Page 1 of 95

KERALA STATE ELECTRICITY BOARD

PART – I

Tender No. SCM.36/2013-2014

Work:- Supply, Installation, Testing, Commissioning and Maintenance of Computer Systems and accessories (including warranty for three years and continued AMC for the next three years) at various Offices of State Electricity Board

ORIGINAL / DUPLICATE / COPY

Issued to:

……………………………………., ……………………………………., …………………………………….

Conditions of Tender & Pre-Qualification Bid (To be submitted in Envelope-II)

Sd/-

Chief Engineer (SCM)

Ba\25.10.13 AE-2 -Tender\Computer - SCM. 36 -2013-14 -.doc Page 2 of 95

CONTENTS

1) Section - I - Conditions of Contract 2) Section - II - Pre-qualification Bid

Page 3 of 95

KERALA STATE ELECTRICITY BOARD

Office of the Chief Engineer (SCM) Vydyuthi Bhavanam, Pattom, Thiruvananthapuram – 695 004. Phone : 0471 – 2514484. E-mail:[email protected]

No.TA.31/SCM Computer/2013-14/PCs&Accessories/ Dated /10/2013

Notice inviting Tender Tender No.SCM.36/2013-14 Sealed and Competitive Tenders in duplicate, are invited from Original Equipment Manufacturers/ Vendors of reputed brands of Personal Computer and Server Systems of state of the art technology, conforming to ISO:9001 and with high level of support facility in /near the location of installation, for Supply, Installation, Testing, Commissioning and Maintenance of Computer Systems and accessories (including warranty for three years and continued AMC for the next three years) of Servers, Personal Computer Systems and connected equipments in various offices of Kerala State Electricity Board in different locations of the State as per the details given in the Tender Document. Probable Amount of Contract : `5 Crore (Approx.) Earnest Money Deposit : `5 Lakh only Date of issue of Tender forms : Up to 15/11/2013 Last date & time of receipt of Tender : 29/11/2013, 1 pm Date & time of opening of PQ bid : 29/11/2013, 3 pm Kerala Government Public Sector Undertakings are exempted from furnishing Earnest Money Deposit. Tender forms and other details can be had from the office of the undersigned during office hours on all working days as mentioned above on written request. Cost of Tender forms shall be payable by DD drawn in favour of Chief Engineer (SCM), K.S.E.Board, Vydyuthi Bhavanam, Pattom, Thiruvananthapuram. Cost of Tender forms: Original + Duplicate - `39,375/- ( `37,500/- + KVAT 5%) Additional Copy - `13,125/- ( `12,500/- +KVAT 5%) All communication shall be addressed to the Chief Engineer (SCM) only. Further details, if any, required can be had from website of K.S.E.Board: www.kseboard. in . However the documents downloaded from website will not be accepted as the original documents for participating in the tender. The undersigned reserves the right to reject any or all the Tenders without assigning any reason. Tenders should be submitted in duplicate by Registered post / Speed post/ Hand delivery.

Sd/- Chief Engineer (SCM)

Ba\25.10.13 AE-2 -Tender\Computer - SCM. 36 -2013-14 -.doc Page 4 of 95

A) GENERAL INSTRUCTIONS :- 1) Name of work:- Supply, Installation, Testing, Commissioning and Maintenance of Computer Systems and accessories (including warranty for three years and continued AMC for the next three years) for various Offices of Kerala State Electricity Board. 2) Scope of the Tender:- Scope of the Tender shall include Supply, Installation, Testing, Commissioning and Maintenance of all components and materials as detailed in the Technical particulars including warranty for three years and continued Annual Maintenance Contract for the next three years. The supplier shall quote the annual rate for Annual Maintenance Contract (AMC) for three years after the expiry of three year warranty period separately (in Schedule-II of Price Bid). All accessories necessary for the Commissioning, Operation and Maintenance of the Computer System in the various offices (except Furniture and KSEB Mains power supply at a distance of below 1m from the location of installation) are also deemed to be included in the scope of supply without any additional cost to the Board. License fee, if any, for the software other than those mentioned in the tender which may be required to operate the equipments shall be to the Tenderer’s account along with any installation charge. Installation of OS will be the responsibility of the contractor. 3) Submission of Tender:- The Tenders are to be submitted in three separately sealed envelopes. The first envelope should contain the EMD as per clause-D.1 and Agreement in stamp paper in form given in Appendix-IV of General Conditions of Contract. This envelope should be superscribed “Envelope-I–EMD”. The second envelope should contain the Pre-qualification Bid along with all documents required to be submitted. This envelope should be superscribed “Envelope-II Pre-Qualification Bid and Conditions of Contract”. The third envelope should contain the Price Bid in the prescribed form. This envelope should be superscribed “Envelope-III–Price Bid”. The three envelopes should be put in one common envelope and sealed. The common envelope should be superscribed with the Full Tender No, Name of Work and the Date of Opening and should be addressed to the Chief Engineer (SCM), KSEB, Fourth floor, Vydyuthi Bhavanam, Pattom, Thiruvananthapuram – 695 004. The contents in Envelope-II and III should be submitted in duplicate. The Tenderer shall duly sign under seal on all the pages of the bid. Envelope-I:- • Earnest Money Deposit. • Agreement in format given in Part–I, Annexure-I/ Appendix-IV- General Conditions of contract. Envelope-II :- • Pre-qualification Bid and Documents signed on all pages under seal. • Documents to prove OEM/Authority if not OEM. • Letters from the manufacturers of bought out items authorizing the tenderer to deal with their products • Booklets/ pamphlets on products • Additional information on products • Power of Attorney authorizing the person to sign all the documents pertaining to this tender (in Stamp Paper worth Rs.300/-).

Page 5 of 95

Envelope-III :- • Price Bid in Prescribed form. • Bid form in `100/- Kerala Stamp paper in the format given in Annexure-IV. The Tenderer should ensure that the envelopes are superscribed properly and verified for contents before sealing the covers . Tenderers alone will be responsible for any wrong submission of Tenders and such Tenders are liable to be rejected. 4) Opening of Tenders :- The Tenders will be opened on the date and time of opening, notified, in the presence of those tenderers or their authorised representatives who may be present at the time. After confirmation of the three envelopes in respect of all Tenderers, first one containing EMD and Agreement in format given in Annexure–I will be opened. Then the envelope containing the Pre-qualification Bid of those tenderers who have submitted EMD and agreement in format as specified in the tender will be opened. The price bid of those tenderers who were pre-qualified by the pre-qualification committee alone will be opened at a later date. The date of opening of price bid will be intimated to the pre-qualified bidder. 5) Unless accepted in writing, the conditions of the Tender document will be valid and no extension for submission of Tenders will be granted on any account. 6) The Board is not bound to accept the lowest offer and is having absolute right to reject any or all the tenders without assigning any reason. During evaluation of Price bids, if there is a tie in the all inclusive rate quoted by various firms, the basic price will be considered for arriving L1 . 7) Jurisdiction :- Even though the supply and installation is to be arranged in different locations of the State, the Court situated in Thiruvananthapuram City alone will have the right to entertain civil suits pertaining to this Contract. 8) The Tenderers are required to comply with the statutory requirements in respect of the Tender submitted by them. 9) The language of the Tender should be English and the corrections, if any, should be attested under seal. 10) The Tender should be submitted by the authorised signatory. Power of Attorney authorizing the person to sign all the documents pertaining to this tender shall be submitted in Envelope-II. 11) The Tenderers are to be aware of the conditions of the locations of supply and installation and should have a clear idea of the plan of action. 12) The Tenderer should be a reputed Original Equipment Manufacturer (OEM) or OEM Vendor having sound technical and financial capabilities and also having strong service network in Kerala. Documents to prove that the tenderer is an OEM/OEM vendor shall be submitted in Envelope-II . 13) The intending tenderer should have authorised service centres at all major towns in the State. The tenderer is required to submit in Form No.X along with the Pre- qualification Bid the full address including the telephone and fax numbers of the service centers at the above places. The list of technical service personnel and their qualifications in Form No.VII shall also be submitted along with the Pre- qualification Bid in the prescribed form. 14) Purchase Order for an additional quantity up to 25% over and above the original ordered or tendered quantity will be placed if the supplier is willing to supply the additional quantity at the same rates, terms and conditions of the original order and also accepts the Board’s refixation clause, viz., The materials if any, supplied after the scheduled delivery period noted in the order will be accepted only on Page 6 of 95

condition that price of such materials will be refixed taking into consideration the rate of new tender/Purchase Order of such materials on the date of actual supply, the rate as per the contractual delivery period or at the basic price as per this order, whichever is lower. The Chief Engineer’s decision in refixing the price will be final. The price for this additional quantity shall be refixed if a fall in price occurs in the next tender opened during the delivery schedule fixed for this additional quantity. 15) Price Refixation:- The materials, if any, supplied after the scheduled delivery period noted in the order will be accepted only on condition that price of such materials will be refixed taking into consideration the rate of new tender/Purchase Order of such materials on the date of actual supply, the rate as per the contractual delivery period or at the basic price as per this order, whichever is lower. 16) For applying price refixation, the date of opening of price bids of the new tender shall be treated as the effective date. Refixation shall be done on the basic prices only when there is a fall in price noticed in the basic price of the materials with same specifications supplied and accepted by the Board on the subsequent Purchase Order. 17) At any time prior to the deadline for the submission of Tenders, KSEB may, for any reason, whether at its own initiative or in response to a clarification requested by any prospective Tenderer, modify the Tendering documents by amendment 18) The amendment will be notified in writing to all prospective Tenderers who have received the Tender documents and will be binding on them. The amendment will be attached to the Tender documents sold subsequently. 19) The tenderer shall submit an attested copy of PAN Card of the authorized signatory along with the tender.

B) TECHNICAL SPECIFICATIONS :- 1) Specification of Laptop :- 5 Nos. Processor Intel ® Core TM i5-3340M Processor (2.7GHz, 3M Cache) Chipset Mobile Intel ® QM77 Express Chipset Memory 4GB DDR3 Up to 8 GB supported, Dual Channel DDR3 DIMM Graphics Intel ® HD Graphics Hard Drive 500 GB 7200rpm Hard Drive Screen 14.0” High Definition Wide LED Anti-Glare Display (1366 x 768) Keyboard Spill resistant keyboard Optical Drive 8XDVD +/-RW Battery 6-cell (60 Whr) Lithium lon battery NIC/ Wireless/ BT 10/100/1000 Gigabyte Ethernet /Wireless (802.11b/g/n 1x1) Bluetooth ® 4.0 OS Ubuntu Linux Latest stable version Ports & Slots Network connector (RJ-45), USB 2.0 (1), USB 3.0 (2) – 1, Stereo headphone/ Microphone combo jack, Memory card reader, Docking Connector, VGA Power Adaptor 100 to 240 V AC – 65W adaptor, Not more than 0.30Kgs. Certifications EPEAT Gold, Energy Star, ROHS Three years Warranty Page 7 of 95

2) Specifications of Computer system to function as Server:- Computer – PC-I 157 Nos. Processor - Intel Core i3-3220, 3.3GHz, 3MB Cache or higher OR AMD A8-5500, 3.2GHz, 4MB Cache, or higher With average maximum TDP (Thermal Design Power) output not more than 65W Chipset: Latest generation Compatible Chipset of the same OEM make of Processor Mother Board supporting above processor and 64-bit operation (manufactured by Inter or OEM) 4 GB DDRIII RAM (1333MHz or higher) 500 GB SATA 3Gbps Hard disk drive @ 7200rpm, SMART IV support Gigabit Ethernet integrated Integrated display and sound adapter DVD +/-R/RW super multi drive USB Optical Scroll Mouse (with mouse pad) same make as desktop Power Supply Energy Saving Power Supply with Energy Star qualified. Power Supply SMPS Surge USB 104 keys keyboard WITH Rupee Symbol same make as desktop 1 parallel port, 6 USB ports (with front USB support) 2XPCle Slot & 1XPCleX16 Slot 18/19” Wide LED/LCD Monitor TCO Certified Micro ATX cabinet, Tower model PXE & USB Booting facility USB Ports Enable/Disable control (BIOS level), BIOS Password protection EPEAT Gold, ROHS, Energy Star Complied OS: Latest stable release of Debian Linux preloaded with all peripherals configured Additional feature – one additional 500GB SATA 3Gbps Hard disk@7200rpm, SMART IV support 3 years onsite warranty

3) Specification of Computer System to function as client:- Computer – PC II (to function as Client) 940 Nos. Processor - Intel Core i3-3220, 3.3GHz, 3MB Cache or higher OR AMD A8-5500, 3.2GHz, 4MB Cache, or higher With average maximum TDP (Thermal Design Power) output not more than 65W Chipset: Latest generation Compatible Chipset of the same OEM make of Processor Mother Board supporting above processor and 64-bit operation (manufactured by Inter or OEM) 2 GB DDRIII RAM (1333MHz or higher) 500 GB SATA 3Gbps Hard disk drive @ 7200rpm, SMART IV support Gigabit Ethernet integrated Page 8 of 95

Integrated display and sound adapter DVD +/-R/RW super multi drive USB Optical Scroll Mouse (with mouse pad) Power Supply Energy Saving Power Supply with Energy Star qualified. Power Supply SMPS Surge USB 104 keys keyboard 1 parallel port, 6 USB ports (with front USB support) 2XPCle Slot & 1XPCleX16 Slot 18/19” Wide LED/LCD Monitor TCO Certified Micro ATX cabinet, Tower model PXE & USB Booting facility USB Ports Enable/Disable control (BIOS level), BIOS Password protection EPEAT Gold, ROHS, Energy Star Complied OS: Latest stable release of Ubuntu Linux preloaded with all peripherals configured 3 years onsite warranty 4) Specifications of 136 Column high speed Dot Matrix Printer :- High speed Dot Matrix printer – 136 column 144 Nos. 24 pin, 136 column, 440 cps (or above) @ 10 cpi HSD, 128kb (or higher) buffer. 1 parallel, 1 USB Port, 1+4 copies printing capability, 20000 power on hours life, Software Support for Debian & Ubuntu Linux. 3 years onsite warranty (including Print head) 5) Specifications of 80 column Medium speed Dot Matrix Printer:– Medium speed Dot Matrix printer – 80 column 136 Nos. 9 pin, 80 column, 550 cps (or above) @ 10cpi, 128kb (or higher) buffer, 1 parallel, 1 USB Ports, 20000 power on hours life, Software Support for Debian & Ubuntu Linux. 3 years onsite warranty (including Print head)

6) Specifications of Network Laser Printer:- Print speed: Up to 25 ppm (A4) 135 Nos. 32 MB RAM Duty cycle: UP to 8000 pages per month Processor Speed > than 400 MHz Up to 600x600x2 dpi (1200 dpi effective output) Hi-Speed USB 2.0 port, Ethernet Networking, Automatic Duplex Instant –On Technology/ Energy savings mode/ Energy Star Rating/ Auto-On/ Auto –Off technology. Three Years Warranty

Page 9 of 95

7) Specifications of Laser Printer:- Print speed: 22 ppm (A4) 58 Nos. 8 MB RAM Processor Speed > than 260 MHz Duty cycle: UP to 8000 pages per month Up to 600x600x2 dpi (1200 dpi effective output) Instant –On Technology/ Energy savings mode/ Energy Star Rating/ Auto-On/ Auto –Off technology/ Smart. Three Years Warranty 8) Specifications of Mobile Printer & Battery Kit :- Print Speed Black : Up to 22 ppm 5 Nos. 64 MB or higher RAM Connectivity USB 2.0 Technology: Laser / Inkjet Media sizes supported A4 ENERGY STAR ® qualified Including Battery, Cable & Accessories Three years Warranty 9) Specifications of Switch :- 8 port, 10/100/1000mbps Ethernet switch 261 Nos. ROHS compliant Three years Warranty

10) The specifications enclosed for all items are the minimum configuration required. Bidders can offer higher configuration. The cost evaluation will be made on the basis of the minimum configuration specified in the tender. 11) Once approved, further change in specification will not be allowed. However, due to technology upgrade or non-availability of the item already approved, higher configuration may be accepted with out compromising the minimum configuration specified in this tender document. Any deviation from finalised specification shall be with the approval of the competent authority. 12) Even though consumables such as printer cartridges are not included in the clauses of Performance Guarantee, the supplier will have to assist the users in replacing the cartridges, ribbons etc if required. 13) The warranty for Printer heads shall be a minimum of three years. 14) Replacement of Printer heads shall be responsibility of the contractor during the entire warranty and AMC period of the Contract. The cost of Printer heads after their warranty periods will be borne by KSEB. 15) A detailed manual for operation and maintenance and catalogue prepared in English language shall be supplied with the equipment. Page 10 of 95

16) Systems, drives and all other peripherals should be compatible with Debian/ Ubuntu/ Linux and Windows. 17) KSEB may install licensed or open server versions of standard or custom made Application software in equipments procured under this contract. Such installations will not cause alterations in Warranty or AMC unless mutually agreed. 18) Compatibility:- The Components as per Technical Specification above are to work together interconnected. The equipments should be capable of working in networked environment with other Systems. 19) Bought out items:- (Printers etc) A declaration may be given from the manufacturers’ of the bought out items to the effect that the support and spares as per the Tender requirement will be available from the supplier. 20) Consumables:- The suppliers should ensure availability of all consumables in respect of all components readily on demand at all locations where the systems are supplied and installed. 21) Verification: - If required, the components, at the time of delivery, should be demonstrated to the consignee for conformity of specification for acceptance. 22) The network and operating system configuration will be the responsibility of the supplier. The details of network configuration of the operating system like domain name, client names, IP Address details etc will be provided by K.S.E.Board for establishing the network. The prospective Tenderer may contact Office of the Chief Engineer (IT), Vydyuthi Bhavanam, Thiruvananthapuram for details of a typical system and application configuration details. 23) As part of pre-qualification process the tenderers may be required to demonstrate any or all of the items offered at the IT Computerization Unit, Vydyuthi Bhavanam, Thiruvananthapuram for evaluating the suitability of the item for the specific application of KSEB. This demonstration shall be arranged as per the direction of Chief Engineer (SCM). Page 11 of 95

C. List of Consignee Officers and items to be supplied and installed :- Supply, Installation, Testing and Commissioning of Computer Systems and accessories as per the tender in the following locations .

I) Offices under Distribution Wing

Sl. Offices Laptop Server PC 136 80 Laser 8 Port ARU No. PC Col. Col. Printer Switch

1) DA Maintenance Sub - 2 4 - - - - Deputy Chief Division, Power Engineer, Electrical House, Circle, Thiruvananthapuram. Thiruvananthapura m (Urban)

2) TMR Division, - - - - - 1 - Deputy Chief Angamaly Engineer, Electrical Circle, Perumbavoor

3) CGRF, - - 1 - - 1 - Deputy Chief Engineer, Electrical Circle, Kozhikode

4) TMR Division, Kannur 1 - 4 1 - 1 - Deputy Chief Engineer, Electrical Circle, Kannur

5) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Adimaly Engineer, Electrical Circle, Thodupuzha

6) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Adoor Engineer, Electrical Circle, Pathanamthitta

7) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Alapuzha Engineer, Electrical Circle, Alappuzha

8) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Alathur Engineer, Electrical Circle,

9) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Aluva Engineer, Electrical Circle, Perumbavoor

10) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Attingal Engineer, Electrical Circle, Thiruvananthapura m (Urban)

11) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Balussery Engineer, Electrical Circle, Kozhikode Page 12 of 95

12) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Chalakudy Engineer, Electrical Circle, Irinjalakuda

13) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Changanassery Engineer, Electrical Circle, Kottayam 14) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Chathannur Engineer, Electrical Circle, Kollam 15) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Chengannur Engineer, Electrical Circle, Alappuzha 16) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Cherthala Engineer, Electrical Circle, Alappuzha

17) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Chittur Engineer, Electrical Circle, Palakkad

18) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Ernakulam Engineer, Electrical Circle, Ernakulam

19) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Feroke Engineer, Electrical Circle, Kozhikode

20) Electrical Division - 2 2 2 2 - 2 Deputy Chief Haripad Engineer, Electrical Circle, Alappuzha

21) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Irinjalakuda Engineer, Electrical Circle, Irinjalakuda

22) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Iritty Engineer, Electrical Circle, Sreekandapuram

23) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Kalpetta Engineer, Electrical Circle, Kalpetta

24) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Engineer, Electrical Circle,

25) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Kannur Engineer, Electrical Circle, Kannur

26) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Karunagappally Engineer, Electrical Circle, Kollam Page 13 of 95

27) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Kasargod Engineer, Electrical Circle, Kasaragod

28) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Kattappana Engineer, Electrical Circle, Thodupuzha

29) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Kazhakuttam Engineer, Electrical Circle, Thiruvananthapuram (Urban)

30) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Kodungallur Engineer, Electrical Circle, Irinjalakkuda

31) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Kollam Engineer, Electrical Circle, Kollam

32) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Kottarakkara Engineer, Electrical Circle, Kottarakkara

33) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Kozhikode Engineer, Electrical Circle, Kozhikode

34) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Kundara Engineer, Electrical Circle, Kottarakkara

35) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Kunnamkulam Engineer, Electrical Circle, Thrissur

36) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Mananthavadi Engineer, Electrical Circle, Kalpetta

37) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Manjeri Engineer, Electrical Circle, Manjeri

38) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Mannarkad Engineer, Electrical Circle, Shornur

39) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Mattanchery Engineer, Electrical Circle, Ernakulam

40) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Mavelikkara Engineer, Electrical Circle, Alappuzha Page 14 of 95

41) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Moovattupuzha Engineer, Electrical Circle, Perumbavoor

42) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Nadapuram Engineer, Electrical Circle, Vadakara

43) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Nedumangad Engineer, Electrical Circle, Thiruvananthapura m (Rural)

44) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Neyyattinkara Engineer, Electrical Circle, Thiruvananthapura m (Rural)

45) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Nilambur Engineer, Electrical Circle, Manjeri

46) Electrical Division, - 2 2 2 2 - 2 Deputy Chief North Paravur Engineer, Electrical Circle, Perumbavoor

47) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Pala Engineer, Electrical Circle, Pala

48) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Palakkad Engineer, Electrical Circle, Palakkad

49) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Pallom Engineer, Electrical Circle, Kottayam

50) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Pathanamthitta Engineer, Electrical Circle, Pathanamthitta

51) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Payyannur Engineer, Electrical Circle, Sreekandapuram

52) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Peerumedu Engineer, Electrical Circle, Thodupuzha

53) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Perinthalmanna Engineer, Electrical Circle, Manjeri Page 15 of 95

54) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Perumbavoor Engineer, Electrical Circle, Perumbavoor

55) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Ponkunnam Engineer, Electrical Circle, Pala

56) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Ponnani Engineer, Electrical Circle, Tirur

57) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Punalur Engineer, Electrical Circle, Kottarakkara

58) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Shornur Engineer, Electrical Circle, Shornur

59) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Thalassery Engineer, Electrical Circle, Kannur

60) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Thirurangadi Engineer, Electrical Circle, Tirur

61) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Thiruvalla Engineer, Electrical Circle, Pathanamthitta

62) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Thiruvananthapuram Engineer, Electrical Circle, Thiruvananthapura m (Urban)

63) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Thodupuzha Engineer, Electrical Circle, Thodupuzha

64) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Thrippunithura Engineer, Electrical Circle, Ernakulam

65) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Thrissur East Engineer, Electrical Circle, Thrissur

66) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Thrissur West Engineer, Electrical Circle, Thrissur

67) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Tirur Engineer, Electrical Circle, Tirur Page 16 of 95

68) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Vadakara Engineer, Electrical Circle, Vadakara

69) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Vadakkanchery Engineer, Electrical Circle, Thrissur

70) Electrical Division, - 2 2 2 2 - 2 Deputy Chief Vaikom Engineer, Electrical Circle, Kottayam

Total 1 134 141 133 132 3 132

II) Offices under Transmission Wing & Generation Operation

Sl. Name of Office Lap Server PC 136 80 Col. Laser 8 Port ARU No. top PC Col. DM DM Printer Switch Printer Printer

1) O/o the Member - - 2 - - 2 - Secretary, (Transmission & K.S.E.Board Generation Operation), Vydyuthi Bhavanam, Thiruvananthapuram

2) Line Maintenance - - 1 - - 1 - Deputy Chief Sub Division, Engineer, Alappuzha Transmission Circle, Alappuzha

3) Transmission Sub - - 4 4 - - - Executive Engineer, Division, Transmission Pathanamthitta, Division, Thiruvalla, Pathanamthitta. Kozhenchery, Moozhiyar under Transmission Division, Pathanamthitta

4) Line Maintenance - - 3 3 - - - Deputy Chief Sub Division, Mylatti, Engineer, Substation Sub Transmission Circle, Division, Mylatti, Kannur Substation Sub Division, Kasaragod, under Transmission Circle, Kannur

5) Transmission Sub - - 4 - - 4 - Deputy Chief Engineer, Division, Thodupuzha, Transmission Circle, Substation Sub Thodupuzha Division, Vazhathoppe, LM Sub Division, Moolamattom, Transmission Division, Kothamangalam Page 17 of 95

6) Transmission Sub - - 1 - - 1 - Deputy Chief Division, Power Engineer, House, Transmission Circle, Thiruvananthapuram Thiruvananthapuram

7) Office of the Chief - - 3 - - - - Deputy Chief Engineer Engineer, Generation (Generation), Circle, Moolamattom. Moolamattom.

8) TC Section, Aluva - - 1 - - 1 - Deputy Chief under Transmission Engineer, Circle, Kalamassery. Transmission Circle, Kalamassery

9) Operational & - - 2 - - 2 - Project Manager, Control Wing, KDPP, KDPP, Kozhikode. Kozhikode

10) Generating Station - - 2 - - - - Deputy Chief & Switchyard, Engineer, Generation Moolamattom Circle, Moolamattom.

11) Erection Sub - - 1 - - 1 - Deputy Chief Division, Pallivasal Engineer, Civil Circle, Extension Scheme Meencut

12) Generation Circle, - - 4 - - 3 - Deputy Chief Thrissur Engineer, Generation Circle, Thrissur

13) Office of the - 22 - - - 2 - Chief Engineer, IT, Director-IT Vydyuthi Bhavanam, Thiruvananthapuram

14) Generation Division, - - 1 - - - - Deputy Chief Kallarkutty Engineer, Generation Circle, Meencut

Total 0 22 29 7 0 17 0

III) Consignee List - Corporate Offices

Sl. Name of Office Lap PC 136 A4 Laser Mobile ARU No. top Col. Network Printer Printer & DM Laser Mobile Printer Printer Battery Kit

1) APTS, 1 - - - 1 1 Deputy Chief Engineer, Thiruvananthapuram Electrical Circle, Thiruvananthapuram (Urban)

2) APTS, Kottayam 1 - - - - 1 Deputy Chief Engineer, Electrical Circle, Kottayam

3) APTS, Central Region, - 1 - - - - Deputy Chief Engineer, Aluva Electrical Circle, Aluva Page 18 of 95

4) APTS, Ernakulam - - - - 1 1 Deputy Chief Engineer, Electrical Circle, Ernakulam

5) APTS, Palakkad - - - - 1 1 Deputy Chief Engineer, Electrical Circle, Palakkad

6) APTS, Vazhathoppe - - - - - 1 Deputy Chief Engineer, Electrical Circle, Thodupuzha

7) APTS, Kasaragod 1 - - - - - Deputy Chief Engineer, Electrical Circle, Kasaragod

8) APTS, Kozhikode 1 - - - - - Deputy Chief Engineer, Electrical Circle, Kozhikode

9) APTS, Kalpetta ------Deputy Chief Engineer, Electrical Circle, Kalpetta

10) Superintendent of - 1 - - - - Secretary, K.S.E.Board Police, Vigilance Wing, Vydyuthi Bhavanam, Thiruvananthapuram.

11) Joint Secretary (Law), - 1 - 1 - - Secretary, K.S.E.Board Board Secretariat, Vydyuthi Bhavanam, Thiruvananthapuram

12) Project Manager - 1 - - 1 - Secretary, K.S.E.Board (Wind Energy), O/o the Chief Engineer (Corporate Planning), Vydyuthi Bhavanam, Thiruvananthapuram

13) RPTI, Chackai - 2 - - 1 - Deputy Chief Engineer, Electrical Circle, Thiruvananthapuram (Urban)

14) Technical Vigilance - - - - 1 - Secretary, K.S.E.Board Cell under O/o the Chief Vigilance Officer, Vydyuthi Bhavanam, Thiruvananthapuram Page 19 of 95

15) Offices under Chief Internal Auditor, Vydyuthi Bhavanam, Pattom, Thiruvananthapuram

SOR Audit Section - 1 1 - - - Secretary, K.S.E.Board

Pension Audit - 2 1 - - - Secretary, K.S.E.Board Section, Vydyuthi Bhavanam, Pattom, Thiruvananthapuram

GAD/ EAD Audit - 2 1 - - - Secretary, K.S.E.Board Section, Vydyuthi Bhavanam, Pattom, Thiruvananthapuram

Audit Monitoring Cell, - 1 - - 1 - Secretary, K.S.E.Board Vydyuthi Bhavanam, Pattom, Thiruvananthapuram

RCA Section, - 1 - - 1 - Secretary, K.S.E.Board Vydyuthi Bhavanam, Pattom, Thiruvananthapuram

Total 4 13 3 1 8 5

IV) Minimum Urgent Requirement of Computers and Printers for the Various Offices for Generation Projects Sl. Name of Office Client PC Laser Printer ARU No. (A4 Size) 1) Chief Engineer (Civil-I&P) Office –Chief Engineer (Civil-I&P) 2 - Chief Engineer (HRM) Investigation Circle, Thrissur 2 - Investigation Circle, Thrissur Investigation Division, Kozhikode 1 - Investigation Division, Thrissur 2 - Investigation Division, Padinjarethara - - Investigation Division, Munnar 1 - Investigation Division, Konni 1 - Total –CE(C-I&P) 9 - Page 20 of 95

2) Deputy Chief Engineer in full charge of Chief Engineer (CC) North

Office – Chief Engineer (CC) North 5 2 Civil Circle, Kozhikode Design Cell, Kozhikode 3 - Poozhithode & Peruvannamuzhy SHEP 1 1 Barapole SHEP 1 - Vilangad SHEP 1 1 Chathankollunada II SHEP 1 1 KA Division/ Chembukadavu II SHEP 1 1 Mech. Facility 2, Kozhikode 1 1 Total –CE(CC)North 14 7 Chief Engineer (CC) South Office – Chief Engineer (CC)South 4 2 Chief Engineer (HRM) Civil Circle, Pallom 2 1 Civil Circle, Pallom CM Facility, Pallom 2 1 Civil Circle, Pallom B&S Division, Angamaly 2 2 B&S Division, Angamaly Anakkayam SHEP 2 1 Civil Circle, Kothamangalam Account Closing Unit, Kottarakkara 1 1 Chief Engineer (HRM), Vydyuthi Bhavanam, Thiruvananthapuram Poringalkuthu SHEP 1 1 Investigation Circle, Thrissur Peechi & Chimony 1 1 Investigation Circle, Thrissur Erection Sub Division, Peechi 1 1 Investigation Circle, Thrissur Civil Division, Thiruvananthapuram 2 1 Chief Engineer (HRM),Vydyuthi Bhavanam, Thiruvananthapuram Vellathooval & Chinnar SHEP 2 1 Civil Circle, Meencut Perumthenaruvi SHEP 2 1 Civil Circle, Pallom Total – CE(CC)South 22 14 Page 21 of 95

3) Deputy Chief Engineer with Full Powers of Chief Engineer, Civil Circle, Kothamangalam Civil Circle, Kothamangalam 7 2 Project Manager, Sengulam, 1 - Augmentation Civil Circle, Project Manager, Mankulam 1 1 Kothamangalam Project Manager, Upper Kallar, 1 - Peechad & Western Kallar Total 10 3 Deputy Chief Engineer (Designs) with 5 - Chief Engineer (HRM) Vydyuthi Full Powers of Chief Engineer, Bhavanam, Thiruvananthapuram Thiruvananthapuram Total 5 - Grand Total 60 24

V) Requirement of Computers – Various Offices of K.S.E.Board

Sl. Name of Office Server PC 136 80 A4 Laser 8 Port ARU No. PC Col. Col. Printer Switch DM DM Printer Printer Net LP work

1) Training Centers of K.S.E.Board

a) PETARC, - 16 - - 1 - Deputy Chief Engineer, Moolamattom Generation Circle, Moolamattom

b) RPTI, - 11 - - 1 - Deputy Chief Engineer, Thiruvananthapuram Electrical Circle, Thiruvananthapuram, (U)

c) RPTI, Kottayam - 20 - - - - Deputy Chief Engineer, Electrical Circle, Kottayam

d) RPTI, Thrissur - 20 - - - - Deputy Chief Engineer, Electrical Circle, Thrissur

e) RPTI, Kozhikode - 20 - - - - Deputy Chief Engineer, Electrical Circle, Kozhikode

f) SRCTC, Vydyuthi - 11 - - 1 - Secretary, K.S.E.Board Bhavanam, Thiruvananthapuram Page 22 of 95

2) Other Officers a) Dy.SP, Vigilance - 2 - - - 2 Secretary, K.S.E.Board Wing, Vydyuthi Bhavanam, Thiruvananthapuram b) Chief Engineer - 1 - - - - Secretary, K.S.E.Board (Commercial & Tarriff), Vydyuthi Bhavanam, Thiruvananthapuram c) Resident Audit - 3 - - 1 - Secretary, K.S.E.Board Office, O/o the AG, KSEB, Vydyuthi Bhavanam, Thiruvananthapuram d) Deputy Chief - 16 1 4 1 2 Chief Engineer (HRM), Engineer (HRM-I), Vydyuthi Bhavanam, Vydyuthi Bhavanam, Thiruvananthapuram Thiruvananthapuram e) Regional IT Unit, 1 - - - - - Deputy Chief Engineer, Kozhikode Electrical Circle, Kozhikode

3) 129 ARU for HRIs

1) Brahmapuram 3 1 1 Team Leader & Principal Diesel Power Plant, Project Co-ordinator, (BDPP) Ernakulam BDPP, Ernakulam.

2) B & S Division, 3 1 1 Executive Engineer, B&S Angamaly Division, Angamaly

3) CE Distribution 3 1 1 Chief Engineer. Central, Ernakulam Distribution Central, Ernakulam

4) CE Distribution 3 1 1 CE Distribution North, North, Kozhikode Kozhikode

5) CE Distribution 3 1 1 CE Distribution South, South, Thiruvananthapuram Thiruvananthapuram

6) CE (HRM), Vydyuthi 3 1 1 CE (HRM), Vydyuthi Bhavanam, Bhavanam, Thiruvananthapuram Thiruvananthapuram

7) CE Transmission 3 1 1 CE Transmission North, North, Kozhikode Kozhikode

8) Civil Circle, 3 1 1 Deputy Chief Engineer, Kakkayam Civil Circle, Kakkayam

9) Civil Circle, 3 1 1 Deputy Chief Engineer, Kothamangalam Civil Circle, Kothamangalam Page 23 of 95

10) Civil Circle, 3 1 1 Deputy Chief Engineer, Kozhikode Civil Circle, Kozhikode

11) Civil Circle Meencut 3 1 1 Deputy Chief Engineer, Civil Circle Meencut

12) Civil Circle, Pallom 3 1 1 Deputy Chief Engineer, Civil Circle, Pallom

13) Electrical Circle, 3 1 1 Deputy Chief Engineer, Alapuzha Electrical Circle, Alapuzha

14) Electrical Circle, 3 1 1 Deputy Chief Engineer, Ernakulam Electrical Circle, Ernakulam

15) Electrical Circle, 3 1 1 Deputy Chief Engineer, Irinjalakuda Electrical Circle, Irinjalakuda

16) Electrical Circle, 3 1 1 Deputy Chief Engineer, Kalpetta Electrical Circle, Kalpetta

17) Electrical Circle, 3 1 1 Deputy Chief Engineer, Kannur Electrical Circle, Kannur

18) Electrical Circle, 3 1 1 Deputy Chief Engineer, Kasargod Electrical Circle, Kasargod

19) Electrical Circle, 3 1 1 Deputy Chief Engineer, Kattakada (TVM Electrical Circle, Rural) Kattakada (TVM Rural)

20) Electrical Circle, 3 1 1 Deputy Chief Engineer, Kollam Electrical Circle, Kollam

21) Electrical Circle, 3 1 1 Deputy Chief Engineer, Kottarakkara Electrical Circle, Kottarakkara

22) Electrical Circle, 3 1 1 Deputy Chief Engineer, Kottayam Electrical Circle, Kottayam

23) Electrical Circle, 3 1 1 Deputy Chief Engineer, Kozhikode Electrical Circle, Kozhikode

24) Electrical Circle, 3 1 1 Deputy Chief Engineer, Manjeri Electrical Circle, Manjeri

25) Electrical Circle, Pala 3 1 1 Deputy Chief Engineer, Electrical Circle, Pala

26) Electrical Circle, 3 1 1 Deputy Chief Engineer, Palakkad Electrical Circle, Palakkad

27) Electrical Circle, 3 1 1 Deputy Chief Engineer, Pathanamthitta Electrical Circle, Pathanamthitta Page 24 of 95

28) Electrical Circle, 3 1 1 Deputy Chief Engineer, Perumbavoor Electrical Circle, Perumbavoor

29) Electrical Circle, 3 1 1 Deputy Chief Engineer, Shornur Electrical Circle, Shornur

30) Electrical Circle, 3 1 1 Deputy Chief Engineer, Sreekandapuram Electrical Circle, Sreekandapuram

31) Electrical Circle, 3 1 1 Deputy Chief Engineer, Thiruvananthapuram Electrical Circle, Urban Thiruvananthapuram Urban

32) Electrical Circle, 3 1 1 Deputy Chief Engineer, Thodupuzha Deputy Chief Engineer, Electrical Circle, Thodupuzha

33) Electrical Circle, 3 1 1 Deputy Chief Engineer, Thrissur Electrical Circle, Thrissur

34) Electrical Circle, 3 1 1 Deputy Chief Engineer, Tirur Electrical Circle, Tirur

35) Electrical Circle, 3 1 1 Deputy Chief Engineer, Vadakara Electrical Circle, Vadakara

36) Electrical Division, 3 1 1 Deputy Chief Engineer, Adimaly Electrical Circle, Thodupuzha

37) Electrical Division, 3 1 1 Deputy Chief Engineer, Adoor Electrical Circle, Pathanamthitta

38) Electrical Division, 3 1 1 Deputy Chief Engineer, Alapuzha Electrical Circle, Alappuzha

39) Electrical Division, 3 1 1 Deputy Chief Engineer, Alathur Electrical Circle, Palakkad

40) Electrical Division, 3 1 1 Deputy Chief Engineer, Aluva Electrical Circle, Perumbavoor

41) Electrical Division, 3 1 1 Deputy Chief Engineer, Attingal Electrical Circle, Thiruvananthapuram (U)

42) Electrical Division, 3 1 1 Deputy Chief Engineer, Balussery Electrical Circle, Kozhikode 43) Electrical Division, 3 1 1 Deputy Chief Engineer, Chalakudy Electrical Circle, Irinjalakuda Page 25 of 95

44) Electrical Division, 3 1 1 Deputy Chief Engineer, Changanassery Electrical Circle, Kottayam 45) Electrical Division, 3 1 1 Deputy Chief Engineer, Chathannur Electrical Circle, Kollam 46) Electrical Division, 3 1 1 Deputy Chief Engineer, Chengannur Electrical Circle, Alappuzha 47) Electrical Division, 3 1 1 Deputy Chief Engineer, Cherthala Electrical Circle, Alappuzha 48) Electrical Division, 3 1 1 Deputy Chief Engineer, Chittur Electrical Circle, Palakkad Deputy Chief Engineer, 49) Electrical Division, 3 1 1 Electrical Circle, Ernakulam Ernakulam 50) Electrical Division, 3 1 1 Deputy Chief Engineer, Feroke Electrical Circle, Kozhikode 51) Electrical Division 3 1 1 Deputy Chief Engineer, Haripad Electrical Circle, Alappuzha 52) Electrical Division, 3 1 1 Deputy Chief Engineer, Irinjalakuda Electrical Circle, Irinjalakuda 53) Electrical Division, 3 1 1 Deputy Chief Engineer, Iritty Electrical Circle, Sreekandapuram 54) Electrical Division, 3 1 1 Deputy Chief Engineer, Kalpetta Electrical Circle, Kalpetta 55) Electrical Division, 3 1 1 Deputy Chief Engineer, Kanhangad Electrical Circle, Kasaragod 56) Electrical Division, 3 1 1 Deputy Chief Engineer, Kannur Electrical Circle, Kannur 57) Electrical Division, 3 1 1 Deputy Chief Engineer, Karunagappally Electrical Circle, Kollam 58) Electrical Division, 3 1 1 Deputy Chief Engineer, Kasargod Electrical Circle, Kasaragod 59) Electrical Division, 3 1 1 Deputy Chief Engineer, Kattappana Electrical Circle, Thodupuzha 60) Electrical Division, 3 1 1 Deputy Chief Engineer, Kazhakuttam Electrical Circle, Thiruvananthapuram (Urban) Page 26 of 95

61) Electrical Division, 3 1 1 Deputy Chief Engineer, Kodungallur Electrical Circle, Irinjalakkuda 62) Electrical Division, 3 1 1 Deputy Chief Engineer, Kollam Electrical Circle, Kollam 63) Electrical Division, 3 1 1 Deputy Chief Engineer, Kottarakkara Electrical Circle, Kottarakkara 64) Electrical Division, 3 1 1 Deputy Chief Engineer, Kozhikode Electrical Circle, Kozhikode 65) Electrical Division, 3 1 1 Deputy Chief Engineer, Kundara Electrical Circle, Kottarakkara 66) Electrical Division, 3 1 1 Deputy Chief Engineer, Kunnamkulam Electrical Circle, Thrissur

67) Electrical Division, 3 1 1 Deputy Chief Engineer, Mananthavadi Electrical Circle, Kalpetta 68) Electrical Division, 3 1 1 Deputy Chief Engineer, Manjeri Electrical Circle, Manjeri 69) Electrical Division, 3 1 1 Deputy Chief Engineer, Mannarkad Electrical Circle, Shornur 70) Electrical Division, 3 1 1 Deputy Chief Engineer, Mattanchery Electrical Circle, Ernakulam 71) Electrical Division, 3 1 1 Deputy Chief Engineer, Mavelikkara Electrical Circle, Alappuzha 72) Electrical Division, 3 1 1 Deputy Chief Engineer, Moovattupuzha Electrical Circle, Perumbavoor 73) Electrical Division, 3 1 1 Deputy Chief Engineer, Nadapuram Electrical Circle, Vadakara 74) Electrical Division, 3 1 1 Deputy Chief Engineer, Nedumangad Electrical Circle, Thiruvananthapuram (Rural) 75) Electrical Division, 3 1 1 Deputy Chief Engineer, Neyyattinkara Electrical Circle, Thiruvananthapuram (Rural) 76) Electrical Division, 3 1 1 Deputy Chief Engineer, Nilambur Electrical Circle, Manjeri Page 27 of 95

77) Electrical Division, 3 1 1 Deputy Chief Engineer, North Paravur Electrical Circle, Perumbavoor 78) Electrical Division, 3 1 1 Deputy Chief Engineer, Pala Electrical Circle, Pala 79) Electrical Division, 3 1 1 Deputy Chief Engineer, Palakkad Electrical Circle, Palakkad 80) Electrical Division, 3 1 1 Deputy Chief Engineer, Pallom Electrical Circle, Kottayam 81) Electrical Division, 3 1 1 Deputy Chief Engineer, Pathanamthitta Electrical Circle, Pathanamthitta 82) Electrical Division, 3 1 1 Deputy Chief Engineer, Payyannur Sreekandapuram 83) Electrical Division, 3 1 1 Deputy Chief Engineer, Peerumedu Electrical Circle, Thodupuzha 84) Electrical Division, 3 1 1 Deputy Chief Engineer, Perinthalmanna Electrical Circle, Manjeri 85) Electrical Division, 3 1 1 Deputy Chief Engineer, Perumbavoor Electrical Circle, Perumbavoor 86) Electrical Division, 3 1 1 Deputy Chief Engineer, Ponkunnam Electrical Circle, Pala 87) Electrical Division, 3 1 1 Deputy Chief Engineer, Ponnani Electrical Circle, Tirur 88) Electrical Division, 3 1 1 Deputy Chief Engineer, Punalur Electrical Circle, Kottarakkara 89) Electrical Division, 3 1 1 Deputy Chief Engineer, Shornur Electrical Circle, Shornur 90) Electrical Division, 3 1 1 Deputy Chief Engineer, Thalassery Electrical Circle, Kannur 91) Electrical Division, 3 1 1 Deputy Chief Engineer, Thirurangadi Electrical Circle, Tirur 92) Electrical Division, 3 1 1 Deputy Chief Engineer, Thiruvalla Electrical Circle, Pathanamthitta 93) Electrical Division, 3 1 1 Deputy Chief Engineer, Thiruvananthapuram Electrical Circle, Thiruvananthapuram (Urban) Page 28 of 95

94) Electrical Division, 3 1 1 Deputy Chief Engineer, Thodupuzha Electrical Circle, Thodupuzha 95) Electrical Division, 3 1 1 Deputy Chief Engineer, Thrippunithura Electrical Circle, Ernakulam 96) Electrical Division, 3 1 1 Deputy Chief Engineer, Thrissur East Electrical Circle, Thrissur 97) Electrical Division, 3 1 1 Deputy Chief Engineer, Thrissur West Electrical Circle, Thrissur 98) Electrical Division, 3 1 1 Deputy Chief Engineer, Tirur Electrical Circle, Tirur 99) Electrical Division, 3 1 1 Deputy Chief Engineer, Vadakara Electrical Circle, Vadakara 100) Electrical Division, 3 1 1 Deputy Chief Engineer, Vadakkanchery Electrical Circle, Thrissur 101) Electrical Division, 3 1 1 Deputy Chief Engineer, Vaikom Electrical Circle, Kottayam 102) Generation Circle, 3 1 1 Deputy Chief Engineer, Kothamangalam Generation Circle, Kothamangalam 103) Generation Circle, 3 1 1 Deputy Chief Engineer, Meencut Generation Circle, Meencut 104) Generation Circle, 3 1 1 Deputy Chief Engineer, Moolamattom Generation Circle, Moolamattom 105) Generation Circle, 3 1 1 Deputy Chief Engineer, Moozhiyar Generation Circle, Moozhiyar 106) Generation Circle, 3 1 1 Deputy Chief Engineer, Thrissur Generation Circle, Thrissur 07) Idukki Augmenation 3 1 1 Assistant Executive scheme, Engineer, Idukki Moolamattom Augmentation Scheme, Moolamattom 108) Investigation Circle, 3 1 1 Deputy Chief Engineer, Thrissur Investigation Circle, Thrissur 109) Kozhikode Diesel 3 1 1 Project Manager, KDPP, Power Plant, (KDPP) Kozhikode Page 29 of 95

110) Research & Dam 3 1 1 Director, R&DS Safety Organization, Organization, Pallom Pallom 111) System Operation 3 1 1 Deputy Chief Engineer, Circle, Kalamassery System Operation Circle, Kalamassery 112) System Operation 3 1 1 Deputy Chief Engineer, Circle, Kannur System Operation Circle, Kannur 113) System Operation 3 1 1 Deputy Chief Engineer, Circle, System Operation Circle, Thiruvananthapuram Thiruvananthapuram 114) Transmission Circle, 3 1 1 Deputy Chief Engineer, Alapuzha Transmission Circle, Alapuzha 115) Transmission Circle, 3 1 1 Deputy Chief Engineer, Kalamassery Transmission Circle, Kalamassery 116) Transmission Circle, 3 1 1 Deputy Chief Engineer, Kannur Transmission Circle, Kannur 117) Transmission Circle, 3 1 1 Deputy Chief Engineer, Kottarakkara Transmission Circle, Kottarakkara 118) Transmission Circle, 3 1 1 Deputy Chief Engineer, Kozhikode Transmission Circle, Kozhikode 119) Transmission Circle, 3 1 1 Deputy Chief Engineer, Malappuram Transmission Circle, Malappuram 120) Transmission Circle, 3 1 1 Deputy Chief Engineer, Palakkad Transmission Circle, Palakkad 121) Transmission Circle, 3 1 1 Deputy Chief Engineer, Poovanthuruthu Transmission Circle, Poovanthuruthu

122) Transmission Circle, 3 1 1 Deputy Chief Engineer, Thiruvananthapuram Transmission Circle, Thiruvananthapuram, Vydyuthi Bhavanam.

123) Transmission Circle, 3 1 1 Deputy Chief Engineer, Thodupuzha Transmission Circle, Thodupuzha Page 30 of 95

124) Transmission Circle, 3 1 1 Deputy Chief Engineer, Thrissur Transmission Circle, Thrissur 125) Transmission 3 1 1 Executive Engineer, Division, Transmission Division, Pathanamthitta Pathanamthitta 126) Transmission Stores 3 1 1 Executive Engineer, Division, Angamaly Transmission Stores Division, Angamaly 127) Remaining Items of 9 3 3 Chief Engineer (IT), 3 ARU's - Office of Vydyuthi Bhavanam, the Joint Director- Thiruvananthapuram. IT(CU), Thiruvananthapuram OR (as per the list issued by the Chief Engineer - IT, KSEB) Total 1 507 1 4 134 4 129

VI) List of Substations Sl. Name of Office PC ARU No. a) Transmission Circle, Thiruvananthapuram 110kV Substation, Aruvikkara 1 Deputy Chief Engineer, Transmission Circle, 110kV Substation, Kattakkada 1 Thiruvananthapuram 110kV Substation, Kilimanoor 1 110kV Substation, Medical College 1 110kV Substation, Nedumangadu 1 110kV Substation, Parassala - 110kV Substation, Paruthippara 1 110kV Substation, Technopark 1 110kV Substation, Thirumala - 110kV Substation, Attingal 1 110kV Substation, TERLS 1 110kV Substation, Varkala 1 220kV Substation, Pothencode 1 66kV GIS Substation, LA Complex 1 66kV GIS Substation, Power House - Page 31 of 95

66kV Substation, Neyyattinkara - 66kV Substation,Palode 1 66kV Substation, Veli 1 66kV Substation, Vizhinjam 1 66kV Substation, Vattiyoorkavu 1 Total 16 b) Transmission Circle, Kottarakkara 110kV Substation, Ambalapuram 1 110kV Substation, Ayathil - 110kV Substation, Chavara 1 110kV Substation, Kavanadu 1 110kV Substation, Kottarakkara 1 110kV Substation, Kottiyam 1 110kV Substation, Parippally 1

110kV Substation, Pathanapuram 1 Deputy Chief Engineer, 110kV Substation, Punalur 1 Transmission Circle, Kottarakkara 110kV Substation, Sasthamcotta 1 220kV Substation, Edamon 1 220kV Substation, Kundara 1 66kV Substation, Anchal 1 66kV Substation, Ayoor 1 66kV Substation, Karunagappally 1 Total 14 c) Transmission Circle, Poovanthuruthu 110kV Substation, Ayarkunnam 1 Deputy Chief Engineer, Transmission Circle, 110kV Substation, Chengalam 1 Poovanthuruthu 110kV Substation, Erattupetta 1 110kV Substation, Pala - 110kV Substation, Thrikkodithanam 1 110kV Substation, Vaikom - Page 32 of 95

220kV Substation, New Pallom 1 220kV Substation, Poovanthuruthu 1 66kV Substation, Changanacherry - 66kV Substation, Ettumanur 1 66kV Substation, Gandhinagar 1 66kV Substation, Kanjirappally 1 66kV Substation, Koothattukulam - 66kV Substation, Kottayam 1 66kV Substation, Kuravilangadu 1 66kV Substation, Mundakkayam 1 66kV Substation, Pampady 1 Total 13 d) Transmission Circle, Alappuzha 110kV Substation, Edathua 1 110kV Substation, Aroor 1 110kV Substation, Chellanam 1 110kV Substation, Chengannur 1 110kV Substation, Kayamkulam 1 110kV Substation, Mavelikkara 1 110kV Substation, Punnapra 1 110kV Substation, S.L.Puram 1 Deputy Chief Engineer, 110kV Substation, Thykattussery 1 Transmission Circle, Alappuzha 220kV Substation, Edappon 1 66kV Substation, Alappuzha 1 66kV Substation, Cherthala 1 66kV Substation, Karuvatta 1 66kV Substation, Kuttanad 1 66kV Substation, Nangiarkulangara 1 66kV Substation, Pathirappally 1 Total 16 Page 33 of 95 e) Transmission Circle, Kalamassery 110kV Substation, Aluva 1 110kV Substation, Edappally 1 110kV Substation, Edayar 1 110kV Substation, Kadavanthra 1 110kV Substation, Kaloor 1 110kV Substation, Kandanadu 1 110kV Substation, Kurumassery 1 110kV Substation, Mattanchery 1 110kV Substation, New Vyttila 1 110kV Substation, North Parur 1 110kV Substation, Panangad 1 110kV Substation, Vyttila 1 110kV Substation, Wellington Island 1 220kV Ambalamugal Substation, 1 Deputy Chief Engineer, 220kV Substation, Brahmapuram 1 Transmission Circle, Kalamassery 220kV Substation, Kalamassery 1 66kV GIS, Fort Kochi 1 66kV GIS, Marine Drive 1 66kV Substation, Edathala 1 66kV Substation, Ernakulam North 1 66kV Substation, Kakkanad 1 66kV Substation, Kizhakkambalam 1 66kV Substation, Mulavukadu 1 66kV Substation, Njarackal 1 66kV Substation, Panampilly Nagar 1 66kV Substation, Perumanoor 1 66kV Substation, Puthencruz 1 66kV Substation, Thrikkakara 1 Total 28 Page 34 of 95 f) Transmission Circle, Thodupuzha 110kV Substation, Adimali 1 110kV Substation, Moovattupuzha - 110kV Substation, Myloor 1 110kV Substation, Perumbavoor 1 110kV Substation, Piravom 1 110kV Substation, Rayonpuram 1 110kV Substation, Udumpannoor 1 66kV Substation, Kattappana 1 Deputy Chief Engineer, 66kV Substation, Karimanel 1 Transmission Circle, Thodupuzha 66kV Substation, Kothamangalam - 66kV Substation, Kulamavu 1 66kV Substation, Nedumkandam 1 66kV Substation, perumedue 1 66kV Substation, Vandiperiyar 1 66kV Substation, Vazhathoppe 1 66kV Substation, Thodupuzha - Total 13 g) Transmission Circle, Thrissur 400kV Substation, Madakkathara 1 Deputy Chief Engineer, Transmission Circle, 110kV Substation, Athani 1 Thrissur 110kV Substation, Ayyampuzha 1 110kV Substation, Chalakudy 1 110kV Substation, Cherpu 1 110kV Substation, Guruvayoor 1 110kV Substation, Irinjalakuda 1 110kV Substation, Kandasakkadavu 1 110kV Substation, Kodakara 1 110kV Substation, Kunnamkulam 1 110kV Substation, Malayattoor 1 Page 35 of 95

110kV Substation, Ollur 1 110kV Substation, Pazhayannur 1 110kV Substation, Pullazhi 1 110kV Substation, Punnayoorkulam 1 110kV Substation, Valappad 1 110kV Substation, Viyyur 1 110kV Substation, Wadakkancherry 1 66kV Substation, Angamaly 1 66kV Substation, Karukutty 1 66kV Substation, Kattoor 1 66kV Substation, Kodungalloor 1 66kV Substation, Mala 1 66kV Substation, Pudukad 1 Total 24 h) Transmission Circle, Palakkad 110kV Substation, Cherupulassery 1 Deputy Chief Engineer, Transmission Circle, 110kV Substation, Kalladikode 1 Palakkad 110kV Substation, Kanjikode 1 110kV Substation, Kollengode 1 110kV Substation, Koottanad 1 110kV Substation, Koppam 1 110kV Substation, Kozhinjampara 1 110kV Substation, Malampuzha 1 110kV Substation, Mannarkkad 1 110kV Substation, Ottapalam 1 110kV Substation, Parali 1 110kV Substation, Pathirippala 1 110kV Substation, Vadakkenchery 1 110kV Substation, Vennakkara 1 110kV Substation, Walayar 1 Page 36 of 95

220kV Substation, Kanjikode 1 220kV Substation, Shoranur 1 66kV Substation, Chittur 1 66kV Substation, Kannampully 1 66kV Substation, Nenmara 1 Total 20 i) Transmission Circle, Malappuram 110kV Substation, Edappal 1 110kV Substation, Chelari - 110kV Substation, Edarikkode - 110kV Substation, Kizhissery - 110kV Substation, Kuttippuram 1 110kV Substation, Malappuram 1 110kV Substation, Melattur - 110kV Substation, Ponnani 1 Deputy Chief Engineer, Transmission Circle, 110kV Substation, Tirur 1 Malappuram 220kV Substation, Areacode - 220kV Substation, Malaparamba - 66kV Substation, Edakkara - 66kV Substation, Manjeri - 66kV Substation, Nilambur - 66kV Substation, Perinthalmanna - Total 5 j) Transmission Circle, Kozhikode 220 kV Substation, Vatakara - Deputy Chief Engineer, Transmission Circle, 110kV Substation, Koduvally 1 Kozhikode 110kV Substation, Agasthiamoozhy 1 110kV Substation, Chakkittapara 1 110kV Substation, Chevayur - 110kV Substation, Koyilandy - Page 37 of 95

110kV Substation, Kunnamangalam 1 110kV Substation, Kuttiadi 1 110kV Substation, Meppayur 1 110kV Substation, Nadapuram 1 110kV Substation, Vadakara - 110kV Substation, West Hill - 66kV GIS Substation, Puthiyara 1 66kV Substation, Ambalaparamba 1 66kV Substation, Koothumunda 1 66kV Substation, Kuttikkattor - 66kV Substation, Manathavady 1 66kV Substation, Mankavu - 66kV Substation, Sulthan Bathery 1 66kV Substation, Thamrassery 1 Total 13 k) Transmission Circle, Kannur 110kV Substation, Azhikode 1 Deputy Chief Engineer, Transmission Circle, Kannur 110kV Substation, Cherupuzha 1 110kV Substation, 1 110kV Substation, Chovva 1 110kV Substation, Ezhimala 1 110kV Substation, Iritty 1 110kV Substation, Kanhangad 1 110kV Substation, Kasaragod 1 110kV Substation, Kubanoor 1 110kV Substation, Mangad 1 110kV Substation, Manjeswaram 1 110kV Substation, Mattannur 1 110kV Substation, Mulleria 1 110kV Substation, Mundayad 1 Page 38 of 95

110kV Substation, Panoor 1 110kV Substation, Payangadi 1 110kV Substation, Payyannur 1 110kV Substation, Pinarayi 1 110kV Substation, Thalassery 1 220kV Substation, Kanhirode 1 220kV Substation, Mylatty 1 220kV Substation, Taliparamba 1 66kV Substation, Kuthuparamba 1 66kV Substation, Nedumpoil 1 66kV Substation, Sreekandapuram 1 Total 25 Transmission Division, Pathanamthitta 66kV Substation, Thriveni 1 Executive Engineer, 66kV Substation, Kochupampa 1 Transmission Division, Pathanamthitta Total 2 Grand Total 189

VII) Additional Offices

Sl. Offices Item Mobile 8 Port ARU No. Printer Switch Lap Server PC Dot A4 Laser & top PC Matrix Printer Battery Printer Kit 136 80 Net Laser Col. Col work Printer . a) Finance Officer, ------1 - - Secretary, (Purchase of Power), K.S.E. Vydyuthi Bhavanam, Board Thiruvananthapuram a RAO, Monitoring Cell, - - 1 - - - 1 - - Secretary, O/o the Chief K.S.E. Internal Auditor, Board Vydyuthi Bhavanam, Thiruvananthapuram. Total - - 1 - - - 2 - - Grand Total 5 157 940 144 136 135 58 5 261 Page 39 of 95

Consolidated List of Computer & Accessories Sl. Offices Item Mobile 8 Port No. Printer Switch Laptop Server PC Dot A4 Laser & PC Matrix Printer Battery Printer Kit 136 80 Net Laser Col. Col. work Printer I) Offices Under 1 134 141 133 132 - 3 - 132 member (D) II) Offices Under - 22 29 7 - - 17 - - Member (T&GO) III) Offices Under 4 - 13 3 - 1 8 5 - Corporate Wing IV) Offices Under - - 60 - - - 24 - - Member (G) V) Other requirements 1) Training Centers a) PETARC, - - 16 - - 1 - - - Moolamattom b) RPTI, - - 11 - - 1 - - - Thiruvananthapuram c) RPTI, Kottayam - - 20 ------d) RPTI, Thrissur - - 20 ------e) RPTI, Kozhikode - - 20 ------f) SRCTC, Vydyuthi - - 11 - - 1 - - - Bhavanam, Thiruvananthapuram 2) Other Offices a) Dy.SP, Vigilance - - 2 - - - 2 - - Wing, Vydyuthi Bhavanam, Thiruvananthapuram. b) Chief Engineer - - 1 ------(Commercial & Tariff), Vydyuthi Bhavanam, Thiruvananthapuram c) Resident Audit Office, - - 3 - - 1 - - - O/o the AG, Vydyuthi Bhavanam, Page 40 of 95

d) Dy.Chief Engineer - - 16 1 4 1 2 - - (HRM–I), Vydyuthi Bhavanam, Thiruvananthapuram e) Regional IT Unit, - 1 ------Kozhikode 3) 129 ARUs for HRIS - - 387 - - 129 - - 129 VI) Substations a) Transmission Circle, - - 16 ------Thiruvananthapuram b) Transmission Circle, - - 14 ------Kottarakkara c) Transmission Circle, - - 13 ------Poovanthuruthu d) Transmission Circle, - - 16 ------Alappuzha e) Transmission Circle, - - 28 ------Kalamassery f) Transmission Circle, - - 13 ------Thodupuzha g) Transmission Circle, - - 24 ------Thrissur h) Transmission Circle, - - 20 ------Palakkad i) Transmission Circle, - - 5 ------Malappuram j) Transmission Circle, - - 13 ------Kozhikode k) Transmission Circle, - - 25 ------Kannur l) Transmission - - 2 ------Division, Pathanamthitta VII Additional Offices a) Finance Officer ------1 - - (Purchase of Power) Vydyuthi Bhavanam b) RAO, Monitoring Cell, - - 1 - - - 1 - - O/o the Chief Internal Auditor Total 5 157 940 144 136 135 58 5 261 Page 41 of 95

D) COMMERCIAL CONDITIONS:- 1) Earnest Money Deposit (EMD):- The amount of EMD for the Tender is given in the Tender Notification. No adjustments against any other pending payments to the tenderer from the Board are allowed. EMD shall be furnished in the form of Demand Draft drawn in favour of Chief Engineer (SCM) K.S.E.Board payable at Thiruvananthapuram. Tenders without EMD will be summarily rejected. Bank Guarantee is not acceptable towards EMD. Kerala Government Public Sector Undertaking are exempted from furnishing Earnest Money Deposit. 2) Security Deposit:- The successful tenderer shall, before he enters in to an agreement in writing, deposit a sum equivalent to 5 % of the total contract value in the form of Demand Draft favouring the Chief Engineer (SCM) K.S.E.Board payable at Thiruvananthapuram or Bank Guarantee from a Nationalised/ Scheduled Bank other than Indus Ind Bank in the prescribed form with a validity period of six years and six months from the date of purchase order. The Bank Guarantee must be valid for a minimum period of 2 years and shall be extended as directed by Chief Engineer (SCM). The Security Deposit will be released only after the successful completion of the contract period after producing Non Liability Certificate. 3) Agreement:- The successful Tenderer, immediately on receipt of the order should return the marked copy duly acknowledged in token of acceptance and should execute the agreement in Kerala stamp paper worth `100/- in the prescribed format within 14 d ays from date of receipt of the order. 4) Delivery, Installation and Commissioning:- The equipments are to be delivered to and installed within the stipulated time at the premises of the consignees as per list attached. Advance intimation should be given to the consignee before delivery. The contractor shall be liable to complete all deliveries, installation and commissioning of the items within the stipulated period from the date of detailed purchase order. The delivery plan and details shall be intimated to the office of the Chief Engineer (SCM) Thiruvananthapuram well in advance. 5) Delivery Period:- The materials shall be supplied, installed and commissioned as per the conditions of the contract. The detailed list of sections to be covered is as per list shown above. The supply, installation and commissioning of all the equipments shall commence within 60 days from the date of the Purchase Order and completed within 150 days from the date of the Purchase Order. 6) Pre Despatch Inspection and Testing:- a) The Board reserves its right to inspect and approve the materials before despatch. All facilities should be rendered for the Board’s representatives or inspecting the materials. All tests as prescribed in the relevant standards as applicable have to be conducted in his presence. Advance information regarding readiness of goods for inspection and the date of inspection and testing shall be given by Fax to the Chief Engineer, (SCM) immediately when each consignment or lot is ready for dispatch b) The Boards representative shall be entitled at all reasonable time during manufacture to inspect, examine and conduct tests on the materials and workmanship of the item to be supplied under this contract. If any part of the item offered is being manufactured elsewhere than in the supplier’s premises, the supplier shall obtain permission for the Board’s representatives to inspect, examine and test the item under manufacture as if they were being Page 42 of 95

manufactured in supplier’s premises. Such inspection, examination and testing shall not release the supplier from the obligations under this contract. c) The supplier shall give the Board’s representative advance notice in writing of the date and place where the items will be ready for testing. d) The materials will be inspected and relevant test if deemed necessary will be conducted on receipt of the materials by the consignees and the item not satisfying the tests will be totally rejected. 7) Penalty :- In case the supplier could not supply as per the agreement within the specified delivery period penalty will be charged @1% per month of balance contract to be performed subject to a maximum of 10%. In case the contract is not completely and satisfactorily performed, KSEB has the right to terminate the contract at the risk and cost of the contractor and forfeit the Security Deposit. 7(a) If the rejected materials are not lifted from the site within 15 days of receipt of the intimation of rejection by the consignee the supplier/ contractor shall be liable to pay ground rent @0.1% of the above value of rejected materials for every day of delay. The maximum ground rent will be 10%. 8) Price:- Price quoted should be firm in all respects for delivery, installation, testing and commissioning (including warranty for three years) for the period of Six months from date of opening of the Pre-qualification bid or four months from the date of opening of Price bid which ever is earlier. The rate for AMC shall be quoted separately in schedule-II of price bid. Price variation clause is not applicable for this tender . The prices quoted should be inclusive of all taxes and duties in full, freight and insurance in full, installation charges and other levies if any. This should be as per the price schedule enclosed in the tender document. However basic price, duties and taxes etc. shall be shown separately with the total cost. Statutory Variation of Taxes and duties due to change in Government Policy will be allowed provided the material is supplied within the scheduled delivery period. 9) Tenders without quoting for AMC are liable to be rejected. 10) The Purchase orders will be sent by post. 11) Payment:- 90% of the Ex works price of the material supplied in good working condition with taxes and duties (Full) freight and insurance (in full) will be made from Board’s/ REC funds after installation, testing and commissioning of the items as indicated in the order as per delivery schedule, in sound condition. Invoices in quintuplicate are to be raised in the name of the consignees concerned after completion of successful supply and installation. The bills shall be passed by the ARU heads and forwarded to the Chief Engineer (SCM)’s office within 20days of receipt of the bill in the Consignee Office. All payment will be made by the Paying Authority (Chief Engineer (SCM), Pattom, Vydyuthi Bhavanam, Thiruvananthapuram). Balance 10% will be paid after completion of the guarantee period. On production of Bank Guarantee equivalent to 10% of the total contract value from a Nationalised or Scheduled Bank except Indus Ind Bank, in the prescribed form with a validity period of 6 years and 6 months, the 10% amount will be released. The Bank Guarantee must be valid for a minimum period of 2 years and shall be extended as directed by Chief Engineer (SCM). Clause-15 of the General Conditions of Contract stand amended to this extent. Bank charges, if any, incurred in connection with effecting payments will be to the suppliers account. Board has all liberty to change the type of payment depending on the prevailing condition. The final payment will be made only on production of an undertaking by the supplier/contractor that all taxes and duties payable to Page 43 of 95

Central/State Government Departments/Agencies due to this supply/contract have been paid by him and if any claim is received in future from any Central/State Department/Agencies under existing laws regarding this supply/contract, the supplier/contractor shall be liable to pay the same. Payment for AMC after the warranty period will be made yearly on satisfactory completion of each year of AMC. 12) Training:- The supplier shall arrange training for the system supervisors/ Engineers to familiarize them with the equipments. This will enable a smooth take over of the equipments at the time of supply as well as ensure better maintenance of the system during the contract period. Topics for training :-

Duration - One day at each Electrical Circle offices (Total 23 Circle Offices) 1) Demonstrating and explaining External parts, Power connection, switches, Ports etc of equipments supplied for general awareness. 2) Step by step method for checking and accepting the machines and equipments based on the technical specifications. 3) Identification of malfunctioning or problems of all equipments viz. Computers, Printers, Network Switch, Cabling, UPS and procedure for reporting 4) Start up and Shut down procedure. 5) Daily upkeep of equipments 6) Making back up copies on CDs 7) Loading paper on all types of Printers supplied 8) Loading Cartridge on all types printers supplied 9) Printer and paper size set up for the specific requirement of the application 10) Detection of malfunctioning using the PC Health monitoring software supplied 11) System recovery methods using the recovery software supplied 12) Configuring RAID and error messages related to RAID 13) Basic Dos and Don’ts regarding the daily upkeep of the equipments supplied. 13) Consignee:- The consignees for the System and accessories are given in Clause C above. The delivery should be made at the location and installation carried out immediately. 14) License:- The licenses of any software (Linux) required for the operation should be in the name of Kerala State Electricity Board and valid for the entire warranty and AMC period. 15) Taxes:- The percentage of Taxes and Duties taken in the Tender, if any, should be indicated clearly. If there is any reduction in the percentage on the rate of Taxes & Duties, the same should be passed on to the Board. Any increase in taxes and duties on account of change in policy decisions of Government during the period of contract will be to Board’s account. But any increase in taxes & duties due to change in turn over etc. of the supplier will be to the supplier’s account. The documents relating to the percentage of Taxes & Duties should be presented along with the invoice and will be reimbursed only on production of documentary evidence/ or after providing an undertaking from the supplier stating that “if any Page 44 of 95

dispute on payment of taxes and duties from concerned tax authorities occurs in future, the firm shall be indemnify the Board from such liabilities and the supplier will be made liable for the additions, loss or cost on account of such discrepancies/ dispute”. 16) The Board is a registered dealer under the Central Sales Tax act. Hence inter- state Sales Tax, if payable will be only at concessional rates allowed to Registered Dealer. ‘C’ forms will be issued by the concerned ARUs’ with full details of R/R & Invoice. Details of ‘C’ forms shall be made to the ARUs’ immediately after completion of supply. 17) Transport and handling:- The expenses for transporting the items to various locations including loading & unloading charges, handling at the locations etc. will be to the Contractor’s account. Service tax, if any, applicable in the freight charge will be to the supplier’s account. 18) Insurance:- The items to be supplied should be insured for transit and handling including handling at the locations at the suppliers expense till the installation, testing and commissioning of the System. E) PERFORMANCE GUARANTEE:- 1) The offer shall be inclusive of a comprehensive onsite warranty for the 3 (three) years and subsequent three year Annual Maintenance Contract (AMC) period for all the items from the date of commissioning. The supplier shall maintain systems and peripherals supplied and installed under this contract in accordance with the provisions laid down in the clauses below during the above period. 2) Scope and Services Covered under performance Guarantee and AMC : The supplier shall provide the following services under the performance guarantee and AMC to keep the systems and peripherals in good working order (a) Un scheduled on call corrective and remedial maintenance service to set right the malfunctioning of the system. This includes replacement of unserviceable parts. The parts replaced will either be new parts or equivalent in performance to new parts. In the case of a part, the defective part removed from the system will become the property of the supplier. (b) Operating System (OS) Support :- The supply is comprehensive inclusive of OS support on all the systems supplied and installed under this contract. Any problem related with OS maintenance, reloading of OS with all device drivers, OS upgrade, device drivers, System configuration and network configuration (if required) shall be attended & rectified by the supplier. All required device drivers shall be provided by the supplier. The supplier shall also keep a copy of all device drivers (c) Scheduled preventive maintenance (PM) shall be carried out once in Three Months for all systems and peripherals as detailed in Annexure-II . The supplier should submit the call sheets/ PM reports as in Annexure-II to respective Engineers. In case the supplier fails to submit PM reports, a penalty prescribed in clause-4C below will be levied for the period so delayed. Preventive maintenance can be clubbed with corrective maintenance. 3) Service Assurance :- (a) Maximum acceptable downtime will be Forty Eight hours (2 working days) (including complaint reporting and attending days) at a time for all the Systems and peripherals installed under this contract. Page 45 of 95

4) Downtime Penalty :- A) Downtime penalty will be charged for completing the calls after the time allowed viz., 48 hours. B) Downtime penalty shall be settled every year failing which the amount due to the Board is liable to be realised from the Bank Guarantee furnished by the supplier. C) Penalty for non performance of Preventive Maintenance will be `.100/- per week for each item. The Down Time Penalty will be as under For Servers - `100/- per day For PCs - `50/- per day For Printers - `50/- per day D) The maximum downtime penalty charged on a particular item in each year shall not exceed 25% of the cost of that item. 5) Terms of Performance Guarantee and Annual Maintenance Contract (AMC) :- (a) The new upgrade items (Memory, HDD, MM Kit etc.) or other hardware purchased from the supplier or any other vendor and integrated into the existing warranty system, will be included in the Warranty with the supplier as soon as the warranty of the purchased item expires. This will be done through an Addendum to this contract signed by KSEB and the supplier. The new hardware may be inspected by the contractor if it is procured from other sources. In case KSEB decides to withdraw any equipment from contract during the warranty / AMC period, the same will be taken out of this contract with written information to the supplier. (b) If the User is not able to hand over the system to the supplier’s engineer for maintenance purpose, such time will not be considered for the down time penalty. (c) In case of intermittent failures and repetitive problems due to improper diagnosis or repair, the system will be treated as continuously down. (d) The supplier is not liable for problems arising out of break down or services or spares cost, arising out of damages caused due to fire, theft, riots, accidents, earthquakes, storm and other natural calamities. (e) The Performance Guarantee and AMC does not include consumables such as Printer cartridges, ribbons etc. (f) Printer Heads: The warranty for Printer heads shall be a minimum of three years . Replacement of Printer heads shall be responsibility of the contractor during the entire warranty and AMC period of the Contract. The cost of Printer heads after their respective warranty periods will be borne by K.S.E.Board. (g) At each location, K.S.E.Board will keep a System Maintenance Register which is a record of machine failure including the nature of failure, date and time of booking the complaint, when the machine was put back in to service and the total down time. This record will be signed by the supplier’s Service Engineer and KSEB Engineer. Format for keeping this record will be as per the Annexure-III . It is the responsibility of the head of the office to maintain such a register. Page 46 of 95

(h) Call Registration And Completion :- All the maintenance calls will be logged using the System Maintenance Register. Also, they may be registered with the nearest supplier’s office. The supplier shall acknowledge each call with a unique Call number, which is to be used for reference in future. A call service slip may be made for each call. The Call service slip shall contain the following details: call number, reported problem, affected items, date and time of call reporting, date and time of call attending, date and time of call completion, down time in days/hrs, fault diagnosed, repairs carried out, components replaced etc. Completion of calls will be certified by an Assistant Engineer or by a nominee. The supplier shall prepare the call service slips in duplicate. These will be signed by KSEB Engineer & the supplier. One copy will be given to the user and one copy will be retained by the supplier. No other documents will be used to workout downtime for penalty calculation. The entries in the System Maintenance Register may also be completed based on the entries of the Call service slip after closing the call. A provision of a common telephone number with a minimum of 5 lines is to be provided by the supplier for making calls to register complaints and getting token numbers for the same at the time of complaint registration. All calls received should be registered in a portal which can be accessed by K.S.E.Board with facility to generate reports of down time of all complaints. The details of closing a call will be entered by the supplier. These entries shall be based on the call service slip signed by the KSEB engineer of the section office and the service engineer of the supplier with date and time. (i) KSEB personnel will be responsible for operating the systems and peripherals. During the period of warranty and AMC, KSEB will restrict to operational activities only and will not repair any equipment. The contract does not cover any Database or User application related problem. (j) Whenever the system and peripherals cannot be repaired on site within the specified time limits, the vendor will have to provide an alternate equipment of matching specification of the equipment supplied under the contract. This shall be replaced within the period of maximum 30 days with the same equipment after repair or with an equipment of same or better model of the equipment supplied under the contract. All such replaced equipments will also come under the clauses of the existing Performance Guarantee. (k) Force Majeure :- The supplier shall not be liable or deemed to be default of any delay or failure in performance stated herein resulting directly or indirectly from causes beyond his reasonable control. If the supplier is prevented from performing its function under the instrument for a period longer than six months, the supplier’s liability ceases. Then both the parties shall discuss the course of action to be taken afterwards. (l) Annual Maintenance Contract (AMC ): All the systems purchased from the supplier will be included in three years AMC as soon as three years warranty expires. Rates (annual) for the AMC for three years after the expiry of warranty period shall be quoted in Schedule-II. This will be considered as a part of the Tender. Tenders without the maintenance charges are liable to be rejected. The Tenderer should clearly indicate yearly AMC charges valid for three years. (m) The Annual Maintenance Contract will be comprehensive and cover the cost of all the spare parts required for replacement/repair the computer system except printer heads and consumable items like printer/ ribbons /Cartridge Page 47 of 95

etc. The AMC shall be on regular basis to ensure the minimum down time of the system. (n) Payment for AMC: The payment will be released yearly. The supplier will submit yearly bill along with the downtime statement within one week of completion of the year to the paying authority along with certified monthly downtime statements of the custodian officers. The ARU will reconcile this, pass and forward this bills to the Office of the Chief Engineer (SCM), Vydyuthi Bhavanam, Pattom, Thiruvananthapuram to release the payment. In case penalty exceeds AMC amount the excess amount will be adjusted in the next year bill or the Security Deposit. (o) The purchaser has the right to terminate the AMC at any time after giving one months notice and in case of such termination, the supplier shall not be entitled to claim any compensation. (p) If the supplier fails to execute the AMC Agreement and carryout AMC works after the expiry of the Guarantee period, the maintenance of the Computers and Accessories will be arranged through other agencies at risk and cost of the supplier and their Security Deposit forfeited. (q) The maximum AMC penalty amount will be limited to 10% of the AMC Contract Value. (r) The maximum penalty for a particular equipment shall not exceed the AMC value of the equipment. 6. Change of ownership: The obligation of the supplier company/Firm under this contract shall not cease even if the ownership changes. The successor in interest or transferee shall have the obligation to perform the contract. F. GENERAL CONDITIONS :- 1) The Tenders should be forwarded, IN DUPLICATE and addressed to the Chief Engineer (SCM), Kerala State Electricity Board, Pattom, Thiruvananthapuram- 695004 in a sealed cover with the tender No. and name of the material duly superscribed thereon. 2) The tender should be in the form prescribed for each tender which can be obtained from the office of the Chief Engineer (SCM), Kerala State Electricity Board, Pattom, Trivandrum-4. TENDERS THAT ARE NOT IN THE PRESCRIBED FORM ARE LIABLE TO BE REJECTED. Tenderer may use their own form for supplementing in tender, but this printed form MUST also be signed on all pages and returned IN-TACT along with the tender, Tenders without this form completed and duly signed, will not be considered. The forms will not be sent by V.P.P nor by cheques, postal orders or postage stamps be accepted towards the cost of the forms. The cost of the tender forms once paid is not refundable on any account, nor will the amount be adjusted towards cost of any other tender form. The tender forms are not transferable. Requisition for forms should be made in writing stating clearly the number and superscription details of the tender for which forms are required. I.e., (a) The number and supersciption details of tender (b) Details of tender forms required, whether the original set or the number of additional copies required and (c) The full address of the OEM/ OEM Vendor in whose name the forms are to be issued. The tender forms will be sent by registered Book Post to the firm or will be handed over to the firm’s representative in person in case they so Page 48 of 95

desire. No complaint regarding non-receipt of forms’ will be entertained on any account, should the forms be lost in transit. 3) The rates quoted should be for the unit specified in the schedule attached and should be only in Indian currency. Quotations in any other currency will be liable to be rejected. The column “Total” should also be correctly filled in. 4) Intending tenderers should send their tender so as to reach the Chief Engineer (SCM), Kerala State Electricity Board, Vydyuthi Bhavanam, Pattom, Thiruvananthapuram - 695004 on or before the due date and time prescribed in the tender notice. No tender received after the date and time specified will be accepted on any account. 5) Earnest Money Deposit (EMD ):- EVERY TENDER SHOULD BE ACCOMPANIED BY AN EARNEST MONEY PRESCRIBED. The earnest money shall be furnished as Bank Drafts. Bank Guarantee towards earnest money for individual tenders will on no account be accepted. CHEQUES OR POSTAL ORDERS WILL NOT BE ACCEPTED. The Bank draft must be enclosed with the tender so that it may reach the Chief Engineer (SCM), Kerala State Electricity Board before the due date and time prescribed for the tender. TENDERS NOT ACCOMPANIED BY SUFFICIENT EARNEST MONEY WILL BE REJECTED. The earnest money of the unsuccessful tenderers will be returned as soon as possible after the tenders are settled, but that of the successful tenderer will be adjusted towards security deposit that will have to be deposited for the satisfactory fulfillment of the contract. No interest will be paid for the earnest money deposited. Bank guarantees or other security deposited with KSEB, Stores Purchase Department (Kerala State) will not be accepted in respect of tenders submitted to this Board. Tenders which do not comply with the above will be rejected. 6) The tenders will be opened on date & time specified in the tender notice or on a date & time fixed by Board under notification in the presence of such of those tenderers or their representatives who may be present at that time. Details of prices etc. will be read out to those present at that time and such details will not be furnished to the representatives if they call at a later date. 6(a) The rate will be considered firm for acceptance till six months from the date of Opening of Pre-qualification Bid or four months from the date opening of the Price Bid whichever is earlier. If any tenderer withdraws from his tender before the expiry of the period fixed for keeping the rates firm for acceptance, the earnest money deposited by him will stand forfeited to the Board. 6(b) Tenders not stipulating period of firmness and tenders with price variation clause and/or “subject to prior sale” conditions are liable to be rejected. 6(c) Tenders subject to conditions will not be considered. They are liable to be rejected on that sole ground. 7) The final acceptance of the tenders rests entirely with the Chief Engineer (SCM), Kerala State Electricity Board, who does not bind himself to accept the lower or any tender. But the tenderers on their part should be prepared to carry out order in respect of such portion of the supplies included in their tenders as may be allotted to them. In any case, the decision of the Chief Engineer (SCM), Kerala State Electricity Board shall be final and no correspondence shall be entertained in to, as to why a tender was not accepted or why a portion of the item only was ordered for etc. 8) In the case of materials of a technical nature, the successful tenderer should be prepared to guarantee satisfactory performance for a period of 3 years from the Page 49 of 95

date of successful installation and commissioning of all the systems under a definite penalty clause. 9) The successful tenderer shall also execute an agreement in the form prescribed by the Board for the due fulfillment of the contract within the period to be specified in the letter to the contractor and shall have to pay all stamp duty, lawyer’s charge and other expenses incidental to the execution of the agreement. Failure to execute the agreement within the period specified will entail the penalties set out in para-10 below. 10) The successful tenderer shall before signing the agreement and within ten days after the acceptance of his tender has been intimated to him deposit a sum equivalent to 5 per cent of the value of the contract. The amount of security may be deposited in the manner prescribed in clause-5 supra if the Security is in the form of Bank Guarantee it should be in the prescribed form. If the successful tenderer fails to deposit the security and execute the agreement as stated above the earnest money deposited by him will be forfeited to the Board and the contract advertised again at the defaulter’s risk. Any loss incurred by the Board on account of the resale will be recovered from the defaulter who will however not be entitled to any gain accruing thereby. 11) The Security Deposit will be released only after the successful completion of the contract period after producing Non Liability Certificate. But in the event of any dispute arising between the Board and the contractor, the Board shall be entitled to deduct out of the deposits or the balance there of until such dispute is determined, the amount of such damage costs, charges and expense as may be claimed. The same may also be deducted from any other sum which may be due at any time from the Board to the contractor. 12) All payments to the contractor will be made by the Purchasing Officer (from the O/o the Chief Engineer (SCM), Vydyuthi Bhavanam, Thiruvananthapuram) in the due course by Cheques on the State Bank of Travancore. 13) Payment will only be made after the supplies are actually verified and taken to stock as per conditions in Clause-11 of Commercial Conditions. 14) The contractor shall not assign or make over the contract or the benefits or burdens or any part thereof to any other person or persons or body corporate. The contractor shall not underlet or sublet to any person or body corporate the execution of the contract or any part there of without the consent in writing of the Chief Engineer (SCM), Kerala State Electricity Board. The Chief Engineer (SCM) shall have absolute power to refuse such consent or to rescind such consent any time, if he is not satisfied with the manner in which the contract is being executed, and no allowance or compensation shall be made to the contractor or the sub-contractor up on such rescission. Provided always that if such consent be given at any time the contractor shall not be relieved from any obligation, duty or responsibility under this contract. 15) In case the contractor becomes insolvent or goes into liquidation or makes or proposes to make any assignment for the benefit of his creditors or proposes any composition with his creditors for the settlement of his debts or carries on behalf of his creditors or in case any receiving order or orders for the administration of his estate are made against him or in case the contractor shall commit any act of insolvency of in case in which under any clause or clauses of his contract, the contractor shall have rendered himself liable to damages amounting to the whole of his security deposits the contract, shall thereupon after notice given by the Chief Engineer (SCM), Kerala State Electricity Board to the contractor be determined and the Board may complete the contract in such time and manner Page 50 of 95

and by such persons as the Chief Engineer (SCM), Kerala State Electricity Board shall think fit. But such determination of the contract shall be without any prejudice to any right of remedy of the Board against the contractor of his sureties in respect of any breach of contract therefore committed by the contractor. All expenses and damages caused to the Board by any breach of contract by the contractor shall be paid by the contractor to the Board and may be recovered from him under the provisions of the Revenue Recovery Act in force in the State. (a) The persons/Contractors submitting tenders should produce a solvency certificate, along with their tenders clearly indicating to what extent they are solvent, from Bank / the Tahsildar of the Taluk where they reside or the networth certificate issued by a chartered Accountant should be produced. 16) In case the contractor fails to supply and deliver any of the said articles and things within the time provided for delivery of the same or in case the contractor commits any breach of any of the covenants, stipulation and agreements here in contained and on his part to be observed and performed then and in any such case, it shall be lawful for the Chief Engineer (SCM), Kerala State Electricity Board (if he shall think fit to do so) to arrange for the purchase of the said articles and things else where or on behalf of the Board by an order in writing under the hand of the Chief Engineer (SCM), Kerala State Electricity Board to put an end to this contract and in case the Board shall have incurred, sustained or been put to any costs, damages or expenses by reason of such purchases or by reason of this contract having been so put an end to or in case any difference in price, compensation loss costs, damages expenses or other money shall then or at any time during the continuance of this contract be payable by the contractor to the Board under and by virtue of this contract it shall be lawful for the Board from and out of any moneys for the time being payable or owing to the contractor from the Board under or by virtue of this contract or otherwise to pay and reimburse to the Board all such costs damages and expenses they may have sustained, incurred or been put to by reason of the purchase made else where or by reason of this contract having been so put an end to as aforesaid and also all such difference in price, compensation, loss, cost damages, expenses and other moneys as shall for the time being, be payable by the contractor as aforesaid. (a) In case any difference or dispute arises in connection with the contract, all legal proceedings relating to the matter shall be instituted in the Court within Thiruvananthapuram City. (b) In case, where a successful tenderer after having made partial supplies fails to fulfill the contracts in full, all or any of the materials not supplied may at the discretion of the purchasing officer, be purchased by means of another tender/quotation or by negotiation or from the next higher tenderer who had offered to supply already and the loss if any, caused to the Board shall thereby together with such sums as may be fixed by the Board towards damages be recovered from the defaulting tenderer. 17) Every notice hereby required or authorized to be given may be either given to the contractor personally or left at his residence or last known place of abode or business or may be handed over to his agent personally faxed or emailed or may be addressed to the contractor by post at his usual or last known place of abode or business and if so addressed and posted shall be deemed to have been sufficiently served on the contractor on the date on which in the ordinary course of mail a letter so addressed and posted would reach his place of abode or business. Page 51 of 95

18) The tenderer shall undertake to supply materials according to the standards and specifications prescribed. 19) No representation for enhancement of rate once accepted will be considered. (a) In case of imported goods, when the price accepted is the ex-site price, quoted by the tenderer the benefit of any reduction in the C.I.F. price should accrue to the Board. 20) Any attempt on the part of the tenderers or their agents to influence the Board in their favour by personal canvassing will disqualify the tenderers. 21) Tenderers should be prepared to accept orders that in the event of their default to supply as ordered or failure to supply within the period stipulated in the order the security deposited under para-10 supra will be forfeited in respect of such belated supplies the Board and or the Chief Engineer (SCM) has also the option to refuse to accept the supply and also the further option that when belated supplies are accepted the price to be paid will be as settled by the Board or/and the Chief Engineer (SCM) whose decision will be final and the contractor will be further liable to pay 1% of balance contract to be performed as liquidated damages for every month or part there of subject to a maximum of 10% of value of belated supplies. But where the actual damages is proved as exceeding this amount the contractor is liable to pay such damages instead of the said 1% or 10% above stipulated. (a) Where due to any default of contractor in the execution of contract, the Board makes purchases on open market or after negotiation or after inviting fresh tender and setting with any of such tenderers, as per the discretion of the Board or its officers invested with powers to enter into such contracts the contractor will be liable to pay the Board the extra costs incurred by the Board and also other expenses defrayed. 22) E-MAIL OR FAX TENDER OFFER WILL NOT BE CONSIDERED. 23) The prices quoted should be inclusive of all taxes duties etc., which are or may become payable by the contractor under existing or future laws or rules of the country of origin or supply during the course of executions of the contract. It will be assumed that the prices quoted are inclusive of all such taxes duties etc. and extra claims therefore will not be accepted. 24) If any tenderer has Rate Running Contract with the Director General of Supplies & Disposals, New Delhi for the supply of any of the items of stores mentioned in the Schedule hereto a copy of the same should be enclosed with the tender. 25) Special conditions, if any mentioned in the quotation of the tenderer or in any other communication from him will not be applicable to the contract unless they are expressly accepted in writing by the purchaser. 26) Tenderers shall clearly specify whether the goods are offered from indigenous sources, from imported stocks in or from foreign sources to be imported under a licence. The Board reserve the right to reject offers for import of goods if the import Trade Control Policy in force at the time of award of the contract prohibits or restricts such imports. 27) Even in case where no alternate purchases are arranged for the materials not supplied, the proportionate portion of the Security Deposit based on the cost of the materials not supplied at the rates shown in the tender of the defaulter shall be forfeited and Balance alone shall be refunded. Page 52 of 95

28) All incidental expenses incurred by the Board for making payments outside the District in which the claim arises shall be borne by the contractor. 29) The tenderers shall quote also the percentage or rebate discounts offered by them in case the payment is made promptly within one month of taking delivery of stores. This will not be considered for tender evaluation. 30) Any sum of money due and payable to the Contractor (including security deposit returnable to him) under this contract may be appropriated by the Purchasing Officer or the Board or any other person authorized by the Board and set off against any claim of the purchasing Officer or the Board for the payment of a sum of money arising out of or under any other contract made by the contractor with the purchasing Officer or the Board or any other person authorized by the Board. 31) The Tenderer should send along with his tender an agreement executed and signed in Kerala Stamp paper worth `.100/-. A specimen form of agreement is given below as Annexure-I of this tender. Tenders without the agreement in stamped paper will be rejected outright. 32) Tenderer will invariably furnish the following certificate with their bills for payment. “Certified that the goods on which Sales tax has been charged have not been exempted under the Central Sales Tax Act or the State Sales Tax Act or the rules made there under and the charges on account of Sales Tax on these goods are correct under provisions of the relevant Act or the rules made there under Certified further that we (or our branch or agent) are registered as dealers in the sale of …………………………………….Under Registration No………For purposes of Sales Tax” 33) The Courts situated at the place where the headquarters of the Board is situated viz., Thiruvananthapuram alone will have jurisdiction to entertain civil suits pertaining to this contract. 34) The bid shall be governed by the General Conditions of Contract and schedule for the supply of materials (Ele.189) and the Special Conditions mentioned herein. In case there is any contradiction or non-conformity between the two, the special conditions mentioned herein will prevail.

Sd/-

Chief Engineer (SCM) Kerala State Electricity Board Vaidyuthi Bhavanam, Pattom Thiruvananthapuram-4 Page 53 of 95

ANNEXURE - I (Format of Agreement to accompany the Tender To be executed in Kerala Stamp paper worth `100/-) AGREEMENT Articles of agreement executed on this …………………………………………………… the ………………. day of …………………. two thousand and ……………….. Between the Kerala State Electricity Board action through (here enter the designation of the officer who has invited this tender)………………………………………. (hereinafter referred to as “The Board”) of the one part and Sri………………………………………………………… …………………………….. (here enter name and address of the tenderer) herein after referred as “The bounden” of the other part. WHEREAS in response to the invitation for tenders contained in Notification No…………………. date…………… inviting tenders the bounden has submitted to the Board a tender for the ……………………………………….. specified therein subject to the terms and conditions contained in the said tender: WHEREAS the bounden has also deposited with the Board a sum of `……………… as earnest money for execution of an agreement undertaking the due fulfilment of the contract in case his tender is accepted by the Board. Now THESE PRESENTS WITNESS and it is hereby mutually agreed as follows: 1) In case the tender submitted by the bounden is accepted by the Board and the contract for …………………………………………………………………………………………… is awarded to the bounden, the bounden shall within ……………………. days of acceptance of this tender execute an agreement with the Board incorporating all the terms and conditions under which the Board accepts his tender. 2) In case the bounden falls to execute the agreement as aforesaid incorporating the terms and conditions governing the contract the Board shall have power and authority to recover from the bounden any loss or damages caused to the Board by such breach as may be determined by the Board, appropriating the earnest money deposited by the bounden and if the earnest money is found to be inadequate, the deficit amount may be recovered from the bounden and his properties movable and immovable also in the manner here in after contained. 3) All sums found due to the Board under or by virtue of this agreement shall be recoverable from the bounden and his properties, movable and immovable under the provisions of the Revenue Recovery Act for the time being in force as though such sums are arrears of land revenue and also in such other manner as the Board may deem fit. In witness where Sri …………………………………………………………. (here enter name and designation) for and on behalf of the Board and Sri ………………………………… the bounden have hereunto set their hands the day and year shown against their respective signatures. Signed by Sri ……………………………………………………………………………(date) In the presence of witness 1)

2) Signed by Sri…………………………………………………………………………….(date) In the presence of witness 1) 2) Page 54 of 95

ANNEXURE- II

Preventive Maintenance of Computer Systems/Peripherals

Call Sheet cum PM Report

Location :

Officer In-charge : Date : M/c Type (with Sl.No ) :

Action taken : (A) Environmental/Electrical conditions : i) Dust Level O.K. (Y/N) : ii) Temperature : (Recommended 22 to 28 degree C) iii) Humidity O.K. (Y/N) : iv) Voltage Line – Neutral : Line – Earth : Neutral –Earth : (B) System/Printer i) Cleaned (Y/N) : ii) Configuration Checked (Y/N) : iii) OS/ Drivers Checked (Y/N) : iv) Network Connectivity OK (Y/N) : v) Performance OK (Y/N) : (C) General Layout :

Suggestions (If any): Remarks : Signature :

KSEB Engineer Supplier’s Engineer Name : Name : Designation : Organisation :

Page 55 of 95

ANNEXURE -III

System Maintenance Register Location:

Name of Item: Month: Item Code:

Call No Complaint Booking Attended Repaired Diagnosis and Down Time Penalty Date & Date & Date & Components in Hours in `. Time Time Time Replaced

Total

KSEB Engineer Service Engineer

Note:-

• Separate Sheet may be maintained for PC and Printer • If there is no down time for a particular month that may be mentioned in the register.

Ba\25.10.13 AE-2 -Tender\Computer - SCM….. -2013-14 -.doc Page 56 of 95

KERALA STATE ELECTRICITY BOARD

Part –II

ORIGINAL / DUPLICATE

PRE-QUALIFICATION BID (To be submitted along with Part-I and General Conditions of Contract)

Tender No. SCM.36/2013-2014

Bid Documents for Supply, Installation, Testing, Commissioning and Maintenance of Computer Systems and accessories (including warranty for three years and continued AMC for the next three years) at various Offices of Kerala State Electricity Board

Office of the Chief Engineer, (Supply Chain Management), Vydyuthi Bhavanam, Pattom, Thiruvananthapuram – 695 004 Fax:0471 - 2447246

Issued to:-

M/s……………………………………, …………………………………………., …………………………………………., ………………………………………….,

Sd/- Chief Engineer (SCM) Page 57 of 95

INFORMATION & INSTRUCTIONS TO BIDDERS 1) Introduction :- Kerala State Electricity Board invites application for pre- qualification Bids from interested Bidders on Supply, Installation, Testing, Commissioning and Maintenance of Computer Systems and accessories including warranty for three years and continued AMC for three years at various Offices of the Kerala State Electricity Board in the state. 2) Purpose of Pre-qualification :- The pre-qualification Bid from reputed manufacturers/Firms is aimed at selection of a firm having sufficient relevant experience of work to be executed, financial resources, backed by competent technical personnel and other expertise necessary for ensuring that the work if awarded to them would be executed in time, with requisite standard and quality and in a smooth manner as per specifications. 3) Evaluation Criteria :- Kerala State Electricity Board will pre-qualify those firms which are considered suitable for works under question. Pre qualification conditions:- 1) The tenderer shall be an Original Equipment Manufacturer/ an authorized Supplier of the Original Equipment Manufacturer. 2) The tenderer shall give an undertaking in Form No.15 of this document to the effect that he is agreeable to the Board’s conditions regarding Delivery, Guarantee, Payment and Penalty. 3) Valid ISO:9001 Certification shall be furnished for the proposed item. 4) The tenderer should have carried out successful supply, installation and commissioning of a minimum of 750 PCs and 250 Printers yearly for any of the last three years. 5) The tenderer should have Service centres in the cities or major towns in the state of Kerala with technical support personnel. (Minimum 3 – Thiruvananthapuram, Kochi, Kozhikode). 6) a) Experience:- A minimum period of 3 years experience in the manufacture/ supply of Computers and Accessories is necessary for qualifying a bidder for the award of the contract. The Bidders are requested to furnish complete information regarding their experience. The details of orders received and executed by the Bidders with in recent years may also be furnished. b) Performance:- Satisfactory performance of the firm on previous supplies with K.S.E.Board, rate of failure of the systems, timely attending and completion of calls etc. (Documentary proof shall be furnished by the bidder in the format given in Form-XVI). 7) The firm should have sufficient financial capacity to supply the materials as per Board’s requirement. The firms should have a minimum yearly turn over of Rs.3.75 Crore. Turnover for the last 3 years on yearly basis shall be furnished. 8) Latest Solvency Certificate for an amount equivalent to Probable Amount of Contract or more obtained from Tahasildar/ Nationalized/ Scheduled Bank or Networth certificate issued by a Chartered Accountant should be furnished. 9) The insurance cover should be arranged by the contractor at his cost during transit up to Board’s Stores and one month storage thereafter. 10) Conditional offers are liable to be rejected. Page 58 of 95

11) Offers for full quantity of each of the item tendered alone will be accepted. Bidders who are quoting part quantity will not be considered. 12) The commercial terms and conditions applicable will be as per the Board’s General Conditions of contract. Complete details of the commercial terms shall be specifically stated in the bid. 13) The equipments offered shall pass the performance evaluation based on the demonstration to be conducted at IT Wing, Vydyuthi Bhavanam, Thiruvananthapuram.

The tenderer shall provide documentary evidence to prove his eligibility based on all the above pre-qualification criteria along with the Pre-qualification bid. The decision of KSE Board in the evaluation of pre-qualification bids will be final and without appeal. K.S.E Board will not be bound to give any reason for the acceptance or the rejection of any Firm on any account, whatsoever. 4) Submission of Pre-Qualification Documents :- “The Pre-qualification Information” which is annexed as part II shall be duly completed, signed in duplicate and the Bidder shall return the Original pre-qualification documents issued by KSEB along with the copy. Original will govern whenever there are any discrepancies between the Original and the copy. If separate print outs are used to submit the Pre-qualification bid, then the Pre-qualification Booklet purchased shall be submitted duly signed on all pages along with the forms. The original and copies of the documents must be submitted in sealed cover (Envelope No.2) super-scribed “Pre-qualification Bid” and shall be submitted along with the envelope containing the Price Bid. Documents submitted in connection with the pre-qualification will be treated as confidential and will not be returned. 5) Language of Application :- All the information must be submitted in English. 6) Cost Incurred by the Applicant :- The cost incurred by the applicant in preparing the application, in providing clarifications or attending discussions and conference in connection with the document will not be reimbursed under any circumstance. 7) Method Of Applying :- If the applicant is a partnership firm , it shall be signed by the authorized partner/(s) of the firm above their full type written names and current address, or alternatively by a power of attorney for the firm by signing the application in which case a certified copy of the power of attorney shall accompany the application. A certified copy of the partnership deed and current addresses of all the partners of the firm shall also accompany the application. If the application is made by a Company incorporated under Indian Companies Act or having the status, it shall be signed by a duly authorised person holding the Power of Attorney for signing the application in which case a certified copy of the Power of Attorney shall accompany the application. If the application is made by a group of firms or a joint venture consortia the Lead Firm shall submit a complete information with regard to all the information required in the forms pertaining to each Firm in the Group and shall state in the covering letter attached to the application as to which of the Firm shall have the responsibility for applying for bid, submission of bid and completion of contract documents and furnish evidence admissible in law in respect of the authority assigned to such firm on behalf of the group of firms applying for the bid, submission of bid and for completion of contract documents. The full information and satisfactory evidence pertaining to the participation and responsibility of each member Firm or group of Firms making the application shall be furnished along Page 59 of 95

with the pre-qualification document duly signed by each Firm. The Lead Firm should be clearly identified and the responsibility of the lead and other Firms should be defined by the applicant. 8) Postal Delay :- K.S.E Board will not be responsible for any kind of postal delay or non-delivery of bid documents sent to the applicants. 9) Information to be furnished by the Applicant : - The firms are required to give the complete information as asked for in the “PRE-QUALIFICATION INFORMATION” (PART - II). The various forms attached to this pre-qualification information (part - II) are to be filled up by the applicant without any alterations or modifications of their own to the details called for. Preparing information in new pro-forma devised by the applicant, avoiding the information intended to be furnished in the prescribed formats or not filling all the details or not filling all the details called for in the prescribed formats may make the application liable to be rejected. The details furnished or the replies to the questions should be complete in all respects. In case the information or reply is “NIL” or “NOT APPLICABLE”, etc. it should be invariably mentioned rather than leaving space blank or with some marks. It is desired that the applicants shall indicate all the relevant information on the type of the work done, location of the works, name of project and clients, the date of execution of contract and the amount of work under the relevant columns of the format. Also under the columns “Brief technical description” wherever appearing in the aforesaid formats the applicant should mention the size of the work done, working methods and site conditions encountered. Forms are to be typed/ written neatly and applicant’s name must appear on each page of the application. In the event space provided in the forms are not sufficient for entries, or if the applicant wishes to furnish additional information it may be inserted on a separate sheet with appropriate references. 10) Certificates of Completed Projects :- Certificates of similar projects listed in Form VIII & IX, from the clients, which can vouch the stability, technical know-how and capabilities in respect of the specialized fields (duly attested) of Bidders should be attached. 11) Declaration by the Applicant :- The declaration by the applicants that they are not having any connection directly or indirectly with the Board employees who are in charge of this work, should be signed and attested in the declaration form attached. 12) Financial Strength :- Applicant must submit a Solvency Certificate from a Nationalised Bank . Sufficient data and Bank reference to permit an evaluation of the size and financial stability of the applicant should be furnished. Financial data in FORM XII shall be for the last 3 years. Audited balance sheets and Profit & Loss Account for the same period shall be appended. 13) List of Technical Personnel Available :- Applicant must have suitably qualified personnel to handle the project. Applicants will have to supply the information on prime and alternate candidates for the area of specialisation given below in terms of his/her qualification and experience at different locations. Page 60 of 95

1) Project Manager 2) Hardware Engineer 3) Network expert 14) Site Visit :- If required, the implementation site(s) of the work may be inspected by the applicant or his representative in consultation with the Chief Engineer (SCM), K.S.E.Board, Cabin No.415, Vydyuthi Bhavanam, Pattom, Thiruvananthapuram – 695004, Kerala, India. 15) Adequacy of Staff (And Equipment) :- The applicant must have adequate staff (and equipment) for carrying out the works described in the Bid document, efficiently and in accordance with the time schedule. 16) Overwriting :- All overwriting or corrections shall be attested with applicant’s initials in ink under seal.

Sd/-

Chief Engineer (SCM)

Page 61 of 95

PRE-QUALIFICATION INFORMATION :-

1) LETTER OF TRANSMITTAL (To be submitted in applicants letterhead with complete postal address, telephone no, fax no, and e-mail address) Date:

To The Chief Engineer (SCM) Kerala State Electricity Board Vydyuthi Bhavanam, Floor No. IV, Pattom Thiruvananthapuram - 695 004, Kerala State, INDIA.

Sir, Sub:- Submission of application for pre-qualification of firms for Supply, Installation, Testing, Commissioning and Maintenance of Computer Systems and accessories including warranty for three years and continued AMC for the next three years for Offices of the Kerala State Electricity Board - reg.

Having examined the details given in the invitation for pre-qualification of firms for the aforesaid project, we hereby submit the application for pre-qualification with relevant documents. We hereby certify that all the statements made and the information supplied in the enclosed forms I to XII are true and correct. We submit the requisite Solvency Certificate and authorize the Kerala State Electricity Board to approach the Bank issuing the Solvency Certificate to verify the correctness thereof. We also authorize the Kerala State Electricity Board to approach Individuals, Employers, Firms and Corporations to verify our competence and general reputation. Kerala State Electricity Board and its authorized representatives are hereby authorized to conduct any enquiries or investigations to verify the statements, documents and information submitted in connection with this application. Kerala State Electricity Board and its authorized representatives may contact the following persons for further information.

FINANCIAL ENQUIRIES

Name & Tel.No Fax No Email.

Designation Contact-1

Contact-2

Page 62 of 95

TECHNICAL ENQUIRIES

Name & Tel.No Fax No Email.

Designation Contact-1

Contact-2

PERSONNEL ENQUIRIES

Name & Tel.No Fax No Email.

Designation Contact-1

Contact-2

SL. NO. PROJECTS CLIENT/OWNER 1)

2)

3)

4)

We submit the following certificates in support of suitability, technical know how, capability of having successfully completed the following projects.

Signature of the authorized signatory of the Applicant/Firm

Enclosures Seal of the Applicant/Firm Date : Page 63 of 95

2) DECLARATION BY THE BIDDERS:-

I,………………………………………………… (Name of the authorized signatory).

………………………………………………………………… ……….. hereby declare that I am not in any way related to any Board’s servant who is in charge of or having control of this work. I agree that if, at any stage it is found that this declaration is untrue, the bid security/performance security furnished by me will be forfeited and the contract entered will stand cancelled. It is understood that the relationship with the Board’s servant referred to herein will be restricted to my Father, Mother, Son, Daughter, Brother,

Sister, Direct Uncle, Nephew, Father-in-law, Mother-in-law, Brother-in-law, Sister-in- law and First cousins of the Officer concerned.

Signature of the authorized signatory of the Applicant/Firm (Seal)

Place :

Date : Page 64 of 95

FORM-I

1) Name of the Applicant/Firm

2) Nationality of the Applicant/Firm

Head Office address (With Taluk & Panchayat)

Fax Number

Telephone Number

E – Mail

3) Year and place of the establishment of the company

4) Former name of the company, if any

5) The Applicant is:

a) a propriety firm

b) a limited company or limited corporation

c) a member of a group of companies

d) a subsidiary of a large corporation

e) Joint venture consortia

6) Number of years of experience in supply and installation of PCs & peripherals.

a) as a prime Supplier:

i) in own country

ii) Other countries (specify the country)

iii) To whom should references be made

b) in a joint venture:

i) in own country

ii) other countries (specify the country)

iii) to whom the references should be made) Page 65 of 95

7) Are you registered with any Government/ Department/ Public Sector Undertaking in India, (if yes, give details)

8) Do you engage other firms for supply & installation. If so, under what circumstances and the type of works you sublet Give details.

9) How many years have your organization been in business under your present name?

10) Have you in any capacity ever not completed any work awarded to you?

(If so, give the name of project and reason for not completing the work)

11) In how many projects you were imposed penalties for delay? Please give details.

12) How do you describe your firm? (i) Hardware Manufacturer. (ii) Total solution provider. (iii) Networking Experts. (iv) Others (Specify) Select More than one item if necessary 13) In what other line of business are you financially interested? 14) Do you intend to associate any other organisation for the works for which you are bidding? If so please give full particulars of that organisation separately. 15) Have you ever been denied tendering facilities by any Government/Department/Public sector Undertaking? (Give details) 16) Information regarding any current litigation in which the tenderer is involved. 17) Whether the firm/contractor has ISO:9001 certification.(Give details):

Signature of the authorized signatory of the Applicant/Firm with seal Page 66 of 95

FORM - II MEMBER OF A GROUP OF COMPANIES (If the applicant is a member of a group of companies please give the following information otherwise state, ’not applicable’)

1) Name and address of Group

2) Name and address and description of other companies in the group

3) Name and address of the Bankers

Signature of the authorized signatory of the Applicant/Firm with seal Page 67 of 95

FORM - III SUBSIDIARY OF A LARGE CORPORATION (If the applicant is a subsidiary of a large corporation please give the following information otherwise state, ‘not applicable’)

1) Name and address of parent organization :

2) State the involvement if any, the parent : company have in the project

3) Name and address of the Bankers :

Signature of the authorized signatory of the Applicant/Firm with seal Page 68 of 95

FORM - IV

JOINT VENTURE

(If the applicant intend to enter into a joint venture for the project please give the following information otherwise state, ‘not applicable’)

1) Name and address of joint venture :

2) Name and address of all partners of joint : venture.

3) Name and address of the Bankers to the joint : venture

Certified that the following documents are attached 1) Details of the responsibility of the firm leading the joint venture and responsibility or other joint venture partners 2) Details regarding financial participation of each firm in the joint venture 3) Certified copy of the agreement to the joint venture

Signature of the authorized signatory of the Applicant/Firm with seal Page 69 of 95

FORM – V

FINANCIAL STATEMENT

(Must be given separately for each partner in case of joint venture) 1) Name of firm :

2) Name of partners/Director :

3) Capital: : (a) Authorised

(b) Issued and paid-up 4) (a) What is the maximum annual value of the : project that you can handle? (b) What is the maximum value of the project that you have handled so far?

5) Have you ever been declared bankrupt? (If : yes, please give details in separate sheet)

Certified that the following documents are furnished along with the Pre- qualification Bid: 1) Balance sheet and profit and loss statement with auditors report for last 3 years. 2) Certificates of financial soundness by bank.

Signature of the authorized signatory of the Applicant/Firm with seal

Note:- Fiscal year of the company can be followed. Page 70 of 95

FORM - VI

KEY MANAGEMENT: PERSONNEL

(Please attach an Organization Chart showing the structure of the Company)

A) BOARD OF DIRECTORS :

Details of key Technical and Administrative personnel who could be assigned to the work in the following pro-forma. B) KEY TECHNICAL PERSONNEL

1) Name :

2) Qualification :

3) Present position of office :

4) Professional Experience in years :

5) No of Years with the applicant :

C) KEY ADMINISTRATIVE PERSONNEL

1) Name :

2) Qualification :

3) Present position of office :

4) Professional Experience in years :

5) No of Years with the applicant :

Signature of the authorized signatory of the Applicant/Firm with seal Page 71 of 95

FORM – VII KEY TECHNICAL PERSONNEL IN KERALA STATE

Sl.No Name Designation Qualification Experience in Location Years

Signature of the authorized signatory of the Applicant/Firm with Seal Page 72 of 95

FORM- VIII

DETAILS OF SIMILAR WORKS COMPLETED AND APPLICANTS PERFORMANCE FOR THE LAST 3 YEARS (in the following pro-forma). Details of supply of PCs and Printers: Name of Client No of PCs No of Printers Year of Supply Details of Supplied Supplied Documentary Evidence

Total

Details of other similar Projects completed: (Attach separate sheet for each work, with documentary proof. Details without documentary proof will not be considered.)

1) Name of the work 2) Place and country 3) Name and address of the client 4) Clients Business 5) Total tendered cost: 6) Period of completion: i) Date of award of work: ii) Originally stipulated time limit: iii) Extended time limit, if any, iv) Date of completion v) Reasons for non-completion of work in stipulated time limit/ extended time limit (if applicable). 7) Were there any penalties/fines/stop notice/ compensation/ liquidated damages imposed (Yes or No). (If yes, give amount and explanation).

Brief technical specification of the items supplied including principal features, hardware and networking configuration employed and any other relevant details may be given.

Signature of the authorized signatory of the Applicant/Firm with seal Page 73 of 95

FORM-IX

DETAILS OF SIMILAR WORKS / COMMITMENTS IN HAND (in the following pro-forma)

Attach separate sheet for each work, with documentary proof. Details without documentary proof will not be considered.

1) Name of the work

2) Place and country

3) Name and address of the client

4) Clients Business(If not power utility, specify the business)

5) Total tendered cost:

6) Period of completion:

i) Date of award of work:

ii) Originally stipulated time limit:

iii) Extended time limit, if any,

iv) Reasons for non-completion of work in stipulated time limit/ extended time

limit (if applicable).

7) Were there any penalties/fines/stop notice /compensation /liquidated damages imposed (Yes or No). (If yes, give amount and explanation).

Brief technical specifications including principal features, hardware and net working configuration being employed and any other relevant details may be given.

Signature of the authorized signatory of the Applicant/Firm with seal Page 74 of 95

FORM X

DETAILS OF OFFICES/SERVICE CENTRES IN KERALA

Complete address with telephone, fax, email.

Signature of the authorised signatory of the Applicant/Firm

FORM – XI INFORMATION REGARDING MANUFACTURERS OF PCs AND PRINTERS

Name of manufacturer of PC: Name of Client No of PCs Year of Supply Details of Remarks Supplied Documentary Evidence

Total

Name of manufacturer of Printer: Name of Client No of Printers Year of Supply Details of Remarks Supplied Documentary Evidence

Total

Any further information which the applicant considers relevant in regard to the capabilities

Signature of the authorized signatory of the Applicant/Firm with seal Page 75 of 95

Form - XII Financial Information (LAST 3 YEARS)

1) Working Capital

2) Foreign Investment

3) Turn Over

4) Gross Profit

5) Net Profits after taxation

6) Current ratio (Current assets to current liabilities)

7) Total liabilities to networth.

Signature of the authorized signatory of the Applicant/Firm with seal

Page 76 of 95

FORM-XIII List of Major Clients

Signature of the authorized signatory of the Applicant/Firm Page 77 of 95

Form-XIV Guaranteed Technical Particulars of the Products Quoted

All the information asked for shall be given. No rows shall be left blank. 1) Laptop

Computer Model Name

Manufacturer

Processor Name

Model Number

Clock Speed

Cache size on cpu

FSB speed

Packaging (No. of pins)

64 bit processing (Yes / No) Memory Make

Size

Type

Access time

Memory expandability

Memory Speed

Mother Board Make / OEM / Model

Chipset

64 bit processing support (Yes / No) FSB speed

Processors supported

Maximum memory size supported Type of RAM supported

Number of DIMM slots

No. and types of slots Page 78 of 95

No. of IDE slots

No. of SATA ports

No. of USB ports

No. of serial ports

No. of parallel ports

No. of PS/2 ports

Integrated Graphics (Yes / No) Graphics Memory size

Integrated Ethernet (Yes / No) Ethernet interface speed Hard Disk Make & Model

Capacity (GB)

Capacity formatted (GB) Interface

Manufacturer

RPM

Transfer Rate

SMART III support (Yes/No)

RAID 1 support Integrated (Yes / No)

RAID controller chipset

RAID BIOS make

RAID type supported Page 79 of 95

Graphics Make (OEM / Integrated) Type

Video RAM type

Chip set

Maximum colours supported Maximum resolution supported Interface type

Network Make (OEM / Integrated) Interface

Speed

Ports

Standards supported

Features supported

LED Indication

Power Supply Rating

Model / make

Manufacturer

Maximum power

Monitor Screen Size

Model / make

Manufacturer

Dot pitch (diagonal)

Maximum Resolution

Viewable image size

Approvals / certifications Power consumption Page 80 of 95

Plug & Play supported platforms Keyboard Make / Type

No. of keys

Interface

Mouse Make / Type

No. of buttons

Interface

Cabinet Type

Form factor

Ports provided on the front Cooling fans

Connectivity

Serial Port

Operating System

Warranty 3 Years (Yes/No)

URL (web site) of the Manufacturer 2) Computer – (to function as Server) Computer Model Name Manufacturer / make Processor Name Model Number Clock Speed Cache size on cpu FSB speed Packaging (No. of pins) 64 bit processing (Yes / No) Page 81 of 95

Memory Make Size Type Access time Memory expandability Memory Speed Mother Board Make / OEM / Model Chipset 64 bit processing support (Yes / No) FSB speed Processors supported Maximum memory size supported Type of RAM supported Number of DIMM slots No. and types of slots No. of IDE slots No. of SATA ports No. of USB ports No. of serial ports No. of parallel ports No. of PS/2 ports Integrated Graphics (Yes / No) Graphics Memory size Integrated Ethernet (Yes / No) Ethernet interface speed Page 82 of 95

Hard Disk Make & Model Capacity (GB) Capacity formatted (GB) Interface Manufacturer RPM Transfer Rate SMART III support (Yes/No) No. of Hard disks (under RAID) RAID 1 support Integrated (Yes / No) RAID controller chipset RAID BIOS make RAID type supported DVD ROM Drive Make / type Speed Interface Software support DVD Writer Drive Make / type Speed Interface Software support Graphics Make (OEM / Integrated) Type Video RAM type Chip set

Maximum colours supported

Maximum resolution supported Interface type Page 83 of 95

Network Make (OEM / Integrated) Interface Speed Ports Standards supported Features supported LED Indication Power Supply Rating Model / make Manufacturer Maximum power Monitor Screen Size Model / make Manufacturer Dot pitch (diagonal) Maximum Resolution Viewable image size Approvals / certifications Power consumption Plug & Play supported platforms Keyboard Make / Type No. of keys Interface Mouse Make / Type No. of buttons Interface Cabinet Type Form factor Ports provided on the front Cooling fans Page 84 of 95

Warranty 3 Years (Yes/No) URL (web site) of the Manufacturer 3) Computer – to function as Client Computer Model Name Manufacturer Processor Name Model Number Clock Speed Cache size on cpu FSB speed Packaging (No. of pins) 64 bit processing (Yes / No) Memory Make Size Type Access time Memory expandability Memory Speed Mother Board Make / OEM / Model Chipset 64 bit processing support (Yes / No) FSB speed Processors supported Maximum memory size supported Type of RAM supported Number of DIMM slots No. and types of slots No. of IDE slots No. of SATA ports No. of USB ports Page 85 of 95

No. of serial ports No. of parallel ports

No. of PS/2 ports Integrated Graphics (Yes / No) Graphics Memory size Integrated Ethernet (Yes / No) Ethernet interface speed Hard Disk Make & Model Capacity (GB) Capacity formatted (GB) Interface Manufacturer RPM Transfer Rate SMART III support (Yes/No) RAID 1 support Integrated (Yes / No) RAID controller chipset RAID BIOS make RAID type supported Graphics Make (OEM / Integrated) Type Video RAM type Chip set

Maximum colours supported Maximum resolution supported Interface type Network Make (OEM / Page 86 of 95

Integrated) Interface Speed Ports Standards supported Features supported LED Indication Power Supply Rating Model / make Manufacturer Maximum power Monitor Screen Size Model / make Manufacturer Dot pitch (diagonal) Maximum Resolution Viewable image size Approvals / certifications Power consumption Plug & Play supported platforms Keyboard Make / Type No. of keys Interface Mouse Make / Type No. of buttons Interface Cabinet Type Form factor Ports provided on the front Cooling fans Connectivity Page 87 of 95

Serial port Operating Systems Warranty 3 Years (Yes/No) URL (web site) of the Manufacturer 4) Printer 136 Column Model Manufacturer Number of pins Number of columns Speed (indicate speed in cps at specific cpi) Warranty 5) Printer 80 Column Model

Manufacturer Number of pins Number of columns Speed (indicate speed in cps at specific cpi) Warranty 6) Laser Printer (A4 size) Model Manufacturer Printing Speed Duty Cycle Memory Connectivity Warranty 7) Network Laser Printer Page 88 of 95

Model

Manufacturer Printing Speed Duty Cycle Memory Connectivity Warranty 8) Mobile Printer & Battery Kit Model

Manufacturer Printing Speed Duty Cycle Memory Connectivity

Compatible Operating Systems

Compatible Devices

9) Switch Model Manufacturer No. of ports Speed in MBPS

Signature of the Bidder (With Seal) Page 89 of 95

Form-XV

Undertaking

I /we, ………………………………………………………………… hereby agree to adhere to the conditions of K S E Board regarding Delivery, Guarantee, Payment and Penalty mentioned in this tender document.

Signature Name and address of the Supplier with seal Page 90 of 95

Form-XVI

1) Details of supply of IT systems to KSEB:

Sl.No. Purchase Order Date Number of supplier items No. Server PC Printer

2) Details regarding monthly performance of service support:

Month & Year Total No. of calls No. of calls rectified No. of calls not Reported in the within the allowed rectified within month time the allowed time.

Signature of the Bidder (With Seal)

Page 91 of 95

Form-XVII CHECK LIST The specific answers are to be given again each of the following questions. Sl. Yes No Tick mark whichever is applicable No. 1 Whether the bidder is an original equipments manufacturer 2 Whether the details of previous experience of the bidder have been attached and whether experience certificates of authorities have been enclosed 3 Whether EMD has been furnished for the Bid in separate sealed cover. 4 Whether the Bid is valid for a period of 4 months from the date of opening of the price bid/six months from the date of opening of pre-qualification bid whichever is earlier. 5 Whether the bid has been signed by the duly authorized person / persons and seal affixed on all pages. 6 Whether the power of Attorney authorizing the person / persons for signing the tender has been attached. 7 Whether payment terms vide D.11 commercial conditions (Part – I) is acceptable. 8 Whether the bid has been furnished in duplicate for both pre- qualification bid and price bid (each of the 2 bids in separate, superscribed sealed envelops) 9 Whether the Agreement to accompany the bid in Kerala stamp paper of `.100/- has been furnished 10 Whether declaration to the effect that the bidder is not related to any Board Official (as shown in Information and instruction to bidders, Clause.11, Part II) has been furnished in pre- qualification bid. 11 Whether the certificate as shown in Information and instruction to bidders, Clause.10, Part II (Pre-qualification bid) has been furnished in the pre-qualification bid. 12 Whether the “bid form” on `.100/- Kerala Stamp paper has been furnished along with the price bid. (Annexure-IV of part – III) 13 Whether the application for pre-qualification as shown vide Part II- Pre-qualification information has been furnished (pre- qualification bid) 14 Whether delivery schedule furnished in pre-qualification bid (Part I – D. Commercial Conditions 5) is acceptable. 15 Whether documentary evidence to prove your financial soundness and capacity has been furnished (certificates from Banker and Certificates to substantiate other sources) 16 Whether the Bid form as given in general conditions of contract and schedule for supply of materials has been furnished duly filled, signed and sealed.

Signature of the Bidder (With Seal) Page 92 of 95

KERALA STATE ELECTRICITY BOARD

Original/ Duplicate

Part-III

BID No. SCM.36/2013-14

Work:- Supply, Installation, Testing, Commissioning and Maintenance of Computer Systems and accessories (warranty for three years and continued AMC for the next three years) at various Offices of Kerala State Electricity Board

PRICE BID

(Schedule to be filled up duly signed and sealed on all pages and to be submitted in separate sealed cover with superscription)

Issued to:-

M/s……………………………………, …………………………………………., …………………………………………., ………………………………………….,

Sd/-

Chief Engineer (SCM)

Page 93 of 95

Enclose in Cover-III

(To be executed in Kerala Stamp Paper worth `100/- )

BID FORM Annexure-IV

BID NO. SCM.36/ 2013-14

To

(Name and address of purchaser)

Gentlemen,

Having examined the conditions of contract and specification I/We, the undersigned offer to Supply, Installation, Testing, Commissioning and Maintenance of Computer Systems and accessories (warranty for three years and continued AMC for the next three years) at various Offices of Kerala State Electricity Board in conformity with the said conditions of contract and specification for the sum of or such other sums as may be ascertained in accordance with the schedule of prices attached herewith and made part of this Bid. We undertake if our bid is accepted, to commence delivery of all the items specified in the contract within . . . . . days calculated from the date of your purchase order. If, our bid is accepted we will obtained the Guarantee of a Bank in a sum not exceeding 5% of the contract sum for the due performance of the contract. We agree to abide by this bid for a period specified under Annexure–I of Part–I and it shall remain binding upon us for acceptance by the K.S.E.Board, at any time before the stipulated expiry. Until a formal contract is prepared and executed, our offer as per the price bid shall constitute a binding contract between us. We understand that you are not bound to accept the lowest or any other bid you may receive dated this. . . . . days of . . . . 2013.

Signature with seal (in the capacity of) Duly authorized to sign bid for and on behalf of :

Witness:

Address:

Signature: Page 94 of 95 SCHEDULE- I

Price Schedule Sl. Item Make Qty. Basic ED @ Cess on ST @ VAT @ Freight Insuranc Total Entry Unit all Total all No. Specification (Nos.) Rate (Rs.) ED @ (Rs.) (Rs.) (Rs.) e (Rs.) (Rs.) Tax @ inclusive inclusive (Rs.) (Rs.) (Rs.) rate (Rs.) rate (Rs.)

1) Laptop 5

2) Computer 157 system to function as Server – PC-I 3) Computer 940 system to function as Client – PC-II 4) 136 Column 144 high speed Dot Matrix Printer 5) 80 column 136 Medium speed Dot Matrix Printer 6) Network Laser 135 Printer (A4) 7) Laser Printer 58 (A4) 8) Mobile Printer 5 & Battery Kit 9) 8 Port Switch 261

Total Quoted Price in words: Rupees……………………………………………….

Signature of the Bidder Company Seal Page 95 of 95

Schedule – II Annual Maintenance Contract Sl.No. Item Specification Make Qty. (Nos.) Rate Annual Amount for Amount for (Rs.) three years three years (Rs.) for total qty. (Rs.) 1) Laptop 5 2) Computer system to 157 function as Server – PC-I 3) Computer system to 940 function as Client – PC-II 4) 136 Column high speed 144 Dot Matrix Printer 5) 80 column Medium 136 speed Dot Matrix Printer 6) Network Laser Printer 135 (A4) 7) Laser Printer (A4) 58 8) Mobile Printer & 5 Battery Kit 9) 8 Port Switch 261

Service Tax @ Total amount for AMC for three years in words: Rupees…………………………………………

Signature of the Bidder Name & Address

Company Seal

Note:- Split up details of Taxes and Duties if included in the AMC rate shall be mentioned separately.

Ba\17.10.13 AE-2 -Tender\Computer - SCM . 36-2013-14 -.doc