tender 21

70
Directorate of Information Technology, Maharashtra State, Mumbai 1 MH – LAN RC RFP Tender Document for Fixing Rate Contract for Setting up LANs at Government Offices in the State of Maharashtra Directorate of Information Technology, Government of Maharashtra 7th th Floor, Near Rajmudra Kaksh Mantralaya, Mumbai 400032 Tel.: +91-22-2202 4177 Fax: +91-22-22044586 Email: [email protected] Website: http://www.maharashtra.gov.in

Upload: information-point-kapurthala

Post on 02-Oct-2015

7 views

Category:

Documents


2 download

DESCRIPTION

tender

TRANSCRIPT

  • Directorate of Information Technology, Maharashtra State, Mumbai 1

    MMHH LLAANN RRCC RRFFPP

    Tender Document for Fixing Rate Contract for Setting up LANs at Government Offices

    in the State of Maharashtra

    Directorate of Information Technology,

    Government of Maharashtra

    7thth Floor, Near Rajmudra Kaksh

    Mantralaya,

    Mumbai 400032

    Tel.: +91-22-2202 4177

    Fax: +91-22-22044586

    Email: [email protected]

    Website: http://www.maharashtra.gov.in

  • Directorate of Information Technology, Maharashtra State, Mumbai 2

    MMHH LLAANN RRCC RRFFPP

    INDEX

    TENDER NOTICE ......................................................................................................................................... 3

    INSTRUCTIONS TO BIDDERS (ITB) ......................................................................................................... 4

    CONDITIONS OF CONTRACT ................................................................................................................. 15

    Annexure 1 - TECHNICAL SPECIFICATIONS ......................................................................................... 27

    Annexure 2 FORMAT FOR EVALUATION OF BIDS ........................................................................... 48

    Annexure 3- BID FORM .............................................................................................................................. 50

    Annexure 4- BG FORMAT FOR EMD ....................................................................................................... 51

    Annexure 5- MANUFACTURERS AUTHORIZATION FORM FOR PASSIVE PRODUCTS ............... 52

    Annexure 6- MANUFACTURERS AUTHORIZATION FORM FOR ACTIVE PRODUCTS ................. 53

    Annexure 7- NOTARIZED AFFIDAVIT .................................................................................................... 54

    Annexure 8 BANK GUARANTEE FORMAT FOR SECURITY DEPOSIT/ PERFORMANCE GUARANTEE

    ...................................................................................................................................................................... 55

    Annexure 9 - RATE CONTRACT WITH DIT ............................................................................................ 56

    BIDDER DETAILS FORM ......................................................................................................................... 59

    TECHNICAL DETAILS FORM .................................................................................................................. 61

    PRICE BID FORM 1 - ACTIVE COMPONENTS ...................................................................................... 66

    PRICE BID FORM 2- PASSIVE COMPONENTS ..................................................................................... 68

  • Directorate of Information Technology, Maharashtra State, Mumbai 3

    MMHH LLAANN RRCC RRFFPP

    TENDER NOTICE

    DIRECTORATE OF INFORMATION TECHNOLOGY

    On behalf of the Governor of Maharashtra, the Directorate of Information Technology (DIT),

    invites sealed tenders (Technical offer / Commercial offer) for signing a rate contract from

    eligible, reputed system integrators of networking, who are authorized to supply, install,

    commission, certify and maintain Local Area Networks, and have their sales and support offices

    in the state of Maharashtra as mentioned in the tender document.

    Tender Reference 2170/File/DIT/2011

    Date of issuance of RFP 17/02/2011

    Date for Pre-bid conference 25/02/2011, 3.30 PM

    Last date of submission of Bids 03/03/2011, 5.00 PM

    Opening of technical Bids 04/03/2011, 5.00 PM

    Opening of Commercial Bids 09/03/2011, 5.00 PM (Tentative date)

    Address for Communication Directorate of Information Tech. 7th floor, Near Rajmudra Kaksha,

    Mantralaya, Mumbai 400032

    Contact Numbers 022- 22024177

    Note:

    Tenders will be opened in front of bidders Authorized representative

    Tender should remain valid for acceptance up to 90 days.

    DIT reserves the right to accept or reject any tender offer without assigning any reason.

  • Directorate of Information Technology, Maharashtra State, Mumbai 4

    MMHH LLAANN RRCC RRFFPP

    INSTRUCTIONS TO BIDDERS (ITB)

    1. INTRODUCTION

    In pursuance to the guidelines issued by GoI under NeGP project, Government of Maharashtra

    has set up the Maharashtra State Wide Area Network in the state wherein all Talukas, District

    Headquarters are connected to State Headquarter i.e Mantralaya, Mumbai.

    The various departments and administrative units under the Government of Maharashtra intend

    to set up Local Area Networks at taluka and district government offices in the state. These LAN

    shall be connected to the MSWAN vertical network. DIT proposes to finalize the rates for the

    procurement of LAN components, setting up of LAN with its installation and connecting such

    LANs to the MSWAN. The LAN can be connected to MSWAN by any of the following types of

    connectivity:

    Type I- CAT 6 connectivity

    Type II- Fiber connectivity

    Type III- Leased Line connectivity

    Type IV- Wireless connectivity

    2. PURCHASER

    Sealed and super-scribed bids from eligible bidders for supply, installation, commissioning,

    certification and maintenance of Local Area Network (LAN), in various departments of the state

    of Maharashtra have been called by the Directorate of Information technology, Government of

    Maharashtra. The contact details for the above are as follows:

    The Director & Member Secretary SETU Maharashtra,

    Directorate of Information Technology,

    7thth Floor, Near Rajmudra Kaksha,

    Mantralaya,

    Mumbai - 400 032

    Ph No: +91 022 22024177

    3. SOURCE OF FUNDS

    The purchase order for the equipment will be placed by the department / office of the state

    government, where the network has to be commissioned. The respective offices will be

    responsible for making the payments for the same.

    4. ELIGIBLE BIDDERS

    S.

    No.

    Qualification Criteria Documentary evidence

    4.1 Should be a Government Organisation / PSU /

    PSE / partnership firm or a limited company.

    Should have existence in India for 5 years as on

    01/01/2010 (In case of mergers/ acquisitions/

    restructuring or name change, the date of

    Copy(ies) of Certificate of

    registration

  • Directorate of Information Technology, Maharashtra State, Mumbai 5

    MMHH LLAANN RRCC RRFFPP

    establishment of earlier / original Partnership

    Firm / Limited Company shall be taken into

    account).

    4.2 This invitation for Bids is open to reputed system

    integrators of networking original equipment

    manufacturing companies (or their dealers) who

    are authorized to supply the equipment and

    provide warranty on behalf of respective original

    equipment manufacturers.

    The bidder should submit the MAF

    (Manufacturer authorization Form)

    certified by the OEM for both active

    and passive components. The Bidder

    should provide the proof of

    Backlining the Warranty Support

    with the OEM.

    4.3 The Bidder should have tie-up with the OEM

    whose products have been proposed for this

    project for at least 1 year

    The bidder is required to submit

    documentary evidence.

    4.4 The Bidder should have been in the business of

    Networking supply, installation, commissioning,

    certification and maintenance successively for the

    last five years. The total annual turnover of bidder

    for the two years (i.e. 08-09 and 09-10) should be

    exceeding Rs. 50 Crores for network installation,

    supply and commissioning.

    A certificate from a Chartered

    Accountant must be enclosed

    certifying the turnover from the

    networking business in each of the

    last two years.

    4.5 The bidder should have executed a minimum of 7

    projects in India in the last three years involving

    the supply, installation, commissioning and

    certification of LAN active and passive

    components at the client site having at least 100

    connects.

    The bidder is required to submit

    documentary evidence (Purchase

    Order and Completion Certificate).

    4.6 The bidder should provide the proof of bidders

    accreditation to Quality management Systems

    (ISO 9001:2000) and should have internationally

    accepted Project Management capabilities

    CMMi level 4certification

    The Certificates in this regard should

    be provided

    4.7 The bidder should have 24 X7 Telephonic

    support for soft calls resolution which are skill

    based

    The bidder is required to submit

    documentary evidence.

    4.8 The bidder should have remote service delivery

    infrastructure with atleast service centres in each

    division of the State to ensure immediate

    response and faster resolution.

    The bidder should provide the details

    of the service centre across the State

    4.9 The bidder or the OEM should not be black

    listed/ banned/ suspended by the Central/ State

    Government, Government Corporations or

    Government Undertakings.

    The bidder should provide an

    affidavit duly notarized (on stamp

    paper) verifying that neither he nor

    the OEM have been black listed/

    banned/ suspended

  • Directorate of Information Technology, Maharashtra State, Mumbai 6

    MMHH LLAANN RRCC RRFFPP

    5. JOINT VENTURES

    A joint venture of maximum two firms is allowed, subject to the following conditions.

    Lead partner should meet the eligibility criteria as per Para 4.1, 4.2, 4.3, 4.4, 4.6 and 4.9 above conditions. Eligibility of the individual partners will not be taken into

    consideration for these conditions. Conditions as per Para 4.5, 4.7 and 4.8 above can

    however be met by adding the capabilities of the individual partners.

    The bid shall be so as to be legally binding on all partners.

    One of the partners shall be nominated as being in charge, and submitting a power of attorney signed by legally authorized signatories of all partners as evidence of this

    authorization.

    The partner in charge shall be authorized to incur liabilities and receive instructions for and on behalf of any or all partners of the joint venture during the entire execution of the

    contract.

    All partners of the joint venture shall be liable jointly and severally for the execution of the contract in accordance with the rate contract.

    6. TENDER DOCUMENT:

    The tender document would be available on the Government of Maharashtras electronic

    tendering system at http://maharashtra.etenders.in & may be downloaded from the website.

    7. SUBMISSION OF TENDER OFFERS

    Sealed Tender offers shall be received by the Director, Directorate of Information Technology

    through the eTendering system before the time and date specified in the schedule of the tender

    notice. In the event of the specified date for the submission of tender offers being declared a

    holiday, the offers will be received up to the appointed time on the next working day.

    The Director, Directorate of Information Technology may, at its discretion, extend this deadline

    for submission of offers by issuing corrigendum and uploading the same on eTendering system

    Telex, cable or facsimile offers will be rejected.

    8. METHOD OF SUBMISSION OF TENDER FORM

    The two bids system shall be followed. Technical and Commercial Offers shall be uploaded

    separately through the eTendering system

    9. LATE TENDER OFFERS

    Late submission will not be entertained and will not be permitted by the eTendering system.

    10. COST OF BIDDING

    The Bidder shall bear all the costs associated with the preparation and submission of its bid, and

    the purchaser will in no case be responsible or liable for these costs, regardless of conduct or

    outcome of bidding process.

    11. TECHNICAL SPECIFICATIONS

    The technical specifications of the equipments specified in the Annexures are the minimum

    requirements of the Purchaser. The Tenderer is at liberty to indicate higher specifications than

    the minimum levels. The Purchaser reserves the right to place orders at the higher specifications

    offered by the Tenderer. Similarly the warranty period is the minimum required. The Tenderer is

  • Directorate of Information Technology, Maharashtra State, Mumbai 7

    MMHH LLAANN RRCC RRFFPP

    at liberty to offer a higher warranty period and the Purchaser / Indenter reserves the right to avail

    of the longer warranty period offered.

    12. PRE BID CONFERENCE

    A Pre-Bid conference of all the interested bidders will be held at the scheduled date and time.

    The bidders will have to submit their queries at least two days prior to the pre-bid meeting. In

    pre-bid meeting problems of general nature will be entertained. Any change decided in the pre-

    bid shall be uploaded on the eTendering system as corrigendum. This will form a part of this bid

    document.

    13. CONTENTS OF BIDDING DOCUMENTS

    The specifications of the goods required, bidding procedure and the contract terms are prescribed

    in the bidding documents. In addition to the Notice Inviting Tender (NIT), the bidding document

    includes:

    Instructions to Bidders (ITB): This lays down the procedure till the award of the contract.

    Conditions of Contract (CC): This lays down the conditions that will govern the contract after awarded.

    Annexure Annexure 1: Technical specifications

    Annexure 2: Format for Evaluation of Bids

    Annexure 3: Bid form

    Annexure 4: BG Format for EMD

    Annexure 5: Manufacturers Authorization Form for Passive Components

    Annexure 6: Manufacturers Authorization form for Active components

    Annexure 7: Notarized Affidavit

    Annexure 8: Bank Guarantee Format for Performance Guarantee.

    Annexure 9: Format of Rate Contract

    Bidder Details Form

    Technical Details Form

    Forms for Commercial Bid Price Bid Form 1: For Passive Components

    Price Bid Form 2: For Active Components

    14. AMENDMENT OF BIDDING DOCUMENTS

    14.1. At any time prior to the deadline for submission of bids, the purchaser may, for any reason, whether on its own initiative or in response to the request for clarification by

    a prospective bidder, modify the bidding documents.

  • Directorate of Information Technology, Maharashtra State, Mumbai 8

    MMHH LLAANN RRCC RRFFPP

    14.2. All prospective bidders who have attended the pre-bid conference /purchased the bidding documents will be notified of the amendment in writing.

    14.3. In order to allow prospective bidders reasonable time to take into the consideration the amendments while preparing their bids, the purchaser at its discretion

    may extend the deadline for the submission of bids.

    14.4. The purchase committee reserves the right to make any kind of amendments in the operational terms of the tender that they feel is required even after opening of

    technical bid of the tender.

    15. COMPLETENESS OF TENDER OFFER

    The Bidder is expected to examine all instructions, forms, terms and specifications in the bidding

    documents. Failure to furnish all information required by the bidding documents or submission

    of a bid not substantially responsive to the biding documents in every respect will be at the

    Bidders risk and may result in rejection of its bid.

    16. LANGUAGE OF BID

    The bid, as well as all correspondence and documents relating to the bid exchanged by the bidder

    and the purchaser, shall be in English language only. Supporting documents and printed

    literature furnished by the bidder may be in another language provided they are accompanied by

    an appropriate translation in English language and in such a case, for purpose of interpretation of

    the bid, the translation shall govern.

    17. EARNEST MONEY DEPOSIT

    17.1. Earnest money deposit in the form of Bank Guarantee of Rs 1,00,000 needs to be submitted along with the bid. This bank Guarantee must be submitted in the format

    specified in BG Format for EMD (BGF- EMD-Form 2). The Bank Guarantee must be of

    a Scheduled Bank / Nationalized Bank. Offers made without Earnest Money Deposit

    will be rejected.

    17.2. EMD will be returned to the successful bidders only after he submits a bank guarantee for Performance Guarantee at the time of signing the contract. Unsuccessful

    Tenderer's bid security will be discharged / returned within 30 days after the expiration

    of the period of tender offer validity prescribed by the purchaser.

    17.3. The bid security may be forfeited:

    a) If a Tenderer withdraws its tender during the period of bid validity or b) In case of a successful Tenderer, if the Tenderer fails:

    1) to sign the contract in accordance with the terms and conditions

    2) to furnish performance security as specified in the terms and conditions

    18. MAKE OF PRODUCTS

    Vendor should offer only one make of product for any item. Multiple options for any items will

    result in rejection of the bid. A vendor may however submit multiple bids offering different

    make of products.

  • Directorate of Information Technology, Maharashtra State, Mumbai 9

    MMHH LLAANN RRCC RRFFPP

    19. TECHNICAL DOCUMENTATION

    a. All products quoted should be associated with specific model numbers and names and printed literature describing the configuration and functionality.

    b. The following information should be furnished along with the Technical Offer by means of printed technical brochures and filling required information in Technical

    Details Form:

    1. Make and model numbers of all the items quoted for 2. Printed product brochures of all items quoted with full technical

    specifications.

    3. Conformity of the products & services quoted to the specifications indicated in this tender document. Any departures from the printed

    specifications should be clearly indicated in the offer document

    Software(s) that will be supplied free and the ones that will be charged for should be clearly

    indicated. Restriction on software usage, if any, should also be mentioned. Wherever any

    software is offered, its version number must be indicated very clearly. It shall also be indicated

    whether the software requires any particular version of the Operating System for compatibility.

    20. TWO BID TENDER

    The two bids system shall be followed. Technical and Commercial Offers shall be uploaded

    separately through the eTendering system

    21. TECHNICAL OFFER

    The Technical Offer (T.O.) shall be complete in all respect and contain all information and

    documents asked for, except prices. It must not contain any price information. The list of

    documents to be uploaded as part of Technical offer is as follows:

    a. Letter for acceptance of all Terms and Conditions of the tender document & undertaking that the financial bid covers all the items of the tender document in the

    format provided as Bid form (Form 3)

    b. Power of Attorney in favor of the person signing the bids. c. Tender Fee of Rs. 5000/- d. Earnest Money Deposit (BG) e. Documents establishing Eligibility of Bidder as per Para 4 above.

    Copy of the Certificate of Registration under Company Act or the copy of partnership deed/memorandum of articles of associations/ joint venture

    agreement.

    Certificate from Chartered Accountant certifying the turnover from Network business for the year 2008-09 and 2009-2010

    Manufactures Authorization Form for Passive Components in Form 4

    Manufactures Authorization Form for Active Components in Form 5

    Letter of the OEM on its Letter head indicating the duration of the tie-up with the bidder & extending warranty support to the bidder for the items proposed by

    the bidder.

    Capability Statement in Form 6 along with the supporting documents in the form of Purchase order/ Completion certificate

  • Directorate of Information Technology, Maharashtra State, Mumbai 10

    MMHH LLAANN RRCC RRFFPP

    Copy of the Certificates of accreditations for ISO 9001:2000 and CMMi-level 5

    Details of the Service centres across Maharashtra & 24X 7 telephonic support for problem resolution

    An affidavit duly notarized (on stamp paper) verifying that neither OEM nor Dealers have been black listed in the format given in Form 7

    f. Technical Details Form as per Para 19 above. g. Sales Tax Clearance Certificate from the competent authority showing the Sales Tax

    paid up to December, 2009

    22. COMMERCIAL OFFER

    i. Bidder shall submit their prices only in the eTendering system. Price quoted elsewhere shall be liable to rejection.

    ii. Rate quoted shall be inclusive of the Supply, Installation, Commissioning, Comprehensive Warranty for five years, Labor, Testing, Crimping and Certification

    charges

    iii. Rate quoted shall be inclusive of the all duties, taxes, freight, and insurance excluding Octroi, VAT & Sales tax. The Indenter will provide necessary Octroi Exemption

    certificates, as required.

    iv. It is mandatory for bidder to provide quotes for all items including active components & passive components. If the bidder fails to provide quotes for any item, in such a case it

    shall be treated as he providing the same at zero cost.

    23. BID CURRENCY

    Prices shall be quoted in Indian Rupees only. The prices will remain fixed for the period of the

    contract and no changes for any reason what so ever will be allowed.

    24. PERIOD OF VALIDITY

    24.1. Bids shall be valid for a period of 90 days from the date of opening of the bid. The purchaser shall reject a Bid valid for a shorter period as non-responsive.

    24.2. In exceptional circumstances, the purchaser may solicit the Bidders consent to an extension of the period of validity. The request and the responses thereto shall be made

    in writing.

    25. DEADLINE FOR SUBMISSION OF BIDS

    25.1. Sealed Tender offers shall be received by the Director, Directorate of Information Technology through the eTendering system before the time and date specified in the

    schedule of the tender notice. In the event of the specified date for the submission of

    tender offers being declared a holiday, the offers will be received up to the appointed

    time on the next working day.

    25.2. The purchaser may, at its discretion, extend the deadline for submission of bids, in which case all rights and obligations of the purchaser and Bidders previously subject

    to the deadline will thereafter be subject to the deadline as extended.

  • Directorate of Information Technology, Maharashtra State, Mumbai 11

    MMHH LLAANN RRCC RRFFPP

    26. LATE BIDS

    Late submission will not be entertained and will not be permitted by the eTendering system.

    27. MODIFICATIONS AND WITHDRAWAL OF OFFERS

    The Bidder may modify its bid by way of submitting supplement with a request to specific

    amendment in the original bid submitted, provided a written request for the same is received by

    the Purchaser before closing of the submission of bid. However, withdrawal of original offer will

    not be allowed. No offer can be modified by the Bidder, subsequent to the closing date and time

    for submission of offers. If date of submission is extended due to some reasons, modification in

    offer is possible till extended period provided bid has not been opened.

    28. ERASURES OR ALTERATIONS AND SIGNING OF TENDER OFFERS

    The original Tender Offer shall be signed by the Bidder or a person or persons duly authorized

    using his / her digital certificate through the eTendering system. Such authorization shall be

    indicated by power-of-attorney accompanying the tender offer. The person or persons signing the

    Tender Offer shall initial all pages of the Tender Offer, except for unamended printed literature.

    The Tender Offer shall contain no interlineations, erasures or overwriting except as necessary to

    correct errors made by the Bidder, in that case such corrections shall be initialed by the person or

    persons signing the offer.

    29. OPENING OF TECHNICAL BIDS

    29.1. The technical bids will be opened before the committee on the eTendering system and the same will be evaluated as per the qualification criteria and relevant documents in

    support of them. Commercial bids of only technically bidders will be opened before the

    committee on the eTendering system. Decision of the committee will be final.

    29.2. No Bid shall be rejected at the opening, except for late bids, which shall be returned unopened. Withdrawn bids will be returned unopened to the Bidders.

    29.3. The Bidders names, the presence or the absence of requisite bid EMD and such other details, as the purchaser at its discretion, may consider appropriate, will be

    announced at the time of opening. Bids that are not opened and read out at bid opening

    shall not be considered for further evaluation, irrespective of the circumstances.

    29.4. The Bidders representative who is present shall sign an attendance register evidencing their attendance.

    30. CLARIFICATION OF TECHNICAL BIDS

    During evaluation of bids, purchaser may, at its discretion, ask the Bidder for a clarification of its

    bid. The request for a clarification and the response shall be in writing and no change in prices or

    substance of the bid shall be sought, offered or permitted. However no post bid clarification at

    the initiative of the bidder; shall be entertained.

    31. EVALUATION OF TECHNICAL BIDS

  • Directorate of Information Technology, Maharashtra State, Mumbai 12

    MMHH LLAANN RRCC RRFFPP

    31.1. The purchaser will examine the technical bids to determine whether they are complete, whether EMD have been furnished, whether required technical documentation

    have been furnished, whether the documents have been properly signed, and whether the

    bids are generally in order. Bids from dealers, without proper authorization from the

    manufacturer as per Forms attached shall be treated as non-responsive.

    31.2. The purchaser may waive any minor formality or non-conformity in a bid, which does not constitute a material deviation and have any financial implication on the

    commercials quoted. If a Bid is not substantially responsive, it will be rejected by the

    purchaser and may not subsequently be made responsive by the Bidder by correction of

    the non-conformity.

    32. OPENING OF COMMERCIAL BIDS

    32.1. After the evaluation of the technical bid by the purchaser, bidders will be short-listed. Commercial Bid of the technically qualified and short listed bidders only will be

    opened.

    32.2. The purchaser will open all short listed commercial bids, in the presence of bidder or his representative who choose to attend the bid opening as per date and time to be

    notified separately.

    32.3. Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the

    unit price and quantity, the unit price shall prevail and the total price shall be corrected.

    If the supplier does not accept the correction of errors, its bid will be rejected. If there is

    a discrepancy between words and figures, the amount in words will prevail.

    33. AWARD CRITERIA

    For the purpose of commercial evaluation of technically qualified bidders a hypothetical site

    (Annexure 2) have been designed. The care has been taken to include all possible active and

    passive components, which will be required for these hypothetical sites to become fully

    functional.

    The details of evaluation on the basis of hypothetical sites are as below:

    Kindly refer to the Annexure 2 for bill of material. On the basis of the price quoted by the

    tenderer in the Bid Form 1 & 2, the prices of the active and passive components will be

    considered to work out total price for the quantities indicated in the Annexure 2. The total cost of

    this hypothetical project will be calculated for comparison of the price bids. It may please be

    noted that in case of the active components certain weights are determined and the same are

    indicated under the column Quantity. The quantity indicated under the column Quantity

    (including weights) will be considered to determine individual cost of all components in order to

    arrive at Total Cost of the Project.

    The purchaser will award the contract to the L1 bidder. The L1 bidder is the one with the lowest

    Total Cost of the Project.

  • Directorate of Information Technology, Maharashtra State, Mumbai 13

    MMHH LLAANN RRCC RRFFPP

    The other bidders whose Total Cost of the Project is within the band of 5% of the L1 bidder

    may be given an opportunity to match the prices for each of the active and passive component

    with that of the lowest bidder. However this will not be binding on the Purchaser.

    Further, the Purchaser also reserves the right to invite the L2 & L3 bidders to match the rates of

    L1 bidder.

    Note: The equipments will be procured as needed by the DIT/ Intender and the DIT/

    intender is not bound to purchase any components from the bidder.

    34. PURCHASERS RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS

    The Purchaser reserve the right to accept or reject any bid, to annul the bidding process and

    reject all bids at any time prior to award of Contracts, without thereby incurring any liability to

    the affected Bidder or bidders, or any obligation to inform the affected Bidder or bidders of the

    grounds for the Purchaser action.

    35. NO COMMITMENT TO ACCEPT LOWEST OR ANY TENDER

    The Purchaser shall be under no obligation to accept the lowest or any other offer received in

    response to this tender notice.

    36. NOTIFICATION OF AWARDS

    36.1. Prior to the expiration of the period of the bid validity, the purchaser will notify the successful bidder in writing that his bid has been accepted unconditionally.

    36.2. The notification of award will constitute the formation of the Contract at his cost.

    37. SIGNING OF CONTRACT

    37.1. At the same time as the purchaser notifies the successful Bidder that its bid has been accepted, the purchaser will send the bidder the Rate Contract document provided

    with the bidding documents incorporating the agreements between two parties.

    37.2. Within 7 days of receipt of the Contract document, the successful bidder shall sign and date the contract and return it to the Purchaser along with the performance

    guarantee. The same will remain with DIT for period of the contract.

    37.3. On the basis of the rate contract the respective department having a requirement will place orders on the successful Bidder. The Bidder shall within 15 days from this

    order, visit and survey the site and submit a detailed design to the Indenter within a

    period of 30 days from the initial order. In case the Bidder fails to carry out this

    obligation to visit the site and to submit the design, and subsequently fail to execute the

    work within the time as indicated in the Conditions of Contract, the performance

    guarantee will be forfeited by the Purchaser.

    38. CONTACTING THE PURCHASER

    38.1. No Bidder shall contact the purchaser on any matter relating to its bid, from the time of the bid opening to the time of contract is awarded. If he wishes to bring

    additional information to the notice of the purchaser, it should do so in writing. The

  • Directorate of Information Technology, Maharashtra State, Mumbai 14

    MMHH LLAANN RRCC RRFFPP

    purchaser reserves its right as to whether such additional information should be

    considered or otherwise

    38.2. Any effort by a Bidder to influence the purchaser in its decision on bid evaluation, bid comparison or contract award will result in disqualification of the Bidders bid and

    also forfeiture of his bid security amount.

    39. CORRUPT OR FRAUDULENT PRACTICES.

    39.1. The purchaser requires that the bidders/suppliers/ contractors under this tender observe the highest standards of ethics during the procurement and execution of such

    contracts. In pursuance of this policy, the purchaser defines for the purposes of this

    provision, the terms set forth as follows:

    a) Corrupt practice means the offering, giving, receiving or soliciting of any thing of value to influence the action of the public official in the

    procurement process or in contract execution; and

    b) Fraudulent practice means a misrepresentation of facts in order to influence a procurement process or a execution of a contract to the detriment

    of the purchaser, and includes collusive practice among bidders (prior to or

    after bid submission) designed to establish bid prices at artificial non-

    competitive levels and to deprive the purchaser of the benefits of the free

    and open competition;

    39.2. The purchaser will reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for

    the contract in question;

    39.3. The purchaser will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that the firm has

    engaged in corrupt and fraudulent practices in competing for, or in executing, a contract.

    40. INTERPRETATION OF THE CLAUSES IN THE TENDER DOCUMENT

    In case of any ambiguity in the interpretation of any of the clauses in Tender Document or the

    Contract Document, interpretation of the clauses by purchaser shall be final and binding on all

    parties.

    41. DISPUTES

    In case of any dispute the judicial jurisdiction will be Mumbai only.

  • Directorate of Information Technology, Maharashtra State, Mumbai 15

    MMHH LLAANN RRCC RRFFPP

    CONDITIONS OF CONTRACT

    1. DEFINITIONS

    In this document, the following terms shall be interpreted as indicated:

    a) The Rate Contract means the agreement entered into between the Purchaser and the Supplier, as recorded in the Contract Form signed by the parties, including all

    the attachments and appendices thereto and all documents incorporated by reference

    therein.

    b) The Contract Price means the price payable to the supplier under the contract for the full and proper performance of its contractual obligations.

    c) The Goods means all the hardware / networking equipment, machinery and/or other materials which the supplier is required to supply to the purchaser under the

    contract.

    d) Services means services ancillary to the supply of the Goods, such as transportation and insurance and any other incidental services, such as installation,

    commissioning, technical assistance, training and other obligations of the Supplier

    covered under the Contract.

    e) The Indenter means the organization purchasing the Goods. f) The Purchaser means The Director & Member Secretary SETU Maharashtra of

    Information Technology, Government of Maharashtra.

    g) The Supplier means the individual or firm supplying the Goods and Services under this Contract.

    h) Day means a working day. i) ITB means Instructions to Bidders.

    2. VALIDITY OF RATE CONTRACT

    The contract will be valid for a period of One year from the date of signing of the contract.

    3. LOCATIONS FOR SUPPLY OF GOODS AND SERVICE

    The Goods and Services under this contract shall be supplied and commissioned in any or all the

    offices under the Government of Maharashtra. The Supplier shall adhere to all the technical as

    well as commercial terms irrespective of the location of the site.

    4. SOURCES OF FUNDS

    The Purchase Order for the equipment will be placed by the respective offices under the State

    Government (The Indenter) where the Goods are to be supplied and installed or Services

    provided. The Indenter will be responsible for making the payments for the Goods supplied or

    Services rendered.

    5. QUALITY OF GOODS AND SERVICES

    5.1. The goods supplied under the contract shall be of the make and specifications as indicated in the Annexure 1. The Goods will conform to the standards mentioned

    in the technical specifications of the related products and submitted along with the

    Bid.

  • Directorate of Information Technology, Maharashtra State, Mumbai 16

    MMHH LLAANN RRCC RRFFPP

    5.2. In case one or some Goods are discontinued, Goods shall replace the same with equivalent or higher specification at the same price as in the rate contract. The

    decision of the Purchaser whether the Goods are equivalent or of higher

    specifications shall be final and binding on the Supplier.

    5.3. The Goods must conform to the highest quality and standard. The Supplier as well as the Manufacturer shall guarantee that the Goods delivered to the Indenter are

    brand new. In case of software, the Supplier should guarantee that the software

    supplied to the Indenter is licensed and legally obtained. All Goods must be

    supplied with their original and complete printed documentation.

    5.4. Consistency must be maintained for the entire lot of the Goods ordered. All the required quantity of an item in schedule of requirement must be of the same brand

    and same model number. Part numbers also must be same for all pieces of an

    item. The Supplier should not substitute any internal components or subsystems

    of the Goods by similar items from a different Manufacturer.

    5.5. The supplier shall be responsible for liaisoning with MSWAN operator, bandwidth provider for the required WAN connectivity.

    6. PARAMETERS OF SITE DESIGN AND QUALITY OF WORK:

    The Supplier will be responsible to design and layout of the proposed LAN:

    Supplier should take into consideration the MSWAN architecture and the specification of installed equipments.

    All the offices within 500 meters of the central control room/server need to be considered in the design. The Supplier will also indicate the distances of other

    offices beyond the distance of 500 meters and suggest suitable means of

    connecting these offices through Leased Lines or other methods.

    The security gate / Entry gate of the campus shall also be considered while designing the site.

    Future expansion of around 20% shall be provided for in the design.

    The Network Administration location needs to be suggested in each of the premises. This usually will be the control/server room.

    Copper (UTP) cable should be considered for all premise / indoor requirements and fiber cable for external use. However in case of offices with more than

    hundred connects in a wide spread or multi floored office, fiber may be

    considered for backbone connectivity (connectivity between the floors).

    For all the locations, which require connectivity between buildings, usually outdoor/armored fiber cable should be used. For all locations within a

    building/premise, only indoor fiber should be used. In case of a possibility of

    rodents cutting fiber cable, armored rodent resistant cable should be used even for

    internal purpose.

    Copper cables should be routed through casing capping, or conduits. Wherever cable paths are provided in the furniture, they should be used.

    Outdoor Fiber cable should be routed as follows:

  • Directorate of Information Technology, Maharashtra State, Mumbai 17

    MMHH LLAANN RRCC RRFFPP

    Under hard/soft soil the fiber should be passed through ISI marked PVC pipe.

    For fiber being laid under less traffic road (road within campus) should be passed through ISI mark GI pipes.

    For fiber being laid under heavy traffic road, (public roads) should be passed through ISI mark GI pipe, which in turn should be passed through

    Hume pipe.

    Inspection chambers of 4x3x2 (l x b x h) be provided as required. At every entry of fiber cable into a building a ramp of 1x3 should be

    constructed.

    Indoor fiber should be passed through PVC conduit

    All passive components should be of the same make as specified in the tender document.

    The vendor shall label all cables, cords, and distribution frames and information outlets.

    Level 2 testers like micro test scanner, fluke meter etc should be used and two ways testing for each link of copper and fiber should be done.

    For purpose of measurement of final cable length of copper cable, the testing results from the electronic cable tester will be final. However fiber length will be

    measured physically.

    The cabling system proposed should meet the specifications as prescribed in ANSI/EIA/TIA 568-C.2, ISO and EN standards.

    The cabling solution should be flexible and capable of including new facilities or technologies, as they become required or available.

    Unmanaged switches should be used only where the number of connects is restricted to less than 12 connect and future expansion is also not possible.

    Managed switches should be used at all locations where the current number of

    connects is more than 12 connects. Also at offices where external fiber is required

    to be used, only managed switches are suggested irrespective of the number of

    connects.

    Fiber optic transceivers should not be used along with switches for connectivity between buildings.

    Racks used in the network for terminating the passive (cable and Jack panel) and active components (switches) shall be of the following.

    Standard for Size: IS 9606 1980

    Standard for specifications of Electroplated Coatings of Zinc on Iron and Steel Powder Coatings: IS 1573

    Standard for Steel sheet (Hot Rolled low, medium and high tensile structural steel): IS 2062

    Standard for Ready Mixed Paint: IS 2074

  • Directorate of Information Technology, Maharashtra State, Mumbai 18

    MMHH LLAANN RRCC RRFFPP

    Specification for Air Drying, Red Oxide Zinc Chrome, Priming: DIN : 41494, IEC 60297

    Vertical and horizontal cable trays shall be used to assure neat and well-dressed rack.

    Proper earthing of the racks shall be done

    Dust covers need to be provided for unutilized ports of the faceplate.

    7. APPROVAL OF DESIGN

    The purchaser and or Indenter reserves the right to approve the design with any modifications

    that it may deem necessary. The Supplier shall assist the Indenter and or Purchaser in carrying

    out such modifications in the design till it is finally approved.

    8. DELIVERY SCHEDULE:

    The following delivery schedule shall be strictly adhered to:

    Submission and Approval of Design & Bill of material: Within 15 days from the date of receiving the enquiry.

    Delivery, Installation and commissioning of the network Delivery of material may be done in two parts. Passive components and

    the necessary equipment for its installation must be delivered within 3-

    4weeks. The active components for the same can be delivered within 4-6

    weeks from the date of placing of the Purchase order. The Installation and

    Commissioning of the network must be completed within 8 weeks.

    Establishing Connectivity with MSWAN The Supplier should co-ordinate with the MSWAN bandwidth service

    provider and the MSWAN operator and should ensure that the

    connectivity to MSWAN is established within 8 weeks. In the event of

    delay in provisioning of MSWAN connectivity on part of the MSWAN

    bandwidth service provider and the MSWAN operator, the same should be

    informed to the Indenter or Purchaser.

    9. PACKING

    The supplier will be required to make separate packages for each Indenter. Each package will be

    marked on three sides with proper paint/indelible ink, the following:

    1. Project 2. Purchase order number 3. Suppliers Name and 4. Packing list

    10. DOCUMENTATION ON DELIVERY OF GOODS

    Delivery of the Goods shall be made by the Supplier at the address mentioned in the purchase

    order of the Indenter. The documents to be furnished by the Supplier along with the products will

    be as follows:

    1. Four copies of the supplier invoice showing goods description, quantity, unit price, and total amount;

  • Directorate of Information Technology, Maharashtra State, Mumbai 19

    MMHH LLAANN RRCC RRFFPP

    2. Product literature, manuals, brochures etc Goods will not be accepted without the above documents.

    11. INSTALLATIONS AND COMMISSIONING:

    Installation of all ordered equipment including active components and configuring of all network

    equipment shall be the responsibility of the Supplier.

    12. TECHNICAL DOCUMENTATION AFTER INSTALLATION

    The Supplier shall submit the following documentation after installation of the equipment

    Site diagram showing exact location of connects, placement of racks and active components.

    Bill of Material used for the site. Number of data connects which are active and those, which are not. IP addressing scheme (The MSWAN IP scheme to be considered in case WAN

    connectivity is applicable)

    Warranty certificate indicating 5 years warranty from the Principal supplier for Active Components.

    15 years warranty certificate for the Passive Components from the principle company.

    Contact details of the contractors nearest office to the site.

    13. TRAINING

    The Supplier shall provide user training for duration of one day to at least 2 representatives of

    the Indenter. The Indenter shall have the option to increase the number of persons to be trained

    as long as the total duration does not exceed the above period of one day, or is mutually agreed

    between the Supplier and the Indenter. The training should cover the following:

    Basics of Local Area Networking Structured Cabling Overview Overview of Networking Components Overview of IP addressing and machine Naming Convention Simple LAN troubleshooting

    14. INSPECTIONS AND TESTS

    14.1. The Purchaser, or the Indenter, or both shall have the right to inspect and/or to test the Goods to confirm their conformity to the Contract specifications at no extra

    cost to the purchaser.

    14.2. The inspections and tests may be conducted on the premises of the supplier or its subcontractor(s), at point of delivery and/or at the final destination. If conducted

    on the premises of the supplier or its subcontractor(s), all reasonable facilities and

    assistance, including access to drawings and production data shall be furnished to

    the inspectors at no charge to the Purchaser.

    14.3. Should any inspected or tested goods fail to conform to the specifications, the Indenter or the Purchaser may reject the goods and the Supplier shall either

  • Directorate of Information Technology, Maharashtra State, Mumbai 20

    MMHH LLAANN RRCC RRFFPP

    replace the rejected goods or make alterations necessary to meet specification

    requirements free of cost to the Indenter / Purchaser.

    14.4. The Indenters / Purchasers right to inspect test and, where necessary, reject the Goods after the goods arrival at the project site shall in no way be limited or

    waived by reason of the Goods having previously been inspected, tested and

    passed by the Indenter / Purchaser or its representative prior to the shipment.

    15. ACCEPTANCE TESTS

    The Supplier in the presence of Indenter and/or its nominated agency will conduct acceptance

    test at the site. The tests will involve installation and commissioning and trouble free operation

    of the network along with the integration of hardware like computers, network printers, servers

    etc. This shall be apart from physical verification and testing. No additional charges shall be

    payable by the Indenter for such integration and carrying out these acceptance tests.

    16. COMPLETENESS OF CONTRACT

    The contract will be deemed as incomplete if any component of the network devices or any

    documentation / media relating thereto is not delivered, or is delivered but not installed and /or

    not operational, or not integrated or not acceptable to the Indenter after acceptance testing /

    examination.

    In such an event, the supply and installation will be termed as incomplete and it will not be

    accepted and the warranty period will not commence. The goods will be accepted after complete

    commission and satisfactory functioning of equipment for a minimum period of 10 days. The

    Warranty period will commence only on acceptance (based on acceptance test) of equipment by

    the Indenter.

    17. DELAYS IN THE SUPPLIERS PERFORMANCE

    Delivery of the goods and performance of the services shall be made by the Supplier in

    accordance with the time schedule specified in Para 8 of the Conditions of Contract.

    If any time during performance of the contract, the Supplier should encounter conditions

    impeding timely delivery of the goods and performance of services, the Supplier shall promptly

    notify the Indenter and the Purchaser in writing of the fact of the delay, its likely duration and its

    cause(s). As soon as practicable after receipt of the Suppliers notice, the Indenter in consultation

    with the Purchaser shall evaluate the situation and may, at its discretion, extend the Suppliers

    time for performance with or without a penalty as per Para 31. The decision of the purchaser in

    this matter shall be final.

    18. SECURITY DEPOSIT

    1 A security deposit of Rs. 25,00,000/- (Twenty Five lakhs only) from nationalize bank and valid for period of 1 year shall be provided by the Supplier to the

    Purchaser.

    2 The proceeds of the Security deposit shall be payable to the Indenter as compensation for any loss / penalties / liquidated damages resulting from the

    Suppliers failure to complete its obligations under the contract.

    3 The Security Deposit will be discharged by the purchaser and returned to the Supplier within 60 days following the date of expiry of the Contract.

  • Directorate of Information Technology, Maharashtra State, Mumbai 21

    MMHH LLAANN RRCC RRFFPP

    19. PERFORMANCE GAURANTEE

    1 A performance bank guarantee of 10 % of the order value from nationalize bank and valid for period of 5 years shall be provided by the Supplier to the Indenter.

    2 The proceeds of the performance guarantees shall be payable to the Indenter as compensation for any loss / penalties resulting from the Suppliers failure to

    complete its obligations under the contract.

    3 The performance guarantee will be discharged by the purchaser and returned to the Supplier within 60 days following the date of completion of the Suppliers

    performance obligations, including any warranty obligations under the Contract.

    20. PAYMENT TERMS

    20.1. Bills will be submitted by the Purchaser to the Indenter. A copy of the payments claimed shall also be submitted to the Purchaser. The bills will be submitted after

    the final completion of installation, acceptance testing, provision of site

    certification from the Principal Manufacturer as per Para 14 & 15 above,

    submission of complete documentation, provision of training to the requisite

    number of people.

    20.2. The indenter will pay 75% of the value of the bill within 45 days of receipt of the bill and the detailed Bill of Materials of items supplied.

    20.3. Balance 25 % of the value of the bill will be paid after Inspection of the site by the Purchaser or any independent agency.

    20.4. If during such independent inspection by the Purchaser it is found that the site certification given by the Supplier and certified by the Principal Manufacturer as

    per Para 14 and 15 above is not correct, an amount equal to 5 times the value of

    the contract for which such certification has not been found to be proper shall be

    recovered as penalty. Such amounts may be recovered from all the bills for which

    payments have not been made or from the Performance Bank Guarantee or

    Security deposit placed with the Purchaser.

    21. PRODUCT WARRANTY

    The Supplier shall provide comprehensive on site warranty for the Active and Passive

    Components for a period of five years from the date of installation and commissioning of

    equipment.

    The Supplier shall be fully responsible for the Manufacturers warranty for all equipment,

    accessories, spare parts etc. against any defects arising from design, material, manufacturing,

    workmanship, or any act or omission of the manufacturer / Supplier or any defect that may

    develop under normal use of supplied equipment during the warranty period.

    In case the Supplier is unable to fulfill his obligations during the warranty period, the warranty

    obligations will fully and automatically devolve upon the Manufacturer of the goods.

    The Supplier shall be fully responsible for getting the product replaced from the principle

    company or coordinating the same with the principle company during the warranty period.

    22. SERVICE LEVEL FOR POST IMPLEMENTATION SUPPORT

  • Directorate of Information Technology, Maharashtra State, Mumbai 22

    MMHH LLAANN RRCC RRFFPP

    The supplier should provide post implementation support for five years. The Supplier shall

    provide a website or any suitable means for electronic logging of complaints by the Indenter or

    Purchaser. The system should be able to acknowledge a receipt as a proof of having lodged a

    complaint by the Indenter or the Purchaser. Alternatively the Supplier shall provide a telephone

    number at which complaints can be lodged.

    The Supplier should ensure uptime of 95%. The supplier would be first point of contact for the

    Indenter or Purchaser & he in turn would be responsible to co-ordinate with the Maharashtra

    State Wide Area Network (MSWAN) Operator and MSWAN bandwidth service provider to

    resolve downtime issues. The network monitoring tool being provided as part of this tender

    should be able to provide reports on the uptime. The penalties would be levied on the supplier in

    the event of downtime attributable to the Supplier exceeds 5%. The Supplier should submit the

    downtime reports generated using the NMS tool indicated in the tender document for every

    quarter clearly indicating the reasons for the downtime and attributing the downtimes to the

    MSWAN operator, MSWAN bandwidth service provider and the Supplier.

    The supplier shall provide maintenance service on demand. In this regard the supplier shall post

    one dedicated service staff in each of the district where LAN components have been supplied.

    The proposed service staff should have a minimum experience of two years in Installation,

    Commissioning & Maintenance of LAN/WAN and related equipments supplied under the rate

    contract. This service staff will be located at the District NOC created for the State Wide Area

    Network.

    The following service levels will be adhered to:

    Sr

    No

    Response time Call Fixing time

    1 Within 36 hours from the time

    of logging the call

    Within 72 hours

    Call logged on a non working day should be considered as a call registered on the morning of the

    next working day and will be completed as per the schedule mentioned above in the respective

    locations. Only Sunday and National holidays will be considered as holidays.

    23. ONSITE SUPPORT

    The Supplier shall provide onsite support for five years from the date of Installation. The

    obligations of the Supplier would include trouble shooting of the day to day LAN issues (This

    includes Installation, Configuration of local LAN connectivity within the office and further

    connectivity to WAN).

    24. REPEATED FAILURE

    If, during the warranty period, any equipment has any failure on three or more occasions, it shall

    be replaced by equivalent new equipment by the Supplier at no cost to the purchaser.

    25. RIGHT TO USE DEFECTIVE EQUIPMENT

    If after delivery, acceptance and installation and within the guarantee and warranty period, the

    operation or use of the equipment proves to be unsatisfactory, the purchaser shall have the right

    to continue to operate or use such equipment until rectifications of defects, errors or omissions

  • Directorate of Information Technology, Maharashtra State, Mumbai 23

    MMHH LLAANN RRCC RRFFPP

    by repair or by partial or complete replacement is made without interfering with the purchasers

    operation.

    26. PROTECTION AGAINST RISK OF OBSOLESCENCE

    The Supplier will make the spare parts for the systems available for a minimum period of five

    years from the time of acceptance of the system. Thereafter, the Supplier will give at least twelve

    months notice prior to discontinuation of support services, so that the purchaser may order its

    requirements of the spares, if it so desires. If any of the components are not available or difficult

    to procure, or the procurement is likely to be delayed for replacement, the replacement shall be

    carried out with state of the art technology equipment of equivalent or higher capacity, at no

    additional charges to the purchaser or Indenter.

    27. SUPPLIERS OBLIGATIONS

    The supplier shall work closely with the Indenter and the Purchaser and abide by directives

    issued by them or their staff.

    The supplier will abide by the job safety requirements prevalent in India and shall indemnify the

    Purchaser / the Indenter from any demands or liabilities that may arise during the execution of

    the contract, including that from accidents or loss of life. The Supplier shall be solely liable for

    any compensation that may become payable as a result of such incidents and will not hold the

    Indenter / Purchaser responsible or obligated.

    The supplier is responsible for managing the activities of its personnel or sub-contracted

    personnel and will hold itself responsible for any misdemeanors.

    The supplier will treat as confidential all data and information obtained in the execution of his

    responsibilities about the purchaser or the Indenter in strict confidence and will not reveal such

    information to any other party without the prior written approval of the purchaser.

    28. REPORTS TO PURCHASER

    A monthly report of the progress of work shall be submitted to DIT.

    29. ASSIGNMENT

    The supplier shall not assign to any third party, in whole or in part, its obligations to perform

    under the contract, except with the purchasers prior written consent.

    30. SUBCONTRACTS

    The supplier shall notify the purchaser in writing of all subcontracts awarded under this contract

    if not already specified in the bid. Such notification, in his original bid or later, shall not relieve

    the supplier from any liability or obligation under the contract. Sub-contract shall be only for

    bought-out items and sub-assemblies.

    31. PENALTY CLAUSE

    The penalty for various delays and deficiencies in services will be as follows:

    31.1. Site Design: In case the Supplier fails to visit the site and complete the site design within the period allowed in Para 8 above, the Purchaser will be entitled to forfeit

    10 % of the Security Deposit provided by the Supplier.

  • Directorate of Information Technology, Maharashtra State, Mumbai 24

    MMHH LLAANN RRCC RRFFPP

    31.2. Delivery and Installation: An amount equal to 2% of the order value will be deducted for every week of delay in installation and commissioning of the site. If

    the delay is more than 5 weeks 10% of the Security Deposit with the Purchaser

    will also be liable to be forfeited.

    31.3. SLA for Uptime: For every 1% drop in uptime in each quarter over the required uptime of 95% a penalty upto 0.5% of the Performance Bank Guarantee would be

    liable to be forfeited. If the uptime in any quarter is 75% or less due to conditions

    which are wholly attributable to the supplier then the purchaser may terminate the

    contract. A penalty upto 0.5% of the Performance Bank Guarantee would be

    liable to be forfeited for every day delay in response time or call fixing time for

    any problem logged by the Indenter.

    32. TERMINATION FOR DEFAULT

    32.1. The purchaser may, without prejudice to any other remedy for breach of contract, by one week written notice of default sent to the Supplier, terminate the contract

    in whole or part:

    a) If the supplier fails to deliver any or all of the goods within the period(s) specified in the contract, or within any extension thereof granted by the

    purchaser or

    b) Serious discrepancy in supply of Goods, or its certification is noticed during the contract period.

    c) Delay in delivery and installation beyond a period of 16 weeks from the date of purchase order.

    d) Downtime of 20% or more due to conditions wholly attributable to the supplier.

    e) If the Vendor delays in responding or call fixing for more than 12 days over and above the permissible timelines for any problem logged by the Indenter

    f) Breach by the tenders of any of the terms and conditions of the tender. g) If the Vendor goes in to liquidation voluntarily or otherwise. f) If the supplier fails to perform any other obligation(s) under the contract.

    g) If the supplier, in the judgment of the purchaser has engaged in corrupt or

    fraudulent practices in competing for or in executing the contract.

    32.2. In the event the Purchaser terminates the contract in whole or in part. The Purchaser may procure, upon such terms and in such manner as it deems

    appropriate, goods or services similar to those undelivered, and the Supplier shall

    be liable to the purchaser for any excess costs for such similar goods or services.

    However, the Supplier shall continue the performance of the contract to the extent

    not terminated.

    33. TERMINATION FOR INSOLVENCY

    The purchaser may at any time terminate the contract by giving written notice to the supplier, if

    the supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without

    compensation to the supplier, provided that such termination will not prejudice or affect any

    right of action or remedy, which has accrued or will accrue thereafter to the purchaser.

  • Directorate of Information Technology, Maharashtra State, Mumbai 25

    MMHH LLAANN RRCC RRFFPP

    34. FORCE MAJEURE

    34.1. The supplier shall not be liable for forfeiture of its performance security, penalty or termination for default, if and to the extent that, its delay in performance or

    other failure to perform its obligations under the contract is the result of an event

    of Force Majeure.

    34.2. For purposes of this clause, Force Majeure means an event beyond the control of the supplier and not involving the suppliers fault or negligence and not

    foreseeable. Such events may include, but are not limited to, acts of the purchase

    either in its sovereign or contractual capacity, wards or revolutions, fires, floods,

    epidemics, quarantine restrictions and freight embargoes.

    34.3. If a force Majeure situation arises, the supplier shall promptly notify the purchaser in writing of such conditions and the cause thereof. Unless otherwise directed by

    the purchaser in writing, the supplier shall continue to perform its obligations

    under the contract as far as it reasonably particle, and shall seek all reasonable

    alternative means for performance not prevented by the Force Majeure.

    35. PUBLICITY

    Any publicity by the Supplier / Manufacturer in which the name of the Purchaser and/or Indenter

    is to be used should be done only with the explicit written permission of the Purchaser.

    36. USE OF CONTRACT DOCUMENTS AND INFORMATION

    36.1. The supplier shall not, without the purchasers prior written consent, disclose the contract, or any provision thereof, or any specification, plan, drawing, pattern,

    sample or information furnished by or on behalf of the purchaser in connection

    therewith, to any person other than a person employed by the supplier in

    performance of the contract. Disclosure to any such employed person shall be

    made in confidence and shall extend only so far as may be necessary for purposes

    of such performance.

    36.2. The supplier shall not, without the purchasers prior written consent, make use of any document or information except for purposes of performing the contract.

    36.3. Any document, other than the contract itself, shall remain the property of the purchaser and shall be returned (in all copies) to the purchaser on completion of

    the suppliers performance under the contract if so required by the purchaser.

    37. BINDING CLAUSE

    All decisions taken by the purchaser regarding the processing of this tender and award of

    contract shall be final and binding on all parties concerned.

    38. APPLICATION

    These conditions shall apply to the extent that provisions in other parts of the contract do not

    supersede them.

    39. GOVERNING LANGUAGE

  • Directorate of Information Technology, Maharashtra State, Mumbai 26

    MMHH LLAANN RRCC RRFFPP

    The contract shall be written in English language. All correspondence and other documents

    pertaining to the contract that are exchanged by the parties shall be written in the same language.

    40. APPLICABLE LAW

    The contract shall be interpreted in accordance with the laws of the Union of India.

    41. NOTICES

    41.1. Any notice given by one party to the other pursuant to this contract shall be sent to other party in writing by facsimile and confirmed by original copy by post to

    the other partys address specified below.

    41.2. A notice shall be effective when delivered or on date from which the notice is to come into effect, whichever is later.

    41.3. For the purpose of all notices, the following shall be the address of the Purchaser and Supplier.

    Purchaser: The Director & Member Secretary

    SETU

    Maharashtra State Dept of Information Technology

    Government of Maharashtra

    19th floor, New Administrative Building,

    Mumbai 400 032

    Supplier: ________________________________

    ________________________________

    ________________________________

    42. INTERPRETATION OF THE CLAUSES CONTRACT DOCUMENT

    In case of any ambiguity in the interpretation of any of the clauses in Tender Document or the

    Contract Document, interpretation of the clauses by purchaser shall be final and binding on all

    parties.

    43. JURISDICTION

    In case of any dispute the judicial jurisdiction will be Mumbai only.

  • Directorate of Information Technology, Maharashtra State, Mumbai 27

    MMHH LLAANN RRCC RRFFPP

    Annexure 1 - TECHNICAL SPECIFICATIONS

    Unmanaged Switch

    (Suggested where the number of connects is less than 12/24)

    Make: Cisco-Linksys, D-Link, HP-3com, Dax, Avaya-Nortel, Digisol

    24 auto sensing 10/100/1000 Ethernet ports

    All ports to have 10/100/1000 Base-Tx / RJ45 Media Interface

    Ethernet Switching features like, store and forward; Full and Half duplex auto negotiation;

    LED Indicators which spot faults and check status of individual ports

    Automatic Sensing of link speed, duplex mode ad cable type

    802.3X congestion control

    Accessories like Power cord, User guide etc to be supplied with the switch

    Warranty Certificate

  • Directorate of Information Technology, Maharashtra State, Mumbai 28

    MMHH LLAANN RRCC RRFFPP

    Managed Switch

    (Suggested where the site is more than 50 Connects, spread over floors or Campus)

    Make: Cisco-Linksys, D-Link, HP-3com, Dax, Avaya-Nortel, Digisol

    24 port 10/100/1000 with PoE and 2 fibre uplinks

    24 10/100/1000 Base-TX Ethernet ports and extra 2 nos 1000Base-SX/LX ports (shared or combo)

    Should support 802.3af POE on all 24 1000Base Tx ports.

    Should supply 15.4W on all the 24 ports

    All ports can auto-negotiate between 10Mbps/ 100Mbps/ 1000Mbps, half-duplex or full duplex and flow control for half-duplex ports.

    Support 8K MAC address.

    32 Gbps or more Switching fabric capacity

    Packet Forwarding Rate should be 35.0 Mpps

    The switch must support Port Mirroring, Port Trunking and 802.3ad LACP Link Aggregation port trunks to allow creation of Ethernet channeling with other devices

    Support IEEE 802.3x flow control for full-duplex mode ports.

    Support 802.1D Spanning Tree Protocol(STP), 802.1S, 802.1w, Rate Limiting, 802.1Q VLAN encapsulation, Up to 255 VLANs per switch and up to 4000 VLAN

    Ids

    Support IGMP v1, v2 and v3 snooping

    802.1p Priority Queues, port mirroring, DiffServ

    Support based on 802.1p priority bits with at least 8 queues

    DHCP support & DHCP snooping /relay/optional 82/server support

    Shaped Round Robin (SRR) or WRR scheduling support.

    Support for Strict priority queuing & Sflow

    Support for IPv6 ready features with dual stack

    Access control

    Support port security

    Support 802.1x (Port based network access control).

    Support for MAC filtering.

    Should support TACACS+ and RADIUS authentication

    VLAN

    Support 802.1Q Tagged VLAN and port based VLANs and Private VLAN

    The switch must support dynamic VLAN Registration or equivalent

    Protocol and Traffic

    Network Time Protocol or equivalent Simple Network Time Protocol support

    Switch should support traffic segmentation

  • Directorate of Information Technology, Maharashtra State, Mumbai 29

    MMHH LLAANN RRCC RRFFPP

    Traffic classification should be based on user-definable application types: TOS, DSCP, Port based, TCP/UDP port number

    Management

    Switch needs to have RS-232 console port for management via a console terminal or PC

    Must have support SNMP v1, v2 and v3.

    Should support 4 Groups of RMON

    Should have accessibility using Telnet, SSH, Console access, easier software upgrade through network using TFTP etc. Configuration management through CLI, GUI

    based software utility and using web interface

    24 port 10/100/1000 with PoE and no fibre uplinks

    24 10/100/1000 Base-TX Ethernet ports

    Should support 802.3af POE on all 24 1000Base Tx ports.

    Should supply 15.4W on all the 24 ports

    All ports can auto-negotiate between 10Mbps/ 100Mbps/ 1000Mbps, half-duplex or full duplex and flow control for half-duplex ports.

    Support 8K MAC address.

    32 Gbps or more Switching fabric capacity

    Packet Forwarding Rate should be 35.0 Mpps

    The switch must support Port Mirroring, Port Trunking and 802.3ad LACP Link Aggregation port trunks to allow creation of Ethernet channeling with other devices

    Support IEEE 802.3x flow control for full-duplex mode ports.

    Support 802.1D Spanning Tree Protocol(STP), 802.1S, 802.1w, Rate Limiting, 802.1Q VLAN encapsulation, Up to 255 VLANs per switch and up to 4000 VLAN

    Ids

    Support IGMP v1, v2 and v3 snooping

    802.1p Priority Queues, port mirroring, DiffServ

    Support based on 802.1p priority bits with at least 8 queues

    DHCP support & DHCP snooping /relay/optional 82/server support

    Shaped Round Robin (SRR) or WRR scheduling support.

    Support for Strict priority queuing & Sflow

    Support for IPv6 ready features with dual stack

    Access control

    Support port security

    Support 802.1x (Port based network access control).

    Support for MAC filtering.

  • Directorate of Information Technology, Maharashtra State, Mumbai 30

    MMHH LLAANN RRCC RRFFPP

    Should support TACACS+ and RADIUS authentication

    VLAN

    Support 802.1Q Tagged VLAN and port based VLANs and Private VLAN

    The switch must support dynamic VLAN Registration or equivalent

    Protocol and Traffic

    Network Time Protocol or equivalent Simple Network Time Protocol support

    Switch should support traffic segmentation

    Traffic classification should be based on user-definable application types: TOS, DSCP, Port based, TCP/UDP port number

    Management

    Switch needs to have RS-232 console port for management via a console terminal or PC

    Must have support SNMP v1, v2 and v3.

    Should support 4 Groups of RMON

    Should have accessibility using Telnet, SSH, Console access, easier software upgrade through network using TFTP etc. Configuration management through CLI, GUI

    based software utility and using web interface

    24 port 10/100/1000 and 2 fibre uplinks

    24 10/100/1000 Base-TX Ethernet ports and extra 2 nos 1000Base-SX/LX (shared or combo)

    All ports can auto-negotiate between 10Mbps /100Mbps/ 1000Mbps, half-duplex or full duplex and flow control for half-duplex ports.

    Support 8K MAC address.

    32 Gbps or more Switching fabric capacity

    Packet Forwarding Rate should be 35.0 Mpps

    The switch must support Port Mirroring, Port Trunking and 802.3ad LACP Link Aggregation port trunks to allow creation of Ethernet channeling with other devices

    Support IEEE 802.3x flow control for full-duplex mode ports.

    Support 802.1D Spanning Tree Protocol(STP), 802.1S, 802.1w, Rate Limiting, 802.1Q VLAN encapsulation, Up to 255 VLANs per switch and up to 4000 VLAN

    Ids

    Support IGMP v1, v2 and v3 snooping

    802.1p Priority Queues, port mirroring, DiffServ

    Support based on 802.1p priority bits with at least 8 queues

    DHCP support & DHCP snooping /relay/optional 82/server support

  • Directorate of Information Technology, Maharashtra State, Mumbai 31

    MMHH LLAANN RRCC RRFFPP

    Shaped Round Robin (SRR) or WRR scheduling support.

    Support for Strict priority queuing & Sflow

    Support for IPv6 ready features with dual stack

    Access control

    Support port security

    Support 802.1x (Port based network access control).

    Support for MAC filtering.

    Should support TACACS+ and RADIUS authentication

    VLAN

    Support 802.1Q Tagged VLAN and port based VLANs and Private VLAN

    The switch must support dynamic VLAN Registration or equivalent

    Protocol and Traffic

    Network Time Protocol or equivalent Simple Network Time Protocol support

    Switch should support traffic segmentation

    Traffic classification should be based on user-definable application types: TOS, DSCP, Port based, TCP/UDP port number

    Management

    Switch needs to have RS-232 console port for management via a console terminal or PC

    Must have support SNMP v1, v2 and v3.

    Should support 4 Groups of RMON

    Should have accessibility using Telnet, SSH, Console access, easier software upgrade through network using TFTP etc. Configuration management through CLI, GUI

    based software utility and using web interface

    24 port 10/100/1000

    24 10/100/1000 Base-TX Ethernet ports

    All ports can auto-negotiate between 10Mbps/ 100Mbps/ 1000Mbps, half-duplex or full duplex and flow control for half-duplex ports.

    Support 8K MAC address.

    32 Gbps or more Switching fabric capacity

    Packet Forwarding Rate should be 35.0 Mpps

    The switch must support Port Mirroring, Port Trunking and 802.3ad LACP Link Aggregation port trunks to allow creation of Ethernet channeling with other devices

    Support IEEE 802.3x flow control for full-duplex mode ports.

  • Directorate of Information Technology, Maharashtra State, Mumbai 32

    MMHH LLAANN RRCC RRFFPP

    Support 802.1D Spanning Tree Protocol(STP), 802.1S, 802.1w, Rate Limiting, 802.1Q VLAN encapsulation, Up to 255 VLANs per switch and up to 4000 VLAN

    Ids

    Support IGMP v1, v2 and v3 snooping

    802.1p Priority Queues, port mirroring, DiffServ

    Support based on 802.1p priority bits with at least 8 queues

    DHCP support & DHCP snooping /relay/optional 82/server support

    Shaped Round Robin (SRR) or WRR scheduling support.

    Support for Strict priority queuing & Sflow

    Support for IPv6 ready features with dual stack

    Access control

    Support port security

    Support 802.1x (Port based network access control).

    Support for MAC filtering.

    Should support TACACS+ and RADIUS authentication

    VLAN

    Support 802.1Q Tagged VLAN and port based VLANs and Private VLAN

    The switch must support dynamic VLAN Registration or equivalent

    Protocol and Traffic

    Network Time Protocol or equivalent Simple Network Time Protocol support

    Switch should support traffic segmentation

    Traffic classification should be based on user-definable application types: TOS, DSCP, Port based, TCP/UDP port number

    Management

    Switch needs to have RS-232 console port for management via a console terminal or PC

    Must have support SNMP v1, v2 and v3.

    Should support 4 Groups of RMON

    Should have accessibility using Telnet, SSH, Console access, easier software upgrade through network using TFTP etc. Configuration management through CLI, GUI

    based software utility and using web interface

  • Directorate of Information Technology, Maharashtra State, Mumbai 33

    MMHH LLAANN RRCC RRFFPP

    48 port 10/100/1000 and 2 fibre uplinks

    48 10/100/1000 Base-TX Ethernet ports and extra 2 nos 1000Base-SX/LX ports (shared or combo)

    All ports can auto-negotiate between 10Mbps /100Mbps/ 1000Mbps, half-duplex or full duplex and flow control for half-duplex ports.

    Support 8K MAC address.

    32 Gbps or more Switching fabric capacity

    Packet Forwarding Rate should be 70.0 Mpps

    The switch must support Port Mirroring, Port Trunking and 802.3ad LACP Link Aggregation port trunks to allow creation of Ethernet channeling with other devices

    Support IEEE 802.3x flow control for full-duplex mode ports.

    Support 802.1D Spanning Tree Protocol(STP), 802.1S, 802.1w, Rate Limiting, 802.1Q VLAN encapsulation, Up to 255 VLANs per switch and up to 4000 VLAN

    Ids

    Support IGMP v1, v2 and v3 snooping

    802.1p Priority Queues, port mirroring, DiffServ

    Support based on 802.1p priority bits with at least 8 queues

    DHCP support & DHCP snooping /relay/optional 82/server support

    Shaped Round Robin (SRR) or WRR scheduling support.

    Support for Strict priority queuing & Sflow

    Support for IPv6 ready features with dual stack

    Access control

    Support port security

    Support 802.1x (Port based network access control).

    Support for MAC filtering.

    Should support TACACS+ and RADIUS authentication

    VLAN

    Support 802.1Q Tagged VLAN and port based VLANs and Private VLAN

    The switch must support dynamic VLAN Registration or equivalent

    Protocol and Traffic

    Network Time Protocol or equivalent Simple Network Time Protocol support

    Switch should support traffic segmentation

    Traffic classification should be based on user-definable application types: TOS, DSCP, Port based, TCP/UDP port number

    Management

  • Directorate of Information Technology, Maharashtra State, Mumbai 34

    MMHH LLAANN RRCC RRFFPP

    Switch needs to have RS-232 console port for management via a console terminal or PC

    Must have support SNMP v1, v2 and v3.

    Should support 4 Groups of RMON

    Should have accessibility using Telnet, SSH, Console access, easier software upgrade through network using TFTP etc. Configuration management through CLI, GUI

    based software utility and using web interface

    48 port 10/100/1000

    48 10/100/1000 Base-TX Ethernet ports

    All ports can auto-negotiate between 10Mbps/ 100Mbps/ 1000Mbps, half-duplex or full duplex and flow control for half-duplex ports.

    Support 8K MAC address.

    32 Gbps or more Switching fabric capacity

    Packet Forwarding Rate should be 70.0 Mpps

    The switch must support Port Mirroring, Port Trunking and 802.3ad LACP Link Aggregation port trunks to allow creation of Ethernet channeling with other devices

    Support IEEE 802.3x flow control for full-duplex mode ports.

    Support 802.1D Spanning Tree Protocol(STP), 802.1S, 802.1w, Rate Limiting, 802.1Q VLAN encapsulation, Up to 255 VLANs per switch and up to 4000 VLAN

    Ids

    Support IGMP v1, v2 and v3 snooping

    802.1p Priority Queues, port mirroring, DiffServ

    Support based on 802.1p priority bits with at least 8 queues

    DHCP support & DHCP snooping /relay/optional 82/server support

    Shaped Round Robin (SRR) or WRR scheduling support.

    Support for Strict priority queuing & Sflow

    Support for IPv6 ready features with dual stack

    Access control

    Support port security

    Support 802.1x (Port based network access control).

    Support for MAC filtering.

    Should support TACACS+ and RADIUS authentication

    VLAN

    Support 802.1Q Tagged VLAN and port based VLANs and Private VLAN

    The switch must support dynamic VLAN Registration or equivalent

    Protocol and Traffic

    Network Time Protocol or equivalent Simple Network Time Protocol support

  • Directorate of Information Technology, Maharashtra State, Mumbai 35

    MMHH LLAANN RRCC RRFFPP

    Switch should support traffic segmentation

    Traffic classification should be based on user-definable application types: TOS, DSCP, Port based, TCP/UDP port number

    Management

    Switch needs to have RS-232 console port for management via a console terminal or PC

    Must have support SNMP v1, v2 and v3.

    Should support 4 Groups of RMON

    Should have accessibility using Telnet, SSH, Console access, easier software upgrade through network using TFTP etc. Configuration management through CLI, GUI

    based software utility and using web interface

  • Directorate of Information Technology, Maharashtra State, Mumbai 36

    MMHH LLAANN RRCC RRFFPP

    Layer 3 Switch

    (For sites with more than 250 connects)

    Chassis based Layer 3 Switch

    Make: Cisco, D-Link, HP-3com, Dax, Avaya-Nortel, Digisol

    General Architecture

    Should have redundant power supply

    Should be Chassis based Design

    Ethernet, Fast Ethernet, Gigabit support

    Should have redundant processing engine, There should not be any impact on the performance in the event of active processing engine failure

    Should have redundant FAN tray and Hot Swappable Fan tray.

    N+1 / 1+1 Redundant Power Supply from day one

    Hot Swap ability on all modules and Power Supply

    Interface requirement

    The switch should have minimum of 18 # 10/100/1000T ports, 12 # 100 TX ports, 1 # 1000SX, 1 # 1000LX.

    Chassis should support be a 10 slot model for loading the above mentioned modules with minimum4 free slots.

    Performance

    Forwarding rate should be scalable to 350 mpps

    Switch should support 100 Gbps of Switching capacity and 1Tb for Switching Backplane Bandwidth

    Should have hardware based unicast, multicast and broadcast suppression.

    Should support Hot-swappable power supplies and switching modules

    Should have minimum 4000 active VLANs

    Memory Requirement

    Flash memory: The bidder should provide adequate memory to accommodate all OS features required at present or in future.

    DRAM: The memory proposed for all switches should satisfy the performance requirement and should be upgradeable for future needs.

    Layer 3 Features

    Hot Standby Routing Protocol/VRRP v3

    Static IP routing

    IP routing protocols

    Open Shortest Path First (OSPF), OSPF v3

    Routing Information Protocol, RIP v1/v2, RIP ng for IPv6

    Border Gateway Protocol Version 4 & OFPF v1, v2, and v3 for IPv6

  • Directorate of Information Technology, Maharashtra State, Mumbai