Southern Power Distribution Company of Andhra … or and submit their Bids online. Offline Bids...

68
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 22 nd January 2018 Issued by Southern Power Distribution Company of Andhra Pradesh Limited (APSPDCL) Tirupati, Chittoor District, Andhra Pradesh Telephone: 0877-2284109, Extn: 200; 09490156622 Email: [email protected], [email protected] 22 nd January 2018 Bid Deadline: 16 th March 2018 17:00 Hrs

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:

[email protected],

[email protected]

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.

47

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