no. 10(28)/2015-nicsi · no. 10(28)/2015-nicsi ... empanelment of vendors for supply, installation...

144
No. 10(28)/2015-NICSI NATIONAL INFORMATICS CENTRE SERVICES INC. (NICSI) (A Government of India Enterprise under NIC) Ministry of Electronics & Information Technology Hall No. – 2 & 3, 6 th Floor, NBCC Tower 15, Bhikaiji Cama Place, New Delhi: - 110 066 Phone: 91-11-26105054 Fax: 91-11-26105212 Email: [email protected] Date: - 31.10.2016 CORRIGENDUM-XV TENDER NOTICE NO: NICSI/LOCAL AREA NETWORK/2015/47 Refer NICSI’s open tender no. NICSI/LOCAL AREA NETWORK/2015/47 for Empanelment of Vendors for Supply, Installation and Commissioning of Local Area Network (LAN). The tender document already published has been revised again as per requests /observation received. “Revised Tender Document is attached herewith- This revision supersedes all the previous Corrigendums/Documents published.” All other modifications/Corrigendums in future will be published on http://www.nicsi.nic.in/tenders.asp & https://eproc-nicsi.nic.in/nicgep/app and also published on http://eprocure.gov.in/cppp/ only. Sd/- Authorized Signatory For information to: - 1. All concern thorough NICSI websites http://www.nicsi.nic.in/tenders.asp, https://eproc-nicsi.nic.in/nicgep/app & http://eprocure.gov.in/cppp/ only. 2. Notice Board of NICSI

Upload: hoangcong

Post on 08-Jul-2018

217 views

Category:

Documents


0 download

TRANSCRIPT

No. 10(28)/2015-NICSI

NATIONAL INFORMATICS CENTRE SERVICES INC.

(NICSI) (A Government of India Enterprise under NIC)

Ministry of Electronics & Information Technology Hall No. – 2 & 3, 6th Floor, NBCC Tower

15, Bhikaiji Cama Place, New Delhi: - 110 066 Phone: 91-11-26105054 Fax: 91-11-26105212

Email: [email protected]

Date: - 31.10.2016

CORRIGENDUM-XV

TENDER NOTICE NO: NICSI/LOCAL AREA NETWORK/2015/47 Refer NICSI’s open tender no. NICSI/LOCAL AREA NETWORK/2015/47 for Empanelment of Vendors for Supply, Installation and Commissioning of Local Area Network (LAN). The tender document already published has been revised again as per requests /observation received.

“Revised Tender Document is attached herewith-

This revision supersedes all the previous Corrigendums/Documents published.”

All other modifications/Corrigendums in future will be published on http://www.nicsi.nic.in/tenders.asp & https://eproc-nicsi.nic.in/nicgep/app and also published on http://eprocure.gov.in/cppp/ only.

Sd/- Authorized Signatory

For information to: -

1. All concern thorough NICSI websites http://www.nicsi.nic.in/tenders.asp, https://eproc-nicsi.nic.in/nicgep/app & http://eprocure.gov.in/cppp/ only.

2. Notice Board of NICSI

Page 1 of 143

eoi

 

2016

NATIONAL INFORMATICS CENTRE SERVICES INC. (NICSI)

(A Government of India Enterprise under NIC)

Ministry of Communications & Information Technology

REVISED TENDER DOCUMENT FOR EMPANELMENT OF VENDORS

FOR SUPPLY, INSTALLATION AND COMMISSIONING

OF LOCAL AREA NETWORK (LAN)

(Tender Number: NICSI/LOCAL AREA NETWORK/2015/47 )

H A L L N O . 2 & 3 , 1 S T F L O O R , N B C C T O W E R , 1 5 , B H I K A J I C A M A P L A C E , N E W D E L H I –

1 1 0 0 6 6 . T E L – 2 6 1 0 5 0 5 4 , F A X - 2 6 1 0 5 2 1 2

Page 2 of 143

KEY DATES

Tender No. NICSI/LOCAL AREA NETWORK/2015/47

Name of Organization NATIONAL INFORMATICS CENTRE SERVICES INCORPORATED (NICSI)

Last Date and Time for Uploading of Bids

09.11.2016 till 1500 hours

Date and Time of Opening of Technical Bids

10.11.2016 at 1530 hours

Address for Communication Dy. Manager (Tender) NICSI, 1st Floor, NBCC Tower Bhikaji Kama Place, New Delhi Email: [email protected] NICSI eProcurement website: http://eproc-nicsi.nic.in

Page 3 of 143

TABLE OF CONTENTS

DISCLAIMER ........................................................................................................................ 5 

1  ABBREVIATIONS .......................................................................................................... 6 

2  INTRODUCTION ............................................................................................................ 8 

2.1  ABOUT NICSI ............................................................................................................................................... 8 

2.2  OBJECTIVE OF TENDER ............................................................................................................................... 8 

2.3  TENDER AVAILABILITY .................................................................................................................................. 9 

3  SCOPE OF SERVICES ................................................................................................... 10 

3.1  LAN SURVEY AND DOCUMENT PREPARATION .......................................................................................... 10 

3.2  SUPPLY OF LAN PASSIVE ITEMS/EQUIPMENT’S, LAYING OF CABLES AND INSTALLATION: ....................... 11 

3.3  INSTALLATION & CONFIGURATION OF LAN ACTIVE EQUIPMENT’S: ............................................................ 11 

3.4  ADDITIONAL SUPPORT OF MANPOWER FOR LAN * ................................................................................... 11 

3.4.1  Full-time Onsite Support: ............................................................................................................... 14 

3.4.2  On-Call Support: ............................................................................................................................. 14 

4  WORK ALLOCATION .................................................................................................... 16 

4.1  WORK ALLOCATION ................................................................................................................................... 16 

4.2  AWARD CRITERIA ....................................................................................................................................... 16 

4.3  QUALIFICATION CRITERIA .......................................................................................................................... 17 

4.4  BIDDER’S QUALIFICATION CRITERIA .......................................................................................................... 17 

4.4.1  Generic qualification Criteria (applicable for all Categories): ................................................... 17 

4.4.2  Specific Pre-qualification Criteria for Category 1A: ................................................................... 18 

4.4.3  Specific Pre-qualification Criteria for Category 1 B: .................................................................. 19 

4.4.4  Specific Pre-qualification Criteria for Category 2: ...................................................................... 20 

4.5  PRE-QUALIFICATION CRITERIA FOR BIDDER’S PARTNER (OEM ) FOR PASSIVE COMPONENTS: ............ 21 

Pre-Qualification Criteria for Bidder’s Partner (OEM) for Active Components: ....................................... 22 

4.6  TECHNICAL EVALUATION ........................................................................................................................... 23 

4.7  FINANCIAL EVALUATION ............................................................................................................................. 24 

5  BIDDING PROCESS ...................................................................................................... 25 

5.1  IMPORTANT DATES..................................................................................................................................... 25 

5.2  ONLINE BID SUBMISSION ........................................................................................................................... 26 

5.3  EARNEST MONEY DEPOSIT (EMD) ........................................................................................................... 29 

5.4  BID OPENING.............................................................................................................................................. 31 

5.5  TECHNICAL EVALUATION PROCESS ........................................................................................................... 31 

5.6  EVALUATION OF FINANCIAL BIDS ............................................................................................................... 32 

6  AWARD OF CONTRACT (EMPANELMENT) ...................................................................... 34 

6.1  EMPANELMENT PROCESS .......................................................................................................................... 34 

6.2  CONDITIONS RELATED TO AWARD OF WORK ............................................................................................. 34 

6.3  SECURITY DEPOSIT AND PBG ................................................................................................................... 35 

6.4  PAYMENT TERMS ....................................................................................................................................... 35 

6.5  SERVICE LEVEL AGREEMENT .................................................................................................................... 37 

6.6  REFUND OF EMD & SECURITY DEPOSIT .................................................................................................. 38 

7  OTHER TERMS AND CONDITIONS ................................................................................. 39 

7.1  MICRO, SMALL & MEDIUM ENTERPRISES DEVELOPMENT ACT ................................................................ 39 

7.2  DOMESTIC MANUFACTURER CLAUSE ........................................................................................................ 39 

7.3  FORCE MAJEURE ....................................................................................................................................... 40 

Page 4 of 143

7.4  TERMINATION FOR DEFAULT ...................................................................................................................... 40 

7.5  TERMINATION FOR INSOLVENCY ................................................................................................................ 40 

7.6  LIMITATION OF LIABILITY ............................................................................................................................ 41 

7.7  INDEMNITY .................................................................................................................................................. 41 

7.8  ARBITRATION .............................................................................................................................................. 41 

7.9  CONCILIATION ............................................................................................................................................ 42 

7.10  APPLICABLE LAW ....................................................................................................................................... 42 

8  ANNEXURES................................................................................................................ 43 

8.1  ANNEXURE 1: BIDDER’S PROFILE .............................................................................................................. 43 

8.2  ANNEXURE 2: COMPLIANCE SHEET FOR OEM ......................................................................................... 44 

8.3  ANNEXURE 3: SITE SURVEY DOCUMENT .................................................................................................. 45 

8.4  ANNEXURE 4: INSTALLATION CERTIFICATE ............................................................................................... 46 

8.5  ANNEXURE 5: SITE NOT READY CERTIFICATE .......................................................................................... 47 

8.6  ANNEXURE 6: TECHNICAL SPECIFICATIONS FOR CATEGORY 1 A ............................................................ 48 

8.6.1  Table 1: Passive Components ...................................................................................................... 48 

8.6.2  Table 2: Racks ................................................................................................................................ 52 

8.6.3 Table 3: Fibre Components .................................................................................................................. 54 

8.7 ANNEXURE 7: TECHNICAL SPECIFICATIONS FOR CATEGORY 1 B ................................................................... 60 

8.7.1Table 1: Active Components.................................................................................................................. 60 

8.8 ANNEXURE 8: TECHNICAL SPECIFICATIONS FOR CATEGORY 2 ....................................................................... 67 

8.8.1Table 1: GPON Components ................................................................................................................. 68 

8.8.2 Table 2: Data Centre ............................................................................................................................. 79 

8.9 ANNEXURE 9: FINANCIAL BID LETTER .............................................................................................................. 83 

8.10 ANNEXURE 10: DETAILED COSTING FOR CATEGORY 1 A & CATEGORY 2 ................................................... 85 

8.10.1 Table 1: Passive Components ........................................................................................................... 85 

8.10.2 Table 2: Racks ...................................................................................................................................... 88 

8.10.3 Table 3: Fibre Components .............................................................................................................. 89 

8.10.4 Table 4: Services ................................................................................................................................. 98 

8.11 ANNEXURE 11: DETAILED COSTING FOR CATEGORY 1 B ........................................................................... 107 

8.11.1 Table 1: Active Components ............................................................................................................ 107 

8.11.2 Table 2: Installation and Manpower ............................................................................................... 111 

8.12 ANNEXURE 12: DETAILED COSTING FOR CATEGORY 2 ............................................................................... 114 

8.12.1 Table 1: Fiber and GPON Components ......................................................................................... 114 

8.10.2 Table 2: Data Center Hardware / Software .................................................................................... 121 

8.12.2 Table 3: Services ............................................................................................................................... 127 

8.13 ANNEXURE 13: FINANCIAL SELECTION CRITERIA ........................................................................................ 133 

8.14 ANNEXURE 14: MANUFACTURER’S AUTHORIZATION FORM ........................................................................ 136 

8.15 ANNEXURE 15: PMA FORMAT ..................................................................................................................... 138 

8.16 ANNEXURE 16: BANK GUARANTEE FORMAT FOR FURNISHING SECURITY DEPOSIT ................................. 140 

8.17 ANNEXURE 17: BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITY ............................................ 141 

8.18 ANNEXURE 18: BANK GUARANTEE FORMAT FOR FURNISHING EARNEST MONEY DEPOSIT ...................... 143 

Page 5 of 143

Disclaimer

This Request for Proposal (“RFP”) is issued by National Informatics Center Services Inc (NICSI).

Whilst the information in this RFP has been prepared in good faith, it is not and does not purport to be comprehensive or to have been independently verified. Neither NICSI , nor any of its officers or employees, nor any of their advisers nor consultants accept any liability or responsibility for the accuracy, reasonableness or completeness of, or for any errors, omissions or misstatements, negligent or otherwise, relating to the Scope of work specified herein or makes any representation or warranty, express or implied, with respect to the information contained in this RFP or on which this RFP is based or with respect to any written or oral information made or to be made available to any of the recipients or their professional advisers and, so far as permitted by law and except in the case of fraudulent misrepresentation by the party concerned, and liability therefore is hereby expressly disclaimed.

The information contained in this RFP is selective and is subject to updating, expansion, revision and amendment at the sole discretion of NICSI. It does not, and does not purport to, contain all the information that a recipient may require for the purposes for making a decision for participation in this process. Neither NICSI nor any of its officers, employees nor any of its advisors nor consultants undertakes to provide any Party with access to any additional information or to update the information in this RFP or to correct any inaccuracies therein which may become apparent. Each Party must conduct its own analysis of the information contained in this RFP and subsequent information shared by the User Departments post empanelment, to correct any inaccuracies therein and is advised to carry out its own investigation into the proposed Empanelment, the regulatory regime which applies thereto and by and all matters pertinent to the NICSI and to seek its own professional advice on the legal, financial and regulatory consequences of entering into any agreement or arrangement relating to the Empanelment.

Page 6 of 143

1 Abbreviations

S.No. Abbreviations Description

1. ACL Access Control List

2. BG Bank Guarantee

3. CST Central Sales Tax

4. DFPR Delegation of Financial Power Rules

5. DSCP Differentiated Services Code Point

6. EIA Electronic Industries Alliance

7. EMD Earnest Money Deposit

8. GFR General Financial Rules

9. GTV Grand Total Value

10. I.T. Information Technology

11. ICT Information and Communication Technology

12. IEC International Electro technical Commission

13. IEEE The Institute of Electrical and Electronics Engineers

14. IGMP Internet Group Management Protocol

15. IP Internet Protocol

16. IPv4 Internet Protocol Version 4

17. IPv6 Internet Protocol Version 6

18. ISO International Organization for Standardization

19. LAN Local Area Network

20. LST Local Services Tax

21. MAC Media Access Control

22. MeitY Ministry of Electronics and Information Technology

23. MIB Management Information Base

24. MPLS Multiprotocol Label Switching

25. MSDP Multicast Source Discovery Protocol

26. NIC National Informatics Centre

27. NICSI National Informatics Centre Services Inc.

28. OEM Original Equipment Manufacturer

29. P.O. Purchase Order

30. PACL Port-Based Access Control List

31. PAN Permanent Account Number

32. PBG Performance Bank Guarantee

33. PDF Portable Document Format

34. PoE Power over Ethernet

35. PSU Public Sector Undertakings

36. PVC Poly Vinyl Chloride

37. RFC Request for Comment (IETF Specification document)

Page 7 of 143

S.No. Abbreviations Description

38. RFP Request for Proposal

39. RIP Routing Information Protocol

40. SFP Small Form-factor Pluggable Transceiver

41. SLA Service Level Agreement

42. SNR Site Not Ready

43. TEC Technical Evaluation Committee

44. TIA Telecommunications Industry Association

45. UT Union Territory

46. VAT Value Added Tax

47. VLAN Virtual LAN

48. WO Work Order

Page 8 of 143

2 Introduction

2.1 About NICSI

The National Informatics Centre Services Inc. (NICSI) was set up in 1995 as a section 25 Company under National Informatics Centre (NIC), Ministry of Communications & Information Technology, Government of India to provide total IT solutions to the Government organizations. NICSI provides services for a number of e-Governance projects undertaken by NIC, Department of Information technology (DeitY) and other Government departments (including PSU) of Centre and State Govt. Key Operational Objectives:

To provide economic, scientific, technological, social and cultural development of India by promoting the utilization of Information Technology. Computer-Communication Networks, Informatics etc. by a spin-off of the services, technologies, infrastructure and expertise developed by the NIC of the Government of India including its Computer-Communication Network, NICNET and associated infrastructure and services.

To promote further development of services, technologies, infrastructure and expertise supplementing that developed by NIC in directions which will increase the revenue earning capacity of NIC.

To develop and promote value added computer and computer-communications services over the basic infrastructure and services developed by NIC including NICNET.

In furtherance of these objectives, NICSI has been providing various Products & Services to organizations in the Central Government, State Governments and PSUs etc. Products and Services include Hardware, Systems Software, Application Software, Software Development, Intra-Networking, Wide Area Networking, Video Conferencing, I.T. Consultancy, I.T. Implementation Support among others. NICSI’s procurement processes are fully compliant with GFR rules of Government of India.

2.2 Objective of Tender

Through this tender, NIC/NICSI envisages empanelling Vendors on all-India basis for Supply, Installation, and Commissioning of Local Area network (LAN), Structured Cabling, Active and Passive Networking Components and GPON for meeting the client departments/ own requirements, as the case may be. NICSI will empanel the bidders under 2 (Two ) categories as detailed in section 4.1 below for a period of (2) two years which can be extended through mutual consent for a further period of (1) one year. NICSI being the complete ICT solution provider receives enquiries from various user Government departments for the establishment of LAN, procurement and supply of networking (active and passive) components. In order to utilize the expertise of private sector agencies and their geographical spread, NICSI intends to set up a panel of vendors, which shall undertake such tasks for NICSI. NICSI shall study the project requirements in consultation with the client department and based on the pre-installation site survey, the empanelled vendor shall prepare the detailed scope for the LAN establishment. The detailed scope shall be used to further call for the technical presentations if required from all the empanelled vendors and the most suited vendor for undertaking the assignment will be contracted on the rates as agreed under this tender.

Sealed tenders, valid for a period of 180 days from the date of opening, are invited from eligible bidders for NICSI empanelment for Supply, Installation and Commissioning of Local Area Network (LAN) on all India basis.

This tender will be used for turkey projects for LAN only. Individual equipment’s will not be procured through this tender.

Page 9 of 143

The empanelment will be done as per the Scheme of Categorization, as defined in Section 4.

NICSI reserves the right to reject any or all bids for inappropriateness or incompleteness or for any other reason.

2.3 Tender Availability

The tender document will be available at NICSI e-procurement site http://eproc-nicsi.nic.in. Prospective bidders desirous of participating in this tender may view and download the tender document free of cost from above mentioned website.

Page 10 of 143

3 Scope of Services

The sites at which the required work is to be carried out can be NIC/NICSI’s own offices or as per its clients/ users requirement. The empanelled vendors will be required to carry out some/ all of the below mentioned activities. The detailed scope of work will be given by NIC/NICSI as per the requirements of NIC/NICSI’s own users or its clients. All such work performed may be audited by a NIC/NICSI or any other Govt. agency.

3.1 LAN Survey and Document preparation

Agencies empanelled for providing LAN System Integration Services are required to carry out survey for each site to study the exact requirements, after the placement of job order. The requirement may be

a. Setting up of new LANs b. Extension of existing LAN

Purpose of this exercise is to understand user’s network requirements, take stock of all existing network components & network infrastructure and to gather any other information required for providing required services at each site. This activity should be completed within 15 days after the issuance of order. NIC/NICSI will do the necessary coordination required to carry out this activity. Empanelled agency will designate Project engineer for the site to coordinate with NIC/NICSI or its users/ client departments as the case may be. Empanelled agency will gather required data as per formats finalized in consultation with NIC/NICSI. Agency will prepare a detailed Project report for the site which should address LAN design, Engineering, Structured cabling Installation, Commissioning, testing & certification & documentation for easy maintenance. The aspects to be covered in detailed project report are as below:

LAN design - address total LAN node requirement (e.g. survey & prepare list of nodes locations) , modular design with provision for easy additions, meet all the application requirements, capable for data & video, use latest Gigabit fiber / CAT 6A / CAT6 technologies for backbone & edge, use of WLAN in open areas, easy integration with WAN.

Engineering - should prepare LAN IP addressing scheme, create building VLAN for segregation

between user departments, creation of VLAN/ VPN across buildings & campus, address all the LAN issues, Switching configuration. The bidder needs to provide NMS and tools required for LAN monitoring. The agency will submit a pre-installation document which will include all above activity & BOM for deployment.

Structured cabling installation - cable routing on building blueprint / plan with scales &

distances, integration of existing cabling infrastructure if required, identification of existing cable risers and equipment closets to be used, labeling plan for cabling infrastructure, marking & identification of entire LAN infrastructure, creation of separate cable trays / pathways / raceways if required, documentation/manuals required to be handed over to building administration for safe keep of cabling infrastructure. The proposed NMS must automatically discover manageable elements connected to the infrastructure and map the connectivity between them.

Commissioning, testing & documentation for maintenance – strategy for phase-wise installation & commissioning of LAN, Testing & certification of LAN components & cabling infrastructure, tools & manuals required for maintenance, suggest list of items to be stocked as spares for immediate fault rectification, schedules for periodic onsite maintenance of items, etc. Two copies of the Detailed Project report will be submitted to NICSI Project coordinator in form of printed, hard bound copies & two nos. of soft copies in CD/e-mail and one copy of the document should be given to client. The agency will submit a pre-installation document which will include all above activity & BOM for deployment. NIC/NICSI team(s) from States or Headquarter will coordinate for Survey or Audit whenever required.

Page 11 of 143

3.2 Supply of LAN Passive items/equipments, laying of cables and installation:

The shortlisted agency will supply all the passive LAN cabling equipments as per the Detailed Project Report for a site within 6 weeks for normal sites and 8 weeks for hilly regions, after placement of job order. The list of equipment’s to be supplied & their specifications are at annex of this RFP.

The installation, commissioning & testing of the passive cabling infrastructure has to be completed within 6 weeks for normal sites and 8 weeks for hilly regions from date of supply. The warranty for all passive components will be for a period of 1 year from the date of installation.

All the installation work is to be carried out as per the relevant IEEE standards (ISO/IEC 11801:2002, EIA/TIA 568C.2, EN50173). For this the empanelled agency will post Project Manager, certified in cabling systems/LAN equipment’s as the case may be, at the site, till the completion of installation & commissioning of the cabling/ LAN equipment’s. The empanelled agency will follow the Project report for the cabling routing plan, labeling of the cabling infrastructure and the documentation of the cabling infrastructure for maintenance & hand-over to building maintenance agency

3.3 Supply,Installation & configuration of LAN active equipments:

The shortlisted agency will have to supply, install & configure all the active devices like Layer 2 / Layer 3 switches etc. Supply of active components should be within 8 weeks for normal sites and 10 weeks for hilly regions from date of issue of purchase order . Installation,commissioning and documentation should be completed within next two weeks from the data of supply for making the LAN operational at the site. IOS / software update for 5 years during the warranty period for Switches. The Switch needs to be updated with latest version of IOS. The LAN IP addressing scheme, proxy configuration , creation of in-building VLAN for segregation between user Ministries / departments, creation of VLAN/ VPN across buildings & campus , configuration for all the LAN security issues will be carried out by the empanelled agency as per the Project Report. The empanelled agency will also configure the client nodes for LAN. All the switches, proxy configurations & IP addressing scheme at clients’ site need to be documented for maintenance purposes by the empanelled agency and the copy of the same should be submitted to the client and NICSI. The agency will submit a post installation document “Hardware deployment document” which will include all above activities & details of site-wise equipment deployed with corresponding IP address, configuration of switches & related policies implemented. The warranty for all the active components will be for a period of 5 years from the date of installation. The agency will submit a post installation document “Hardware deployment document” which will include all above activity & site wise equipment deployed with necessary IP address, configuration of switches & related policies deployed.

3.4 Delivery and Installation Conditions

At the destination site, the cartons will be opened only in the presence of NIC/NICSI/user officials and the vendor’s representative. Upon satisfactory installation of the equipment, vendor should obtain signed installation certificate from the official after making the stock entry at their end and specify the same in the installation certificate. The same shall be submitted along with the bills by the vendor for payment

Page 12 of 143

For site not ready (SNR) case, vendor is required to submit a certificate to NIC/NICSI Hq, duly signed by the concerned officials. No Penalty will be levied for SNR cases, however vendor has to start installation work within 15 days of receipt of site ready notice from NIC/NICSI/user .

3.4.1 Penalties

Any unjustified and unacceptable delay beyond the deliver and installation schedule as per purchase order will render the vendor liable for penalty at the rate as mentioned in the table below

S. No

Activity Rate

1

Failure in maintaining the delivery schedule

Any unjustified and unacceptable delay in delivery schedule as given in Section 3.2 and 3.3 will render the vendor liable for penalty at the rate of 0.1% (point one percent) of the purchase order value per day for first 10 days, 0.2%(point two percent) per day for next 10 days, 0.3% (point three percent) per day for next 10 days, subject to maximum 30 days in total after which the purchase order may be cancelled and applicable penalty for delay may be applied

2 Failure in maintaining the installation schedule

0.2% (Zero point two percent) of the purchase order value per day subject to maximum of 10 days, thereafter NICSI holds the option to complete the installation work through alternate sources with the extra cost of completion to be borne by the defaulting vendor.

2 Maintenance during warranty period

Under warranty support, penalty per day per equipment at the rate of 0.05% of the purchase value of the equipment if not repaired within 24 hours in Rest of India and 48 hours in remote locations. Maximum penalty will be limited to 10% of the purchase order value. If system remains down beyond 30 days, NIC/NICSI will have option to get it rectified through alternate source. The cost of repair on such default shall be recovered from the supplier’s outstanding payment or BG/PBG.

3 Replacement of the faulty system

Any system, failing at subsystem level at least three times in three months, displaying chronic system design or manufacturing defects or Quality Control problem will be totally replaced by the Vendor at his cost and risk within 30 days, from the date of last failure. If supplier fails to replace the system within 30 days, penalty will be charged at the rate of 0.2% of system purchase value per day per system upto a maximum value of 10% of the purchase order

4 Limitation of Liability

Taking into consideration all the above cases, the total liability shall be governed by the Section 7.6 Limitation of Liability

3.5 Acceptance Testing

1. The Systems must be supplied in full as per ordered configuration for acceptance testing.

2. No system with short supply or alternate product with different technical specifications shall be taken up for acceptance testing under any circumstances. The supplier must ensure the availability of ordered items/spares in their stock before accepting the purchase order. The acceptance tests will include the verification of specification of ordered item, functional testing and reliability test, running of the evaluation test as conducted during technical evaluation of the items quoted by vendor. The systems must give same performance results as shown during initial Technical Evaluation tests. In case of urgent user requirement, the process of acceptance testing may be relaxed to successful installation of equipment at customer site. In such cases user/project manager’s request is mandatory.

Page 13 of 143

3. The offered systems, in addition to meeting the evaluation tests, should also contain the same subsystems (Brand/Manufacturer) as were given at the time of initial evaluation tests.

4. Failure to fulfill any of the aforementioned conditions will entail cancellation of the Purchase Order along with forfeiture of the Security Deposit/Performance Bank Guarantee.

5. No acceptance testing will be undertaken by NIC/ NICSI unless the Technical Verification Data Sheet (TVDS) concerned with offered products, is provided to NIC/NICSI, at least 15-Days in advance prior to date from which the actual acceptance testing is to start.

6. During empanelment period, on subassembly level if any item’s specifications / model changes & becomes non-available due to obsolescence/ up-gradation of technology, vendor within already approved cost may offer the item with equivalent or having better features in terms of performance and specifications. The item should be offered to NIC/NICSI for evaluation with full configuration at least one month prior to the acceptance testing date. The item(s) so offered will be evaluated at NIC/NICSI /any other site as decided by NIC/NICSI for its acceptance. The vendor should provide detailed technical documents and technical manpower support so as to enable NIC/NICSI to carry out the evaluation process again on the new item. In evaluating such change request, only the tender specification will be referred. In the case of main components, any change in the empanelled configuration due to technological up-gradation/ non-availability will be permitted by equivalent/better item of the same OEM. If no equivalent product meeting tender specification is available with that OEM, a communication from the OEM is mandatory in this regard before offering product of a different OEM.

7. The tentative schedule for conducting of acceptance testing shall be provided along with comprehensive material details by supplier within 15 working days from the date of purchase order to NIC/NICSI, so that all the related documentation work by NIC/NICSI could be completed and tested products can be delivered and installed within the stipulated time frame as per purchase order.

8. The testing of items must be generally completed as specified in the purchase order before the delivery date as per purchase order.

9. Normally, testing and acceptance of the Systems will be done at the Factory premises/Testing Lab of the Vendor/Authorized Partner, or at NIC/NICSI Headquarters in India (as the case may be) or any other premises in India or abroad suggested by supplier where it will be tested as per ordered specifications where representatives from supplier and NIC/NICSI will be present. The testing location/premises must be suitable/ agreeable to NIC/NICSI.

10. NIC/NICSI reserves the right to reject any item, if found unsuitable and /or not conforming to the approved specifications. The rejected items, if any, shall have to be taken back and replaced by good items forthwith at the cost of the vendor. No payment will be made for rejected items.

11. The items which are accepted after testing should be sealed inside carton under the joint signatures of the representative(s) of NIC/NICSI and supplier's representative and then sent along with the packing list giving serial numbers and part numbers of all possible Items and copy of the acceptance test report to the specific location or to the actual sites of installation. The top cover of the carton must have a label carrying the complete NIC/NICSI Purchase Order Number, supplier’s bill number and Delivery location.

12. A sticker mentioning the Service Support Call Centre Number of the vendor and warranty details should be pasted by vendor on each box.

13. For a product becoming end of life, it is the responsibility of the empanelled vendor to get the replacement product approved pro-actively. If there is no replacement product available, the same has to be communicated to NIC/NICSI with justification from OEM, at least three months in advance

Page 14 of 143

so that NIC/NICSI do not quote rate for such product to users. For all such cases where either NICSI has issued Pro-forma Invoice (PI) or the fund has come to NICSI from user departments, the vendor will supply Systems, if necessary with higher configuration at the empaneled rates. If the vendor fails to follow the above requirement, Security Deposit of that vendor will be forfeited and empanelment may be cancelled. If the vendor follows the procedure of intimating NICSI well in advance about the non-availability with proper documentary evidence, the empanelment can be kept in suspension till a suitable and equivalent product is approved by NIC/NICSI. However, for any pending POs such relaxation will not be applicable.

3.6 Additional Support of Manpower for LAN

The bidders may also be required to provide additional support in the following categories, as and when required: a) Full-Time Onsite Support, b) On-Call Support

In case the Support is asked by the User Department, the vendor will be required to deploy ‘Incident Reporting and Management Tool, at no additional cost to the User department, in order to monitor the performance compliance as per the SLAs. The vendor must provide a web-interface for the tool, and provide the access to the user Department.

3.6.1 Full-time Onsite Support:

3.6.1.1 The bidder may be required to provide Full-time onsite support in order to meet the Service Level Agreements as mentioned in section 6.5.

3.6.1.2 The bidder will be responsible for Preventive maintenance of all the components supplied and installed under their work order/purchase order. The bidder will have to carry out the preventive maintenance exercise at least once in 3 months for active components

3.6.1.3 The bidder will be responsible to facilitate the warranty services provided by the OEMs.

3.6.1.4 The bidder will be responsible to provide troubleshooting support for all networking related issues.

3.6.1.5 The on-site support will include provision of dedicated manpower responsible for maintenance, configuration and smooth functioning of the LAN. An indicative quantity of 1 man-power per 100 nodes can be expected by the User Department.

3.6.1.6 For full-time onsite support, the bidder will have to quote per unit rates for providing technically qualified network engineer (manpower). The resource deployed should at least have a Diploma/Engineering degree from any of the nationally recognized institutions and should have an OEM certified networking certification, and shall have a minimum of 3-years’ experience in network troubleshooting and related activities.

3.6.2 On-Call Support:

3.6.2.1 The bidder may be required to provide On-call support in order to meet the Service Level Agreements as mentioned in Section 6.5.

Page 15 of 143

3.6.2.2 The bidder will be responsible to facilitate the warranty services provided by the OEMs.

3.6.2.3 The bidder will be responsible for providing troubleshooting support for all the networking related issues.

3.6.2.4 For On-call support, the bidder will have to quote for the bundle packages, with a free number of visits, as mentioned in the financial bid formats.

3.6.2.5 Any visits to provide warranty services and preventive maintenance services will not be counted as a site-visit. Also, issues resolved over call will not be counted as a site-visit.

3.6.2.6 Any repeat visits for an issue, which is unresolved in a single-visit, will not be counted as a site-visit.

3.6.2.7 Any repeat visit for an issue, which was resolved within past 3 months, but is treated as unresolved by the User Department, will not be counted as a site-visit.

Page 16 of 143

4 Work Allocation

4.1 Work Allocation

The RFP has been categorized into 2 (Two) Categories:

The above categorization of Vendors aims to group vendors on the basis of their capability to undertake the desired activities, considering their ability to supply, install and maintain the LAN connectivity. Based on the criteria given below, the bidders should bid in a specific category.

4.2 Award Criteria

4.2.1 Bidder can bid for implementation empanelment in any of the Categories or all the Categories as per the qualification criteria (i.e. Category 1A, 1B and Category 2).

4.2.2 A bidder must submit a quote for all line items relevant for that specific category.

4.2.3 Any bidder who will be bidding for Category 2 will have to bid for all items listed in category 1A. In this case, the OEM of the items in 1A should be same in both the categories

4.2.4 Any bidder who does not provide a quote for any line item in the specific category will be disqualified.

4.2.5 Technical bids for only the bidders qualifying with the general and specific pre-qualification conditions, as stipulated in this RFP, will be opened at the specified date.

4.2.6 Bids which qualify the Technical specification, will be opened for Financial Evaluation.

4.2.7 After Financial evaluation, 5 (Five) of the bidders will be empanelled in categories 1A , 5 ( Five) bidder will be empanelled for Category 1B and 5 ( Five) bidders will be empanelled for Category 2

4.2.8 In case the bidder violates any condition stated above, the bidder’s bid shall be rejected.

Category Works Criterion

Category 1 A Supply Installation Commissioning and one year warranty support for Passive Components, Racks, Fiber (Up to 1500 nodes )

Passive Components and Racks and Fibre

Category 1 B Supply, Installation commissioning and warranty support for five years of Active components

Quarterly Preventive maintenance

Switches

Category 2 Supply Installation Commissioning and warranty support for one year of Passive Components, Racks, Fiber, GPON, Data Centre

( More than 1500 nodes)

GPON, Data Centre and Passive Components and Fibre and Rack

Page 17 of 143

4.3 Qualification Criteria

NICSI shall constitute an Evaluation committee, which shall carry out the entire evaluation process. Vendors are expected to meet the following Qualification Criteria and Technical Specification on the basis of requirements for empanelment in the desired Category.

The Bidder is required to submit all necessary documents for itself, and those supplied by its OEM, as stated in Sections 4.4 and 4.5 below.

4.4 Bidder’s Qualification Criteria

The pre-qualification section is divided into two subsections, i.e. Generic qualification criteria and Specific qualification criteria. Any bidder, irrespective of the category bid for, must comply with the Generic Pre-qualification conditions. However, agencies bidding for a particular category will be required to comply with the specific pre-qualification criteria associated with that category.

The Bidders are required to submit all required documentation in support of the evaluation criteria specified (e.g. detailed project citations and completion certificates, client contact information for verification and all others) as required for evaluation of the bids.

4.4.1 Generic qualification Criteria (applicable for all Categories):

S.No. Criteria Documents to be submitted as qualifying documents

1. The bidder should be an Information Technology Company registered in India under the Indian Companies Act 1956/2013 or a partnership registered under the India Partnership Act 1932 for the last Three years as on 31st March 2016.

Copy of valid Certificate of Registration attested by Company Secretary/ Authorized Signatory

2. The bidder must have Net Positive Worth and must not have any Non-Performing Assets on its Balance Sheets.

Copy of certificate from Statutory Auditor / Chartered Accountant

3. The bidder should be registered with the Indian Service Tax department.

Copy of valid Service Tax Registration Certificate of the firm along with the work contract Registration no./ CST No. / VAT No. /LST No. / PAN no. should be provided

4. The bidder should be a single legal entity/ individual organization. Consortium is not allowed.

Undertaking signed by authorized signatory

5. The Bidder must have valid ISO 9001:2008 Certification.

Copy of valid ISO certificate

6. a. The Bidder must have minimum one office in each of the 4 the zones (North, East, West, South) and 1 in North East.

Undertaking signed by authorized signatory, along with the address and phone numbers and a franchise

Page 18 of 143

S.No. Criteria Documents to be submitted as qualifying documents

b. For North East the bidder should have its own office or offices of its franchise

agreement is to be attached in case of a franchise

7. Power of Attorney in the name of authorized signatory authorizing him for signing the bid documents or related clarifications on bid documents

Power of Attorney in the name of authorised signatory

4.4.2 Specific Pre-qualification Criteria for Category 1A:

S.No. Criteria Documents to be submitted as qualifying documents

1. Average Annual Turnover during the financial years 2012-13, 2013-14, 2014-15 and 2015 – 16 (any three consecutive years can be taken) : Minimum Rs 4 Crore

Copy of Audited Balance sheets along with Profit and loss statements with highlighted relevant figures (in case the audited financial statements do not reflect the above or copy of certificate from Statutory Auditor / Chartered Accountant

2. Annual Turnover during each of the financial years 2012-13, 2013-14 , 2014-15 and 2015 – 16 (any three consecutive years can be taken) from Network Infrastructure and Services: Minimum Rs 2 Cr per year.

Copy of certificate from Statutory Auditor / Chartered Accountant on the actual figures.

3. The bidder should have completed at least 5 assignments for implementation of LAN with one project having value of 25 Lakh with minimum 500 nodes for any State/Central Government/Department /Organisation/PSUs/Institutes Government funded / Industries in the financial years 2012 – 13 , 2013 – 14 , 2014 – 15 and 2015 – 16 ( any three consecutive years can be taken)

Copy of complete work order/ agreement/ purchase order and successful completion certificate from the client. Certificate from client should clearly state that the scope of work was minimum 500 nodes.

4. The bidder should have completed at least 5 assignments for implementation of Fibre with one project having value of 25 Lakh for any State/Central Government/Department /Organisation/PSUs/ Institutes Government funded/ Industries in the financial years 2012 – 13 , 2013 – 14 , 2014 – 15 and 2015 – 16 ( any three consecutive years can be taken)

Copy of complete work order/ agreement/ purchase order and successful completion certificate from the client.

Page 19 of 143

5. The bidder should have at least 4 full-time engineers on its permanent role who are certified in Passive components and/or Fiber as on 31st March , 2016.

Certificate from Head of Human Resource of bidding vendor for the number of technically qualified network engineers. Certificate should be supported with the list of network engineers with their names, employee code, highest educational qualification, years of experience and valid OEM certifications. Copy of the ID card and contact no.

6. The bidder shall be, certified by the Original Equipment Manufacturer (OEM) in all aspects of design, installation, and testing of the products described herein.

A valid Authorization certificate from the OEM in the name of bidding organization is required to be furnished, as per the annexure 14

7. Earnest money deposit of value of Rs. 15,00,000/- (Rupees Fifteen Lakhs Only ) in the form of Demand Draft/Pay Order/ Bank Guarantee from a commercial bank in favour of “NICSI” payable at New Delhi.

Copy of the Demand Draft/ Pay Order/ Bank Guarantee

4.4.3 Specific Pre-qualification Criteria for Category 1 B:

S.No. Criteria Documents to be submitted as qualifying documents

1. Average Annual Turnover during the financial years 2012-13, 2013-14 ,2014-15 and 2015 - 16 (any three consecutive years can be taken) : Minimum Rs 20 Cr.

Copy of Audited Balance sheets along with Profit and loss statements with highlighted relevant figures or copy of certificate from Statutory Auditor / Chartered Accountant

2. Annual Turnover during each of the financial years 2012-13, 2013-14 , 2014-15 and 2015 - 16 ( any three consecutive years can be taken) from sales/ installation/ maintenance of Active components : Minimum Rs 5 Cr.

Copy of certificate from Statutory Auditor / Chartered Accountant

3. The bidder should have completed at least 10 assignments for supply of active components (Switches, LAN extenders, Fiber Optic Network/ Terminal ) with one project having value of 50 Lakh for any State/Central Government/Department /Organisation/PSUs / Industries in the financial years 2012 – 13, 2013 – 2014 , 2014 – 2015 and 2015 – 16 (any three consecutive years can be taken)

Copy of complete work order/ agreement/ purchase order and/or successful completion certificate from the client.

Page 20 of 143

4. The bidder should have at least 10 full-time engineers on its permanent roll, who are certified in , Active Components as on 31st March , 2016

Certificate from Head of Human Resource of bidding vendor for the number of technically qualified network engineers. Certificate should be supported with the list of network engineers with their names, employee code, highest educational qualification, years of experience and certifications from OEM (i.e CCNA, Juniper Certified) Copy of the ID card and contact no needs to be provided

5. The bidder shall be, certified by the Original Equipment Manufacturer (OEM) in all aspects of design, installation, and testing of the products described herein.

A valid Authorization certificate from the OEM in the name of bidding organization is required to be furnished as per the annexure 14

6. Earnest money deposit of value of : Rs. 50,00,000/- (Rupees Fifty Lakhs Only) in the form of Demand Draft/Pay Order/ Bank Guarantee from a commercial bank in favour of “NICSI” payable at New Delhi.

Copy of the Demand Draft/ Pay Order/ Bank Guarantee

4.4.4 Specific Pre-qualification Criteria for Category 2:

S.No. Criteria Documents to be submitted as qualifying documents

1. Average Annual Turnover during the financial years 2012-13, 2013-14 , 2014-15 and 2015 - 16 ( any three consecutive years can be taken) : Minimum Rs 50 Cr.

Copy of Audited Balance sheets along with Profit and loss statements with highlighted relevant figures or Copy of certificate from Statutory Auditor / Chartered Accountant

2. Annual Turnover during each of the financial years 2012-13, 2013-14, 2014-15 and 2015 - 16 (any three consecutive years can be taken) from GPON/Optical Switching / Data Center cabling related works : Minimum Rs 15 Cr.

Copy of certificate from Statutory Auditor / Chartered Accountant.

3. The bidder should have completed at least 3 assignments for GPON/ Optical Switching / Data Centre related works having value of 50 Lakhs for any State/Central Government/Department /Organisation/PSUs/ Industry. in the financial years 2012 -13 ,2013 – 14 , 2014 – 15 and 2015 – 16 ( any three consecutive years can be taken)

Copy of complete work order/ agreement/ purchase order and successful completion certificate from the client.

4. The bidder should have at least 10 full-time engineers on its permanent roll who are certified in ,

Certificate from Head of Human Resource of bidding vendor for the number of technically qualified network engineers. Certificate should be

Page 21 of 143

who are certified in Passive Components, GPON, Fiber, Data Center cabling as on 31st March , 2016

supported with the list of network engineers with their names, employee code, highest educational qualification, years of experience and certifications. Copy of the ID card and contact no.

5. The bidder shall be, certified by the Original Equipment Manufacturer (OEM) in all aspects of design, installation, and testing of the products described herein.

A valid Authorization certificate from the OEM in the name of bidding organization is required to be furnished as per the annexure 14

6. Earnest money deposit of value of Rs. 50,00,000/- ( Rupees fifty Lakhs Only) in the form of Demand Draft/Pay Order/ Bank Guarantee from a commercial bank in favour of “NICSI” payable at New Delhi.

Copy of the Demand Draft/ Pay Order/ Bank Guarantee

4.5 Pre-Qualification Criteria for Bidder’s Partner (OEM) for Passive Components:

S. No.

Item Insert Value or check-list the box

Reference of Enclosed Proof, along with corresponding page numbers

1 The OEM’s annual sales turnover from sale of passive components should at least be Rs.50 crores (Rupees Fifty Crores), during the financial years 2012 – 13 , 2013 – 14 , 2014 – 15 and 2015 – 16 ( any three consecutive years can be taken) from Fiber and/ or Passive LAN equipment’s and/or GPON equipment’s and/or Optical Switching or The OEM should have supplied/ implemented the GPON projects in India successfully in last 3 years. Should provide the completion certificate.

2 The OEM should be an ISO 9001 and ISO 14001 certified Company. The OEM should enclose a copy of quality certificate from a recognized institution for their manufacturing / assembly/ system integration facilities located anywhere in INDIA or a self-declaration that they are following the compliance . This certification should be from any globally recognized institution.

1. Name of the agency

2. Name of the Certificate

3. Validity date

3 The OEM must enclose the copy of the latest Income TAX return filed.

Enclose the copy of latest Income Tax return filed copies.

Page 22 of 143

Pre-Qualification Criteria for Bidder’s Partner (OEM) for Active Components:

4 A copy VAT/ST/CST No. allotted by the Sales Tax Authorities, as well as PAN number of the firm allotted by the Income Tax authorities should be submitted.

The OEM should be registered with Service tax department of the Government.

VAT/ST/CST No.

PAN no.

Service TAX NO.

Enclose copy of the valid Registration No.

5 A copy of the Registration Certificate / Certificate of Incorporation of the firm, with attested copies of Articles of Association (in case of Registered firm), Byelaws and certificates of registration (in case of registered co-operative Societies), partnership deed (in case of partnership firm) should be submitted.

It is mandatory that the OEM should have had a registered office in India for at least 3 years from the date of publishing of this tender. .

Registration No.

Name the documents enclosed.

Specify years of establishment in India

S. No.

Item Insert Value or check-list the box

Reference of Enclosed Proof, along with corresponding page numbers

1 The OEM’s annual sales turnover from sale of Active Components should at least be Rs.100 crores (Rupees hundred Crores) and for OEM under PMA/Make in India it should be at least Rs 50 crores, during the financial years 2012 – 13 , 2013 – 14 , 2014 – 15 and 2015 – 16 (any three consecutive years can be taken) from Switches and/or Optical Switching and its components

2 The OEM should be an ISO 9001 and ISO 14001 certified Company. The OEM should enclose a copy of quality certificate from a recognized institution for their

1. Name of the agency

2. Name of the Certificate

Page 23 of 143

4.6 Technical Evaluation

A duly constituted Technical Evaluation Committee (TEC) will first select Bidders on the basis of per- qualification criteria of this tender. The Bids qualifying to the qualification criteria will be considered for Technical evaluation as defined in Section 5.5 of this document.

4.6.1 The committee may seek written clarifications from the bidders. The primary function of clarifications in the evaluation process is to clarify ambiguities and uncertainties arising out of the evaluation of the bid documents. Clarifications provide the opportunity for the committee to state its requirements clearly and for the bidder to more clearly state its bid. The committee may seek inputs from their professional, technical experts in the evaluation process.

manufacturing / assembly/ system integration facilities located anywhere in INDIA or abroad or a self-deceleration about the compliance. This certification should be from any globally recognized institution.

3. Validity date

3 The OEM must enclose the copy of the latest Income TAX return filed.

Enclose the copy of latest Income Tax return filed copies.

4 A copy VAT/ST/CST No. allotted by the Sales Tax Authorities, as well as PAN number of the firm allotted by the Income Tax authorities should be submitted.

The OEM should be registered with Service tax department of the Government.

VAT/ST/CST No.

PAN no.

Service TAX NO.

Enclose copy of the valid Registration No.

5 A copy of the Registration Certificate / Certificate of Incorporation of the firm, with attested copies of Articles of Association (in case of Registered firm), Byelaws and certificates of registration (in case of registered co-operative Societies), partnership deed (in case of partnership firm) should be submitted.

It is mandatory that the OEM should have had a registered office in India for at least 3 years from the date of publishing of this tender.

Registration No.

Name the documents enclosed.

Specify years of establishment in India

Page 24 of 143

4.7 Financial Evaluation

4.7.1 The Financial bids of the technically qualified vendors only will be opened in the presence of their representatives on a specified date and time at NICSI. Before opening the financial bids, if NICSI considers necessary, it may ask for revised commercial bids from the short listed vendors which should be submitted. The revised bids should not be more than the one quoted earlier by the respective vendor. Any vendor quoting higher rates in their revised commercial bid will not be considered for further evaluation.

4.7.2 The financial evaluation will be done for all the categories of empanelment independently. In each category, the bidders will be required to meet the minimum GTV in order to be considered for empanelment.

4.7.3 The Financial bids will be evaluated in the manner explained in Annexure 13: Financial Selection Criteria.

4.7.4 The decision of NICSI arrived at as above will be final and no representation of any kind will be entertained. Any attempt by any vendor to bring pressure of any kind may disqualify the vendor for the present tender.

4.7.5 Any bidder quoting abnormally high or abnormally low prices for any component may be disqualified by NICSI.

4.7.6 The decision of NICSI arrived at as above will be final and no representation of any kind will be entertained on the above.

4.7.7 NICSI reserves the right to accept any bid, and to cancel/abort the tender process and reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected vendor(s), of any obligation to inform the affected vendor(s) of the grounds for NICSI’s action and without assigning any reasons.

4.7.8 When deemed necessary, NICSI may seek clarifications on any aspect from the vendor. However, that would not entitle the vendor to change or cause any change in the substance of the tender submitted or price quoted. Also it will not imply that vendor’s bid has been selected for processing.

4.7.9 For Annexure 10 / 11/ 12:

i. Basic cost should include all duties such as custom, excise, etc, Freight, Packaging, Insurance, Installation/Commissioning, Warranty & any other charges.

ii. Octroi/Entry tax will be paid by the vendor and get reimbursement from NICSI as per actual and as applicable on production of original receipts.

iii. For all items make and model or part number MUST be given in Annexure 6 / Annexure 7 / Annexure 8, depending on category, against each item.

iv. VAT / Sale tax and Service tax wherever applicable MUST be clearly indicated .

Page 25 of 143

5 Bidding Process

5.1 Important Dates

Important Dates Bid submission start date xxxxxxxxxxxxxxxxxx

Bid submission end date: XX.XX.2016 upto 15:00 Hrs Opening of Tender Bids (Prequalification &Technical)

XX.XX.2016 at 15:30 Hrs

Page 26 of 143

5.2 Bid Submission

Agencies are advised to study the Bid Document carefully.

5.2.1 Each category will be treated as different tender, and will not have effect on other category in any manner, whatsoever.

5.2.2 One (1) OEM can bid through maximum of two (2) SI, i.e. any OEM can provide MAF form for an item to any 2 bidders. In case of providing MAFs to more than 2 bidders, all bids are liable to be rejected for that item. Any OEM can provide separate MAF (to 2 SI for different categories) . The SI bidding for category 2 should quote same OEM for the Components in 1A.

5.2.3 For Racks OEM qualification criteria is not required, but will have to provide make and model need to be specified, and will provide necessary documentation.

5.2.4 For ducts, conduits, pipe and accessories MAF is not required, however make and model needs to be specified.

Submission of the Bid will be deemed to have been done after careful study and examination of all instructions, eligibility norms, terms and requirement specifications in the tender document with full understanding of its implications. Bids not complying with all the given clauses in this tender document are liable to be rejected. Failure to furnish all information required in the tender Document or submission of a bid not substantially responsive to the tender document in all respects will be at the vendor’s risk and may result in the rejection of the bid.

All the bids must be valid for a period of 180 days from the date of tender opening for placing the initial order. If necessary, NICSI will seek extension in the bid validity period beyond 180 days. The vendors, not agreeing for such extensions will be allowed to withdraw their bids without forfeiture of their EMD.

5.2.5 Online Bid Submision

The online bids should be submitted as under:-

5.2.5.1 Online bids (complete in all respect) must be uploaded on NICSI eProcurement website http://eproc-nicsi.nic.in latest by 15:00 hours on Bid Submission date

5.2.5.2 The Online bids should be submitted as under:

Packet 1

The PDF titled as ‘EMD_Scan_ForCategory#.pdf’ should comprise of the following items : Scanned copy of EMD/Relevant Registration Certificate incase claiming

exemption from EMD for the category in which the bid is being submitted

The .rar file not containing the above documents or containing the financial bid in explicit / implicit form will lead to rejection of the bid.

Packet 2 The PDF file titled as ‘Elig_doc_ForCategory#.pdf’ for “Eligibility Criteria -

NICSI Tender for Empanelment of Vendors for Supply, installation, and commissioning of Local Area network (LAN)” should comprise of the following

Page 27 of 143

i. All the documents asked for eligibility criteria as mentioned in Section 4.4 Bidder’s Qualification Criteria depending on the category for which the bid is being submitted

The .rar file not containing the above documents or containing the financial bid in explicit / implicit form will lead to rejection of the bid.

Packet 3 The PDF file titled as “tech_bid_ForCategory#.pdf” for

“Technical Bid- NICSI Tender for Empanelment of Vendors for Supply, installation, and commissioning of Local Area network (LAN)” should comprise of the following

i. All the documents asked for Technical Bid and as per Annexure 6 / Annexure 7 / Annexure 8, depending on category for which the bid is being submitted

The .rar file not containing the above documents or containing the financial bid in explicit / implicit form will lead to rejection of the bid.

Packet 4

The RAR file titled as ‘fin_bid_letter_ForCategory#.rar’ for “Financial Bid- NICSI Tender for Empanelment of Vendors for Supply, installation, and commissioning of Local Area network (LAN)” should contain the duly signed and scanned financial bid letter (containing the GTV value for that specific category) for the respective category for which the bid is being submitted as mentioned in Annexure 9 : Financial Bid Letter. All the respective financial bid letters ( for each category bid in .rar format ) should be saved in a larger .rar file titled ‘fin_bid.rar’

The .rar file not containing the above document will lead to rejection of the bid

5.2.5.3 In place of # in the file names above please mention the category number (1A, 1B or 2)

5.2.6 Hard Copy Submission

The bidder is required to submit the envelopes as required in the table below to to Manager, Tender Division, NICSI, 1st Floor, NBCC Tower-15, Bhikaji Cama Place, New Delhi by the bid submission date.

EMD

Bank Draft(s)/ Bank Guarantee towards EMD as per details given in Section 5.3 should be sealed in envelopes and superscripted “EMD: Empanelment of Vendors for Supply, Installation and Commissioning of Local Area Network” .

In case the bidder is claiming exemption from submitting EMD, then relevant certificates justifying the claim should be submitted in place of Demand Draft/Bank Guarantee for EMD.

Financial Bid The bidder is required to submit the Detailed Financial Bid in separate envelopes for each category in which the bid is being submitted as per the format provided in Annexure 10 , 11 and 12

Page 28 of 143

Envelope 1 – This should be superscripted as “Detailed Financial Bid for Category 1A - NICSI Tender for Empanelment of Vendors for Supply, installation, and commissioning of Local Area network (LAN)” and would contain rates for all items in category 1A as mentioned in Annexure 10

Envelope 2 – This should be superscripted as “Detailed Financial Bid for Category 1B - NICSI Tender for Empanelment of Vendors for Supply, installation, and commissioning of Local Area network (LAN)” and would contain rates for all items in category 1B as mentioned in Annexure 11

Envelope 3 – This should be superscripted as “Detailed Financial Bid for Category 2 (GPON and Data Centre) - NICSI Tender for Empanelment of Vendors for Supply, installation, and commissioning of Local Area network (LAN)” and would contain rates for all items in category 2 ( except all items quoted in Envelope 1) as mentioned in Annexure 12

Envelope 4 – This should be superscripted as “Detailed Financial Bid for Category 2 - NICSI Tender for Empanelment of Vendors for Supply, installation, and commissioning of Local Area network (LAN)” and would contain Envelope 1 and Envelope 3

All these envelopes should be sealed and superscripted as “Financial Bid: Empanelment of Vendors for Supply, Installation and Commissioning of Local Area Network” This large envelope should contain all the detailed financials bids for every category where the bid is being submitted.

5.2.7 In case, the day of bid submission is declared Holiday by Govt. of India, the next working day will be treated as day for submission of bids. There will be no change in the timings.

5.2.8 Tender bid must contain the name, office and after office hour addresses including telephone number(s) of the person(s) who are authorized to submit the bid with their signatures.

5.2.9 Un-signed & un-stamped bid shall not be accepted.

5.2.10 All pages of the bid being submitted must be signed and sequentially numbered by the vendor irrespective of the nature of content of the documents.

5.2.11 Ambiguous bids will be out rightly rejected.

5.2.12 NICSI will NOT be responsible for any delay on the part of the vendor in obtaining the terms and conditions of the tender notice or submission of the tender bids.

5.2.13 Vendors shall indicate their rates in clear/visible figures as well as in words. In case of a mismatch, the rates written in words will prevail.

5.2.14 Tender process will be over after the issue of empanelment letter(s) to the selected vendor(s).

5.2.15 Bids not quoted as per the format given by NICSI will be rejected straightway.

Page 29 of 143

5.2.16 No deviation from the tender specifications & terms and conditions will be accepted.

5.2.17 NICSI may, at its own discretion, extend the date for submission of bids. In such a case all rights and obligations of NICSI and the Agencies will be applicable to the extended time frame.

5.2.18 The offers submitted by fax/Email or any manner other than specified above will not be considered. No correspondence will be entertained on this matter.

5.2.19 At any time prior to the last date for receipt of bids, NICSI, may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective vendor, modify the Tender Document by an amendment. The amendment will be notified on NICSI’s website http://eproc-nicsi.nic.in and should be taken into consideration by the prospective agencies while preparing their bids.

5.2.20 In order to give prospective agencies reasonable time to take the amendment into account in preparing their bids, NICSI may, at its discretion, extend the last date for the receipt of bids. No bid may be modified subsequent to the last date for receipt of bids. No bid may be withdrawn in the interval between the last date for receipt of bids and the expiry of the bid validity period specified by the vendor in the bid. Withdrawal of a bid during this interval may result in forfeiture of Vendor’s EMD.

5.2.21 The agencies will bear all costs associated with the preparation and submission of their bids. NICSI will, in no case, be responsible or liable for those costs, regardless of the outcome of the tendering process.

5.2.22 Printed terms and conditions of the vendors will not be considered as forming part of their bid. In case terms and conditions of the tender document are not acceptable to any vendor, they should clearly specify the deviations in their bids.

5.3 Earnest Money Deposit (EMD)

5.3.1 EMD will be as follows:

Category 1A: Rs. 15,00,000/- (Rupees Fifteen Lakhs Only)

Category 1B: Rs. 50,00,000/- (Rupees Fifty Lakhs Only)

Category 2: Rs.50,00,000/- (Rupees Fifty Lakhs Only)

The bidder can bid for one, two or all of these categories. However, each submission has to meet the requirements independent of other bids. So in case any bidder is interested in bidding for all categories, then separate EMDs needs to get submitted. Certain forms which are same, are required to be enclosed in the technical bid to ensure that each technical bid is independent from the other bid.

Page 30 of 143

5.3.2 Earnest Money Deposit (EMD) of amount as mentioned above, as per the desired Category, must be submitted, by Demand draft/Bank Guarantee/Pay Order. The demand draft must be of any scheduled nationalized / commercial bank drawn in favor of “National Informatics Centre Services Incorporated, New Delhi”, payable at New Delhi. The EMD must be submitted in an envelope before bid submission end date and time as mentioned in Section 5.1. Otherwise submitted bids will be rejected. However the scanned copy of Demand Draft/ Pay Order must be uploaded (PDF format) electronically on NICSI eProcurement website http://eproc-nicsi.nic.in as per the bid submission timelines.

5.3.3 EMD in terms of Bank Guarantee will be accepted having a validity of 180 days from the day of opening.

5.3.4 Facilities have been extended to the SSI units registered with NSIC have been defined in Clause 7.1.2.

5.3.5 In the absence of BG of EMD amount, such tenders shall be rejected straightway.

5.3.6 The Earnest Money Deposit (EMD), without any interest accrued will be refunded in any of following eventual situations:-

5.3.6.1 In the case of those Vendors who fail to qualify the eligibility criteria, or whose technical bids do not qualify, the Earnest Money Deposit (EMD) will be refunded without any interest accrued within one month of the acceptance of TEC (Technical Evaluation Committee)’s recommendations.

5.3.6.2 In the case of those Vendors who are not selected, the Earnest Money Deposit (EMD) will be refunded without any interest accrued within one month of the acceptance of FEC (Financial Evaluation Committee)’s recommendations.

5.3.6.3 In the case of Vendor whose tender bid is accepted for empanelment, EMD will be refunded on receipt of Security Deposit as per empanelment clause.

5.3.7 Forfeiture of Earnest Money Deposit/Security Deposit: The Earnest Money Deposit can be forfeited if a vendor:

5.3.7.1 Withdraws its bid during the period of bid validity.

5.3.7.2 Does not accept, and / or violates the tender terms and conditions of the contract after submission of the bid.

5.3.7.3 Successfully gets empanelled, but fails to sign the contract within the stipulated time.

Page 31 of 143

5.4 Bid Opening

5.4.1 Online bids (complete in all respect) received along with EMD (Physically) will be opened as mentioned at Section 5.1 in presence of vendors representative if available. Bid received without EMD will be rejected straight way.

5.4.2 Eligibility Criteria and Technical bids of only those vendors, whose EMD instruments are found to be in order, will be opened afterwards in the same bid opening session, in the presence of the vendor’s representatives.

5.4.3 Financial bids of only those vendors, whose bids are found technically qualified, by the Technical Evaluation Committee, will be opened in the presence of the vendor’s representatives as per Annexure 13 : Financial Selection Criteria subsequently for further financial evaluation.

5.4.4 One authorized representative of each of the vendor would be permitted to be present at the time of aforementioned opening of the bids.

5.5 Technical Evaluation Process

5.5.1 Technical Bids of only bidders which qualify the eligibility criteria evaluation process will be evaluated based on the parameters as per Section 4.4.

5.5.2 A duly constituted Technical Evaluation Committee (TEC) will evaluate and shortlist Technical Bids on the basis of parameters/ specifications provided in Section 4.4.

5.5.3 NICSI has the option to ask the vendors for a technical presentation in a short notice. Any additional commitment made (not contradicting the original bid) will form the part of the empanelment agreement.

5.5.4 During the technical evaluation, if any of the parameters are not met, the bid will be summarily rejected.

5.5.5 Bidder will have to provide valid documentation with reference technical specifications as per Annexure 6, Annexure 7 and Annexure 8 of this bid.

5.5.6 The TEC will evaluate the Technical bids on the basis of technical specifications given in the tender document.

5.5.7 The Bidders should ensure proper numbering, specific compliance and reference document with reference to the specific equipment.

5.5.8 The TEC has the right to physically verify the compliance of the quoted products with the required tender specifications, and to test them for reliability & functionality, this may include site visit to factory

Page 32 of 143

5.5.9 During the evaluation bidder should keep copy of the RFP submitted by them ready for reference during the TEC visit to factory. No delay on part of OEM/ SI will be accepted in case the equipment’s are not available for evaluation. Delay may result in disqualification of the bidder.

5.5.10 Original authorisation of OEMs needs to be submitted to tender division.

5.6 Evaluation of Financial Bids

5.6.1 The Financial Bids of only those Vendors short listed from the Technical Bids by TEC will be opened electronically in the presence of their representatives on a specified date and time to be intimated to the respective Vendors by Tender Division of NICSI, and the same will be evaluated by a duly constituted Financial Evaluation Committee (FEC).

5.6.2 If NICSI considers necessary, Revised Financial Bids could be called for from the technically short-listed Vendors, before opening the original financial bids for recommending the final empanelment.

5.6.3 In the event of revised financial bids being called for, the revised bids should NOT be higher than the original bids, otherwise the bid shall be rejected and EMD forfeited.

5.6.4 Lowest Quoting Vendor (L1) will be selected as per the “Annexure 13: Financial Selection Criteria”.

5.6.5 In case of discrepancy between the GTV and the total cost provided for the component in the detailed cost break up sheet, the following methodology shall be adopted

5.6.5.1 If GTV is LESS than sum total of all the weighted values of each item in the detailed financial sheet, then the values for constituent items will be reduced proportionately and the revised costs will be recalculated accordingly. Thus revised rates of constituent items will be applicable.

For e.g. If GTV=98 & item wise sum of the costs in the detailed cost break up sheet is 100 , then each item in Financial Bid will be multiplied by a factor 98/100. Thus the new item wise values shall be the final quote. If L1 bidder fails to accept the individual unit rates rationalized as per above procedure, their bid will be treated as cancelled and EMD will be forfeited.

5.6.5.2 If GTV is GREATER than sum total of all the weighted values of each item in the detailed cost break up sheet, then sum total of all the weighted values shall be treated as GTV.

Page 33 of 143

5.6.6 No enquiry shall be made by the vendor(s) during the course of evaluation of the tender, after opening of bid, till final decision is conveyed to the successful vendor(s). However, the Committee/its authorized representative and office of NICSI can make any enquiry/seek clarification from the vendors, which the vendors must furnish within the stipulated time else bid of such defaulting vendors will be rejected

Page 34 of 143

6 Award of Contract (Empanelment)

6.1 Empanelment Process

6.1.1 The Empanelment will be done as per Section 4.2, with all its terms and conditions.

6.1.2 All empanelled Bidders shall have to enter into a written agreement with NICSI for honouring all tender conditions and adherence to all aspects of fair trade practices in executing the purchase orders placed by NIC/NICSI on behalf of its clients.

6.1.3 In the event of an empanelled Company or the concerned division of the Company is taken over /bought over by another company, all the obligations and execution responsibilities under the agreement with the NICSI, should be passed on for compliance by the new company in the negotiation for their transfer.

6.1.4 In case any selected bidder refuses to sign empanelment within seven days of communication from NICSI, the offer would be treated as withdrawn and the bidder’s EMD will be forfeited.

6.1.5 In case of empanelled bidder is found in breach of any condition(s) of tender or supply order, at any stage during the course of supply / installation or warranty period, the legal action as per rules/laws, shall be initiated against the bidder and EMD/Security Deposits shall be forfeited.

6.1.6 The bidder should not sublet the work contracted under this empanelment or any part of it to any other vendor in any form. Doing so shall result in termination of empanelment and forfeiture of Security deposit. NICSI may, at any time, terminate the empanelment by giving written notice to the empanelled vendor without any compensation, if the empanelled vendor becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to NICSI.

6.2 Conditions related to award of work

6.2.1 The selected vendor will be eligible to take up engagements as per the category in which it is empanelled.

6.2.2 Orders will be placed as per NIC/NICSI/ User's requirements on the finally selected panel vendor(s). The panel will be valid for a period of 2 (Two) years in the first instance. It may be extended for a further period of 1 (one) year depending upon the need for continuity and contemporariness of the technology and on mutual acceptance.

6.2.3 Under exceptional circumstances regarding Project /Digital India requirements NIC/NICSI official may take appropriate decision on number of nodes in different categories mentioned in Section 4.1 during work allocation

6.2.4 All empanelled vendors will have to enter into a written agreement with NICSI for honouring all aspects of fair trade practices in executing the Work orders placed by NIC/NICSI or organizations supported by NIC/NICSI

Page 35 of 143

6.2.5 If empanelled vendor in any of the categories is not able to execute the work orders given by NIC/NICSI , NIC/NICSI will have the right to withhold further orders until the satisfactory execution of all the pending work orders

6.3 Security Deposit and PBG

6.3.1 In case of Bidders whose bids are accepted for empanelment, bidders shall be required to give Security Deposit which will be equivalent amount the amount of EMD. Security Deposit will be in the form of Bank Guarantee (BG) of any commercial bank drawn in the name of National Informatics Centre Services Inc, New Delhi valid till empanelment + 3 months . The empanelled vendor will have to renew Security Deposit/ Bank Guarantee (BG) for such further periods till warranty support.

6.3.2 Empanelled vendors shall be required to give Performance Bank Guarantee (PBG) of 10% (Ten Percent) of the total purchase order/job order value at the time of bill submission. Performance Bank Guarantee (PBG) will be of any scheduled commercial bank drawn in the name of National Informatics Centre Services Inc, New Delhi for a period of warranty + 3 months. This PBG may be invoked in case of non-compliance of maintenance schedule during warranty period mentioned in the purchase order.

6.4 Payment Terms

6.4.1 The agency will submit Pre-receipted bills in triplicate (having details of concerned work-order number, Date and Project-Number of NICSI) along with original excise duty gate pass, delivery challan, installation certificate and other relevant document such as SNR , BG in the name of National Informatics Centre Services Incorporated, New Delhi soon after the delivery and installation . All the documents shuld be stamped and signed by the concerned User or NIC/NICSI official as payment will be made only upon submission of the Bill along with all the completed documents

6.4.2 Entry Tax etc. if payable will be reimbursed for which Supplier has to submit all original documents along with the bills. Such claims shall neither be processed separately nor on any post-facto basis.

6.4.3 Separate Purchase Orders may be issued for supply / delivery of items and installation

6.4.4 The payments will be made as per the format given below for Category 1A, Category 1B and Category 2:

Category 1A, Category 2

Milestone Payment

1 After Delivery Documents required - Bills and Delivery Challan and/or letter from NIC/NICSI/Client

80% ( of the product cost)

2 Completion of Installation of all Hardware ordered 20% ( of the product cost) + Any

installation charges

Page 36 of 143

by NIC/NICSI/Client along with submission of final documentation ( As Built ), all required test certificates and sign off from Project Co – ordinator/ User Department

3 Monthly Payment for Manpower Monthly Charges as applicable

for Manpower

Category 1B

Milestone Payment (% of Work Order)

1 Start of Delivery Documents required - Bills and Delivery Challan and/or letter from NIC/NICSI/Client

80%

2 Completion of Installation of all Hardware ordered by NIC/NICSI/Client along with submission of final documentation ( As Built ), all required test certificates and sign off from Project Co – ordinator/ User Department

20%

3 Monthly Payment for Manpower Monthly Charges as applicable

for Manpower

6.4.5 The payment for Support services will be made after deduction of SLA penalties, if any, as per the Section 6.5.

6.4.6 The bidder has to submit OEM certificate (in original which quantify the PO) stating that these equipment’s have been procured from OEM/Authorized partner with each invoice against purchase order.

6.4.7 NIC/NICSI reserves the right to reject any work, if found unsuitable and/or not conforming to the approved specifications. The rejected work, if any, shall have to be redone forthwith at the cost of the vendor. No payment will be made for the rejected work.

6.4.8 NICSI reserves the right to deduct amount from the bill as may be considered reasonable for unsatisfactory execution of the work. The decision of NICSI will be final in this regard.

6.4.9 NIC/NICSI has the right to choose any subset of the tendered items for ordering

6.4.10 Work/Purchase order will be placed on the empaneled vendor (or partner) in hardcopy format or in softcopy mode either through e-mail containing the scanned copy of the Purchase Order or an alert through e-mail for downloading the Purchase Order from Web Site.

6.4.11 Subsequent to the issue of Purchase Orders, the supplier shall collect necessary related documents (copy of final Pro-forma Invoice from NICSI issued in the name of user-department) from NIC/ NICSI/End User for getting State Entry/Road Permit (wherever required) for complete, safe and timely delivery of the ordered products

Page 37 of 143

6.4.12 The empanelled vendor(s) shall accept the purchase/work order within two days of from intimation of purchase / work order issued by NICSI and start executing the purchase/work orders immediately so as to meet the schedules. Any denial for accepting the purchase/work order either hand delivered or sent through post/fax/email shall be construed as non-performance which may lead to cancellation of empanelment and forfeiture of Security Deposit.

6.5 Service Level Agreement

The service level agreements are classified into 2 types, based on the type of support ordered. The first type caters to the SLA levels for On-Call Support and the second type caters to the SLA levels for Full time On-site Support. The empanelled vendors will have to provide minimum 2 phone numbers and online system for raising the tickets. NICSI will monitor those call anytime. The data for such complaints need to be kept for a period of 6 Months. The penalty will be calculated on monthly basis and will be capped to maximum of 10% of the PO Value.

6.5.1.1 Service Levels for On-Call Support

6.5.1.1.1 Response Time: The response time shall be defined as the minimum time to respond adequately to any issue raised by the user. The expected response time for this support category is 4 working hours from the time of incident reporting. The official working hours of the office will be considered for calculation of response time. A penalty equal to 0.5% of the total value of support services, for delay by every 4 hours, will be levied on the vendor, for every incident not responded to within the stipulated time.

6.5.1.1.2 Resolution Time: The resolution time for any issue pertaining to passive components will be 24 hours and 48 hours for hilly regions. The resolution time for any issue pertaining to the active components will be 48 hours and 72 hourse for hilly regions. The official working hours of the office will be considered for calculation of resolution time. A penalty equal to 1.0% of the total value of support services, for delay by every 24 hours, will be levied to the vendor, for every incident not resolved within the stipulated time.

6.5.1.2 Service Levels for Full-time On-site Support

6.5.1.2.1 Manpower needs to be deployed within two weeks from the date of issue of work order. Delay in the deployment of manpower will lead to penalty; equal to 0.5% of the manpower rates . The delay will be calculated on daily basis.

6.5.1.2.2 Response Time: The response time shall be defined as the minimum time to respond adequately to any issue raised by the user. The expected response time for this support category is 1 hour from the time of incident reporting. The official working hours of the office will be considered for calculation of response time. A penalty equal to 0.5% of the total value of support services, for delay by every 1 hours, will be levied to the vendor, for every incident not responded to within the stipulated time.

Page 38 of 143

6.5.1.2.3 Resolution Time: The resolution time for any issue pertaining to passive components will be 8 hours. The resolution time for any issue pertaining to the active components will be 24 hours. The official working hours of the office will be considered for calculation of resolution time. A penalty equal to 1.0% of the total value of support services, for delay by every 24 hours, will be levied to the vendor, for every incident not resolved within the stipulated time.

6.6 Refund of EMD & Security Deposit

The Earnest Money Deposit (EMD) will be refunded as follows:-

6.6.1 In the case of those bidders who fail to qualify the pre-qualification criteria, the Earnest Money Deposit (EMD) will be refunded without any interest accrued immediately thereafter.

6.6.2 In the case of those bidders whose technical bids do not qualify, the EMD will be refunded without any interest accrued within one month of the acceptance of TEC’s recommendations.

6.6.3 In the case of those bidders who are not empanelled, the EMD will be refunded without any interest accrued within one month of the acceptance of TEC’s recommendations.

6.6.4 In case of those bidders whose tender bids are accepted for the empanelment, EMD will be refunded on receipt of security deposit. The security deposit in the form of Bank Guarantee from a scheduled commercial bank for the duration of the selection or extended period, if any, in favor of NICSI, New Delhi, and shall be renewed by the bidder till Empanelment lasts or the orders placed are executed, whichever is later. No interest will be payable for the Security Deposit.

Page 39 of 143

7 Other Terms and Conditions

7.1 Micro, Small & Medium Enterprises Development Act

7.1.1. If a bidder falls under the Micro, Small & Medium Enterprises Development Act, 2006, then a copy of the registration certificate must be provided to NICSI. Further, the bidder must keep NICSI informed of any change in the status of the company.

7.1.2. Following facilities have been extended to the SSI units registered with NSIC: a. Issue of tender sets free of cost (if any); b. Exemption from payment of earnest money; c. Waiver of security deposit up to the monetary limit for which the unit is registered. The evaluation of bids will be done as per the Ministry of Micro, Small, & Medium Enterprises order dated 23rd March 2012.

7.2 Domestic Manufacturer Clause

7.2.1 Purchaser reserves the right for providing preference to domestically manufactured electronic products in terms of the Department of Electronics and Information Technology (DeitY) Notification no.33(3)/2013-IPHW dated 23.12.2013, Notification No: 8(78)/2010-IPHW dated 10th February 2012, File No: 33(7)/2015-IPHW dated November 16, 2015 read with relevant Notification and Guidelines issued thereunder. A copy of the aforesaid Notifications/Guidelines can be downloaded from DeitY and DOT website i.e. URL www.deity.gov.in/esdm and www.dot.gov.in/sites/default/files/5-10-12.PDF. Purchase preference for domestic manufacturer, methodology of its implementation, value addition to be achieved by domestic manufacturers, self-certification, and compliance and monitoring shall be as per the aforesaid Guidelines/Notifications. The Guidelines may be treated as an integral part of the tender documents.

7.2.2 Bidder & OEM must submit an undertaking on notarized Rs. 100/- stamp paper as per Annexure 15: PMA AFFIDAVIT as part of the eligibility document.

7.2.3 The percentage of domestic value addition (in terms of BOM) must be mentioned separately in Technical Bid for each quoted item/product to prove eligibility and avail any applicable preference at the time of placing of purchase orders.

7.2.4 Bidder & OEM who do not provide the undertaking shall not be considered for receiving this preference.

7.2.5 The empanelment of bidders quoting false information will be cancelled and the EMD will be forfeited. Additionally, furnishing of false information on this account shall also attract penal provisions as per guidelines/notifications.

7.2.6 Bidder and OEM should provide an undertaking which gives address of Factory Details which includes address and phone. These may be verified by NICSI at any point of time.

Under Make in India scheme, Bidder and OEM must submit an undertaking on notarized Rs. 100/- stamp paper, providing information related to registration, address any other documents that are

Page 40 of 143

related to Factory, Research and Development Center and Network related Software/ content Development Center in India.

7.3 Force Majeure

7.3.1 If at any time, during the continuance of the empanelment, the performance in whole or in part by either party of any obligation under the empanelment is prevented or delayed by reasons of any war, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics quarantine restrictions, strikes, lockouts or acts of God (hereinafter referred to as "events"), provided notice of happenings of any such event is duly endorsed by the appropriate authorities/chamber of commerce in the country of the party giving notice, is given by party seeking concession to the other as soon as practicable, but within 21 days from the date of occurrence and termination thereof and satisfies the party adequately of the measures taken by it, neither party shall, by reason of such event, be entitled to terminate the empanelment, nor shall either party have any claim for damages against the other in respect of such non-performance or delay in performance, and deliveries under the empanelment shall be resumed as soon as practicable after such event has come to an end or ceased to exist and the decision of the purchaser as to whether the deliveries have so resumed or not, shall be final and conclusive, provided further, that if the performance in whole or in part or any obligation under the empanelment is prevented or delayed by reason of any such event for a period exceeding 60 days, the purchaser may at his option, terminate the empanelment.

7.4 Termination for Default

7.4.1 Default is said to have occurred

7.4.1.1 If the vendor fails to deliver any or all of the services within the time period(s) specified in the purchase order or any extension thereof granted by NICSI.

7.4.1.2 If the vendor fails to perform any other obligation(s) under the empanelment

7.4.1.3 If the vendor, in either of the above circumstances, does not take remedial steps within a period of 30 days after receipt of the default notice from NICSI/NIC (or takes longer period in-spite of what NICSI may authorize in writing), NICSI/NIC may terminate the empanelment / purchase order in whole or in part. The payment for other completed PO/work will not be effected

7.4.2 NICSI may at any time terminate the purchase order / empanelment by giving one month written notice to the Vendor, without any compensation to the Vendor, if the Vendor becomes bankrupt or otherwise insolvent

7.5 Termination for Insolvency

NICSI may at any time terminate the purchase order/empanelment by giving four weeks written notice to the empanelled vendor, without any compensation to the empanelled vendor, if the empanelled vendor becomes bankrupt or otherwise insolvent

Page 41 of 143

7.6 Limitation of Liability

1. Neither Party shall be liable to the other Party for any indirect or consequential loss or damage (including loss of revenue and profits) arising out of or relating to the Contract.

2. Except in the case of Gross Negligence or Willful Misconduct on the part of the Selected Agency or on the part of any person acting on behalf of the Selected Agency executing the work or in carrying out the Services, the Selected Agency, with respect to damage caused by the Selected Agency including to property and/or assets of NICSI or its clients shall regardless of anything contained herein, not be liable for any direct loss or damage that exceeds (A) the Contract Value or (B) the proceeds the Selected Agency may be entitled to receive from any insurance maintained by the Selected Agency to cover such a liability, whichever of (A) or (B) is higher. For the purposes of this Clause, "Gross Negligence" means any act or failure to act by a Party which was in reckless disregard of or gross indifference to the obligations of the Party under the Contract and which causes harmful consequences to life, personal safety or real property of the other Party which such Party knew, or would have known if it was acting as a reasonable person, would result from such act or failure to act. Notwithstanding the foregoing, Gross Negligence shall not include any action taken in good faith for the safeguard of life or property. "Willful Misconduct" means an intentional disregard of any provision of this Contract which a Party knew or should have known if it was acting as a reasonable person, would result in harmful consequences to life, personal safety or real property of the other Party but shall not include any error of judgment or mistake made in good faith.

3. This limitation of liability slated in this Clause, shall not affect the Selected Agency’s liability, if any, for direct damage by Selected Agency to a Third Party's real property, tangible personal property or bodily injury or death caused by the Selected Agency or any person acting on behalf of the Selected Agency in executing the work or in carrying out the Services.

7.7 Indemnity

The empanelled vendor shall indemnify NICSI/NIC/User departments against all third party claims of infringement of patent, trademark/copyright or industrial design rights arising from the use of the supplied software/ hardware/manpower etc and related services or any part thereof. NICSI/NIC/User department stand indemnified from any claims that the hired manpower / empanelled vendor’s manpower may opt to have towards the discharge of their duties in the fulfilment of the purchase orders. NIC/NICSI/User department also stand indemnified from any compensation arising out of accidental loss of life or injury sustained by the hired manpower / empanelled vendor’s manpower while discharging their duty towards fulfilment of the purchase orders.

7.8 Arbitration

7.8.1 If a dispute arises out of or in connection with this contract, or in respect of any defined legal relationship associated therewith or delivered there from, the parties agree to submit that dispute to arbitration under ICADR Arbitration Rules, 1996

7.8.2 The Authority to appoint the arbitrators (s) shall be International Centre for Alternative Dispute Resolution (ICADR)

Page 42 of 143

7.8.3 The International Centre for Alternative Dispute Resolution will provide administrative services in accordance with the ICADR Arbitration Rules, 1996.

7.8.4 Venue of arbitration shall be New Delhi.

7.9 Conciliation

7.9.1 If a dispute arises out of or in connection with this contract, or in respect of any defined

legal relationship associated therewith or derived there from, the parties agree to seek

an amicable settlement of that dispute by Conciliation under the ICADR Conciliation

Rules, 1996

7.9.2 The Authority to appoint the Conciliator(s) shall be the International Centre for

Alternative Dispute Resolution (ICADR).

7.9.3 The International Centre for Alternative Dispute Resolution will provide administrative

services in accordance with the ICADR Conciliation Rules, 1996.

7.10 Applicable Law

7.10.1 The vendor shall be governed by the laws and procedures established by Govt. of India, within the framework of applicable legislation and enactment made from time to time concerning such commercial dealings/processing.

7.10.2 All disputes in this connection shall be settled in Delhi jurisdiction only.

7.10.3 NICSI reserves the right to cancel this tender or modify the requirement without assigning any reasons. NICSI will not be under obligation to give clarifications for doing the aforementioned.

7.10.4 NICSI reserves the right that the work can be allocated to any of the empanelled vendors.

7.10.5 NICSI also reserves the right to modify/relax any of the terms & conditions of the tender.

7.10.6 NICSI, without assigning any further reason can reject any tender(s), in which any prescribed condition(s) is/are found incomplete in any respect.

7.10.7 NICSI also reserves the right to award works/supply order on quality/technical basis, which depends on quality/capability of the system and infrastructure of the firm. Bidder(s) are, therefore, directed to submit the tender carefully along with complete technical features of the products/systems as well as other documents required to access the capability of the firm.

7.10.8 All procedure for the purchase of stores laid down in GFR and DFPR shall be adhered-to strictly by the NICSI and subordinates and Bidders are bound to respect the same.

Page 43 of 143

8 Annexures

8.1 Annexure 1: Bidder’s Profile

Bidder’s Profile 4

S.No Particulars Description

a. Name of the Vendor

b. Type of Incorporation (Sole Proprietor/ Partnership/ Private Limited/ Limited Firm)

c. Year of Incorporation

d. Place of Incorporation

e. Whether any Legal/Arbitration proceedings have been instituted against the Vendor or the Vendor has lodged any claim in connection with works carried out by them. Mention Yes/No. If yes, please give details.

f. Service Tax No.:

g. Sales Tax/ VAT No.:

h. CST No.:

i. PAN No.:

j. Valid ISO 9001:2008 certificate. Copy to be attached

k. Vendor Profile

l. Full Address

m. Name of the Top executive with Designation

Name:

Designation:

Contact Number(Landline):

Contact Number(Mobile):

Email Address:

Complete Communication Address:

Page 44 of 143

Bidder’s Profile 4

S.No Particulars Description

n. EMD Details: Amount:

Draft/ Pay Order No/ BG No:

Date:

Bank:

Branch:

8.2 Annexure 2: Compliance Sheet for OEM

Name of the Bidder:

Sl No. Tender No Compliance Page no. Of the Tender Bid

1 Authorised OEM of quoted item Yes/No

2 OEM valid Certificate of ISO 9001:2008 and ISO14000

Yes/No

3 Copies of Balance sheet for last 3 years showing turnover from LAN

Yes/No

4 Copies of

S.Tax/VAT

Service Tax

PAN

Yes/No

5 Copy of Purchase Order/ Work Order Yes/No

6 Articles of Association etc. Yes/No

8 Certified copy of MAF Yes/No

Signature :

Date:

Place:

Name:

SEAL:

Page 45 of 143

8.3 Annexure 3: Site Survey Document

Installation Certificate

1 Site Name and Address:

2 Site Contact Name:

Title:

Phone :

Mobile:

Fax:

Email:

3 Is the site owned and maintained by the customer?

Yes/No

4 Is this a manned site? Yes/ No

5 Detail the specific cabinet location – floor, room, footprint position.

6 Please provide the distance between the two location in which cable is to be laid

Type of Cable:

Number of Meter:

Diagram

7 Please provide the amount/ Type of cable which needs to be overhead/ inside cabinet / underground

8 Are additional overhead cable trays, drop posts or other trunking required in order

9 Is the clearance under the overhead cable tray sufficient?

10 If a raised floor exists, is sufficient space available for routing cables?

11 Number of Active Components to be required. Please provide details like specifications.

12 Number of nodes to be connected.

13 Details of equipment’s to be used with number.

14 Time required to complete installation after getting the work order

Name of Vendor :

____________________________________________________________

Page 46 of 143

Designation :__________________________________________________

Signature:____________________________________________________

(with official seal)

Date:________________________________________________________

Name of Client :

____________________________________________________________

Designation :__________________________________________________

Signature:____________________________________________________

(with official seal)

Date:________________________________________________________

8.4 Annexure 4: Installation Certificate

Installation Certificate

1 Vendor Name

2 Project No.

3 Purchase order No. & date

4 Invoice No. with date

5 Equipment Name & Description

6 Equipment serial nos.

7 Date of delivery

8 Date of intimation of call for installation / site readiness information

(in case of SNR)

9 Installation Date

10 Certificate Equipment (as per ordered configuration) has been installed successfully

Name of user / NIC Project Coordinator / NICSI Project in charge:

____________________________________________________________

Page 47 of 143

Designation :__________________________________________________

Signature:____________________________________________________

(with official seal)

Date:________________________________________________________

8.5 Annexure 5: Site Not Ready Certificate

Site Not Ready Certificate

1 Vendor Name

2 Project Number

3 Purchase order No. & date

4 Equipment Name

5 Date of delivery

6 Date of 1st Visit for installation

7 Site not ready reason

8 Tentative date of site being ready for installation

9 Contact detail of vendor for getting equipment installed, if site get ready.

10 Certificate There is no delay on the part of vendor in getting the equipment installed

Name of user / NIC Project Coordinator / NICSI Project in charge:

____________________________________________________________

Designation :__________________________________________________

Signature:____________________________________________________

(with official seal)

Date:________________________________________________________

Page 48 of 143

8.6 Annexure 6: Technical Specifications for Category 1 A

8.6.1 Table 1: Passive Components

Product Description

Specifications Make / Model

Part Code

1. UTP COMPONENTS

2. UTP COMPONENTS (CAT 6A)

All specifications for components & cabling to be tested up to 500 Mhz, UL/ETL listed & verified, should be registered for follow up program, UL/ETL marking should be embossed and / or printed on the passive product and their packing

2.1

UTP cable 4 pair, should confirm or exceed the EIA/TIA 568 C.2-10 (CAT 6A) standards for physical & electrical specifications, UL/ETL listed & verified, Should be certified by independent test lab for 10G Gigabit Ethernet Performance up to 100 mrts, 23 AWG solid bare copper Jacket: LSZH

2.2 24 port Patch Panel CAT6A

19 inch 1U Patch Panel for 24 x RJ45 45 connection module, should confirm or exceed the EIA/TIA 568 C.2 (CAT 6A) standards, Metallic / high strength or equivalent & 1U height, zig-zag / angular/straight IO placement for better alien cross talk, transmission channels of Class EA with up to 4 plugged connections acc. to ISO/IEC 11801 ed. 2.2, June 2011, or the U.S. standard Cat. 6A according to TIA 568-C.2

2.3 48 port Patch Panel CAT6A

19 inch 1U/2U Patch Panel for 48 x RJ45 45 connection module, should confirm or exceed the EIA/TIA 568 C.2 (CAT 6A) standards, Metallic / high strength or equivalent & 1U/2U height, transmission channels of Class EA with up to 4 plugged connections acc. to ISO/IEC 11801 ed. 2.2, June 2011, or the U.S. standard Cat. 6A according to TIA 568-C.2

2.4 Wire Manager/Patch Chord Minder panel

19“ rack mountable, Metallic / high strength or equivalent jumper rings for routing cable assemblies, mounts to the front of 19” rack & 1 U height

2.5 Information outlets- CAT6A

Surface mount box with RJ 45 socket & gang box , RJ45 connection module of Cat. 6A, for the setting up of transmission channels of Class EA with up to 4 plugged connections acc. to ISO/IEC 11801 ed. 2.2, June 2011, or the U.S. standard Cat. 6A according to TIA 568-C.2 , Connection module Cat. 6A, unshielded, with dust cover, mounting plate UL/ETL listed & verified, Single ( 1-port) Dual (2-port) Quad (4- port)

Page 49 of 143

Product Description

Specifications Make / Model

Part Code

2.6 Patch Cord UTP CAT6A

Flexible cable, U/UTP, 4 x 2 x AWG 26/7, LSZH, . Low-smoke in acc. with IEC 61034 and halogen-free in acc. with IEC 60754-1. Halogen-free and heavy-metal free in acc. with EU directives RoHS 2. Mounted on both sides with RJ45 connector compliant with Cat. 6A ISO component standard: IEC 60603-7-41 RJ45 category 6A ISO (500 MHz), unshielded. Strain-relief function in acc. with TIA 568-C. For the setting up of transmission channels of Class EA with up to 4 plugged connections acc. to ISO/IEC 11801 ed. 2.2, June 2011 or TIA 568-C.2 Optional: Visual coding, mechanical coding and lock protection. Length - 1mrts Length – 2mrts Length – 3mrts Length – 5mrts Length – 10mrts

3. UTP COMPONENTS (CAT6)

3.1 UTP Components (CAT6)

All specifications for components & cabling to be tested up to 250 Mhz, UL /ETL listed & verified, should be registered for follow up program, UL/ETL marking should be embossed and/ or printed on the passive product and their packing. Jacket: LSZH

3.2 UTP cable CAT 6

4 pair, should confirm or exceed the EIA/TIA 568 C.2-1 (CAT 6) standards for physical & electrical specifications, UL/ETL listed & verified, Should be certified by independent test lab for 1G Gigabit Ethernet Performance up to 100 mrts. 23 AWG solid bare copper. Jacket: LSZH

3.3 24 port Patch Panel CAT 6

19 inch 1U Patch Panel for 24 x RJ45 45 connection module , zig-zag/straight/angular IO placement for better alien cross talk The information Outlet should establishing of transmission channels of class E with up to 4 plugged connections, complies with Category 6 requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, or TIA 568-C,

Metallic high strength & 1U height

UL /ETL listed

Page 50 of 143

Product Description

Specifications Make / Model

Part Code

3.4 48 port Patch Panel CAT 6

19 inch 2U Patch Panel for 48 x RJ45 45 connection module, zig-zag/ angular/ straight IO placement for better alien cross talk The information Outlet should establishing of transmission channels of class E with up to 4 plugged connections, complies with Category 6 requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, or TIA 568-C. Metallic high strength & 1U/2U height.

UL /ETL listed

3.5 Wire Manager/Patch Chord Minder panel

19 “ rack mountable, Metallic / high strength or equivalent jumper rings for routing cable assemblies, mounts to the front of 19” rack & 1 U height

3.6 Information outlets CAT 6

Surface mount box with RJ 45 connection module & gang box, The information Outlet should establishing of transmission channels of class E with up to 4 plugged connections, complies with Category 6 requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, unshielded, with dust cover, snap-in frame , cable tie and installation instructions. UL/ETL listed, Single (1-port) Dual (2-port) Quad (4- port)

3.7 Patch Cord CAT 6

Should confirm or exceed the EIA/TIA 568 C.2-1 standards for CAT 6 LSZH, Factory molded boots on RJ 45 plugs at both ends, UL/ETL listed & verified, Option for colour – Grey, Blue, Red & Green & cross over cable

Length – 1Mrts Length – 2mrts Length – 3mrts Length – 5mrts Length – 10mrts

4. STP (Shielded Twisted Pair) COMPONENTS CAT 6

4.1 STP cable CAT 6 4 pair, STP, should confirm or exceed the EIA/TIA 568 C.2-1 (CAT 6) standards for physical & electrical specifications , UL/ETL listed & verified, UL/ETL marking should be embossed and/ or printed on the passive product and their packing. Should be certified by independent test lab for 1G Gigabit Ethernet Performance up to 100 mrts. 23 AWG solid bare copper. Jacket: LSZH

Page 51 of 143

Product Description

Specifications Make / Model

Part Code

4.2 24 port STP CAT 6 Patch Panel

19 inch 1U Patch Panel for 24 x RJ45 45 connection module, zig-zag/ straight/angular IO placement for better alien cross talk The information Outlet should establishing of transmission channels of class E with up to 4 plugged connections, complies with Category 6 requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, or TIA 568-C, Metallic / high strength or equivalent & 1U height

UL /ETL listed & verified

4.3 48 port STP CAT 6 Patch Panel

19 inch 2U Patch Panel for 48 x RJ45 45 connection module, zig-zag/ straight/angular IO placement for better alien cross talk The information Outlet should establishing of transmission channels of class E with up to 4 plugged connections, complies with Category 6 requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, or TIA 568-C, Metallic / high strength or equivalent & 1U/2U height

UL /ETL listed & verified

4.4 Wire Manager/Patch Chord Minder panel

19“ rack mountable, Metallic / high strength or equivalent jumper rings for routing cable assemblies, mounts to the front of 19” rack & 1 U height

4.5 Information outlets (STP CAT 6)

Surface mount box with RJ 45 connection module & gang box, The information Outlet should establishing of transmission channels of class E and class EA with up to 4 plugged connections, complies with Category 6 requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011 or TIA 568-C, Information outlet Cat. 6, shielded, with dust cover, snap-in frame), cable tie and installation instructions. With EMC cover/ dust cover. UL/ETL listed, Single (1-port) Dual (2-port) Quad (4- port)

4.6

Patch Cord STP CAT 6

Should confirm or exceed the EIA/TIA 568 C.2-1 standards for CAT 6 LSZH, Factory molded boots on RJ 45 plugs at both ends, UL/ETL listed & verified , Option for colour – Grey, Blue, Red & Green & cross over cable.

Length – 1mrts Length – 2mrts Length – 3mrts Length – 5mrts Length – 10mrts

4.7 Supply, Installation & Termination ,Documentation & Site certification for UTP Cabling

Laying of UTP E CAT 6 A/ CAT 6/STP cable with cable route survey & detailed cable route diagram, termination of cable with labels & marking as per approved labeling plan & documentation

Page 52 of 143

Product Description

Specifications Make / Model

Part Code

Supply & fixing of Unslotted PVC cable duct confirming to ASTM standards D638, D792, & flammability UL 94V-0 in size 15 X 15 mm, 25 x 25 mm ,45 X 25 mm & 45 X 45 mm

Supply & fixing of ISI marked PVC Conduit of material thickness not less than 1.5 mm, Medium Mechanical Strength (MMS) & flammability UL 94V-0, OD size of 20 mm, 25 mm,32 mm, 40 mm & 50 mm

Supply & fixing of Metal MS ( thickness 2 mm) cable tray/ raceway with covers for mounting on ceiling / floor /wall , with all connecting fittings & sections for hanging,T, cross, L, vertical up /down routing/ branching of cables etc, Size as follows with required fitting kit & accessories for above

50 mm Height x 100 mm Width 50 mm Height x 200 mm Width 100 mm Height x 300 mm Width Supply & fixing of high quality PVC cable tray/ raceway with covers for mounting on ceiling / floor / wall , with all connecting fittings & sections for hanging,T, cross, L, vertical up /down routing/ branching of cables etc, Size as follows with required fitting kit & accessories for above

50 mm Height x 150 mm Width 100 mm Height x 100 mm Width

Installation & termination of UTP cables on Patch Panel with wire Manager & on Information outlet

Performance testing of the laid UTP cable (Pentascanner report) for Channel Link as per EIA/TIA TSB-67 standard or higher in particular wire map (Short, open, transpose, reverse, split), NEXT, PSNEXT, FEXT, PSFEXT, ACR, PSACR, Return Loss, length , propagation delay, delay skew, Site certification for performance warranty of 20 years through OEM .

Removal of old UTP / Fiber / Coaxial /RS232 / telephone cables where ever required.

8.6.2 Table 2: Racks

S. No Product Description Specifications Make / Model

Part Code

5 Racks

Page 53 of 143

S. No Product Description Specifications Make / Model

Part Code

5.1 19 “ Rack , Wall mount 530 mm depth, 9 U height, Front glass door ( lockable, toughened 4mm),

Should confirm To DIN 41494 & IEC 297 standard , Load bearing capacity of 50 Kgs , Have following accessories:

19 “ mountable ,1U , Universal power socket design to fit both round & flat socket with built in surge protection & over load circuit breaker , 5 AMP AC power distribution channel made of high flame retardant & insulating material , CE approved with 6 nos sockets ( 1 nos) , with wall mounting hardware , Copper earthing kit ( 19” copper bar) & equipment mounting screws/hardware packets (2 nos), Fan tray with two fans (low noise, good quality, ball bearing type ,90 CFM). Surface Finish: EC Dip Coat Primed and Powder Coated to 80-100micrones with RAL 7035 Light Grey

5.2 19 “ Rack , Wall Mount , 530 mm depth, 12 U height, Front glass door ( lockable, toughened 4mm),

Should confirm DIN 41494 & IEC 297 standard , Load bearing capacity of 50 Kgs , Have following accessories:

19 “ mountable ,1U , Universal power socket design to fit both round & flat socket with built in surge protection & over load circuit breaker , 5 AMP AC power distribution channel made of high flame retardant & insulating material , CE approved with 6 nos sockets ( 1 nos), Copper earthing kit(19” copper Bar) & equipment mounting screws/hardware packets (2 nos) , Fan tray with two fans (low noise, good quality, ball bearing type ,90 CFM). Surface Finish: EC Dip Coat Primed and Powder Coated to 80-100micrones with RAL 7035 Light Grey

5.3 19 “ Rack , Floor standing 800 mm depth 24 U height, Front & back door ( lockable), Front glass door(toughened 4mm),

Should confirm DIN 41494 & IEC 297 standard , Load bearing capacity of 500 Kgs , Quick release locking sides , front & rear door , Have following accessories:

19 “ mountable ,2U , Universal power socket design to fit both round & flat socket with built in surge protection & over load circuit breaker , 15 & 5 AMP AC power distribution channel made of high flame retardant & insulating material , CE approved with 6 nos sockets with individual on/off switch & light indication ( 3 nos) ,Support angles 2 pairs ,475 mm depth

Equipment shelves 475 mm depth – 2 nos

Castors with brakes

Fan tray with four fans ((low noise, good quality, ball bearing type ,90 CFM)

Copper Earthing Kit ( 19” copper Bar)

Mounting Hardware packets – 5 nos

Surface Finish: EC Dip Coat Primed and Powder Coated to 80-100micrones with RAL 7035 Light Grey

Page 54 of 143

S. No Product Description Specifications Make / Model

Part Code

5.4 19 “ Rack , Floor standing 1000 mm depth 32 U height, Front & back door ( lockable), Front glass door (toughened 4mm),

Should confirm DIN 41494 & IEC 297 standard , Load bearing capacity of 500 Kgs , Quick release locking sides , front & rear door , Have following accessories:

19 “ mountable ,2U , Universal power socket design to fit both round & flat socket with built in surge protection & over load circuit breaker , 15 & 5 AMP AC power distribution channel made of high flame retardant & insulating material , CE approved with 6 nos sockets with individual on/off switch & light indication ( 4 nos) , ,Support angles 2 pairs ,800 mm depth

Equipment shelves 800 mm depth – 2 nos Castors with brakes Fan tray with four fans ((low noise, good quality, ball bearing type ,90 CFM) Earthing Kit ( 19” copper Bar) Mounting Hardware packets – 5 nos

5.5 19 “ Rack , Floor standing 1000 mm depth 42 U height, Front & back door ( lockable), Front glass door (toughened 4mm),

Should confirm DIN 41494 & IEC 297 standard , Load bearing capacity of 500 Kgs , Quick release locking sides , front & rear door , Have following accessories:

19 “ mountable ,2U , Universal power socket design to fit both round & flat socket with built in surge protection & over load circuit breaker , 15 & 5 AMP AC power distribution channel made of high flame retardant & insulating material , CE approved with 6 nos sockets with individual on/off switch & light indication ( 4 nos) ,Support angles 2 pairs ,800 mm depth Equipment shelves 800 mm depth – 2 nos Castors with brakes Fan tray with four fans ((low noise, good quality, ball bearing type ,90 CFM ) Earthing Kit ( 19” copper bar) Mounting Hardware packets – 5 nos

8.6.3 Table 3: Fibre Components

S.No Product Description Specifications Make / Model

Part Code

Fiber Components

6 Fiber Cable

6.1 Fiber Optic indoor Distribution cable LSZH , tight buffered, Multi mode (MM), support 10 G Ethernet up to 300 m,OM-3

Multimode optical fiber cable , 50/125 micron graded index, ,required for indoor applications, Fiber should be LSZH , Aramid yarn for strength, with FRP strength member (only applicable for 48 fiber) , support 10 G Ethernet up to 300 m ,should confirm or exceed the ISO/IEC 11801:2002; IEC 60794-1-2 E1; IEC 60794-1-2 E11; IEC 60794-1-2 E3; IEC 60794-1-2 F1; IEC60794-1and ITU Recommendation G.651standards for Fiber and cable performance specifications.

Page 55 of 143

S.No Product Description Specifications Make / Model

Part Code

6 fibers 12 fibers 24 fiber 48 Fiber

6.2 Fiber Optic Indoor / outdoor loose tube cable LSZH ,Unarmoured, Multi mode (MM), support 10 G Ethernet up to 550 m,OM-4

Multimode optical fiber cable , 50/125 micron graded index, , required for indoor /outdoor applications, loose tube jelly field, Water blocked buffer tube , strengthening members , outer sheath resistant to UV, moisture , sunlight , suitable for harsh environment, support 10 G Ethernet up to 550 m ,should confirm or exceed the ISO/IEC 11801:2002; IEC 60794-1-2 E1; IEC 60794-1-2 E11; IEC 60794-1-2 E3; IEC 60794-1-2 F1; IEC60794-1and ITU Recommendation G.651standards standards for Fiber and cable performance specifications., Required in following configuration

6 fibers 12 fibers 24 fiber 48 fiber

6.3 Fiber Optic outdoor armoured cable (OM 4),multi loose tube, Multi mode (MM)

Multimode optical fiber cable , 850nm laser optimized 50/125 micron graded index, support IEEE 802.3ae 10 gigabit Ethernet standard 550m distance , support 10 Gb/s laser based application as well as LED based application ,anti rodent , required for outdoor applications for direct burial, fiber should be protected inside jelly filled loose tubes , The outer sheath is made of a 0.155 mm corrugated steel armor , with FRP strength member, water proof tape, double layer of HDPE jacket , support 10 G Ethernet up to 550 m ,should confirm or exceed the ISO/IEC 11801:2002; IEC 60794-1-2 E1; IEC 60794-1-2 E11; IEC 60794-1-2 E3; IEC 60794-1-2 F1; IEC60794-1and ITU Recommendation G.651 standards for Fiber and cable performance specifications. Required in following configuration

6 fibers 12 fibers 24 fiber 48 fiber

6.4 Fiber Optic outdoor armoured cable , loose tube Single mode (SM) 10 G

Single mode optical fiber cable , 9.2/125 micron graded index, anti rodent , required for outdoor applications for direct burial, fiber should be protected inside jelly filled loose tubes , armoring with acrylic coated good quality steel tape , with FRP strength member, water proof tape, double layer of HDPE jacket , should confirm or exceed the support 10 G Ethernet up to 550 m ,should confirm or exceed the ISO/IEC 11801:2002; IEC 60794-1-2 E1; IEC 60794-1-2 E11; IEC 60794-1-2 E3; IEC 60794-1-2 F1; IEC60794-1and ITU Recommendation G.652.D standard standards for Fiber and cable performance specifications. Required in following configuration

6 fibers 12 fibers 24 fiber 48 fiber

Page 56 of 143

S.No Product Description Specifications Make / Model

Part Code

6.5 Optical Fiber pigtails SC type, 1 meter length

Pigtail with LSZH jacket Pigtail with semi-tight buffer PA/PBT, Ø 0.9 mm, multimode G651 50/125(OM3/OM4) or single mode G652.D 9/125 µm (OS1, OS2), length 1 m. Fitted with one SC connector in acc. with IEC 61754-20. Zirconia (ceramic)/equivalent ferrule with a PC polished end face geometry, connectors tuned in accordance with IEC 61755-3-1 and qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). material PEI / UL 94 V-0, strain relief and white plastic dust cover required for terminating 50/125 micron MM fiber 9.2/125 micron SM fiber

6.6 Optical Fiber pigtails LC type , 1 meter

Pigtail with LSZH jacket Pigtail with semi-tight buffer PA/PBT, Ø 0.9 mm, , Singlemode G652.D 9/125 µm (OS1, OS2) or multimode G50 50/125 µm (OM3/OM4), length 1 m. Fitted with one LC connector in acc. with IEC 61754-20. Zirconia (ceramic)/equivalent ferrule with a PC polished endface geometry, connector qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Material PEI / UL 94 V-0, strain relief and plastic dust cover. required for terminating 50/125 micron MM fiber 9.2/125 micron SM fiber

6.7 Optical Fiber Patch Cord , MM , SC-SC,OM-3

Patch cord with LSZH jacket , with factory mount ceramic connector at both end Fiber: OM3 E50/125 G.651 (OM3). Cable: F8 2.0x4.1 mm, SC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length - 20 m Length – 30 m

6.8 Optical Fiber Patch Cord , MM , LC-LC,OM-3

Patch cord with LSZH jacket , with factory mount ceramic connector at both end Fiber: OM3 E50/125 G.651 (OM3). Cable: F8 2.0x4.1 mm, LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length - 20 m Length – 30 m

6.9 Optical Fiber Patch Cord , MM , SC – LC,OM-3

Patch cord with LSZH jacket , with factory mount ceramic connector at both end Fiber: OM3 E50/125 G.651 (OM3). Cable: F8 2.0x4.1 mm, SC - LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length - 20 m Length – 30 m

Page 57 of 143

S.No Product Description Specifications Make / Model

Part Code

6.10 Optical Fiber Patch Cord , SM , SC-SC,

Patch cord with LSZH jacket, with factory mount ceramic connector at both end Fiber: SM E9/125 G.652.D (OS2). Cable: F8 2.0x4.1 mm, SC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length -20 m Length – 30 m

6.11 Optical Fiber Patch Cord , SM , LC-LC,

Patch cord with LSZH jacket , with factory mount ceramic connector at both end Fiber: SM E9/125 G.652.D (OS2). Cable: F8 2.0x4.1 mm, LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length -20 m Length – 30 m

6.12 Optical Fiber Patch Cord , SM , SC-LC,

Patch cord with LSZH jacket , with factory mount ceramic connector at both end Fiber: SM E9/125 G.652.D (OS2). Cable: F8 2.0x4.1 mm, SC - LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length -20 m Length – 30 m

6.13 Optical Fiber Patch Cord , MM , SC- SC, OM-4

Patch cord with LSZH jacket, F8 2.7x5.5 mm, multimode G50 50/125 µm (OM4), bend-optimized. Mounted on both sides with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule/equivalent with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length -20 m Length – 30 m

6.14 Optical Fiber Patch Cord , MM , SC- LC, OM-4

Patch cord with LSZH jacket, F8 2.7x5.5 mm, multimode G50 50/125 µm (OM4), bend-optimized. Mounted on both sides with SC-LC Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule/equivalent with a PC polished endface

Page 58 of 143

S.No Product Description Specifications Make / Model

Part Code

geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length -20 m Length – 30 m

6.15 Optical Fiber Patch Cord , MM , LC- LC, OM-4

Patch cord with LSZH jacket, F8 2.7x5.5 mm, multimode G50 50/125 µm (OM4), bend-optimized. Mounted on both sides with LC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule/equivalent with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length -20 m Length – 30 m

6.16 LIU , 6/12/ 24/48 fiber , Wall mount enclosure, lockable

Loaded with SC / LC couplers for 6/12/ 24/48 fibers 50/125 micron MM or 6/12/ 24/48 fibers 9.2/125 micron SM, Wall mountable metallic/ polycarbonate distribution enclosure with lock , should have inbuilt / pre-installed splice tray with all clamps ,

Material: housing, plastic: UV stabilized (wherever applicable)

6.17 LIU , 6/12/ 24/48 fiber , 1 U/2U Drawer style19” Rack mount enclosure

Loaded with SC / LC couplers & adaptor plates for 6/12/ 24/48 fibers 50/125 micron MM or 6/12/ 24/48 fibers 9.2/125 micron SM, 19” rack mountable metallic/polycarbonate distribution enclosure slide & tilt drawer type 1 U/2U , should have inbuilt / pre-installed splice tray with all clamps , harnessing rings , ties etc,

Material: box, powder-coated sheet steel ( wherever applicable) / front panel

6.18 Supply, installation & Termination of Fiber Joint Enclosure

Fibre optic Joint Enclosure ( Indoor wall mount )

Supply & fixing of fiber optic joint enclosure ( reusable) with IP 56 rating . The joint box should be made of ageing resistant plastic, corrosion- resistant sheet metal & have a service life of 20 yr. It should be compact , dust free, good sealing performance, capable of housing 6 , 12, 24 and 48 fiber splice tray ,able to manage necessary OFC bend radius ,fitted with necessary plastic loops, sealing rings & 4 holes ( for in coming & out going OFC cables), fitted with SC & LC pigtel (SM/MM as per requirement of site) & with all necessary accessories required for above work.

Working temp: -30 Degree C to + Degree 60 C

Page 59 of 143

S.No Product Description Specifications Make / Model

Part Code

Fibre optic joint Enclosure ( out door , direct burial type )

Supply & fixing of fiber optic joint enclosure ( reusable) with IP 56 rating . The joint box should be made of ageing resistant plastic, corrosion- resistant sheet metal & have a service life of min. 20 yr. It should be compact , dust free, good sealing performance, capable of housing 6 & 12 fiber splice tray ,able to manage necessary fiber bend radius ,fitted with necessary plastic loops, sealing rings & 4 holes ( for in coming & out going OFC cables),fitted with SC / LC pigtel (SM/MM to be supplied as per requirement of site)

Working temp: -30 Degree C to + Degree 60 C

6.19 Supply, Installation & Termination ,Documentation & Site certification for Indoor & Outdoor Fiber Cabling

Fiber Optic Cable laying with route survey & documentation with following - In building laying of fiber in PVC ducts on wall Outdoor FO laying with - Excavation and resurfacing of the soil (depth 1 m) - Excavation and resurfacing of the concrete ( depth 1 m) - Supply and installation/ fixing of 1” diameter GI pipe under ground and on surface - Supply and installation of 1.5” diameter GI pipe - Supply and installation of 2” diameter HDPE PVC jacket for under ground laying - SC connector termination on Fiber Optic cable - Supply and installation of buffer tubing kit - cable pulling pit (minimum size - 2*2*2 feet )made of reinforced concrete and brick walls with removable covers - trenchless digging ( manual / with machine) for excavation under public road crossing or Wherever required with in the campus /site requirement - Fiber optics cable route marker - Performance testing of laid Fibre Optic cable by OTDR for continuity , length & db loss as per EIA/TIA-455-60 document for FO test procedures & Documentation of the results. Will provide the site certification for 20 years

Page 60 of 143

8.7 Annexure 7: Technical Specifications for Category 1 B

8.7.1Table 1: Active Components

S.No Product Description

Specifications Make / Model

Part Code

7 Switches

7.1 Layer 2 Manageable 8 Port Switch, 10/100/1000 Mbps ports with additional 2 SFP ports

Shall be 19" Rack Mountable ( including mounting brackets). The switch shall be non-blocking in architecture

8 RJ-45 autosensing 10/100/1000 ports with additional with 2 SFP ports

1 serial console port with console cable Shall have switching capacity of 20 Gbps for providing non-

blocking performance on all Gigabit ports Shall have minimum 14 million pps switching throughput to

achieve wire-speed forwarding on all Gigabit ports Shall support 802.3ad (LACP) with upto 4 ports supported in 6

groups IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid

Spanning Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol ,

Shall support minimum 250 active VLAN and IEEE 802.1Q based VLAN tagging

Support for minimum 16k MAC addresses Shall support marking IEEE 802.1P on all ports and marking

policing, and shaping with upto 4 queues per port. Should have minimum 4 hardware based queues per port Should support IGMP v1, v2 and v3 for multicast applications Should support for IPv6 features like Neighbor discovery, Syslog,

Telnet, SSH, Web GUI, SNMP, NTP, DNS, DHCP, RADIUS over IPv6, classification and marking. Should support RA Guard/RFC6105 or equivalent standard.

Should support IPv6 from day1. Configuration through the CLI, console, Telnet, SSH and Web

Management Switch should support on-line software reconfiguration to

implement changes without rebooting. Any changes in the configuration of switches related to Layer-2 functions, VLAN, STP, Security, and QoS should not require rebooting of the switch.

Switch should support MAC address based filter and port as well as VLAN based filter / ACLs

IEEE802.1 X to allow port based security. SNMPv1, v2, and v3 and 4 group of RMON support. Power : Input 100-240VAC, 50/60Hz Operating Temperature: 0C to 45C

7.2 Layer 2 Manageable 8 port POE + switch, 10/100/1000

Shall be 19" Rack Mountable ( including mounting brackets). The switch shall be non-blocking in architecture

8 RJ-45 autosensing 10/100/1000 PoE+ ports with 2 SFP ports 1 serial console port with console cable Shall have switching capacity of 20 Gbps for providing non-

blocking performance on all Gigabit ports

Page 61 of 143

S.No Product Description

Specifications Make / Model

Part Code

Mbps with 2 SFP Ports

Shall have minimum 14 million pps switching throughput to achieve wire-speed forwarding on all Gigabit ports

Shall support 802.3ad (LACP) with upto 4 ports supported in 6 groups

IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol ,

Shall support minimum 250 active VLAN or IEEE 802.1 Q-based VLAN tagging

Support for minimum 16k MAC addresses Shall support IEEE 802.1 P on all ports and marking, policing,

and shaping with upto 4 queues / port Should have minimum 4 hardware based queues per port Should support IGMP v1, v2 and v3 for multicast applications Should support for IPv6 features like Neighbor discovery, Syslog,

Telnet, SSH, Web GUI, SNMP, NTP, DNS, DHCP RADIUS over IPv6, classification and marking. Should support RA Guard/RFC6105 or equivalent

Should support IPv6 from day one. Configuration through the CLI, console, Telnet, SSH and Web

Management Switch should support on-line software reconfiguration to

implement changes without rebooting. Any changes in the configuration of switches related to Layer-2 functions, VLAN, STP, Security, and QoS should not require rebooting of the switch.

Switch should support MAC address based filter and port as well as VLAN based filter / ACLs

IEEE802.1 X to allow port based security. SNMPv1, v2, and v3 and 4 group of RMON support. Power : Input 100-240VAC, 50/60Hz Operating Temperature: 0C to 45C

7.3 Layer 2 Manageable 24 Port switch- 10/100/1000 Mbps with 2 SFP+ Uplink & stacking Ports

Shall be 19" Rack Mountable ( including mounting brackets).. The switch shall be non-blocking in architecture

24 RJ-45 autosensing 10/100/1000 ports with 2 additional SFP+ Ports

1 serial console port with console cable Shall have switching minimum capacity of 88 Gbps for providing

non-blocking performance on all Gigabit ports Shall have minimum 65 million pps switching throughput to

achieve wire-speed forwarding on all Gigabit ports Switch should support stacking of 2 dedicated stacking ports of

minimum 10 Gbps of bandwidth each. Should support stacking for minimum of 4 switches.

IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol , IEEE 802.3ad Link Aggregation Control Protocol (LACP)

Shall support minimum 250 active VLAN or IEEE 802.1Q-based VLANs

Support for minimum 16k MAC addresses Shall support marking, policing, and shaping with upto 4 queues /

port Should support IGMP v1, v2 and v3 for multicast applications

Page 62 of 143

S.No Product Description

Specifications Make / Model

Part Code

Should support for IPv6 features like Neighbor discovery, Syslog, Telnet, SSH, Web GUI, SNMP, NTP, DNS, RADIUS over IPv6, classification and marking. Should support RA Guard/RFC6105 or equivalent

Should support IPv6 from day 1 Should have minimum 4 hardware based queues per port Configuration through the CLI, console, Telnet, SSH and Web

Management Switch should support on-line software reconfiguration to

implement changes without rebooting. Any changes in the configuration of switches related to Layer-2functions, VLAN, STP, Security, and QoS should not require rebooting of the switch.

SNMPv1, v2, and v3 and Remote monitoring (RMON) support Power : Input 100-240VAC, 50/60Hz Operating Temperature: 0C to 45C Should have compliance for EAL/ NDPP/ Common Criteria

security related function

7.4 Layer 2 manageable 24 Port Switch with POE + 10/100/1000 Mbps with 2 SFP+ Uplink ports & stacking

Shall be 19" Rack Mountable ( including mounting brackets).. The switch shall be non-blocking in architecture

24 RJ-45 autosensing 10/100/1000 PoE+ ports with 2 additional SFP+ Ports

1 serial console port with console cable Shall have switching minimum capacity of 88 Gbps for providing

non-blocking performance on all Gigabit ports Shall have minimum 65 million pps switching throughput to

achieve wire-speed forwarding on all Gigabit ports Switch should support stacking of 2 dedicated stacking ports of

minimum 10 Gbps of bandwidth each. Should support stacking for minimum of 4 switches.

Shall support 802.3ad (LACP) with upto 4 ports supported in 6 groups

IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol , IEEE 802.3ad Link Aggregation Control Protocol (LACP)

Shall support minimum 250 active VLAN or IEEE 802.1Q-based VLANs

Support for minimum 16k MAC addresses Shall support marking, policing, and shaping with upto 4 queues /

port Should support IGMP v1, v2 and v3 for multicast applications Should support for IPv6 features like Neighbor discovery, Syslog,

Telnet, SSH, Web GUI, SNMP, NTP, DNS, RADIUS over IPv6, classification and marking, Should support RA Guard/RFC6105 or equivalent

Should have minimum 4 hardware based queues per port. Should support IPv6 from day1. Configuration through the CLI, console, Telnet, SSH and Web

Management Switch should support on-line software reconfiguration to

implement changes without rebooting. Any changes in the configuration of switches related to Layer-2 functions, VLAN, STP, Security, and QoS should not require rebooting of the switch.

Page 63 of 143

S.No Product Description

Specifications Make / Model

Part Code

SNMPv1, v2, and v3 and Remote monitoring (RMON) support Power : Input 100-240VAC, 50/60Hz. Operating Temperature: 0C to 45C Should have compliance for EAL/ NDPP/ Common Criteria

security related function

7.5 Layer 2 Manageable 48 Port Switch 10/100/1000 Mbps with 2 SFP+ Uplink & stacking Ports

Shall be 19" Rack Mountable ( including mounting brackets). The switch shall be non-blocking in architecture

48 RJ-45 autosensing 10/100/1000 ports 2 additional SFP+ Ports

1 serial console port with console cable Shall have minimum switching capacity of 136 Gbps for

providing non-blocking performance on all Gigabit ports Shall have minimum 101 million pps switching throughput to

achieve wire-speed forwarding on all Gigabit ports Switch should support stacking of 2 dedicated stacking ports of

minimum 10 Gbps of bandwidth each. Should support stacking for minimum of 4 switches.

Shall support 802.3ad (LACP) with upto 4 ports supported in 6 groups

IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol , IEEE 802.3ad Link Aggregation Control Protocol (LACP)

Shall support minimum 250 active VLAN or IEEE 802.1Q-based VLANs

Support for minimum 16k MAC addresses Shall support marking, policing, and shaping with upto 4 queues /

port Should support IGMP v1, v2 and v3 for multicast applications Should support for IPv6 features like Neighbor discovery, Syslog,

Telnet, SSH, Web GUI, SNMP, NTP, DNS,DHCP RADIUS over IPv6, classification and marking. Should support RA Guard/RFC6105 or equivalent

Should support IPv6 from day1 Should have minimum 4 hardware based queues per port Configuration through the CLI, console, Telnet, SSH and Web

Management Switch should support on-line software reconfiguration to

implement changes without rebooting. Any changes in the configuration of switches related to Layer-2 functions, VLAN, STP, Security, and QoS should not require rebooting of the switch.

SNMPv1, v2, and v3 and Remote monitoring (RMON) support Power : Input 100-240VAC, 50/60Hz Operating Temperature: 0C to 45C Should have compliance for EAL/ NDPP/ Common Criteria

security related function

7.6 Layer 2 Manageable 48 Port Switch with POE+ 10/100/1000 Mbps with 2

Shall be 19" Rack Mountable ( including mounting brackets). The switch shall be non-blocking in architecture

48 RJ-45 autosensing 10/100/1000 ports PoE+ ports with 2 additional SFP+ Ports

1 serial console port with console cable Shall have minimum switching capacity of 136 Gbps for

providing non-blocking performance on all Gigabit ports

Page 64 of 143

S.No Product Description

Specifications Make / Model

Part Code

SFP+ Uplink & stacking Ports

Shall have minimum 101 million pps switching throughput to achieve wire-speed forwarding on all Gigabit ports

Switch should support stacking of 2 dedicated stacking ports of minimum 10 Gbps of bandwidth each. Should support stacking for minimum of 4 switches.

Shall support 802.3ad (LACP) with upto 4 ports supported in 6 groups

IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol , IEEE 802.3ad Link Aggregation Control Protocol (LACP)

Shall support minimum 250 active VLAN or IEEE 802.1Q-based VLANs

Support for minimum 16k MAC addresses Shall support marking, policing, and shaping with upto 4 queues /

port Should support IGMP v1, v2 and v3 for multicast applications Should support for IPv6 features like Neighbor discovery, Syslog,

Telnet, SSH, Web GUI, SNMP, NTP, DNS,DHCP RADIUS over IPv6, classification and marking. Should support RA Guard/RFC6105 or equivalent

Should support IPv6 from day1 Should have minimum 4 hardware based queues per port Configuration through the CLI, console, Telnet, SSH and Web

Management Switch should support on-line software reconfiguration to

implement changes without rebooting. Any changes in the configuration of switches related to Layer-2 functions, VLAN, STP, Security, and QoS should not require rebooting of the switch.

SNMPv1, v2, and v3 and Remote monitoring (RMON) support Power : Input 100-240VAC, 50/60Hz Operating Temperature: 0C to 45C Should have compliance for EAL/ NDPP/ Common Criteria

security related function

7.7 Layer 3 24 Port Switch 10/100/1000 Mbps with 2 SFP+ Uplink & stacking Ports

Shall be 19" Rack Mountable ( including mounting brackets). . The switch shall be non-blocking in architecture

Switch should have 24 10/100/1000BASE-T ports, and 2 additional SFP+ 1/10 Gbps Uplink ports

Shall have minimum switching capacity of 88 Gbps for providing non-blocking performance on all Gigabit ports

Shall have minimum 65 million pps switching throughput to achieve wire-speed forwarding on all Gigabit ports

Switch should support stacking of 2 dedicated stacking ports of minimum 10 Gbps of bandwidth each. Should support stacking for minimum of 4 switches.

Switch should have 16k Mac address Switch should have 1000 VLAN Should have minimum 8 hardware based queues per port Switch should support IEEE Standards of Ethernet: IEEE 802.1d,

802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3u, 802.3ab, 802.3z, 1000BASE-T, 1000BASE-X (mini-GBIC/SFP), 1000BASE-SX, 1000BASE-LX/LH , 10GBASE-SR SFP+ , 10GBASE-LR SFP+ & 10GBASE-X SFP+ Direct Attach Cables

Page 65 of 143

S.No Product Description

Specifications Make / Model

Part Code

Switch should have static ip route up to 16K. switch should be capable of Layer 3 features like RIP ,OSPF , VRRP, ECMP , PIM-SM, should support policy based routing

Switch should have provisioning/support internal redundant power supply and cooling

Switch should have secure management via IPv4 or IPv6 through features such as Secure Shell (SSHv1/2), Secure Sockets Layer (SSL), Simple Network Management Protocol (SNMPv1,2,3).

Should support IGMP v1, v2 and v3 for multicast applications. MLD v1,v2 or equivalent.

Should support for IPv6 features like Neighbor discovery, Syslog, Telnet, SSH, Web GUI ( internal/ external), SNMP, NTP, DNS, RADIUS over IPv6, classification and marking. Should support RA Guard/RFC6105 or equivalent

Should support IPv6 from day 1. Switch should support on-line software reconfiguration to

implement changes without rebooting. Any changes in the configuration of switches related to Layer-2 & 3 functions, VLAN, STP, Security, and QoS should not require rebooting of the switch.

It shall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP) & support IEEE 802.1p traffic prioritization delivering data to devices based on the priority and type of traffic & strict priority queuing or high strict priority queue

Power : Input 100-240VAC, 50/60Hz Operating Temperature: 0C to 45C Should have compliance for EAL/ NDPP/ Common Criteria

security related function

7.8 Layer 3 Switch 24 Port SFP +

Shall be 19" Rack Mountable ( including mounting brackets).. The switch shall be non-blocking in architecture

Switch should have 24 SFP+ Shall have switching capacity of 640 Gbps for providing non-

blocking performance on all Gigabit ports Shall have minimum 480 million pps switching throughput to

achieve wire-speed forwarding on all Gigabit ports Switch should have 32k Mac address Switch should have 1000 VLAN Should have minimum 8 hardware based queues per port Switch should support IEEE Standards of Ethernet: IEEE 802.1d,

802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3ab, 802.3z, 1000BASE-T, 1000BASE-X (mini-GBIC/SFP), 1000BASE-SX, 1000BASE-LX/LH , 10GBASE-SR SFP+ , 10G base ZR SFP+ , 10GBASE-LR SFP+ & 10GBASE-X SFP+ Direct Attach Cables, 2 x 40 Gigabit Ethernet QSFP+

Switch should have static IP route up to 16K. Switch should be capable of Layer 3 features like RIP ,OSPF , VRRP, ECMP , PIM-SM

Switch should have provision/ support internal redundant power supply and cooling

Switch should have secure management via IPv4 or IPv6 through features such as Secure Shell (SSHv1/2), Secure Sockets Layer (SSL), Simple Network Management Protocol (SNMPv1,2,3).

Should support IGMP v1, v2 and v3 for multicast applications Should support for IPv6 features like Neighbor discovery, Syslog,

Telnet, SSH, Web GUI ( internal/external), SNMP, NTP, DNS, RADIUS over IPv6, classification and marking

Page 66 of 143

S.No Product Description

Specifications Make / Model

Part Code

Should support IPv6 from day 1. Switch should support on-line software reconfiguration to

implement changes without rebooting. Any changes in the configuration of switches related to Layer-2 & 3 functions, VLAN, STP, Security, and QoS should not require rebooting of the switch.

It shall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP) & support IEEE 802.1p traffic prioritization delivering data to devices based on the priority and type of traffic & strict priority queuing or high strict priority queue

Power : Input 100-240VAC, 50/60Hz Operating Temperature: 0C to 45C Should have compliance for EAL/ NDPP/ Common Criteria

security related function

7.9 NMS NMS should be an open, secure and scalable software for

optimizing network infrastructure and operations management through dynamic policy

NMS should have standards- based Device Management interface ( DMI)/equivalent for Zero day device support.

Should support simple Web 2.0 user interface Should support automated discovery of network topology of

netwkr topology ( devices and interconnections) Should have tools for visualizing the discovery topology Should have tabular view for device-specific details Should support centralized device software installation for all

managed devices. Should have capability to enable device images to be uploaded

from local file system and deployed onto a device or onto multiple devices of the same device family in a single workflow

Should support image verification for accuracy. Should support configuration editor that provides the ability to

view, edit and delete all aspects of a device’s configuration. Should support audit log that captures all template deployment

operations. Should have ability to view a given device’s configuration and

edit add or delete portions of that configuration. Should support network –wide visibility and control. Should support rapid and scalable deployment of switching and

security infrastructure Should support fast problem identification and resolution.

7.10 1000 Base SX- transceivers with LC connector mm

1. Hot-Pluggable

2. Low power dissipation

7.11 1000 Base LX-transceivers with LC connector sm

1. Hot-Pluggable

2. Low power dissipation

Page 67 of 143

S.No Product Description

Specifications Make / Model

Part Code

7.12 1000 Base TX -transceivers for copper

1. Hot-Pluggable

2. Low power dissipation

7.13 10 Gig SR transceiver LC connector MM

7.14 10 Gig LR/equivalent transceivers LC connector SM

7.15 10 Gig ZR/equivalent transceivers LC connector SM

7.16 Stacking module of 10 Gbps with stacking cable

7.17 40 Gig SR4 transceiver

Kindly Note: For all switches (except 8 Port Switch) OEM needs to comply with EAL/NDPP/ Common Criteria compliance for security related function.

8.8 Annexure 8: Technical Specifications for Category 2

Page 68 of 143

8.8.1Table 1: GPON Components

S.No Fiber Components

Specifications Make/Model

Part Code

8 Fiber Cable

8.1 Fiber Optic outdoor armoured cable , loose tube Single mode (SM)

Single mode optical fiber cable , 9.2/125 micron graded index, anti-rodent, required for outdoor applications for direct burial, fiber should be protected inside jelly filled loose tubes , armoring with acrylic coated good quality steel tape , with FRP strength member, water proof tape.

Should confirm or exceed the support 10 G Ethernet up to 550 m ,should confirm or exceed the ISO/IEC 11801:2002; IEC 60794-1-2 E1; IEC 60794-1-2 E11; IEC 60794-1-2 E3; IEC 60794-1-2 F1; IEC60794-1and ITU.

Recommendation G.652.D standard standards for Fiber and cable performance specifications.

Required in following configuration 96 Core 144 Core

8.2 2 Core OFC Single Mode (SM)

Type of Cable : Simplex OFC Single Mode Fiber ( as per ITU-G.657A)

Fiber Size : 9/125/250 um No of Fibers Loose Tube : 2 F

Optical Parameters Attenuation @ 1310 mm : <=0.38 dB/Km Attenuation @ 1550 mm : <=0.25 dB/Km

Loose Tube / Tight Buffer Material : PVC No. of tight buffers : 1 Outer Diameter : 900+/- 50 Colour of tight buffer : white

Jacketing Material : LSZH Color : Black Nominal Thickness : 0.50 Overall Diameter: 2.8 Nominal

Strength Member Type : Armid Yarn Thickness : 0.15 mm Cable Wieght : 5 Kg/Km

8.3 LIU 96/144 fiber , Wall mount/ Street Cabinet enclosure, lockable

Loaded with SC/ LC couplers for 96/144 fibers 9.2/125 micron SM, Wall mountable metallic distribution enclosure with lock. Should have inbuilt / pre-installed splice tray with all clamps, Material:

metallic or high strength plastic: , UV stabilized ( wherever applicable) Should be IP 65 rated

8.4 LIU , 96/144 fiber ,19” Rack mount drawer style enclosure

Loaded with SC / LC couplers & adaptor plates for 96/144 fibers 9.2/125 micron SM, 19” rack mountable metallic distribution enclosure 2U/4U height with removable back cover.

Should have inbuilt / pre-installed splice tray with all clamps , harnessing rings , ties etc.,

Material: metallic or high strength plastic box, powder-coated sheet steel / Aluminum front panel.

Page 69 of 143

S.No Fiber Components

Specifications Make/Model

Part Code

8.5 Optical splitter Cabinet

Splitter Cabinet with 1x2 Splitter: The splitters should be housed in a 19” Rack mountable unit. The input and outputs should be on SCAPC adapters and should be of 1U size Each unit should accommodate 2 no’s of 1x2 Splitters. The splitters should be PLC/FBT type

Splitter Cabinet with 2x32 Splitter / 2x16 Splitter. The splitters should be housed in a plinth mountable outdoor which should be at least IP65 or more rated unit. The splitters shall be of PLC type. The unit should have the following features:

Should be loaded with adequate number of SCAPC Adapters and pigtails so that all the splitter ports can be patched to the incoming and outgoing main and distribution cables.

Should have provision for loading up to 24 nos of 24F splice trays, the product should be loaded with adequate number of splice trays for splicing the GPON as well as the conventional fibers

The cabinet should have a provision to load at least 6 nos of splitters The cabinet should have document holder The cabinet should be supplied with all the required accessories for

installation viz. Fusion splice protectors (40mm), cable ties, IPA, tissue paper, hose clamps, red adhesive tape, grounding accessories, route card, transport tube (non kinking type 3mm diameter), cable ties, foam tape.

GPON Equipment

8.6 GPON equipment, which consist of OLT, ONT/ONU, shall comply with the following common features

The proposed GPON equipment, which consist of OLT, ONT/ONU, shall comply with the following features OLT Specifications The proposed GPON equipment shall be complied with the following ITU-

T standard G.984.1: General Characteristics G.984.2: Physical Media Dependent (PMD) layer G.984.3: Transmission convergence layer specification G.984.4: ONT management and control interface specification GPON System should support high-speed data channel through a single optical fiber with an upstream rate of 1.244 Gbit/s and a downstream rate of 2.488 Gbit/s. Wavelength pattern 1310 nm wavelength for upstream traffic 1490 nm wavelength for downstream traffic 1550 nm wavelength for video service The proposed GPON equipment shall support the following features, Dynamic Bandwidth Allocation (DBA) for upstream traffic, Advance Encryption Standard 128 Bit (AES) for downstream traffic Forward Error Correction (FEC) for upstream and downstream traffic The proposed GPON equipment shall support the following services

High Speed Internet access VPN Services Point-to-Point and Point-to-Multipoint Layer-2 services Voice over GPON, Both Analog and IP Telephones IPTV Service CATV Services over GPON

The proposed GPON equipment shall support the implementation of

VLAN per subscriber 801.1Q and 802.1 P The GPON OLT should support

Page 70 of 143

S.No Fiber Components

Specifications Make/Model

Part Code

Minimum up to 64 ONTs per PON Port Minimum up to 2560 ONTs per system Distance up to 20Km Class B+ and Class C+ GPON SFPs

The uplink interface shall support link aggregation

Uplink and Downlink Interfaces (minimum requirement) Uplink interface: 8 x 1GbE (SFP) and 2 x 10GbE (SFP) per Switch

card Downlink Interface: 4+4 GPON Ports (SFPs) per Line card with path

protection The proposed GPON OLT equipment shall support the following features.

DHCP relay agent Option 82 , DHCP Snooping. PPPoE Intermediate Agent IGMP proxy and IGMP snooping V1/V2/V3 MAC-Forced Forwarding (RFC4562) IEEE 802.1Q IEEE 802.3x (Flow Control) IEEE 802.1ad (Q-in-Q or VLAN Stacking) IEEE 802.3ad (Link Aggregation) IEEE 802.1p (Quality of Service) IP Anti-Spoofing Flexible Packet filtering MAC limit and spoofing prevention priorities queues per port 802.1p, ToS, DSCP marking/remarking Scheduling: SPQ, WRR, SP+WRR Network Time Protocol for real time clock service Rate control of Broadcast, unknown unicast and Multicast packets

Management Dual 10/100Base-T Out-of-Band management GUI based EMS, CLI, Telnet, RMON, SNMP v1/v2c/v3 Radius, TACACS+ authentication for management access Redundancy and Protection Scheme (OLT only) The GPON OLT equipment shall support the following protection mechanism.

Input power feed redundancy Control card redundancy Switch/Uplink card redundancy GPON Line card with optical path protection

Operating Requirements

Operating Temperature: 0C to 45C Operating Humidity: 5% - 90% non condensing

Physical Requirements

19:"Standard ETSI Rack Mountable, Full Front access Forced air cooling with field replaceable air filter Integrated Fiber management

Power Supply

The GPON OLT equipment shall be operated at -48 VDC Dual(A/B) Power Feeds

Control Card Specifications

Page 71 of 143

S.No Fiber Components

Specifications Make/Model

Part Code

1+1 master/slave redundancy option for high availability applications Fully hot-swappable Redundant power supply and control plane Minimum of Two 10/100Base-T RJ-45 ports for EMS Front-panel telco alarm cut-of (ACO) button/software NMS Front-panel critical, major and minor alarm indicator LEDs Front-panel USB2.0 connector for local craft PC or any other Interface Minimum 2Giga bit FLASH for software image and configuration data

storage SNMPv3 based management

Switch / Uplink Card Specifications Hot swappable, with 1+1 master and slave redundancy option Minimum 28 Gb/s (2 x 10-GbE and 8x1-GbE) uplink and 10Gbps

backplane interface to each line card supporting non blocking architecture

Line speed switching Flexible SNI interface types of 1G (Electrical or Optical)

Switching

Full throughput for all ports (non-blocking) High capacity packet switching (16K MACs and 4,095 VLANs) STP (802.1d), RSTP (802.1w) MAC-forced forwarding (RFC4562) on SNI Powerful layer 1~ 4 filtering and QoS Multicasting: IGMP snooping/proxy, 1024 layer-2 multicast groups Line-rate unicast packet forwarding and multicast replication Port based VLAN,802.1Q VLAN, IEEE 802.1ad Q-in-Q VLAN stacking Independent VLAN learning (IVL) DHCP relay with Option 82

Flexible SNI networking

802.3ad LAG SNI interface types: 8 x 1GbE (SFP) and 2 x 10GbE (SFP+)

Security

Layer 1~4 packet filtering via access control lists (ACL) MAC address limiting per port DHCP packet filtering DHCP Option 82 MAC restriction per port Broadcast/multicast/DLF packet limit Port flood guard for abnormal traffic Loop detection and blocking

QoS

priority queues per port 802.1p, ToS, DSCP marking/remarking Scheduling: SPQ, WRR, SP+WRR SrTcm and TrTcm Congestion Control: Back pressure (802.3x) Rate control of broadcast, unknown unicast, multicast packets

SNI Interface Modules Specifications Ethernet SFP Specifications 1G Ethernet Copper SFP Ethernet Standard: 1000BASE-T Media: Copper Connector: RJ-45 Distance: 100m Form Factor: SFP

Page 72 of 143

S.No Fiber Components

Specifications Make/Model

Part Code

Operating Temperature: 0˚-45˚C 1G Ethernet Multimode SFP

Ethernet Standard: 1000BASE-SX Media: Multimode Fiber (850nm Wavelength) Connector: Dual LC Connector Distance: 550m Form Factor: SFP Operating Temperature: 0˚-45˚C

1G Ethernet Singlemode SFP

Ethernet Standard: 1000BASE-LX Media: Singlemode Fiber (1310nm Wavelength) Connector: Dual LC Connector Distance: 10Km Form Factor: SFP Operating Temperature: 0˚-45˚C

10G Ethernet Multimode SFP

Ethernet Standard: 10GBASE-SR Media: Multimode Fiber (850nm Wavelength) Connector: Dual LC Connector Distance: 300m Form Factor: SFP Operating Temperature: 0˚-45˚C

10G Ethernet Singlemode SFP

Ethernet Standard: 10GBASE-LR Media: Singlemode Fiber (1310nm Wavelength) Connector: Dual LC Connector Distance: 10Km Form Factor: SFP Operating Temperature: 0˚-45˚C

GPON Line Card Specifications

4 GPON active ports and 4 protection ports per card Hot swappable cards Dual 10 Gbps interface to the backplane for data-plane redundancy Dual 1 Gbps interface to the backplane for control-plane redundancy On-board L2 switch with intelligent QoS & multicast support Minimum 8K MAC addresses per PON port and 32K MAC addresses

per card 4,095 VLANs T-CONT types 1 to 5 support 1,024 Alloc Ids per PON port and 4,096 Alloc Ids per card 256 allocations in BW MAP

PON SFP Specification

GPON .984.2Amd.1 Class B+ bi-directional optical transceiver Single Mode, Single fiber with 1490nm on Downstream (2.488Gbps),

1310nm on the Upstream (1.244Gbps) Class B+ link budget: 28dB Hot-swappable SFP (Small Form-factor Pluggable) package with SC/UPC receptacle Compliant with TEC GR/PON-01/02 April 2008 Transmitter power - Min: +1.5 (dBm) Transmitter power - Max: +5 (dBm) Receiver power Min: -28 (dBm) Receiver power Max: -8 (dBm)

ONT Specifications Proposed ONT shall provide 4 Gigabit Ethernet ports and 2 POTS ports

Page 73 of 143

S.No Fiber Components

Specifications Make/Model

Part Code

General features

IEEE 802.1D Hybrid Mode supporting both Routed and Bridged modes

simultaneously IEEE 802.1p (Quality of Service) IGMP Snooping v2/v3 different T-CONTs per ONT Learning MAC addresses ≥ 256 MAC Address Limiting Point to Point Protocol over Ethernet (PPPoE) Internet Protocol over Ethernet (IPoE) IP DHCP Server NAT (Network Address Translation) and NAPT (Network Address Port

Translation) DNS (Domain Name System Proxy) Dynamic DNS Port Forwarding Dying gasp

VLAN features

IEEE 802.1Q (VLAN) Port-Based VLAN Q-in-Q or VLAN Stacking VLAN Translation

POTS Voice Specifications

G.711 (A-law and µ-law) and G.729 (A and B) for VoIP Coding T.38 (Fax over IP) SIP for VoIP protocol Call feature: Caller ID, Call waiting, Call forward, Call Transfer, Three

way conference Subscriber Interfaces

10/100/1000 Base-T with RJ-45 connector POTS interfaces with RJ-11 connector

Physical Temperature 0 to 45 ºC Humidity 5 to 95% non-condensing Wall or table mountable

Power Supply

Power adapter: Input 100-240VAC, 50/60Hz; output: 12VDC, 1.5A In-band or Out-band management

Command Line Interface (CLI) Must support Graphical User Interface (GUI) Simple Network Management Protocol (SNMP) base management Remote loopback test (GPON interface) Must be based on Client-Server Architecture

Should support

RF ( video ) Wi-Fi ( 802.11 a/b/n or above POTS Ethernet

Management features

Page 74 of 143

S.No Fiber Components

Specifications Make/Model

Part Code

The Management features are the features that provide the abilities to the end user for configuring, setting and monitoring the equipment, parameters, states, problems and others of the PON equipment in the network. The proposed PON equipment shall be complied with the following features. Equipment management

OLT Management Remote software upgrade Switch Card Management GPON Line Card Management Uplink and PON Interface Management

Terminal Management (ONT)

Subscriber Interface Management Service Management Support ONT Create, Activate, Deactivate, Delete with wizards and by

manual ONT Remote Software upgrade

Fault management

Must be fully FCAPS compliant Current Alarm Monitoring (Live alarm monitoring) History Alarm Monitoring Event Monitoring Alarm Filtering

Performance management

Equipment Performance Statistics Interface Performance Statistics Export Performance Report

Topology management

Graphical, geographical, hierarchical and domain based network view ONT Auto / Manual Discovery

Security management

Support for Multiple User accounts Support for user group management Support for Role based access controls to the user

Database Management

Manual and Scheduled backups of all NE configuration Manual and Scheduled backups of EMS database EMS Log management

OLT and ONT Network Inventory Management

Support Different Service Profile Service Profile Management VLAN profile Management ONT Profile Management

OLT Chassis and Cards :

1. Chassis should be able to support upto 10 line cards or above 2. Line card should have minimum 4 redundant PON Ports (Should be

able to support Class B and Class C SFP) 3. Switch card should support 2X10 – GbE and 8X1 GbE uplink and 10

Gbps backplane interface. 4. Control Card should have 2 No of 10/100 Base T –RJ 45 ports 5. License Cost of EMS for per unit including server software. 6. Cost Class B & Class SFP

Page 75 of 143

S.No Fiber Components

Specifications Make/Model

Part Code

OLT Standalone:

7. OLT having fixed 8 PON, with 2 X 10G and 4X1 G ports for uplink. 8. Cost Class B & Class C SFP 9. License Cost of EMS for per unit including server software.

ONT :

1. Should support 4 GE + 2 POTS ( Analog for voice) 2. Should support 4 GE + 2 POTS ( Analog for voice) + RF ( Coaxial/

Video Cable) 3. Should support 4 GE + 2 POTS ( Analog for voice) + WiFi

Joint Enclosure

8.7 Joint Enclosure

Fiber optic Joint Enclosure ( Indoor wall mount)

Supply & fixing of fiber optic joint enclosure (reusable) with IP 56 rating.

The joint box should be made of ageing resistant plastic/corrosion- resistant sheet metal (as applicable) & have a service life of 20 yr.

It should be compact , dust free, good sealing performance, capable of housing 96 &144 fiber splice tray ,able to manage necessary OFC bend radius ,fitted with necessary plastic loops, sealing rings & 4 holes ( for incoming & outgoing OFC cables), fitted with SC & LC pigtel (SM) as per requirement of site) & with all necessary accessories required for above work.

Fiber optic Enclosure (outdoor, direct burial type)

Supply & fixing of fiber optic joint enclosure (reusable) with IP 68 rating.

The joint box should be made of ageing resistant plastic/corrosion- resistant sheet metal (as applicable) & have a service life of min. 20 yr. It should be compact , dust free, good sealing performance, capable of housing 96 and 144 fiber splice tray ,able to manage necessary fiber bend radius ,fitted with necessary plastic loops, sealing rings & 4 holes ( for incoming & outgoing OFC cables),fitted with SC / LC pigtel (SM) to be supplied as per requirement of site)

8.8 Optical Distribution frame

The rack should support the following features or equivalent to meet the below functionality :

The cable entry should be made from top/bottom and left/right side.

The rack should have a provision for attaching minimum 30 cables of 12~16mm diameter. It should have a provision for grounding the armored cables.

ETSI mounting profiles should have a provision of cage nut fixing for shelf mounting should be provided at the rear of the rack, allowing optimal access from the front. It should provide easy access to cables, pigtails and jumpers during installation, maintenance and upgrade.

Optical distribution frame should be adaptable to

specific applications by having variation of the

Page 76 of 143

S.No Fiber Components

Specifications Make/Model

Part Code

rack configuration, the shelf configuration, routings of pigtails and jumpers.

It should be equipped with 2 side duct doors and 1 central door with locking provision various mounting options as following should be thereo Wall mounting: stand alone or multiple side-to-side mounting (optional kit)

Back-to-back mounting, Levelling screws should be available for easy install. It has a series of patch cord management drums, which is used for storing and managing patch cords.

Additional horizontal patch cord management drums can be separately ordered if required

Bend controls available for patch cord routing

The rack should have a capacity to handle 2016 patch cords

8.9 FMS

The fiber management system is used to terminate the out door cables with pigtails. It is mounted in an ODFwith rear mounting facility and should be of 3/2U size.

It should have the following features:

Should be installed in 19” Racks

Should accommodate up to 6/4 splice and patch trays

The capacities has to be as below

144F/ 96 with LC connector type

72F/48/24 with standard SC/ FC/ E2000 connector types

The splice and patch trays should have the following features:

The adapters should be mounted on the splice tray/ separate plate so that splicing and patching occurs in the same plane providing better maintenance flexibility

The adapters are fixed into the tray using retainers which enables the adapters to be removed individually without disturbing other adapters during routine maintenance operation

The splice tray can hold up to 12 nos of standard SC/FC/E2000 or equivalent adapters and 24 nos of LC adapters.

There would be a provision to hold up to 24 fusion splice protectors in the tray

Side trumpets should be provided bend control. The side trumpets have a side incision for adding additional patch cords.

The trumpet can be rotated so the patch cord remain secure inside the trumpet.

The patch cords exit the shelf in such a manner that it does not come out when the slider is extended out fully

The trays would have provision to secure the loose tubes using cable ties

The shelves should have a rear mounting provision

The shelf would be pre-loaded LCAPC adapters and pigtails.

8.10 Drop Fiber Closure (DFC)

The DFC closure is a butt type gel sealed fiber optic splicing and patching closure designed for the FTTH network. The closure can be deployed on walls, poles and in hand holes. The closure accommodates up to 12 fusion splices (or 8 mechanical splices), two PLC splitters and 8 SC adapters or any equivalent to meet the functionality . Sealing should be achieved via built-in mechanical sealing technology, resulting in extremely convenient re-entry and re-sealing.

Page 77 of 143

S.No Fiber Components

Specifications Make/Model

Part Code

The closure should have the following minimum features for ease an suitability of installation:

Mechanical sealing, easy to open and re-enter, no tool or re-entry kit required

Seals up to 50cm under water

Should be IP55 rated

Bending radius: 25mm

Compact & Aesthetic design, the bidder to propose the

dimensions after the site survey

Butt configuration

2 main cable ports (11-17mm) and 8/12 drop cable ports

(3mm) Options for both mechanical splices and heat shrinkable splices (SMOUV)

Provision to House up to 2 splitters, 8 SC adapters, 12 fusion splices or 8 mechanical splices or any equivalent provisioning to meet the above functionality

Suitable for Field Installable Connectors

The material used for the construction of the box should be PP

8.11 Home Termination Box (HTB)

Ideal for FTTH and FTTB applications, the HTB is a compact fiber terminal for use at the final fiber termination point in the customer premises. The HTB provides mechanical protection and managed fiber control in an attractive format suitable for use inside customer premises. A variety of possible fiber termination techniques are accommodated:

Termination techniques are accommodated: Direct termination with field installable connectors.

The minimum bend radius of the fibers shall be 20mm through out the entire organizer system. At least 2 cable entry ports shall be provided. Cables shall be fixed to the box with foams and tie wraps. A sealing mechanism for dust sealing shall be provided with the box. The box should be able to accommodate cables of maximum diameter of 6mm.The adapter ports shall be protected by caps when the patch cord is not plugged in there by safeguarding the user from harmful aser. It shall provision to hold 2 SC adapters or 2 LC duplex adapters. It shall be supplied with a pre-fitted splice tray for 4 fiber. The splice tray shall have 2 splice holder locations each of which can hold 2 fusion splice protectors in stacked condition or 1 mechanical splice holder or any equivalent provisioning to meet the above functionality

. The drop cables should have provision to be directed to 4 different sides by rotating the splice module on the base module. The box shall be supplied with 1nos SCAPC adapter and pigtail. The fiber used in the pigtail shall be G657A type.

The box should be compact and aesthetic, and should be made of flame retardant LSZH material. The bidder to propose the dimensions after the site survey.

8.12 Splicing Box The SPB provides a wall mountable environmental and mechanical protection

for the transient loss free fiber management system that includes the functions of splicing, patching and passive component integration. The product is typically used on a wall inside or outside the customer’s premises and in street cabinets.

The unit should the following features:

Page 78 of 143

S.No Fiber Components

Specifications Make/Model

Part Code

The customer termination box consists of a bottom part and a cover, with a profiled seal for environmental protection

High seal rate: IP55, These boxes should be designed to operate in ETSI climatic classes 3.1, 3.2, 3.3, 3.4, 3.5

(ETS 300-019-1-3) and 4.1 (ETS 300-019-1-4). This covers both weather-protected and non-protected locations. In the former case this would typically be on the customer’s premises such as building basements, Telecommunications equipment rooms, computer rooms, etc. Non-protected locations include pole mountings and external wall sites

The base plate includes the cable entry/exit ports and a UMS (Universal Mounting System) profile to accommodate the different types of sub-assemblies

Accessories should be available for termination of the cable. Accessories for of most common cable types e.g. loose tube, central core, ribbon fiber should be available and be supplied upon request.

The SPB provides a cable loop-through function allowing uncut loops to be stored in a controlled manner per single circuit, ribbon or cable element.

The loop cable port (Oval port) should be sealed using epoxy coated heat shrink sealing.

The SPB should have provision to attach a patch panel which can accommodate:

Connector adapters for all common connector types with the help of retainers

Kevlar termination units (KTU’s) to provide the necessary strain relief when terminating drop cables

A mix of connector adapters and KTU’s Fiber splices should be managed in a single circuit or single element

way. There should be a provision to terminate minimum of 8 OSP cables

(6~14mm diameter) in the box, the sealing should be via PG16 glands, this would be additional to the loop cable

There should be a provision to terminate up to 48nos of 3mm diameter drop cables in the box. The sealing should be done via cable gland where each gland is designed to hold at least 24 cables. The cables should be held inside the box using Kevlar termination unit and provision should be there to hold at least 48 such drop cables or any equivalent approach

The boxes should be lockable. The material used for the construction of the box should be PC/ABS The box should be loaded with adequate number of splice trays,

glands, Kevlar termination units, fusion splice protectors

The 12F splice tray holding capacity of these boxes should be as follows

SPB-12: 4 trays (min) or equivalent SPB-24 for 24F: 6 trays (min) or equivalent SPB-48 for 48F: 18 trays (min) or equivalent

8.13 Patch Cords SCUPC

LCAPC SM Simplex:

Simplex, 9/125 micron SM fiber, G652D LCAPC connector at one end, SCUPC connector at other end, with factory mount ceramic connector at both end with length of 10meter

Page 79 of 143

S.No Fiber Components

Specifications Make/Model

Part Code

SCAPC SCAPC SM Simplex:

Simplex, 9/125 micron SM fiber, G657A SCAPC connector at both ends, with factory mount ceramic connector at both end with length of 3 meter

8.8.2 Table 2: Data Centre

S.No Product Description

Specifications Make / Model

Part Code

9 Data Center Software

9.1 Intelligent Cable Management System

1. Shall provide a graphical user interface (GUI) that will provide all details about the physical layer network in a front of the customer, the GUI is customizable to suit the customer needs.

2. Shall be able to raise work orders to help in planning network “add, move, changes” activity well in advance and a guidance based executions to avoid the chances of mistakes/incident.

3. Shall come with ticketing based software where work orders can be

released or assigned to individual technicians. Acknowledgement of the tickets can be monitored and analyzed for future reference.

4. Shall provide detailed and accurate Active and Passive device elevation with rear and front graphical view which will help in maintaining and monitoring the IT infrastructure and spaces.

5. Shall have a Powerful, fully customizable reporting tool with the support

from BIRT reporting. Various formats should be available, such as PDF, Excel, Word etc.

6. Shall come with an i-Phone, i-Pad based mobile or android device application available for processing Move, Add and Changes accurately in real time and for identifying network intelligent and non-intelligent (such as Rack / PDU / Tables etc) assets inside the facility.

7. Security – Receive alerts of unauthorized changes. Alerts – email, logs every physical change in passive network. Response filter should be set to criticality / category of the alarm generated.

8. Shall be able to Automatic discover Switches and end devices and place them in the Data Base.

9. For enhanced security, MAC address authentication / verification possible

for any Move, Add or Changes done in the Network.

Page 80 of 143

S.No Product Description

Specifications Make / Model

Part Code

10. It is be able to detect and track the devices when they move from one

location to another in real time. Note that this detection is be based on SNMP trap information from active components and should strictly not require any addition clients or any signal to be sent to the end device / outlet over the physical layer.

11. The verification of patching information or device detection or movement should use a non-invasive technology i.e. the technology should not use existing pairs of cabling but a method which should not affect the working or standards of cabling / network.

12. Will detect the the patch cord inserted in the network and will intimate

whether a wrong category of cable has been inserted or not. 13. Provides 3 different connection states of whether the patch cord is

managed, unmanaged or no cable.

Data Center Hardware

10 Fiber

10.1 Optical Fiber Cassettes – MPO OM3

MPO cassettes shall house [XG 50/125um OM3, OM4 & single-mode] 12-fiber break out assemblies. Cassettes should be pre terminated and shall have [LC or SC] connectors on the front and [one (12-fiber) or two (24-fiber)] MPO connections on the back. Cassette polarity shall be Pair-Flipped / straight. MPO cassettes shall meet the most recent revision of TIA/EIA-568-C.3 standard, and its published addenda.

10.2 Optical Fiber Trunk Cable

12 or 24 fibers, OM3, OM4 and OS2, TIA/EIA-568-C.3 and ISO/IEC 11801 standards complied, Trunk cable should be as per GR-409-CORE factory pre terminated assemblies with high density MPO connectors. Each trunk cable shall have protective devices to prevent damage to the connectorized ends during installation. Polarity of the assemblies should be available either pair flipped or Straight version. Return loss shall be ≥ 25 dB measured in mated condition against ref. connector at 850 nm. The fiber core shall be bend insensitive fiber. Length- 10 meter, 15 meter, 20 meter, 30 meter and 40 meter.

10.3 Controller Device for Managing MPO cassettes and NMS

Shall fit into the jack panel without occupying the rack space. Shall be Designed to fit inside the rear cable manager without interfering with panel connectivity, does not require additional rack space. Shall have Link and activity status LEDs at the rear or front of unit. Shall have input voltage of 100-240VAC, 50-60Hz, 0.5A.

10.4 Unloaded LIU for MPO cassettes

1U, 19 Inch Drawer Style rack mountable High D Semi-ANGLED metallic distribution enclosure, angled to provide additional cable management towards side area and can be placed in closed racks, Unloaded with 4 slots and allows easy moves, adds and changes, Can accommodate four MPO Cassettes with 12 or 24 fiber cores of 9/125 micron SM or 50/125 micron MM Fiber .

Copper

10.5 10G Patch Panel

48/32/24 Port patch panel 1U, Rack-mount, straight style for 12 Cable Assemblies. ISO/IEC 11801 2nd edition Class F A, E A. Each Cassettes should have minimum 8 individual RJ45 10GBASE-T transmission ports. Each cassette should be compatible with the pre terminated 10 G copper assembly. Each RJ 45 10GBASE-T interface at the front is backward compatible to 1000BASE-T). Each cassette shall accept 2 x MRJ21 receptacles.

Page 81 of 143

S.No Product Description

Specifications Make / Model

Part Code

10.6 10G pre terminated Cable Assembly

10 G copper cable assembly shall be a pre terminated plug and play assembly. Trunk cable shall have LSZH (Low smoke zero halogen) jacket. Each Pre terminated assembly should support 4 x 10 Gbps no of ports, reducing the density of total no of cables required in conventional approach. Should be available in different versions i.e. Single connector supporting 4 individual 10 Gbps ports at 180 degree & 45 degrees. Shall be 100% factory terminated and factory tested solution.

An equivalent product conforming to the specified standards and functionality is acceptable.

Length- 10 meter, 15 meter, 20 meter, 30 meter and 40 meter.

10.7 1G Patch Panel

Straight/Angled, Shielded/Unshielded, 24/48 ports, 1U with enough space for labelling, should have High-density small form factor copper connector interface; Panel should also be modular and pluggable, RoHS compliant. It should fit in the rack supplied.

10.8 1G Cassette 6 ports, shielded/unshielded, High-density, small form factor connectivity, Factory terminated and tested cassettes, RoHS compliant.

10.9 1G cable assembly

Shall be a 24 pair cabling and patch panel solution. The small footprint shall reduce cable bulk in pathways and conduits. Factory terminated, tested and serialized cable assemblies and panels. Cassettes and patch panels break out high performance 24 pair cable to the appropriate wiring patterns for standards based 10/100 BASE-T, 10/100/1000BAST-T Gigabit Ethernet, and other applications.

An equivalent product conforming to the specified standards and functionality is acceptable.

Length- 10 meter, 15 meter, 20 meter, 30 meter and 40 meter.

10.10 Fiber Guide/Runner/tray for fiber Cables above Racks

Fiber Guide / Tray should be as per latest TIA 568C standard maintaining all stringent requirements of the same standard

Fiber raceway system shall provide routing for both fiber optic patch cords (jumpers) 3 mm in diameter and multi-fiber cables

The fiber raceways system shall be available in 2x2, 2x6, 4x4, 4x6, 4x12 and 4x24 inch dimensions.

All components shall be UL94V-0 flame resistant,or any equivalent to meet the above functionality

Shall be UL listed, proof of the same shall be submitted

The solution shall maintain a 2 inch bend radius through the system

Shall use snap fit junctions when connecting two components together

Page 82 of 143

S.No Product Description

Specifications Make / Model

Part Code

10.11 Faceplates Type - 1-port, White surface box Material : ABS / UL 94 V-0 No of Port: 1/2/4 High Impact Plastic Body ABS FR Grade 86 x 86 mm High Impact Plastic Body ABS FR Grade 86 x 86 mm

Page 83 of 143

8.9 Annexure 9: Financial Bid Letter

Name of the Vendor:

Category for which bid is submitted: (Category 1 A / Category 1 B / Category 2 ) :

To

The Managing Director National Informatics Centre Services Inc., Hall No. 2 & 3, 1st Floor, NBCC, Tower 15, Bhikaiji Cama Place New Delhi-110066. Ref. RFP No. ………………………… dated …………………… Sir, We declare: We are eligible to quote against this RFP___________________________________ That we/our principals are equipped with adequate hardware/software and other facilities required for providing services and our establishment is open for inspection by the representatives of NICSI. We hereby offer to provide Services at the prices and rates mentioned in the Financial bid for the scope of work as per the RFP mentioned above. We do hereby undertake, that, In the event of acceptance of our bid, the Services shall be provided as stipulated in the work order and the RFP scope of work, terms and conditions to the Bid and that we shall perform all the incidental services. The prices quoted are inclusive of all charges inclusive of traveling, hardware/software/ manpower etc. for providing the desired services at any location within India. We enclose here with the complete Commercial Bid as required by you. This includes:

A. Financial Bid Letter (Annexure 9) B. Financial Bid (Annexure 10 for Category 1 A, Annexure 11 for Category

1B, Annexure 10 and Annexure 12 for Category 2) The Grand Total Price in Rupee (GTV), the item-wise details of which is given in Annexure <<Mention Annexure no. for the category>>, is INR ____________________ (INR <<Rupees in words>>). We agree to abide by our offer a period of 90 days from the date fixed for opening of the Quotes and what we shall remain bound by a communication within that time. We have carefully read and understood the terms and conditions of the RFP and the conditions of the contract/empanelment applicable to the RFP and we do hereby undertake to provide the services as per these terms and condition. Certified that we are:

A sole proprietorship firm and the person signing the RFP is the sole proprietor/constituted attorney of the sole proprietor,

Page 84 of 143

Or A partnership firm, and the person signing the RFP is the firm and he has authority to refer to arbitration disputes concerning the business of the partnership by virtue of the partnership agreement/by virtue of general power of attorney, Or A company and the person signing the RFP is the constituted attorney.

Or A registered cooperative society and the RFP is signed by the authorized signatory. (NOTE: Delete whatever is not applicable. All corrections/deletions should invariably be duly attested by the person authorized to sign the RFP document.)

We do hereby undertake, that, until a formal contract/empanelment is prepared and executed, this bid, together with your written acceptance thereof, the RFP document and placement of letter of intent awarding the contract/empanelment, shall constitute a binding contract between us.

Dated Signature of Bidder Full Address: List of Enclosures, enclosed. Telephone No. 1. 2. Telegraphic Address 3. 4. 5. FAX No. 6. 7. E-Mail : Company Seal

8.10 Annexure 10: Detailed Costing for Category 1 A & Category 2

Name of the Vendor:

Category for which bid is submitted:

8.10.1 Table 1: Passive Components

S. No Product Description

Unit Price

Service Tax ( wherever

applicable)

VAT/Sales Tax ( wherever

applicable)

Unit Price with one

year warranty

Weightage Final Price (

with One year

Warranty)

Service Tax in

%

Service Tax

Value

VAT/ Sales Tax in

%

VAT/ Sales Tax in Value

0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7

1 UTP COMPONENTS

2 UTP COMPONENTS (CAT 6A)

2.1

UTP cable CAT 6 A, 305 Meter Box

100

2.2 24 port Patch Panel CAT6A

50

2.4 48 port Patch Panel CAT6A

50

2.4 Wire Manager/Patch Chord Minder panel

100

2.5 Information outlets- CAT6A

I. Single ( 1-port)

100

II. Dual (2-port)

50

III. Quad (4- port) 50

2.6 Patch Cord UTP CAT6A

I. 1 Meter 100

II. 2 Meter 100

Page 86 of 143

S. No Product Description

Unit Price

Service Tax ( wherever

applicable)

VAT/Sales Tax ( wherever

applicable)

Unit Price with one

year warranty

Weightage Final Price (

with One year

Warranty)

III. 3 Meter 50

IV. 5 Meter 50

V. 10 Meter 50

3. UTP COMPONENTS (CAT6 )

3.2 UTP cable CAT 6 305 Meter Box

100

3.3 24 port Patch Panel CAT 6

50

3.4 48 port Patch Panel CAT 6

50

3.5 Wire Manager/Patch Chord Minder panel

100

3.6 Information outlets CAT 6

I. Single ( 1-port)

100

II. Dual (2-port)

50

III. Quad (4- port) 50

3.7 Patch Cord CAT 6

I. 1 Meter 100

II. 2 Meter 50

III. 3 Meter 50

IV. 5 Meter 50

V. 10 Meter 50

Page 87 of 143

S. No Product Description

Unit Price

Service Tax ( wherever

applicable)

VAT/Sales Tax ( wherever

applicable)

Unit Price with one

year warranty

Weightage Final Price (

with One year

Warranty)

4. STP (Shielded Twisted Pair) COMPONENTS CAT 6

4.1 STP cable CAT 6 305 meter box

100

4.2 24 port STP CAT 6 Patch Panel

50

4.3 48 port STP CAT 6 Patch Panel

50

4.4 Wire Manager/Patch Chord Minder panel

100

4.5 Information outlets (STP CAT 6)

I. Single ( 1-port)

100

II. Dual (2-port)

50

III. Quad (4- port) 50

4.6

Patch Cord STP CAT 6

I. 1 Meter 100

II. 2 Meter 50

III. 3 Meter 50

IV. 5 Meter 50

V. 10 Meter 50

Total A

Page 88 of 143

8.10.2 Table 2: Racks

S. No

Product Description

Unit Price

Service Tax ( wherever

applicable)

VAT/Sales Tax ( wherever

applicable)

Unit Price

with one year

warranty

Weightage

Final Price (

with One year

Warranty)

Service Tax in %

Service Tax

Value

VAT/ Sales

Tax in %

VAT/ Sales Tax in Value

0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7

5 Racks

5.1 19 “ Rack , Wall mount 530 mm depth, 9 U height, Front glass door ( lockable, toughened 4mm), with all accessories

20

5.2 19 “ Rack , Wall Mount , 530 mm depth, 12 U height, Front glass door ( lockable, toughened 4mm), with all accessories

15

5.3 19 “ Rack , Floor standing 800 mm depth 24 U height, Front & back door ( lockable), Front glass door(toughened 4mm),

10

Page 89 of 143

S. No

Product Description

Unit Price

Service Tax ( wherever

applicable)

VAT/Sales Tax ( wherever

applicable)

Unit Price

with one year

warranty

Weightage

Final Price (

with One year

Warranty)

5.4 19 “ Rack , Floor standing 1000 mm depth 32 U height, Front & back door ( lockable), Front glass door (toughened 4mm), with all accessories

10

5.5 19 “ Rack , Floor standing 1000 mm depth 42 U height, Front & back door ( lockable), Front glass door (toughened 4mm), with all accessories

10

Total B

8.10.3 Table 3: Fibre Components

S. No Product Description

Unit Price

Service Tax ( wherever

applicable)

VAT/Sales Tax( wherever applicable)

Unit Price with one

year warranty

Weightage

Final Price ( with One

year Warranty)

Service Tax in

%

Service Tax Value

VAT/ Sales Tax in

%

VAT/ Sales Tax in

Value

0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7

6 Fiber Components

Page 90 of 143

S. No Product Description

Unit Price

Service Tax ( wherever

applicable)

VAT/Sales Tax( wherever applicable)

Unit Price with one

year warranty

Weightage

Final Price ( with One

year Warranty)

6.1 Fiber Optic indoor Distribution cable LSZH , tight buffered, Multi mode (MM), support 10 G Ethernet up to 300 m,OM-3 in meters

I. 6 Core 1000

II. 12 Core 1000

III. 24 Core 500

IV. 48 Core 500

6.2 Fiber Optic Indoor / outdoor loose tube cable LSZH ,Unarmoured, Multi mode (MM), support 10 G Ethernet up to 550 m,OM-4 in meter

I. 6 Core 1000

II. 12 Core 1000

III. 24 Core 500

IV. 48 Core 500

6.3 Fiber Optic outdoor armoured cable (OM 4),multi loose tube, Multi mode (MM) in meter

Page 91 of 143

S. No Product Description

Unit Price

Service Tax ( wherever

applicable)

VAT/Sales Tax( wherever applicable)

Unit Price with one

year warranty

Weightage

Final Price ( with One

year Warranty)

I 6 Core 1000

II 12 Core 1000

III 24 Core 500

IV 48 Core 500

6.4 Fiber Optic outdoor armoured cable , loose tube Single mode (SM) 10 G in meter

I. 6 Core 1000

II. 12 Core 1000

III. 24 Core 500

IV. 48 Core 500

6.5 Optical Fiber pigtails MM/SM- SC type, 1 meter length for all types

100

6.6 Optical Fiber pigtails MM/ SM- LC type , 1 meter for all types

100

Page 92 of 143

S. No Product Description

Unit Price

Service Tax ( wherever

applicable)

VAT/Sales Tax( wherever applicable)

Unit Price with one

year warranty

Weightage

Final Price ( with One

year Warranty)

6.7 Optical Fiber Patch Cord , MM , SC-SC,OM-3

I. Length 3 m 10

II. Length 10 m 10

III. Length 20 m 10

IV. Length 30 m 10

6.8 Optical Fiber Patch Cord , MM , LC-LC,OM-3

I. Length 3 m 10

II. Length 10 m 10

III. Length 20 m 10

IV. Length 30 m 10

6.9 Optical Fiber Patch Cord , MM , SC – LC,OM-3

I. Length 3 m 10

II. Length 10 m 10

III. Length 20 m 10

IV. Length 30 m 10

6.10 Optical Fiber Patch Cord , SM , SC-SC,

I. Length 3 m 10

II. Length 10 m 10

Page 93 of 143

S. No Product Description

Unit Price

Service Tax ( wherever

applicable)

VAT/Sales Tax( wherever applicable)

Unit Price with one

year warranty

Weightage

Final Price ( with One

year Warranty)

III. Length 20 m 10

IV. Length 30 m 10

6.11 Optical Fiber Patch Cord , SM , LC-LC,

I. Length 3 m 10

II. Length 10 m 10

III. Length 20 m 10

IV. Length 30 m 10

6.12 Optical Fiber Patch Cord , SM , SC-LC,

I. Length 3 m 10

II. Length 10 m 10

III. Length 20 m 10

IV. Length 30 m 10

6.13 Optical Fiber Patch Cord , MM , SC- SC, OM-4

I. Length 3 m 10

II. Length 10 m 10

III. Length 20 m 10

IV. Length 30 m 10

6.14 Optical Fiber Patch Cord , MM , SC- LC, OM-4

I. Length 3 m 10

II. Length 10 m 10

III. Length 20 m 10

IV. Length 30 m 10

Page 94 of 143

S. No Product Description

Unit Price

Service Tax ( wherever

applicable)

VAT/Sales Tax( wherever applicable)

Unit Price with one

year warranty

Weightage

Final Price ( with One

year Warranty)

6.15 Optical Fiber Patch Cord , MM , LC- LC, OM-4

I. Length 3 m 10

II. Length 10 m 10

III. Length 20 m 10

IV. Length 30 m 10

6.16 LIU 6/12/ 24/48 Wall mount enclosure, lockable

I. LIU for 6Core OFC

10

II. LIU for 12 Core OFC

10

III. LIU for 24 Core OFC

10

IV. LIU for 48 core OFC

10

6.17 LIU , 6/12/ 24/48 fiber , 1 U/2U Drawer style19” Rack mount enclosure

I. LIU for 6 Core OFC

10

II. LIU for 12 core OFC

10

III. LIU for 24 Core OFC

10

IV. LIU for 48 core OFC

10

Page 95 of 143

S. No Product Description

Unit Price

Service Tax ( wherever

applicable)

VAT/Sales Tax( wherever applicable)

Unit Price with one

year warranty

Weightage

Final Price ( with One

year Warranty)

6.18 Supply, of Fiber Joint Enclosure

I. Fibre optic Joint Enclosure ( Indoor wall mount )

5

II. Fibre optic joint Enclosure ( out door , direct burial type )

5

6.19 Supply of marked PVC duct of size ( Per Meter )

I. 15 X 15 mm 200

II. 25 x 25 mm 200

III. 45 X 25 mm 100

IV. 45 X 45 mm 50

6.20 supply of PVC conduit of OD size ( Per Meter )

I. 20mm 200

II. 25 mm 200

III. 32mm 100

Page 96 of 143

S. No Product Description

Unit Price

Service Tax ( wherever

applicable)

VAT/Sales Tax( wherever applicable)

Unit Price with one

year warranty

Weightage

Final Price ( with One

year Warranty)

IV. 40mm 50

V. 50 mm 50

6.21 Supply of Metal MS ( 2 mm thickness) cable tray/ raceway with covers for mounting on ceiling / floor /wall , with all connecting fittings & sections for hanging ,T, cross , L , vertical up /down routing/ branching of cables etc , Size as follows with required fitting kit & accessories for above

(per running meter)

I. 50 mm Height x 100 mm Width

100

II. 50 mm Height x 200 mm Width

50

III. 100 mm Height x 300 mm Width

10

Page 97 of 143

S. No Product Description

Unit Price

Service Tax ( wherever

applicable)

VAT/Sales Tax( wherever applicable)

Unit Price with one

year warranty

Weightage

Final Price ( with One

year Warranty)

6.22 Supply of High Grade PVC cable tray/ raceway with covers for mounting on ceiling / floor /wall , with all connecting fittings & sections for hanging ,T, cross , L , vertical up /down routing/ branching of cables etc , Size as follows with required fitting kit & accessories for above

( per running meter )

I. 50 mm Height x 150 mm Width

100

II. 100 mm Height x 100 mm Width

50

6.23 Supply of GI pipe under ground and on surface

I. 1 inch diameter

100

II. 1.5 inch diameter

50

Page 98 of 143

S. No Product Description

Unit Price

Service Tax ( wherever

applicable)

VAT/Sales Tax( wherever applicable)

Unit Price with one

year warranty

Weightage

Final Price ( with One

year Warranty)

6.24 Supply of 2 inch diameter HDPE PVC jacket under ground or on surface (per meter)

100

Total C

8.10.4 Table 4: Services

S. No Product Description

Unit Pric

e

Service Tax ( wherever

applicable)

VAT/Sales Tax (

wherever applicable)

Unit Price

with one year

warranty (

wherever applicabl

e)

Weightage

Final Price ( with One year

Warranty)

Service Tax in %

Service Tax Value

VAT/ Sale

s Tax in %

VAT/ Sale

s Tax in

Value

0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7

a. Laying of UTP CAT 6A / CAT 6 cable / STP( per meter )

1000

Page 99 of 143

S. No Product Description

Unit Pric

e

Service Tax ( wherever

applicable)

VAT/Sales Tax (

wherever applicable)

Unit Price

with one year

warranty (

wherever applicabl

e)

Weightage

Final Price ( with One year

Warranty)

b. Installation & Termination of information outlets (including termination of CAT 6A / CAT 6/ STP cable on I/O)

1000

c. Installation & termination of UTP cables on Patch Panel CAT 6 / CAT 6A/ STP with wire Manager

200

d. Performance testing of the laid UTP CAT 6 / CAT 6A /STP cable (Penta scanner report & documentation) ( per node)

100

e. Site certification for UTP CAT 6 CAT 6A /STP & Fiber Cabling with 20 yrs performance warranty ( per site)

I. Site Up to 250 nodes

50

II. Site Up to 500 nodes

20

III. Site Up to 1000 nodes or above

10

Page 100 of 143

S. No Product Description

Unit Pric

e

Service Tax ( wherever

applicable)

VAT/Sales Tax (

wherever applicable)

Unit Price

with one year

warranty (

wherever applicabl

e)

Weightage

Final Price ( with One year

Warranty)

f. Installation of marked PVC duct of size ( Per Meter )

I. 15 X 15 mm 200

II. 25 x 25 mm 200

III. 45 X 25 mm 100

IV. 45 X 45 mm 50

g. Installation of PVC conduit of OD size ( Per Meter )

I. 20mm 200

II. 25 mm 200

III. 32mm 100

IV. 40mm 50

V. 50 mm 50

Page 101 of 143

S. No Product Description

Unit Pric

e

Service Tax ( wherever

applicable)

VAT/Sales Tax (

wherever applicable)

Unit Price

with one year

warranty (

wherever applicabl

e)

Weightage

Final Price ( with One year

Warranty)

h. Installation of Metal MS (2 mm thickness) cable tray/ raceway with covers for mounting on ceiling / floor /wall , with all connecting fittings & sections for hanging ,T, cross , L , vertical up /down routing/ branching of cables etc , Size as follows with required fitting kit & accessories for above

( per running meter )

I. 50 mm Height x 100 mm Width

100

II. 50 mm Height x 200 mm Width

50

III. 100 mm Height x 300 mm Width

10

Page 102 of 143

S. No Product Description

Unit Pric

e

Service Tax ( wherever

applicable)

VAT/Sales Tax (

wherever applicable)

Unit Price

with one year

warranty (

wherever applicabl

e)

Weightage

Final Price ( with One year

Warranty)

i. Installation of High Grade PVC cable tray/ raceway with covers for mounting on ceiling / floor /wall , with all connecting fittings & sections for hanging ,T, cross , L , vertical up /down routing/ branching of cables etc , Size as follows with required fitting kit & accessories for above

( per running meter )

I. 50 mm Height x 150 mm Width

100

II. 100 mm Height x 100 mm Width

50

j. Removal of old UTP/Fiber / Coaxial / RS232/telephone cables (per meter)

100

k. Laying of fiber in duct / conduit ( per meter)

500

l. Outdoor Laying of Fiber Cable ( Per Meter)

Page 103 of 143

S. No Product Description

Unit Pric

e

Service Tax ( wherever

applicable)

VAT/Sales Tax (

wherever applicable)

Unit Price

with one year

warranty (

wherever applicabl

e)

Weightage

Final Price ( with One year

Warranty)

I Excavation and resurfacing of the soil (depth 1 mtr)

50

II Excavation and resurfacing of the concrete ( depth 1 mtr )

50

m. Trenchless digging ( Manual / with Machine) for excavation under public road crossing or campus

10

n. Installation of GI pipe ( 1 inch / 1.5 inch) under ground and on surface

100

o. Installation of 2 inch diameter HDPE PVC jacket under ground or on surface (per meter)

50

p. Fusion splicing of SC / LC type pigtails

100

q. Supply and installation of buffer tubing kit

50

r. Supply and Installation of Fiber optics cable route marker per unit

10

Page 104 of 143

S. No Product Description

Unit Pric

e

Service Tax ( wherever

applicable)

VAT/Sales Tax (

wherever applicable)

Unit Price

with one year

warranty (

wherever applicabl

e)

Weightage

Final Price ( with One year

Warranty)

s. cable pulling pit ( minimum size 2*2*2 feet )made of reinforced concrete and brick walls with removable covers per unit

10

t. Performance testing of laid Fiber Optic cable for continuity , length & db loss ( OTDR Test report) as per EIA/TIA-455-60 document for FO test procedures &documentation of the results on per core basis.

100

u Installation of Joint Enclosure

I Installation of Joint Enclosure ( Indoor Wall Mount)

5

II

Installation of Joint Enclosure ( Direct Burial)

5

v On-Call Support

I. On-Call support including 2 free site visits per Quarter

10

Page 105 of 143

S. No Product Description

Unit Pric

e

Service Tax ( wherever

applicable)

VAT/Sales Tax (

wherever applicable)

Unit Price

with one year

warranty (

wherever applicabl

e)

Weightage

Final Price ( with One year

Warranty)

II. On-Call support including 4 free site visits per quarter

10

III. On-Call support including 8 free site visits per quarter

5

IV. Additional cost for each visit in a quarter

5

W Full-Time Onsite Support (Cost of Technically qualified manpower)

5

x Installation of Rack

I. Installation of wall mount Rack ( 9 & 12 U) with all accessories

5

II. Installation of floor mount Rack ( 24, 32 & 42 U) with all accessories

5

y Site Survey and Documentation

I. Upto 250 nodes

10

II. Between 251 to 500 nodes

5

III. Above 500 nodes

5

Total D

Page 106 of 143

S.No Location Total Service Cost =D

Additional Charges for hilly region ( in %age)

Total Cost

1 2 3 4 5=(3X4)+3

1. Additional charges for hilly regions (Arunanchal Pradesh, Assam, Meghalaya, Manipur, Mizoram, Nagaland, Tripura, Sikkim, J&K, HP, Andaman Nicobar and Lakshadweep Islands)

Total

E

Gross Total Value:

L1 value calculation for Category 1A

GTV (Envelope 1) = A + B + C + E

Page 107 of 143

8.11 Annexure 11: Detailed Costing for Category 1 B

Name of the Vendor:

Category for which bid is submitted: Category 1 B

8.11.1 Table 1: Active Components

S. No Product Description Unit Pric

e

Service Tax ( wherever

applicable)

VAT/Sales Tax(

wherever applicable)

Unit Price with Taxe

s

Weightage

Final Pric

e

Service Tax in %

Service Tax Value

VAT/ Sales Tax in %

VAT/ Sales Tax in

Value

0 1 2 3 4 5 6 7=2 +4+6

8 9=8 X7

7 Switches

7.1 Layer 2 Manageable 8 Port Switch, 10/100/1000 Mbps ports with additional 2 SFP ports

20

7.1a 5 years warranty support for Layer 2 Manageable 8 Port Switch, 10/100/1000 Mbps ports with additional 2 SFP ports

20

7.2 Layer 2 Manageable 8 port POE + switch, 10/100/1000 Mbps with 2 SFP Ports

10

7.2a Warranty support for Layer 2 Manageable 8 port POE + switch, 10/100/1000 Mbps with 2 SFP Ports

10

7.3 Layer 2 Manageable 24 Port switch- 10/100/1000 Mbps with 2 SFP+ Uplink & stacking Ports

20

7.3a 5 years warranty support for Layer 2 Manageable 24 Port switch- 10/100/1000 Mbps with 2 SFP+ Uplink & stacking Ports

20

Page 108 of 143

S. No Product Description Unit Pric

e

Service Tax ( wherever

applicable)

VAT/Sales Tax(

wherever applicable)

Unit Price with Taxe

s

Weightage

Final Pric

e

7.4 Layer 2 manageable 24 Port Switch with POE + 10/100/1000 Mbps with 2 SFP+ Uplink ports & stacking

5

7.4a 5 years warranty support for Layer 2 manageable 24 Port Switch with POE + 10/100/1000 Mbps with 2 SFP+ Uplink ports & stacking

5

7.5 Layer 2 Manageable 48 Port Switch 10/100/1000 Mbps with 2 SFP+ Uplink & stacking Ports

5

7.5a 5 years warranty support for Layer 2 Manageable 48 Port Switch 10/100/1000 Mbps with 2 SFP+ Uplink & stacking Ports

5

7.6 Layer 2 Manageable 48 Port Switch with POE+ 10/100/1000 Mbps with 2 SFP+ Uplink & stacking Ports

5

7.6 a 5 years warranty for Layer 2 Manageable 48 Port Switch with POE+ 10/100/1000 Mbps with 2 SFP+ Uplink & stacking Ports

5

7.7 Layer 3 24 Port Switch 10/100/1000 Mbps with 2 SFP+ Uplink & stacking Ports

5

7.7a 5 years warranty support for Layer 3 24 Port Switch 10/100/1000 Mbps with 2 SFP+ Uplink & stacking Ports

5

Page 109 of 143

S. No Product Description Unit Pric

e

Service Tax ( wherever

applicable)

VAT/Sales Tax(

wherever applicable)

Unit Price with Taxe

s

Weightage

Final Pric

e

7.7b Additional Internal Power Supply ( inclusive of 5 yr warranty support) for Layer 3 24 Port Switch 10/100/1000 Mbps with 2 SFP+ Uplink & stacking Ports

5

7.8 Layer 3 Switch 24 Port SFP +

5

7.8a 5 years warranty support for Layer 3 Switch 24 Port SFP +

5

7.8b Additional Internal Power Supply (inclusive of 5 yr warranty support ) for Layer 3 Switch 24 Port SFP +

5

7.9 NMS

I. Cost of NMS for upto 250 Network Element

5

II. 5 years support cost of NMS for 250 Network Element

5

III. Cost of NMS for above 250 Network Element

5

IV. 5 years support cost of NMS for above 250 Network Element

5

7.10 1000 Base SX- transceivers with LC connector mm

20

7.10a 5 years warranty for 1000 Base SX- transceivers with LC connector mm

20

7.11 1000 Base LX-transceivers with LC connector sm

20

Page 110 of 143

S. No Product Description Unit Pric

e

Service Tax ( wherever

applicable)

VAT/Sales Tax(

wherever applicable)

Unit Price with Taxe

s

Weightage

Final Pric

e

7.11a 5 years warranty for 1000 Base LX-transceivers with LC connector sm

20

7.12 1000 Base TX -transceivers for copper

20

7.12b 5 years warranty for 1000 Base TX -transceivers for copper

20

7.13 10 Gig SR transceiver LC connector MM

10

7.13a 5 years warranty for 10 Gig SR transceiver LC connector MM

10

7.14 10 Gig LR transceivers/equivalent LC connector SM

10

7.14a 5 years warranty for 10 Gig LR transceivers/equivalent LC connector SM

10

7.15 10 Gig ZR transceivers/equivalent LC connector SM

10

7.15a 5 years warranty for 10 Gig ZR transceivers/equivalent LC connector SM

10

7.16 Stacking module of 10 Gbps with stacking cable

20

7.16a 5 years warranty for Stacking module of 10 Gbps with stacking cable

20

Page 111 of 143

S. No Product Description Unit Pric

e

Service Tax ( wherever

applicable)

VAT/Sales Tax(

wherever applicable)

Unit Price with Taxe

s

Weightage

Final Pric

e

7.17 40 Gig SR4 transceiver

5

7.17a 5 years warranty for 40 Gig SR4 transceiver

5

Total F

8.11.2 Table 2: Installation and Manpower

S. No Product Description

Unit Price

Service Tax ( wherever

applicable)

VAT/Sales Tax ( wherever

applicable)

Unit Price

with Five year

warranty

Weightage

Final Price ( with Five

year Warranty)

Service Tax in

%

Service Tax

Value

VAT/ Sales Tax in

%

VAT/ Sales Tax in Value

0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7

a. Installation and Configuration of layer 2 switch

5

b. Installation and Configuration of layer 3 switch

5

c. Installation, configuration and documentation of NMS ( upto 250 nodes)

5

Page 112 of 143

S. No Product Description

Unit Price

Service Tax ( wherever

applicable)

VAT/Sales Tax ( wherever

applicable)

Unit Price

with Five year

warranty

Weightage

Final Price ( with Five

year Warranty)

d. Installation, configuration and documentation of NMS ( above 250 nodes)

5

e. On call

I. On-Call support including 2 free site visits per Quarter

5

II. On-Call support including 4 free site visits per quarter

5

III. On-Call support including 8 free site visits per quarter

5

IV. Additional cost for each visit in a quarter

5

f. Full-Time Onsite Support (Cost of Technically qualified manpower.)

2

g. Survey and Documentation

I. Upto 250 nodes

10

II. Between 251 to 500 nodes

5

III. Above 500 nodes

5

Total G

Page 113 of 143

S.No Location Total Service Cost =G

Additional Charges for hilly region ( in %age)

Total Cost

1 2 3 4 5=(3X4)+3

1. Additional charges for hilly regions (Arunanchal Pradesh, Assam, Meghalaya, Manipur, Mizoram, Nagaland, Tripura, Sikkim, J&K, HP, Andaman Nicobar and Lakshadweep Islands )

Total

H

Gross Total Value

L1 value calculation for Category 1B

GTV (Envelope 2) = F+H

Page 114 of 143

8.12 Annexure 12: Detailed Costing for Category 2

Name of the Vendor:

Category for which bid is submitted: Category 2

8.12.1 Table 1: Fiber and GPON Components

S. No Product Description

Unit Price

Service Tax( wherever

applicable)

VAT/Sales Tax (

wherever applicable)

Unit Price

with one year

warranty

Weightage Final Price (

with One year

Warranty)

Service Tax in

%

Service Tax

Value

VAT/ Sales Tax in %

VAT/ Sales Tax in

Value

0 1 2 3 4 5 6 7=2 +4+6

8 9=8 X7

8 Fiber Cable

8.1 Fiber Optic outdoor armoured cable , loose tube Single mode (SM) in meter

I. 96 Core 100

II. 144 Core 100

8.2 2 Core OFC Single Mode (SM)

100

8.3 LIU 96 fiber , Wall mount/Street Cabinet enclosure, lockable

10

8.4 LIU 144 fiber , Wall mount/Street Cabinet enclosure. lockable

10

Page 115 of 143

S. No Product Description

Unit Price

Service Tax( wherever

applicable)

VAT/Sales Tax (

wherever applicable)

Unit Price

with one year

warranty

Weightage Final Price (

with One year

Warranty)

8.5 LIU , 96 fiber ,19” Rack mount drawer style enclosure

10

8.6 LIU , 144 fiber , 19” Rack mount drawer style enclosure

10

8.7 Optical splitter Cabinet

I. Optical Splitter 1X2

2

II. Optical Splitter 1X4

2

III. Optical Splitter 1X8

2

IV. Optical Splitter 1X16

2

V. Optical Splitter 1X32

2

8.8 GPON equipment, which consist of OLT, ONT/ONU.

I. OLT : Chassis should be able to support upto 10 line cards or above

2

II. OLT : 5 years warranty for Chassis.

2

Page 116 of 143

S. No Product Description

Unit Price

Service Tax( wherever

applicable)

VAT/Sales Tax (

wherever applicable)

Unit Price

with one year

warranty

Weightage Final Price (

with One year

Warranty)

III. OLT: Line card should have minimum 4 redundant PON Ports

5

IV. OLT : 5 years warranty for Line card should having minimum 4 redundant PON Ports

5

V. OLT : Switch Card should support 2X10 – GbE and 8X1 GbE uplink and 10 Gbps backplane interface.

5

VI. OLT : 5 years warranty for Switch Card should support 2X10 – GbE and 8X1 GbE uplink and 10 Gbps backplane interface.

5

VII. OLT : Control Card should have 2 No of 10/100 Base T –RJ 45 ports

5

VIII. OLT : 5 years warranty for Control Card should have 2 No of 10/100 Base T –RJ 45 ports

5

Page 117 of 143

S. No Product Description

Unit Price

Service Tax( wherever

applicable)

VAT/Sales Tax (

wherever applicable)

Unit Price

with one year

warranty

Weightage Final Price (

with One year

Warranty)

IX. OLT: Cost of Class B SFP

5

X. OLT: 5 years Warranty for Class B SFP

5

XI. OLT: Cost of Class C SFP

5

XII. OLT: 5 years Warranty for Class C SFP

5

XIII. OLT: License Cost of EMS for per unit including server software.

5

XIV OLT: 5 years Service support Cost of EMS for per unit including server software.

5

8.9 OLT Standalone:

I. OLT Standalone: having fixed 8 PON, with 2 X 10G and 4X1 G ports for uplink

5

II OLT Standalone: 5 years Warranty for fixed 8 PON, with 2 X 10G and 4X1 G ports for uplink

5

Page 118 of 143

S. No Product Description

Unit Price

Service Tax( wherever

applicable)

VAT/Sales Tax (

wherever applicable)

Unit Price

with one year

warranty

Weightage Final Price (

with One year

Warranty)

III OLT: License Cost of EMS for per unit including server software.

5

IV OLT: 5 years Service support Cost of EMS for per unit including server software

5

8.10 ONT

I. ONT: Should support 4 GE + 2 POTS ( Analog for voice)

10

II. ONT: 5 years warranty support for 4 GE + 2 POTS ( Analog for voice)

10

III. ONT: Should support 4 GE + 2 POTS ( Analog for voice) + RF ( Coaxial/ Video Cable)

10

IV. ONT: 5 years warranty support for 4 GE + 2 POTS ( Analog for voice) + RF ( Coaxial/ Video Cable)

10

Page 119 of 143

S. No Product Description

Unit Price

Service Tax( wherever

applicable)

VAT/Sales Tax (

wherever applicable)

Unit Price

with one year

warranty

Weightage Final Price (

with One year

Warranty)

V. ONT: Should support 4 GE + 2 POTS ( Analog for voice) + WiFi

10

VI. ONT: 5 years support for 4 GE + 2 POTS ( Analog for voice) + WiFi

10

8.11 Joint Enclosure for 96/144 Core

I. Fiber optic Joint Enclosure ( Indoor wall mount)

5

II. Fiber optic Enclosure (outdoor, direct burial type)

5

8.8 Optical Distribution frame

2

8.12 FMS

I. Fiber Management System Shelf 144Fiber LCAPC

2

II. Fiber Management System Shelf 96F LCAPC

2

III. Fiber Management System Shelf 72Fiber LCAPC

2

Page 120 of 143

S. No Product Description

Unit Price

Service Tax( wherever

applicable)

VAT/Sales Tax (

wherever applicable)

Unit Price

with one year

warranty

Weightage Final Price (

with One year

Warranty)

IV. Fiber Management System Shelf 48Fiber LCAPC

2

V. Fiber Management System Shelf 24Fiber LCAPC

2

8.13 Drop

Fiber

Closure

(DFC)

I. Drop Fiber Closure (DFC) splice 6 F

2

II. Drop Fiber Closure (DFC) splice 12 F

2

8.14 Home

Termination

Box (HTB)

5

8.15 Splicing Box

I. Splicing Box : 48 F

2

II. Splicing Box : 24 F

2

III. Splicing Box : 12 F

5

8.16 Patch Cords

I. SCUPC LCAPC SM Simplex Patchcord 3 mtrs

5

Page 121 of 143

S. No Product Description

Unit Price

Service Tax( wherever

applicable)

VAT/Sales Tax (

wherever applicable)

Unit Price

with one year

warranty

Weightage Final Price (

with One year

Warranty)

II. SCUPC LCAPC SM Simplex Patchcord 10 mtrs

5

III. SCAPC SCAPC Simplex Patchcord 3mtrs G657A

5

IV. SCAPC SCAPC Simplex Patchcord 10 mtrs G657A

5

V. LCAPC LCPC SM Simplex Patchcord 3 mtrs

5

VI. LCAPC LCPC SM Simplex Patchcord 10 mtrs

5

VII. LCAPC LCAPC SM Simplex Patchcord 3 mtrs

5

VIII. LCAPC LCAPC SM Simplex Patchcord 10 mtrs

5

Total H

8.10.2 Table 2: Data Center Hardware / Software

Page 122 of 143

S. No Product Description

Unit Pric

e

Service Tax ( wherever

applicable)

VAT/Sales Tax(wherev

er applicable)

Unit Price with one year

warranty

Weightage

Final Price ( with One year

Warranty)

Service Tax in %

Service Tax Value

VAT/

Sales

Tax in %

VAT/

Sales

Tax in

Value

0 1 2 3 4 5 6 7=2 +4+6

8 9=8 X7

9

Data Center Software

9.1 Intelligent Cable Management System

2

Data Center Hardware

10 Fiber

10.1 Optical Fiber Cassettes - MPO OM3

I. 12 Fiber MPO-LC Cassettes Pair Fillped AB/BA MM OM3

2

II. 12 Fiber MPO-LC Cassettes Pair Fillped AB/BA MM OM4

2

III. 24 Fiber MPO-LC Cassettes (Takes 2 Nos of 12 Core MPO-MPO Trunks), AB/BA MM OM3

2

Page 123 of 143

S. No Product Description

Unit Pric

e

Service Tax ( wherever

applicable)

VAT/Sales Tax(wherev

er applicable)

Unit Price with one year

warranty

Weightage

Final Price ( with One year

Warranty)

IV 24 Fiber MPO-LC Cassettes (Takes 2 Nos of 12 Core MPO-MPO Trunks), AB/BA MM OM4

2

V 12 Fiber MPO-LC Cassettes Pair Fillped AB/BA SM

2

VI 24 Fiber MPO-LC Cassettes (Takes 2 Nos of 12 Core MPO-MPO Trunks), AB/BA SM

2

10.2 Optical Fiber Trunk Cable

I. OM3 12 Fiber – 10 metre

2

II. OM3 12 Fiber – 15 metre

2

III. OM3 12 Fiber – 20 metre

2

IV. OM3 12 Fiber – 30 metre

2

V. OM3 12 Fiber – 40 metre

2

VI. OM3 24 Fiber – 10 metre

2

VII. OM3 24 Fiber – 15 metre

2

VIII. OM3 24 Fiber – 20 metre

2

IX. OM3 24 Fiber – 30 metre

2

X. OM3 24 Fiber – 40metre

2

Page 124 of 143

S. No Product Description

Unit Pric

e

Service Tax ( wherever

applicable)

VAT/Sales Tax(wherev

er applicable)

Unit Price with one year

warranty

Weightage

Final Price ( with One year

Warranty)

XI. OM4 12 Fiber – 10metre

2

XII OM4 12 Fiber – 15 metre

2

XIII OM4 12 Fiber – 20metre

2

XIV OM4 12 Fiber – 30 metre

2

XV OM4 12 Fiber – 40metre

2

XVI OM4 24 Fiber – 10metre

2

XVII OM4 24 Fiber – 15 metre

2

XVIII OM4 24 Fiber – 20metre

2

XIX OM4 24 Fiber – 30 metre

2

XX OM4 24 Fiber – 40metre

2

XXI OS2 12 Fiber – 10metre

2

XXII OS2 12 Fiber – 15 metre

2

XXIII OS2 12 Fiber – 20metre

2

XXIV OS2 12 Fiber – 30 metre

2

XXV OS2 12 Fiber – 40metre

2

XXVI OS2 24 Fiber – 10metre

2

XXVII OS2 24 Fiber – 15 metre

2

XXVIII OS2 24 Fiber – 20metre

2

Page 125 of 143

S. No Product Description

Unit Pric

e

Service Tax ( wherever

applicable)

VAT/Sales Tax(wherev

er applicable)

Unit Price with one year

warranty

Weightage

Final Price ( with One year

Warranty)

XXIX OS2 24 Fiber – 30 metre

2

XXX OS2 24 Fiber – 40metre

2

10.3 Controller Device for Managing MPO cassettes and NMS

2

10.4 Unloaded LIU for MPO cassettes

2

Copper

10.5 10G Patch Panel

I.

10G Patch Panel 24 Port

2

II. 10G Patch Panel 32 Port

2

III. 10G Patch Panel 48 Port

2

10.6 10G pre terminated Cable Assembly

I. Cat 6A, STP CASSETTE TO CASSETTE, 10 Meter

2

II. Cat 6A, STP CASSETTE TO CASSETTE, 15 Meter

2

III

Cat 6A, STP CASSETTE TO CASSETTE, 20 Meter

2

Page 126 of 143

S. No Product Description

Unit Pric

e

Service Tax ( wherever

applicable)

VAT/Sales Tax(wherev

er applicable)

Unit Price with one year

warranty

Weightage

Final Price ( with One year

Warranty)

IV Cat 6A, STP CASSETTE TO CASSETTE, 30 Meter

2

V Cat 6S, STP CASSETTE TO CASSETTE, 40 Meter

2

10.7 1G Patch Panel

I. 1G Patch Panel 24 Port

2

II

1G Patch Panel 48 Port

2

III 1G Cassette 2

10.8 1G cable assembly

I Cat 6, UTP CASSETTE TO CASSETTE, 10 Meter

2

II Cat 6, UTP CASSETTE TO CASSETTE, 15 Meter

2

III Cat 6, UTP CASSETTE TO CASSETTE, 20 Meter

2

IV Cat 6, UTP CASSETTE TO CASSETTE, 30 Meter

2

Page 127 of 143

S. No Product Description

Unit Pric

e

Service Tax ( wherever

applicable)

VAT/Sales Tax(wherev

er applicable)

Unit Price with one year

warranty

Weightage

Final Price ( with One year

Warranty)

V Cat 6, UTP CASSETTE TO CASSETTE, 40 Meter

2

10.9 Fiber Guide/Runner/tray for fiber Cables above Racks

I 2 X 2 2

II 2 X 6 2

III 4 X 4 2

IV 4 X 6 2

V 4 X 12 2

VI 4 X 24 2

10.10 Face plate 2

Total I

8.12.2 Table 3: Services

S. No

Product Description

Unit Pric

e

Service Tax(wherever

applicable)

VAT/Sales Tax(

wherever applicable)

Unit Price

with one year

warranty

Weightage

Final Price (

with One year

Warranty)

Service Tax in %

Service Tax Value

VAT/ Sales Tax in %

VAT/ Sales Tax in

Value

0 1 2 3 4 5 6 7=2 +4+6

8 9=8 X7

Page 128 of 143

S. No

Product Description

Unit Pric

e

Service Tax(wherever

applicable)

VAT/Sales Tax(

wherever applicable)

Unit Price

with one year

warranty

Weightage

Final Price (

with One year

Warranty)

a. Configuration of Cable Management System

2

b. Installation of Optical Fiber Cassettes

2

c. Installation of Fiber Trunk Cable

2

d. Installation of Controller Device for Managing MPO and NMS

2

e. Unloading LIU for MPO Cassettes

2

f. Installation of 10G Patch Panel

I Installation of 10G Patch Panel 24 Port

2

II Installation of 10G Patch Panel 32 Port

2

III Installation of 10G Patch Panel 48 Port

2

g. Installation of 10 G pre-terminated Cable Assembly

Page 129 of 143

S. No

Product Description

Unit Pric

e

Service Tax(wherever

applicable)

VAT/Sales Tax(

wherever applicable)

Unit Price

with one year

warranty

Weightage

Final Price (

with One year

Warranty)

I Installation of 10 G pre-terminated Cable Assembly Length 10 Meter

2

II Installation of 10 G pre-terminated Cable Assembly Length 15Meter

2

III Installation of 10 G pre-terminated Cable Assembly Length 20 Meter

2

IV Installation of 10 G pre-terminated Cable Assembly Length 30 Meter

2

V Installation of 10 G pre-terminated Cable Assembly Length 40 Meter

2

h. Installation of 1 G Patch Panel

I Installation of 1 G Patch Panel 24 Port

2

II Installation of 1 G Patch Panel 48 Port

2

i. Installation of 1 G Cassette

2

Page 130 of 143

S. No

Product Description

Unit Pric

e

Service Tax(wherever

applicable)

VAT/Sales Tax(

wherever applicable)

Unit Price

with one year

warranty

Weightage

Final Price (

with One year

Warranty)

j. Installation of 1G cable Assembly ( 10 , 15 , 20 , 30 , 40 meter)

2

k. Installation of Optical Distribution Frame

2

l. Installation of Fiber Management System ( 144 / 96)

2

m. Installation of Fiber Management System ( 72 / 48 /24)

2

n. Installation of Drop Fiber Closure ( DFC) (6/ 12)

2

o. Installation of Home Termination Box ( HTB)

2

p. Installation of Splicing Box ( 48 / 24 /12 )

2

Page 131 of 143

S. No

Product Description

Unit Pric

e

Service Tax(wherever

applicable)

VAT/Sales Tax(

wherever applicable)

Unit Price

with one year

warranty

Weightage

Final Price (

with One year

Warranty)

q. Performance testing of laid Fiber Optic cable for continuity , length & db loss as per EIA/TIA-455-60 document for FO test procedures &documentation of the results

2

r. Installation of Splitter (all types)

2

s. Installation of OLT Chassis. ( all types )

2

t. Installation of OLT Standalone ( all types )

2

u. Installation of ONT ( all types )

2

v. On-Call Support

On-Call support including 2 free site visits per Quarter

2

On-Call support including 4 free site visits per quarter

2

I On-Call support including 8 free site visits per quarter

2

IVAdditional cost for each visit in a quarter

2

Page 132 of 143

S. No

Product Description

Unit Pric

e

Service Tax(wherever

applicable)

VAT/Sales Tax(

wherever applicable)

Unit Price

with one year

warranty

Weightage

Final Price (

with One year

Warranty)

w. Full-Time Onsite Support (Cost of Technically qualified manpower)

2

x. Survey and Documentation

Upto 250 nodes 2

Between 251 to 500 nodes

2

I Above 500 nodes

2

Total J

S.No Location Total Service

Cost =J Additional Charges for hilly region ( in %age)

Total Cost

1 2 3 4 5=(3X4)+3

1. Additional charges for hilly regions (Arunanchal Pradesh, Assam, Meghalaya, Manipur, Mizoram, Nagaland, Tripura, Sikkim, J&K, HP, Andaman Nicobar and Lakshadweep Islands )

Total

K

Gross Total Value:

L1 value calculation for Category 2

(Envelope 3) = H+ I + K

GTV (Envelope 4) = Envelope 3 + Envelope 1

Page 133 of 143

8.13 Annexure 13: Financial Selection Criteria

The L1 vendor selection and financial evaluation process will be as given below:

STEP 1: GTV Based L1 Selection within a Category

a. On the designated day, at the designated time, in the presence of at maximum of 1 representative of each bidder, for Category 1 A, Category 1B and Category 2; The financial bid letter submitted online ( in packet 4 ) containing the Gross Total Value will be opened for every category in which they have bid

STEP 2: Item-wise L1 Selection across Categories

Category 1A:

a. Gross Total Value of all the technically qualified bidders shall be compared b. The financial bid letter containing the abridged financial bid will be opened online first to

ascertain the L1 Bidder. c. L2, L3, L4 and L5 bidder will be formed

Category 2:

a. Gross Total Value of all the technically qualified bidders shall be compared for Category 2.

b. The financial bid letter containing the Abridged Financial Bid will be opened online first to ascertain the L1 Bidder.

c. L2, L3, L4 or L5 will be formed. d. All bidder of Category 2, has to bid for all items of Category 1A under envelope 1.

The detailed financial bids for category 2 needs to be submitted in two envelopes, clearly mentioning the category Envelope 1, Envelope 3, and putting them in Envelope 4 to get the GTV for Category 2.

STEP 3: Item-wise L1 Selection across Categories

a. Envelope 1 of both L1 vendors (i.e. Category 1A and Category 2), will be opened to ascertain the Final L1 price for Passive components, Racks and Fiber. The Detailed Financial Bid (in hard copy) of only the L1 (across Category 1A and Category 2) shall be opened. The detailed rates as quoted by the L1 Bidder shall be considered as the tender rates.

b. L2, L3, L4 or L5 may be asked to match the rate quoted by L1 bidder to form a panel as per the scope of work of RFP in both categories ( i.e. Category 1A and Category 2).

c. In category 1A maximum of 5 bidders will be empanelled. d. In category 2 maximum of 5 bidder will be empanelled.

STEP 4: Panel Formation within Category

Category 1B:

a. Gross Total Value of all the technically qualified bidders shall be compared b. The financial bid letter as mentioned in packet 4 will be opened online first to

ascertain the L1 Bidder and the Detailed Financial Bid ( in hard copy) of only the L1

Page 134 of 143

bidder shall be opened. The detailed rates as quoted by the L1 Bidder shall be considered as the tender rates.

c. L2, L3, L4 or L5 may be asked to match the rate quoted by L1 bidder to form a panel as per the scope of work

d. In category 1 B maximum of 5 bidders will be empanelled.

STEP 3: Panel Formation within Category

a. For category 1A: 5 bidders (L1, L2, L3, L4 and L5) will be empanelled b. For category 1 B: 5 bidders (L1, L2, L3, L4 and L5) will be empanelled c. For category 2: 5 bidders (L1, L2, L3, L4 and L5) will be empanelled

The bidders who do not agree to match the price will be allowed to withdraw their proposals and their EMD will be returned within 60 days of the completion of empanelment process.

This has been illustrated through an example below

Example

The number of bids received in each category are as follows

1A : 1A(a) , 1A(b) , 1A(c) , 1A(d) , 1A(e) , 1A(f) , 1A(g) , 1A(h)

1B : 1B(a) , 1B(b) , 1B (c) , 1B(d) , 1B(e) , 1B(f)

2 : 2(a) , 2(b) , 2(c) , 2(d) , 2(e) , 2(f) , 2(g)

The L1 vendor selection and financial evaluation process will be as follows:

STEP 1: GTV Based L1 Selection within a Category

The Gross Total Value will be ascertained by opening packet 4 online containing the financial bid letters submitted by the bidders for every category in which they have submitted their bid

STEP 2 : Item Wise L1 Selection in each category

Category 1A :

Based on the GTV values ascertained in Step 1 , the bidder with the lowest GTV will be designated as L1. Let us say in this case 1A(a) is selected as L1.

The next highest bidder will be designated as L2 , then L3 , L4 and L5. Let us assume these bidders are 1A(b) , 1A(c) , 1A (d) , 1A (e)

Category 1B:

Based on the GTV values ascertained in Step 1 , the bidder with the lowest GTV will be designated as L1. Let us say in this case 1B(a) is selected as L1.

The next highest bidder will be designated as L2 , then L3 , L4 and L5. Let us assume these bidders are 1B(b) , 1B(c) , 1B(d) , 1B(e)

These bidders will be asked to match the rates quoted by 1B(a) to form a panel

Category 2 :

All the bidders of category 2 namely 2(a) , 2(b) , 2(c) , 2(d) , 2(e) , 2(f) , 2(g) will have to bid for all items in Category 1A under envelope 1

Based on the GTV values ascertained in Step 1 , the bidder with the lowest GTV will be designated as L1. Let us say in this case 2(a) is selected as L1.

The next highest bidder will be designated as L2 , then L3 , L4 and L5. Let us assume these bidders are 2(b) , 2(c) , 2(d) ,2(e)

Page 135 of 143

STEP 3: Item-wise L1 Selection across Categories

Envelope 1 ( in hard copy ) of both L1 vendors ( i.e. 1A(a) in category 1A and 2(a) in category 2) will be opened to ascertain the L1 price for Passive components , Racks and Fiber.The detailed financial bid of only 1A(a) and 2(a) will be opened to determine the L1 bidder whose rates will be considered as the tendered rates. Let us say that 1A(a) is the L1 bidder for passive components , racks and Fibers so 2(a) will have to match the rates quotes by 1A(a) for all line items.

1A(b) , 1A(c) , 1A(d) and 1A(e) in category 1A and 2(b) , 2(c) , 2(d) and 2(e) in category 2 will be asked to match the rates quotes by 1A(a) to form a panel in both the categories

Empaneled Vendors

In category 1A , 5 vendors will be empaneled namely 1A(a) , 1A(b) , 1A(c) , 1A(d) and 1A(e)

In category 1B , 5 vendors will be empaneled namely 1B(a) , 1B(b) , 1B(c) , 1B(d) and 1B(e)

In category 2 , 5 vendors will be empaneled namely 2(a) , 2(b) , 2(c) , 2(d) and 2(e)

Page 136 of 143

8.14 Annexure 14: Manufacturer’s Authorization Form

Ref:

Date:

To,

Manager

Tender Division,

National Informatics Centre Services Inc.,

Hall No. 2 & 3, 1st Floor, NBCC Tower

15, Bhikaiji Cama Place, New Delhi-66

Sub: Manufacturer Authorization for Tender No. ………………………………….

Sir,

We, < OEM > having our registered office at < OEM address>, are an established manufacturer of < name of quoted item >. We < OEM> solely authorized <bidder’s name> to quote our product for above mentioned tender.

Our full support is extended in all respects for supply, warranty and maintenance of our products. We also ensure to provide the service support for the supplied equipment’s for a period of 7 years for Active Components and 3 years for passive components from the date of installation of the equipment’s as per tender terms. In case of any difficulties in logging complaint at bidder end, user will have option to log complaint at our call support center.

We also undertake that in case of default in execution of this tender by the <Bidder Name>, the <OEM/Company Name> will take all liabilities and responsibilities and necessary steps for successful execution of empanelment against this tender.

We also undertake that to meet the timelines defined in the Tender, we will ensure that the empanelled Systems are made available to <bidder> in time. If any product is declared end of life, we will ensure that a suitable equivalent or higher roll over product is offered through <bidder> to NICSI for due approval and Order executions thereafter.

Thanking You

Page 137 of 143

For <OEM>

<(Authorized Signatory)>

Name:

Designation:

Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent and having the power of attorney to legally bind the manufacturer. The Bidder in its bid should include it.

Page 138 of 143

8.15 Annexure 15: PMA Format

Format for affidavit of self certification regarding domestic value addition in an

electronic product, to be provided on Rs. 100/- stamp paper

Date: ..........................................

I .............................................................................. S/o, D/o, W/o

........................................................................., resident of

...................................................................................................................................................

............. do hereby solemnly affirm and declare as under:

That I will agree to abide by the terms and conditions of the policy of Government of India

issued via notification no. 8(78)/2010-IPHW dated 10-02-2012, the subsequent revision to the

policy issued via notification no. 33(3)/2013-IPHW dated 23-12-2013 and File No:

33(7)/2015-IPHW dated 16-11-2015

That the information furnished hereinafter is correct to the best of my knowledge and belief

and I undertake to produce relevant records before the procuring authority or any authority so

nominated by the Department of Electronics and Information Technology, Government of

India, for the purpose of assessing the Domestic Value Addition.

That the domestic value addition for all inputs which constitute the said electronic product has

been verified by me and I am responsible for the correctness of the claims made therein.

That in the event of the domestic value addition of the product mentioned herein is found to

be incorrect and not meeting the prescribed value addition norms, based on the assessment

of an authority so nominated by the Department of Electronics Information Technology,

Government of India for the purpose of assessing the domestic value addition, I will be

disqualified from any Government tender for a period of 36 months. In addition, I will bear all

costs of such an assessment.

Page 139 of 143

That I have complied with all conditions referred to in the notification no. ...............................,

wherein preference to domestically manufactured electronic products in government

procurement is provided and that the procuring authority is hereby authorized to forfeit and

adjust my EMD and other security amount towards such assessment cost and I undertake to

pay the balance, if any, forthwith.

I agree to maintain the following information in the company’s record for a period of 8 years

and shall make this available for verification to any statutory authorities:

i. Name and details of the domestic manufacturer (Registered office, manufacturing

unit location, nature of legal entity)

ii. Date on which this certificate is issued

iii. Electronic product for which the certificate has been produced

iv. Procuring agency to whom the certificate is furnished

v. Percentage of domestic value addition claimed

vi. Name and contact details of the unit of the manufacturer

vii. Sale price of the product

viii. Ex-factory price of the product

ix. Freight, insurance and handling

x. Total bill of material

xi. List and total cost value of inputs used for manufacture of the electronic product.

xii. List and total cost of inputs which are domestically sourced. Please attach

certificate from suppliers if the input is not in-house.

xiii. List and cost of inputs which are imported, directly or indirectly.

For and on behalf of .................................................... (Name of firm/entity)

Authorized signatory (To be duly authorized by the Board of Directors)

<Insert Name, Designation and Contact No.>

Page 140 of 143

8.16 Annexure 16: Bank Guarantee Format for Furnishing Security Deposit

Whereas National Informatics Centre Services Inc. (NICSI), NBCC Tower 1st Floor, 15, Bhikaji Cama Place, New Delhi-110066 (hereinafter called “NICSI”) had floated a Tender No. ……………………….. dated ……………… regarding Empanelment of Vendors for “SUPPLY, INSTALLATION, MAINTAINANCE AND ONSITE SUPPORT for LAN”, (Hereinafter called “the Tender”).

<Name of Vendor and Address>, having its registered office at <Address of Vendor Registered office> has been empanelled against the said Tender through Empanelment No.: ………………..(hereinafter called the “the Vendor”).

The Section No. 6.3 : Security Deposit of said Tender also provides for submission of a Security Deposit, equivalent to the amount of EMD, through a Bank Guarantee. In fulfillment of this Tender condition, We <Name of Bank>, a Banking company incorporated under the Companies Act, 1956 and carrying on Banking Business under ‘The Banking Regulation Act, 1949’ and having its Registered Office at <Complete Address> and its Corporate office at <Complete Address> and one of its branch Office at <Complete Address> (hereinafter called “the Bank”) at the request of <Name of Vendor>, hereby guarantee payment to NICSI an amount not exceeding INR <Amount of Security Deposit in Figures> (Amount of Security Deposit in Words) under the following circumstances:

(i) If the Vendor withdraws or amends, impairs or derogates from the Empanelment in any respect within the period of validity of this empanelment.

(ii) If the Vendor: a. Defaults or deemed to have defaulted or in the case of non-acceptance of the purchase orders b. Fails or refuses to execute the empanelment. c. Vendor violates any Tender conditions.

We, <Name and Complete Address of Branch>, do hereby undertake to pay the amount due and payable under this guarantee without any demur, merely on a demand from the NICSI and without the NICSI having to substantiate its demand.

This guarantee will remain in force up to <90 days from the last date of empanelment/extended empanelment (as per the issued empanelment letter)> from <Date of Empanelment (as per issued Empanelment Letter)>, and any demand in respect thereof should reach the Bank not later than the above date.

For (Name and complete Address of Bank)

Page 141 of 143

8.17 Annexure 17: Bank Guarantee Format for Performance Security

In consideration of National Informatics Centre Services Inc. (NICSI), NBCC Tower 1st Floor, 15, Bhikaji Cama Place, New Delhi-110066 (hereinafter called “ NICSI”) having agreed to exempt …………….<Name of Vendor> having its registered office at <Registered Office Address of Vendor> (hereinafter called “Vendor “) from the demand under the terms and conditions of the Empanelment No. ……………………….. dated ……………… regarding Empanelment of Vendors for “SUPPLY, INSTALLATION, MAINTAINANCE AND ONSITE SUPPORT FOR LAN ”, (Hereinafter called “the said Empanelment”) of Performance Security for the due fulfillment by the said Vendor of the terms and conditions contained in the said Empanelment, on production of a Bank Guarantee for INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance Bank Guarantee in Words).

2. We <Name of Bank>, a Banking company incorporated under the Companies Act, 1956 and carrying on Banking Business under ‘The Banking Regulation Act,1949’ and having its Registered Office at <Complete Address> and its Corporate office at <Complete Address> and one of its branch Office at <Complete Address> (hereinafter called “the Bank”) at the request of <Name of Vendor>, hereby guarantee payment to the NICSI an amount note exceeding INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance Bank Guarantee in Words) against any loss or damage caused to or suffered or would be caused to or suffered by the NICSI, by reason of any breach by the said Vendor of any of the term or conditions contained in the said Empanelment.

3. We, <Name and Complete Address of Branch>, do hereby undertake to pay the amount due and payable under this guarantee without any demur, merely on a demand from the NICSI, stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the NICSI by reason of breach by the said Vendor, of any of the terms and conditions mentioned in the said Empanelment or by reason of the Vendor’s failure to perform the said Empanelment. Any such demand raised by the NICSI on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our labiality under this guarantee shall be restricted to the amount not exceeding INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance Bank Guarantee in Words). 4. We undertake to pay to the NICSI, any money so demanded not exceeding INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance Bank Guarantee in Words) on demand notwithstanding any dispute or disputes raised by the Vendor in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us under this Bond shall be a valid discharge of our labiality for payment there under and the Vendor shall have no claim against us for making such payment.

5. We, <Name of Bank>, further agree that the guarantee herein contained shall remain in full force and in effect during the period that would be taken for the performance of the said Empanelment plus three months and that it shall continue to be enforceable till all the dues of the NICSI under or by virtue of the said Empanelment have been fully paid and its claim satisfied or discharged or till the NICSI certifies that the terms and conditions of the said Empanelment have been fully and properly carried out by the said Vendor and accordingly discharges this guarantee unless a demand or claims under this guarantee is made on us in writing on or before <Expiry Date>, we shall be discharged from all liability under this guarantee thereafter.

6. We, <Name of Bank>, further agree with the NICSI that the NICSI shall have the fullest liberty, without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Empanelment or to extend time of performance by the said Vendor from time to time or to postpone for any time or from time to time any of the powers exercisable by the NICSI against the said Vendor and to forebear or enforce any of the terms and conditions relating to the said Empanelment and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Vendor or for any forbearance, act or omission on the part of the

Page 142 of 143

NICSI or any indulgence by the NICSI to the said Vendor or by any such matter or things whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

7. This Guarantee will not be discharged due to the change in the constitution of the Bank or the Vendor.

8. We, <Name of Bank>, lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the NICSI in writing.

9. Notwithstanding anything contained herein above:

9.1. Our liability under this Bank guarantee shall not exceed INR <Amount of Performance Bank

Guarantee in Figures> (Amount of Performance Bank Guarantee in Words). 9.2. This Bank Guarantee shall be valid up to <Expiry Date>. 9.3. We are liable to pay the guarantee amount or any part thereof under this Bank guarantee

only and only if you serve upon us a written claim or demand before expiry date of this Guarantee.

9.4. After the expiry date is over, the Bank (guarantor) shall stand discharged from all its liabilities under this Bank guarantee and all your rights under this Bank guarantee extinguished irrespective of the fact weather the Bank guarantee in original is returned back to us or not.

For (Name and complete Address of Bank)

Page 143 of 143

8.18 Annexure 18: Bank Guarantee Format for Furnishing Earnest Money Deposit

Whereas National Informatics Centre Services Inc. (NICSI), NBCC Tower 1st Floor, 15, Bhikaji Cama Place, New Delhi-110066 (hereinafter called “NICSI”) having floated a Tender No. ……………………….. dated ……………… regarding Empanelment of Vendors for “SUPPLY, INSTALLATION, MAINTAINANCE AND ONSITE SUPPORT for LAN”, (Hereinafter called “the Tender”).

<Name of Vendor and Address>, having its registered office at <Address of Vendor Registered office> wish to submit its bid against the said Tender (hereinafter called the “the Vendor”).

The Section No. 5.3 : Earnest Money Deposit of said Tender also provides for submission of EMD through a Bank Guarantee. In fulfillment of this Tender condition, We <Name of Bank>, a Banking company incorporated under the Companies Act, 1956 and carrying on Banking Business under ‘The Banking Regulation Act, 1949’ and having its Registered Office at <Complete Address> and its Corporate office at <Complete Address> and one of its branch Office at <Complete Address> (hereinafter called “the Bank”) at the request of <Name of Vendor>, hereby guarantee payment to NICSI an amount not exceeding INR <Amount of Earnest Money Deposit in Figures> (Amount of Earnest Money Deposit in Words) under the following circumstances:

(i) If the Vendor withdraws or amends, impairs or derogates from the Tender in any respect within the period of validity of Bid of this Tender.

(ii) If the Vendor having been notified of the acceptance of his Tender Bid by the NICSI during the period of its validity.

a. If the Vendor fails to furnish the Performance Security to enable NICSI issue of empanelment. b. Fails or refuses to execute the empanelment. c. Vendor violates any Tender conditions.

We, <Name and Complete Address of Branch>, do hereby undertake to pay the amount due and payable under this guarantee without any demur, merely on a demand from the NICSI and without the NICSI having to substantiate its demand.

This guarantee will remain in force up to up to a period of 180 days from <Date of Bid Submission>, and any demand in respect thereof should reach the Bank not later than the above date.

For (Name and complete Address of Bank)