Southern Power Distribution Company of Andhra … or and submit their Bids online. Offline Bids...
Transcript of Southern Power Distribution Company of Andhra … or and submit their Bids online. Offline Bids...
Southern Power Distribution
Company of Andhra Pradesh Limited
(APSPDCL)
&
Eastern Power Distribution Company
of Andhra Pradesh Limited
(APEPDCL)
Request for Proposal (RFP) document for
Selection of Supplier for providing Turnkey
solution inclusive of supply, installation, 5 year
comprehensive on-site warranty, AMC, remote
operation of Bharat DC001 chargers and CMS
services in compliance with Open Charge Point
Protocol (OCPP) 1.5 and above
RFP (Bid) No. APSPDCL/EV/01/2018 dated
2 2 n d J a n u a r y 2018
Issued by
Southern Power Distribution Company of
Andhra Pradesh Limited (APSPDCL)
Tirupati, Chittoor District, Andhra Pradesh
Telephone: 0877-2284109, Extn: 200;
09490156622
Email:
22nd January 2018
Bid Deadline: 16th March 2018 17:00 Hrs
Southern Power Distribution
Company of Andhra Pradesh Limited
(APSPDCL)
&
Eastern Power Distribution Company
of Andhra Pradesh Limited
(APEPDCL)
Contents
1 Introduction and Background 1
2 Definitions 2
3 Bid information and instructions to Bidders 6
4 Bid evaluation methodology 26
5 Other Provisions 28
6 Formats 29
DISCLAIMER
1. The RFP document is not transferable.
2. This RFP is issued by Southern Power Distribution Company of Andhra Pradesh Limited
(“APSPDCL”).
3. The Bid document is not a prospectus or offer on invitation to the public in relation to the
sale of shares, debentures or securities, nor shall this Bid document or any part of it form the
basis of or be relied upon in any way in connection with, any contract relating to any shares,
debentures or securities.
4. In considering a response to this Request for Proposal (RFP), each recipient should make its
own independent assessment and seek its own professional, technical, financial and legal
advice.
5. Whilst the information in this RFP document has been prepared in good faith, it is not and
does not purport to be comprehensive or to have been independently verified. Neither
APSPDCL nor any of their officers or employees, nor any of their advisers nor consultants,
accept any liability or responsibility for the accuracy, reasonableness or completeness of,
or for any errors, omissions or misstatements, negligent or otherwise, relating to the proposed
Work, or makes any representation or warranty, express or implied, with respect to the
information contained in this document or on which this document is based or with respect
to any written or oral information made or to be made available to any of the recipients or
their professional advisers and, so far as permitted by law and except in the case of fraudulent
misrepresentation by the party concerned, and liability therefore is hereby expressly
disclaimed.
6. The information contained in this document is selective and is subject to updating, expansion,
revision and amendment issued before due date. It does not, and does not purport to, contain
all the information that a recipient may require. Neither APSPDCL nor any of their officers,
employees nor any of its advisors nor consultants undertakes to provide any recipient with
access to any additional information or to update the information in this document or to
correct any inaccuracies therein which may become apparent. Each recipient must conduct
its own analysis of the information contained in this document or to correct any inaccuracies
therein that may be contained in this document and is advised to carry out its own
investigation in relation to the Work(s)/Tender, the legislative and regulatory regime which
applies thereto and by and all matters pertinent to the proposed Work/Tender and to seek its
own professional advice on the legal, financial, regulatory and taxation consequences of
entering into any agreement or arrangement relating to the proposed Work/Tender.
7. This RFP document, if includes certain statements, estimates, projections, designs, targets
and forecasts with respect to the Work, such statements, estimates, projections, targets and
forecasts, designs reflect various assumptions made by the management, officers and
employees of APSPDCL, which assumptions (and the base information on which they are
made) may or may not prove to be correct. No representation or warranty is given as to the
reasonableness of forecasts or the assumptions on which they may be based and nothing in
this document is, or should be relied on as a promise, representation or warranty.
8. APSPDCL reserves the right to modify, amend or supplement or cancel this RFP document,
without any prior notice or without assigning any reason.
Authorized Person: Chief General Manager (P&MM, IPC)
Address: APSPDCL, Kesavayanagunta, Tiruchanoor Road, Tirupati, Andhra Pradesh - 517501.
Tel: 0877-2284109, Extn. 200; 09490156622
Fax: 0877-2237407
Email: [email protected], [email protected]
Place: Tirupati
Date: 22nd January 2018
Information pertaining to Bid submission via eProcurement platform
1. Issue of RFP
The detailed terms and conditions for qualification of the Bidders and for Bid submission are
indicated in the RFP. All those interested in obtaining the RFP may download the RFP from
https://tender.apeprocurement.gov.in. Please visit https://tender.apeprocurement.gov.in for details
regarding online submission of the RFP.
Bidders are required to procure a Digital Signature Certificate from any Certifying Authorities
(CA) in India from the list mentioned in the below URL:
https://tender.apeprocurement.gov.in/DigitalCertificate/signature.html
The Digital Signature Certificate is mandatory for participation in eProcurement. The Bids can
be submitted only upon logging-in with the Digital Signature Certificate in the eProcurement
portal.
The Bidder would be required to register on the eProcurement market place
www.apeprocurement.gov.in or https://tender.apeprocurement.gov.in and submit their Bids
online. Offline Bids shall not be entertained by the Authorised Representative for the tenders
published in the eProcurement platform.
The Bidders shall submit their eligibility and qualification details, Technical Bid, Financial Bid
etc., in the standard formats displayed in eProcurement web site. The Bidders shall upload the
scanned copies of all the relevant certificates, documents etc., in support of their eligibility
criteria/Technical Bids and other certificate/documents in the eProcurement web site. The Bidder
shall sign on the statements, documents, certificates, uploaded by him, owning responsibility for
their correctness/authenticity.
2. Receipt and Opening of Bid:
Bid must be submitted at the website mentioned in the RFP on or before 16th March 2018 (last date
of submission of Bid) 17:00 Hrs. If it is a public holiday on the last date for submission of the
Bid, the submission and the receipt of the Bid shall be on the next working day. The Techno-
commercial Bid and the Financial Bid shall be opened as per the time schedule given in Clause
3.2 Of the RFP.
The Authorized Representative shall abide by the Government Orders G.O. Ms. No. 174, Dated:
01-09-2008, G.O. Ms. No. 11, Dated: 01-07-2003, G.O. Ms. No.4, Dated: 17-02-2005, G.O. Ms.
No. 6, Dated: 28-02-2005, G.O. Ms. No. 6, Dated: 11-1-2005 and G.O. Ms. No.245 Dated: 30-
12- 2005, while conducting the eProcurement process. The Bidders are requested to read these
orders available at https://tender.apeprocurement.gov.in/html/download.asp
3. Payment of Transaction Fee:
The Bidders are required to pay a Non-refundable Transaction fee of INR 10,000 (Ten thousand
only) to MD APTS, the service provider through "Payment Gateway Service on E-Procurement
Platform". The Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by
any bank and Direct Debit facility/Net Banking of ICICI Bank, HDFC, Axis Bank to facilitate
the transaction. This is in compliance as per G.O.Ms. 13 dated 05.07.2006. GST + Bank Charges
for Credit Card Transaction on the transaction amount payable to MD APTS may be applicable.
4. Corpus Fund:
As per G.O. Ms. No.4, the User Department/Authorized Representative shall collect INR 10,000/-
(Rupees ten thousand only) from only Successful Bidder on eProcurement platform before
entering into agreement, towards eProcurement fund in favor of Managing Director, APTS. Hence
upon declaration of the Successful Bidder(s) as per the provisions of the RFP, the Authorized
Representative shall collect this amount from the Successful Bidders(s) and transfer the same to
Managing Director, APTS.
5. Nodal Person for enquiries and clarifications
All correspondence, clarifications in respect of the RFP and submission of the Bid shall be
addressed to:
Designation: CGM, P&MM IPC
Address: APSPDCL, Kesavayanagunta, Tiruchanoor Road, Tirupati,
Andhra Pradesh - 517501.
Telephone: 0877-2284109, Extn. 200; 09490156622
E-mail id: [email protected], [email protected]
1. All capitalized words and expressions used in this notification but not defined herein
shall have the same meaning as ascribed to them in the RFP.
Sl. No Description
1 Authorised Representative APSPDCL on behalf of APSPDCL and APEPDCL
2 Office CGM (P&MM IPC), APSPDCL
3 Tender Reference Number APSPDCL/EV/01/2018 Dated 22/01/2018
4 Tender Subject Turnkey solution inclusive of supply, installation, 5 year
comprehensive on-site warranty, AMC, remote operation of
Bharat DC001 chargers and providing CMS services in
compliance with Open Charge Point Protocol (OCPP) 1.5
and above
5 Tender Type Open tender
6 Tender Category Competitive Bidding
7 Definitions and
Interpretations
For the purpose of eProcurement, the following definitions
shall apply
Tender Inviting Authority shall mean the same as
Authorised Representative as per the Definitions in this
RFP
Tender Documents shall mean the same as the RFP
Documents as per the Definitions in this RFP
“Commercial Bid” or “Price Bid” shall mean the same
as the Financial Bid as per the Definitions in this RFP
“PQ Bid” shall mean documents specified in Clause
3.10.1A
“Technical Bid” shall mean the same as “Technical Bid”
as per the terms of the RFP
Bidders shall also upload a checklist of all documents
enclosed under Technical Bid and Financial Bid and the
file name corresponding to each document/format as
required under the RFP. This shall be the “PQ Template”
or “Technical Template” and this checklist shall be a part
of the Technical Bid
“EMD/Bid Security” shall mean the same as the EMD
as per the provisions of this RFP.
8 Eligibility Criteria As specified in Clause 3.5.1 and 3.5.2
9 Bid Bond / Bid Security/
EMD
As specified in Clause 3.7.1 of the RFP as per the prescribed
Format 6.3A
It should be noted Bid Bond displayed on the NIT screen of
the eProcurement Website is not relevant to this
procurement process.
The actual EMD to be submitted by the Bidder shall be as
per Clause 3.7.1 of this RFP.
10 Bid Bond/Bid
Security/EMD Payable to
Please refer Clause 3.7.1 of this RFP
11 Transaction Fee Transaction fee: All the participating Bidders who submit
the Bids have to pay an amount of INR 10,000 & taxes
a p p l i c a b l e as levied by Govt. of India on transaction
fee through online in favor of MD APTS. The amount
payable to MD APTS is non-refundable.
Corpus Fund: Successful bidder has to pay an amount of
INR 10,000 & taxes applicable as levied by Govt. of India
on the above value, through demand draft in favor of
Managing Director, APTS, Hyderabad towards corpus fund
at the time of concluding agreement/signing of the Letter of
Intent as per the provisions of this RFP
12 Transaction Fee Payable
to
MD, APTS, Hyderabad through online payment only.
14 Bid Document Download
Start Date
22-01-2018 17:00 Hrs.
15 Bid Document Download End Date
15-03-2018 17:00 Hrs.
16 Bid submission closing date
16-03-2018 for uploading Prequalification Bid, Techno-Commercial Bid and Financial-Bid
17 Pre-bid meeting 31-01-2018 11:30 Hrs.
18 Prequalification Bid Opening
21-03-2018 15:00 Hrs.
19 Techno-commercial Bid
Opening
21-03-2018 15:00 Hrs.
20 Financial Bid Opening 06-04-2018 12:00 Hrs.
21 Place of Tender Opening O/o Chief Engineer, IPC & PS, Vidyut Soudha, Vijayawada
22 Officer Inviting Bids/
Contact Person
CGM P&MM and IPC; CE-IPC & PS
23 Address/E-mail id [email protected], [email protected]
24 Contact
Details/Telephone, Fax
Telephone - 0877-2284109, Extn. 200; 09490156622
Fax - 0877-2237407
25 Procedure for Bid
Submission
The Bidder shall submit response to the tender on
eProcurement platform at
https://tender.apeprocurement.gov.in by following the
procedure given below.
The Bidder would be required to register on the
e-procurement market place
https://tender.apeprocurement.gov.in and submit their Bids
online. Online submission of Bids is mandatory and
Offline Bids shall not be entertained by the Tender Inviting
Authority.
The Bidders shall submit their eligibility and qualification
details, Bid Processing Fee and EMD (Prequalification),
Technical Bid, Financial Bid etc., in the online standard
formats displayed in eProcurement web site. The Bidders
shall upload the scanned copies of all the relevant
certificates, documents etc., in support of their eligibility
criteria/Technical Bid/Bid Processing Fee/EMD and other
certificate/documents in the eProcurement web site. The
Bidder shall sign on the statements, documents,
certificates, uploaded by him, owning responsibility for
their correctness/authenticity. The Bidder shall attach all
the required documents specific to the RFP after uploading
the same during the Bid submission as per the RFP and
Bid Documents.
1. Registration with eProcurement platform:
For registration and online Bid submission Bidders may
contact HELP DESK of Vupadhi Techno Services
M/s Vupadhi Techno Services,
1st Floor, Ramky Grandiose,
Sy. No. 136/2&4, Gachibowli,
Hyderabad – 500032, Telangana.
Ph no: 040-39999700/01
Fax: 040-39999702
Email id: [email protected]
https://tender.apeprocurement.gov.in.
2. Digital Certificate authentication:
The Bidder shall authenticate the Bid with Digital
Certificate for submitting the Bid electronically on
eProcurement platform. The Bids not authenticated by
Digital Certificate of the Bidder will not be accepted.
For obtaining Digital Signature Certificate, you may please
Contact:
Andhra Pradesh Technology Services Limited, BRKR
Bhavan, B-Block Tankbund Road, Hyderabad-500022
Phone: +91-40-23220305 Fax: +91-40-23228057
(OR)
Any other Registration Authority in India. The city-wise
list of RAs is available by clicking the link "Apply for a
Class-2 Certificate" under "Enroll" section in the website
"https://www.tcs-ca.tcs.co.in/mca21/index.jsp"
3. Hard copies:
i) Bidders shall submit hard copies of the Bid as specified in
Clause 3.10.2, as per the timelines specified in Clause 3.2
of the RFP.
ii) All the Bidders shall invariably upload the scanned
copies of DD/BG/PO/RTGS particulars in eProcurement
system and this will be one of the key requirements to
consider the Bid responsive.
4. Deactivation of Bidders
If any Successful Bidder fails to submit the original hard
copies of uploaded certificates/documents, within stipulated
time or if any variation is noticed between the uploaded
documents and the hard copies submitted by the Bidder, as
the successful Bidder will be barred from participating in
the tenders on eProcurement platform for a period of 3
years. The eProcurement system would deactivate the user
ID of such defaulting Bidder based on the
Trigger/ recommendation by the Authorised Representative
in the system. Besides this, the Authorised Representative
shall invoke all processes of law including criminal
prosecution of such defaulting Bidder as an act of extreme
deterrence to avoid delays in the Bid Process for execution
of the development schemes taken up by the government.
Other conditions as per the RFP are applicable.
5. Payment Of Transaction Fee:
It is mandatory for all the participant Bidders to
electronically pay a Non-refundable Transaction fee of INR
10,000 (Ten thousand only) to MD APTS., the service
provider through "Payment Gateway Service on E-
Procurement platform". The Electronic Payment Gateway
accepts all Master and Visa Credit Cards issued by any bank
and Direct Debit facility/Net Banking of ICICI Bank,
HDFC, Axis Bank to facilitate the transaction. GST + Bank
Charges for Credit Card Transaction payable to MD APTS
shall be applicable.
6. Corpus Fund: As per GO MS No.4 User departments
(Tender Inviting Authority/Authorized Representative)
shall collect INR 10,000/- (Rupees ten thousand only)
from Successful Bidders on eProcurement platform before
entering into agreement / issue of LOA, towards
eProcurement fund in favor of Managing Director, APTS.
Hence upon declaration of the Successful Bidder(s) as per
the provisions of the RFP, the Authorized Representative
shall collect this amount from all the Successful Bidders(s)
and transfer it to Managing Director, APTS.
7. RFP Document:
The Bidder is requested to download the RFP document
and read all the terms and conditions mentioned in the RFP
Document and seek clarification if any from the Authorised
Representative. Any offline Bid submission clause in this
RFP could be neglected.
The Bidder has to keep track of any changes by viewing the
Addendum/Corrigenda issued by the Authorised
Representative on time-to- time basis in the e-Procurement
platform/APSPDCL official website www.nredcap.in. The
Authorised Representative inviting Bids shall not be
responsible for any claims/problems arising out of this.
8. Bid Submission Acknowledgement:
The Bidder shall complete all the processes and steps
required for Bid submission. The system will generate an
acknowledgement with a unique Bid submission number
after completing all the prescribed steps and processes by
the Bidder. Users/Bidders may also note that the Bids for
which an acknowledgement is not generated by the
eProcurement system are treated as invalid or not saved in
the system. Such invalid Bids will not be available to the
Authorised Representative for processing the Bids. The
Authorised Representative is not responsible for incomplete
Bid submission by the Bidders.
26 Rights reserved with the
Department
Authorised Representative reserves the right to accept or
reject any or all of the tenders received without assigning
any reasons therefore.
27 General Terms and
Conditions
As per the RFP Documents
28. Other information Bidders shall contact Vupadhi Techno Services for all
queries related to Bid submission on the eProcurement
platform
Contact Details: HELP DESK of Vupadhi Techno Services,
M/s Vupadhi Techno Services, 1st Floor, Ramky Grandiose,
Sy. No: 136/2&4, Gachibowli, Hyderabad. Telephone No:
040-39999700/01
29 E-Procurement
Conditions to be followed,
by the suppliers in filling
the price form.
The following declarations have to be submitted by the
Bidders:
1: We, the undersigned, examined the Conditions of
Contract, Specification, Special Conditions of Contract,
Basic Parameters of the proposed Scheme and subsequent
Addendums/Corrigendum for the above mentioned works.
We have examined, understood and checked these
documents and have ascertained that there is no ambiguity
in the Procurer’s requirements. We accordingly offer to
complete the work in conformity with such documents for
the price as given in the Financial Bid submitted and
attached at the commercial stage i.e. commercial template
2: Note: Financial Bid attached at commercial stage i.e.
under commercial template only will be considered for
commercial evaluation.
3: As per the conditions in the folder management, we have
extracted the file uploaded and verified the contents of the
Zipped files to avoid disqualifications
4: We have also read the Note in the folder management;
the documents attached to the commercial Bid stage will be
encrypted and stored. Documents uploaded in Common
folder and attached to the Technical Bid stage shall not be
encrypted.
30 Uploading 1. Financial Bids shall be uploaded at the commercial stage
available on the eProcurement platform which has an
encryption facility
2. The Bidder SHALL NOT submit two versions of the
same Financial Bid. The Authorised Representative will
only open the file specified in the “PQ Template” or
“Technical Template”
3. In case the Authorised Representative finds multiple
versions of the same Financial Bid, such Bids are liable
for rejection by the Authorised Representative
1
1 Introduction and Background
1.1 Introduction
1.1.1 The DISCOMs i.e. Southern Power Distribution Company of Andhra Pradesh Limited
(“APSPDCL”) and/ or Eastern Power Distribution Company of Andhra Pradesh Limited
(“APEPDCL”) intend to select Successful Bidder for providing Turnkey solution inclusive of
supply, installation, warranty, AMC, remote operation of Bharat DC001 chargers and Central
Management System (CMS) services in compliance with Open Charge Point Protocol (OCPP) 1.5
and above
1.1.2 Successful Bidder shall sign Turnkey Solution Agreement (TSA) with the DISCOM in line with terms
and conditions of this RFP and the TSA.
1.1.3 The Successful Bidder shall supply, install & commission 50 Nos. DC (Fast) Charging Stations
along with CMS in compliance with OCPP 1.5 or above and other essential systems as mentioned
in the RFP to the delivery site. Successful Bidder shall also provide 5 year comprehensive
on-site warranty and AMC for 50 Nos. DC (Fast) Charging Stations. The delivery site shall be as
per Clause 3.4.1 j.
1.2 Background
1.2.1 Electric Vehicles (EVs) have emerged as major disruptor during the recent times. With the
declining costs of battery, the electric vehicles are expected to achieve parity with internal
combustion engine vehicles in the coming years. Government of India has announced an
ambitious plan of shifting towards 100 per cent electric vehicles sales by 2030.
1.2.2 Government of Andhra Pradesh (GoAP) is keen to lead this transformation and encourage EV
deployment in the State. GoAP is already in the process of announcing a policy to promote
electric mobility across the State. AP Discoms are keen to support the GoAP ambition of
becoming the leading electric mobility state of the country by setting up charging infrastructure.
1.2.3 As per Electricity Act 2003, the provision of public EV charging service to the users amounts to
distribution/supply of electricity and at present sale of electricity is allowed only by Distribution
Licensees or franchisees authorized by Distribution Licensees. Hence AP Discoms have initiated
steps to set up charging infrastructure that will help meet the electricity requirements of the EVs.
2
2 Definitions
Any capitalized term, used but not defined in this RFP, shall have the meaning ascribed to such term in the
TSA. In absence of availability of definitions in the foregoing references, the capitalized terms shall be
interpreted in accordance with the Electricity Act 2003, the Appropriate Commission (Terms and
Conditions of Tariff Regulations, Grid Code or any other relevant electricity law, rule or regulation
prevalent in India, as amended or re-enacted from time to time, in that order.) or the Ministry of New and
Renewable Energy (Notifications, policies, guidelines as notified or amended from time to time)
Following terms used in the document will carry the meaning and interpretations as described below:
“Affiliate” shall mean a Company that, directly or indirectly,
i. controls, or
ii. is controlled by, or
iii. is under common control with, a Company implementing Work(s) and control means ownership
by one Company of at least 26% (twenty six percent) of the voting rights of the other Company;
“Authorised Representative” shall mean the body authorised to carry out the Bidding process for the
selection of the Successful Bidder(s). As per this RFP, APSPDCL is the Authorised Representative.
“Authorised Signatory” shall have the same meaning as assigned to in clause 3.9.8 of the RFP
“Bank Guarantee” shall mean the guarantees required to be furnished by the Bidder in accordance with the
provisions of Clause 3.7 of this RFP
“Bid” shall mean the Prequalification Bid submitted by the Bidder in accordance with provisions of Clause
3.10.1 (A), Technical Bid submitted by the Bidder as per the Clause 3.10.1 (B), and Financial Bid submitted
by the Bidder as per Clause 3.6 and Clause 3.10.1 (C) of this RFP, in response to this RFP, in accordance
with the terms and conditions thereof
“Bid Processing Fee” shall have the same meaning as per Clause 3.1.2 of this RFP
“Bidder” shall mean natural person or legal entity including Bidding Company submitting the Bid. Any
reference to the Bidder includes Bidding Company, its successors, and executors and permitted assigns and
severally, as the context may require;
“Bidding Company” shall refer to such single Company that has submitted the response in accordance
with the provisions of this RFP;
“Bidding Consortium” or “Bidding Consortium of Companies” or “Consortium” or “Consortium of
Companies” shall refer to a group of Companies that intend to submit a collective Bid in response to
this RFP. Bidding Consortium of Companies is not allowed to participate in this bid
“Bid Deadline” shall mean the last date and time for submission of Bid in response to this RFP as specified
in Clause 3.2 of the RFP
“Bid Parameter” shall have the same meaning as provided in Clause 3.6 of this RFP
3
“Bid Validity” shall have the same meaning as provided in section 3.12 of this RFP
“Charging Station(s)” or “DC (Fast) Charging Station(s)” or “DC Charging Station(s)” or “Electric
Vehicle Charging Station” or “Work(s)” shall mean providing Turnkey solution inclusive of supply,
installation, warranty, AMC, remote operation of Bharat DC001 chargers and CMS services in compliance
with Open Charge Point Protocol (OCPP) 1.5 and above and may include any other equipment or
requirements as per RFP Clause 3.4
“Chartered Accountant” shall mean a person practicing in India or a Firm wherein all the partners
practicing in India are Chartered Accountant(s) within the meaning of the Chartered Accountants Act,
1949;
“Commercial Operation (CO)” shall mean date on which all 50 Nos. DC Charging Station(s)) are ready to
start injecting power into Electric Vehicles after successful completion of installation, commissioning,
testing, remote operation of all 50 Nos. DC Charging Station(s) along with CMS compliance with OCPP 1.5
or above in all aspects as per the terms stated in this RFP
“Company” shall mean a body corporate incorporated in India under the Companies Act, 1956 or the
Companies Act, 2013, as applicable;
“Conflict of Interest” A Bidder may be considered to be in Conflict of Interest with one or more Bidders in
the same Bid process under this RFP, if they have a relationship with each other, directly or indirectly
through a common Company/ Firm/Promoter, that puts them in a position to have access to information
about or influence the Bid of another Bidder
“DISCOM” shall mean power Distribution Companies of Andhra Pradesh. In this RFP, DISCOMs shall
Refer to APSPDCL and APEPDCL collectively
“Effective Date” shall mean the date of execution of Turnkey Solution Agreement (TSA) by all the
Parties to the Agreement;
“EMD” shall have the same meaning as provided in Clause 3.7.1 of this RFP
“Financial Bid” shall mean the documents and formats as specified in Clause 3.10.1 (C) of the RFP
“Financial Eligibility Criteria” shall mean provisions of Clause 3.5.3 of this RFP
“General Eligibility Criteria” shall mean provisions of Clause 3.5.1 of this RFP
“Group Company” of a Company means (i) a Company which, directly or indirectly, holds 10% (ten percent)
or more of the share capital of the Company or (ii) a Company in which the Company, directly or
indirectly, holds 10% (ten percent) or more of the share capital of such Company or (iii) a Company in
which the Company, directly or indirectly, has the power to direct or cause to be directed the management
and policies of such Company whether through the ownership of securities or agreement or any other
arrangement or otherwise or (iv) a Company which, directly or indirectly, has the power to direct or cause
to be directed the management and policies of the Company whether through the ownership of securities or
agreement or any other arrangement or otherwise or (v) a Company which is under common control with the
Company, and control means ownership by one Company of at least 10% (ten percent) of the share capital
of the other Company or power to direct or cause to be directed the management and policies of such
Company whether through the ownership of securities or agreement or any other arrangement or otherwise.
However, above mentioned provisions are not applicable in case of Public Sector Undertakings/Enterprises;
4
Provided that a financial institution, scheduled bank, foreign institutional investor, Non-Banking Financial
Company, and any mutual fund shall not be deemed to be Group Company, and its shareholding and the
power to direct or cause to be directed the management and policies of a Company shall not be considered
for the purposes of this definition unless it is the Member of the Consortium delivering the Work;
“KW” shall mean Kilowatts
“Letter of Award” or “LoA” shall mean the letter issued by the Authorised Representative to the Successful
Bidder for award of the Work;
“MW” shall mean Megawatts
“Open Category” represents Bidders from anywhere in the World.
“Open Charge Point Protocol (OCPP)” shall mean application protocol for communication between EV
charging stations and a Central Management System (CMS)
“Parent” shall mean a Company, which holds more than 50% equity either directly or indirectly in the
Supplier delivering the Work;
“Performance Guarantee (PG)” shall mean the Bank Guarantee furnished by the Successful Bidder
to DISCOM, to assure timely and satisfactory completion of a Work by the Successful Bidder as described in
the RFP. Please refer to Clause 3.7 of the RFP
“Quoted Price” shall mean such firm price quoted by the Bidder under Format 6.5 of this RFP that will be
payable for providing Turnkey solution inclusive of supply, installation, warranty, AMC, remote operation
of 50 Nos. Bharat DC001 chargers and CMS services in compliance with Open Charge Point Protocol
(OCPP) 1.5 and above and extended Comprehensive on-site warranty and AMC for at least 5 years as per the
provisions of this RFP and TSA
“Qualified Bidder” shall mean the Bidder (s) who, after evaluation of their Technical Bid(s) as per Clause
4.1.2 of the RFP meet the Qualification Requirements and hence stand qualified for opening and evaluation
of their Financial Bid(s)
“Qualification Requirements” shall mean the General Eligibility Criteria, Technical Eligibility Criteria and
Financial Eligibility Criteria including the conditions specified under this RFP
“RFP Documents” shall mean the RFP document issued by Authorised Representative including the TSA
and all attachments vide RFP No. APSPDCL/EV/01/2018 dated 22nd January 2018 for ‘Selection of
Supplier for providing Turnkey solution inclusive of supply, installation, warranty, AMC, remote operation
of Bharat DC001 chargers and providing CMS services in compliance with Open Charge Point Protocol
(OCPP) 1.5 and above’ and shall include any modifications, amendments, alterations or clarifications thereto.
“Scheduled Commercial Operation (SCO)” shall mean date on which all 50 Nos. DC Charging Station(s)
are required to be ready to start injecting power into Electric Vehicles after successful completion of
installation, commissioning, testing, remote operation of all 50 Nos. DC Charging Station(s) along with
CMS compliance with OCPP 1.5 or above in all aspects as per the terms stated in this RFP i.e. 90 days from
the Effective Date;
“Successful Bidder” shall mean the Bidder selected pursuant to this RFP to provide Turnkey solution
5
inclusive of supply, installation, warranty, AMC, remote operation of 50 Nos. Bharat DC001 chargers and
providing CMS services in compliance with Open Charge Point Protocol (OCPP) 1.5 and above as per the
terms of TSA;
“Supplier” shall mean the Successful Bidder, pursuant to the provisions of this RFP, with which the
DISCOM has executed the TSA for supply, installation and commissioning of Charging Stations along
with CMS as per the terms and conditions specified in RFP Documents;
“Technical Bid” shall mean the documents and formats as specified in Clause 3.10.1 (B) of the RFP
“Technical Eligibility Criteria” shall mean provisions of Clause 3.5.2 of this RFP
“TSA” shall mean the Turnkey Solution Agreement for supply, installation, commission, 5 year
comprehensive on-site warranty, AMC, remote operation of all 50 Nos. Bharat DC001 chargers and
providing CMS services in compliance with Open Charge Point Protocol (OCPP) 1.5 and above, signed
between the Successful Bidder, and DISCOM according to the terms and conditions of the Draft TSA
enclosed with this RFP;
6
3 Bid information and instructions to Bidders
3.1 Obtaining RFP document & Bid Processing Fees
3.1.1 All those interested in the RFP can download the RFP from the website
https://tender.apeprocurement.gov.in. All information related to submission of response to this
RFP and the Bid shall be available at the aforementioned website.
3.1.2 Prospective Bidders interested to participate in the bidding process are required to submit their
Bids in response to this RFP document along with a non- refundable Bid Processing Fee of INR
2, 00,000 (Rupees Two Lakh Only) offered by the Bidder in the form of DD / Pay Order payable
in favour of “Pay officer, APSPDCL, Tirupati”, payable at Tirupati or through RTGS to Account
No. 52089645509, IFSC code: SBHY0020328, TSAN NO: AAHC4056Q. A Bidding
Company will be eligible to participate in the bidding process only on submission of Bid
Processing Fee.
3.1.3 Bidders shall provide the above non-refundable Bid Processing Fee in the form of DD / Pay
Order payable in favour of “AP”. Any Bidder will be eligible to participate in the Bid process
only upon submission of Bid Processing Fee at the following address of the Authorised
Representative as per the timelines specified in Clause 3.2 of the RFP.
3.1.4 Notwithstanding anything to the contrary contained in this RFP, the Authorised Representative
shall open the Technical Bid of the Bidder, only upon receipt of the above non-refundable Bid
Processing Fee, along with the Covering Letter as per Format 6.0 (PQ) within the timelines
mentioned in Clause 3.2 of the RFP. Bidders shall also upload scanned copies of the original
EMD and the DD towards Bid Processing Fee on the eProcurement platform under the PQ Bid.
3.2 Timelines for Bid process
The Bidders shall submit their Bids based on the conditions specified in this RFP document. The
last date for submission of Bids i.e. Bid Deadline is given in the table below. No Bid shall be
accepted beyond the Bid Deadline.
S. No. Event Schedule
1 Date of issue of RFP 22/01/2018, 17:00 Hrs.
2 Pre-Bid meeting at above mentioned address 31/01/2018 11:30 Hrs.
3 Revision of RFP and TSA and issuance of
revised RFP and TSA if any
05/03/2018 17:00 Hrs.
4 Bid document download end date 15/03/2018 17:00 Hrs.
5 Bid Deadline i.e. Last Date for submission of 16/03/2018 17:00 Hrs.
O/o Chief Engineer/IPC & PS/APPCC Vidyut Soudha, Gundadala Vijayawada -520008.
7
Bids
6 Opening of Prequalification Bid 21/03/2018 15:00 Hrs.
7 Opening of Techno-Commercial Bids 21/03/2018 15:00 Hrs.
8 Notification of Qualified Bidders (based on
Techno-Commercial criteria)
02/04/2018 17:00 Hrs.
9 Opening of Financial Bids 06/04/2018 12:00 Hrs.
10 Notification of Successful Bidders 11/04/2018 17:00 Hrs.
11 Issue of LoA to Successful Bidders 20/04/2018
12 Signing of TSA Within 30 days from LoA
The Authorised Representative reserves the right to change the above Bid process timelines.
However the Authorised Representative shall notify prospective Bidders through
email/notification on website/eProcurement platform regarding changes to the above timelines.
3.3 General conditions related to Bid submission
a) Any Company including its Parent/Affiliate/Ultimate Parent/Group Company can
submit only one Bid in this Bid process.
b) Any Firm or a natural person representing proprietary concern can submit only one Bid
as a Bidding Firm in this Bid process. Consortium of Companies is not allowed in this
Bid process. Further no two Bidding Firms participating in this Bid process shall have
common partners.
c) Charging Station manufacturing company can authorize only one bidder for this bid
process. In case of two or more bidders submitting Manufacturer’s Authorization Form
(MAF) from same Parent/Affiliate/Ultimate Parent/Group Company, all the bidders shall
be disqualified.
d) Bidders in Conflict of Interest with one another shall be liable for
disqualification/rejection under the sole discretion of the Authorized Representative.
Bidder shall make relevant disclosures as specified in Format 6.1 of this RFP.
3.4 Work Scope and Technology Selection
3.4.1 Scope of Work
a. The scope of bidder shall include providing Turnkey solution inclusive of supply,
installation, warranty, AMC, remote operation of 50 Nos. Bharat DC001 chargers and
CMS services in compliance with Open Charge Point Protocol (OCPP) 1.5 and above with
necessary associated civil works.
b. Bidder shall establish and maintain Central Management System (CMS) and ensure
communication between 50 Nos. Charging stations and CMS as described in Clause 3.4.2.
c. Procurer may decide to award contract to Successful Bidder for an additional 50 Nos. of
DC (Fast) Charging Station(s) along with CMS, warranty and AMC at the Quoted Price
as per Format 6.5
d. Charging Station(s) shall comply to Bharat specifications as mentioned in RFP Clause
3.4.2
e. Bidder owns the responsibility of Charging Station(s)’ compliance with all requirements
captured in RFP Clause 3.4.2
8
f. The Charging Station(s) before delivery, should be type tested at as per AIS 138 at an
ARAI (Automotive Research Association of India) or National Accreditation Board for
Testing and Calibration Laboratories (NABL) accredited laboratory.
g. Civil works include setting up of basic civil structures for charging stations such as
concrete floor, asbestos covering on top.
h. Charging Station(s) must come with a comprehensive extended on-site warranty and
AMC for a duration of 5 years from CO. However, physical damage at site location is
excluded from warranty. Insurance of 50 Nos. charging stations at site is responsible of
Supplier
i. Successful Bidder shall be required to provide Turnkey solution inclusive of supply,
installation, warranty, AMC, remote operation of 50 Nos. Bharat DC001 chargers and
CMS services in compliance with Open Charge Point Protocol (OCPP) 1.5 and above
within 90 days from the Effective Date.
j. EV charging Stations will be located in the vicinity of Vijayawada, Vishakhapatnam,
Tirupati and Tirumala and the tentative locations of charging stations are as follows:
City/Town Location Qty.
Visakhapatnam
APEPDCL Corp office 2
SE office 1
Transco zonal office 1
Steel plant 1
Collector office 1
Municipal corp 2
Sub Total 8
Vijaywada
Amaravathi 4
APTransco Corporate office 2
SE Operations 1
DGP Head Quarter 1
RTC Head Quarter 1
Collector office 1
Vijayawada Airport 1
NTR Health University 1
NREDCAP Corporate office 1
R&B office 3
State circuit house 1 Nagarjuna University 1
Sub Total 18
Tirupathi SPDCL CMD office 2 SV University 1
Tirumala TTD 3
Sub Total 6
Grand total 32
k. The above locations are tentative and DISCOMs shall have right to change locations to
anywhere in AP.
Notwithstanding anything to the contrary contained in this RFP, the detailed terms
specified in the draft TSA shall have overriding effect, provided, however, that any
9
conditions or obligations imposed on the Bidder hereunder this RFP shall continue to
have effect in addition to its obligations under the TSA.
3.4.2 DC (Fast) Charging Station(s) Technical Specifications (Bharat DC-001 charger
specification)
This section prescribes the definition, requirements and specifications for DC Electric
Vehicle Charging station(s) for conductive connection to the vehicle, with an AC input
voltage of 3-phase, 415 V.
It also specifies the requirements for digital communication between DC EV charging
station and Electric Vehicle for control of DC charging.
General Requirements
The method for charging an EV is to use an off-board charger for delivering direct current.
The EV shall be connected to the Electric Vehicle supply equipment (EVSE) so that in
normal conditions of use, the conductive energy transfer function operates safely.
a. Energy transfer mode: Conductive
b. EVSE type: Single-connector DC EVSE
c. No. of outputs: 1
d. Charging mode: Mode 4 – DC Charging [DC charging is defined as Mode 4 as per
IEC61851-1 section6.2]
e. Charger shall be Compact Pillar charger with an option for wall mounting
System Structure
The System requirement parameters are derived from Table D1 of Annex DD of IEC
61851-23.
a. Regulation: Regulated DC EV Charging station with combination of the modes:
controlled voltage charging (CVC) and controlled current charging (CCC)
b. Isolation: Isolated DC EV charging station, according to the type of insulation between
input and output: a) Basic insulation, b) Reinforced insulation, c) Double insulation
c. Each DC output should be isolated from each other [Section 7.5.101 of IEC 61851-23].
d. Environmental conditions: Outdoor use. EVSEs classified for outdoor use can be used for
indoor use, provided ventilation requirements are satisfied.
e. Power supply: AC mains to DCEV charging station
f. DC output voltage rating: Up to and including 100 V
g. Charge control communication: Communicate by digital and analog signals
h. Output Current: 200A
i. Interface Inter-operability: Interoperable with any EV (non-dedicated, can be used by any
consumer).
j. Operator: Operated by a trained operator or EV owner
Input Requirements
a. Rating of the AC supply voltage
1. The AC supply system would be 3-Phase, 5 Wire AC system (3Ph+N+E) Nominal
Input Voltage is 415V (+6% and -10%) as per IS 12360
2. The Rated value of the frequency is 50 Hz ± 1.5Hz.
b. Battery back-up
The Input supply system to have a battery backup for minimum 1 hour for control and
billing unit. The data logs should be synched with CMS during back-up time, in case
battery drains out.
Output Requirements
The Charger can provide one DC outputs suitable for 60V/72V vehicle battery
configurations.
The chargers should allow charging of one vehicle with maximum power (15 kW) as per
the output configurations types given below
10
a. DC Output voltage: 60V/72 V nominal battery voltages
b. Output current: limited to 200A
c. Converter Efficiency: > 92% at nominal output power
d. Power factor: > 0.90 (Full Load)
The service life of coupler and breaking capacity of the coupler as defined in Section 9 of
IEC 61851-23.
Charger Configuration Types
a. Type 2: Single vehicle charging at 60V/72V with a maximum of 15 kW power.
Output Connector Requirements
a. Number of Outputs: 1 outputs
b. Output 1: to be used for 15 kW charging, Connector is GB/T20234.3. The Connector
details are provided in Annexure B1
Cable Requirements
Charging Cable Assembly: As per Section 10 of AIS 138 Part 2, except the functional
characteristics defined as below
a. Functional characteristics: The maximum cord length will be 5 meter, straight cable
b. Cable Connection Type: supply cable will be with EVSE as per Case C defined in section
c. 6.3.1 of IEC61851-1.
d. Cord Extension Set: No extension cord to be used, as per Section 6.3.1. of AIS 138 Part 1
e. Adaptors: No adapters to be used as per Section 6.3.2 of AIS 138 Part 1
f. Storage means of the cable assembly and vehicle connector: EVSE should have storage
for cable and connector when not in use, at a height between 0.4m to 1.5m above ground
level, as per IEC 61851-23 Section 101.1.3
Environmental Requirements
a. Ambient Temperature Range: 0°C to 55°C as per 11.11.1.2 of AIS 138 Part 1
b. Ambient Humidity: 5% to 95% as defined in Section 11.2 of AIS 138 Part 1
c. Ambient Pressure: 86 kpa to 106 kpa as defined in Section 11.11.2.4. of AIS 138 Part 1
d. Storage Temperature:0°C to 60°C
Mechanical Requirements
a. Ingress Protection: The minimum IP degrees for ingress of objects is IP 54
b. Mechanical Impact: As per IEC 61851-1 Section 11.11.2
c. Mechanical Stability: As per section 11.11.2.2. of AIS 138 Part
d. Cooling: Air cooled or forced cool for protection and safety of equipment from any fire
hazards
Protection Requirements
a. Protection against Electric Shock: As per AIS 138 Part 1, Section 7.0
b. Effective earth continuity between the enclosure and the external protective circuit, as per
AIS 138 Part 1 Section 6.4.1.2
c. Fire protection/safety equipment to be installed at Charging Station premises
Specific Requirements
DC FC shall have provision of emergency switching, protection against uncontrolled
reverse power flow from vehicle, Output current regulation in CCC, Output voltage
regulation in CVC, Controlled delay of charging current in CCC, limited periodic and
random deviation (current ripple) and limited periodic and random deviation (voltage
ripple in CVC), as per Section 102.2 of IEC 61851-23.
The specific requirements defined in Section 102.2 of IEC 61851-23 except for the
functions provided with descriptions:
a. Rated outputs and maximum output power: The clause from Section 101.2.1.1 of IEC
61851- 23 is applicable except for the ambient temperature range to be 0 °C to 55 °C for
11
Indian climatic conditions.
b. Descending rate of charging current: In case of normal condition, DCFC should be able to
reduce the descending current at a rate of 100A per second or more as per Section
101.2.1.4 IEC 61851-23.
c. Load dump: In any case of load dump, voltage overshoot shall not exceed 110% of the
maximum voltage limit of the battery systems, as per Annex BB 3.8.3 of IEC61851-23.
d. EMI/EMC as per AIS 138-2 (section 11.11.3.2 and section 11.11.3.3)
Functional Requirements
The functional requirements should be as per Section 6.4.3 of IEC 61851-1 and Section
6.4.3 of IEC 61851-23 except for the following functions, to be implemented as follows.
a. Measuring current and voltage: The accuracy of output measurement of system B shall
be within the following values:
a. Voltage measurement: ± 0.5%
b. Current measurement: ±1 A if the actual current is less than or equal to (≤) 50 A
b. ± 2% if the actual current is above (>) 50 A Protection against overvoltage at the
battery: The DC EV charging station shall reduce the DC output current to less than
5 A within 2 s, to prevent overvoltage at the battery, if the output voltage exceeds the
maximum voltage limit of the battery system for 1 s
Communication Requirements
EV – EVSE Communication
A dedicated CAN communication is used for digital communication between a DC EV
charging station and an EV for control of DC charging.
The physical layer shall be CAN bus over twisted pair cable and should comply with
requirements defined in ISO 11898 -2:2003. The communication shall use the CAN
framing format at a rate of 250 kbps, using 29-bit identifier of CAN extended frame. The
CAN specifications and framing details are provided in Annexure B2.
The system definition for communication between DC EV charging station and electric
vehicle shall follow AIS 138-2. The application layer for this pair of communication is
derived from Annexure G of AIS 138-2 protocol. The amendments in messages for control
of DC charging are given in Annexure B3.
EVSE – CMS Communication
The EVSE should be able to communicate with CMS using Open Charge Point Protocol
OCPP1.5.
a. Communication interface: Reliable Internet connectivity
b. Should enable handshaking between EVSE and CMS for its discovery, firmware version,
vendor Version, vendor etc. It should authorize the operation, before electric vehicle can
start or stop charging. EVSE should respond to CMS for the queried parameters.
Reservation, cancellation addition and deletion of EVSE should be possible from CMS.
c. Metering: Grid responsive metering as per units consumption of the vehicle
d. Should be upgradable to next version of OCPP whenever it is released.
Billing and Payment Requirements
a. Billing: Based on grid responsive metering
b. Payment: BHIM compliant mobile payment
c. Metering: As per Indian metering standard
User Interface and Display Requirements
1. ON- OFF (Start-
Stop) switches
Mandatory
2. Emergency stop
switch
Mushroom headed Push button type in Red Color, visible and easily
accessible
3. Visual Indicators Error indication, Presence of input supply indication, State of charge
process indication and other relevant information
12
4. Display Minimum 3.5” inches with 720 x 480 pixels TFT LCD Screen, user
interface with touch screen or keypad
5. Support Language English
6. Display Messages
EVSE should display appropriate messages for user during the
various charging states like:
Suggestive sequence of charger operation
Vehicle plugged in / Vehicle plugged out
Duration since start of charge, Time to charge, kWh.
User authorization status
Idle / Charging in progress: SOC
Fault conditions
Metering Information: Consumption Units
7. User Authentication
As per OCPP (through mobile application or card reader). OCPP
gives only a mandate field, media to be used is open; Authentication
to be done as given in Annexure A. Charging starts only after user
authentication is successful.
8. End of Charging
Once the charging stops, the connector shall be released only after
successful payment receipt/acknowledgement is received as detailed
in Annexure A
Summary of BEVC-DC001 Specification
The specifications given in chapter 3 are summarized in Table 2.
Parameter Description
General Requirements
1. EVSE Type Dual-connector DC EVSE
2. Energy Transfer Mode Conductive
3. Charging mode Mode 4
4. Reliability and Serviceability Modularity, self-diagnostic features, fault codes and
easy serviceability in the field
System Structure
1.
Regulation Method
Regulated d.c EV charging station with combination of
CVC or CCC but not simultaneously
2.
Isolation
Each output isolated from each other with proper
insulation
3. Environmental conditions Outdoor use
4. Power supply d.c. EV charging station connected to a.c. mains
5.
DC output voltage rating
Up to and including 100 V
6. Charge control communication Communicate by digital and analog signals
7.
Interface inter-operability
Inter-operable with any EV(non-dedicated, can be used
by any consumer)
8. Operator Operated by a trained person or EV Owner
Input Requirements
1. AC Supply System 3-Phase, 5 Wire AC system (3Ph+N+E)
2. Nominal Input voltage 3Ø, 415V (+6% and -10%) as per IS 12360
3. Input Frequency 50Hz, ±1.5Hz
4.
Input Supply Failure backup
Battery backup for minimum 1 hour for control system
and billing unit, to enable activities such as billing, to
be provided.
Output Requirements
1. Output Details Suitable for 60V/72V vehicle battery configuration
2.
Charger Configuration Types
Single vehicle charging 60V/72V with a maximum of 15
kW power.
13
3. Output Current 200 Amp Max
4. Number of Outputs 1
5. Output Connectors 1 output connectors
6. Output Connector Compatibility one connector with GB/T 20234.3 as per Annex 1
7. Converter Efficiency > 92 % at nominal output power
8. Power factor ≥ 0.90 (Full load)
Cable Requirements
1 Charging Cable Length 5 Meter, Straight Cable
2 Cable Type Charging cable and connector permanently attached to
DC FC
Environmental Requirements
1 Ambient Temperature Range 0°C to 55°C
2 Ambient Humidity 5 to 95%
3 Ambient Pressure 86 kpa to 106 kpa
4 Storage Temperature 0 to 60°C
Mechanical Requirements
1 Ingress Protection IP 54
2 Mechanical Stability Shall not be damaged by mechanical impact as defined
in Section 11.11.2 of IEC 61851-1
3 Cooling Air Cooled
4
Mechanical Impact
Shall not be damaged by mechanical impact as defined
in Section 11.11.3 of IEC 61851-1
5 Dimension(W*H*D)/Weight To be decided e.g W*H*D mm, xxx Kg
User Interface & Display Requirements
1 ON- OFF (Start-Stop) switches Mandatory
2 Emergency stop switch Simple Push button type in Red Color, visible and easily
accessible
3 Visual Indicators Error indication, Presence of input supply indication,
State of charge process indication
4 Display Minimum 3.5” inches with 720 x 480 pixels TFT LCD
Screen, user interface with touch screen or keypad
5 Support Language English
6
Display Messages
EVSE should display appropriate messages for user
during the various charging states like:
Vehicle plugged in / Vehicle plugged out
Duration since start of charge, Time to charge, kWh.
User authorization status
Idle / Charging in progress: SOC
Fault conditions
Metering Information: Consumption Units
7 Authentication As per OCPP (through mobile application or card
reader)
Performance Requirements
1
DC Output voltage and current tolerance
DC Output current regulation in Constant Current
Charging (CCC):
± 2.5 A for the requirement below 50 A,
and ± 5 % of the required value for 50 A or more
DC Output voltage regulation in Constant Voltage
Charging (CVC):
Max. 2 % for the max rated voltage of the EVSE
2
Control delay of charging current in CCC DC output current Demand Response Time: <1 s Ramp
up rate: 20 A/s or more
Ramp Down rate: 100 A/s or more
3 Descending rate of charging current EVSE should be able to reduce DC current with the
descending rate of 100 A/s or more
14
4
Periodic and random deviation (current
ripple)
DC output current ripple limit of EVSE:
1.5 A below 10 Hz, 6 A below 5kHz, 9A below 150 kHz
5 Periodic and random deviation (voltage
ripple)
Max. ripple voltage: ±5 V. Max slew rate: ±20 V/ms
Communication Requirements
1 Communication between EVSE and Vehicle CAN based as per Annexure G of AIS 138-2
2
Communication interface between charger
and central management system(CMS)
Ethernet(Standard), Wi-Fi
3
Communication between EVSE and
Central Server
Open Charge Point Protocol (OCPP) 1.5 protocol or
higher versions compatible to OCPP 1.5.
Billing Requirements
1 Billing Grid responsive metering
2 Payment BHIM and Bharat QR compliant mobile application
payment
Protection & Safety Requirements
1
Safety Parameters Over current, under voltage, over voltage, Residual
current, Surge protection, Short circuit, Earth fault at
input and output, Input phase reversal, Prevention of
vehicle movement during charging, Emergency shut-
down with alarm, Over temperature, Protection against
electric shock
Fire extinguisher/safety equipment to be installed at
Charging Station premises
2 Marking Requirements The BEVC shall bear the markings in a clear manner as
per clause No. 11.14.3 of AIS 138 Part 1.
Type testing:
Sr.
No
Criteria Parameter Clause No. of AIS
138 Part 1
1 Safety functions
Verification
Earth Presence Detection (Socket – EVSE) 6.4.1.1
Earth Continuity Check (EVSE-EV) 6.4.1.2
Over Current and Short- Circuit
Protection
6.4.1.5
Leakage Current (RCD) 6.4.1.6
Dielectric withstand voltage 11.6.1
2 Mechanical Stability Mechanical impact 11.11.2.2
IP TESTING 11.11.2.4
3 Climatic
environmental tests
Ambient air temperature 11.11.1.2
Ambient humidity 11.11.1.4
4 EMC Verification Immunity discharges To electrostatic 11.11.3.2
Supply voltage dips and interruptions. 11.11.3.2
Fast transient bursts 11.11.3.2
Voltage surges 11.11.3.2
Radiated electromagnetic disturbances
Electrical field (30 MHz- 1000 MHz)
11.11.3.3
3.4.3 Responsibilities of the Supplier
i. Turnkey solution inclusive of supply, installation, 5 year comprehensive on-site
warranty, AMC, remote operation of Bharat DC001 chargers and providing CMS
services in compliance with Open Charge Point Protocol (OCPP) 1.5 and above and
other supporting equipment as mentioned in RFP Clause 3.4.2
15
ii. The Successful Bidder shall provide comprehensive extended on-site warranty and
AMC package for at least 5 years from CO.
3.4.4 Responsibilities of the APDISCOM
i. Identification of suitable site/location for supply, installation and commissioning of
DC (Fast) Charging Station(s).
ii. Provision for 415 V AC power supply
iii. Enter into TSA with Successful Bidder for supply, installation, commissioning,
providing CMS services and 5 year comprehensive on-site warranty and AMC of 50
Nos. DC (Fast) Charging Station(s).
3.5 Qualification Requirements
3.5.1 General Eligibility of Bidders
For determining the eligibility of Applicants for their pre-qualification hereunder, the
following shall apply:
(a) The Bidder for pre-qualification shall be a single entity intended to deliver the
Work.
(b) An Bidder may be a natural person, legal private entity, government-owned entity
or any combination of them with a formal intent to enter into an agreement
(c) Bidder should be a firm registered/incorporated under Indian Companies Act, 1956
or Indian Companies Act, 2013 and further amendment(s).
3.5.2 Technical Eligibility Criteria:
a) Bidder should have experience in manufacturing, supply, installation and
commissioning of Electric Vehicle DC fast Charging Stations for last 1 year. Bidder can
consider experience of global parent company provided bidder is 100% fully owned
subsidiary of that parent company.
(OR)
Bidder may execute an exclusive Authorization agreement with any global manufacturer
who has experience in manufacturing, supply, installation and commissioning of
Electric Vehicle DC fast Charging Stations for last 1 year. Bidders should provide
Manufacturers’ Authorization Form as per Format 6.5 and manufacturer should provide
Board Resolution as per Annexure 1.
b) The bidder should have ISO 9001, 14001 and 27001:2013 quality certifications for
its manufacturing and services function.
c) Documentary evidence in support of meeting Technical Eligibility Criteria shall
be submitted by bidders.
d) Bidder should produce commissioning certificate (from the Procurer) and shall also
submit certificate stating such Charging Station(s) have been operating successfully for
more than or equal to six months post commissioning (from procurer or installer).
16
3.5.3 Financial Eligibility Criteria
a) Average annual turnover for last three financial years INR 1 Cr.
b) Net worth in last financial year not less than 100% of paid up capital.
c) Positive Profit After Tax (PAT) in any of two out of last three financial years, ending
31st March FY 2016-2017.
3.6 Details of Financial Bid
3.6.1 Bidders shall quote price (“Quoted Price”) for the delivery of a l l 50. Nos of
Charging Station(s) inclusive of supply, installation, warranty, AMC, remote operation
of Bharat DC001 chargers and providing CMS services in compliance with Open Charge
Point Protocol (OCPP) 1.5 and above across various locations in Andhra Pradesh. Such
Quoted Price shall be the Bid Parameter. The Authorised Representative may choose to
invite the Successful Bidder to commission additional 50 Nos. Charging Station(s) at
Quoted Price in different locations of Andhra Pradesh.
3.6.2 Bidders shall quote the Quoted Price (inclusive of all applicable taxes) which shall
include the following 4 components for 50. Nos of Charging Stations:
S.No. Parameter
1 Unit price of DC-001 Charging Station along with CMS services
2 Comprehensive on-site extended warranty and AMC for 5 years
3 Installation and commissioning of DC-001 Charging Station
4 Inland transportation including loading, unloading, transfer to delivery
site and other items incidental to delivery
3.6.3 Under Format 6.5 of the Financial Bid, the Bidder shall quote the Quoted Price
(inclusive of all applicable taxes) per Charging Station and for 50 Nos. of Charging
Station(s). The Bidder shall specify Quoted Price in INR. No other charges over and above
the Quoted Price as per TSA shall be payable to the Supplier.
3.6.4 Payment Terms:
a. 50% of Quoted Price shall be paid in total after supply of all 50 Nos. Charging Station(s).
b. Supplier submits Performance Bank Guarantee for 10% of Quoted Price within 30 days of
signing TSA.
c. 50% of Quoted shall be paid in total after successful commissioning of all Charging Station(s)
along with supporting CMS application.
d. The Supplier needs to maintain Performance Guarantee amounting 10% of Quoted Price for
5 years after commissioning of Charging Station(s) which shall be released 5 years after
commissioning of Charging Station(s) without interest.
3.7 Earnest Money Deposit (EMD) and Performance Guarantee (PG)
3.7.1 Earnest Model Deposit: Earnest Money Deposit (EMD) of Rs. 10,00,000/- (Rupees Ten
17
lakh only) in the form of a DD in favour of “APSPDCL” payable at Tirupati” or a Bank
Guarantee with a validity of 180 days according to Format 6.3, shall be submitted by the
Bidder along with the Bid, failing which the Bid shall be summarily rejected. The copy
of the DD shall be uploaded and the original DD shall be furnished to APSPDCL before
closing date, failing which the tender cannot be considered.
3.7.2 Deleted
3.7.3 Performance Guarantee (PG): Successful Bidders, selected by the Authorised
Representative, based on this RFP shall submit Performance Guarantees as below:
(A) Performance Guarantee for an amount equal to 10% of the total cost of 50 Nos.
Charging Station(s) along CMS, 5 year comprehensive warranty and AMC as per
the cost stated in the bid shall be submitted having validity of five (5) years from
the CO.
(B) Performance Guarantee is to be submitted within thirty (30) days of execution of
the TSA.. It may be noted that Supplier shall submit the Performance Guarantee
according to the Annexure-2.
(C) Performance Guarantee shall be returned after five (5) years without any interest.
3.7.4 The format of the Performance Guarantee, if submitted, prescribed in the RFP shall be
strictly adhered to and any deviation from the above formats may result in rejection
of the EMD/PG and consequently, the Bid.
3.7.5 Successful Bidder is required to execute TSA with DISCOMs within thirty (30) days
of the issue of LoA.. If the Successful Bidder fails to execute the TSA within the
stipulated period solely for the reasons attributable to the Successful Bidder, then the
amount submitted towards EMD shall be forfeited by Authorised Representative. If the
Successful Bidder fails to submit PG within the stipulated period, then the corresponding
amount shall be retained from Quoted Price towards PG by Authorised Representative.
3.7.6 The Bank Guarantee shall be executed on non-judicial stamp paper of appropriate value
as per Stamp Act relevant to the place of execution. The Bank Guarantee has to be in the
name of the Bidding Company.
3.7.7 All expenditure towards execution of Bank Guarantee such as stamp duty etc. shall be
borne by the Bidder.
3.7.8 After the completion of Bid process, Authorised Representative shall release the EMD
of the unsuccessful Bidders within thirty (30) days after the issue of Letter of Award
(LoA) to the Successful Bidder. Authorised Representative shall release the EMD of the
Successful Bidder within thirty (30) days after the receipt of Performance Guarantee..
3.8 Turnkey Solution Agreement (TSA)
3.8.1 DISCOMs shall execute TSA with Successful Bidder based on this RFP. A format of
the Draf t TSA to be executed between DISCOMs and the Successful Bidder shall
18
be uploaded on the website https://tender.apeprocurement.gov.in along with this RFP.
The TSA shall be signed within thirty (30) working days of the date of issue of Letter
of Award (LoA). The TSA shall be valid starting from the Effective Date till such period
as required so as to include five (5) years from the CO.
3.8.2 Before signing of T SA with the Successful Bidder, Authorised Representative will
verify the documents furnished by the Bidder at the time of Bid submission with a
copy of complete documentary evidence supported with the original documents.
Authorised Representative at this stage may also ask the Bidder to furnish the audited
balance sheet along with complete Bank Statement starting from Bid submission date
till date along with a copy of the documents submitted with Registrar of Companies,
which became due during this period. If at this stage it is found that the documents
furnished by the Bidder are false / misleading or misrepresented in any way then the
relevant provisions contained in this RFP will be applicable.
3.8.3 Before signing of TSA the Authorised Representative shall check for fulfilment of all
obligations of Successful Bidder specified in this RFP and Authorised Representative
shall have the right to forfeit the EMD in case the Successful Bidder does not fulfil any
of the obligations or fails to enter into a TSA within as stipulated period unless it is
extended by the Authorised Representative.
3.8.4 In case the Successful Bidder fails to sign the TSA or fails to submit the Performance
Guarantee within the stipulated time for reasons solely attributed to the Bidder, the EMD
shall be forfeited and the Authorised Representative reserves the right to blacklist the
Bidder.
3.9 Submission of Bid by the Bidder
3.9.1 Bidders shall submit its response through Bid submission to the RFP on
eProcurement platform at www.apeprocurement.gov.in by following the procedure
given below.
3.9.2 Bidders would be required to register on the e-procurement market place
www.apeprocurement.gov.in or https://tender.apeprocurement.gov.in and submit their
Bids online. Offline Bids shall not be entertained by the Authorised Representative for
this RFP.
3.9.3 Bidders shall upload Prequalification Bid, Technical Bid and the Financial Bid on the
website specified in Clause 3.9.1 of the RFP. The information pertaining to Technical
Bid and the Financial Bid shall be scanned and uploaded by the Bidder as per the formats
specified in Section 6 (Formats for RFP) of this RFP.
3.9.4 Bidders shall upload the scanned copies of all the relevant certificates, documents etc.,
in support of their Qualification Requirement and other certificate/documents in the
eProcurement web site. Each format has to be duly signed and stamped by the
Authorised Signatory of the Bidder. The scanned copy of such signed and stamped
format shall be uploaded by the Bidder on the website specified in Clause 3.9.1 of the
19
RFP.
3.9.5 Further, in addition to above, the Bidder shall submit the hard copy of the Bid, in the manner
specified in clause 3.10.2, in original, as per the timelines specified in Clause 3.2 of this RFP, to
the address mentioned below:
Chief Engineer (IPC/APPCC)
Representative of DISCOMs
O/o the Chief Engineer (IPC & PS/APPCC),
Vidyut Soudha, Gunadala
Vijayawada – 520 008
E-mail: [email protected]
3.9.6 Strict adherence to the formats wherever specified, is required. Wherever, information has been
sought in specified formats, the Bidder shall refrain from referring to brochures/pamphlets. Non-
adherence to formats and/or submission of incomplete information may be a ground for declaring
the Bid as non-responsive. Each format has to be duly signed and stamped by the Authorised
Signatory of the Bidder. The scanned copy of such signed and stamped format shall be uploaded
by the Bidder on the website specified in Clause 3.9.1 of the RFP
3.9.7 The Bidder shall furnish documentary evidence in support of meeting Qualification Requirements
set forth in Clause 3.5 of the RFP to the satisfaction of the Authorised Representative.
3.9.8 Authorised Signatory of the Bidder:
In case of a Bid submitted by a Bidding Company, the Bidding Company should designate one
person to represent the Bidding Company in its dealings with the Authorised Representative. The
person should be authorised to perform all tasks including, but not limited to providing
information, responding to queries, signing of Bid. Power of Attorney in accordance with Format
6.2 (A) of the RFP shall be issued in favour of such person and such person shall be the Authorised
Signatory of the Bidder for the purpose of this Bid process.
3.9.9 Steps for eProcurement:
1. Registration with eProcurement platform:
For registration and online Bid submission, Bidders may contact HELP DESK of Vupadhi Techno
Services
M/s Vupadhi Techno Services,
1st Floor, Ramky Grandiose,
Sy. No: 136/2&4, Gachibowli
Hyderabad – 500032
Phone: 040-39999700/01
https://tender.apeprocurement.gov.in.
2. Digital Certificate authentication:
The Bidder shall authenticate the Bid with his Digital Certificate for submitting the Bid
electronically on eProcurement platform and the Bids not authenticated by Digital Certificate
of the Bidder will not be accepted on the eProcurement platform.
20
For obtaining Digital Signature Certificate, the Bidder may contact:
Andhra Pradesh Technology Services Limited
BRKR Bhavan, B-Block
Tankbund Road ,
Hyderabad-500022 Phone: +91-40-23220305
Fax +91-40-23228057
(OR)
Any other Registration Authorities of any Certifying Authorities in India. The list of CAs are
available on the link –
https://tender.apeprocurement.gov.in/DigitalCertificate/signature.html.
3. Payment of transaction fee
It is mandatory for all the participant Bidders from 1st January 2006 to electronically pay a Non-
refundable Transaction fee of INR 10,000 to M/s. APTS, the service provider through
"Payment Gateway Service on E-Procurement platform". The Electronic Payment Gateway
accepts all Master and Visa Credit Cards issued by any bank and Direct Debit facility/Net
Banking of ICICI Bank, HDFC, Axis Bank to facilitate the transaction. GST + Bank Charges
for Credit Card Transaction on the transaction amount payable to MD APTS may be applicable
on the transaction amount payable to APTS shall be applicable.
3.10 Instructions to Bidders for Bid Submission
3.10.1 The Bids in response to this RFP shall be submitted by the Bidders in the manner
provided in Clause 3.9 of the RFP. The Bid uploaded on the website specified in
Clause 3.9.1 of the RFP shall comprise of the following:
A) Prequalification Bid (Applicable for all the Bidders)
1. Covering Letter corresponding to Prequalification Bid as per Format 6.0 (PQ)
of this RFP
2. Legible scanned copies of EMD shall be uploaded in accordance with Clause
3.1.2, 3.7.1 of this RFP and as per timelines specified in Clause 3.2 of the RFP
B) Technical Bid
SL. Format No. Description
1 Format 6.1 Covering Letter
2 Format 6.2A Power of Attorney
5 Format 6.3 Earnest Money Deposit (EMD)
6 Format 6.4A General Eligibility Criteria
7 Format 6.4B Technical Eligibility Criteria
8 Format 6.4C Financial Eligibility Criteria
9 Format 6.6 Manufacturers’ Authorization form
C) Financial Bid (Applicable for all the Bidders)
1. Financial Bid as per Format 6.5 and in accordance with provisions of Clause 3.6
of this RFP
21
3.10.2 Sealing and Marking of Hard Copy of Bid
The hard copy of the Bid shall be submitted in a single Outer Large Envelope on the Bidder’s
name and address with Bid No. and RFP No. containing three separate Inner Envelopes one each
for Prequalification (PQ) Bid, Technical Bid and the Financial Bid.
Contents of Inner Envelope-1: Envelope shall be labelled as ‘Prequalification Bid’ (PQ Bid)
and should contain the following.
Covering Letter corresponding to Prequalification Bid as per Format 6.0 (PQ) of this
RFP.
Hard copies of EMD and Bid Processing Fee shall be submitted in accordance with
Clause 3.1.2 and 3.7.1 of this RFP and as per timelines specified in Clause 3.2 of the
RFP
Contents of Inner Envelope-2: Envelope shall be labelled as ‘Technical Bid’ and should contain
the following formats and the relevant documentary proofs pertaining to each of the format as
specified.
Contents of Inner Envelope-3: Envelope shall be labelled as ‘Financial Bid’ and should contain
the following
Financial Bid as per Format 6.5 and in accordance with provisions of clause
3.6 of this RFP.
Each Envelope shall indicate the complete name, address, telephone numbers (with city code)
and facsimile number of the Applicant(s). Envelope containing the Bid shall be addressed to
Chief General Manager (P&MM, IPC), APSPDCL as specified in clause 3.9.5.
3.11 Important notes and instructions to Bidders
3.11.1 Wherever information has been sought in specified formats, the Bidders shall fill in the
details as per the prescribed formats and shall refrain from any deviations and referring
to any other document for providing any information required in the prescribed format.
SL
No. Format No. Description
Relevant Documents (indicative not
exhaustive)
1 Format 6.1 Covering Letter 2 Format 6.2A Power of Attorney 5 Format 6.3 Earnest Money
Deposit (EMD)
6 Format 6.4A General Eligibility
Criteria
Certification of Incorporation, Memorandum of
Articles/ Association and other certificates to
prove manufacturing capability
7 Format 6.4B Technical Eligibility
Criteria
Completion certificate from p rocurer and
Certificate from Procurer on 6 months
successful operation
8 Format 6.4C Financial Eligibility
Criteria
Certified copies of audited financial
statements/Income tax returns along with
Statutory Auditor certificate confirming Average
Annual Turnover, Net worth and Profit after Tax
9 Format 6.6 Manufacturers’
Authorization form
22
3.11.2 The Bidders shall ensure that the scanned copies uploaded on the eProcurement platform
i.e. PQ Bid, Technical Bid and Financial Bid are legible and the content is clearly visible.
3.11.3 The Bidders shall be evaluated based on the undertakings and/or declarations and/or
information and/or documents provided by them in relevant schedules of RFP. The
information and/or documents submitted along with the Bid may be verified before
signing of TSA in terms of Clause 3.8.
3.11.4 If the Bidder conceals any material information or makes a wrong statement or
misrepresents facts or makes a misleading statement in its Bid, in any manner
whatsoever, Authorised Representative reserves the right to reject such Bid and/or
cancel the Letter of Award, if issued and the EMD provided shall be forfeited. Bidder
shall be solely responsible for disqualification based on their declaration in Bid. No
two Bidders in this Bid process shall be in Conflict of Interest with one another.
3.11.5 If the events specified at Clause 3.11.3 and Clause 3.11.4 are discovered after the
Effective Date of the TSA, consequences specified in TSA shall apply.
3.11.6 Bids submitted by the Bidder shall become the property of the Authorised Representative
and the Authorised Representative shall have no obligation to return the same to the
Bidder. However, the EMDs submitted by unsuccessful Bidders shall be returned as
specified in Clause 3.7.8.
3.11.7 All pages of the Bid submitted must be initialed by the Authorised Signatory of the
Bidder authorised through a power of attorney as applicable and as provided in Clause
3.9.8 this RFP.
3.11.8 The Bids shall be submitted as mentioned in Clauses 3.9 and 3.10. No change or
supplemental information to the Bid will be accepted after the Bid Deadline. The
Authorised Representative may, at its sole discretion, ask for additional
information/document and/or seek clarifications from a Bidder after the Bid Deadline,
inter alia, for the purposes of removal of inconsistencies or infirmities in its Bid.
However, no change in the Quoted Price or any matter relating to Quoted Price shall
be sought or permitted by the Authorised Representative. Delay in submission of
additional information and/or documents sought by the Authorised Representative shall
make the Bid liable for rejection.
3.11.9 All the information should be submitted in English language only. Where the original
documents are in a language other than English, the Bidders shall submit certified true
translations of such documents.
3.11.10 Bidders shall mention the name of the Authorised Signatory, as per Clause 3.9 of the
RFP and complete address of the Bidder in the covering letter.
23
3.11.11 Bids that are incomplete, which do not substantially meet the requirements prescribed
in this RFP, will be liable for rejection by Authorised Representative. Bids not submitted
in the specified formats will be liable for rejection by Authorised Representative. Non
submission and/or submission of incomplete data/ information required under the
provisions of RFP shall not be construed as waiver on the part of Authorised
Representative of the obligation of the Bidder to furnish the said data/information unless
the waiver is in writing.
3.11.12 The Qualified Bidder(s) will be required to continue to maintain compliance with the
Qualification Requirements specified in this RFP throughout the Bidding process till
the CO.
3.11.13 This RFP document includes statements, which reflect the various assumptions arrived
at by the Authorised Representative in order to give a reflection of the current status
in the RFP. It is entirely upon by the Bidders in making their own assessments. This
RFP does not purport to contain all the information each Bidder may require and may
not be appropriate for all persons. Each Bidder should conduct its own investigations
and analysis and should check the accuracy, reliability and completeness of the
information in this RFP and obtain independent advice from appropriate sources.
3.11.14 Technical information received/shared by either parties during the bid process shall be
retained in strict confidence with each other and will not be used for any purpose other
than the purpose of this tender.
3.12 Bid Validity
The Bidder shall submit its Bid in response to RFP which shall remain valid up to
Ninety (90) days from the Bid Deadline (“Bid Validity”). Authorised Representative may
request the Bidders for extension of Bid Validity. In case the Bidders agree to extend
the Bid Validity, then such Bidders shall furnish undertaking for extension of Bid
Validity within seven (7) days of receipt of request from the Authorised Representative.
In case the Bidders don’t wish to extend the Bid Validity, then the EMD of all such
Bidders shall be returned after seven (7) days of issue of request by the Authorised
Representative. Authorised Representative reserves the right to reject Bid which does
not meet the aforementioned validity requirement
3.13 Bid preparation cost
The Bidder shall be responsible for all the costs associated with the preparation of
Bid and participation in discussions and attending pre-Bid meeting(s), etc. Authorised
Representative shall not be responsible in any way for such costs, regardless of the
conduct or outcome of the Bid process.
3.14 Clarifications/Pre Bid meeting/ Enquires/ Amendments
Clarifications / Doubts, if any, on RFP document shall be e-mailed to
[email protected], [email protected] . If necessary, amendments
shall be issued by Authorised Representative which will be notified in the
24
eProcurement website/APTRANSCO/ APSPDCL official website. No separate
reply/intimation will be given for the above, elsewhere.
3.15 Right of Authorised Representative to reject a Bid
Authorised Representative reserves the right to reject any or all of Bids or cancel the Bid
process without assigning any reasons whatsoever and without any liability.
3.16 Fraudulent and Corrupt Practices
3.16.1 The Bidders and their respective officers, employees, agents and advisers shall
observe the highest standard of ethics during the Bid process and subsequent to the
issue of the LOA. Notwithstanding anything to the contrary contained herein, or in
the LOA, the Authorized Representative shall reject a Bid, withdraw the LOA, as the
case may be, without being liable in any manner whatsoever to the Bidder, if it
determines that the Bidder has, directly or indirectly or through an agent, engaged in
corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice in the Bid process. In such an event, the Authorized Representative
shall forfeit the EMD, without prejudice to any other right or remedy that may be
available to the Authorized Representative hereunder or otherwise.
3.16.2 Without prejudice to the rights of the Authorized Representative under Clause 3.16
hereinabove and the rights and remedies which the Authorized Representative may have
under the LOA, if a Bidder is found by the Authorized Representative to have directly
or indirectly or through an agent, engaged or indulged in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice during
the Bid process, or after the issue of the LOA, such Bidder shall not be eligible to
participate in any tender or RFP issued by the Authorized Representative, during a
period of two (2) years from the date such Bidder is found by the Authorized
Representative to have directly or indirectly or through an agent, engaged or indulged in
any corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practices, as the case may be.
3.16.3 For the purposes of this Clause 3.16, the following terms shall have the meaning
hereinafter respectively assigned to them:
(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the actions of any person connected with the
Bid process (for avoidance of doubt, offering of employment to or employing or engaging
in any manner whatsoever, directly or indirectly, any official of the Authorized Representative
who is or has been associated or dealt in any manner, directly or indirectly with the Bid
process or the LOA or has dealt with matters concerning the T S A or arising there from,
before or after the execution thereof, at any time prior to the expiry of one year from the date
such official resigns or retires from or otherwise ceases to be in the service of the Authorized
Representative, shall be deemed to constitute influencing the actions of a person connected
with the Bid Process); or (ii) engaging in any manner whatsoever, whether during the Bid
Process or after the issue of the LOA or after the execution of the TSA, as the case may be,
any person in respect of any matter relating to the Work or the LOA or the TSA, who at any
25
time has been or is a legal, financial or technical adviser of the Authorized Representative in
relation to any matter concerning the Work;
(b) “Fraudulent practice” means a misrepresentation or omission of facts or suppression
of facts or disclosure of incomplete facts, in order to influence the Bid process;
(c) “Coercive practice” means impairing or harming, or threatening to impair or harm,
directly or indirectly, any person or property to influence any person’s participation or action
in the Bid process;
(d) “undesirable practice” means (i) establishing contact with any person connected with
or employed or engaged by the Authorized Representative with the objective of canvassing,
lobbying or in any manner influencing or attempting to influence the Bid process; or (ii) having
a Conflict of Interest; and
(e) “Restrictive practice” means forming a cartel or arriving at any understanding or
arrangement among Bidders with the objective of restricting or manipulating a full and fair
competition in the Bid process;
26
4 Bid evaluation methodology
4.1 The evaluation process comprises the following three steps:
A. Step I – Prequalification (PQ)
B. Step II – Evaluation of Technical Bids
C. Step III – Opening of Financial Bids and evaluation of Financial Bids
4.1.1 Step I – Prequalification (PQ)
The Bidder shall submit original documents i.e. original hard copies pertaining to Bid
Processing Fee and EMD as per Clause 3.1.2 and 3.7.1 of this RFP and as per the
timelines specified in Clause 3.2 of this RFP. Bids not accompanied by Bid Processing
Fee and EMD as per the terms of the RFP shall be summarily rejected and no further
evaluation will be carried out in respect of such Bids/Bidders. Original documents of Bid
Processing Fee and EMD Certificate shall also be accompanied by the covering letter as
per Format 6.0 (PQ) of this RFP
Any of the following conditions shall cause the Bid to be “Non-responsive”:
i) Non submission of Bid Processing Fee, EMD in acceptable form/amount
along with the Bid and unavailability of the scanned copies of these
documents under the PQ Template/PQ Bid on the eProcurement platform
ii) Bids not received by the Bid Deadline.
iii) Submission of Quoted Price and/or any information relating to the Quoted
Price in any other part of the Bid except the Financial Bid
4.1.2 Step II- Evaluation of Technical Bids
1. Bids received after the Bid Deadline and Bids submitted without the Bid Processing
Fee or EMD will be summarily rejected. Subject to above, all the formats,
documents and/or information submitted by the Bidder as a part of the Technical
Bid, except Financial Bid will be opened and evaluated at this stage.
2. The Bid submitted by the Bidder shall be scrutinized to establish satisfaction of
Qualification Requirements set forth in the RFP. Submission of Quoted Price
and/or any information relating to the Quoted Price in any other part of the Bid
except the Financial Bid, may lead to rejection of the Bid.
3. Subject to Clause 4.1.2, Authorised Representative will examine all the documents
submitted by the Bidders and ascertain meeting of Qualification Requirements
prescribed in the RFP. During the examination and evaluation of Bids, Authorised
Representative may seek clarifications / additional documents / rectification of
errors / discrepancies if any in the documents submitted etc. from the Bidders if
required to satisfy themselves for meeting the Qualification Requirements. Bidders
shall be required to respond to any clarifications/additional documents sought by
Authorised Representative within the timeline intimated by the Authorised
Representative.
27
4. It shall be the responsibility of the Bidder to ensure that all the documents have
been successfully uploaded on the eProcurement platform. No reminders in this case
shall be sent. It will be the sole responsibility of the Bidders to remove all the
discrepancies/infirmities and upload/furnish additional documents as requested
by Authorised Representative, to the satisfaction of Authorised Representative.
Authorised Representative shall not be responsible for rejection of any Bid on
account of the above.
5. Bids meeting the Qualification Requirements specified in this RFP shall be
technically responsive and the corresponding Bidder shall be declared as the
Qualified Bidders
6. Subsequent to the completion of evaluation of Technical Bids as detailed above, the
list of Qualified Bidders will be uploaded on the website of Authorised
Representative and will also be known to the Bidders via the eProcurement platform.
4.1.3 Step III – Evaluation of Financial Bids
Evaluation of Financial Bids
1. Financial Bids of the Qualified Bidders shall be opened on the eProcurement
platform as per the timelines specified in the RFP or such other date intimated
by the Authorised Representative. The evaluation of the Financial Bid shall
be carried out as per the information specified in Format 6.5 of the RFP
2. The Financial Bids submitted by the Qualified Bidders shall be scrutinized to
ensure conformity with the provisions of Clause 3.10.1(C) of the RFP. Any
Financial Bid not meeting any of the requirements of Clause 3.10.1 (C), Clause
3.6, Format 6.5 of the RFP may cause the Bid to be “non-responsive” at the
sole discretion of the Authorised Representative.
3. Bid Parameter for evaluation shall be the Quoted Price.
4. Financial Bids received are arranged in the ascending order of Bid Parameter i.e.
Quoted Price. Bidder with lowest Quoted Price shall be declared Successful
Bidder.
28
5 Other Provisions
5.1 For any disputes that arise with regard to this RFP/TSA, the decision of Authorised
representative shall be final.
29
6 Formats
6.1 FORMATS FOR BID SUBMISSION
The following formats are required to be submitted as part of the RFP. These formats are
designed to demonstrate the Bidder’s compliance with the Qualification Requirements
set forth in Clause 3.5 of Section 3 and other submission requirements specified in the
RFP.
i. Format of Covering Letter for Pre-Qualification Bid (Format 6.0 PQ)
ii. Format of Covering Letter (Format 6.1)
iii. Format for Power of Attorney to be provided by Bidding Company (Format 6.2)
iv. Format for Earnest Money Deposit (EMD) (Format 6.3)
v. Format for General Eligibility Criteria (Format 6.4A)
vi. Format for Technical Eligibility Criteria (Format 6.4B)
vii. Format for Financial Eligibility Criteria (Format 6.4C)
viii. Format for submission of Financial Bid (Formats 6.5)
ix. Manufacturer’s Authorization Form (Format 6.6)
The Bidder may use additional sheets to submit the information for his detailed response.
30
FORMAT-6.0 PQ
Covering Letter for Pre-Qualification Bid
(The covering letter should be on the Letter Head of the Bidding Company)
Date:
Reference No:
From: (Insert name and address of Bidding Company)
Telephone Number:
Fax:
E-mail address:
To
Chief General Manager (P&MM, IPC)
APSPDCL,
Kesavayanagunta, Tiruchanoor Road,
Tirupati, Andhra Pradesh – 517501
Sub: Response to RFP No dated [Insert date in dd/mm/yyyy]
Turnkey solution inclusive of supply, installation, warranty, AMC, remote operation of Bharat DC001 chargers and providing CMS services in compliance with Open Charge Point Protocol (OCPP) 1.5 and above
Dear Sir,
I/We, the undersigned …………..[insert name of the ‘Bidder’] having read, examined and
understood in detail the RFP including Qualification Requirements in particular, terms and
conditions of the TSA, hereby submit my/our Bid in response to RFP.
I/We have uploaded scanned copies of the following original documents on the website specified
by the Authorised Representative and I/We are hereby submitting the following original
documents as specified in Clause 3.10.1 (A)
Table A: Details pertaining to EMD
S No EMD through BG EMD through DD
BG Value in
INR
Ref No. Validity
Date
DD Amount DD No. DD Date
1
31
Table B: Details pertaining to Bid Processing Fee
S No DD Amount DD No. DD Date
Thanking you,
Yours faithfully,
(Name, Designation and Signature of Authorised Signatory as per Clause 3.9.8)
32
FORMAT-6.1
Covering Letter
(The covering letter should be on the Letter Head of the Bidding Company)
Date:
Reference No:
From: (Insert name and address of Bidding
Company)
Telephone Number:
Fax:
E-mail address:
To
Chief General Manager (P&MM, IPC)
APSPDCL,
Kesavayanagunta, Tiruchanoor Road,
Tirupati, Andhra Pradesh - 517501.
Sub: Response to RFP No dated [Insert date in dd/mm/yyyy]
Turnkey solution inclusive of supply, installation, warranty, AMC, remote operation of Bharat DC001 chargers and providing CMS services in compliance with Open Charge Point Protocol (OCPP) 1.5 and above
Dear Sir,
I/We, the undersigned …………….. [insert name of the ‘Bidder’] having read, examined and
understood in detail the RFP including Qualification Requirements in particular, terms and
conditions of the TSA hereby submit my/our Bid in response to RFP. I/We are submitting our Bid
for supply, installation, comprehensive 5 year warranty, AMC, remote operation of Bharat DC001
chargers and providing CMS services in compliance with Open Charge Point Protocol (OCPP)
1.5 and above
1. I/We give my/our unconditional acceptance to the RFP, dated ……………..…. [Insert date
in dd/mm/yyyy], Draft TSA attached thereto, issued by Authorised Representative. In token of
my/our acceptance to the RFP, TSA along with the amendments and clarifications issued
by Authorised Representative, the same have been initialed by me/us and enclosed with the
response to RFP. I/We shall ensure that the TSA is executed as per the provisions of the RFP,
provisions of TSA shall be binding on me/us. Further, I/we confirm that the Turnkey
solution inclusive of supply, installation, warranty, AMC, remote operation of Bhara t
DC001 chargers and CMS services in compliance with Open Charge Point Protocol
33
(OCPP) 1.5 and above shall be provided within the timelines specified in this RFP.
2. Earnest Money Deposit (EMD) (please read Clause 3.7 carefully before filling): -
We have enclosed EMD as per Format 6.3 and valid up to………….in terms of Clause 3.7 of
this RFP as follows:
S No EMD through BG EMD through DD
BG Value in
INR
Ref No. Validity
Date
DD Amount DD No. DD Date
1
3. I/We hereby declare that in the event that I/we are declared as Successful Bidder and I/we
are not able to submit Bank Guarantee of the requisite value towards PG within 30 days of
execution of T S A with Authorised Representative or I/we are not able to sign T S A with
DISCOM(s) within 30 days of issue of LoA by Authorised Representative, then the
Authorised Representative shall have the right to forfeit the EMD submitted by me/us.
4. I/We have submitted our response to RFP strictly as per Section – 6 (Formats) of this RFP,
without any deviations, conditions and without mentioning any assumptions or notes in the
said Formats.
5. I/We hereby declared that we have read and understood the RFP and the hard copy of the
initialed RFP shall be submitted upon finalization as Successful Bidder.
6. I/We hereby unconditionally and irrevocably agree and accept that the decision made by
Authorised Representative in respect of any matter regarding or arising out of the RFP shall
be binding on me/us. I/We hereby expressly waive and withdraw any deviations and all
claims in respect of this process.
7. I/we hereby declare that we are not in Conflict of Interest with any other Bidder in this Bid
process and we have submitted only one Bid in response to this RFP and are not participating
under any other Bid in this RFP. I/we hereby declare that we are in compliance with
provisions of Clause 3.3 of the RFP
8. I/We hereby undertake that the components/items to be supplied for installation of the system
shall be supplied with test certificates from reputed entity as per RFP
9. Familiarity with Relevant Indian Laws & Regulations:
I/We confirm that I/we have studied the provisions of the relevant Indian laws and regulations
as required to enable us to submit this response to RFP, and execute the TSA, in the event of
my/our selection as Successful Bidder.
10. I/We are enclosing herewith my/our response to the RFP with formats duly signed as desired
by you in the RFP for your consideration.
11. It is confirmed that my/our response to the RFP is consistent with all the requirements of
submission as stated in the RFP and subsequent communications from Authorised
Representative.
12. The information submitted in our response to the RFP is correct to the best of my/our
knowledge and understanding. I/We would be solely responsible for any errors or omissions
in my/our response to the RFP.
13. I/We confirm that all the terms and conditions of our Bid are valid up to [Insert date in
dd/mm/yyyy as per Clause 3.12 of the RFP]. The validity of my/our Bid will be as per Clause
34
3.12 of this RFP
14. I/We (in case of a Company) confirm that the Power of Attorney has been issued to the
Authorised Signatory of this Bid pursuant to the Board Resolution ……………….. [Insert
date in dd/mm/yyyy]
15. I/We confirm that I/We have understood the Technical Specification of the Work and confirm
that I/We have the necessary execution capacity to supply the 50 Nos.DC (FAST) Charging
Station(s) and other related systems awarded to us pursuant to our finalization as
Successful Bidder
16. Contact Person:
Details of the representative to be contacted by Authorised Representative are furnished as under:
Name :
Designation :
Company <if applicable>:
Address :
Phone No. :
Mobile No. :
Fax No. :
E-mail address :
Alternate Email address :
17. I/We have neither made any statement nor provided any information in this Bid, which to the
best of my/our knowledge is materially inaccurate or misleading. Further, all the
confirmations, declarations and representations made in my/our Bid are true and accurate. In
case this is found to be incorrect after my/our selection as Successful Bidder, I/we agree that
the same would be treated as the Bidder’s event of default under T S A and consequent
provisions of TSA shall apply.
Dated the day of 20…
Thanking you,
Yours faithfully,
(Name, Designation and Signature of Authorised Signatory as per Clause 3.9)
35
Format 6.2
FORMAT FOR POWER OF ATTORNEY
(To be provided by the Bidding Company in favour of the Authorised Signatory of the
Bidding Company)
POWER OF ATTORNEY
(To be executed on non-judicial stamp paper of appropriate value as per Stamp Act
relevant to place of execution.)
KNOW ALL MEN BY THESE PRESENTS THAT M/s…………….…………….having its
registered office at …………………………..…….., …..,..… having agreed to appoint
Mr/Ms……………………………..…, having his/her address at………………………..and
appointed as …………………at the Bidding Company, as the Authorised Signatory, do hereby
constitute, nominate and appoint Mr/Ms…………….…………..
as our duly constituted lawful Attorney (hereinafter called as Authorised Signatory) to exercise
all or any of the powers for and on behalf of the Bidding Company in regard to submission of the
response to RFP No ………………….. We also authorize the said Authorised Signatory to
undertake the following acts:
i) To submit on Bidding Company, the response to RFP.
ii) To do any other act or submit any information and documents related to the above response
to RFP Bid.
It is expressly understood that in the event of the Bidding Company being selected as Successful
Bidder, this Power of Attorney shall remain valid, binding and irrevocable until the Bidding
Company achieves execution of TSA.
We as the Directors of the Bidding Company agree and undertake to ratify and confirm all
whatsoever the said Attorney/Authorised Signatory has done on behalf of the Bidding Company
pursuant to this Power of Attorney and the same shall bind us and deemed to have been done by
us.
IN WITNESS WHEREOF M/s …………………………………………..……., as the Director
of the Bidding Company have executed these presents on this……….. Day of ........under the
Seal of our Company.
For and on behalf of Bidding Company M/s………………………….
--------------------------------
(Signature of person authorised by the board)
(Name
Designation
Place:
Date:
36
)
Accepted
---------------------------------
(Signature, Name, Designation and Address
of the Authorised Signatory)
Attested
---------------------
(Signature of the executant)
------------------------------
(Signature & stamp of Notary of the place of execution)
Place:----------------
Date:------------------
Notes:
(1) The mode of execution of the power of attorney should be in accordance with the procedure,
if any, laid down by the applicable law and the charter documents of the executant(s) and
the same should be under seal of the executant affixed in accordance with the applicable
procedure. Further, the person whose signatures are to be provided on the power of attorney
shall be duly authorized by the executant(s) in this regard.
37
FORMAT- 6.3
FORMAT FOR EARNEST MONEY DEPOSIT
(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of
execution.)
Ref.
Bank Guarantee No.
Date:
In consideration of the _[Insert name of the Bidder] (hereinafter referred
to as 'Bidder') submitting the response to RFP inter alia for selection of the supplier for
supply of 50 Nos. DC (FAST) Charging Station(s) along with CMS, in response to the RFP
No._ dated
issued by the APSPDCL (hereinafter referred to as Authorised Representative) and
Authorised Representative considering such response to the RFP of [insert the name
of the Bidder] as per the terms of the RFP, the [insert name & address of bank]
hereby agrees unequivocally, irrevocably and unconditionally to pay to Authorised
Representative at [Insert Name of the Place from the address of Authorised Representative]
forthwith on demand in writing from Authorised Representative or any Officer authorised by it
in this behalf, any amount upto and not exceeding Rupees [Insert amount]
only, on behalf of . [Insert name of the Bidder] .
This guarantee shall be valid and binding on this Bank upto and including [insert
date of validity in accordance with Clause 3.7 of this RFP] and shall not be terminable by notice
or any change in the constitution of the Bank or the term of contract or by any other reasons
whatsoever and our liability hereunder shall not be impaired or discharged by any extension of
time or variations or alternations made, given, or agreed with or without our knowledge or
consent, by or between parties to the respective agreement.
Our liability under this Guarantee is restricted to INR. (INR. only). Our Guarantee
shall remain in force until [insert date of validity in accordance with
Clause 3.7 of this RFP]. Authorised Representative shall be entitled to invoke this Guarantee till
[insert date corresponding to thirty (30) days beyond the validity of the EMD].
The Guarantor Bank hereby agrees and acknowledges that the Authorised Representative shall
have a right to invoke this BANK GUARANTEE in part or in full, as it may deem fit.
The Guarantor Bank hereby expressly agrees that it shall not require any proof in addition to the
written demand by Authorised Representative, made in any format, raised at the above mentioned
address of the Guarantor Bank, in order to make the said payment to Authorised Representative.
The Guarantor Bank shall make payment hereunder on first demand without restriction or
conditions and notwithstanding any objection by [Insert name of the Bidder]
and/or any other person. The Guarantor Bank shall not require Authorised Representative to
38
justify the invocation of this BANK GUARANTEE, nor shall the Guarantor Bank have any
recourse against Authorised Representative in respect of any payment made hereunder.
This BANK GUARANTEE shall be interpreted in accordance with the laws of India and the
courts at Andhra Pradesh shall have exclusive jurisdiction.
The Guarantor Bank represents that this BANK GUARANTEE has been established in such form
and with such content that it is fully enforceable in accordance with its terms as against the
Guarantor Bank in the manner provided herein.
This BANK GUARANTEE shall not be affected in any manner by reason of merger,
amalgamation, restructuring or any other change in the constitution of the Guarantor Bank.
This BANK GUARANTEE shall be a primary obligation of the Guarantor Bank and accordingly
Authorised Representative shall not be obliged before enforcing this BANK GUARANTEE to
take any action in any court or arbitral proceedings against the Bidder, to make any claim against
or any demand on the Bidder or to give any notice to the Bidder or to enforce any security held
by Authorised Representative or to exercise, levy or enforce any distress, diligence or other
process against the Bidder.
The Guarantor Bank acknowledges that this BANK GUARANTEE is not personal to Authorised
Representative and may be assigned, in whole or in part, (whether absolutely or by way of
security) by Authorised Representative to any entity to whom Authorised Representative is
entitled to assign its rights and ligations under the TSA.
Notwithstanding anything contained hereinabove, our liability under this Guarantee is restricted
to INR (INR only) and it shall remain in force until [Date to be
inserted on the basis of Clause 3.7 of this RFP]. We are liable to pay the guaranteed amount or
any part thereof under this Bank Guarantee only if Authorised Representative serves upon us a
written claim or demand.
Signature
Name
Power of Attorney No.
For
[Insert Name of the Bank]
Banker's Stamp and Full Address.
Dated this _day of , 20
39
FORMAT- 6.4 A
FORMAT FOR GENERAL ELIGIBILITY CRITERIA
To,
Chief General Manager (P&MM, IPC)
APSPDCL,
Kesavayanagunta, Tiruchanoor Road,
Tirupati, Andhra Pradesh - 517501.
Dear Sir,
Sub: Response to RFP No.
for selection of supplier for providing Turnkey solution inclusive of supply, installation, warranty, AMC,
remote operation of Bharat DC001 chargers and CMS services in compliance with Open Charge Point
Protocol (OCPP) 1.5 and above I/We hereby submit the following documents to meet the General
Eligibility Criteria as per the provisions of the RFP.
Enclosed: Documents for General Eligibility Criteria
1. Bidder should be a firm registered/incorporated under Indian Companies Act, 1956 or Indian
Companies Act, 2013 and further amendment(s).
2. I/We hereby undertake to certify that we have not been blacklisted by any Government Agency as on
date.
Place: Date:
Signature of Authorised Signatory of the Bidder
40
FORMAT- 6.4 B
FORMAT FOR TECHNICAL ELIGIBILITY CRITERIA
To,
Chief General Manager (P&MM, IPC)
APSPDCL,
Kesavayanagunta, Tiruchanoor Road,
Tirupati, Andhra Pradesh - 517501.
Dear Sir,
Sub: Response to RFP No. for selection of Supplier for providing
Turnkey solution inclusive of supply, installation, warranty, AMC, remote operation of Bharat DC001
chargers and CMS services in compliance with Open Charge Point Protocol (OCPP) 1.5 and above
I/We hereby submit the following documents to meet the Technical Eligibility Criteria as per the
provisions of the RFP.
Enclosed: Documents for Technical Eligibility Criteria
I/We undertake to certify that we have manufactured, supplied, installed and commissioned __ nos. of Electric
Vehicle DC fast Charging Stations in last 1 years. (Mention exact model of Charging Stations installed and
commissioned). In case of technical eligibility criteria being met by another manufacturer, submit
Manufacutrer’s Authorization form as per Format 6.6
Place: Date:
Signature of Authorised Signatory of the Bidder
NOTE:
i. Attach certificates from the procurer/ installer for completion of work/ project and
six months successful operation
ii. The documents submitted without certification from procurer/ installer shall not be
considered.
iii. Documents stating manufacturing capability to the satisfaction of Authorised
Representative
41
FORMAT- 6.4 C
FORMAT FOR FINANCIAL ELIGIBILITY CRITERIA
To,
Chief General Manager (P&MM, IPC)
APSPDCL,
Kesavayanagunta, Tiruchanoor Road,
Tirupati, Andhra Pradesh - 517501.
Dear Sir,
Sub: Response to RFP No. for selection of supplier/developer for
Supplier for providing Turnkey solution inclusive of supply, installation, warranty, AMC,
remote operation of Bharat DC001 chargers and CMS services in compliance with Open Charge
Point Protocol (OCPP) 1.5 and above
I/We hereby submit the following documents to meet the Financial Eligibility Criteria as per the
provisions of the RFP.
Enclosed: Document for Financial Eligibility Criteria
I/We hereby undertake to certify that we have an average turnover of Rs. in
the three (3) years, ending 31st March of FY 2016-17 (or Calendar Year).
Sl. No. Financial year Value in Crores (Rs)
1 2014-15 2 2015-16 3 2016-17 4 Average Annual Turnover of the
three (3) years.
I/We hereby undertake to certify that the Net worth in last financial year is not less than 100% of
paid up capital.
I/We hereby undertake to certify that we have positive Profit After Tax (PAT) in any of the past
two out of three financial years, ending 31st March FY 2016-17
NOTE:
iv. Attach certificate from the Statutory Auditor along with Annual Balance sheet.
v. The documents submitted without certification by the Statutory Auditor shall not
be considered.
Place: Date:
Signature of Authorised Signatory of the Bidder
42
FORMAT- 6.5
FORMAT FOR FINANCIAL BID
Name of the Firm:
SL Item Name Proposed
Quantity
Unit rate inclusive of
taxes (INR/Unit)
Total price for 50
Nos. (INR)
Quoted Price*
A B C=B*50
1 Cost of Charging Station(s) 50
*Quoted Price shall be evaluated.
Certified that:
Above rates are in accordance with the specifications & various terms & conditions
mentioned in the RFP and are applicable for installation and commissioning of Charging
Stations anywhere in Andhra Pradesh State.
Signature of Authorised Signatory of the Bidder with seal
43
Format 6.6
MANUFACTURERS' AUTHORIZATION FORM
[The Bidder 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.]
Date:
To: [insert complete name and address of Procurer]
WHEREAS
We [insert complete name of Manufacturer], who are official manufacturers of [insert full details of
type of goods manufactured], having factories at [insert full address of Manufacturer’s factories], do
hereby authorize [insert complete name of Bidder] to submit a bid, the purpose of which is to provide
the following Goods, manufactured by us [insert name and brief description of the Goods], and to
subsequently negotiate and sign the Contract.
We hereby extend our full guarantee, warranty and AMC in accordance with RFP Clause 3.4.1 with
respect to the Goods offered by the above firm.
Signed: [insert date and signature(s) of Authorized Representative(s) of the Manufacturer]
Name: [insert complete name(s) of Authorized Representative(s) of the Manufacturer]
Title: [insert title/designation]
Duly authorized to sign this Authorization on behalf of: [insert complete name of Manufacturer]
Signed: [insert date and signature(s) of Authorized Representative(s) of the Bidder]
Name: [insert complete name(s) of Authorized Representative(s) of the Bidder]
Title: [insert title/designation]
(Submit Board Resolution of manufacturing company along with this Manufacturer’s Authorization
Form
44
ANNEXURE-1
DRAFT FORMAT FOR BOARD RESOLUTION
The Board, after discussion, at the duly convened Meeting on ………… (Insert date), with the
consent of all the Directors present and in compliance of the provisions of the Companies Act 2013,
passed the following Resolution:
1. RESOLVED THAT Mr/Ms………………., be and is hereby authorised to do on our behalf, all
such acts, deeds and things necessary to authorize bidders in connection with or incidental to our
response to RFP vide RFP No …………………………………for ' ___' in the state of
Andhra Pradesh, including signing of all documents and providing information / response to RFP to
APSPSCL (Authorised Representative), representing us in all matters before Authorised
Representative, and generally dealing with Authorised Representative in all matters in connection
with our bid for the said Project.
Certified true copy
-------------------------
(Signature, Name and stamp of Company Secretary / Director)
Notes:
1) This certified true copy should be submitted on the letterhead of the Company, signed by the Company
Secretary / Director.
2) The contents of the format may be suitably re-worded indicating the identity of the entity passing
the resolution.
3) This format may be modified only to the limited extent required to comply with the local
regulations and laws applicable to a foreign entity submitting this resolution. For example, reference
to Companies Act 2013 may be suitably modified to refer to the law applicable to the entity
submitting the resolution. However, in such case, the foreign entity shall submit an unqualified
opinion issued by the legal counsel of such foreign entity, stating that the Board resolutions are in
compliance with the applicable laws of the respective jurisdictions of the issuing Company and the
authorizations granted therein are true and valid.
45
ANNEXURE-2
Format for Performance Guarantee (Note: - Performance Guarantee calculated at 10% of Quoted Price is to be submitted)
To: [name of Procurer)
[address of Procurer) Whereas
[name and address of
Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract
No.
Dated to execute [name of Agreement
and brief description of Works] (hereinafter called “the Agreement”).
AND WHEREAS it has been stipulated by you in the said Agreement that the Supplier shall
furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for
compliance with his obligations in accordance with the Agreement “
AND WHEREAS we have agreed to give the Supplier such a Bank Guarantee:
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on
behalf of the Supplier, up to a total of
[amount of guarantee] [in words], such sum being payable in the types and proportions of
currencies payable as per the Agreement in which the Contract Price is payable, and we undertake to
pay you, upon your first written demand and without cavel or argument, any sum or ;sums within
the limits of [amount of guarantee]1 as aforesaid without your needing to prove or to
show grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Supplier before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the
Agreement or of the Works to be performed thereunder or of the Agreement documents which
may be made between you and the Contract hall 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 shall come into force with immediate effect and shall remain in force and
effect for a period of _ years from the date hereof or until it is released earlier by the Utility
pursuant to the provisions of the Agreement.
Witnesses Signature and seal of the Guarantor
1. Name of Bank
2. Address
Date
Note: An amount shall be inserted by the Guarantor, representing the percentage of the Contract
Price specified in the Contract and denominated in Indian Rupees.
46
Annexure A
User Authorization Flow using Mobile application for DC Public Cha rger
A1.1 Pre-requisite
The EV driver/user to have the mobile application and registered with CIMS through app.
During registration, user's email ID is used for his identification and VIN are saved in CMS.
The Charge Point to have a QR code for identifying Charge Point ID and the Connector ID.
The QR code to be issued by some authorizing agency.
For DC public charger two connectors are provided. However only one connector is operative
at a time and this connector ID to be sent along with Charge point ID for identification at
CMS.
A1.2 Authentication Procedure
The following steps describe the flow of authorization. The flow diagram is given in Figure
Al.2.1.
Step 1: The EV user scans the QR code provided at the connector in the charge point.
Step 2: On successful scanning, the interpreted data from QR code is sent to CMS along with
registered email ID and VIN of the Vehicle.
Step 3: CMS would cross-check for the email ID and VIN with the registered details and
would generate an OTP on successful verification and sent to mobile application. If
verification fails, then the authorization request from mobile application would fail and
would be communicated to the user.
Step 4: EV user enters this OTP on EVSE using numeric keypad. EVSE would send the OTP
using Id Tag parameter of Authrorize.req and receive response from using Authorize.conf
operation of OCPP protocol. CMS will check whether the OTP is blocked, invalid, expired
or accepted and send the response back to EVSE. If the OTP is accepted, the EVSE would
authorize the user and proceed for charging otherwise reject it.
1. OTP would be valid for 15 minutes after generation.
2. EV user could be blocked by the CIMS admin in that case his authorization request
would be rejected.
3. OCPP Operations: Since OCPP does not have a specific tag to carry OTP, the ID Tag
parameter isused to carry the OTP between EVSE and CMS. So, the EVSE and CMS should
make necessary changes in relevant messages to accommodate this.
48
ANNEXURE B
B1: Output Connectors for Low voltage DC FC
B1.2. Output Connectors: GB/T 20234.3
The Connector (female) to be used on the EVSE Side for low voltage DCFC is GB/T20234.3.The
connector on the EVSE side and the mating connector are as below:
B1.2.1. EVSE Plug
B1.2.2. EV Socket
B1.2.3. Pin Details
B2: CAN Specifications and framing details
B2.1. Physical Layer
CAN 2.0 complies to ISO 11898-2
B2.2. Application Layer
49
Extended CAN frame using 29-bit identifier
B2.3. Extended CAN Frame
SOF
11-bit
Identifier
S R
R I D E
18 bit
Identifier
RT R
R
1
R 0
DLC (4)
Data Field 0 - 8
Bytes
CRC
15 bit
D E
L A C K
D E
L E O F
SOF – Start of Frame
11-bit ID – 11-bit Identifier
IDE – Identifier Extension
29-bit ID – 29-bit Identifier
SRR – Substitute Remote Request
RTR – Remote Transmission Request
R0 – Reserved Bit
R1 – Reserved Bit
DLC – Data Length Code
CRC – Cyclic Redundancy Check
DEL - Acknowledgment Delimiter
ACK - Acknowledgment Bit
EOF - End of Frame
B3: Digital communication for control of DC EV charging system (normative) – Modified
Messages
B3.1. PGN 9728 Charger Handshake Message (CHM)
Message function: when the charger and electric vehicles have been subjected to physical connection
and charged and the voltage is normal when detected, the charger will send charger handshake message
every other 250ms to the BMS to determine whether they shake hands normally. PGN 9728 message
format is detailed in Table B.3.1. The messages added/modified are highlighted in Italics.
TABLE B.3.1 PGN9728 message format
Start byte
or bit
Length SPN SPN definition Delivery option Remarks
1 3 bytes 2600
In this standard, as for the
charger communication
protocol version No., its
current version is specified as
V1.1 and is expressed as: byte3,
byte2--0001 H; byte 1--01H.To
differentiate pure GB/T and
proposed Indian specification
BEVC, the protocol will use
the MSB as 1 and hence the
byte3,2 and 1 values will
respectively be 80H 01H 01H.
Mandatory
GB/T protocol
specifies 3 byte version
number as 000101H.
The
version number has to
be differentiated
between pure GB/T
and the proposed
Indian version of the
standard. This is done
by modifying the
MSB of the third byte
and making it
800101H.
B3.2. PGN512 BMS and vehicle Recognition Message (BRM)
Message function: Send BMS and vehicle recognition information to the charger at the charging
handshake stage. When BMS receives the charger recognition message of SPN2560=0x00, it will send
message to the charger once every other 250ms; if the data field length exceeds 8 bytes, it will transport
by using the transport protocol function, with the format as detailed in 6.5 and the inter-frame sending
50
interval of 10 ms, until it receives the charger recognition message of SPN2560=0xAA over a 5s period.
The PGN 512 modified message format is detailed in Table B.3.2
TABLE B.3.2 PGN512 MESSAGE FORMAT
Start byte
or bit
Length SPN SPN definition Delivery
option
Remarks
1 3 bytes 2565 In this standard, as for the
BMS communication protocol
version No., its current
version is specified as V1.1
and is expressed as: byte3,
byte2--0001 H; byte 1--
01H.To differentiate pure GB/T
and this Indian specification
XXX, will use the MSB as 1
and hence the byte3,2 and 1
values will respectively be 80H
01H 01H
Mandatory
GB/T protocol specifies
3 byte version number
as 000101H. The
version number has to
be differentiated
between pure GB/T and
the proposed Indian
version of the standard.
This is done by
modifying the MSB of
the third byte and
making it 800101H
4
1 byte
2566
Battery type,
01H: lead acid battery;
02H: nickel hydrogen battery;
03H: lithium iron phosphate
battery; 04H: lithium
manganite battery;
05H: cobalt based lithium
battery; 06H: ternary material
battery; 07H: polymer lithium-
ion battery;
08H: lithium ion battery;
09H: NMC (Lithium Nickel
Manganese Cobalt Oxide)
0AH: NCA(Lithium Nickel
Cobalt Aluminum Oxide)
0BH: Lithium titanate oxide
(LTO) 0CH: Lithium Nickel
cobalt manganese FFH: other
batteries
Optional
List of battery types
will be added as and
when available. (Total
255 types are possible).
The option may be
exercised by the
charging infra operator
5
2 bytes
2567
Power storage battery system of
whole vehicle, with rated
capacity/Ah, 0.1 Ah/bit; 0Ah
offset
Mandatory
7
2 bytes
2568
Power storage battery system of
whole vehicle, with rated total
voltage/V, 0.1 V/bit; 0V offset
Mandatory
9 4 bytes 2569 Battery manufacturer name and
standard ASCII code. The
charger may be configured to
charge batteries only from a
known set of Battery
manufacturer name and
standard ASCII code. Refer
table
Optional
A.3.3’s Fault cause for charger
suspending charging bits 15,16
13 4 bytes 2570 Battery pack No., which is Optional
51
reserved and will be defined
by the manufacturer
17
1 byte
2571
Battery set production date:
years, 1 year/bit; offset in
1985; data scope: 1985~2235
Optional
18
1 byte
Battery set production date:
months, 1 month/bit; offset of
0 month; data scope:
January~December
Optional
19
1 byte
Battery set production date:
days, 1 day/bit; offset of 0 day;
data scope: the 1st day ~ the
31st day
Optional
20
3 bytes
2572
Battery set charging frequency:
1 time/bit, offset of 0 times,
which is subject to BMS
statistics.
Optional
23 1 byte 2573 Battery set property right
mark (<0>: = lease; <1>:
existing on vehicle)
Optional
24 1 byte 2574 Reserve Optional
25 17
bytes
2575 Vehicle identification number
(VIN)
Mandatory VIN is mandatory for
public charging.
42
8 bytes
2576
BMS software version
number 8byte represents
current BMS version
information, determined
according to hexadecimal
coding. Hereinto, Byte8,
Optional byte7, byte6-
000001H~FFFFFEH,
reserved, fill in
FFFFFFH;Byte5-byte2, as
BMS software version
compilation time information
marker, Byte 5,Byte4-
0001H~FFFEH represents
"year" (e.g. The year of 2015:
fill in Byte5-DFH, byte4-
07H);Byte3-01H~0CH
represents "month" (e.g.
November: fill in Byte 3
0BH); Byte2- 01H~1FH
represents "day" (e.g. the
10the day: fill in Byte 2
0AH); Byte1-01H~FEH
represents edition serial
number (e.g. 16: fill in Byte
1-10H). The above value
represents: BMS uses 16th
version on November 10,
2015 and not fill in
certification authorization
code)
Optional
Last charge status
Optional This field indicates the
last charge date and the
52
50
8
2577
Last Recharge Date: 6 Bytes,
DD MM YY HH mm SS
DD - 1 day/bit; offset of 0
day; data scope: the 1st day ~
the 31st day MM - months, 1
month/bit; offset of 0 month;
data scope:
January~December YY - 1
year/bit; offset in2000; data
scope: 2017~2267
HH - the 1st hour ~ the 24th
hour mm – 00 to 59
SS– 00 to 59
Duration of last charging:
2-bytes, Duration in minutes 0
~ 600
duration of charge.
(Justification provided
along with Byte 58)The
option to be exercised
by the charging infra
operator.
58
6
2578
Start SoC during last
Charging: 2 Bytes, Data
resolution: 0.1 % /bit, 0%
offset; data scope: 0~100%;
End SoC during last
Charging: 2 Bytes, Data
resolution: 0.1 % /bit, 0%
offset; data scope: 0~100%;
Distance travelled since last
charge: 2Bytes, distance in km
Optional This field indicates the
start SoC and end SoC.
With the combination of
SOC changed and
information from Byte
50 (above e.g. duration
of charge), the charger
can get crucial
information of health of
battery. The charger
can do some extra
checks in some special
cases to ascertain if the
charging can be
continued or not, e.g.
how soon the battery is
discharging, residual
capacity of battery etc.
Will also enable the
second use of battery
along with byte 63.
64
1
2579
Last Charging End Reason, 1
byte: 00
<Normal>, 01<Charger
Terminated>, 10 <BMS
Terminated>
Optional This parameter can
help in deciding
whether to proceed with
charging or do some
diagnostics test if last
charging was
terminated by charger,
before proceeding with
charging
65
1
2580
Continuous charge failure
due to battery count: 1 byte,
the number of consecutive
times the charging session was
terminated because of a BMS
error. If this number reaches a
threshold, the charger will not
attempt to charge the battery
Optional If the charging fails
continuously and upon
reaching certain
threshold number, the
charger can generate
fault case as indicated
in bits 13 and 14 of
CST.
53
and will indicate same in CST
Fault case bits 13 and 14 as
01. (Refer table A.3.3.)
66
4
2581
Reserved
* Optional parameters can be mandated based on the class of vehicles by power regulatory.
B3.4. PGN6656Charger Suspending Message (CST)
TABLE B.3.4 PGN6656 MESSAGE INTERPRETATION
SP
N
SPN
Definit
ion
Start
bit
Stop
bit
Meaning
Bit- 1
Bit- 2
Meaning
Justification
35
21
Cause
for
charge
r
suspen
ding
chargi
ng
1
2
suspends
due to
reaching the
condition
set by
charger
0 0 Normal
0
1
suspends due to reaching the
condition set by charger
1 0 untrusted state
3
4
suspends
artificially
0 0 Normal
0
1
artificial suspension
1 0 untrusted state
5 6 0 0 Normal
fault
suspension
0 1 Fault
1 0 untrusted state
7
8
BMS
actively
suspends
0 0 Normal
0 1 BMS suspension (receive BST
frame);
1 0 untrusted state
charger over
temperature
0
0
charger temperature normal
0
1
charger over temperature
54
35
22
Fault
cause
for
charge
r
suspen
ding
chargi
ng
1 2 1 0 untrusted state
3
4
charging
connector
fault
0
0
charging connector normal
0
1
charging connector fault
1 0 untrusted state
5
6
charger is
over
temperature
at the
internal part
0
0
internal charger temperature
normal
0
1
internal charger over
temperature
1 0 untrusted state
7
8
the required
electric
quantity
cannot be
transmitted
0
0
electric quantity is transmitted
normally
0
1
electric quantity cannot be
transmitted;
1 0 untrusted state
9 10 0 0 normal
sudden stop
of charger
0 1 sudden stop of charger
1 0 untrusted state
11
12
other faults
0 0 normal
0 1 fault
1 0 untrusted state
13
14
abort on
continuous
failure
threshold
breach
0 0 normal Abort when the
charger had
failed to charge
the battery
continuously
due to the
threshold
breach or the
BMS
manufacturer
not in the white
list(as an
0 1 fault
1
0
untrusted state
0
0
BMS
manufacturer ASCII code
present in allowed list
55
15
16
abort on
BMS
manufacture
r code not in
white list of
Charger
0
1
BMS
manufacturer ASCII code not
present in allowed list
option if only
certain
manufacturers
are allowed or
not allowed)
1 0 untrusted state
35
23
Error
cause
for
charge
r
suspen
ding
chargi
ng
1
2
current
mismatching
0 0 current is normal
0 1 current matching
1
0
current mismatching
3
4
voltage is
abnormal
0 0 normal
0 1 abnormal
1 0 untrusted state