FIXING PRINCIPAL REFERENCE POINTS

TENDER DOCUMENT
Tender No: NCESS/PUR/5458/14
SUPPLY, INSTALLATION, TESTING AND
COMMISSIONING OF NETWORK STRUCTURED
CABLING AND LAN UPGRADATION AT NCESS
NATIONAL CENTRE FOR EARTH SCIENCE STUDIES
राष्ट्रीय पथ्
ृ वी ववज्ञान अध्ययन केंद्र
(Ministry of Earth Sciences, Govt. of India)
(पथ्
ृ वी ववज्ञान मंत्रालय, भारत सरकार)
P.B.No. 7250, AKKULAM, THIRUVANANTHAPURAM-695 011, Kerala
पी.बी. नं. ७२५०, तरु
ू ववक्कल पोस्ट, आक्कुलम, ततरुवनंतपरु म ६९५०११, केरल
Tel: 91-471-2511531
Fax: 91-471-2442280
e-mail: [email protected]
1
NATIONAL CENTRE FOR EARTH SCIENCE STUDIES
P.B. No. 7250, THURUVIKKAL P.O., AKKULAM, THIRUVANANTHAPURAM-695011,
Tel: 91-471-2511531
Fax: 91-471-2442280
e-mail: [email protected]
TENDER FORM
The Chief Manager on behalf of the Director, National Centre for Earth Science Studies (CESS),
invites tender for “Supply, Installation, Testing and Commissioning of Network structured cabling
at NCESS, Akkulam, Thiruvananthapuram” as per the Specification and following conditions:
Scope of the work
Supply, Installation, Testing and Commissioning of Network
structured cabling and LAN upgradation at NCESS,
Thiruvananthapuram 695011
NCESS/PUR/5458/14 dt 16.03.2015
Tender No.& Date
Location of supply/work
Central Geomatics Lab, National Centre for Earth Science
Studies, Akkulam, Thiruvananthapuram 695011
Issue of Tender documents
From NCESS purchase section directly or can be downloaded
from the NCESS web site www.cess.res.in
Type of tender
Two Parts Bid
Technical Bid complete in all respects
Price Bid with full price details
Bidding Format
Technical Bid & Price Bid shall be submitted separately by eprocurement in PDF format by ‘logging on’ in the website
eprocure.gov.in/eprocure/app
Last date and time of
20.04.2015, 5:30 PM
receipt of tender
Date and time of opening of
21.04.2015, 11:00 AM
tender: (Technical Only)
Venue of bid opening
National Centre for Earth Science Studies, P.B.No.7250,
Thuruvikkal. P.O, Thiruvananthapuram-695011
Earnest Money Deposit
An EMD of Rs 4,00,000.00 may be submitted by way of bank
(EMD)
transfer remitting the amount to our bank account. (Account
no:57059897168; Account Name: CESS-EXT; IFSC Code:
SBTR0000581; MICR Code: 695009036; Bank: State Bank
of Travancore, Akkulam, Trivandrum). The remittance
should reflect in our accounts at or before the time of
submission. The late remittance will not be valid.
Project completion
Within 90 days of signing of agreement
90 days after the bid submission date
Validity of the proposal
Tender documents to be
The Chief Manager,
submitted to:
National Centre for Earth Science Studies,
P.B.No.7250, Thuruvikkal. P.O, Thiruvananthapuram-695011
Sd/Chief Manager, NCESS,
Thiruvananthapuram
2
SECTION I
Instruction to Bidders/General Terms and Conditions
NCESS shall select a Bidder, in accordance with the method of selection specified in the data sheet
and detailed in the guidelines indicated in the tender.
1.1 Procurement of Bid Document
a) The bid document containing complete details of the assignment, technical requirements,
terms of reference, scope of work and formats for technical and financial proposal along
with other details can be downloaded from the NIC eprocurement web site
(eprocure.gov.in/eprocure/app)
1.2
Clarification and Amendment of tender document:
a) The bidders may request clarification of any aspect of the tender documents up to
10.04.2015. Any request for clarification must be sent in writing or by standard electronic
means to NCESS, at the address indicated in the data sheet (clause 1.4).
b) The NCESS will respond in writing, or by standard electronic means. Should the NCESS
deem it necessary to amend the tender document as a result of a clarification, it shall do so.
c) At any time before the date of submission of proposals, the NCESS may amend the tender
document by issuing an addendum by standard electronic means and shall be published in
the website.
d) To give Bidders reasonable time to take an amendment into account in their proposals,
NCESS may, if the amendment is substantial, extend the deadline for the submission of
proposals.
1.3
Earnest Money Deposit:
a) An EMD of Rs 4,00,000.00 may be submitted by way of bank transfer remitting the amount
to our bank account. (Account no:57059897168; Account Name: CESS-EXT; IFSC Code:
SBTR0000581; MICR Code: 695009036; Bank: State Bank of Travancore, Akkulam,
Trivandrum). The remittance should reflect in our accounts at or before the time of
submission. The late remittance will not be valid. The proposals not accompanied by EMD
shall be rejected as non-responsive.
b) This deposit will be free of interest and is refundable after the satisfactory execution of the
contract and complete fulfillment of contractual obligations.
c) EMD exemption and other exemptions if any, as per Govt. of India rules are permitted by
enclosing valid documentary evidence for the same. Exemption from EMD will be allowed
for organizations registered with Central Purchase Organization, National Small Industries
3
Corporation (NSIC) or MoES, Govt. Of India, if the claim is supported by relevant
documents.
d) The EMD of the unsuccessful Bidders would be returned back within two months or within
30 days of signing of the contract with successful Bidders, whichever is later.
1.4
Submission and Receipt of Proposals:
a) The proposal as well as all related correspondence exchanged by the Bidders and the
NCESS shall be in English language.
b) Bids submitted through any form other than e-procurement shall not be acceptable.
c) Only one bid should be submitted by a Bidder. If a Bidder submits or participates in more
than one proposal, such proposals shall be disqualified.
d) Submission of letters for both technical and financial proposals should be in the format as
outlined in the Section 8.
e) The validity of quotation should be for a minimum of 90 days from the bid submission date.
f)
NCESS reserves the right to accept or reject any or all the tenders without assigning any
reason.
g) Items are to be supplied and installed at the Central Geomatics Lab, NCESS,
Thiruvananthapuram 696 011. Delivery of materials at site including unloading and
installation shall be the responsibility of the supplier, as applicable.
h) The Bidder shall contact the following person for any clarification regarding the technical
requirement.
Mr. P.B. Vibin, Scientific Assistant, A.
Central Geomatics Lab, National Centre for Earth Science Studies,
P.B.No.7250, Thuruvikkal. P.O, Thiruvananthapuram-695011.
Phone: 0471-2511652; Mobile: 9400973435; email: [email protected]
1.5
Rate and Payment Terms:
a) Rates quoted by the bidder shall be firm throughout the contract period and there shall be no
upward revision of rates quoted by the bidder for any reason whatsoever
b) Bidders shall express the price of their assignment/job in Indian Rupees only (INR).
Prices/quotations in currencies other than INR shall be summarily rejected.
c) The rates should be considered firm for acceptance till the date mentioned in the tender
form. Tenders not stipulating period of firmness and tenders with price variation clause
and/or ‘subject to prior sale’ condition are liable to be rejected.
d) The bidder should quote for all the items as per the ToR, so as to meet the requirements and
specification and that part bids are not entertained. Part bids will be rejected and no further
4
evaluation will be carried out. All applicable taxes and duties, installation charges if any
shall be shown in the financial bid.
e) The bidder should provide make, model, brochures, photo catalogues of items quoted along
with the bid. Partial bid is liable to be rejected. Split up of cost of services should be quoted
as per the format in Section 8, including the lump sum amount. Any taxes or statutory levies
payable should be shown separately.
f) Documents related to TIN/VAT/PAN No. of the Bidder should be submitted along with the
tender document.
g) 100% of the order value shall be paid to the bidder after delivery of all the items at site, its
installation, commissioning and acceptance by NCESS. Performance Security @10% of the
order value should be submitted on agreement signing through a Bank Guarantee, which
should be valid for five years+60 days from the date of commissioning.
h) Statutory Income tax as applicable as per rules shall be deducted at source.
1.6
Bid Evaluation
a) The NCESS would constitute an Evaluation Committee (EC), which will carry out the entire
evaluation process. If feel so, the EC may visit premises of the Bidders for confirmation of
the facilities claimed in the proposal. The criteria for selection of Total Solution Provider
(Bidders) shall be the following:







Completeness of the Proposal
Adherence to the minimum eligibility criteria
Technical Competency of the Bidders
Project Management Strategies
Project implementation track record
Financial Status of the bidder
Price & Payment Terms
b) Two-part bid system evaluation shall be adopted viz., the technical bid evaluation and
financial bid evaluation.
c) In the first stage, the Technical bid shall be opened at the stipulated time in tender notice
and verified for the contents for technical proposal. Only those proposals which qualify in
the first stage shall only be opened for detailed technical evaluation. The proposals of those
bidders who have not followed the two-cover system and those not accompanied by EMD
will be rejected at the first instance.
d) Detailed evaluation of the technical proposal shall be made by the EC on the basis of
adherence to the conditions as set forth under section II and responsiveness to the ToR.
Proposals of those Bidders who do not meet the minimum eligibility criteria (as given in the
5
Section II) shall be rejected. Only those responsive proposals shall be further taken up for
financial evaluation.
e) The financial proposal of the responsive bids only will be opened for price bid evaluation,
which shall be done on the total bid value. Part bids shall not be considered.
1.7
Negotiations
a) If the negotiation is required, the Bidders who was recommended as L1 will be called for
technical negotiations. The invited firm will have to ensure availability of concerned
professional staff for negotiation. Failure in satisfying such requirements may result in the
NCESS proceeding to negotiate with the next-ranked firm.
b) Negotiations shall be held at the date and address indicated in the tender. Representatives
conducting negotiations on behalf of the Bidders must have a written authority to negotiate
and conclude the contract.
c) Negotiations shall include discussion on the technical proposal, work plan and any
suggestions made by the Bidder/client to improve the terms of reference. The NCESS and
the Bidders shall finalize the ToR, work schedule and logistics. These documents will then
be incorporated in the Contract as description of services. The NCESS shall prepare minutes
of negotiations which will be signed by the representatives of both NCESS and Bidder.
d) Due to agreed upon changes in scope of work or due to clarification on any aspect of the
technical proposal, under no circumstances, the technical negotiation shall result into
increase in the price originally quoted by the Bidder.
1.8
Award of Contract and Completion of Work:
a) The NCESS shall issue the work order, notifying the award of contract to the selected
Bidder and notify all other Bidders who have submitted proposals about the final decision.
b) Within 10 days of receipt of the work order, the successful Bidder should sign an agreement
with NCESS and Performance Security @10% of the order value should be submitted on
agreement signing through a Bank Guarantee, which should be valid for five years+60 days
from the date of commissioning. The requisite Performa for the Bank Guarantee is given in
Annexure 10 of the contract.
c) Upon the successful bidder’s submitting the Performance Bank Guarantee for contract
performance, NCESS may notify each bidders and will discharge their EMD.
d) The entire supply and installation should be completed within 90 days of signing of the
contract between the NCESS and the Bidder.
1.9
Liquidated Damages Clause:
6
a) In the event of the bidder’s failure to adhere to the project execution schedule and in the
event of breach of any of the terms and conditions mentioned in the Work Order/ agreement,
NCESS shall have the following right:
b) Recover from the Bidder as agreed liquidated damages a sum not exceeding 0.5% of the
price of any stores for each week or part thereof subject to a maximum of 5% of the total
price, for the material which the successful bidder has not been able to supply and install.
c) In case Bidders fails to execute the Contract, NCESS shall have the right to get the work
executed by another Agency, in which case, the bidders shall be liable to pay the additional
amount spent by NCESS over and above the Contract value agreed upon by Bidders subject
to maximum limit of 25% of the value of the undelivered portion of work.
d) In case of default on the part of Bidders to comply with any terms and conditions of the
Contract the Director, NCESS at his discretion may forfeit the Bank Guarantee.
1.10
Force Majeure Clause:
If the execution of the contract / supply order is delayed beyond the period stipulated in the
contract as a result on out-break of hostilities, declaration of an embargo’s or blockage or
fire flood, acts of nature or any other contingency beyond the supplier’s control, Director,
NCESS may allow such additional time by extending the delivery period as he considers to
be justified by the circumstances of the case and his decision shall be final, conclusive and
binding. If and when additional time is granted by the NCESS, the contract/supply shall be
read and understood as if it had contained from its inception the delivery date as extended.
1.11
Liability / Accident:
The bidder shall identify and keep indemnified NCESS, Thiruvananthapuram (the client)
against all losses and claims for injuries and damages to any person or property whatsoever
which may arise out of or in consequence of the construction or maintenance of the work
and against all claims, demands, proceedings, damages, costs, changes, expenses
whatsoever in respect thereof in relation thereto.
1.12
Warranty and Maintenance
a) The bidder should provide 24/7 support and NBD replacement Warranty for active
components for 5 years from the date of installation and commissioning the system. 25 years
warranty should be provided for the structured cabling.
b) The Bidders should provide warranty for the entire system, after the system is
commissioned and declared operational.
c) The Bidders should also provide a plan for post-warranty support for maintenance of the
system to be taken up on yearly basis.
1.13
Special Conditions:
7
a) The Bidders or their authorized representatives can be present at the time of opening of
tender on the specified date as given in this Tender Document. If the date fixed for opening
of the tender is declared to be a holiday, the tender will be opened at the same time on the
next working day following the holiday or holidays.
b) Bidders are advised to visit and familiarize themselves with the site conditions before
submission of the tender. Interested parties can visit the NCESS for site inspection before
submission of tender on any working day between 10.00 AM to 4.00 PM, under intimation
to the office.
c) The Bidders shall bear all the costs associated with their visit to the NCESS, preparation and
submission of their proposals and contract negotiation. The NCESS is not bound to accept
any proposal, and reserves the right to annul the selection process at any time prior to
contract award, without thereby incurring any liability to the Bidders.
d) The Purchaser shall be under no obligation to accept the lowest or any other tender and shall
be entitled to accept or reject any tender in part or full without assigning any reason
whatsoever. Finalization of the bid will be subject to the recommendation of a Technical
Committee constituted for this purpose irrespective of the price-wise position
e) Any unforeseen item of work/supply / extra item of work as being authorised by the NCESS
and not included in the contract, shall be done by the Contractor at mutually agreed rates.
Payment of such items shall be made at actual, supported by necessary documentary
evidence duly approved.
f) Insurance and freight charges should be borne by the bidder themselves.
g) Quantity is only an approximate, which may be subjected to change.
h) Tenders shall be prepared in ENGLISH.
i) The quoted price should be for delivery, installation and commissioning at NCESS.
j) The price quoted should be firm and quotation has to be valid for a period of 90 days from
the date of opening of tender
k) NCESS has the right to make any changes in their requirements or to change any
specifications, at any time.
l) If any of the facilities provided by the bidder is not found acceptable, NCESS has the
complete right to reject the facilities without giving any compensation.
m) Bidder can visit the site of the proposed work, if required.
n) NCESS has the right to cancel the work order at any time without assigning any reason.
o) NCESS has the right to disqualify any vendor if they fail to provide the necessary
clarifications or documents.
8
p) The evaluation will be done on the total bid value. The bidder is required to quote for all the
items of the BOQ. Partial bid is liable to be rejected.
q) NCESS requires that all Bidders participating in consulting assignments to adhere to the
highest ethical standards during the selection process and throughout the execution period.
In pursuance of this policy, NCESS will reject a proposal for award if it determines that the
Bidders recommended for award has directly or through an agent have engaged in corrupt,
fraudulent, collusive or coercive practices in executing the Contract in question.
r) Any dispute arising out of this venture shall be subject to the jurisdiction of the Court in
Thiruvananthapuram.
9
SECTION II
Bidder/OEM Eligibility Criteria and Bid Rejection Criteria
2.1
Bidder/OEM Eligibility Criteria:
a. The bidder should be existing and in operation in India for the last 5 years.
b. The bidder must be an ISO certified company at the time of bidding. The said
certification must be at least one year prior to the date of publication of this Tender.
c. The Bidder shall be an OEM or Authorized Dealer/Distributor/System Integrator/ or
authorized business partner. In case of Authorized business partner, an authorization
letter from OEM must be submitted. In case bidder is sourcing items from other
manufacturers, an authorization letter for supply and servicing the same assuring full
guarantee and warranty obligations shall be obtained from the principal supplier /
manufacturer.
d. The OEM should be 9001:2008 and ISO 14001:2004 Certified and the bidding firm ISO
9001:2008.
e. The Bidder / System Integrator should have experience in supply and installation of
OFC Campus Backbone for at least 1400 (Thousand Four Hundred ) Meters for one
site or at least two sites for a minimum of 700meters and he should produce the
Purchase Order copy or a letter from the customer on this effect.
f. The bidding firm and the OEM or its partner should have an office and service setup in
Kerala (proof of existence to be submitted).
g. The firm must possess Firm/Company Registration Certificate, valid VAT/Sales Tax
Registration Certificate, valid Service Tax Registration Certificate and Income Tax
Return supplemented with Audit Report from CA. (attested copies of all the above
certificates should be submitted along with the proposal).
h. The bidder should submit the list of major works of the same magnitude carried out
with client details such as name, contact address, email, phone etc.
i. The Annual turnover of the bidder for the last three years should be more than Rs 5
Crores.
j. The Bidder should have valid “Certified Installer Certificate” for the particular make of
cable plant quoted.
k. The vendor should have a minimum of 10 years experience in the networking and Data
Centre related works and should have executed at least five projects of minimum 25
lakhs and above each in similar lines. Of these at least One single IT infrastructure
project of value not less than 25 Lakhs should be from any Government/ PSU/Reputed
institution in the preceding financial year (Submit the copy of purchase order indicating
10
the project value, customer contact details, customer completion/satisfaction
certificate).
(The claim should be supported by relevant attested copies of work orders and
successful completion certificates)
l. Any Government / Government agency / Banks / Financial Institutions in India should
not have blacklisted the Bidder during the last 5 years. Self-declaration to that effect
should be submitted along with the technical bid.
m. Bidder shall have a direct purchase and support agreement with the OEMs. The bidder
should submit valid letter from all the OEMs (whose products are being quoted)
confirming the following:
i. Authorization for bidder
ii. Confirm that the products/ components/services quoted are not end-of-life.
iii. Warranty as mentioned in the Special conditions
n. The Bidder is required to quote for the complete BOQ. Partial quote are liable to be
rejected.
o. The bidding firm must have made profits as per the balance sheets in the last three
financial years i.e.2011-2012, 2012-2013 and 2013-14 and should be in sound financial
position. A copy of last three financial years relevant audited balance sheets and IT
returns must be submitted along with the bid.
p. The bidding firm should provide Performance warranty for the structured cabling for
25 years.
q. The bidding firm should provide NBD replacement Warranty for 5 years for the active
components.
2.2
Bid Rejection Criteria:
Besides other terms and conditions highlighted in the tender document, bids that fail to
comply with the following shall be summarily rejected:
a.
Bids submitted without proper EMD.
b.
Bids that do not conform to the validity of the bid as prescribed in the tender.
c.
Any effort on the part of the bidder to influence the bid evaluation, bid comparison
and decisions on contract award.
d.
Firm/Company/concern who has been banned by the Central/State Governments and
DGS & D to do business with Government departments.
e.
Those firms who have not fulfilled the eligibility criteria.
11
SECTION III
Request for Proposal
Tender No. NCESS/PUR/5458/14
Date:16.03.2015
Dear Sir,
NCESS, Thiruvananthapuram desires to undertake network structured cabling and LAN
upgradation in the entire NCESS campus. This request for proposal, released by the NCESS,
Thiruvananthapuram, hereinafter referred to as Tener, is to invite you to quote for supply and
installation of structured CAT 6 LAN cabling with fiber backbone to Network operating centre
(NOC) and copper distribution.
Proposal in the form of two-part BID are requested in complete accordance with the documents/
attachments as per tender conditions.
Bidder shall submit their bids in two parts, each in a separate by e-procurement in PDF format by
‘logging on’ in the website eprocure.gov.in/eprocure/app.
PART-I
:
Technical Bid including organisational capability, complete with all
technical details. Technical bid should also contain all information as in the
Financial bid, except for the price information.
Note:
a. Filling up prices in Part I will render the bidder disqualified.
b. Part numbers and make of all components quoted should be
specified, failure of which will lead to disqualification of the bidder.
PART-II
Financial Bid with full price details
Bids complete in all respects should be submitted on or before the bid due date and time.
Solutions offered should be strictly as per requirements mentioned in this Bid document. Please
spell out any unavoidable deviations, Clause/ Article-wise in the Technical bid. Once quoted, the
bidder shall not make any subsequent price changes, whether resulting or arising out of any
technical/commercial clarifications sought regarding the bid, even if any deviation or exclusion may
be specifically stated in the bid. It is expected that all clarifications are sought for earlier and the bid
requirements understood clearly by the bidder before submitting the bid. Such price changes shall
render the bid liable for rejection. However, the Tenderer reserves the right to request the bidder/s
to give revised commercial offer after technical evaluation, if the situation so warrants.
12
Interested bidder can download the bid documents from NCESS, Thiruvananthapuram website
www.cess.res.in/tenders for the purpose of submission of his bid.
Yours faithfully
Chief Manager
NCESS, Thiruvananthapuram
13
Network Architecture
14
Section IV
BOM and specification for networking – supply
Active Part Requirement
Name of Item
1
Core Switch*
(One core switch for
redundancy)
2
Distribution and Edge Switch
(20 10/100/1000BASE-T and 4
Combo 10/100/1000BASET/SFP ports)
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
Description
SWITCH
10G Lyer3 with 24 Nos 10G SFP+ port density populated
with 10G BASE-SR SFP+ transceivers having dual LC
connectors (850nm for up to 300 meter transmission on
50/125 um multimode fiber) spread across multiple line
cards
Stackable L2+ Management with minimum 24 x
10/100/1000 Base T Ethernet Port , 2x 1G SFP,2 x 10G
SFP+ uplink ports and 2 x 10Gbps or higher dedicated
stacking ports in addition to uplink ports. 4 Nos 10G
Ports to be populated with 10GBASE-SR SFP+
transceivers (850nm for up to 300 meter transmission on
50/125 um multimode fiber) having dual LC connectors.
10-GbE SFP+ to SFP+ 1m
For Stacking( SFP+ port using for stack)
Direct Attach Cable
10GBASE-SR SFP+ Transceiver.
Transceiver for Core switch(SFP+)
1-port 1000BaseT 3.3V miniFor Combo 10/100/1000BASE-T/SFP module
GBIC
1-port Gigabit PoE Injector
For Access Point(AP)
Wireless Controller and Access point
The controller should have license for controll actual
Wireless controller
number of APs installed. Confirm the compatability with
AP and controller)
AP's (It may be selected with internal omni directional
Access Point
antennas.Or else try for external)
Network Management Software
Network Management System
Network Management System with required features
Unified Threat Management Security
Firewall,Bandwidth Management, Multiple link
Firewall
Management, VPN & on appliance reporting.
Security Value Subscription Plus includes Anti Malware,
Web and Application Filter, Intrusion Prevention System
Support Pack
, 24 x 7 Support, hardware warranty and RMA fulfillment
Multiple link Management, VPN & on appliance
reporting.
COPPER
Cat6- 4 Pair UTP Cable, 305m
Edge switches to Nodes
Cat 6 Lead Frame Keystone Jacks for I/O
Cat6 24 Port Patch Panel loaded
For terminate UTP in the rack
Surface mount box
for I/O
Faceplate single
for I/O
CAT 6 patch cords-3Ft
Patch panel to Switch
CAT 6 patch cords-7Ft
I/O to PC
FIBER
OFCable 06F Out door Armoured
unitube MM 50/125um OM3
For Backbone
HDPE Sheath
SC Simplex 50/125UM Pigtail
For LIU
MM 1 mtr, OM3
Unit
Qty
Nos
2
Nos
20
Nos
18
Nos
58
Nos
4
Nos
20
No
1
Nos
20
Nos
1
Nos
1
Nos
1
Box
Nos
Nos
Nos
Nos
Nos
Nos
80*
459
20*
459
459
459
459
Mtr
3000*
Nos
132
15
20
21
22
23
SC-SC Duplex Patch Cord 50/125
MM 3 mtr, OM3
SC-LC Duplex Patch Cord
50/125 MM 3 mtr, OM3
1U 19" 24 Port LC Duplex Rack
Mount Enclosure With Panel,
Unloaded
1U 19" 12 Port LC Duplex Rack
Mount Enclosure With Panel,
Unloaded
Panel to Panel, Extend the backbone to first floor.
Nos
4
Panel to Switch SFP+ (Backbone)
Nos
58
LIU loaded for fiber splicing, to mount at racks.
Nos
3*
LIU loaded for fiber splicing, to mount at racks.
Nos
11*
RACKS & PVC
24
Wall mounted enclosure of
dimension 600W X12UX500D
with front sheet steel
glass door , top and bottom cover
with cable entry provision,
integrated side
walls , 1 pair of 19" angles with
wall mounting provision with HW
packer(20nos), Cooling fan,
Depends upon Building structure
Nos
10*
25
Cable manager
Depends upon structured cabling inside the rack
Nos
19*
26
27
40mmPVC Conduit/Casing
25mmPVC Conduit/Casing
For Cable running depends upon building and nodes
For Cable running depends upon building and nodes
Mtr
Mtr
2000*
3000*
28
HDPE Pipe
For OFC, depends building
Mtr
600*
Nos
10
29
UPS with stand
1
2
3
4
6
7
8
9
10
11
12
13
LABOUR
Laying CAT 6 UTP
I/O fixing and termination
Patch panel termination
12 U rack fixing
Laying PVC Casing/Capping
Laying of HDPE Pipe
MM fiber splicing
LIU fixing
Copper channel Scanning
Fiber laying
Installation of access point &
controller
Trenching of soil
UPS
Output power capacity 360Watt. If it is use to provide
back for equipped rack , then need to check total load of
each rack and compare this load with the rated power
capacity of providing Ups.
24400
459
20
10
5000
600
132
14
459
3000
Mtr
Nos
Nos
Nos
Mtr
Mtr
Nos
Nos
Nos
Mtr
20
Nos
300
Mtr
* approximate quantity, shall be billed at actual
16
Section V
SPECIFICATION
I. CORE SWITCH
1.1
General requirements:
•
Port density • M inimum 24 Nos o f 10G SFP+ p o r t s
• populated with 10G BASE-SR SFP+ transceivers (850nm for up to 300 meter
transmission on 50/125 um multimode fiber) having dual LC connectors spread
across multiple line cards evenly to achieve redundancy.
• 1 No of RJ-45 console port for out-of-band management
• 1 No of dedicated 10/100/1000 Base-T RJ-45 Ethernet port for out-of-band remote
management
•


1.2
Performance requirements
•
•
•
•
1.3
Should have a switch fabric capacity of minimum 980 Gbps
Should support minimum 714 Mpps of throughput
Should be scalable to support up to 32 Nos 10G ports.
Should support 40G for future requirement.
Layer 2 Switching
•
•
•
•
•
•
1.4
Should support minimum 55K MAC addresses per system
Should support minimum 4096 VLAN
Should support Port-based VLAN
Should support 802.1Q VLAN tagging
Should support Spanning Tree protocol Standards
Should support IEEE 802.1AB: Link Layer Discovery Protocol (LLDP)
Layer 3 Routing
•
•
•
•
1.5
Should have non-blocking wire speed performance for all 10G uplink ports
Support IP-MAC-Port Binding
Should be manageable through CLI, Web Interface, SSHv2 and HTTP/HTTPs
All modules quoted on the core switch should be capable of full IPv4 / IPv6 L3 routing
Should support IPv4 Routing protocols: RIPv1/v2, OSPF, BGP
Should support VRF-Lite (or equivalent ) for RIP, OSPF, BGP, PIM, IGMP
Should support IPv6 Routing protocols: OSPFv3, IPv6, BGP, MLDv2 Quality of Service
Should support IPv6 NAT
(QoS ) requirements
17
•
•
•
•
1.6
Should support Queuing based on VLAN, interface, bundles, or filters
System Management and Administration
Should support Software upgrades
Should support SNMPv2 and SNMPv3
Security features
•
•
•
•
•
•
•
1.7
Should support AAA using RADIUS or TACACS
Should have multiple levels of access or role based access mechanisms.
Should support MAC limiting
Should support access control lists (ACLs)
Should support VLAN and Router based ACL's
Built-in troubleshooting
Extensive debugs on all protocols
High Availability
•
•
•
•
•
2.0
Should Support Link Aggregation with Max. 16 groups per device, 12 ports per groups
Should support sub second failover between the switches in case of a dual switch
configuration
Switching fabric module, routing engine and line cards should be hot swappable
Should have Redundant, internal hot-swappable power supplies
Should have redundant field replaceable fan trays
DISTRIBUTION / EDGE SWITCH L2+
The switch should be a stackable with



Minimum 24 Nos of 10/100/1000 Base T Ethernet Port,
4 Nos of 1G SFP,
2 Nos of 10G SFP+ uplink ports
o


Ports to be populated with 10G BASE-SR SFP+ transceivers
(850nm for up to
300 meter transmission on 50/125 um multimode fiber)
having
dual
LC
connectors
2 Nos of 10Gbps or higher dedicated stacking ports in addition to uplink ports
Should have RJ-45 console port for out-of-band management.
Performance requirements


Should have a switch fabric capacity of minimum 128 Gbps
Should support minimum 95 Mpps of throughput
Layer 2 Switching
18






Should support ARP, Proxy ARP and Gratuitous ARP.
It shall have Automatic Negotiation of Trunking Protocol, to help minimize the
configuration & errors
Should have support Spanning Tree protocol Standards
Should have minimum 32K MAC address table
Should support minimum 255 VLAN's and up to 4000 VLAN ID’s
Should support Port-based VLAN and MAC-based VLAN
L3 Features






IPv4/IPv6 Layer3 Static Routing
Wire-speed IP forwarding
Should support Static Routing
Should RIP v1, v2
Should support DHCP Server/Relay
Should have policy based routing.
Quality of Service (QoS ) requirements







Should support Queuing based on VLAN, interface, bundles, or filters
System Management and Administration
Should support Software upgrades
Should support SNMPv2 and SNMPv3
Broadcast and Multicast traffic/storm control
Should support IPv6 Management including Neighbor discovery, Logging, Telnet, SSH,
Web, SNMP, NTP and DNS
Class of service shall be based on Switch port, DSCP, VLAN ID,TCP/UDP port, Protocol
type,802.1p queues, IPv4/v6 address, IPv6 flow label & User defined packet content
Security features




Should support Port, VLAN and Router based Access control lists (ACLs)
Should support MAC limiting
Should support Dynamic ARP Inspection (DAI)
Should support DHCP snooping
Services and Manageability


Should be manageable through CLI, Web Interface, SSHv2 and HTTP/HTTPs
Configuration backup via FTP/secure copy.
3.0
FIREWALL
3.1
Hardware Requirements


Should be modular and should have internal redundant power supplies
Should have minimum 6 x 10/100/1000BaseT Copper Gigabit ports and 2 x SFP Fiber
19


3.2


















3.3







Gigabit Ports populated with single mode fiber module.
Should be scalable to support an additional 24 Gigabit ports for future expansion
Should be provided with minimum 2GB DRAM and 2GB Flash
Firewall & Security Features
Should support AAA using RADIUS or TACACS
Should support Packet Filters
Should have stateful Firewalling with support for minimum 96 zones
Should support Network attack detection and support DDoS attack prevention
Should support Tunnels (GRE, IPSec)
Should support MD5 and SHA-1 authentication
Should support session synchronization for firewall and VPN
Should support TCP reassembly for fragmented packet protection and Brute force attack
mitigation
Should support SYN cookie protection
Should support Zone-based IP spoofing
Should support Network address translation (NAT) with support for Source NAT with PAT
and Destination NAT with PAT
Should support next generation firewalling with support for following features
Should have support for context, protocol information, and signatures used to identify atleast 900 different applications on any TCP or UDP port
Should have ability to identify Nested applications running on top of, or embedded into
approved/trusted services and protocols.
Should have ability to create fine grained application control policies to allow or deny
traffic based on dynamic application name or group names rather than static IP/port
information.
Should have ability to identify attacking botnet traffic against legitimate client traffic
based on application-layer metrics and provide remedy against these botnet attack
Should have ability to collects byte, packet, session, and time statistics on a per application
level
Should be tightly integrated with an IPS solution so that the IPS can subscribe to the
results of the application identification / contextualization to determine the appropriate
protocol decoding and attack objects to use for the permitted incoming traffic
L3 / L2 Feature Support
Firewall should support IPv4 and IPv6 routing features
Should support Policy Based Routing, Source Based Routing and Reverse path
Forwarding
Should support Routing Protocols over IPSec Tunnels
Should support 802.1q VLAN with support for minimum 3000 VLAN's
Link Aggregation 802.3ad / LACP and Jumbo Frame (9216 Byte)
Spanning Tree Protocol (STP) 802.1D, RSTP 802.1w, MSTP 802.1s
Should have an internal DHCP server
20
3.4






4.0




Management and Troubleshooting
Should have Console, Telnet and Web for management
Should support Software upgrades through Web
Should support SNMPv2 and SNMPv3
Should have extensive debugs on all protocols
Should have flow monitoring and accounting services
Should have SLA monitoring features with support
Bandwidth usage
for
Sessions,
packets
&
WIRELESS RADIO / ACCESS POINT
Access point should be Indoor (Omni directional), dual radio.
Software-configurable dual radio should support 5 GHz and 2.4 GHz
Should support radio technologies: 802.11a/b/g/n/ac
Supported modulation types:
o BPSK, QPSK, CCK
o BPSK, QPSK, 16-QAM, 64-QAM
o BPSK, QPSK, 16-QAM, 64-QAM, 256-QAM




4.1



4.2


4.3

4.4

Should have minimum 16 SSID
Should support to work in Stand-Alone Mode and Managed Mode with Wireless Controller
Should have Band steering to load balance between 2.4 Ghz & 5 Ghz
Remote configuration and management through Web browser, SNMP or telnet with command
line interface (CLI)
Security
Integrated wireless intrusion protection offers threat protection and mitigation and eliminates
the need for separate RF sensors and security appliances.
Encrypted IPsec VPN tunnels securely connect remote users to corporate network resources.
Should support MAC address authentication
Spectrum analysis
Capable of part-time or dedicated air monitoring, the spectrum analyzer remotely scans the 2.4GHz and 5-GHz radio bands to identify sources of RF interference.
Ensures that APs stay clear of RF interference.
Power
Power over Ethernet (PoE)
Other interfaces
Two 10/100/1000BASE-T Ethernet network interfaces (RJ-45)
21


4.5

4.6



5.0















5.1




Should have console interface
Should have Visual indicators (LEDs):
o Power/system status
o Ethernet link status - Radio status
Mounting
Mounting brackets and required mounting kits
Environmental
Operating Temperature: 0° C to +50° C
Operating Humidity: 5% to 95% non-condensing
Storage and transportation: Temperature: -40° C to +70° C
WIRELESS CONTROLLER
Should support for minimum 64 APs
Should support Minimum Remote Access point-256
Should support Minimum Wired access point-64
Should support Minimum 4096 users
Should support minimum 16 SSID
Should support Minimum VLAN IP interfacec-256
Should support Minimum MAC address-64000
Should support Access Control Lists (ACLs).
Should Support to manage authentication, encryption, virtual private network (VPN)
connections, IPv4 and IPv6 Layer 3 networking,
Should support Spectrum Analysis and Wireless Intrusion Protection capabilities.
Should support for 802.11a/b/g/n/ac
Minimum security standards WEP, Advanced Encryption Standard (AES), DES Secure
Sockets Layer (SSL) and Transport Layer Security (TLS)
Should support Authentication, Authorization, and Accounting (AAA)
Should support SNMP v1, v2c, v3
Should support for management interfaces like Web-based: HTTP/HTTPS individual device
manager, Command-line interface: Telnet, SSH, serial port
Interfaces
Console (RS-232) RJ-45
4x Gigabit Ethernet (10/100/1000BASE-T)- Dual-personality ports – 10/100/1000BASE-T or
pluggable module
4x Gigabit Ethernet (1000BASE-X) SFP- Dual-personality ports – 10/100/1000BASE-T or
pluggable module
LED indicators: Link Activity (each 1 Gigabit Ethernet port), Power, Status, Alarm
22
5.2



Operating Specifications and dimensions
Operating temperature range: 0° C to 40° C
Storage temperature range: -40° C to 70° C
Humidity, non-condensing: 5% to 95%
6.0
UTM
6.1
General
24/7 support & Warranty on Items quoted for 3 -Years from date of Installation
Supplier should produce MAF from OEM involved.

Supplier or OEM Should be ISO Certified for Post sales Support services.

OEM should have regional presence for sales and support

The proposed solution should match the following criteria.
a. Must have a 64-bit hardware platform
b. Must be based on Multicore Parallel Processing Architecture or ASIC
c. 10 x 10/100/1000 interfaces
d. 80,000 New sessions/second
e. 2,000,000 concurrent connections
f. 10,000 Mbps Firewall throughput
g. 2200 Mbps IPS throughput
h. 2400 Mbps AV throughput
i. 1450 Mbps of UTM throughput







6.2
The proposed solution should support unrestricted user/node license.
The proposed solution must work as a standalone HTTP proxy server with
integrated Firewall, Anti Virus, Anti Spam, Web filtering, IPS & Application
control.
Proposed appliance should support minimum 250GB drive for storage of Logs and
Reports or Supplier shall supply External hardware device with 3 Years 24/7
warranty.
The proposed solution must support User based policy configuration for security
and Internet management.
The proposed solution should provide on-appliance reports based not only on IP
addresses but also based on users.
Administration, Authentication & General Configuration




The proposed solution should support administration via secured communication
over HTTPS, SSH and from Console.
The proposed solution should be able to export and import configuration backup
including user objects
The proposed solution must be able to be deployed in Route (Layer 3) and
Transparent mode (Layer 2), individually and simultaneously.
The proposed solution should support integration with Active Directory, LDAP,
Radius, RSA SecurID.
23
The Proposed solution must support SSL/TLS on LDAP/Active Directory
integration.

The proposed solution must support Automatic Transparent Single Sign On for user
authentication. SSO must be proxy independent and should support all applications
for authentication.

The proposed solution should itself host Dynamic DNS service free of cost for costeffectiveness and enhanced security.

The proposed solution should provide bandwidth utilization graph on daily, weekly,
monthly or yearly for all or individual ISP links.

The proposed solution should provide real time data transfer/bandwidth utilization
details regarding individual user/ip/application.

The proposed solution should support Parent Proxy deployment with IP/FQDN
support.

The proposed solution should support NTP.

The proposed solution should support user/ip/mac binding that can map username
with corresponding IP and MAC addresses for security reason.

The proposed solution should have multi lingual support for Web admin console.

The proposed solution should support Version roll back functionality.

The proposed solution should be able to force-logout users upon session time-out
and idle time-out.

The proposed solution should support ACL based user creation for administration
purposes.

The proposed solution should support LAN bypass when the appliance is
configured in Transparent Mode.

The proposed solution should support inbuilt PPPoE client and should be capable to
automatically update all required configuration whenever PPPoE is updated.

The proposed solution should support SNMP v1, v2c and v3.

The proposed solution must provide flexible, granular role-based GUI
administration.

The proposed solution must provide support of multiple authentication servers for
each module (e.g. Firewall, Different type of VPN)

The proposed solution must support multiple Thin Client authentication
mechanisms and must be able to differentiate between requests originating from the
same IP address.

The proposed solution must support:
a. DHCP/DHCPv6 Server
b. DHCP/DHCPv6 Relay Agent
c. DHCP support over Ipsec VPN

The proposed solution should work as DNS/DNSv6 Proxy

The proposed solution must provide customizable login security settings

The proposed solution must provide customizable administrator password
complexity setting

The proposed solution must support DNS Inbound load balancing for redundancy

Multiple ISP load balancing and Failover

The proposed solution should support Load Balancing and Failover among more
than 2 ISP Links.

24





6.3
High Availability



6.4
The proposed solution should support explicit routing based on Source, Destination,
Username, Application.
The proposed solution should support weighted round robin algorithm for Load
Balancing.
The proposed solution should provide options for failover condition which includes
detecting a failed ISP link on ICMP, TCP or UDP protocol.
The proposed solution should send alert emails to the administrator(s) notifying any
change in gateway status.
The proposed solution should provide Multi-link Management for IPv4 s well as
IPv6 traffic.
The proposed solution should support High Availability Active/Passive and
Active/Active
The proposed solution should notify administrator(s) on change of appliance status
in High Availability.
The proposed solution should tend to Link, Device and Session failure.
Firewall













The proposed solution should support state full inspection with user based one-toone and dynamic NAT and PAT.
The proposed solution should use User Identity as matching criteria along with
Source/Destination IP/Subnet/group, destination Port in firewall rule.
The proposed solution should facilitate the application of UTM policies like
AV/AS, IPS, Content filtering, Bandwidth policy and policy-based routing decision
on the firewall rule itself. Also UTM controls should be able to be applied on inter
zone traffic.
The proposed solution should support user-defined multi-zone security architecture.
The proposed solution should support inbound NAT load balancing with different
load balancing methods like First Alive, Round Robin, Random, Sticky IP and
failover with server health check by TCP or ICMP probe.
The proposed solution should support 802.1q VLAN tagging.
The proposed solution should support dynamic routing like RIP1, RIP2, OSPF,
BGP.
The proposed system must provide Mac Address (Physical Address) based firewall
rule configuration to provide OSI Layer 2 to Layer 7 security
The proposed solution must support DoS protection against IPv6 attacks
The proposed solution must support Spoof prevention on IPv6
The proposed solution must support for Link Aggregation
The proposed solution must support 3G UMTS, GSM, GPRS modem via USB
interface for VPN and Gateway Failover - Load Balancing.
The proposed solution must support Bandwidth Management which allows
administrator to create application-based bandwidth policies.
25
6.5
IPS









6.6
The proposed solution should have signature-based and protocol-anomaly-based
Intrusion Prevention System.
The proposed solution should have 4500+ signatures in its database.
The proposed solution must support creation of custom IPS signatures.
The proposed solution must support creation of multiple IPS policies for different
zones instead of a single blanket policy at interface level.
The proposed solution must allow disabling/enabling of IPS categories/signatures
to reduce packet latency.
The proposed solution should display username along with the IPs in IPS alerts and
reports.
The proposed solution should update automatically by synchronizing with an
update server.
The proposed solution should generate alerts in case of attacks.
The proposed solution should generate historical reports based on top alerts, top
attackers, severity wise, top victims, protocol wise.
Gateway Anti Virus




The proposed solution should have an integrated Anti Virus solution.
The proposed solution should support scanning for SMTP, POP3, IMAP, FTP,
HTTP, HTTPS, FTP over HTTP protocols.
The proposed solution should be able to block dynamic/executable files based on
file extensions.
For SMTP traffic, the proposed solution should support following actions for
infected, suspicious or protected attachments mails.
a. Drop mail
b. Deliver the mail without attachment
c. Deliver original mail
d. Notify administrator






For POP3 and IMAP traffic, the proposed solution should strip the virus infected
attachment and then notify the recipient and administrator.
The proposed solution should scan http traffic based on username,
source/destination IP address or URL based regular expression.
The proposed solution should provide the option to bypass scanning for specific
HTTP traffic.
The proposed solution should support real mode and batch mode for HTTP virus
scanning.
The proposed solution should provide historical reports based on username, IP
address, Sender, Recipient & Virus Names.
The proposed solution should have a virus detection
26
6.7
Gateway Anti Spam







The proposed solution should have an integrated Anti Spam solution.
The proposed solution should have configurable policy options to select what traffic
to scan for spam.
The proposed solution should support spam scanning for SMTP, POP3, IMAP.
The proposed solution must allow mail archiving to store copies of incoming and
outgoing mails from particular email address(s).
The proposed solution should support multiple configurable policies based on email
ID/address group, for quarantine setting, etc. There should not be just a single
blanket policy.
The proposed solution should support real time spam detection and proactive virus
detection technology which detects and blocks new outbreaks immediately and
accurately.
For SMTP traffic, the proposed solution should support the following actions
a. Tagging
b. Drop
c. Reject
d. Change recipient
e. Deliver the mail to recipient






6.8
The proposed solution should support IP/Email address White List/Black List.
The proposed solution should allow enabling/disabling of anti-spam scanning for
SMTP authenticated traffic.
The proposed solution should support language independent spam detection.
The proposed solution should block image based spam mails i.e. email message
with text embedded in an image file.
The proposed solution should provide historical reports based on username, IP
address, Sender, Recipient and spam category.
The proposed solution must provide Anti-Spam Message Digest feature per user.
Web Filtering Solution


The proposed solution must be able to work as a Standalone HTTP proxy.
The proposed solution must have the following features inbuilt
a)
b)
c)
d)
e)
f)
Should be able to block HTTPS based URLs
Should be able to block URL based on regular expression
Should support exclusion list based on regular expression
Should be able to block any HTTP / HTTPS upload traffic.
Should be able to block google cached websites based on category.
Should be able to identify and block requests coming from behind a proxy
server on the basis of username and IP address.
g) Should be able to identify and block URL translation request.
27

The proposed solution should support application control blocking features as
follows
a) Should be able to block known Chat applications like Yahoo, MSN, AOL, Google,
Rediff, Jabber etc.
b) Should support YouTube Education Filter
c) Should support blocking of File transfer on known Chat applications and FTP protocol.











6.9
The proposed solution must block HTTP or HTTPS based anonymous proxy
requests.
The proposed solution should allow customization of Access Denied message for
each category.
The proposed solution should be able to generate reports based on username, IP
address, URL, groups, categories and category type.
The proposed solution should allow searching in reports to filter relevant data.
The proposed solution should support creation of cyclic policies on
Daily/Weekly/Monthly/Yearly basis for Internet access on individual users/group
of users.
The proposed solution should support creation of Internet access time policies for
individual users or user group.
The proposed solution should support creation of cyclic data transfer policies on
Daily/weekly/Monthly/yearly basis for individual user or group.
The proposed solution should have integrated bandwidth management capability.
The proposed solution should provide option to set higher priority for critical
applications.
The proposed solution must provide web category based bandwidth management
and prioritization.
The proposed solution must provide logging and extensive controls on Instant
Messaging (IM) traffic for Yahoo and MSN messengers such as:
1. Log of chat sessions for all or specific set of users.
2. Rules to control allow or deny chat, voice, web cam and file transfer for specific
ID or Group of IDs.
3. Archiving of transferred files.
4. Antivirus scanning on file transferred.
VPN






The proposed solution should support IPSec (Net-to-Net, Host-to-Host, Client-tosite), L2TP, PPTP and SSL VPN connection.
The proposed solution should support DES, 3DES, AES, Twofish, Blowfish,
Serpent encryption algorithms.
The proposed solution should support Preshared keys as well as Digital certificate
based authentication.
The proposed solution should support external certificate authorities.
The proposed solution should support export facility for Client-to-site configuration
which ensures hassle free VPN configuration in remote Laptop/Desktop.
The proposed solution should support commonly available IPSec VPN clients.
28





6.10
Logging and Reporting













6.11
The proposed solution should support VPN failover for redundancy purpose
wherein more than one connection are grouped together. If one connection goes
down it automatically switches over to another working connection ensuring zero
downtime.
The proposed solution must support automatic failover of Point to Point link
(MPLS ) with VPN for redundancy purpose.
The proposed solution should have preloaded third party certificate authorities
including verisign/Entrust.net/Microsoft and should provide the facility to upload
other certificate authorities.
The proposed solution should support Threat free IPSec/L2TP/PPTP VPN
tunnelling.
The proposed solution must support Apple iOS and Android VPN clients
The proposed solution must support authentication to comply with Internet Privacy
laws
The proposed solution must have On-Appliance, integrated reporting solution or
External Device.
The proposed solution should allow customization of reports
The proposed solution should support drill down reports.
The proposed solution should support logging of Antivirus, Antispam, Content
Filtering, Traffic discovery, IPS, Firewall activity on syslog server.
The proposed solution should provide data transfer reports on the basis of
application, username, IP address.
The proposed solution should provide connection-wise reports for user, source IP,
destination IP, source port, destination port or protocol.
The proposed solution should support Auditing facility to track all activity carried
out on the appliance.
The proposed solution should support multiple syslog servers for remote logging.
The proposed solution should be able to provide detailed reports about all mails
passing through the firewall.
The proposed solution should provide reports for all blocked attempts by users/IP
address.
The proposed solution must be capable to provide Multiple Dashboard Report along
with the facility to customize the dashboards.
The proposed solution should be capable of forensic analysis to help organizations
reconstruct the sequence of events that occurred at the time of security breach.
Application Filtering Solution




The proposed solution must provide inbuilt Application Filtering solution
The proposed solution must identify (Allow/Block/Log) the applications regardless
of port, protocols, encryption including SSL/TLS.
The proposed solution's application database must get updated automatically
without any manual intervention
The proposed solution must give Identity based reports (username along with IP)
29

The proposed solution must be capable of blocking the following type of
applications:
a. Applications that allow file transfer
b. Online Games
c. Instant Messengers (Including Non-English Versions)
d. Peer-to-Peer (P2P) applications (Including Non-English Versions)
e. Browser Based Proxy (Regardless of IP address or Port Number)
f. Web 2.0 based applications (Facebook, CRM etc)
g. Applications that provide Remote Control
h. All type of streaming media (Both Web and Software Based)
i. VOIP Applications

6.12
Bandwidth Management




7.0
The proposed solution must be capable of identifying hidden applications running
over standard ports (80, 443, 22 etc)
Application and User Identity based Bandwidth management
Guaranteed and Burstable bandwidth policy
Application and User Identity based Traffic Discovery
Web Category-based bandwidth restriction
NETWORK MANAGEMENT SOLUTION









The NMS should be capable of handling the MIBs of all the active components,
except firewall. Documentary evidence substantiating this should be provided.
Meet complete configuration management and monitoring of the network.
Real time monitoring and analysis of critical network performances indicators.
Discovery and topology update
Topology summary and hierarchical representation of managed resources
Must provide easy access of configuration.
Visual topology for Logical and physical.
On time alerting system to give information on network bottle neck.
Must provide information on network bandwidth.
7.1 Fault Management
Event/trap processing; Alarm drill down; Problem resolution work flow management;
Categorize alarms; Period / Daily based reports.
30
SECTION 6
GENERAL TENDER CONDITIONS
6.1
Supply and Installation Terms:
a) The Bidder shall provide the details (technical specifications, dimensions, brochures,
make, model, photo catalogues, and conformance to standards mentioned about the
quoted LAN cabling components and system) along with the bid.
b) The required delivery period must be mentioned against each item. After the order has
been placed, the goods must be delivered within the stipulated period.
c) The successful bidder should supply items as per the quantity listed in the BOMs.
d) The quantities mentioned in the BOM for Cabling Accessories are approximate only. So
the successful bidder should supply items listed in the above mentioned BOM only as
and when required during the execution of the cabling work. The payment will be made
only for actual installed/ utilized quantities & labour at the site
e) For the certification procedures & for successfully completing the work, any component
addition or deletion to the existing BOMs should be quoted by the bidder separately.
f) Supply & installation is at NCESS, Akkulam, Thiruvananthapuram.
6.2
Project Duration
a) The entire supply and installation should be completed within 75 days of accepting the
purchase order.
b) The entire documentation & testing reports should be submitted within 15 days of
completing the work.
c) However the site certification can be submitted within one month of completing the
work.
d) Final acceptance certificate will be issued by NCESS only after completing point
number 1, 2 & 3 mentioned above.
31
SECTION 7
TERMS AND CONDITIONS FOR SUPPLY AND INSTALLATION
7.1 Standards to be followed for Supplies and Installations:
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
TIA / EIA – 568-B.1
TIA / EIA – 568-B.2
TIA / EIA – 568-B.3
TIA J-STD-607.
TIA / EIA – 606.
TIA – 569-B.
TIA-526-7.
TIA 526-14
TIA-758.
TIA – 942 for Data Centers. ( For Server Room Earthing & Bonding)
7.2 Stipulations to be followed by Bidders
a) Certification for 25 years warranty of the structured cabling from OEM to be submitted by
the Bidder on completion of the successful installation.
b) All products quoted for switches and modules should be of the same make.
c) NBD replacement Warranty for 5 years from the date of installation is to be provided for all
items other than cable plant.
d) The Bidder must submit copy of their Certified Installer Certificate for the PARTICULAR
MAKE OF CABLE PLANT and a letter in original from the OEM, clearly Certifying that
the Certificate produced by the Bidder is current and valid as on date and that the Bidder is
authorized by them to carry out the Structured Cabling Plant at NCESS premises and that
the work done by the Bidder will be certified by them and will be given site certificate for
Twenty Five Years Warranty.
e) Switching installation and configuration should directly be done by the OEM technical
support team.
f) The Bidder must conduct the Channel Certifying Test using all the Patch Cords at both ends.
g) The cable exit and entry from cable trays should be properly supported and shall be laid in
flexible / PVC conduit. The cables laid in the cable runners, rack trays and Patch cords
should be bunched only by using double sided Velcros.
h) The cable ids provided at the Outlet End and the Patch Panel should exactly match.
i) All the OFC and Copper Patch cords should be labelled at both the sides with laser printed
and laminated labels as per the switch Port nos. and cable ids.
j) The Bidder should also check the Design of the Cabling Plant for all the relevant standards
compatibility and the Design and work quality is the responsibility of the Bidder.
32
k) The Bidder should have experience in doing OFC Campus Backbone for at least 1500 (one
thousand five hunderd Meters) for one site or at least two sites for a minimum of 700 meters
and he should produce the Purchase Order Copy or a letter from the customer on this effect.
l) All the OFC Terminations are to be fusion spliced.
m) Any components or modules failing during the course of work shall be replaced free of cost
by the Bidder.
n) Material put up for inspection shall be those to be supplied and in quantities laid down in the
Schedule of Quantities. Any variation shall require the prior approval of the Purchaser
before the material is manufactured/ offered for inspection.
o) The work shall be executed to the highest standards using best quality material. The system
design shall use state-of-the art techniques/tools. The Bidder shall ensure that the entire
specification is complied with. It shall be the responsibility of the Bidder to demonstrate
compliance of technical as well as functional specifications.
p) The Bidder shall have adequate Technical Support Center to meet the criteria for fault
restoration/faulty unit repair, having a support center within the Trivandrum Town limit.
q) The Service window for all the equipments would be 24x7x365.
r) The LAN cabling job should be carried out under the supervision of certified engineers.
s) All technical literature of the products should be attached.
33
SECTION 8
FORMATS OF BID SUBMISSION
Attachment #1
Technical Proposal Submission Form
The Chief Manager,
National Centre for Earth Science Studies
P.B.No.7250, Akkulam
Thiruvananthapuram-695011
Kerala , India
Sir,
Sub: Your Tender No. NCESS/PUR/5458/14
I/We the undersigned having read and examined in detail all the tender documents in respect of
“Network structured cabling and LAN upgradation at NCESS” do hereby offer you to supply
the stores and services specified in the Tender Document at the price here under quoted. We
declare that our bid price is for the entire scope of the work as specified therein and confirm that
our tender prices and all inclusive.
We also agree to hold this offer open for a period of 90 days from the date of opening the
tender. I/We shall bind to supply the stores/service hereby offered, upon the issue of the work
order communicating the acceptance thereof on or before the expiry of the delivery date therein.
You are at the liberty to accept any one or more of the items of such stores. I/We,
notwithstanding that the offer in this tender has not been accepted in whole shall be bound to
supply to you such items and such portion or portions of one or more of the items as may be
specified in the work order communicating the acceptance.
We confirm that in the event of any further information/ clarification/documentary proof in this
regard before evaluation of our tender, we agree to furnish the same to your satisfaction.
In case we fail to execute the agreement as aforesaid incorporating the terms and conditions
governing the contract, NCESS shall have the power and authority to recover from us any loss
or damages caused to NCESS by such breach as may be determined by CESS.
Thanking you,
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of the Firm & Address:
34
Annexure #1: General Information of the BIDDER
1
2
3
4
5
6
7
Name of BIDDER
Address
Telephone Number
Fax Number
Email
Web Site
Legal status:
a)
b)
c)
d)
e)
8
9
10
11
12
13
14
15
16
17
Government/ Public Sector Undertaking
Propriety firm
Partnership firm (if yes, give partnership deed)
Limited company or limited corporation
Member of a group of companies (if yes, give name and address,
and description of other companies)
f) Subsidiary of a large corporation (if yes give the name and address
of the parent organisation) If the company is subsidiary, state what
involvement if any, will the parent company have in the project.
Is the firm a registered company? If yes, submit documentary proof. Date
of Establishment
Correspondence Address:
Name
Address
E-mail
Phone
fax
Is the firm registered with sales tax department? If yes, submit valid sales
tax registration certificate.
Is the firm registered for service tax with Central Excise Department
(Service Tax Cell)? If yes, submit valid service tax registration certificate
Number of years of experience in the relevant field
Number of Offices / Project Locations
Do you have a local representation /office in Trivandrum, Kerala? If so,
please give the address and the details of staff, infrastructure etc in the
office and no. of years of operation of the local office
Is your organization has SEI –CMM / ISO 9000 certificates? If so, attach
copies of the certificates. State details, if certified by bodies, other than
that stated
List the major clients with whom your organization has been/ is currently
associated
Date of Commencement of Indian operation of the proposed product’s
OEM. Documentary proof to be provided
35
18
19
Whether the OEM is ISO 9001:2008 and ISO 14001:2004 Certified.
Documentary proof to be provided
Whether Bidder has “Certified Installer Certificate” for the
PARTICULAR MAKE OF CABLE PLANT quoted.
Documentary proof to be provided. Also a letter in original from the
OEM, of the Make of the Cable, certifying that the certificate produced by
the Bidder is current and valid as on date, that the Bidder is authorized by
them to carry out the Structured Cabling Plant at NCESS premises, that
the work done by the Bidder will be certified by them and will be given
site certificate for Twenty Five years warranty
(Signature of the Bidder)
Seal of the Bidder
Annexure #2: Bidder’s Experience in Executing Similar Projects
Brief of Bidder’s
Organization
Experience
in
executing similar
projects
(Provide here a brief description of the background and organization
of your firm)
1. Clients Name and Address:
2. Assignment/job Name:
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
k)
l)
m)
n)
Description of Project
Approximate value of the contract (in Rupees)
Country
Location within Country:
Duration of the Assignment/job (months)
Name of the employee:
Total No of staff-months of the Assignment/job:
Approx. value of the Assignment/job provided by your firm
under the contract (in Rupees):
Start date (month/year):
Completion date (month/year):
Name of associated TSP, if any:
No of professional staff-months provided by associated TSP:
Name of senior professional staff of your firm involved and
functions performed.
Description of actual assignment/job provided by your staff
within the assignment/job
Note: Please provide documentary evidence of copy of work order and completion certificate form the
client, for each of the above mentioned assignment. The experience shall not be considered for
evaluation if such supporting documents are not submitted with the proposal.
(Signature of the Bidder)
Seal of the Bidder
36
Annexure # 3 Financial Information of Bidder
S.No
Name of the bidder
Turnover (Rs. Crores)
2011-12
2012-13
2013-14
Net worth
(Rs. Crores)
2014-15
**
Note: . Submit the audited financial statement/ audited annual report of the last three financial
years.
(Signature of the Bidder)
Seal of the Bidder
Annexure # 4
Letter of authorization from the OEMs that the bidder is representing them, and that the bidder’s
commitment shall be met in Toto by them
(Signature of the Bidder)
Seal of the Bidder
Annexure # 5
Format for Technical Capability – OFC Campus Backbone
S.No Name of
.
bidder
Project Start
name
date
End date Brief
Description
of OFC
Backbone
Project
Role of
bidder
Length
of
Fiber
cable
installation
Value
of the
project
Contact
details of
the
customer
Note:
Submit the copy of purchase order indicating the project value, customer contact details, customer
completion/satisfaction certificate.
(Signature of the Bidder)
Seal of the Bidder
Annexure #6
Detailed Technical Proposal meeting the bid requirements covering detailed specifications should
include:
37
a) Make, model and part no. of items and sub-items quoted.
b) Detailed Description of Technical specifications
c) Detailed brochure with specifications for the offered items with model & part nos.
highlighted.
d) Relevant test certificates/performance certificate/End-user acceptance certificate of the
offered components/ systems
(Signature of the Bidder)
Seal of the Bidder
Annexure # 7
Any proposed deliverable/ functional aspects/ technical aspects/ terms/ conditions or any other item
NOT IN compliance to tender Requirement
(Signature of the Bidder)
Seal of the Bidder
38
Annexure 8.1: Format of Financial Bid
S.No.
1
2
3
4
5
6
7
Component
Total in Rs.
Active Components
Passives - Structured Cabling - Supply
Rack & Accessories
Cabling Accessories - Supply
Installation and Labour Charges
Statutory Taxes
Grand Total (Including all Charges)
Annexure 8.2: Split up of the financial – components
Item
Description
(Manufacturer,
Unit
Model & Part No. etc)
Total
Unit Price Tax amount
(P)
(t) T=(P +t)
Total
Qty (Q)
Total
Amount
(P +t)*Q
Total Cost
Annexure 8.3: Split up of the financial – Labour
Unit
LABOUR
1
2
3
4
6
7
8
9
10
11
12
13
Laying CAT 6 UTP
I/O fixing and termination
Patch panel termination
12 U rack fixing
Laying PVC Casing/Capping
Laying of HDPE Pipe
MM fiber splicing
LIU fixing
Copper channel Scanning
Fiber laying
Installation of access point &
controller
Trenching of soil
Total
Unit Price Tax, if
(P)
any
(t)
Total
Amount
T=(P +t)
Total Qty.
T= (Q)
Mtr
Nos
Nos
Nos
Mtr
Mtr
Nos
Nos
Nos
Mtr
24400
459
20
10
5000
600
132
14
459
3000
Nos
20
Mtr
300
Total
Amount
T*Q
39
Annexure # 9
Commercial Bid Submission Form
The Chief Manager,
National Centre for Earth Science Studies
P.B.No.7250, Akkulam
Thiruvananthapuram-695011
Kerala , India
Sir,
Sub: Your Tender No. NCESS/PUR/5458/14
I/We the undersigned having read and examined in detail all the tender documents in respect of
“LAN upgradation in NCESS Campus” do hereby offer you to supply the stores and services
specified in the Tender Document at the price here under quoted. We declare that our bid price is
for the entire scope of the work as specified therein and confirm that our tender prices and all
inclusive.
1. Price and validity
a) All the prices in our tender are in accordance with the terms and conditions as specified in
the tender document. The prices and other terms and conditions are valid for a period of 90
calendar days from the date of opening the tender.
b) We herby confirm that our tender prices are all inclusive.
2. Earnest money deposit
We have remitted EMD of a sum of 4.0 Lakhs (Rupees four Lakhs only) in the specified account.
The EMD is liable to be forfeited in accordance with the provision of the contract.
3. Deviations
We declare that all services will be performed in accordance with the tender document except for
the variations and deviations all of which have been detailed out exhaustively in our bid document,
irrespective of whatever has been stated to the contrary anywhere else in our bid.
4. Tender pricing
We further confirm that the prices stated in our bid are in accordance with your instruction to
Bidders included in the tender document.
5. Qualifying data
40
We confirm that having submitted the information required by you in your instruction to bidders, in
case the NCESS require any further information/clarification/ documentary proof in this regard
before evaluation of our tender, we agree to furnish the same to your satisfaction.
6. Bid price
We declare that our bid price is for the entire scope of the work as specified in the tender document.
7. Contract performance guarantee bond
We hereby declare that in case the contract is awarded to us, we shall submit the contract
performance guarantee bond In case we fail to execute the agreement as aforesaid incorporating the
terms and conditions governing the contract, NCESS shall have power and authority to recover
from us any loss or damages caused to NCESS by such breach as may be determined by NCESS,
appropriating the EMD deposited by us and if the EMD is found to be inadequate, the deficit
amount may be recovered from us and our properties movable and immovable.
We hereby declare that our tender is made in good faith, without collusion or fraud and the
information contained in the tender is true to the best of our knowledge and belief. We understand
you are not bound to accept any proposal you receive.
Thanking You,
Yours faithfully,
Authorized Signature:
Name and Title of Signatory:
Address:
41
Annexure 10: Performance Bank Guarantee
(To be stamped in accordance with Stamp Act)
Bank Guarantee No.
Date:
To
The Chief Manager,
National Centre for Earth Science Studies
P.B.No.7250, Akkulam
Thiruvananthapuram-695011, Kerala , India
Whereas
M/s.
………………………,
having
its
registered
Office
at
…………………………………………………………………………………………..
(hereinafter
called ‘The Contractor’) entered into an Agreement No. ………………………………….. dated
../../…. for the supply, installation and commissioning of …………………… (hereinafter called ‘The
Contract’) with National Centre for Earth Science Studies, Akkulam, Thuruvikkal P.O,
Thiruvananthapuram, India (hereinafter called ‘The Purchaser’).
And whereas under the terms and conditions of the contract balance 10% payment amounting to
…………….. under the contract is to be made against a performance bond in the form of a bank
guarantee furnished by the contractor for a sum of ………… equivalent to 10% (ten per cent) of the
value of the contract towards the supply, installation and commissioning of ……………………, its
satisfactory performance and its warranty service, valid for a period of one year from the date of
installation.
Now we Bank of …………………………………… hereby agree and undertake to pay on demand
and without any demur to National Centre for Earth Science Studies, Akkulam, Thuruvikkal P.O,
Thiruvananthapuram, India on behalf of the contractor a sum not exceeding ……….. against any loss
or damage that may be suffered by the Purchaser by the reasons of unsatisfactory performance of the
said ……….. or non-adherence to the contractual obligations.
And we, Bank …………………………………………………………………….. hereby also agree
that the decision of the said Director, Purchase & stores as to whether the said ………… is giving
satisfactory performance or not and as to the amount of loss or damages suffered by the Purchaser on
account of unsatisfactory performance of the said ………….. or non-adherence to the contractual
obligations shall be final and binding on us.
42
And we Bank ………………………………………………………………… hereby further agree that
our liability hereunder shall not be discharged by virtue of any agreement between the purchaser & the
contractor whether with or without knowledge and/or consent or by reason of the Purchaser showing
any indulgence or forebearence to the contractor whether as to payment, time performance or any
other matter whatsoever relating to the contract which but for this provision would amount to
discharge of the surety under the law.
Our guarantee shall remain in force until ………………. and unless a claim under the guarantee is
lodged with us all rights of the purchaser under the Guarantee shall be forfeited and we shall be
relieved and discharged from all our liabilities hereunder.
Our liability under this guarantee shall not be affected by any change in our constitution or the
constitution of the contractor.
This Guarantee shall be governed by the laws of India and only the courts of Thiruvananthapuram, Kerala
shall have exclusive jurisdiction in the adjudication of any dispute which may arise hereunder.
Dated the ________________ day of _______ 20__
(Signature)
Bank Rubber Stamp
(Name)
Designation with bank Stamp
Plus Attorney as per Power of
Attorney No:
Dated:
43