to be used exclusively for the

execution of the Contract. The Contractor shall not remove the same

from the Site without the Project Manager’s consent that such

Contractor’s Equipment is no longer required for the execution of

the Contract.

37.3.2 Unless otherwise specified in the Contract, upon completion of the

Facilities, the Contractor shall remove from the Site all Equipment

brought by the Contractor onto the Site and any surplus materials

remaining thereon.

37.3.3 The Employer will, if requested, use its best endeavors to assist the

Contractor in obtaining any local, state or national government

permission required by the Contractor for the export of the

Contractor’s Equipment imported by the Contractor for use in the

execution of the Contract that is no longer required for the execution

of the Contract.

37.4 Site Regulations and Safety

The Employer and the Contractor shall establish Site regulations setting out

the rules to be observed in the execution of the Contract at the Site and shall

comply therewith. The Contractor shall prepare and submit to the

Employer, with a copy to the Project Manager, proposed Site regulations

for the Employer’s approval, which approval shall not be unreasonably

withheld.

Such Site regulations shall include, but shall not be limited to, rules in

respect of security, safety of the Facilities, gate control, sanitation, medical

care, and fire prevention. reasonable costs incurred by the Employer in

connection therewith shall be paid by the Contractor to the Employer.

Otherwise, the cost of such remedial work shall be borne by the Employer.

37.5 Site Clearance

37.5.1 Site Clearance in Course of Performance: In the course of carrying out the

Contract, the Contractor shall keep the Site reasonably free from all

unnecessary obstruction, store or remove any surplus materials, clear away

76

any wreckage, rubbish or temporary works from the Site, and remove any

Contractor’s Equipment no longer required for execution of the Contract

37.6 Opportunities for Other Contractors

37.6.1 The Contractor shall, upon written request from the Employer or

the Project Manager, give all reasonable opportunities for carrying out the

work to any other contractors employed by the Employer on or near the

Site.

37.6.2 If the Contractor, upon written request from the Employer or the

Project Manager, makes available to other contractors any roads or ways the

maintenance for which the Contractor is responsible, permits the use by

such other contractors of the Contractor’s Equipment, or provides any other

service of whatsoever nature for such other contractors, the Employer shall

fully compensate the Contractor for any loss or damage caused or

occasioned by such other contractors in respect of any such use or service,

and shall pay to the Contractor reasonable remuneration for the use of such

equipment or the provision of such services.

37.7 Emergency Work

37.7.1 If, by reason of an emergency arising in connection with and during

the execution of the Contract, any protective or remedial work is necessary

as a matter of urgency to prevent damage to the Facilities, the Contractor

shall immediately carry out such work.

If the Contractor is unable or unwilling to do such work immediately, the

Employer may do or cause such work to be done as the Employer may

determine is necessary in order to prevent damage to the Facilities. In such

event the Employer shall, as soon as practicable after the occurrence of any

such emergency, notify the Contractor in writing of such emergency, the

work done and the reasons therefor. If the work done or caused to be done

by the Employer is work that the Contractor was liable to do at its own

expense under the Contract.

37.7.2 Clearance of Site after Completion: After Completion of all parts

of the Facilities, the Contractor shall clear away and remove all wreckage,

rubbish and debris of any kind from the Site, and shall leave the Site and

Facilities in a clean and safe condition.

37.8 Watching and Lighting

The Contractor shall provide and maintain at its own expense all lighting,

fencing, and watching when and where necessary for the proper execution

and the protection of the Facilities, or for the safety of the owners and

occupiers of adjacent property and for the safety of the public.

38. Test & Inspection 38.1 The Contractor shall at its own expense carry out at the place of

manufacture and/or on the Site all such tests and/or inspections of the

Plant and any part of the Facilities as are specified in the Contract.

77

38.2 The Employer and the Project Manager or their designated representatives

shall be entitled to attend the aforesaid test and/or inspection, provided

that the Employer shall bear all costs and expenses incurred in connection

with such attendance including, but not limited to, all traveling and board

and lodging expenses.

38.3 38.3 Whenever the Contractor is ready to carry out any such test and/or

inspection, the Contractor shall give a reasonable advance notice of such

test and/or inspection and of the place and time thereof to the Project

Manager. The Contractor shall obtain from any relevant third Party or

manufacturer any necessary permission or consent to enable the Employer

and the Project Manager or their designated representatives to attend the

test and/or inspection.

38.4 The Contractor shall provide the Project Manager with a certified report

of the results of any such test and/or inspection. If the Employer or Project

Manager or their designated representatives fails to attend the test and/or

inspection, or if it is agreed between the Parties that such persons shall not

do so, then the Contractor may proceed with the test and/or inspection in

the absence of such persons, and may provide the Project Manager with a

certified report of the results thereof.

38.5 38.5 The Project Manager may require the Contractor to carry out any

test and/or inspection not required by the Contract, provided that the

Contractor’s reasonable costs and expenses incurred in the carrying out of

such test and/or inspection shall be added to the Contract Price. Further,

if such test and/or inspection impede the progress of work on the Facilities

and/or the Contractor’s performance of its other obligations under the

Contract, due allowance will be made in respect of the Time for

Completion and the other obligations so affected.

38.6 If any Plant or any part of the Facilities fails to pass any test and/or

inspection, the Contractor shall either rectify or replace such Plant or part

of the Facilities and shall repeat the test and/or inspection upon giving a

notice under GCC Sub-Clause 38.3.

38.7 If any dispute or difference of opinion shall arise between the Parties in

connection with or arising out of the test and/or inspection of the Plant or

part of the Facilities that cannot be settled between the Parties within a

reasonable period of time, it may be referred to an 72.2.

38.8 The Contractor shall afford the Employer and the Project Manager, at the

Employer’s expense, access at any reasonable time to any place where the

Plant are being manufactured or the Facilities are being installed, in order

to inspect the progress and the manner of manufacture or installation,

provided that the Project Manager shall give the Contractor a reasonable

prior notice.

78

38.9 The Contractor agrees that neither the execution of a test and/or inspection

of Plant or any part of the Facilities, nor the attendance by the Employer

or the Project Manager, nor the issue of any test certificate pursuant to

GCC Sub-Clause 38.4, shall release the Contractor from any other

responsibilities under the Contract.

38.10 39.10 No part of the Facilities or foundations shall be covered up on the

Site without the Contractor carrying out any test and/or inspection

required under the Contract. The Contractor shall give a reasonable notice

to the Project Manager whenever any such parts of the Facilities or

foundations are ready or about to be ready for test and/or inspection; such

test and/or inspection and notice thereof shall be subject to the

requirements of the Contract.

38.11 The Contractor shall uncover any part of the Facilities or foundations, or

shall make openings in or through the same as the Project Manager may

from time to time require at the Site, and shall reinstate and make good

such part or parts.

38.12 If any parts of the Facilities or foundations have been covered up at the

Site after compliance with the requirement of GCC Sub-Clause 38.10 and

are found to be executed in accordance with the Contract, the expenses of

uncovering, making openings in or through, reinstating, and making good

the same shall be borne by the Employer, and the Time for Completion

shall be reasonably adjusted to the extent that the Contractor has thereby

been delayed or impeded in the performance of any of its obligations under

the Contract.

39. Completion of the Facilities

39.1 As soon as the Facilities or any part thereof has, in the opinion of the

Contractor, been completed operationally and structurally and put in a

tight and clean condition as specified in the Employer’s Requirements,

excluding minor items not materially affecting the operation or safety of

the Facilities, the Contractor shall so notify the Employer in writing.

39.2 Within seven (7) days after receipt of the notice from the Contractor

under GCC Sub-Clause 39.1, the Employer shall supply the operating

and maintenance personnel specified in the Appendix to the Contract

Agreement titled Scope of Works and Supply by the Employer for Pre-

Commissioning of the Facilities or any part thereof.

Pursuant to the Appendix to the Contract Agreement titled Scope of

Works and Supply by the Employer, the Employer shall also provide,

within the said seven (7) day period, the raw materials, utilities,

lubricants, chemicals, catalysts, facilities, services and other matters

required for Pre-Commissioning of the Facilities or any part thereof.

79

39.3 As soon as reasonably practicable after the operating and maintenance

personnel have been supplied by the Employer and the raw materials,

utilities, lubricants, chemicals, catalysts, facilities, services and other

matters have been provided by the Employer in accordance with GCC

Sub-Clause 39.2, the Contractor shall commence Pre-commissioning of

the Facilities or the relevant part thereof in preparation for

Commissioning, subject to GCC Sub-Clause 40.5.

39.4 As soon as all works in respect of Pre-commissioning are completed and,

in the opinion of the Contractor, the Facilities or

39.5 The Project Manager shall, within fourteen (14) days after receipt of the

Contractor’s notice under GCC Sub-Clause 39.4, either issue a

Completion Certificate in the form specified in the Employer’s

Requirements (Forms and Procedures), stating that the Facilities or that

part thereof have reached Completion as of the date of the Contractor’s

notice under GCC Sub-Clause 39.4, or notify the Contractor in writing

of any defects and/or deficiencies.

If the Project Manager notifies the Contractor of any defects and/or

deficiencies, the Contractor shall then correct such defects and/or

deficiencies, and shall repeat the procedure described in GCC Sub-

Clause 39.4.

39.6 If the Project Manager is satisfied that the Facilities or that part thereof

have reached Completion, the Project Manager shall, within seven (7)

days after receipt of the Contractor’s repeated notice, issue a Completion

Certificate stating that the Facilities or that part thereof have reached

Completion as of the date of the Contractor’s repeated notice.

39.7 If the Project Manager is not so satisfied, then it shall notify the

Contractor in writing of any defects and/or deficiencies within seven (7)

days after receipt of the Contractor’s repeated notice, and the above

procedure shall be repeated.

39.8 If the Project Manager fails to issue the Completion Certificate and fails

to inform the Contractor of any defects and/or deficiencies within

fourteen (14) days after receipt of the Contractor’s notice under GCC

Sub-Clause 39.4 or within seven (7) days after receipt of the Contractor’s

repeated notice under GCC Sub-Clause 39.5, or if the Employer makes

use of the Facilities or part thereof, then the Facilities or that part thereof

shall be deemed to have reached Completion as of the date of the

Contractor’s notice or repeated notice, or as of the Employer’s use of the

Facilities, as the case may be.

39.9 As soon as possible after Completion, the Contractor shall complete all

outstanding minor items so that the Facilities are fully in accordance with

the requirements of the Contract, failing which the Employer will

undertake such completion and deduct the costs thereof from any monies

owing to the Contractor.

39.10 Upon Completion, the Employer shall be responsible for the care and

custody of the Facilities or the relevant part thereof, together with the

risk of loss or damage thereto, and shall thereafter take over the Facilities

or the relevant part thereof.

80

40. Commissioning and Operational Acceptance

40.1 Commissioning

40.1.1 Commissioning of the Facilities or any part thereof shall be

commenced by the Contractor immediately after issue of the

Completion Certificate by the Project Manager, pursuant to GCC

Sub-Clause 39.5, or immediately after the date of the deemed

Completion, under GCC Sub-Clause 39.6.

40.1.2 The Employer shall supply the operating and maintenance

personnel and all raw materials, utilities, lubricants, chemicals,

catalysts, facilities, services and other matters required for

Commissioning.

40.1.3 In accordance with the requirements of the Contract, the

Contractor’s and Project Manager’s advisory personnel shall attend

the Commissioning, including the Guarantee Test, and shall advise

and assist the Employer.

40.2 Guarantee Test

40.2.1 Subject to GCC Sub-Clause 40.5, the Guarantee Test and

repeats thereof shall be conducted by the Contractor during

Commissioning of the Facilities or the relevant part thereof to

ascertain whether the Facilities or the relevant part can attain the

Functional Guarantees specified in the Appendix to the Contract

Agreement titled Functional Guarantees. The Employer shall

promptly provide the Contractor with such information as the

Contractor may reasonably require in relation to the conduct and

results of the Guarantee Test and any repeats thereof.

40.2.2 If for reasons not attributable to the Contractor, the Guarantee

Test of the Facilities or the relevant part thereof cannot be

successfully completed within the period from the date of

Completion specified in the PCC or any other period agreed

upon by the Employer and the Contractor, the Contractor shall

be deemed to have fulfilled its obligations with respect to the

Functional Guarantees, and GCC Sub-Clauses 43.2 and 43.3

shall not apply.

40.3 Operational Acceptance

40.3.2 At any time after any of the events set out in GCC Sub-Clause

40.3.1 have occurred, the Contractor may give a notice to the

Project Manager requesting the issue of an Operational

Acceptance Certificate in the form provided in the Employer’s

Requirements (Forms and Procedures)in respect of the Facilities

or the part thereof specified in such notice as of the date of such

notice.

40.3.3 The Project Manager shall, after consultation with the Employer,

and within seven (7) days after receipt of the Contractor’s notice,

issue an Operational Acceptance Certificate.

81

40.3.4 If within seven (7) days after receipt of the Contractor’s notice,

the Project Manager fails to issue the Operational Acceptance

Certificate or fails to inform the Contractor in writing of the

justifiable reasons why the Project Manager has not issued the

Operational Acceptance Certificate, the Facilities or the relevant

part thereof shall be deemed to have been accepted as of the date

of the Contractor’s said notice.

40.4 Partial Acceptance

40.4.1 If the Contract specifies that Completion and Commissioning

shall be carried out in respect of parts of the Facilities, the

provisions relating to Completion and Commissioning including

the Guarantee Test shall apply to each such part of the Facilities

individually, and the Operational Acceptance Certificate shall be

issued accordingly for each such part of the Facilities.

40.4.2 If a part of the Facilities comprises facilities such as buildings,

for which no Commissioning or Guarantee Test is required, then

the Project Manager shall issue the Operational Acceptance

Certificate for such facility when it attains Completion, provided

that the Contractor shall thereafter complete any outstanding

minor items that are listed in the Operational Acceptance

Certificate

40.5 Delayed Pre-commissioning and/or Guarantee Test

40.5.1 In the event that the Contractor is unable to proceed with the Pre-

commissioning of the Facilities pursuant to Sub-Clause 39.3, or

with the Guarantee Test pursuant to Sub-Clause 40.2, for reasons

attributable to the Employer either on account of non-availability

of other facilities under the responsibilities of other contractor(s),

or for reasons beyond the Contractor’s control, the provisions

leading to “deemed” completion of activities such as

Completion, pursuant to GCC Sub-Clause 39.6, and Operational

Acceptance, pursuant to GCC Sub-Clause 40.3.4, and

Contractor’s obligations regarding Defect Liability Period,

pursuant to GCC Sub-Clause 42.2, Functional Guarantee,

pursuant to GCC Clause 43, and Care of Facilities, pursuant to

GCC Clause 48, and GCC Clause 66.1, Suspension, shall not

apply. In this case, the following provisions shall apply.

40.5.2 When the Contractor is notified by the Project Manager that he

will be unable to proceed with the activities and obligations

pursuant to clauses 58 & 59, the Contractor shall be entitled to

the following:

82

(a) the Time of Completion shall be extended for the period of

suspension without imposition of liquidated damages

pursuant to GCC Sub-Clause 41.2;

(b) payments due to the Contractor in accordance with the

provision specified in the Appendix to the Contract

Agreement titled Terms and Procedures of Payment, which

would not have been payable in normal circumstances due to

non-completion of the subject activities, shall be released to

the Contractor against submission of a security in the form of

a bank guarantee of equivalent amount acceptable to the

Employer, and which shall become null and void when the

Contractor will have complied with its obligations regarding

those payments, subject to the provision of Sub-Clause

40.5.3 below;

(c) the expenses towards the above security and extension of

other securities under the contract, of which validity needs to

be extended, shall be reimbursed to the Contractor by the

Employer;

(d) the additional charges towards the care of the Facilities

pursuant to GCC Sub-Clause 48.1 shall be reimbursed to the

Contractor by the Employer for the period between the

notification mentioned above and the notification mentioned

in Sub-Clause 40.5.4 below. The provision of GCC Sub-

Clause 49.2 shall apply to the Facilities during the same

period.

40.5.3 In the event that the period of suspension under above Sub-Clause

40.5.1 actually exceeds one hundred eighty (180) days, the

Employer and Contractor shall mutually agree to any additional

compensation payable to the Contractor.

40.5.4 When the Contractor is notified by the Project Manager that the

plant is ready for Pre-commissioning, the Contractor shall proceed

without delay in performing Pre-commissioning, in accordance

with Clause 39.

D. Guarantees and Liabilities

41. Completion Time Guarantee

41.1 The Contractor guarantees that it shall attain Completion of the Facilities (or

a part for which a separate time for completion is specified) within the Time

for Completion specified in the PCC pursuant to GCC Sub-Clause 24.1, or

within such extended time to which the Contractor shall be entitled under

GCC Clause 65 hereof

41.2 If the Contractor fails to attain Completion of the Facilities or any part

thereof within the Time for Completion or any extension thereof under GCC

Clause 65, the Contractor shall pay to the Employer liquidated damages in

the amount specified in the PCC as a percentage rate of the Contract Price

or the relevant part thereof. The aggregate amount of such liquidated

damages shall in no event exceed the amount specified as “Maximum” in

the PCC as a percentage rate of the Contract Price. Once the “Maximum” is

83

reached, the Employer may consider termination of the Contract, pursuant

to GCC Sub-Clause 67.2.2.

Such payment shall completely satisfy the Contractor’s obligation to attain

Completion of the Facilities or the relevant part thereof within the Time for

Completion or any extension thereof under GCC Clause 65. The Contractor

shall have no further liability whatsoever to the Employer in respect thereof.

However, the payment of liquidated damages shall not in any way relieve

the Contractor from any of its obligations to complete the Facilities or from

any other obligations and liabilities of the Contractor under the Contract.

Save for liquidated damages payable under this GCC Sub-Clause 41.2, the

failure by the Contractor to attain any milestone or other act, matter or thing

by any date specified in the Appendix to the Contract Agreement titled Time

Schedule, and/or other program of work prepared pursuant to GCC Sub-

Clause 31.2 shall not render the Contractor liable for any loss or damage

thereby suffered by the Employer.

41.3 If the Contractor attains Completion of the Facilities or any part thereof

before the Time for Completion or any extension thereof under GCC Clause

65, the Employer shall pay to the Contractor a bonus in the amount specified

in the PCC. The aggregate amount of such bonus shall in no event exceed

the amount specified as “Maximum” in the PCC.

42. Defect Liability 42.1 The Contractor warrants that the Facilities or any part thereof shall be free

from defects in the design, engineering, materials and workmanship of the

Plant supplied and of the work executed.

42.2 The Defect Liability Period shall be five hundred and forty (540) days

from the date of Completion of the Facilities (or any part thereof) or one

year from the date of Operational Acceptance of the Facilities (or any part

thereof), whichever first occurs, unless specified otherwise in the PCC

pursuant to GCC Sub-Clause 42.10.

If during the Defect Liability Period any defect should be found in the

design, engineering, materials and workmanship of the Plant supplied or

of the work executed by the Contractor, the Contractor shall promptly, in

consultation and agreement with the Employer regarding appropriate

remedying of the defects, and at its cost, repair, replace or otherwise make

good as the Contractor shall determine at its discretion, such defect as well

as any damage to the Facilities caused by such defect. The Contractor

shall not be responsible for the repair, replacement or making good of any

defect or of any damage to the Facilities arising out of or resulting from

any of the following causes:

(a) improper operation or maintenance of the Facilities by the

Employer;

(b) operation of the Facilities outside specifications provided in the

Contract; or

(c) Normal wear and tear.

42.3 The Contractor’s obligations under this GCC Clause 42 shall not apply to:

84

(a) any materials that are supplied by the Employer under GCC Sub-

Clause 36.2, are normally consumed in operation, or have a normal

life shorter than the Defect Liability Period stated herein;

(b) any designs, specifications or other data designed, supplied or

specified by or on behalf of the Employer or any matters for which

the Contractor has disclaimed responsibility herein; or

(c) Any other materials supplied or any other work executed by or on

behalf of the Employer, except for the work executed by the Employer

under GCC Sub-Clause 42.7.

42.4 The Employer shall give the Contractor a notice stating the nature of any

such defect together with all available evidence thereof, promptly

following the discovery thereof. The Employer shall afford all reasonable

opportunity for the Contractor to inspect any such defect.

42.5 The Employer shall afford the Contractor all necessary access to the

Facilities and the Site to enable the Contractor to perform its obligations

under this GCC Clause 42.

The Contractor may, with the consent of the Employer, remove from the

Site any Plant or any part of the Facilities that are defective if the nature

of the defect, and/or any damage to the Facilities caused by the defect, is

such that repairs cannot be expeditiously carried out at the Site.

42.6 If the repair, replacement or making good is of such a character that it may

affect the efficiency of the Facilities or any part thereof, the Employer

may give to the Contractor a notice requiring that tests of the defective

part of the Facilities shall be made by the Contractor immediately upon

completion of such remedial work, whereupon the Contractor shall carry

out such tests.

If such part fails the tests, the Contractor shall carry out further repair,

replacement or making good, as the case may be, until that part of the

Facilities passes such tests. The tests shall be agreed upon by the

Employer and the Contractor.

42.7 If the Contractor fails to commence the work necessary to remedy such

defect or any damage to the Facilities caused by such defect within a

reasonable time (which shall in no event be considered to be less than

fifteen (15) days), the Employer may, following notice to the Contractor,

proceed to do such work, and the reasonable costs incurred by the

Employer in connection therewith shall be paid to the Employer by the

Contractor or may be deducted by the Employer from any monies due the

Contractor or claimed under the Performance Security.

42.8 If the Facilities or any part thereof cannot be used by reason of such defect

and/or making good of such defect, the Defect Liability Period of the

Facilities or such part, as the case may be, shall be extended by a period

equal to the period during which the Facilities or such part cannot be used

by the Employer because of any of the aforesaid reasons.

42.9 Except as provided in GCC Clauses 42 and 49, the Contractor shall be

under no liability whatsoever and howsoever arising, and whether under

85

the Contract or at law, in respect of defects in the Facilities or any part

thereof, the Plant, design or engineering or work executed that appear

after Completion of the Facilities or any part thereof, except where such

defects are the result of the gross negligence, fraud, or criminal or willful

action of the Contractor.

42.10 In addition, any such component of the Facilities, and during the period

of time as may be specified in the PCC, shall be subject to an extended

defect liability period. Such obligation of the Contractor shall be in

addition to the defect liability period specified under GCC Sub-Clause

42.2.

43. Functional Guarantees

43.1 The Contractor guarantees that during the Guarantee Test, the Facilities and

all parts thereof shall attain the Functional Guarantees specified in the

Appendix to the Contract Agreement titled Functional Guarantees, subject

to and upon the conditions therein specified.

43.2 If, for reasons attributable to the Contractor, the minimum level of the

Functional Guarantees specified in the Appendix to the Contract Agreement

titled Functional Guarantees, are not met either in whole or in part, the

Contractor shall at its cost and expense make such changes, modifications

and/or additions to the Plant or any part thereof as may be necessary to meet

at least the minimum level of such Guarantees. The Contractor shall notify

the Employer upon completion of the necessary changes, modifications

and/or additions, and shall request the Employer to repeat the Guarantee Test

until the minimum level of the Guarantees has been met. If the Contractor

eventually fails to meet the minimum level of Functional Guarantees, the

Employer may consider termination of the Contract, pursuant to GCC Sub-

Clause 64.2.2.

43.3 If, for reasons attributable to the Contractor, the Functional Guarantees

specified in the Appendix to the Contract Agreement titled Functional

Guarantees, are not attained either in whole or in part, but the minimum level

of the Functional Guarantees specified in the said Appendix to the Contract

Agreement is met, the Contractor shall, at the Contractor’s option, either

(a) make such changes, modifications and/or additions to the Facilities or any

part thereof that are necessary to attain the Functional Guarantees at its cost

and expense, and shall request the Employer to repeat the Guarantee Test or

(b) pay liquidated damages to the Employer in respect of the failure to meet the

Functional Guarantees in accordance with the provisions in the Appendix to

the Contract Agreement titled Functional Guarantees.

43.4 The payment of liquidated damages under GCC Sub-Clause 43.3, up to the

limitation of liability specified in the Appendix to the Contract Agreement

titled Functional Guarantees, shall completely satisfy the Contractor’s

guarantees under GCC Sub-Clause 43.3, and the Contractor shall have no

further liability whatsoever to the Employer in respect thereof. Upon the

payment of such liquidated damages by the Contractor, the Project Manager

shall issue the Operational Acceptance Certificate for the Facilities or any

part thereof in respect of which the liquidated damages have been so paid.

44. Patent Indemnity 44.1 The Contractor shall, subject to the Employer’s compliance with GCC Sub-

Clause 44.2, indemnify and hold harmless the Employer and its employees

86

and officers from and against any and all suits, actions or administrative

proceedings, claims, demands, losses, damages, costs, and expenses of

whatsoever nature, including attorney’s fees and expenses, which the

Employer may suffer as a result of any infringement or alleged infringement

of any patent, utility model, registered design, trademark, copyright or other

intellectual property right registered or otherwise existing at the date of the

Contract by reason of: (a) the installation of the Facilities by the Contractor

or the use of the Facilities in the country where the Site is located; and (b)

the sale of the products produced by the Facilities in any country.

Such indemnity shall not cover any use of the Facilities or any part thereof other

than for the purpose indicated by or to be reasonably inferred from the

Contract, any infringement resulting from the use of the Facilities or any part

thereof, or any products produced thereby in association or combination with

any other equipment, plant or materials not supplied by the Contractor,

pursuant to the Contract Agreement.

44.1 If any proceedings are brought or any claim is made against the Employer

arising out of the matters referred to in GCC Sub-Clause 29.1, the Employer

shall promptly give the Contractor a notice thereof, and the Contractor may

at its own expense and in the Employer’s name conduct such proceedings or

claim and any negotiations for the settlement of any such proceedings or

claim.

If the Contractor fails to notify the Employer within twenty-eight (28) days

after receipt of such notice that it intends to conduct any such proceedings

or claim, then the Employer shall be free to conduct the same on its own

behalf. Unless the Contractor has so failed to notify the Employer within the

twenty-eight (28) day period, the Employer shall make no admission that

may be prejudicial to the defense of any such proceedings or claim.

The Employer shall, at the Contractor’s request, afford all available

assistance to the Contractor in conducting such proceedings or claim, and

shall be reimbursed by the Contractor for all reasonable expenses incurred

in so doing.

44.2 The Employer shall indemnify and hold harmless the Contractor and its

employees, officers and Subcontractors from and against any and all suits,

actions or administrative proceedings, claims, demands, losses, damages,

costs, and expenses of whatsoever nature, including attorney’s fees and

expenses, which the Contractor may suffer as a result of any infringement or

alleged infringement of any patent, utility model, registered design,

trademark, copyright or other intellectual property right registered or

otherwise existing at the date of the Contract arising out of or in connection

with any design, data, drawing, specification, or other documents or

materials provided or designed by or on behalf of the Employer.

45. Limitation of Liability

45.1 Except in cases of criminal negligence or willful misconduct,

(a) neither Party shall be liable to the other Party, whether in contract,

tort, or otherwise, for any indirect or consequential loss or damage, loss of

use, loss of production, or loss of profits or interest costs, which may be

suffered by the other Party in connection with the Contract, other than

specifically provided as any obligation of the Party in the Contract, and

87

(b) the aggregate liability of the Contractor to the Employer, whether

under the Contract, in tort or otherwise, shall not exceed the amount

resulting from the application of the multiplier specified in the PCC, to the

Contract Price or, if a multiplier is not so specified, the total Contract Price,

provided that this limitation shall not apply to the cost of repairing or

replacing defective equipment, or to any obligation of the Contractor to

indemnify the Employer with respect to patent infringement..

E. Risk Distribution

46. Transfer of Ownership

46.1 Ownership of the Plant (including spare parts) to be imported into the

country where the Site is located shall be transferred to the Employer upon

loading on to the mode of transport to be used to convey the Plant from the

country of origin to that country.

46.2 Ownership of the Plant (including spare parts) procured in the country where

the Site is located shall be transferred to the Employer when the Plant are

brought on to the Site.

46.3 Ownership of the Contractor’s Equipment used by the Contractor and its

Subcontractors in connection with the Contract shall remain with the

Contractor or its Subcontractors.

46.4 Ownership of any Plant in excess of the requirements for the Facilities shall

revert to the Contractor upon Completion of the Facilities or at such earlier

time when the Employer and the Contractor agree that the Plant in question

are no longer required for the Facilities.

46.5 Notwithstanding the transfer of ownership of the Plant, the responsibility for

care and custody thereof together with the risk of loss or damage thereto

shall remain with the Contractor pursuant to GCC Clause 32 (Care of

Facilities) hereof until Completion of the Facilities or the part thereof in

which such Plant are incorporated.

47. Care of Facilities 47.1 The Contractor shall be responsible for the care and custody of the Facilities or

any part thereof until the date of Completion of the Facilities pursuant to GCC

Clause 39 or, where the Contract provides for Completion of the Facilities in

parts, until the date of Completion of the relevant part, and shall make good at

its own cost any loss or damage that may occur to the Facilities or the relevant

part thereof from any cause whatsoever during such period. The Contractor

shall also be responsible for any loss or damage to the Facilities caused by the

Contractor or its Subcontractors in the course of any work carried out, pursuant

to GCC Clause 42. Notwithstanding the foregoing, the Contractor shall not be

liable for any loss or damage to the Facilities or that part thereof caused by

reason of any of the matters specified or referred to in paragraphs (a), (b) and

(c) of GCC Sub-Clauses 48.2.

47.2 If any loss or damage occurs to the Facilities or any part thereof or to the

Contractor’s temporary facilities by reason of

88

(a) insofar as they relate to the country where the Site is located, nuclear

reaction, nuclear radiation, radioactive contamination, pressure wave

caused by aircraft or other aerial objects, or any other occurrences that an

experienced contractor could not reasonably foresee, or if reasonably

foreseeable could not reasonably make provision for or insure against,

insofar as such risks are not normally insurable on the insurance market

and are mentioned in the general exclusions of the policy of insurance,

including War Risks and Political Risks, taken out under GCC Clause 34

hereof; or

(b) any use or occupation by the Employer or any third Party other than

a Subcontractor, authorized by the Employer of any part of the

Facilities; or

(c) any use of or reliance upon any design, data or specification provided

or designated by or on behalf of the Employer, or any such matter for

which the Contractor has disclaimed responsibility herein,

47.3 the Employer shall pay to the Contractor all sums payable in respect of the

Facilities executed, notwithstanding that the same be lost, destroyed or

damaged, and will pay to the Contractor the replacement value of all

temporary facilities and all parts thereof lost, destroyed or damaged. If the

Employer requests the Contractor in writing to make good any loss or

damage to the Facilities thereby occasioned, the Contractor shall make

good the same at the cost of the Employer in accordance with GCC Clause

64. If the Employer does not request the Contractor in writing to make

good any loss or damage to the Facilities thereby occasioned, the Employer

shall either request a change in accordance with GCC Clause 64, excluding

the performance of that part of the Facilities thereby lost, destroyed or

damaged, or, where the loss or damage affects a substantial part of the

Facilities, the Employer shall terminate the Contract pursuant to GCC Sub-

Clause 66.1 hereof.

47.4 The Contractor shall be liable for any loss of or damage to any Contractor’s

Equipment, or any other property of the Contractor used or intended to be

used for purposes of the Facilities, except (i) as mentioned in GCC Sub-

Clause 42.2 with respect to the Contractor’s temporary facilities, and (ii)

where such loss or damage arises by reason of any of the matters specified

in GCC Sub-Clauses 47.2 (b) and (c).

48. Loss of or Damage to Property; Accident or Injury to Workers; Indemnification

48.1 Subject to GCC Sub-Clause 48.3, the Contractor shall indemnify and hold

harmless the Employer and its employees and officers from and against any

and all suits, actions or administrative proceedings, claims, demands, losses,

damages, costs, and expenses of whatsoever nature, including attorney’s fees

and expenses, in respect of the death or injury of any person or loss of or

damage to any property other than the Facilities whether accepted or not,

arising in connection with the supply and installation of the Facilities and by

reason of the negligence of the Contractor or its Subcontractors, or their

employees, officers or agents, except any injury, death or property damage

caused by the negligence of the Employer, its contractors, employees,

officers or agents.

89

48.2 If any proceedings are brought or any claim is made against the Employer

that might subject the Contractor to liability under GCC Sub-Clause 48.1,

the Employer shall promptly give the Contractor a notice thereof and the

Contractor may at its own expense and in the Employer’s name conduct such

proceedings or claim and any negotiations for the settlement of any such

proceedings or claim.

48.3 If the Contractor fails to notify the Employer within twenty-eight (28) days

after receipt of such notice that it intends to conduct any such proceedings

or claim, then the Employer shall be free to conduct the same on its own

behalf. Unless the Contractor has so failed to notify the Employer within

the twenty-eight (28) day period, the Employer shall make no admission that

may be prejudicial to the defense of any such proceedings or claim.

The Employer shall, at the Contractor’s request, afford all available assistance to

the Contractor in conducting such proceedings or claim, and shall be

reimbursed by the Contractor for all reasonable expenses incurred in so

doing.

48.4 The Employer shall indemnify and hold harmless the Contractor and its

employees, officers and Subcontractors from any liability for loss of or

damage to property of the Employer, other than the Facilities not yet taken

over, that is caused by fire, explosion or any other perils, in excess of the

amount recoverable from insurances procured under GCC Clause 49,

provided that such fire, explosion or other perils were not caused by any act

or failure of the Contractor.

48.5 The Party entitled to the benefit of an indemnity under this GCC Clause 48

shall take all reasonable measures to mitigate any loss or damage which has

occurred. If the Party fails to take such measures, the other Party’s liabilities

shall be correspondingly reduced.

49. Insurance 49.1 To the extent specified in the Appendix to the Contract Agreement titled

Insurance Requirements, the Contractor shall at its expense take out and

maintain in effect, or cause to be taken out and maintained in effect, during

the performance of the Contract, the insurances set forth below in the sums

and with the deductibles and other conditions specified in the said

Appendix. The identity of the insurers and the form of the policies shall be

subject to the approval of the Employer, who should not unreasonably

withhold such approval.

(a) Cargo Insurance During Transport

Covering loss or damage occurring while in transit from the

Contractor’s or Subcontractor’s works or stores until arrival at the

Site, to the Plant (including spare parts therefor) and to the

Contractor’s Equipment.

(b) Installation All Risks Insurance

Covering physical loss or damage to the Facilities at the Site,

occurring prior to Completion of the Facilities, with extended

maintenance coverage for the Contractor’s liability in respect of any

loss or damage occurring during the Defect Liability Period while the

90

Contractor is on the Site for the purpose of performing its obligations

during the Defect Liability Period.

(c) Third Party Liability Insurance

Covering bodily injury or death suffered by third Parties including

the Employer’s personnel, and loss of or damage to property

occurring in connection with the supply and installation of the

Facilities.

(d) Automobile Liability Insurance

Covering use of all vehicles used by the Contractor or its

Subcontractors, whether or not owned by them, in connection with

the execution of the Contract.

(e) Workers’ Compensation

In accordance with the statutory requirements applicable in any

country where the Contract or any part thereof is executed.

(f) Employer’s Liability

In accordance with the statutory requirements applicable in any country

where the Contract or any part thereof is executed.

(g) Other Insurances

Such other insurances as may be specifically agreed upon by the

Parties hereto as listed in the Appendix to the Contract Agreement

titled Insurance Requirements.

49.2 The Employer shall be named as co-insured under all insurance policies

taken out by the Contractor pursuant to GCC Sub-Clause 49.1, except for

the Third Party Liability, Workers’ Compensation and Employer’s

Liability Insurances, and the Contractor’s Subcontractors shall be named

as co-insureds under all insurance policies taken out by the Contractor

pursuant to GCC Sub-Clause 49.1 except for the Cargo Insurance during

Transportation, Workers’ Compensation and Employer’s Liability

Insurances. All insurer’s rights of subrogation against such co-insureds

for losses or claims arising out of the performance of the Contract shall

be waived under such policies.

49.3 The Contractor shall, in accordance with the provisions of the Appendix

to the Contract Agreement titled Insurance Requirements, deliver to the

Employer certificates of insurance or copies of the insurance policies as

evidence that the required policies are in full force and effect. The

certificates shall provide that no less than twenty-one (21) days’ notice

shall be given to the Employer by insurers prior to cancellation or

material modification of a policy.

49.4 The Contractor shall ensure that, where applicable, its Subcontractor(s)

shall take out and maintain in effect adequate insurance policies for their

personnel and vehicles and for work executed by them under the

Contract, unless such Subcontractors are covered by the policies taken

out by the Contractor.

49.5 The Employer shall at its expense take out and maintain in effect during

the performance of the Contract those insurances specified in the

Appendix to the Contract Agreement titled Insurance Requirements, in

the sums and with the deductibles and other conditions specified in the

said Appendix. The Contractor and the Contractor’s Subcontractors shall

91

be named as co-insured under all such policies. All insurers’ rights of

subrogation against such co-insured for losses or claims arising out of the

performance of the Contract shall be waived under such policies. The

Employer shall deliver to the Contractor satisfactory evidence that the

required insurances are in full force and effect. The policies shall provide

that not less than twenty-one (21) days’ notice shall be given to the

Contractor by all insurers prior to any cancellation or material

modification of the policies. If so requested by the Contractor, the

Employer shall provide copies of the policies taken out by the Employer

under this GCC Sub-Clause 49.5.

49.6 If the Contractor fails to take out and/or maintain in effect the insurances

referred to in GCC Sub-Clause 49.1, the Employer may take out and

maintain in effect any such insurances and may from time to time deduct

from any amount due to the Contractor under the Contract any premium

that the Employer shall have paid to the insurer, or may otherwise recover

such amount as a debt due from the Contractor. If the Employer fails to

take out and/or maintain in effect the insurances referred to in GCC 49.5,

the Contractor may take out and maintain in effect any such insurances

and may from time to time deduct from any amount due the Employer

under the Contract any premium that the Contractor shall have paid to the

insurer, or may otherwise recover such amount as a debt due from the

Employer. If the Contractor fails to or is unable to take out and maintain

in effect any such insurances, the Contractor shall nevertheless have no

liability or responsibility towards the Employer, and the Contractor shall

have full recourse against the Employer for any and all liabilities of the

Employer herein.

49.7 Unless otherwise provided in the Contract, the Contractor shall prepare

and conduct all and any claims made under the policies affected by it

pursuant to this GCC Clause 49, and all monies payable by any insurers

shall be paid to the Contractor. The Employer shall give to the Contractor

all such reasonable assistance as may be required by the Contractor. With

respect to insurance claims in which the Employer’s interest is involved,

the Contractor shall not give any release or make any compromise with

the insurer without the prior written consent of the Employer. With

respect to insurance claims in which the Contractor’s interest is involved,

the Employer shall not give any release or make any compromise with

the insurer without the prior written consent of the Contractor.

50. Unforeseen Conditions

50.1 If, during the execution of the Contract, the Contractor shall encounter on

the Site any physical conditions other than climatic conditions, or

artificial obstructions that could not have been reasonably foreseen prior

to the date of the Contract Agreement by an experienced contractor on

the basis of reasonable examination of the data relating to the Facilities

including any data as to boring tests, provided by the Employer, and on

the basis of information that it could have obtained from a visual

inspection of the Site if access thereto was available, or other data readily

available to it relating to the Facilities, and if the Contractor determines

that it will in consequence of such conditions or obstructions incur

additional cost and expense or require additional time to perform its

obligations under the Contract that would not have been required if such

92

physical conditions or artificial obstructions had not been encountered,

the Contractor shall promptly, and before performing additional work or

using additional Plant or Contractor’s Equipment, notify the Project

Manager in writing beforehand:

(a the physical conditions or artificial obstructions on the Site that could

not have been reasonably foreseen;

(b) the additional work and/or Plant and/or Contractor’s Equipment

required, including the steps which the Contractor will or proposes

to take to overcome such conditions or obstructions;

(c) the extent of the anticipated delay; and

(d) the additional cost and expense that the Contractor is likely to incur.)

On receiving any notice from the Contractor under this GCC Sub-Clause

50.1, the Project Manager shall promptly consult with the Employer and

Contractor and decide upon the actions to be taken to overcome the

physical conditions or artificial obstructions encountered. Following such

consultations, the Project Manager shall instruct the Contractor, with a

copy to the Employer, of the actions to be taken.

50.2 Any reasonable additional cost and expense incurred by the Contractor in

following the instructions from the Project Manager to overcome such

physical conditions or artificial obstructions referred to in GCC Sub-

Clause 50.1 shall be paid by the Employer to the Contractor as an addition

to the Contract Price.

50.3 If the Contractor is delayed or impeded in the performance of the Contract

because of any such physical conditions or artificial obstructions referred

to in GCC Sub-Clause 50.1, the Time for Completion shall be extended

in accordance with GCC Clause 60.

51. Change in Laws and Regulation

51.1 Unless otherwise specified in the Contract, if after the Contract, any law,

regulation, ordinance, order or bylaw having the force of law is enacted,

promulgated, abrogated, or changed in Bangladesh (which shall be

deemed to include any change in interpretation or application by the

competent authorities) that subsequently affects the Delivery Date and/or

the Contract Price, then such Delivery Date and/or Contract Price shall

be correspondingly increased or decreased, to the extent that the Supplier

has thereby been affected in the performance of any of its obligations

under the Contract.

52. Force Majeure 52.1 In this Clause, “Force Majeure” means an exceptional event or circumstance:

(a) which is beyond a Party’s control;

(b) which such Party could not reasonably have provided against before

entering into the Contract;

(c) which, having arisen, such Party could not reasonably have avoided or

overcome; and

(d) which is not substantially attributable to the other Party.

93

52.2 Force Majeure may include, but is not limited to, exceptional events or

circumstances of the kind listed below, so long as conditions (a) to (d) above

are satisfied:

(i) war, hostilities (whether war be declared or not), invasion, act of

foreign enemies;

(ii) rebellion, terrorism, sabotage by persons other than the Contractor’s

Personnel, revolution, insurrection, military or usurped power, or civil

war;

(iii) riot, commotion, disorder, strike or lockout by persons other than the

Contractor’s Personnel;

(iv) munitions of war, explosive materials, ionising radiation or

contamination by radio-activity, except as may be attributable to the

Contractor’s use of such munitions, explosives, radiation or radio-

activity, and

(v) natural catastrophes such as cyclone, hurricane, typhoon, tsunami,

storm surge, floods, earthquake , landslides, fires, epidemics,

quarantine restrictions, or volcanic activity;

(vi) freight embargoes;

(vii) acts of the Government in its sovereign capacity.

53. Notice of Force Majeure

53.1 If a Party is or will be prevented from performing its substantial obligations

under the Contract by Force Majeure, then it shall give notice to the other

Party of the event or circumstances constituting the Force Majeure and shall

specify the obligations, the performance of which is or will be prevented.

The notice shall be given within 14 days after the Party became aware, or

should have become aware, of the relevant event or circumstance

constituting Force Majeure

53.2 The Party shall, having given notice, be excused performance of its

obligations for so long as such Force Majeure prevents it from performing

them.

53.3 Notwithstanding any other provision of this Clause, Force Majeure shall not

apply to obligations of either Party to make payments to the other Party under

the Contract.

54. Duty to Minimize Delay

54.1 Each Party shall at all times use all reasonable endeavors to minimize any

delay in the performance of the Contract as a result of Force Majeure.

54.2 A Party shall give notice to the other Party when it ceases to be affected by

the Force Majeure.

94

55. Consequences of Force Majeure

55.1 The Contractor shall not be liable for forfeiture of its Performance

Security, liquidated damages, or termination for default if and to the

extent that it’s delay in performance or other failure to perform its

obligations under the Contract is the result of an event of Force Majeure:

55.2 The Employer may suspend the delivery or contract implementation,

wholly or partly, by written order for a certain period of time, as it deems

necessary due to force majeure as defined in the contract.

55.3 Delivery made either upon the lifting or the expiration of the suspension

order. However, if the Employer terminates the contract as stated under

GCC clause 66, resumption of delivery cannot be done.

55.4 The Employer determines the existence of a force majeure that will be

the basis of the issuance of suspension of order.

F. Payment

56. Contract Price 56.1 The Contract Price shall be paid as specified in the Contract Agreement

Form PG5A- 8.

56.2 Unless an adjustment clause is provided for in the PCC, the Contract Price

shall be a firm lump sum not subject to any alteration, except in the event

of a Change in the Facilities or as otherwise provided in the Contract.

56.3 Subject to GCC Sub-Clauses 25.2, 26.1 and 50 hereof, the Contractor shall

be deemed to have satisfied itself as to the correctness and sufficiency of

the Contract Price, which shall, except as otherwise provided for in the

Contract, cover all its obligations under the Contract.

56.4 Prices shall be adjusted for fluctuations in the cost of inputs only if provided

for in the PCC. If so provided, the amounts as certified in each payment

certificate, before deducting for Advance Payment, shall be adjusted by

applying the respective price adjustment factor to the payment amount. The

generic formula indicated below in the form as specified in the PCC

applies:

P= A + B (Im/Io)

where:

P is the adjustment factor

A and B are Coefficients specified in the PCC, representing the

nonadjustable and adjustable portions, respectively, of the Contract; and

Im is the Index during the month the work has been executed and Io is the

Index prevailing twenty eight (28) days prior to the deadline for submission

of Tender.

The Indexes to be used is as published by the Bangladesh Bureau of

Statistics (BBS) on a monthly basis. In case not available, then other

countries or authorities of the sources mentioned in Appendix to the

Tender may be used.

56.5 If the value of the Index is changed after it has been used in a calculation,

the calculation shall be corrected and an adjustment made in the next or in

the final payment certificate. The Index value shall be deemed to take

account of all changes in price due to fluctuations.

95

57. Terms of Payment 57.1 The Contract Price shall be paid as specified in the Contract Agreement and

in the Appendix to the Contract Agreement titled Terms and

Procedures of Payment, which also outlines the procedures to be followed

in making application for and processing payments.

57.2 No payment made by the Employer herein shall be deemed to constitute

acceptance by the Employer of the Facilities or any part(s) thereof.

57.3 In the event that the Employer fails to make any payment by its respective

due date or within the period set forth in the Contract, the Employer shall

pay to the Contractor interest on the amount of such delayed payment at the

rate(s) shown in the Appendices to the Contract Agreement titled Terms

and Procedures of Payment, for the period of delay until payment has been

made in full, whether before or after judgment or arbitrage award.

57.4 The currency or currencies in which payments are made to the Contractor

under this Contract shall be specified in the Appendices to the Contract

Agreement titled Terms and Procedures of Payment, subject to the general

principle that payments will be made in the currency or currencies in which

the Contract Price has been stated in the Contractor’s tender.

58. Advance Payment Security

58.1 The Contractor shall, within twenty-eight (28) days of the notification of

contract award, provide a security in an amount equal to the advance

payment calculated in accordance with the Appendix to the Contract

Agreement titled Terms and Procedures of Payment, and in the same

currency or currencies.

58.2 The security shall be in the form provided in the tender documents or in

another form acceptable to the Employer. The amount of the security shall

be reduced in proportion to the value of the Facilities executed by and paid

to the Contractor from time to time, and shall automatically become null

and void when the full amount of the advance payment has been recovered

by the Employer. The security shall be returned to the Contractor

immediately after its expiration.

59. Performance Security

59.1 The Contractor shall, within twenty-eight (28) days of the notification of

contract award, provide a security for the due performance of the Contract

in the amount specified in the PCC.

59.2 The performance security shall be denominated in the currency or

currencies of the Contract, or in a freely convertible currency acceptable to

the Employer, and shall be in the form provided in Section 5, Tender and

Contract Forms, corresponding to the type of bank guarantee stipulated by

the Employer in the PCC, or in another form acceptable to the Employer.

59.3 Unless otherwise specified in the PCC, the security shall be reduced by half

on the date of the Operational Acceptance. The Security shall become null

and void, or shall be reduced pro rata to the Contract Price of a part of the

Facilities for which a separate Time for Completion is provided, five

hundred and forty (540) days after Completion of the Facilities or three

hundred and sixty five (365) days after Operational Acceptance of the

Facilities, whichever occurs first; provided, however, that if the Defects

Liability Period has been extended on any part of the Facilities pursuant to

GCC Sub-Clause 42.8 hereof, the Contractor shall issue an additional

96

security in an amount proportionate to the Contract Price of that part. The

security shall be returned to the Contractor immediately after its expiration,

provided, however, that if the Contractor, pursuant to GCC Sub-Clause

42.10, is liable for an extended defect liability obligation, the performance

security shall be extended for the period specified in the PCC pursuant to

GCC Sub-Clause 42.10 and up to the amount specified in the PCC.

59.4 The Employer shall not make a claim under the Performance Security,

except for amounts to which the Employer is entitled under the Contract.

The Employer shall indemnify and hold the Contractor harmless against

and from all damages, losses and expenses (including legal fees and

expenses) resulting from a claim under the Performance Security to the

extent to which the Employer was not entitled to make the claim.

60. Taxes and Duties 60.1 The Contractor shall be entirely responsible for all kinds of taxes, duties,

fees, levies, and such other charges assessed on the Contractor, its

Subcontractors or their employees by all municipal, state or national

government authorities in connection with the Facilities in and outside of

the country where the Site is located.

60.2 Notwithstanding GCC Sub-Clause 60.1 above, the Employer shall bear and

promptly pay

(a) all customs and import duties for the Plant specified in Price Schedule

No. 1; and

(b) other domestic taxes such as, sales tax and value added tax (VAT) on

the Plant specified in Price Schedules No. 1 and No. 2 and that is to be

incorporated into the Facilities, and on the finished goods, imposed by

the law of the country where the Site is located.

60.3 If any tax exemptions, reductions, allowances or privileges may be

available to the Contractor in the country where the Site is located, the

Employer shall use its best endeavors to enable the Contractor to benefit

from any such tax savings to the maximum allowable extent.

61. Payments to Nominated Subcontractor(s)

61.1 The Contractor shall pay to the Nominated Subcontractor(s) the amounts

shown on the Nominated Subcontractor’s invoices approved by the

Contractor in accordance with the subcontract included under the Contract.

62. Price Adjustment 62.1 Where the Contract Period (excluding the Defects Liability Period) exceeds

eighteen (18) months, it is normal procedure that prices payable to the

Contractor shall be subject to adjustment during the performance of the

Contract to reflect changes occurring in the cost of labour and material

components. In such cases the tender documents shall include in the

Appendix 2, a formula of such price adjustment.

62.2 Where Contracts are of a shorter duration than eighteen (18) months or in

cases where there is to be no Price Adjustment, the following provision

shall not be included. Instead, it shall be indicated under this Appendix 2

that the prices are to remain firm and fixed for the duration of the Contract.

97

62.3 If the value of the Index is changed after it has been used in a calculation,

the calculation shall be corrected and an adjustment made in the next or in

the final payment certificate. The Index value shall be deemed to take

account of all changes in price due to fluctuations.

63. Liquidated Damages

63.1 The Contractor shall be liable to pay Liquidated Damages or in other

words the Delay Damages to the Employer at the rate per day as specified

in the PCC for each day of delay from the Intended Completion Date, for

the uncompleted delivery of goods/works/services or for any part thereof.

63.2 The total amount of Liquidated Damages shall not exceed the amount

defined in the PCC.

63.3 Once the cumulative amount of Liquidated Damages reaches ten (10)

percent of the Contract price, the Employer may rescind the Contract,

without prejudice to other courses of action and remedies open to it.

63.4 The amount of Liquidated Damages may be deducted from any money due

or which may become due to the Contractor under the Contract and/or

collect such amount of Liquidated Damages from the Retention Money (if

any) or other securities posted by the Contractor whichever is convenient

to the Employer. In an extreme situation that no such foregoing recourse is

available, the contractor be asked to make good the damages from his own

finances in writing failing which necessary action as per the provisions of

this GCC or PCC be taken.

63.5 Payment of Liquidated Damages by the Contractor shall not relieve the

Contractor from its obligations.

63.6 If the Intended Completion Date is extended after Liquidated Damages

have been paid, the Engineer shall correct any overpayment of Liquidated

Damages by the Contractor by adjusting the next payment certificate.

G. Change in Contract Elements

64. Change in the Facilities

64.1 Introducing a Change

64.1.1 Subject to GCC Sub-Clauses 64.2.5 and 64.2.7, the Employer

shall have the right to propose, and subsequently require, that the Project

Manager order the Contractor from time to time during the performance of

the Contract to make any change, modification, addition or deletion to, in

or from the Facilities hereinafter called “Change”, provided that such

Change falls within the general scope of the Facilities and does not

constitute unrelated work and that it is technically practicable, taking into

account both the state of advancement of the Facilities and the technical

compatibility of the Change envisaged with the nature of the Facilities as

specified in the Contract

64.1.2 The Contractor may from time to time during its performance of

the Contract propose to the Employer with a copy to the Project Manager,

any Change that the Contractor considers necessary or desirable to improve

the quality, efficiency or safety of the Facilities. The Employer may at its

discretion approve or reject any Change proposed by the Contractor,

provided that the Employer shall approve any Change proposed by the

Contractor to ensure the safety of the Facilities.

98

64.1.3 Notwithstanding GCC Sub-Clauses 64.1.1 and 64.1.2, no change

made necessary because of any default of the Contractor in the performance

of its obligations under the Contract shall be deemed to be a Change, and

such change shall not result in any adjustment of the Contract Price or the

Time for Completion.

64.1.4 The procedure on how to proceed with and execute Changes is

specified in GCC Sub-Clauses 64.2 and 64.3, and further details and forms

are provided in the Employer’s Requirements (Forms and Procedures).

64.2 Changes Originating from Employer

64.2.1 If the Employer proposes a Change pursuant to GCC Sub-Clause

64.1.1, it shall send to the Contractor a “Request for Change Proposal,”

requiring the Contractor to prepare and furnish to the Project Manager as

soon as reasonably practicable a “Change Proposal,” which shall include the

following:

(a) brief description of the Change

(b) effect on the Time for Completion

(c) estimated cost of the Change

(d) effect on Functional Guarantees (if any)

(e) effect on the Facilities

(f) effect on any other provisions of the Contract.

64.2.2 Prior to preparing and submitting the “Change Proposal,” the

Contractor shall submit to the Project Manager an “Estimate for Change

Proposal,” which shall be an estimate of the cost of preparing and submitting

the Change Proposal.

Upon receipt of the Contractor’s Estimate for Change Proposal, the

Employer shall do one of the following:

(a) accept the Contractor’s estimate with instructions to the Contractor to

proceed with the preparation of the Change Proposal

(b) advise the Contractor of any part of its Estimate for Change Proposal

that is unacceptable and request the Contractor to review its estimate

(c) advise the Contractor that the Employer does not intend to proceed

with the Change.

64.2.3 Upon receipt of the Employer’s instruction to proceed under GCC

Sub-Clause 64.2.2 (a), the Contractor shall, with proper expedition, proceed

with the preparation of the Change Proposal, in accordance with GCC Sub-

Clause 64.2.1.

64.2.4 The pricing of any Change shall, as far as practicable, be calculated

in accordance with the rates and prices included in the Contract. If such

rates and prices are inequitable, the Parties thereto shall agree on specific

rates for the valuation of the Change

99

.64.2.5 If before or during the preparation of the Change Proposal it

becomes apparent that the aggregate effect of compliance therewith and with

all other Change Orders that have already become binding upon the

Contractor under this GCC Clause 64 would be to increase or decrease the

Contract Price as originally set forth in Article 2 (Contract Price) of the

Contract Agreement by more than fifteen percent (15%), the Contractor may

give a written notice of objection thereto prior to furnishing the Change

Proposal as aforesaid. If the Employer accepts the Contractor’s objection,

the Employer shall withdraw the proposed Change and shall notify the

Contractor in writing thereof.

The Contractor’s failure to so object shall neither affect its right to object to

any subsequent requested Changes or Change Orders herein, nor affect its

right to take into account, when making such subsequent objection, the

percentage increase or decrease in the Contract Price that any Change not

objected to by the Contractor represents.

64.2.6 Upon receipt of the Change Proposal, the Employer and the

Contractor shall mutually agree upon all matters therein contained. Within

fourteen (14) days after such agreement, the Employer shall, if it intends to

proceed with the Change, issue the Contractor with a Change Order.

If the Employer is unable to reach a decision within fourteen (14) days, it

shall notify the Contractor with details of when the Contractor can expect a

decision.

If the Employer decides not to proceed with the Change for whatever reason,

it shall, within the said period of fourteen (14) days, notify the Contractor

accordingly. Under such circumstances, the Contractor shall be entitled to

reimbursement of all costs reasonably incurred by it in the preparation of the

Change Proposal, provided that these do not exceed the amount given by the

Contractor in its Estimate for Change Proposal submitted in accordance with

GCC Sub-Clause 64.2.2.

64.2.7 If the Employer and the Contractor cannot reach agreement on the

price for the Change, an equitable adjustment to the Time for Completion,

or any other matters identified in the Change Proposal, the Employer may

nevertheless instruct the Contractor to proceed with the Change by issue of

a “Pending Agreement Change Order.”

Upon receipt of a Pending Agreement Change Order, the Contractor shall

immediately proceed with effecting the Changes covered by such Order.

The Parties shall thereafter attempt to reach agreement on the outstanding

issues under the Change Proposal.

100

64.3 Changes Originating from Contractor

64.3.1 If the Contractor proposes a Change pursuant to GCC Sub-Clause

64.1.2, the Contractor shall submit to the Project Manager a written

“Application for Change Proposal,” giving reasons for the

proposed Change and including the information specified in GCC

Sub-Clause 64.2.1.

Upon receipt of the Application for Change Proposal, the Parties

shall follow the procedures outlined in GCC Sub-Clauses 64.2.6

and

64.3.2. However, should the Employer choose not to proceed, the

Contractor shall not be entitled to recover the costs of preparing the

Application for Change Proposal.

65. Extension of Time for Completion

65.1 The Time(s) for Completion specified in the PCC pursuant to GCC Sub-

Clause 8.2 shall be extended if the Contractor is delayed or impeded in the

performance of any of its obligations under the Contract by reason of any

of the following:

(a) any Change in the Facilities as provided in GCC Clause 64

(b) any occurrence of Force Majeure as provided in GCC Clause 52,

unforeseen conditions as provided in GCC Clause 50, or other

occurrence of any of the matters specified or referred to in paragraphs

(a), (b) and (c) of GCC Sub-Clause 47.2

(c) any suspension order given by the Employer under GCC Clause 41

hereof or reduction in the rate of progress pursuant to GCC Sub-

Clause 66.2 or

(d) any changes in laws and regulations as provided in GCC Clause 51

or

(e) any default or breach of the Contract by the Employer, Appendix to

the Contract Agreement titled ,or any activity, act or omission of the

Employer, or the Project Manager, or any other contractors employed

by the Employer, or

(f) any delay on the part of a sub-contractor, provided such delay is due

to a cause for which the Contractor himself would have been entitled

to an extension of time under this sub-clause, or

(g) delays attributable to the Employer or caused by customs, or

(h) any other matter specifically mentioned in the Contract

by such period as shall be fair and reasonable in all the circumstances and

as shall fairly reflect the delay or impediment sustained by the Contractor.

101

65.2 Except where otherwise specifically provided in the Contract, the Contractor

shall submit to the Project Manager a notice of a claim for an extension of

the Time for Completion, together with particulars of the event or

circumstance justifying such extension as soon as reasonably practicable

after the commencement of such event or circumstance. As soon as

reasonably practicable after receipt of such notice and supporting particulars

of the claim, the Employer and the Contractor shall agree upon the period of

such extension. The Contractor shall at all times use its reasonable

efforts to minimize any delay in the performance of its obligations under the

Contract.

In all cases where the Contractor has given a notice of a claim for an extension of

time under GCC 65.2, the Contractor shall consult with the Project Manager

in order to determine the steps (if any) which can be taken to overcome or

minimize the actual or anticipated delay. The Contractor shall there after

comply with all reasonable instructions which the Project Manager shall give

in order to minimize such delay. If compliance with such instructions shall

cause the Contractor to incur extra costs and the Contractor is entitled to an

extension of time under GCC 65.1, the amount of such extra costs shall be

added to the Contract Price.

66. Suspension 66.1 The Employer may request the Project Manager, by notice to the Contractor,

to order the Contractor to suspend performance of any or all of its

obligations under the Contract. Such notice shall specify the obligation of

which performance is to be suspended, the effective date of the suspension

and the reasons thereof. The Contractor shall thereupon suspend

performance of such obligation, except those obligations necessary for the

care or preservation of the Facilities, until ordered in writing to resume such

performance by the Project Manager..

If, by virtue of a suspension order given by the Project Manager, other than

by reason of the Contractor’s default or breach of the Contract, the

Contractor’s performance of any of its obligations is suspended for an

aggregate period of more than ninety (90) days, then at any time thereafter

and provided that at that time such performance is still suspended, the

Contractor may give a notice to the Project Manager requiring that the

Employer shall, within twenty-eight (28) days of receipt of the notice, order

the resumption of such performance or request and subsequently order a

change in accordance with GCC Clause 64, excluding the performance of

the suspended obligations from the Contract.

If the Employer fails to do so within such period, the Contractor may, by a

further notice to the Project Manager, elect to treat the suspension, where it

affects a part only of the Facilities, as a deletion of such part in accordance

with GCC Clause 64 or, where it affects the whole of the Facilities, as

termination of the Contract under GCC Sub-Clause 66.1.

66.2 if

102

(a) the Employer has failed to pay the Contractor any sum due under the

Contract within the specified period, has failed to approve any invoice or

supporting documents without just cause pursuant to the Appendix to the

Contract Agreement titled Terms and Procedures of Payment, or commits

a substantial breach of the Contract, the Contractor may give a notice to the

Employer that requires payment of such sum, with interest thereon as

stipulated in GCC Sub-Clause 57.3, requires approval of such invoice or

supporting documents, or specifies the breach and requires the Employer

to remedy the same, as the case may be. If the Employer fails to pay such

sum together with such interest, fails to approve such invoice or supporting

documents or give its reasons for withholding such approval, or fails to

remedy the breach or take steps to remedy the breach within fourteen (14)

days after receipt of the Contractor’s notice or

(b) the Contractor is unable to carry out any of its obligations under the

Contract for any reason attributable to the Employer, including but not

limited to the Employer’s failure to provide possession of or access to the

Site or other areas in accordance with GCC Sub-Clause 25.2, or failure to

obtain any governmental permit necessary for the execution and/or

completion of the Facilities,

then the Contractor may by fourteen (14) days’ notice to the Employer

suspend performance of all or any of its obligations under the Contract, or

reduce the rate of progress.

66.3 If the Contractor’s performance of its obligations is suspended or the rate

of progress is reduced pursuant to this GCC Clause 66, then the Time for

Completion shall be extended in accordance with GCC Sub-Clause 40.1,

and any and all additional costs or expenses incurred by the Contractor as

a result of such suspension or reduction shall be paid by the Employer to

the Contractor in addition to the Contract Price, except in the case of

suspension order or reduction in the rate of progress by reason of the

Contractor’s default or breach of the Contract.

66.4 During the period of suspension, the Contractor shall not remove from the

Site any Plant, any part of the Facilities or any Contractor’s Equipment,

without the prior written consent of the Employer.

H. Termination and Settlement of Disputes

67. Termination 67.1 Termination for Default

(a) The Employer or the Contractor, without prejudice to any other

remedy for breach of Contract, by giving twenty eight (28) days

written notice of default to the other party, may terminate the

Contract in whole or in part if the other party causes a fundamental

breach of Contract.

(b) Fundamental breaches of the Contract shall include, but shall not be

limited to, the following:

103

(i) the Contractor stops work for twenty-eight (28) days when no

stoppage of work is shown on the current Programme and the

stoppage has not been authorized by the Engineer;

(ii) the Engineer instructs the Contractor to delay the progress of the

Works, and the instruction is not withdrawn within twenty-eight

(28) days;

(iii) the Engineer gives Notice that failure to correct a particular

Defect is a fundamental breach of Contract and the Contractor

fails to correct it within a reasonable period of time determined

by the Engineer;

(iv) the Engineer gives Notice that the failure to achieve the progress

in accordance with the updated Programme of Works by the

Contractor is a non-fulfilment of contractual obligations and the

Contractor fails to restore it within a reasonable period of time

instructed by the Engineer;

(v) the Contractor does not maintain a Security, which is required;

(vi) the Contractor has delayed the completion of the Works by the

number of days for which the maximum amount of Liquidated

Damages can be paid, as specified in GCC Sub Clause 41.2;

(vii) the Contractor has subcontracted the whole of the Works or has

assigned the Contract without the required agreement and

without the approval of the Engineer;

(viii) the Contractor, in the judgment of the Employer has engaged in

practices, as defined in GCC Sub Clause 39, in competing for or

in executing the Contract.

(c) A payment certified by the Engineer is not paid by the Employer to

the Contractor within twenty eight (28) days of the date of the

Engineer’s certificate.

67.2 Termination for Insolvency

The Employer and the Contractor may at any time terminate the

Contract by giving twenty eight (28) days written notice to the other

party if either of the party becomes bankrupt or otherwise insolvent.

In such event, termination will be without compensation to any party,

provided that such termination will not prejudice or affect any right

of action or remedy that has accrued or will accrue thereafter to the

other party.

67.3 Termination for Convenience

(a) The Employer, by giving twenty eight (28) days written notice sent

to the Contractor, may terminate the Contract, in whole or in part, at any

time for its convenience. The notice of termination shall specify that

termination is for the Employer’s convenience, the extent to which

performance of the Contractor under the Contract is terminated, and the

date upon which such termination becomes effective. The termination

shall take effect twenty eight (28) days after the later dates on which the

104

Contractor receives this notice or the Employer returns the Performance

Security.

(b) The Employer shall not terminate the contract under GCC Sub

Clause 67.1 (a) in order to execute the contract itself or to arrange for the

Works to be executed by another contractor or to avoid a termination of

the Contract by the Contractor as stated under GCC Sub Clause 67.1(a).

67.4 In the event the Employer terminates the Contract in whole or in part, the

Employer shall accept the portion of the Works that are complete and

ready for handing over after the Contractor’s receipt of notice of

termination of the Contract. For the remaining portion of the Works, the

Employer may elect:

(a) to have any portion completed by the Contractor at the Contract

terms and prices; and /or

(b) to cancel the remainder and pay to the Contractor an agreed amount

for partially completed Works and for materials and parts previously

procured by the Contractor, or

(c) except in the case of termination for convenience as stated under

GCC Sub Clause 67, engage another Contractor to complete the

Works, and in that case the Contractor shall be liable to the

Employer for any cost that may be incurred in excess of the sum that

would have been paid to the Contractor, if the work would have been

executed and completed by him or her.

67.5 If the Contract is terminated, the Contractor shall stop work immediately,

make the Site safe and secure, and leave the Site as soon as is reasonably

possible

68. Payment upon Termination

68.1 If the Contract is terminated because of a fundamental breach of Contract

under GCC Sub Clause 67.1 by the Contractor, the Project Manager shall

issue a certificate for the value of the Works done and Plant and Materials

ordered less advance payments received up to the date of the issue of the

certificate and less the amount from percentage to apply to the contract

value of the works not completed, as indicated in the PCC. If the total

amount due to the Employer exceeds any payment due to the Contractor,

the difference shall be a debt payable to the Employer.

68.2 If the Contract is terminated for the Employer’s convenience or because

of a fundamental breach of Contract by the Employer, the Project Manager

shall issue a payment certificate for the value of the work done, Materials

ordered, the reasonable cost of removal of Equipment, repatriation of the

Contractor’s foreign personnel employed solely on the Works and

recruited specifically for the Works, and the Contractor’s costs of

protecting and securing the Works, and less advance payments received

up to the date of the certificate.

68.3 If the Contract is terminated for reasons of Force Majeure, the The Project

Manager shall determine the value of the work done and issue a Payment

Certificate which shall include.

105

(a) the amounts payable for any work carried out for which unit rates

or prices are stated in the Contract;

(b) the cost of Plant and Materials ordered for the Works which have

been delivered to the Contractor, or of which the Contractor is

liable to accept delivery: this Plant and Materials shall become the

property of (and be at the risk of) the Employer when paid for by

the Employer, and the Contractor shall place the same at the

Employer’s disposal;

(c) other costs or liabilities which in the circumstances were

reasonably and necessarily incurred by the Contractor in the

expectation of completing the Works;

(d) the cost of removal of Temporary Works and Contractor’s

Equipment from the Site; and

(e) the cost of repatriation of the Contractor’s staff and labor employed

wholly in connection with the Works at the date of termination.

69. Property 69.1 All Materials on the Site, Plant, Equipment, Temporary Works, and

Works shall be deemed to be the property of the Employer if the Contract

is terminated because of the Contractor’s default stated under GCC Sub

Clause 67.1.

70. Frustration 70.1 If the Contract is frustrated by the occurrence of a situation of Force

Majeure as defined in GCC Sub Clause 52, the Engineer shall certify that

the Contract has been frustrated. The Contractor shall make the Site safe

and stop work as quickly as possible after receiving this certificate and

shall be paid for all works carried out before receiving it and for any work

carried out afterwards to which a commitment was made.

I. Claims, Disputes and Arbitration

71. Contractor’s Claims 71.1 If the Contractor considers himself to be entitled to any extension of the

Completion Time and/or any additional payment, under any Clause of

these Conditions or otherwise in connection with the Contract, the

Contractor shall give notice to the Employer, describing the event or

circumstance giving rise to the claim. The notice shall be given as soon as

practicable, and not later than twenty eight (28) days after the Contractor

became aware, or should have become aware, of the event or

circumstance.

71.2 If the Contractor fails to give notice of a claim within such period of twenty

eight (28) days, the Intended Completion Date shall not be extended, the

Contractor shall not be entitled to additional payment, and the Employer

shall be discharged from all liability in connection with the claim.

71.3 Within forty two (42) days after the Contractor became aware or should

have become aware of the event or circumstance giving rise to the claim,

or within such other period as may be proposed by the Contractor and

approved by the Engineer, the Contractor shall send to the Engineer a fully

detailed claim which includes full supporting particulars of the basis of the

claim and of the extension of time and/or additional payment claimed, for

settlement.

106

72. Settlement of Disputes

Amicable settlement

72.1 The Employer and the Contractor shall make every effort to resolve

amicably by direct informal negotiation any disagreement or dispute

arising between them under or in connection with the Contract.

Arbitration

72.2 If, after twenty-eight (28) days, the parties have failed to resolve their

dispute or difference by such mutual consultation as stated under GCC

Clause 72.1, then either the Employer or the Contractor may give notice to

the other party of its intention to commence arbitration in accordance with

GCC Sub Clause 72.3, as to the matter in dispute, and no arbitration in

respect of this matter may be commenced unless such notice is given. Any

dispute or difference in respect of which a notice of intention to commence

arbitration has been given in accordance with this Clause shall be finally

settled by arbitration.

72.3 Arbitration shall be commenced prior to or after execution of the Works

under the Contract. Arbitration proceedings shall be conducted in

accordance with the rules of procedure specified in the PCC.

72.4 Notwithstanding any reference to arbitration hereinabove the parties shall

continue to perform their respective responsibilities under the Contract

unless agreed otherwise and, the Employer shall pay any monies due to the

Contractor.

107

Section 4. Particular Conditions of Contract

Instructions for completing the Particular Conditions of Contract are provided in italics in parenthesis for the relevant GCC

Clauses.

GCC

Clause

Amendments of, and Supplements to, Clauses in the General Conditions of Contract

GCC 1.1(j) The Contractor is

[Name, address, and name of authorized representative]

GCC 1.1(ll) The Purchaser is: Md. Fahim Uddin

Senior System Analyst, ICT Directorate

Bangladesh Rural Electrification Board,

5th floor, BREB HQ Building,

Nikunja-2, Khilkhet, City: Dhaka-1229, Country: Bangladesh.

Tel: +8802-8900513

E-email: [email protected]

GCC

1.1(oo)

The Site is located at: BREB HQ, Disaster Recovery (employer will confirm the location) and

17 PBS as per scope.

GCC 3.1 The Procuring Entity’s address for the purpose of communications under this contract is :

Contact person: Md. Fahim Uddin

Senior System Analyst, ICT Directorate

Bangladesh Rural Electrification Board,

5th floor, BREB HQ Building,

Nikunja-2, Khilkhet, City: Dhaka-1229, Country: Bangladesh.

Tel: +8802-8900513

E-email: [email protected]

The Contractor’s address for the purpose of communications under this contract is :

Contact person:

Address:

Tel:

Fax:

e-mail address:

GCC 6.1 (k) Other documents forming part of the Contract are;

108

Any other Clarification and Confirmation given by tenderer/supplier if required.

Additional Conditions of Particular Application in this schedule, Schedule of other

contract's, Schedule of Key Personnel, Site Investigation Reports, relevant

correspondences prior to signing of the Contract agreement etc.

GCC 9.2 Materials, Equipment Plants and supplies shall not have their origin in the following countries: Israel

GCC 13.1

The Site is located at: BREB HQ, Disaster Recovery (employer will confirm the location) and

17 PBS as per scope. The Contractor shall take all initiatives to take over the site by

communication with the concern department and the employer will assist the tenderer in this

regard.

GCC 22.3 The Contractor shall have to supply the required Spare parts of that contract

works if employer desires for a period of Three years

GCC 23.1 Commencement Date shall be from the date of signing of the contract.

GCC 24.1 The time for completion of the whole of the facilities is within 2 years from the date

of signing of the contract.

GCC 32.1 A Subcontractor that is a national of, or registered in, the following countries are not eligible: Not applicable

GCC 33.1 Nominated Subcontractor(s) named below;

Not applicable

shall be entitled to execute the following specific components of the Works

Not applicable

GCC 38.2 For Lot-1:

i) For Smart meter (1 phase, 3 phase LT), HHU, UPS and MDM FAT/PSI will be

conducted by 05 Engineers from BREB/PBS for minimum 05 days.

ii) For DCU, Repeater, Gateway, RF Module and HES FAT/PSI will be conducted by

05 Engineers from BREB/PBS for minimum 05 days.

iii) For, all server, Networking Device, Printer, Barcode Scanner, FAT/PSI will be

conducted by 05 Engineers from BREB/PBS for minimum 05 days.

iv) Under any circumstances if the FAT/PSI will not occur then the quoted price

against FAT/PSI will deducted from the tender price. But a virtual FAT/PSI have

to be performed confirming the best practice.

v) In case of equipments from employer’s country, FAT/PSI will be attended

by BREB employee and in case of equipments from abroad a third party will

attend FAT/PSI as mandatory participant and BREB employee will attend if

situation allows. BREB will pay for all FAT/PSI cost. For Lot-2:

vi) For Smart meter (3 phase), FAT/PSI will be conducted by third party PSI agent or

03 Engineers from BREB/PBS for minimum 05 days.

vii) Under any circumstances if the FAT/PSI will not occur then the quoted price

against FAT will be deducted from the tender price. But a virtual FAT/PSI have to

be performed confirming the best practice.

109

viii) In case of equipments from employer’s country, FAT/PSI will be attended

by BREB employee and in case of equipments from abroad a third party will

attend FAT/PSI as mandatory participant and BREB employee will attend if

situation allows. BREB will pay for all FAT/PSI cost.

GCC 40.2.2 The Guarantee Test of the Facilities shall be successfully completed within 30 days from

the date of Completion.

GCC 40.3.1 Operational Acceptance:

Operational Acceptance shall occur in respect of Facilities or any part thereof when

a). the Guarantee Test has been successfully completed and the Functional Guarantee are

met; or

b). the Guarantee Test has not been successfully completed or has not been carried out for

reasons not attributable to the Contractor within the period from the date of Completion or

any other agreed upon period as specified in GCC Sub- Clause 40.2.2 or

c). the Contractor has paid the liquidated damages specified in GCC clause 63; and

d). any minor items mentioned in GCC Sub-Clause 39.9 hereof relevant to the Facilities or

that part thereof have been completed; and

e. the system is successfully running for 3 months from commissioning date.

GCC 41.3 No bonus will be given for earlier Completion of the Facilities or part thereof.

GCC 42.2 The Defect Liability Period shall be 36 months from the date of acceptance.

GCC 42.3 The amount to be withheld for late submission of an updated Programme is: Not Applicable.

GCC 42.10 The critical components covered under the extended defect liability are: 36 months

from the date acceptance.

GCC 45.1

(b)

The multiplier of the Contract Price is: Not Applicable.

[insert amount] and/or

GCC 56.2 The Contract Price shall be adjusted in accordance with the provisions of the Appendix to

the Contract Agreement titled Adjustment Clause: Not applicable for this tender

GCC 59.3.1 The amount of performance security, as a percentage of the Contract Price for the Facility

or for the part of the Facility for which a separate Time for Completion is provided, shall

be 10% of contract price for the period of 60 months.

GCC 59.3.3 The performance security shall not be reduced on the date of the Operational Acceptance.

GCC 59.3.3 The performance security shall be submitted ten percent (10%) of the value of the

component covered by the extended defect liability to cover the Contractor’s extended

defect liability in accordance with the provision in the GCC Sub-Clause 42.10.

eappropriatnot delete

R/JPYUSD/GBP/EUeappropriatnotifdelete

BDT

110

GCC 60.1

& 60.2

The Contractor shall be entirely responsible for all kinds of taxes, duties, fees,

levies, and such other charges.

If payment to the contractor is made in Bangladeshi taka, VAT, IT etc. shall be

deducted from the payment as per Govt. policy of Bangladesh.

GCC 62.1 Not Applicable.

GCC 63.1 The amount of Liquidated Damages is 0.075 of ONE (1) percent of the contract value of the

uncompleted works or any part there of completed after expiry of the Intended Completion

Date or extended Intended Completion Date, as applicable, per day of delay.

GCC 63.2 The maximum amount of Liquidated Damages for the uncompleted Works or any part thereof

is 10% (ten) percent of the final Contract Price of the whole of the Works.

GCC 72.2 The arbitration shall be conducted in accordance with the Arbitration Act (Act No

1 of 2001) of Bangladesh as at present in force and the place of arbitration will be

Dhaka, Bangladesh.

111

SECTION 4: PART -III- (LABOUR LAWS)

1. LABOUR LAW

Bangladesh Labour Law shall be applicable for this tender.

Appendix to the Tender

[In Tables below, the Procuring Entity shall indicate the source and base values with

dates of Indexes, unless otherwise instructed to be quoted by the Tenderer, for the

different Cost Components and mention its Weightings or Coefficients]

Table 1.1: Price Adjustment Data – N/A

[ ITT Sub Clause 26.9: To be provided by the Procuring Entity]

Index Descriptions Base Value Sources of Index

Note:

1. The sources of Indexes and its values with dates shall be Bangladesh Bureau of Statistics

(BBS) unless otherwise mentioned by the Procuring Entity or instructed to be quoted by the

Tenderer.

2. The Procuring Entity may require the Tenderer to justify its proposed Indexes, if quoted by

the Tenderer.

3. The Base Value of the Indexes shall be those prevailing twenty eight (28) days prior to the

deadline for submission of the Tenders.

112

Table 1.2: Price Adjustment Data – N/A

[ GCC Sub Clause 56.4: To be provided by the Procuring Entity]

Item

Group

Bill No. if

applicable

Index

Descriptions

Coefficients or

Weightings for

non-adjustable

Cost Component

Coefficients or Weightings for adjustable

Cost Components

Total

a b c d e f g h i j

1

1

1

1

1

1

Note:

The Weightings or Coefficients of the Cost Components shall be mentioned by the Procuring Entity based on

the proportion of components involved in the items caused to be impacted by rise and fall in its prices.

113

APPENDICES [This appendix shall be the part of the contract]

Appendix 1 - Terms and Procedures of Payment

Appendix 2 - Price Adjustment

Appendix 3 - Insurance Requirements

Appendix 4 - Time Schedule

Appendix 5 - List of Major Items of Plant and services and List of Approved Subcontractors

Appendix 6 - Scope of Works and Supply by the Employer

Appendix 7 - List of Documents for Approval or Review

Appendix 8 - Functional Guarantees

114

Appendix 1. Terms and Procedures of Payment

For Lot-1:

(A) Payment for Goods and Services supplied from Bangladesh:

Local Currency Payment for supply of goods, Installation, Testing, Commissioning and related

service shall be made in BDT in the following manner.

(i) 80% (Eighty percent) of the contract price for supply of goods, installation, testing and

commissioning shall be paid on submission of invoice on actual progress duly certified by

engineer and passed for payment by employers. The milestone payments will be completed

within 5(Five) installments.

(ii) 10% (Ten percent) of the contract price for supply of goods, installation, testing &

commissioning and after hand over the system shall be paid after installation, testing and

commissioning of smart pre-payment metering system on submission of documents of

provisional reports of completion and successful commissioning of smart pre-payment

metering system.

(iii) Final 10% (Ten percent) of the Contract Price for supply of goods, installation, testing and

commissioning of Smart Pre-payment Metering System shall be paid within 45 (Forty-Five)

days after submission of invoice certified by respective office of the client upon final

acceptance certificate (FAC).

(B) Payment for supply of Software, Networks, license and other Services:

Payment for supply of this part of shall be made in BDT in the following manner:

(i) 30% (thirty percent) of the contract price for this part(B) shall be paid based on installation

of all software(developed) and networks certified by the engineer.

(ii) 30% (thirty percent) of the contract price for this part(B) shall be paid after installation,

testing, commissioning and handover with submission of provisional completion report

certified by the engineer.

(iii) 30% (thirty percent) of the contract price of this part(B) shall be paid based on monitoring the

overall field operation performance for 6 months from the date of commissioning and the invoice certified

by the engineer for payment.

(iv) Final 10% (Ten percent) of the contract price for this portion shall be paid after submission

of invoice certified by the Engineer upon final acceptance certificate (FAC).

115

For Lot-2:

(A) Terms of Payment

Schedule No. 1 - For design & drawing, supply materials & equipment’s and installation with

testing & commissioning works.

Schedule No. 2 - For Recommended Spare Parts (Contractor shall recommend with all the

details).

In respect of plant and equipment supplied from within the Employer’s country/abroad, the

following payments shall be made:

I. Fifty percent (50%) of the total or pro rata Progress amount after PLI (Post delivery

inspection).

II. Forty (40%) of the total or pro rata Progress amount upon installation and commissioning

of the equipment.

III. Ten percent (10%) of the total or pro rata Progress amount upon issue of the Operational

Acceptance Certificate, within Ninety (90) days after receipt of invoice.

1.1 Payment Procedures (for both Lot-1& Lot-2)

The procedures to be followed in applying for certification and making payments shall be as follows:

1. All costs in connection with invoice and document within Bangladesh/Employer’s country

shall borne by the Employer and outside of the Bangladesh/Employer’s country shall be

borne by the Contractor but tenderer shall be paid as per quoted price by the employer.

2. Cost of contract Price will be paid by the Employer’s designated Bank.

3. The retention money shall be deducted @ ten (10) percent from the successful Tenderer’s

payable invoices during contract implementation, if awarded the contract. (retention money

shall be 10% from each Billing amount.)

4. 10% money shall be retained for defect liability period either from retention money or from

PG, it might be from both sources as per decision of the employer.

5. Invoices will be submitted to the project director by the contractor along with the following

documents:

a. Invoice – 04 nos. (1 original & 3 copies)

b. Packing list – 04 nos. (1 original & 3 copies)

c. Inspection report

d. Acceptance certificate

e. Insurance certificate

f. Warranty certificate

g. Origin and Source certificate

Bill will be certified by the office of the Project Director and payment will be made by the

Director of Accounts/Project Director of BREB. In case of 10% retention money, bill will be pre-

audited by the Directorate of Internal Audit, BREB.

116

Appendix 2. Price Adjustment (Not Applicable)

Prices payable to the Contractor, in accordance with the Contract, shall be subject to adjustment

during performance of the Contract to reflect changes in the cost of labor and material components,

in accordance with the following formula:

The Contract is subject to price adjustment applying the following formulae and the weightings or

coefficients:

[Price Adjustment Formulae to be applicable if stated under ITT Sub Clause 26.9 shall be specified here]

Example:

P= A + a (Lm/Lo)+ b (BIm/BIo)+ c (CEm/CEo)+ d (RSm/RSo)+ e (STm/STo)+ f (BRm/BRo)+g (MIm/MIo) + h

(FUm/FUo)+ etc

where;

L= Labor, BI=Bitumen, CE=Cement, RS=Reinforcing Steel, ST=Stone, BR=Bricks, MI=Miscellaneous, FU= Fuel ]

Weighting or Coefficient A equals between 0.10 and 0.15 and, B (a+b+c+d+e+f+g+h+etc) equals between 0.90 and 0.85.

[insert figure] non-adjustable component (coefficient A)

[insert figure] adjustable component (coefficient B)

[The sum of A+B shall equal ONE (1). It is usual to have value of A between 0.10 and 0.15 and that of B between

0.90 and 0.85. Breakdown of Bshall be provided in Appendix to the Tender.]

[delete as appropriate]

The date of adjustment shall be the mid-point of the period of manufacture or installation of

component or Plant.

The following conditions shall apply:

(a) No price increase will be allowed beyond the original delivery date unless covered by an

extension of time awarded by the Employer under the terms of the Contract. No price increase

will be allowed for periods of delay for which the Contractor is responsible. The Employer

will, however, be entitled to any price decrease occurring during such periods of delay.

(c) No price adjustment shall be payable on the portion of the Contract price paid to the

Contractor as an advance payment.

For complex plant supply and installation involving several sources of supply and/or a substantial

amount of installation works, a family of formulas may be necessary, with provision for the usage

of Contractor’s equipment in the works formula.

117

Appendix 3. Insurance Requirements

(Note: This form is recommended for application in a contract after consultation with the Scheduled

Insurance Companies. A different structure/ method can be applied after approval of competent authority,

but should be incorporated in the Tender documents to be sold/ issued to the prospective tenderers).

Details are to be completed by the Employer prior to issuing the tedner documents. In the event that the

Employer provides any insurances under the Contract, appropriate details must also be given.

Insurances To Be Taken Out By The Contractor

In accordance with the provisions of GCC Clause 49, the Contractor shall at its expense take out and

maintain in effect, or cause to be taken out and maintained in effect, during the performance of the Contract,

the insurances set forth below in the sums and with the deductibles and other conditions specified. The

identity of the insurers and the form of the policies shall be subject to the approval of the Employer, such

approval not to be unreasonably withheld.

(a) Cargo Insurance

Covering loss or damage occurring, while in transit from the supplier’s or manufacturer’s works or stores

until arrival at the Site, to the Facilities (including spare parts therefore) and to the construction equipment

to be provided by the Contractor or its Subcontractors.

Amount Deductible

limits Parties insured From To

[in currency(ies)] [in currency(ies)] [names] [place] [place]

110% of the

contract price

Bangladesh

Rural

Electrification

Board

supplier’s or

manufacturer’s

works or stores

Site

(b) Installation All Risks Insurance

Covering physical loss or damage to the Facilities at the Site, occurring prior to completion of the Facilities,

with an extended maintenance coverage for the Contractor’s liability in respect of any loss or damage

occurring during the defect liability period while the Contractor is on the Site for the purpose of performing

its obligations during the defect liability period.

Amount Deductible limits Parties insured From To

[in currency(ies)] [in currency(ies)] [names] [place] [place]

110% of the

contract price

Bangladesh

Rural

Electrification

Board

(c) Third Party Liability Insurance

118

Covering bodily injury or death suffered by third parties (including the Employer’s personnel) and loss of

or damage to property (including the Employer’s property and any parts of the Facilities that have been

accepted by the Employer) occurring in connection with the supply and installation of the Facilities.

Amount Deductible limits Parties insured From To

[in currency(ies)] [in currency(ies)] [names] [place] [place]

For the contractor employees is as per law and common practice in Bangladesh

(d) Automobile Liability Insurance

Covering use of all vehicles used by the Contractor or its Subcontractors (whether or not owned by them)

in connection with the supply and installation of the Facilities. Comprehensive insurance in accordance

with statutory requirements.

(e) Workers’ Compensation

In accordance with the statutory requirements applicable in any country where the Facilities or any part

thereof is executed.

(f) Employer’s Liability

In accordance with the statutory requirements applicable in any country where the Facilities or any part

thereof is executed.

(g) Other Insurances

The Contractor is also required to take out and maintain at its own cost the following insurances:

Details:

Amount Deductible limits Parties insured From To

[in currency(ies)] [in currency(ies)] [names] [place] [place]

The Employer shall be named as co-insured under all insurance policies taken out by the Contractor

pursuant to GCC Sub-Clause 49.1, except for the Third Party Liability, Workers’ Compensation and

Employer’s Liability Insurances, and the Contractor’s Subcontractors shall be named as co-insureds under

all insurance policies taken out by the Contractor pursuant to GCC Sub-Clause49.1, except for the Cargo,

Workers’ Compensation and Employer’s Liability Insurances. All insurer’s rights of subrogation against

such co-insureds for losses or claims arising out of the performance of the Contract shall be waived under

such policies.

119

Insurances to be Taken Out By The Employer

If the Employer is proposing to take out any or all of the above insurances itself, or any other

insurances in respect of the Facilities, either in its own name or in the joint names of itself and the

Contractor, it shall give details below prior to issuing the tender documents. Under the terms of the

Contract, the Contractor and the Contractor’s Subcontractors shall be named as co-insured under

all such policies.

The Employer shall at its expense take out and maintain in effect during the performance of the

Contract the following insurances.

Details:

Amount Deductible

limits Parties insured From To

[in currency(ies)] [in currency(ies)] [names] [place] [place]

Nil Nil Nil Nil Nil

120

Appendix 4. Time Schedule

The Tenderer are required to submit with its tender a detailed program, normally in the form of a

bar chart, showing how and the order in which it intends to perform the Contract and showing

the key events requiring action or decision by the Employer. In preparing this Program, the

Tenderer shall adhere to the Time(s) for Completion given in the Tender Data Sheet. The time

for completion of whole facilities shall be as specified in the PCC against subclause

GCC-24.1 of section-4.

121

Appendix 5. List of Major Items of Plant and Services and List of Approved

Subcontractors

Prior to issuing the Tender Document, the Employer has established a list of major item of plant and

services for which approval of the Employer is required. Prior to award of Contract, the details of approved

subcontractor, including manufacturers shall be completed, indicating those subcontractors proposed by

the Tenderer in the corresponding Attachment to its tender that are approved by the Employer for

engagement by the Contractor during the performance of the Contract.

A list of major items of plant and services is provided below.

The following Subcontractors and/or manufacturers are approved for carrying out the item of the

facilities indicated. Where more than one Subcontractor is listed, the Contractor is free to choose

between them, but it must notify the Employer of its choice in good time prior to appointing any selected

Subcontractor. In accordance with GCC Sub-Clause 32.1, the Contractor is free to submit proposals for

Subcontractors for additional items from time to time. No Subcontracts shall be placed with any such

Subcontractors for additional items until the Subcontractors have been approved in writing by the

Employer and their names have been added to this list of Approved Subcontractors.

Major Items of

Plant and Services

Approved

Subcontractors/Manufacturers Nationality

122

Appendix 6. Scope of Works and Supply by the Employer

The following personnel, facilities, works and supplies shall apply as appropriate.

All personnel, facilities, works and supplies will be provided by the Employer in good time so as

not to delay the performance of the Contractor, in accordance with the approved Time Schedule and

Program of Performance pursuant to GCC Sub-Clause 31.2.

Unless otherwise indicated, all personnel, facilities, works and supplies will be provided free of

charge to the Contractor.

Personnel Charge to Contractor (if any)

Employer’s personnel will be engaged to

supervise and certify the works and test.

Name of the personnel will be informed

latter on.

No charge to Contractor.

Facilities Charge to Contractor (if any)

Works Charge to Contractor (if any)

Employer will not do any works. If

Contractor does not reinstate the

Employer’s existing facilities (Civil,

networking, power line/materials etc.)

Employer will complete it.

Will be deducted from contractor’s

payment.

Supplies Charge to Contractor (if any)

The Employer will not generally supply

any machinery/Equipment and materials to

the Contractor. In the event of any such

requirement and subject to availability, the

Employer may extend the facilities to use

such machinery and materials by the

Contractor on rental charge/cost under

normal terms and conditions.

The Contractor will be required to pay

the amount to be determined by the

Employer for such facilities.

123

Appendix 7. List of Documents for Approval or Review

Pursuant to GCC Sub-Clause 35.3.1, the Contractor shall prepare, or cause its Subcontractor to

prepare, and present to the Project Manager in accordance with the requirements of GCC Sub-Clause

31.2 (Program of Performance), the following documents for

(A) Approval (Not limited to)

1. RF Network design

2. Meter

3. Civil Design (if any)

4. Project implementation schedule, Project organogram, Detail drawing schedule.

5. Technical particular & Guarantees and Drawing, catalogue and operational manuals, from

manufacturer for each type of Equipment, servers, Software etc.

6. Communication, Operation, Logic diagram, Protection scheme.

7. Routine and factory acceptance test plan of each Equipment, Pre-commissioning and

commissioning Test Plan.

8. Any other relevant design-drawing & documents as per the Contract Documents to the

complete respective works.

9. Any other documents asked by the employer

(B) Review

1. Any documents listed above are to be reviewed if required to complete the works.

124

Appendix 8. Functional Guarantees

1. General

This Appendix sets out

(a) the functional guarantees referred to in GCC Clause43 (Functional Guarantees)

(b) the preconditions to the validity of the functional guarantees, either in production and/or

consumption, set forth below

(c) the minimum level of the functional guarantees

(d) the formula for calculation of liquidated damages for failure to attain the functional

guarantees.

2. Preconditions

The Contractor gives the functional guarantees (specified herein) for the facilities, subject to the following

preconditions being fully satisfied (No special preconditions applicable).

3. Functional Guarantees

Subject to compliance with the foregoing preconditions, the Contractor guarantees as follows:

3.1 Testing & commissioning of all the equipment & materials & software and ready

for commercial operation of the facilities.

4. Failure in Guarantees and Liquidated Damages

4.1 Failure to Attain Guaranteed Production Capacity

If the production capacity of the facilities attained in the guarantee test, pursuant to GCC

Sub-Clause40.2, is less than the guaranteed figure specified in para. 3.1 above, but

the actual production capacity attained in the guarantee test is not less than the

minimum level specified in para. 4.3 below, and the Contractor elects to pay

liquidated damages to the Employer in lieu of making changes, modifications and/or

additions to the Facilities, pursuant to GCC Sub-Clause 43.3, then the Contractor

shall pay liquidated damages at the rate of 300% of the quoted price of the part or

equipment

4.2 Raw Materials and Utilities Consumption in Excess of Guaranteed Level

(Not Applicable)

4.3 Minimum Levels (Not Applicable)

Notwithstanding the provisions of this paragraph, if as a result of the guarantee test(s), the

following minimum levels of performance guarantees (and consumption guarantees) are not

attained by the Contractor, the Contractor shall at its own cost make good any deficiencies

until the Facilities reach any of such minimum performance levels, pursuant to GCC Sub-

Clause 43.2:

125

(a) production capacity of the Facilities attained in the guarantee test: ninety-five percent

(95%/100%) of the guaranteed production capacity

and/or

(b) average total cost of consumption of all the raw materials and utilities of the Facilities:

one hundred and five percent (105%) of the guaranteed figures.

4.4 Limitation of Liability

Subject to para. 4.3 above, the Contractor’s aggregate liability to pay liquidated damages for

failure to attain the functional guarantees shall not exceed 10% of the Contract price

126

Section 5. Tender and Contract Forms

Form Title

Tender Forms

PG5A – 1a Tender Submission Letter for Technical Proposal

PG5A – 1b Tender Submission Letter for Financial (Price) Proposal

PG5A – 2a Tenderer Information Sheet

PG5A – 2b

PG5A – 2c

JVCA Partner Information

Subcontractor Information

PG5A – 3 Price Schedule for Plant and Services

PG5A – 4 Technical Proposal

PG5A – 4a Specification submission & compliance sheet.

PG5A– 5 Manufacturer’s Authorisation Letter

PG5A – 6 Bank Guarantee for Tender Security

PG5A – 6a Letter of Commitment for Bank’s undertaking for Line of Credit

(Form PG5A-6a)

Contract Forms

PG5A – 7 Notification of Award

PG5A – 8 Contract Agreement

PG5A – 9 Bank Guarantee for Performance Security

PG5A– 10 Bank Guarantee for Advance Payment

PG5A– 11 Bank Guarantee for Retention Money Security (Form PG5A-11)

Forms PG5A-1a, PG5A-1b to PG5A-6, PG5A-6a comprises part of the Tender and should be

completed as stated in ITT Clause 24.

Forms PG5A-7 to PG5A-11 and the appendices of the tender comprises part of the Contract as

stated in GCC Clause 6.

127

Tender Submission Letter for Technical offer

(Form PG5A-1a)

[This letter should be completed and signed by the Authorised Signatory preferably on the

Letter-Head Pad of the Tenderer and be appended in the technical proposal envelope]

To:

[Contact Person]

[Name of Procuring Entity]

[Address of Procuring Entity]

Date:

Invitation for Tender No: [indicate IFT No]

Tender Package No: [indicate Package No]

This Package is divided into the following Number of

Lots

[indicate number of

Lot(s)]

We, the undersigned, offer to design, manufacture, test, deliver, install, pre-commission and

commission in conformity with the Tender Document, the following Plant and Services, viz:

In signing this letter, and in submitting our Tender, we also confirm that:

(a) our Tender shall be valid for the period stated in the Tender Data Sheet (ITT

Sub Clause 30.1) and it shall remain binding upon us and may be accepted at

any time before the expiration of that period;

(b) a Tender Security is attached in the form of a [state pay order, bank draft, bank

guarantee] in the amount stated in the Tender Data Sheet (ITT Sub Clause 32)

and valid for a period of twenty-eight (28) days beyond the Tender validity date;

(c) we have examined and have no reservations to the Tender Document, issued by

you on [insert date]; including Addendum to Tender Document No(s) [state

numbers] , issued in accordance with the Instructions to Tenderers (ITT Clause

11). [insert the number and issuing date of each addendum; or delete this

sentence if no Addendum has been issued];

(d) we, including as applicable, any JVCA partner or Subcontractor for any part of

the contract resulting from this Tender process, have nationalities from eligible

countries, in accordance with ITT Sub Clause 5.1;

(e) we are submitting this Tender as a sole Tenderer in accordance with ITT Sub

Clause 38.3

or

we are submitting this Tender as the partners of a JVCA, comprising the

following other partners in accordance with ITT Sub Clause 18.1;

Name of Partner Address of Partner

1

2

128

(f) we are not a Government owned entity as defined in ITT Sub Clause 5.3 or

we are a Government owned entity, and we meet the requirements of ITT Sub

Clause 5.3;

(delete one of the above as appropriate)

(g) we, including as applicable any JVCA partner, declare that we are not

associated, nor have been associated in the past, directly or indirectly, with a

consultant or any other entity that has prepared the design, specifications and

other documents in accordance with ITT Sub Clause 5.5;

(h) we, including as applicable any JVCA partner or Subcontractor for any part of

the contract resulting from this Tender process, have not been declared

ineligible by the Government of Bangladesh on charges of engaging in corrupt,

fraudulent, collusive or coercive practices in accordance with ITT Sub Clause

5.6;

(i) furthermore, we are aware of ITT Clause 4 concerning such practices and pledge

not to indulge in such practices in competing for or in executing the Contract;

(j) we intend to subcontract an activity or part of the Works, in accordance with

ITT Sub Clause 19.1, to the following Subcontractor(s);

Activity or part of the Plant

and Services

Name of Subcontractor with

Address

(k) we, including as applicable any JVCA partner, confirm that we do not have a

record of poor performance, such as abandoning the works, not properly

completing contracts, inordinate delays, or financial failure as stated in ITT

Clause 5.7, and that we do not have, or have had, any litigation against us, other

than that stated in the Tenderer Information (Form PG5A-2b);

(l) we are not participating as Tenderers in more than one Tender in this Tendering

process. We understand that your written Notification of Award shall constitute

the acceptance of our Tender and shall become a binding Contract between us,

until a formal Contract is prepared and executed;

(m) we, including as applicable any JVCA partner, confirm that we do not have a

record of insolvency, receivership, bankrupt or being wound up, our business

activities were not been suspended, and it was not been the subject of legal

proceedings in accordance with ITT Sub Clause 5.8;

(n) we, including as applicable any JVCA partner, confirm that we have fulfilled

our obligations to pay taxes and social security contributions applicable under

the relevant national laws and regulations of Bangladesh in accordance with ITT

Sub Clause 5.9;

(o) we understand that you reserve the right to reject all the Tenders or annul the

Tender proceedings, without incurring any liability to Tenderers, in accordance

with ITT Clause 59.

129

Signature: [insert signature of authorised representative of

the Tenderer]

Name: [insert full name of signatory with National ID

Number, if applicable]

In the capacity

of:

[insert capacity of signatory]

Duly authorised to sign the Tender for and on behalf of the Tenderer

[If there is more than one (1) signatory, or in the case of a JVCA, add other boxes and sign

accordingly].Attachment 1:

[ITT Sub Clause 38.3]

Written confirmation authorising the above signatory(ies) to commit the Tenderer

[and, if applicable]

Attachment 2:

[ITT Sub Clause 29.2(b)]

Copy of the JVCA Agreement / Letter of Intent to form JVCA with draft proposed Agreement

130

Tender Submission Letter for Financial offer

(Form PG5A-1b)

[This letter should be completed and signed by the Authorised Signatory

preferably on the Letter-Head Pad of the Tendererand be appended in the financial proposal

envelope]

To:

[Contact Person]

[Name of Procuring Entity]

[Address of Procuring Entity]

Date:

Invitation for Tender No: [indicate IFT No]

Tender Package No: [indicate Package

No]

This Package is divided into the following Number of

Lots

[indicate number of

Lot(s)]

We, the undersigned, offer to design, manufacture, test, deliver, install, precommission and

commission in conformity with the Tender Document, the following Plant and Services,

viz:

In accordance with ITT Clauses 26 and 27, the following prices and discounts apply to

our Tender:

The Tender Price is:

(ITT Sub-Clause 26.1)

[state amount in figures]

and [state amount in words]

Plant (including Mandatory Spare Parts)

Supplied from abroad

[state amount in figures]

and [state amount in words]

Plant (including Mandatory Spare Parts)

supplied from within the Employer’s

Country

Taka[state amount in figures]

And Taka [state amount in words]

Design Services [state amount in figures]

and [state amount in words]

Installation and Other Services [state amount in figures]

and [state amount in words]

Recommended Spare parts Price

(If economic Factor is applicable)

[state amount in figures]

and [state amount in words]

The Unconditional discount is

(ITT Sub-Clause 23.11)

[state amount in figures]

and [state amount in words]

The methodology for Application of the

discount is:

[state the methodology]

131

and we shall accordingly submit an Advance Payment Guarantee in the format

shown in Form PG5A- 10.

In signing this letter, and in submitting our Tender, we also confirm that:

a) our Tender shall be valid for the period stated in the Tender Data Sheet (ITT Sub

Clause 30.1) and it shall remain binding upon us and may be accepted at any time

before the expiration of that period;

b) a Tender Security is attached in the form of a [state pay order, bank draft, bank

guarantee] in the amount stated in the Tender Data Sheet (ITT Sub Clause 32) and

valid for a period of twenty eight (28) days beyond the Tender validity date;

c) if our Tender is accepted, we commit to furnishing a Performance Security within

the time stated under ITT Sub Clause 65.1) and in the form specified in the Tender

Data Sheet (ITT Sub Clause 66.1) valid for a period of twenty eight (28) days

beyond the date of issue of the Completion Certificate of the Plants and Services;

d) we have examined and have no reservations to the Tender Document, issued by you

on [insert date]; including Addendum to Tender Document No(s) [state numbers] ,

issued in accordance with the Instructions to Tenderers (ITT Clause 11). [insert the

number and issuing date of each addendum; or delete this sentence if no Addendum

has been issued];

e) we, including as applicable, any JVCA partner or Subcontractor for any part of the

contract resulting from this Tender process, have nationalities from eligible

countries, in accordance with ITT Sub Clause 5.1;

f) we are submitting this Tender as a sole Tenderer in accordance with ITT Sub Clause

38.3 or

we are submitting this Tender as the partners of a JVCA, comprising the following

other partners in accordance with ITT Sub Clause 18.1;

Name of Partner Address of Partner

1

2

3

4

g) we are not a Government owned entity as defined in ITT Sub Clause 5.3 or

we are a Government owned entity, and we meet the requirements of ITT Sub

Clause 5.3;

(delete one of the above as appropriate)

h) we, including as applicable any JVCA partner, declare that we are not associated,

nor have been associated in the past, directly or indirectly, with a consultant or any

other entity that has prepared the design, specifications and other documents in

accordance with ITT Sub Clause 5.5;

132

i) we, including as applicable any JVCA partner or Subcontractor for any part of the

contract resulting from this Tender process, have not been declared ineligible by the

Government of Bangladesh on charges of engaging in corrupt, fraudulent, collusive

or coercive practices in accordance with ITT Sub Clause 5.6;

j) furthermore, we are aware of ITT Clause 4 concerning such practices and pledge

not to indulge in such practices in competing for or in executing the Contract;

k) we intend to subcontract an activity or part of the Works, in accordance with ITT

Sub Clause 19.1, to the following Subcontractor(s);

Activity or part of the Plant

and Services

Name of Subcontractor with

Address

l) we, including as applicable any JVCA partner, confirm that we do not have a record

of poor performance, such as abandoning the works, not properly completing

contracts, inordinate delays, or financial failure as stated in ITT Clause 5.7, and

that we do not have, or have had, any litigation against us, other than that stated in

the Tenderer Information (Form PG5A-2b);

m) we are not participating as Tenderers in more than one Tender in this Tendering

process. We understand that your written Notification of Award shall constitute the

acceptance of our Tender and shall become a binding Contract between us, until a

formal Contract is prepared and executed;

n) we, including as applicable any JVCA partner, confirm that we do not have a record

of insolvency, receivership, bankrupt or being wound up, our business activities

were not been suspended, and it was not been the subject of legal proceedings in

accordance with ITT Sub Clause 5.8;

o) we, including as applicable any JVCA partner, confirm that we have fulfilled our

obligations to pay taxes and social security contributions applicable under the

relevant national laws and regulations of Bangladesh in accordance with ITT Sub

Clause 5.9;

p) we understand that you reserve the right to reject all the Tenders or annul the Tender

proceedings, without incurring any liability to Tenderers, in accordance with ITT

Clause 61

Signature: [insert signature of authorised

representative of the Tenderer]

Name: [insert full name of signatory with

National ID Number]

In the capacity of: [insert capacity of signatory]

Duly authorised to sign the Tender for and on behalf of the Tenderer

133

[If there is more than one (1) signatory, or in the case of a JVCA, add other boxes and

sign accordingly].Attachment 1:

[ITT Sub Clause 38.3]

Written confirmation authorising the above signatory(ies) to commit the Tenderer

[and, if applicable]

Attachment 2:

[ITT Sub Clause 29.2(b)]

Copy of the JVCA Agreement / Letter of Intent to form JVCA with draft proposed

Agreement

134

Tenderer Information (Form PG5A-2a)

[This Form should be completed only by the Tenderer, preferably on its Letter-Head Pad]

Invitation for Tender No: [indicate IFT No]

Tender Package No: [indicate Package

No]

This Package is divided into the following Number of

Lots:

[indicate number of

Lot(s)]

1. Eligibility Information of the Tenderer [ITT –Clauses 5 & 29]

1.1 Nationality of

individual or country

of registration

1.2 Tenderer’s legal title

1.3 Tenderer’s registered

address

1.4 Tenderer’s legal status [complete the relevant box]

Proprietorship

Partnership

Limited Liability

Concern

Government-owned

Enterprise

Others

[please describe, if

applicable]

1.5 Tenderer’s year of

registration

1.6 Tenderer’s authorised representative details

Name

National ID number

Address

Telephone / Fax

numbers

e-mail address

1.7 Litigation [ITT Cause 13]

If there is no history of litigation or no pending litigation then state opposite

“None”. If there is a history of litigation, or a number of awards, against the

Tenderer provide details below

135

A. Arbitration Awards made against

ar Matter in dispute Value of

Award

Value of

Claim

B. Arbitration Awards pending

Year Matter in dispute Value of Claim

1.8 Tenderer to attach photocopies

of the original documents

mentioned aside

[All documents required under ITT Clauses 5

and 29]

The following two information are applicable for National Tenderers

1.9 Tenderer’s Value Added Tax

Registration (VAT) Number

1.10 Tenderer’s Tax Identification

Number(TIN)

[The foreign Tenderers, in accordance with ITT Sub Clause 5.1, shall provide evidence by a

written declaration to that effect to demonstrate that it meets the criterion]

1. Qualification Information of the Tenderer [ITT Clause 29]

2.1 General Experience in Plant and Services of Tenderer

Start

Mont

h

Year

End

Mont

h

Year

Years Contract No and Name of

Contract

Name and Address of

Procuring Entity

Brief description of Plant

and Services

Role of Tenderer

[Contractor/Subcontractor

/Management Contractor]

2.

2

Specific Experience in Key Activities

Contract No

Name of Contract

[ insert reference no] of [ insert year]

[insert name]

136

Role in Contract

[tick relevant box].

Contractor

Subcont

ractor

Management

Contractor

\Award date

Completion date

Total Contract Value

[insert date]

[insert date]

[insert amount]

Procuring Entity’s

Name

Address

Tel / Fax

e-mail

Brief description with

justifications of the

similarity compared to

the Procuring Entity’s

requirements

[state justification in support of its similarity compared

to the proposed works]

2.3 Average annual turnover [ITT Sub Clause15.1(a)]

[amount invoiced to Procuring Entity(s) for each year of works in progress or

completed, using rate of exchange at the end of the period reported]

Year Amount & Currency amount in figures

2.4 Financial Resources available to meet the cash flow [ITT Sub Clause 15.1(b)]

No Source of Financing Amount

Available

In order to confirm the above statements the Tenderer shall submit , as applicable, the

documents mentioned in ITT Sub Clause 14.1(a), (b) and 15.1 (a), (b) & (c)

2.5 Contact Details

Name, address, and other contact details of Tenderer Bankers and other Procuring

Entity(s) that may provide references, if contacted by this Procuring Entity

137

2.6 Qualifications and experience of key technical and administrative personnel

proposed for Contract administration and management [ITT Sub Clause 16.1 ]

Position

Name

Years of General Experience

Years of Specific Experience

[Tenderer to complete details of as many personnel as are applicable.Each personnel

listed above should complete the Personnel Information (Form PG5A-5)]

2.7 Major Equipment proposed to carry out the Contract [ITT Sub Clause 17.1 ]

Item of Equipment

Condition

(new, good, average,

poor)

Owned, leased or to be

purchased

(state owner, less or

seller)

[Tenderer to list details of each item of major equipment, as applicable]

Name: [insert full name of

signatory]

Signature

with Date and

Seal

In the

capacity of:

[insert designation of

signatory]

[ Sign]

Duly authorised to sign the Tender for and on behalf of the

Tenderer

138

JVCA Partner Information (Form PG5A-2b)

[This Form should be completed by each JVCA partner].

Invitation for Tender No: [indicate IFT No]

Tender Package No [indicate Package

No]

This Package is divided into the following Number of

Lots

[indicate number of

Lot(s)]

1. Eligibility Information of the JVCA Partner [ITT –Clauses 5 & 29]

1.1 Nationality of Individual or

country of Registration

1.2 JVCA Partner’s legal title

1.3 JVCA Partner’s registered

address

1.4 JVCA Partner’s legal status [complete the relevant box]

Proprietorship

Partnership

Limited Liability Concern

Government-owned Enterprise

Other

(please describe, if applicable)

1.5 JVCA Partner’s year of

registration

1.6 JVCA Partner’s authorised representative details

Name

National ID number

Address

Telephone / Fax numbers

e-mail address

1.7 Litigation [ITT Sub Cause 13]

If there is no history of litigation or no pending litigation then state “None”.

If there is a history of litigation, or a number of awards, against the JVCA

Partner provide details below:

A. Arbitration Awards made against

Year Matter in dispute Value of

Award

Value of

Claim

139

B. Arbitration Awards pending

Year Matter in dispute Value of Claim

1.8 JVCA Partner to attach copies

of the original documents

mentioned aside

[All documents required under ITT Clauses 5

and 29]

The following two information are applicable for national JVCA Partners only

1.9 JVCA Partner’s Value Added

Tax Registration (VAT)

Number

1.10 JVCA Partner’s Tax

Identification Number (TIN)

[The foreign JVCA Partners, in accordance with ITT Sub Clause 5.1, shall provide

evidence by a written declaration to that effect to demonstrate that it meets the

criterion]

2. Key Activity(ies) for which it is intended to be joint ventured [ITT Sub Clause

18.2 & 18.3]

Elements of Activity Brief description of Activity

3. Qualification Information of the JVCA Partner [ITT Clause 18]

3.1 General Experience in Plant and Services of JVCA Partner

Start

Month

Year

End

Month

Year

Years Contract No and &

Name of Contract

Name and Address of

Procuring Entity

Brief description of

Works

Role of JVCA Partner

[Contractor/Subcontra

ctor/Management

Contractor]

140

3.2 Specific Experience in Key Activities

Contract No

Name of Contract

[ insert reference no] of [ insert year]

[insert name]

Role in Contract

[tick relevant box]

Contractor Sub

cont

ract

or

Management

Contractor

Award date

Completion date

Total Contract

Amount

[insert date]

[insert date]

[insert amount]

Procuring Entity’s

Name

Address

Tel / Fax

e-mail

[state justification in support of its similarity

compared to the proposed plants and service]

Brief description with justifications of the similarity

compared to the Procuring Entity’s requirements

3.3 Average annual construction turnover [ITT Sub Clause 15.1 (a)]

[amount invoiced to Procuring Entity(s) for each year of work in progress or

completed, using rate of exchange at the end of the period reported]

Year Amount & Currency Amount in Figures

3.4 Financial Resources available to meet the cash flow [ITT Sub-Clause 15.1(b)]

N

o

Source of financing Amount available

In order to confirm the above statements the JVCA Partner shall submit , as

applicable, the documents mentioned in ITT Sub Clause 14.1 (a) & (b)15.1 (a), (b),

(c) & (d)

3.5 Contact Details

Name, address, and contact details of Tenderer’s Bankers and other Procuring

Entity(s) that may provide references if contacted by this Procuring Entity

141

3.6 Qualifications and experience of key technical and administrative personnel

proposed for Contract administration and management [ITT Sub Clause 16.1]

Position

Name

Years of General Experience

Years of Specific Experience

[Tenderer to complete details of as many personnel as are applicable. Each

personnel listed above should complete the Personnel Information (Form

PG5A-5)]

3.7 Major items of Construction Equipment proposed for carrying out the works [ITT

Sub-Clause 17.1]

Item of Equipment

Condition

(new, good,

average, poor)

Owned, leased or to be

purchased

(state owner, leaser or seller)

[Tenderer to list details of each item of Major equipment, as applicable]

Name: [insert full name of

signatory]

Signature

with Date and

Seal

In the capacity of: [insert designation

of signatory]

[ Sign]

Duly authorised to sign the Tender for and on behalf of the

Tenderer

142

Subcontractor Information (Form PG5A-2c)

[This Form should be completed by each Subcontractor, preferably on its Letter-Head Pad]

Invitation for Tender No: [indicate IFT No]

Tender Package No [indicate Package

No]

This Package is divided into the following Number of Lots [indicate number of

Lot(s)]

1. Eligibility Information of the Subcontractor [ITT –Clauses 5 & 29]

1.1 Nationality of Individual or

country of Registration

1.2 Subcontractor’s legal title

1.3 Subcontractor’s registered

address

1.4 Subcontractor’s legal status [complete the relevant box

Proprietorship

Partnership

Limited Liability Concern

Government-owned

Enterprise

Other (please describe)

.1.5 Subcontractor’s year of registration

1.6 Subcontractor’s authorised

representative details

Name

Address

Telephone / Fax numbers

e-mail address

1.7 Subcontractor to attach

copies of the following

original documents

All documents to the extent relevant to ITT

Clause 5 and 29 in support of its qualifications

The following two information are applicable for national Subcontractors

1.8 Subcontractor’s Value Added

Tax Registration (VAT)

Number

143

1.9 Subcontractor’s Tax

Identification Number (TIN)

[The foreign Subcontractors, in accordance with ITT sub-Clause 5.1, shall provide

evidence by a written declaration to that effect to demonstrate that it meets the criterion]

2. Key Activity(ies) for which it is intended to be Subcontracted [ITT Sub Clause 19.1]

2.1 Elements of Activity Brief description of Activity

2.2 List of Similar Contracts in which the proposed Subcontractor had been engaged

Name of Contract and Year of

Execution

Value of Contract

Name of Procuring Entity

Contact Person and contact details

Type of Assignment performed

Name: [insert full name of signatory] Signature with Date and Seal

In the capacity of: [insert designation of

signatory]

[ Sign]

Duly authorized to sign the Tender for and on behalf of the Tenderer

144

Price Schedule for Plant and Service (Form PG5A-3)

(This form should be completed and submitted by the tenderer and appended in the financial

proposal envelope)

Invitation for Tender No: [indicate IFT No]

Tender Package No [indicate Package No]

This Package is divided into the following Number of Lots [indicate number of Lot(s)]

General

1. The Price Schedules are divided into separate Schedules as follows:

Schedule No. 1: Plant (including Mandatory Spare Parts) Supplied from Abroad

Schedule No. 2: Plant (including Mandatory Spare Parts) Supplied from within the

Employer’s Country

Schedule No. 3: Design Services

Schedule No. 4: Installation and Other Services

Schedule No. 5: Grand Summary

Schedule No. 6: Recommended Spare Parts

2. The Schedules do not generally give a full description of the plant to be supplied and

the services to be performed under each item. Tenderers shall be deemed to have

read the Employer’s Requirements and other sections of the Tender Document and

reviewed the Drawings to ascertain the full scope of the requirements included in

each item prior to filling in the rates and prices. The entered rates and prices shall

be deemed to cover the full scope as aforesaid, including overheads and profit.

3. If tenderers are unclear or uncertain as to the scope of any item, they shall seek

clarification in accordance with ITT 9.1 prior to submitting their tender.

Pricing

4. Prices shall be filled in indelible ink, and any alterations necessary due to errors,

etc., shall be initialed by the Tenderer.

As specified in the Tender Data Sheet and Special Conditions of Contract, prices

shall be fixed and firm for the duration of the Contract, or prices shall be subject to

adjustment in accordance with the corresponding Appendix (Price Adjustment) to

the Contract Agreement.

5. Tender prices shall be quoted in the manner indicated and in the currencies specified

in the Instructions to Tenderers in the Tender Document.

For each item, tenderers shall complete each appropriate column in the respective

Schedules, giving the price breakdown as indicated in the Schedules.

Prices given in the Schedules against each item shall be for the scope covered by

that item as detailed in Section 6 (Employer’s Requirements) or elsewhere in the

Tender Document.

6. Payments will be made to the Contractor in the currency or currencies indicated

under each respective item.

7. When requested by the Employer for the purposes of making payments or partial

payments, valuing variations or evaluating claims, or for such other purposes as the

Employer may reasonably require, the Contractor shall provide the Employer with a

breakdown of any composite or lump sum items included in the Schedules.

145

For Lot -1:

Schedules of Rates and Prices

Schedule No. 1 - Plant and Mandatory Spare Parts Supplied from Abroad - Not Applicable

Line

Item

No

Description of Item Country

of Origin

Quantit

y

Unit Price

CIP[insert place of

destination]

Or CIF[insert port of

destination]

[Foreign Currency]

CIF/CIP price per

Line Item

[Foreign Currency]

Taxes and Duties In

Local Currency

1 2 3 4 5 6 = 4 x 5 7

Column 6 to be carried forward to Schedule No. 5. Grand Summary

Note: 1. The Employer may also use other INCOTERMs, if deemed necessary, In such case Form PG5A-6, will require to be customized by the Employer

2. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there are currencies.

Country of Origin Declaration Form

Item Description Country

Name: [insert full name of

signatory]

Signature

with Date and

Seal

In the capacity of: [insert designation of

signatory]

[ Sign]

Duly authorized to sign the Tender for and on behalf of the

Tenderer

146

For Lot -1:

Schedule No. 2 - Plant and Mandatory Spare Parts Supplied from within the Employer’s Country

Line

Item

No.

Description of Item Unit Quantity

Country of

Origin (To be

mentioned)

Unit

Price(including

all Tax, vat)

EXW

(Taka)

Total EXW

Price

(Taka)

Transportation

cost of goods at

destination

Total Price

(Taka)

BDT BDT BDT BDT

1 2 3 4 5 6 7= 4x6 8 9= 7+8

1 Single Phase Smart Pre-payment

Meter

Numbers 4,80,000

2 Three Phase Smart Pre-payment

Meter (LT)

Numbers 10,000

3 RF Network Interface Card/RF

Module including secure plug-in

facility with Cellular and PLC

provision.

Numbers 4,68,000

4 2G Communication Module including

secure plug-in facility with RF and

PLC provision.

Numbers 22,000

5 SIM for 2G communication

module and Data Concentrator

Unit (DCU)

Numbers 23,667

6 Data Concentrator Unit (DCU)

(As per proposed specification

estimated number of DCU is

1667, however bidder will

Numbers

1667

147

determine actual quantity

based on field requirements.

Payment will be made on the

basis of actual quantity.)

7 Repeater

(As per proposed specification

estimated number of Repeater

is 6668, however bidder will

determine actual quantity

based on field requirements.

Payment will be made on the

basis of actual quantity.)

Numbers

6668

8 Hand Held Units (HHU) Numbers 34

9 a) Meter Data Management

Software (MDMS), Application

Server and database (as per

solution required) with billing

system (Prepaid & Post Paid) for

DC and DR for 5.0 Lac smart

meter but scalable to 20 million

meters (10 million within 2025

and other 10 million within 2030).

MDMS with Enterprise life time

License for 5.0 Lac smart meter

under this project.

Lot

1

b) MDMS shall support vending

through Point of Sales(POS), Web

Portal, Third Party Vending,

Mobile App, Vending API.

c) Bidder shall submit price for

license upgradation to 10 million

meters within 2025 and another 10

million meters within 2030 that

148

will be considered for the

evaluation process but will not be

included in project price.

10 Head End System (HES) with related

software and Database &

Application Server (as per solution

required) for DC and DR for 5.0 Lac

smart meter to be interfaced with

offered MDMS. This HES will be

Enterprise life time License for 5.0

Lac smart meter under this project.

Lot

1

11 Enterprise Database Edition Perpetual

License:

• Database Enterprise Edition -

Processor Perpetual

• Diagnostics Pack- Processor

Perpetual

• Tuning Pack – Processor

Perpetual

• Real Application Clusters-

Processor Perpetual

• Active Data Guard – Processor

Perpetual

• Partitioning

Lot

1

12 Middleware Suite Lot 1

13 Hardware for DC (as per specification and quantity mentioned in this tender document) along with power cabling, network setup and all

necessary accessories.

Database Server set 1

General Purpose Storage Number 1

Database Storage Number 1

SAN Switch Number 4

Application Server Number 2

149

Database backup System set 1

Server for HES, MDM and related

software /application

Number 4

Virtualization and Container

Infrastructure for Other Services

set 1

Tape Library for Archival Number 1

Server Load Balancer Number 2

Work Station Number 35

WAN Switch Number 2

Core Router Number 2

Core Switch Number 2

Core firewall Number 2

Server Firm switch Number 4

Internet router Number 2

Web Application firewall Number 1

Distributed Switch Number 3

Access switch Number 20

Central Firewall Management Set 1

DMZ switch number 2

Operating System, Hypervisor,

Container Software license set 1

Antivirus Software set 1

Identity and Access management set 1

Modules and Interfaces set 1

Network Monitoring System Set 1

Application Management System set 1

150

Helpdesk and problem ticketing set

1

Passive Infrastructure Technical

specification all server room

construction

set 1

Electrical Infrastructure set 1

Raise floor system set 1

Accessories Set 1

Rack with cold container set 1

Online modular UPS with lithium-

ion batteries for IT load set 2

Online modular UPS with lithium-

ion batteries for Cooling

equipment and other non-critical

load

set 2

Rack mount static transfer switch

STS/ATS set 4

Metered Rack PDU (single phase) Set 16

Precision Air Conditioner (PAC) set 4

Data center Infrastructure

monitoring set 1

IP KVM set 6

Floor mount isolation transformer set 2

Modular UPS power distribution set 2

Comport Cooling set 4

Rodent system set 1

VESDA Set 1

Fire detection and suppression

system set 1

151

Access Control system set 1

IP CAM and surveillance solution set 1

Generator Number 1

AVR Number 2

TVSS Number 2

Data center Rated-3 Certification Lot 1

14 Hardware for DR (as per specification and quantity mentioned in this tender document) along with power cabling, network setup and all

necessary accessories.

Database Server set 1

General Purpose Storage Number 1

Database Storage Number 1

SAN Switch Number 4

Application Server Number 2

Server for HES, MDM and related

software /application

Number 2

Server Load Balancer Number 2

Work Station Number 15

WAN Switch Number 2

Core Router Number 2

Core Switch Number 2

Core firewall Number 2

Server Firm switch Number 4

Internet router Number 2

Web Application firewall Number 1

Distributed Switch Number 2

Access switch Number 20

152

Central Firewall Management Set 1

DMZ switch number 2

Identity and Access management set 1

Passive Infrastructure Technical

specification all server room

construction

set 1

Electrical Infrastructure set 1

Raise floor system set 1

Accessories Set 1

Rack with cold container set 1

Online modular UPS with lithium-

ion batteries for IT load set 2

Online modular UPS with lithium-

ion batteries for Cooling

equipment and other non-critical

load

set 2

Rack mount static transfer switch

STS/ATS set 2

Metered Rack PDU (single phase) Set 16

Precision Air Conditioner (PAC) set 2

Data center Infrastructure

monitoring set 1

IP KVM set 4

Floor mount isolation transformer set 2

Modular UPS power distribution set 2

Comport Cooling set 4

Rodent system set

1

153

VESDA Set 1

Fire detection and suppression

system set 1

Access Control system set 1

IP CAM and surveillance solution set 1

Generator Number 1

AVR Number 2

TVSS Number 2

Data center Rated-3 Certification Lot 1

15 SPC Pole (60’-2) along with all

necessary equipment’s for mounting

of DCU and Repeater etc. (As per

proposed specification estimated

number of SPC Pole is 8335, however

bidder will determine actual quantity

based on field requirements. Payment

will be made on the basis of actual

quantity.)

Number 8335

16 Utility Vending Station (UVS)

Workstation Number 17

GRPS/EDGE/EVDO Modem Number 34

SIM Card Number 34

VPN router Number 1

Slip Printer Number 17

Barcode Scanner Number 17

Laser Printer Number 17

154

Note: Keeping either the total number of meter same i.e. 490,000 (Four Lac Ninety Thousand) or contract value same, number of three phase and

single phase meter may be changed by the employer if found necessary during implementation period.

Note 1: Price shall include all customs duties, VAT and other taxes already paid or payable if contract is awarded and shall be

delivered price in final destination or at point of delivery.

Laptop Number 17

UPS 5KVA 2 hr. backup Number 17

AC’s 1.5 tons with related

material and services

Number 17

17 Utility Customization Center

(UCC)

Number 17

Workstation Number 17

GRPS/EDGE/EVDO Modem Number 34

VPN router Number 1

SIM Card Number 34

Slip Printer Number 17

Barcode Scanner Number 17

Laser Printer Number 17

Laptop Number 17

UPS 5KVA 2 hr. backup Number 17

18 Standard Network Architecture

& cabling system (For proper

assessment tenderer shall

survey)

Lot

1

TOTAL of Column 9 to be carried forward to Schedule No. 6. Grand Summary

155

Name: [insert full name of signatory] Signature with Date and Seal

In the capacity of: [insert designation of signatory] [ Sign]

Duly authorized to sign the Tender for and on behalf of the Tenderer

156

For Lot -1:

Schedule No. 3 - Design Services

Item

Description of Item

Unit

Quantity

Unit Price Total Price

Local Currency

Portion

including

VAT, IT etc. in

BDT

Foreign

Currency

Portion in USD

Local

Currency

Portion in

BDT

Foreign

Currency

Portion in

USD

(1) (2) (3) (4) (5) (6) = (3 x 4) (7) = (3 x 5)

1 Survey and Design for DC, DR

with the assessment of actual count

necessary of DCU, Repeater, Pole

count

Lot 1

TOTAL of Columns 6 and 7 to be carried forward to Schedule No. 6. Grand Summary

1Note: 1. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there are currencies

Note 1: Price shall include all customs duties, VAT and other taxes already paid or payable if contract is

awarded and shall be delivered price in final destination or at point of delivery.

Name: [insert full name of

signatory]

Signature with Date

and Seal

In the capacity of: [insert designation of

signatory]

[ Sign]

Duly authorized to sign the Tender for and on behalf of the Tenderer

157

For Lot -1:

Schedule No. 4 –Civil works part

Item

Description of items

Unit

Quantity

Rate in BDT

including

VAT, IT etc.

Total Amount

in BDT

1 2 3 4 5 6 = 4*5

a. Necessary civil work for RF canopy installation

(DCU, Repeater, DC and DR, BREB Jossore

O&M complex) survey and assessment

Lot

1

b. Necessary civil work for UCC & UVS survey and

assessment, along with sitting arrangement(Chair,

Table) for two persons each station

Lot

1

TOTAL of Column 6 to be carried forward to

Schedule No. 6. Grand Summary

Note: 1. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there are currencies

Note 1: Price shall include all customs duties, VAT and other taxes already paid or payable if contract is

awarded and shall be delivered price in final destination or at point of delivery.

Name: [insert full name of

signatory]

Signature with Date

and Seal

In the capacity of: [insert designation of

signatory]

[ Sign]

Duly authorised to sign the Tender for and on behalf of the Tenderer

158

For Lot -1:

Schedule No. 5- Installation and Other Services

Item

Description

Unit

Quantity

Unit Price Total Price

Local

Currency

Portion in

BDT

including

VAT, IT

etc.

Foreign

Currency

Portion in BDT

Local

Currency

Portion in

BDT including

VAT, IT

etc

Foreign

Currency Portion

in BDT

1 2 3 4 5 6 = 3 x 4 7 = 3 x 5

1 Installation and commissioning of

single-phase smart Pre-payment

meter and dismantling & return the

old meter to store

numbers

480000

2 Installation and commissioning of

three-phase smart Pre-payment

meter and dismantling & return the

old meter to store

numbers

10,000

3 Installation, testing, commissioning

and networking of UVS/UCC

including 1 year data connectivity

after handover the project (Data

connectivity will be both optical

fiber and radio link)

Lot 1

4 Set up/establishment of RF

based Network i.e. Smart

Metering System/AMI

Infrastructure:

Installation, Commissioning and

Networking of Data Concentrator

Unit (DCU), Module/NIC,

Repeater/Router, HES,

Lot

1

159

Cellular/GPRS etc. (Inclusive of all

necessary accessories) with

redundant data bandwidth for DCU,

Router/Repeaters etc. as per solution

requirement covering whole of 17

PBS area of BREB. The tenderer will

provide necessary license and BTRC

permission for defined frequency

including one year’s data bill after

hand over the project.

5 Installation of Pole and mounting of

DCU and Repeater etc (As per

proposed specification estimated

number of SPC Pole is 8335, however

bidder will determine actual quantity

based on field requirements. Payment

will be made on the basis of actual

quantity.)

Lot

1

6 Data Connectivity

Primary and redundant data

connectivity between DC and DR

during project implementation stage,

defect liability period and 2 years

Operational and Support Service

(OSS) period.

minimum 200 Mbps for each (the

connectivity shall be fiber optic and

radio link based from 2 different

NTTN i.e ISP provider)

Lot

1

160

Primary and redundant data

connectivity from DCU, Repeater etc.

to system/data center during project

implementation stage, defect liability

period and 2 years OSS period:

minimum 2 Mbps for each (the

connectivity shall be fiber optic based

for primary data connectivity from

strong ISP who have 2 NTTN sources)

along with GPRS/3G/4G data

connectivity for redundant data

connectivity.

Lot

1

Primary and redundant data

connectivity from

34 nos. UCC & UVS to system/data

center during project implementation

stage, defect liability period and 2

years OSS period: minimum 2 Mbps

for each (the connectivity shall be

fiber optic based from 2 different

NTTN i.e ISP

provider)

Lot

1

7 Training

Foreign Training

HES & Communication (DCU,

Module and Repeater):

(30 person for 10 days excluding

travel time in country of OEM.

Man

Days

300

MDM: (10 relevant professionals for 10 days

excluding travel time in country of

OEM origin)

Man

Days

100

161

Database:

(10 relevant professionals for 10 days

excluding travel time in country of

OEM origin)

Man

Days

100

Data Center: (10 relevant professionals for 10 days excluding travel time in country of OEM origin).

Man

Days

100

**Under any circumstances if the Foreign Training will not occur abroad then the bidder will hire OEM expert in Bangladesh

and complete all defined Training.

Alternative Foreign training schedule:

HES & Communication (DCU,

Module and Repeater):

(50 person for 30 days excluding

travel time in country of OEM.

Man

Days

1500

MDM:

(50 relevant professionals for 30 days

excluding travel time in country of

OEM origin)

Man

Days

1500

Database: (30 relevant professionals for 30 days

excluding travel time in country of

OEM origin)

Man

Days

900

Data Center: (30 relevant professionals for 30 days

excluding travel time in country of

OEM origin).

Man

Days

900

Local Training: Man 5000

162

(500 person for 10 days each batch in

several batches)

1. Customer Identification,

Customization (Customer

Information & Meter

Information), Vending,

Troubleshooting, Operation,

HES, MDMS

Days

TOTAL of Column 6 and 7 to be carried forward to Schedule No. 6. Grand Summary

Note: Keeping either the total number of meter same i.e. 490,000 (Four Lac Ninety Thousand) or contract value same, number of three

phase and single phase meter may be changed by the employer if found necessary during implementation period.

.

Note 1: Price shall include all customs duties, VAT and other taxes already paid or payable if contract is awarded and shall be

delivered price in final destination or at point of delivery.

Name: [insert full name of

signatory]

Signature with Date and Seal

In the capacity of: [insert designation of

signatory]

[ Sign]

Duly authorized to sign the Tender for and on behalf of the Tenderer

163

For Lot -1:

Schedule No. 6 - Grand Summary

Schedule

No.

Title

Total Price

Local Currency in

BDT

Local Currency in

BDT

2

Plant and Mandatory Spare Parts Supplied Within

the Employer’s Country

3

Design Services

4

Civil work

5

Installation and Other Services

GRAND TOTAL to be carried forward to Form PG5A-1b

Name: [insert full name of

signatory]

Signature with Date

and Seal

In the capacity of: [insert designation of

signatory]

[ Sign]

Duly authorised to sign the Tender for and on behalf of the Tenderer

164

For Lot -1:

Schedule No. 7 - Recommended Spare Parts

Item

Description

Qty

Unit Price Total Price

EXW

Local Parts Local

Currency

CIP

Imported Parts

Foreign

Currency

Local Currency Portion

Foreign Currency Portion

1 2 3 4 5 6 = 3 x 4 7 = 3 x 5

1 All necessary spare parts

recommended by Tenderer

Lot 1

TOTAL

Name: [insert full name

of signatory]

Signature with

Date and Seal

In the capacity

of:

[insert designation

of signatory]

[ Sign]

Duly authorized to sign the Tender for and on behalf of the

Tenderer

165

For Lot -2:

Schedules of Rates and Prices

Schedule No. 1 - Plant and Mandatory Spare Parts Supplied from Abroad - Not Applicable

Lin

e

Ite

m

No

Description of Item Country of Origin Quantity

Unit Price

CIP[insert place of destination]

Or CIF[insert port of destination]

[Foreign Currency]

CIF/CIP price per

Line Item

[Foreign Currency]

Taxes and Duties In

Local Currency

1 2 3 4 5 6 = 4 x 5 7

Column 6 to be carried forward to Schedule No. 5. Grand Summary

Note: 1. The Employer may also use other INCOTERMs, if deemed necessary, In such case Form PG5A-6, will require to be customized by the Employer

2. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there are currencies.

Country of Origin Declaration Form

Item Description Country

Name: [insert full name of

signatory]

Signature with Date

and Seal

In the capacity of: [insert designation of

signatory]

[ Sign]

Duly authorized to sign the Tender for and on behalf of the

Tenderer

166

For Lot -2:

Schedule No. 2 - Plant and Mandatory Spare Parts Supplied from within the Employer’s Country

Line

Item

No.

Description of Item Unit Quantity

Country of

Origin (To be

mentioned)

Unit

Price(including all

Tax,vat) EXW

(Taka)

Total EXW

Price (Taka)

Transportation

cost of goods at

destination

Total Price

(Taka)

BDT BDT BDT BDT

1 2 3 4 5 6 7= 4x6 8 9= 7+8

1 Three Phase Smart Meter (CT/PT rated, class

20)

Numbers 10,000

2 Communication module/chip/ Cellular(GPRS)

including secure plug-in facility along with

RF provision for integration of BREB MDMS

Numbers 10,000

3 Head End System (HES) with related software

(as per solution required) to integrate with

BRBE’s DC and DR. HES with Enterprise life

time License under this project.

Lot

1

TOTAL of Column 9 to be carried forward to Schedule No. 6. Grand Summary

Note

1:

Price shall include all customs duties, VAT and other taxes already paid or payable if contract is awarded and shall be

delivered price in final destination or at point of delivery.

Name: [insert full name of

signatory]

Signature with Date and Seal

In the capacity of: [insert designation of

signatory]

[ Sign]

Duly authorised to sign the Tender for and on behalf of the Tenderer

167

For Lot -2:

Schedule No. 3 - Design Services -Not Applicable

Item

Description of Item

Unit

Quantity

Unit Price Total Price

Local Currency

Portion

including

VAT, IT etc. in

BDT

Foreign

Currency

Portion in USD

Local

Currency

Portion in

BDT

Foreign

Currency

Portion in

USD

(1) (2) (3) (4) (5) (6) = (3 x 4) (7) = (3 x 5)

TOTAL of Columns 6 and 7 to be carried forward to Schedule No. 6. Grand Summary

1Note: 1. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there are currencies

Name: [insert full name of

signatory]

Signature with Date

and Seal

In the capacity of: [insert designation of

signatory]

[ Sign]

Duly authorized to sign the Tender for and on behalf of the Tenderer

168

For Lot -2:

Schedule No. 4 –Civil works part -Not Applicable

Item

Description of items

Unit

Quantity

Rate in BDT

including

VAT, IT etc.

Total Amount

in BDT

1 2 3 4 5 6 = 4*5

TOTAL of Column 6 to be carried forward to

Schedule No. 6. Grand Summary

Note: 1. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there are currencies

Name: [insert full name of

signatory]

Signature with Date

and Seal

In the capacity of: [insert designation of

signatory]

[ Sign]

Duly authorised to sign the Tender for and on behalf of the Tenderer

169

For Lot -2:

Schedule No. 5- Installation and Other Services

Item

Description

Unit

Quantity

Unit Price Total Price

Local

Currency

Portion in

BDT including

VAT, IT

etc.

Foreign

Currency

Portion in USD

Local

Currency

Portion in

BDT including

VAT, IT

etc

Foreign

Currency Portion

in USD

1 2 3 4 5 6 = 3 x 4 7 = 3 x 5

1 Installation and comissioning of

three phase smart meter with

GPRS Module and dismantling &

return the old meter to store

numbers

10,000

2 Integration of HES with BREB‟s

MDMS

Lot 1

TOTAL of Column 6 and 7 to be carried forward to Schedule No. 6. Grand Summary

.

Note 1: Price shall include all customs duties, VAT and other taxes already paid or payable if contract is awarded and shall be

delivered price in final destination or at point of delivery.

Note 2: The Tenderer will complete these columns as appropriate following the details specified in section 6:

Schedule of Requirements.

Name: [insert full name of

signatory]

Signature with Date and Seal

In the capacity of: [insert designation of

signatory]

[ Sign]

Duly authorised to sign the Tender for and on behalf of the Tenderer

170

For Lot -2:

Schedule No. 6 - Grand Summary

Schedule

No.

Title

Total Price

Local Currency in

BDT

2

Plant and Mandatory Spare Parts Supplied from

Within the Employer‟s Country

5

Installation and Other Services

GRAND TOTAL to be carried forward to Form PG5A-1b

Name: [insert full name of

signatory]

Signature with Date

and Seal

In the capacity of: [insert designation of

signatory]

[ Sign]

Duly authorised to sign the Tender for and on behalf of the Tenderer

171

For Lot -2:

Schedule No. 7 - Recommended Spare Parts

Item

Description

Qty

Unit Price Total Price

EXW

Local

Parts

Local

Currency

CIP

Imported

Parts

Foreign

Currency

Local

Currency

Portion

Foreign

Currency

Portion

1 2 3 4 5 6 = 3 x 4 7 = 3 x 5

1 All necessary spare parts

recommended by Tenderer

Lot 1

TOTAL

Note 1:

Price shall include all customs duties, VAT and other taxes already paid or payable if

contract is awarded and shall be delivered price in final destination or at point of

delivery.

Note 2:

The Tenderer will complete these columns as appropriate following the details

specified in section 6:

Schedule of Requirements .

Name: [insert full name

of signatory]

Signature with

Date and Seal

In the capacity

of:

[insert designation

of signatory]

[ Sign]

Duly authorized to sign the Tender for and on behalf of the

Tenderer

172

Technical Proposal (Form PG5A-4)

[The Revised Technical Proposal, if any, shall follow the same format and structure]

Site Organization

Method Statement

Mobilization Structure

Construction Structure

Plant

Safety Plan

Personnel

Equipment

Proposed subcontractors for Major Items of Plant and Services

Time Schedule

173

Site Organization

The Tenderer shall include in the tender an appropriate organization chart. This shall include head

office as well as site components and clearly demonstrate that the Tenderer possesses the staff and

organizational resources to complete the Supply and Installation of Plant & Equipment.

174

Method Statement

The Tenderer shall furnish an overall description covering all activities and processes from

inception to site works and commissioning.

In particular methods of minimizing the impact on the environment in accordance with the

relevant laws and regulations during the construction phase shall be described.

175

Mobilization Schedule

This shall be included in the overall time schedule to be provided by the Tenderer as per “Time

Schedule” in Section 5.Tendering Forms

176

Construction Schedule

This shall be included in the overall time schedule to be provided by the Tenderer as per “Time

Schedule” in Section5. Tendering Forms

177

Plant

The Tenderer shall provide the plant and equipment it intends to use in the construction process

to demonstrate that it has the capability to complete the Supply and Installation of Plant &

Equipment.

178

Safety Plan

The Tenderer shall demonstrate that it has a comprehensive safety system that will be used

during the construction and installation phase. This system shall meet all safety requirements

in accordance with all relevant laws, rules and regulations.

179

Personnel Information

[This Form should be completed for each person proposed by the Tenderer on Form PG5A-2a&

PG5A-2b, where applicable]

Invitation for Tender No: [indicate IFT No]

Tender Package No [indicate Package No]

This Package is divided into the following Number of Lots [indicate number of Lot(s)]

A. Proposed Position (tick the relevant box)

B. Personal Data

Name

Date of Birth

Years overall experience

Years of specific experience

National ID Number

Years of employment with the

Tenderer

B. Professional Qualifications:

1.

2.

C. Present Employment [to be completed only if not employed by the Tenderer]

Name of Procuring Entity:

Address of Procuring Entity:

Present Job Title:

Years with present Procuring Entity:

Tel No:

Fax No: e-mail address:

Contact [manager/personnel officer]:

D. Professional Experience

Summarise professional experience over the last twenty years, in reverse chronological order.

Indicate particular technical and managerial experience relevant to the project.

From To Company / Project / Position / Relevant technical and management

experience.

1

2

3

Name: [insert full name of signatory] Signature with Date

and Seal

In the capacity of: [insert designation of signatory] [ Sign]

Duly authorized to sign the Tender for and on behalf of the Tenderer

180

Equipment Information

[The Tenderer shall provide adequate information to demonstrate clearly that it has the

capability to meet the requirements for the key equipment listed in TDS . A Separate Form shall

be prepared for each item of equipment listed, or for alternative equipment proposed by the

Tenderer]

Invitation for Tender No: [indicate IFT No]

Tender Package No [indicate Package No]

This Package is divided into the following Number of

Lots

[indicate number of

Lot(s)]

Item of equipment

Equipment

information

Name of manufacturer Model and power rating

Capacity Year of manufacture

Current

status

Current location

Details of current commitments

Source Indicate source of the equipment

Owned Rented Leased Specially manufactured

Omit the following information for equipment owned by the Tenderer.

Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Telex

Agreements Details of rental / lease / manufacture agreements specific to the project

Name: [insert full name of

signatory]

Signature

with Date and

Seal

In the

capacity of:

[insert designation of

signatory]

[ Sign]

Duly authorised to sign the Tender for and on behalf of the

Tenderer

181

Proposed Subcontractors for Major Items of Plant and

Installation Services

A list of major items of Plant and Installation Services is provided below.

The following Subcontractors and/or manufacturers are proposed for carrying out the item of

the facilities indicated. Tenderers are free to propose more than one for each item

Major Items of Plant and

Installation Services

Proposed

Subcontractors/Manufacturers

Nationality

Form Functional Guarantee

The Tenderer shall copy in the left column of the table below, the identification of each functional

guarantee required in the Specification and stated by the Employer in ITT 24(n) and in the right

column, provide the corresponding value for each functional guarantee of the proposed plant and

equipment.

Invitation for Tender No: [indicate IFT No]

Tender Package No [indicate Package No]

This Package is divided into the following Number of

Lots

[indicate number of

ot(s)]

Required Functional Guarantee Value of Functional Guarantee of the

Proposed

Plant and Equipment

1.

2.

3.

4.

5.

6.

182

Specifications Submission and Compliance Sheet (Form PG5A-4a)

Invitation for Tender No: Date:

Tender Package No: Package

Description:

[enter description

as specified in

Section 6]

Tender Lot No: Lot

Description:

[enter description

as specified in

Section 6]

Item

No.

Name of Goods

or Related Service

Countr

y of

Origin

Make and

Model

(when

applicable)

Full Technical Specifications

and Standards

1 2 3 4 5

FOR GOODS Note 1

FOR RELATED

SERVICES

[The Tenderer should complete all the columns as required]

Signature: [insert signature of authorized

representative of the Tenderer]

Name: [insert full name of signatory with National

ID]

In the capacity of: [insert designation of signatory]

Duly authorized to sign the Tender for and on behalf of the Tenderer

183

Manufacturer’s Authorisation Letter (Form PG5A - 5)

[The Tenderer shall require the Manufacturer to fill in this Form in accordance with the

instructions indicated. This letter of authorization should be on the letterhead of the Manufacturer

and should be signed by a person with the proper authority to sign documents that are binding on

the Manufacturer. The Tenderer shall include it in its tender, if so indicated in the TDS as stated

under ITT Sub-Clause29.1(b)]

Invitation for Tender No:

Date:

Tender Package No:

Tender Lot No:

To:

Name and address of Employer]

WHEREAS

We [insert complete name of Manufacturer],

who are official manufacturers of[insert type of goods manufactured], having factories at [insert

full address of Manufacturer’s factories], do hereby

authorize[insert complete name of Tenderer] to supply the following Plant and Equipment,

manufactured by us [insert name and or brief description of the Goods].

We hereby extend our full guarantee and warranty as stated underGCCClause 42 of the General

Conditions of Contract, with respect to the Goods offered by the above Tenderer.

Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]

Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]

Address: [insert full address including Fax and e-mail]

Title: [insert title]

Date: [insert date of signing]

184

Bank Guarantee for Tender Security (Form PG5A– 6)

[this is the format for the Tender Security to be issued by a scheduled bank

of Bangladesh as stated under ITT Clauses32 and 33]

Invitation for Tender No:

Date:

Tender Package No:

Tender Lot No:

To:

[Name and address of Employer]

TENDER GUARANTEE No:

We have been informed that [insert name of Tenderer] (hereinafter called “the Tenderer”) intends

to submit to you its Tender dated [insert date of Tender] (hereinafter called “the Tender”) for the

supply and installation of [description of plant and services] under the above Invitation for

Tenders (hereinafter called “the IFT”).

Furthermore, we understand that, according to your conditions, Tenders must be supported by a

Bank Guarantee for Tender Security .

At the request of the Tenderer, we [insert name of bank] hereby irrevocably and unconditionally

undertake to pay you, without cavil or argument, any sum or sums not exceeding in total an amount

of Tk.[insert amount in figures and in words] upon receipt by us of your first written demand

accompanied by a written statement that the Tenderer is in breach of its obligation(s) under the

Tender conditions, because the Tenderer:

a. has withdrawn its Tender after opening of Tenders but within the validity of the Tender

Security ; or

b. refused to accept the Notification of Award (NOA) within the period as stated under

Instructions to Tenderers (ITT) ; or

c. failed to furnish Performance Security within the period as stipulated in the NOA; or

d. refused to sign the Contract Agreement by the time specified in the NOA; or

e. did not accept the correction of the Tender price following the correction of the

arithmetic errors in accordance with the ITT; or

This guarantee will expire:

(a) if the Tenderer is the successful Tenderer, upon our receipt of a copies of the contract

signed by the Tenderer and the Performance Security issued to you in accordance with

the ITT; or

(b) if the Tenderer is not the successful Tenderer,twenty eight (28) days after the expiration

of the Tenderer’s Tender validity period, being [date of expiration of the Tender validity

plus twenty eight(28) days]

185

Consequently, we must receive at the above-mentioned office any demand for payment under this

guarantee on or before that date.

Letter of Commitment for Bank’s undertaking for Line of Credit (Form PG5A-6a)

[This is the format for the Credit Line to be issued by any scheduled Bank of Bangladesh in

accordance with ITT Clause 15.1(b)]

Invitation for Tender No:

Date:

Tender Package No:

Lot No (when applicable)

To:

[Name and address of the Procuring Entity]

CREDIT COMMITTMENT No: [insert number]

We have been informed that [name of Tenderer] (hereinafter called “the Tenderer”) intends to

submit to you its Tender (hereinafter called “the Tender”) for the execution of the Supply and

Installation of Plant & Equipment of [description of works] under the above Invitation for Tenders

(hereinafter called “the IFT”).

Furthermore, we understand that, according to your conditions, the Tenderer’s Financial Capacity

i.e. Liquid Asset must be substantiated by a Letter of Commitment of Bank’s Undertaking for Line

of Credit.

At the request of, and arrangement with, the Tenderer, we [name and address of the Bank] do

hereby agree and undertake that [name and address of the Tenderer] will be provided by us with

a revolving line of credit, in case awarded the Contract, for execution of the Works viz. [insert

name of works], for an amount not less than BDT [in figure]( in words) for the sole purpose of the

execution of the above Contract. This Revolving Line of Credit will be maintained by us until

issuance of “Taking-Over Certificate” by the Procuring Entity.

In witness whereof, authorised representative of the Bank has hereunto signed and sealed this

Letter of Commitment.

Signature

Signature

186

Notification of Award (Form PG5A - 7)

Contract No: Date:

To:

[Name of Contractor]

This is to notify you that your Tender dated [insert date] for the supply and installation of

plant and Services for [name of contract] for the Contract Price of [state amount in figures

and in words] as corrected and modified in accordance with the Instructions to Tenderers, has

been approved by [name of Employer].

You are thus requested to take following actions:

i. accept in writing the Notification of Award within seven (7) working days of

its issuance pursuant to ITT Sub-Clause 64.1

ii. furnish a Performance Security in the specified format and in the amount of

Tk.[state amount in figures and words] ,within Twenty-eight (28) days from issue

of this Notification of Award but not later than (specify date), in accordance with

ITT Clause 64.3

iii. sign the Contract within twenty eight (28 ) days of issuance of this Notification of

Award but not later than (specify date), in accordance with ITT Clause 69.2

You may proceed with the execution of the supply of Plant and Services only upon completion

of the above tasks. You may also please note that this Notification of Award shall constitute

the formation of this Contract, which shall become binding upon you.

We attach the draft Contract and all other documents for your perusal and signature.

Signed

Duly authorised to sign for and on behalf

of [name of Employer]

Date:

187

Contract Agreement (Form PG5A - 8)

THIS AGREEMENT made the [day] day of [month][year] between [name and address of

Employer] (hereinafter called “the Employer”) of the one part and [name and address of

Contractor] (hereinafter called “the Contractor”) of the other part:

WHEREAS the Employer invited Tenders for certain plant and services, viz, [brief description of

plant and services] and has accepted a Tender by the Contractor for the supply of those plant and

services in the sum of Taka [Contract Price in figures and in words] (hereinafter called “the

Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively

assigned to them in the General Conditions of Contract hereafter referred to.

2. The following documents forming the Contract shall be in the following order of precedence,

namely:

(a) the signed Form of Contract Agreement;

(b) the Notification of Award

(c) The Tender and the appendices to the Tender

(d) Particular Conditions of Contract;

(e) General Conditions of Contract;

(f) Technical Specifications;

(g) Drawings;

(h) Price Schedules of Plant and Equipment and;

(i) other document including correspondences listed in the PCC forming part of

the Contract

3. In consideration of the payments to be made by the Employer to the Contractor as hereinafter

mentioned, the Contractor hereby covenants with the Employer to provide the plants and

related services and to remedy any defects therein in conformity in all respects with the

provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor in consideration of the provision of

the plant and 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.

5. The Appendices listed in the attached List of Appendices shall be deemed to form an integral

part of this Contract Agreement. Reference in the Contract to any Appendix shall mean the

Appendices attached hereto, and the Contract shall be read and construed accordingly.

6. 6. Effective Date (Reference GCC Clause 1) The Effective Date, upon which the period until

the Time for Completion of the Facilities shall be counted from is the date when all of the

following conditions have been fulfilled:

188

(a) This Contract Agreement has been duly executed for and on behalf of the Employer and

the Contractor;

(b)The Contractor has submitted to the Employer the performance security;

(c)An irrevocable Letter of credit has been opened by the purchaser in favor of the contractor

upon written request from the contractor after contract signing. Tender Document for

Advanced Metering Infrastructure with Smart Metering System Page 170 of 569

Each party shall use its best efforts to fulfill the above conditions, for which it is responsible,

at the earliest practicable time.

The contractor shall submit necessary documents to the employer within 1 (one) month from

the date of contract signing to facilitate opening of Letter of Credit (L/C).

IN WITNESS whereof the Employer and the Contractor have caused this Agreement to be duly

executed by t heir duly authorized representatives in accordance with the laws of Bangladesh on

the day, month and year first written above.

[

Signed by, for and on behalf of the Employer

For the Employer: For the Contractor:

Signature

Print Name

Title

In the presence

of Name

Address

189

Bank Guarantee for Performance Security (Form PG5A – 9)

[This is the format for the Performance Security to be issued by an internationally reputable bank

and it shall have correspondent bank located in Bangladesh, to make it enforceablein

accordance with ITT Sub-Clause 67.1pursuant to Rule 27(4) of the Public Procurement Rules,

2008.]

Contract No:

Date:

To:

[Name and address of Employer]

PERFORMANCE GUARANTEE No: [insert Performance Guarantee number]

We have been informed that [name of Contractor] (hereinafter called “the Contractor”) has

undertaken, pursuant to Contract No [reference number of Contract] dated [date of Contract]

(hereinafter called “the Contract”) for the supply and installation of [description of plant and

services] under the Contract.

Furthermore, we understand that, according to your conditions, Contracts must be supported by a

performance guarantee.

At the request of the Contractor, we [name of bank] hereby irrevocably and unconditionally

undertake to pay you, without cavil or argument, any sum or sums not exceeding in total an amount

of Tk.[insert amount in figures and in words] upon receipt by us of your first written demand

accompanied by a written statement that the Supplier is in breach of its obligation(s) under the

Contract conditions, without you needing to prove or show grounds or reasons for your demand

of the sum specified therein.

This guarantee is valid until [date of validity of guarantee], consequently, we must receive at the

above-mentioned office any demand for payment under this guarantee on or before that date.

[Signatures of authorized representatives of the bank]

Signature

Seal

190

Bank Guarantee for Advance Payment (Form PG5A – 10)

[this is the format for the Advance Payment Security to be issued by an internationally reputable

bank and it shall have correspondent bank located in Bangladesh, to make it enforceable in

accordance with GCC Clause 57.1]

Contract No:

Date:

To:

[Name and address of Employer]

ADVANCE PAYMENT GUARANTEE No.:

We have been informed that [name of Contractor] (hereinafter called “the Contractor”) has

undertaken, pursuant to Contract No [reference number of Contract] dated [date of Contract]

(hereinafter called “the Contract”) for the supply and installation of [description of plant and

services] under the Contract.

Furthermore, we understand that, according to your Particular Conditions of Contract Clause 26.1,

Advance Payment(s) on Contracts must be supported by a bank guarantee.

At the request of the Contractor, we [name of bank] hereby irrevocably unconditionally undertake

to pay you, without cavil or argument, any sum or sums not exceeding in total an amount of

Tk.[insert amount in figures and in words] upon receipt by us of your first written demand

accompanied by a written statement that the Contractor is in breach of its obligation(s) under the

Contract conditions, without you needing to prove or show grounds or reasons for your demand

of the sum specified therein.

We further agree that no change, addition or other modification of the terms of the Contract to be

performed, or of any of the Contract documents which may be made between the Employer and

the Contractor, shall in any way release us from any liability under this guarantee, and we hereby

waive notice of any such change, addition or modification.

This guarantee is valid until [date of validity of guarantee], consequently, we must receive at the

above-mentioned office any demand for payment under this guarantee on or before that date.

[Signatures of authorized representatives of the bank]

Signature

Seal

191

Bank Guarantee for Retention Money Security (Form PG5A-11)

[This is the format for the Retention Money Guarantee to be issued by any scheduled Bank of

Bangladesh in accordance with GCC Clause 57]

Demand Guarantee

[Bank’s Name, and Address of Issuing Branch or Office]

Beneficiary: [insert Name and Address of the Procuring Entity]

Date: [insert date]

RETENTION MONEY GUARANTEE No.: [insert number]

We have been informed that [insert name of Contractor] (hereinafter called "the Contractor") has

entered into Contract Number [insert reference number of the Contract] dated [insert date] with

you, for the execution of [insert name of Contract and brief description of Works] (hereinafter

called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, when the Taking-

Over Certificate has been issued for the Works and the first half of the Retention Money has been

certified for payment, payment of Tk. [insert the amount of the second half of the Retention

Money] which becomes due after the Defects Liability Period has passed and certified in the form

of Defects Correction Certificate, is to be made against a Retention Money Guarantee.

At the request of the Contractor, we [insert name of Bank] hereby irrevocably unconditionally

undertake to pay you any sum or sums not exceeding in total an amount of Tk. [insert amount in

figures] (Taka [insert amount in words]) upon receipt by us of your first demand in writing

accompanied by a written statement stating that the Contractor is in breach of its obligation under

the Contract because the Contractor failed to properly correct the defects duly notified in respect

of the Supply and Installation of Plant & Equipment.

It is a condition for any claim and payment under this guarantee to be made that the payment of

the second half of the Retention Money referred to above must have been received by the

Contractor on its account number[insert A/C no] at [name and address of Bank].

This guarantee is valid until [insert the date of validity of Guarantee that being twenty-eight (28)

days beyond the Defects Liability Period]. Consequently, we must receive at the above-mentioned

office any demand for payment under this guarantee on or before that date.

192

Section 6. Employer’s Requirements

Table of Contents

6.1 Scope of Supply of Plant and Installation Services by the Contractor 193

6.2 Specification 202

6.3 Form of Completion Certificate 541

6.4 Form of Operational Acceptance Certificate 542

6.5 Change Order Procedure and Forms 543

Annex 1. Request for Change Proposal 545

Annex 2. Estimate or Change Proposal 547

Annex 3. Acceptance of Estimate 548

Annex 4. Change Proposal 549

Annex 5. Change Order 551

Annex 6. Pending Agreement Change Order 552

Annex 7. Application for Change Proposal 553

6.6 Supplementary Information 554

193

6.1 Scope of Supply of Plant and Installation Services by the Contractor

1.0 INTRODUCTION AND GENERAL INFORMATION

1.1 Background

1.2 Project Objectives

Bangladesh Rural Electrification Board (BREB) is planning to implement Advance

Metering Infrastructure to bring about reform in the distribution sector. Through AMI

implementation, BREB aims to mirror the benefits to the customers that can be seen in

a number of countries and can be replicated in Bangladesh Rural Electrification Board

(BREB). In the initial stages of program rollout, the immediate benefits such as reduced

meter reading costs, access to time of use-based tariffs and the cutback in System losses

will be realized. The long-term benefits for BREB eventually include but not limited

to:

i) Improved network visibility and hence reduced or deferred network

reinforcement costs;

ii) Improved management of power outages;

iii) Improved connection processes;

iv) Reduced costs for micro-generation customers;

v) Access to the benefits offered by demand side response;

vi) Losses reduction; and

vii) Improved customer service across a range of routine activities.

viii) Increase Customer satisfaction.

While the introduction of smart meters will bring the immediate benefits to customers,

their full potential in relation to network-related benefits will only be realized when

customers start to adopt behavioral changes in power consumption.

1.3 Advanced Metering Infrastructure

AMI (Advanced Metering Infrastructure) is not a single technology, but rather an

integration of many technologies that provides an intelligent connection between

consumers and Power Utilities. AMI is the collective term to describe the whole

infrastructure from Smart Meter to two way-communication networks to control center

equipment and all the applications that enable the gathering and transfer of energy usage

information in near real-time. AMI makes two-way communications with customers

possible and is the backbone of smart grid. The objectives of AMI can be remote meter

reading for error free data, network problem identification, load profiling, energy audit

and partial load curtailment in place of load shedding.

194

1.4 Building Blocks of AMI

AMI is comprised of various hardware and software components, all of which play a

role in measuring energy consumption and transmitting information about energy,

water and gas usage to utility companies and customers. The overarching technological

components of AMI that BREB plans to implement include:

I. Smart Meters: Advanced meter having the capacity to collect information

about energy usage at various intervals and transmitting the data through fixed

communication networks to utility, as well as receiving information like pricing

signals from utility and conveying it to consumer.

II. Communication Network: Advanced communication networks which

supports two-way communications and enables information from smart meters

to utility companies and vice-versa. Networks such as Broadband over Power

Line (BPL), Power Line Communications, Fiber Optic Communication, Fixed

Radio Frequency or public networks (e.g., landline, cellular, paging) are used

for such purposes.

III. Meter Data Acquisition System: Software applications on the Control Centre

hardware and the DCUs (Data Concentrator Units) used to acquire data from

meters via communication network and send it to the MDMS

IV. Meter Data Management System (MDMS): Host system which receives,

stores and analyzes the metering information.

V. Head-end System (HES): The head-end system (HES) is located within a

metering company network. In most cases the metering company is the

responsible distribution service operator (DSO). The HES is directly

communicating with the meters. The collected data will be managed within a

metering data management system (not shown in the figure above) which also

maps data to the relevant consumer.

1.5 Scope of Work

For Lot-1:

The project scope of work is to design, supply, establish, install, testing,

commissioning, operate and maintain the Advanced Metering Infrastructure (AMI) for

consumers equipped with Single Phase and Three Phase Whole Current meters

including. The BREB intends to deploy the AMI system 17 PBSs area under BREB

within 24 months from the date of contract signing. The smart metering project for

LOT-1 includes 490,000 metering nodes in the 17 PBSs areas of BREB . The AMI

system will be established for these meters and shall be scalable to 20 million meters.

The intent of this project is to implement the AMI system for all Distribution consumers

with following functions but not limited to:

195

I. Capability to access AMI meter data at regular intervals and provide all

information on a single console in an integrated manner with the possibility to

remotely control the entire network and increase operational efficiency.

II. The contractor shall establish network platform that can support the multiple

applications like AMI, GlS, DMS etc. Over a single communications platform

using RF communication technology.

III. The contractor shall establish network platform that can support the multiple

applications like AMI, GIS, DMS, Street Light Management and HAN etc. over

a single communications platform using RF communication technology.

IV. The Network canopy to be established using RF communication technology

shall communicate with field devices using intermediate network elements such

as routers/ repeaters/ collectors/ gateways/ data concentrator’s units/ access

points etc.

V. The contractor shall install smart meter and create a RF communication canopy

at the meter installation locations but there shall be provision for GPRS and

PLC.

VI. The contractor will supply, install, configure, commissioning all related

software (HES, MDM, Database, Application Server, Mobile Apps/Mobile

Vending/Online Vending etc.) and hardware (Data Center & Disaster Recovery

Center for 5 million scalable to 20 million meters) for effective AMI

management.

1. Site Survey of client locations to assess the following:

a. Electrical network/grid.

b. Communication infrastructure.

c. IT/Automation Systems.

d. O&M Processes pertaining to the network

e. Existing Business Processes etc.

2. Site survey for the identification of network design (equipment locations etc.)

and detailing out comprehensive bill of material with project inception report.

3. Prepare a detailed project plan & implementation schedule including the following:

a. Develop an overall AMI system architecture capable of upgrades and

scaling as per future requirements.

b. System security and access with due consideration of data privacy,

confidentiality cyber security guidelines etc.

c. Communication network engineering and designing of

communication canopy for 17 PBS under BREB license area.

196

4. Install, test and commissioning of the proposed solution.

5. Suggest the updated business processes for organization under the AMI project

scope e.g. Metering Business Process.

6. Supply, installation and commissioning of necessary hardware, software& support

systems.

7. Integration with existing legacy system like postpaid billing system with MDM if

feasible.

8. Establishment of AMI communication network canopy.

9. Supply and Commissioning of Data Concentrator Unit/Gateway/Access

Point/Collector/Repeater/Router etc.

10. Supply, Install and Commissioning of Smart Prepaid Meters.

11. Head End System

12. Meter Data Management System

13. Development of Interface with mobile app and web portal/dashboard.

14. Interface supplied RF Network Interface Card (NIC)/RF Communication

module/chip with plug-in facility with smart meter which will be selected in

upcoming tender or interested meter manufactures as per BREB‟s instruction.

15. Third party Management System for vending or online vending etc.

16. To successfully complete the project if anything deemed necessary Employer can

demand accordingly

For Lot-2:

Supply, installation and integration with BREB MDMS of 10,000 (ten thousand) 3 phase

CT/PT rated, class 20 meter in 11 KV feeder of 80 PBS and HT(11 KV) consumers in 17 PBS

within 24 months from the date of contract signing.

The intent of Lot-2 under this project is to install and integrate 3 phase CT/PT rated, class

20, AMR meter with BREB MDMS system for 11 KV feeder of 80 PBS and HT (11 KV)

consumers with following functions but not limited to:

I. The contractor of “SPPM-MCS-01; Lot-2:” will design, supply and install of 10 thousand

3 phases, CT/PT Rated, Class 20, AMR meter with HES and integration with BREB

MDM & Server System for effective AMI management.

II. The contractor will be responsible for Integration/Interfacing with HES.

III. The contractor shall establish network connectivity that can support the multiple

applications like AMI, GIS etc. over a single communications platform using GPRS

communication technology.

IV. The contractor shall install 3 phase, CT/PT Rated, Class 20, AMR meter and

create a GPRS communication canopy at the meter installation locations.

1.6 Basic Functions of AMI

The AMI system shall help utility to manage their resource and business process

efficiently. AMI system shall support the following minimum functionalities:

197

i. Remote Meter data reading at configurable intervals (push/pull SMS)

ii. Time of day (TOD)/TOU metering

iii. Pre-paid functionality following Bangladesh Energy Regulatory

Commission (BERC) rules and existing Unified Prepaid Metering

System Business logic.

iv. Net Metering/Billing

v. Alarm/Event detection, notification and reporting

vi. Remote Load Limiter and connection/ disconnection at defined/on

demand conditions

vii. Remote firmware upgrade

viii. Integration with other existing systems like Postpaid billing

software, GIS mapping, consumer indexing, new connections &

disconnection, analysis software, Outage Management System etc.

ix. Security features to prevent unauthorized access to the AMI including

Smart meter & meter data etc. and to ensure authentication of all AMI

elements by third party.

This is only an indicative but not exhaustive list. The system should be capable to

support the other functionalities as per the requirement of BREB as mutually agreed

with vendor. The System should accurately maintain system time synchronization

across all devices to ensure accuracy of data. The system should support the interfacing

with the future Smart Grid functionalities like outage management system, distribution

automation including self-healing system, distribution transformer monitoring units,

Electric vehicle, distributed energy resources etc. The communication network shall

preferably be able to support multiple applications.

The Bidder shall submit an approach paper describing overall architecture and

operational philosophy of the proposed AMI solution and methodology for achieving

different functionalities, specified in this document and also highlight additional

features, if any.

1.7 Advanced Metering Infrastructure (AMI) tentative Rollout Plan

Tenderer will submit AMI implementation plans as per the below table:

Plan Phase – 1 Phase -2

Timeline FY 20-21 FY 21-22 FY 22-23 FY 22-23

1.8 Domain Philosophy

198

Work for AMI will be carried out under the following three domains:

I. Domain -1 - Smart Meters

II. Domain -2 - Communication Infrastructure (Head End System,

NIC, Router/Gateway, Data Collector/Concentrator etc.)

III. Domain -3 - Meter Data Management System (MDMS) &

Associated Applications

1.9 Design, Supply and Installation of AMI System

I. It includes the designing, supply and installation of single phase, three phase

(LT&HT), and other meter smart meters along with the network communication

canopy.

II. Supply and installation of meter data management and acquisition systems that

enables two-way communication between BREB‟s smart metering system and

customers. Supply and installation of necessary hardware and software for

successfully running the AMI system operations.

1.10 Proposed AMI Architecture

Proposed AMI architecture is given below. Considering that AMI solutions are

still evolving, appropriate changes to optimize system performance may be made

in the architecture during the implementation period. Overlapping of domains

indicates the integration requirements among the domains.

1.11 Establishment of Last Mile Communication

I. The Bidder shall carry out the establishment of RF network canopy, to be used

for providing the last mile connectivity for communicating with the AMI, DMS,

GIS, Street light management etc.

II. In case of RF canopy, the bidder shall establish the RF canopy, operating in the

unlicensed frequency bands and be capable of two-way communications.

III. The established network canopy shall be IPv6 technology compliant.

199

IV. The network canopy should be designed to operate at minimum 80% of designed

capacity in normal operation (peak data requirement with guaranteed

performance) for full scale deployment.

V. BREB envisions that the last mile communication infrastructure thus created shall

be scalable over the air for supporting more end-point deployments and other

applications in future. The system shall remain fully operational in the next 10

years and shall consequently not be affected by obsolescence.

VI. Contractor shall use a DCU or Router-based RF canopy for providing last mile

connectivity to the nodes envisaged to be connected by BREB‟s Smart

Metering System.

VII. The required data from the field devices and smart meters shall reach the

DCU/Access Points etc. through the networking elements such as Routers,

Repeaters, and Extender Bridges etc.

VIII. Contractor shall use the GSM/GPRS(Cellular) & Fiber Optics connectivity to

connect the DCU/Access Points to the data center where optical fiber connectivity

is unavailable.

1.12 Integration Requirement

Bidder has to submit an End-to-End Integrated AMI solution and architecture clearly

depicting integration between Electricity Meters, Data Concentrators, Head-End

System (HES), Meter Data Management System (MDM) and other Distribution

applications.

The proposed architecture should guarantee the capability of High Availability,

High Security with High Performance in full load for the components like

concentrators/access points. The software performance shall be tested through

virtual metering point simulation tools which will be provided by the bidder

The scope of integration with external systems includes the already existing and

functional IT systems in utility and any other system commissioned during the AMI

system implementation. The integration is expected to be on-line real time or batch

wherever appropriate and shall operate in an automated fashion without manual

intervention.

The Proposed system and overall software solution should be capable of SOA or any

other open-source integration methodology based integrating with external systems

(BI, Reporting System, Other MDM/RMR etc.). The integrated systems should be

capable of communicating and sharing data with each other or any other external

system as required by BREB to generate the following benefits:

I. Data Analytics

II. Alert and Alarm

III. Dashboard

IV. Business intelligence (BI)Reports

200

V. Any other external system

BREB has started the modernization of Distribution Sub-station network through

Sub-station automation system. Under this new system, BREB has planned to

implement Distribution Management system (DMS), Outage Management system

(OMS).

BREB will also implement other smart grid solution in coming future. Therefore,

the proposed system and overall solution shall be capable to support the vision of

modern/ smart grid. It shall be capable to integrate with modern distribution center

and support latest grid automation technologies as well.

Moreover, BREB is also encouraging renewable energy-based generation such as

Photo voltaic generation and inject the green energy into BREB‟s network. Net

metering is being used to record the total amount of green energy injected into the

network of BREB. The AMI shall also support necessary communication with net

meter to monitor the energy generated from Distributed Generation sources.

1.13 Commissioning and Testing of System

I. The supplied hardware and software solution by contractor shall meet the necessary

standards, compliance and testing criteria.

II. Bidder shall carry out the commission and acceptance of overall AMI system in

compliance to BREB requirements.

III. The supplied hardware, software and energy meters shall have the warranty period

of minimum 3 years along with 2 years operational support, post completion of the

required duration.

IV. Minimum life of RF communication canopy solution including complete hardware

and software (excluding third party software) shall be for 3 years.

1.14 Cyber Security of AMI System

I. Contractor will define the AMI security controls including the description of

security requirements, rational and implementation guideline.

II. Bidder shall map the security controls of AMI logical components from

systems architecture definition.

III. Bidder shall develop the security architecture and detailed design of AMI

components.

IV. Support Security assessment: On completion of Enterprise wide AMI system

acceptance and Go-live, the bidder, in coordination with BREB will carry out

an extensive cyber and information security assessment / audit and testing

through third party network / cyber threat analyst. Based on the findings of

assessment and testing, the Bidder will fix and resolve any high severity issues

and provide a plan around medium and low severity issues.

i. Network and security architecture review and recommendation – Bidder

is expected to comply with leading industry practices and standards for

201

securing network architecture as well as recommendation for secure

configuration of devices.

ii. Vulnerability assessment – The bidder is expected to provide technical

resolution to patch any discovered/ known vulnerabilities in the

systems/ applications deployed.

iii. Penetration testing – The bidder is expected to enhance the Information

Security posture of its infrastructure (network and applications) through

placement of appropriate security solutions

1.15 Documentation

The successful Bidder will provide ongoing product information for referential

purposes and facilitating self-education by BREB‟s personnel. The scope shall

include but not limited to the below deliverables:

V. User Manuals

VI. System Administrator Manuals

VII. OEM Functional Manuals

VIII. Technical Manuals Installation Guides

IX. Business Process Guides

X. Program Flow Descriptions Sample Reports

XI. Troubleshooting Guides FAQ Guides

XII. Dataflow diagram, database manual, use case diagram

XIII. All meter related and other software

Hard copy and soft copy of user manuals are expected to be provided by the successful

Bidder. These should include information on the application concepts in addition to

transaction and field level documentation.

Selected Bidder will be expected to assist in the developing of operational procedure

manuals for the Utility AMI systems. The user manuals shall be provided in the word

format so that client has flexibility to customize them into their own manuals to include

specific business processes or operational procedures.

202

6.2 Specification

203

Bill

of

Materials for Lot-1

204

1. BILL OF MATERIALS

The quantity shown in Bill of Quantity (BOQ) is the minimum requirement.

However, the tenderer must perform their own assessment in order to meet the desired

services, performance requirements and successful operation of AMI system and shall

consider any necessary items which is not included in BOM and price schedule in

preparing their proposals. The offered solution of the tenderer shall be complete in all

respect for 5 lac meters and shall be scalable up to 20 million meters. The cost of those

items not included in the Bill of materials and price schedule but necessary for

successful implementation of the project shall be deemed to have been included in the

financial offer of the tenderer.

2. Project Bill of Materials

Sl.

No. Item Name Unit Quantity

Remarks

1. Single Phase Smart

Meters Numbers 480000

2. Three Phase Smart Meters Numbers 10000

3. Plug-in type RF

NIC/Module/Chi

p

Numbers

468000

4. 2G Module Numbers 22000

5. DCU/Gateway Numbers 1667

6. Repeater Numbers 6668

7. Hand Held Units

(HHU) Numbers 34

8. Pole (60’-2 ) or

higher) with

necessary

equipment

Numbers 8335

9. RF based Network

Establishment

Data Collector/Access

Point Routers/Repeaters

(Inclusive of all necessary

accessories) with redundant

data bandwidth for Data

Collector

Lot

1

205

10. Meter Data Management

Software with

application server for DC

and DR for

5.0 Lac smart meter and

scalable up to 20 million

meters (Enterprise life time

License) and Vending

System software

Lot

1

11. Head End System Software

with related software for

DC and DR for

5.0 Lac smart meter

scalable up to 20 million

meters (Enterprise life time

License)

Lot

1

12. Enterprise Database

Perpetual License:

• DB Enterprise

Edition

• Real Application

Cluster (RAC)

• Active Data

Guard

• Diagnostics Pack

• Tuning Pack

• Partitioning

set

1

13. Middlewire Suite

Number 32 units

14. Data Connectivity for DC

to DR

Bandwidth

200 Mbps

15. Data Connectivity for

DCU/Gateway/Router

to System

Bandwidth

2 Mbps per site

16. Data Connectivity for DC

& DR to 17 PBS with 34

UCC & UVS stations

Bandwidth 2 Mbps per

Station

17. AMI System

Establishment Services

(Designing, Field Survey,

Installation, Testing,

commissioning,

Deployment, Training,

Configuration etc. services

for the complete system)

Lot

1

206

18. Integration Services for

Integration with Utility

existing and upcoming

Systems

Lot

1

19. Training Services Lot 1

20. Facility Management

Services Year 3

21. AMI System OSS Year 2

22. Any other equipment

required for successful

deployment of project

Lot

1

23. Database Server set DC-1

DR-1

24. General Purpose Storage Number DC-1

DR-1

25. Database Storage Number DC-1

DR-1

26. SAN Switch Number DC-4

DR-4

27. Application Server Number DC-2

DR-2

28. Database backup System set DC-1

29. Server for HES, MDM and

related software

/application

Number DC-4

DR-2

30. Virtualization and

Container Infrastructure for

Other Services

set DC-1

31. Tape Library for Archival Number DC-1

32. Server Load Balancer Number DC-2

DR-2

33. Work Station Number DC-35

DR-15

34. WAN Switch Number DC-2

DR-2

35. Core Router Number DC-2

DR-2

207

36. Core Switch Number DC-2

DR-2

37. Core firewall Number DC-2

DR-2

38. Server Firm switch Number DC-4

DR-4

39. Internet router Number DC-2

DR-2

40. Web Application firewall Number DC-1

DR-1

41. Distributed Switch Number DC-3

DR-2

42. Access switch Number DC-20

DR-20

43. Central Firewall

Management Set DC-1

DR-1

44. DMZ switch number

DC-2

DR-2

45. Operating System,

Hypervisor, Container

Software license

set DC-1

46. Antivirus Software set DC-1

47. Identity and Access

management set DC-1

DR-1

48. Modules and Interfaces set DC-1

49. Network Monitoring

System Set DC-1

50. Application Management

System set DC-1

51. Helpdesk and problem

ticketing set DC-1

52. Passive Infrastructure

Technical specification all

server room construction

set DC-1

DR-1

208

53. Civil Infrastructure interior Lot

DC-1

DR-1

54. Electrical Infrastructure set

DC-1

DR-1

55. Raise floor system set

DC-1

DR-1

56. Accessories Set

DC-1

DR-1

57. Rack with cold container set

DC-1

DR-1

58. Online modular UPS with

lithium-ion batteries for IT

load

set DC-2

DR-2

59. Online modular UPS with

lithium-ion batteries for

Cooling equipment and

other non-critical load

set DC-2

DR-2

60. Rack mount static transfer

switch STS/ATS set DC-4

DR-2

61. Metered Rack PDU (single

phase) Set DC-16

DR-16

62. Precision Air Conditioner

(PAC) set DC-4

DR-2

63. Data center Infrastructure

monitoring set DC-1

DR-1

64. IP KVM set

DC-6

DR-4

65. Floor mount isolation

transformer set DC-2

DR-2

66. Modular UPS power

distribution set DC-2

DR-2

67. Comport Cooling set

DC-4

DR-4

68. Rodent system

set

DC-1

DR-1

69. VESDA Set

DC-1

DR-1

209

70. Fire detection and

suppression system set DC-1

DR-1

71. Access Control system set

DC-1

DR-1

72. IP CAM and surveillance

solution set DC-1

DR-1

73. Generator Number

DC-1

DR-1

74. AVR Number

DC-2

DR-2

75. TVSS Number

DC-2

DR-2

76. Data center Rated-3

Certification Lot DC-1

DR-1

2.1. Utility Vending Station (UVS) Hardware

Sl. No. Description of Items Unit of

Measurement Quantity

1. Workstation Number 1

2. GRPS/EDGE/EVDO

Modem

Number 2

3. SIM Card Number 2

4. lip Printer Number 1

5. Barcode Scanner Number 1

6. Laser Printer Number

1

7. Laptop Number 1

8. VPN router Number 1

9. UPS 5KVA 2 hr. backup Number 1

10. AC’s with related material

and services

Number 1

11.

Civil Works (with chair,

table): existing infra-

structure development for

the UVS

Lot

1

210

2.2. Utility Customization Center (UCC) Hardware

Sl. No. Description of Items Unit of

Measurement Quantity

1. Workstation Number 1

2. GRPS/EDGE/EVDO

Modem

Number 2

3. SIM Card Number 2

4. Slip Printer Number 1

5. Barcode Scanner Number 1

6. Laser Printer Number 1

7. Laptop Number 1

8. VPN router Number 1

9. UPS 5KVA 2 hr. backup Number 1

10.

Civil Works(with chair,

table): existing infra-

structure development for

the UCC

Lot 1

4. Foreign training schedule

Sl.

No.

Course Intended trainee Course

length,

man days

(excluding

travel

time)

Number

of trainees

Location

1 HES &

Communication

(DCU, Module

and Repeater)

Maintenance and

System responsible

300 30 Country of

OEM

2 MDM

Maintenance and

System responsible

100 10 Country of

OEM

3 Database

Maintenance and

System responsible

100 10 Country of

OEM

4 Data Center Maintenance and

System responsible

100 10 Country of

OEM

4.1. Alternative of Foreign training schedule:

Sl.

No.

Course Intended trainee Course

length,

man

days

Number

of

trainees

Location

1 HES &

Communication

Maintenance and

System responsible

1500 50 Employer’s

Country

211

(DCU, Module and

Repeater)

2 MDM

Maintenance and

System responsible

1500 50 Employer’s

Country

3 Database

Maintenance and

System responsible

900 30 Employer’s

Country

4 Data Center Maintenance and

System responsible

900 30 Employer’s

Country

4.2. Local Training

Sl.

No.

Course Intended

trainee

Course

length,

man days

Number

of

trainees

Location

1 Local Training:

(500 person for 10 days

each batch in several

batches)

Customer Identification,

Customization (Customer

Information & Meter

Information), Vending,

Troubleshooting,

Operation, HES, MDMS

*(May vary as per purchaser

requirement):

Maintenance

and System

responsible

5000 500 Employer’s

Country

5. Standard Network Architecture & Cabling System

Sl.

No.

Item Name Unit Quantity Remarks

1 Network Infrastructures development in

whole building and Smart Wi-fi System

Solution

set 1 - Main

Building

2 Network Infrastructures development in

whole building and Smart Wi-fi System

Solution

set 2- Training

Building

3 Network Infrastructures development in

whole building and Smart Wi-fi System

Solution

set 3-

Executive

Building

6. 17 PBS of BREB

Sl.

No.

Item Name Unit Quantity Remarks

1 Dhaka PBS-1/2/3/4, Gazipur PBS-1/2,

Narayangonj PBS-1/2, Narsingdi PBS-1/2,

Munshigonj PBS, Manikgonj PBS,

Mymensingha PBS-2, Commilla PBS-1/2/3/4

set

1

212

Bill of

Materials for

Lot-2

213

1. BILL OF MATERIALS

The quantity shown in Bill of Quantity (BOQ) is the minimum requirement. However,

the tenderer must perform their own assessment in order to meet the desired services,

performance requirements and successful operation of AMI system and shall consider

any necessary items which is not included in BOM and price schedule in preparing

their proposals. The offered solution of the tenderer shall be complete in all respect

for 5 lac meters and shall be scalable up to 20 million meters. The cost of those items

not included in the Bill of materials and price schedule but necessary for successful

implementation of the project shall be deemed to have been included in the financial

offer of the tenderer.

1. Three Phase Smart Meter (CT/PT rated)

Sl.

No.

Item Name Unit Quantity Remarks

1

Three Phase Smart Meter

(CT/PT rated, class 20)

Numbers

10000

2

Communication module/chip/

Cellular(GPRS) including secure

plug-in facility along with RF

provision for integration of

BREB MDMS

Numbers

10000

3 Head End System (HES) with

related software (as per solution

required) to integrate with

BRBE’s DC and DR. HES with

Enterprise life time License

under this project.

Lot

1

214

LIST OF ABBREVIATION

2. List of Abbreviation

AMCC Advanced metering control computer MDM

AMI Advanced Metering Infrastructure

AMR Automatic Meter Reading

AP Access Point or Gateway

ASTM American Society for Testing and Materials

BI Business Intelligence

BMS Billing Management System

BOQ Bill of quantity

BREB Bangladesh Rural Electrification Board

BS British Standards

CoAP Constrained Application Protocol

COSEM Companion Specification for Energy Metering

CPP Critical Peak Pricing

CPU Central Processing Unit

DA Distribution Automation

DAT Digital Audio Tape

DC Data Center

DCU Data Concentrator Unit

DER Distributed Energy Resources

DIN Detaches Institutfür Normung

DLMS Device Language message specification

DMZ Demilitarized zone

DR Disaster Recovery

DT Distribution Transformer

EMC Electromagnetic Compatibility

EMS Energy management System

FAN Field Area Network

FAQ Frequently Asked Question

FIFO First In First Out

FRTU Field Remote Terminal Units

GIS Geographic Information System

GPRS General Packets Radio Service

GPS Global positioning system

GSM Global System for Mobile communications

GUI Graphical User Interface

HAN Home Area Network

HES Head End System

IDS Intrusion detection system

215

IEC International Electro technical commission IPS Intrusion prevention system

ISO International Organization for Standardization

IT Information Technology

LCD Liquid Crystal Display

LED Light Emitting Diode

LT AMI

SPM

Low Tension Advanced Metering Infrastructure Smart Prepayment

Metering

LV Low Voltage

MB Mega Byte

MDAS Meter Data Acquisition System

MDM Meter Data Management

MDMS Meter Data Management System

MIC Master Information Centre

MOC Meter Operations Center

MTTF Mean time to failure

MV Medium voltage

NAN Neighbour Area Network

NMM Network Management Module

NMS Network Management System

NTP Network Time Protocol

OEM Original Equipment Manufacturer

OFC Optical Fiber Cable

OFDM Orthogonal Frequency Division Multiplexing

OMS Outage Management System Module

OSS Operational Support Service

OTA Over The Air

PBS Palli Biddyut Samity

PDH Plesiochronous digital hierarchy

PLC Power Line Communications

PQM Power quality Monitor

RAM Random Access Memory

RF Radio Frequency

RFP Request for Proposal

RTC Real Time Clock

SAN Storage area network

SDH Synchronous Digital Hierarchy

SLA Service Level agreement

SMS Short Message Service

SNMP Simple Network Management Protocol

SNTP Simple Network Time Protocol

STS Standard Transfer Specification

TAT Turnaround Time

216

TB Tera Byte

TCP/IP Transmission Control Protocol/Internet Protocol

TOU Time of Usage

TTF Time to first failure

UCC Utility Customization Centre

UVS Utility Vending Station

VDE Verb and Deutscher Elektro trchnikere.V.

VEE Validation, Estimation, and Editing

VS Vending System

WAN Wide Area Network

XML Extended Markup Language

217

FUNCTIONAL AND TECHNICAL REQUIREMENTS

Introduction

Rural Electrification Program in 1977 under Area Coverage Rural Electrification was to ensure

reaching power to the vast rural areas of the country to help improve the socioeconomic stratum of the

rural multitudes. The Board in this noble stride, commenced its institutional development and

operational activities on 01 January 1978 and since then it has encountered many challenges and

accomplished a great deal to become, beyond doubt, a true national infrastructure development

program by drawing interest and trust of the people through-out the length and breadth of the country.

Rural Electrification program over the past thirty nine years is dedicated to ensuring

continuous growth and development in rural and suburban infrastructure, and has registered some very

positive gains for the rural multitudes in respect to significantly increasing the rate of literacy,

promoting health and family welfare, new employment facilities to rural men and women, increasing

productivity both in farms and small & large industries and also help developing industrial habit

hitherto unknown to the rural people.

Communication canopy would span across the license area of BREB providing communication

connectivity to all field elements including smart meters, DA devices, DER (Distributed Energy

Resources) integration, EV charging points, sensors, streetlights point etc. The envisaged high level

architecture diagram is given below:

INTRODUCTION

This document describes the requirements to be met Low Tension Advanced Metering Infrastructure

Smart Prepaid Metering (LT AMI SPM) system of Bangladesh Rural Electrification Board (BREB).

The purpose of the document is to familiarize the Supplier with the requirements for all system

components, as well as to provide additional clarifications that shall assist in the defining of

wholesome functional requirements of applied systems that should be supplied.

Overview of LT AMI SPM System LT AMI SPM system include the following main components as the following:

I. LT AMI SPM meters for measurement and supply control of energy to customers;

II. Communication modules for LT AMI SPM meters based on RF mesh and digital cellular (GPRS);

III. Data Concentrator Unit (DCU) or Gateway or Access Point (AP) for collect and exchange metering data between meter & Head End System;

IV. Head End System for data collection from, configuration and control of LT AMI SPM meters and communication equipment;

V. Meter Data Management System for management of information of LT AMI SPM meters, customers, communication equipments, and processing of collected metering data;

VI. Vending System for generating tokens and management of prepayment accounts for LT AMI SPM meters including management of payment channels for the prepayment operation;

VII. Prepayment customer Portal for consumers to recharge prepayment accounts and monitor

218

consumptionShort Message Service capability to interface to an SMS system to send short message to customers about low credit, emergency message, and etc.;

VIII. Short Message Service capability to interface to an SMS system for sending short message to customers about low credit, emergency message etc.;

IX. Servers, storages, network equipments for LT AMI SPM system.

The figure below is conceptual architecture of BREB’s LT AMI SPM system.

The LT AMI SPM as a whole must be architected and designed in such a manner to:

I. Minimize data loss and data latencies while ensuring, by design, high system reliability,

scalability to beyond the initial pilot project area;

II. Ensure cyber security and information protection by design;

III. Facilitate efficient recoverability from major disruptions caused by major outage events and natural events like storms; and

IV. Allow system maintainability, upgradeability and extensibility to more utility applications in the future.

V. All field equipment (meters, communication module, repeaters & data concentrators, etc.) shall be configurable and upgradable from local and remote.

The System shall comply with applicable industry standards. All components shall support IPv6.

LT AMI SPM meter LT AMI SPM meters are end points of the system. They are essentially solid state meters that meets

BREB meter codes and standards – plus the following components manufactured and integrated

into the meter under glass: I. Communication module to enable two‐way communications with the LT AMI SPM

communication network.

219

II. One or more microprocessors to provide the data processing capabilities within the meter to enable the LT AMI SPM functions, e.g. meter register read processing, power outage detection and notifications; self‐monitor and diagnostics, etc.

III. Persistent data storage to allow short‐term retention of meter data and events in case of communication system failures.

IV. Energy storage to allow the meter to maintain certain key functions for a short term in case of power outages such as “last‐gasp” power outage notifications.

V. An internal time clock that allows automatic time sync with the Head End System to provide accurate timestamps of meter reads and detected events.

Communication network and equipment The LT AMI SPM Communication Network provides network connectivity for the various LT AMI

SPM components together, allowing efficient and reliable communications among them. The major

communication technology types that BREB considers include Radio Frequency and Cellular. Data

concentrator unit (DCU) or Gateway or Access Point (AP), which provides two‐way communications

between a number of LT AMI SPM meters and HES Repeaters are used as needed to extend the reach

of the concentrators.The communication network between meters and the data concentrators is often

referred to as the Neighbor Area Network (NAN) or Field Area Network (FAN). The communication

network between the data concentrators and the Head End System is called the Wide Area Network

(WAN) or backhaul.

Network Management System The NMS consists of a set of applications to support the operation and maintenance of the LT AMI

SPM network, including the following functions: I. Facilitating remote, automatic provisioning and configuration of network equipment and

devices

II. Processing network alarms and events in real‐time, reporting or forwarding the events to the responsible staff

III. Monitoring, analyzing network performance metrics (e.g. message and data latency, missing data, loss of communications) by area and by equipment (e.g. gateway, router…)

IV. Management of device communications (e.g., SNMP Management Information Base)

V. Enabling role‐based access control and other cyber security measures.

Data Collection Automation of Remote Meter Data Collection

The LT AMI SPM meters shall able to collect power data and automatically send information on

power use to BREB through customizable scheduled interval. This function shall be performed

automatically or on-demand. It should also be able to group the meters and specify different interval

collection rate for each group.

Automatic change of seasonable timetable The LT AMI SPM meters shall have the capability of automatically update the measurements based

on predefined time and season rules. LT AMI SPM meters shall register date and time data in

accordance with the on-going season of year.

Interoperability LT AMI SPM meter software and hardware should be friendly to accumulate devices of any

manufacturers if the manufacturer produces devices following a employers prevailing standards.

220

Interoperability between devices and equipment is key, as the introduction of LT AMI SPM

system should not create a barrier to competition or unnecessary costs. An open or interoperable

metering system permits transparent access and integration among equipment and applications.

Especially considering that the procured SPPMS will be the base platform not only for this project

but also for the future expansion of SPPMS, interoperability is one of the most requirements. It

shall also support multi-application such as distribution automation and smart cities on the same

network infrastructure.

Communications Capabilities The meters shall be provided with communication ports and communication protocols for local

and remote communications.The smart metering system shall support secure data communication

to ensure the confidentiality, integrity and availability of the data and commands.

Meter Repeater This function allows the system to reach those meters that are not accessible easily by DCU or are

far away from the feeder/DCU.Depending on situation, separate repeater can be used instead of

meter repeater.

Firmware upgrade HES, DCU & Smart meters shall receive regular software and firmware upgrades that introduce

new features and functionalities so as to be future-proof. Firmware upgrades can be pushed to

devices over the air automatically and perform audits to trace any devices that are running on older

firmware images.

Auto-detection of new meters in the grid The System shall be able automatically discover the meters and topology changes.

Meters network management The System shall be able to manage and control all associated meters. The link between a meter

and System does not to be permanent - a meter can change its concentrator's ownership (or SIM

card) and in this case the System should update its meter list.

Plug and play The installation of the smart meters shall comply with the same procedures as the current meter

installation but with the condition to be operative from day one. The smart metering system

components shall be installable in current existing meter locations in consumer premises.

Storing of meter data The System's elements shall be able to store meter reads and parameters (aggregated by meter).It

is important to store the meters' data on higher System's level especially. The meter reading data

shall be stored in all the higher levels after each meter reading sessions.

The LT AMI SPM meters shall store all required parameters for billing purposes and monitoring

quality supply requirements. In addition, the meters should perform as a data local storage of the

mentioned parameters for the recovery of historic records.

The elements in the system must have the following memory time capabilities: - Meters: no less than 60 days of data (at the interval of customizable minutes)

- Management Information systems (MDMS, etc.): no less than 3 years.

- The memory shall be non-volatile for a data storage life of several years without battery support.

Gateway functionality Intermediate elements in the system shall be able to provide a direct transparent link (tunneling)

over public backhaul links and data encryption to the end meters from HES.

221

Internal Real Time Clock The System should be able to maintain time synchronization across the system with industry

standard protocol such as NTP because this allows synchronizing data of all meters in the single

time axe to see the real picture of network.

Loss Reduction

Disconnection/Reconnection element The Disconnection/Reconnection element shall have the following functions:

- Remote disconnection and reconnection based on commercial decisions regarding the bills overdue,

- It is designed to operate disconnect switch automatically if the customer's load exceeds a predefined limit (sanction load) and duration exceed of sanction load will be indicated a auditable alarm and flashlight by 05 second and will have grace period of 30 seconds for disconnection for sanction load exceed. In the event that the power demand is higher than the power contracted the cut-off element shall cut the energy. Therefore, it shall be possible for BREB to manage the power load of their clients.

Anti-tampering and registration of events and alarms In order to avoid and detect any illegal tamper attempt the Smart Prepayment meters shall

require the following features, among others: - Open the meter case and/or terminal cover;

- By-pass the phase

- Modify the connections to the meter;

- Reprogram the meter software.

- Registration of events and alarms:

- The incoming phase and neutral interchanged;

- The load side interchanged with the input side;

- Detection and alarming of meter and terminal cover opening or tampering;

- Measurement technology shall be highly resistant to tamper attempts with DC magnetic fields.

- Power switch On/Off;

Quality of Service

Internal Diagnostics Indications to show the satisfactory performance of the LT AMI SPM system. The meter shall

have the capability to regularly perform a complete self-check of its circuits, initial memory

locations, integrity of data and parity, and so on, against any malfunctioning.

Pre-Payment Functionality LT AMI SPM meters shall have smart functionality according to Standard Transfer Specification

(STS). STS Prepayment mode is default mode of LT AMI SPM system.

Cyber Security

Confidentially Privacy information is of high importance not only to BREB but also to the end customer. The

LT AMI SPM system shall protect confidential information using security standards for

222

interoperable solutions, as well as various encryption techniques at the energy endpoint and

network levels.

Authentication Only authorized individuals (persons, systems)shall be allowed to obtain access to the LT AMI

SPM system components and information systems for purposes of initiating change, including

upgrades, and modifications.

Integrity LT AMI SPM system must ensure that actions performed against a device can be traced back.

Common forms of maintaining data integrity include data encryption, digital signatures, logging,

tracking and auditing actions.

Certificate-based security for every device communicating on the network to prevent any

spoofing attacks by rogue devices.

Software Functionalities

Software Functional Architecture Head End System, Meter Data Management System and Vendin System should consist of a three-

tier architecture. I. Presentation Layer: which is responsible for providing portable presentation logic.

II. Business Layer: which allows users to share and control business logic by isolating it from the actual application. The application shall be installed on a separate (physical or virtual) server as minimum. The number of servers can increase if necessary for performance and reliability needs.

III. Database Layer: which provides access to dedicated services, such as a database server. The database servers should be grouped into a cluster. The database server should support Scalability, Load Balancing and High Availability. The database should support Storage Area Network, standard SQL and partitioning of Tables and Indexes.

The Presentation Layer should work with Windows Operating System and with Internet Explorer

or similar. The Business Layer should work with Windows Server or Linux Operating System.

The Database Layer should run on Windows Server or Linux Operating System. BREB prefers

Linux Operation System.

The server should be 19” standard rack mountable.

General Functionalities The proposed solution shall ensure that every unit of the electricity received shall be metered,

billed and collected through accurate and error free meter reading, error free and accurate billing,

efficient collection, increased grid system reliability, reduced maintenance cost, reduced the

customer complaints and increased transparency and audit ability.

1. Automation of the Business Processes

The system shall support the automation of the business processes in that way that manual

interaction to operate the system should be limited. The process automation includes - Scheduler that runs recurring processes automatically.

- Event driven processes that causes updating of related operation.

- New device installation that creates all necessary master data in all related systems.

- Errors that should be handled automatically. Non-successful data acquisition should result in using a backup communication path.

223

2. Integrated Processes via several SPPMS components

The system should ensure that business processes running on different components of the SPPM

solution are always handles as entire end-to-end task. The disconnection order initiated by the

billing system is a good example of an integrated process.

3. Scalable Architecture

The solution architecture shall support scalability. The system shall handle an increasing number

of meters, more meter data or more tasks. The system shall be designed in that way that

performance and usability is available.

4. Three Environments of SPPMS - Production, Test and Education Environment

There shall be three environments • Production environment – where the commercial system is running;

• Dev & Test environment – where development, integration and test is to be performed;

• Education environment – where new employees will be trained.

5. High Availability

The solution architecture shall support high availability. Even in case of failure of one system

component/sub-component, the SPPM solution should continue to operate from a different

hardware with redundant component. The databases should not lose any data.

6. Interoperability

The SPPMS shall be designed in that way that new meters and new communication hardware /

methods could be integrated into. The SPPMS shall have the capability to access new meter types

from other vendors.

Head End System The HES is responsible to transfer the logical requests to physical commands to the device like

data acquisition, time synchronization, disconnection and reconnection of direct connected meters,

update of configuration especially Time of Use tables (ToU) and update of the firmware of the

meters, communication modules and DCUs or Gateways or Access Points.

7. Token Transfer

The HES shall interface with the Prepayment System to get token to send to the Smart meters and

to send back collected remaining credit and meter consumption information back to the

Prepayment System. Tokens should only be used for credit transfer. All other functions should be

DLMS/COSEM based.

8. Meter Data Acquisition

The HES is responsible for the communication to all DCU's and meters. The HES should support

all communication methods mentioned above and should support DLMS / COSEM meter

protocols as a minimum. The HES should support the following tasks - Establish the connection to the various levels of the meters using the meter passwords

- Synchronize the time of all meters and DCU's with a central clock

- Acquire billing data and load profile data for all defined registers and collect alarms and messages from the meter

9. Disconnect and Reconnect the Meter

The HES shall send disconnection or reconnection orders to the meters or DCU's. The meter

should accept the orders and send a confirmation to the HES. The HES shall send this confirmation

to the sender of the disconnection or reconnection order.

224

10. Remote Parameterization of Meters

The HES should be able to parameterize the meter remotely. All meter parameters should be

changed by the HES, if the user of the HES has the necessary user rights and access to the

passwords protecting the meter parameterization. The HES should store the old and the new

parameterization with a timestamp in the system. The HES should ensure that all operations should

consider the set of parameters which was valid when the meter data was stored in the meter. This

functionality should be executed for a single meter or a set of meters.

11. Remote Download of Time of Use (ToU) Tables to the meter

The HES should be able download ToU remotely. The ToU tables should be downloaded with a

valid from date, so that ToU download can be done in advanced. The HES should store the

historical and actual set of ToU with its validity into the system. The HES should ensure that all

operations should consider the set of ToU which was valid when the meter data was stored in the

meter. This functionality should be executed for a single meter or a set of meters.

12. Remote Update of new Firmware Versions of the Devices and DCUs

The HES should be able to download new firmware for devices and DCUs remotely. The new

firmware should become effective if the firmware was downloaded without errors. The HES

should store into the system the firmware version and when the firmware was changed. This

functionality should be executed for a single meter or a set of meters. The devices and gateways

must be able to store at least 2 firmware images in the event there is a problem with the

downloaded firmware, it able to rollback to previous version.

13. Reporting

The HES should provide standard reports like • Consumer consumption per customer segment, contract or PBS, • List of devices with certain alarms, • List of devices where that was disconnected or reconnected within a certain period in the past, • List of devices that exceeded contracted power consumption, • List of devices with certain time of use tables, parameterization or firmware version • List of devices where meter data could not be acquired, validated or exported to their target

export destinations. • Meter Security Report: Lists tamper alarms, reverse flow, abnormally low/high usage • Active meter usage is below (configurable) threshold • Active meter usage is above (configurable) threshold • Inactive meter usage is above (configurable) threshold • Physical Tamper (if supported by the meter) • Reverse Flow (if supported by the meter) • Meter has been recalibrated • Meter has been reprogrammed • Interval Gap Report: Lists any interval gaps between 2 user-supplied dates • Event Log Gap Report: Lists any gaps from the event log • Device Inventory Report: Shows all devices that match user-given criteria • Meter Read Report: Shows interval data or register data or security log data for a meter

within a period specified by a user • Last Read Report: Lists each meter and when it was last read • Network Summary Report: Provides visibility into what devices are experiencing the most

communication problems (from an app-level perspective), and provides some high-level summary statistics about how the network is performing

The reports should provide the possibility for user defined reports. The user defined reports should

have access to all attributes defined in the HES. User defined reports should give the users and the

management the possibility to get clarity for certain situations that are not covered by the standard

reports.

225

The reports should be sensitive to the user rights and to the data segments assigned to a user

running the report. All reports should be able access the various versions of the load profiles.

SPECIFICATIONS FOR SINGLE PHASE LT SMART PRE-PAYMENT/AMI METER

Overview This specification covers the design, manufacture, testing and supply of direct connected whole

current single phase prepayment energy meter (hereafter the “meter”) of accuracy Class 1 in low

voltage networks for LT AMI SPM system.

It shall be possible to read meter data and configure meter parameter from remote and local.

The meter shall be able to communicate with Head End System (HES) via data concentrator, gateway

or access point using RF mesh or 2G/3G technologies.

The meter together with communication module shall support meter communication protocols as per

DLMS/COSEM standards.

It shall be possible to switch payment mode between prepaid and postpaid from remote and local.

Prepayment shall comply with IEC 62055, Standard transfer specification (STS).

Scope of Supply

The Supplier shall be responsible for supply, installation, testing & commissioning with related

services packing, loading, shipment, custom clearance if necessary, and transportation, insurance

and unloading at site. .

The meter shall be installed and commissioned according to the minimum guidelines as set out in

technical specification. Prior to installation of meters, customers shall be forewarned by delivery of

a notice explaining what will happen. Public relations will be responsibility of the Employer.

The installation team shall have a work order sheet instructing them what to do. The following

information shall be printed on the works order from:

• Customer Name: Supplied by the Employer and verified by the Supplier

• Customer address: Supplied by the Employer and verified by the Supplier

• Old Account Number: Supplied by the Employer

• Old Meter Number & Reading: Supplied by the Employer

• Tariff Code: The specific tariff to be allocated to the customer must be identified by the tariff code

Installation of meter means:

1. Remove old meter,

2. Fix new meter, and

3. Install new meter.

The following guide lines must be followed by the supplier during installation of the meters:

1. The meters shall be sealed with Ferrule Type/Twist type seals compatible with the meters that uniquely identify the utility person who sealed the meters.

2. Meters shall be tested and commissioned by the installation supervisor using the data from the works order form to program the tariff details.

3. At the time of meter installation the customer’s last metering data shall be captured/ noted on

226

the order by the installation supervisor. The date of commissioning is also entered onto the work order form.

4. Customers shall be registered to HES using the returned work order form within 24 hours of commissioning.

5. All meters shall be installed at a location convenient to the customer as well as service personnel away from sources of heat and moisture.

6. The installation shall be symmetrical, vertical and parallel to respective walls and floors. At the time of installation, on-site training and instruction shall be given to the Employer.

General Technical Requirements

Service conditions The meters to be supplied against this specification shall be suitable for satisfactory continuous

operation under the following tropical conditions.

No. Condition Specification

1 Maximum ambient temperature (°C) 50

2 Minimum ambient temperature (°C) 5

3 Maximum daily average temperature (°C) 35

4 Maximum annual average temperature (°C) 30

5 Mean annual rainfall (mm) 2,500

6 Minimum annual rainfall (mm) 1,461

7 Maximum annual rainfall (mm) 4,127

8 Maximum relative humidity (%) 100

9 Average relative humidity (%) 80

10 Maximum wind velocity (km/h) 180

11 Maximum altitude above mean sea level

(meters)

200

Environmental requirements The meter shall conform to the environmental capability requirements as documented in IEC

62052-11, IEC 62053-21, IEC 62053-23, IEC 62055-21 and IEC 62055-31. In addition, the

following minimum requirements shall be met.

1. The meter shall be protected against malfunction due to the ingress of vermin, by conformal coating of the printed circuit boards in the meter.

2. Any openings shall be as small as practically possible to prevent the ingress of dirt and vermin and to limit the potential for vandalism or tamper following IP54 or higher.

Standards and codes of practice All material and equipment supplied and all works carried out shall comply in every respect with

the technical codes of the International Organization for Standardization (ISO) and with the

recommendations of the International Electrotechnical Commission (IEC), which apply to the

electrical equipment.

Goods and special guarantees beyond the scope of ISO and IEC shall conform at least to one of

the following standards and codes in the following priority:

1. VDE and DIN standards

2. BS or ASTM

3. Other internationally accepted standards which ensure a quality equal to or higher than the

227

standards mentioned above, but only if these are submitted in the English language edition.

The recent edition of the following documents shall be read in conjunction with this specification.

All other relevant standards shall be applied unless otherwise specified in this specification. In

case of conflict, however, this document shall take precedence. Nothing in this specification shall

lessen the Supplier’s obligations detailed in any other documents forming part of the contract.

1) IEC 60068-2-1 Environmental testing - Part 2-1: Tests - Test A: Cold

2) IEC 60068-2-2 Environmental testing - Part 2-2: Tests - Test B: Dry heat

3) IEC 61000-4-2 Electromagnetic compatibility (EMC) - Part 4-2: Testing and measurement techniques - Electrostatic discharge immunity test

4) IEC 61000-4-3 Electromagnetic compatibility (EMC) - Part 4-3: Testing and measurement techniques - Radiated, radio-frequency, electromagnetic field immunity test

5) IEC 61000-4-4 Electromagnetic compatibility (EMC) – Part 4-4: Testing and measurement techniques – Electrical fast transient/burst immunity test

6) IEC 61000-4-5 Electromagnetic compatibility (EMC) - Part 4-5: Testing and measurement techniques - Surge immunity test

7) IEC 61000-4-6 Electromagnetic compatibility (EMC) - Part 4-6: Testing and measurement techniques - Immunity to conducted disturbances, induced by radio-frequency fields

8) IEC 61000-4-8 Electromagnetic compatibility (EMC) – Part 4-8: Testing and measurement techniques – Power frequency magnetic field immunity test

9) IEC 61000-4-11 Electromagnetic compatibility (EMC) - Part 4-11: Testing and measurement techniques - Voltage dips, short interruptions and voltage variations immunity tests

10) IEC 61000-4-30 Electromagnetic compatibility (EMC) - Part 4-30: Testing and measurement techniques - Power quality measurement methods

11) IEC 60529 Degrees of protection provided by enclosures (IP Code)

12) IEC 62052-11 Electricity Metering equipment (a.c.) – General Requirements, Tests and Test Conditions - PART 11: Metering equipment

13) IEC 62052-21 Electricity metering equipment (a.c.) - General requirements, tests and test conditions - Part 21: Tariff and load control equipment

14) IEC 62052-31 Electricity metering equipment (a.c.) - General requirements, tests and test conditions - Part 31: Product safety requirements and tests

15) IEC 62053-21 Electricity metering equipment (a.c.) – Particular Requirements - Part 21: Static meters for active energy (Classes 1 and 2).

16) IEC 62053-23 Electricity metering equipment (a.c.) - Particular requirements -Part 23: Static meters for reactive energy (classes 2 and 3)

17) IEC 62053-61 Electricity metering equipment (a.c.) - Particular requirements - Part 61: Power consumption and voltage requirements

18) IEC 62054-21 Electricity metering (a.c) – Tariff and Load Control- part 21: Particular requirements for time switches

19) IEC 62055-21 Electricity metering – Payment systems – Part 11: Framework for Standardization

20) IEC 62055-31 Electricity metering – Payment systems – Part 31: Particular

228

requirements – Static payment meters for active energy (classes 1 and 2).

21) IEC 62055-41 Electricity metering – Payment systems – Part 41: Standard transfer specification (STS) – Application layer protocol for one-way token carrier systems

22) IEC 62055-51 Electricity metering – Payment systems – Part 51: Standard transfer specification (STS) – Physical layer protocol for one-way numeric and magnetic card token carriers

23) IEC 62055-52 Electricity metering - Payment systems - Part 52: Standard transfer specification (STS) - Physical layer protocol for a two-way virtual token carrier for direct local connection

24) IEC 62056-21 Electricity Metering – Data exchange for meter reading, tariff, and load control – Part 21: Direct local data exchange.

• IEC 62056-46 Electricity metering – Data exchange for meter reading, tariff and load control – Part 46: Data link layer using HDLC protocol

• IEC 62056-53 Electricity metering – Data exchange for meter reading, tariff and load control – Part 53: COSEM Application layer

• IEC 62056-61 Electricity metering – Data exchange for meter reading, tariff and load control – Part 61: OBIS object identification system

• IEC 62056-62 Electricity metering – Data exchange for meter reading, tariff and load control – Part 62: Interface classes

• Others - All other relevant IEC specifications for metering equipment

Specific Technical Requirements The meters to be supplied against this specification shall meet the requirements specified in this clause.

Electrical requirements

No. Description Specification

1 Connection 1-phase, 2-wire, direct connected whole current

(unidirectional)

2 Number of element 1 (one) minimum

3 Rated voltage 230 V phase to neutral

4 Variation in voltage -30% to – +30%

5 Continuous over voltage Should withstand 400 volts for 48 hours without

causing any damage or degrading of its operating

life, or causing changes of more than 0.01 kWh in

its credit registers (excluding the possible

decrement of credit due to power being

consumed)

6 Base current, Ib 5 A

7 Maximum continuous current,

Imax

60 A

8 Starting current 20 mA (0.4% Ib)

9 Rated frequency 50 Hz

10 Variation in frequency ± 4%

11 Power factor 0.5 lag – unity – 0.8 lead

12 Accuracy 1.0 for Active, 2.0 for Reactive

13 Clock Built-in real time clock with 10 years battery

backup

229

14 Display LCD; Visibility should be sufficient to read the

meter mounted at height of 0.5 to 2.0 m.

Pin type; trans-reflective HTN or STN type

industrial grade; temperature range –20°C to

+70°C

15 Period of display Continuous

16 Digits W x H: 6 mm x 10 mm (minimum)

17 Maximum viewing angle 160 degrees

18 Number of display digits 6 + 2

19 Display parameters i) kWh for the current billing period

ii) Total kWh used since installation

iii) Current electricity rate

iv) Credit level

v) Date and time

vi) Instantaneous load

vii) Instantaneous voltage, current & P.F.

20 Power consumption in the

voltage circuit

≤ 2 W

≤ 5 VA

21 Memory Non-volatile memory that retain information up

to 10 years in the absence of power

22 Power limiting Meter shall disconnect the load when a

preprogramed threshold power is reached. The

threshold shall be programmable in the step of

500W or less.

23 Limit of Current Shall be programmable within the range of 0.02 A

to 60 A

24 Tamper detection Sensor to detect that terminal cover, and/or

communication compartment cover have been

opened

25 Load disconnection Latching relay

26 Audible alarm Buzzer

27 Lightning Protection In accordance to IEC 62053-21 of latest version

of IEC

28 Sealing Condition The meter body shall be ultrasonically welded to

avoid unauthorized opening of meter cover.

29 Communication Compartment Meter shall have communication compartment to

plug-in RF or 2G/3G/4G

30 Communication Protocol DLMS/COSEM

31 Installation/Replacement of

Communication module

It shall be possible to install/replace without

interrupting power supply to customer

Mechanical requirements The enclosure shall be tamper resistant and shall be suitable for outdoor mounting. The meter

shall be such that the internal components in the active part of the meter shall be protected

against unintentional damage or tamper during handling and installation.

Furthermore, Meter supplied shall meet the following mechanical requirements.

230

No. Description Specification

1 Meter Case The meter shall be constructed by employing flame

retardant and high impact strength material.

The base, body and frame including terminal block shall be

of heat resistive; shock proof and rust proof good quality

hard material e.g. unbreakable engineering or stamped metal

or moulded phenol resin which shall be capable of

withstanding of 145°C.

The base shall be provided with 3 (three) screw mounting

holes, 1 (one) slotted meter support bracket at the top and 1

(one) round hole on each side in the bottom half of the base

for securely mounting the meter to the meter board so that

any by-pass conductors can not be entered from bottom side

free space.

The meter cover shall be of poly-carbonate.

The meter cover shall be provided with a window of poly-

carbonate or toughened glass for LCD display.

The meter shall be effectively sealed to prevent entrance of

moisture, rain and dust into its internal parts.

2 Terminal Side/bottom entry connection type; minimum 4 terminals to

accommodate 10 mm2 duplex; terminal cover shall be

extended type;

Terminal block shall be polycarbonate grade 500R or

equivalent bakelite; brass or copper current terminals; two

flat-head brass screws at each terminal; terminal bore

diameter 6 mm.

3 Minimum free space

between bottom of

terminal and terminal

cover

60 mm

4 Connections diagrams

and terminal marking

Every meter shall be indelibly marked with a diagram of

connection.

Meter terminals shall be marked, this marking shall appear

on the diagram.

5 Protection class Class II

6 Protection against

penetration of dust

and water

Conform to the degree of protection of IP54 or higher

(outdoor)

7 Top cover sealing Should be properly sealed if there is top cover

8 Pulse output Flashing LED visible from the front.

9 Maximum pulse

frequency

Shall not exceed 2000 imp/kWh (kvar)

10 Protection against

magnetic field

Accuracy shall not be affected by AC/DC magnetic field on

all sides of meter. Meter working shall not be affected by

permanent magnet of 0.5 mT.

11 Temperature range Operation: -25°C to 60°C

Storage and transport: -25°C to 70°C

12 Battery It shall be possible to replace battery at the end of battery

life without opening meter cover. And the cover that hides

battery shall be sealed independently from meter cover.

231

13 Optical port The meter shall have an IEC 62056-21 compliant optical

communication port. This should allow the utility to access

for information stored inside the meter and to upload it into

a hand held unit (HHU) or laptop.

14 Name plate Every meter shall have clearly visible, indelibly and

distinctly marked name plate containing the following

information:

i) Manufacturer’s name

ii) Meter type

iii) Number of phases and number of wire

iv) Meter serial number and year of manufacture

v) Rated voltage of the system

vi) Basic current and maximum current

vii) Reference frequency in hertz

viii) Meter constant in imp/kWh

ix) Class index of the meter

x) Over-current breaking capacity (in kA)

xi) BREB / UTILITY logo

xii) Reference Standard

Latching relay specifications

The specification for the single phase latching relay is as follows:

No. Description Specification

1 No. of coils 2 (two)

2 Rated coil voltage 12 VDC

3 Rated coil power 6 W

4 Pulse to set 30 ms

5 Contact Material Silver alloy

6 Maximum Switching Power 15000 VA

7 Maximum Switching Voltage 250 V AC

8 Maximum Switching Current (rms) 80 A

9 Contact resistance ≤ 2 mΩ

10 Electrical Cycle 1x104

11 Mechanical Cycle 1x105

12 Insulation resistance ≥ 1000 MΩ

13 Dielectric Strength between contacts ≥ 2000 VAC

14 Dielectric Strength between contact and coil

(50 Hz)

≥ 3000 VAC

15 Dielectric Strength between contacts assembly ≥ 4000 VAC

16 Ambient temperature -40 °C to +65 °C

17 Operating humidity 40 to 90%

18 Temperature rise at rated current

(assuming 300C room temp.)

60°C

19 Sealing Complete sealing excepts terminals

232

Meter sealing

1. Provision shall be for sealing the meter at least two Ferrule steel seals.

2. The stainless steel seals shall be applied in such a way that it will not be possible to undo/loosen the mounting screws used to secure the meter without breaking these seals.

3. The stainless steel seals shall be applied in such a way that they will be easily visible when viewing an installed meter from the front.

4. The terminals shall also have Ferrule/TT sealing arrangement.

Electromagnetic compatibility

The meter shall be designed in such a way that conducted or radiated electromagnetic

disturbances as well as electrostatic discharge do not damage or substantially influence the meter.

The meter also shall not generate conducted or radiated noise which could interfere with other

equipment. The following requirement shall be met.

Electrostatic discharges according to IEC 61000-4-2: Contact discharge - 8 kV

Electromagnetic RF fields according to IEC 61000-4-3: 80 MHz to 2 GHz – 10 and 30 V/m

Fast transient burst test according to IEC 61000-4-4

Current and voltage circuits at no load: 4 kV

Auxiliary circuits >40V: 1 kV

Fast transient surge test according to IEC 61000-4-5

Current and voltage circuits: 4 kV

Auxiliary circuits >40V: 1 kV

Insulation strength at 50 Hz during 1 min: 4 kV

Pulse voltage at 1.2/50μs according to IEC 62052-11: Current and voltage circuits: 6kV

Accuracy requirements

1. Limits of error due to variation of the current

The percentage errors shall not exceed the limits for the relevant accuracy class stipulated in

IEC standard.

2. Limits of error due to other influence quantities

The additional percentage error due to the change of influence quantities shall not exceed the

limit for the reference accuracy class stipulated in IEC standard.

3. Limits of error due to ambient temperature variation

The limits of error shall not exceed the limits stipulated in IEC standard.

4. Starting and running with no-load

Initial start-up of the meter: The meter shall be fully functional within 5 seconds after the

voltage is applied to the meter terminals.

Running with no load: When the voltage is applied with no current flowing in the current

circuit the test output of the meter shall not produce more than one pulse.

233

Starting: The meter shall start and continue to register at 0.4Ib% at power factor of 1.

5. Meter constant

The relation between the test output and the indication in the display shall comply with the

marking on the name-plate.

Meter display subsystem

1. General requirements

a) The design philosophy of the meter display subsystem should be that a suitable message or indication must be displayed or annunciated for every meter event and alarm without exception.

b) The meter should make provision for the customer or utility personnel to scroll through the displays.

c) The meter should have a default display that displays the following minimum information:

i. The Remaining Credit ii. The Total Consumption, kWhr to date

iii. The power limit iv. The current Tariff

2. Liquid crystal display

a) A liquid crystal display is required to display status alarm and event information.

b) An illuminated display with a minimum lifetime of ten years is required.

c) The size (number of rows and characters per row) should be appropriate for the display and interpretation of the messages and meter information, and should be legible from a distance of at least 500 cm with a viewing angle of no less than 30º.

3. Rate LED: The meter should include a consumption rate indicator LED that emits visible red

light.

4. Supply status display: The meter should provide a visible indication of the status of the

incoming supply.

5. Status/alarm/event display

In addition to the displays required above the meter must display the following minimum

information in an intuitive way such that an inexperienced user can understand and interpret

the information intelligibly. Laminated instruction cards are to be provided for each unit.

a) Meter ID. b) Out of Credit message c) Invalid token entered d) Duplicate token entered e) Meter tamper state f) Meter failure and/or fault code

The Bidder must submit a detailed specification of the way in which the display are structured

and laid out.

Functional Requirement

The meters to be supplied against this specification shall meet the requirements specified in this

clause.

234

Security All credit and meter management tokens shall be meter specifically encrypted to guarantee

security of the system. Encrypted tokens shall not be reusable. Tokens to display status and test

the meter may be un-encrypted and reusable.

The meter shall have at least 3 levels of passwords with access levels that allow:

• Read only: The meter can be read. No alteration of data or programming is allowed. • Billing read: The meter can be read. Some basic data–altering activity relating to billing

functions is allowed. • Unrestricted: The meter can be read. Full programming of the meter is allowed.

Token validation If a token not meant for the meter is applied, the meter should display a message to that effect.

Similarly, if a valid token is re-entered into the meter then the meter must display an appropriate

message.

Meter personalization In addition to factory personalization and personalization via encrypted tokens, it shall be possible

to personalize the meter from a hand held unit (HHU)/laptop provided the HHU/laptop is

authorized/ programmed to communicate with the meter.

Operation modes The meter shall be required to support at least three modes of operation, namely the prepayment

mode, postpayment mode and the meter test mode.

1. Prepayment mode

The basis of this mode is that credit is transferred to the meter, and provided the meter remains

in credit, the meter provides supply. The credit register is decremented against current

consumption with the countdown total being displayed on the meter display.

2. Postpayment mode

In this mode, the meter provides supply to the customer always except when disconnected

according to predefined conditions in the meter, and normal billing process is applied using

billing information in the meter.

3. Meter test mode

The meter should support a test mode that is activated either from a dedicated test token,

dedicated button on the meter or using the HHU. This test should be automated in the meter and

should include a full diagnostic test, testing of the all the active and inactive functionality,

metering accuracy test (1 minute load test), and connection validation tests. Meter test mode

shall also display following information:

i. Meters software version

ii. Current limit

iii. Switch open and close count

iv. Token acceptance & rejection count

Load disconnection The meters shall be capable of disconnecting/ reconnecting load locally and remotely. In addition:

1. The load shall be disconnected by a latching relay under the following conditions:

235

i. The credit in the meter has expired and grace facilities also expired.

ii. The load power threshold has been exceeded.

iii. The meter is in a tampered state.

iv. Neutral missing at source side.

2. The meter shall indicate whether the load is connected or not and shall display the reason for disconnection.

3. The customer shall not have the option to switch the contactor manually. Under over– current conditions the mechanism to automatically reconnect the load must ensure that the number of switching cycles is limited. The meter shall attempt to reconnect the load up to 5 times at 30-second intervals. If the over-current condition still exits the meter shall wait a period of 30 minutes before attempting to reconnect the load.

Load limit 1. It shall be possible to configure power limit in the step of 500 W for disconnection due to the

over load.

2. When consumed power exceed the contracted power limit, the relay shall automatically disconnect. The time duration to measure and allow the overload before automatic disconnection shall be configurable in the meter.

3. The relay status (connected/disconnected) shall be indicated and visible at all the time on the meter display.

4. After automatic disconnection due to excess of the load, the relay shall be automatically re-connected after a predefined time duration, configurable in the meter. The number of allowable automatic reconnections due to over load disconnection in a short period of time shall also be configurable, to limit the consecutive disconnection and reconnections.

5. It shall be possible to open and close the relay locally from remote.

Tamper detection Tamper shall be detected with power supply.

When the meter detects a tamper condition, it shall register the event with time stamp, and display

tamper with proper symbol in the display. The tamper event shall be reset only locally using HHU

and from remote. The followings shall be considered as tamper:

• Terminal cover/Communication compartment cover open

• Current reverse

• Neutral missing at line side as well as load side

• Meter should detect reverse flow of power and measure correctly by forward registration.

• Meter should measure current for phase and neutral both so that current bypass tamper taken care off.

• Meter should provide tamper log data with date and time and it should be sent to main system through HHU.

• Removal of battery shall be considered as a temper.

The meter shall operate normally under the following conditions:

• Phase Sequence Reversal: The meter should work accurately irrespective of phase sequence of the supply.

236

Date and time management The meter shall be equipped with a real time clock (RTC) supporting the date and time as per IEC

standard together with battery. Pseudo-clock using mains crossing detection is not acceptable. The

maximum drift of the clock shall be less than 30 seconds per month.

The battery shall be used only for RTC and operate maintenance free for a period of at least 10

years. It shall not be used for meter display in case of no line power supply/

The meter must be equipped with a battery monitoring system that monitors the battery’s condition

and initiates a “Change Battery Alarm” to register and display when the battery approaches the

end of its operating life. If the battery is not replaced, the failure of the battery is deemed to

constitute a meter failure, and the meter should be shut down.

It shall be possible to change date and time locally using HHU and from remote. Date and time

changes shall be flagged with previous date/time and new date/time.

Energy Accounting

Credit register The credit register is the “operating account” of the meter being decremented by the metering

process. The specific requirements of this register are:

1. This register must be decremented for the equivalent of every credit unit consumed.

2. When the available credit has been consumed, the meter must open the latching relay and isolate supply from the customer (unless the Friendly hours or Emergency Credit option is invoked).

3. This register can become negative from use of emergency credit.

4. The balance of this register should be written to the token.

Friendly hours, weekend, holidays The meter shall accommodate the “Friendly hours”, “Weekend” and “Holidays” features. These

are time periods during which the meter shall not cut-off power to consumer if the credit becomes

negative. Details of the features are described in the following table.

1. Friendly hours

There shall be provision to define ‘Friendly hours’ in the meter. The utility shall be able to

define the ‘Friendly hours’ and shall be communicated to the meter through token.

2. Weekend

There shall be provision to define ‘Weekend’ in the meter. The utility shall be able to define the

weekend and shall be communicated to the meter through token.

3. Holidays

There shall be provision to define ‘Holidays’ in the meter. At the end of a year the utility shall

be able to define new holiday dates and these shall be communicated to meter through token.

Emergency credit Provision shall be made in the meter for an Emergency Credit facility that allows the customer

to draw on an emergency credit should the credit in the register be consumed.

The specific requirements of this facility are:

1. When the credit register value reaches a programmable Emergency Credit Threshold the meter should sound an audible alarm, and prompt the user to accept the use of the Emergency Credit facility (button depression). The meter should not supply energy against emergency credit

237

unless acknowledged by the customer.

2. If all the available credit in the credit register is expired and power disconnected, the facility to activate the Emergency Credit should remain an option to the user.

3. The meter should remain in service until the Emergency Credit Limit has been reached, after which the supply should be disconnected.

4. If the Emergency credit limit is set to zero, the Emergency Credit Threshold shall function as a low credit warning and provide the user with a visual and audible alarm that credit is low. The user shall have the option to silence the alarm by inserting a card or pressing a button to accept the alarm.

5. If emergency credit has been previously consumed, then the value of emergency credit used shall be deducted from the next token inserted into the meter.

6. Once emergency credit has been exhausted, no further credit facilities shall be available until the full emergency credit allocation has been paid for.

Energy Register 1. Cumulative energy consumption

a. This register records the cumulative consumption since the meter was commissioned.

b. The unit is kWh, rounded to three decimal points (1 Wh).

2. Load profile

a. Number of channels that can be configured locally and remotely is 2 at least.

b. The interval shall be configurable from daily to hourly.

c. It shall be possible for the meter to store hourly load profile for at least 60 days.

3. Maximum demand

a. It shall be possible for the meter to register maximum demand.

4. Monthly consumption

a. The meter shall have at least 12 monthly consumption data.

b. The data shall include monthly consumption (cumulative) and maximum demand together with date and time.

Tariff All tariff calculation must be done within the meter.

The meter is required to support stepped tariffs structures as well as time-of-use and maximum

demand.

The tariff structure consists of the following records:

1. Each tariff must be uniquely identified using the tariff code

2. Each tariff shall have an activation date, being the date on which the tariff becomes effective.

3. Each tariff has up to seven steps (in kWh) for different levels of energy pricing.

4. The rate describes the cost per kWh for energy consumption in that step.

Tariff management in the meter 1. Tariffs shall be entered into the meter via HHU or from remote. The meter should not allow

tariffs to be manually entered using the push buttons.

238

• When the meter is active, the current cannot be overwritten.

• The meter must time and date stamp when the tariff is loaded into meter.

2. In general, when a tariff has expired in the meter, the tariff is automatically deleted by the meter.

Tariff switchover When the meter detects that a new tariff is applicable (using the tariff activation date), the

meter should execute the following steps:

1. The meter shall begin the billing against the new tariff.

2. The current tariff code shall be updated to reflect the new tariff code.

3. The old (expired) tariff should be deleted.

4. New tariffs will only be activated at 00:00 on the first day of a month.

Other Requirements

Time synchronization The meter shall provide local and remote time synchronization function.

Over/Under-voltage monitoring It shall be possible for meter to detect and register under-voltage/over-voltage.

Events shall be registered into a special event log (electricity quality log) with the date/time of

event, with the capacity of at least 100 entries. Under-voltage and overvoltage thresholds shall

be adjusted.

Meter firmware upgrade Meter shall support firmware upgrade option. Firmware upgrade option in the meter is realised

not to alter in any way the metering characteristics (metrology) of the meter, data memorised in

the meter (metering data, statuses, etc.), configuration parameters or operational parameters of

the meter – all these data remain unchanged even after firmware upgrade. New firmware upgrade

in the meter shall be done locally or remotely.

Meter Identification Card Along with the meter, two meter identification cards shall be provided.

1. It shall comply with NRS 009-4: 1995.

2. The printed details and graphic design of the cards shall be submitted to the utility prior to producing the cards for approval.

Meter Numbering The meter number scheme shall be the unique and be followed by a convention of the Employer.

The basic of the convention of the meter number scheme will be provided after signing of the

contract. It must be possible to program the meter with an 11 digit meter number. The first two

digits is utility ID. The third digit corresponds to meter type. (1=Smart Card based, 2=Keypad type,

3=online). The next 8-digit is a sequence number used to identify each meter and will consist of

number (0 - 9) only.

Meter Software Requirement

Meter programming software The software shall

• enable full programming, backup and retrieve the measuring data of the meter and events

239

from the meter;

• enable to export the metering data, events and configurations from the meters to text files (.TXT, .CSV, .HTML);

• enable to save configuration as file for future use for Employer’s needs;

• enable to upgrade meter firmware;

• run on HHU, or laptop with Windows 10 or later version.

The Supplier shall, without additional compensation, provide software to BREB and/or its sub-

contractors for programming/reading the meter. The number of license for the software must be

unlimited for use by the Employer.

Meter firmware The meter must be able to decode information from encoded keys typed through the keypad.

Quality Assurance

The Bidder shall comply with and be certified to the following ISO levels:

1. ISO 9001

2. ISO 17025

The Bidder shall submit copies of certificate with their proposal to this effect. If the Bidder is not meter

manufacturer, the Bidder must get the copy of the certificate from meter manufacturer together with

Manufacturer’s Authorization and submit.

SPECIFICATIONS FOR 3P LT AMI SPM METER

Overview

This specification covers the design, manufacture, testing and supply of direct connected whole

current three phase prepayment energy meter (hereafter the “meter”) of accuracy Class 1 in low

voltage networks for LT AMI SPM system.

It shall be possible to read meter data and configure meter parameter from remote and local.

The meter shall be able to communicate with Head End System (HES) via data concentrator, gateway

or access point using RF mesh or 2G/3G technologies.

The meter together with communication module shall support meter communication protocols as per

DLMS/COSEM standards.

It shall be possible to switch payment mode between prepaid and postpaid from remote and local.

Prepayment shall comply with IEC 62055, Standard transfer specification (STS).

Scope of Supply

The Supplier shall be responsible for supply, installation, testing & commissioning with related

services packing, loading, shipment, custom clearance if necessary, and transportation, insurance

and unloading at site. .

The meter shall be installed and commissioned according to the minimum guidelines as set out in

technical specification. Prior to installation of meters, customers shall be forewarned by delivery of

a notice explaining what will happen. Public relations will be responsibility of the Employer.

240

The installation team shall have a work order sheet instructing them what to do. The following

information shall be printed on the works order from:

• Customer Name: Supplied by the Employer and verified by the Supplier

• Customer address: Supplied by the Employer and verified by the Supplier

• Old Account Number: Supplied by the Employer

• Old Meter Number & Reading: Supplied by the Employer

• Tariff Code: The specific tariff to be allocated to the customer must be identified by the tariff code

Installation of meter means:

1. Remove old meter,

2. Fix new meter, and

3. Install new meter.

The following guide lines must be followed by the supplier during installation of the meters:

1. The meters shall be sealed with Ferrule Type/Twist type seals compatible with the meters that uniquely identify the utility person who sealed the meters.

2. Meters shall be tested and commissioned by the installation supervisor using the data from the works order form to program the tariff details.

3. At the time of meter installation the customer’s last metering data shall be captured/ noted on the order by the installation supervisor. The date of commissioning is also entered onto the work order form.

4. Customers shall be registered to HES using the returned work order form within 24 hours of commissioning.

5. All meters shall be installed at a location convenient to the customer as well as service personnel away from sources of heat and moisture.

6. The installation shall be symmetrical, vertical and parallel to respective walls and floors. At the time of installation, on-site training and instruction shall be given to the Employer.

General Technical Requirements

Service conditions The meters to be supplied against this specification shall be suitable for satisfactory continuous

operation under the following tropical conditions.

No. Condition Specification

1 Maximum ambient temperature (°C) 50

2 Minimum ambient temperature (°C) 5

3 Maximum daily average temperature (°C) 35

4 Maximum annual average temperature (°C) 30

5 Mean annual rainfall (mm) 2,500

6 Minimum annual rainfall (mm) 1,461

7 Maximum annual rainfall (mm) 4,127

8 Maximum relative humidity (%) 100

9 Average relative humidity (%) 80

10 Maximum wind velocity (km/h) 180

11 Maximum altitude above mean sea level (meters) 200

241

Environmental requirements The meter shall conform to the environmental capability requirements as documented in IEC

62052-11, IEC 62053-21, IEC 62053-23, IEC 62055-21 and IEC 62055-31. In addition, the

following minimum requirements shall be met.

1. The meter shall be protected against malfunction due to the ingress of vermin, by conformal coating of the printed circuit boards in the meter.

2. Any openings shall be as small as practically possible to prevent the ingress of dirt and vermin and to limit the potential for vandalism or tamper following IP54 or higher.

Standards and codes of practice All material and equipment supplied and all works carried out shall comply in every respect with

the technical codes of the International Organization for Standardization (ISO) and with the

recommendations of the International Electrotechnical Commission (IEC), which apply to the

electrical equipment.

Goods and special guarantees beyond the scope of ISO and IEC shall conform at least to one of

the following standards and codes in the following priority:

1. VDE and DIN standards

2. BS or ASTM

3. Other internationally accepted standards which ensure a quality equal to or higher than the standards mentioned above, but only if these are submitted in the English language edition.

The recent edition of the following documents shall be read in conjunction with this specification.

All other relevant standards shall be applied unless otherwise specified in this specification. In

case of conflict, however, this document shall take precedence. Nothing in this specification shall

lessen the Supplier’s obligations detailed in any other documents forming part of the contract.

• IEC 60068-2-1 Environmental testing - Part 2-1: Tests - Test A: Cold

• IEC 60068-2-2 Environmental testing - Part 2-2: Tests - Test B: Dry heat

• IEC 61000-4-2 Electromagnetic compatibility (EMC) - Part 4-2: Testing and measurement techniques - Electrostatic discharge immunity test

• IEC 61000-4-3 Electromagnetic compatibility (EMC) - Part 4-3: Testing and measurement techniques - Radiated, radio-frequency, electromagnetic field immunity test

• IEC 61000-4-4 Electromagnetic compatibility (EMC) – Part 4-4: Testing and measurement techniques – Electrical fast transient/burst immunity test

• IEC 61000-4-5 Electromagnetic compatibility (EMC) - Part 4-5: Testing and measurement techniques - Surge immunity test

• IEC 61000-4-6 Electromagnetic compatibility (EMC) - Part 4-6: Testing and measurement techniques - Immunity to conducted disturbances, induced by radio-frequency fields

• IEC 61000-4-8 Electromagnetic compatibility (EMC) – Part 4-8: Testing and measurement techniques – Power frequency magnetic field immunity test

• IEC 61000-4-11 Electromagnetic compatibility (EMC) - Part 4-11: Testing and measurement techniques - Voltage dips, short interruptions and voltage variations immunity tests

• IEC 61000-4-30 Electromagnetic compatibility (EMC) - Part 4-30: Testing and

242

measurement techniques - Power quality measurement methods

• IEC 60529 Degrees of protection provided by enclosures (IP Code)

• IEC 62052-11 Electricity Metering equipment (a.c.) – General Requirements, Tests and Test Conditions - PART 11: Metering equipment

• IEC 62052-21 Electricity metering equipment (a.c.) - General requirements, tests and test conditions - Part 21: Tariff and load control equipment

• IEC 62052-31 Electricity metering equipment (a.c.) - General requirements, tests and test conditions - Part 31: Product safety requirements and tests

• IEC 62053-21 Electricity metering equipment (a.c.) – Particular Requirements - Part 21: Static meters for active energy (Classes 1 and 2).

• IEC 62053-23 Electricity metering equipment (a.c.) - Particular requirements -Part 23: Static meters for reactive energy (classes 2 and 3)

• IEC 62053-61 Electricity metering equipment (a.c.) - Particular requirements - Part 61: Power consumption and voltage requirements

• IEC 62054-21 Electricity metering (a.c) – Tariff and Load Control- part 21: Particular requirements for time switches

• IEC 62055-21 Electricity metering – Payment systems – Part 11: Framework for Standardization

• IEC 62055-31 Electricity metering – Payment systems – Part 31: Particular requirements – Static payment meters for active energy (classes 1 and 2).

• IEC 62055-41 Electricity metering – Payment systems – Part 41: Standard transfer specification (STS) – Application layer protocol for one-way token carrier systems

• IEC 62055-51 Electricity metering – Payment systems – Part 51: Standard transfer specification (STS) – Physical layer protocol for one-way numeric and magnetic card token carriers

• IEC 62055-52 Electricity metering - Payment systems - Part 52: Standard transfer specification (STS) - Physical layer protocol for a two-way virtual token carrier for direct local connection

• IEC 62056-21 Electricity Metering – Data exchange for meter reading, tariff, and load control – Part 21: Direct local data exchange.

• IEC 62056-46 Electricity metering – Data exchange for meter reading, tariff and load control – Part 46: Data link layer using HDLC protocol

• IEC 62056-53 Electricity metering – Data exchange for meter reading, tariff and load control – Part 53: COSEM Application layer

• IEC 62056-61 Electricity metering – Data exchange for meter reading, tariff and load control – Part 61: OBIS object identification system

• IEC 62056-62 Electricity metering – Data exchange for meter reading, tariff and load control – Part 62: Interface classes

• Others - All other relevant IEC specifications for metering equipment

243

Specific Technical Requirements The meters to be supplied against this specification shall meet the requirements specified in this clause.

Electrical requirements

No. Description Specification

1 Connection 3-phase, 4-wire, direct connected whole current

(unidirectional)

2 Number of element 3 (three)

3 Rated voltage 230 V phase to neutral

400 V phase to phase

4 Variation in voltage -30% to – +30%

5 Continuous over voltage Should withstand 400 volts for 48 hours without

causing any damage or degrading of its operating

life, or causing changes of more than 0.01 kWh in its

credit registers (excluding the possible decrement of

credit due to power being consumed)

6 Base current, Ib 10 A

7 Maximum continuous current,

Imax

100 A

8 Starting current 40 mA (0.4% Ib)

9 Rated frequency 50 Hz

10 Variation in frequency ± 4%

11 Power factor 0.5 lag – unity – 0.8 lead

12 Accuracy 1.0 for Active, 2.0 for Reactive

13 Clock Built-in real time clock with 10 years battery backup

14 Display LCD; Visibility should be sufficient to read the

meter mounted at height of 0.5 to 2.0 m.

Pin type; trans-reflective HTN or STN type

industrial grade; temperature range –20°C to +70°C

15 Period of display Continuous

16 Digits W x H: 6 mm x 10 mm (minimum)

17 Maximum viewing angle 160 degrees

18 Number of display digits 6 + 2

19 Display parameters i) kWh for the current billing period

ii) Total kWh used since installation

iii) Current electricity rate

iv) Credit level

v) Date and time

vi) Instantaneous load

vii) Instantaneous voltage, current & P.F.

20 Power consumption in the

voltage circuit

≤ 5 W

≤ 10 VA

21 Memory Non-volatile memory that retain information up to

10 years in the absence of power

22 Power limiting Meter shall disconnect the load when a

preprogramed threshold power is reached. The

threshold shall be programmable in the step of 500W

or less.

244

23 Limit of Current Shall be programmable within the range of 0.04 A to

100 A

24 Tamper detection Sensor to detect that terminal cover, and/or

communication compartment cover have been

opened

25 Load disconnection Latching relay

26 Audible alarm Buzzer

27 Lightning Protection In accordance to IEC 62053-21 of latest version of

IEC

28 Sealing Condition The meter body shall be ultrasonically welded to

avoid unauthorized opening of meter cover.

29 Communication Compartment Meter shall have communication compartment to

plug-in RF or 2G/3G/4G

30 Communication Protocol DLMS/COSEM

31 Installation/Replacement of

Communication module

It shall be possible to install/replace without

interrupting power supply to customer

Mechanical requirements

The enclosure shall be tamper resistant and shall be suitable for outdoor mounting. The meter shall be

such that the internal components in the active part of the meter shall be protected against unintentional

damage or tamper during handling and installation.

Furthermore, Meter supplied shall meet the following mechanical requirements.

No. Description Specification

1 Meter Case The meter shall be constructed by employing flame retardant

and high impact strength material.

The base, body and frame including terminal block shall be of

heat resistive; shock proof and rust proof good quality hard

material e.g. unbreakable engineering or stamped metal or

moulded phenol resin which shall be capable of withstanding

of 145°C.

The base shall be provided with 3 (three) screw mounting

holes, 1 (one) slotted meter support bracket at the top and 1

(one) round hole on each side in the bottom half of the base for

securely mounting the meter to the meter board so that any by-

pass conductors can not be entered from bottom side free

space.

The meter cover shall be of poly-carbonate.

The meter cover shall be provided with a window of poly-

carbonate or toughened glass for LCD display.

The meter shall be effectively sealed to prevent entrance of

moisture, rain and dust into its internal parts.

2 Terminal Side/bottom entry connection type; minimum 8 terminals to

accommodate 16 mm2 duplex; terminal cover shall be

extended type;

Terminal block shall be polycarbonate grade 500R or

equivalent bakelite; brass or copper current terminals; two flat-

245

head brass screws at each terminal; terminal bore diameter 8.5

mm.

3 Minimum free space

between bottom of

terminal and terminal

cover

60 mm

4 Connections diagrams

and terminal marking

Every meter shall be indelibly marked with a diagram of

connection.

Meter terminals shall be marked, this marking shall appear on

the diagram.

5 Protection class Class II

6 Protection against

penetration of dust

and water

Conform to the degree of protection of IP54 or higher

(outdoor)

7 Top cover sealing Should be properly sealed if there is top cover

8 Pulse output Flashing LED visible from the front.

9 Maximum pulse

frequency

Shall not exceed 2000 imp/kWh (kvar)

10 Protection against

magnetic field

Accuracy shall not be affected by AC/DC magnetic field on all

sides of meter. Meter working shall not be affected by

permanent magnet of 0.5 mT.

11 Temperature range Operation: -25°C to 60°C

Storage and transport: -25°C to 70°C

12 Battery It shall be possible to replace battery at the end of battery life

without opening meter cover. And the cover that hides battery

shall be sealed independently from meter cover.

13 Optical port The meter shall have an IEC 62056-21 compliant optical

communication port. This should allow the utility to access for

information stored inside the meter and to upload it into a hand

held unit (HHU) or laptop.

14 Name plate Every meter shall have clearly visible, indelibly and distinctly

marked name plate containing the following information:

i) Manufacturer’s name

ii) Meter type

iii) Number of phases and number of wire

iv) Meter serial number and year of manufacture

v) Rated voltage of the system

vi) Basic current and maximum current

vii) Reference frequency in hertz

viii) Meter constant in imp/kWh

ix) Class index of the meter

x) Over-current breaking capacity (in kA)

xi) BREB / UTILITY logo

xii) Reference Standard

246

Latching relay specifications The specification for the three phase latching relay is as follows:

No. Description Specification

1 No. of coils 2 (two)

2 Rated coil voltage 12 VDC

3 Rated coil power 9 W

4 Pulse to set 30 ms

5 Contact Material Silver alloy

6 Maximum Switching Power 15000 VA

7 Maximum Switching Voltage 250 V AC

8 Maximum Switching Current (rms) 120 A

9 Contact resistance ≤ 2 mΩ

10 Electrical Cycle 5x103

11 Mechanical Cycle 1x105

12 Insulation resistance ≥ 1000 MΩ

13 Dielectric Strength between contacts ≥ 2000 VAC

14 Dielectric Strength between contact and coil

(50 Hz)

≥ 3000 VAC

15 Dielectric Strength between contacts assembly ≥ 4000 VAC

16 Ambient temperature -40 °C to +65 °C

17 Operating humidity 40 to 90%

18 Temperature rise at rated current

(assuming 300C room temp.)

60°C

19 Sealing Complete sealing excepts terminals

Meter sealing 1. Provision shall be for sealing the meter at least two Ferrule steel seals.

2. The stainless steel seals shall be applied in such a way that it will not be possible to undo/loosen the mounting screws used to secure the meter without breaking these seals.

3. The stainless steel seals shall be applied in such a way that they will be easily visible when viewing an installed meter from the front.

4. The terminals shall also have Ferrule/TT sealing arrangement.

Electromagnetic compatibility The meter shall be designed in such a way that conducted or radiated electromagnetic disturbances as

well as electrostatic discharge do not damage or substantially influence the meter. The meter also shall

not generate conducted or radiated noise which could interfere with other equipment. The following

requirement shall be met.

Electrostatic discharges according to IEC 61000-4-2: Contact discharge - 8 kV

Electromagnetic RF fields according to IEC 61000-4-3: 80 MHz to 2 GHz – 10 and 30 V/m

Fast transient burst test according to IEC 61000-4-4

Current and voltage circuits at no load: 4 kV

Auxiliary circuits >40V: 1 kV

Fast transient surge test according to IEC 61000-4-5

Current and voltage circuits: 4 kV

247

Auxiliary circuits >40V: 1 kV

Insulation strength at 50 Hz during 1 min: 4 kV

Pulse voltage at 1.2/50μs according to IEC 62052-11: Current and voltage circuits: 6kV

Accuracy requirements 1. Limits of error due to variation of the current

The percentage errors shall not exceed the limits for the relevant accuracy class stipulated in IEC

standard.

2. Limits of error due to other influence quantities

The additional percentage error due to the change of influence quantities shall not exceed the limit for

the reference accuracy class stipulated in IEC standard.

3. Limits of error due to ambient temperature variation

The limits of error shall not exceed the limits stipulated in IEC standard.

4. Starting and running with no-load

Initial start-up of the meter: The meter shall be fully functional within 5 seconds after the voltage is

applied to the meter terminals.

Running with no load: When the voltage is applied with no current flowing in the current circuit the

test output of the meter shall not produce more than one pulse.

Starting: The meter shall start and continue to register at 0.4Ib% at power factor of 1.

5. Meter constant

The relation between the test output and the indication in the display shall comply with the marking on

the name-plate.

Meter display subsystem 1. General requirements

a) The design philosophy of the meter display subsystem should be that a suitable message or indication must be displayed or annunciated for every meter event and alarm without exception.

b) The meter should make provision for the customer or utility personnel to scroll through the displays.

c) The meter should have a default display that displays the following minimum information:

i. The Remaining Credit

ii. The Total Consumption, kWh to date

iii. The power limit

iv. The current Tariff

2. Liquid crystal display

a) A liquid crystal display is required to display status alarm and event information.

b) An illuminated display with a minimum lifetime of ten years is required.

c) The size (number of rows and characters per row) should be appropriate for the display and interpretation of the messages and meter information, and should be legible from a distance of at least 500 cm with a viewing angle of no less than 30º.

3. Rate LED

248

The meter should include a consumption rate indicator LED that emits visible red light.

4. Supply status display

The meter should provide a visible indication of the status of the incoming supply.

5. Status/alarm/event display

In addition to the displays required above the meter must display the following minimum information

in an intuitive way such that an inexperienced user can understand and interpret the information

intelligibly. Laminated instruction cards are to be provided for each unit.

a) Meter ID.

b) Out of Credit message

c) Invalid token entered

d) Duplicate token entered

e) Meter tamper state

f) Meter failure and/or fault code

The Bidder must submit a detailed specification of the way in which the display are structured and laid

out.

Functional Requirement The meters to be supplied against this specification shall meet the requirements specified in this clause.

Security All credit and meter management tokens shall be meter specifically encrypted to guarantee security of the

system. Encrypted tokens shall not be reusable. Tokens to display status and test the meter may be un-

encrypted and reusable.

The meter shall have at least 3 levels of passwords with access levels that allow:

• Read only: The meter can be read. No alteration of data or programming is allowed.

• Billing read: The meter can be read. Some basic data–altering activity relating to billing functions is allowed.

• Unrestricted: The meter can be read. Full programming of the meter is allowed.

Token validation If a token not meant for the meter is applied, the meter should display a message to that effect. Similarly,

if a valid token is re-entered into the meter then the meter must display an appropriate message.

Meter personalization In addition to factory personalization and personalization via encrypted tokens, it shall be possible to

personalize the meter from a hand held unit (HHU)/laptop provided the HHU/laptop is authorized/

programmed to communicate with the meter.

Operation modes The meter shall be required to support at least three modes of operation, namely the prepayment mode,

postpayment mode and the meter test mode.

1. Prepayment mode

249

The basis of this mode is that credit is transferred to the meter, and provided the meter remains in credit,

the meter provides supply. The credit register is decremented against current consumption with the

countdown total being displayed on the meter display.

2. Postpayment mode

In this mode, the meter provides supply to the customer always except when disconnected according

to predefined conditions in the meter, and normal billing process is applied using billing information

in the meter.

3. Meter test mode

The meter should support a test mode that is activated either from a dedicated test token, dedicated

button on the meter or using the HHU. This test should be automated in the meter and should include

a full diagnostic test, testing of the all the active and inactive functionality, metering accuracy test (1

minute load test), and connection validation tests. Meter test mode shall also display following

information:

i. Meters software version

ii. Current limit

iii. Switch open and close count

iv. Token acceptance & rejection count

Load disconnection The meters shall be capable of disconnecting/ reconnecting load locally and remotely. In addition:

1. The load shall be disconnected by a latching relay under the following conditions:

i. The credit in the meter has expired and grace facilities also expired.

ii. The load power threshold has been exceeded.

iii. The meter is in a tampered state.

iv. Neutral missing at source side.

2. The meter shall indicate whether the load is connected or not and shall display the reason for disconnection.

3. The customer shall not have the option to switch the contactor manually. Under over– current conditions the mechanism to automatically reconnect the load must ensure that the number of switching cycles is limited. The meter shall attempt to reconnect the load up to 5 times at 30-second intervals. If the over-current condition still exits the meter shall wait a period of 30 minutes before attempting to reconnect the load.

Load limit 1. It shall be possible to configure power limit in the step of 500 W for disconnection due to the

over load.

2. When consumed power exceed the contracted power limit, the relay shall automatically disconnect. The time duration to measure and allow the overload before automatic disconnection shall be configurable in the meter.

3. The relay status (connected/disconnected) shall be indicated and visible at all the time on the meter display.

4. After automatic disconnection due to excess of the load, the relay shall be automatically re-connected after a predefined time duration, configurable in the meter. The number of allowable automatic reconnections due to over load disconnection in a short period of time shall also be configurable, to limit the consecutive disconnection and reconnections.

250

5. It shall be possible to open and close the relay locally from remote.

Tamper detection Tamper shall be detected with power supply.

When the meter detects a tamper condition, it shall register the event with time stamp, and display

tamper with proper symbol in the display. The tamper event shall be reset only locally using HHU

and from remote. The followings shall be considered as tamper.

1. Terminal cover/Communication compartment cover open

2. Current reverse

3. Neutral missing at line side as well as load side

Meter should detect reverse flow of power and measure correctly by forward registration.

Meter should measure current for phase and neutral both so that current bypass tamper taken care

off.

Meter should provide tamper log data with date and time and it should be sent to main system

through HHU.

Removal of battery shall be considered as a temper.

The meter shall operate normally under the following conditions:

• Phase Sequence Reversal: The meter should work accurately irrespective of phase sequence of the supply.

• Shorting / By Passing: The meter shall have capability to record bypassing / shorting and opening of current coil(s) of one or any two phases with date, time.

• Missing Potential: The meter shall be capable of detecting and recording occurrences and restorations of missing potential (1 phase or 2 phases) which can happen due to intentional/ accidental disconnection of potential leads with date and time along with total no. of such occurrences for all phases during the above period.

Date and time management The meter shall be equipped with a real time clock (RTC) supporting the date and time as per IEC

standard together with battery. Pseudo-clock using mains crossing detection is not acceptable. The

maximum drift of the clock shall be less than 30 seconds per month.

The battery shall be used only for RTC and operate maintenance free for a period of at least 10

years. It shall not be used for meter display in case of no line power supply/

The meter must be equipped with a battery monitoring system that monitors the battery’s condition

and initiates a “Change Battery Alarm” to register and display when the battery approaches the end

of its operating life. If the battery is not replaced, the failure of the battery is deemed to constitute

a meter failure, and the meter should be shut down.

It shall be possible to change date and time locally using HHU and from remote. Date and time

changes shall be flagged with previous date/time and new date/time.

251

Energy Accounting

Credit register The credit register is the “operating account” of the meter being decremented by the metering

process. The specific requirements of this register are:

1. This register must be decremented for the equivalent of every credit unit consumed.

2. When the available credit has been consumed, the meter must open the latching relay and isolate supply from the customer (unless the Friendly hours or Emergency Credit option is invoked).

3. This register can become negative from use of emergency credit.

4. The balance of this register should be written to the token.

Friendly hours, weekend, holidays The meter shall accommodate the “Friendly hours”, “Weekend” and “Holidays” features. These

are time periods during which the meter shall not cut-off power to consumer if the credit becomes

negative. Details of the features are described in the following table.

1. Friendly hours

There shall be provision to define ‘Friendly hours’ in the meter. The utility shall be able to define

the ‘Friendly hours’ and shall be communicated to the meter through token.

2. Weekend

There shall be provision to define ‘Weekend’ in the meter. The utility shall be able to define the

weekend and shall be communicated to the meter through token.

3. Holidays

There shall be provision to define ‘Holidays’ in the meter. At the end of a year the utility shall

be able to define new holiday dates and these shall be communicated to meter through token.

Emergency credit Provision shall be made in the meter for an Emergency Credit facility that allows the customer to

draw on an emergency credit should the credit in the register be consumed.

The specific requirements of this facility are:

1. When the credit register value reaches a programmable Emergency Credit Threshold the meter should sound an audible alarm, and prompt the user to accept the use of the Emergency Credit facility (button depression). The meter should not supply energy against emergency credit unless acknowledged by the customer.

2. If all the available credit in the credit register is expired and power disconnected, the facility to activate the Emergency Credit should remain an option to the user.

3. The meter should remain in service until the Emergency Credit Limit has been reached, after which the supply should be disconnected.

4. If the Emergency credit limit is set to zero, the Emergency Credit Threshold shall function as a low credit warning and provide the user with a visual and audible alarm that credit is low. The user shall have the option to silence the alarm by inserting a card or pressing a button to accept the alarm.

5. If emergency credit has been previously consumed, then the value of emergency credit used shall be deducted from the next token inserted into the meter.

6. Once emergency credit has been exhausted, no further credit facilities shall be available until

252

the full emergency credit allocation has been paid for.

Energy Register 1. Cumulative energy consumption

a. This register records the cumulative consumption since the meter was commissioned.

b. The unit is kWh, rounded to three decimal points (1 Wh).

2. Load profile

a. Number of channels that can be configured locally and remotely is 2 at least.

b. The interval shall be configurable from 30 min to hourly.

c. It shall be possible for the meter to store hourly load profile for at least 60 days.

3. Maximum demand

a. It shall be possible for the meter to register maximum demand.

4. Monthly consumption

a. The meter shall have at least 12 monthly consumption data.

b. The data shall include monthly consumption (cumulative) and maximum demand together with date and time.

Tariff All tariff calculation must be done within the meter.

The meter is required to support stepped tariffs structures as well as time-of-use and maximum

demand.

The tariff structure consists of the following records:

1. Each tariff must be uniquely identified using the tariff code

2. Each tariff shall have an activation date, being the date on which the tariff becomes effective.

3. Each tariff has up to seven steps (in kWh) for different levels of energy pricing.

4. The rate describes the cost per kWh for energy consumption in that step.

Tariff management in the meter 1. Tariffs shall be entered into the meter via HHU or from remote. The meter should not allow

tariffs to be manually entered using the push buttons.

• When the meter is active, the current cannot be overwritten.

• The meter must time and date stamp when the tariff is loaded into meter.

2. In general, when a tariff has expired in the meter, the tariff is automatically deleted by the meter.

Tariff switchover When the meter detects that a new tariff is applicable (using the tariff activation date), the meter

should execute the following steps:

1. The meter shall begin the billing against the new tariff.

2. The current tariff code shall be updated to reflect the new tariff code.

3. The old (expired) tariff should be deleted.

253

4. New tariffs will only be activated at 00:00 on the first day of a month.

Other Requirements Time synchronization

The meter shall provide local and remote time synchronization function.

Over/Under-voltage monitoring It shall be possible for meter to detect and register under-voltage/over-voltage.

Events shall be registered into a special event log (electricity quality log) with the date/time of

event, with the capacity of at least 100 entries. Under-voltage and overvoltage thresholds shall be

adjusted.

Meter firmware upgrade Meter shall support firmware upgrade option. Firmware upgrade option in the meter is realised

not to alter in any way the metering characteristics (metrology) of the meter, data memorised in

the meter (metering data, statuses, etc.), configuration parameters or operational parameters of the

meter – all these data remain unchanged even after firmware upgrade. New firmware upgrade in

the meter shall be done locally or remotely.

Meter Identification Card Along with the meter, two meter identification cards shall be provided.

1. It shall comply with NRS 009-4: 1995.

2. The printed details and graphic design of the cards shall be submitted to the utility prior to producing the cards for approval.

Meter Numbering

The meter number scheme shall be the unique and be followed by a convention of the Employer.

The basic of the convention of the meter number scheme will be provided after signing of the

contract. It must be possible to program the meter with an 11 digit meter number. The first two digits

is utility ID. The third digit corresponds to meter type. (1=Smart Card based, 2=Keypad type,

3=online). The next 8-digit is a sequence number used to identify each meter and will consist of

number (0 - 9) only.

Meter Software Requirement

Meter programming software The software shall

• enable full programming, backup and retrieve the measuring data of the meter and events from the meter;

• enable to export the metering data, events and configurations from the meters to text files (.TXT, .CSV, .HTML);

• enable to save configuration as file for future use for Employer’s needs;

• enable to upgrade meter firmware;

• run on HHU, or laptop with Windows 10 or later version.

254

The Supplier shall, without additional compensation, provide software to BREB and/or its sub-

contractors for programming/reading the meter. The number of license for the software must be

unlimited for use by the Employer.

Meter firmware The meter must be able to decode information from encoded keys typed through the keypad.

Quality Assurance

The Bidder shall comply with and be certified to the following ISO levels:

1. ISO 9001

2. ISO 17025

The Bidder shall submit copies of certificate with their proposal to this effect. If the Bidder is not

meter manufacturer, the Bidder must get the copy of the certificate from meter manufacturer together

with Manufacturer’s Authorization and submit.

COMMUNICATION INFRASTRUCTURE

This section describes requirements for communication infrastructure, i.e., communication module

for LT AMI SPM meters, repeaters and data concentrator unit.

General

The equipment shall be tested and/or certified/approved by corresponding authority (BSTI/BTRC or

any other) in Bangladesh before delivery.

The Bidder shall comply with and be certified to the following ISO levels:

1. ISO 9001

The Bidder shall submit copies of certificate with their proposal to this effect. If the Bidder is not

meter manufacturer, the Bidder must get the copy of the certificate from the manufacturer together

with Manufacturer’s Authorization and submit.

Communication Module

There are two different communication modules in the scope of this project: RF mesh and 2G/3G.

RF mesh communication module 1. Overview

Bangladesh Telecommunication Regulatory Commission (BTRC) allocated the following

frequencies considering National Frequency allocation plan (NFAP) for non-cellular IoT: • 433.05 - 434.79 MHz

• 866 - 868 MHz

• 922 - 925 MHz

• 2400 - 2483.5 MHz

• 5725 - 5875 MHz

In order to ensure interoperability not only for this project but also future procurement,

BREB decided to use 922 – 925 MHz frequency band for LT AMI SPM system. 2. Electrical requirements: The module shall be powered by LT AMI SPM meter.

3. RF requirements

• The module shall be Wi-SUN FAN product certified for FCC band. If not certified yet, certification shall be submitted before 2 (two) weeks of Factory Acceptance Test. Platform certificate is not acceptable.

255

• The frequency shall be 922-925 MHz. • Output power shall be from 500 mW to 1 W. • Minimum date rate shall be 100 kbps.

4. Functional requirements

• It shall communicate with HES via DCU. • It shall be field replaceable. • It shall be plug-and-play. • It shall support auto registration. • It shall support auto routing. • It shall support IPv6. • It shall support two-way communication. • It shall support over the air firmware upgrade. • It shall support time synchronization with NTP. • It shall support DTLS. • It shall support self-optimization and self-healing. • It shall support Adaptive Gear Shifting technology. • It shall support traffic prioritization • It shall support Frequency Hopping Spread Spectrum (FHSS) • It shall support backward compatibility. • It should be possible to retrieve directly connected neighbours. • It should be possible to communicate with the meters directly using DLMS/COSEM and

CoAP. • It should be possible both to unicast (upgrade one meter node) and multicast (upgrade a

group of meter nodes simultaneously) using software and common configurations. • It shall support security (SHA-256, RSA-1024 or ECC-256) and encryption (AES-128 or

AES-256). • It shall have a built-in antenna so that a separate external antenna is not necessary. • It shall support “last gasp”.

2G communication module 1. Overview

2G module will be used for where RF mesh can’t cover. 2. Electrical requirements: The module shall be powered by LT AMI SPM meter.

3. RF requirements

• Frequency: Quadband 850/900/1800/1900 MHz • GPRS class: 10 • Output power: Class 4 (2 W) for 850/900 MHz, Class 1 (1 W) for 1800/1900 MHz

4. Functional requirements

• It shall communicate directly with HES.

• It shall be field replaceable.

• It shall be plug-and-play.

• It should be possible to communicate with the meters directly using DLMS/COSEM

• It shall support two-way communication.

• It shall support over the air firmware upgrade.

• It shall support time synchronization.

• It shall have a built-in antenna so that a separate external antenna is not necessary.

• It shall support “last gasp”.

256

Repeater/Relay

Repeater is to be used if communication between LT AMI SPM meter and DCU is not possible but

it is possible to do communication when repeater is used. 1. Electrical requirements: Input power – 230V AC (+/-30%), frequency – 50 Hz (+/-4%)

2. RF requirements

• Repeater shall be Wi-SUN FAN product certified for FCC band. If not certified yet, certification shall be submitted before 2 (two) weeks of Factory Acceptance Test. Platform certificate is not acceptable.

• The frequency shall be 922-925 MHz.

• Output power shall be from 500 mW to 1 W.

• Minimum date rate shall be 100 kbps.

3. Environmental & mechanical requirements

• Operating temperature: -25 °C - +70 °C

• Protection degree: IP65. If IP65 is not met by itself, use of external enclosure that meets the IP degree is acceptable. The dimension shall be less than 400 x 300 x 150 (H x W x D, in mm) except antenna.

• It shall be possible to install on pole and wall.

4. Functional requirements

• It shall be plug-and-play.

• It shall support auto registration.

• It shall support auto routing.

• It shall support IPv6.

• It shall support two-way communication.

• It shall support over the air firmware upgrade.

• It shall support time synchronization with NTP.

• It shall support self-optimization and self-healing.

• It shall support Adaptive Gear Shifting technology.

• It shall support traffic prioritization

• It shall support Frequency Hopping Spread Spectrum (FHSS)

• It shall support backward compatibility.

• It shall support external battery backup.

• It shall support security (SHA-256, RSA-1024 or ECC-256) and encryption (AES-128 or AES-256).

• It shall support “last gasp” and outage notification, and shall be operate at least 4 hours during power outage for communication with data concentrator.

5. Other requirements

• All accessories such as power cable, antenna, for mounting and etc. required for installation shall be supplied together with.

• Software to read/configure repeater/relay shall be supplied together with.

257

a. Data Concentrator Unit/Access Point

DCU handles two-way communication between the HES and the LT AMI SPM meters. The

communication between the meters and DCU is by RF mesh while that between concentrators and

HES is by 2G/3G/4G and/or fiber optical through Ethernet. 1. Electrical requirements: Input power – 230V AC (+/-30%), frequency – 50 Hz (+/-4%)

2. RF requirements

• DCU shall be Wi-SUN FAN product certified for FCC band. If not certified yet, certification shall be submitted before 2 (two) weeks of Factory Acceptance Test. Platform certificate is not acceptable.

• The frequency shall be 922-925 MHz.

• Output power shall be from 500 mW to 1 W.

• Minimum date rate shall be 100 kbps.

3. 2G/3G/4G requirements

• Frequency:

- LTE: 2100(B1), 1800(B3), 2600(B7), 900(B8), 800(B20) MHz

- WCDMA: 2100(B1), 1900(B2), 850(B5), 900(B8) MHz

- GSM/GPRS/EDGE: Quad-band – 850/900/1800/1900 MHz

4. Environmental & mechanical requirements

• Operating temperature: -25 °C - +70 °C

• Protection degree: IP65. If IP65 is not met by itself, use of external enclosure that meets the IP degree is acceptable. The dimension shall be less than 600 x 400 x 200 (H x W x D, in mm) except antenna.

• It shall be possible to install on pole and wall.

5. Functional requirements

• It shall be able to be installed at power poll as well as on wall.

• It shall have external/extension antennas for neighbour area network and backhaul network.

• It shall be plug-and-play.

• It shall support auto discovery of meters and repeaters.

• It shall support auto registration.

• It shall support auto routing.

• It shall support IPv6.

• It shall support two-way communication.

• It shall support over the air firmware upgrade of the equipment itself as well as smart meter, communication module and repeater.

• It shall support time synchronization with NTP.

• It shall support self-optimization and self-healing.

• It shall support Adaptive Gear Shifting technology.

• It shall support traffic prioritization

258

• It shall support Frequency Hopping Spread Spectrum (FHSS)

• It shall support backward compatibility.

• It shall support external battery backup.

• It shall be able to support at least 500 meters.

• It shall support signal level for connected meters.

• It shall support security (SHA-256, RSA-1024 or ECC-256) and encryption (AES-128 or AES-256).

• It shall support SNMP v2.

• It shall support IPSec VPN.

• It shall support “last gasp” and outage notification, and shall be operate at least 8 hours during power outage.

6. Other requirements

• All accessories such as power cable, antennas, for mounting and etc. required for installation shall be supplied together with.

• Software to read/configure DCU/access point shall be supplied together with.

SPUN PRESTRESSED CONCRETE (SPC) POLES

1.0 GENERAL AND SCOPE

This specification provides guidelines for design, manufacture, testing and supply of spun prestressed

concrete (SPC) poles for over head power distribution lines of Rural Electrification Board (REB). The

SPC poles covered by this specification will be interchangeable with the existing wood poles. A

commentary is attached at the end explaining few terms used in the specification.

1.1 Standards

The poles specified herein shall conform to the following international standards or their updated versions.

Codes, standards or other documents referred to in this specification are to be considered as part of this

specification. If a conflict between several referenced documents occurs, the more stringent requirement

shall be followed. In case of a conflict between this specification and any other specification mentioned

herein, this specification shall govern.

ANSI 05.1: 1987 For wood poles specifications and dimensions

ASCE/PCI Committee

Report, 1997 Guide for the design of prestressed concrete poles

ASTM 82 - 97 Standard specification for steel wire, plain, for concrete

reinforcement

ASTM A416 - 98 Standard specification for steel strand, uncoated seven-wire

for prestressed concrete

ASTM A421 - 98a Standard specification for uncoated stress-relieved steel wire

for prestressed concrete

259

ASTM A615M - 96a Standard specification for deformed and plain billet - steel

bars for concrete reinforcement

ASTM A616M - 96a Standard specification for Rail steel deformed and plain bars

for concrete reinforcement

ASTM C1089 - 88 Standard specification for spun cast prestressed concrete

poles

ASTM C143-98 Standard test method for slump of hydraulic cement concrete

ASTM C192-98 Standard practice for making and curing concrete test

specimens in the laboratory

ASTM C31-96 Standard practice for making and curing concrete test

specimens in the field

ASTM C39-96 Standard test method for compressive strength of cylindrical

concrete specimens

AWS D1.1 Recommended procedures for welding, reinforcing steel,

metal inserts and connections in reinforced concrete

construction

BS 146 : 2002 Specification for blastfurnace cements with strength

properties outside the scope of BS EN 197-1: 2000

BS 1052 : 1980 Specification for mild steel wire for general engineering

purposes

BS 1881-102: 1983 Testing concrete. Method for determination of slump

BS 1881-108: 1983 Testing concrete. Method for making test cubes from fresh

concrete

BS 1881-110: 1983 Testing concrete. Method for making test cylinders from fresh

concrete

BS 1881-111: 1983 Testing concrete. Method of normal curing of test specimens

(200 C method)

BS 1881-116: 1983 Testing concrete. Method for determination of compressive

strength of concrete cubes

BS 3797 : 1990

Specification for lightweight aggregates for masonry units

and structural concrete

BS 4449 : 1997 Specification for hot rolled steel bars for the reinforcement of

concrete

BS 5075 Specification for concrete admixtures

BS 5328 - 2 : 1997

Concrete. Methods for specifying concrete mixes

BS 5750 : 1979 Quality systems

BS 5896 : 1980 Specification for high tensile steel wire and standard for

prestressing of concrete

BS 8110: 1985 Structural use of concrete, parts 1 &2

260

BS 812 Testing of aggregates

BS EN 12390-1 : 2000 Testing hardened concrete. Shape, dimensions and other

requirements for specimens and moulds

BS EN 12390-2 : 2000 Testing hardened concrete. Making and curing specimens for

strength tests

BS EN 12390-3 : 2002 Testing hardened concrete. Compressive strength of test

specimens

BS EN 197-1: 2000 Cement. Composition, specifications and conformity criteria

for common cements

JIS A 1136-1978 Method of test for compressive strength of spun concrete

REB 460 : 1988 REB standard for wood poles

2.0 DEFINITIONS AND ABBREVIATIONS:

2.1 Definitions

Admixture : Any material other than water, aggregate, or cement that is used

as an ingredient of concrete and added to concrete before or

during its mixing to modify its properties.

Cracking moment : The moment, which is developed in the pole at the time the

cracking strength of the pole, is attained.

Embedment : That portion of the pole, which is designed to be located in the

ground or other supporting medium.

Failure : Inability of the pole when under test to support further load or

when deformation or cracking of the pole renders it

unserviceable.

Groundline : The point at which the embedment begins. Groundline is used

in transmission/distribution line design such as for determining

ground clearances. Resistance from the supporting soils or

other medium begins at or below groundline.

In-Line Face : The face of the pole which "faces" an adjacent structure in the

line.

Longitudinal Reinforcement : The reinforcing steel, which is installed along the long axis of

the pole.

Manufacturer : The company responsible for the fabrication and casting of the

SPC poles as per prescribed specification. The

manufacturer/supplier makes the poles based on the design and

drawings developed by its structural designer.

Owner : The Rural Electrification Board (REB) including its successors

and its approved agent.

Point of Fixity : The point on the pole at or below groundline where the

maximum moment occurs. Location of this point is dependent

261

on the characteristics of soils around the embedded portion of

the pole.

Pole End Squareness : A measure of how perpendicular the finished surface of the pole

butt is to the longitudinal axis of the pole.

Pole Sweep : The measure of deviation from straightness along the length of

the pole.

Pole Taper : The rate of change of outer diameter along the length of the

pole.

Prestressed Concrete : Reinforced concrete in which internal stresses have been

introduced to reduce potential tensile stress in concrete

resulting from loads.

Purchaser : See Owner.

Reinforcing Steel : Any steel used for the purpose of reinforcing concrete,

including longitudinal reinforcement and transverse/spiral

reinforcement. This may be deformed or plain reinforcing bar,

wire.

Spiral Reinforcement : Steel reinforcement, continuously wound in the form of a

cylindrical helix, which encloses the longitudinal steel.

Spun Prestressed Concrete Pole : A pole which is manufactured by placing prestressed steel

tendons and spiral reinforcement in a mould, adding fresh

concrete and spinning the mould to form the pole.

Tendon : Means any pre-stressing wire or strand conforming to Art. 3.7

or any discrete group of such wires/strands stressed in one

operation.

Ultimate Load : The maximum design load.

Ultimate Moment Capacity : The moment, which is developed in the pole at the time the

ultimate strength of the structure, is realised.

Ultimate Strength : The maximum strength in the stress-strain diagram. For the

pole, this is considered to be the point at which the pole fails,

usually with crushing of the concrete.

Wood Pole Equivalency Factor : The ratio of factor of safety of SPC pole to the factor of safety

of wood pole.

Working Load : See Service Load.

Zero Tension Strength : The moment at which a crack that was previously created by

exceeding the cracking moment strength will open again.

Under this condition, an applied moment will not cause any

tensile stress in the concrete. It will always be less than the

cracking moment strength.

262

3.0 MATERIALS

3.1 Cement

Cement shall be Ordinary Portland Cement complying with BS EN 197-1: 2000. Portland

pulverised fuel ash cement and Portland-blastfurnace cement complying with BS EN 197-1: 2000 and

BS 146: 2002 respectively, can be used. Cement types other than Ordinary Portland Cement can be

used only after receiving Purchaser's approval in writing.

3.2 Aggregates

Fine aggregate shall consist of clean material and coarse aggregate shall consist of clean gravel,

crushed gravel or crushed stone. The maximum nominal size of the coarse aggregates shall not exceed

14 mm. Both the fine and coarse aggregates shall comply with the requirements of BS 812.

Manufactured sands shall be preferred. If a manufacturer can demonstrate that aggregates conforming

to specification BS 3797: 1990 produce an acceptable product (the pole), then those aggregates may be

used only after receiving Purchaser’s approval in writing.

Prohibited aggregates: (as listed below but must conform to BS812 prescription)

- coming from feldspathic or schistose rock,

- containing charcoals or their residues such as coke, ashes, clinkers, cinders,

- brick,

- aggregates which are dredged from the sea.

3.3 Water

All water used for the mixing of concrete shall be preferably of potable quality. It shall be clean

and free of any dissolved or undissolved impurities that may be deleterious to the cement, aggregates

or the steel reinforcement. The water shall contain less than 2000 ppm of suspended matter and less

than 1500 ppm of dissolved salt. The use of seawater is prohibited.

3.4 Admixtures

Admixture may be used with the prior written approval of the purchaser. All admixtures shall

comply with BS 5075. Under no circumstances shall calcium chloride or any admixtures containing

calcium chloride be permitted in the concrete used to manufacture the prestressed concrete poles.

Approval by the purchaser of the use of any admixtures shall in no way relieve the manufacturer and

or supplier of their responsibility in regard to reduction in quality or durability of the concrete used in

the manufacture of poles.

3.5 Form Release Agents

All formworks/moulds shall be coated with a suitable form release agent. Under no

circumstances shall waste engine oil or any other oil, which will affect the finished appearance of the

pole be used. Moulds shall be coated before any steel and concrete are inserted and the release agent

shall not come in contact with any reinforcing steel, prestressing steel or embedded items.

Coverage must be complete and uniform and any excess form release agent shall be removed from the

lower sections of the forms before placing any concrete.

3.6 Reinforcing/ Non-Prestressed/Untensioned Steel

3.6.1 Longitudinal Reinforcement

263

All reinforcing steel used as longitudinal reinforcement shall generally comply with BS 4449: 1997

or ASTM A615M - 96a or ASTM A616M - 96a. Any longitudinal reinforcing bars shall have a

deformed profile (surface of bar provided with lugs or protrusions). They shall have a minimum yield

stress of 275 MPa (2800 kg/cm2). Prestressing steels specified in Art. 3.7 may be used as longitudinal

non-prestressed (untensioned) steel reinforcement in order to contribute to the ultimate moment

capacity at a section. The bars shall be reasonably non-corrosive and shall not be exposed anywhere in

manufactured poles.

3.6.2 Transverse Reinforcement Transverse reinforcement shall include spiral and additional tie/link steel placed in the transverse

direction to the axis of the pole. Such reinforcement shall generally comply with BS 1052: 1980 or

ASTM 82 - 97. The ultimate strength shall be not less than 550 MPa and yield strength may be assumed

to be 80 % of the ultimate strength, if test results are not available. The yield strength shall be

determined at an extension of 0,005 mm/mm of gauge length. All reinforcing wires used to form spirals

or ties shall have a plain round profile only and diameter not less than 3.0 mm. The wires shall be

reasonably non-corrosive and shall not be exposed anywhere in manufactured poles.

Note: General compliance here and elsewhere in this specification implies that the physical /

mechanical properties in general shall meet the requirements prescribed in the specified standard/s.

Nominal diameter, yield strength and ultimate strength may differ but must fall within limits set forth

in this specification. Materials satisfying a standard other than those explicitly specified in this

document, for longitudinal steel and spirals or ties, shall require prior approval of REB.

3.7 Prestressing Steel

Prestressing steel shall be indented or crimped or deformed, cold drawn stress relieved or low relaxation

high tensile wire or 7 wire strands generally conforming to BS 5896-1980 with a minimum wire

diameter of 5mm. The steel shall have a minimum ultimate tensile strength of 1650 MPa and a

minimum stress of 1400 MPa at 1% elongation. Stress shall be calculated based on the specified

nominal cross-sectional area of steel. The steel shall be either Relax Class 1 or Relax Class 2 as

specified in BS 5896. The high tensile wire shall be reasonably noncorrosive. Prestressing steel

reinforcements (wire or strands), conforming to ASTM A 416-98 and ASTM A 421-98a shall be

considered acceptable if relaxation loss of Relax Class -1 or Relax Class-2 of BS 5896 is satisfied.

Materials for prestressing satisfying any other standard shall require prior approval of REB.

3.8 Acceptance Criterion

All materials shall conform to the relevant standard specifications referred in this specification.

Reinforcing steel, pre-stressing steel and cement shall be fresh and undamaged. All inserts shall be

corrosion resistant and used according to the manufacturer's specifications. No aluminium inserts shall

be used. Aggregates for manufacturing concrete shall be clean, strong and durable. Any material found

to be defective will be rejected by the REB / Purchaser and shall be replaced with approved materials

by the manufacturer at his own expense.

Steel manufacturer’s test certificates for all reinforcing and prestressing steel shall be supplied to the

Purchaser. These test certificates shall show compliance with the relevant standard specifications in all

respect. If the manufacture’s test certificates are not available or if the purchaser requires it at any time,

then the pole manufacturer is responsible for arranging all such testing at an approved laboratory

acceptable to REB.

264

The test information so obtained must be sufficient to satisfy the purchaser that the item being tested

conforms to the relevant standard specification.

The manufacturer shall include the cost of all such testing in his tender price.

The SPC pole shall be comparable and interchangeable with wood pole regarding quality, property and

service. Superior type of pole shall be preferred. The interchangeability of SPC and wood poles shall be

based on Equivalency Factor. Details provided in Appendix A.

4.0 STORAGE AND PROTECTION OF MATERIALS

4.1 Cement

Cement shall be stored in a suitable weather tight enclosure on concrete floor or a board platform

raised off the ground. The enclosure should be such that free circulation of air around the bags of

cement is kept to a minimum.

Any cement that has become damp, caked or lumpy shall not be used. Concrete batching operations

shall be organised so that cement that has been stored longest at the place of manufacture of the poles is

used first.

4.2 Aggregates

Both fine and coarse aggregates shall be stored so that they are kept clean and free from contamination

and are not subjected to segregation. Where a clean hard surface is not available for the stockpiles, the

bottom 150 mm of the aggregate piles, which are in contact with the ground, shall not be used.

4.3 Reinforcing / Non-Prestressed Steel

All reinforcing and/or non-prestressed steel shall be stored in a clean dry covered place on concrete

floors or platforms raised off the ground. Grease, oil, paint or any other substance that will affect the

bond of the reinforcement shall not be allowed to come in contact with it. If it does, then all such

substances shall be cleaned off the reinforcement before it is placed in the pole moulds.

4.4 Prestressing Steel

All prestressing tendons shall be stored in a clean dry covered place on concrete floors or on platforms

raised off the ground and must be kept dry at all times. All loose mill scale rust, and any protective oil,

or other contaminants that will affect the bond of the tendons shall be thoroughly removed before

installing them in the pole moulds. Any part of the tendons that have become pitted, have any tears or

nicks, or are permanently deformed or otherwise damaged shall be discarded.

If necessary, the purchaser shall instruct the manufacturer to have sufficient mechanical tests carried

out on the tendons to ensure that their strength has not been impaired in any way (Refer to Art. 3.7).

5.0 INSTALLATION OF REINFORCING AND PRESTRESSING STEEL

All steel shall be accurately placed and shall be held in position during manufacture.

In case of bundled wires, bundles shall comprise of not more than 3 (three) same size wires. In case of

two or three wire bundle, equivalent nominal bar dia should be considered equal to 1.41 times or 1.73

times the individual wire dia, respectively.

Non-prestressing/untensioned longitudinal steel reinforcing may be required in the lower portion of

prestressed poles to provide the controlled release of prestress in the event of groundline failure. Such

265

reinforcing bars shall extend by development length beyond the point where it is no longer required by

design. Development length shall be calculated based on BS 8110.

5.1 Covers

The minimum clear cover from the surface of any steel to the nearest permanent surface of the concrete

including holes cast in the pole, shall be not less than 12 mm or maximum diameter of the longitudinal

reinforcement or maximum size of coarse aggregate, whichever is greater. This will include the surface

of holes cast in the member too. Steel near holes cast using UPVC Sleeves permanently adhered to the

concrete surface may have a cover of minimum 5mm to the surface of concrete protected by the UPVC

Sleeve.

All reinforcement shall be accurately placed and effective means shall be provided for maintaining it

in position during the manufacture of the pole. All buttons or other spacer devices used for this purpose

shall be of rustproof, non-hygroscopic material, which shall not cause degradation of the pole in any

form. To this end, prestressing tendons shall pass through rigidly held guide plates at the ends of

members to maintain the minimum covers.

5.2 Spacing

The clear spacing between parallel reinforcing bars or prestressing tendons shall be at least equal to the

nominal bar diameter, 1.25 times the maximum nominal size of the aggregate or 10 mm which ever is

larger. This spacing requirement may be relaxed by at best 2 mm only at the top of the pole. However,

where accessories are attached, the spacing in such condition shall be large enough not to harm the

quality of the pole.

Tendons can be placed with different spacing to the above in bundles provided that test results show

satisfactory ultimate Behaviour with respect to:

Compression and tension stresses in the tendon anchorage zone.

Spalling of concrete.

Anchorage of pretensioned tendons.

Avoidance of corrosion of tendons at the ends of the elements.

Placing of concrete between tendons and its compaction around the tendons.

5.3 Spiral or Links/Ties

The diameter of the transverse reinforcement (spirals/ links) should not be less than 3 mm and the pitch

shall not be more than 16 times the diameter of the non-prestressed/ untensioned longitudinal

reinforcement or 150 mm whichever is less. Spiral or link spacing shall be halved at the ends up to one

and a half times the transfer length. If bends in links are necessary, it shall have a diameter on the inside

of the bar not less than the enclosed bar diameter or 2 times the diameter of the link, whichever is

greater.

The ends of the link shall be anchored with a minimum of 90 deg. bend plus a straight extension of 8

bar diameter but not less than 65mm. Anchorage of spiral reinforcement shall be provided by one and

a half extra turns of spiral bar or wire at each end of a spiral unit. They shall be firmly attached to the

supporting tendons/ reinforcement using soft wire ties.

Splices in spiral reinforcement shall not be less than the mean perimeter of the pole at the section of

splicing and adequately welded too.

5.4 Welding

Welding of reinforcement or prestressing tendons may be permitted and shall comply with American

Welding Society Code (AWS D1.1) without impairing the mechanical properties of the reinforcement

or prestressing tendons.

266

5.5 Prestressing

All stressing operations shall be carried out under the direct supervision of a person who is thoroughly

experienced with all aspects of pretensioned prestressed concrete construction.

The stressing procedure adopted shall ensure that the force in a tendon increases at a reasonably

constant rate. After stressing and anchoring, the force in a tendon shall be the initial force specified on

the manufacturing drawings. During stressing the maximum force applied to a tendon shall not exceed

0.80 times its ultimate tensile strength.

The required amount of prestressing force shall be measured from both tendon elongation and jack

force or pressure. If the two measurements differ by more than 5 percent, the cause shall be ascertained

and the appropriate corrections are made. In all cases the yield of the gripping devices or anchorage

and inherent losses shall be taken into account.

Tendon elongation shall be calculated from the actual load versus elongation graphs supplied by the

prestressing steel manufacturer and where appropriate, anchorage draw-in shall be accurately assessed

and allowed for. A correction shall be applied to the total elongation observed to compensate for any

initial tensioning of the tendon applied to take up irregularities and slackness.

Jack and anchorage friction shall be assessed and an appropriate correction be made to the jacking

pressure.

Records shall be kept of all stressing operations. They shall include.

1. Amount of tendon elongation up to the stage of anchoring the tendon.

2. Allowance for anchorage draw-in.

3. Jack force at anchorage.

4. Allowance for jack friction.

5. Manufacturer's identification mark for prestressing tendons used.

6. Date and time of stressing.

7. Date and time of de-stressing

8. Curing sequence and concrete strength at time of de-stressing.

9. Identification mark placed on each particular pole.

In pretensioned concrete work, the tension shall be fully maintained by some positive mechanical

means during setting and initial curing of concrete. Post-tensioning or the release of pretensioned

tendons shall not be carried out until the strength of the concrete has attained the value dictated by the

design for load transfer purposes. Release of the prestressing tendons shall be arranged in such a manner

so as to prevent any damage to the bond of these wires in the concrete.

The tensile force applied to the prestressing tendons shall not exceed 80% of the tensile strength unless

otherwise restricted by specific design requirements or tensioning and gripping constraints. The

ultimate strength of the tendon shall conform to that defined in BS 5896: 1980. Ultimate strength other

than that prescribed in BS 5896: 1980 may be allowed, if it is allowed by some other international code

on prestressing tendon and if the manufacturer’s test certificate and the code is produced with the

design. Such usage shall require written approval of the purchaser who shall check that the other

requirements (except yield and ultimate strength) of BS 5896: 1980, are satisfied.

The jacking force shall be measured to an accuracy of 0.025 times the prestressing force and the tendon

elongation to an accuracy of 2 mm.

Safety precautions during and after all stressing operations shall be taken to safeguard persons from

injury and equipment from damage, which may be caused by the sudden release of stored energy in the

stressing system and tendons.

267

If the tendons are stressed and then left for more than 2 weeks before being fully surrounded with

concrete, they shall be removed from the moulds and discarded.

Prestressing equipment shall be maintained in a serviceable condition and its calibration and accuracy

to be checked every 3 months. Certificate of calibration from an authorised agency/authority approved

by REB should be obtained once in a year. It should be kept in the place of manufacture of poles. REB

inspectors shall check such calibration certificates to ensure that proper tensioning of the poles during

manufacture is being carried out.

5.6 Destressing

The transfer of prestress into the hardened concrete shall take place gradually and in such a determined

order that tensile stresses sufficient to cause cracking are not induced in the concrete. Immediately after

destressing, the maximum stress in the tendons shall not exceed 70% of the ultimate tensile strength

for ordinary stress relieved prestressing steel (Relax Class 1) and 73% for low relaxation steel (Relax

Class 2).

If all the tendons are not to be released simultaneously, then the releasing sequence shall be shown on

the manufacturer's drawings and the resulting eccentricity taken care of in the design.

Any releasing device shall be so designed that during the period between stressing and destressing, the

tension in the prestressing tendons remains constant except the change due to steel relaxation. It shall

also be so designed that the stresses in the tendon do not increase above the stress level in them just

prior to destressing.

5.7 Cutting and Finishing of Tendon

After destressing is complete, the ends of the tendons shall be cut off flush with the surface of the

concrete.

If flame cutting is used, there shall be an excess of oxygen in the flame and the cutting be completed

as rapidly as possible.

The ends of the poles shall be coated with coal tar or epoxy paint after flush trimming the tendons and

shall be covered with cement mortar.

6.0 MIXING, PLACING AND CURING CONCRETE

6.1 Mix Design

Full details of the components forming the concrete mix proposed to be used by the manufacturer shall

be submitted to the purchaser for his assessment at least 2 weeks before any concreting operation is

commenced. The standard cube/cylinder strength test report for the proposed mix shall be submitted

with it. Strength of concrete shall always refer to cube strength as the design is based on the cube

strength (BS 8110). If cylinders are tested (which is preferred) it should be transformed into equivalent

cube strength using relation provided in Art. 7.2. Once the proposed mix has been approved by the

purchaser, it shall not be varied by the manufacturer unless the purchaser's re-approval has been

obtained in writing.

The concrete mix shall be designed and tested and their submission shall include the following

information.

1. Source, nature and grading of both the fine and coarse aggregates.

2. Type and supplier (brand name) of the cement to be used.

3. Mix proportions by weight (both the amounts of fine and coarse aggregates per bag of

cement).

4. Weight of cement per cubic meter of concrete.

5. Water-cement ratio (by weight).

6. Estimated slump of the mix.

7. Quantity of admixture by weight or volume per bag (50 kg) of cement.

268

8. Arithmetic mean compressive strength of the mix at 3 or 7 days and at 28 days using 100

mm cubes or 100 mm dia and 200 mm height standard cylinder test samples plus the

standard deviation of the test strengths and the number of cubes/cylinders tested.

Ratio of the weight of fine aggregates to the total weight of aggregates shall be between 0.30 and 0.50.

The minimum cement content shall be 350 kg/m3 if used with cement replacement material but 400

kg/m3 if only cement is used and the maximum water cement ratio by weight shall be 0.45.

The manufacturer shall allow for the cost of all such testing in his tender including further testing and

additional reporting that the purchaser may require from time to time during the production of total

quantity of poles in the tender.

6.2 Mixing of Concrete

All concrete shall be mixed in batching/mixing plant and the concrete making material shall be

accurately measured to ensure the production of uniform batches of concrete. The materials may be

measured by weight and the proportions in each batch are to be adjusted to suit whole bags of cement.

The required weight of mixing water shall be adjusted to allow for the free moisture, if any, contained

in the aggregates. Personnel in charge of the concrete mixing operations shall be well trained and

experienced in this method of concrete production.

All concrete shall be mixed for a minimum of 1½ minutes from the time of adding the last of the

materials in the mixing drum. The mixing shall continue until the materials are thoroughly and

uniformly mixed and the concrete appears uniform in colour and texture, but not more than 3.0 minutes.

The entire batch must be discharged from the mixer before recharging commences. Each batch of

concrete shall have a similar appearance. If lightweight concrete is used with prior approval, mixing

should continue not less than 5 minutes.

For all other cases, not mentioned in this specification, mixing of concrete shall have to comply with

BS 5328 - 2 : 1997.

6.3 Conveying and Placement of Concrete

Concrete shall be conveyed from the mixer machine to the moulds by a method that prevents

segregation or loss of the ingredients. It shall be placed as nearly as practicable in its final position to

avoid segregation due to redistribution or flowing.

Placement of concrete shall be pumped or poured at such a rate that the concrete is at all times plastic

and flows readily into the spaces between the reinforcement. Sufficient concrete must be placed in the

forms to provide the specified cover over reinforcement after spinning operations. No concrete, which

has been partially hardened or contaminated by foreign materials shall be deposited in the moulds nor

shall reconstituted concrete or concrete that has been re-mixed after initial set be used.

The placement of concrete in the moulds shall be completed within 60 minutes after the introduction

of the mixing water to the cement and the aggregates in the concrete mixer. The completion time shall

be appropriately reduced if rapid hardening cements are used instead of Ordinary Portland cements.

Each mould shall be filled with concrete as a continuous operation. Construction joints will not be

permitted in the poles. Should there be an interruption during the placement of concrete into a mould

such that initial set occurs to the deposited concrete then that pole shall be discarded.

6.4 Consolidation of Concrete

All concrete shall be consolidated in the moulds using high frequency centrifugal force. The amount of

centrifugal force against time shall be carefully controlled and varied so that the desired wall thickness

and uniform consolidation of concrete are achieved through out the whole length of the pole. Water

and laitance shall be drained prior to curing.

269

6.5 Protection and curing of concrete

During the initial stages of hardening, the concrete shall be protected from the direct rays of the sun

and from drying winds. The moulds containing the hardened concrete shall not be disturbed or shifted

till such movements will impart any damaging stress to the hardening concrete.

Curing of poles may be achieved either by water curing or by accelerated steam curing or by any other

method or combination of methods, approved by the purchaser, that will give satisfactory result. All

concrete shall be cured in an area that ensures that the pole concrete stays saturated or nearly saturated

during the curing period.

6.5.1 Moist Curing at Ambient Temperature After casting, all surfaces of the pole exposed to the atmosphere shall be constantly kept wet or damp

for at least two days beyond transfer of prestress. Prestressing will be done/transferred within the period

of moist curing when concrete strength permits. Total period of moist curing shall not be less than 9

days for concrete manufactured with Ordinary Portland cement and 6 days for concrete cast with rapid

hardening cement.

6.5.2 Curing at Elevated Temperatures Curing at elevated temperatures is permitted subject to the following precautions:

1. Adequate means shall be provided to prevent moisture loss of the cast concrete from the

time of initial set to the end of the elevated temperature curing cycle.

2. An initial maturing period shall be allowed after casting the concrete and before any

increase above ambient temperature begins. The maturing period shall be measured from

the time of completion of casting to the beginning of increasing the temperature for

elevated temperature curing. This period shall be approximately 2, 3 and 5 hours for steady

curing temperature of 38o, 54o and 75o Celsius respectively. All pins used to form holes

in the pole and other fittings, which pass through the mould and concrete, shall be

withdrawn to prevent damage to the concrete caused by differential expansion between

the mould and the concrete.

3. After the maturity period the heat will be introduced to the concrete at a rate that limits

the temperature rise to a maximum of 24 deg. C per hour. In no way, the temperature rise

during any 15-minute period shall exceed 6 deg. C. The temperature rise shall continue

until the desired maximum curing temperature is reached. The design maximum curing

temperature shall be held steady for a period which will depend on the desired maximum

curing temperature, initial heating time to reach the steady state and the final cooling time.

4. Curing cycle is the total time that includes the heating time (at the end of maturing period)

to raise the pole (ambient) temperature to reach the maximum desired curing temperature

plus the time this maximum temperature is held steady plus the time to go down to the

ambient temperature again. The total cycle of curing (exclusive of the maturing period)

shall not be more than 18 hours.

5. The maximum temperature at any stage during the curing cycle shall not exceed 75 deg.

C.

6. The rate of cooling of the concrete and the removal of any steam covers, blankets, etc.

shall he controlled to prevent any damage due to thermal shock or differential cooling.

7. The heat source shall be well distributed to ensure that a uniform temperature distribution

exists in the concrete and that no local overheating occurs to the concrete mass, the pre-

casting moulds or to any test specimens.

270

8. Concrete test specimens shall be cured in the same manner as the concrete poles,

especially to assess the strength at transfer time.

The following temperature shall be recorded and noted down in a book:

• During the initial maturing period at one hour interval.

• During the temperature rise period at 1/2 hourly interval

• During the maximum constant temperature period at 2 hours interval and at the end of

this period after shutting off the heat source.

• During the cooling period at 1/2 hourly interval.

Elevated temperature cured concrete poles shall be moist cured for a further 4 days at ambient

temperature. During this period, all surfaces of the pole exposed to the atmosphere shall be kept

constantly wet or damp.

The elevated temperature curing method chosen must produce concrete with long term strength and

durability at least equivalent to concrete, which has been moist cured at ambient temperature.

7.0 CONCRETE SAMPLING AND TESTING

Sampling of concrete to assess consistency, workability and strength shall be determined following

Articles 7.1 to 7.3.

7.1 Slump Tests

These shall be taken during all concrete placing operations. Any batch of concrete whose slump

exceeds the value submitted with the mix design (Art. 6.1) by more than 25% or 25mm whichever

is the greater, shall be rejected and not placed in the moulds.

Slump tests shall be carried out in accordance with BS 1881-102: 1983 or ASTM C143-98.

7.2 Specimens for Compressive Strength Test

Specimens for compressive strength tests shall be moulded in either 100 mm cubes or 100 mm

diameter x 200 mm high cylinders. Larger dimension cubes or cylinder specimens may be cast if

relevant standard (BS EN 12390-3: 2002 [previous BS 1881-116: 1983] or ASTM C39 - 96) permits.

However, to assess the concrete strength at transfer, specimens in the form of a hollow cylinder of

200 mm outer diameter and 300 mm in height with 40 mm or 50 mm thickness may be prepared.

Such hollow cylinders shall be formed by the centrifugal force in similar manner like that of the

main product- the pole and cured with it in the same way. All compressive strength tests shall be

carried out carefully so that the increase in strength due to platen restraint effect is kept to a

minimum.

Compressive strength in this specification shall always refer to the concrete cube crushing strength.

For that purpose, cylinder strength shall be multiplied by the following factors to convert it to cube

strength.

Cylinder Strength Conversion Factor

to get Cube Strength

Less than 28 MPa 1.20

28 MPa - 49 MPa 1.15

More than 49 MPa 1.10

A sample shall consist of at least 4 cube or cylinder specimens made concurrently from the same

batch of concrete. Two (2) of the cubes or cylinders shall be used to establish the 28 day compression

strength and two (2) of the cubes or cylinders shall be used to establish the rate of gain in strength

of the concrete before transfer of prestress to concrete (see Art. 7.3).

271

All samples shall be moulded and cured in accordance with the procedures outlined in BS EN 12390-

1: 2000 and BS EN 12390-2: 2000 (previous BS 1881-108, BS 1881-110 and BS 1881-111: 1983)

or ASTM C31-96 or ASTM C192-98 except that cylinders or cubes, taken to check the rate of gain

of compression strength before 28 days. Such early strength gain test samples shall be cured

preferably in the same manner as the concrete poles from which the samples are taken.

A random sampling procedure shall be adopted and the minimum frequency of sampling of the

concrete shall be 1 sample (2 specimens) per 20 poles or 1 per every 10 cubic metre of concrete cast,

whichever gives the greatest number of samples but not less than two samples per day.

All specimens shall be marked with the sampling date and appropriate identification marks that are

legible.

7.3 Compression Strength Test Testing of the compression strength samples shall be carried out in accordance with the procedures

given in standards BS EN 12390-3: 2002 [previous BS 1881-116: 1983] for cubes or ASTM C39 -

96 for cylinders.

The minimum required 28 day compression strength of all concrete used to manufacture spun

concrete poles shall be assessed on the basis of standard cube strength tests and shall be 49 MPa.

The minimum required compressive strength before the transfer of any prestress force into the

concrete is permitted should be 30 MPa. If it can be demonstrated by test to the purchaser's

satisfaction that the serviceability or the ultimate strength of the pole is not reduced then lower

compression strength at transfer may be permitted but shall not be less than 27 MPa (If cylinders are

tested then the results are to be scaled up as per provision of Art 7.2 to check compliance).

7.4 Acceptance Criteria for Compression Strength The test strength of any sample shall be the average strength of two cylinders or cube specimens

made from the same sample of concrete.

7.4.1 28-day Compression Strength Concrete shall be considered acceptable if:

1. The arithmetic mean value of the test strengths of the last thirty samples of a particular

grade of concrete exceeds the required 28 day compression strength by at least 1.65 times

the standard deviation of the test strengths, and

2. No value of test strength is less than the greater of the required 28 day compression

strength minus 1.35 times the standard deviation and 0.8 times the required 28 days

compression strength.

The frequency of assessing compliance with the above shall be as follows:

(a) Compliance with Clause 1 above shall be assessed at intervals not exceeding one month.

(b) Compliance with Clause 2 above shall be assessed daily.

If any of the above requirements are not met modifications shall be made by the manufacturer to his

concrete mix proportions. Such modifications shall be carried out in consultation with the purchaser

and shall require his approval.

In the event that insufficient records are available to calculate a deviation from the test strength (a

minimum of 30 and a maximum of 100) then the following assumed standard deviations should be

used.

272

Required Compressive

Strength

MPa

Assumed Standard

Deviation

MPa

30 4.8

40 and above 5.9

The calculated standard deviation shall be brought up to date after every change of mix design and

at least once a month.

7.4.2 Compressive Strength to Measure Early Strength Gain Where samples are taken to measure the early strength gain of the concrete then the concrete shall be

considered acceptable if the average strength of at least two cubes exceeds the required compressive

strength and the strength of any one specimen is not less than 0.85 times the required early compressive

strength. The cylinder strength (if tested) is to be converted to equivalent cube strength following Art.

7.2 in order to assess compliance. Spun hollow cylinders (Art. 7.2) may be tested to assess early strength

gain of concrete at transfer.

If any of the above requirements are not met then the transfer of prestress or the application of loading

to the poles shall be delayed until the required early compressive strength has been obtained. A rebound

hammer may be used to monitor such additional strength gain provided it has been properly calibrated

beforehand.

7.4.3 Cost of Testing The supplier/ manufacturer shall allow in his tender for the cost of all necessary tests required for

concrete production control. This shall include testing of all the components used to manufacture the

concrete to ensure that they conform to relevant BS standards or other specified standards. Such tests

shall be done as and when necessary as a quality control measure and/or as per instruction of the

purchaser. Regular quality control tests may be allowed at production site if facilities for such tests are

available.

8.0 POLE MOULDS, SURFACE FINISHES AND SPLICING

8.1 Moulds

Moulds shall be designed, constructed and finished to ensure that they can be removed without

damaging the hardened concrete, and they shall be securely braced and supported to prevent sagging

and bulging during the deposition of the concrete. Joints in the materials used to manufacture the

moulds shall be tight and shall not permit leakage of cement paste from the concrete mix. Adjacent

faces of each joint shall be accurately aligned to prevent steps being formed in the finished surface of

the pole. Holes in the walls of the moulds used for retaining pins which form bolt holes in the finished

pole shall be provided with flexible seals or some similar means to prevent the loss of any cement paste

from the concrete mix.

Elevated temperature curing of the concrete is to be employed with the moulds in place around the

hardened concrete. Changes in cross-section of the moulds shall be carefully detailed to ensure that

differential expansion between the mould and the hardened concrete does not cause any damage or

cracking of the concrete.

Moulds which are required to withstand any prestressing force shall be constructed of steel and be

sufficiently rigid to carry these forces without significant distortion.

8.2 Surface Finishes

All poles shall have a surface finish that is smooth, hard, uniform in colour and appearance and free

from any honeycombing and air pockets exceeding 4mm in diameter. All fins and other projections

shall be rubbed down or ground flush with the general surface of the pole.

273

Repair of cracked and defective concrete will not be permitted and the purchaser will reject any pole

containing defective concrete.

8.3 Splicing

Prestressed concrete poles can be spliced with several different types of connections to meet production,

handling and transportation requirements, or to attain additional lengths. Poles up to 12 m shall be cast

in one segment unless the purchaser explicitly asks for spliced poles. Four splices are suggested in this

specification and details of these are given in Appendix B.

9.0 DIMENSIONAL TOLERANCES

The permitted variation from a stated dimension of the finished pole shall be as follows:

Pole Length : 50 mm.

–150 mm or +300 mm for assembled spliced pole.

Pole Diameter : 6 mm.

Wall Thickness : Minus 12 percent of wall thickness or 6 mm, whichever

is greater.

Plus tolerance is limited by plus tolerance of pole weight.

(Tip and butt wall thickness shall be measured at 75 mm

from the tip and butt respectively).

Pole End Squareness : 12 mm per 300 mm of pole diameter.

Pole Sweep : 6 mm per 3 m of pole length.

Pole Weight : 10 percent of calculated weight.

Bolt Hole Diameter : +2 mm, –0 mm of specified diameter.

Bolt Hole Location : 3 mm from specified location

Bolt Hole Alignment : Not to vary from the longitudinal pole centreline of that

group of holes by more than 3 mm.

Location of Longitudinal

Reinforcement and

Prestressing tendons : 6 mm for individual tendon and 3 mm for the centroid

of a group but specified covers shall not be reduced.

Spiral Reinforcement : Spacing may vary 25 percent, but the total required

quantity per 300 mm of pole length shall be maintained.

Location of Identification Plate/Mark: 50 mm.

Notwithstanding all of the above, any apparent deviations along the length of a pole or serious local

variation of smoothness/flatness of the pole surfaces may lead to its rejection by the owner/purchaser.

10.0 MARKING OF POLES

Each pole shall preferably be identified with the manufacturer’s identification plate fabricated from a

noncorrosive, nonstaining metal and that will not react unfavourably with concrete or by cast in-place

markings. Alternatively, the poles may be clearly and indelibly marked with permanent coloured paint

or ink. These markings will be located on an in-line face of the pole in the direction of the

transmission/distribution line at a position 3.0 meter above the butt end for poles upto 15.2 m height

and at a position 4.0 meter above the butt end for 16.7 m and 18.3 m poles. The letters on plate shall

274

not be less than 6 mm in height and those if cast into the surface of the pole shall not be less than 20

mm in height and 3 mm in depth. If permanent ink/paint is used, the letters shall be at least 20 mm high.

The following information shall be stamped into the plate or cast in the concrete or written on pole:

− Manufacturer’s name or identification mark

− IFB number

− Month and year of manufacture (e.g. 01-03)

− Length of pole in meters and class (e.g. for a 9.0 m class N6 pole, the marking shall be 9.0-N6).

− Owner’s name i.e. REB in this case.

11.0 LIFTING AND HANDLING

Poles shall be lifted or handled carefully. Concrete must attain adequate strength so that cracking

moment capacity is not exceeded based on strength at the time of handling and lifting.

The designer shall show on the construction drawings and the manufacturer shall show on the poles the

points at which the poles are to be lifted and supported and only these points shall be used for lifting

and supporting during manufacture and stockpiling. This may be waived if the pole can be lifted at any

point without exceeding cracking moment capacity at the time of handling. When stacked in stock piles

each pole shall be separated by timber bearers placed between each unit at or adjacent to the designated

lifting points. Timber bearers shall be placed only as lines vertically above each other.

12.0 POLE LENGTH, SHAPE AND DESIGN LOADING

12.1 Pole Length

The standard overall length of the pole shall be any of

7.6 m

9.0 m

10.6 m

12.0 m

13.7 m

15.2 m

16.7 m

18.3 m

The length shall be measured with a standard steel tape to determine that they are in agreement with

the specified length within permitted tolerance (Art 9.0).

12.2 Embedment Depth

Embedment depth measured from the bottom of the pole for different length of poles shall be as

follows:

Length of pole Embedment depth measured from the bottom of pole

7.6 m 1.524 m

9.0 m 1.676 m

10.6 m 1.829 m

12.0 m 2.000 m

13.7 m 2.285 m

275

15.2 m 2.530 m

16.7 m 2.780 m

18.3 m 3.050 m

12.3 Shape

The pole configuration shall be that of round hollow section and capped at top and bottom. The outer

diameter, as measured at any location on the pole, shall not vary by more than 6 mm from its specified

design diameter at that section.

The pole shall have a uniform pole taper of about 1 in 75 from top to bottom.

Deviation of the pole from straightness is allowed in one plane and one direction only. A straight line

joining the edge of the pole at the bottom and at the top shall not be further from the surface of the pole

at any point by more than the accumulated value of 6 mm for each 3 metre length between the two

ends.

All poles shall be bored and gained during manufacturing in accordance with Figs. 1 to 7 and Figs. 11

to 13. Poles shall be framed for earth wiring in accordance with Fig. 8.

12.4 Design Loading

The standard design working and ultimate loads to be used in the calculations for different classes of SPC

poles are as follows:

New Class

of SPC

Pole

Design Horizontal Working

Load Applied at 600 mm

Below Pole Top

Design Ultimate Load

Applied at 600 mm Below

Pole Top

N1 6.3 kN 13.86 kN

N2 5.2 kN 11.44 kN

N3 4.1 kN 9.02 kN

N4 3.3 kN 7.26 kN

N5 2.6 kN 5.72 kN

N6 2.0 kN 4.40 kN

N7 1.6 kN 3.52 kN

13.0 DESIGN OF POLES

13.1 General

The manufacturer or supplier is responsible for calculations necessary to establish the cross-sectional

dimensions of the poles and the required reinforcing so that the poles can resist the specified loading

in accordance with various requirements set out in this specification. The person responsible for such

calculations shall be experienced in the structural use of concrete in general and in the design of spun

prestressed concrete poles in particular.

The design procedure of poles shall conform to the following:

1) Each class of pole shall be designed to be adequate under the design loads defined in

Art. 12.4.

2) The pole design shall include allowances for loads from handling, transportation, and

erection without failure, permanent deformation, or damage to the pole when handled

according to the manufacturer's instructions (see Section 11.0).

3) Poles shall be designed by the Ultimate Strength Design (USD) method and shall

conform to BS8110: Part 1: 1985. Poles shall be designed so that the ultimate strength

of the pole exceeds the required strength calculated from the ultimate load applied to

the pole. The point of fixity on the pole shall be considered at groundline.

4) The pole deflection must not exceed 5% of the pole height at design working load

when tested under short term loading conditions.

276

5) The spacing of prestressing wires in SPC pole should be as uniform as possible

6) The untensioned prestressing steel and/or the reinforcing steel required at the point-of-

fixity shall continue to the pole butt. On the other side of the fixity point these steel

shall continue up to the required development length beyond the point where they are

not theoretically required.

7) Poles shall be designed so that zero tension strength of the pole exceeds 32 percent of

the required ultimate strength.

8) Poles shall be designed to withstand a one-point (tilting) pickup during erection. The

poles shall be designed for two-point pickup for horizontal handling. The

manufacturer shall show and include the weight of the pole in the design. All pickup

points shall be clearly shown on the fabrication drawings unless design shows that it

can be held at any point. All poles shall be designed for the loads generated from

handling and erecting without exceeding the cracking moment capacity of the poles.

9) Pole design and design calculations shall be the responsibility of the manufacturer.

13.2 Design for Serviceability

13.2.1 Loss of Prestress

To determine the effective prestress in the pole, allowances shall be made for immediate and deferred

(time dependent) losses in accordance with Section 4.8 of BS 8110: Part 1 & Section 7 of BS 8110: Part

2: 1985. As per Section 4.8.4 of BS 8110: Part 1, different considerations need to be properly estimated

to determine shrinkage strain. However, in absence of experimental evidence, a value of 20010–6 may

be generally used as shrinkage strain for Bangladeshi exposure conditions.

13.2.2 Permissible Concrete Stresses

The following are the maximum permissible concrete stresses allowed in the prestressed concrete poles

when subjected to normal handling loads and loading up to the design working loads. When assessing

the stress due to handling, transportation, and erection, the actual strength of the concrete at the time of

handling shall be substituted in the following formulae, if the strength is less than the 28 day cube

compression strength.

1) Compressive Stress

At transfer 0.55 f 'ci

After allowing for all

Prestress losses 0.50 f 'c

Where f 'ci = Cube compression strength in N/mm2 at transfer.

f 'c =28 day cube compression strength in N/mm2.

Refer to Art. 7.3 for specified concrete strengths.

2) Tensile Stress

Immediately after transfer 0.45'

cif

After allowing for all

prestress losses 0.45'

cf

The allowable tensile stress given above may be increased for SPC poles by up to 1.7 N/mm2 provided

that the pole is subjected to bending or bending and axial force. Further it is to be shown by tests that

such enhanced allowable stress does not exceed three quarters of the tensile stress calculated from the

actual load in the performance test corresponding to the appearance of the first crack. Whenever such

increased value is used, the stress in the concrete due to prestress after losses, should be at least 10 N/mm2.

277

13.2.3 Permissible Tendon Stress

Immediately after transfer of the tendon force into the concrete the maximum permissible tension in the

prestressing steel shall not exceed 70% of the ultimate tensile strength for ordinary stress relieved pre

stressing steel and 73% for low relaxation steel.

13.3 Factor of Safety

The design must ensure an adequate factor of safety between the working load and the calculated

ultimate load, also the satisfactory Behavior of the structure under working load. For structure like SPC

pole, the factor of safety is recommended to be 2.2 for this specification.

13.4 Ultimate Strength Design

The ability of a cross-section of a pole at any location to resist the internal stresses generated by

the design ultimate loads shall be calculated using the ultimate strength design method as detailed in BS

8110: Part 1:1985.

13.4.1 Ultimate Design Strength in Flexure

The ultimate strength in flexure shall be determined following procedure outlined in Section 4.3.7

of BS 8110: Part 1: 1985.

It is to be noted that contribution of prestressing tendons falling in the compression zone shall not be

ignored as long as they are found to be in tension at the ultimate failure stage.

However, allowance may be made for any untensioned longitudinal reinforcing steel when calculating

the effective ultimate strength of the pole.

13.4.2 Ultimate Design Strength in Shear

Poles shall be checked against ultimate flexural shear due to prescribed loading. Ultimate shear

resistance of any cross-section shall be determined following Section 4.3.8 of BS 8110: Part 1: 1985.

14.0 INSPECTION AND TESTING OF POLES

14.1 General

14.1.1 Manufacturing and testing procedures shall be in compliance with this and other applicable

codes and standards listed in Art. 1.1 of this specification.

14.1.2 For each supply, the manufacturer shall furnish the owner/purchaser with certified test reports

for the materials used including steel and concrete. The reports shall have to cover all tests

required by this specification (Sections 3 & 7) and be conducted in accordance with applicable

reference specifications (Art. 1.1). A testing laboratory, acceptable shall issue the test reports to

the owner/purchaser. If the manufacturer has its own laboratory of acceptable standard the

owner may on its discretion accept the test reports produced by this laboratory, provided a prior

approval for the laboratory is taken.

14.1.3 The manufacturer shall perform full-scale load tests of finished poles in presence of the

owner/purchaser or his representative (proof test). The full-scale tests may be performed at the

manufacturer's premises, if an appropriate test set up, acceptable to the owner/purchaser, is

available.

14.1.4 The owner shall have free entry for inspection, examination, and test for conformance of

material and workmanship to the requirements of this specification, at all times, while work is

being carried out, to all parts of the manufacturer's plant where manufacture of the owner's poles

is being performed. The manufacturer shall provide the owner reasonable facilities, without

charge, to satisfy the owner that the poles are being manufactured in strict accordance with this

278

specification. The inspection, examination, or testing could be done at any time during material

procurement, manufacturing, storage periods, transit, or at the pole destination.

14.1.5 Failure of the manufacturer to comply with this specification and other applicable specifications

will be sufficient reason for rejection of any or all poles, which do not comply with these

specifications.

14.1.6 The frequencies of sampling, at all stages through to final component testing, shall be made

available to the owner/purchaser, if requested.

14.2 Material Testing

14.2.1 The manufacturer shall be responsible for testing of cement, aggregates, water, admixtures,

steel, concrete, inserts etc. for the poles to be supplied in a testing laboratory, acceptable to the

owner/purchaser. Tests shall be conducted following applicable standards (Art. 1.1) to satisfy

the requirements for materials, as detailed in Sections 3.0 and 7.0. The manufacturer, however,

may conduct routine test of materials for continuous quality control in own laboratory.

14.2.2 For each supply, the manufacturer shall furnish the owner/purchaser with the certified

reports of testing of materials done in a testing laboratory, acceptable to the owner/purchaser.

14.2.3 The properties of the tested materials for the poles must satisfy the requirements of this and other

applicable reference specifications.

14.2.4 The manufacturer shall have formal procedures, which prevent the further use of

materials/products that have been identified as non-conforming.

14.3 Pole Testing

1) The design load testing of any specific pole shall be on a full-scale basis and is a responsibility of the

manufacturer. Costs for such testing shall be included in the bid price. However, no payment for the

tests shall be made to the manufacturer, in case the manufacturer's poles fail to pass the test

requirements and are rejected.

2) The test equipment, instrumentation, laboratory equipment, measuring devices, load cells, load

control, and staffing shall be of standard quality and approved by the owner/purchaser. All measuring

devices and instrumentation shall be subject to calibration test by a testing laboratory, acceptable to

the owner/purchaser. Such calibration certificates shall not be older than six months at the time of

testing and be made available to the owner/purchaser before testing.

3) The measurement of the applied forces shall be made by inserting dynamometers or load cells in the

pulling ropes as near as possible to the point of loading on the test structure. Each dynamometer or

load cell shall be so selected that its maximum capacity is not less than 150% of the matching ultimate

design load. The pull applied shall always be even and smooth and not subject to variation.

4) Details of test procedures and methods of measuring and recording test loads, deflections and crack

widths shall be specified by the manufacturer in accordance with this specification and approved by

the owner prior to testing.

5) The location, direction, holding time, sequence, and increments of the test loads along with the

number, location, and direction of deflection readings for an individual pole test shall be approved

by the owner prior to pole testing.

6) Prior to pole testing, the method of attaching the test loads to the pole and applying the test loads

shall be approved by the owner.

7) A full report listing results shall be submitted by the manufacturer to the owner after completion of

all testing. The report shall also include a complete description of the load tests with diagrams and

photographs.

279

8) The poles shall be tested either in a horizontal or upright (vertical) position. If tested in the horizontal

position, provisions shall be made for suitable low friction rollers to minimise the bending moment

induced by the weight.

9) 14.3.9 If the pole is tested vertically, it shall be embedded in the ground to the full embedment depth

or supported by other means approved by the owner/purchaser.

10) If the pole is tested horizontally, it shall be held rigidly at its butt end between wooden padding blocks

as shown in Fig. 9. Width of supporting points, that is the distance between exterior edges of the

wooden blocks will depend on the length of poles and shall be selected from Table 14.1. The length

(l), width (b) and thickness (t) of the wooden padding blocks (Fig. 10) shall be selected suitably

according to length of the pole. Blocks shall be so designed that the pole is not subjected to excessive

crushing loads during testing and formation of cracks in the region between supporting points be

avoided. Test set up suggested by applicable reference specification of Art. 1.1 may also be used as

an alternative.

11) Table 14.1 Width of Supporting Points for Testing Depending on Pole Lengths

Pole

Length, m

Pole Class Embedment

Depth,

mm

Width of Supporting

Points, mm

7.6 N5, N6 & N7 1524 1424

9.0 N4, N5, N6 & N7 1676 1576

10.6 N3, N4, N5, N6 & N7 1829 1729

12.0 N3, N4, N5, N6 & N7 2000 1900

13.7 N2, N3, N4, N5, N6 & N7 2285 2185

15.2 N4 & N5 2530 2430

16.7 N4 & N3 2780 2680

18.3 N2 & N3 3050 2950

12) The test load shall be applied at 600 mm (2 ft.) below top of the pole in a direction as perpendicular

as possible to the pole axis and raised at a moderate speed. Loads shall normally be incremented to

40% of design ultimate load and then to working load (45.5% of design ultimate load) and then to

50% of design ultimate load. After this point, the load may be incremented at a rate of 10% of design

ultimate load. At each increment, the load shall be maintained for at least one minute upto 50% of the

design ultimate load and two minutes beyond that to allow time for reading deflections and check

signs of structural distress.

13) At the commencement of manufacture of any particular design of pole, that is the first production of

a particular length and class having same design, the manufacturer is recommended to produce first a

batch of three poles for type testing. Variations in materials, manufacturing techniques etc. should

also be deemed to be variations of the design of pole. The manufacturer is recommended to proceed

with production only after type test results satisfy the acceptance criteria for proof test. The procedure

and acceptance criteria for proof test are described in Art. 14.3.16 & 14.3.17.

14) During production period, the manufacturer is recommended to conduct routine tests of poles in order

to maintain the required quality of poles. The routine tests should be done like type test and results

should satisfy the same requirements.

15) The type tests and routine tests (Art. 14.3.12 and 14.3.13) are the responsibility of the manufacturer

and are recommended to ensure uniform quality of the poles to be supplied. The manufacturer, at his

discretion, may or may not produce these test results to the owner/purchaser. The manufacturer,

however, shall perform proof test of finished poles in presence of the owner/purchaser or his

representative for each supply. These tests may be performed at the manufacturer's premises, if an

280

appropriate test set up, acceptable to the owner/purchaser, is available. The manufacturer shall submit

report, listing results of proof test, to the owner after completion of each test. The owner/purchaser

shall accept the supply only if the proof test results satisfy the acceptance criteria (Art. 14.3.17).

16) For each 1000 or fraction thereof of a supply of poles of a particular type that is of same length and

class having same design, the owner/purchaser shall randomly select three poles for proof test. Each

of these poles shall be selected from different batches of production for that particular type. If the

production was done in a single or double batch, all three or two of the poles may be from same batch.

The manufacturer will then conduct the proof test of selected poles in presence of the owner/purchaser

or his authorised representative as per Art. 14.3.16.

17) Depending on how the pole will be tested, vertically or horizontally, the butt end of the pole shall be

fixed as described in Art. 14.3.9 or 14.3.10. The load shall be applied gradually in accordance with

Art. 14.3.11. At each increment of load detailed in Art. 14.3.11, the pole deflection shall be measured

and development of any crack with location and extent shall be recorded. After recording the

deflection at design ultimate load, the load shall be increased gradually until the pole breaks. The load

at which the pole breaks shall be recorded as the breaking load. The broken pole shall be preserved

for inspection on covers etc. in accordance with Art. 14.4.5. The acceptance criteria for tested poles

shall be as given in Art. 14.3.17.

18) The pole tip deflection must not exceed 5% of the pole height above the point of fixity (exterior edge

of wooden padding block) at design working load. No visible hair cracks shall occur at design working

load. The breaking load shall not be less than the design ultimate load.

19) Where only one of the three poles subjected to the test of Art. 14.3.16 fails to meet the criteria of Art.

14.3.17 retest may be made. In the retest, two additional test specimens shall be taken randomly from

the batch representing the pole failing to meet the criteria. If both of the two specimens meet the

requirements of Art. 14.3.17, the whole set of poles excluding the one rejected in the initial test shall

be accepted.

14.4 Inspection 1) In addition to testing of Art. 14.3, the owner/purchaser or his authorised representative shall inspect

the poles in order to determine that each of the poles to be supplied is in strict accordance with this

specification. Inspection shall be made on appearance, shape, dimensions and concrete covering and

reinforcement spacing of the pole; number, diameter and spacing of holes, gains and earth wire

framing; insert locations; pole markings; evidence of cracks during or after two-point handling and

evidence of exposed rings or reinforcement steel. Procedure of inspection on these matters and

acceptance criteria thereof shall be in accordance with Art. 14.4.2 to 14.4.7.

2) The owner's/purchaser's inspector shall signify his acceptance by marking at least 5% of the accepted

poles of an inspected lot of a supply with a clear, legible permanent ink stamp at top of pole marking.

Only the poles stamped in this way shall be supplied to the owner/purchaser.

3) The inspection on appearance and shape shall be made for all the poles under supply. Poles shall be

free from defects harmful for serviceability such as flaws and cracks, and have smooth surface and the

requirements of Art. 12.3 shall have to be satisfied in order to be acceptable for appearance and shape.

4) The inspection on dimensions shall be made for specimens randomly taken from a set of poles. The

number of poles for constituting a set and number of poles to be taken from a set shall be determined

by the owner/purchaser in agreement with the manufacturer. For dimensions whole set of poles shall

be accepted, if the dimensions of the poles under inspection are in agreement with the dimensions

shown in approved design and the tolerances satisfy the requirements of Section 9.0.

5) The inspection on concrete covering and reinforcement spacing shall be made for specimens subjected

to breaking load test in accordance with Art. 14.3.16. Both inside and outside covers and clear spacing

of bars shall be checked at broken end, at the tip and at the butt end. For concrete cover and bar spacing,

281

the whole set of poles shall be accepted if the requirements of Art. 5.1 and 5.2 & Section 9.0 are

satisfied.

6) The inspection on number, diameter and spacing of holes, gains and earth wire framing, insert locations

shall be made for specimens randomly taken from a set of poles. The number of poles for constituting

a set and number of poles to be taken from a set shall be determined by the owner/purchaser in

agreement with the manufacturer. The whole set of poles shall be accepted, if the requirements of Art.

5.1 & Section 9.0 are satisfied.

7) The insection on pole markings, evidence of cracks during or after two-point handling and evidence of

exposed rings or reinforcement steel shall be made for specimens randomly taken from a set of poles.

The number of poles for constituting a set and number of poles to be taken from a set shall be

determined by the owner/purchaser in agreement with the manufacturer. The whole set of poles shall

be accepted, if the requirements of Section 10.0, Art. 3.6, 3.7, 3.8 & 5.7 and Section 8.0 & 9.0 are

satisfied.

15.0 WARRANTY It is the responsibility of the manufacturer to furnish pole materials and the poles in accordance with this

specification and applicable other reference specifications. This responsibility remains, notwithstanding

any material or pole testing done by a testing laboratory or in presence of the owner/purchaser or

inspection by the owner/purchaser. The manufacturer shall provide a warranty of at least one year for the

poles. If within the warranty period in the case of normal handling, transportation, erection and service

for the installation conditions for which it was designed, any pole sustains damage to such a degree as to

be unfit for its originally specified use, the manufacturer/supplier shall replace the pole at no cost to the

owner/purchaser or reimburse the price within 30 (thirty) days after determination and notification of the

damage on such warranted pole.

14. APPENDIX A

EQUIVALENCY FACTOR The Equivalency factor (Eq.F) is defined as the ratio of factor of safety of SPC pole to the factor of safety

of wood poles. This is termed as wood pole equivalency. The equivalency factor is sometimes a useful

concept to understand as the owner requires a wood pole equivalence under various loading conditions.

Although the equivalent to wood pole method appears simple, significant questions regarding what is

“equivalent” do arise.

It is desirable that the class of the poles is designated by the working load to which a pole is subjected to

under working conditions. Then different factor of safety shall apply for different materials of poles and

at different loading situations.

In the present specification, the working loads for the SPC poles have been derived based on the field

requirements of REB and design wind load conditions prescribed in Bangladesh National Building Code,

1993. As no working loads were prescribed in the previous version of REB 450: 1994, so the SPC poles

described here are designated as new classes e.g. class N1, N2 etc. REB 460: 1988 had prescribed ultimate

loads for wood poles from which working loads could be derived based on a factor of safety of 4.0. Now,

it is desirable to make equivalence of wood poles with new class of SPC poles based on new working load

requirement. This is given in Table A.1.

Table A.1 Equivalent Class of Wood Pole on the Basis of Working Load

New Class of

SPC Pole

Design

Working Load

Working Load of Wood

Pole (Factor of Safety 4.0)

Equivalent Class of Wood

Pole as per REB 460

N1 6.3 - –

N2 5.2 5.0 1

282

N3 4.1 4.125 2

N4 3.3 3.35 3

N5 2.6 2.675 4

N6 2.0 2.125 5

N7 1.6 1.675 6

As described earlier, the wood pole equivalency factor based on FS = 2.2 for SPC pole and FS = 4.0 for

wood pole is,

Eq. F = 2.2/4 = 0.55

This may be applied when wood pole loading are standardised as per REB requirement and local

environmental conditions. Now based on the ultimate load requirement of the new class of SPC poles,

the corresponding equivalent wood poles may be determined. This is shown in Table A.2.

Table A.2 Equivalent Class of Wood Pole on the Basis of Ultimate Load

New

Class of

SPC Pole

Design

Working

Load

Ultimate

Load for

SPC Pole

Required

Ultimate Load

for Wood Pole

Equivalent Class of Wood

Pole as per REB 460

Ultimate Load Class of

Wood Pole

N1 6.3 13.86 kN 25.2 kN - –

N2 5.2 11.44 kN 20.8 kN 20.0 1

N3 4.1 9.02 kN 16.4 kN 16.5 2

N4 3.3 7.26 kN 13.2 kN 13.4 3

N5 2.6 5.72 kN 10.4 kN 10.7 4

N6 2.0 4.40 kN 8.0 kN 8.5 5

N7 1.6 3.52 kN 6.4 kN 6.7 6

APPENDIX B

SPLICING

Four different details of splicing are described below with appropriate figures attached.

Slip Joint Splice

This splice consists of a steel collar with the same tamper as the pole. The upper part is simply slid over

the top of the lower part.

Flange Plate Splice

This splice consists of two flat steel plates that are held in place by the combination of strands and wedges.

The two flanges are bolted together similar to a pipe connection.

Bolted Splice

This splice consists of bolts embedded into lower section of the pole, which is topped with a steel plate

to which the prestressing strands are attached. The upper section has a steel plate to which the strands are

attached and blockouts in the embedded side of the plate to act as voids for the bolts and nuts.

Welded Splice

283

In this splice, steel plates are prestressed to the ends of the pole sections, which are then welded together

in the field during erection.

Fig. B.1 Different Splicing Details

(Courtesy: PCI Journal, Vol. 42, No. 6)

15. COMMENTARY

General

The necessity of a clear bid specification for the purchase of standard class Spun Prestressed Concrete

(SPC) poles is very important to the bid evaluation process and the acquisition of structurally adequate

poles. The specification should contain sufficient requirements and information so that all bids can be

evaluated equally and so that the manufacturer clearly understands what is expected from the

manufacturer.

Scope

While this standard class SPC pole specification does not prohibit the application to poles which are

guyed, which are subjected to unbalanced lateral loads, or which have deflection or other special

limitations, the owner must be prudent in this type of application.

It is recognized that, with the proper understanding and usage of some computerized structural analysis

and design programs, it is possible to select a standard class SPC pole which might otherwise be beyond

the scope of this specification. The owner must be sure that combined bending and axial load analysis is

performed, that cracking strength is evaluated and that deflections are properly modelled.

Standard Class Pole

In some cases, utilities prefer to specify certain SPC poles to be designed according to standardized

loading criteria, much like the standard classifications for wood poles.

In utilizing standard class SPC poles, a complete structural analysis is still required for all structures. All

appropriate loading criteria are considered in the analysis. Once the required SPC pole strength is

284

determined, a standard class spun concrete pole, which meets the actual loading conditions, can be

selected.

This specification has been developed to establish a standard classification system and to assist the owner

in procuring a standard class SPC pole, which is properly designed for the intended loading criteria.

This specification attempts to eliminate ambiguity in specifying and purchasing standard class SPC poles.

Since it has become a widespread practice in the industry to design and manufacture poles, which are

based on the wood pole classification system, the SPC pole classifications developed in this specification

generally, follow the wood pole classification system. However, to avoid confusion with the wood pole

classifications, the SPC pole classifications have a unique naming system.

Design Loads

The primary loads for concrete poles are environmental (wind) and erection loads. Common handling

loads are determined by the manufacturer and included in the manufacturer's design. Wind, construction

and maintenance loads need to be determined by the owner in order to select the proper standard class

pole.

Once the design loads have been determined, design of the structure should be performed by the

manufacturer’s engineer or structural designer. The design of SPC pole shall meet the ultimate moment

capacity requirements for the prescribed ultimate loads of the owner. Consideration should be given for

strength requirements at all points along the pole length, not just at the ground line.

The design load given in Art.12.4 is based on ruling span of 300 ft. and a wind speed of 100 km/h. This

transverse wind load may not be sufficient for coastal areas where the normal operating wind speed is

quite high. This increased requirement of transverse wind load on SPC poles can be accommodated by

adjusting the ruling span of transmission/distribution lines.

Point of Fixity

Point of fixity for this specification is defined as the location on the pole where maximum moment occurs.

Maximum moment is calculated by the pole designer using the loading provided by the owner and

multiplying those loading by the appropriate moment arms. The existing soil and backfill should be

capable of supporting the pole with these bending moments applied. The location of this point of fixity

could be at or below the groundline. The exact location is theoretical and depends on the soil condition

and backfill used to support the pole.

For the standard class pole, the point of fixity should remain at the same location on the pole, regardless

of the embedment depth the owner may specify for a given application. Otherwise, the required pole

strength could vary as the location of the point of fixity varies. Within the scope of this standard class

pole specification, the point of fixity is arbitrarily considered to be at ground level. The reinforcing steel

required at the point of fixity is required to continue to the pole butt.

Tip Loading

The tip loading is used to develop a required ultimate moment capacity diagram at any point along the

pole from 600 mm (2') below the pole tip down to the point-of-fixity. This ultimate moment is determined

by multiplying the tip load by the moment arm based on a simple cantilever. As a result, the required

ultimate moment diagram is linear in shape. This same method may be utilised in structural analysis and

285

automated transmission/distribution line design computer programs to develop an array of ultimate

moment requirements for standard concrete pole sizes.

Pole Deflection

This specification limits the allowable pole deflection to 5% of the pole height above the point of fixity

when the working tip load specified in Art.12.4 is applied under a horizontal testing procedure under

short term loading conditions. This is the deflection check at the service loading condition.

For situations where the owner wishes to know the deflection for a standard class pole at a specific load,

the owner should use a suitable structural analysis computer program in which the actual design loading

conditions and SPC pole properties are input into the program. Alternatively, the owner may ask the pole

manufacturer to provide the analysis.

Cracking Strength

Cracking strength is defined as the point at which the concrete just begins to separate due to exceeding

the tensile strength of the concrete on the tension face of the pole.

To minimise the potential for corrosion of the reinforcing steel, it is desirable to avoid cracking under the

service loading conditions, or any other service loads specified by the owner. Within the limits of this

specification, the predominant pole loading will be the transverse wind loads.

Zero Tension Strength

The zero tension strength is defined as the moment at which a crack that was previously created by

exceeding the cracking moment strength will open again. Under this condition, an applied moment will

not cause any tensile stress in the concrete.

It is important to avoid open cracks in situations of significant unbalanced lateral loading and in extremely

corrosive environments in order to protect the steel reinforcing. Typical structures with permanent

unbalanced lateral loads are unguyed angle and unguyed deadend structures. While the design of these

structure types is generally outside the recommended scope of this specification, this specification does

require a minimum zero tension strength for all pole classes.

It may be demonstrated that the zero-tension strength will typically be 70% to 85% of the cracking

strength. With a minimum cracking strength of 45.5% (1.0/2.2) of ultimate, 70% of this value would be

equal to 32% of ultimate. Thus, it is natural for all spun concrete poles to have zero tension strength of

at least 32% of ultimate. As such, this specification requires the standard class concrete pole to have zero

tension strength at 32% of the required ultimate strength.

For situations where the owner wishes to select a standard class pole based on a minimum zero tension

strength, this specification may be utilised. A typical situation where the owner may wish to do this is

when the owner uses a transmission/distribution line design computer program in which zero tension

strength values are input for each pole type.

286

DATA CENTRE

Overview

The figure below illustrates conceptual architecture of LT AMI SPM system. It includes data

center (production site) and DR center (backup site). The architecture and components of the two sites

shall be identical except that DR center also has development & test environment and education

environment. The two sites are connected via dedicated links.

Development and test environment is used for development of HES, MDMS, VS and SMS, and test of

the software. Once the test is completed and approved, the software is to be installed on production

servers in the two sites.

Education environment is used for the education of BREB staffs. It can be used for the education by

the Supplier during project implementation period, and also for the education by BREB itself during

and after project implementation period.

HES, MDMS and VS should consist of a three-tier architecture. 1) Presentation Layer: which is responsible for providing portable presentation logic.

2) Business Layer: which allows users to share and control business logic by isolating it from the actual application. The application shall be installed on a separate (physical or virtual) server as minimum. The number of servers can increase if necessary for performance and reliability needs.

3) Database Layer: which provides access to dedicated services, such as a database server. The database servers should be grouped into a cluster. The database server should support Scalability, Load Balancing and High Availability. The database should support Storage Area Network, standard SQL and partitioning of Tables and Indexes.

The Presentation Layer should work with Windows Operating System from Microsoft and with Internet

Explorer or similar. The Business Layer should work with Windows Server Operating System from

287

Microsoft or Linux operating system. The Database Layer should run on ows Server Operating System

from Microsoft or Linux Operating system.

The Supplier shall be accountable and responsible for acquiring all necessary equipment, managing

installation, and coordination with BREB. i. Specifications: The specifications for IT equipment and other equipment for data centre are

provided in this section but the Supplier shall specify the IT equipment, software including operating system, database and etc., LAN/WAN, and other infrastructure requirements for supporting the technical and performance requirements of the LT AMI SPM system.

ii. Acquisition: The Supplier shall acquire the IT hardware and infrastructure enhancements per the above specifications.

iii. Installation: The Supplier shall install the infrastructure enhancements per the specifications.

iv. Configuration and version control including operating system, database management, IP communication to field devices and other infrastructure software: Bidder shall submit the recommended configurations to BREB for approval and make the approved configuration changes.

Overall Solution

No. Name Description

1 Integrated

Solution

All components of the systems should act as a single LT AMI SPM

solution.

2 Master Data

All Master Data must be inserted only once to the LT AMI SPM

solution. Copies of these master data must distributed automatically to

all systems requiring them. Masterdata can be added, changed, deleted or

retired.

3 Initial Load of

Master Data

All Master Data for the system like meter, register, communication,

parameterization, etc. must be inserted automatically. The

manufacturesfactory file of via the Deployment Management System or

via other methods must dothis.

4 Diagnostics

The LT AMI SPM solution shall have diagnostic capability within the

solution components to show for example: Which processes are currently running on which system.

Category of Alarms and automated action based on the alarms.

Automatic problem solving functionality is required to prevent manual work.

5 Users

Solution should support different kind of user as listed below, as with

following minimum simultaneous access, per each system, and per each

PBS: System Administrators (2 per system)

Super Users/Managers (2 per PBS and per system)

Operators (2 per PBS/UCC/UVS, per system)

Visitors (4 per PBS/UCC/UVS, per system)

The users are located in the data cente and in the remote offices of BREB.

6 Archiving

The HES and MDMS systems shall support 90 days of data retention. An

online data archival storage solutions (e.g., Data Domain), decoupled

from the application and Database shall support for three years. After that

period, the data must be archived outside the system for five years.

288

Business Requirements

Head End System

No. Name Description

1 Frequency of

Meter Data

Acquisition

HES shall be designed to read meter periodically in a day such that all

meter data for 0.

5 million metering points can be acquired in a day.

2 Success Rate 95% of all meter must be successfully collected within one day; 99.5% of

all meter within 3 days.

3 Authentication Password for all level of meter devices and concentrators must be stored

in encrypted format in the system

4 Confidentially The communication from the HES to the meters and to the data

concentrators should be encrypted by Advanced Encryption Standard;

minimum AES-128

5 Integrity The meter data should not change between HES and meter or DCU.

6 Access to the

system

The HES can be accessed by using username and password, only. The

administrator can enforce to use passwords with small and capital letters,

number andspecial signs. The system administrator also can enforce the

user to chance its password on regular base

7 User Roles The HES should be able to give user rights to users directly or to assign

user roles to a user. The user rights shall allow the usage of a certain

functionality for the user; examplethe user role "Visitor" shall allowed to

read meter data only

8 Data

Segmentation

The HES shall have user privileges assigned to users vertically (i.e. by

function within the system).

9 Multilanguage The GUI and the Online Help should be in English language. It should be

possible to introduce other languages.

10 User friendly The Graphical User Interface (GUI) must be modern and user friendly.

11 Meter protocols HES should support many meter protocols, but as a minimum:

DLMS/COSEM

12 Communication

methods

Support of RF, 3G/4G communication, and TCP/IP between HES and

DCU and meters.

13 Meter Data The HES shall collect the following data at least from the meters: Billing Values

Value from Actual Register for all tariffs

Remaining credit register

"frozen" value end of the month for all tariffs

Maximum demand for all tariffs

Load Profile

Daily and/or hourly value for all registers for meters

Alarms and Messages especially tampering detection, power off and on

14 Time

synchronization

Capability to synchronize all meters, repeaters, DCUs via a centralized

clock

289

15 Disconnection Send disconnection and reconnection commands and receive messages

from the meter about successful or not successful execution of that

command

16 Load limitation Configure the device in that way that load limitation in the device is

executed when load exceeds a contracted load for a given time

17 ToU download Support ToU download with valid from date. Receive messages per

meter if new ToU was downloaded successfully

18 Remote

Parameterization

All meters and data concentrators should be fully configured remotely.

HES should receive messages about successful change of

parameterization with the configuration date andstore the date in the

master data for meters and data concentrators

19 Firmware update Support of download new firmware version for meters and data

concentrators. Receive messages if new firmware was downloaded

successfully

20 Meter change HES should store the meter values independent with the Point of Delivery,

independent of the physical meter

Vending System

No. Name Description

1 Overall Performance

Vending System (VS) must process all vending request within 30 seconds. New or changed data must be applied as soon as they are inserted into the database of the VS.

2 Scalability The database and the application of the VS must be scalable, so that future extension of system functionality and higher number of metering point and vending request can be handled even if the number of customers are increased to 20 million.

3 Access to the system

VS should be accessed by using username and password, only. The system administrator can enforce to use passwords with small and capital letters, number and special signs. The system administrator also can enforce the user to chance its password on regular base.

4 User Roles VS should be able to give user rights to users directly or to assign user roles to a user. The user rights shall allow the usage of a certain functionality for the user; example the user role "Visitor" shall allowed to read vending data only.

5 Data Segmentation VS should be segmented in that way that users can see a certain amount of vending data which belongs to the user’s jurisdiction only. Ex.: Only meters in PBS "ABC".

6 User friendly GUI must be modern and user friendly: Easy to use forms for data requests of all, grouped or specific meters

(data request methods: on-demand, historical data).

7 Online Help Online help should be context sensitive to the cursor or to the screen from where the online help is invoked.

8 Token parameter setting

It must be possible to configure parameters such as tariff type, base service charge, tax and etc. to generate STS token from received amount of currency.

9 Limitation of purchase

It must be possible to configure the VS to limit purchasing: Minimum vend amount Maximum vend amount Currency or unit vend only per vendor

10 Token generation VS must be able to generate STS currency credit token, STS units credit token, and STS engineering tokens.

11 Reports Set of standard reports. Reports should be exportable as PDF, EXCEL or CSV. Provision should be made to accommodate additional reports as required for operational purposes.

12 Automatic report The following reports should be generated automatically per cashier/UVS/PBS.

290

Daily sales report Monthly sales report

13 Traceability All history of token generation must be recorded with timestamp, amount including deducted amount, cashier, UVS, PBS and so on.

14 HES interface VS must have interface to MDMS for all data transfer including token.

15 MDMS interface VS must have interface for MDMS to exchange new/changed metering point information.

16 Editing It should be possible to edit metering point information manually and automatically:

17 API API for external systems shall be provided.

18 Overall Performance

Vending System (VS) must process all vending request within 30 seconds. New or changed data must be applied as soon as they are inserted into the database of the VS.

19 “Thin” prepayment Management

Besides the capability of generating STS tokens for the STS meters, the VS shall allow meter's prepaid “wallet” to be managed, meaning the capability of calculating credits for each meter/accounts, based on daily meter consumption readings and credits purchases. The VS shall be able to send commands to HES for opening a meter contact when its respective credit balance is below a pre-defined threshold, or to close the meter contact when the respective credit balance is over the pre-defined threshold.

20 Tariff Management The VS shall allow prepayment tariff management, including support for complex tariffs, block/stepped tariffs with unlimited tariff blocks, fixed charges and taxes.

21 Debt Management The VS shall allow Debts to be managed with multiple debt items and various methods shall be used to recover debt, such as deductions on the purchase credit amount, based on pre-configured percentage of the vend, percentage of the remaining debt balance or an ad-hoc amount in currency.

22 Integration with vending channels and electronic payment channels

Beside the capability of integration with HES and MDM, the VS shall also provide flexible and open integration tools (API) to interface with other payment systems and third-party vending channels. There are many sales channels that can be integrated. Such channels include: Point of Sale (Windows and Android), Third-party sales terminal (bank terminals, supermarket counters, pharmacies, lotto, etc.), Mobile phone, Web consumer portal (mobile and fixed) and Electronic Fund Transfer or TEF (e.g. PayPal). The integration module shall support the ISO8583 protocol, the international standard for exchange messaging generated by financial transaction cards. The solution shall also certified to PCI DSS Level 1 security standard for payment via debit cards, credit cards and other electronic transfer transactions of funds (TEF).

23 Customer Portal The VS shall include a client portal module. This is a consumer-focused website for high-end mobile devices, supported by larger web browsers. This portal allows a consumer to: Manage a profile which can include several accounts and meters, View all purchase transactions, See tariffs and Buy energy and recharge wallets using on-line electronic payment methods (if integrated).

24 SMS Email Notification

The VS shall send customer notifications, via SMS and E-mails, for low credit warnings. At least two credit thresholds shall be configured (e.g. low credit and negative credit). The SMS number and E-mail account shall be configured by the utility operator or by the consumer him/herself via the Customer Portal. The system shall also allow integration with SMS Gateways, local or international.

25 Tokens Tokens should only be used for credit transfer. All other functions should be DLMS/COSEM based.

291

Metering Data Management System

No. Name Description 1 Access to the

system MDMS User access should use Windows Active Directory for authentication to reduce maintenance and align usernames and passwords with corporate security policy.

2 User Roles MDMS should be able to give user rights to users directly or to assign user roles to a user. The user rights shall allow the usage of a certain functionality for the user; example the user role "Visitor" shall allowed to read meter data only.

3 Data Segmentation

MDMS should be segmented in that way that users can see a certain amount of meter data which belongs to the user’s jurisdiction only. Ex.: Only meters in PBS "ABC".

4 User friendly GUI must be modern and user friendly: Easy to use forms for data requests of all, grouped or specific meters

(data request methods: on-demand, schedule (cyclic), historical-stored

data).

Navigation option and Graphical data representations of historical data

(configurable). 5 Online Help Online help should be context sensitive to the cursor or to the screen from

where the online help is invoked. 6 VEE MDMS must validate the data. Non-validated date must be substituted.

Validation Algorithm: Possibility to define validation algorithm, but standard validation algorithms must be implemented, also:

Zero Consumption, Negative Consumption, Gap Detection for load profiles, Load Profile Comparison with Billing Values, Main and Check Meter Comparison, "broken or manipulated meter", lower and upper limit (for example: 15% deviation from previous period) .

Substitution: Possibility to define substitution rules, but standard substitution must be implemented, also:

Substitution rules like "broken or manipulated meter" where billing value shall be substituted by max (average last year, same month of last week ), check meter, value from defined calendar period, interpolation for non-valid load profiles values, etc.

7 Balances Balance reports must be calculated based on different balance methodologies.

8 Alarming Reports The alarming reports should show alarms as part of its Validation process, and either puts an item in the queue or auto sub-directory.

9 Reports Set of standard reports and user defined reports. PDF, Word, EXCEL and HTML reports should be supported. Custom CSV extracts shall be created and provided via email.

10 Calculation Strong module for calculation should be support for: Calculation of billing determents out of load profiles and tariff agreement. Cross sums calculation like sum per user group or balances.

11 Load Limitation MDMS should be able to configure the device via HES in that way that load limitation in the device is executed when load exceeds a contracted load for a given time.

12 Tariff Agreements

MDMS should have the functionality to store tariff agreements. Tariff agreements should be created by graphical user interface. Tariff agreements must be downloaded via HES to the meters.

13 Update of Meters in Reports

Calculations and reports such as the balance report should be updated with new meters automatically.

14 Meter change MDMS should store the meter values independent of metering point, independent of the physical meter.

15 Snapshots MDMS must present the data how the data was stored on a certain time

(data versioning).

292

16 Repeatability Calculation of the data should bring the same results for the same period. For instance: Balance of feeder in a substation should have the same result for a certain period, even if the number of consuming devices has changed after that period.

17 Traceability All changes of meters’ data in the system must be recorded: old value, new value, reason for change, username or process name that changed the value and timestamp when the value was changed.

18 Automatic update of Calculations

Changed values in the meter data (due to substitution for instance) must result in changed values of the calculations automatically.

19 CIM Support MDMS must have CIM interface to integrate HES. MDMS to HES integration shall support a two-way integration flow to provide an end-to-end seamless integration. MDMS and HES must share a data transfer format enabling read data to be shipped in native format and Meters in MDMS must be linked to HES to allow MDMS to be issued from the MDMS GUI by users. Utility systems such as OMS, Billing and ADMS must be able to request MDMS via a published Web API.

20 Vending System interface

MDMS must be master metering point information and exchange the information with Vending System.

21 GIS interface MDMS should be able to interface with GIS system (ArcGIS) to present device information such as device name, type, current state, location and so on.

22 Data collection MDMS must have the capability to access the collected data, in the meter, HES, database as well as manual meter readings via HES.

23 Interval data MDMS should support processing of interval data in high volumes - Manage and store interval data for 3 years online and archive for 5 years - Manage and store interval data for 20 million meters - Ability to re-import archived data via UI.

24 Editing It should be possible to edit meter data manually and automatically: - Replace or change intervals - Copy and replace intervals - Add or delete intervals - Factor intervals

25 Billing determinants

MDMS should summarize interval data into billing determinants.

26 Limit load MDMS should be able to limit load of meter(s) via HES. 27 Disconnection/

Reconnection MDMS should be able to send via HES disconnection and reconnection commands and receive messages from the meter about successful or not successful execution of that command.

TEST

Test Responsibilities

Both the Employer and the Supplier shall designate, in writing and prior to the start of the test, a test

coordinator. The test coordinators shall: • Ensure that the tests are conducted in accordance with the requirements of this Contract.

• Have the authority to make binding commitments for their employer such as approvals of test results and scheduling for variance corrections or, as a minimum, to cause such commitments to be expeditiously made.

The Supplier shall be responsible for all site tests with the exception of the Availability Test. This

responsibility shall include the conduct of the tests and all record keeping and document production.

The Employer shall support the site testing by supplying staff to monitor the tests. The Employer

expects that at least two Supplier staff will be on-site during these tests.

Test Documents

Test plans, procedures, and records shall be provided by the Supplier for all tests to ensure that each

test is comprehensive and verifies the proper performance of the system under test.

293

The test plans and test procedures shall emphasize the testing of each functional requirement, checking

error conditions, and documenting the simulation techniques used.

The test plans and test procedures shall be modular to allow individual test segments to be repeated as

necessary.

All test plans and test procedures (standard, modified standard, and custom functions) shall be

submitted to the Employer for approval at least fifteen (15) days prior to the test and shall be subject to

the approval process.

Variance Recording and Resolution

The Supplier shall establish a process to record and track variances.

Variances shall be used to record system deficiencies, including but not limited to: • Documentation deficiencies.

• Functional deficiencies.

• Performance deficiencies.

• Procedural deficiencies.

• Test deficiencies (as when the system cannot satisfactorily complete a test procedure due to a problem with the test).

The variance process shall produce reports of all variance information and shall produce reports of

subsets of the variances based on searches of the variance parameters singly and in combination.

The variance recording and tracking system shall allow the on-demand production of reports of all

variance information. Variance recording and reporting shall be available to the Employer at all times

via the Internet subject to secure access.

The Supplier shall periodically distribute a variance summary that lists for each variance the report

number, a brief overview of the variance, its category, and its priority.

Test Schedule

The Supplier shall provide a detailed system test schedule that is consistent with project phasing. • The test schedule shall cover all aspects and components of the HES, including backup modes

of operation, full integrated operation and engineering.

• The detailed test schedule shall be subject to Employer approval. All equipment documentation shall be completed, reviewed and approved by the Employer before any

testing.

Factory Acceptance Test

Factory Acceptance Test (FAT) shall be carried out as prescribed in the technical specifications.

The Supplier shall arrange for three (3) participants from the Employer and the Project Manager to

witness tests of major equipment/systems listed below in the manufacturer’s plant. All routine tests

shall be carried out in the presence of the Employer’s representatives. Therepresentatives shall approve

shipment of the equipment if they are satisfied that the requirements of the specification are fully met.

The Supplier shall arrange and meet the full cost of the air tickets, local transportation and etc.The cost

of per diem and accommodation shall be met by the Employer. The cost of anyadditional inspections

other than above, if any, at the bidder premises should be at the purchasercost and not part of this

contract.

Before FAT, the Supplier MUST complete integration of Smart Prepayment System API (seeAnnex

E), and all other functions including three-level password function MUST beimplemented.

FAT shall be carried out for the following; • Meters

• Desktop/Laptop computers

• Handheld unit

294

FAT shall be carried out as prescribed in the particular technical specifications of theequipment. In

particular, all the functions of Smart Prepayment Metering operation usingSmart Prepayment System

API shall be carried out. In addition, three-level password functionshall be demonstrated.

Routine Test

Routine Test shall be performed on equipment (hardware and software) as set out in the scope of supply

including testing items and standards.

The Supplier shall supply the Routine Test before shipping.

Post Landing Inspection

The Supplier shall inform the Employer immediately after arrival of the goods at thedesignated store

of the Employer (as per delivery schedule). An Inspection team of the Employer shall perform the

post-landing inspection in presence of the Supplier'srepresentative. The Supplier shall arrange the

program of post landing inspection. Anydefect or damage have been found at post-landing inspection,

the defective or 0damaged materials/ goods to be replaced by the Supplier at his own cost within the

stipulated time.

The Employer’s right to inspect, test (where necessary) and reject the goods after delivery at the

designated store of the Employer shall in no way be limited or waived by reason of the goods having

previously been inspected, tested and passed by the Employer prior to the good's delivery. In case of

reject, the cost incurred for this inspection shall be borne by the Supplier.

Site Acceptance Test

Site Acceptance Test (SAT) will be conducted after the system has been installed and successful start-

up of the system. The system will be subjected to a subset of the functional performance tests. The

SAT will also include any type of testing that could not be performed in the factory. Unstructured tests

will be employed by the Employer, as necessary, to verify overall system operation under field

conditions. Any defects or design errors discovered during the SAT shall be corrected by the Supplier.

After the system loaded (in-service) test procedures and plans to be conveyed to the Employer.

General Site Acceptance Test

The Site Acceptance Test (SAT) will be conducted once the Supplier had installed the 10% of the

total meters requested.

Scheduled meter data reading

Pass Criteria: Meter data of minimum of 95% of the target meters shall be collected before

08:00 for seven (7) consecutive days.

On-demand meter data reading

Pass Criteria: On-demand reading will be performed for up to 100 meters and valid meter

data will be returned for all meters for which data is received. Validation will be conducted

by manually reading the meter value and compared with the on request read. A minimum of

95% of the tested meters shall return valid data with the first attempt. In the event that 95%

successful reads are not obtained, two more retry will be allowed for each unsuccessfully

meter read. The final value for acceptance test is 98%.

Specific Site Acceptance Test Real time alarm notification

Pass Criteria: Real time alarm test will be executed on two (2) DCUs and five (5) three phase

meters. For each DCU, terminal cover of five (5) single phase meters will be open to generate

real time alarm. And also, it also is applied to five (5) three phase meters. The alarm from single

phase meters shall be collected within five (5) minute, and the alarm from three phase meters

shall be within two (2) minute.

Token transfer

Pass Criteria: Tokens should only be used for credit transfer. All other functions should be

DLMS/COSEM based. Token test will be executed on two (2) DCUs and one (1) 2G/3G phase

meters. For each DCU, test token to check remaining credit will be sent to one (1) DCU for one

295

(1) RF meter respectively, and to one (1) 2G/3G phase meters respectively. The result shall be

collected within one (1) minute respectively.

Availability Test

A 1440-hour (sixty days) availability test shall be conducted for the complete system after the

completion of the implementation. The test shall be performed under actual operating conditions.

The Supplier shall have his qualified representatives available at all times during the test, the purpose

of which is to verify the reliability of the system hardware and software.

The Supplier shall bear the responsibility for all corrective maintenance on the system; the Employer,

however, may correct problems under the supervision of the Supplier.

The Employer will be responsible for the system restart, notification to the Supplier of service

requirements, and preventive maintenance.

Test criteria of the availability test The system shall meet an availability of at least 99.99%.

This availability shall be calculated pro-rata for the actual duration of the test. System availability

shall be computed using the following formula:

𝑆𝑦𝑠𝑡𝑒𝑚_𝐴𝑣𝑎𝑖𝑙𝑎𝑏𝑖𝑙𝑖𝑡𝑦 = 𝑇𝑒𝑠𝑡_𝑡𝑖𝑚𝑒 – 𝐷𝑜𝑤𝑛_𝑡𝑖𝑚𝑒

𝑇𝑒𝑠𝑡_𝑡𝑖𝑚𝑒 ∗ 100%

No more than a total of two automatic or manual failovers or restarts of the central processorsshall

be permitted during the test in order to recover from problems with the system operation.

The test shall be considered to have failed if this number is exceeded.

Test completion requirements If the guaranteed availability cannot be demonstrated at the end of 1440 hours, the Suppliermay

continue the test by moving the starting time of the test forward and continuing the testuntil the 1440

consecutive hours have been accumulated.

If this exceeds 3 starting times orthis period exceeds 180 days, the system shall be deemed to have

failed the test.If the system fails the test, the Supplier shall make all needed hardware and

softwarecorrections, and the test shall be rerun and repeated until successful. The Supplier shall

bearall correction and test rerun costs.

On successful completion of the Final Acceptance Test, the Employer will take over the systemand

the warranty period shall begin. In addition, communication cost for DC/DR/UCC/UVS, 2G/3G and

DCU will be taken over to the Employer.

DOCUMENTATION

Documentation shall be provided for all equipment and functions provided by the Supplier as part of this

procurement. All documentation shall be in English and shall be subject to review and approval by the

Employer to guarantee an acceptable level of written English is delivered.

The documentation shall describe meters, communication and DC/DR/UCC/UVS, including all of its

hardware, software, and interfaces and shall cover functionality, testing, configuration, installation,

system start-up, operations, and maintenance, interface protocols and all other deliverables. All

equipment within the scope of supply shall include documentation.

All documentation shall have an electronic copy and shall be suitable for integration in a web portal. All

documentation shall be structured and have a common root with indexes per subject. This shall include

original equipment manufacturer (OEM) documents as well. System shall include documentation control

tools including search, version management and update control.The intent of the documentation and the

ensuing review and approval process is to ensure that it is of a standard and coverage so that when coupled

with the delivered Training will ensure that the Employer will be self-sufficient in maintenance of the

System. Where it is deemed by the Employer that the documentation fails to fulfil this intent, the Supplier

shall make good and shall deliver additional documentation as directed by the Employer.

In addition, documentation as-built for DC/DR/UCC/UVS shall be submitted after implementation for

approval.

296

ANNEX A: GUARANTEED TECHNICAL SCHEDULE (GTS) for Lot-1

297

230 V 5(60) A Single Phase LT AMI SPM Meter (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Sl. No.

Name of Item Unit Required specifications

Full Technical Specification & Standard (to be mentioned)

1 Reference Standard - IEC 2 Country of Origin - To be mentioned by Bidder 3 Manufacturer’s Name

&address - To be mentioned by Bidder

4 Place of Manufacturer - To be mentioned by Bidder

5 Starting Year of Manufacture

& Testing

- To be mentioned by Bidder

6 Model of Meter - To be mentioned by Bidder

7 Type - Outdoor 8 Installation - Outdoor installation 9 Connection - 1- phase, 2-wire (unidirectional) 10 Rated voltage V 230 11 Variation of voltage % -30% - + 30% 12 Basic Current A <= 5 13 Maximum Current A >= 60 14 Frequency Hz 50 (± 4%) 15 Number of Terminal No. 4 16 Diameter of Terminal; Bore mm 6 mm to accommodate 10 mm2

cable

17 No. of Element (minimum) No. 2 (One in Phase & other in Neutral)

18 Voltage circuit loss at rated voltage

VA / W <= 5 VA / 2W

19 Current circuit loss at rated current

VA <= 2.5

20 Variation of Power factor 0.5 lag to 0.8 lead 21 Performance Curve To be submitted 22 Impulse withstand voltage kV 6 23 Starting current (minimum) mA 0.4% of basic current 24 IP degree IP54 or higher 25 Display LCD 26 Meter constant Impulse/

kWh, kVarh

To be mentioned

27 Accuracy class Class 1 (active), 2(reactive) 28 Built in clock & accuracy Real Time Clock (RTC) as per

IEC 62054-21

Accuracy: +/- 5 sec/day

29 Type of Battery Lithium Battery 30 Battery Reserve & Life year 10 31 No. of Digits 6+2 32 Token transfer System STS (Credit)

In addition, TID rollover shall be supported.

33 Keypad Yes/No Yes 34 Tariff Structure Utility’s tariff structure

298

35 Front Page Indications - Credit Status

- Accept/Reject

- Low credit warning

- Consumption Rate - Tamper Indication

36 Disconnection Facility - On credit expiry

- Exceeded Power threshold - When tampered

37 Provision for emergency Friendly Credit

To be mentioned by Bidder

38 Configuration of friendly

hours support

Yes/No Yes To be mentioned by Bidder

39 Time interval of recalibration yr >= 10

40 Service life yr >= 10 41 Support of load limit Yes/No Yes

To be mentioned by Bidder

42 Meter body sealing condition

Ultrasonic Welded to prevent

unauthorized opening of meter

cover.

43 Latching relay As per specification

44 Communication protocol DLMS/COSEM

45 Communication compartment For RF & 2G/3G

46 No. of channel for load

profile

No. At least 2

47 No. of load profiles days At least 60 days for hourly LP

for 2 channel

48 Support of maximum demand Yes/No Yes

49 No. of monthly billing data No. 12

50 Weight Kg <= 1 (preferred, including

communication module)

To be mentioned by Bidder

51 Overall dimensions (height,

width, depth)

mm <= 280 x 180 x 90 (preferred,

long terminal cover)

To be mentioned by Bidder

52 Warranty yr 3

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

299

230 V 10(100) A Three Phase LT AMI SPM Meter (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Sl. No. Name of Item Unit Required specifications

Full Technical Specification & Standard (to be mentioned)

1 Reference Standard - IEC 2 Country of Origin - To be mentioned by Bidder 3 Manufacturer’s Name &address - To be mentioned by Bidder

4 Place of Manufacturer - To be mentioned by Bidder

5 Starting Year of Manufacture &

Testing

- To be mentioned by Bidder

6 Model of Meter - To be mentioned by Bidder

7 Type - Outdoor 8 Installation - Outdoor installation 9 Connection - 3- phase, 4-wire

(unidirectional)

10 Rated voltage V 3 x 230 11 Variation of voltage % -30% - + 30% 12 Basic Current A <= 10 13 Maximum Current A >= 100 14 Frequency Hz 50 (± 4%) 15 Number of Terminal No. 8 16 Diameter of Terminal; Bore mm 8.5 mm to accommodate 25

mm2 cable

17 No. of Element (minimum) No. 3 18 Voltage circuit loss at rated

voltage

VA / W <= 10 VA / 5W

19 Current circuit loss at rated current

VA <= 2.5

20 Variation of Power factor 0.5 lag to 0.8 lead 21 Performance Curve To be submitted 22 Impulse withstand voltage kV 6 23 Starting current (minimum) mA 0.4% of basic current 24 IP degree IP54 or higher 25 Display LCD 26 Meter constant Impulse/

kWh, kVarh

To be mentioned

27 Accuracy class Class 1 (active), 2(reactive) 28 Built in clock & accuracy Real Time Clock (RTC) as per

IEC 62054-21

Accuracy: +/- 5 sec/day

29 Type of Battery Lithium Battery 30 Battery Reserve & Life year 10 31 No. of Digits 6+2 32 Token transfer System STS (Credit)

In addition, TID rollover shall be supported.

33 Keypad Yes/No Yes 34 Tariff Structure Utility’s tariff structure

300

35 Front Page Indications - Credit Status

- Accept/Reject

- Low credit warning

- Consumption Rate - Tamper Indication

36 Disconnection Facility - On credit expiry

- Exceeded Power threshold - When tampered

37 Provision for emergency Friendly Credit

To be mentioned by Bidder

38 Configuration of friendly hours

support

Yes/No Yes To be mentioned by Bidder

39 Time interval of recalibration yr >= 10

40 Service life yr >= 10 41 Support of load limiting Yes/No Yes

To be mentioned by Bidder

42 Meter body sealing condition

Ultrasonic Welded to prevent

unauthorized opening of meter

cover.

43 Latching relay As per specification

44 Communication protocol DLMS/COSEM

45 Communication compartment For RF & 2G/3G

46 No. of channel for load profile No. At least 2

47 No. of load profiles days At least 60 days for hourly LP

for 2 ch

48 Support of maximum demand Yes/No Yes

49 No. of monthly billing data No. 12

50 Weight Kg <= 1.5 (preferred, including

communication module)

To be mentioned by Bidder

51 Overall dimensions (height,

width, depth)

mm <= 310 x 200 x 100 (preferred,

long terminal cover)

To be mentioned by Bidder

52 Warranty yr 3

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

301

RF Mesh Communication Module for LT AMI SPM Meters (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Sl. No.

Name of Item Required specifications

Full Technical Specification & Standard (to be mentioned)

1 Country of Origin USA/UK/EU/Switzerland/Australia/Japan 2 Manufacturer’s Name

&address To be mentioned by Bidder

3 Place of Manufacturer To be mentioned by Bidder 4 Starting Year of Manufacture

& Testing To be mentioned by Bidder

5 Model & Version To be mentioned by Bidder 6 Operating power Shall be supplied by meter 7 Operating temp. -25 °C to +65 °C 8 Frequency range (in MHz) 922 - 925 MHz 9 Max output power (EIRP) 500 – 1000 mW 10 Data rage >= 100 kbps 11 Certification Wi-SUN FAN 12 Communication with

application HES via DCU / Gateway / Access Point

13 Replacement Field replaceable 14 Operation Plug-and-play 15 Registration Auto registration 16 Routing Auto routing 17 IP support IPv6

18 Communication Two-way communication 19 Firmware upgrade Over the Air 20 Time sync With HES or Access Point (AP) /

Gateway

21 DTLS support Yes 22 CoAP support Yes 23 Topology information Yes 24 Communication with meter DLMS/COSEM 25 Unicast/Multicast support Yes 26 Security SHA-256, RSA-1024 or ECC-256 27 Encryption AES-128 or AES-256 28 Antenna Built-in 29 Last gasp support Yes 30 Warranty 3 years

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

302

2G Communication Module for LT AMI SPM Meters (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Sl. No.

Name of Item Required specifications

Full Technical Specification & Standard (to be mentioned)

1 Country of Origin To be mentioned by Bidder 2 Manufacturer’s Name

&address To be mentioned by Bidder

3 Place of Manufacturer To be mentioned by Bidder 4 Starting Year of Manufacture

& Testing To be mentioned by Bidder

5 Model & Version To be mentioned by Bidder 6 Operating power Shall be supplied by meter 7 Operating temp. -25 °C to +65 °C 8 Frequency range (in MHz) Quadband: 850/900/1800/1900

MHz

9 Output power (EIRP) 2 W for EGSM850/EGSM900 1 W for GSM1800/GSM1900

10 GPRS Class 10 11 Communication with

application Directly with HES

12 Replacement Field replaceable 13 Operation Plug-and-play 14 Communication Two-way communication 15 Firmware upgrade Over the Air 16 Time sync With HES 17 Communication with meter DLMS/COSEM 18 Antenna Built-in 19 Last gasp support Yes 20 Warranty 3 years

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

303

Repeater/Relay for RF Mesh LT AMI SPM Meters

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Sl. No.

Name of Item Required specifications

Full Technical Specification & Standard (to be mentioned)

1 Country of Origin USA/UK/EU/Switzerland/Australia/Japan 2 Manufacturer’s Name

&address To be mentioned by Bidder

3 Place of Manufacturer To be mentioned by Bidder 4 Starting Year of Manufacture

& Testing To be mentioned by Bidder

5 Model & Version To be mentioned by Bidder 6 Operating power 230V AC (+/-30%) 7 Operating frequency 50 Hz (+/-4%) 8 Operating temp. -25 °C to +70 °C 9 Protection degree IP65 10 Frequency range (in MHz) 922 - 925 MHz 11 Max output power (EIRP) 500 – 1000 mW 12 Data rage >= 100 kbps 13 Certification Wi-SUN FAN 14 Operation Plug-and-play 15 Registration Auto registration 16 Routing Auto routing 17 IP support IPv6

18 Communication Two-way communication 19 Firmware upgrade Over the Air 20 Time sync With HES or Access Point (AP) /

Gateway

21 Topology information Yes 22 Security SHA-256, RSA-1024 or ECC-256 23 Encryption AES-128 or AES-256 24 Antenna External 25 Last gasp support Yes 26 Backup battery operation At least 4 hours 27 Required accessories for

installation and operation All accessories should be supplied together. To be mentioned by the Bidder

28 Warranty 3 years

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

304

DCU/Access Point/Gateway for RF Mesh LT AMI SPM Meters

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable) Sl. No.

Name of Item Required specifications Full Technical Specification & Standard (to be mentioned)

1 Country of Origin USA/UK/EU/Switzerland/Australia/Japan

2 Manufacturer’s Name &address

To be mentioned by Bidder

3 Place of Manufacturer To be mentioned by Bidder

4 Starting Year of Manufacture & Testing

To be mentioned by Bidder

5 Model & Version To be mentioned by Bidder

6 Operating power 230V AC (+/-30%)

7 Operating frequency 50 Hz (+/-4%) 8 Operating temp. -25 °C to +70 °C

9 Protection degree IP65

RF

10 Frequency range (in MHz) 922 - 925 MHz

11 Max output power (EIRP) 500 – 1000 mW

12 Data rage >= 100 kbps

13 Certification Wi-SUN FAN

2G/3G/4G

14 Frequency (in MHz)

- LTE: 2100(B1), 1800(B3), 2600(B7), 900(B8), 800(B20) MHz

- WCDMA: 2100(B1), 1900(B2), 850(B5), 900(B8) MHz

- GSM/GPRS/EDGE: Quad-band – 850/900/1800/1900 MHz

To be mentioned by Bidder

14 Operation Plug-and-play

15 Registration Auto registration

305

16 Meter discovery Auto discovery

17 No. of meters supported At least 500

18 Routing Auto routing

19 IP support IPv6

20 Communication Two-way communication

21 Firmware upgrade Over the Air, DCU/repeater/comm. module/ meter

22 Time sync With HES

23 Topology information Yes

24 SNMP v2 support Yes

25 Web browser support Yes

26 IPsec VPN support Yes

27 Security SHA-256, RSA-1024 or ECC-256

28 Encryption AES-128 or AES-256

29 Antenna External

30 Last gasp support Yes

31 Backup battery operation At least 8 hours

32 Required accessories for installation and operation

All accessories should be supplied together. To be mentioned by the Bidder

33 Warranty 3 years

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

306

Head End System Software

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable) Sl. No.

Name of Item Required specifications Full Technical Specification & Standard (to be mentioned)

1 Country of Origin To be mentioned by Bidder USA/UK/EU/Switzerland/Australia/Japan

2 Manufacturer’s Name &address

To be mentioned by Bidder

3 Place of Manufacturer

To be mentioned by Bidder

4 Model & Version To be mentioned by Bidder 5 Frequency of

meter data collection

HES should be designed in that way that all meter data could be acquired once a day: Billing, load profile and maximum demand values for 0.5 million metering points.

6 Scalability

The database and the application of the HES must be scalable, so that future extension of system functionality, higher acquisition frequency and higher number of metering data can be handled within the performance requirements.

7 Authentication

Password for all level of meter devices and concentrators must be stored in encrypted format in the system

8 Confidentially

The communication from the HES to the meters and to the data concentrators should be encrypted by Advanced Encryption Standard; minimum AES128

9 Integrity

The meter data should not change between HES and meter or data concentrator.

10 Access to the system

The HES should be accessed by using username and password, only. The system administrator can enforce to use passwords with small and capital letters, number and special signs. The system administrator also can enforce the user to chance its password on regular base.

11 User Roles The HES should be able to give user rights to users directly or to assign user roles to a user. The user rights shall allow the usage of a certain functionality for the user; example the user role “Visitor” shall allowed to read meter data only.

12 Data Segmentation The HES should be segmented in that way that users can see a certain amount of meter data which belongs to the user’s jurisdiction only. The access to the data segment should be controlled by the user rights.

13 User friendly The Graphical User Interface (GUI) must be modern and user friendly.

307

14 Online Help Online help should be context sensitive to the cursor or to the screen from where the online help is invoked.

14 Meter protocol HES should support many meter protocols, but as a minimum: DLMS/COSEM.

15 Communication methods

HES should support of 2G/3G/4G, Wi-SUN and TCP/IP between HES and DCU and meters.

16 Meter Data HES should collect from the meters: Billing values Value from actual register for all tariffs “Frozen” value end of the month for all tariffs Maximum demand for all tariffs Load profile values Daily/ hourly/ 30 min value for all registers Possibility to change the integration period Alarms and events especially fraud detection, power off and on (number and duration of blackouts)

17 Raw data saving HES should save raw data and it should be possible to analysis the data using the tool provided by HES.

18 Logical Names HES should support OBIS reference numbers for the meter registers and metering point

19 Time synchronization

HES should be able to synchronize all meters and DCU via a centralized clock

20 Disconnection/ Reconnection

HES should be able to send disconnection

and reconnection commands and receive

messages from the meter about successful

or not successful execution of that

command.

21 Load Limitation HES should be able to configure the device in that way that load limitation in the device is executed when load exceeds a contracted load for a given time.

22 ToU download HES should support ToU download with valid from and valid to date. Receive messages per meter if new ToU was downloaded successfully. Change of ToU with valid from date should be stored with the master data of the meter devices.

23 Remote Parameterization

All meters and data concentrators should be fully configured remotely. HES should receive messages about successful change of parameterization with the configuration date and store the date in the master data for meters and data concentrators.

24 Firmware update HES should support of download new firmware version for meters and data concentrators. Receive messages if new firmware was downloaded successfully. Change of firmware with change date should be stored with the master data of the meter devices.

308

25 Repeatability HES shall contain built-in mechanism to repeat the data collection to/from meters in case of connection failure.

26 Topology Traceability

HES shall track the meter communication path (and record changes) and record the latest communication timestamp, origin and status (success/failure) on a by-meter basis

27 Push or Pull Push and Pull modes for data acquisition should be supported.

28 Token transfer HES must be able to receive STS token from Vending System and to transfer to the corresponding meter, and return the messages that comes from the meter to Vending System.

29 CIM support HES must support Common Information Model (IEC 61968-9) to interface to the MDMS

30 HES database Data in HES database should be available for a period of 3 (previous) + 1 (current) months.

31 Meter reads Meter read access/query time from HES database must be no more than 30 seconds for any data that resides in it for one day.

32 Switch-over Switch-over from primary data center to disaster recovery center through active-passive mode to allow for manual failover in case of occurrence of disaster.

33 Raw values HES must store the raw values of the meter data and the associated meter multipliers (if any). Raw values have to be protected against changes.

34 Concurrent users HES must have the capability to support 160 concurrent users at minimum.

35 SMS integration ``` 36 API HES integration with DCU & 2G/3G

modem/meter and external systems through WEB API.

37 Warranty 3 years

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

309

Meter Data Management System Software (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Sl. No.

Name of Item Required specifications

Full Technical Specification & Standard (to be mentioned)

1 Country of Origin USA/UK/EU/Switzerland/Australia/Japan

2 Manufacturer’s Name &address

To be mentioned by Bidder

3 Place of Manufacturer To be mentioned by Bidder 4 Model & Version To be mentioned by Bidder 5 Overall Performance MDMS must process all data within one

day. New or changed data must be (re-) calculated as soon as they are inserted into the database of the MDMS

6 Scalability The database and the application of the MDMS must be scalable, so that future extension of system functionality and higher number of metering data can be handled even if the number of customers are increased to 20 million and the frequency of data accusation is enhanced to number of times a day within the performance requirements.

7 Access to the system MDMS should be accessed by using username and password, only. The system administrator can enforce to use passwords with small and capital letters, number and special signs. The system administrator also can enforce the user to chance its password on regular base. MDMS User access should use Windows Active Directory for authentication to reduce maintenance and align usernames and passwords with corporate security policy.

8 User Roles MDMS should be able to give user rights to users directly or to assign user roles to a user. The user rights shall allow the usage of a certain functionality for the user; example the user role "Visitor" shall allowed to read meter data only.

9 Data Segmentation MDMS should be segmented in that way that users can see a certain amount of meter data which belongs to the user’s jurisdiction only. Ex.: Only meters in PBS "ABC".

10 User friendly GUI must be modern and user friendly: - Easy to use forms for data requests of all,

grouped or specific meters (data request methods: on-demand, schedule (cyclic), historical-stored data).

- Navigation option and Graphical data representations of historical data (configurable).

11 Online Help Online help should be context sensitive to the cursor or to the screen from where the online help is invoked.

310

12 VEE MDMS must validate the data. Non-validated date must be substituted.

Validation Algorithm: Possibility to define validation algorithm, but standard validation algorithms must be implemented, also:

Zero Consumption, Negative Consumption, Gap Detection for load profiles, Load Profile Comparison with Billing Values, Main and Check Meter Comparison, "broken or manipulated meter", lower and upper limit

(for example: 15% deviation from previous period) .

Substitution: Possibility to define substitution rules, but standard substitution must be implemented, also:

Substitution rules like "broken or manipulated meter" where billing value shall be substituted by max (average last year, same month of last week ), check meter, value from defined calendar period, interpolation for non-valid load profiles values, etc.

13 Balances Balance reports must be calculated based on different balance methodologies.

14 Alarming Reports The alarming reports should show alarms as part of its Validation process, and either puts an item in the queue or auto sub-directory.

14 Reports Set of standard reports and user defined reports. PDF, Word, EXCEL and HTML reports should be supported. Custom CSV extracts shall be created and provided via mail

15 Calculation Strong module for calculation should be support for: Calculation of billing determents out of load profiles and tariff agreement. Cross sums calculation like sum per user group or balances.

16 Load Limitation MDMS should be able to configure the device via HES in that way that load limitation in the device is executed when load exceeds a contracted load for a given time.

17 Tariff Agreements MDMS should have the functionality to store tariff agreements. Tariff agreements should be created by graphical user interface. Tariff agreements must be downloaded via HES to the meters.

18 Update of Meters in Reports

Calculations and reports such as the balance report should be updated with new meters automatically.

19 Meter change MDMS should store the meter values independent of metering point, independent of the physical meter.

20 Snapshots MDMS must present the data how the

data was stored on a certain time (data

versioning).

311

21 Repeatability Calculation of the data should bring the same results for the same period. For instance: Balance of feeder in a substation should have the same result for a certain period, even if the number of consuming devices has changed after that period.

22 Traceability All changes of meters’ data in the system must be recorded: old value, new value, reason for change, username or process name that changed the value and timestamp when the value was changed.

23 Automatic update of Calculations

Changed values in the meter data (due to substitution for instance) must result in changed values of the calculations automatically.

24 CIM Support MDMS must have CIM interface to integrate HES. MDMS to HES integration shall support a two-way integration flow to provide an end-to-end seamless integration. MDMS and HES must share a data transfer format enabling read data to be shipped in native format and Meters in MDMS must be linked to HES to allow MDMS to be issued from the MDMS GUI by users. Utility systems such as OMS, Billing and ADMS must be able to request MDMS via a published Web API.

25 Vending System interface

MDMS must be master metering point information and exchange the information with Vending System.

26 GIS interface MDMS should be able to interface with GIS system (ArcGIS) to present device information such as device name, type, current state, location and so on.

27 Data collection MDMS must have the capability to access the collected data, in the meter, HES, database as well as manual meter readings via HES.

28 Interval data MDMS should support processing of interval data in high volumes - Manage and store interval data for 3 years online and archive for 5 years - Manage and store interval data for 20 million meters - Ability to re-import archived data via UI.

29 Editing It should be possible to edit meter data manually and automatically: - Replace or change intervals - Copy and replace intervals - Add or delete intervals - Factor intervals

30 Billing determinants MDMS should summarize interval data into billing determinants.

31 Limit load MDMS should be able to limit load of meter(s) via HES.

32 Disconnection/ Reconnection

MDMS should be able to send via HES disconnection and reconnection commands and receive messages from

312

the meter about successful or not successful execution of that command.

33 Concurrent users MDMS must have the capability to support 160 concurrent users at minimum.

34 API API for external systems shall be provided.

35 Warranty 3 years

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

313

Vending System Software

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Sl. No.

Name of Item Required specifications

Full Technical Specification & Standard (to be mentioned)

1 Country of Origin To be mentioned by Bidder 2 Manufacturer’s Name

&address To be mentioned by Bidder

3 Place of Manufacturer To be mentioned by Bidder 4 Model & Version To be mentioned by Bidder 5 Overall Performance Vending System (VS) must process all

vending request within 30 seconds. New or changed data must be applied as soon as they are inserted into the database of the VS.

6 Scalability The database and the application of the VS must be scalable, so that future extension of system functionality and higher number of metering point and vending request can be handled even if the number of customers are increased to 20 million.

7 Access to the system VS should be accessed by using username and password, only. The system administrator can enforce to use passwords with small and capital letters, number and special signs. The system administrator also can enforce the user to chance its password on regular base.

8 User Roles VS should be able to give user rights to users directly or to assign user roles to a user. The user rights shall allow the usage of a certain functionality for the user; example the user role "Visitor" shall allowed to read vending data only.

9 Data Segmentation VS should be segmented in that way that users can see a certain amount of vending data which belongs to the user’s jurisdiction only. Ex.: Only meters in PBS "ABC".

10 User friendly GUI must be modern and user friendly: - Easy to use forms for data requests of

all, grouped or specific meters (data request methods: on-demand, historical data).

11 Online Help Online help should be context sensitive to the cursor or to the screen from where the online help is invoked.

12 Token parameter setting

It must be possible to configure parameters such as tariff type, base service charge, tax and etc. to generate STS token from received amount of currency.

13 Limitation of purchase

It must be possible to limit of purchase per time.

314

14 Token generation VS must be able to generate STS currency token and management tokens.

14 Reports Set of standard reports and user defined reports. PDF, Word, EXCEL and HTML reports should be supported.

15 Automatic report The following reports should be generated automatically per cashier/UVS/PBS. Daily sales report Monthly sales report

16 Traceability All history of token generation must be recorded with timestamp, amount including deducted amount, cashier, UVS, PBS and so on.

17 HES interface VS must have interface for HES to transfer generated token.

18 MDMS interface VS must have interface for MDMS to exchange new/changed metering point information.

19 Editing It should be possible to edit metering point information manually and automatically:

20 VS database VS should - Manage and store interval data for 3 years online and archive for 5 years - Manage and store interval data for 20 million meters

21 Concurrent users VS must have the capability to support 160 concurrent users at minimum.

22 API API for external systems shall be provided.

23 Warranty 3 years

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

315

Hand Held Unit

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Sl

No Name of Item BREB requirement

Guaranteed by

Supplier

01 Manufacturer Name To be mentioned by the bidder

02 Manufacturer Address To be mentioned by the bidder

03 Model no. To be mentioned by the bidder

04 Country of Origin To be mentioned by the bidder

05 Type To be mentioned by the bidder

06 Memory The hardware shall have sufficient

memory for loading the Operating

System/ Application softwares/ And

for downloading and storing of at

least 1000 meters of data at any time

and for programing

07 Rechargeable Battery 8 hours

08 Communications Interface USB or RS232 to interface with

meter and upload read data

09 Meter software CD including

manual, device driver

To read and download meter data,

configure meter, upload firmware to

meter, and save configuration file.

To interface with UCC computer

10 Optical probe To interface with meter

USB or RS232 interface

IEC 62056-21 compliant

11 Warranty 3 (three) years

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

316

VPN Router for UCC/UVS

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Sl. No.

Name of Item Required specifications

Full Technical Specification & Standard (to be mentioned)

1 Country of Origin To be mentioned by Bidder 2 Manufacturer’s Name

&address To be mentioned by Bidder

3 Place of Manufacturer To be mentioned by Bidder 4 Model To be mentioned by Bidder 5 Functional

Architecture The Bidder shall provide a detail specification.

6 Network Services • Dynamic routing (OSPF, BGP, RIPv2)

• Static and Policy routing

• Route controlled by application

• Built-in DHCP, NTP, DNS Server and DNS proxy

• Interface modes: sniffer, port aggregated, loopback, VLANS (802.1Q and Trunking)

• L2/L3 switching & routing

• Virtual wire (Layer 1) transparent inline deployment

7 IPv6 Services • Management over IPv6, IPv6 logging and HA

• IPv6 tunneling, DNS64/NAT64 etc

• IPv6 routing protocols, static routing, policy routing, ISIS, RIPng, OSPFv3 and BGP4+

• IPS, Application identification, Access control, ND attack defense

8 Firewall Services • Operating modes: NAT/route, transparent (bridge), and mixed mode

• Policy objects: predefined, custom, and object grouping

• Application Level Gateways and session support: MSRCP, PPTP, RAS, RSH, SIP, FTP, TFTP, HTTP, dcerpc, dns-tcp, dns-udp

• NAT support: NAT46, NAT64, NAT444, SNAT, DNAT, PAT, Full Cone NAT, STUN

• NAT configuration: per policy and central NAT table

• Global policy management view

• Schedules: one-time and recurring

9 VPN Services

• IPSec VPN: - Authentication method: certificate and

pre-shared key - IKE mode configuration support (as

317

server or client) - DHCP over IPSEC - Configurable IKE encryption key

expiry, NAT traversal keep alive frequency

- Phase 1/Phase 2 Proposal encryption: DES, 3DES, AES128, AES192, AES256

- Phase 1/Phase 2 Proposal authentication: MD5, SHA1, SHA256, SHA384, SHA512

• IPSEC VPN realm support: allows multiple custom SSL VPN logins associated with user groups (URL paths, design)

• IPSEC VPN configuration options: route-based or policy based

• IPSEC VPN deployment modes: gateway-to-gateway, full mesh, hub-and-spoke, redundant tunnel, VPN termination in transparent mode

• SSL portal concurrent users limiting • Supports clients that run iOS, Android,

and Windows 10 including 64-bit Windows OS

• Host integrity checking and OS checking prior to SSL tunnel connections

• MAC host check per portal • Cache cleaning option prior to ending

SSL VPN session • L2TP client and server mode, L2TP

over IPSEC, and GRE over IPSEC • View and manage IPSEC and SSL

VPN connections 10 IPS Services

• Signatures, protocol anomaly detection,

rate-based detection, custom signatures, manual, automatic push or pull signature updates, integrated threat encyclopedia

• IPS Actions: default, monitor, block, reset (attackers IP or victim IP, incoming interface) with expiry time

• Filter Based Selection: severity, target, OS, application or protocol

• IP exemption from specific IPS signatures

• IDS sniffer mode

• IPv4 and IPv6 rate based DoS protection with threshold settings against

• TCP Syn flood, TCP/UDP/SCTP port scan, ICMP sweep, TCP/UDP/SCIP/ICMP session flooding (source/destination)

• Active bypass with bypass interfaces

318

• Predefined prevention configuration 11 FW Throughput 1 Gbps or more 12 Concurrent Sessions

(Standard/ Maximum) 200,000 or more

13 No. of IPSec Tunnel 512 or more 14 SSL VPN Users 8 or more 15 Management Ports At least 1 x Console, 1 x USB 16 Fixed I/O Ports At least 9 x GE 17 Mobile 2G and/or 3G 18 Form factor 19” standard rack mountable 19 Accessories All necessary should be supplied

together. To be mentioned by Bidder

20 Warranty 3 years

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

319

Laser Printer for UCC

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Sl. No.

Name of Item Required specifications

Full Technical Specification & Standard (to be mentioned)

1 Country of Origin To be mentioned by Bidder 2 Manufacturer’s Name

&address To be mentioned by Bidder

3 Place of Manufacturer To be mentioned by Bidder 4 Model To be mentioned by Bidder 5 Functional

Architecture The Bidder shall provide a detail specification.

6 Control panel LCD with button 7 Print speeds (Letter) Black/Colour: Up to 20 ppm 8 First page out Black/Colour: As fast as 18 sec 9 Print resolution Black/Colour(best): Up to 600 x 600 dpi; 10 Standard print

languages PCL 6, PCL 5, postscript level 3 emulation

11 Duplex printing Automatic two-sided printing 12 Paper Tray 100-sheet tray 1, 250-sheet tray 1 13 Port Fast Ethernet network port, Hi-Speed

USB 2.0 printing port

14 Media Sizes Letter, Legal, A4, A5, B5 and custom sizes

15 Accessories All accessories should be supplied together. To be mentioned by the Bidder

16 Warranty 3 years

17 Toner 4 sets

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

320

Laser Printer for UVS

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Sl. No.

Name of Item Required specifications

Full Technical Specification & Standard (to be mentioned)

1 Country of Origin To be mentioned by Bidder 2 Manufacturer’s Name

&address To be mentioned by Bidder

3 Place of Manufacturer To be mentioned by Bidder 4 Model To be mentioned by Bidder 5 Functional

Architecture The Bidder shall provide a detail specification.

6 Control panel LCD with button 7 Print speeds (A4) Black/Colour: Up to 27 ppm 8 First page out Black/Colour: As fast as 12 sec 9 Print resolution Black/Colour(best): Up to 600 x 600 dpi; 10 Standard print

languages PCL 6, PCL 5, postscript level 3 emulation

11 Duplex printing Automatic two-sided printing 12 Paper Tray 50-sheet tray 1, 250-sheet tray 1 13 Port Fast Ethernet network port, Hi-Speed

USB 2.0 printing port

14 Media Sizes Letter, Legal, A4, A5, B5 and custom sizes

15 Accessories All accessories should be supplied together. To be mentioned by the Bidder

16 Warranty 3 years

17 Toner 4 sets

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

321

Cooling System

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Sl. No.

Name of Item Required specifications

Full Technical Specification & Standard (to be

mentioned)

1 Brand International reputed Brand

2 Country of

Origin

USA/UK/EU/Switzerland/Australia/Japan

3 Model To be Mentioned by the Bidder

4 AC Type Split

5 Capacity 1.5 ton

6 Bee Rating Inverter AC Star (3 Star)

7 Warranty 3 Years

9 Noise Level 49 DB

10 Features Comfort even on the far side of the room,

Improved airflow modes, low gas

pressure detection

11 Dimensions (h x

w x d)

To be mention by Bidder.

12 Timers Yes

13 Remote Control Yes

14 Sleep Mode Yes

15 Color White

16 Weight To be mention by Bidder.

17 LED Display Yes

18 Air Filters Yes

19 Technology Precoated, long lasting condenser fins, an

eco friendly refrigerant and auto restart

feature restoring previous AC settings

after a power outage are part of The

Daikin/Mitsubishi or equivalent AC

technology that wrap this AC

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

322

UPS for UCC/UVS (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Sl. No.

Name of Item Required specifications

Full Technical Specification & Standard (to be mentioned)

1 Country of Origin To be mentioned by Bidder 2 Manufacturer’s Name

&address To be mentioned by Bidder

3 Place of Manufacturer To be mentioned by Bidder 4 Model To be mentioned by Bidder 5 Technology Off Line 6 Capacity 5 KVA 7 Transfer Time 2 ms. 8 Back-up time 15 (Fifteen) minutes minimum at full

load

9 Wave Shape Simulated Sine Wave 10 Input Voltage 160-270 VAC 11 Input Frequency 50/60 Hz 12 Output Voltage 220 VAC ± 5% 13 Output Frequency 50/60 Hz ± 0.5% (AC Input)

Auto Tracing

14 Computer Interface Support RS 232 for UPS monitoring Software

15 Battery Sealed Maintenance free Lead Acid 16 Battery Recharging 6-8 Hours up to 90% Capacity

17 Protection Lightning, Spike, Surge, Flicker, Over &

under Voltage, Over Load, Short Circuit,

Battery low (Deep Discharge) & Noise

(EMI/RFI) followed by International

Safety Standard

18 Operating

Temperature

0-40°C

19 Operating Humidity 10%-90% (Non Condensation)

20 Brochure and CDs All brochure, instruction manual and

driver CDs to be supplied with the

product

21 Accessories All accessories should be supplied together. To be mentioned by the Bidder

22 Warranty Period Full 03 (three) years replacement and

instant service warranty

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

323

Desktop Computer (Brand) for UCC & UVS:

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Brand Internationally Reputed Brand

Model To be Mentioned by bidder

Country of Origin To be Mentioned by bidder

Processor Intel core i7 10th Generation or Higher

Speed Minimum 2.9 GHz to 4.00Ghz, 6 Cores) or Higher

Cache Minimum 16MB or Higher

Chipset Intel Express Chipset B460 Series or Equivalent or Higher

RAM Minimum 16GB (2X8GB) 2666MHz DDR4L Memory, 2 DIMM slots or

Higher.

HDD Minimum 1TB 7200 RPM SATA or Higher

LAN Card Integrated Gigabit LAN-On-Motherboard or Higher

Expansion Slots Minimum (2) PCIe x 1, PCIe x 16

Ports Minimum (2) USB 3.2, (4) USB 2.0, RJ-45, HDMI, VGA

Wireless Wireless 802.11ac 1×1 Wi-Fi and Bluetooth

Graphics (AGP) Built-in

Audio (Sound Card) Built-in

Speakers Built-in

DVD-RW Drive DVD+/-RW Drive

Monitor 18.5" LED Backlit Color, Same Brand

Key-Board USB enhanced, Same Brand

Mouse USB Optical Mouse, Same Brand

Power Supply Minimum 260 W PSU (APFC Full Charge)

OS Support Windows 10 or User Friendly.

Software Windows 10 Liscence, Office & Other Software as per site requirements.

Power Strip Brand: Reputed Brand

Port: Minimum 5 Port

Cable Length: 3 meter

Number of pin: Minimum 3

Others: Rated voltage: 220 V, Rated current: Minimum 10 A,

Individual switch, Single fuse.

Antivirus Brand:To be Mentioned By the Bidder

Internet Security Antivirus, license for 1 year

Warranty 3 Years (Full).

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

324

Laptop for UCC and UVS

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Brand Internationally Reputed Brand

Model To be Mentioned by bidder

Country of Origin To be Mentioned by bidder

Processor Intel Core i7 (10th Generation ) or Higher

Speed Minimum 1.6 GHz or Higher

Cache 8 MB L3 Cache.

RAM Min. 8GB DDR4, 2666 MHz or Higher

Display Min. 14"HD LED

Graphics Intel HD Graphics

Hard disk Minimum 512 SSD M.2 PCIe NVMe

Sound System To be mentioned by the bidder

Keyboard Full-size 85 Keys US Keyboard.

Mouse Integrated pointing device with touch pad.

Wireless Integrated

NIC In-built with 10/100/1000

Web cam Integrated

Expansion

Ports/Interface

Min. 2 USB 3.2, 1 HDMI, 1 Microphone/Headphone combo, 1 RJ-45

Battery Min. 3-Cell 39WHr Battery

Antivirus Brand: To be Mentioned By Bidder

Internet Security Antivirus, license for 1 year

AC Adaptor 65 Watt AC Adaptor

Operating System Free Dos

Carrying Case Including Original Carrying case

Standard ISO, CE & FCC Class-B.

Warranty 3 Years (1Year For Battery)

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

325

Slip Printer

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Sl. No.

Name of Item Required specifications

Full Technical Specification & Standard (to be mentioned)

1 Country of Origin To be mentioned by Bidder 2 Manufacturer’s Name

&address To be mentioned by Bidder

3 Place of Manufacturer To be mentioned by Bidder 4 Model To be mentioned by Bidder 5 Printing Method PIN 9 Pin Serial Impact Dot Matrix 6 Print Speed 4.7 lps (at 40 columns, 16 cpi) or higher 7 Data Buffer 4 KB or more 8 Inked Ribbon Black 9 Interface USB Interface, Bi-directional parallel 10 Power Supply AC 120 – 240 VAC 11 Auto Cutter Yes 12 Paper Roll Paper 13 Driver/Manual All Manual, Driver CD/DVD 14 Accessories All accessories should be supplied

together. To be mentioned by the Bidder

15 Warranty Full 03 (three) years replacement and instant service warranty

16 Ribbon cassette Additional 5 (five)

17 Roll paper At least 40 m x 50 rolls

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

326

Bar Code Reader (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Sl. No. Name of Item Required specifications

Full Technical Specification & Standard (to be mentioned)

1 Country of Origin To be mentioned by Bidder 2 Manufacturer’s Name

&address To be mentioned by Bidder

3 Place of Manufacturer To be mentioned by Bidder 4 Model To be mentioned by Bidder 5 Interface USB Interface 6 Power Supply Host powered 7 Protection Degree IP42 or higher 8 Supported barcode Standard 1D barcode 9 Driver/Manual All Manual, Driver CD/DVD

10 Accessories All accessories should be supplied together. To be mentioned by the Bidder

11 Warranty Full 03 (three) years replacement and instant service warranty

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

327

GTS for Data Center:

Database Server

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder response

Set (Quantity) Each Set shall be provided with-

Type I: 02 (Two) units

Type II: 02 (Two) units

1 Brand To be mentioned by Bidder. Must be in the top three

OEM for the last 5 years in terms of revenue and

shipment.

2 Quality ISO 9001/9002 for manufacturer, FCC Class A for quality

assurance

3 Model To be mentioned by the bidder

4 Country of

origin

USA/UK/EU/Switzerland/Australia/Japan

5 Country of

manufacturer

To be mentioned by the bidder

6

Modularity &

Flexibility

The server must be designed in modular architecture,

with each module scaling to 4Sockets architecture.

Scale-up capability and upgrade must be achieved by

adding more building blocks of 4-Socket modules,

without the need to upfront investing to a big chassis.

7

Scalability

Server should be able to scale from lower entry point of

2 sockets and up to 8 sockets in 2-socket increments,

with 16-224 cores.

Scaling from 64 GB to 24TB of shared memory using

DRAM (with 256GB DIMM availability). Shall support

of 1, 4, 6 & 12 DIMM per socket for granular scalability

8

Processor

The server must support 3rd Generation Intel Xeon

Scalable Processors (Cooper Lake 6UPI or CPX6).

Type I Servers- each shall be provided with min. 8x

Intel Xeon-Platinum 8356H (3.9GHz/8-core/225W)

Processor.

&

Type II Servers - each shall be provided with min. 8x

Intel Xeon-Platinum 8380HL (2.9GHz/28-core/250W)

Processor.

328

SL Item Name Detail Required Specification Bidder response

9

Memory

Each server shall be provided with 6TB memory with

min. 48x 128GB Quad-rank DDR4-3200 LRDIMM.

Server should support memory scalability to 12TB using

128GB LRDIMM. 10 Memory

Protection

Should support Adaptive DDDC and Fast Fault

Tolerance

11 HDD Bays

Min. 8x 1.6TB 12G SAS Write Intensive 2.5’ hot-

pluggable SSD.

12 Hard disk drive

& DVD RW

Min. Sixteen (16) 2.5 inch HDD, SSD, or NVMe drive

bays plus an DVD RW optical drive.

13 Array

Controllers

SAS drives use PCIe v3.0 based 12Gb/s SAS Internal

Hardware RAID Controller; 4GB Cache 14

Connectivity

features

Each server shall be provided with embedded 1x 2-port

1GbE RJ45 ports, 4x 2-port 10/25Gb SFP28 adapter

with 25Gb SFP28 SR transceivers and 4x 2-port 32Gbps

FC HBA.

Support of up to 100Gbps network adapter & 200Gb

InfiniBands.

15 IO architectures

Direct IO architecture from all CPUs for unblocking,

best performance, and low latencies

16 Bus Slots

Server shall come with min. Thirty-Two (32) PCIe v3.0

slots per server from Day1.

17

GPUs

Supports up to 4 GPUs in a chassis; up to 16 per system.

GPU should be able to use in Windows OS.

18

Power Supply &

Factory

Integrated

RACK

Each server shall be provided with min. 8x 1600W

power supplies connectivity’s for 8Socket configuration.

Every two server shall be provided min. one Factory

integrated 42U 600mmx1200mm RACK from same

server OEM, 2x Modular 7.3kVA/60309 3-wire

32A/230V Outlets (6) C19/1U Horizontal PDU,

grounding kit, stabilizer kit etc.

19 Fans Min. 8x Redundant hot-plug fan (per Chassis)

20

Reliability,

Availability and

Serviceability

(RAS) features

Key areas of RAS superiority over standard x86-

• Firmware First

• Automatic error logging

• Auto self-healing (Analysis Engine)

• Disabling and deconfiguration of failed FRUs

• Onboard fault analyzer

• Automatic restart

• Advanced processor error handling (EMCA2)

• Advanced memory resiliency (ADDDC)

• Memory error storm response

• Enhanced fabric resiliency (Flex Grid adaptive routing)

• Advanced PCIe error recovery (LER)

329

SL Item Name Detail Required Specification Bidder response

21 Operating

Systems and

Virtualization

Software

Support

RHEL, SLES, VMware, Windows

Virtualization technologies: VMware vSphere, RHEV,

KVM and Microsoft Hyper-V.

22 Operating

System License

Each server shall be provided with Red Hat Enterprise

Linux 1-2Socket, 2 Guest 3Years 24x7 subscription for

8-socket license from the platform provider.

23 GPU support Support of up to 16 single-wide GPUs; up to 8 double-

wide GPUs

24 Security

Secure architecture, design, and supply chain, with

limited exposure Silicon root of trust TPM2.0

25

Server

Management

Embedded management controller with the offered

Server.

Software should have dashboard view to quickly scan

the managed resources to assess the overall health of the

data center. It should provide an at-a-glance visual health

summary of the resource’s user is authorized to view.

The Dashboard minimum should display a health

summary of the following:

• Server Profiles

• Server Hardware

• Appliance alerts

The Systems Management software should provide

Role-based access control

Management software should support integration with

popular virtualization platform management software

like vCenter, and SCVMM

Should help provide proactive notification of actual or

impending component failure alerts on critical

components like CPU, Memory and HDD.

Should provide an online portal that can be accessible

from anywhere. The portal should provide one stop,

online access to the product, support information and

provide information to track warranties, support contrast

and status. The Portal should also provide a Personalized

dashboard to monitor device heath, hardware events,

contract and warranty status. Should provide a visual

status of individual devices and device groups. The Portal

should be available on premise (at our location - console

based) or off premise (in the cloud).

Should help to proactively identify out-of-date BIOS,

drivers, and Server Management agents and enable the

remote update of system software/firmware components.

330

SL Item Name Detail Required Specification Bidder response

26 Installation

services,

manage &

control

Access to OEM experts via phone, web, or both

OEM installation and startup professional service shall

be provided.

Connect devices to OEM for real-time diagnosis, alerts,

and information from Day1.

27 Warranty&

services

3-yrs collaborative warranty with 24x7 mission critical

one-point support from OEM.

4-hour mission critical response time for hardware issue

from OEM. Supporting service-related document shall be

provided.

Root cause analysis report shall be available from day1.

OEM shall maintain local spare parts depot/warehouse in

Bangladesh.

All above features BoQ should be provided with proper

explanation.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

331

General Purpose Storage (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder response

1 Brand Offered storage brand should be in leaders’ quadrant in

Gartner Magic Quadrant of All-Flash Array/ Primary

Storage for the last 5 years release.

2 Quality ISO 9001: 2015 for manufacturer, FCC Class A for quality

assurance.

3 Model To be mentioned by the bidder

4 Country of origin USA/UK/EU/Switzerland/Australia/Japan

5 Country of

manufacturer

To be mentioned by the bidder

6 All-Flash Storage 1. Offered Storage array shall be end-to end 12Gbps

enabled which means that both Front-end Fibre channel

ports and Back-end engines shall be operated at minimum

12Gbps speed.

2. Offered storage shall support both SSD and NVMe SSD

drives.

7 Operating

System &

Clustering

Support

The storage array should support industry-leading

Operating System platforms & clustering including:

Windows Server 2016, VMware, Solaris and HPE--UX,

IBM-AIX and Linux.

8 Capacity &

Scalability

The Storage Array shall be offered with minimum 350TB

Usable capacity without considering the deduplication and

compression-

1. Min. 350TB of the usable Capacity using SSD

(each SSD capacity not more than 4TB) with

RAID6 (Max. 10+2 configuration).

2. Offered storage system shall prove min. 1 (One)

Million IOPS at 8k IO Block considering 80:20

Read/Write ration for the offered configuration on

Day1.

9 Storage

Encryption

1. Vendor shall offer only the encrypted drives with

appropriate encryption licenses and shall meet FIPS 140-2

– Level 2 security requirements. Vendor shall not offer any

controller based or Software based encryption.

2. Offered FIPS 140-2 Validated encryption drives shall

support both KMIP 1.3 and KMIP 1.4 for key management

solutions. Vendor shall offer at-least internal Key manager

engine for key management.

10 Cache 1. Offered Storage array should have at-least 4TB of on-

node cache.

332

2. Cache shall be completely dynamic for read and write

operations and vendor shall not offer any additional card /

module for write cache operations.

3. Offered storage shall be based upon latest generation

Intel CPUs, Minimum Skylake series, and shall be supplied

with at-least 160 numbers of CPU cores, 11 Architecture &

Processing

Power

1. Offered Storage shall be supplied with at-least quad

controllers. Vendor shall ensure that all controllers, with

and without scalability, shall be connected to a common

back-plane and shall not use any loosely connected

architecture like through SAN Switches, Ethernet Switches,

InfiniBand switches etc.

2. Controllers shall be true active-active so that a single

logical unit can be shared across all offered controllers in

symmetrical fashion, while supporting all the major

functionalities like Thin Provisioning etc.

3. Offered storage array shall have native virtualization

support so that Raid can be carved out from a logical space

instead of dedicating separate physical disks for each

application.

12 No Single point

of Failure

Offered Storage Array shall be configured in a No Single

Point of configuration including Array Controller card,

Cache memory, FAN, Power supply etc.

13 Data Protection 1. In case of power failure, storage subsystem shall have

de-staged mode so that un-committed information can be

protected. De-staging shall happen to redundant vault

drives and vault drives shall be encrypted.

2. Vendor shall not use any Vault drive as data drives for

capacity calculation. Vendor shall not consume any

additional drive slot in the drive enclosure for vault drives.

3. Shall be configured in a way that the array can tolerate

an entire drive chassis failure.

14 Host Ports and

Back-end Ports

1. Offered Storage array shall have minimum of 32x

32Gbps Fiber Channel ports.

2. Offered Storage array system shall be supplied with two

additional 10GbE native IP ports for storage-based

replication.

3. Offered Storage array shall have minimum of 32 SAS

port in the back end for disk connectivity running at

12Gbps speed.

4. Offered Storage shall be future proof with respect to

NVMe over Fabric for both Front-end and back-end

333

connectivity and shall have dedicated separate processing

engines (Apart from CPU) inside the storage arrays on day

1 for NVMe command and data queue. 15 Global Hot Spare 1. Offered Storage Array shall support distributed Global

hot Spare for offered Disk drives.

2. Should be provided with minimum 1 drive worth spare

space for every 24 drives.

16 Performance and

Quality of

Service

1. Offered storage array shall support quality of service for

critical applications so that appropriate and required

response time can be defined for application logical units at

storage. It shall be possible to define different service /

response time for different application logical units.

2. Quality of service engine shall allow to define minimum

and maximum cap for required IOPS / bandwidth for a

given logical units of application running at storage array.

3. It shall be possible to change the quality-of-service

Response time (In both milliseconds as well as Sub-

milliseconds), IOPS, bandwidth specification at real time.

17 Capacity

efficiency

1. Offered storage array shall support inline data efficiency

engine (Supporting Thin Zero detect and re-claim, De-

duplication and Compression) and shall be enabled by

default.

2. Vendor shall have flexibility to enable / disable the data

efficiency engine at the time of Volume creation.

3. Storage subsystem shall be supplied with Thin

Provisioning, Thin Re-claim, Snapshot, De-duplication,

Compression, Performance Monitoring, and Quality of

service on day 1 for the maximum supported capacity of

array.

4. Offered storage array shall be tightly integrated with

VMware so that Eager zero disks layout can be used with

thin provisioning and thin re-claim.

18 Maintenance Offered storage shall support online non-disruptive

firmware upgrade for both Controller and disk drives.

19 Integration -

VMWARE

1. Offered storage array shall be tightly integrated with

VMware and shall be certified for VVOL.

2. Offered Storage array VASA provider shall be certified

by VMware for VVOL - Storage based replication.

20 Integration -

Container

Offered Storage array shall be integrated with Docker,

Red-hat OpenShift, Kubernetes and MESOS container

technologies. Vendor shall support at-least following

functionalities through their integration plugin:

334

a. Multiple arrays support so that within a given cluster

using a common configuration file on container platform.

b. Snapshot

c. Replication. Plugin shall allow to define the replication

configuration on the container.

d. Quality of service for response time, Bandwidth and

IOPS.

e. Shall have flexibility to import the non-container volume

into the container.

f. Login credential to array via container platform shall be

encrypted.

g. Container as a service from Storage array where vendor

shall be able to define partition on the storage and shall be

visible to container.

h. Support for both Fiber channel as well as ISCSI.

21 Snapshot / Point

in time copy

The storage array should have support for controller-based

snapshots functionality (At-least 1024 copies for a given

volume).

22 Application

Consistent

Copies

1. Offered storage shall be supplied with unlimited license

for creation of application consistent copies for Oracle,

SQL, Exchange, SAP HANA and VMware through

Storage console GUI.

2. Offered Storage shall be supplied with in-built copy

management and backup S/W unlimited license for

movement of data copies of Oracle, SQL, Exchange, SAP

HANA and VMware to disk based backup device, public

Cloud like AWS, Azure and object storage.

23 Storage Array

Configuration &

Management

Software

Vendor shall provide Storage Array configuration and

Management software.

Software shall be able to manage more than one array of

same family.

Offered Storage management engine shall have in-built on-

site edge analytics performance engine, without

connectivity to Internet / Intranet and shall offer following

functionalities: All required license for offering this

functionality shall be offered.

1. Shall have saturation panel which can depict the

overall saturation level of the storage array at different

time intervals instead of looking into individual

parameters like IOPS, CPU utilization, Cache

utilization etc.

2. Shall have capability to assign and compare the

performance score with similar nature of workload

across worldwide install base. Vendor management

335

and edge analytic engine shall have in-built

performance statistics of worldwide install base

instead of connecting to internet / intranet.

3. Shall have capability to display top 5 volumes by

hotspots as well as by latency.

4. If similar nature of arrays being used in the

environment then offered engine shall show the top

systems by saturation level within the same console

24 Monitoring and

analytic engine

Offered storage shall have cloud enabled monitoring and

analytics engine for proactive Storage management. All

required licenses for same shall be included in the offer.

Cloud Enabled Monitoring and analytics engine shall have

capability to provide following:

a. Providing Firmware upgrade and patch upgrade

recommendations proactively and with awareness of

the peripheral infrastructure connected to the array.

b. Providing extremely granular per-minute historical

capacity and performance trend analysis by default,

without the need to enable extra logging, install any

appliances (physical or virtual), or install any

software.

c. Providing overall saturation level of the array while

combining while analyzing various parameters like

IOPS, MB/sec, Block size etc.

d. Providing overall performance score of the array at

a scale of 0 to 10 for both read and write operations.

e. Shall provide history of support cases logged with

Support team under different column like Critical,

Normal and low severity along with closed cases.

Cloud monitoring tool shall be able to provide the

complete month-wise breakup.

f. Shall be able to provide the executive Dashboard

covering various critical and must aspects of Total

Capacity, overall health / wellness score of array.

De-duplication and compression ratio, over-all

front-end performance etc.

Cloud enabled Analytics engine shall have capability to

provide following:

a. Shall have capability of learning mechanism to

provide the analytics and problem finding/solving

336

based on global learning available for the arrays

across the install based.

b. Analytics engine shall have capability of proactive

recommendation for arresting the issues / problems

noticed at other install base of vendor after

identifying the problematic signature

25 Cloud Enabled -

HyperVisor

Integration

Cloud enabled monitoring and analytics engine integration

with Hypervisor:

a. Offered Cloud enabled monitoring and analytics

engine shall be tightly integrated with Hypervisor

layer and shall be certified to work with at-least

VMware.

b. Hypervisor integration shall be able to provide end

to end monitoring of hypervisor Datacenter, Data-

store, Hypervisor Host and VMs running within the

hypervisor datacenter and shall be able to link with

offered storage array.

c. Cloud monitoring and integration tool shall provide

the detailed analysis of CPU Contention, Memory

contention, IO contention for each VM – including

the latency.

d. Cloud monitoring and integration tool shall have

capability to identify the top VMs which are

contributing towards maximum IOs and Latency.

26 Data Availability Offered storage shall be a 100% availability guaranteed

architecture. 100% availability guaranty shall be clearly

mentioned on vendor web site for the offered model.

27 Data Integrity

(T10 DIFF)

Should ensures the integrity of data by performing a

checksum on the data from the HBA to the disk (T10

DIFF).

28 Remote

Replication

1. The storage array should support hardware-based

data replication at the array controller level across all

models of the offered family.

2. Replication shall support incremental replication

after resumption from Link Failure or failback

situations.

29 Licenses Storage subsystem shall be supplied with all-inclusive

license that should include Thin provisioning, replication,

data-at-rest encryption, Snapshot, Clone, Performance

Monitoring, Online Raid Migration, Online Volume

conversion (thin to thin compressed, thin to thin de-dup etc.),

Quality of services, NVMe cache, and File services on day

1 for the maximum supported capacity of array.

30 Training SAN Storage and Switch administration training for min. 5

days to be provided on OEM Education Training Center for

337

3 (Three) persons. Necessary expenses shall be bearded by

the local vendor.

31 Installation

services, manage

& control

Implementation shall be done by OEM Engineer only. OEM

installation service and engineer’s CV to be submitted

during bid submission.

Partner engineer is not allowed to Powerup the device

without OEM Engineer presence. OEM onsite installation

and startup service should be provided.

Access to OEM experts via phone, web, or both

Connect devices to OEM for real-time diagnosis, alerts,

and information.

32 Warranty&

services

3-yrs collaborative warranty with 24x7 mission critical one-

point support from OEM.

4-hour mission critical response time for hardware issue

from OEM. Supporting service-related document shall be

provided.

Root cause analysis report shall be available from day1.

OEM shall maintain local spare parts depot/warehouse in

Bangladesh.

All above features BoQ should be provided with proper

explanation.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

338

Storage for Database (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder response

1 Brand Offered storage brand should be in leaders’ quadrant in

Gartner Magic Quadrant of All-Flash Array/ Primary

Storage for the last 5 years release.

2 Quality ISO 9001: 2015 for manufacturer, FCC Class A for

quality assurance.

3 Model To be mentioned by the bidder

4 Country of origin USA/UK/EU/Switzerland/Australia/Japan

5 Country of

manufacturer

To be mentioned by the bidder

6 All-Flash Storage 1. Offered Storage array shall be end-to end 12Gbps

enabled which means that both Front-end Fibre channel

ports and Back-end engines shall be operated at

minimum 12Gbps speed.

2. Offered storage shall support both SSD and NVMe

SSD drives.

7 Operating

System &

Clustering

Support

The storage array should support industry-leading

Operating System platforms & clustering including:

Windows Server 2016, VMware, Solaris and HPE--UX,

IBM-AIX and Linux.

8 Capacity &

Scalability

The Storage Array shall be offered with minimum

550TB Usable capacity without considering the

deduplication and compression-

1. Min. 550TB of the usable Capacity using SSD

(each SSD capacity not more than 4TB) with

RAID6 (Max. 10+2 configuration).

2. Offered storage system shall prove min. 1 (One)

Million IOPS at 8k IO Block considering 80:20

Read/Write ration for the offered configuration

on Day1.

9 Storage

Encryption

1. Vendor shall offer only the encrypted drives with

appropriate encryption licenses and shall meet FIPS

140-2 – Level 2 security requirements. Vendor shall not

offer any controller based or Software based encryption.

2. Offered FIPS 140-2 Validated encryption drives shall

support both KMIP 1.3 and KMIP 1.4 for key

management solutions. Vendor shall offer at-least

internal Key manager engine for key management.

10 Cache 1. Offered Storage array should have at-least 4TB of on-

node cache.

2. Cache shall be completely dynamic for read and write

operations and vendor shall not offer any additional card

/ module for write cache operations.

339

3. Offered storage shall be based upon latest generation

Intel CPUs, Minimum Skylake series, and shall be

supplied with at-least 160 numbers of CPU cores,

11 Architecture &

Processing

Power

1. Offered Storage shall be supplied with at-least quad

controllers. Vendor shall ensure that all controllers, with

and without scalability, shall be connected to a common

back-plane and shall not use any loosely connected

architecture like through SAN Switches, Ethernet

Switches, InfiniBand switches etc.

2. Controllers shall be true active-active so that a single

logical unit can be shared across all offered controllers

in symmetrical fashion, while supporting all the major

functionalities like Thin Provisioning etc.

3. Offered storage array shall have native virtualization

support so that Raid can be carved out from a logical

space instead of dedicating separate physical disks for

each application.

12 No Single point

of Failure

Offered Storage Array shall be configured in a No

Single Point of configuration including Array Controller

card, Cache memory, FAN, Power supply etc.

13 Data Protection 1. In case of power failure, storage subsystem shall have

de-staged mode so that un-committed information can

be protected. De-staging shall happen to redundant vault

drives and vault drives shall be encrypted.

2. Vendor shall not use any Vault drive as data drives

for capacity calculation. Vendor shall not consume any

additional drive slot in the drive enclosure for vault

drives.

3. Shall be configured in a way that the array can

tolerate an entire drive chassis failure.

14 Host Ports and

Back-end Ports

1. Offered Storage array shall have minimum of 32x

32Gbps Fiber Channel ports.

2. Offered Storage array system shall be supplied with

two additional 10GbE native IP ports for storage-based

replication.

3. Offered Storage array shall have minimum of 32 SAS

port in the back end for disk connectivity running at

12Gbps speed.

4. Offered Storage shall be future proof with respect to

NVMe over Fabric for both Front-end and back-end

connectivity and shall have dedicated separate

processing engines (Apart from CPU) inside the storage

arrays on day 1 for NVMe command and data queue.

340

15 Global Hot Spare 1. Offered Storage Array shall support distributed

Global hot Spare for offered Disk drives.

2. Should be provided with minimum 1 drive worth

spare space for every 24 drives.

16 Performance and

Quality of

Service

1. Offered storage array shall support quality of service

for critical applications so that appropriate and required

response time can be defined for application logical

units at storage. It shall be possible to define different

service / response time for different application logical

units.

2. Quality of service engine shall allow to define

minimum and maximum cap for required IOPS /

bandwidth for a given logical units of application

running at storage array.

3. It shall be possible to change the quality-of-service

Response time (In both milliseconds as well as Sub-

milliseconds), IOPS, bandwidth specification at real

time.

17 Capacity

efficiency

1. Offered storage array shall support inline data

efficiency engine (Supporting Thin Zero detect and re-

claim, De-duplication and Compression) and shall be

enabled by default.

2. Vendor shall have flexibility to enable / disable the

data efficiency engine at the time of Volume creation.

3. Storage subsystem shall be supplied with Thin

Provisioning, Thin Re-claim, Snapshot, De-duplication,

Compression, Performance Monitoring, and Quality of

service on day 1 for the maximum supported capacity of

array.

4. Offered storage array shall be tightly integrated with

VMware so that Eager zero disks layout can be used

with thin provisioning and thin re-claim.

18 Maintenance Offered storage shall support online non-disruptive

firmware upgrade for both Controller and disk drives.

19 Integration -

VMWARE

1. Offered storage array shall be tightly integrated with

VMware and shall be certified for VVOL.

2. Offered Storage array VASA provider shall be

certified by VMware for VVOL - Storage based

replication.

20 Integration -

Container

Offered Storage array shall be integrated with Docker,

Red-hat OpenShift, Kubernetes and MESOS container

technologies. Vendor shall support at-least following

functionalities through their integration plugin:

341

a. Multiple arrays support so that within a given cluster

using a common configuration file on container

platform.

b. Snapshot

c. Replication. Plugin shall allow to define the

replication configuration on the container.

d. Quality of service for response time, Bandwidth and

IOPS.

e. Shall have flexibility to import the non-container

volume into the container.

f. Login credential to array via container platform shall

be encrypted.

g. Container as a service from Storage array where

vendor shall be able to define partition on the storage

and shall be visible to container.

h. Support for both Fiber channel as well as ISCSI.

21 Snapshot / Point

in time copy

The storage array should have support for controller-

based snapshots functionality (At-least 1024 copies for a

given volume).

22 Application

Consistent

Copies

1. Offered storage shall be supplied with unlimited

license for creation of application consistent copies for

Oracle, SQL, Exchange, SAP HANA and VMware

through Storage console GUI.

2. Offered Storage shall be supplied with in-built copy

management and backup S/W unlimited license for

movement of data copies of Oracle, SQL, Exchange,

SAP HANA and VMware to disk based backup device,

public Cloud like AWS, Azure and object storage.

23 Storage Array

Configuration &

Management

Software

Vendor shall provide Storage Array configuration and

Management software.

Software shall be able to manage more than one array of

same family.

Offered Storage management engine shall have in-built

on-site edge analytics performance engine, without

connectivity to Internet / Intranet and shall offer

following functionalities: All required license for

offering this functionality shall be offered.

a. Shall have saturation panel which can depict the

overall saturation level of the storage array at different

time intervals instead of looking into individual

parameters like IOPS, CPU utilization, Cache utilization

etc.

b. Shall have capability to assign and compare the

performance score with similar nature of workload

across worldwide install base. Vendor management and

edge analytic engine shall have in-built performance

342

statistics of worldwide install base instead of connecting

to internet / intranet.

c. Shall have capability to display top 5 volumes by

hotspots as well as by latency.

d. If similar nature of arrays being used in the

environment then offered engine shall show the top

systems by saturation level within the same console

24 Monitoring and

analytic engine

Offered storage shall have cloud enabled monitoring

and analytics engine for proactive Storage management.

All required licenses for same shall be included in the

offer.

Cloud Enabled Monitoring and analytics engine shall

have capability to provide following:

a. Providing Firmware upgrade and patch upgrade

recommendations proactively and with awareness of the

peripheral infrastructure connected to the array.

b. Providing extremely granular per-minute historical

capacity and performance trend analysis by default,

without the need to enable extra logging, install any

appliances (physical or virtual), or install any software.

c. Providing overall saturation level of the array while

combining while analyzing various parameters like

IOPS, MB/sec, Block size etc.

d. Providing overall performance score of the array at a

scale of 0 to 10 for both read and write operations.

e. Shall provide history of support cases logged with

Support team under different column like Critical,

Normal and low severity along with closed cases. Cloud

monitoring tool shall be able to provide the complete

month-wise breakup.

f. Shall be able to provide the executive Dashboard

covering various critical and must aspects of Total

Capacity, overall health / wellness score of array. De-

duplication and compression ratio, over-all front-end

performance etc.

Cloud enabled Analytics engine shall have capability to

provide following:

a. Shall have capability of learning mechanism to

provide the analytics and problem finding/solving based

on global learning available for the arrays across the

install based.

343

b. Analytics engine shall have capability of

proactive recommendation for arresting the issues /

problems noticed at other install base of vendor after

identifying the problematic signature

25 Cloud Enabled -

HyperVisor

Integration

Cloud enabled monitoring and analytics engine

integration with Hypervisor:

a. Offered Cloud enabled monitoring and analytics

engine shall be tightly integrated with Hypervisor layer

and shall be certified to work with at-least VMware.

b. Hypervisor integration shall be able to provide

end to end monitoring of hypervisor Datacenter, Data-

store, Hypervisor Host and VMs running within the

hypervisor datacenter and shall be able to link with

offered storage array.

c. Cloud monitoring and integration tool shall

provide the detailed analysis of CPU Contention,

Memory contention, IO contention for each VM –

including the latency.

d. Cloud monitoring and integration tool shall have

capability to identify the top VMs which are

contributing towards maximum IOs and Latency.

26 Data Availability Offered storage shall be a 100% data availability

guaranteed architecture. 100% data availability guaranty

shall be clearly mentioned on vendor web site for the

offered model.

27 Data Integrity

(T10 DIFF)

Should ensures the integrity of data by performing a

checksum on the data from the HBA to the disk (T10

DIFF).

28 Remote

Replication

1. The storage array should support hardware-based data

replication at the array controller level across all models

of the offered family.

2. Replication shall support incremental replication after

resumption from Link Failure or failback situations.

3. Offered storage system shall support native

replication that procured for the last 2 Lac meter

project.

29 Licenses Storage subsystem shall be supplied with all-inclusive

license that should include Thin provisioning,

replication, data-at-rest encryption, Snapshot, Clone,

Performance Monitoring, Online Raid Migration,

Online Volume conversion (thin to thin compressed,

thin to thin de-dup etc.), Quality of services, NVMe

cache, and File services on day 1 for the maximum

supported capacity of array.

30 Installation

services, manage

& control

Implementation shall be done by OEM Engineer only.

OEM installation service and engineer’s CV to be

submitted during bid submission.

344

Partner engineer is not allowed to Powerup the device

without OEM Engineer presence. OEM onsite

installation and startup service should be provided.

Access to OEM experts via phone, web, or both

Connect devices to OEM for real-time diagnosis, alerts,

and information.

31 Warranty&

services

3-yrs collaborative warranty with 24x7 mission critical

one-point support from OEM.

4-hour mission critical response time for hardware issue

from OEM. Supporting service-related document shall

be provided.

Root cause analysis report shall be available from day1.

OEM shall maintain local spare parts depot/warehouse

in Bangladesh.

All above features BoQ should be provided with proper

explanation.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

345

SAN Switches (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder

response

1 Brand Same as storage vendor.

2 Model To be mentioned by the bidder

3 Country of origin To be mentioned by the bidder

4 Manufacturing

Country

To be mentioned by the bidder

5 Rack Form

Factor

1U Rack form factor with rail kit.

6 Number of ports Each switch Shall be provided with min. 48x 32Gbps SFP+

connections with transceivers.

7 Port activation Shall be provided with min. 48 (Forty-Eight) activated port.

8 Switch

Aggregated

bandwidth &

Latency

Shall have 2Tbps end-to-end full duplex & latency less

then <700 nanoseconds

9 Software Shall be provided with Fabric vision, Extended fabric and

ISL trunking software license.

10 SAN

Orchestration

Should have tightly integration with the proposed storage

system.

11 Power supply Redundant hot swappable power supply should be

provided.

12 FC Cables Each switch shall be provided with min. 24x 15m LC–LC

Multi-mode OM4 Fiber Cable & 24x 30m LC–LC Multi-

mode OM4 Fiber Cable shall be provided

13 Manageability Should be provided with web browser management tools

14 Warranty 3 years 24x7 4-hour mission critical response

comprehensive OEM warranty with faulty parts

replacement and labor.

OEM shall maintain local spare parts depot/warehouse in

Bangladesh.

Warranty support SKU with the detail BoQ should be

provided with the technical compliance document.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

346

Application Server and SMS Server

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder response

1 Brand To be mentioned by Bidder. Must be in the top three OEM

for the last 5 years in terms of revenue and shipment.

2 Quality ISO 9001/9002 for manufacturer, FCC Class A for quality

assurance

3 Model To be mentioned by the bidder

4 Country of origin USA/UK/EU/Switzerland/Australia/Japan

5 Country of

manufacturer

To be mentioned by the bidder

6

Modularity &

Flexibility

The server must be designed in modular architecture, with

each module scaling to 4Sockets architecture. Scale-up

capability and upgrade must be achieved by adding more

building blocks of 4-Socket modules, without the need to

upfront investing to a big chassis.

7

Scalability

Server should be able to scale from lower entry point of 2

sockets and up to 8 sockets in 2-socket increments, with

16-224 cores.

Scaling from 64 GB to 24TB of shared memory using

DRAM (with 256GB DIMM availability). Shall support of

1, 4, 6 & 12 DIMM per socket for granular scalability

8

Processor

The server must support 3rd Generation Intel Xeon

Scalable Processors (Cooper Lake 6UPI or CPX6).

Each server shall be provided with min. 4x Intel Xeon-

Platinum 8356H (3.9GHz/8-core/225W) Processor. Can be

expandable up to 8 CPU Server.

9

Memory

Each server shall be provided with 3TB memory with 48x

64GB Quad-rank DDR4-3200 LRDIMM.

Server should support memory scalability to 12TB using

128GB LRDIMM.

10 Memory

Protection Should support Adaptive DDDC and Fast Fault Tolerance

11 HDD Bays

Each server shall be provided with min. 4x 800GB 12G

SAS Write Intensive 2.5’ hot-pluggable SSD.

12 Hard disk drive

& DVD RW

Min. Eight (8) 2.5 inch HDD, SSD, or NVMe drive bays

plus an DVD RW optical drive.

13 Array Controllers

SAS drives use PCIe v3.0 based 12Gb/s SAS Internal

Hardware RAID Controller; 4GB Cache 14

Connectivity

features

Each server shall be provided with embedded 1x 2-port

1GbE RJ45 ports, 2x 2-port 10/25Gb SFP28 adapter with

25Gb SFP28 SR transceivers and 2x 2-port 32Gbps FC

HBA.

347

SL Item Name Detail Required Specification Bidder response

Support of up to 100Gbps network adapter & 200Gb

InfiniBands.

15 IO architectures

Direct IO architecture from all CPUs for unblocking, best

performance, and low latencies

16 Bus Slots

Server shall come with min. Sixteen (16) PCIe v3.0 slots

per server from Day1.

17

GPUs

Supports up to 4 GPUs in a chassis; up to 16 per system.

GPU should be able to use in Windows OS.

18 Power Supply

Each server shall be provided with min. 4x 1600W power

supplies connectivity’s for 8Socket configuration.

19 Fans Min. 8x Redundant hot-plug fan (per Chassis)

20

Reliability,

Availability and

Serviceability

(RAS) features

Key areas of RAS superiority over standard x86-

• Firmware First

• Automatic error logging

• Auto self-healing (Analysis Engine)

• Disabling and deconfiguration of failed FRUs

• Onboard fault analyzer

• Automatic restart

• Advanced processor error handling (EMCA2)

• Advanced memory resiliency (ADDDC)

• Memory error storm response

• Enhanced fabric resiliency (Flex Grid adaptive routing)

• Advanced PCIe error recovery (LER)

21 Operating

Systems and

Virtualization

Software Support

RHEL, SLES, VMware, Windows

Virtualization technologies: VMware vSphere, RHEV,

KVM and Microsoft Hyper-V.

22 Operating

System License

Each server shall be provided with Red Hat Enterprise

Linux 1-2 Guest 3Years 24x7 subscription and support for

4-socket.

23 GPU support Support of up to 16 single-wide GPUs; up to 8 double-wide

GPUs

24 Security

Secure architecture, design and supply chain, with limited

exposure Silicon root of trust TPM2.0

25

Server

Management

Embedded management controller with the offered Server.

Software should have dashboard view to quickly scan the

managed resources to assess the overall health of the data

center. It should provide an at-a-glance visual health

summary of the resource’s user is authorized to view.

The Dashboard minimum should display a health summary

of the following:

• Server Profiles

• Server Hardware

• Appliance alerts

The Systems Management software should provide Role-

based access control

348

SL Item Name Detail Required Specification Bidder response

Management software should have integration with popular

virtualization platform management software like vCenter,

and SCVMM

Should help provide proactive notification of actual or

impending component failure alerts on critical components

like CPU, Memory and HDD.

Should provide an online portal that can be accessible from

anywhere. The portal should provide one stop, online

access to the product, support information and provide

information to track warranties, support contrast and status.

The Portal should also provide a Personalized dashboard to

monitor device heath, hardware events, contract and

warranty status. Should provide a visual status of

individual devices and device groups. The Portal should be

available on premise (at our location - console based) or off

premise (in the cloud).

Should help to proactively identify out-of-date BIOS,

drivers, and Server Management agents and enable the

remote update of system software/firmware components.

26 Installation

services, manage

& control

Access to OEM experts via phone, web, or both

OEM installation and startup professional service shall be

provided.

Connect devices to OEM for real-time diagnosis, alerts,

and information from Day1.

27 Warranty&

services

3-yrs collaborative warranty with 24x7 mission critical

one-point support from OEM.

4-hour mission critical response time for hardware issue

from OEM. Supporting service-related document shall be

provided.

Root cause analysis report shall be available from day1.

OEM shall maintain local spare parts depot/warehouse in

Bangladesh.

All above features BoQ should be provided with proper

explanation.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

349

Database Backup System (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder

Specification

1 Country of Origin USA/UK/EU/Switzerland/Australia/Japan

2 Country of Manufacture To be mentioned by the bidder

3 Brand Name To be mentioned by the bidder

4 Model To be mentioned by the bidder

5 Quantity Proposed backup software will ensure license

100 Front-end-TB capacity & 150 VM

perpetual license with 3-year 24x7

maintenance contract with the platform

provider.

6 Analyst Report Backup software must be present as Leaders

in Gartner's Magic Quadrant for backup

software for the last 5 years.

7 OEM credibility Backup Software OEM should be a publicly

listed company for last 3 years in any of the

world’s leading stock exchanges like NYSE,

NASDAQ, Tokyo Stock Exchange.

8 Centralized Management The backup software may have firewall

support & alerts on Mobile devices etc.

centralized management / Single interface for

management of all backup and archival (file

system and E-mail) activities across physical

servers, VMs and Mobile devices like

Laptops / Tabs / Phone and SaaS based

applications like Microsoft O365(Backup &

Archival) and G Suite

9 Security The proposed solution should have ability to

protect all mount paths associated with disk

libraries configured from a Backup/Media

Server against Ransomware attacks.

10 Efficient Data

Management

Should support software based de-

duplication to support any storage system,

cloud repository and object storage as de-

duplicated disk target. Based on policy

backup software should be able to move data

to a tape library automatically

11 Replication Backup software should be able to replicate

backed up data in de-duplicated format (for

bandwidth optimization) to another site for

compliance purposes, with or without the

need of external replication tools. All

necessary licenses for achieving consistent

replication of backup data should be quoted.

350

12 Licensing The proposed licenses should be Perpetual in

nature. All the necessary licenses should be

supplied along with the solution.

13 Database Support Backup software should be able to protect the

following through online agents enabling

granular restores. Major DBs like Oracle,

Exchange, Sybase, Informix, DB2, MS SQL,

MySQL, MongoDB, MariaDB, etc. and

Applications likes SAP, etc. across wide

range of popular Windows / Linux and Unix

flavors.

14 Reporting Comprehensive reporting of media, backup

server, jobs, analytics should be offered as

part of the functionality in the supplied

software either natively or through additional

reporting software.

15 Hypervisor Support It should have full support for backing up

virtual servers (image level) on various

hypervisors like Hyper - V, ESXi, RHEV,

OVM, Acropolis, Citrix, Fusion, etc.

16 Efficient Data

Management

Backup software should have the ability to

archive data and create a single repository for

backup and archive for space efficiency and

easier data management.

17 Encryption It should support the following algorithms

and provide better security in deployment

across sites - BLOWFISH, GOST, Serpent,

AES, Twofish, 3-DES, etc.

18 Storage Array Support Should support software based de-

duplication to support any storage system,

cloud repository and object storage as de-

duplicated disk target. Based on policy

backup software should be able to move data

to a tape library automatically The proposed

backup solution should support snapshot

based backup from various vendors such as

Hyperflex, HP 3PAR, EVA, Fujitsu Eternus,

Oracle ZFS, Infinidat, Solidfire, Huawei,

Tintri,etc.

19 Oracle Database Security The Backup solution should support Oracle

Data Masking, whereby a copy of backed up

data can be handed over to any third party

without allowing them to view data within

the instance. They should be able to

troubleshoot, run dev / test instances on the

copy and yet not have access to confidential

data of the organization.

351

20 Data Management Proposed solution should support universal

recovery to restore from P2P, P2V, V2V,

V2P, V2C and C2V without having to wait to

extract the full backup to production storage.

Backup software should be able to protect the

Big data apps like Cassandra, Greenplum,

Hadoop, IBM-GPFS

21

Scale Out Architecture

The proposed Backup hardware should be

based on node-based architecture and scale

out design (expand on multiple nodes). Shall

support single node increments after initial 3-

node deployment.

Shall be configured with the tested reference

architecture. Minimum number of nodes

should be offered with high availability.

Scale performance linearly by adding

compute and

networking as you expand capacity via scale-

out

architecture.

22

VTL Support

The proposed Backup hardware should allow

to add external storage for the VTL or target

backup capacity.

23

Erasure Coding

Tolerate a node failure and/or multiple HD

failures within a 3-node cluster with erasure

coding 4+2. And with 6-nodes, cluster can

support up to two node failures

24

Backup Hardware

The proposed backup architecture should be

such that each participating node should have

its independent controller

25

Required Controllers

The proposed backup architecture should

have more than two controllers (Server and

backend capacity) and every node should be

behaving as the active controller.

26

Self-Resiliency

The proposed backup architecture should

have self-resilient architecture.

27

Self-Healing

The proposed backup architecture should

have self-healing architecture.

28

Performance

Every node in the backup architecture should

be equipped with latest and scalable

processor.

29

Memory

Each node in the backup architecture should

be able to expand up to 1TB memory.

30

Performance

Enhancement

The proposed backup architecture should

provide SSD cache with each participating

controller/node to facilitate meta data as well

as to enhance the backup performance as an

cache apart from DDR memory

352

31

Required Ports

The proposed backup appliance, each node

shall have 1x 2-port 10/25Gbps SFP28

adapter with transceivers and 1x 2-port

32GBps FC ports per node.

32

Storage Capacity

For DC, the proposed backup appliance shall

come with minimum 5-node system and shall

provide min. 1PB usable capacity (without

deduplication & compression) with back-end

TB capacity or node-based license and

scalable up to 5PB in a single deduplicated

storage pool.

For DR, the proposed backup appliance shall

come with minimum 3-node system and shall

provide min. 600TB usable capacity (without

deduplication & compression) with back-end

TB capacity or node-based license and

scalable up to 5PB in a single deduplicated

storage pool.

Replication between DC and DR shall be

native and shall be established from Day1.

33

Write Performance

When fully populated, offered device shall

supported rated write performance, when

enabled with source level de-duplication, of

minimum 100TB/hr RPO (full backup)

34

Concurrent Streaming

Offered appliance shall preform minimum

1000 concurrent stream to storage pool.

35

Recovery performance

Offered appliance shall deliver

recovery/restore performance up-to ~10

TB/hr across 100 streams from day one.

Restore performance can be double up-to 20

TB/hr by adding another 3 nodes in the

cluster.

36

Instant Recovery Feature

Granular files, messages, documents, or DB

instance/tables/rows in a single click manner

37

Training

Should be provided with min. 3 Days

administrator training from OEM conducted

training center for the appliance. Other

relevant cost to be conveyed by the bidder.

38 Appliance Warranty

3-yrs collaborative warranty with 24x7 OEM

mission critical one-point support.

4-hour onsite response time for hardware

issue. Supporting service-related document

should provide.

353

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

Professional installation and deployment

service shall be provided by the platform

provider.

OEM shall maintain local spare parts

depot/warehouse in Bangladesh.

Warranty support SKU and datasheet with

the detail BoQ and sizing document should

be provided with the technical compliance

document.

354

Server for HES, MDM related software/applications (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder

response

1 Brand To be mentioned by Bidder. Must be in the top three OEM

for the last 5 years in terms of revenue and shipment.

2 Quality ISO 9001/9002 for manufacturer, FCC Class A for quality

assurance

3 Model To be mentioned by the bidder

4 Country of origin USA/UK/EU/Switzerland/Australia/Japan

5 Country of

manufacturer

To be mentioned by the bidder

6 Modularity &

Flexibility

The server must be designed in modular architecture, with

each module scaling to 4Sockets architecture. Scale-up

capability and upgrade must be achieved by adding more

building blocks of 4-Socket modules, without the need to

upfront investing to a big chassis.

7 Scalability Server should be able to scale from lower entry point of 2

sockets and up to 8 sockets in 2-socket increments, with

16-224 cores.

Scaling from 64 GB to 24TB of shared memory using

DRAM (with 256GB DIMM availability). Shall support of

1, 4, 6 & 12 DIMM per socket for granular scalability

8 Processor The server must support 3rd Generation Intel Xeon

Scalable Processors (Cooper Lake 6UPI or CPX6).

Each server shall be provided with min. 4x Intel Xeon-

Platinum 8354H (3.1GHz/18-core/205W) Processor. Can

be future expandable up to 8 CPU server.

9 Memory Each server shall be provided with 1.5TB memory with

24x 64GB Quad-rank DDR4-3200 LRDIMM.

Server should support memory scalability to 12TB using

128GB LRDIMM.

10 Memory

Protection

Should support Adaptive DDDC and Fast Fault Tolerance

11 HDD Bays Each server shall be provided with min. 4x 800GB 12G

SAS Write Intensive 2.5’ hot-pluggable SSD.

12 Hard disk drive

& DVD RW

Min. Eight (8) 2.5 inch HDD, SSD, or NVMe drive bays

plus an DVD RW optical drive.

13 Array Controllers SAS drives use PCIe v3.0 based 12Gb/s SAS Internal

Hardware RAID Controller; 4GB Cache

14 Connectivity

features

Each server shall be provided with embedded 1x 2-port

1GbE RJ45 ports, 2x 2-port 10/25Gb SFP28 adapter with

25Gb SFP28 SR transceivers and 2x 2-port 32Gbps FC

HBA.

Support of up to 100Gbps network adapter & 200Gb

InfiniBands.

355

15 IO architectures Direct IO architecture from all CPUs for unblocking, best

performance, and low latencies

16 Bus Slots Server shall come with min. Sixteen (16) PCIe v3.0 slots

per server from Day1.

17 GPUs Supports up to 4 GPUs in a chassis; up to 16 per system.

GPU should be able to use in Windows OS.

18 Power Supply Each server shall be provided with min. 4x 1600W power

supplies connectivity’s for 8Socket configuration.

19 Fans Min. 8x Redundant hot-plug fan (per Chassis)

20 Reliability,

Availability and

Serviceability

(RAS) features

Key areas of RAS superiority over standard x86-

• Firmware First

• Automatic error logging

• Auto self-healing (Analysis Engine)

• Disabling and deconfiguration of failed FRUs

• Onboard fault analyzer

• Automatic restart

• Advanced processor error handling (EMCA2)

• Advanced memory resiliency (ADDDC)

• Memory error storm response

• Enhanced fabric resiliency (Flex Grid adaptive routing)

• Advanced PCIe error recovery (LER)

21 Operating

Systems and

Virtualization

Software Support

RHEL, SLES, VMware, Windows

Virtualization technologies: VMware vSphere, RHEV,

KVM and Microsoft Hyper-V.

22 Operating

System License

Each server shall be provided with Red Hat Enterprise

Linux Unlimited Guest 3Years 24x7 subscription and

support for 4-socket.

23 GPU support Support of up to 16 single-wide GPUs; up to 8 double-wide

GPUs

24 Security Secure architecture, design and supply chain, with limited

exposure Silicon root of trust TPM2.0

25 Server

Management

Embedded management controller with the offered Server.

Software should have dashboard view to quickly scan the

managed resources to assess the overall health of the data

center. It should provide an at-a-glance visual health

summary of the resource’s user is authorized to view.

The Dashboard minimum should display a health summary

of the following:

• Server Profiles

• Server Hardware

• Appliance alerts

The Systems Management software should provide Role-

based access control

Management software should have integration with popular

virtualization platform management software like vCenter,

and SCVMM

356

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

Should help provide proactive notification of actual or

impending component failure alerts on critical components

like CPU, Memory and HDD.

Should provide an online portal that can be accessible from

anywhere. The portal should provide one stop, online

access to the product, support information and provide

information to track warranties, support contrast and status.

The Portal should also provide a Personalized dashboard to

monitor device heath, hardware events, contract and

warranty status. Should provide a visual status of

individual devices and device groups. The Portal should be

available on premise (at our location - console based) or off

premise (in the cloud).

Should help to proactively identify out-of-date BIOS,

drivers, and Server Management agents and enable the

remote update of system software/firmware components.

26 Installation

services, manage

& control

Access to OEM experts via phone, web, or both

OEM installation and startup professional service shall be

provided.

Connect devices to OEM for real-time diagnosis, alerts,

and information from Day1.

27 Warranty&

services

3-yrs collaborative warranty with 24x7 mission critical

one-point support from OEM.

4-hour mission critical response time for hardware issue

from OEM. Supporting service-related document shall be

provided.

Root cause analysis report shall be available from day1.

OEM shall maintain local spare parts depot/warehouse in

Bangladesh.

All above features BoQ should be provided with proper

explanation.

357

Virtualization and Container Infrastructure for other Services

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder response

1 Blade Chassis As per the blade compute and storage requirement.

Quantity to be mentioned.

1 (One) set for DC and 1 (one) Set for DR. Each set shall

design based on the scope.

1.1 Quality ISO 9001/9002 for manufacturer, FCC Class A/B for

quality assurance.

To be mentioned by Bidder, must be internationally reputed

and have position within the leader quadrant in Gartner

report on modular server for the last 5 years.

1.2 Brand To be mentioned by the bidder

1.3 Model To be mentioned by the bidder

1.4 Country of Origin USA/UK/EU/Switzerland/Australia/Japan

1.5 Form Factor Blade chassis shall be maximum 19" Electronic Industries

Alliance Standard Width rack mountable and provide

appropriate rack mount kit.

Blade Server chassis enclosure should be capable of having

minimum 12 Half Height Blade.

1.6 Power Supply The power supply modules should be hot pluggable

Power supply should be Industry standard.

The power subsystem should support all of the following

modes of power redundancy (N+1/N+N)

1.7 Cooling The Blade server chassis should have the capability to

provide full redundant cooling for all Blade servers

1.8 Server Chassis

Fabric

The chassis shall be able to support Min. three redundant

IO modules for all fabric connectivity.

Should support housing of FCoE, Ethernet, FC and SAS

interconnect fabrics offering redundancy as a feature. Also

should support network switch with 50Gb downlinks and

100G uplink to DC switch.

Should support aggregation of multiple enclosures to

consolidate data center network connections, reduce

hardware and to scale network bandwidth across multiple

enclosures.

At least 60/36 servers should be supported per aggregation.

Layer 2 network traffic should be switched within

enclosure aggregation (without using top of the rack

switch).

Provided Chassis Interconnect Fabric Module solutions

have path for Ethernet and Fiber Channel Traffic-

Ethernet Network Traffic & SAN Storage Traffic:

1. Must provide redundant network IO module with min.

6x QSFP28 port. Should be provided with min. 16x 25Gb

connection to the external network switch (Spine Switch)

with min. 15meter optical Cables &

358

2. Should be provided with min. 16x32Gb connections to

the external FC SAN switch.

3. Offered IO module should be provided with minimum

12 x 50Gb or 24x 25Gb Ethernet downlinks to compute

module’s Converged Network Adapters.

1.9 DVD Should be able to support the feature of virtual DVD to

individual servers from remote systems

1.10 System/Chassis/

Enclosure/

Management/

Software

Management/controlling software have to be from the

OEM.

Should support auto-discovery of Compute, Memory,

Storage and Fabrics within an enclosure or on multiple

connected enclosures

Should support activity, Health and Power LEDs for

immediate status

Should support software-defined intelligence for

configuring profiles to provision compute, storage, fabrics

and images

Should support Firmware and OS Driver updates for the

servers using profile templates to monitor, flag, and

remediate

Should offer collaborative user interface which support

logical resources to physical resources mapping, Smart

Search, Activity Log, HTML5 mobile access, and

Customizable Dashboard

Should support firmware updates on the chassis while

continuing to pass traffic

Should support reporting capabilities for

1) Asset and inventory information for the devices in the

enclosures.

2) Thermal and power information, including real-time

actual power usage per server and per enclosure.

Reports should be exportable to csv or Microsoft Excel

format

Should support personalizing OS per deployment plan.

Should support stateless operation with IP addresses

assigned to bootable images

Tools for personalization and customization of images

1.11 Rack Accessories Each Blade system set should be provided with factory-

integrated 42U Rack system with accessories: 4x 7.3kVA

metered PDUs (two horizontal each with 6x C19 outlets

and two vertical each with 32x C13 & 6x C19 outlets),

KVM console- switch, display kit, USB interface adapter,

grounding kit, side panels, baying, door kit etc.

1.12 Installation

services, manage

& control

OEM on-site installation service should be provided.

Connect devices to OEM for real-time diagnosis, alerts, and

information

1.13 Warranty Mentioning manufacturer warranty should be quoted,

minimum 3 (Three) years 24x7 4-hour response time OEM

359

warranty should be provided for this unit from the date of

commissioning.

OEM shall maintain local spare parts depot/warehouse in

Bangladesh.

Blade Server

2 Blade Server Total 24 (Twenty-Four) servers- 16 (Sixteen) units for DC

and 8 (Eight) Units for DR.

Type I: 18 Units

Type II: 8 Units

2.1 Brand Same as Blade chassis brand

2.2 Model To be mentioned by the bidder

2.3 Form factor Blade Server

2.4 Processors Type I: Blade Server each with 2 x Intel Xeon-Gold 6248R

24 Core, 3.0GHz Processor, Total 48 Cores on each blade

server.

&

Type II: Blade Server each with 2 x Intel Xeon-Gold 6244

8 Core, 3.6GHz Processor, Total 16 Cores on each blade

server.

2.5 Cache L3 As per the processors offered

2.6 Chipset Intel C621 Series Chipset or higher

2.7 Storage 2 x 400GB SAS Write Intensive SSD hot pluggable

Enterprise Hard Drive for each server

The server should support SAS and SSD hard disk drives

The Blade should support Boot from SAN

The server should 12 SAS modular RAID card with at least

2Gb cache and support 0, 1, 5, 6, 10, 50, 60, 1 ADM, 10

ADM. RAID card shall support for both internal drives and

external drive connected to the blade storage module.

2.8 Memory Should have at least 768GB (12x 64GB) DDR4 (2933

MT/s) memory for each server. All the memory modules

should be 64GB Quad Rank LR-DIMM.

Should have at least 24 D1MM slots per blade and up to

3TB of DDR4 memory

2.9 Network The Blade server should support Converged Network

Adapter or FCoE adapter, which aggregates both the

Ethernet and FC connectivity on a single controller.

Should have at least 1x dual-port 50Gb CNA or 2x dual-

port 25Gb CNA.

Also, bidder should provide additional adapters with

chassis IO modules to make the blade chassis operational if

necessary.

It should support three adapters per server.

In a Virtualized environment, the virtualized adapter should

support both configuration options of passing through the

hypervisor layer or by passing the hypervisor.

Adapter and QoS policies can be set and defined for each

of the vNICs or vHBAs created in the virtualized adapter

360

2.10 Management It should support remote KVM capability from an external

keyboard, video monitor and mouse to all blades installed

in the chassis through the management controllers

Bidder must propose Management system for all blade

servers for deployment, inventory, troubleshooting and

monitoring.

2.11 Others The Blade should be hot pluggable

2.12 Environmental Operating Temperature support from 10 to 35°C and Non-

Operating Temperature from -30 to 60°C

Operating Humidity from 10% to 90% non-condensing and

Non-Operating Humidity from 5% to 95% non-condensing

2.13 Installation

services, manage

& control

OEM on-site installation service should be provided.

Connect devices to OEM for real-time diagnosis, alerts, and

information

2.14 Warranty Min. 3 years 24x7 4-hour response time OEM warranty

with faulty parts replacement and labor.

Warranty support SKU with the detail BoQ should be

provided with the technical compliance document.

OEM shall maintain local spare parts depot/warehouse in

Bangladesh.

Blade Storage (DAS) for the Blade Server

3 Blade Storage Min. 2 (Two) or more based on the drive requirement each

site (for DC and DR).

Each blade chassis shall be provided with min. 1 (One)

Blade Storage module.

3.1 Brand Same as Blade chassis brand

3.2 Model To be mentioned by the bidder

3.3 Form factor Should be able to fit at least Forty (40) SFF disks within a

single storage module and up to 5 storage modules in a

single chassis

3.4 Density Should be able to support at least 200 SFF disks per chassis

with a storage density of up to 20 SFF drives per RU, not

including local disks on the servers.

3.5 Storage Capacity Should be able to support up to a maximum of 3PB of raw

storage per chassis, not including local disks on the servers.

Each blade storage unit shall be provided with min. 24x

3.84TB SAS 12G Read Intensive 2.5inch hot-plug SSD and

12x 800GB SAS 12G Mixed Use 2.5inch hot-plug SSD.

3.6 Fault Tolerance The modules should be able to physically accommodate

redundant SAS I/O modules for redundancy and fault

tolerance. Should support Dual Domain direct attached

SAS architecture.

3.7 HDD Types Should support 12G and 6G SAS and SATA hard disk

drives (HDDs) and solid-state drives (SSDs).

3.8 Universal hot plug

Drive

The SFF disk should be standard across all server platforms

and should be interchangeable. With compatibility across

many enterprise platforms, should free to deploy and re-

361

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

deploy these drives to quickly deliver increased storage

capacity, migrate data between systems, and easily manage

spare drives.

3.9 Mix and Match of

Drive Types

Should support mixing of different drive types

(SAS/*SATA, SSD/HDD) and sizes in a single module

3.10 RAID Support Should support RAID 0, 1, 5, 6, 10, 50, 60, 1 ADM and 10

ADM (Advanced Data Mirroring) via the Hardware RAID

Controller

3.11 HDD Indicators The drives should have front panel LEDs indicate drive

activity and system health status. The drives should also

have intuitive icon-based display along with "DO NOT

REMOVE" caution indicator that gets activated

automatically in order to avoid data loss/downtime due to

wrong drive removal

3.12 Manageability Should support delivery of fluid pools of storage resources

to be composed, deployed and provisioned simply and

quickly within a composable infrastructure environment.

Should support deployment and configuration via

templates and profiles.

3.13 Software-defined

Storage

Should support and be certified for software-defined

storage like HPE VSA, VMware VSAN, Red Hat Ceph,

etc.

3.14 Security The Storage Controller should support Secure Encryption

and SmartCache

3.15 Servicing The modules should also support the action of adding,

removing and swapping of disk drives while the system is

still powered on.

3.16 Installation

services, manage

& control

OEM on-site installation service should be provided.

Connect devices to OEM for real-time diagnosis, alerts, and

information

3.17 Warranty Min. 3 years 24x7 4-hour response time OEM warranty

with faulty parts replacement and labor.

Warranty support SKU with the detail BoQ should be

provided with the technical compliance document.

OEM shall maintain local spare parts depot/warehouse in

Bangladesh.

362

Tape Library for Archival

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder response

1 Brand To be mentioned by the bidder.

2 Model To be mentioned by the bidder.

3 Country of

origin

USA/UK/EU/Switzerland/Australia/Japan

4 Country of

Manufacture

To be mentioned by the bidder.

5 Country of

assemble

To be mentioned by the bidder.

6 Chassis Rack mount with rack kit

7 Architecture Must support Fiber Connectivity to SAN

environment. Capable to allow add or

remove tape drives without schedule

downtime.

8 Tape Storage Should be modular tape library architecture

9 Tape Device

Type

LTO Ultrium 8 or latest.

10 Interface FC (8Gbps) Native Interface.

11 Network

interface

Ethernet (RJ-45)

12 Number of

Drive

Minimum 12 (Twelve) drive should be

configured and upgradeable up to 21 drive.

13 Data transfer

rate (per drive)

Up to 300 Mbps native with LTO Ultrium 8.

14 Number of Tape

Cartridges can

inserted in the

library

At least One Hundred and Sixty (160).

15 Physical

capacity

12 TB native capacity/up to 30 TB

compressed (2:1) capacity.

16 Hot Swap

feature

Power Supply should be hot swappable.

17 Management Tape Library shall come with web-based

remote manageability so it can be easily

monitored and managed from across the

room or across the globe.

Functions included in the management tool

include:

• Status information on the drive and

system

• System configuration operations and

reporting

• System error and status logs

363

• Library and drive firmware upgrade

capabilities

• Diagnostic tests and information

• Cartridge movement for maintenance

and management purposes

• Cleaning cartridge support

• Security and access control

• SNMP support for IP communication

• Partitioning and encryption management

• HTTPS capable

IPv6 and IPv4 network protocol support

18 Form Factor Rack Unit(s), as required.

19 Tape

Cartridges

160 Unit LTO 8 data Cartridge, 2 Unit

cleaning cartridge and 200 nos. bar code

label.

20 Mixed Tape Must support mix tape drive technology and

mix media such in same library.

21 Power Supply Redundant Power Supply.

22 Operating

system

Windows, Linux Operating systems.

23 Product Life

time

Tape Library lifetime will be around 07

(Seven) years after delivery of the product.

24 Accessories As required for successful commissioning.

25 Warranty At least 3 years24x7 4-hour response time

OEM on site with full labor, parts &

replacement.

OEM shall maintain local spare parts

depot/warehouse in Bangladesh.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

364

Server Load Balancer

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder response

1 Brand To be mentioned by the bidder

2 Model To be mentioned by the bidder

3 Country of origin To be mentioned by the bidder

4 Country of

Manufacturer To be mentioned by the bidder

5 Enclosure Type Rack-mountable

6

Compliance

Certification

The system must inherit the following Compliance

Certification: CE, FCC, RCM, VCCI, BSMI, UL/cUL,

CB

8

Platform

Requirements

Platform should provide application acceleration, reducing

load on websites/Application and performing load

balancing as well as other features (SSL offload,

proxy/reverse proxy, content routing, L4/L7 firewalling

and more). Platform also should provide application

availability to improve user experience by using multiple

technique that used for business continuance and disaster

recovery between multiple sites.

9

Solution

Architecture

The solution must be hardware appliance-based solution

and all the services like Server Load Balancer, Link load

Balance, Global Server Load Balancing and Application

Security should be on single OS.

ADC should support hardware-based SSL acceleration.

10

Interface ADC should have minimum 8 x 10GE SFP+ and 8 x 1GE

SFP interface from day 1.

Bidder should supply 8 x 10G Multi mode SFP+, 4 x 1G

Multi mode SFP module, and 4 x 1G Copper module for

each appliance. All SFP module should be OEM original.

11 Memory ADC should have a minimum memory of 64 GB

12 Power Supply ADC should have dual power supply from day 1

13

System

Performance

L4 throughput: 60 Gbps or more

L4 connection per second: 1.2 M or more

L4 concurrent connections: 70 M or more

L4 HTTP Request Per Second: 4 M or more

L7 throughput: 35 Gbps or more

L7 Request per second: 250,000 or more

SSL CPS/TPS 2K keys : 40,000 or more

SSL Encryption Throughput: 20 Gbps or more

Compression Throughput: 20 Gbps or more

Virtual ADC/ Routing Domain / Virtual Domain: 20 or

more

14 High Availability Solutions should support active-active and active-backup

high availability from day 1

365

Solution should support network-based failover for

session mirroring, connection mirroring and heartbeat

check

Solutions should support full configuration and session

sync.

Solutions should able to synchronize of the ruleset,

configured policies objects in both units

15

Networking Should support Static NAT, Hide NAT, and Dynamic

NAT for flexibility and scalability

Should support VLAN and port trunking support

Support integration with SDN technology like Cisco ACI,

Nutanix, OpenStack, and Ansible

Should have NVGRE and VXLAN Support

Should support BGP and OSPF with Route Health

Inspection

Should have IPv6 Support for SLB, interfaces, routing,

and firewalling

16

Server Load

Balancing &

Application

Optimization

Features

The solution should support layer4 and layer 7 load

balancing for well-known protocols like HTTP, HTTPS,

TCP, UDP, FTP, RADIUS, RDP, SIP, DNS and more

Should have virtual service definition with inherited

persistence, load balancing method, and pool members

Should support Layer 4/7 application routing policy and

server persistence

Should support scripting for event-driven rules using

predefined commands, variables, and operators for SLB,

content rewrite, persistency, and security

The solution should support the following load balancing

methods:

• Round-Robin

• Weighted Round-Robin

• Least Connections

• Fastest Response

• URI

• Host

• Host Domain

Solutions should provide application & server health

checks for well-known protocols like ICMP, TCP,

TCP_ECHO, HTTP, HTTPS etc.

Solutions should maintain server persistency using

Source-IP /Network, Hash Header, Cookie, RADIUS

Attribute, SSL Session ID persistency options

Solution should support content routing and rewrite

content

Solutions should support custom scripting for SLB and

content rewriting

The solution should support one to one NAT, Source NAT

(change source IP), DNAT (change destination IP) and

Full NAT (change source & destination IP)

366

The solution should support application (JavaScript, xml)

and text (CSS, html, xml, custom plain )

compression/decompression for web site acceleration

Solutions should capable of doing SSL offloading towards

clients and SSL re-encryption towards the real servers.

Solution should support SSLv3, TLSv1.0, TLSv1.1,

TLSv1.2, TLSv1.3

Should support Layer 7 DNS load balancing, security, and

caching

Solution should support full SSL forward proxy to inspect

outbound traffic

17

Global Server

Load Balancing

Solution should support load balancing of servers between

different data centers

The solution should support hardened DNS server that can

be deployed as the authoritative name server

Solutions should have availability to determine of virtual

server health by real-time connectivity checking

The solution should have persistence response for

applications transactions across multiple hosts.

The solution should support dynamic proximity which is

determined by application response time (RTT probes),

least connections, or byte-per-second.

Solution should support DNS-based load balancing of

inbound traffic.

Solutions should support all DNS queries like CANME, A

record, AAAA record, MX record, CNAME record, NS

record, TXT record, SRV record.

Solution should support Response Rate Limit to keeps the

authoritative DNS server from being used in amplifying

reflection denial of service (DoS) attack.

Solution should support DNSSEC

The solution should support DNS64 to allow the

resolution of addresses from the IPv4 world by creating

synthesized AAAA records for hosts where no AAAA

record is available.

18

Link Load

Balancing

Solution should support link load balancing for outbound

traffic using health checks and persistence options to

optimize link utilization.

Solution should support load balancing method like

weighted round robin, least connections, least connection

rate, least throughput and source-IP.

Solution should support Inbound link load balance with

the help of DNS and Round Robin, Weighted Round

Robin, Proximity, and all GSLB functions (Proximity,

Region, etc.) method is used.

Solution should able to route traffic based on source/target

IP, port, protocol, priority to different ISPs, failover, max

throughput supported.

367

19

Security Features Solution should have network layer DDoS prevention

technique using IP Fragmentation Protection, TCP SYN

flood protection, TCP slow data flood protection policy.

Solution should have application layer DDoS prevention

technique using HTTP flood protection, HTTP

Connection Limit, HTTP Access Flood.

Solution should have L4 IP firewall policy to allows or

denies traffic based on a source address, destination

address, and service

Solution should have Intrusion Prevention Service (IPS)

to provides the latest defenses against stealthy network-

level threats.

Solution should support user tracking and authentication

to provide accurate policies to prevent fraud.

The solution should be capable of publishing web

applications and offering backend SSO access

Should support Local, LDAP, RADIUS, NTLM,

Kerberos, SAML 2.0 (SP and Idp) authentication

offloading

Solution should support Two-Factor Authentication

20

Log and

Reporting

Features

The solution should be able to locally store event (audit),

alert & traffic information

The solution should be able to send all log types above to

an external syslog server

Should have a Reporting Engine built-in

Should support integration with renowned SIEM tools like

Arcsight, Splunk, Qradar and others

Log and reporting solution must support custom reporting

as on-demand

The solution should have a dashboard for data analytics

where top “N” information is displayed

21

Device

Administration &

Management

Should provide HTTP/HTTPS/SSH interface management

for administering the device

Should provide SSH interface management for

administering the device

Solution should have In-build diagnostic utilities

Should support role based admin access.

Device should support SNMP

22 MAF Bidder must be submitted Manufacturer Authorization

form (MAF)

23 Warranty Bidder should propose hardware & software for 3 (three)

years OEM warranty and RMA support.

24

Manufacturer's

part number

Bidder should submit BOQ of proposed device including

the detail’s part numbers and Manufacturer's Warranty

part number.

25

License Bidder must offer necessary security license &

subscriptions that includes " Server Load Balance, Link

Load Balance, Global Server Load Balance, DDOS

protection, & Stateful Firewalling " for three years

368

26

Supporting

Document

Bidder must submit the required performance document

and compliance reference document for the proposed

device.

27

Installation,

Testing and

Commissioning

Bidder must carry out on site installation, testing and

commissioning. In consultation with IT Department,

bidder must configure appropriate security and

administration related policies, must do integration with

other related hardware/software required to make the

Network Functional and shall provide respective

documentation to IT Division.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

369

Workstation (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

S/N Item Technical Specifications and Standards Bidders Response

1 Brand Internationally Reputed Brand.

Should be in the top 5 hardware provider in

terms of revenue and shipment.

2 Model To be mentioned by the Bidder

3 Country of Origin USA/Japan/EU/China

4 Country of

Manufacturer

To be mentioned by the Bidder

5 Form Factor All-in-one

6 Processor Minimum 9th Generation Intel Core i7

processor

7 Processor Speed Minimum 2.60 GHz

8 Chipset Intel Q370

9 Cache Minimum 9 MB

10 Memory Minimum 8 GB DDR4-2666 SDRAM (1 X

8 GB)

11 Hard Disk Minimum 1TB SATA HDD & min.

256GB M.2 SSD shall be provided.

12 Optical drive 9.5 mm Slim DVD

13 Graphics Integrated Intel UHD Graphics 630

14 Sound Card Built in

15 Display 54.61 cm (21.5") diagonal FHD IPS

widescreen LCD anti-glare WLED-backlit

16 Expansion Slot 1 M.2 2230 slot for WLAN and 1 M.2

2230/2280 slot for storage

17 Interface & Ports Side: 1 headphone/microphone combo;

1 SD 3.0 card reader;

1 USB 2.0 Type-C™;

1 USB 3.1 Gen 1;

1 USB 3.1 Gen 1 (charging)

Rear: 1 DisplayPort 1.2;

1 power connector;

1 RJ-45; 2 USB 3.1 Gen 1

18 Keyboard USB Slim Wired Keyboard

19 Mouse USB Optical Mouse

20 WebCam Should have MP FHD webcam with

integrated digital microphone that support

maximum resolution of 1920 x 1080

21 Security Features To be mentioned by the Bidder

22 Operating System

Software

Preinstalled Windows 10 Professional 64

bit, OEM

23 Power supply 120 W external power adapter, up to 88%

efficiency, active PFC

370

24 Manufacturer’s

certificate

A Manufacturer’s certificate for 3 year’s

warranty must be submitted at the time of

supply.

25 Warranty Three (03) years comprehensive warranty

& onsite support. The supplier Should have

own regional logistic facility. Warranty

response time will be in 7 (seven) Days

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

371

WAN Switch (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder response

1 Brand To be mentioned by the bidder. Must be in the leaders

quadrant of Gartner Magic Quadrant of Wired and Wireless

Network.

2 Model To be mentioned by the bidder

3 Country of

Origin

USA/UK/EU/Switzerland/Australia/Japan

4

Architecture

Should be provided with-

• 24x 1/10G SFP+ Ports with 8x 1G SFP RJ45

Transceivers, 8x 1G SFP LC SX Transceivers, 2x

10G Base-T transceivers

• 4x 1/10/25/50G SFP ports with 1x 50G SFP56 to

SFP56 Direct Attach Copper Cable and 2x 10G

SFP+ LC SR Transceivers

• 1x USB-C Console Port

• 1x USB Type-A Host port

• Shall be provided with rack mounting kit.

5 Memory and

processor

• Memory: min. 8GB

• Packet buffer size: min. 8MB

• Flash: min. 32GB

6

Performance

• 10 Gbps Latency: < 1.5 µSec

• Throughput: > 650 Mbps

• Switching capacity: >880 Gbps

Layer 2 and

Layer 3

switching and

service

The following Layer 2 services shall be supported-

• VLAN support and tagging support for IEEE

802.1Q (4094 VLAN IDs) and 512 VLANs

simultaneously.

• STP supports standard IEEE 802.1D STP, IEEE

802.1w Rapid Spanning Tree Protocol (RSTP) for

faster convergence, and IEEE 802.1s Multiple

Spanning Tree Protocol (MSTP)

• Internet Group Management Protocol (IGMP)

controls and manages the flooding of multicast

packets in a Layer 2 network

The following Layer 3 services and routing shall be

supported-

• Address Resolution Protocol (ARP) determines the

MAC address of another IP host in the same subnet;

supports static ARPs

• Dual IP stack maintains separate stacks for IPv4

and IPv6 to ease the transition from an IPv4-only

network to an IPv6-only network design

• Supports internal loopback testing for maintenance

purposes and increased availability

372

7

Management

• Built-in programmable and easy-to-use REST API

interface

• Central for unified network operations of wired,

WLAN, SD-WAN, and public cloud infrastructure.

• sFlow (RFC 3176) is ASIC-based wire speed

network monitoring and accounting with no impact

on network performance; network operators can

gather a variety of network statistics and

information for capacity planning and real-time

network monitoring purposes.

• SNMPv1/v2c/v3 support provides read capability of

industry standard Management Information Base

(MIB) and private extensions.

• Remote monitoring (RMON) with standard SNMP

monitors essential network functions. Supports

events, alarms, history, and statistics groups as well

as a private alarm extension group.

• TFTP and SFTP support

• Debug and sampler utility supports ping and

traceroute for IPv4 and IPv6

• Network Time Protocol (NTP) synchronizes

timekeeping among distributed time servers and

clients.

• IEEE 802.1AB Link Layer Discovery Protocol

(LLDP) advertises and receives management

information from adjacent devices on a network.

• Dual flash images provide independent primary and

secondary operating system files for backup while

upgrading.

• Unidirectional link detection (UDLD) monitors the

link between two switches and blocks the ports on

both ends of the link if the link goes down at any

point between the two devices.

8

Quality of

Service (QoS)

• Strict priority (SP) queuing

• Traffic prioritization (IEEE 802.1p) for real-time

classification

• Class of Service (CoS) sets the IEEE 802.1p

priority tag based on IP address, IP Type of Service

(ToS), Layer 3 protocol, TCP/UDP port number,

source port, and DiffServ.

• Rate limiting sets per-port ingress enforced

maximums and per-port, per-queue minimums.

• Large buffers for graceful congestion management.

373

9

Security

• Access control list (ACL) support for both IPv4 and

IPv6.

• ACLs also provide filtering based on the IP field,

source/destination IP address/subnet, and

source/destination TCP/UDP port number on a per-

VLAN or per-port basis.

• Control plane policing sets rate limit on control

protocols to protect CPU overload from DOS

attacks.

• RADIUS and TACACS+ support

• Supports MAC-based client authentication.

• Secure management access delivers secure

encryption of all access methods (CLI, GUI, or

MIB) through SSHv2, SSL, and/or SNMPv3

• STP BPDU port protection blocks Bridge Protocol

Data Units (BPDUs) on ports that do not require

BPDUs, preventing forged BPDU attacks.

• Secure Sockets Layer (SSL) encrypts all HTTP

traffic, allowing secure access to the browser-based

management GUI in the switch.

• Security banner displays a customized security

policy when users log into the switch

10

Power and

Cooling

• Dual redundant (1+1) and hot-pluggable power

supplies; fully populated.

• Redundant (N+1) and hot-pluggable fan modules;

fully populated.

11 Installation

services, manage

& control

Access to OEM experts via phone, web, or both

Connect devices to OEM for real-time diagnosis, alerts,

and information.

12 Warranty &

services

3-yrs collaborative warranty fully back-to-back with OEM

with faulty part replacement and labor.

All above features BoQ should be provided with proper

explanation.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

374

Core Router (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder response

1 Quality

ISO 9001/9002 for manufacturer, FCC Class A/B for

quality assurance

2 Brand

Internationally reputed top ten (10) brand of Gartner Magic

Quadrant Report in 2020

3 Model To be mentioned by the bidder

4

Country of

Origin USA/UK/EU/Switzerland/Australia/Japan

5 Environmental

Maintain International Quality Environmental Safety

Standard

6 Enclosure Type Rack-mountable modular Chassis

7

Part No

Bidder should submit BOQ of proposed device including

the details part numbers. Bidder should submit the

required feature & performance compliance document for

the proposed solution.

8

General Features

The Router shall have the following General Features:

Should be a modular router with minimum 2-line card

slots and minimum 2 slots for Routing Engines and

Switch Fabric Modules

Should have a redundant Routing Engine, Redundant

Switch Fabric and Redundant Power Supplies.

Should have routing engine with 2 GHz and 6 Core

processor, minimum of 64 GB memory and 50GB SSDs

storage.

Port Capacity: 20 x 1G SFP (10 x1G RJ45, 10 x 1G SX),

4 x 10GE SFP (4 x 10G SR) and 4 x 40G (4 x 40G SR4).

All transceivers should be manufactured by same router

OEM

Routers should support modular LAN and WAN

connectivity options including 1G Fiber/ Copper, E1,

DS3, OC3, OC12, OC48, 10G, 40G, 100G, 10G DWDM,

100G DWDM and 100G Digital Coherent Optical

interfaces. Router should be ready for 400G interfaces

Router should support a total system throughput of

minimum 3 Tbps and per slot capacity of minimum 1.5

Tbps

Should have scalability up to 2,000,000 IPv4 and

2,000,000 IPv6 routes

Router should support Inline Data Plane Security with

support for line cards that have AES-256 MACsec line-

side encryption and native IPsec tunnel support

Shall support online insertion and removal (OIR) that is

non-disruptive in nature. Online insertion and removal of

one line card shall not lead to ANY packet loss for traffic

375

flowing through other line cards for both unicast and

multicast traffic In case of a line card failure on the router; the multicast

routing, multicast distribution and multicast replication

architecture of the router shall ensure no impact & zero

packet loss of multicast video, audio & data traffic

running on rest of the line cards in the system

In case the primary route processor fails on the router,

there should be ZERO packet loss on the whole router for

both unicast and multicast traffic

Internal Core Firewall and Core Router should be from

same OEM

9

Performance:

Aggregate Throughput – Minimum 3 Tbps

Per slot bandwdith scalable up to 1.5 Tbps

Logical Interfaces: 32000

VLANs - 64,000

IPv4 and IPv6 Routing Table: 9 Million

BGP routes with route resolution to be supported: 12

Million

eBGP/iBGP with no prefixes - 4,000

MPLS LDP/RSVP-TE LSPs: 32,000

VPLS Instances - 8,000

Minimum NAT64 Throughput [1518B]: 18 Gbps

Minimum Statefull firewall throughput [1518B] : 20 Gbps

Minimum IPSec VPN throuhput [1518B]: 15Gbps

Minimum IPSec VPN tunnel of 6,000 with 30 million

flow

Multicast Routes - 200,000

Routing protocol

support

Routers should support IPv4 Routing features - RIP

v1/v2, OSPF, BGP, BGP Route Reflector, IS-IS

Routers should support IPv6 Routing features - RIPng,

OSPFv3, IPv6 MLD, IS-IS and BGP

Shall support MPLS Provider/Provider Edge

functionality. MPLS VPN, MPLS mVPN (Multicast

VPN), Carrier Supporting Carrier (CSC), DiffServ Tunnel

Modes, MPLS TE (Fast re-route), DiffServ-Aware TE,

Inter-AS VPN, Resource Reservation Protocol (RSVP),

VPLS, VPWS, Ethernet over MPLS, EVPN, CESoPSN

and SAToP as per RFC 4553

The router should support Policy Based Routing, Source

Based Routing and Reverse Path Forwarding

Should support SDN Gateway features allowing

interconnecting physical networks and virtual networks

operating with different technologies via support for

Multiprotocol BGP (MBGP), dynamic tunnels using

MPLSoGRE or Virtual Extensible LAN (VXLAN)

encapsulation, virtual routing and forwarding (VRF)

tables, E-VPNs, and Network Configuration Protocol

376

10

(NETCONF), along with the ability to send traffic

between VRF and global routing tables based on

configuration and policy

Should support Business Edge, Internet Peering Gateway

and Broadband Network Gateway features

Should support Data centre applications, with support for

multiple overlay encapsulation methods, including

VXLAN, Network Virtualization using Generic Routing

Encapsulation (NVGRE), MPLSoUDP, MPLSoGRE,

802.1BR and Segment Routing.

Should support Metro Aggregation features to be

deployed as IP/IP VPN edge router, Ethernet VPN

(EVPN) and virtual private LAN service (VPLS) provider

edge (VPLS-PE) routers, MPLS label-switching (LSR)

routers, and as Layer 2 Ethernet switches or Layer 3 IP

routers.

11

Quality of

Service (QoS)

requirements

Routers should support Class-based queuing with

prioritization

It should be possible to configure maximum bandwidth

and guaranteed bandwidth

Routers should support Queuing based on VLAN, DLCI,

interface, bundles, or filters

Routers should support Marking, policing, and shaping

Routers should support congestion management features

like WRED or equivalent

Should support Synchronous Ethernet (SyncE) and

Ethernet Synchronization Messaging Channel (ESMC)

Should support Three-level hierarchical CoS scheduling

12

Multicast

Features

Should support IGMPv1/v2/v3, MLDv2, PIM-SM, PIM-

DM and PIM-SSM

Should support Bidirectional PIM based on RFC 5015

Should support IPv6 multicast Rosen version 7

Should support Automatic multicast tunnelling (AMT) to

facilitate dynamic multicast connectivity between

multicast-enabled networks across islands of unicast-only

networks.

Should support Multicast-only fast reroute (MoFRR) to

allow switchover of multicast traffic from primary to

backup path with minimum packet loss

Should support Non Stop Active Routing for IGMP &

PIM for IPv4 & IPv6

13

Security Features

Should support Firewall Filters / ACL and stateless L2-L4

Filters

377

Should support DDoS attack protection for control plane

and FlowSpec for DDoS protection of data plane

Should support inline services on the line card for flow

monitoring, port mirroring, generic routing encapsulation

(GRE), IP tunnelling, logical tunnels, lawful intercept,

and video monitoring

Should have dedicated processing card for compute-

intensive services such as NAT, IPsec VPN, stateful

firewall, deep packet inspection, flow monitoring, and

load balancing.

14

Management and

Troubleshooting

Router should have Console, Telnet and Web for

management of device

Should support an automation ecosystem that includes

support for OpenConfig/YANG, gRPC, Thrift,

NETCONF, JSON/XML, API support for all modern

programming languages, Rich on-box scripting support

using Python and REST APIs

Device should support extensive debug of protocols and

provide native XML capabilities in the OS including

config scripts, operational scripts event policies, event

scripts, and macros that help automate operational and

configuration tasks.

Device should support Synchronous Ethernet for

frequency, and the Precision Time Protocol (PTP) for

frequency and phase synchronization. Should support

hybrid mode of SyncE and PTP to achieve the highest

level of frequency (10 ppb) and phase (<1.5 uS) accuracy

The Router should support CLI with a hierarchical

structure

Router should support streaming telemetry that can

identify current and trending congestion, resource

utilization, traffic volume, and buffer occupancy

15

Certifications

GR-1089-Core EMC and Electrical Safety

Common Bonding Network (CBN)

National Electrical Code (NEC)

GR-63-Core Physical Protection

FIPS 140- Level 2 Cryptographic Certification

378

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

Common Criteria Certificate (CCC) for IT Security

Evaluation (Version 3.1)

16

Manufacturer

part number

Bidder should submit BOQ of proposed device including

the details part numbers and Manufacturer Warranty.

Bidder should submit the required performance document

for the proposed device.

17

Warranty

Mentioning manufacturer warranty part number should be

quoted, minimum 3 (Three) years warranty should be

provided for this unit from the date of successful

commissioning

379

Core Switch (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder response

1 Brand To be mentioned by the bidder. Must be in the leaders

quadrant of Gartner Magic Quadrant of Wired and

Wireless Network.

2 Model To be mentioned by the bidder

3 Country of

Origin

USA/UK/EU/Switzerland/Australia/Japan

4

Architecture

Should be provided with-

• Min. 32x 40/100G QSFP+/QSFP28 Ports

• 1x USB-C Console Port

• 1x USB Type-A Host port

• Shall be provided with rack mounting kit.

5

Memory and

processor

• Memory: min. 16GB

• Internal drive: min. 64GB SSD

• Packet buffer size: min. 32MB

• Flash: min. 8GB

6 Performance

• Throughput: > 2000 Mbps

• Switching capacity: >6 Tbps

7

Layer 2 and

Layer 3

switching and

service

The following Layer 2 services shall be supported-

• VLAN support and tagging support for IEEE

802.1Q (4094 VLAN IDs) and 512 VLANs

simultaneously.

• STP supports standard IEEE 802.1D STP, IEEE

802.1w Rapid Spanning Tree Protocol (RSTP)

for faster convergence, and IEEE 802.1s

Multiple Spanning Tree Protocol (MSTP)

• Internet Group Management Protocol (IGMP)

controls and manages the flooding of multicast

packets in a Layer 2 network

The following Layer 3 services and routing shall be

supported-

• Address Resolution Protocol (ARP) determines

the MAC address of another IP host in the same

subnet; supports static ARPs

• Dual IP stack maintains separate stacks for IPv4

and IPv6 to ease the transition from an IPv4-

only network to an IPv6-only network design

• Supports internal loopback testing for

maintenance purposes and increased availability

380

SL Item Name Detail Required Specification Bidder response

7

Management

• Built-in programmable and easy-to-use REST

API interface

• Central for unified network operations of wired,

WLAN, SD-WAN, and public cloud

infrastructure.

• sFlow (RFC 3176) is ASIC-based wire speed

network monitoring and accounting with no

impact on network performance; network

operators can gather a variety of network

statistics and information for capacity planning

and real-time network monitoring purposes.

• SNMPv1/v2c/v3 support provides read

capability of industry standard Management

Information Base (MIB) and private extensions.

• Remote monitoring (RMON) with standard

SNMP monitors essential network functions.

Supports events, alarms, history, and statistics

groups as well as a private alarm extension

group.

• TFTP and SFTP support

• Debug and sampler utility supports ping and

traceroute for IPv4 and IPv6

• Network Time Protocol (NTP) synchronizes

timekeeping among distributed time servers and

clients.

• IEEE 802.1AB Link Layer Discovery Protocol

(LLDP) advertises and receives management

information from adjacent devices on a network.

• Dual flash images provide independent primary

and secondary operating system files for backup

while upgrading.

• Unidirectional link detection (UDLD) monitors

the link between two switches and blocks the

ports on both ends of the link if the link goes

down at any point between the two devices.

8

Quality of

Service (QoS)

• Strict priority (SP) queuing

• Traffic prioritization (IEEE 802.1p) for real-time

classification

• Class of Service (CoS) sets the IEEE 802.1p

priority tag based on IP address, IP Type of

Service (ToS), Layer 3 protocol, TCP/UDP port

number, source port, and DiffServ.

• Rate limiting sets per-port ingress enforced

maximums and per-port, per-queue minimums.

• Large buffers for graceful congestion

management.

381

SL Item Name Detail Required Specification Bidder response

9

Security

• Access control list (ACL) support for both IPv4

and IPv6.

• ACLs also provide filtering based on the IP

field, source/destination IP address/subnet, and

source/destination TCP/UDP port number on a

per-VLAN or per-port basis.

• Control plane policing sets rate limit on control

protocols to protect CPU overload from DOS

attacks.

• RADIUS and TACACS+ support

• Supports MAC-based client authentication.

• Secure management access delivers secure

encryption of all access methods (CLI, GUI, or

MIB) through SSHv2, SSL, and/or SNMPv3

• STP BPDU port protection blocks Bridge

Protocol Data Units (BPDUs) on ports that do

not require BPDUs, preventing forged BPDU

attacks.

• Secure Sockets Layer (SSL) encrypts all HTTP

traffic, allowing secure access to the browser-

based management GUI in the switch.

• Security banner displays a customized security

policy when users log into the switch

10

Power and

Cooling

• Dual redundant (1+1) and hot-pluggable power

supplies; fully populated.

• Redundant (N+1) and hot-pluggable fan

modules; fully populated.

11 Installation

services,

manage &

control

Access to OEM experts via phone, web, or both

Connect devices to OEM for real-time diagnosis, alerts,

and information.

12 Warranty &

services

3-yrs collaborative warranty fully back-to-back with

OEM with faulty part replacement and labor.

All above features BoQ should be provided with proper

explanation.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

382

Core Firewall (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder response

1 Brand To be mentioned by the bidder

2 Model To be mentioned by the bidder

3 Country of

Origin USA/UK/EU/Switzerland/Australia/Japan

4 Country of

Manufacturer To be mentioned by the bidder

5 Environmental Maintain International Quality Environmental Safety

standard

6

Platform

Requirement

The proposed Next Generation Firewall should be

enterprise grade capacity for securing multisite network

connectivity and provide server network protection

against malware, exploits, and malicious websites in both

encrypted and non-encrypted traffic.

7 MTBF Hardware lifetime – MTBF (Mean Time Between Failure)

should be 10 years or higher

8 Form factor Please mention RU with 19-inch rack mounting kits

included

9

3rd Party

Certifications

& Validation

The vendor must attain ISO 9001:1900 certification that

covers the scope of the Quality Management System

which includes the design, development, and

manufacturing of network security products and the

delivery of associated security services and support

The device should be from a family of products that

attains ICSA Labs Certifications for Antivirus, Corporate

Firewall, IPsec, NIPS, SSL-TLS, ATD, ATD-Mail.

The system must attain Phase-2 IPv6 Ready Logo

Certification and successfully fulfilled all requirements for

IPv6 Phase-2 Core Support as a router product.

The system must inherit the following Compliance

Certification:

FCC Part 15B, Class A, CE, RCM, VCCI, UL/cUL, CB,

BSM

The proposed solution must be recognized as a Leader in

2020 Gartner Magic Quadrant for Enterprise Firewalls.

The proposed solution must be from a family of products

that achieves "Recommended" rating from NSS Labs for

NGFW testing

10

Hardware and

System

Requirements

The firewall should have dedicated security/content

processor to offload resource- intensive processing and

drive content inspection to accelerate security functions.

The device should have minimum 4 x 100 GE QSFP28 /

40 GE QSFP+, 16 x 10G SFP+ ports, 1 x Console

interface and 1 x USB interface from day 1.

The device should have minimum 1 x 1GE RJ45 OOB

(Out-of-Band) Management Interface

383

Bidder should quote 8 x 10G SFP+ transceivers and 4x

40G QSFP+ transceivers with each hardware (multimode)

The firewall must support dual hot-swappable power

supplies from day one

The firewall should have 10 Context/Virtual

Domains/Virtual systems from day One and scalable up to

500

The firewall physical interfaces should be configured as

VLAN trunks which support up to 4,000 VLANs ID

Firewall should support creating access-rules with IPv4 &

IPv6 objects

Firewall should support operating in routed & transparent

mode.

Firewall should support Active-Active & Active-Passive

& Clustering high availability from day one

Firewall should support Static, RIP, OSPF, IS-IS and BGP

routing protocol.

Firewall should support static nat, dynamic nat, dynamic

pat

The system should support have the capability to limit

bandwidth on basis of User, IP, Apps, and Networks.

11

Firewall

Performance

The system must support at least 120 Gbps of firewall

throughput from day one.

The system must support at least 20 Gbps of IPS/IDP

throughput from day one.

The system must support at least 18 Gbps of NGFW (FW

+ Application Control + IPS) throughput from day 1

The system must support at least 16 Gbps of Threat

Protection (Firewall, IPS, Application Control, URL

filtering, and Malware Protection) throughput from day

one.

The system must support at least 15 Gbps of SSL

Inspection (DPI) throughput from day one.

The system must support at least 22 Million concurrent

sessions from day one.

The system must support at least 900,000 new sessions

per second

The system shall accommodate at least 10,000 firewall

policies

The system must support at least 30 Gbps Layer-7

Application Control Throughput from day one.

12

SSL Inspection

Features

The system must support DPI (Deep packet Inspection)

for all types of traffic.

The system shall provide Secure sockets layer (SSL)

content scanning and inspection abilities that allow

organizations to apply antivirus scanning, application

control, web filtering, and email filtering to encrypted

traffic

384

The system shall support certificate inspection on port

443, all ports or a specific non-standard port.

The system shall provide the ability to exempt web sites

from SSL inspection by site reputation, address, category,

or using a white list.

13

Traffic Shaping

and QoS

The system shall support various QoS (quality of service)

techniques, including:

- Traffic policing - drops packets that do not conform to

the configured bandwidth limitations.

- Traffic shaping - ensures that traffic consumes

bandwidth at least at the guaranteed rate by assigning a

greater priority queue to the traffic if the guaranteed rate is

not being met.

- Queuing - transmits packets in the order of their assigned

priority queue for that physical interface. All traffic in a

higher priority traffic queue must be completely

transmitted before traffic in lower priority queues is

transmitted

The proposed system must support the ability to

implement interface-based traffic shaping with profiles

that define up to 19 traffic groups by percentage of the

interface bandwidth limit. These traffic groups are

classified and organized based on matching criteria. These

criteria shall include:

- Source address

- Destination address

- Schedule

- Service

- Application

- URL Category.

The proposed system must support the ability to

implement policy-based traffic shaping where different

kind of traffic shaper (configuration setup that indicates

the priority and guaranteed and maximum bandwidth) can

be applied, including:

- Shared traffic shaper - bandwidth management by per

policy

- Per-IP shaper - bandwidth management by per IP

address

- Reverse shaper - applied in the opposite direction

(inbound)

The proposed system must support weighted random early

detection (WRED) queuing function

The proposed system must support DSCP matching, as

well as DSCP marking for traffic shaping

14

ATP (Advance

Threat

The system shall allow organizations to implement both

flow-based and proxy-based anti-malware concurrently,

depending on the network and security needs

385

Protection)

Features

The system shall provide ability to allow/monitor, block

and quarantine attachments or downloads after malware

detection

The system shall be capable of updating AV signatures

without restarting the systems using the following options:

- Manual database upload (without system internet access)

- Periodically scheduled pull update

- Automatic push update

The system shall also be able to block graywares and

mobile malwares

The system shall offer the ability to treat Windows

Executable files in Email Attachments as viruses

The antivirus scanning should be supported on various

protocols:

- HTTP/HTTPS

- SMTP/SMTPS

- POP3/POP3S

- IMAP/IMAPS

- MAPI

- FTP/SFTP

- CIFS

The system shall be able to scan archive files for

malwares

The system shall support Content Disarm and

Reconstruction (CDR) where exploitable content (within

PDF and Microsoft Office files) can be removed and

replaced with content that is known to be safe

The system shall be capable of blocking Botnet server

communications with IPS signatures and IP reputation

database

The system shall maintain a fingerprint-based certificate

blacklist is that useful to block botnet communication that

relies on SSL

The system shall be able to quarantine file and ban

infected host

15

Web Filtering

Features

The system shall allow organizations to implement flow-

based, proxy-based and DNS-based web filtering

concurrently, depending on the network and security

needs

The system shall support static web filtering by:

- Manually-defined URLs using regular expression and

wildcards

- Manually-defined content filter using regular expression

and wildcards

The system shall support dynamic web filtering by

querying real-time cloud-based categorization database

over 250 million URLs rated into 78 categories and in 70

languages

386

Web filtering engine should support Allow, Block,

Monitor (logged), Warning (with message at configurable

time interval), (request for) user authentication actions

when matched to a category

Web filtering engine should support customizable

replacement page for warning and blocking

The system shall provide ability to use local categories

(that override the cloud-based database rating) and remote

categories (external URL list) as part of the URL rating

function.

The system shall have the ability to prevent explicit

websites and images from appearing in Google, Yahoo!,

Bing and Yandex search results by transparently inserting

safe search parameters

The system shall allow implementation of usage quota by

category and category group:

- Allow access for a specified length of time or a specific

bandwidth

- Calculated separately for each user

- Reset on daily basis

The system shall have the option to allow override

blocked categories:

- By administrative override where administrators can

grant temporary access to sites that are otherwise blocked

- By allowing specified users/user groups/IP addresses

The system shall able to Filter Java Applet, ActiveX,

and/or cookie

The system shall able to exempt scanning encrypted

connections on certain categories for the organization

requirements.

The system shall have the ability to limit users' access to

YouTube channels, such as in an education environment

where users are only able to access YouTube education

videos but not other YouTube videos.

16

DNS Filtering

Features

The system shall support DNS category filtering to control

user access to web resources

The system shall be able to categories filters of the DNS

request based on the domain rating send by OEM threat

intelligence center.

The system shall be able to blocks the DNS request for the

known botnet C&C domains

The system shall be able to enforces Google, Bing, and

YouTube safe addresses for parental controls

The system shall be able to allows administrator to define

Static Domain Filtering list to block or allow

The system shall be able to allows administrator to define

an IP block list to block resolved IPs that match this list

The system shall be able to allows administrator to

override DNS translation which can maps the resolved

result to another IP

387

17

IPS Features The system's IPS engine shall offer:

- Signature based detection using real time updated

database

- Anomaly based detection that is based on thresholds

The system's IPS database shall have over 11,000 up-to-

date signatures

The system shall be capable of updating IPS signatures

without restarting the systems using the following options:

- Manual database upload (without system internet access)

- Periodically scheduled pull update

- Automatic push update

The system shall provide configurable IPS filters to

selectively implement signatures based on severity, target

(client/server), protocol, OS and Application types.

The system shall offer one of the following actions when

an attack is detected:

- Allow session

- Monitor and log session

- Block session

- Reset session

- Quarantine attacker

The system shall have the ability to save the network

packets containing the traffic matching an IPS signature to

the attack log

The IPS system shall able to scan botnet-connections to

block Botnet C&C communication

In event if IPS should cease to function, the system shall

fail open by default (configurable). This means that

crucial network traffic will not be blocked and the

Firewall will continue to operate while the problem is

resolved.

18

Application

Control

The system shall able to detect and take action against

network traffic depending on the application generating

the traffic.

The system shall able to analyses network traffic to detect

application traffic even if the traffic uses non-standard

ports or protocols

The system shall support detection for traffic using

HTTP/2 protocol and able to block QUIC traffic so that

browser automatically falls back to HTTP/2 + TLS 1.2

The system shall support dynamic application filtering by

querying real-time cloud-based categorization database

over 2500+ application rated by 18 categories.

Application Control filtering engine should support

Allow, block, reset session, monitor only and attacker

quarantine actions when matched to a category

The system shall support custom application signature

The system shall able to override application filtered by

behavior, category, popularity, technology, risk, vendor,

and/or protocol

388

19

DOS

Protection

The system shall support IPv4 and IPv6 rate-based DOS

protection

The system shall able to setting threshold value against

TCP Syn flood, TCP/UDP/SCTP port scan, ICMP sweep,

TCP/UDP/SCTP/ICMP session flooding

(source/destination)

20

Log and Report Must have built-in log and reporting module or vendor

may offer additional hardware for log and reporting

solution.

Bidder will ensure minimum 6-months backup log and

reporting as per audit requirement and backup can be

scale up to 1-Year. Bidder can offer individual solution.

Must be capable of providing rich reports based on

application, users and threats or in any combination.

Must support report generation on a manual or schedule

(Daily, Weekly, Monthly, etc. ) basis

Must allow the report to be exported in PDF, HTML,

CSV, XML etc. format

Should support integration with SIEM tools like: Q-Radar,

Arcsight, Splunk etc.

21

Management

Feature

Complete GUI and CLI with HTML5 based browser

support - HTTPS, SSH, Console, SNMP, API, Central

Management etc.

System must be capable to manage from single

management console from day one

The management platform must be capable of role-based

administration, enabling different sets of views and

configuration capabilities for different administrators

subsequent to their authentication.

22 MAF Bidder must be submitted Manufacturer Authorization

form (MAF)

23 Warranty Bidder should propose hardware & software for 3 years

OEM warranty and RMA support.

24

Manufacturer's

part number

Bidder should submit BOQ of proposed device including

the details part numbers and Manufacturer's Warranty part

number.

25

License Bidder should quote necessary security subscription for 3

years, that include:

24x7 Comprehensive Support, Firmware and General

Upgrades, IPS, AV, Botnet IP/Domain, Malware

protection, Cloud Sandbox, Application Control and Web

Filtering

26 Supporting

Document

Bidder should submit the required performance document

for the proposed device.

27

Installation,

Testing and

Commissioning

Bidder must carry out on site installation, testing and

commissioning. In consultation with IT Department,

bidder must configure appropriate security and

administration related policies, must do integration with

other related hardware/software required to make the

389

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

Network Functional and shall provide respective

documentation to IT Division.

390

Server Farm Switch (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder response

1 Brand To be mentioned by the bidder. Must be in the leaders

quadrant of Gartner Magic Quadrant of Wired and

Wireless Network.

2 Model To be mentioned by the bidder

3 Country of

Origin

USA/UK/EU/Switzerland/Australia/Japan

4

Architecture

Should be provided with-

• Min. 48x 1/10/25G ports and 8x 40/100G

QSFP+/QSFP28 Ports with 1x 100G QSFP28 to

QSFP28 Direct Attached Cable.

• 1x USB-C Console Port

• 1x USB Type-A Host port

• Shall be provided with rack mounting kit.

5

Memory and

processor

• Memory: min. 16GB

• Internal drive: min. 64GB SSD

• Packet buffer size: min. 32MB

• Flash: min. 8GB

6 Performance

• Throughput: > 2000 Mbps

• Switching capacity: >6 Tbps

7

Layer 2 and

Layer 3

switching and

service

The following Layer 2 services shall be supported-

• VLAN support and tagging support for IEEE

802.1Q (4094 VLAN IDs) and 512 VLANs

simultaneously.

• STP supports standard IEEE 802.1D STP, IEEE

802.1w Rapid Spanning Tree Protocol (RSTP) for

faster convergence, and IEEE 802.1s Multiple

Spanning Tree Protocol (MSTP)

• Internet Group Management Protocol (IGMP)

controls and manages the flooding of multicast

packets in a Layer 2 network

The following Layer 3 services and routing shall be

supported-

• Address Resolution Protocol (ARP) determines

the MAC address of another IP host in the same

subnet; supports static ARPs

• Dual IP stack maintains separate stacks for IPv4

and IPv6 to ease the transition from an IPv4-only

network to an IPv6-only network design

• Supports internal loopback testing for

maintenance purposes and increased availability

391

SL Item Name Detail Required Specification Bidder response

7

Management

• Built-in programmable and easy-to-use REST

API interface

• Central for unified network operations of wired,

WLAN, SD-WAN, and public cloud

infrastructure.

• sFlow (RFC 3176) is ASIC-based wire speed

network monitoring and accounting with no

impact on network performance; network

operators can gather a variety of network statistics

and information for capacity planning and real-

time network monitoring purposes.

• SNMPv1/v2c/v3 support provides read capability

of industry standard Management Information

Base (MIB) and private extensions.

• Remote monitoring (RMON) with standard

SNMP monitors essential network functions.

Supports events, alarms, history, and statistics

groups as well as a private alarm extension group.

• TFTP and SFTP support

• Debug and sampler utility supports ping and

traceroute for IPv4 and IPv6

• Network Time Protocol (NTP) synchronizes

timekeeping among distributed time servers and

clients.

• IEEE 802.1AB Link Layer Discovery Protocol

(LLDP) advertises and receives management

information from adjacent devices on a network.

• Dual flash images provide independent primary

and secondary operating system files for backup

while upgrading.

• Unidirectional link detection (UDLD) monitors

the link between two switches and blocks the

ports on both ends of the link if the link goes

down at any point between the two devices.

8

Quality of

Service (QoS)

• Strict priority (SP) queuing

• Traffic prioritization (IEEE 802.1p) for real-time

classification

• Class of Service (CoS) sets the IEEE 802.1p

priority tag based on IP address, IP Type of

Service (ToS), Layer 3 protocol, TCP/UDP port

number, source port, and DiffServ.

• Rate limiting sets per-port ingress enforced

maximums and per-port, per-queue minimums.

• Large buffers for graceful congestion

management.

392

SL Item Name Detail Required Specification Bidder response

9

Security

• Access control list (ACL) support for both IPv4

and IPv6.

• ACLs also provide filtering based on the IP field,

source/destination IP address/subnet, and

source/destination TCP/UDP port number on a

per-VLAN or per-port basis.

• Control plane policing sets rate limit on control

protocols to protect CPU overload from DOS

attacks.

• RADIUS and TACACS+ support

• Supports MAC-based client authentication.

• Secure management access delivers secure

encryption of all access methods (CLI, GUI, or

MIB) through SSHv2, SSL, and/or SNMPv3

• STP BPDU port protection blocks Bridge

Protocol Data Units (BPDUs) on ports that do not

require BPDUs, preventing forged BPDU attacks.

• Secure Sockets Layer (SSL) encrypts all HTTP

traffic, allowing secure access to the browser-

based management GUI in the switch.

• Security banner displays a customized security

policy when users log into the switch

10

Power and

Cooling

• Dual redundant (1+1) and hot-pluggable power

supplies; fully populated.

• Redundant (N+1) and hot-pluggable fan modules;

fully populated.

11 Installation

services, manage

& control

Access to OEM experts via phone, web, or both

Connect devices to OEM for real-time diagnosis, alerts,

and information.

12 Warranty &

services

3-yrs collaborative warranty fully back-to-back with

OEM with faulty part replacement and labor.

All above features BoQ should be provided with proper

explanation.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

393

Internet Router (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder

response

1 Quality /

Certification

ISO, FCC, UL, CE or to be mentioned by the bidder

2 Brand Should be "Leader" in Gartner's Magic Quadrant for both

wired and wireless access LAN infrastructure and

Datacenter and cloud networking in year 2020

3 Model To be mentioned by the bidder

4 Country of Origin USA/UK/EU/Switzerland/Australia/Japan

5 Country of

Assemble /

Manufacture

To be mentioned by the bidder

6 Hardware

Architecture

The appliance should have fixed chassis architecture

Must have redundant power supply

Should have 4X10G SFP+, 4X1G SFP and 10X1G Base-T

port from Day 1

Bidder should provide 4 x 10GE SR and 4 x 1G SFP SX

transceivers.

All transceivers should be manufactured by same OEM

Should have 16GB DRAM, 16GB primary storage

(Flash/mSATA) and 100 GB secondary storage from Day-

1

7 Networking &

System

Performance

Aggregated throughput 8 Gbps

Minimum Packet forwarding capacity of minimum 1.7

Mpps or more for 64 byte packet

Maximum concurrent sessions (IPv4 and IPv6): 2,000,000

Minimum connection per second: 50,000

Routing Table in RIB (IPv4): Minimum 2 Million or more

Routing Table size in FIB (IPv4): Minimum 1 Million or

more

Minimum IPSec VPN Tunnels : 2000 or more

Minimum IPSec VPN throughput (IMIX Packet): 1.3

Gbps

Minimum size of ARP table: 4000 or more

Minimum MAC address table size: 64,000

Should support 8,000 NAT rules

SD-WAN Hub throughput with MPLSoGREoIPSec +

AppQoE [100% CRYPTO with AES-256-GCM and

HTTP 44KB] is 700 Mbps

Maximum No. of spokes per hub: 280

Minimum affordable latency: 9 us

8 Routing Features Must support static routing and dynamic routing protocol

like RIP v1/v2, OSPF/OSPF v3, BGP with Route

Reflector, IS-IS in both IPv4 and IPv6

394

VLAN and Point-to-point protocol over Ethernet (PPPoE)

encapsulation should be supported

Should support source-based and policy-based routing

Should support Equal-cost multipath (ECMP) feature from

Day-1

Should support MPLS with features like RSVP for traffic

engineering and LDP for less provisioning

Should support 500 virtual routes in a single system

9 VPN Features Generic routing encapsulation (GRE), IP-IP, Ipsec tunnels

must be supported from Day-1

Must have Site-site IPsec VPN with multi-proxy ID and

auto VPN, group VPN features for simplifying large VPN

deployment

Must support IPsec crypto algorithms Data Encryption

Standard (DES), triple DES (3DES), Advanced

Encryption Standard (AES-

256), AES-GCM with dedicated crypto engine

Should support IKEv 1&2, NAT-T, IPsec authentication

algorithms: MD5, SHA-1, SHA-128, SHA-256

Must support Pre-shared key and public key infrastructure

(PKI) (X.509),

Features like Perfect forward secrecy, anti-reply, dead

peer detection (DPD) support, VPN monitoring, quality-

of-service (QoS) aware must be enabled from Day-1

10 NAT Should support Source NAT with Port Address

Translation (PAT), Bidirectional 1:1 static NAT,

Destination NAT with PAT, Persistent NAT, IPv6 address

translation

11 Multicasting

Features

Support Multicast: Internet Group Management Protocol

(IGMP)

v1/v2; Protocol Independent Multicast (PIM) sparse mode

(SM)/dense mode (DM)/source-specific multicast (SSM);

Session Description Protocol (SDP); Distance Vector

Multicast Routing Protocol (DVMRP); Multicast Source

Discovery Protocol (MSDP); Reverse Path Forwarding

(RPF)

12 QoS Classification criteria should support for VLAN, datalink

connection identifier (DLCI), interface

Support 802.1p, DiffServ code point (DSCP) remarking

Should support hierarchical shaping and policing

Congestion avoidance capabilities weighted random early

detection (WRED)or equivalent

13 High Availability Router should support HA features, such as VRRP, BFD

Supports active/active and active/backup deployment

scenarios

Provide highly available hardware with dual PSU from

Day 1

Should ensure uninterrupted of service by supporting In-

Service Software Upgrade (ISSU)

395

14 Security Should have stateful firewall feature from Day 1 and

support unified thread module (UTM) and next generation

firewall feature with license upgrade.

Highly scalable filtering, unicast RPF, and rate limiting

protects against IP spoofing and DOS attacks

High-performance IPsec for an additional layer of security

Ubiquitous security features such as port mirroring,

encrypted management session traffic, secure tunneling

capabilities, secure remote logins, and configurable

privilege levels and user accounts.

Should support secure and flexible remote access SSL

VPN with end device client

Performance based routing or Real Time Performance

Monitoring or NQA or equivalent to ensure critical traffic

is taking best path"

Latest encryption methodology to support current and

future functionalities and Operations

15 Management,

Logging and

Reporting

Support accessible through variety of methods, including

console port, Telnet, and SSH

Support for Built-in Management Software for simple,

secure remote management, reporting through integrated

Web-based GUI.

Router should support Administrative AAA access

(RADIUS/TACACS+) with granular access control for

admins i.e. read-only, full-access etc.

Support for both SNMPv2 and SNMPv2c

The SD-WAN solution should be scalable up to 10,000

spoke site verified by independent scalability and

functionality test of EANTC

Should support XSLT commit scripts, python language for

commit, event, operation and SNMP scripts

16 Industry

Certifications and

Recognition

• FIPS 140-2 Level 2

• NDPP

• RoHS 2

• USGv6

The proposed device model/series should have 100%

evasion block rate and 99% Exploit block rate in NSS

LABS FOR DATA CENTER SECURITY IN 2019

Proposed solution should be certified by ICSA Labs for

Advanced Thread Defense (ATD) for 97% or more

effective overall during the Q1 2020 test cycle

Proposed OEM should be evaluated as "Champion" in

Canalys Global Cybersecurity Leadership Matrix 2020

Proposed OEM should be positioned as “Leader” in

Gartner’s Magic Quadrant 2020 for Wired and Wireless

LAN Access Infrastructure

396

Proposed OEM should be positioned as “Leader”/”

Challenger” in Gartner’s Magic Quadrant 2020 for

Network Firewall

17 Manufacturer’s

part number

Bidder should submit BOQ of proposed device including

the details part numbers and Manufacturer Warranty.

Bidder should submit the required performance document

for the proposed device. If the additional accessories are

essential, Bidder will provide by this additional accessory

according to the proposed model.

18 Manufacturer

authorization

Bidder must submit Manufacturer Authorization from the

OEM

19 Warranty The OEM should have local Depo in Bangladesh and

24x7x365 Global TAC support

Manufacturer’s warranty part number should be

mentioned, minimum 3 (Three) years warranty for OEM

technical solution support, Patch & New Software

Upgrade, RMA replacement should be provided for this

unit from the date of commissioning.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

397

Web Application Firewall (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder

response

1 Brand To be mentioned by the bidder

2 Model To be mentioned by the bidder

3 Country of

origin USA/UK/EU/Switzerland/Australia/Japan

4 Country of

Manufacturer To be mentioned by the bidder

5

ISO

Certification

The vendor must attain ISO 9001:1900 certification that

covers the scope of the Quality Management System which

includes the design, development, and manufacturing of

network security products and the delivery of associated

security services and support

6 ICSA LAB

Certification

The device should be from a family of products that attains

ICSA Labs Certifications for Web Application Firewall

7

Gartner

Recognition

The proposed solution must be recognized as a

Leader/Challenger in 2020 Gartner Magic Quadrant for Web

Application Firewalls.

8

NSS LAB

Testing

The proposed solution must be from a family of products that

achieves "Recommended" rating from NSS Labs for NGFW

testing with minimum 95% blocked rate of WAF attack

9

Solution

requirements

Web application firewall should be dedicated WAF

appliance and provide specialized application threat

protection.

Solution should protect against common threats such as those

identified in the OWASP top 10

10

Solution

Architecture

The solution must be VM based dedicated WAF appliance to

protects web applications from attacks that target known and

unknown vulnerabilities.

The solution should support unlimited number of application

from day one.

The virtual appliance should support minimum 4 x vCPU

The virtual appliance should support minimum 4 x 1G

Network Interface

The virtual appliance should support minimum 8 GB

memory

The virtual appliance should support minimum 1 TB Storage

11 Hypervisor

Support

VMware, Microsoft Hyper-V, Citrix XenServer, Open

Source Xen, VirtualBox, and KVM

12 WAF

Throughput The solution should have 3 Gbps dedicated WAF throughput

13 High

Availability

Solutions should support active-active and active-passive

high availability from day 1

14 Deployment

features

Should support Reverse Proxy , Inline Transparent, Offline

Sniffing and WCCP

15 Should support Layer 7 server load balancing

398

Application

Delivery

Features

Should support URL Rewriting

Should support Content Routing

Should support HTTPS/SSL Offloading

Should support HTTP Compression and Caching

Should have IPv6 Support for SLB, interfaces, routing, and

firewalling

16

WAF features The security model singnature should able to protects web

server from the below types of attack:

• Cross Site Scripting

• SQL Injection

• Generic Attacks

• Known Exploits

• Trojans

• Information Disclosure

• Bad Robot

• Credit Card Detection

Should have a Web Vulnerability Scanner feature to detect

existing vulnerabilities like SQL Injection,Cross Site

Scripting,Source code disclosure,OS Commanding in the

web applications.

Should have Data Leak Prevention module to analyze all

outbound traffic by alerting/blocking any credit card leakage

and information disclosure

Solution Should support to create own granular signatures

and DLP patterns together with predefined rules for any type

of events.

Should provide controls to meet PCI compliance

requirements for web application servers

Solution Should have the ability to prevent, detect and

restore web defacement using Anti Web Defacement feature

Solution should copy the content of the webservers to its

own hard drive and compare on a definable time schedule if

files have been changed on the webserver

Should enforce strict RFC compliance check to prevent

attacks such as encoding attacks, buffer overflows and other

application specific attacks.

Should support automatic signature updates to protect

against known and potential application security threats.

Solution Should support XML Application protection

Should have ability to define different policies for different

applications, create custom attack signatures or events and to

combine detection and prevention

Solution must provide ability to allow or deny a specific

URL access.

Solution should support normalization methods such as URL

Decoding, Null Byte string, termination, Converting back

slash to forward slash character etc..

solution should be capable of enforcing application logic by

defining a set of page access rules

399

Should be having an option to validate the inputs. There

should be customizable option to prevent tampering web

sites with hidden inputs

Should have the capability to automatically and dynamically

build a security model of protected applications by

continuously monitoring realtime user activity.

The solution should offer Layer 7 DDOS capabilities

The solution should offer an on-board Anti-Virus solution

and the database should be updated automatically.

The AV database has to come from a 3rd party tested vendor

like VB100 with high rankings (> 99 %)for effectiveness and

false-positive avoidance.

Solution should be capable of detecting and distinguishing

two sets of Bots from the Internet: Known search engines,

Bad robots (scanners, crawlers, spiders)

Solution should have the option to verify the HTTP RFC

standards

Should have prevention against compromise if users use

same username/password combination on Corporate

Application & Social Media Websites

Should have machine Learning Mathematical Models to

automatically tune WAF Appliance as per changes in

backend Applications.

Should have protection for REST APIs, filters malicious

inputs in requests with JSON payloads.

Should have protection against client side Browser

compromise vulnerabilities

Should have attachment scanning capability of

ActiveSync/MAPI applications, OWA and FTP

Should provide a deception technique to identify bots. It

inserts a hidden link into response pages. Clients that fetch

the URL can accurately be classified as bots

Should have biometrics-based detection to verify whether a

client is a bot by monitoring events such as mouse

movement, keyboard, screen touch, and scroll, etc

Should haver threshold-based detection to identify various

scan types using thresholds such occurrence, time period, etc

Should have Mobile Application Identification to verify the

request is legitimate by verifying the token a mobile

application carries when it access a web server

WAF should have capability to detect attack try to get

around CAPTCHAS by farming out the CAPTCFIA images

to pools of user that respond.

WAF appliance should have application‐aware load‐

balancing engine to distribute traffic and route content across

multiple web servers.

The solution should have configurable persistency features to

maintain sessions to the load balanced backend servers

400

The solution should support a connection draining mode in

order to allow maintenance of a protected server without

disrupting the client experience with the application

The solution should be capable of publishing web

applications and offering backend Single Sign On access

The solution should support different authentication schemes

such as Local, LDAP, NTLM and RADIUS for the web

applications

The solution Allows efficient bandwidth utilization and

response time to users by compressing data retrieved from

web servers

The solution should be able to terminate & decrypt SSL

17

Logging and

Reporting

Solution should include the separate logging physical

appliance or virtual appliance with minimum 365 days WAF

log storing capacity for analytical purpose along with custom

& on-demand reporting.

Solution should include at least 25 + predefined templates to

generate the required logs easily

Solution should include scheduling the reports, alerting the

administrators through mail, SNMP

solution should include the JSON API support for any 3rd

party integration

The solution should have a dashboard for data analytics

Should generate comprehensive event reports

18

Device

Administration

& Management

Should provide HTTP/HTTPS/SSH interface management

for administering the device

Should provide SSH interface management for administering

the device

Solution should have In-build diagnostic utilities

Should support central management for multiple WAF

devices

Should support role based admin access.

Device should suppot SNMP

Solutions should support RESTfull API management

19 MAF Bidder must be submitted Manufacturer Authorization form

(MAF)

20 Warranty Bidder should propose hardware & software for 3 (three)

years OEM warranty and RMA support.

21

Manufacturer's

part number

Bidder should submit BOQ of proposed device including the

details part numbers and Manufacturer's Warranty part

number.

401

22

License Bidder must offer necessary security license & subscriptions

that includes " WAF, AV, Web Security Service, IP

Reputation, and Credential Stuffing Defense Service " for

three years

23 Supporting

Document

Bidder must submit the required performance document and

compliance reference document for the proposed device.

24

Installation,

Testing and

Commissioning

Bidder must carry out on site installation, testing and

commissioning. In consultation with IT Department, bidder

must configure appropriate security and administration

related policies, must do integration with other related

hardware/software required to make the Network Functional

and shall provide respective documentation to IT Division.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

402

Distributed Switch (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder

response

1 Brand To be mentioned by the bidder. Must be in the leader’s

quadrant of Gartner Magic Quadrant of Wired and Wireless

Network.

2 Model To be mentioned by the bidder

3 Country of

Origin

USA/UK/EU/Switzerland/Australia/Japan

4

Architecture

Should be provided with-

• Min. 48x 1/10/25G ports and 8x 40/100G

QSFP+/QSFP28 Ports with 1x 100G QSFP28 to

QSFP28 Direct Attached Cable.

• 1x USB-C Console Port

• 1x USB Type-A Host port

• Shall be provided with rack mounting kit.

5

Memory and

processor

• Memory: min. 16GB

• Internal drive: min. 64GB SSD

• Packet buffer size: min. 32MB

• Flash: min. 8GB

6 Performance

• Throughput: > 2000 Mbps

• Switching capacity: >6 Tbps

7

Layer 2 and

Layer 3

switching and

service

The following Layer 2 services shall be supported-

• VLAN support and tagging support for IEEE

802.1Q (4094 VLAN IDs) and 512 VLANs

simultaneously.

• STP supports standard IEEE 802.1D STP, IEEE

802.1w Rapid Spanning Tree Protocol (RSTP) for

faster convergence, and IEEE 802.1s Multiple

Spanning Tree Protocol (MSTP)

• Internet Group Management Protocol (IGMP)

controls and manages the flooding of multicast

packets in a Layer 2 network

The following Layer 3 services and routing shall be

supported-

• Address Resolution Protocol (ARP) determines the

MAC address of another IP host in the same subnet;

supports static ARPs

• Dual IP stack maintains separate stacks for IPv4

and IPv6 to ease the transition from an IPv4-only

network to an IPv6-only network design

• Supports internal loopback testing for maintenance

purposes and increased availability

403

7

Management

• Built-in programmable and easy-to-use REST API

interface

• Central for unified network operations of wired,

WLAN, SD-WAN, and public cloud infrastructure.

• sFlow (RFC 3176) is ASIC-based wire speed

network monitoring and accounting with no impact

on network performance; network operators can

gather a variety of network statistics and

information for capacity planning and real-time

network monitoring purposes.

• SNMPv1/v2c/v3 support provides read capability of

industry standard Management Information Base

(MIB) and private extensions.

• Remote monitoring (RMON) with standard SNMP

monitors essential network functions. Supports

events, alarms, history, and statistics groups as well

as a private alarm extension group.

• TFTP and SFTP support

• Debug and sampler utility supports ping and

traceroute for IPv4 and IPv6

• Network Time Protocol (NTP) synchronizes

timekeeping among distributed time servers and

clients.

• IEEE 802.1AB Link Layer Discovery Protocol

(LLDP) advertises and receives management

information from adjacent devices on a network.

• Dual flash images provide independent primary and

secondary operating system files for backup while

upgrading.

• Unidirectional link detection (UDLD) monitors the

link between two switches and blocks the ports on

both ends of the link if the link goes down at any

point between the two devices.

8

Quality of

Service (QoS)

• Strict priority (SP) queuing

• Traffic prioritization (IEEE 802.1p) for real-time

classification

• Class of Service (CoS) sets the IEEE 802.1p

priority tag based on IP address, IP Type of Service

(ToS), Layer 3 protocol, TCP/UDP port number,

source port, and DiffServ.

• Rate limiting sets per-port ingress enforced

maximums and per-port, per-queue minimums.

• Large buffers for graceful congestion management.

404

9

Security

• Access control list (ACL) support for both IPv4 and

IPv6.

• ACLs also provide filtering based on the IP field,

source/destination IP address/subnet, and

source/destination TCP/UDP port number on a per-

VLAN or per-port basis.

• Control plane policing sets rate limit on control

protocols to protect CPU overload from DOS

attacks.

• RADIUS and TACACS+ support

• Supports MAC-based client authentication.

• Secure management access delivers secure

encryption of all access methods (CLI, GUI, or

MIB) through SSHv2, SSL, and/or SNMPv3

• STP BPDU port protection blocks Bridge Protocol

Data Units (BPDUs) on ports that do not require

BPDUs, preventing forged BPDU attacks.

• Secure Sockets Layer (SSL) encrypts all HTTP

traffic, allowing secure access to the browser-based

management GUI in the switch.

• Security banner displays a customized security

policy when users log into the switch

10

Power and

Cooling

• Dual redundant (1+1) and hot-pluggable power

supplies; fully populated.

• Redundant (N+1) and hot-pluggable fan modules;

fully populated.

11 Installation

services, manage

& control

Access to OEM experts via phone, web, or both

Connect devices to OEM for real-time diagnosis, alerts,

and information.

12 Warranty &

services

3-yrs collaborative warranty fully back-to-back with OEM

with faulty part replacement and labor.

All above features BoQ should be provided with proper

explanation.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

405

Access Switch (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder

response

1 Brand To be mentioned by the bidder. Must be in the leaders

quadrant of Gartner Magic Quadrant of Wired and Wireless

Network.

2 Model To be mentioned by the bidder

3 Country of

Origin

USA/UK/EU/Switzerland/Australia/Japan

4

Architecture

Should be provided with-

• 48x ports 10/100/1000BASE-T Ports

• 4x 1G/10G SFP ports

• 1x USB-C Console Port

• 1x USB Type-A Host port

• Shall be provided with rack mounting kit.

5 Memory and

processor

• Memory: min. 4GB.

• Packet buffer size: min. 12MB

• Flash: min. 16GB

6

Performance

• 10 Gbps Latency: < 1.8 µSec

• Throughput: > 98 Mbps

• Switching capacity: >175 Gbps

7

Layer 2 and

Layer 3

switching and

service

The following Layer 2 services shall be supported-

• VLAN support and tagging support for IEEE

802.1Q (4094 VLAN IDs) and 512 VLANs

simultaneously.

• STP supports standard IEEE 802.1D STP, IEEE

802.1w Rapid Spanning Tree Protocol (RSTP) for

faster convergence, and IEEE 802.1s Multiple

Spanning Tree Protocol (MSTP)

• Internet Group Management Protocol (IGMP)

controls and manages the flooding of multicast

packets in a Layer 2 network

The following Layer 3 services and routing shall be

supported-

• Address Resolution Protocol (ARP) determines the

MAC address of another IP host in the same subnet;

supports static ARPs

• Dual IP stack maintains separate stacks for IPv4

and IPv6 to ease the transition from an IPv4-only

network to an IPv6-only network design

• Supports internal loopback testing for maintenance

purposes and increased availability

406

7

Management

• Built-in programmable and easy-to-use REST API

interface

• Central for unified network operations of wired,

WLAN, SD-WAN, and public cloud infrastructure.

• sFlow (RFC 3176) is ASIC-based wire speed

network monitoring and accounting with no impact

on network performance; network operators can

gather a variety of network statistics and

information for capacity planning and real-time

network monitoring purposes.

• SNMPv1/v2c/v3 support provides read capability of

industry standard Management Information Base

(MIB) and private extensions.

• Remote monitoring (RMON) with standard SNMP

monitors essential network functions. Supports

events, alarms, history, and statistics groups as well

as a private alarm extension group.

• TFTP and SFTP support

• Debug and sampler utility supports ping and

traceroute for IPv4 and IPv6

• Network Time Protocol (NTP) synchronizes

timekeeping among distributed time servers and

clients.

• IEEE 802.1AB Link Layer Discovery Protocol

(LLDP) advertises and receives management

information from adjacent devices on a network.

• Dual flash images provide independent primary and

secondary operating system files for backup while

upgrading.

• Unidirectional link detection (UDLD) monitors the

link between two switches and blocks the ports on

both ends of the link if the link goes down at any

point between the two devices.

8

Quality of

Service (QoS)

• Strict priority (SP) queuing

• Traffic prioritization (IEEE 802.1p) for real-time

classification

• Class of Service (CoS) sets the IEEE 802.1p

priority tag based on IP address, IP Type of Service

(ToS), Layer 3 protocol, TCP/UDP port number,

source port, and DiffServ.

• Rate limiting sets per-port ingress enforced

maximums and per-port, per-queue minimums.

• Large buffers for graceful congestion management.

407

9

Security

• Access control list (ACL) support for both IPv4 and

IPv6.

• ACLs also provide filtering based on the IP field,

source/destination IP address/subnet, and

source/destination TCP/UDP port number on a per-

VLAN or per-port basis.

• Control plane policing sets rate limit on control

protocols to protect CPU overload from DOS

attacks.

• RADIUS and TACACS+ support

• Supports MAC-based client authentication.

• Secure management access delivers secure

encryption of all access methods (CLI, GUI, or

MIB) through SSHv2, SSL, and/or SNMPv3

• STP BPDU port protection blocks Bridge Protocol

Data Units (BPDUs) on ports that do not require

BPDUs, preventing forged BPDU attacks.

• Secure Sockets Layer (SSL) encrypts all HTTP

traffic, allowing secure access to the browser-based

management GUI in the switch.

• Security banner displays a customized security

policy when users log into the switch

10 Power and

Cooling To be mentioned.

11 Installation

services, manage

& control

Access to OEM experts via phone, web, or both

Connect devices to OEM for real-time diagnosis, alerts,

and information.

12 Warranty &

services

3-yrs collaborative warranty fully back-to-back with OEM

with faulty part replacement and labor.

All above features BoQ should be provided with proper

explanation.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

408

DMZ Switch (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder

response

1 Brand To be mentioned by the bidder. Must be in the leader’s

quadrant of Gartner Magic Quadrant of Wired and Wireless

Network.

2 Model To be mentioned by the bidder

3 Country of

Origin

USA/UK/EU/Switzerland/Australia/Japan

4

Architecture

Should be provided with-

• Min. 28x 1/10/25G ports and 4x 40/100G

QSFP+/QSFP28 Ports with 1x 100G QSFP28 to

QSFP28 Direct Attached Cable.

• 1x USB-C Console Port

• 1x USB Type-A Host port

• Shall be provided with rack mounting kit.

5 Memory and

processor

• Memory: min. 16GB

• Packet buffer size: min. 32MB

• Flash: min. 32GB

6 Performance

• Throughput: > 2000 Mbps

• Switching capacity: >2.4 Tbps

7

Layer 2 and

Layer 3

switching and

service

The following Layer 2 services shall be supported-

• VLAN support and tagging support for IEEE

802.1Q (4094 VLAN IDs) and 512 VLANs

simultaneously.

• STP supports standard IEEE 802.1D STP, IEEE

802.1w Rapid Spanning Tree Protocol (RSTP) for

faster convergence, and IEEE 802.1s Multiple

Spanning Tree Protocol (MSTP)

• Internet Group Management Protocol (IGMP)

controls and manages the flooding of multicast

packets in a Layer 2 network

The following Layer 3 services and routing shall be

supported-

• Address Resolution Protocol (ARP) determines the

MAC address of another IP host in the same subnet;

supports static ARPs

• Dual IP stack maintains separate stacks for IPv4

and IPv6 to ease the transition from an IPv4-only

network to an IPv6-only network design

• Supports internal loopback testing for maintenance

purposes and increased availability

409

7

Management

• Built-in programmable and easy-to-use REST API

interface

• Central for unified network operations of wired,

WLAN, SD-WAN, and public cloud infrastructure.

• sFlow (RFC 3176) is ASIC-based wire speed

network monitoring and accounting with no impact

on network performance; network operators can

gather a variety of network statistics and

information for capacity planning and real-time

network monitoring purposes.

• SNMPv1/v2c/v3 support provides read capability of

industry standard Management Information Base

(MIB) and private extensions.

• Remote monitoring (RMON) with standard SNMP

monitors essential network functions. Supports

events, alarms, history, and statistics groups as well

as a private alarm extension group.

• TFTP and SFTP support

• Debug and sampler utility supports ping and

traceroute for IPv4 and IPv6

• Network Time Protocol (NTP) synchronizes

timekeeping among distributed time servers and

clients.

• IEEE 802.1AB Link Layer Discovery Protocol

(LLDP) advertises and receives management

information from adjacent devices on a network.

• Dual flash images provide independent primary and

secondary operating system files for backup while

upgrading.

• Unidirectional link detection (UDLD) monitors the

link between two switches and blocks the ports on

both ends of the link if the link goes down at any

point between the two devices.

8

Quality of

Service (QoS)

• Strict priority (SP) queuing

• Traffic prioritization (IEEE 802.1p) for real-time

classification

• Class of Service (CoS) sets the IEEE 802.1p

priority tag based on IP address, IP Type of Service

(ToS), Layer 3 protocol, TCP/UDP port number,

source port, and DiffServ.

• Rate limiting sets per-port ingress enforced

maximums and per-port, per-queue minimums.

• Large buffers for graceful congestion management.

410

9

Security

• Access control list (ACL) support for both IPv4 and

IPv6.

• ACLs also provide filtering based on the IP field,

source/destination IP address/subnet, and

source/destination TCP/UDP port number on a per-

VLAN or per-port basis.

• Control plane policing sets rate limit on control

protocols to protect CPU overload from DOS

attacks.

• RADIUS and TACACS+ support

• Supports MAC-based client authentication.

• Secure management access delivers secure

encryption of all access methods (CLI, GUI, or

MIB) through SSHv2, SSL, and/or SNMPv3

• STP BPDU port protection blocks Bridge Protocol

Data Units (BPDUs) on ports that do not require

BPDUs, preventing forged BPDU attacks.

• Secure Sockets Layer (SSL) encrypts all HTTP

traffic, allowing secure access to the browser-based

management GUI in the switch.

• Security banner displays a customized security

policy when users log into the switch

10

Power and

Cooling

• Dual redundant (1+1) and hot-pluggable power

supplies; fully populated.

• Redundant (N+1) and hot-pluggable fan modules;

fully populated.

11 Installation

services, manage

& control

Access to OEM experts via phone, web, or both

Connect devices to OEM for real-time diagnosis, alerts,

and information.

12 Warranty &

services

3-yrs collaborative warranty fully back-to-back with OEM

with faulty part replacement and labor.

All above features BoQ should be provided with proper

explanation.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

411

Central Firewall Management (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder

response

1 Brand: To be mentioned by the bidder

2 Model: To be mentioned by the bidder

3 Country of

origin: USA/UK/EU/Switzerland/Australia/Japan

4 Country of

Manufacturer To be mentioned by the bidder

5 Platform

Requirements

Platform should provide automation-driven centralized

management of the proposed network & application firewall

6

Solution

Architecture

The solution must be VM based dedicated management

appliance.

The solution should have minimum 10 device license from

day one.

7 VM Resource

requirement To be mentioned by the bidder

8 Hypervisor

Support

VMware, Microsoft Hyper-V, Citrix XenServer, Open

Source Xen, and KVM

9 Centralized

management

The solution should centrally manage the configurations of

multiple devices from a single console. Configurations can

then be built in a central repository and deployed to multiple

devices when required.

10 High

Availability

Solutions should support active-active and active-passive

high availability from day 1

11

Configuration

revision control

and tracking

The solution should records and maintains the history of all

configuration changes made over time. Revisions can be

scheduled for deployment or rolled back to a previous

configuration when needed.

12 Local update

server

The solution can used for local update server of antivirus,

intrusion prevention, and web filtering

13 Monitoring

The solution should monitors the status and health of devices

in the security infrastructure, including resource monitoring

and network usage. The solution also monitor external

threats to network infrastructure and alerts generated to

advise.

14

Device

Administration

& Management

Should provide HTTP/HTTPS/SSH interface management

for administering the device

Should provide SSH interface management for administering

the device

Solution should have In-build diagnostic utilities

Should support role based admin access.

Device should suppot SNMP

15 MAF Bidder must be submitted Manufacturer Authorization form

(MAF)

16 Warranty Bidder should propose hardware & software for 3 (three)

years OEM warranty and RMA support.

412

17

Manufacturer's

part number

Bidder should submit BOQ of proposed device including the

details part numbers and Manufacturer's Warranty part

number.

18 License Bidder must offer necessary license & subscriptions for three

years

19 Supporting

Document

Bidder must submit the required performance document and

compliance reference document for the proposed device.

20

Installation,

Testing and

Commissioning

Bidder must carry out on site installation, testing and

commissioning. In consultation with IT Department, bidder

must configure appropriate security and administration

related policies, must do integration with other related

hardware/software required to make the Network Functional

and shall provide respective documentation to IT Division.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

413

Identity and Access Management (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder response

1 Brand To be mentioned by the bidder

2 Model To be mentioned by the bidder

3 Origin To be mentioned by the bidder

4 General

Features

Proposed solution should collect identity, entitlement, and

role information from various information resources across

the enterprise. The solution should have the following

collection capabilities:

The solution uses agent-less connections read-only

connections by default; or unless stated otherwise by the

target system

The solution needs to have different types of collection

mechanism like but not limited to flat files, database, API

calls, web services etc

The solution needs to be able to collect information such as:

accounts, identity, groups, roles & entitlements

The solution should be able collect from multiple sources,

normalize and aggregate the identity and entitlement

information to provide a composite view of user access

Collected information (i.e., user access data) should be stored

within a relational database that is embedded within the

solution. Please state the version and type of database used.

The product should provide the ability for collecting fine-

grained entitlements through scheduled collections.

The solution should allow transformation of data and

execution of validation rules as part of the data load

processing

The software should support the definition of custom

schemas for each connected application

The solution should have the ability to collect and normalize

data from unstructured sources, such as file/folder

permissions, standalone device accounts and identities,

standalone database accounts and identities and Sharepoint

sites etc., and potentially other security systems like DLP and

SIEM

The solution should provide ability to collect application

metadata including owner, sensitivity, field usage, and or any

configured custom attribute.

The solution should provide a way to designate accounts as

privileged or system accounts from the User Interface.

The solution should detect and alert administrators to newly

discovered orphaned accounts from an entitlement source

(i.e.: accounts that are not associated with any known user)

The solution should allow customers to cleanse orphan data

by mapping orphaned accounts to known users.

414

The solution should provide visibility into orphaned accounts.

The solution should have the ability to leverage collected data

for Access Control decisions within the product, e.g.

supervisors can manage their direct reports, regional directors

can view their regional assets and users, etc.

The solution should support bulk update of orphan account

mappings data

The solution should provide a clear indication of compliance

violations during the certification process for these but not

limited to users, policies, roles, entitlements, data access,

standalone access and applications.

The solution should enable certification based on applications

required in a certification bundle

The solution should enable certification based on a specific

set of users or groups according to usage, violations, peer

reviews and uncommon access

The solution should enable certification based on an

application or role owner.

The solution should automatically generate certifications

based on detected changes to a user’s relationship to the

organization (e.g., user changes department or is terminated)

The solution provide certification use cases out-of-the-box

Certification History - The reviewer should be able to view

the past and parallel certification events and all (i.e. current

and past) comments related to a review item.

The solution should provide the ability to configure multi-

step user access reviews through a wizard driven web-based

interface, without the need for any form of scripting. Multi-

step user access reviews should, at a minimum, support the

following 3 steps in a review campaign.

(a) User performs self-review

(b) Supervisor signs off user's self-review

(c) Revoked entitlements are selected for application owner

review

The solution should provide insight into review items that it

could not automatically assign during the review generation

without customization or coding.

The solution should have the ability to drill down into details

of a violation and / or exceptional access caused by items in a

review.

The solution should allow users to review only items in

violation and / or under exception

The solution should have the ability to drill down into details

of a violation and / or exceptional access caused by items in a

review.

The solution should have provide an administrative

dashboard to track aggregated certification metrics across the

enterprise and certification campaigns

415

The workflow of the solution should be configurable and not

custom coded using drag & drop graphical interface

The solution should have the ability to view pending requests

and be able to see what is needed for the request to complete.

The solution should have the ability to skip approval when

the approval does not result in the user having new

entitlements (i.e. giving a role that gives entitlements the user

already has).

The solution should have the ability to reassign requests to

another person for approval.

The solution should have the ability to suspend fulfillment

process and retry later because a system is currently

inaccessible.

The solution should have the ability for notification to be sent

when the system is inaccessible for a more than a specified

time limit.

The solution should have the ability to raise an exception

when the remote fulfillment system does not understand the

request that is being submitted.

The solution should have the ability to filter requests for

high-risk entitlements to get additional approvals (with

custom process)

The solution should have the ability to request to get at the

approval of the level 3 or higher supervisor above the

requested user

The solution should have the ability to identify the current

requests that are in danger of missing their SLA (e.g. 80% of

the time has passed).

The solution should have the ability to restrict requests for

access to specific entitlements based on current security

clearance (or other user info/meta data/attributes).

The solution should allow invocation of provisioning actions

on multiple endpoints within the same workflow

The solution should provide a user-friendly interface for

requesting changes to user access. Describe features oriented

towards ease-of-use for end users.

The Solution should be able to configure and provide an

access to requestor with rule-based appropriate views of

access that is tailored for them

The solution should allow the submitter to see that his request

would contain a segregation of duties (SoD) policy violation

if there is one.

The solution should have self-service access request solution

for additions, changes, and removals of access.

The users should be able to request a start date (“sunrise”)

associated with new access requests for roles as well as

additional entitlements. Alternatively, the users can also

select an end date (“sunset”) when removing access through

the self-service request interface

416

The solution should facilitate requesting of roles,

Entitlements and Accounts.

The solution should have the ability to have complete

visibility of existing access during access request process.

The solution should provide entitlement history for a user -

when it was requested, changed or removed?

The solution should support the definition of automated

lifecycle events (e.g., new hire, promotion, termination) that

trigger provisioning changes.

The solution should support the creation of new accounts

associated with adding new users?

The solution should support configuration of scoping rules

defining who can request access for others. What attributes

can be used to define the request relationship?

The solution should support delegation of approval requests

to other users within the system and provide audit trail on the

process

The solution should have the ability to monitor and detect

onboarding, transfers and terminations with configurable

actions for rule handling (also known as joiner, mover, and

leaver).

The solution should have the ability to grant a set of

entitlements or birthright access to joiners with or without

invention of approval workflows

The solution should have the ability to allow approvers to

approve access request by replying to the approval

notification email (i.e. email-based approval). This capability

should also provide a means for approvers’ comments to be

captured in the audit trail.

The solution should provide a web-based interface, without

the need for Java applet, to design and create access request

forms. The forms should allow conditions for displaying

and/or enabling certain fields for specific users. For example,

only manager of level 3 and above can see certain fields. The

forms should include, but not limited to, the following

controls.

(a) Textfield

(b) Dropdown box

(c) Radio buttons

(d) Attachments

(e) Javascript

(f) User picker

(g) Entitlements

The solution should allow users' to attached documents (such

as signed non-disclosure agreement) when requesting for

access.

The solution needs to provide audit trails for all processes

related to access changes.

The audit logs should be inclusive and permanent.

417

The solution should enable the definition of the detective and

preventative compliance policy that can have multi-level

higherarchy and cross relationship.

The solution should support the ability to define policy

violations both within a single application as well as across

different applications.

The systems should provide a user-friendly UI for defining

and editing access policies without custom coding.

The solution should provide a user-friendly interface for

managing policy violations by both User managers and

compliance administrators.

When addressing policy violations, the approvers should be

able to select from different options to mitigate the violation

– e.g., revoke access, allow exception, launch certification.

These options should require little or no custom coding

The solution should automatically scan and detect policy

violations and automatically notify the owners and escalate

the policy violations if not addressed within a stipulated

period.

The solution should support execution of a process or

workflow when policy violations are detected, and allow

varying responses based on criteria such as the calculated risk

of the violation

The solution should allow you to automatically disable

accounts that have no entitlements.

The system should have policy enforcement reports provided

which outline users with active policy violations

The system should support integration with implemented

GRC or SIEM tools to gather applications-based risk

information and use the data to manage identity lifecycle and

access request decisions, including, but not limited to:

(a) Applications access reviews based on certain levels of risk

(High, Medium, or Low). For example, higher risk

applications will automatically have a higher frequency of

access reviews.

(b) Specific workflows for applications that contain sensitive

information or require additional levels of approvals

The system should provide identity intelligence about users

(i.e. their access, attributes, violations, accounts, etc.) and

applications (i.e. who has access, what access is provided,

etc.) to GRC or SIEM tools to aid investigative analysis

The solution should manage the complete user account

lifecycle (add, edit and delete, enable, disable, lock, unlock)

for all connected resources.

All provisioning activities recorded for audit purposes with

full audit trail.

The solution should provide a web-based toolkit for creating

connectors for custom or home grown applications using

418

standard protocols for connectivity. The standard protocols

includes, but not limited to:

JDBC

RESTful Web Service

SOAP Web Service

SSH

The solution should provide an agentless provisioning

architecture.

The solution should support multiple provisioning nodes for

distribution and fault tolerance.

The solution should validate that changes requested are

correctly implemented in the target resource (automated and

manual provisioning) before marking it as 100% complete.

The provisioning solution should allow for test, active and

disabled modes for connectors.

The solution should have the ability to create/mine role

(provisioning role) based on only provisioned (and/or

provision able entitlements) from a single provisioning target

The solution should have the ability to change membership

and/or entitlements of a provisioned role outside of solution

and be able to synchronize those changes with the solution

The solution should have the ability to send a group of

changes (rather than individual changes) that apply to a given

provisioning system to reduce the "transaction" cost - for

example one request might include details to create a role and

add n members to it

The solution should allow automated Joiner processes that

match existing user entitlements with new users.

The solution should allow for automated Mover processes

that match entitlements of existing users.

The solution should support handling of terminations and

leaves of absence to disable and delete accounts at timed

intervals and to restore accounts and entitlements upon return

The solution should allow end users to reset passwords in one

or more endpoint systems simultaneously.

The solution should allow users to select Challenge/Response

questions for self-service password reset situations.

The solution should allow new users to receive their

usernames and passwords external to the system.

The solution should allow users to reset their passwords

external to the system while leveraging their

Challenge/Response questions.

The solution should allow for secure viewing of new

passwords generated when users are provisioned new

accounts.

The solution should allow the Administrator to specify how

many Challenge/Response questions are required for both

enrollments as well as for use during a self-service password

reset event.

419

The solution should allow the Administrator to specify

password strength requirements, including complexity,

history and minimum age.

The solution should provide Change/Response Enrollment

report showing users who have and have not set their

question/answer pairs.

The solution should allow Administrators to set a max

threshold for unsuccessful login attempts and a timed delay

for allowing subsequent login attempts

the product should support 64-bit Operating Systems and

databases for greater scalability

The Proposed solution should be able to scale horizontally or

vertically to support increased load

the product should allow for easily creating String, Decimal,

Integer, Date & User Type Custom attributes from within the

interface and allow them to be Managed Data (i.e. Augment

collected data with information that may not be available

from the data source but configured within UI and automated

workflow)

The Solution should have ability to cleanse or “correct”

collected data and produce reports that show the differences

which can be handed off to the data owners

The product should provide a single user friendly dashboard

for the Identity and Access Management suite displaying data

appropriate for the various actors (end users, application

owners, managers, admins, help desk)

The product should provide ability to modify and customize

the dashboard from within the admin UI screens

The product should be able to provide report on historical

“point in time” access as well as current state

5

License &

Warranty

The solution should cover at least 200 users from day 1 and

should have the capability to scale up without upgrading the

core application. 3 yrs 24x7 support with free update of

patches and upgrade to new version to be provided from ISV.

Upgraded software image to be provided Free of Cost within

support period.

6

Any other

features may

feel necessary

by the bidder

Professional installation service shall be provided.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

420

Modules and Interfaces: (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Detail Required Specification Bidder response

1 Brand

From the offered wired switch provider OEM.

Part number details shall be provided.

2

Modules

10G SFP+ SR Transceivers: 300 pcs

25G SFP28 SR Transceivers: 450 pcs

40G QSFP+ LC BiDi Transceivers: 100 pcs

40G QSFP+ MPO SR4 Transceiver: 20 pcs

100Gb QSFP28 to QSFP28 3m DAC: 20 pcs

40Gb QSFP+ to QSFP+ 1m DAC: 20 pcs

100G QSFP28 BiDi Transceivers: 20 pcs

100G QSFP28 MPO SR4 Transceivers: 20 pcs

3

Optical cables

5-meter LC/LC OM4 optical cable: 200 pcs

15-meter LC/LC OM4 optical cable: 600 pcs

30-meter LC/LC OM4 optical cable: 200 pcs

50-meter LC/LC OM4 optical cable: 200 pcs

MPO/MPO Multi-mode OM4 12 fiber 10m Cable: 40

pcs

4 Copper cable

Necessary CAT6A and CAT5 cable shall be provided for

the datacenter connectivity based on the site survey.

5 Warranty

3-yrs collaborative warranty fully back-to-back with OEM

with faulty part replacement and labor.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

421

Network Monitoring System (NMS): (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Description Requirement

Bidder

Response

1 Brand Please mention.

Should be in the Gartner Peer Insight

2 Country of Origin USA/UK/EU/Switzerland/Australia/Japan

3 1 - Must Supported Operating Systems:

• Microsoft Windows Server 2019

• Microsoft Windows Server 2016

• Microsoft Windows Server 2012 R2 64 Bits

• Microsoft Windows Server 2012 64 Bits

• Microsoft Windows 10 32/64 Bits

• Microsoft Windows 8.1 64 Bits

• Microsoft Windows 8 32/64 Bits

• Microsoft Windows 7 32/64 Bits

• Microsoft Windows Server 2008 R2 64 Bits

4 1 - Must Agentless (solution should work agentless at least in a local

network). Solution shall be sensor based and min. 2000 sensor

license shall be provided.

5 1 - Must Remote site monitoring (possibility to monitor remotely located

networks)

6 1 - Must Auto discovery option for easy installation

7 1 - Must User interfaces:

• Web interface supporting common browsers

• Desktop Client

• Mobile Applications for Android and iOS

8 1 - Must Database for storing monitoring data

9 1 - Must Monitoring data should be stored for at least 1 year in raw format

10 2 - Should Data export (possibility to export current and historic data in

serviceable formats (e.g. CSV/XML))

11 2 - Should Provide API for data integration purpose

12 1 - Must High availability (failover or cluster architecture)

13 2 - Should Providing maintenance windows option

14 3 - Optional Built-in ticketing system

16 2 - Should Support of IPv6

17 2 - Should Support of in-depth customizations

18 Warranty 3 yrs 24x7 support with free update of patches and upgrade to

new version to be provided from ISV. Upgraded software image

to be provided Free of Cost within support period.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

422

Application Management System:

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Minimum Technical Specification Compliance

(Yes/No)

Bidder's

Remarks

Deployment Options

1 Vendor encrypts data transmissions end-to-end across the

environment

Installation

2 Single product and architecture to address Gartner’s 5 dimensions of

Application Performance Management (end user experience

monitoring, architecture discovery modeling and display, transaction

profiling, deep-dive monitoring, analytics).

Configuration

3 Configuration and management through a single, web-based user

interface

4 No Root access required to install or operate agent.

5 No use of OS primitive LD_Preload for discovering components -

malware technique

6 Automatically create a single visualization of the entire application

topology with all components.

7 No more than 2->4% overhead out of the box.

9 Ability to globalize alert definition with inbuilt policy engine (rather

than have to setup individually per metric)

10 The ability to provide a multi-tenant environment

11 SSL Encrypted data transmission between EVERY monitoring

component.

Better Application Visibility and Control

12 Provide correlated views of distributed BTs between tiers/services

13 Provide code level diagnostics (class & method-level visibility) of

poorly performing BTs

14 Solution does not disable monitoring functionality as a compromise

to limit product overhead.

Reduce Mean Time To Repair

15 Identify slow SQL queries without manual intervention

16 Identify slow backends systems or external services without manual

intervention

17 Automatic analysis of end-to-end APM data to provide root cause

analysis.

Usability

18 Granular RBAC for flexible usage across teams (Example 1- Certain

application visible to Team A & not Team B, Example 2 - Certain

dashboards are visible to Role A & not Role B)

Runbook Automation and Alerting

423

19 Policy Rules Engine & Alerting:

* Ease of use: point-n-click rules wizard

* Leverage multiple data inputs into analysis (app performance data,

machine data and customer provided data)

* Use Boolean logic to combine multiple conditions through AND /

OR logic

* Disable rule evaluation temporarily for predetermined maintenance

windows

* Trigger alerts or notifications when rules are violated (email, SMS

or custom)

* Use complex logic to combine different metrics into one

trigger/alert

Business Criteria

20 Validate technology can scale to support the business requirements

of the application managed.

Analytics Platform

21 Single UI incorporating Analytics and APM modules

22 Analytics layer providing intelligence across data collected by APM

modules

23 In context drill down between analytics data and APM data

24 Configurable to collect not all, but specific desired transaction

data/fields

25 No code changes required to pull custom (non-native) metrics into

data repository

26 Data collected, stored and analyzed in near real time, not hours,

days, or weeks later.

27 Ability to chart result set in pre-defined dashboards

28 Ability to chart result set in custom dashboards

Platform Support

29 Platform Support for Oracle, SQL Server, MySQL, DB2, Sybase,

PostgreSQL, and MongoDB

Ease Of Deployment

30 Measure and monitor all databases in your environment without

impacting stability or performance.

31 Low overhead, production safe monitoring technology.

32 Agentless installation - ability to rapidly deploy and eliminate risk

on production database servers

Root Cause Analysis

33 Historical performance monitoring and trending - save 100% of

historical data

34 Report top database activities (e.g. Top SQL, Top Users, Top

Programs)

35 Collect and store database instance level statistics (table size, row

count, indexes)

36 Collect and store database server/host Key Performance Indicators

(CPU, Memory, …)

37 Provide Performance Comparison Reports Database Monitoring and Management

38 Ability to co-relate slow query to calling application code

424

Systems Monitoring Capabilities

39 Monitor Machine availability, CPU Usage, Disk performance,

Volume usage, Machine load, Memory, SWAP, Processes, Network

Adapter(s)

Application to Machine Correlation

40 Single UI for Server and Application monitoring

End User Digital Experience Monitoring

41 Support for modern desktop and mobile browsers.

42 Monitor all page, AJAX and iFrame requests.

43 Display response time status on Geo Map

44 Correlate problematic web and mobile transactions with server side

transactions for drill down

45 User session tracking for web and mobile.

46 License:

Shall be provided with 3 units Database Server (each 5 instances), 3

units Application Server, 2 units file system monitoring and 32 units

virtualization server monitoring license from day1.

Shall be deployed in two sites.

47 Product Lifetime:

Product life time will be around 7 (seven) years from the date of

final UAT of the product.

48 Warranty Period:

Warranty Period should be minimum 03 (Three) year from the date

of final UAT of the product.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

425

Helpdesk and Problem Ticketing: (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Sr. No. Technical Specifications Compliance Yes/No

General

1 The Service Management tool should be Pink

Verify certified in at least 11 ITSM processes

2

Solution includes integrated CMDB

(Configuration Management Database) for

managing key ITIL functions and processes

including and not limited to: IT Service

Desk, Incident, Request , Knowledge,

Problem, Change, Configuration, Service

Level & Asset Management functions

3

The solution supports ITSM process

workflow between solutions users including

routing of request, electronic request

approvals by actionable e-mail, mobile app,

etc.

4 The solution supports ITIL Version 3

frameworks including terms and definitions

5 The solution supports a web-based client for

user and administrative functions.

6

The solution provides Search capabilities in

all ITSM processes - adhoc queries, save

queries, user queries, role-based queries,

shared/public queries

7 Ability to support hot topic or news flash

window within the graphical user interface

8 Ability to generate an automated survey to

requestor to measure satisfaction of requestor.

9

Ability to configure the graphical user

interface by using drag and drop for windows

and fields

10 Ability to support object-specific pop-up

menus in the graphical user interface

Service Management Framework

1

The Solution displays the complete ITIL

process flow for Incident, problem, Change

and release, Asset and Service level

Management

2

The solution should have Service

Management Process Model in built based on

ITIL v3 best practices

426

3

The solution should have a Single

Architecture and leverage a single application

instance across ITIL processes, including

unique data and workflows segregated by

business unit, cost center, and user role

4

Solution should support multi-tenancy with

complete data isolation as well as with ability

for analysts based on access rights to view

data for one, two or more organizational units

5

The solution should have readily available

integration with SCCM deployed in the

environment.

6

The tool should integrate with a directory

system to enable recording and accessing user

records of information with capability to

integrate with multiple LDAP.

7 The solution should provide the functionality

of executing searches to the entire database.

8

The solution should have the ability to operate

all functionality available in the incident,

problem, change, assets etc via a mobile

device like iPhone, Android phone, windows

with native app on at least iPhone and

android.

9

The solution should have a persona based

approach for IT staff so that user see his

relevant UI based his role, for example

change manager should see change

functionalities only.

10

The solution should have a formless interface

with all the information about user readily

available when a user call the helpdesk.

11

The L1 engineer, just by typing employee

name, should get employee details like

employee department, phone

number ,email ,all current and past tickets

details of user.

12

The solution should displays relevant

knowledge articles while typing the issue like

google search.

13

The solution should have capability to create

cross launch in context to various internal

portals from helpdesk UI.

14

The solution should have the capability of

archiving tickets data for future reference

based on defined criteria and create reports on

archived data.

15 The solution should provide email-based

interactions allowing ticket creation, update

427

and approval of request from the email itself

into the system.

16 The end users should be able to create ticket

through chat functionality.

17 The solution should give all the ticket details

related to a particular business services.

18

The system should have interactive process

flow to help support users to follow the

process.

19 The system should have graphical interface to

define, visualize and update ITIL processes

20

The Solution should have the ability to

develop highly customized workflows and

easy user interface.

21

The Solution should be able to create

processes across multiple vendors helpdesk

and defined their SLA's and escalation matrix

22

The solution should be open and interoperable

and has rich integration capabilities that

support interfaces from command line

interface and web services

23

The Solution should support various

mechanisms and protocols to interact with

third party products such as but not limited to

HTTP, HTTPS, JMS, Microsoft Power Shell,

Scripts, SNMP, SQL, Web Services, SOAP,

Command line, File, FTP, SCP, SFTP, SSH,

Telnet, Windows Command Line, Email

protocols IMAP, POP, SMTP, restful API's.

24

The Solution should provide orchestration

capability for automating common tasks

across systems and applications like active

directory, exchange.

25

The service management software should

have the ability to tightly integrate (bi-

directionally) with enterprise management

systems for auto-creation/closing / reporting

of events/incidents/trouble tickets

26

For integrations with other EMS/NMS tools,

various options for integration should be

provided - APIs, web services, SDKs.

27

The Solution should provide a centralized

Dashboard that picks up relevant business

metrics from the monitoring and service

management solution

28

These dashboards need to be dynamic that

allows user to drag and drop these metrics and

create custom dashboards without any coding.

428

29 Reporting and dashboards should have

Persona based access as per the user role.

30

User should be able to select the time frame to

report on data. This could be monthly,

quarterly, half yearly, yearly or custom dates

31

The Dashboards should support rich

formatting capabilities to represent the data;

this includes different chart formats and PDF.

32

The solution should have readily available

various operational reports and KPI's on

dashboards to gauge the performance of

processes

33

The solution should be robust and scalable

with capacity for more than 1000 concurrent

users to login simultaneously and future

growth.

34

The solution should allow for various ticket

assignment mechanisms including Round

Robin, Skill based and load based routing.

Service Request Management and Service

Catalog

1

Should have self-service interface with service

catalog for end users to submit and track

service request, spanning both IT services and

non-IT services

2

Should provide for Service Requests

Workflows and Fulfillment definitions for

commonly used IT/non-IT services with

approvals, auto assignment, SLA and

escalations.

3 Catalog based on User role – enables access to

service request on user role.

4

The solution should have wizard / graphical

workflow editors allowing definition of new

service catalog items in minutes – without any

programming.

5

Solution should Various types of Customer

profiles are supported, for ex: VIP,Gold,

Platinum, Silver

6

Integrates with any underlying service

management including Service Desk, Change

Management, Service Level Management and

CMDB for request fulfillment

7

The self-service interface should support

knowledge base available to end users self

resolution.

429

8

Users should be able to request for services on

behalf of other employees and the system

should track the request as if the user

requesting for the service has initiated the

request.

9

The self service interface should be accessible

through native mobile in the form of app which

users can download through URL or enterprise

app store.

10

Beyond mobile iOS and Android apps, Self

Service App should be available on any device

with an HTML5 browser.

11

The self service Interface should be searchable

with access to knowledgebase from the mobile

app.

12

User should be able to approve the service

request, change request from the self-service

app on mobile.

13

Self Service App should provide a snapshot of

your day, displaying your activities feed with

upcoming, pending requests, approvals,

unresolved issues, and alerts from systems you

use in your daily work

14

Should provide simple interface with no forms

to complete, short posts should create Incidents

tickets.

Service / Help Desk (Incident and Problem

Management)

1

Service Desk solution should allow detailed

multiple levels/tiers of categorization on the

type of incident being logged for IT/Non IT

services

2

Service Desk solution should provide

classification to differentiate the criticality of

the security incident via the priority levels,

severity levels and impact levels.

3

It should allow SLA to be associated with a

ticket based on priority, severity, incident type,

requestor, asset, location or group individually

as well as collectively

4

It should have the ability to search multiple

built-in knowledge bases like the incident,

problem, and known-error database

simultaneously without requiring the agent to

search each knowledge base individually.

5

Should support automatic assignment of ticket

to the right skilled resource based on business

priority Ex - Database crash issue need not be

430

assigned to an L3 DBA unless the business

service is completely down

6

The tool should have the ability to notify and

functionally escalate (assign) a ticket to an

individual or support group based on pre-

defined parameters, thresholds or manual

override conditions

7

Should Centralize all known error and problem

workarounds into a single, searchable

knowledge base

8

It should provide an interactive process flow

bar that guides novice users through the ITIL

process for incident management to ensure

faster recording and issue resolution

9

The incident management solution should have

the ability to initiate the

change/problem/Knowledge on a button click.

10

The solution should have the ability to

associate an incident with an existing change

request, a problem or an known error for

tracking purposes

11 Service Desk agent should have mobile app to

resolve/update tickets.

Change & Release Management

1

The solution should be able to create and

track a request for change through the

different stages of lifecycle of a change

request.

2

The tool should facilitate the identification of

the change type and associated workflow For

example: standard, normal, and emergency

3

The tool should facilitate the differentiation of

normal Changes For example: Category -

Minor or Small, Category - Significant or

Medium, Category – Major or Large

4

The tool should facilitate the ability to create

simple to complex request workflows through

sequential and parallel tasking

5

The tool should notify all the users about the

scheduled changes/outage and sent a reminder

to responsible contacts for implementation of

change

6

Change management should have fields to

record impact analysis and simulate impact,

back-out plans, within the change record

431

7

It should have the capability to automatically

and continually perform impact analysis, risk

assessment, and change collision dates

detection (for same CI's) on all change

requests.

8

The tool should facilitate the scheduling of

post implementation reviews for implemented

changes after defined time interval

9

The application should have the ability to

assign change advisory board (CAB)

responsibilities to change management roles

10

The tool should facilitate ability of authorized

roles to reject changes For example, status of

reject, ability to record reason for rejects

notification

11

Change management should be capable of

integrating with CMDB to facilitate access to

CI attributes and relationships to enable

change assessment and authorization

12

The solution should have Unified and uniform

approach to enterprise change and release

management across infrastructure, enabling

organizations to automate best practices.

13

Solution should provide a consolidated view of

the tasks that the release management team

must perform to drive the completion of the

change requests and activities required to close

the release.

14

Solution should provide Change and Release

Calendar views for the current schedule of

releases, change requests, and business events

for any potential conflicts.

15

The solution should have the ability to prompt

change planners with suitable time slots for

conducting a change depending upon the

changes that have been scheduled/in progress,

risk associated with it and the priority of the

change

16

The solution should provide complete view of

planned changes with services & their

components.

Knowledge Management

1

The tool should have knowledge management

OOB - knowledge databases to support

investigations, diagnoses, root cause analysis

techniques, and creating / updating

workarounds, temporary fixes and resolutions

432

2

The tool should allow creation and enforced

use of data input rules for creating knowledge

records For example: mandatory fields for

content and information; QA and change

approval to move from draft to production

3 The tool should allow for the entry of free-

form text, images, attachments, etc

4

The tool should automate the population of

knowledge records with author and owner

data, creation date, as well as any other

attributes required by organization

5

The tool should automate trending of

knowledge use & identification of knowledge

gaps

6

The tool should have a powerful search engine

to sort, retrieve and search using advanced

search options, search content in multiple

format, and also search within knowledge

records

7 The tool should allow displaying FAQs and

highlight the newly added knowledge content

8

The module should allow integration with all

other modules of service management to

enable knowledge records to be quickly

created from records with associated links.

9 The tool should be aligned to Knowledge

centered support(KCS) best practices.

Configuration Management database

(CMDB)

1

Solution uses a natively integrated suite of IT

service support processes with a single CMDB

and allow the CI to be associated with tickets.

2

The Configuration Management Database

should support multiple datasets with

federation and reconciliation facilities so as to

get data from various discovery tools and also

through manual import process

3

Reconciliation of data should be possible with

multiple data providers based on common

attributes and ability to define precedence rules

on attributes

4

Federation of external data sources should be

possible with ability to store common

attributes inside CMDB and getting other

attributes from external data sources in real

time

433

5

Should automatically create Service models to

describe how IT infrastructure supports

business services

6

Should Provide a Service catalog so as to

establish a framework for Service definitions

based on IT and business alignment

7

Should Provide Service blueprints to describe

functional and deployment models for the

Service definitions

8

Should provide Attribute-level normalization

and reconciliation to leverage existing data

from third-party asset or discovery tools and

realize the goal of having one dependable

source of configuration data

Asset Lifecycle Management

1

Should be integrated with Service

Desk/change management for maintenance

and support of assets

2

The solution should have the capability to

track software license compliance across

multiple license types like core, cpu,

enterprise, SUM of CPU, sum of core in

datacenter

3

All the information related to supplier,

contract, procurement can be entered and

linked with the assets

4

Automate linkages between assets and

software license, leases, warranty, and

support contracts to optimize entitlements and

ensure compliance

5

Track TCO, including costs attributable to

maintenance, incidents, changes, and

depreciation

6

The solution should come with QR code

generator for the assets in built with the

service management platform.

7

The platform should provide an mobile app

which can scan the QR codes, Barcodes and

displays asset information. The QR scanner

should be inbuilt in self-service app available

on mobile.

8 The mobile app should have capability to

create and update asset information.

Service level Management

1

Solution should support comprehensive SLA

management platform that cuts across

Infrastructure Management and Service

Management.

434

2

Have a consolidated, automated graphical

report for SLA compliance with ability to drill

down to reason for non-compliance

3 Manage service levels for delivery and support

of business services

4

Real-time visualization of service level targets,

agreement compliance data, penalties and

rewards

5

Should support compliance and cost trending

to assist in identifying areas for process and

operational improvements

6

The service level management (SLM) tool

should facilitate creation and maintenance of

SLAs, OLAs and Supplier / Underpinning

Contracts For example: scope, supplier,

contact names, contact method, support hours,

service level targets

7

The product should have the capability to

schedule the review cycle and renewal of

SLAs, OLAs and supplier / underpinning

Contracts

8

It should enable creation, measurement and

reporting of three categories of SLA service

targets — time-based on response / resolution

of tickets, availability relating to uptime of

systems/ services, or performance-monitoring

catering to system metrics like end-user

transaction

9

The module should link available support

hours to service levels when calculating

deadlines as well as suspend SLA calculation

for certain criteria – eg‘ pending information

from customer’

10

The product should facilitate bi-directional

linking of services & customers to associate

multiple agreements with a customer contract

as well as link multiple customers to a

particular service

11

The tool should facilitate the production of

Key Performance Indicator (KPI) reports as

out of-the-box or ad hoc reporting

12

The SLM module should integrate with

incident and problem management to

automate escalation, and notification activities

based on response and resolution targets

13

It should also integrate with change

management to provide access to service level

agreement details, implementation windows,

change blackout periods, and availability

requirements

435

Integration and Development

1

Solution uses a unified and seamless

architecture and workflow to resolve business

issues

2

Solution uses a natively integrated suite of IT

service support processes with a single

CMDB

3

Solution has clear integration of service

support processes with event management and

change execution to create end to end

workflows

4

Solution uses integration of operational events

to incident and problem process in order to

simplify Service Desk operations

5

Solution offers multiple integration methods

for custom solutions or existing solutions

including Legacy & Restful APIs, Web

Services, Email, and ETL methods

Training requirement

1

Please mention the standard OEM training

course for administration and maintenance the

solution with training location and duration.

Design and Implementation Scope

1

The bidder will prepare the entire design.

Also need to share HLD and LLD before start

implementation. Implementation will be done

by OEM based on the standards design

guideline and best practices

User, Device and Administration

Hardware Requirements

1

Vendor will give VM base hardware sizing

and software requirement for Production, Test

and DR as per the hardware requirement

Warranty Period:

1

Min. 3 Years Maintenance service with Help

Desk and incident Management, asset

discovery and management, self service

portal, multisite support and reporting from

the day1 as per the hardware and software

scope in two sites.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

436

EU Centralized antivirus software:

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Description Requirement

Bidder

Response

1 Country of Origin USA/UK/EU/Switzerland/Australia/Japan

2 Brand To be mentioned by the bidder

3 Model To be mentioned by the bidder

4 Quantity 1 Lot

5

Sizing The solution must support at least 500 Endpoint/Device & 50 Server

Coverage

6

Deployment

Methodology

Quoted product must have flexible on site deployment methodology

i.e. appliance or software based on physical/virtual environment. The

solution should support multi tenant deployment.

7

Endpoint &

Server Coverage

Windows Client: The solution must be compatible with the

following operating systems: Windows (32-bit & 64-bit) XP SP2 /

SP3, 7, 8, 8.1 and 10

MAC OS: The solution must be compatible with the following

operating systems: macOS Versions: (10.10), El Capitan (10.11),

Sierra (10.12), High Sierra (10.13), Mojave (10.14) and Catalina

(10.15)

Windows Server: The proposed solution must be compatible with

the following operating systems: Windows Server 2003 R2 SP2,

2008 R1 SP2, 2008 R2, 2012, 2012 R2, 2016 and 2019

Linux: The proposed solution must be compatible with the

following operating systems: Linux Versions: RedHat Enterprise

Linux and CentOS 6.8, 6.9, 6.10, 7.2, 7.3, 7.4, 7.5, 7.6 and 7.7 and

Ubuntu LTS 16.04.5, 16.04.6,18.04.1 and 18.04.2 server, 64-bit

Virtual: The solution must be compatible with the following

operating systems: Virtual Desktop Infrastructure (VDI)

environments on VMware and Citrix. VMware Horizons 6 and 7,

and Citrix XenDesktop 7

Device Detection Solution must have the ability to classify detected devices such as

printers, cameras, network devices

Solution must have the ability to display detailed information about

detected devices such as: IP address, Geolocation

Solution must have the ability to detect IOT devices on the same

network where the installed agents are located.

8

Deployment,

Maintenance and

host Requirement

The solution must support mass installation using tools such as MS

System Center, JAMF, and Satellite.

The solution must have the ability to update the endpoint without

user interaction or without requiring a restart of the station

The solution must have a maximum consumption of 200MB of

RAM

The solution should have an average CPU consumption of less than

2%.

The solution should consume less than 20MB of disk space

437

The solution should have "Anti Tamper" or "Anti-Tamper"

protection.

The solution should work without relying on local hash signatures

of known threats for the detection of malicious files.

The solution should record in real time the process information and

additional information how to determine the user associated with

the events.

The solution should have the option to ask for a password to

uninstall the workstation agent.

The solution should be able to detect and report failures occurred in

the installation and update of the same in case of lack of disk space,

lack of minimum prerequisite of the windows operating system

The solution should be able to detect and report failures occurred in

the installation and update of the same in case of lack of disk space,

lack of minimum prerequisite of the windows operating system.

9

Malware/ Attack

Detection

The solution should work offline when the workstation with the

agent installed is without access to the corporate network providing

complete protection to that workstation.

The solution should detect running processes, loading processes,

process interruption and interaction between processes.

The solution should detect changes made by malicious processes in

the registry keys of the workstation.

Solution should detect unknown malware such as RAT (Remote

Access Trojan) by analyzing malware activities.

The solution should detect connections established on the network

from the protected device.

The solution should be able to update your threat intelligence as

well as your detection scheme

The solution should incorporate mitre ATT&CK-based techniques

into its threat detection

The solution should have the ability to load the commitment

indicators (IOC) such as IP address, domain, file name, file hash,

etc. for threat search

The solution should identify known malicious activity

The solution should have the ability to receive daily threat detection

intelligence updates

The solution should have the ability to categorize the detected

events into different categories such as Malicious, Suspicious,

Inconclusive, Probably Safe

The solution should have the ability to live/work concurrently with

other security solutions that are installed on the workstation as

traditional antivirus or new generation.

10

Malware/ Attack

Prevention

The solution should have the ability to prevent malicious file

execution.

The solution should incorporate a kernel-based software engine

(NGAV) with the capability of "Machine Learning"

The solution should have the ability to control USB devices

The solution should block malicious traffic from data exfiltration

(data leakage)

438

The solution should block malicious traffic from communicating

toward C&C (Command & Control)

The solution should in real time block security holes and attacker

attempts to encrypt or modify data.

The solution should prevent disk encryption caused by ransomware

and modification of files or device records

The solution must be able to be configured in simulation mode in

such a way that no blocking is performed but that all malicious

activity is recorded.

The solution should allow the modification of the actions of the

rules of detection of malicious events to the prevention or

simulation mode and that regardless of the action is always carried

out the log of the malicious behavior.

The solution should allow periodic tracking of the files contained in

the device with the agent installed

11

Diffusion (post-

infection)

The solution should allow the automatic blocking of a device where

malware-caused activity has been found

The solution should allow the blocking of activities carried out by

malicious files

The solution should have the ability to create Whitelist/Blacklist for

the files

The solution should allow the creation of event exceptions based on

Ips addresses, applications, and protocols.

12

Incident

Response

Solution must store meta-data generated by the devices so that they

are used for forensic investigation

Should allow integration with Security Information and Event

Management (SIEM) platforms through Syslog

Solution must have the ability to take snapshots of memory

(dumps) that allow forensic analysis to be performed

Solution must have the ability to open tickets on management

platforms such as ServiceNow and JIRA

Solution must have the ability to terminate a process based on its

classification.

Solution must have the ability to delete a file based on the

classification of the same

Solution should have the ability to restore default settings based on

the default activity classification.

Solution must have the ability to isolate infected devices from the

network

Solution must have the ability to restrict the device's access to the

network automatically according to the classification of the activity

detected

Solution should provide complete visibility into the chain of attacks

and malicious modifications.

Solution should allow automatic cleaning of devices and reverse

malicious modifications while maintaining the availability of the

affected device.

Solution should ensure a low rate of false positives and provide

different mechanisms to treat all false positives

439

Solution should allow the sending of executable files for analysis

by a sandbox for the purpose of determining whether they are

malicious or harmless.

Solution should provide multiple protection mechanisms, including

finalizing a process, deleting a malicious file, blocking a network

connection

13

Application -

Vulnerability

Control and

Communication

Must have the ability to discover vulnerable applications that are

communicating over the network

Must have the ability to perform a virtual patch by restricting

communication access with applications that are vulnerable

Should allow the reduction of the attack surface using proactive

risk-based communication policies determined/qualified according

to the CVE or reputation that an application may have

Solution must have the ability to prevent communication over the

network of any unauthorized application.

Must have the ability to create policies that have the ability to

prevent communication of the application according to the version

of the installed application

Solution must detect and identify all applications on devices that

communicate over the network

Solution must deliver information about the use of applications on

the network showing information such as the target IPs and which

devices are generating traffic

14

Administration The administration console should allow integration with Active

Directory to ensure compliance with the requirements of

organization's password policies.

The solution administration console should allow the use of dual-

factor authentication(2FA) to allow access to the same

The solution administration console should allow the use of access

roles in a granular manner, with different access levels, for solution

administrators

The administration console should allow management for multi-

tenant environments (Multi Tenancy)

The admin console should allow management through Full Restful

API

Solution should be possible to manage an architecture with fully

local services (onpremises)

Must allow integration with the NGFW, NAC, SIEM, Sandbox and

other security solutions

Must enable and support integration with AI based Security

intelligence LAB to protect against zero day malware attack and

threats

The administration console should allow you to view events logged

on devices that require attention

The solution administration console should allow you to view the

health of installed agents.

The administration console should allow remote uninstall of the

agent installed on the devices

The administration console must allow remote deactivation and

activation of the agent installed on the devices

440

The administration console should allow remote updating of agents

installed on the devices.

The administration console should allow the creation of executive

reports containing the summary of the description of security events

and system state

The administration console should allow the creation of

organizational groups in which each group can have protection

rules independent of the others.

The administration console must allow the export of agent-

generated logs from a single point and the information to be

password protected

The administration console should allow the creation of inventory

reports of installed agents containing information such as: IP

address, Hostname, Operating system, MAC address, installed

agent version, agent state, last day seen in console

The admin console should provide visibility into the events

generated by devices or events according to the process performed

The admin console should allow integration with an external SMTP

service for sending alerts via electronic mail

The admin console should allow auditing of changes made by

administrators/operators. These audits can be downloaded into a

file in CSV format

15 MAF Bidder must be submitted Manufacturer Authorization form (MAF)

16 Warranty Bidder should propose hardware & software for 3 (three) years

OEM warranty and RMA support.

17 Manufacturer's

part number

Bidder should submit BOQ of device including the details part

numbers and Manufacturer's Warranty part number.

18

License Bidder must offer necessary license & subscriptions including

Discover, Detection, Protection, Investigation & Respond and

Remediation for three years

License should be available for 1,000 endpoint/device/User from

day one

19 Supporting

Document

Bidder must submit the required performance document and

compliance reference document for the device.

20

Installation,

Testing and

Commissioning

Bidder must carry out on site installation, testing and

commissioning. In consultation with IT Department, bidder must

configure appropriate security and administration related policies,

must do integration with other related hardware/software required

to make the Network Functional and shall provide respective

documentation to IT Division.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

441

Database Software

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item

Description Requirement

Bidder

Response

1 Country of

Origin USA/UK/EU/Switzerland/Australia/Japan

2 Brand To be mentioned by the bidder

3 Model To be mentioned by the bidder

4

Quantity Oracle Enterprise edition 12c or later, or Windows SQL Server 2016 or later Enterprise Database: 48 Unit

Real Application Cluster (RAC): 32 Unit

Active Data Guard: 48 Unit

Diagnostics Pack: 48 Unit

Tuning Pack: 48 Unit

Partitioning: 48 Unit

WebLogic Suite: 32 Unit

5 Warranty 3 Years Support and Subscription with perpetual license

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

442

Operating System, Hypervisor and Container Software License (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item

Description Requirement

Bidder

Response

1 Operating System

1.1 Country of

Origin USA/UK/EU/Switzerland/Australia/Japan

1.2 Brand Microsoft Windows Server, Red Hat Enterprise Linus Server &

SUSE Linux Enterprise Server

1.3 Model To be mentioned by the bidder

1.4

Quantity • Microsoft Windows Server: 320-core standard license

(10x 16-core)

• Red Hat Enterprise Linux: 8x Red Hat Enterprise

Linus 1-2 socket Unlimited Guest 24x7 Subscription

• Red Hat Ansible Tower for 100 nodes 9x5 subscription

1.5 Warranty 3 Years Support and Subscription from platform provider.

2 Software for - Virtualization

Brand Any International Reputed Brand

Part no. To be mentioned by the bidder.

Quantity 56 Units/Processors hypervisor license with 24Units/Processor

Software Defined Storage Subscription from respective hypervisor

provider.

Shall provide min. 50VM (Site Recovery) protection between DC

and DR. Necessary subscription with perpetual license shall be

provided.

Warranty 3 years 24x7 support and subscription from the platform provider

Virtualization software shall provide a Virtualization layer that sits

directly on the bare metal server hardware with no dependence on a

general-purpose OS for greater reliability and security

Virtualization software shall be in Leaders Quadrant of 2016

Gartner Magic Quadrant for x86 Server Virtualization

Infrastructure for continuous last 4 years

Virtualization software shall have the capability to create Virtual

machines with upto 128 virtual processors and 4 TB virtual RAM

in virtual machines for all the guest operating system supported by

the hypervisor

Virtualization software should support live Virtual Machine

migration from one physical host to another and between virtual

switches with enhanced CPU compatibility and without the need for

shared storage

Virtualization software should have the ability to live migrate

Virtual machines files from one storage array to another without

any Virtual Machine downtime. It should support this migration

from one storage protocol to another (ex. FC, iSCSI, NFS, DAS)

443

Virtualization software shall have High Availability capabilities for

the virtual machines in the sense, if in case one server fails all the

Virtual machines running on that server shall be automatically

restarted to another physical server running same virtualization

software. The feature should be independent of Guest Operating

System Clustering and should work with FC/ iSCSI SAN and NAS

shared storage

The virtualization solution should provide a storage efficient

backup solution which utilizes patented variable-length

deduplication, rapid recovery and WAN-optimized replication for

DR. It should integrate with virtualization solution and provide a

simple user interface making it an easy and effective backup tool. It

should also provide agentless, image-level VM backups to disk and

application-aware protection for business-critical applications (e.g.,

Exchange, SQL Server, etc.) along with WAN-efficient, encrypted

backup replication across sites.

Virtualization software should have the provision to provide zero

downtime, zero data loss and continuous availability for the

applications running in virtual machines in the event of physical

host failure, without the cost and complexity of traditional hardware

or software clustering solutions. This option should be supported

for upto 8 virtual cpu per virtual machine

The solution should provide option for securing virtual machines

with offloaded antivirus and antimalware solutions without the need

for agents inside the virtual machine with integration with 3rd party

Anti-Virus/Anti-Malware solutions

The solution should support for increasing capacity by adding CPU,

Memory or any other devices to virtual machines on an as needed

basis without any disruption in working or downtime for the virtual

machines

The solution should enable abstraction for external storage (SAN

and NAS) devices by means of making them virtual machine aware

The solution should provide a content library to provide simple and

effective centralized management for VM templates, virtual

appliances, ISO images, and scripts

The solution should provide support or placing critical

virtualization components (such as the hypervisor) into memory

regions identified as “reliable” on supported hardware. This would

further protect components from an uncorrectable memory error

The solution should have Special Big Data Extensions which

should support multiple Hadoop distributions and make it seamless

for IT to deploy, run and manage Hadoop workloads on one

common platform leading to achieve higher utilization, reliability

and agility

Virtualization software shall be able to dynamically allocate and

balance computing capacity across collections of hardware

resources aggregated into one unified resource pool with optional

control over movement of virtual machines like restricting VMs to

run on selected physical hosts.

444

The solution should be able to automate energy efficiency in

Distributed Resource Scheduler clusters by continuously optimizing

server power consumption within each cluster

Virtualization Software Should support live Virtual Machine

migrations across Physical Hosts, between virtual switches,

between two different virtualzation managers or between servers

physically separated over a long distance leading upto 100ms of

network latency

The solution should be capable of providing Proactive High

Availability, VM-level Encryption, Integrated Containers,

Centralized Network Management, Rapid Deployment and

Provisioning.

The solution should be able to create a cluster out of multiple

storage datastores and automate load balancing by using storage

characteristics to determine the best place for a virtual machine’s

data to reside, both when it is created and when it is used over time.

Virtualization software should provide network traffic-management

controls to allow flexible partitioning of physical NIC bandwidth

between different network-traffic types and allow user-defined

network resource pools, enabling multi-tenancy deployment, and to

bridge virtual and physical infrastructure QoS with per resource

pool 802.1 tagging.

The solution should be able to set quality-of-service priorities for

storage for guaranteed access to resources

The solution should allow one PCI express (PCIe) adapter to be

presented as multiple separate logical devices to the virtual

machines which in turn should enable users with the ability to

offload I/O processing and reduce network latency

The solution should be able to virtualize server-side flash providing

a high performance read cache layer that dramatically lowers

application latency

The solution should have support to deliver the full benefits of

NVIDIA hardware-accelerated graphics to virtualized solutions

The solution should provide a virtual switch which can span across

a virtual datacenter and multiple hosts should be able to connect to

it. This in turn will simplify and enhance virtual-machine

networking in virtualized environments and enables those

environments to use third-party distributed virtual switches

The solution should provide feature which can perform quick, as-

needed deployment of additional virtualized hosts. When the

service is running, it can push out update images, eliminating

patching and the need to schedule patch windows.

Virtualization management software console shall provide

capability to monitor and analyze virtual machines, and server

utilization and availability with detailed performance graphs.

Virtualization management software console should allow cloning

of both powered on and powered off virtual machines.

Virtualization management software should provide a global

search function to access the entire inventory of multiple instances

of virtualization management server, including virtual machines,

445

hosts, datastores and networks, anywhere from within

Virtualization management server.

Virtualization management software should support user role and

permission assignment (RBAC)

The management solution for hypervisor should provide Single-

Sign-On capability which should dramatically simplify

administration by allowing users to log in once to access all

instances or layers of management without the need for further

authentication.

The management should provide Orchestration facility which

would simplify installation and configuration of the powerful

workflow engine in Management. The workflows should be

launched directly from the Web Client itself

The Virtualization software must be perpetual, no trial versions

accepted.

The software provider must provide direct support option for 24

Hours/Day, 7 Days/Week, 365 Days/Year and support should be

handled from the platform provider.

Software provided must entertain unlimited number of support

requests, within active Support and Subscription contract

3 Software for - Virtualization Management

Brand Any International Reputed Brand

Part no. Please mention

Quantity 02 Unit license

Virtual

Machines

Management

Software

Virtualization management software console shall provide a single

view of all virtual machines, allow monitoring of system

availability and performance and automated notifications with

email alerts.

The management software should provide means to perform quick,

as-needed deployment of additional hypervisor hosts. This

automatic deployment should be able to push out update images,

eliminating patching and the need to schedule patch windows.

The virtualization should have capability to simplify host

deployment and compliance by creating virtual machines from

configuration templates.

Virtualization management software should have integrated

Physical Host and Virtual Machine performance monitoring

including CPU, Memory, Disk, Network, Power, Storage Adapter,

Storage Path, Cluster services, Virtual machine data stores.

Virtualization management software console shall provide reports

for performance and utilization of Virtual Machines. It shall co-

exist and integrate with leading systems management vendors

Virtualization management software console shall provide

capability to monitor and analyze virtual machines, and server

utilization and availability with detailed performance graphs.

Virtualization management software console shall allow to Move a

powered off virtual machine from one physical server to another by

dragging and dropping the virtual machine icon.

446

Virtualization management software console shall provide

Interactive topology maps to visualize the relationships between

physical servers, virtual machines, networks and storage.

Virtualization management software console shall provide the

Manageability of the complete inventory of virtual machines, and

physical servers with greater visibility into object relationships.

Virtualization management software should provide a global search

function to access the entire inventory of multiple instances of

virtualization management server, including virtual machines,

hosts, data stores and networks, anywhere from within

Virtualization management server.

Virtualization management software should support user role and

permission assignment (RBAC)

Virtualization management software should allow you to deploy

and export virtual machines, virtual appliances in Open Virtual

Machine Format (OVF).

Virtualization management software should allow reliable and non-

disruptive migrations for Physical/ Virtual machines running

Windows and Linux operating systems to virtual environment.

Virtualization management software should include provision for

automated host patch management with no VM downtime

Virtualization management software should generate automated

notifications and alerts, and can trigger automated workflows to

remedy and pre-empt problems.

Virtualization management software should be able to integrate into

existing standard EMS systems.

The management solution for hypervisor should provide Single-

Sign-On capability which should dramatically simplify

administration by allowing users to log in once to access all

instances or layers of management without the need for further

authentication.

The management should provide Orchestration facility which

would simplify installation and configuration of the powerful

workflow engine in Management. The workflows should be

launched directly from the Web Client itself.

The Virtualization software must be perpetual, no trial versions

accepted.

The virtualization software provider must provide direct support

option for 24 Hours/Day, 7 Days/Week, 365 Days/Year and support

should be handled from platform provider.

The Virtualization Software provided must entertain unlimited

number of support requests, within active Support and Subscription

contract

Training &

Knowledge

Transfer

Offered virtualization platform and management scopes

administration training shall be provided for min. 10 working days

for 3 persons in the platform service providers training centers.

Warranty Three (3) years 24x7 support from the platform provider.

4 Container Platform (Separate from Virtualization Platform)

Master Nodes Shall be considered deployment on the Virtualization Platform (DC

& DR)

447

Worker Node

(DC)

Node Count: 4 (Four)

Each Node: 2x 8-Core

Memory Each Node: 768GB

Storage: CSI Plug-in with the offered storage

Worker Node

(DR)

Node Count: 4 (Four)

Each Node: 2x 8-Core

Memory Each Node: 768GB

Storage: CSI Plug-in with the offered storage

Warranty 3 Years 24x7 Support and Subscription from the platform provider.

Features

Cloud-like experience for the administrators, and

operators/developers with web console

Flexibility to execute commands via command line or via web

console

Provides cost management feature out-of-the-box

Ability to define cost management metric by individual tenants

Separate web console interface for administrators and

operators/developers

Supports application topology to allow developers to view how the

application is managed and how resources are being consumed

within the platform

Dashboards (web consoles) that display charts with important, low-

level metrics for detailed investigation and troubleshooting of the

cluster logging and Elasticsearch instances.

Support set up in Virtual Machine (VM) and/or Bare-Metal (BM)

and/or Hybrid (Mix of VMs and BM)

Supports full bare-metal setup on-premises?

Supports VMWare VSphere or OpenStack

Supports Multi-cluster

Supports multi-cluster management with Add-on/Built-in

Forbid execution of root-privilege containers out-of-the-box

Supports scalability manually and automatically

Supports multi-tenant with security isolation

Based on minimum Kubernetes 1.19

448

Based on minimum CRI-O 1.19 for container run-time

Based on minimum HAProxy 2.0.16

Based on minimum Helm 3.x

Container image must be OCI-compliant

Operating system should be RHEL/RHEL CoreOS

Infra Automation supports Ansible/Terraform/Operators

Uses Profana for metrics

Uses EFK for logging

Supports SDN using OVN?

Supports Multi-tenant SDN using OVN w/Network Policy?

Uses SELinux/SCC for Kernel/Container security respectively?

FIPS Compliant?

Supports Mesh Services using Istio as Core?

Using Kiali/Jaeger/Profana for Enhanced Observation?

Application Packaging using Helms/Operators?

Using Operators for Service Catalog?

NVidia GPU Support?

Includes Application Marketplace with certified applications for

deployment to the container platform on public cloud or on-

premises?

Capability to monitor application workloads?

Ability to support Internal CEPH storage within the physical node?

Ability to support External CEPH storage outside the physical

node?

The container platform should have a virtualization platform built-

in for legacy application to be hosted on a single platform

The build-in virtualization platform allows effortless virtual

machine(s) creation with a catalog of golden images?

The built-in virtualization platform should support import from

VMWare with either cold or offline migration

449

The container platform should include a compliance operator to

provide security/technical compliance scanning of the cluster based

on the selected security profile(s)

The container platform should provide a file integrity operator to

scan selected nodes to populate the advanced intrusion and

detection engine (AIDE) database for administrators to examine the

scan results for status for auditing purposes

The container platform should provide a migration toolkit for

applications to help ease the Java application migration to be more

JEE compliant, and container friendly

The container platform must provide certified storage interface

(CSI) operators for Original Equipment Manufacturers (OEM)

storage solutions

The container platform should provide an over the air update via its

web interface for the administrators with recommendation of update

paths and available channels. It should provide transparency into

the update process with an in-progress checklist. The platform

should include the following alerts status for the administrators.

• whenever a patch becomes available.

• whenever a new minor release becomes available

• Whenever new channels become available.

Supports Add-on Red Hat Ansible Automation Platform for

automation

Supports continuous integration / continuous delivery

process/pipeline (built-in or add-ons)

Supports smart management tools (as an add-on) for management

of RHEL OS

Smart management tool (add-on) provides vulnerability assessment,

compliance assessments and system comparison features

Smart management tool (add-on) provides the ability to execute the

remediation plans provided by Red Hat Insights if Red Hat

Enterprise Linux (RHEL) is used as the operating system for

compute nodes

Availability of Solution Roadmap!

Availability of publicly accessible contents of technology updates

for each releases!

Training and

knowledge base

transfer

Shall be provided with administrator training for min. 5 days for 3

persons in the platform providers training center. Necessary cost to

be conveyed by the bidder.

Installation and

deployment

service

Shall be provided with professional installation and deployment

service from the platform service provider till UAT.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

450

Passive Infrastructure Technical Specification

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Required Space Details Approximate Space

(Approx.) Bidder Response

Server Room 1000 to 1200 sft NOC Room 150 sft Power Room 350 sft Battery Room 150 sft Meet Me Room and Staging Room 150 sft

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

451

Civil, Infrastructure and Interior (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Description of Items Unit Qty

Bidder's Response

1 Civil, Infrastructure & Interior for Server Room

NOC Room Build Up: Chair & Table & Video Wall with

Controller

Meet Me Room

Power Room

Staging Room Raise Floor Earthing system ISP connectivity

Lot 2

2 Scope (As per the site survey)

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

452

Electrical Infrastructure (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Description Unit Qty

Bidder’s Response

1 Electrical Infrastructure for 80 KVA with full redundancy

Cabling System Lot 2

Distribution Boards/ Panel

MDB (Multi Distribution Board)

• Mains rating 400, 600, 800A, 1000A and 1200A

• Individually mounted feeder device up to 1200A

• Micrologic trip circuit breakers as main or feeder

• Tested and certified to CSA 22.2 No 31

• Country of Origin:

USA/UK/EU/Switzerland/Australia/Japan

EMDB+MDB

Utility DB

UPS DB

CAC & PAC

Manual Change Overboard

Conduit Work

Lighting System

Switch & Socket

Industrial Socket

Socket Outlet

Installation work as required

2 Scope (As per the site survey)

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

453

Raise floor System (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Minimum Technical Requirements Compliance

(Yes/No)

Remarks

1 Country of Origin: USA/UK/EU/Switzerland/Australia/Japan

2 Country of Manufacture:

USA/UK/EU/Switzerland/Australia/Japan

3 The raised floor shall consist of interchangeable modular floor

panels 600x600 mm, gravity laid, supported by a steel structure

made from pedestals and stringers. The under-floor cavity shall be

fully accessible and allow for an easy maintenance of the under

floor technical systems

4 Access floor system shall provide a maximum finished floor height

of 600 mm from the existing floor level. The system shall provide

for suitable pedestal and under-structure designed to withstand

various static loads subjected to it in an office and control rooms

area. The entire Access floor system shall provide for adequate fire

resistance.

5 Calcium sulphate Floor Panel with GI top & bottom finish

Panel consists of a single-ply mineral core formulated with high-

density (≥1500kg/m3) calcium sulphate, 30mm nominal thickness,

bonded with fibers featuring remarkable mechanical resistance and

entirely free of wood particles. To improve the flexural stiffness and

overall mechanical resistance, the panel is produced by applying a

0.3mm thick sheet of zinc-plated steel on the lower & top face. This

also provides an excellent barrier and guarding against fire and

moisture and an equipotential reinforcement for the purpose of

maintaining the electrical continuity of the access floor

6 The panel shall be provided by a full depth rigid PVC-free plastic

edge banding that protects the panel and the top covering against

hits, acts as a barrier against humidity, reduces the transmission of

the horizontal sound. The edge band shall be self-extinguishing in

Class V0 according to the Norm UL to retard the propagation of

flame in case of fire. The edges shall have a 4°-degree inclination

to facilitate the installation and the removal of the panels for

maintenance.

7 The dimension of the panel shall be 600x600 mm with max

dimensional allowances of 0,2 mm according to the Class 1 of the

European Standard EN 12825. All adhesives utilized for the

bonding of the panel components shall be formaldehyde and solvent

free and made of ecofriendly substances.

454

8 The structure for is made completely from zinc coated steel, with

under-head adjustment, and comprises the following elements for a

substructure height of 600 mm, the adjustment range is + /- 50 mm :

Pedestal base to be permanently secured to position on the sub-

floor. Pedestal assembly will provide for easy adjustment of

leveling and accurately align panels to ensure lateral restrain.

Pedestals will support an axial load of 2500 Kgs, without permanent

deflection. Pedestal head will be designed to avoid any rattle or

squeaks

9 Stringer (“M”): is made from cold pressed hot dip galvanized steel.

It features an open section (width 25mm, height 30mm, thickness

0.9mm) and is available in specific lengths for the following

modules: from 594x594mm to 600x600mm (in steps of 2mm). The

stringer is supplied with a Snap-On ends for positioning the

branches on the head and holes for fixing with screws to ensure

continued electricity of the system;

10 Concentrated point load: 420 kg at the center of panel @ 2.5mm

deflection Uniformly Distributed Load (UDL) : 2400 Kg/m2.

11 In accordance with the Standard EN 13501-1 the system shall meet

the Class Bfl-s1. The Panels will confirm to Fire Ratings tested as

per EN13501(30 min).

12 Active Floor Tile with EC Fan:

13 Active floor tiles for Cooling high density racks which will have

EC fans, grill, damper. The floor grill should be able to get the

signal from return air temperature sensor mounted on the rare of

racks & should be able to regulate the airflow accordingly. The

grilles should be able to handle a load of minimum 10 KW &

Maximum up to 25 KW per rack.

- Size of active grill should be 600 mm x 600 mm.

- Active Floor Grill should be able to bear a uniformly distributed

load of minimum 1000 KG/ Sq. M.

- A minimum air flow of 1800 CFM to a maximum air flow of

2950 CFM is desired so that a cooling load of minimum 10 KW to

maximum 25 KW is managed by active floor grill.

- Functional Status Indication.

- Provision of two temperature sensors to be connected at the rear

of the rack for controlling CFM as per the rack load.

- Continuous reading & display of Fan speed, reading & Display

of the temperature measured by the sensors.

- Indication of fault & alarm situations.

14 Scope: as per the site survey

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

455

Accessories

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Details Description UOM Qty

1 Double suction

panel lifter

Brand: To be mentioned by the bidder Nos 2

Brand Origin:

USA/UK/EU/Switzerland/Australia/Japan

Country of Manufacture:

USA/UK/EU/Switzerland/Australia/Japan

Model: Should be mentioned

Double suction panel lifter

2 Air grommet Brand: To be mentioned by the bidder Nos 32

Brand Origin:

USA/UK/EU/Switzerland/Australia/Japan

Country of Manufacture:

USA/UK/EU/Switzerland/Australia/Japan

Model:

USA/UK/EU/Switzerland/Australia/Japan

Rectangle shape: Dust-proof panel with

double brush - (opening size 410x215mm)

Accessories

Accessories

Pedestal glue, Locking glue. bottle for filling,

Foam tape, Aluminum pads, Application

device for pedestal glue.

3 Contamination

Control Mat

Contamination Control Mat. Mat for Data

Center & Power Room

1 sets

4 Mesh Cable

Tray & Fiber

Race way

Mesh Cable Tray & Fiber Race way for DC

and DR (Based on the site survey)

1 sets

5 Signal Reference

Grid

25X4 mm Signal Reference Grid SRG for DC

and DR (Based on the site survey)

1 Sets

6 CAT 6 Cabling

Solution

Copper Solution for DC Site and DR Site

(Based on Site Survey)

1 Sets

7 Optical Cabling

Solution

Optical cabling Solution for DC Site and DR

Site (Based on Site Survey)

1 Sets

8 Scope As per the site survey

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

456

Rack with Cold Aisle Containment (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Description Required Specification Unit Qty

1.1 Brand: To be mentioned by the bidder

1.2 Model: To be mentioned by the bidder

1.3 Country of Origin: USA/UK/EU/Switzerland/Australia/Japan

1.4 Country of

Manufacturer:

To be mentioned by the bidder

1.5 Rack Profile Steel

Server Rack Cabinets - 42U - 600mm Width x

1200mm Depth x 2000mm maximum

Nos 8

Network Rack Cabinets - 42U - 750mm Width x

1200mm Depth x 2000mm maximum

Nos 4

Loading Capacity: 1700 kg

Height equipment cabinets shall have adjustable 19

inch front and rear vertical mounting extrusions which

are EIA-310D and IEC 60297 compliant and allow up

to 990mm of depth for equipment mounting. Rear pair

of 19 inch extrusions divided. The 19 inch mounting

rails will accept standard threaded cage nuts. Balanced

load rating of 1700 kg. Cabinet shall be manufactured

from materials and processes that are compliant with

the most current environmental management

standards with IP protection rating: IP 20. The front

and rear 19-inch equipment mounting rails and other

internal supporting metals are to be of steel. Cabinet

shall come complete with grounding kit, cage nuts and

the following features and installed accessories:

Front door – reversible, vented with open perforation

of not less than 63 %, complete with handle and

universal key. Hinges releasable from inside only,

door easily removable without tools.

Rear door – vertically divided, open perforation rate

63%, swivel handle, DIN profile, universal key,

multipoint, reversible, complete with handle and

universal key. Hinges releasable from inside only,

door easily removable without tools.

Two pairs (front and rear) steel vertical 19-inch

equipment mounting extrusions fully compatible with

servers, fully adjustable front to rear depth positions

within the cabinet. Marked “U” positions on front and

rear side. Size of mounting holes is 9.5mm x 9.5mm.

Racks should have optional accessories like blanking

panels to fill in the U Space.

Removable 2-piece side panels with 2 locks . Side

panels are grounded.

457

Removable top plate single-piece design with many

options. In standard minimum five openings for cable

entries covered with access caps. All cable openings

accept rubber grommets and/or brushes where

applicable.

Frame columns with holes for screws M5 for

connecting racks to rows with side panels.

Bottom is flat with castors and wheels and enables

direct installation of the rack on the floor

Central grounding point

Cabinets Finish color powder coated Black

5 round/square/rectangle cable entries with brush on

roof

2 Containment Cold Aisle Containment for Data Centre Set 1

Rack and containment should be from same

manufacturer

Supply, Assembly and installation of Cold Aisle

Containment for 16 racks with 2 doors as shown in

layout

General

The Containment uses a series of panels, door frames

and doors, and air blocks to enclose a cold aisle zone

which contains cooling unit supply air

Cold Aisle Containment: The cold aisle zone is the

space between two rows of IT equipment racks with

cold air being supplied between the two rows of racks

(or one row of racks and an architectural wall) and the

IT equipment exhausts hot air away from the aisle. In

this enclosed space cooling unit supply air is collected

inside of the Containment. The cool air is supplied to

the IT equipment while the IT equipment exhaust air

is pushed outside the Containment and returned to the

cooling unit.

By preventing mixing of cool supply air and hot

exhaust air, this self-contained configuration is

capable of supporting a complete range of low,

medium and high power/heat density loads, and can

be deployed in multiple environments without

affecting the surrounding area.

Production Facility shall be certified as suitable for

this data center environment by documentation

supporting UL Listing, European Conformity, ROHS

and ISO 9001 Certifications and compliances

Rack and containment should be from same

manufacturer

Ceiling Panel

A. Ceiling panels shall be minimum 5.0 mm or

more thick Lexan clear-ribbed panels or 2.36 mm

thick V0 clear panels with SPCC framing.

458

B. Minimum Light Transmission per ASTM

D1003 equal to 82% or greater.

C. Ceiling panels shall be designed to be supported

by the frames of the IT Equipment racks. Ceiling

Panel frames sizes shall be suitable to match up with

various rack widths, row width, and aisle widths.

D. The ceiling system shall be designed to permit

removal of the ceiling panel from within the

contained zone without the use of tools for service

access to the space above the Aisle.

Door Frames and Door

A. Metal door frames and doors shall be provided

to establish air containment at the end of two rows of

racks. The door frame system shall match the height

of the rack-based equipment and match the design

width of the contained aisle.

B. Doors shall be Sliding, to permit access into the

contained aisle for maintenance or servicing.

C. Doors shall be provided with a window, handles

and latches.

D. The sliding doors of the containment should open

as swing doors which shall help personnel to push

open the door to escape during emergency

Frames and Component Seal

A. Foam Rubber gaskets or metal/composite, brush,

or plastic air blocks shall be installed at Aisle joints to

minimize open gaps between containment system

components, such as door frames, ceiling and duct

panels, and IT Equipment racks and rack-based

equipment. Gasketing and/or air blocks may include,

but not be limited to, the following.

1. Joints between adjacent ceiling/duct panels

2. Joints between ceiling/duct panels and top of

racks, if not metal to metal.

3. Joints between door frames and ceiling/duct

panels, if not metal to metal.

4. Joints between door frames and racks at the end

of the row(s).

5. Joints between rack bottom rear frame and

floor.

6. Joints between duct panel and ceiling/roof of

room.

Blanking Panels, Height Adapters, and Depth

Extenders

1. Can be used to provide an aesthetic alternative

for varying dimension enclosures.

459

2. Blanking Panels shall be placed where gaps

between racks exist to seal contained aisle. The panel

shall match the height of the enclosures and match the

width of the gap. It shall not be mounted to any

adjacent blanking panels nor shall it support any

adjustable height supports.

3. Depth Extenders shall mount to front or back of

enclosures to align aisle. The extender shall match the

depth of the adjacent racks and match the width and

height of the enclosure (including any height adapters)

of which it is being mounted

4. Height Adapters shall mount to the top of

enclosures to align the enclosure height. The height

adapter matches the height of the adjacent racks and

shall match the width and depth of the rack (including

any depth adapters) of which it is being mounted.

LED Light in each Rack Front

Two Side Light inside Containment

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

460

Online Modular UPS with Lithium-Ion batteries for IT Load (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Description Required Specification Unit QTY

1.1 Brand: To be mentioned by the bidder

1.2 Model: To be mentioned by the bidder

1.3 Country of Origin: USA/UK/EU/Switzerland/Australia/Japan

1.4 Country of Manufacture: To be mentioned by the bidder

1.5 Country of Shipment: To be mentioned by the bidder

1.6 Capacity: Minimum 200 KW Module upgradable up

to 500KW within the same frame

1.7 Module: Up to 50KW Hot Plug and hot swappable

function

1.8 Number of Module: To be mentioned by the bidder

1.9 Backup Time: Minimum 60 min at 200 KW load (LMO-

NCM Lithium Ion Battery)30 Minutes back

up on each UPS at 200 kW Load.

1.1 Battery String (Bank): To Be Mentioned by the Bidder

1.11 Input Battery Voltage: To be mentioned by the bidder

1.12 Topology: Modular, True Online Double Conversion

1.13 Module Power kVA (kW) 20 to 50KW

1.14

No. of parallelable module in

one rack

5 to 10

1.15 Power module Dimension To Be Mention by the Bidder

1.16 Dimension and weight To Be Mention by the Bidder

1.17

Efficiency

System AC-AC efficiency

Online Double Conversion

Minimum 96% from 20 % load to 100 %

Loading along with PF Correction to Unity

at Input & Har-monic Correction (THDI) to

< 5% at Input.

Static Bypass Mode of

Operation along with Battery

Charging

≥ 98 % from 20 % load to 100 % Loading

along with PF Correction to Unity at Input

& Harmonic Correction (THDI) to < 5% at

Input and simultaneously Battery Charging

also.

Incase Vendor does not comply; additional

Har-monic Filters and Power Factor

Improvement Unit shall be provided at

UPS Bypass Circuit.

It shall be a standardized solution. UPS

vendor to submit UL Certification for the

same

1.18 Load PF To Be Mention by the Bidder

1.19 Hot swappable Hot Swappable Power Module

1.2 Module control Centralized/ Distributed

461

1.21 Input voltage tolerance To Be Mention by the Bidder

1.22 Input frequency tolerance 40-70 Hz

1.23 Input PF 0.99 @ 100% Load

1.24 THDI <3% @ 100% Load

1.25 Overload 10 Min @ 125% Load

1.26 1 Min @ 150% Load

1.27 Noise level To Be Mention by the Bidder

1.28 Display 7 inch Touch Display

1.29 Input THDi <3%

1.3 Input PF 0.99 @50-100% Load

1.31 THDv @ 100% Linear Load <1%

1.32

THDv @ 100% Non-Linear

Load

<3%

1.33 No of Battery Blocks To be Mentioned by the Bidder

1.34 Static Bypass Centralized

1.35 Dimensions To be Mentioned by the Bidder

1.36 Cable entry Top / Bottom

1.37 Crest factor: 2.5:01

1.38 General Features for UPS:

1.39

Redundancy and Fault

tolerance:

The UPS System Shall Design for no single

point of failure and should be driven by the

different power modules. It should not

consist of any major component failure of

which may cause the failure of all module’s

operations. It shall have fault isolation

capability. True hot Swappable function.

No need to input any special command

before unplug or plugin any module. It

shall be possible to interchange the sub

power modules among each other in the

frame or from any of the other similar

Frame without the need of shutdown or

programming re-quired by the OEM /

Service Team

Phase Sequence Correction at

Input

The UPS shall be provided with Phase

Sequence Correction at Input i.e. In case of

Phase reversal at Input, UPS shall continue

to operate in Double Conversion Mode of

operation without going to battery mode.

Icw for Input/Bypass

Terminals

The UPS shall have a short circuit rating of

65 kA for Input & Bypass Terminals and

limited to ≤ 2 kA for Power Modules.

Cable Termination Top Cable Entry with Copper as well as

Aluminum

Incase Aluminum Cable termination is not

possible, vendor to provide separate

462

cube/box with input & output breakers &

busbars with each UPS module.

Required waveform capturing

/store function availability

like an event triggered

oscilloscope: Input voltage,

Bypass voltage, Output

voltage, Output current,

Battery voltage, Ground

voltage, DC bus voltage

Required (Inbuilt or separate external

device)

100% Conformal coating of

critical components PCBs

Required

User Replaceable Dust Filters

without shutting down the

UPS along with Rodent mesh

Required

Energy Meter for displaying

kWh consumption

(Inbuilt / External)

Required

UPS Full Load Testing UPS shall be capable to test at 100% Load

with-out the need of any ex-ternal load

bank. Incase this feature in not built-in, a

external fully rated load bank of UPS

capacity along with breakers and cables

shall be considered which will be kept at

site till the warranty period of the UPS

1.4

Power module system to

drive Modular UPS system:

Hot Swappable Power Module

1.41

Battery module system to

drive Modular UPS system:

Lithium Ion Batteries (LMO-NCM)

1.42

Centralized static UPS must have centralized module static

Switch as per the Frame capacity

1.43 Centralized control & UPS must have centralized control &

monitoring interface: monitoring interface

1.44 Power module online UPS must have Power module online

swappable: swap ability. It shall be possible to insert &

remove (Plug In-Plug Out) sub power

module from the UPS frame while the UPS

is in Online Double Conversion Mode of

operation i.e., Sub Power modules shall be

swappable without putting the UPS in

bypass/battery operation. Same shall be

certified by UL (Underwriters Laboratory)

1.45 Controller: Individual Controller each module or

Redundant Controller each UPS

1.46 Display: Separate display for UPS

1.46 External Maintenance

Bypass

Central mechanical bypass in a separate

enclosure to be provided.

1.47 Battery Connection: To be mentioned by the bidder

463

1.47 Supported Battery Type: To be mentioned by the bidder

1.48 Environment:

1.48 Protection rating: IP 20 or Better

1.49 Operating Humidity: To be mentioned by the bidder

1.49 Operating temperature: 0–40°C without derating or overload in kW

Capacity of UPS in continuous operation.

1.5 Communication:

1.5 LCD Display: 7 inch Touch Screen Display for showing

all necessary information

1.51 Communication ports: RS-232, SNMP slot or to be mentioned by

the bidder if there any other ports are

available

1.51 Remote Monitoring &

Management:

SNMP card with remote monitoring and

management capability and compatible

with Data Centre Infrastructure

Management System (DCIM) /

Environment Monitoring System (EMS)

1.52 Firmware upgrades: Shall have on the fly Firmware Upgrade

Capability. There shall have no interruption

on live operation.

1.52 Event logging: Event logging capability, preferably with

graphs in the proposed software.

1.53 Standard:

1.53 Safety: IEC/EN 62040-1 and/or to be mentioned

by the bidder if there anything better than

the requirement

1.54 Electromagnetic

Compatibility:

IEC/EN 62040-2 and/or to be mentioned

by the bidder if there anything better than

the requirement

1.54 Product Certification: UL & CE/TÜV

1.55 Manufacturing Certification: ISO 9001, ISO 14001, ISO 50001

1.55 UPS Cabinet Weight & Dimension:

1.56 Weight: To be mentioned by the bidder

1.56 Dimension W(mm) × H

(mm)× D (mm):

To be mentioned by the bidder

1.57 Battery:

1.57 Brand: To be mentioned by the bidder

1.58 Model: To be mentioned by the bidder

1.58 Country of Origin: USA/UK/EU/Switzerland/Australia/Japan

1.59 Country of Manufacture: To be mentioned by the bidder 1.59 Type: To be mentioned by the bidder

1.6 Nominal Voltage: To be Mentioned by the bidder 1.6 Battery Ampere: To be mentioned by the bidder 1.61 Number of Batteries per

module and per UPS Set:

To be mentioned by the bidder

464

1.61 Others: Battery Backup Calculation Sheet must be

submitted by the OEM letterhead from

which batteries are collected showing that

supplied batteries are capable to provide

desired backup at full load at the time of

commissioning 1.62 Weight per Battery (Kg): To be mentioned by the bidder

1.62 Battery Dimension: To be mentioned by the bidder

1.63 Designed Life Time for

Battery:

Minimum 10 Years

1.63 Battery Cabinet: Best quality customizable powder coated

metal cabinet with N+1 circuit breaker box

having an easy-to-open transparent

window. Battery system Certifications:

Safety Cell UL1642, Module UL 1973,

Transportation UN38.3, Seismic GR63,

EMC IEC61000-6-2, 61000-6-4. Proposed

LIB shall be UL 9450A Certified, i.e. Test

Method for Evaluating Thermal Runaway

Fire Propagation in Battery Energy Storage

Systems. Certificate shall be provided by

the bidder

1.64 Battery Cabinet Dimension: To be mentioned by the bidder (preferably

as per drawing)

1.64 Battery Monitoring System (BMS): 1.65 Battery Monitoring System

(BMS):

Battery Monitoring/Management System

with Remote Monitoring Capability.

Battery Monitoring System shall capable to

monitor individual Cell Level, Module

level, Bank Level including all critical

parameters etc. with graphical report. Other

Features to be mentioned by the bidder. 1.65

Battery Monitoring System should be form

same manufacturer as Batteries 1.66 Installation: Supply, Installation, Testing and

Commissioning with all required

components 1.66 Warranty: At least 3 years Full warranty with parts,

labour, replacement and onsite

support. 24/7 Support and respective team

should be assigned on site within 2 (two)

hours after reporting incident.

1.67 Reference Project OEM should have minimum 2 (two)

installations of 150 kVA or more capacity

UPS along with Lithium Ion Battery

installation in any Government or

Enterprise or bank or financial or

Colocation Data Centre in Bangladesh

465

1.68 Battery Calculation Battery Calculation should be submitted in

OEM letter head with seal and signed.

1.69 OEM Qualifications OEM for UPS, Modular Power Distribution

and Isolation Transformer to be Same.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

466

Online Modular UPS with Lithium-Ion batteries for Cooling Equipment and Other Non-Critical Load (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Description Required Specification Unit QTY

1.1 Brand: To be mentioned by the bidder

1.2 Model: To be mentioned by the bidder

1.3 Country of Origin: USA/UK/EU/Switzerland/Australia/Japan

1.4 Country of Manufacture: To be mentioned by the bidder

1.5 Country of Shipment: To be mentioned by the bidder

1.6 Capacity: Minimum 200 KW Module upgradable up

to 300KW within the same frame

1.7 Module: Up to 50KW Hot Plug and hot swappable

function

1.8 Number of Module: To be mentioned by the bidder

1.9 Backup Time: Minimum 60 min at 200 KW load (LMO-

NCM Lithium Ion Battery)(30 Minutes on

each UPS at Full load of 200 kW)

1.1 Battery String (Bank): To Be Mentioned by the Bidder

1.11 Input Battery Voltage: To be mentioned by the bidder

1.12 Topology: Modular, True Online Double Conversion

1.13 Module Power kVA (kW) 20 to 50KW

1.14

No. of parallelable module in

one rack

5 to 10

1.15 Power module Dimension To Be Mention by the Bidder

1.16 Dimension and weight To Be Mention by the Bidder

1.17

Efficiency

System AC-AC efficiency

Online Double Conversion

Minimum 96% from 20 % load to 100 %

Loading along with PF Correction to Unity

at Input & Har-monic Correction (THDI) to

< 5% at Input.

Static Bypass Mode of

Operation along with Battery

Charging

≥ 98 % from 20 % load to 100 % Loading

along with PF Correction to Unity at Input

& Harmonic Correction (THDI) to < 5% at

Input and simultaneously Battery Charging

also.

Incase Vendor does not comply; additional

Har-monic Filters and Power Factor

Improvement Unit shall be provided at

UPS Bypass Circuit.

It shall be a standardized solution. UPS

vendor to submit UL Certification for the

same

1.18 Load PF To Be Mention by the Bidder

1.19 Hot swappable Hot Swappable Power Module

1.2 Module control Centralized/ Distributed

467

1.21 Input voltage tolerance To Be Mention by the Bidder

1.22 Input frequency tolerance 40-70 Hz

1.23 Input PF 0.99 @ 100% Load

1.24 THDI <3% @ 100% Load

1.25 Overload 10 Min @ 125% Load

1.26 1 Min @ 150% Load

1.27 Noise level To Be Mention by the Bidder

1.28 Display 7 inch Touch Display

1.29 Input THDi <3%

1.3 Input PF 0.99 @50-100% Load

1.31 THDv @ 100% Linear Load <1%

1.32

THDv @ 100% Non-Linear

Load

<3%

1.33 No of Battery Blocks To be Mentioned by the Bidder

1.34 Static Bypass Centralized

1.35 Dimensions To be Mentioned by the Bidder

1.36 Cable entry Top / Bottom

1.37 Crest factor: 2.5:01

1.38 General Features for UPS:

1.39

Redundancy and Fault

tolerance:

The UPS System Shall Design for no single

point of failure and should be driven by the

different power modules. It should not

consist of any major component failure of

which may cause the failure of all module’s

operations. It shall have fault isolation

capability. True hot Swappable function.

No need to input any special command

before unplug or plugin any module. It

shall be possible to interchange the sub

power modules among each other in the

frame or from any of the other similar

Frame without the need of shutdown or

programming re-quired by the OEM /

Service Team

Phase Sequence Correction at

Input

The UPS shall be provided with Phase

Sequence Correction at Input i.e. In case of

Phase reversal at Input, UPS shall continue

to operate in Double Conversion Mode of

operation without going to battery mode.

Icw for Input/Bypass

Terminals

The UPS shall have a short circuit rating of

65 kA for Input & Bypass Terminals and

limited to ≤ 2 kA for Power Modules.

Cable Termination Top Cable Entry with Copper as well as

Aluminum

Incase Aluminum Cable termination is not

possible, vendor to provide separate

468

cube/box with input & output breakers &

busbars with each UPS module.

Required waveform capturing

/store function availability

like an event triggered

oscilloscope: Input voltage,

Bypass voltage, Output

voltage, Output current,

Battery voltage, Ground

voltage, DC bus voltage

Required (Inbuilt or separate external

device)

100% Conformal coating of

critical components PCBs

Required

User Replaceable Dust Filters

without shutting down the

UPS along with Rodent mesh

Required

Energy Meter for displaying

kWh consumption

(Inbuilt / External)

Required

UPS Full Load Testing UPS shall be capable to test at 100% Load

with-out the need of any ex-ternal load

bank. Incase this feature in not built-in, a

external fully rated load bank of UPS

capacity along with breakers and cables

shall be considered which will be kept at

site till the warranty period of the UPS

1.4

Power module system to

drive Modular UPS system:

Hot Swappable Power Module

1.41

Battery module system to

drive Modular UPS system:

Lithium Ion Batteries (LMO-NCM)

1.42

Centralized static UPS must have centralized module static

Switch as per the Frame capacity

1.43 Centralized control & UPS must have centralized control &

monitoring interface: monitoring interface

1.44 Power module online UPS must have Power module online

swappable: swap ability. It shall be possible to insert &

remove (Plug In-Plug Out) sub power

module from the UPS frame while the UPS

is in Online Double Conversion Mode of

operation i.e., Sub Power modules shall be

swappable without putting the UPS in

bypass/battery operation. Same shall be

certified by UL (Underwriters Laboratory) 1.45 Controller: Individual Controller each module or

Redundant Controller each UPS

1.46 Display: Separate display for UPS

469

1.46 External Maintenance

Bypass

Central mechanical bypass in a separate

enclosure to be provided.

1.47 Battery Connection: To be mentioned by the bidder

1.47 Supported Battery Type: To be mentioned by the bidder

1.48 Environment:

1.48 Protection rating: IP 20 or Better

1.49 Operating Humidity: To be mentioned by the bidder

1.49 Operating temperature: 0–40°C without derating or overload in kW

Capacity of UPS in continuous operation.

1.5 Communication:

1.5 LCD Display: 7 inch Touch Screen Display for showing

all necessary information

1.51 Communication ports: RS-232, SNMP slot or to be mentioned by

the bidder if there any other ports are

available

1.51 Remote Monitoring &

Management:

SNMP card with remote monitoring and

management capability and compatible

with Data Centre Infrastructure

Management System (DCIM) /

Environment Monitoring System (EMS)

1.52 Firmware upgrades: Shall have on the fly Firmware Upgrade

Capability. There shall have no interruption

on live operation.

1.52 Event logging: Event logging capability, preferably with

graphs in the proposed software.

1.53 Standard:

1.53 Safety: IEC/EN 62040-1 and/or to be mentioned

by the bidder if there anything better than

the requirement

1.54 Electromagnetic

Compatibility:

IEC/EN 62040-2 and/or to be mentioned

by the bidder if there anything better than

the requirement

1.54 Product Certification: UL & CE/TÜV

1.55 Manufacturing Certification: ISO 9001, ISO 14001, ISO 50001

1.55 UPS Cabinet Weight & Dimension:

1.56 Weight: To be mentioned by the bidder

470

1.56 Dimension W(mm) × H

(mm)× D (mm):

To be mentioned by the bidder

1.57 Battery:

1.57 Brand: To be mentioned by the bidder

1.58 Model: To be mentioned by the bidder

1.58 Country of Origin: USA/UK/EU/Switzerland/Australia/Japan

1.59 Country of Manufacture: To be mentioned by the bidder 1.59 Type: To be mentioned by the bidder

1.6 Nominal Voltage: To be Mentioned by the bidder 1.6 Battery Ampere: To be mentioned by the bidder 1.61 Number of Batteries per

module and per UPS Set:

To be mentioned by the bidder

1.61 Others: Battery Backup Calculation Sheet must be

submitted by the OEM letterhead from

which batteries are collected showing that

supplied batteries are capable to provide

desired backup at full load at the time of

commissioning 1.62 Weight per Battery (Kg): To be mentioned by the bidder 1.62 Battery Dimension: To be mentioned by the bidder 1.63 Designed Life Time for

Battery:

Minimum 10 Years

1.63 Battery Cabinet: Best quality customizable powder coated

metal cabinet with N+1 circuit breaker box

having an easy-to-open transparent

window. Battery system Certifications:

Safety Cell UL1642, Module UL 1973,

Transportation UN38.3, Seismic GR63,

EMC IEC61000-6-2, 61000-6-4. Proposed

LIB shall be UL 9450A Certified, i.e. Test

Method for Evaluating Thermal Runaway

Fire Propagation in Battery Energy Storage

Systems. Certificate shall be provided by

the bidder 1.64 Battery Cabinet Dimension: To be mentioned by the bidder (preferably

as per drawing)

1.64 Battery Monitoring System (BMS):

1.65 Battery Monitoring System

(BMS):

Battery Monitoring/Management System

with Remote Monitoring Capability.

Battery Monitoring System shall capable to

monitor individual Cell Level, Module

level, Bank Level including all critical

parameters etc. with graphical report. Other

Features to be mentioned by the bidder. 1.65

Battery Monitoring System should be form

same manufacturer as Batteries

471

1.66 Installation: Supply, Installation, Testing and

Commissioning with all required

components 1.66 Warranty: At least 3 years Full warranty with parts,

labour, replacement and onsite

support. 24/7 Support and respective team

should be assigned on site within 2 (two)

hours after reporting incident.

1.67 Reference Project OEM should have minimum 2 (two)

installations of 150 kVA or more capacity

UPS along with Lithium-Ion Battery

installation in any Government or

Enterprise or bank or financial or

Colocation Data Centre in Bangladesh

1.68 Battery Calculation Battery Calculation should be submitted in

OEM letter head with seal and signed.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

472

Rack Mount Static Transfer Switch – STS/ATS (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Description Required Specification Unit Qty

1 Brand: To be mentioned by the bidder

2 Model: To be mentioned by the bidder

3 Manufacturer: USA/UK/EU/Switzerland/Australia/Japan

4 Origin: To be mentioned by the bidder

5 Nominal current: 32A

6 Voltage: 220/240 V +/- 10% or to be mentioned by

the bidder

7 Input frequency: 50/60 Hz

8 Output

protection:

1 thermal cutout per set of IEC C13

connectors

9 Input

Connection:

Minimum 2 connecting cables with IEC C20

connector (32A male connector)

10 Output

Connection:

16 units C13 and 2 units C19

11 Transfer time: 10-12 millisecond or less in accordance to

IEC guidelines

12 Compatibility: To be compatible with UPS which use on-

line double conversion technology.

13 Dimension

(WxHxD):

To be mentioned by the bidder

14 Weight (Kg): To be mentioned by the bidder

15 Overload

Capacity:

100% continuous

16 Standards: Safety: IEC 60950-1/EN 50091-1 and/or to

be mentioned by the bidder if there anything

updated/better than the requirement

EMC: EMC Directive 2014/30/EU/EN

50022 and/or to be mentioned by the bidder

if there anything updated/better than the

requirement

Marking: TÜV/GS/UL

17 Warranty: 3 (Three) years full warranty and service

support, spare replacement immediately,

round the clock maintenance.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

473

Metered Rack PDU (Single phase) (To be filled up and signed by the Bidder & Manufacturer, otherwise

the offer will not be acceptable)

SL Description Required Specification Unit Qty

1.1 Brand: To be mentioned by the bidder (International

Reputed Brand)

1.2 Model: To be mentioned by the bidder

1.3 Manufacturer: USA/UK/EU/Switzerland/Australia/Japan

1.4 Part Numbers: To be mentioned by the bidder

1.5 Country of Origin: USA/UK/EU/Switzerland/Australia/Japan

1.6 Country of

Manufacture:

To be mentioned by the bidder

2 Features

2.1 Load indicator

LED

Indicates overload and warning conditions

based on the user-defined alarm thresholds.

Alerts users of potential overloaded circuits.

2.2 Local Current

Monitoring Display

The aggregate current draw per power

distribution unit is displayed on the unit via

a digital display. The local digital display

helps installers avoid overloaded circuits by

providing a visible warning when the current

draw is close to the maximum amperage

draw of the strip.

2.3 Wide range of input

and output

connections

Product family includes a variety of input

and output connections to distribute 230V

power to multiple outlets. Having a variety

of inputs and outputs allow users to adapt to

varying power requirements.

2.4 Alarm Thresholds Define alarm thresholds in order to avoid

overloaded circuits. Network and visual

alarms inform the user of possible problems.

2.5 Local and web-

based monitoring

Status available to customers both in the data

center and remotely

3 Agility

3.1 Rack-Mountable Includes horizontal, vertical, and toolless-

mount varieties. Puts power where it is

needed most - in the racks near the

equipment.

3.2 Wide range of input

and output

connections

Product family includes a variety of input

and output connections to distribute 230V

power to multiple outlets. Having a variety

of inputs and outputs allow users to adapt to

varying power requirements. Units that bring

up to 32A 3Phase using a single branch

whip.

3.3 Single input power

source

Supply power from one branch whip to

multiple pieces of equipment, conveniently

powering rack-mount equipment. Saves time

474

and money during installation by using one

branch whip and standard connections.

4 Availability

4.1 Flash Upgradeable Quickly and easily upgrade firmware via

network download for future product

enhancements. Eliminates the need to

replace products already installed in the field

when new features are released. (Note:

Networked units only)

4.2 Integrates An IT-ready, scalable access monitoring

system that collects, organizes, and

distributes critical alerts, surveillance video

and key information, providing a unified

view of complex physical infrastructure

environments from anywhere on the network

4.3 Load indicator

LED

Indicates overload and warning conditions

based on the user-defined alarm thresholds.

Alerts users of potential overloaded circuits.

4.4 Alarm Thresholds Define alarm thresholds in order to avoid

overloaded circuits. Network and visual

alarms inform the user of possible problems.

(Note: Only available on units with the

current monitoring capabilities. Please see

SKU specifications for availability)

4.5 Local Current

Monitoring Display

The aggregate current draw per rack PDU is

displayed on the unit via a digital display.

The local digital display helps installers

avoid overloaded circuits by providing a

visible warning when the current draw is

close to the maximum amperage draw of the

strip. (Available on designated SKUs only)

4.6 Remote

Management

Capabilities

Full-featured network management

interfaces that provide standards-based

management via Web, SNMP, and Telnet.

Allows users to access, configure, and

manage units from remote locations to save

valuable time. Associated with this feature is

the ability to quickly and easily upgrade the

firmware via network download to installed

units for future product enhancements.

5 Input

5.1 Nominal Input

Voltage

230V Single Phase

5.2 Input frequency 50 Hz

5.3 Input Connections IEC 309 32A P+N+PE

5.4 Cord Length 1.83meters

475

5.5 Number of Power

Cords

1

5.6 Load Capacity 7KW Minimum

5.7 Maximum Input

Current

32A

5.8 Maximum Line

Current

32A

5.9 Regulatory Derated

Input Current

32A

6 Output

6.1 Nominal Output

Voltage

230V

6.2 Overload

Protection

No

6.3 Maximum Total

Current Draw

16

6.4 Output

Connections

(6) IEC 320 C19 (Battery Backup)

(36) IEC 320 C13 (Battery Backup)

7 Physical Characteristics

7.1 Maximum Height To Be Mentioned by the Bidder

7.2 Maximum Width To Be Mentioned by the Bidder

7.3 Maximum Depth To Be Mentioned by the Bidder

7.4 Net Weight To Be Mentioned by the Bidder

7.5 Shipping weight To Be Mentioned by the Bidder

7.6 Shipping Height To Be Mentioned by the Bidder

7.7 Shipping Width To Be Mentioned by the Bidder

7.8 Shipping Depth To Be Mentioned by the Bidder

7.9 Color Black

8 Environmental

8.1 Operating

Temperature

-5 - 45 °C

8.2 Operating Relative

Humidity

5 - 95 %

8.3 Operating

Elevation

0-3000meters

8.4 Storage

Temperature

(-25 - 65 °C)

8.5 Storage Relative

Humidity

5 - 95 %

476

8.6 Storage Elevation 0-15000meters

9 Conformance

9.1 Approvals EN 55022 Class A, EN55024, EN 61000-3-

2, EN 61000-3-3, VDE

9.2 Standard warranty 2 years repair or replace

10 Sustainable Offer Status

10.1 RoHS Compliant

10.2 REACH REACH: Contains No SVHCs

10.3 PEP Available in Documentation tab

10.4 EOLI Available in Documentation tab

11 Temperature & Humidity Sensor

11.1 Sensors Each PDU Should have minimum one (1)

temperature & humidity sensors for Sensing

of Racks in front and back

12 Warranty Min. 3Years Collaborative warranty.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

477

Precision Air Conditioner (PAC): (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Name Description of Items UOM Qty

1 Brand: To be mentioned by the bidder Nos

Model: To be mentioned by the bidder

Country of Origin: USA/UK/EU/Switzerland/Australia/Japan

Country of Manufacturer: USA/UK/EU/Switzerland/Australia/Japan

Country of Shipment: USA/UK/EU/Switzerland/Australia/Japan

Net sensible capacity: 90kW at 43 Degree Ambient Temperature

Unit Type Air Cooled Down flow Type with stepless

modulation of capacity

Air Distribution Down flow with top return air

Compressor Type Min. one Variable Capacity Scroll

Compressors in each circuit

Number of Compressors Single/Double as per OEM design

Number of refrigerant

circuit

Single/Double as per OEM design

Type of Refrigerant R410a

Set Point 22 +/-2 Deg C non-condensing as pe

ASHRAE TC9.9

Temperature Control (°C) Required temp ± 2 Humidity Control (%) Required humidity ± 10 Unit Control Microprocessor based Control Heater Built in

Dehumidification Built in

Indoor Dimension

(HXWxD)

Vendor to specify

Air flow rate Modulating as per Return Air temperature Electrical supply (V/Ph/Hz) 380-420/3/50 Sound Pressure level To be mentioned by the Bidder Temperature Control To be mentioned by the Bidder Dehumidification Control Built in Should be controlled through EEV

Filtration Control Built in 95% down to 5micron Expansion valves Electronic Expansion valves

Evaporator DX Cooling Coil

Manufacturing tolerance: Not more than -8%

Air flow: Min 11800 CFM

Supply air temp: 20.5 Deg C

Return Air temp: 32degC Fan type: EC Fan

Energy Efficient High Performance Cooling

Fan Technology: High performance EC fan

# low vibration

# low noise operation

478

# wear-resistant

# maintenance-free

# single suction

# Backward curve EC Fan

# electronically commutated motor with

integrated electronic for connection to a

microprocessor system # inherently safe motor with alarm output

# fan speed can be electronically controlled # standard soft start # control from the microprocessor

# multi-range voltage at 50Hz

# integrated current limitation

No of Fan : Please mention 2

Cooling type: Air Cooled

Number of refrigerant circuits: 2

Compressor Type: Scroll Compressor 1

fixed scroll and 1 inverter compressor Outside condenser:

corrosion-resistant self-supporting housing

made of aluminum, protection class IP 44

Protection IP54 one/two open refrigerant circuit

one/two evaporator condensation by

external air-cooled condenser

Indoor ( H x W x D) mm : Please mention

Outdoor (H x W x D) mm: Please mention

Weight (Indoor) : Please mention

Weight (Outdoor) : Please mention

Power Consumption

without heater: To be Mentioned by the Bidder

Power consumption with heater: To be

Mentioned by the Bidder

Voltage: 380 -415 V, 3Ph, 50 Hz.

CONTROLLER

Microcontroller based recording at least 100

alarms with time & date and Temperate and

humidity recording data points at least more

than 500 Can be downloaded through BMS. Controller based Sequencing Facility

Auto Shutdown by external fire alarm

Advanced Display System for Graphical

Display and BMS connectivity Graphs can

be downloaded through BMS

SNMP Based Remote Monitoring & Email

facility

479

supervision of following signals: airflow,

compressor, heater, fan speed, condensation

pressure, filter, humidifier, water detector,

phase supervision, conductivity

measurement , fire alarm , broken sensor. Certifications:

1. ISO Certification

2. EC Certification

Grouping Feature: Unit should be supplied

be following features.

• Redundancy designates a set of standby

units, one of which will be placed into

operation in the event of failure of the active

unit.

Alarms:

Following alarms shall be available:

Temperature High / Low

Compressor 1 High / Low Pressure

Compressor 2 High / Low Pressure

Wet floor

Loss of Air flow

Low Humidifier Water.

Temperature high / low

Humidity high / low

Installation Installation, Testing and Commissioning

Loading Unloading

Indoor Base, Outdoor Base

Oxygen, Acetylene gas for welding

Nitrogen for leak test

Refrigerant

PVC Pipe, GI Pipe, Fittings (Copper, PVC

& GI ) etc.

Reference Project

OEM should have minimum 3 (three)

Similar installation in any bank or financial

or Colocation Data Centre in Bangladesh

Warranty:

At least 3 years Full warranty with parts,

labour, replacement and onsite support.

24/7 Support and respective team should be

assigned on site within 2 (two) hours after

reporting incident.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

480

Data Center infrastructure Management Monitoring (To be filled up and signed by the Bidder &

Manufacturer, otherwise the offer will not be acceptable)

SL Item Description Compliance Remarks

1 Brand: International Reputed Brand (Please

Specify)

2 Country of Origin: USA/UK/EU/Switzerland/Australia/Japan

3 Country of

Manufacturer:

Please Mention

4 Model Please Mention

5 Required for

DCIM Solution

Proposed DCIM solution OEM should be

engaged in the development of data center

infrastructure management systems whose

products have been in satisfactory use in

similar service for a minimum of 5 years.

6 Proposed DCIM application should have

been deployed in Bangladesh for at least one

Bank, one IT Enterprise spanning a

minimum of 20 Rack Infrastructure in each

of the installation in Bangladesh.

7 DCIM software OEM should have its own

dedicated Business Units within the

company to handle the following:

a. Datacenter Lifecycle services for turnkey

datacenter implementations across DCIM.

b. Datacenter Center of Excellence team for

DCIM

c. Datacenter Service & Support Team for

Implementation and troubleshooting DCIM

d. Dedicated DCIM support website for all

clients who buy DCIM to provide anytime

query escalation to Global DCIM product

experts of the DCIM bidder. Bidder has to

submit document proofs of the same and

live showcase during technical evaluation

and relevant stake holders may be called to

represent the same.

e. Datacenter Remote Monitoring Services

to offer Remote Monitoring and more

intensive coverage towards troubleshooting

DCIM Alerts by dedicated man power

offsite.

481

8

SCOPE

Bidder to supply and implement proposed

DCIM solution including hardware/Virtual

server, dcim application/os, dcimdb, dcim

software licenses for successful installation

of DCIM application. Each Rack to be

provided with 2 Temperature sensors and

each aisle(Cold and Hot) to be provided

with Temperature and Humidity sensor

All the features and functionalities or DCIM

services mentioned in this tender scope

should be expandable to manage future

requirement as well and provide us a

simplified and unified view of all the DCs

on future need basis.

Proposed DCIM system for present

requirement should be modular in licensing

nature and provide us flexibility to purchase

and expand enhanced modules according to

our future need. The DCIM should be able

to run on a physical or virtualized server.

DCIM software licensing should be

Perpetual in nature which means that license

once bought for various polled devices/racks

etc. never expire. However the end client is

free to buy extension of software warranties

on yearly basis to keep up to date with new

releases as and when they are launched.

Proposed DCIM solution should be designed

with a top-level 10/100bT Ethernet network,

using the SNMP, and/or Modbus® TCP

protocol. DCIM platform should also be

capable of pushing monitored device

information to any Third Party NMS system

using SNMP INFORM/REQUEST

procedures and to third party BMS system

using Modbus TCP out channel. By this the

DCIM system should ensure it integrates

back to commonly needed Infrastructure

devices like CRAC, Diesel Generators,

Energy Meters, Branch Circuit Power

meters, Rack mount Intelligent Pdu and

Rack Environmental Monitoring systems.

To ensure a clear integration to the said

devices is done an Annexure-A for Device

connectivity is attached, please ensure that

proposed DCIM covers licensing and

integration requirements of the devices.

The installed system shall be able to use

web services to “consume” information

482

within the Network with other products and

systems.

The DCIM shall be a combination of thick

client and thin web client architecture (web‐

based system that is accessed through a

standard web browsing tool such as Internet

Explorer, Chrome, or Firefox).

DCIM server/VM system should allow

integration of client email server via SMTP

channel as well as it should support

integration to SMS Gateway servers by

utilizing the HTTP post Method.

The DCIM must keep a log of all changes

within the data center including the changes

made to the DCIM system and all IMAC

workflow information.

The DCIM must be able to maintain

inventory and asset management within the

data center and provide visualization of the

assets in floor layout, rack elevation, and

individual asset views.

DCIM system should be able to display

energy efficiency information such as PUE,

DCiE and trend them in real time on daily,

monthly and yearly basis.

DCIM system should be able to create

reports in at least .CSV formats.

MONITORING LAYER

9 Monitoring Points Proposed DCIM solution should be designed

with a top-level 10/100bT Ethernet network,

using the SNMP, and/or Modbus® TCP

protocol.

10 Third Party system

Integration

DCIM platform should also be capable of

pushing monitored device information to

any Third Party NMS system using SNMP

INFORM/REQUEST procedures and to

third party BMS system using Modbus TCP

out channel and also support Web services

programming interface.

11 Email Server

Integration

DCIM Monitoring Layer server/VM system

should allow integration of client email

server via SMTP channel.

483

12 Alarm Status

Tracking

DCIM Monitoring layer should have Alarm

filters in the Monitoring dashboard. The

solution provides alert compression and

advanced alerting algorithms including

deviation from normal and time over

threshold to help reduce false positive

alarms.

13 Trend Analysis Should offer Graphical trending analysis for

historical data pertaining to day, week,

month, year and user defined durations.

14 Rule Creations for

Threshold Alert

Proposed DCIM solution should allow for

custom logics for creating Rules of

Escalation and Email alerts for various

devices based on alarm severity and priority.

15 Auto Timed

Reporting

DCIM Monitoring Layer should allow for

Auto Timed/Scheduled Report Emailing to

selected audience on required key

performance indicators. These Reports

should be mailed to relevant users as CSV

format.

16 Low End UPS

Monitoring

If in case client buys UPS from the DCIM

OEM bidder which do not have SNMP cards

but are managed through serial console

cables connected directly to systems

powered by the same UPS, the proposed

DCIM shall allow integration of those

devices as well. Any separate plugin so

required shall be bought by client as and

when required but DCIM should offer back

integration to the same.

17 Virtual Machine

Migration

DCIM should be scalable to offer plugins to

allow safe shutdown for Virtual Machines

and Virtual machine Migration. The safe

shutdown feature should support VMWARE

and Microsoft HYPER-V formats. For sites

where the UPS are also from the same OEM

as the DCIM the functionality should be

made available day one to the client. For

sites where the UPS are not from the same

OEM the functionality should be made

available as and when client buys UPS from

the same OEM for future integration. Non

availability of such a capability will be

considered as Non Compliance as client

reserves the right to opt for it or not (as per

the availability and future scalability on

UPS side)

484

This Plugin for Safe shutdown of

Virtualized Infrastructure should support the

following UPS configurations for alerting:

Single UPS, Redundant UPS and Parallel

UPS.

This Plugin for Safe shutdown of

Virtualized Infrastructure should support

Event logging - Pinpoint the timing and

sequence of events leading up to an incident

with the event log.

This Plugin for Safe shutdown of

Virtualized Infrastructure should help

prevent possible data corruption by

performing graceful, unattended operating

system shutdown in the event of an extended

power outage or computer power problem.

It should allow the operator to run command

file - Run command file on network

shutdown sequence as well as start-up

sequence.

It should facilitate Sequenced Server

Shutdown - Sequences the shutdown of

multiple servers powered by the same UPS

to extend runtime for higher priority servers.

CONVERGED MANAGEMENT LAYER

18 Concept Converged Management Layer concept arise

from the fact that irrespective of various

underlying components like Power, Cooling,

Network, U space all of them have to

converge to a single unified system. This

System should facilitate the complete

Lifecycle approach for Datacenter

involving:

a. Analysis

b. Design

c. Implement

d. Operate

e. Evaluate

DCIM Management Layer will have the

capability to configure a bird’s eye view of

the room layout to ensure the layout in the

data center model accurately represents the

real-world physical environment of the

room. This includes any physical attributes

of the room such as size, shape, doors,

windows, aisles, containments, false floor

creations, false ceiling creation and ability to

duct the Racks, Containments and CRAC

units to False ceiling as per site requirement.

485

DCIM Management Layer should have an

ability to import an AutoCAD 2013 .dwg

floor drawing and display the floor layout.

Rooms can be created based on wall

detection on the AutoCAD drawing. This is

different from the usual SVG/Raster

Imaging used and should not be mixed with

that which has been provisioned for

Monitoring Layer only.

User will have the capability to toggle on/off

for each Layer of AutoCAD imported inside

DCIM.

DCIM Management Layer should offer back

export of the datacenter design created or

modified within DCIM in CAD format.

DCIM Management Layer should have a

combination of Thick client and Thin client

version offering at least the following

functionality:

a. Thin client (web client) version should

offer the web view of the system

showcasing the Rack and Rack inventory

views and search dashboard for asset/client.

b. Web view should offer the capability to

create User Access control for various views

of the system. c. Thick client view (the

downloadable client) should offer a more

advance view of the complete Datacenter

starting from bird’s eye view to reach

component level view.

The web client view of the DCIM should

offer at least the following functionalities:

a. Perform simple rack inventory edits.

b. Perform quick search and view

simultaneous rack front/rear view for the

datacenter.

C. User Access Control and license

management

d. User Experience customization like Logo

and color themes.

e. Customize the language of operation

DCIM Management Layer will be able to

provide a product catalog that contains up-

to-date floor and rack mounted data center

equipment having drag & drop functionality

to populate devices & design DC floor

layout within the system as per physical

layout/actuals.

486

DCIM Management Layer should offer

inventory and mapping of Direct Current

Powered devices like Fuses, Rectifiers along

with AC powered. This means that user

should be able to create a Power path with

both types of sources at the same time if

required.

The DCIM tool will have the capability to

render the floor layout in both 2D and 3D

view.

DCIM Management Layer should offer

extensive Visual network management and

representation of cable route from server to

switch. It will show free and occupied ports

on servers, switches, and patch panels. See a

graphical overview of available network

capacity.

DCIM Management Layer should offer

capability to create Cages on datacenter

floor and visualize the same in both variants:

a. Glass cage b. Mesh Cage c. Solid wall

DCIM should offer complete information on

the layout view for the following

parameters:

a. Empty Racks

b. Filled Racks: stating the Racks are being

used by a Process/Client

c. Reserved: Racks reserved for a specific

Process/Client

d. Internal Use: Racks reserved for some

Internal requirements

With reference to Space Management in

Datacenter, DCIM should offer following

information on the layout view for the

following parameters:

a.Room Area

b. Reserved Area: For specific

Process/Client

c. Closed: Area filled already and is not

available

d. Internal Use: Area used by Internal Racks

e. Space Efficiency: Ratio between Room

Area and sum of Reserved Area, Closed

Area and Reserved Area.

The proposed solution must offer intuitive,

color-coded drawings in both plan and rack

elevation views which allows users to:

- View Rack U-space availability

- View Rack Power availability

487

- View Rack weight/Floor Loading

- View Raised Floor & Rack space

utilization

19 Sandbox Testing DCIM Management Layer should offer a

dedicated Test Environment within the same

solution which can import the live

datacenter 3D layouts and all power,

cooling, network and space details into a

separate Sandbox Test Model without

impacting the live functionality of the

Management Layer. This will be used to

simulate to simulate different scenarios, for

example, whether the design is strong

enough to cover your future requirements. If

you continue to add equipment at the current

pace, would the power supply suffice, or

would you need additional power supplies

or cooling units; would you continue to have

the necessary redundancy, etc. Changes to

these lab models should not affect the model

of the actual live environment in Core

DCIM Management Layer.

20 Predictive

Analysis

Predictive Analysis/What If Analysis &

Hypothetical Provisioning/Modelling to ease

decision making (such as: where is the best

place to put new server, do my dc have

sufficient power, cooling & space to occupy

new equipment, etc.)

21 Power Path Map Power Path: Ability to model power

connections between the equipment

supplying and delivering power and the

equipment requiring power. This includes

power path from switchgear, UPS, main

PDU with modular circuit breaker mapping,

rack RPDU and to individual servers.

22 Impact Simulation Impact simulation: Generates a list of

equipment that would be impacted if the

selected piece of equipment, e.g. a UPS or

cooling unit, about to fail or put in

maintenance mode.

The DCIM tool will have a dedicated

Equipment browser view where device

Fields can be customized and sorted as per

user need. It should allow for export of these

data fields in the same format in a CSV file

which can be opened in Excel as set by the

user in the Equipment browser and also to

save these formats for later use inside the

DCIM.

488

The DCIM tool shall have an inbuilt

Recommendation Engine that keeps on

checking the various aspects of datacenter

design like:

Rack contains overlapping equipment’s in

design

Max Rack Load exceeded

Equipment weight Exceeds weight limit of

floor

Room doesn't have enough Airflow

Amount of Rack PDU Power Outlets has not

been Configured

An Invalid Power Path has been Configured

Associated Device Data has been Lost

Capacity Group Equipment is Placed in

Multiple Rooms

Connection has not been Configured

between PDU and Power Supply

Connection has not been Configured

between Power Panel and Power Supply

Connection has not been Configured

between Remote Distribution Panel (RDP)

and Power Supply

Equipment Connected to this PDU Draws

more Power than is Supported by the Power

Supply Breaker

Equipment Connected to this Power Panel

Draws more Power than is Supported by the

Power Supply Breaker

Equipment Connected to this Remote

Distribution Panel (RDP) Draws more

Power than is Supported by the Power

Supply Breaker

Equipment in this Rack Receives Power

from Multiple Power Supply Devices

Equipment is Connected to a Rack PDU

Outside this Rack

Internal Redundancy Setup for UPS and

Group Must Match

PDU and Connected Rack PDU are Placed

in Different Rooms

PDU Output Voltage has not been

Configured Power Connection Configuration is Invalid

for Equipment in one or more Racks in the

Group Power Feed Connection for UPS and Group

must Match

489

Power Panel Output Voltage has not been

Configured Rack's Estimated Load Exceeds Group's

Peak Load Settings 23 Datacenter

Thermal Analysis

& Design

The graphical floor plan of the configured

data center layout should include overlays

showcasing capture index (CI), plenum

pressure, plenum velocities, and 3D

rendering of the temperature map, including

airflow and temperature thresholds. As the

design takes place, client will get a qualified

estimation of the effect of changes in supply

temperature, airflow, and number of cooling

units and room-based cooling parameters.

The data is expected to be simulated on the

basis of plate rating of various cooling

devices, racks, perforated tiles, grilles etc.

The Cooling overlay of the data center floor

layout should show a color-coded overview

of the Capture Index to give client an

overview of the reasons why the tile airflow

may not be the same across the room. Each

rack in a well-formed hot aisle / cold aisle

layout should show a capture index

percentage.

It should also offer dedicated Overlay to

show Floor Plenum to help client drill down

into looking at specific velocity issues in the

plenum and estimate perforated tile airflow

rates. In designing the layout whenever a

client drags in a new cooling unit or moves a

perforated tile, the flow vectors and

perforated tile flow rates should update

instantly on the Plenum view on the DCIM.

In the 3D view, client should be able to see

the room's simulated airflow above the

raised floor. Velocity vector and

temperature results should look like those

from traditional CFD applications and

provide the same ability to quickly locate

problem spots and understand the

underlying causes.

DCIM application should provide design

capability of hot isle and cold aisle ducted to

ceiling scenario creation. It should also

incorporate other components like Blocking

walls, pillars for creation of datacenter

design so that it comes as near to real

scenario.

490

DCIM should facilitate the 3D model to

depict equipment placed on Rack Mounted

Trays and at the same time CFD like Model

should be able to detect airflow around those

equipment when mounted inside the Rack.

DCIM thermal model should incorporate

Thermal calculations utilizing both

mechanisms: Simulated and Real Time T/H

sensor polling. User should have the ability

to simulate his datacenter on any of them at

any time and see Thermal Maps in X, Y and

Z Planes.

DCIM should facilitate the 3D model to

depict equipment placed on Rack Mounted

Trays like Modems stacked on a Tray.

DCIM 3D model should allow for

PAN,ZOOM, Rotate the datacenter views as

per user requirement.

DCIM thermal model should allow Third

Party Building Management Rack T/H

sensors also to be utilized for calculating

Thermal Maps apart from the DCIM OEM's

own T/H sensors.

Commissioning: The solution should

provide provisions to recommend the best

location for a server in the rack layout,

utilizing available space, cooling, and power

capacity

24 Accessories Cat6 Cable, Clamp, Connector, Power, etc. Lot 1

25 Installation Installation, Testing & Commissioning

charge

Job 1

26 Warranty 3-year full warranty with parts &labor

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

491

IP KVM (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Description Compliance Remarks

1 16 Port IP KVM

2 Country of Origin – USA/UK/EU/Switzerland/Australia/Japan

3 Country of Manufacture – To be mentioned by Bidder

4 It should have a minimum of 16 ports scalable & upgradeable.

5 It should support 1 remote users and 1 user at the rack

6 It should take control of servers at BIOS Level

7 It should facilitate both in-band & out-of band access

8

It should be able to integrate with intelligent power strips, so as

to be able to reset power of remote device at port level.

9

It should have facility to integrate with secure management

device

10 Gigabit Ethernet ports.

11

Virtual Media Support of multiple media including 'ISO image'

files

12 PC selection – On screen Display menu hot key

13

Min. 17 inch Rack mountable design with LCD console and

tray

14

Browser based Management available at both remote and local

(Supported Browsers = Internet Explorer for MS-Windows,

Firefox for MS-Windows and Linux)

15 KVM - USB cables - 16 Nos.

16 Minimum 3 Years collaborative warranty

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

492

Floor Mount Isolation Transformer (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Minimum Technical Requirements Compliance

(Yes/No)

Remarks

1 Country of Origin: USA/UK/EU/Switzerland/

Australia/Japan

2 Country of Shipment: USA/UK/EU/

Switzerland/Australia/Japan

3 The 250 kVA PDU is designed primarily for isolation of

electrical power and will properly interface the UPS

power source with actual loads in data center

4 PDU shall have Inbuilt K 13 rated Isolation transformer

with efficiency of 98.5% at 50% load

5 PDU shall be equipped with Output Energy Meter ( after

Isolation Transformer) as per design and same shall be

available on Remote communication through MODBUS

TCP/IP

6 PDU shall be Forced air cooled, with 50% fans running at

start and balance 50% Fans activates after Transformer

Temp exceeds 80 DegC

7 Fan failure alarm is required for PDU

8 PDU shall have Manual Soft Start circuit to handle inrush

9 PDU shall have Incoming breaker, outgoing breaker and

Manual Bypass switch Isolation of Transformer in case of

failure

10 Current density for copper busbar is 1.5 A/Sq. mm

11 All Termination busbar shall be Copper only

12 Min. 3 Years Collaborative Warranty

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

493

Modular UPS Power Distribution (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Description Compliance Remarks

1

Country of Origin:

USA/UK/EU/Switzerland/Australia/Japan

2 Country of Manufacture: Bidder to Mention

3

400 A Modular Power Distribution Unit with accessories

should have:

A visionary power distribution system is agile enough to

match the needs of state data center today and enable rapid

expansion or reconfiguration in the future. Width of the

modular distribution should not exceed 300 mm wide and

1070 mm depth and should be mounted next to Server racks.

Each PDU should be provided with 16 Nos. 32 A Single Phase

distribution to connect directly to Server and Network Racks

PDUs with required sockets.

Power management is simplified by output metering, branch

current/circuit monitoring and auto- detection by the Data

Center Management suite of management options. When

demand rises and expansion becomes necessary, there is no

need to schedule downtime to add a breaker, as modules

(including circuit breaker, power cord, and power connection)

simply plug into a backplane.

4

The OEM factory-assembled modules should be installed

easily. This eliminates the need for risky hot work and

shields users from dangerous amperage.

5

With add on multiple power ratings and power cord lengths

for low to high power, guaranteeing compatibility and quick,

easy, and convenient installation.

6

PDU should be of minimum 50 Single pole distribution

connected to the output bus of the PDU to serve as critical

load distribution.

7

Testing and quality assurance: All circuit breakers should be

100% factory tested to ensure the highest quality for the PDU.

In addition the PDU should be tested with 100% load and all

panel circuit breakers should be 100% tested. The PDU should

also be Hipot tested per UL 60950-1 guidelines

8

Metered Data: The following data should be available on the

alphanumeric display:

1. Year, month, day, hour, minute, second of occurring

events

2. Output voltage by phase

3. Power distribution module status and manufacturing

information

4. Current and power used by the load

494

5. Load as a percentage of capacity

6. Total energy usage

7. Volt meter

8. Circuit configuration, including individual load

configuration and global alarm configuration

9. Alarms

10. Log

11. Network configuration

12. Help files

9

Modular PDUs should not need to schedule downtime to add

a breaker, as modules (including circuit breaker, power cord,

and power connection) and should be simply plug into back

plane

`

10

The PDU should have it’s own display and should be

integrated with DCIM

11 Warranty: Min. 3 Years collaborative OEM warranty.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

495

Comfort Cooling (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL Item Item Description Unit Qty

Comfort AC for NOC Room:

Brand Please Specify

Model Please Specify

Country of Origin USA/UK/EU/Switzerland/Australia/Japan

Type of Unit Split

Capacity 24,000 BTU/H

Power Supply 1 Phase

Support Generator

Timer One auto-controlled timer

Installation Offer should include required installation

accessories (if any).

Warranty 3 years with all parts, labor &

consumables.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

496

Rodent System (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL

Item

Item Description

Unit QTY

Bidder's

Response

Rodent System Set 1

1 Brand To be mentioned by bidder

2 Model To be mentioned by bidder

3 Country of Origin USA/UK/EU/Switzerland/Australia/Japan

4 Type Rodent System.

5 Features:

6 Controller

≥4000 Sq Feet of Area Coverage Nos 1

LCD display with on-board controls

Wave Speed: Is an indicator for the

number of frequency sweeps per minute.

It can have a maximum value of 130 and a

minimum value of 60. The incremental size is 5 i.e. 65, 70, 75 and so on.

Wave Density: Is an indicator for the

number of divisions within a frequency

band. It can have a maximum value of

100 and a minimum value of 80. The

incremental size is 10 i.e.80,90 and 100

Frequency Band Time: Is an indicator of

the time for which the controller would

operate in a pre- programmed frequency

band. There are 3 bands available: Band

A, Band B, and Band C. This parameter

can have maximum value of 10 minutes

and a minimum value of 1 minute per

band. Depending upon the time frame set

for each band, the controller will switch the

Warranty 3 (three) Years

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

497

Very Early Smoke Detection Apparatus (VESDA)

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Sl Items Items Description Unit QTY

1 Aspiration (VESDA) system

Set 1

Brand Please Mention

APPROVALS

standards

• LPCB (Loss Prevention Certification

Board), UK

• FM (Factory Mutual), US

• UL (Under writers Laboratories Inc.), US

• ULC (Underwriters Laboratories Canada),

Canada

• Vds, Germany

Country of origin USA/UK/EU/Switzerland/Australia/Japan

Warranty Min. 3 Years

General Features

Bidder should supply and install Very Early

High Smoke Detection Aspirating (VESDA)

should have the HSSD (High Sensitive

Smoke Detectors) system shall provide an

early warning of fire in its incipient stage,

analyze the risk, and provide alarm and

actions appropriate to the risk the system shall

include a Display Control Panel, Detector

Assembly, and the properly designed

sampling pipe network for the multiple zones

(Server room, Power room, and PAC room).

The system equipment shall be supplied by

the Manufacturer’s or by its authorized

distributor. Invisible hazards can originate

from the release of toxic gases, oxygen

deficiency, or the presence of combustible gases/vapors.

2 Controller for Server Room

Nos 1

Model To be mentioned by bidder

Warranty Min. 3 Years

Features: Out-of-the-box installation and commissioning.

Ultrasonic Airflow testing.

498

Laser-based Absolute Smoke Detection. Programmable Alarm Thresholds.

Clean air barrier optics protection. Instant Recognition Display. Multiple Event Logging in separate logs Determined using ASPIRE2. Offline/online configuration capability. Input Power Voltage: 24V DC Nominal (18- 30 V DC).

IP Rating IP30. Tested to: -10°C–55°C (14°–131°F) Detector Ambient: 0°C–39°C (32°–103°F) Sampled Air: -20°–60°C (-4°–140°F) Humidity: 10%–95% RH, non-condensing Maximum Area: Please Mention Alarm Sensitivity Range: 0.0015%–6.25% obs/ft. (0.005%–20% obs/m)

IP Rating IP30 UL Listed

Controller for Power

& Battery Room with

gas

detector

Nos

1

Model To be mentioned by bidder

Features: Ultrasonic Airflow testing.

Laser-based Absolute Smoke Detection.

Programmable Alarm Thresholds.

Clean air barrier optics protection.

Instant Recognition Display.

Multiple Event Logging in separate logs

Determined using ASPIRE2.

Offline/online configuration capability.

Input Power Voltage: 24V DC Nominal (18- 30 V DC).

IP Rating IP30.

Detector Ambient: 0 °C to 40 °C (32 °F to 104 °F).

Sampled Air: 0 °C to 40 °C (32 °F to 104 °F).

Humidity: 5% to 95% (non-condensing).

499

Maximum Area: Please Mention UL Listed 24V DC, 2 AMP Power Supply Units With Battery

Nos. 2

Sampling Pipe, Smooth bore PVC Pipe 21mm ID and 25mm OD

Lot 1

Hooter Lot 1 2 core x 1.5 sq mm BYA cable for Power - Lot 1 25mm PVC conduit for the above cable Lot 1 End Cap Lot 1 T Joints & L Bends for sampling point network

Lot 1

Installation &

Commissioning

Installation, Commissioning and tested charges will include appropriate and quote for the same. If any other Hardware / Software / Internal or External cables or any component or equipment is required for giving the solution, mention and quote for the same.

Job

1

Warranty 3 Years

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

500

Fire Detection & Suppression System (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL

Item Item Description Unit Qty

Fire Detection and Suppression System Lot 1

NOVEC 1230 with Cylinder & Accessories (Server Room)

NOVEC 1230

Kg (Apx.) 170

153 TR

Cylinder with

all accessories

Brand: Please specify

Country of Origin:

USA/UK/EU/Switzerland/Australia/Japan

Seamless storage containers having a

working pressure of 34.5 bar. Each Cylinder Assembly

includes storage container, valve, Pressure Gauge, Manual

actuator, Electric Solenoid actuator, Hoses etc. Units

combined with all accessories can be used as modular (one

cylinder) or centralized (multiple cylinders) system. Must

be UL listed.

Nos

(Apx.)

1

Steel Nozzle

360°- 1¼”

Brand: Please specify Origin:

USA/UK/EU/Switzerland/Australia/Japan

UL Listed

Nos

(Apx.)

2

Steel Nozzle

360°-

½”

Brand: Please specify Origin:

USA/UK/EU/Switzerland/Australia/Japan

UL Listed

Nos

(Apx.)

2

NOVEC 1230 with Cylinder & Accessories (Power Room)

NOVEC 1230 Kg

(Apx.)

65

62 LTR

Cylinder with

all accessories

Brand: Please specify Origin:

USA/UK/EU/Switzerland/Australia/Japan

Seamless storage containers having a working pressure of

34.5 bar. Each Cylinder Assembly includes storage

container, valve, Pressure Gauge, Manual actuator,

Electric Solenoid actuator, Hoses etc. Units combined

with all accessories can be used as modular (one cylinder)

or centralized (multiple cylinders) system. UL listed

Nos

(Apx.)

1

STEEL

NOZZLE

360°- 1”

Brand: Please specify Origin:

USA/UK/EU/Switzerland/Australia/Japan

UL Listed

Nos

(Apx.)

1

STEEL

NOZZLE

360°- ½”

Brand: Please specify Origin:

USA/UK/EU/Switzerland/Australia/Japan

UL Listed

Nos

(Apx.)

1

501

DETECTION SYSTEM (Fire Suppression Zone)

Extinguishing

Area Control

Panel with Gas

release

4 Detection zone with 2 Extinguishing area. With cross-

zoning detection feature.

Brand: Please specify Model: Please

specify

Origin: USA/UK/EU/Switzerland/Australia/Japan

Power Supply Input: 240V AC 50Hz , Operating /

System voltage: 24 VDC Others: Must have feature

for PAC shutoff/EPO, Access Door release while discharging gas.

Nos

1

Rechargeable

Sealed Lead-Acid

Battery

Rechargeable Sealed Lead-Acid Battery for control panel,

12VDC, 7.2 Ah

Brand: Please specify Origin: Please specify

Nos

2

Gas Discharge

Sign

Brand: Please specify Origin:

USA/UK/EU/Switzerland/Australia/Japan

Nos 3

Double Flash Light Brand: Please specify

Origin: USA/UK/EU/Switzerland/Australia/Japan

Nos 2

Alarm Bell

Brand: Please specify Origin:

USA/UK/EU/Switzerland/Australia/Japan

Current Consumption: 25mA, Dimensions: 6”.

Low current consumption: Made of aluminum alloy gong,

assurance of higher and clearer sound output

Nos

5

Exit Sign Brand: Please specify

Origin: USA/UK/EU/Switzerland/Australia/Japan

Nos 8

Manual call point/

Break Glass

Brand: Please specify

Origin: USA/UK/EU/Switzerland/Australia/Japan

Nos 2

Heat Detector

Brand: Please specify

Origin: USA/UK/EU/Switzerland/Australia/Japan

Supply Voltage: 12to 28V,

Alarm Indication: Red LED for 360° view

Nos

14

Smoke Detector

Brand: Please specify Origin:

USA/UK/EU/Switzerland/Australia/Japan

Flashing LED,

Supply Voltage: 12to 28V,

Alarm Indication: Red LED for 360° view.

Nos

14

502

Mechanical fittings (Estimated)

Mechanical fittings

(MS Pipes with

fittings)

Schedule 40 pipe 1⅟₂" Dia Schedule 40 pipe 1" Dia

Schedule 40 pipe ¾” Dia Schedule 40 pipe ⅟₂" Dia

MS Fittings (Reducer + Clamping + Elbow) Brand: Please

specify

Origin: USA/UK/EU/Switzerland/Australia/Japan

Lot

1

Electrical fittings

Electrical cable and

Fittings

Fire resistance cable 1.5 RM, BRB or

Paradise

Lot 1

Best Quality Local Painting, Berger or

equivalent

Lot 1

GI and PVC Pipe, Flexible, conduit, fittings

& other Accessories

Lot 1

Installation &

Commissioning

Offer should include required installation accessories &

commissioning. The proper calculation from above

mentioned manufacturer may change the quantity of

the gas and necessary equipment as per requirement

Warranty 3 Years with all required spares &

consumables

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

503

Access Control System

Sl Item Item Description Unit Qty Bidder’s

Response

Access Control Solution

Access Control

Software Guideline

Set 1

Access Control

Software Functions

Provide access control software to

perform all control functions

simultaneously, including system

configuration, database updates and

access control validation, without

affecting the performance of the system.

Ensure that the system is fully scalable to

allow additional users, user groups,

access controlled points and operator

interfaces in future.

Use a system that will continue to operate

normally based on the last system settings

when

communication between the center

equipment and field devices are lost.

Access Control

Software

Security

Ensure a minimum of a username and

password protection to limit the software

functions and data records available to

each individual system operator. The

system must be capable to be setup by the

administrator to filter individual company

data and selected personnel fields from

each system user.

Access Control

Software License

Fees

Ensure that all system software license

fees are included within the tender return

and transfer the licenses to the Client at

Practical Completion.

37.2.2 Access Control

Reader (Finger,

Card & PIN)

Nos 7

Brand To be mentioned Model To be mentioned Country of Origin USA/UK/EU/Switzerland/Australia/Japan

Country of

Manufacture

To be mentioned

Technical

Specifications

• Processor: 32-bit ARM MCU • Algorithm: BioNANO V10 • Sensor: AFOS300 Optical Sensor • Sensor: Wake Up Mode Infrared • Scan Area: 22mm*18mm • Resolution: 500 DPI • LCD: 128*64 white LCD • Fingerprint Capacity: 2000 • Card Capacity: 2000

504

• Log Capacity: 50000 • Identification Mode: FP, Card,

ID+FP, ID+PW, PW+Card,

FP+Card • Identification Time: <0.5 Sec • FRR : 0.001% • FAR : 0.00001% • Communication Interface:

RS485,Mini USB Slave, TCP/IP, Wiegand I/O

• Card Reader Module: EM RFID, Optional Mifare and HID

• Fingerprint Image Display: Yes • Self-defined Status : 16 Customizable

time and attendance status • Workcode: 6- digit work code • Short Message: 50 • Scheduled Bell: 30 • Relay : DC 12V, Relay

Output(COM, NO, NC)

• Access Groups & Time Schedules: 15

Groups, 32 Time Zones • Door Open Sensor: Yes • Tamper Alarm: Yes • Operating Voltage: DC 12V • Size: Please Mention: • Temperature: -10 ℃~40 ℃ • IP Level: IP53(Optional Waterproof

Cover) • Certificates: FCC, CE • Applicable Situation: Up to 1000

Users

37.2.3 Cards The card type shall be EM RFID or

equivalent.

Nos 100

37.2.4 Access

Control

Reader for

Exit (Finger & Card)

Access Control Reader for Exit

(Finger & Card)

Nos 7

Brand Please Mention Model Please Mention Country of Origin USA/UK/EU/Switzerland/Australia/Japan

Country of

Manufacture

Please Mention

Technical

Specifications

• Processor: TI Stellaris® 32-Bit High Speed CPU

• Optical Sensor: AFOS Optical

Sensor • Auto Sensor Wake Up Mode: Yes • Scan Area: 22mmx18mm • Resolution: 500 DPI • Fingerprint Capacity: 1000 • Log Capacity: 50000

505

• Identification Mode: FP, Card, FP+Card

• Identification Time: <0.5s • FRR: 0.001% • FAR: 0.00001% • Communication Interface: RS485,

USB Plug & Play, TCP/IP

• Card Reader Module: Standard EM RFID, Optional Mifare Card

• Relay: 1 Relay • Certificate: FCC, CE, ROHS • Wiegand: Wiegand26 Output • Door Open Sensor: Yes • Size(LxWxH): Please Mention

Installation &

Commissioning

Offer should include required installation

accessories & commissioning.

Warranty 3 Years with all required spares &

consumables

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

506

IPCAM & Surveillance Solution

Sl

No

Item Item Description Unit Qty

Fixed Indoor Doom IP Camera Nos 16

Country of Origin USA/UK/EU/Switzerland/Australia/Japan

Technical Specification

LAN Port YES

LAN Speed 10/100 Based-T Ethernet

Supported Protocols DDNS, PPPoE, DHCP, NTP, SNTP,

TCP/IP, ICMP, SMTP, FTP, HTTP, RTP,

RTSP, RTCP,IPv4/IPv6, Bonjour, UPnP, DNS,UDP,IGMP, QoS, SNMP

ONVIF Compatible YES (Profile S)

Number of Online

Users

10

Security (1) Multiple user access levels with

password (2) IP address filtering (3) Digest authentication

Remote Access (1) Internet Explorer on Windows operating

system

(2) CMS Lite, 32CH CMS software for

Windows operating system (3) Eagle Eyes on iOS & Android mobile devices

Network

Compression

H.265 / H.264 / MJPEG

Video Resolution 2592 x 1944 / 2048 x 1536 / 1920 x 1080 / 1280 x 720 / 640 x 480 / 320 x 240

Frame Rate 15/12 IPS for 5MP 30/25 IPS for 3MP / 1080P / 720P

Multiple Video

Streaming

4 (H.265 / H.264 / MJPEG)

Image Sensor 1/2.9" SONY CMOS image sensor

Min Illumination 0.1 Lux / F1.8, 0 Lux (IR LED ON)

Shutter Speed 1/10,000 ~ 1/15 (Slow shutter)

S/N Ratio More than 48dB (AGC off)

Lens f2.8mm / F1.8

Viewing Angle 103° (Horizontal) / 54° (Vertical) / 122°

(Diagonal)

IR LED 4 units

IR Effective

Distance**

Up to 40 meters

IR Shift YES

507

Smart Light Control YES

White Balance ATW AGC Auto IRIS Mode AES WDR YES POE YES (IEEE 802.3af)

Privacy Mask YES

Defog YES

RAM 20MB

IP Rating IP66

Startup Temperature 0℃ ~ 50℃

Operating

Temperature

-25℃ ~ 50℃

Operating Humidity 90% or less relative humidity

Power Source

(±10%)

DC12V / 1A

Current Consumption

(±10%)

215mA (IR LED OFF); 550mA (IR LED

ON)

Power Consumption

(±10%)

8.5W (PoE / PoN) ; 7W (DC Adapter)

Net Weight (kg) Please Mention

EaZy Networking YES

Mobile Surveillance iOS & Android mobile devices

Event Notification FTP / Email / SMS

Digital Pan / Tilt /

Zoom

YES

Motion Detection YES

RTC (real-time clock) YES

Minimum Web

Browsing

Requirements

‧Intel core i3 or higher, or equivalent AMD

‧2GB RAM

‧AGP graphics card, Direct Draw, 32MB

RAM

‧Windows 10, Windows 8, Windows 7,

Windows Vista & Windows XP, DirectX 9.0

or later

‧Internet Explorer 7.x or later (Windows

Edge not supported)

Certification CE

Installation Offer should include required installation

accessories (if any)

Warranty 3 years with all parts, labor & consumables.

Outdoor IP Camera Nos 5

Brand Please Mention

Model Please Mention

508

Country of Origin USA/UK/EU/Switzerland/Australia/Japan

Technical Specification

LAN Port YES

LAN Speed 10/100 Based-T Ethernet

Supported Protocols DDNS, PPPoE, DHCP, NTP, SNTP,

TCP/IP, ICMP, SMTP, FTP, HTTP, RTP,

RTSP, RTCP,IPv4/IPv6, Bonjour, UPnP, DNS,UDP,IGMP, QoS, SNMP

ONVIF Compatible YES (Profile S)

Number of Online

Users

10

Security (1) Multiple user access levels with

password (2) IP address filtering (3) Digest authentication

Remote Access (1) Internet Explorer on Windows operating

system

(2) CMS Lite, 32CH CMS software for

Windows operating system (3) EagleEyes on iOS & Android mobile devices

Network

Compression

H.265 / H.264 / MJPEG

Video Resolution 2592 x 1944 / 2048 x 1536 / 1920 x 1080 / 1280 x 720 / 640 x 480 / 320 x 240

Frame Rate 15/12 IPS for 5MP 30/25 IPS for 3MP / 1080P / 720P

Multiple Video

Streaming

4 (H.265 / H.264 / MJPEG)

Image Sensor 1/2.9" SONY CMOS image sensor

Min Illumination 0.1 Lux / F1.8, 0 Lux (IR LED ON)

Shutter Speed 1/10,000 ~ 1/15 (Slow shutter)

S/N Ratio More than 48dB (AGC off)

Lens f2.8mm / F1.8

Viewing Angle 103° (Horizontal) / 54° (Vertical) / 122°

(Diagonal)

IR LED 4 units

IR Effective Distance**

Up to 40 meters

IR Shift YES

Smart Light Control YES

White Balance ATW

AGC Auto

IRIS Mode AES

WDR YES

POE YES (IEEE 802.3af)

Privacy Mask YES

Defog YES

RAM 20MB

509

IP Rating IP66

Startup Temperature 0℃ ~ 50℃

Operating

Temperature

-25℃ ~ 50℃

Operating Humidity 90% or less relative humidity

Power Source

(±10%)

DC12V / 1A

Current Consumption (±10%)

215mA (IR LED OFF); 550mA (IR LED

ON)

Power Consumption

(±10%)

8.5W (PoE / PoN) ; 7W (DC Adapter)

Net Weight (kg) 0.94

EaZy Networking YES

Mobile Surveillance iOS & Android mobile devices

Event Notification FTP / Email / SMS

Digital Pan / Tilt / Zoom

YES

Motion Detection YES

RTC (real-time clock) YES

Minimum Web

Browsing

Requirements

‧Intel core i3 or higher, or equivalent AMD

‧2GB RAM

‧AGP graphics card, Direct Draw, 32MB

RAM

‧Windows 10, Windows 8, Windows 7,

Windows Vista & Windows XP, DirectX 9.0

or later ‧Internet Explorer 7.x or later (Windows Edge not supported)

Certification CE

Installation Offer should include required installation

accessories (if any)

Warranty 3 years with all parts, labor & consumables.

NVR 32 Chanel Nos 1

Brand Please Mention

Model Please Mention

Country of Origin USA/UK/EU/Switzerland/Australia/Japan

Country of

Manufacture

Please Mention

Technical Specification

Backup Storage Include (Minimum 3 Month)

Video Input One LAN port (up to 32 IP cameras)

Video Output HDMI x 2 / VGA x 1

Video Output

Resolution

HDMI-1: Up to 3840 x 2160 (4K2K)

HDMI-2 & VGA: Up to 1920 x 1080

(Full HD)

510

Audio Output YES (Line out / HDMI)

Audio Input YES (Mic in)

Alarm I/O 4 in / 1 out

HDD Storage Five 10TB hard disks

eSATA Port YES

RS-485 Port YES

USB Ports USB 3.0 x 1 / USB 2.0 x 2

Ethernet

LAN port

1000Mbps

Interne t port

1000Mbps

Video Compression

Format

H.265

Audio Compression

Format

G711

Local / Remote

Display Mode

16CH

Local / Remote Playback Mode

16CH

Local Single

Channel Playback

YES

Record Stream Dual

Recording Mode Manual / Event / Alarm / Schedule

Recording

Throughput

Up to 480 IPS @ 2592 x 1944 (5MP), Up to 300Mbps

Pre-alarm Recording YES

Quick Search Time / Event

Event Notification Push Video / Push Status / Video Mail /

Message Mail

Security Multiple user access levels with password

Remote Access (1) Internet Explorer on Windows operating

system (2) CMS Lite, 32CH CMS software for Windows operating system

(3) iOS & Android mobile devices

Max. Online User 20

Multicast YES

Seamless Recording YES

Smart Search YES

Easy Networking YES

IVS YES (16CH)

Spot Monitor Setup Call Monitor / Event Monitor / Live Monitor (HDMI-2 only)

Alarm Scenario

Setup

YES

511

Alarm Pop-up &

Preview

YES

Free DDNS Service YES

Power Source

(±10%)

DC19V / 4.7A

Operating

Temperature

10 ℃ ~ 40℃ (50℉~104℉)

Operating Humidity 10% ~ 85%

Dimensions (mm) Please Mention

Net Weight (kg) Please Mention

Minimum PC

Browsing

Requirements

‧Intel core i3 or higher, or equivalent AMD

‧2GB RAM

‧AGP graphics card, Direct Draw, 32MB

RAM

‧Windows 10, Windows 8, Windows 7,

Windows Vista & Windows XP, DirectX 9.0 or later ‧Internet Explorer 7.x or later (Windows Edge not supported)

Optional Peripherals Full HD Matrix (HDM02) / Rack Mount

(PP- AVC787-00K) / Disk Array (AVX997 / AVX992) / PTZ Joystick (AVX102)

Installation Offer should include required installation

accessories (if any)

Warranty 3 years with all parts, labor & consumables.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

512

Generator (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

SL

Item Name

Required Specification

UoM

QTY

Generator with generator room preparation Nos

Item Standby Generator 500 KVA

Brand: Any International Reputed Brand

Origin: USA/UK/EU/Switzerland/Australia/Japan

Model: Please Mention

Fuel: Diesel

Standby Capacity: 500 KVA

Prime Capacity: 450 KVA

Starting System: Auto & Manual

Emergency Stop: Emergency Stop System will be provided

ENGINE

Brand CUMMINS / PERKINS

Origin USA/UK/EU/Switzerland/Australia/Japan

Model: Please Mention

Engine Speed(rpm): Min. 1500

No. of Cylinders and Build :

Min. 6 L

Engine Power Output at rated rpm:

Please Mention

Aspiration and Cooling:

Turbocharged

Displacement (CuInh):

Bore and Stroke : 114x135

Combustion system Direct injection

Rotation Anti-clockwise, viewed on flywheel

Compression Ratio :

Please Mention

Governor : Electronic

Fuel Consumption at

full load

Max 42 L/hr

Fuel Tank Capacity

:

Please Mention

Oil Capacity : Please Mention

Cooling System: Please Mention

Coolant Capacity : Please Mention

Radiator Cooling Air

(m³/min) :

Please Mention

Air Intake – Engine (

m³/min ) :

12.36

Exhaust Gas Flow Please Mention

513

(m³/min) :

ALTERNATOR

Brand Stamford or Equivalent

Origin USA/UK/EU/Switzerland/Australia/Japan

Design Brushless single bearing, revolving field

Stator 2/3 pitch

Rotor Single bearing, flexible disc

Insulation System Class H

Standard

Temperature Rise :

Please Mention

Exciter Type Self-Excited

Phase Rotation - A (U), B (V), C (W)

Alternator Cooling Direct drive centrifugal blower fan

Standard degree of

protection

IP23

AC Waveform Total

Harmonic Distortion:

No load < 1.5%. Non distorting balanced linear load < 5%

Telephone Influence

Factor

(TIF):

<50 per NEMA MG1-22.43

Telephone Harmonic

Factor (THF):

<2%

CONTROL

SYSTEM

Auto Mains Failure

Control Panel

Panel equipment: Control with AMF module,

Static battery charger

Emergency stop push button

Generating set

control module DSE

6120 features:

The module is used to monitor main supply and starts and stops of a standby generating set

Micro-processor-based design Automatic control of main and generator contactors

Monitors engine performance and AC power output LED alarm indication

Front panel configuration of timers and alarm trip points

CAN and magnetic pick-up versions (specify on ordering)

4 digital inputs/3 analogue inputs 6 outputs (4 configurable on Magnetic Pick-up, 6 configurable on CANbus version)

Easy push button control STOP/RESET – MANUAL – AUTO – TEST – START

Metering via LED

display:

Generator Volts (L-L / L-N)

514

Generator kVA

Engine oil pressure (PSI-Bar)

Generator kW

Generator Ampere (L1,L2,L3)

Generator Cos (σ) Engine temperature (°C&°F)

Generator Frequency (Hz)

Plant battery volts

Engine hours run

Mains Volts (Ph-Ph/Ph-N)

Alarms: Over and Under Speed

Low and High Battery Volt.

Start and Stop Failure

Charge fail

Over Current

Under / Over Generator Voltage

Low Oil Pressure

Emergency stop

High engine temperature

LED Indicators Mains available

Generator available

Mains on load

Generator on load

ATS built-in with generator (Same Brand)

Canopy built-in with generator (MUST BE FOREIGN with same BRAND)

Remote Monitoring

Must be capable of doing remote monitoring and should support integration with the EMS system

Over Speed, Under Speed, Low Oil Pressure,

515

Auto Charger Over Heat, Low Coolant Level, Over Crank, Low Fuel, Auxiliary Fault etc.

Starting system Built – in Trickle Auto Battery Charger

Standard /

Certification

ISO 9001:2008, TS ISO 8528-4, TS ISO 8528-5, TS ISO 8528-8, BS EN ISO 14001:2004, BS OHSAS 18001:2007, TS 12650

DIMENSIONS

(SOUND

ATTENUATED

TYPE)

DIMENSIONS

(LxWxH):

Please Mention

DRY WEIGHT: Please Mention

Generator Room

Bidder needs to propose & quote required generator room as per site and equipment layout.

Warranty 3 years with all parts, labor & consumables;

Note

Generator Fuel is not under scope of Vendor. Vendor will provide up to 100 ltr fuel for test purpose.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

516

Automatic Voltage Regulator AVR

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Sl Item Name Item Description UoM QTY

Bidder’s Response

Automatic Voltage Regulator

Automatic Voltage Regulator Nos

Brand: Please Mention

Country of Origin: USA/UK/EU/Switzerland/Australia/Japan

Place of Manufacture To be mentioned

Year of Manufacture To be mentioned

Rated power: 150 KVA

continuous duty INDOOR

INSTALLATION

Input voltage

3PH+N 380Y/220 VAC

3PH and 4 wires

Input voltage range 380Y/230 VAC +/-20%

From 323V up to 460V for three

phase L- L

from 187V up to 265V for single

phase L- N

Output voltage

3PH+N 380Y/220 or

400Y/230 VAC selectable

Output voltage accuracy

: ± 1.0 % RMS stabilized

Frequency : 50 Hz +/- 5%

Admitted load variation 0 to 100%

Admitted load unbalance

up to 100%

Maximum Input Current 270 A

Rated Current : 215 A @ 400 VAC

Operation type:

Electro Servo mechanical, motor

drive controlled

*Operation control system : unit sensed by solid state electronics, conformal coated to prevent short circuiting due to humidity

Correction speed

18 ms/V =1.1 sec x60V, - 15%

drop, response time

Power factor of the load Any

Waveform distortion

< 0,2 % - nil and none added

Full load efficiency > 98% at 100% linear load

Cooling

natural air (aided by fans over 45°C)

Permissible overload

200% x2 minutes, 150% x5 mins,

110% x10 mins

517

Operating temperature -15°C up to +50°C

Relative humidity < 90% (non condensing)

Applicable

Safety Standards

IEEE 587, EN 50081- 1:1992, EN 50082- 1:1998,IEC 439

Fittings

Multi-task digital network analyzers

to provide monitoring of INPUT / OUTPUT electrical values

Measurement front panel with the following parameters (voltage, current, frequency, power factor, Power, KVA )

Lightning protection arrestors of spikes/surges 60kA TVSS class II

Soft start and Soft Stop protections

given by super- capacitor system for

safe load supply at start-up

Logic control based on a

microprocessor control system

Buzzer alarm provisions over-temperature, under/over voltage

Alarms for minimum and

maximum voltage

Alarms for maximum current

Alarms for ventilation failure and over- temperature

Auxiliary circuit are protected by

fuses

*Protection degree : metallic

cabinet IP21 RAL 7035 finish paint

Installation

Installation and commissioning

Warranty 3 years

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

518

Transient Voltage Surge Suppressor (TVSS)

(To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Sl Item Name Item Description UoM QTY Bidder’s Response

TVSS (Transient Voltage Surge Suppression

System)

Nos

Brand: Please Mention

Country of origin: Please Mention

Place of Manufacture

To be mentioned

Year of Manufacture

To be mentioned

Electrical Characteristics:

Nominal Operating Voltage,

Vn: 277V ± 3%

Maximum Continuous

Operating Voltage: 350V ±

3%

Vref (peak) @ 5mAmp AC

(peak): 607V ± 3%

Vref @ 5mAmp DC: 582V ± 3%

Operating Frequency

Range: 25…500Hz

Leakage Current at Vn: 0..90Ma

Surge Protection Levels:

Suppressed Voltage Rating

(SVR): 900V ± 3%

Response Time: <1 ns

Maximum Surge Current:

Maximum Surge Current,

Imax (8/20) NEMA LS-1: <as

mentioned below>

Maximum Lightning Current,

Iamp (10/350) IEC 61643-1:

Let Through Voltage Level:

for surge current 10kA* (8/20) (IEEE C62.41-1): 930V

Long Duration Surge

Performance:

1kA square waveform 2msec

(IEEE C62.11):

500A square waveform

2msec (IEEE C62.11): 250hits

Direct (in-line) Installation

Guidelines: TVSS modules

should be tested for safe

519

installation behind:

: * 1600A time delay fuse at

available fault current 100kA

: * 200A breaker at available

fault current 100kA

: * 400A breaker at available

fault current 38kA

Surge Counter: 250 Hit

Standards Compliance:

IEEE C62.41, IEEE C62.45,

IEEE C62.11, NEMA LS-1:

IEC 61643-1, IEC 61643-12:

Listings:

UL 1449 2nd ed, CE.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

520

Data center Rated-3 Certification (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Data Center

Rated-3

Certification

Vendor must propose Tier-3 Certification from Uptime

Institute.

Vendor must me a authorized agent/service provider of

Uptime Institute

Vendor must have atleast 1 x Certified Data Center

Professional with atleast 3 project experience. Relevant CV

to be submitted.

Vendor must do all communication with UTI, and complete

the certification process and manage End-to-End

Vendor must submit a Project Plan (after the award) and state

all documents required to get the certifications.

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

521

Specification

of

CT/PT rated meter(J-4) for lot-2

522

1. SCOPE of Works:

This standard establishes the physical and performance requirements for static CT/PT Rataed meter of

socket type static watt-hour-demand TOU AMR meters that are to be used in BREB distribution systems.

This specification shall cover design, engineering, manufacture, inspection, testing, packing, supply and

delivery at destination. The meter shall be suitable for measurement of different electrical parameters as

per the energy and power demand requirement in an AC balanced/unbalanced system over a power factor

range of zero lag to unity to zero lead. The offered meters to be interfaced/integrated easily with BREB

proposed MDMS.

2. ENVIRONMENTAL CONDITION

The meter shall be suitable for satisfactory continuous operation under the following tropical conditions:

a) Ambient Temperature: -4 0C to 55 0C. Meter electronics shall be designed to operate between -4 0C

to 85 0C.

b) Relative Humidity: 10% to 100 % (non-condensing)

c) Maximum altitude above mean sea level: up to 1000 meters

d) The climate varies from moderately cold to hot and humid, conducive to rust and fungus growth.

Fog is also present in atmosphere. Lightning also occurs during rainy season.

e) The meter shall be designed for indoor and outdoor applications so that sun light, insects, dust, rain

and salt spray shall not adversely affect the meter.

3. GENERAL TECHNICAL REQUIREMENT

Sl.

No. Requirements

Item No

J-4

1 Service Type Three Phase, Ct/PT Rated meter

2 Meter Type Fully Static, Three Phase, Four Wire, Y Configured, Three

element (Three-vector)

3 Base & Form Socket Based, Form 9S

4 Voltage rating of the

Meter

240 V-Phase to Neutral (Line voltage-415 V), Shall be

suitable of Operation between -30% to +15% of rated voltage.

5 Frequency 50 Hz ± 5%

6 Terminal 13 Terminals

7 Maximum Continuous

Current

20 Amps

7 Current Class Class 20, Transformer rated type

8 Test Amperes 2.5

9 Accuracy Class 0.2

523

4. APPLICABLE STANDARDS: Latest Edition

The meters shall comply with the current standards below:-

4.1 ANSI C12.1 American National Standard For Electric Meters -Code for

Electricity meters

4.2 ANSI C12.10 American National Standard For Physical Aspects of Watt-hour

Meter-Safety Standard

4.3 ANSI C12.20 American National Standard For Electricity Meters- 0.2 and 0.5

Accuracy classes

4.4 ANSI C12.16 American National Standard For Electricity Metering- Solid state

Electricity Meters

4.5 ANSI C12.22 American National Standard Protocol Specification For

Interfacing to

Data Communication Networks.

4.6 ANSI C62.41 Voltage AC power circuit and AC circuits.

4.7 ANSI C37.90.1 IEEE Surge Protection

4.8 ANSI C12.18 Protocol for optical port

4.9 ASTM -B117 Salt spray (fog) testing apparatus

4.10 UL-50 Safety enclosure for electrical equipment

5. GENERAL ELECTRICAL REQUIREMENT

5.1 STARTING CURRENT

The meter shall start and continue to register at a current of 0.05 Amps if offered meter

is of Class 100 or 0.10 Amps if offered meter is of Class is 200 in case of J-3 and in case

of J4 the meter shall start and continue to register at a current of 0.01 Amps as per ANSI

C12.20.

5.2 RUNNING WITH NO LOAD

When the 115% of rated voltage is applied with no current flowing in the current circuit,

the meters shall not register any energy and test output of the meter shall not be more

than one pulse/count on "no load".

5.3 POWER SUPPLY VARIATION

524

The effect of variation of voltage upon the performance of the meter shall not exceed that

specified in ANSI C12.20.

5.4 ACCURACY

The class of accuracy of the meter shall be 0.2. The accuracy should not drift with time.

5.5 POWER CONSUMPTION

As per ANSI C12.20, the active and apparent power consumption in each voltage circuit

of the meters shall not exceed 5 W or 20 VA for both J-3 & J-4. The apparent power

consumption in each current circuit of the meters shall not exceed 1.0 VA for J-3 and 0.5

VA for J-4.

6. PERFORMANCE UNDER INFLUENCE QUANTITIES

The meters performance under influence quantities shall be governed by ANSI C12.20. The meter

should be designed and protected such that all external effects and influences shall not change its

performance & shall work satisfactorily within guaranteed accuracy limits, as specified in ANSI

C12.20 (latest version).

7. GENERAL & CONSTRUCTIONAL REQUIREMENTS

7.1 The meter shall be Socket based and should be housed in a safe, high grade engineering

plastic / polycarbonate casing conforming to rain/dust/moisture proof. The meter shall be

made from high accuracy and reliable surface mount technology (SMT) components.

7.2 The meter base and meter cover shall be made of unbreakable high grade fire resistant

non-flammable reinforced, polycarbonate (non bakelite) or equivalent high grade

engineering plastic.

7.3 All insulating material used in the construction of meters shall be non-hygroscopic, non-

ageing and of tested quality. All parts that are likely to develop corrosion shall be

effectively protected against corrosion during operating life by providing suitable

protective coating. Contact points & all screws shall be corrosion less and rust proof over

the service life of the meter.

7.4 The meter shall be protected against ultra-violet radiation.

7.5 The meter cover shall have one window. The window shall be of transparent, high-grade

engineering plastic for easily reading all the displayed values/parameters, nameplate

details and observation of operation indicator. The window or the meter cover shall not

be able to remove undamaged without breaking the meter cover seals.

525

7.6 The entire and construction shall be capable of withstanding stresses likely to occur in

actual service and rough handling during transportation. The meter shall be convenient to

transport and immune to shock and vibration during transportation and handling.

7.7 The meter shall be provided with security sealing provision to accommodate both padlock

& wire type seal.

8. COMMUNICATION CAPABILITY

The meter shall be equipped with a two-way optical port for programming and reading purposes

Compliance with ANSI C12.18 Type 2 or equivalent Optical Port for local communication, and

for remote communication, the meter should be configured with a 2G/3G/4G, And WI-SUN RF

mesh modem for remote reading and monitoring the communication interface should comply with

the ANSI C12.22 or equivalent standard.

9. TROPICAL & OUTDOOR REQUIREMENTS

The Meter shall be suitably designed and treated to operate continuously for the normal life of the

meter in an unsheltered outdoor tropical location under the cold, hot and hazardous tropical

climatic conditions as specified in clause no. 2 without corrosion or other damage to its parts to

adversely affect meter accuracy or reliability. All parts, which are subject to corrosion under

normal working conditions, shall be protected effectively. Any protective coating shall not be

liable to damage by ordinary handling or damage due to exposure to air, under normal working

conditions. The meter shall be effectively sealed to prevent entrance of rain and dust into its

internal parts. The meter shall meet the requirement of weather simulation test as specified in ANSI

C12.1-2001, Salt spray test as per ANSI C12.1 (Test Procedure as ASTM B117), Rain and Dust

test as described in underwriter’s laboratory standard UL-50 (USA) for type 3 enclosures. Meters

shall withstand solar ultraviolet radiation. The 2G/3G/4G, or PLC, or WI-SUN RF mesh modem

should be mounted inside the meter case without influencing anti-water function, the ETU for the

UL-50 test should include the mounted 2G/3G/4G or PLC modem, otherwise the test report will

be rejected;

10. Advanced Metering Functionality

The meter shall have to be delivered with the required HES (provided by tenderer) and Standard

Open Protocol to comply with the ANSI C12.22 or equivalent standard.

10.1 Time synchronization

526

The meter shall capable for local and remote time synchronization function with HES through

DCU or directly incase of GPRS communication.

10.2 Time of use

The meter shall be capable of doing time-of-use (TOU) energy metering and shall have six time-

of-use registers for maximum demand and kWh energy. The time and options shall be as per the

Employer‘s programming requirements. These TOU rates shall further be selectable on the basis

of day, types, and seasons. Each tariff rate shall be programmable to become active during

different periods of the day. The meter shall record information for up to six rates, each rate

being a time period over which the information was recorded. The Meter shall store energy,

maximum demand and time of maximum demand for the current billing period with provision to

display readings of 2 billing period. It shall be possible to change the time period for the TOU

recordings remotely or using HHU with the appropriate security.

10.3 Load Profile

Meter records and registers the load profile (LP, i.e active power value). Integration period shall

be configured from 5, 15, 30, 60 minute interval and for 180 days minimum and daily according

to customers requirements. Corresponding time stamp is recorded in the load profile with

corresponding block of registered active power value. The load profile parameters are to be

customized as per utility requirement. the default parameters are not less than CU KWH, CU

KVARH, present KW demand, Volt, Amperes & P.F.

10.4 Over/Under-voltage monitoring

Meter registers under-voltage/overvoltage occurrence event and termination of the latter. Events

are entered into a special event log (electricity quality log) with the date/time of event, with the

capacity of at least 100 entries. Under-voltage and overvoltage thresholds may be adjusted.

10.5 Event Log

Meter should supports Event Log function, such as battery changes, firmware upgradation Power

Down, Power Up, Time Changed(old time), Time Changed(new time), Event log cleared, Demand

Reset Occurred, Over Voltage, Low Voltage, Over Demand, Over Current ,

PASSWORD_ERROR etc. Meter support event can be individually set whether or not to save the

event _log, users can configure record the types of events according to their needs. Meter can take

fault detection and save fault data automatically which help users to analyze. To detect loss of

527

voltage, phase loss, the reverse power such as the LCD will be the appropriate instructions to save

the data format according to ANSI C12.19.

10.6 Meter Firmware Upgrade

Meter shall support firmware upgrade option. Firmware upgrade option in the meter is

realized not to alter in any way the metering characteristics (metrology) of the meter, data

memorized in the meter (metering data, statuses, etc.), configuration parameters or

operational parameters of the meter – all these data remain unchanged even after firmware

upgrade. New firmware upgrade in the meter shall be done both locally and remotely.

10.7 Communication Encryption

The suitable international encryption algorithm should be used for the communication between

the meter and HES system, the related process should comply with the ANSI C12.22 or

equivalent standards;

10.8 Daily/hourly billing

The meter should have the daily billing and hourly billing register for the system to get exact

data

10.9 Event active report function

Configured event should be reported to the system actively; and the power down and resume

should be reported to the system too;

10.10 Automatic addressing and registering

Meter should connect to the system automatically and no need to configure any other parameters

except for the communication address;

11. PERFORMANCE GUARANTEE

The meter shall have a design to operate satisfactory for 10 years under normal electrical condition

and shall be guaranteed for 36 months from the date of receiving against manufacturing and design

defects. The meters found defective with in guaranteed period should be replaced/ repaired by

supplier free of cost with in two months of intimation.

12. SEALING OF METER

Reliable sealing arrangement should be provided to make the meter tamper proof and avoid

fiddling or tampering by unauthorized persons. For this, at least two no. of seals on meter body.

528

13. MARKING OF METERS

The marking of meters shall be in accordance with ANSI C12.10. Every meter shall have nameplate

and the nameplate shall be marked distinctly and indelibly. The basic marking on the meter nameplate

shall be as follows:

a) “RURAL ELECTRIFICATION BOARD” printed in English with block letters of at least

1/8”(3.2 mm) height on the face plate.

b) Manufacturer’s name & trade mark

c) Type Designation

d) No. of phases & wires

e) Serial number

f) Month and Year of manufacture

g) Reference Voltage

h) Current Class

i) Reference Standard

j) Principal unit(s) of measurement

k) Meter Constant

l) Class index of meter

m) Purchase Order No. & Date

In addition, both item J-3 & J-4, “AMR TOU” will be mentioned as one of the markings.

14. CONNECTION DIAGRAM

The connection diagram of the meter shall be clearly shown for 3 phase 4 wire system on meter cover.

15. QUANTITIES TO BE MEASURED AND DISPLAYED.

The meter shall be capable of measuring and displaying at least the following electrical quantities

within specified accuracy limits for poly-phase balanced or unbalanced loads: Sl. No.

Name of Parameters Symbol Format

1 Cumalative Total KWH kWh XXXX.XX 2 Cumalative, Rate-A KWH (Start Time 17:00) kWh XXXX.XX 3 Cumalative, Rate-B KWH (Start Time 23:00) kWh XXXX.XX 4 Cumalative Total KVARH (Leading) kVARh XXXX.XX 5 Cumalative, Rate-A KVARH (Leading),Start Time

17:00 kVARh XXXX.XX

6 Cumalative, Rate-B KVARH (Leading), Start Time 23:00

kVARh XXXX.XX

7 Cumalative Total KVARH (Lagging) kVARr XXXX.XX 8 Cumalative, Rate-A KVARH (Lagging),Start Time

17:00 kVARr XXXX.XX

9 Cumalative, Rate-B KVARH (Lagging), Start Time 23:00

kVARr XXXX.XX

10 InstanteneousDemad KWprs XXX.XXX

529

11 Instanteneous Voltage with Angle, Phase R VR XXX.XX 12 Instanteneous Voltage with Angle, Phase Y VY XXX.XX 13 Instanteneous Voltage with Angle, Phase B VB XXX.XX 14 Instanteneous Current with Angle, Phase R IR XXX.XXX 15 Instanteneous Current with Angle, Phase Y IY XXX.XXX 16 Instanteneous Current with Angle, Phase B IB XXX.XXX 17 Instanteneous Power Factor PF X.XXX 18 Maximum Demad KWM XXX.XXX 19 CumalativeMaximum Demad KWC XXXX.XX 20 Date of Maximum Demand Date DD:MM:YY 21 Time of Maximum Demand Time HR:M:S 22 Previous month Cumalative Total KWH kWh XXXX.XX 23 Previous month Cumalative, Rate-A, KWH kWh XXXX.XX 24 Previous month Cumalative Rate-B, KWH kWh XXXX.XX 25 Previous month Cumalative Total KVARH

(Leading) kVARh XXXX.XX

26 Previous month Cumalative Rate-A, KVARH (Leading)

kVARh XXXX.XX

27 Previous month Cumalative Rate-B, KVARH (Leading)

kVARh XXXX.XX

28 Previous month Cumalative Total KVARH (Lagging)

kVARr XXXX.XX

29 Previous month Cumalative Rate-A, KVARH (Lagging)

kVARr XXXX.XX

30 Previous month Cumalative Rate-B, KVARH (Lagging)

kVARr XXXX.XX

31 Previous month Maximum Demad KWM XXX.XXX 32 Date of Previous month Maximum Demand Date DD:MM:YY 33 Time of Previous month Maximum Demand Time HR:M:S 34 Total Number of Outages out XXXXXX

Start time of Rate-A and Rate-B should be Programmable and Resettable. “Maximum Demad” is the

present month’s maximum demand. It will be reset automatically at the end of the month and will be

shown as previous month maximum demand throughout next month. The meter shall have storage

capacity of profile data in different channel such as KWH (Rate-A & Rate-B), KVARH (Rate-A &

Rate-B), Voltage, Current, Maximum demand etc at 5 minutes interval for at least previous 12

months. The meter shall have the facility to download the above mentioned profile data for analysis.

16. DISPLAY OF MEASURED VALUE

The measured value(s) shall be displayed on seven segments Liquid Crystal Display (LCD) register,

having wide viewing angle. LCD shall be suitable for temperature withstand of 70 degree

centigrade. The Programming data should be retained in non-volatile memory. The non-volatile

memory should retain data for the life of the meter under un-powered condition.

The meter should have facility of auto display mode where all parameters automatically scroll

within the specified time and a manual mode where the parameters can be read by push button

operation or by magnet. In auto display mode, display on and off time shall be programmable and

initially each parameter shall on display for 10 seconds and the display “off” period between two

530

cycles shall not exceed 30 seconds. The register should not roll over in between this duration. Meter

shall have Scroll Lock facility to display any one desired parameters continuously from display

parameters.

The Integer and Decimal places of the readings shall be as follows:

Programming of register data & display

REB item no. register data Integer Decimal

J-3 Energy 6 0

J-3 & J-4 Cumulative demand 4 2

J-3 & J-4 Demand 3 3

J-4 Energy 4 2

J-3 & J-4 Voltage 3 2

J-3 & J-4 Current 3 3

J-3 & J-4 Power Factor 1 3

17. DEMAND INTEGRATION & MD REGISTRATION

The meter shall continuously monitor and calculate maximum demand for each interval of time,

which may be programmable as a block 30 minutes as per the user’s choice through the

communicating ports as and when required with proper password identification & authentication.

At the end of every demand integration period the new calculated MD shall be compared with the

previous MD and meter shall store whichever value is higher with date & time stamping. Under

the current integration period, the rising demand should be displayed continuously along with the

elapsed time. The rising demand with the elapsed time should be held in the memory in the event

of interruption or switching off supply and it should not become zero on such instances. The

registered demand and the number of times the MD is reset shall also be displayed.

The meter shall have the MD resetting options of automatic reset at the end of a certain predefined

period by default (24:00 hrs of the last day of every month) & Communication driven reset form

the base terminal/server with proper password identification and authentication. It should not be

possible to reset the MD by the use of the local push button.

18. CALIBRATION & TEST OUTPUT

All the meters shall be tested, calibrated and sealed at works before dispatch. Further, no

modification of calibration shall be possible at site by any means.

However, it shall be possible to check the accuracy of energy measurement of the meter while in

operation in the field by means of LED test output on meter, accessible from the front as well as

through high-resolution display using suitable test equipment.

531

Test output device shall be provided in the form of LED for KWh and KVARh with provision of

selecting the parameter being tested. The test output device should have constant pulse rate in terms

of pulse/unit energy.

19. REAL TIME INTERNAL CLOCK (RTC)

The time keeping shall be selectable between line frequency or an internal crystal. If it is an internal

real time clock it shall be pre-programmed for 20 Years day/date without any necessity for correction.

The maximum drift shall not exceed +/- 180 Seconds per year. The clock day/date setting and

synchronization shall only be possible through password/Key code command from Computer.

20. TAMPER & FRAUD MONITORING FEATURES

20.1 Meter must automatically identify the corrected service and verify the correct wiring and it

will be reported to system if any incorrect service found such as phase reversal, irrelevant

phase sequences and absence of any phase voltage

20.2 Meter must operate and accurately register demand and energy when service voltage is

applied across any two of the three input terminals or when service voltage is applied from

any input terminal to neutral.

20.3 Meter will continue to operate even the neutral is missing.

20.4

20.5 The metering system shall be provided with adequate magnetic shielding so that any external

magnetic field (AC Electro Magnet or DC Magnet) applied on the metering system shall not

affect the proper functioning and recording of energy as per error limits prescribed in the

standard.

20.6 The meter cover open detection, anti - theft tampering signal should be sent to remote.

21. SELF DIAGNOSTIC FEATURE

The meter shall be capable of performing complete self-diagnostic check to monitor the circuits for

any malfunctioning to ensure integrity of data memory location at all time. The meter shall have

indication for unsatisfactory/non-functioning/malfunctioning of the following:

a) Time and date on meter display

b) All display segments on meter display

c) Real Time Clock (RTC) status.

d) Non-volatile Memory (NVM) status.

e) While starting, the meter must perform self diagnostic checks as listed below. This is a

minimum standard.

-Check for phase voltages

532

-Check for cross phasing

-Check phase voltage and current polarity.

f) Meter must possess a display of the presence of all voltages.

22. OTHER SALIENT FEATURES OF METERS

a) The meter must be readable in power off condition. For that a battery back-up which is

externally replaceable of suitable capacity shall be provided. Push button or touch or any other

means shall be provided for the normal display shall also be used for battery back-up display

in power off condition for the manual mode reading of the auto display parameters.

23. PROGRAMMING & CUSTOMIZATION

The meter shall be programmed in the factory to a customized setting. Options for the customized setting

will be provided by the purchaser after signing of contract. Suppliers are required to inform the purchaser

for providing necessary information for a customized setting. The bidder shall also provide necessary

programming software and hardware with accessories( two data cable per PBS) for programming,

reading and downloading data locally from the meter.

24. TEST AND TEST CONDITIONS

The Energy meter offered shall be fully Type tested and Routine tested as per relevant ANSI standard.

Test reports including Tropical & Outdoor requirements shall be from an Internationally Recognized

Independent and well-known testing laboratory like KEMA, CESI, CPRI, UL, MET or equivalent.

Supporting documents in support of the status of the Testing Laboratory also shall be submitted.

Bidder shall also submit dimensional drawings, pictures, catalogue information, data on starting watts

and losses, list of spare parts with current prices, bulletin for adjustment, installation and storage

instructions and characteristics performance curves. The submitted Test reports must have the detail

address of the Testing Laboratory complete with telephone, fax, e-mail, website etc. and must be

readily available in the Web-site of the concern laboratory for verification by the Purchaser. All the

Test Reports and documents must be in English Language.

Afterward the Bidder, if awarded, shall carry out Routine tests on each individual meter at

manufacturing premises and Routine tests certificates of individual meter shall be submitted before

Pre-shipment/ Pre-delivery Inspection.

25. INSPECTION:

25.1 The Manufacturer shall perform the necessary inspection and tests to determine if the offered

meters comply with the specifications and shall supply certified test reports that give proof

that the meter meet the specifications and conform to the standards set forth. All information

shall be written in English.

533

25.2 The Purchaser may appoint its own official(s) or a third party inspection agency as Inspector

(s) and they shall be entitled at all reasonable time during manufacture and or pre-delivery/pre-

shipment to inspect and test the goods/materials in order to confirm the specification,

workmanship and performance at the manufacturer’s premises.

25.3 The selected tenderer shall take necessary arrangements for inspection by representative(s)

appointed by the Purchaser and to carry out in their presence necessary acceptance tests on

the meters offered.

25.4 The Purchase through a Three-Member Team of it’s own may carry out Stage Inspection

during manufacturing of goods at the manufacturing plants (s). The Stage inspection will be

applicable only to the Tenders where it is stated in the price schedule. After Stage Inspection

the team shall submit a report to REB after visit. In case the Purchaser intends to attend the

tests, the Supplier shall be informed accordingly in writing, so that the supplier can take action

at their end.

25.5 The Supplier shall, after consulting the Purchaser, give the purchaser reasonable notice in

writing of the date on and the place at which any material or equipment will be ready for

testing as provided in the contract.

25.6 The fees for Pre-shipment Inspection agency shall be born by the purchaser.

26. QUALITY

Overall the quality of the meter should be good and the service life of the meter shall be more than

the guarantee period. The material, components used for manufacturing the meter shall be of premium

quality. The LCD display shall not fade with time and the display annunciators should be visible.

Functionality of the meter shall not be affected by the harsh environmental conditions. Quality meters

shall be given preference and the performance of previous installed meters shall be analyzed before

awarding the tender. Aesthetically, the meter shall be of premium quality.

27. OPTIONAL ITEMS:

The Bidder shall include a list of manufacturer's recommended available optional items with price of

each individual item in his bid and the additional materials required per unit for up gradation.. The cost

of optional items shall not be considered in the tender evaluation. The purchaser reserves the option of

purchasing any or all of the spare parts listed.

28. PACKAGING:

REB meters shall be individually packaged in a suitable container for a tropical climate. Each

container shall be clearly labelled with manufacturer name and catalogue information.

29. OTHER STANDARDS:

The physical and performance requirements of meters based on other internationally recognised standards

are acceptable only if the requirement of such standards are equivalent to or exceed the requirements quoted

in this document.

534

Granted Technical Schedule (GTS) 3 phase CT/PT reated meter (To be filled up and signed by the Bidder & Manufacturer, otherwise the offer will not be acceptable)

Technical Particulars REB specification Guaranteed

specification

Manufacturer's name To be mentioned

Catalogue/Model No. To be mentioned

Standard ANSI C12.1, 12.10, 12.20, 12.16

1) Type Electronic, 3 Phase, 4 Wire, Y Configured,

3 Element.

2) Base & Form Socket based, Form- J-3: 16S, J-4:9S.

3) Voltage rating 240 Volt L-N (415 Volt L-L)

4) Operating voltage range (-) 30 % &(+) 15 % of rated voltage

5) Frequency 50 Hz+ 5%

6) Terminal J-3: 7 Terminals & J-4: 13 Terminals

7) Maximum Continuous

Current

J-3: 100/200 Amps, Self contained & J-4:

20 Amps, CT operated

8) Test Amps

J-3: 15 A (for class 100)/30 A (for class

200) &

J-4: 2.5 Amps

9) Accuracy Class 0.5

10) Environmental

Condition of the

installation Place

Outdoor installtion at ambient temperature:

-40C to 550C, R.H.: 10-100%, Altitude:<

1000M, Hot and humid climate. Meter

Electronics shall operate between -40C to

850C.

11) Starting Current

As per ANSI C12.20.

J-3: 0.05 Amps if the offered meter is of

Class 100 or 0.10 Amps if the offered

meter is of Class 200.

J4: 0.01 Amps.

12) Running with no load At 115% of rated voltage with no load,

Meter shall not register any energy.

13) Power supply variation

The effect of variation of voltage upon the

performance of the meter shall not exceed

that specified in ANSI C12.20.

14) Power Consumption As per ANSI C 12.20.

535

15) Performance under

influence condition

The meter should be designed and protected

such that all external effects and influences

shall not change its performance & shall

work satisfactorily within guaranteed

accuracy limits, as specified in ANSI

C12.20 (latest version).

16) General constructional

Requirement

a) The meter shall be Socket based and

housed in a safe, high grade engineering

plastic / polycarbonate casing conforming

to rain/dust/moisture proof. The meter shall

be made from SMT components.

b) The meter base and meter cover shall be

made of unbreakable high grade fire

resistant non-flammable reinforced,

polycarbonate (non bakelite) or equivalent

high grade engineering plastic.

c) All insulating material used in the

construction of meters shall be non-

hygroscopic, non-ageing and of tested

quality. All parts shall be effectively

protected against corrosion during

operating life by providing suitable

protective coating. Contact points & all

screws shall be corrosion less and rust proof

over the service life of the meter.

d) The meter shall be protected against

ultra-violet radiation.

e) The meter cover shall have one window

of transparent, high-grade engineering

plastic for easily reading all the parameters

and indicators. The window or the meter

cover shall not be able to remove

undamaged without breaking the meter

cover seals.

f) Shall be capable of withstanding stresses

likely to occur in actual service and rough

handling during transportation and shall be

convenient to transport and immune to

shock and vibration during transportation

and handling.

g) The meter shall be provided with security

sealing provision to accommodate both

padlock & wire type seal.

17) Communication

Capability

The meter shall be equipped with a two

way optical port for programming and

reading purposes.

536

18) Tropical & Outdoor

Requirements

The Meter shall be suitabe for unsheltered

outdoor tropical location under the different

climatic condition as specified in clause no.

2 & 9 of specification without corrosion or

other damage to its parts to adversely affect

meter accuracy or reliability. The meter

shall be effectively sealed shall meet the

requirement of weather simulation test as

specified in ANSI C12.1-2001, Salt spray

test as per ANSI C12.1 (Test Procedure as

ASTM B117), Rain and Dust test as

described in underwriter’s laboratory

standard UL-50 (USA) for type 3

enclosures. Meters shall be able to

withstand solar ultraviolet radiation.

19) Quality

Aesthetically, the meter shall be of

premium quality without deterioration of

the material, components used for

manufacturing and without affecting

functionality of the meter during it's life.

Quality meters shall be given preference

and the performance of previous installed

meters shall be analyzed before awarding

the tender.

20) Performance

Guarantee

The meter shall be designed to operate

satisfactory for 10 years under normal

electrical condition and shall be guaranteed

for 36 months from the date of receiving

against manufacturing and design defects.

The meters found defective within

guaranteed period should be replaced/

repaired by supplier free of cost within two

months of intimation.

21) Sealing of Meter

Reliable sealing arrangement should be

provided to avoid fiddling or tampering by

unauthorized persons. For this, at least two

no. of seals on meter body shall be

provided.

22) Marking of Meters

The marking of meters shall be in

accordance with ANSI C12.10. Every

meter shall have nameplate and the

nameplate shall be marked distinctly and

indelibly. The basic marking on the meter

nameplate shall be as specified in clause-

13 of the specification:

537

23) Connection Diagram

The connection diagram of the meter shall

be clearly shown for 3 phase 4 wire system

on meter cover.

24) Quantities to be

measured and displayed

The meter shall be capable of measuring

and displaying at least the following

electrical quantities within specified

accuracy limits for poly-phase balanced or

unbalanced loads: a) Cumulative total

KWH, KVARH (Leading) & KVARH

(Lagging).b) Previous month cumulative

total KWH & KVARH (Leading) &

KVARH (Lagging). c) Instantaneous Phase

voltages, instantaneous Phase currents,

instantaneous Power factor, instantaneous

kW.d) Maximum Demand in KW. The

demand interval length shall be

programmable 30 minutes.e) Previous

month maximum demand in KW.f) Meter

shall record the total number of outage.g)

Annunciator of all parameters.For more

detail see clause 15 of specification

25) Display of measured

values

i) LCD

The measured value(s) shall be displayed on

seven segments Liquid Crystal Display

(LCD) register, having wide viewing

angle.LCD shall be suitable for temperature

withstand of 70 degree centigrade.

ii) Data Retention

The Programming data should be retained

in non-volatile memory for the life of the

meter.

iii) Auto display Facility

The meter should have facility of auto

display mode as specified in clause 16 of

specification.

iv) Scoll lock facility

Meter shall have Scroll Lock facility to

display any one desired parameters

continuously from display parameters.

v) Integer & Decimal

Place

The Integer and Decimal places of the

readings shall be as specified in clause 16

of specification.

26) Demand Integration &

MD Registration As Specified in Clause 17 of Specification.

538

27) Calibration & Test

Output

All the meters shall be factory calibrated for

it's life. Further, no modification of

calibration shall be possible at site by any

means.However, it shall be possible to

check the accuracy of energy measurement

of the meter while in operation in the field

by means of LED test output on meter,

accessible from the front as well as through

high-resolution display using suitable test

equipment.Test output device shall be

provided in the form of LED for KWh and

KVARh with provision of selecting the

parameter being tested. The test output

device should have constant pulse rate in

terms of pulse/unit energy.

28) Real Time Internal

Clock

The time keeping shall be selectable

between line frequency or an internal

crystal. If it is an internal real time clock it

shall be pre-programmed for 20 Years

day/date without any necessity for

correction. The maximum drift shall not

exceed +/- 180 Seconds per year. The clock

day/date setting and synchronization shall

only be possible through password/Key

code command from Computer.

29) Tamper & Fraud

Monitoring Feature As Specified in Clause 20 of Specification.

30) Self Diagnostic

Features As Specified in Clause 21 of Specification.

31) Reading the Meter

during Power off

Condition

The meter must be readable in power off

condition. For that a battery back-up of

suitable capacity shall be provided. Push

button or touch or any other means shall be

provided for the normal display shall also

be used for battery back-up display in

power off condition for the manual mode

reading of the auto display parameters.

32) Programming &

Customization

The meter shall be programmed in the

factory to a customized setting. Options for

the customized setting will be provided by

the purchaser after signing of contract.

Suppliers are required to inform the

purchaser for providing necessary

information for a customized setting. The

bidder shall also provide necessary software

539

and hardware with accessories for

programming, reading and downloading

data from the meter.

33) Test & Test

Conditions

The Energy meter offered shall be fully

Type tested and Routine tested as per

relevant ANSI standard.

a) Status of the Laboratory

Internationally Recognized Independent

and well-known testing laboratory like

KEMA, CESI, CPRI, UL, MET or

equivalent. Supporting documents in

support of the status of the Testing

Laboratory shall be submitted.

b) Address of the Test

Laboratory

The submitted Test reports must have the

detail address of the Testing Laboratory

complete with telephone, fax, e-mail,

website etc. and must be readily available in

the Web-site of the concern laboratory for

verification by the Purchaser.

c) Language of Test

Reports & Documents

All the Test Reports and documents must

be in English Language.

d) Routine & Type Test

Reports as per relevant

ANSI Standard

To be submitted.

e) Test Reports for

Tropical & Outdoor

requirements.

i) Weather simulation test

as specified in ANSI

C12.1-2001

ii) Salt spray test as per

ANSI C12.1 (Test

Procedure as ASTM B117)

iii) Rain and Dust test as

described in underwriter’s

laboratory standard UL-50

(USA) for type 3

enclosures.

iv) Withstand of solar

ultraviolet radiation.

To be submitted.

540

f) Other Documents

Bidder shall also submit dimensional

drawings, pictures, catalogue information,

data on starting watts and losses, list of

spare parts with current prices, bulletin for

adjustment, installation and storage

instructions and characteristics

performance curves.

g) Routine Test reports

after Awarding.

Afterward the Bidder, if awarded, shall

carry out Routine tests on each individual

meter at manufacturing premises and tests

certificates of individual meter shall be

submitted before Pre-shipment/ Pre-

delivery Inspection.

34) Inspection As specified in clause 25 of specification.

35) Optional Items

The Bidder shall include a list of

manufacturer's recommended available

optional items with price of each individual

item in his bid and the additional materials

required per unit for upgradation. The cost

of optional items shall not be considered in

the tender evaluation. The purchaser

reserves the option of purchasing any or all

of the spare parts listed.

36) Packaging

REB meters shall be individually packaged

in a suitable container for a tropical climate.

Each container shall be clearly labelled with

manufacturer name and catalogue

information.

37) Shipping Should be as per Shipping Box Design of

bid document

[The Bidder should complete all the columns as required]

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

541

6.3 Form of Completion Certificate

Contract No: Date:

To:

[Name of Contractor]

Pursuant to GCC Clause 39 (Completion of the Facilities) of the General Conditions of

the Contract entered into between yourselves and the Employer dated [insert date], for the

supply and installation of plant and Services for [name of contract], we hereby notify

you that the following part(s) of the Facilities was (were) complete on the date specified

below, and that, in accordance with the terms of the Contract, the Employer hereby takes

over the said part(s) of the Facilities, together with the responsibility for care and custody

and the risk of loss thereof on the date mentioned below.

1. Description of the Facilities or part thereof:

______________________________

2. Date of Completion: __________________

However, you are required to complete the outstanding items listed in the attachment hereto

as soon as practicable.

This letter does not relieve you of your obligation to complete the execution of the Facilities

in accordance with the Contract nor of your obligations during the Defect Liability Period.

Very truly yours,

for and on behalf of the Employer

[ Signature ]

[ Title of the Project Manager ]

542

6.4 Form of Operational Acceptance Certificate

Contract No: Date:

To:

[Name of Contractor]

Pursuant to GCC Clause 40.3 (Operational Acceptance) of the General Conditions of the

Contract entered into between yourselves and the Employer dated [insert date], for the

supply and installation of plant and Services for [name of contract], we hereby notify

you that the Functional Guarantees of the following part(s) of the Facilities were

satisfactorily attained on the date specified below.

1. Description of the Facilities or part thereof:

_______________________________

2. Date of Operational Acceptance: _______________________

This letter does not relieve you of your obligation to complete the execution of the Facilities

in accordance with the Contract nor of your obligations during the Defect Liability Period.

Very truly yours,

for and on behalf of the Employer

[ Signature ]

[ Title of the Project Manager ]

543

6.5 Form of Change Order Procedure and Forms

Contract No: Date:

To:

[Name of Contractor]

CONTENTS

1. General

2. Change Order Log

3. References for Changes

ANNEXES

Annex 1 Request for Change Proposal

Annex 2 Estimate for Change Proposal

Annex 3 Acceptance of Estimate

Annex 4 Change Proposal

Annex 5 Change Order

Annex 6 Pending Agreement Change Order

Annex 7 Application for Change Proposal

Change Order Procedure

1. General

This section provides samples of procedures and forms for implementing changes in the

Facilities during the performance of the Contract in accordance with GCC Clause 64 (Change

in the Facilities) of the General Conditions.

2. Change Order Log

The Contractor shall keep an up-to-date Change Order Log to show the current status of

Requests for Change and Changes authorized or pending, as Annex 8. Entries of the Changes

in the Change Order Log shall be made to ensure that the log is up-to-date. The Contractor

shall attach a copy of the current Change Order Log in the monthly progress report to be

submitted to the Employer.

544

3. References for Changes

(1) Request for Change as referred to in GCC Clause64 shall be serially numbered CR-X-

nnn.

(2) Estimate for Change Proposal as referred to in GCC Clause 64 shall be serially

numbered CN-X-nnn.

(3) Acceptance of Estimate as referred to in GCC Clause 64 shall be serially numbered

CA-X-nnn.

(4) Change Proposal as referred to in GCC Clause 64 shall be serially numbered CP-X-

nnn.

(5) Change Order as referred to in GCC Clause 64 shall be serially numbered CO-X-nnn.

Note: (a) Requests for Change issued from the Employer’s Home Office and the Site

representatives of the Employer shall have the following respective references:

Home Office CR-H-nnn

Site CR-S-nnn

(b) The above number “nnn” is the same for Request for Change, Estimate for

Change Proposal, Acceptance of Estimate, Change Proposal and Change Order.

545

Annex 1. Request for Change Proposal

(Employer’s Letterhead)

To: Date:

Attention:

Contract Name:

Contract Number:

With reference to the captioned Contract, you are requested to prepare and submit a Change

Proposal for the Change noted below in accordance with the following instructions within

_______________ days of the date of this letter ____________________.

1. Title of Change: ________________________

2. Change Request No. __________________

3. Originator of Change: Employer: _______________________________

Contractor (by Application for Change Proposal No. _______1:

4. Brief Description of Change: _________________________________________________

5. Facilities and/or Item No. of equipment related to the requested Change: _____________

6. Reference drawings and/or technical documents for the request of Change:

Drawing No./Document No. Description

7. Detailed conditions or special requirements on the requested Change: ________________

8. General Terms and Conditions:

(a) Please submit your estimate to us showing what effect the requested Change will have

on the Contract Price.

(b) Your estimate shall include your claim for the additional time, if any, for completion

of the requested Change.

(c) If you have any opinion negative to the adoption of the requested Change in connection

with the conformability to the other provisions of the Contract or the safety of the Plant

or Facilities, please inform us of your opinion in your proposal of revised provisions.

546

(d) Any increase or decrease in the work of the Contractor relating to the services of its

personnel shall be calculated.

(e) You shall not proceed with the execution of the work for the requested Change until

we have accepted and confirmed the amount and nature in writing.

Signature: [insert signature of authorised

representative of the Employer]

Name: [insert full name of signatory with

National ID Number]

Title of the Signatory: [insert title of the Signatory]

Name of the Employer: [insert name of the Employer]

547

Annex 2. Estimate for Change Proposal

(Contractor’s Letterhead)

To: Date:

Attention:

Contract Name:

Contract Number:

With reference to your Request for Change Proposal, we are pleased to notify you of the

approximate cost of preparing the below-referenced Change Proposal in accordance with GCC

Sub-Clause64.2.1 of the General Conditions. We acknowledge that your agreement to the cost of

preparing the Change Proposal, in accordance with GCC Sub-Clause64.2.2, is required before

estimating the cost for change work.

1. Title of Change: ________________________

2. Change Request No./Rev.: ____________________________

3. Brief Description of Change: __________________________

4. Scheduled Impact of Change: ___________________________

5. Cost for Preparation of Change Proposal: _______________2

(a) Engineering (Amount)

(i) Engineer hrs x rate/hr =

(ii) Draftsperson hrs x rate/hr =

Sub-total hrs

Total Engineering Cost

(b) Other Cost

Total Cost (a) + (b)

Signature: [insert signature of authorised

representative of the Employer]

Name: [insert full name of signatory with

National ID Number]

Title of the Signatory: [insert title of the Signatory]

Name of the Employer: [insert name of the Employer]

2 Costs shall be in the currencies of the Contract.

548

Annex 3. Acceptance of Estimate

(Employer’s Letterhead)

To: Date:

Attention:

Contract Name:

Contract Number:

We hereby accept your Estimate for Change Proposal and agree that you should proceed with the

preparation of the Change Proposal.

1. Title of Change: ___________________________

2. Change Request No./Rev.: _______________________________

3. Estimate for Change Proposal No./Rev.: _______________________________

4. Acceptance of Estimate No./Rev.: _______________________________

5. Brief Description of Change: _______________________________

6. Other Terms and Conditions: In the event that we decide not to order the Change accepted,

you shall be entitled to compensation for the cost of preparation of Change Proposal

described in your Estimate for Change Proposal mentioned in para. 3 above in accordance

with GCC Clause64 of the General Conditions.

Signature: [insert signature of authorised

representative of the Employer]

Name: [insert full name of signatory with

National ID Number]

Title of the Signatory: [insert title of the Signatory]

Name of the Employer: [insert name of the Employer]

549

Annex 4. Change Proposal

(Contractor’s Letterhead)

To: Date:

Attention:

Contract Name:

Contract Number:

In response to your Request for Change Proposal No. _______________________________, we

hereby submit our proposal as follows:

1. Title of Change: _______________________________

2. Change Proposal No./Rev.: _______________________________

3. Originator of Change: Employer: [_______________________________

Contractor: _______________________________

4. Brief Description of Change: _______________________________

5. Reasons for Change: _______________________________

6. Facilities and/or Item No. of Equipment related to the requested Change:

_______________________________

7. Reference drawings and/or technical documents for the requested Change:

Drawing/Document No. Description

8. Estimate of increase/decrease to the Contract Price resulting from Change Proposal:3

(Amount)

(a) Direct material

(b) Major construction equipment

(c) Direct field labor (Total hrs)

(d) Subcontracts

(e) Indirect material and labor

(f) Site supervision

(g) Head office technical staff salaries

Process engineer hrs @ rate/hr

Project engineer hrs @ rate/hr

Equipment engineer hrs @ rate/hr

Procurement hrs @ rate/hr

Draftsperson hrs @ rate/hr

Total hrs

(h) Extraordinary costs (computer, travel, etc.)

3 Costs shall be in the currencies of the Contract.

550

(i) Fee for general administration, % of Items

(j) Taxes and customs duties

Total lump sum cost of Change Proposal

(Sum of items (a) to (j))

Cost to prepare Estimate for Change Proposal

(Amount payable if Change is not accepted)

9. Additional time for Completion required due to Change Proposal

10. Effect on the Functional Guarantees

11. Effect on the other terms and conditions of the Contract

12. Validity of this Proposal: within [Number] days after receipt of this Proposal by the

Employer

13. Other terms and conditions of this Change Proposal:

(a) You are requested to notify us of your acceptance, comments or rejection of this

detailed Change Proposal within ______________ days from your receipt of this

Proposal.

(b) The amount of any increase and/or decrease shall be taken into account in the

adjustment of the Contract Price.

(c) Contractor’s cost for preparation of this Change Proposal:2

Signature: [insert signature of authorised

representative of the Contractor]

Name: [insert full name of signatory with

National ID Number]

Title of the Signatory: [insert title of the Signatory]

Name of the Contractor: [insert name of the Contractor]

551

Annex 5. Change Order

(Employer’s Letterhead)

To: Date:

Attention:

Contract Name:

Contract Number:

We approve the Change Order for the work specified in the Change Proposal (No. _______), and

agree to adjust the Contract Price, Time for Completion and/or other conditions of the Contract in

accordance with GCC Clause64 of the General Conditions.

1. Title of Change: _______________________________

2. Change Request No./Rev.: _______________________________

3. Change Order No./Rev.: _______________________________

4. Originator of Change: Employer: _______________________________

Contractor: _______________________________

5. Authorized Price:

Ref. No.: _______________________________ Date:

__________________________

Foreign currency portion __________ plus Local currency portion __________

6. Adjustment of Time for Completion

None Increase _________ days Decrease _________ days

7. Other effects, if any

Authorized by: Date:

(Employer)

Accepted by: Date:

(Contractor)

552

Annex 6. Pending Agreement Change Order

(Employer’s Letterhead)

To: Date:

Attention:

Contract Name:

Contract Number:

We instruct you to carry out the work in the Change Order detailed below in accordance with GCC

Clause64 of the General Conditions.

1. Title of Change: _______________________________

2. Employer’s Request for Change Proposal No./Rev.: _______________________________

dated: __________

3. Contractor’s Change Proposal No./Rev.: _______________________________ dated:

4. Brief Description of Change: _______________________________

5. Facilities and/or Item No. of equipment related to the requested Change:

_______________________________

6. Reference Drawings and/or technical documents for the requested Change:

Drawing/Document No. Description

7. Adjustment of Time for Completion:

8. Other change in the Contract terms:

9. Other terms and conditions:

Signature: [insert signature of authorised

representative of the Employer]

Name: [insert full name of signatory with

National ID Number]

Title of the Signatory: [insert title of the Signatory]

Name of the Employer: [insert name of the Employer]

553

Annex 7. Application for Change Proposal

(Contractor’s Letterhead)

To: Date:

Attention:

Contract Name:

Contract Number:

We hereby propose that the below-mentioned work be treated as a Change in the Facilities.

1. Title of Change: _______________________________

2. Application for Change Proposal No./Rev.: _______________________________ dated:

_______________________________

3. Brief Description of Change: _______________________________

4. Reasons for Change:

5. Order of Magnitude Estimation (in the currencies of the Contract):

6. Scheduled Impact of Change:

7. Effect on Functional Guarantees, if any:

8. Appendix:

Signature: [insert signature of authorised

representative of the Contractor]

Name: [insert full name of signatory with National

ID Number]

Title of the Signatory: [insert title of the Signatory]

Name of the Contractor: [insert name of the Contractor]

Signature Seal

554

6.6 Supplementary Information

[The Tenderer shell furnish additional description/information covering all activities, if any]

Invitation for Tenders

[This is the website format and as used for published advertisement.

It is included in this document for information only]

GOVERNMENT OF THE PEOPLE’S REPUBLIC OF BANGLADESH

1 Ministry/Division < select > V

2 Agency < select > V

3 Purchaser Name < type in name >

4 Purchaser Code Not used at present

5 Purchaser District < select > V

6 Invitation for <

sele

ct >

V <

sele

ct >

V <

sele

ct >

V

7 Invitation Ref No < type in name >

8 Date < select > V

KEY INFORMATION

9 Procurement Method < select > V <

sele

ct >

V

FUNDING INFORMATION

10 Budget and Source of Funds < select > V

11 Development Partners (if applicable) < type in name >

PARTICULAR INFORMATION

12 Project / Programme Code (if

applicable)

< use MOF code >

13 Project / Programme Name (if

applicable)

< use MOF name >

14 Tender Package No. < type in name >

15 Tender Package Name < type in name >

Date

16 Tender Publication Date < select > V

17 Tender Last Selling Date < select > V

Date Time

18 Tender Closing Date and Time < select > V < select > V

19 Tender Opening Date and Time < select > V < select > V

20 Name & Address of the office(s) Address

- Selling Tender Document (Principal) < type in name >

- Selling Tender Document (Others) < type in name >

NO CONDITIONS APPLY FOR SALE, PURCHASE OR DISTRIBUTION OF TENDER

DOCUMENTS

- Receiving Tender Document < type in name >

555

- Opening Tender Document < type in name >

21 Place / Date / Time of < type in name >

Pre-Tender Meeting (Optional) Date Time

< select > V < select > V

INFORMATION FOR TENDERER

22 Eligibility of Tenderer < type in name >

23 Brief Description of Plant & Equipment < type in name >

24 Brief Description of Services < type in name >

25 Price of Tender Document (Tk.) < type in price >

Lot

No

Identification of Lot Location Tender Security

Amount (Tk.)

Completion

Time in Weeks /

Months

26 1 < type in name > < type in name > <type in> <type in>

Purchaser DETAILS

30 Name of Official Inviting Tender < type in name >

31 Designation of Official Inviting Tender < type in name >

32 Address of Official Inviting Tender < type in name >

33 Contact details of Official Inviting

Tender

< Tel.

No.>

<Fax

No.>

<e-

mail>

34 The Purchaser reserves the right to reject all tenders or annul the Tender proceedings

<select> : these fields are “pop-up” fields and the Purchaser will only have to select the correct

name, address or date in order to complete the form.

<type in name> : these fields are to be completed by typing in the relevant data.

556

Invitation for Tenders

[for use when there are MULTIPLE lots in a package

This is the website format and as used for published advertisement.

It is included in this document for information only]

GOVERNMENT OF THE PEOPLE’S REPUBLIC OF BANGLADESH

1 Ministry/Division < select > V

2 Agency < select > V

3 Purchaser Name < type in name >

4 Purchaser Code Not used at present

5 Purchaser District < select > V

6 Invitation for <

sele

ct >

V <

sele

ct >

V <

sele

ct >

V

7 Invitation Ref No < type in name >

8 Date < select > V

KEY INFORMATION

9 Procurement Method < select > V <

sele

ct >

V

FUNDING INFORMATION

10 Budget and Source of Funds < select > V

11 Development Partners (if applicable) < type in name >

PARTICULAR INFORMATION

12 Project / Programme Code (if

applicable)

< use MOF code >

13 Project / Programme Name (if

applicable)

< use MOF name >

14 Tender Package No. < type in name >

15 Tender Package Name < type in name >

Date

16 Tender Publication Date < select > V

17 Tender Last Selling Date < select > V

Date Time

18 Tender Closing Date and Time < select > V < select > V

19 Tender Opening Date and Time < select > V < select > V

20 Name & Address of the office(s) Address

- Selling Tender Document (Principal) < type in name >

- Selling Tender Document (Others) < type in name >

NO CONDITIONS APPLY FOR SALE, PURCHASE OR DISTRIBUTION OF TENDER

DOCUMENTS

- Receiving Tender Document < type in name >

- Opening Tender Document < type in name >

21 Place / Date / Time of < type in name >

Pre-Tender Meeting (Optional) Date Time

< select > V < select > V

557

INFORMATION FOR TENDERER

22 Eligibility of Tenderer < type in name >

23 Brief Description of Plant & Equipment < type in name >

24 Brief Description of Services < type in name >

25 Price of Tender Document (Tk.) < type in price >

Lot

No

Identification of Lot Location Tender

Security

Amount (Tk.)

Completion Time

in

Weeks / Months

26 1 < type in name > < type in name > <type

in>

<type in>

27 2 < type in name > < type in name > <type

in>

<type in>

28 3 < type in name > < type in name > <type

in>

<type in>

29 4 < type in name > < type in name > <type

in>

<type in>

30 Name of Official Inviting Tender < type in name >

31 Designation of Official Inviting Tender < type in name >

32 Address of Official Inviting Tender < type in name >

33 Contact details of Official Inviting

Tender

< Tel. No. > < Fax

No. >

< e-

mail >

34 The Purchaser reserves the right to reject all tenders or annul the Tender proceedings

<select> : these fields are “pop-up” fields and the Purchaser will only have to select the correct

name, address or date in order to complete the form.

<type in name> : these fields are to be completed by typing in the relevant data.

Signature

Signature

558

Section 7. Drawings

559

Flow charts of the processes involved between different entities in the prepaid e-metering

system

Overall Process Outline

Main requirement: A receipt is essential as a proof of vending. Otherwise, in case of problem

of actual vending into the meters, resolution of the dispute will be difficult. Therefore, a

consumer for vending purpose must come either to a POS or to a Vending Station for recharging

his/her meters (either single phase or three phases). Since the friendly hour and emergency credit

facilities will be active within the meter so the failure of vending beyond the office hour will not

harm the consumer.

MIC software checks the balance from the vendor’s

operator

Depending on the feedback message received from the MIC, the vending

software will either print the key or writes it into SC

The POS software prints the receipt with

the vending information

Customer if wants to know information like his

sanctioned load during peak hour, rate etc. may send his account number and the appropriate code

via his mobile phone

The request will be processed via SMS server (within system master

station) and the requested information will be retrieved from the

database and sent to the mobile operator

The API appropriate to the meter will generate the encrypted number

and MIC will either sends it to the POS or

to the meter

Operator’s server feedbacks

whether POS vendor has sufficient

balance or not

A failure message will be sent to the POS

MIC sends the vending information directly to the meter

Single

Phase or

Three

Phase

Meter?

The POS software prints the receipt with the vending

information

The POS vendor then attempts to

charge his account

sin

gle

Th

ph

Yes

No

The mobile company

forwards the result to mobile of

the consumer

The mobile company

forwards the request to the utility’s MIC

The consumer pays to the POS

vendor the amount applicable for

vending

Vendor enters the information into the POS software and the software sends them to MIC via the

network

560

Processes initiated at POS

1. Processes involved at the Utility’s Vending Station

2. Same as the POS initiated processes except the checking monitory transactions because

only cash transactions will be made at the vending stations.

3. Processes involved at Short Message Services from consumers’ mobile

1 Multi-factories Access Platform

1.1 Access Platform Architecture Design

Each manufacturer provides its own encryption / decryption API, integrated into the system

software.

When dealing with business based on different meters from each manufacturer, the system

automatically calls the corresponding manufacturers’ encryption / decryption API.

The system defines uniformly data exchange interface corresponding to different business, such

as input and output parameters.

When dealing with a business, for the keypad meter, the system will call the encryption /

decryption API, generates the corresponding Token, and print; for smart card meter, the system

will call the encryption / decryption API, write the corresponding Token to encrypted data area

of the smart card.

The encryption/decryption API from smart card manufacture must be able to generate Token

which must contain the information of business type and length information. So that when smart

card meter read the encrypted data in the card, the meter can separate the Token and identify the

Token business itself.

POS read the smart cards from different manufactures via standard card read devices.

561

MIC communicates with GPRS meters of other factories according to standard data exchange

mechanism.

Note: Token in this document means encrypted data.

2. Business Process

2.1 Vending as example:

Input the Account No.

If it is existed ?Query current tax

and tariff

vending

API return TOKEN

If it is a GPRS meter

Remote charge

WriteIC Card

Y

yes

no

Print receiption

Print receiption

Call encryption/decrypti

on API

If it is a Card meter

N Y

Print receiption

N

This is a brief conceptual drawing. Bidder must provide all the drawings necessary after survey

(if necessary) and those drawings must be approved by employer.

Insert here a list of Drawings. The actual Drawings, including site plans, should be attached

to this section or annexed in a separate folder. The Drawings shall be dated, numbered and

show the revision number.

-The End-