92
1 E-TENDERDOCUMENT for The Expansion of Existing Wi-Fi Campus of HIMACHAL PRADESH UNIVERSITY, SHIMLA ( NAAC Accredited‘’Á”Grade University ) TENDER NO SPO/HPU/2018 TENDER SCHEDULE Pre-Bid Quries Date 20-12-2018 Time 2:00 PM Send by email Query Reponse will be available at www.hpuniv.ac.in ebid submission Start Date 14-12-2018 End Date 04-01-2019 upto 12:30 PM e-Bid Opening Date 04-01-2019 Time 02:00 PM Dean of Studies Office, HPU Summerhill Shimla-5 HIMACHAL PRADESH UNIVERSITY Summer-Hill SHIMLA 171005 Website: www.hpuniv.ac.in tender document can also be downloaded from www.hptenders.gov.in

E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

1

E-TENDERDOCUMENT

for

The Expansion of Existing Wi-Fi Campus

of

HIMACHAL PRADESH UNIVERSITY, SHIMLA

( NAAC Accredited‘’Á”Grade University )

TENDER NO SPO/HPU/2018

TENDER SCHEDULE Pre-Bid Quries

Date 20-12-2018 Time 2:00 PM

Send by email Query Reponse will be available at www.hpuniv.ac.in

e—bid submission Start Date 14-12-2018 End Date 04-01-2019 upto 12:30 PM

e-Bid Opening Date 04-01-2019 Time 02:00 PM

Dean of Studies Office, HPU Summerhill Shimla-5

HIMACHAL PRADESH UNIVERSITY

Summer-Hill

SHIMLA 171005 Website: www.hpuniv.ac.in tender document can also be downloaded from www.hptenders.gov.in

Page 2: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

2

INDEX

Sec. No. Title Page No.

Section 1 INVITATION FOR BIDS 5-8

INSTRUCTIONS TO BIDDERS

A. Introduction

B. Tender document

Section 2 C. Preparation of bids 9-24

D. Submission of bids

E. Bid opening and evaluation

F. Award of contract

Section 3 GENERAL CONDITIONS OF

25-32

THE TENDER & CONTRACT

SCOPE OF THE WORK,

Section 4 EXECUTION, MAINTENANCE AND 34-43

OTHER CONDITIONS

Page 3: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

3

Section 5 FORMS,SCHEDULES AND

APPENDICES

A-Forms

Form A-Undertaking on behalf of OEM

Form B-Financial, Growth, Installation,

and Support Service Profile of

Bidder

Form C-Details of Installation Base

Form D-Acceptance of Conditions of the

Tender Document by the Bidder

Form E-Declaration that the Bidder has 43-78

not been debarred/blacklisted

B-Schedules

Schedule I Price Schedule

Schedule II Gross Bid Value Schedule

Schedule III Fact Sheets

a) Indoor Access Points

b) Outdoor Access Points

c) 8 Port POE Switch

d) 12 Port POE Switch

e) Optical Fibre and related

Page 4: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

4

f) components

g) Mounting racks and related peripherals

h) Pole with cage for outdoor

Schedule IV Compliance Report Of

Eligibility

Schedule V Bill Of Quantity(BOQ)

APPENDICES (related to Existing Wi-Fi

SECTION-6 and Campus wide Optical Fibre Network Design and Drawings)

A. Network requirement

B. Schematic layout of Campus wide outdoor optical fibre network Phase-I

C. Route Diagram of Phase-II

79-92

D. 4Floor wise Outlet

E. Existing Wi-Fi Location

F. Compliance/Report of Eligibility

Page 5: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

5

SECTION-1

INVITATION FOR BIDS

Page 6: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

6

SECTION-l

INVITATION FOR BIDS

TENDER NO SPO/HPU/2018 ____________________________________________________________________ Note : This Invitation for Bids (NIT) was published on 13-12-2018 in the following newspapers by way of e-tender notice and uploaded on web sites www.hpuniv.ac.in and www.hptenders.gov.in website.

Delhi Edition

(i) National newspaper E-Tender Notice: Tenders are hereby invited from eligible bidders by way of e-tendering. Bids are invited by the undersigned on behalf of

H.P. University, Shimla from eligible bidders for the Expansion of Existing Wi-Fi through CAMPUS WIDE OPTICAL

FIBRE NETWORK in the Himachal Pradesh University. The scope of the work includes the supply and Installation of

the following active and passive components. Estimate cost for the Expansion of existing Wi-Fi is Rs. 3 Crore.The tender

document will be made available on Web sites https://hptenders.gov.in and www.hpuniv.ac.in on 14-12-2018 Last date

for e—bid submission is 04-01-2019 upto 12:30 PM. The e- bids are to be submitted on a e-tender portal of Himachal

Pradesh Government i.e. www.hptenders.gov.in

Page 7: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

7

INTRODUCTION : e-Tenders are invited by the undersigned for the immediate requirement of Supply, Installation,

Testing, successful commissioning and maintenance (including five years warranty period) of Networking Wi-Fi

equipments at the Himachal Pradesh University, Shimla & its maintenance during five years warranty period.

1. CATEGORY A ( Expansion of existing Wi-Fi using OPTICAL FIBRE NETWORK):

a) Installation of active & passive components and upkeep of the H.P. University for the expansion of existing Wi-Fi

solution through existing Campus wide Optical Fibre Network as per details given in the tender document.

Note: The Existing solution is based through centralized NIC wireless access controller Cisco (5508) which is

accessible by 1 Gbps Connectivity of NKN based in the campus of H.P.University, Shimla. 2. CATEGORY B- Passive work for providing LAN connectivity to above Wi-Fi access points by laying of CAT6/OFC, etc

in the HPU Campus.

LIST OF IMPORTANT GENERAL CONDITIONS

1) The entire supply and installation must be completed within sixteen weeks from the date of supply order. Any

prospective bidder can download Tender document from https://hptenders.gov.in. The Tender fee is of Rs.15,000/-

(by demand draft) in favour of Finance Officer, H P University,Shimla 171 005.

2) SCHEDULE OF THE TENDER PROCESS:

The bids (all 3 portions) (i.e. I) Eligibility claim, II) Technical Bid III) Financial Bid) must be uploaded on https://hptenders.gov.in by on or before 04-01-2019 upto 12:30 PM

Eligibility Claims shall be opened on 04-01-2019 at 2:00 PM in the Dean of Studies Chamber, H P University, Shimla, in the presence of bidders, who may choose to attend.

Page 8: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

8

3) Notwithstanding anything else contained to the contrary in this e-Tender Document, the H.P. University, Shimla,

reserves the right to cancel/withdraw/ modify fully or partially the 'Invitation for Bids' or to reject one or more of the

bids without assigning any reason and shall bear no liability whatsoever consequent upon such a decision. 4) A bidder must quote for all items in each category in order to complete as turnkey project.

5) Bidders can access tender documents on the website, fill them with all relevant information and submit the

completed tender document into electronic tender on the website https://hptenders.gov.in. 6) A Bidder for Category A and B above should quote for the procurement and installation of all networking active and

passive components together as well as for its upkeep and maintenance of LAN for 98% time for 5 years.

Store Purchase Officer

H.P. University

Shimla 171005

Nodal officer for technical queries - email- [email protected]

Online Pre-bid queries are invited over the email mentioned above, against the tender no SPO/HPU/2018 on

or before 20-12-2018 upto 2:00 PM, Any query received beyond this date will not be entertained.

Page 9: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

9

SECTION – 2 INSTRUCTIONS TO BIDDERS

Page 10: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

10

SECTION – 2

INSTRUCTIONS TO BIDDERS

A- INTRODUCTION

2.1. Eligibility conditions: The eligibility conditions are laidout at 2.8.I Eligibility Claim and bidder is required to upload a scanned copy of all required documents signed by authorized signatory of the bidder in compliance asper Schedule IV.

2.3 Cost of Bidding: The Bidder shall bear all costs associated with the preparation and submission of its bid and Himachal Pradesh

University, (hereinafter referred to as the 'Purchaser') will in no case be responsible or liable for these costs, whether or

not the Bid is finally accepted.

Page 11: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

11

B- TENDER DOCUMENT 2.4 Contents of Tender Document: 2.4.1 This Tender Document comprises of the following Parts/

Sections. Section-1 : Invitation for Bids

Section-2 : Instructions to Bidders

Section-3 : General Conditions of Tender & Contract

Section-4 : Maintenance Conditions and Technical

Specifications

Section-5 : Forms, Schedules, and Appendices. 2.4.2 The Bidder is expected to examine the Tender Document carefully. Failure to furnish all information required

as per the Tender Document will result in the rejection of the Bid. 2.5 Clarification regarding Tender Document: 2.5.1 A prospective Bidder requiring any clarification about the Tender Document may request the Purchaser in writing by

Fax/E-Mail/speed post at the Purchaser's address indicated in the Invitation for Bids. An envelope containing request for

clarification or any other correspondence regarding this Tender sent by post must be super scribed clearly by the words

"Immediate: Tender for Expansion of Wi-Fi through Existing Campus Wide Optical Fibre Networking of H.P

University, Shimla". The Purchaser will respond in writing, only to such requests for clarification, which it receives by

20-12-2018 upto 2:00 PM. Such clarifications will be binding on all the Bidders. However, the Purchaser will not be

responsible for non-receipt of a clarification, due to transmission loss/ delay or any other reason.

Page 12: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

12

2.6 Amendment of Bids: 2.6.1 Bids once submitted cannot be amended. However, in some circumstances (such as major anomaly in the technical

specifications having a major impact on pricing), the Purchaser may decide to take fresh bids from all the Bidders

before actually opening of the Commercial Bids. 2.6.2 In order to afford prospective Bidders reasonable time to make amendment in their bids, the Purchaser may, at his

discretion, extend the deadline for the submission of bids. However, no such request in this regard shall be binding

on the Purchaser.

C - PREPARATION OF BIDS 2.7 Language of Bid & Correspondence: 2.7.1 The Bid will be prepared by the Bidder in English language only. All the documents relating to the Bid (including

brochures) supplied by the Bidder should also be in English, and the correspondence between the Bidder &

Purchaser will be in English language only. The correspondence by Fax / E-mail must be subsequently confirmed by

a duly signed copy (unless already signed digitally). 2.8 Documents comprising of Bid: The Bidder will prepare the bid in three parts: I. ELIGIBILITY CLAIM: In support of his eligibility, a Bidder must upload the following documents along with the compliance report given in Schedule IV:

i. A Bidder should be manufacturer or authorized channel partner of OEM. The bidder should have a project specific Manufacturer Authorization Form (MAF) from OEM being quoted, where OEM has to give undertaking of full support for guarantee and warrantee of the equipment including installation in case the bidder is no able to provide required services.

ii. Detailed profile of the Company/ Firm of the bidder.

iii. Bidder should be distributor/ channel partner of an O.E.M., and should submit an undertaking (Form A) given on

Page 13: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

13

behalf of the O.E.M. An authorised signatory of the O.E.M. should sign this undertaking.

iv. Audited Statement regarding sale of hardware/ networking components of the Bidder showing turnover of 3 crore in each year i.e. from 2015 to 2018.

v. Details of installation base with address and contact details of three reputed Govt. Institutions/ Organizations (as in form ‘C’) in last 3 years i.e. from 2015 to 2018.

vi. Receipt of Rs. 15000 towards the cost of the tender document in the form of demand draft to be submitted in favour of Finance Officer, HPU, Shimla-5.

vii. Declaration in Form 'D’ to the effect that all conditions contained in the Tender Document are acceptable clause by

clause to the Bidder. viii. Declaration in Form ‘E’ that the Bidder has not been debarred/ black listed by any reputed Government/ Semi-

Government organisation for quality of services/product and that there is no major complaint against the quality of

service/ products by any organisation mentioned in this clause. ix. Category wise list of items for which the bid is being made (Copy be attached in eligibility bid document).

x. The OEM should have custom paid spare part depots spread across the country. A list of spare of depots with

their addresses should be furnished on the OEM letter head.

xi. The bidder should be a profit making entity (active + passive components) in all the last 3 years. Balance sheets should be shared for the last 3 years i.e. from 2015 to 2018.

xii. The OEM of the product should be ISO 9001 certified.

xiii. OEM should be in Gartner's leaders quadrant for Switches & Access Points xiv. A Bidder for expansion of Wi-Fi through existing Campus Wide Optical Networking for H.P. University, Shimla

should have carried out in the past at least one similar campus networking assignments on Backbone of OFC,

cat6, active components of Rs. 1 Crore or two networking projects of atleastRs. 50 lacs, carried out during the last

three years i.e. from 2015 to 2018. A certificate from the relevant customers (with complete address, phone

numbers, official seal, etc) regarding satisfactory performance shall be enclosed along with the Eligibility Claim.

Page 14: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

14

xv. Income tax returns of cost 3 years from 2015-2018 in form ‘B’.

xvi. The Bidders must have a valid PAN No. TIN No & GST No. (Copy of same should be attached).

xvii. The bidding company must be ISO 9001 certified company. xviii. The bidding firm/company must be a single company and no consortium should be allowed (Copy of registration

of firm be attached). xix. Proof for regional support base (Punjab/ Haryana/Himachal Pradesh/ Chandigarh) be provided by the bidder. xx. EMD/Bid security of Rs. 6 lacs in favour of Finance Officer, HPU in form of. Bank guarantee/Bank Draft/ FDR valid

for three months. xxi. OEM has to give undertaking of full support for guarantee and warranty of the components and its installation in

case the authorized bidder is not able to provide support. xxii. The bidder has to give in writing on his letter head that the benefit of subsidized custom duty (as per DSIR

certificate) will be passed to the University even if he has quoted the price in Indian rupees. .

xxiii. Proof of authorized signatory of the bidder on the stamp paper. xxiv. It is reiterated that Purchaser's decision regarding Bidder's eligibility will be final

II. TECHNICAL BID:

This part of the Bid must comprise of the following documents: i. Fact Sheets (Schedule III) for all the products quoted by the Bidder must be signed and stamped by the authorized

signatory.

ii. Product catalogues revised up to date. If some product upgradation has taken place since the printing of the

brochures, latest authenticated releases/ bulletins must be enclosed.

iii. Benchmarking Report of the products (if any) done by a technically reputed organization.

iv. A report on advantages in terms of features of active and passive components be submitted in the technical bid. v. Active components like Switches/AP’s should be from Same OEM to have compatibility & interoperability issues. vi. Switches & Access Points should have IPv6 ready Logo. vii. The certificate by OEM that the quoted products are latest and shall not be obsolete within the next 7 year viii. 5 years warranty on Active components including onsite support for the Wi Fi and OFC based campus wide

network and 25 years performance warranty on passive components in form of certificate be provided.

Page 15: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

15

ix. Facts sheets (Schedule III) must be properly filled with proper page numbers showing where the tender specification of the quoted product is being complied.

III. COMMERCIAL BID: The Commercial Bid shall consist of :

(i) Price Bid in Schedule Ia and Schedule Ib.

(ii) AMC with Onsite OEM Support charges for the 6th year and 7th year in Schedule II. The Bidder should quote for

the 6th years and 7th year AMC after making his own assessment with one resident engineer

(iii) . The rates quoted by him will be used for comparing the bids.

Note :

1. The Bidder may participate in the tender by quoting for all the categories mentioned in the Tender Notice

&para2.18. below depending on his techno-commercial capability to supply&support that range of products.

2. Detailed guidelines for filling in the Commercial Bid have been given in Schedule -I read in conjunction with

relevant paras of this Document. 2.9 Bid Currencies: 2.9.1. Prices may be quoted in Indian rupees in the BOQ.xls document (Bill of quantity). University has valid custom duty and excise duty exemption certificates. 2.9.2 The subsidized custom duty shall be paid by the bidder on behalf of the HPU and bill with original receipt for payment be raised to the University. 2.10 Bid Security : 2.10.1 Pursuant to clause 2.8 (I) the Bidder shall furnish, as part of its bid, Bid Security is of Rs.6 lacs. 2.10.2 The Bid Security is required to protect the Purchaser against the risk of Bidder's conduct which may require

forfeiture of security pursuant to Para 2.10.8. 2.10.3 The Bid Security shall be in the shape of BG/DD/FDR in favour of “Finance Officer Himachal Pradesh

Page 16: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

16

University, Shimla”. 2.10.4 Any Bid not secured in accordance with para 2.10.1. and 2.10.3 will be rejected by the Purchaser. 2.10.5 Unsuccessful Bidders’ Bid Security will be refunded as promptly as possible. 2.10.6 The successful Bidder's bid-security will be discharged upon the Bidders executing the contract and furnishing the

performance security in accordancewith Para 3.5.1 (a). 2.10.7 No interest will be payable by the Purchaser on the above mentioned Bid Security. 2.10.8 The Bid Security may be forfeited ;

1. If a Bidder withdraws its bid during the period of bid validity specified by the Bidder and required by the Purchaser.

2. In the case of a successful Bidder, if the Bidder fails,

a. to sign the contract, and

b. to furnish Performance Security.

c. violates any of the such important conditions of this tender document or indulges in any such activity as

would jeopardize the interest of the Purchaser or provides some wrong technical information relating to the

products. The decision of the Purchaser regarding forfeiture of the Bid Security shall be final &shall not be

called upon question under any circumstances. 2.11 Period of validity of Bids: 2.11.1 For the purpose of placing the order, the Bids shall remain valid for at least 90 days after the date of bid opening. A bid

valid for a shorter period may be rejected by the Purchaser as being non-responsive. During the period of validity of

Bids, the rates quoted shall not change. However, in case of general fall in prices of a product in the IT Industry before

dispatch of goods, such a reduction shall be passed on to the Purchaser after mutual negotiations. 2.11.2 In exceptional circumstances, the Purchaser may ask for extension of the period of validity and such a request shall

be binding on the Bidder.

Page 17: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

17

2.12 Format and Signing of Bid: 2.12.1 The Bidder shall prepare 2 bound copies of the eligibility bid and technical Bid, and clearly marking "Original Bid" on

one copy and "Copy of Bid" on the remaining copy. In the event of any discrepancy among various copies, the Original

Bid shall prevail. 2.12.2 The original and all copies of the Bid shall be neatly typed and shall be signed, by an authorized signatory(ies) on behalf

of the Bidder. The authorization shall be provided by written Power of Attorney accompanying the Bid.All pages of the

Bid, except for unamended printed literature, shall be initialed by the person or persons signing the Bid. 2.12.3 The Bid shall contain no interlineations, erasures or overwriting, in order to correct error made by the Bidder. All

corrections shall be done & initialed by the authorised signatory after striking out the original words / figures completely.

D-SUBMISSION OF BIDS 2.13 Sealing and Marking of Bids: 2.13.1 The Bidder shall seal & mark various parts of the Bid as follows: (a) Eligibility Claim as per para 2.8 (I) in two copies (one original + 1 copy) indifferent envelops. All envelops shall be

sealed in a covering envelop super scribed with words "Eligibility Claim for expansion of Wi-Fi through existing

Campus wide Optical Fiber Network Tender" "DO NOT OPEN BEFORE 04-01-2019".The Tender fee and Bid

Security in original should be sent in separate envelops. (c) Technical Bid as per para 2.8 (ll) in twocopies (one original + 1 copy) in different envelops. All four envelops shall be

sealed in a covering envelop super scribed with words "Technical Bid for expansion of Wi-Fi through existing

Campus wide Optical Fibre Network Tender " "DO NOT OPEN BEFORE 04-01-2019" Bid Security as per para 2.8

(ll)/ 2.10 in one envelope. This envelope should be super-scribed with words "Bid Security for expansion of Wi-Fi

through existing Campus wide Optical Fibre Network Tender " DO NOT OPEN BEFORE 04-01-2019". (d) Commercial Bid as per para 2.8 (iii) shall be uploaded in form of BOQ.xls document on the website https://hptenders.gov.in on or before the last date of bid submission. 2.13.2 Every envelope and forwarding letter of various parts of the Bid shall be addressed as follows:

Page 18: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

18

Store Purchase Officer Store Purchase Office Himachal Pradesh University

Summer Hill Shimla – 171005

2.13.3 If the envelopes are not sealed and marked as required above the Purchaser will assume no responsibility for the

Bid's misplacement or premature opening. 2.13.4 Bids sent through Telex /Telegrams/ Fax/ Email shall not be acceptable. 2.13.5 The envelope shall be sealed by signing across all joints & pasting good quality adhesive tape on top of such joints

& signatures. 2.13.6 A Bidder who packs his Bid in a manner other than what has been described in para 2.13.1. above may face

rejection of the Bid. 2.14. Deadline for Submission of Bids: 2.14.1 Bids will be received by the Purchaser at the specified address not later than 04.01.2019 (12.30 pm.). 2.14.2 The Purchaser may, at its discretion, extend this deadline as per para 2.6.2. The Purchaser may also extend this

deadline for any other administrative reason.

Page 19: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

19

2.15 Late Bids: 2.15.1 Any bid received by the Purchaser after the deadline for submission of bids prescribed by the Purchaser, as per

clause 2.14.1 or 2.14.2 will be rejected. 2.16 Modification and Withdrawal of Bids: 2.16.1 Modifications of Bids may be allowed by the Purchaser under circumstances mentioned in para 2.6.1. This option will be

available to every Bidder who has submitted his Bid. 2.16.2 Bids cannot be withdrawn in the interval after its submission of bids and before the expiry of Bid's validity specified by the

Purchaser. Withdrawal of Bid during this interval may result in the forfeiture of Bidder's Bid security pursuant to clause 2.10.8.

E-BID OPENING AND EVALUATION 2.17 OPENING OF BIDS BY PURCHASER:

2.17.1 The Bids shall be opened as per schedule given in Notice Inviting Tender/Schedule of the Tender Process.

2.17.2 In order to assist in the examination, evaluation and comparison of Bids, the Purchaser may at its discretion ask the

Bidder for a clarification regarding its Bid. The clarification shall be given in writing, but no change in the price or

substance of the Bid shall be sought, offered or permitted. 2.17.3 In the first instance, envelopes super scribed with 'Eligibility Claim' only will be opened, and eligibility of each Bidder will be

ascertained. Technical Bids of only those Bidders shall be opened who are found to be eligible as per the criteria laid down in

para 2.2.1/ 2.8(I). In doubtful cases (where further documents or clarification are required to establish eligibility), the

Purchaser in its discretion, may decide to open Technical Bid. However, such Bids can be rejected subsequently, if it is found

that the Bidder has claimed eligibility on false grounds or found incomplete without supporting documents.

Page 20: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

20

2.17.4 The online submitted Technical Bids of only the Eligible Bidders will be opened. 2.17.5 Scrutiny of Technical Bid:

The "Fact Sheets" uploaded by the Bidders shall be compared against the Product Catalogue and authenticated circulars

regarding latest changes in the specifications. It will thus be ascertained whether the product offered by the Bidder matches

with the minimum requirement of the Purchaser as given in the Technical Specifications and fact sheets in Schedule III of this

Tender Document. In case of a doubt the Purchaser may require the Bidder to produce equipment for physical inspection, so

that components could be seen to ascertain the veracity of the Bidder's claim about specifications. The Purchaser can also

run standard benchmarking tests (if required), at this stage only. The commercial Bids of only those bidders will be

opened who fulfill the technicalrequirements of the purchaser and are found substantially responsive as per para 2.8 (II) read

in conjunction with other relevant clauses/Forms. However, the Purchaser reserves the right of giving minor relaxation, if a

particular Bidder is not able to exactlymatch the specifications given in the document, provided that such a minor deficiency

does not substantially reduce the performance level and is suitably compensated by some extra feature in the product.

Therefore, all Bidders must indicate inthe Fact Sheets, extra features offered by them. The decision of the Purchaser

about giving minor relaxation shall be final andshall not be called upon question under any circumstances.

Page 21: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

21

2.17.6 Opening of Bid Security :

The Bid security shall be opened during inspection of eligibility claim of bidder. 2.17.7 Opening of Commercial Bids of substantially Responsive Bidders:

The E- tender / Commercial Bids of only those Bidders will be opened who are found substantially responsive. A Substantially

Responsive Bidder is one who conforms to all the stipulations of para 2.8.(II and III) read with para 2.17.6 above. The

Purchaser's determination of a Bid's responsiveness is to be based on the contents of the Bid itself and not on any extrinsic

evidence. However, while determining the responsiveness of various Bidders the Purchaser may waive off any minor infirmity,

which does not constitute a material deviation. The decision of the Purchaser in this regard shall be final. 2.17.8 A Bid determined as not substantially responsive will be rejected by the Purchaser. Such a Bid will not be normally

allowed to be made responsive subsequently by way of correction/ modification. 2.18. EVALUATION AND COMPARISON OF COMMERCIAL BIDS: 2.18.1 The comparison of Commercial Bids shall be done as follows: 2.18.2 Bid Comparison:

The Bidders are required to complete and upload their Commercial Bid in Schedule 1a and 1b & Schedule II as per

BOQ (Bill of Quantities) in form of excel sheet. Initial evaluation/ comparison for various categories of items given in

the Tender Document will be done on the basis of gross bid value which will take into account F.O.R.destination

price, wherever applicable. The F.O.R. price (including 5 years comprehensive onsite and offsite OEM warranty)

must include all levies and duties customs duty, excise duty, sales tax, freight, custom clearance charges, etc. If there is

a reduction in any of the statutory duties and levies before the dispatch of goods, the benefit of the same will be

passed on to the Purchaser.

2.18.3 The rates are to be quoted by the bidders in Indian only and payment shall be made to successful bidders in Indian Rupees only. Statutory applicable taxes (Sales Tax/VAT, Service Tax etc.) should be mentioned separately

Page 22: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

22

in the Financial Bid. L1 will be evaluated on total price quoted inclusive of all Taxes. However Unit Price quoted should be inclusive of all other levies, statutory taxes and charges such as Octroi, Packaging & Forwarding charges etc. and should be delivered at the premises of Himachal Pradesh University, Shimla-5.

Note 1: The Bidder shall not quote prices subject to certain conditions. Bids containing any conditional prices may be

rejected or the Purchaser may take a final decision in its discretion about such conditionality’s. Note 2: The Bidders can quote alternative and better products for a particular configuration/ machine. For the purpose of

comparing bids, configuration/ machine (with the lowest price), which fulfils the technical requirements as per the

Tender Document, will be considered. Therefore, all bidders must be extra careful while projecting a product as

an option. If any of the options quoted by the bidder does not meet the specification, the commercial bid in

respect of such an option shall be rejected. Note 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 shall

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

between word and figures, the amount in words will prevail.

2.19 Reduction in Statutory Duties and Levies:

If any reduction in customs/ excise duty or any other statutory levies takes place after opening the commercial bids, but

before dispatch of goods; the Successful Bidder shall pass on the proportional benefit to the Purchaser. However, if any such

reduction takes place after the opening of bids but before the finalisation of Tender, revised sealed bids shall be taken.

2.20. NEGOTIATIONS: 2.20.1 The Purchaser may finalise the Tender & award the Contract without any negotiations, if it is satisfied with reasonableness &

workability of the lowest offers. Therefore, the Bidders are advised to quote lowest possible rates in the first instance only.

Page 23: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

23

2.20.2 If the Purchaser does not find the lowest offer acceptable, it may go in for negotiations, which can be done with the

lowest two bidders only. 2.20.3 During the negotiations a revised offer will be taken from the representative of the Bidder. This revised offer will

replace/supersede the earlier Commercial Bid, provided that the original offer (i.e. Technical /Commercial) will not

be allowed to be changed to the detriment of the Purchaser, as far as rates of every individual item & terms/

conditions are concerned. Therefore, the Bidders are advised to send sufficiently senior representatives (who can

take spot decisions) for negotiations. 2.20.4 During the negotiations on prices & other related terms/conditions, prevalent worldwide street-prices of major

components of the product, prices finalized in bids of similar size etc. will be kept in mind. The scope of

negotiations may also include precise modus-operandi of after-sales service, mode of delivery, AMC rate, system

integration etc. During the negotiations the Purchaser may be given due weightage to having a single-window

procurement for inter related items.

2.20.5 After this final ranking is done based on negotiated prices award of contract will be made to the lowest Bidder.

F - AWARD OF CONTRACT 2.21 Post Qualification: 2.21.1 The lowest Bidder can be denied the right of continuing with the contract, if the equipment being supplied by him,

fails the standard performance criteria. In such an event, the next lowest bidder (L-2) shall be considered. 2.22 Award Criteria: 2.22.1 Subject to clause 2.24 the Purchaser will award the Contract to the substantially responsive Bidders who offers the

lowest evaluated Bid, subject to the conditions in Para 2.21.

Page 24: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

24

2.23 Purchaser's right to vary Quantities: 2.23.1 The Purchaser reserves the right to increase or decrease quantities. Such a variation will normally not be more

than –25% to +25%. The quantities can be altered without any change in the unit price or other terms and

conditions. The Purchaser may even vary the break up overall quantities of an item in view of techno-commercial

reasons. The variation in the quantity of award shall be notified at the time of placing the order. 2.24 Purchaser's Right to Accept any Bid and to Reject any or all Bids: 2.24.1 The Purchaser reserves the right to accept or reject any Bid or to annul the bidding process fully or partially or modifying

the same and to reject all Bids at any time prior to the award of Contract, without incurring any liabilities in this regard.

2.25 Notification of Award: 2.25.1 Prior to the expiry of the period of Bid validity, the Purchaser will notify the successful Bidder in writing by speed post or

Fax or email that his Bid has been accepted. 2.25.2 The liability of the supplier(s) to deliver the Goods and perform the services will commence from the date of

notification of Award. The Delivery Period shall be counted from the date of issue of purchase order. The "date of

delivery" shall be the date on which the equipment /material is received at the destinations. 2.25.3 Upon the successful Bidders' furnishing of performance security, the purchaser will promptly notify each unsuccessful

Bidder and will refund his " Bid Security". 2.26 Signing of Contract: 2.26.1 At the same time as the Purchaser notifies the successful Bidder that his 'Bid' has been accepted, the Purchaser will send the

Bidder the Contract Form provided in the 'Bidding Documents', incorporating all agreements between the parties. 2.26.2 Within 5 days of receipt of the Contract form, the successful Bidder shall sign the Contract and return it to the

Purchaser. The Purchaser's liability of taking the goods from the selected supplier( s) shall commence only from

date of signing the date of the Contract

Page 25: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

25

SECTION-3

GENERAL CONDITIONS OF THE TENDER & CONTRACT 3.1 Definitions: 3.1.1 In this part, the following interpretation of terms shall be taken : (a) "The Contract" means an agreement regarding supply of the goods & provision of services entered into between the

Himachal Pradesh University and the Supplier, as recorded in the Contract Form signed by the parties, including all

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 equipment, machinery and/or other material, which the Supplier is required to supply to the

Purchaser under the Contract. d) "Services" mean services ancillary to the supply of the Goods, such as transportation and insurance, and any other

incidental services, such as installation, commissioning, training, maintenance and other such obligations of the

Supplier covered under the Contract. e) "The Purchaser" means the Himachal Pradesh University or any other Department/ Institute/ College of the University

notified by it. f) "The Supplier", means short listed Bidder supplying the goods and services under this Contract . Note: The afore-said definitions will be valid with respect to one or more Suppliers shortlisted to execute the Project.

Services to be executed by each Supplier have been explained in detail in this Tender Document.

Page 26: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

26

3.2. Application: 3.2.1 These General Conditions shall apply to the extent that these are not superseded specific by provisions in other

parts of this tender document. A detailed contract agreement shall be signed after the contract is awarded in

duplicate on non-judicial stamp paper of value not less than Rs. 100 (Rs. 100 only) .Detailed provisions of such a

contract-agreement shall have an over-riding effect vis-a-vis this Tender Document. Until the final contract

documents are prepared and executed, this tender documents together with the tenderer thereof shall constitute a

binding contract between the successful tenderer and HPU based on terms and conditions in the aforesaid

documents and the finally submitted and accepted prices.

3.3 Standards: 3.3.1 The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications

and the latest improvements incorporated after the finalisation of contract, but before the dispatch. 3.4 Patent Rights of the Goods: 3.4.1 The Supplier shall indemnify the Purchaser against all third party claims of infringement of patent, trademark or

industrial design rights arising from use of the goods or any part thereof in India. 3.5 Performance Security: 3.5.1 Performance Security:

a) Performance Security for installation and commissioning of the project.and upto the warranty period of 5 years.

3.5.2 The Supplier shall furnish Performance Security to the Purchaser @ 5% of the order value of the turnkey project.

Page 27: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

27

3.5.3 The proceeds of the Performance Security shall be payable to the Purchaser as compensation for any loss resulting

from the Supplier's failure to complete his obligations under the Contract. The Purchaser may claim such a

compensation in addition to initiating any other legal proceedings. 3.5.4 The Performance Security shall be given in one of the following forms: An irrevocable and unconditional Bank

Guarantee infavour of the Purchaser issued by a Nationalised bank in a format given by the Purchaser. This

Bank Guarantee should bevalidupto end of warranty period. 3.5.5 The Performance Security will be discharged by the Purchaser 30 days after the completion of warranty period of 5

years. 3.6 Inspections and Tests: 3.6.1 The Purchaser or its representative shall have the right (if it so desires) to test the goods to ascertain their conformity

to the specifications. The Purchaser shall notify to the Supplier in writing of the identity of the representative deputed

for this purpose & nature of tests that may be conducted (if found necessary) for bench-marking. 3.6.2 Should any inspected or tested Goods fail to conform to the Specifications, the Purchaser may reject them and the

Supplier shall either replace the rejected goods or make all alterations necessary to meet specification requirements

to the Purchaser.

3.7 Packing Delivery & Documentation: 3.7.1 The supplier shall provide such packing as is required to prevent damage or deterioration of the goods during transit

to their final destination as indicated in the Contract. The packing shall be sufficient to withstand, without limitations,

rough handling during transit and exposure to extreme temperatures and precipitation during transit and open

storage. The Supplier shall be responsible for any defect in packings. 3.7.2 The packing, marking and documentation within and outside the packages shall comply strictly with such special

requirements as will be specifically provided for in the contract. 3.8 Insurance:

Page 28: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

28

3.8.1 The Goods supplied under the Contract shall be fully insured against loss or damage incidental to manufacture or

acquisition, transportation, storage and delivery. 3.8.2 The supplier will indemnify the Purchaser from all responsibility of compensation etc. caused by third party injury including

death while he is discharging his duties under the contract.

3.9 Transportation: 3.9.1 The entire cost of carriage/transportation from the port of discharge to the destination shall be borne by the Supplier. 3.10 Literature and Instruction: 3.10.1 Illustrated literature and instruction books regarding the installation, handling, maintenance and use of the Goods shall be supplied

by the supplier as part of the Contract price before dispatch of the first assignment. 3.11 Payment: 3.11.2 All prices will be in Indian Rupee after giving benefit of subsidized custom duty exemption vide DSIR certificate available with the H.P. University:

Ist Instalment - 80% against the delivery of the equipment on pro-rata

basis, only after and joint inspection by the HPU and

the implementing agency.

IInd Instalment- 20% on successful completion of installation and commissioning and submitting Performance Bank

Guarantee of 5% of the total gross value up to warranty period. 3.11.1 Payment shall be made on the actual length of the optical fibre/UTP cable used and cabling done and passive

components used, after joint measurement by the Himachal Pradesh University and the contractor.

Note: 1st installment/payment shall be released only on production of bill/Invoice supported by delivery challan by the Supplier. Any

bill/invoice supported by requisite documents will be processed within 30 days after inspecting/testing of goods delivered by

the supplier.

Page 29: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

29

be conveyed in one go within this period. If the claim is found in order, the payment will be made within 30 days from the dateof submission. 2nd installment shall be made after installation, successfull commissioning, inspection by the purchaser and submission of bank guarantee by the suppliers.

3.12 Prices : 3.12.1 Subject to the provision to Rule 2.11.1, the prices charged by the Supplier for Goods delivered and services

performed under the Contract shall not vary from the prices quoted by the Supplier in his Bid. But in case of global

or national fall in prices of a product in IT industry, such a reduction shall be passed on to the Purchaser after

mutual negotiations. 3.12.2 Tender may quote in Indian Rupees. Unit price for individual items should be quoted as per the enclosed BOQ

format both in Figures and words. Any statutory levies like octroi, works contract tax, custom duty, transporation

etc. should also be clearly indicated in the price schedule. OEM Technical Literature of all quoted items is to be

submitted in the Technical bid. 3.12.3 The unit rates and all other charges quoted shall be kept firm throughout the pendency of contract of this work and

no price escalation shall be entertained. 3.12.4 Price schedule should include all items/services listed in Appendix-B. All rates quoted should be FOR University,

Summerhill, Shimla- 171005. 3.12.5 Exact value of all applicable charges as shown in price schedule should be clearly mentioned for evaluation

purposes. 3.12.6 Any other items/services other than those detailed in Appendices herein which are required for the integrated

operations of the system at the Himachal Pradesh University shall be specified by the tenderer separately with its

detailed specifications/ brochures, etc. The prices for these additional items/ services shall be separately provided

in the bid. 3.12.7 Any additional items/services required for successful completion of this project and not mentioned in the price

Page 30: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

30

schedule by the tenderer shall have to be provided by the contractor at no extra cost if the work is awarded to the

tenderer. 3.13 Modification in the Order: 3.13.1 The Purchaser may at any time, by written order given to the Supplier make changes within the general scope of the

Contract in anyone or more of the following:

(a) the specifications of the Goods

(b) the method of shipment or packing

(c) the service to be provided by the Supplier

(d) quantity of goods

(e) Any other change that the purchaser may deem fit 3.13.2 If any such change causes an increase or decrease in the cost of, or the time required for, the Supplier's performance of

any part of the work under the Contract, an equitable adjustment shall be made in the Contract price or delivery

Schedule, or both, and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this

clause must be put forth within 30 days from the date of the Supplier's receipt of the Purchaser's change order. 3.14 Subcontract: 3.14.1 The Supplier shall not assign in whole or in part, its obligations to perform under the Contract, except with the

Purchaser's prior written consent. 3.14.2 The Supplier shall notify the Purchaser, in advance in writing, of all sub- Contracts awarded under the Contract if

not already specified in his bid. Such notification, in his original bid of later (even if with prior approval of Purchaser)

shall not relieve the Supplier of any liability or obligations under the Contract.

Page 31: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

31

3.14.3 Subcontracts must comply with the provisions of the clause 3.3. 3.15 Delay in the Supplier's Performance: 3.15.1 Delivery of the goods and the services shall be made by the Supplier in accordance with the time schedule

specified by the Purchaser in the Contract. 3.15.2 Any unjustifiable delay by the Supplier in the performance of his delivery obligation may render the Supplier liable to any or all

the following (i) forfeiture of its performance security, (ii) imposition of liquidated damages @ 1000 per day (iii) termination of

the contract and risk purchase at Supplier’s risk, (iv) initiation of any other legal proceedings. 3.15.3 The Supplier will strictly adhere to the time-schedule for the performance of Contract. However, the Purchaser can

relax this time limit in force majeure conditions. 3.16 Termination for Default: 3.16.1 The Purchaser may without prejudice to any other remedy for breach of contract, (including forfeiture of Performance

Security) by written notice of default sent to the supplier, terminate the Contract in whole or in part after sending a notice

to the Supplier in this regard.

a) if the Supplier fails to deliver any or all of the goods within the time period(s) specified in the Contract, or any

extension thereof granted by the Purchaser pursuant to clause 3.15.3, or

b) if the Supplier fails to perform any other obligation under the Contract. 3.16.2 In the event the Purchaser terminates the Contract in whole or in part, he may procure, upon such terms in such

manner, as it deems appropriate, goods similar to those undelivered, and the Supplier shall be liable to pay excess

cost of such similar goods to the Purchaser. This liability will be in addition to forfeiture of performance guarantee

and any other legal proceedings, which the Purchaser may initiate as per para 3.15.2.

Page 32: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

32

3.17 Force Majeure: 3.17.1 Notwithstanding the provisions of the clauses 3.15 and 3.16, the Supplier shall not be liable for forfeiture of

its performance security or termination for default, or payment of any damages, if and to the extent that his

delay in performance under the Contract is the result of an event of Force Majeure. 3.17.2 For purpose of this clause, Force Majeure means an event beyond the control of the Supplier and not

involving the Supplier's fault or negligence and not foreseeable. Such events may include, but are not

restricted to, acts of the Purchaser either in its sovereign, or contractual capacity, war, revolutions, fires,

floods, epidemics, quarantine restrictions and freight embargoes. 3.17.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing or 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 reasonably practical, and shall seek all reasonable alternative means for performance, not prevented by the Force Majeure event.

3.18 Taxes and Duties: 3.18.1 Supplier Shall be entirely responsible for payment of all taxes, duties and levies, imposed up to/until the

delivery point specified in the Contract. For payment in Rs. Deductions at source towards Income Tax (IT)

and Sales Tax (ST) will be made as per rules.

3.19 Time Schedule: 3.19.1 The work shall be executed strictly within 16 weeks from the date of receipt of the work order. A joint

programme of execution of the work will be prepared after the award of work. The contractor shall

scrupulously adhere to these targets and program and deploy adequate personnel, requisite equipment etc.

at site.

Page 33: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

33

SECTION-4

SCOPE OF THE WORK, EXECUTION, MAINTENANCE AND OTHER CONDITION

Page 34: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

34

SECTION-4

SCOPE OF THE WORK, EXECUTION, MAINTENANCE

AND OTHER CONDITIONS

4.1. SCOPE OF THE TENDER: The successful Bidder(s) will provide the following services: (i) Network Solution (ii) Manufacture /Import (iii) Testing (iv) Supply (v) Installation (vi) After Sales Service during

warranty and Annual Maintenance period. (i) Scope of the work

Wi-Fi based Network Solution

Local Area Network in Various Departments/Hostels for Wi-Fi access Points

Supply, Laying and installation of OFC and CAT 6,electrical ponts at switch/Rack locations, as per requirement.

Providingall the Active Components along with Access Points with all the required licenses.

This involves the expansion of Wi-Fi through Campus Wide Optical Fiber Network at specified locations, cabling and connection

as per the details and accompanying diagrams and specifications given in Section-6 i.e Appendices- A, B, C, D and E.

Network Solution should comprise the following

a) Supply, installation and commissioning of Wi-Fi Components in various departments/Hostels/Teacher colony.

b) Supply of passive and active components for LAN in various departments/institutes/Hostels/Teacher colony.

c) UTP cable laying, installation of patch panels, termination of UTP and installation of information outlets, electrical points at switch/rack locations as per requirement.

d) Installation of all items as per the supply order on finalisation

e) Testing the performance at each port/node/OFC/Active components

f) Commission of the network

Page 35: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

35

g) Documentation, labeling of the network with respect of each node

h) Site certification i) Complete coloured diagram in form of charts with all details of Wi-Fi, N/W installed in HPU Campus.

(ii) Manufacture/Import .

The Bidder can manufacture the Goods in India or import the same (in full or in parts) from any part of the world. (iii) Testing .

Testing/ Bench Marking as per requirement of the Purchaser and in such manner and for such size of sample as may

be prescribed subsequently may be got done as a part of the Contract. (iv) Supply

The Goods need to be supplied F.O.R. Himachal Pradesh University Summer Hill Shimla 171005 India. (v) Installation and Commissioning of Active and Passive Components Of Wi-Fi

The successful bidder in respect of active component will do installation of each quoted product along with their

integration with the NMS software. Installation of passive component shall be done according to documents provided

in consultation with Incharge HPU Campus Wide Optical Fibre Network.

(vi) After sales service

The Bidder/Supplier/implementing agency of Campus Wide Optical Fibre Network will post at site, at least 1 resident

engineer adequately qualified (B.tech + 2years experience in handling at least 800 users, 12 access points of

the same OEM in Wi-Fi network). During the warranty and AMC period the engineer would work at site on 8x6 basis

exclusively for Himachal Pradesh University Tender. During the warranty and A.M.C period, it will be desirable that

minor system-integration related functional problems of Campus OFC and Wi-Fi network are taken care of by the

resident Network engineer only. For this purpose, small and routine spares. Such as multimeter, Laptop, Network tool

Page 36: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

36

kit, fuses, connectors, chords, power supply of switches etc may be kept by the Supplier(s) of peripherals with the

hardware resident Engineer. In case of major & specific problems, respective vendors will have to rectify the defect

within the time limits prescribed in para 4.2.2 below. Media replacement in case of Software will be provided by the

respective vendors of these Items. Elaborate terms and conditions about after-sales services are given in para 4.2.2

below. 4.2 AFTER SALES SERVICES: 4.2.1 Comprehensive Warranty:-

The Supplier shall provide comprehensive on-site and off site5 Years OEM warranty (including labour and spares) for 60

calendar months. An undertaking to this effect shall be given by the Bidder in the Fact Sheets. 25 years of

performance warranty after testing and penta scanning on passive components shall be given by

OEM/bidder.

4.2.2 Service Centre:

Each of the Service Centres shall be manned by a qualified technical support engineers. It should be equipped, with

sufficient inventory of spares.

(i) The supplier will provide prompt after sales support and shall attend any complaint within 36 hours

(excluding journey time, if any), if the site engineer is unable to rectify the fault.

(ii) The complaints for replacement/repair of active and passive components should be rectified within 48

hours.

Page 37: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

37

(iii) If defect is not rectified within the time stipulated as above penalty as prescribed by the Purchaser will

be imposed @ of Rs. 5000 per day and shall be deducted from the Performance Security.

(iv) During the warranty period, this penal clause will be enforced by ensuring that the supplier gives a

Performance Security by way of Bank Guarantee of 5% of total cost of project. After the warranty period, this

clause will be affected by withholding 25% of the AMC amount, which will be released after the AMC period

depending on the efficacy of the support mechanism. 4.2.3 Annual Maintenance:

After warranty period, the supplier will enter into AMC with the customer at such rates, as he will quote as part of this

commercial Bid. This amount needs to be quoted in terms of money. These charges should include all items, which

may need repair and replacement excluding consumables.

4.2.4 Continued Support:

The supplier shall continue to give uninterrupted after-sales-services on AMC basis even after the expiry of the

warranty period up to normal life of the equipment (at least 7 years). 4.2.5 Up gradation of Hardware:

The supplier shall, if required by the purchaser, upgrade the HW/SW/Active Components/Passive Components on

such rates as have been finalised during this contract or, if such rates have not been finalised, on such terms and

conditions as may be mutually agreed to. This up gradation clause will be applicable during normal life of the

equipment (7 years at least).

Page 38: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

38

4.2.6 Inventory of Spares:

An ABC analysis of inventory of spares shall be done by the Purchaser in consultation with the supplier to ensure

that all critical spares/ components are available with the Service Centres in sufficient quantity.

4.3 TECHNICAL SPECIFICATIONS & QUANTITIES: 4.3.1 The technical Specifications of various products have been given in Appendix-H and the required quantities

have been given in Schedule-I. These specifications should be carefully studied by the Bidder, so that the product

could be technically evaluated as per the Purchaser's requirement. 4.4. FACT SHEETS: 4.4.1 Fact Sheets as per SCHEDULE-IV are to be filled and uploaded by the bidders as part of the Technical Bid. These

Fact Sheets should be complete in all respects and should be free from errors and omissions. All required

parameters must be replied to in affirmative/ negative. This should be done by giving specific make of the

component, wherever applicable. In the column "Offered", give exact number etc. For example, if 512MB RAM has

been offered instead of 256 MB RAM, figures 512 MB SDRAM (as the case may be) should be clearly indicated. In

case of some specifications, such as PCI-X Architecture, words 'Yes/No' will suffice. Make/ Model should be given

by identifying the company by which this component was made. (e.g. Quantum, Sony & Kingston etc.) Answers

such as "To Be Supplied", "See Catalogue" etc. are not acceptable. Incorrect or inadequate answers are liable to

disqualify the Bidder. In case of any difference between fact sheets and the specifications given in Appendix-H , the

latter shall prevail. 4.4.2 The Bidder shall also supply along with the Bid all brochures and authenticated bulletins carrying latest changes covering the

technical aspects of each item appearing in schedule of requirement intended to be supplied by the Bidder. For the purpose

of establishing latest changes, print-outs down loaded from INTERNET (& duly authenticated) may be acceptable.

Page 39: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

39

4.5 INSTALLATION: 4.5.1 Contractor shall observe all the codes specified in respective specification, all the legal procedures, ordinances,

rules and regulations and requirements pertaining to the work and shall be responsible for extra cost arising from

violation of the same. 4.5.2 Contractor shall have at all times during the performance of the work, a competent superintendent on the premises.

A letter in this regard may be provided by the Bidder before the start of execution of the work.Any instruction given

to such superintendent shall be construed as having been given to the contractor. 4.5.3 The HPU reserves the right to inspect all phases of the contractor’s operations to ensure conformity to the

specifications. The HPU shall have engineers, inspectors or other duly authorised representatives made known to

the contractor, present during the progress of the work and such representatives shall have free access to the work

at all times. The presence or absence of representatives of the HPU does not relieve the contractor of the

responsibility for quality control in all phases of the work. 4.5.4 Any work not conforming to the execution drawings, specifications or codes shall be rejected forthwith and the

contractor shall carry out the rectification/ replacement at his own cost. 4.5.5 The work is to be executed under the existing site conditions. The tenderer may visit the site to get fully acquainted with the

site conditions. No compensation /claims in regard to site conditions/constraints/rules and regulations will be entertained. 4.6 ACCEPTANCE TESTING AFTER NOTIFICATION OF AWARD: 4.6.1 The Purchaser may conduct benchmarking & acceptance test, which could involve operation of complete hardware

system and active components for three consecutive days. The Supplier(s) will provide full assistance in this

regard. Partial delivery/ installation/ testing of hardware/ system software will not be permissible for acceptance/

payment. The criteria for benchmarking/ acceptance will be conveyed separately.

Page 40: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

40

4.6.2 Performance as per specifications at all the Ports should be demonstrated and test reports would be accepted as

proof. All the features of the Networking Management Software should also be demonstrated on integrated network

of HPU and proofs recorded. 4.6.3 The contractor shall provide, for purposes of inspection and testing, all necessary instruments at his own cost. 4.6.4 All results of inspection and tests will be recorded for inspection and verification by the Technical committee

CWOFN/ Wi-Fi, HPU. These reports shall form a part of the job completion documents. 4.6.5 The acceptance will be subject to submission of proper Certification from the Manufacturer, when agreed upon. 4.6.6 Inspection and acceptance of the work shall not relieve the contractor from any of his responsibilities under this contract. 4.7 JURISDICTION:

4.7.1 All questions, disputes and /or differences arising under and out of or in connection with the contract, if concluded, shall be

referred to the Vice-Chancellor, H.P. University,Shimla whose decision shall be final and binding on both the parties.

4.7.2 All legal disputes will be subject to courts in Shimla.

4.8 SITE CLEANING 4.8.1 The contractor shall take care of cleaning the work site form time to time for easy access to work site and also from

safety point of view.

4.8.2 Site would be required to be always kept clean upto the entire satisfaction of the H.P.University. Before handing

over of any work to the HP University, the contractor in addition to other formalities to be observed as detailed in

the document, shall remove the waste materials from the site to the entire satisfaction of the H.P. University.

Page 41: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

41

4.9 MEASUREMENT OF WORK:

4.9.1 Payment shall be made on the basis of joint measurement, taken by the contractor and certified by the HPU and

recorded in measurement sheets.

4.9.2 Wherever work is executed based on instructions of the HPU, or details are not adequate in the drawing, physical

measurement shall be taken by the contractor in the presence of the HP University representative.

4.10 TRAINING:

4.10.1The contractor shall provide adequate training to the HPU personal for the running and management of the

network. Training will be for 7 days for a batch of five people at site. Basic infrastructure such as space, electrical

supply and PC’s would be provided by the University, rest to be arranged by the supplier.

4.11 POWER AND WATER SUPPLY AND ROAD CUTTING PERMISSIONS: 4.11.1Power supply and water supply shall be made available at suitable points only, within the project area. At rest of the

places, thecontractor shall have to make his own arrangement for power and water supply during execution of work. 4.11.2 Permissions for any road cutting required shall be arranged by HP University.

4.12 DRAWINGS AND DIAGRAMS: 4.12.1 Drawings accompanying the tender documents are indicative of the nature of work and are issued for tender purposes only.

Page 42: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

42

4.12.2 The tenderer may also submit additional indicative drawing, if required. 4.12.3 The contractor shall submit the actual execution drawings (5 copies size- 4x2 ft.) to HPU for approval purpose and

contractor shall carry out the work as per approved execution drawings including cable laying route. 4.13 COMPLETENESS OF SUPPLIES, INSTALLATION & COMMISSIONING: 4.13.1 Any other items/services other than those detailed in the document herein, which are required for the integrated

operations of the system at the HPU shall be specified by the tenderer separately with its detailed specification/

brochures, etc. the prices for these additional items/services should be separately provided in the Price Schedule. 4.13.2 The contractor shall be fully responsible for the successful functioning and integrated operations of the system as a whole

and omission of any items/ services in the document shall not be sufficient reason for non-performance of the system.

Page 43: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

43

SECTION 5

FORMS AND SCHEDULES

APPENDICES

A-FORMS

Page 44: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

44

FORM –A

UNDERTAKING ON BEHALF

OF

ORIGINAL EQUIPMENT MANUFACTURER(OEM)

[ Para 2.8(1)(ii)] To

The Store Purchase Officer

H P University, Summer Hill, Shimla 171 005

Subject : Authorisation alongwith MAF to a distributor/ channel partner for e-tender No.SPO/SPU/2018 Dear Sir, Please refer to your Notice Inviting Tenders for expansion of Wi-Fi through Campus wide optical fibre networking in HP

University, Shimla published in Aplinders.gov.in__________________________________________. M/S ________________________________________, who is our reliable distributor/channel partner and has executed

several Network project for the last ____________years, is hereby authorized to quote on our behalf for this prestigious tender.

M/S _____________________________________is likely to continue as our business partner during years to come. We

undertake the following regarding the supply of computer hardware/ peripherals/ software/ system integrator (for networking): 1. The machines/ equipment supplied in this tender shall be manufactured by us as per the specifications required by

the Purchaser. M/S _____________________________ ____________________ shall not be allowed to do any

major hardware integration on our equipment.

Page 45: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

45

2. It will be ensured that in the event of being awarded the contract the machines/equipment will be delivered & maintained by M/S

_______________________________________________ properly as per the conditions of the contract. For this purpose, we

shall provide M/S ___________________________ necessary technical support including technical updates, & spares. If M/S

_______________________________________ fails to maintain the machines/ equipment for any what-so-ever, reason

OEM shall ensure for proper maintenance of these machines during the warranty/ AMC period. 3. If due to any reasons, the tie up between our Company & M/S _________________ ________________ breaks

down subsequently, we shall honour the terms& conditions of the contract.

4. We shall provide support in terms of spares and service for quoted active components by the bidder/OEM for next

ten years.

5. Manufacturer Authorisation form (MAF) from OEM.

Yours very truly,

Name :________________________________

Designation :___________________________

Company :_____________________________

(Signature of the authorized signatory with stamp)

Page 46: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

46

FORM –B

FINANCIAL, INSTALLATION AND SUPPORT SERVICE PROFILE OF BIDDER

[Para 2.8 (II)(i)]

I. Financial Parameters 1. Net worth as on 31-03 –15 and 31-03-18

2. Profit before taxes (PBT) for the last three years.

3. Profit after taxes (PAT) for the last three years.

4. Income Tax clearance Certificate.

5. Equity Base

6. Premier contributors to Equity including Promoter's Contribution.

7. Turn-over during the last 3 financial years.

II. Installation Base and Regional Spread (Give Details) III. Customer Support and Service

Page 47: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

47

(i) Number of engineers and their qualification

Sr.No Qualification Numbers Experience Break Up Special Attributes

*

1. B.Tech and

above

2.

3

* give special attribute such as 2 years of experience of Wi-Fi Network with 600 users.certifications if any, Etc.

IV. Indicate number of engineers in Shimla/Chandigarh

Name :________________________________

Designation :___________________________

Company :_____________________________

(Signature of the authorized signatory with stamp)

Page 48: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

48

FORM - C

[Para 2.8(II)(ii)]

DETAILS OF INSTALLATION BASE

(Support With Documents Pertaining To Work Orders)

Sr. No. Organizations/ Number of Value Date of Order Current Status Educational Servers/

Institutions not Peripherals

less than supplied

University /Networks

installed

1.

2.

3.

4.

5.

* Give latest position regarding installation and arrangement for after sales

support. $ Give telephone/ fax No. and address of the contact persons ** Indicate the model numbers of major active components in case of networks (along with satisfaction certificate from the customer).

Name :________________________________

Designation :___________________________

Company :_____________________________

(Signature of the authorized signatory with stamp)

Page 49: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

49

FORM - D

DECLARATION REGARDING ACCEPTANCE OF TERMS & CONDITIONS

CONTAINED IN THE TENDER DOCUMENT To,

The Store Purchase Officer

H P University, Summer Hill, Shimla 171 005.

Sir,

I have carefully gone through the Terms & Conditions contained in the Tender Document (No.SPO/HPU/2018 )

regarding expansion of Wi-Fi through campus wide Networking Equipment for Himachal Pradesh University. I declare that

all the provisions of this Tender Document contained in Section-1 to Section-5 are acceptable to my Company. I further

certify that I am an authorized signatory of my company and am, therefore, competent to make this declaration.

Yours very Truly,

Name: _______________________

Designation: __________________

Company: _____________________

Address: ______________________

(Signature of the authorized signatory with stamp)

Page 50: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

50

FORM - E

DECLARATION REGARDING PAST PERFOMANCE

To,

The Store Purchase Officer

H P University, Summer Hill, Shimla 171 005.

Sir,

I have carefully gone through the Terms & Conditions contained in the Tender Document [No.SPO/HPU/2018]

regarding expansion of Wi-Fi through Campus wide Optical Fibre Networking Equipment for Himachal Pradesh

University. I hereby declare that my company has not been debarred/black listed by any reputed Government /

Semi Government organizations/University for quality/ service products nor is there any pending dispute regarding

short shipment/ installation/service. I further certify that I am an authorized signatory of my company and am,

therefore, competent to make this declaration.

Yours very Truly,

Name: ____________________________ Designation: _______________________ Company: _________________________ Address: __________________________

Page 51: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

51

B-SCHEDULES

SCHEDULE-I

PRICE SCHEDULE

(to be completed by manufacturers or their Distributors)

Category A S.NO. OF THE BRIEF DESCRIPTION OF THE ITEM QUANTITY UNIT PRICE TOTAL FOR

ITEM PRICE (INCLUDING ALL TAXES, LEVIES, DUTIES ETC.)

1 2 3 4 5

Note:

a. Basic Price should include freight, packing insurance, installation, commissioning, 5 years’ onsite warranty

with engineer stationed at site or any other charges.

Page 52: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

52

b. University has duty exemption certificate which can be provided to the bidders to get duty exemption.

c. The quantities indicated in column 3 above are indicative and are for calculation of the overall lowest bid. Payment for

these items will be made on the basis of actual measurement. If any additional quantities are required subsequently,

the rates per unit quoted above or any other lower rate prevalent at the relevant point of time will be applied.

d. Only the consolidated total price of all the items (total of column 5) must be given in the Financial Bid.

e. 15/25 years’ standard performance warranty should be given on passive components.

Date: Signature of the authorized signatory Place: Name:

Designation:

Seal:

Page 53: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

53

SCHEDULE – II

GROSS BID VALUE SCHEDULE

[Para 2.8 (III)(ii) and Para 2.18.3]

Category/Sr. Brief Description of the Item FOR Value as A M C Amount Gross Bid

No. of the Item per Schedule I for the 6th Year Value with One

Resident

Engineer

Date: Signature of the authorized signatory Place: Name:

Designation:

Seal:

Page 54: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

54

SCHEDULE III

FACT SHEETS

(Fill in the fact sheets carefully and should be signed by authorized Signatory)

Category A: Active Components

FACT SHEETS

Technical Specifications 1.3.1 Layer 3 Switch

Sr. No. Generic Requirements Compliance Remarks with

Reference Page No.

1. The Switch should have atleast 24 SFP+ 10Gbps Ports

2. The Switch should have option to add additional module with

8*10G or 2*40Gigabit ports.

3. The Switch should have dual redundant power supplies.

4. The Switch should also support 440W DC power supply.

5. The Switch should be Stackable with 480Gbps stacking

bandwidth from Day 1 with Stack Power capabilities to allow the

power supplies in a stack to be shared as a common resource

among all the switches.

6. The Switch Architecture should be able to Stack atleast nine

Switches together.

7. The Switch should be based on a Modular OS Architecture

capable of hosting applications.

8. The Switch should have RJ45 Console Port for Management.

9. The Switch should have atleast 2GB of Flash.

10. The Switch should have atleast 4GB of DRAM.

Page 55: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

55

11. The Switch should have atleast 1 10/100/1000 dedicated Ethernet

Management Port

12. The Switch should have atleast 640Gbps non-blocking switching

bandwidth.

13. The Switch should have atleast 450Mpps of forwarding rate.

14. The Switch should have atleast 480Gbps Stack Bandwidth.

15. The Switch should support atleast 32000MAC Addresses

16. The Switch should support atleast 24000 IPv4 routes

17. The Switch should support atleast 4000 Van ID’s & 1000 SVI’s

18. The Switch support 9198 bytes of Jumbo Frames

19. The Switch should support routing protocols OSPF, BGP, PIM

and IPv6 routing such as OSPFv3 and EIGRPv6 from Day-1

20. The Switch should support AES-256 MACsec encryption

1.3.2 24 Port Layer 2 Switch

Sr. No. Generic Requirements Compliance Remarks with

Reference Page No.

1. The Switch should have 24 Gigabit Ethernet ports with line-rate

forwarding performance.

2. The Switch should have minimum of 2 fixed 10 Gigabit Ethernet

SFP+ uplinks.

3. The Switch should have support Forwarding bandwidth of

108Gbps.

4. The Switch should support Full-duplex Switching bandwidth of

216 Gbps.

5. The Switch should support 64-Byte Packet Forwarding Rate of

95 Mpps

6. The Switch should support 1023 VLANs

7. The Switch should support 4096 VLAN IDs

8. The Switch should support Jumbo frames of 9216 bytes.

9. The Switch should support dedicated stacking ports in addition to

ports mentioned above.

10. Stacking should support 80 Gbps of throughput

Page 56: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

56

11. Stacking should support automatic upgrade when the master

switch receives a new software version.

12. Stacking should support QoSto be configured across the entire

stack

13. The Switch should support MAC-based VLAN assignment,

Security Group Exchange Protocol (SXP), 802.1x, IPv6 First-

Hop Security, Private VLANs, Dynamic ARP Inspection (DAI),

and IP Source Guard.

14. The Switch should be with IPv6 Ready Logo.

15. The Switch should be Reduction of Hazardous Substances

(RoHS) including Directive 2011/65/EU and Common Language

Equipment Identifier (CLEI) code compliant.

1.3.3 12 Port PoE Access Switch

Sr. No. Generic Requirements Compliance Remarks with

Reference Page No.

1. The Switch should support a minimum of 12x 10/100/1000

Gigabit Ethernet PoE + Ports with PoE budget for the switch

should be 240 Watts.

2. The Switch should have 2 x 10G SFP+ Uplinks ports

3. The Switch should support Forwarding bandwidth of 34 Gbps

4. The Switch should have packet Forwarding Rate of 50 Mpps

5. The Switch should support 4000 VLAN IDs

6. The Switch should support IEEE 802.1D Spanning Tree

Protocol, IEEE 802.1p, IEEE 802.1Q Trunking, IEEE 802.1s

Multiple Spanning Tree (MSTP), IEEE 802.1w Rapid Spanning

Tree (RSTP), IEEE 802.1x, IEEE 802.1ab (LLDP), IEEE

802.3ad Link Aggregation Control Protocol (LACP) and IEEE

802.1AE MACsec

7. The Switch should have 80-Plus Sliver Certified power supply.

8. The Switch should have following safety standard UL 60950-1,

CAN/CSA 22.2 No. 60950-1, EN 60950-1, IEC 60950-1, CE

Marking, GB 4943 and IEC 60825.

9. Switch should support AAA using RADUS & TACACS+

Page 57: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

57

1.3.4 Wireless Access Point- Type 1 (Indoor Access Point)

Sr. No. Generic Requirements Compliance Remarks with

Reference Page No.

1. Access Point proposed should be 802.11ac Wave 2

2. Access Point include radios for 2.4 GHz and 5 GHz.

3. Must support integrated antenna.

4. Access Point must support Flexible Radio Assignment modes:-

a. 2.4 GHZ and 5 GHz mode

b. Dual 5GHz mode

c. Wireless Security Monitoring and 5 GHz mode.

5. Must support the connection rate of up to 2.6 Gbps per radio.

6. Must support 4x4 MIMO with three spatial streams.

7. Must support 802.11ac beamforming and 160 MHz channels.

8. Must support A-MPDU (Tx/Rx), A-MSDU (Tx/Rx), 802.11 DFS

and CSD

9. Must support Wi-Fi Certified a,b,g,n,ac Wi-Fi Vantage, WMM

and Passpoint.

10. Must support 2 Ethernet ports.

11. Must support 100/1000/2500/5000 Multigigabit Ethernet (RJ-45)-

IEEE 802.3bz

12. Must support Automatic link aggregation (LAG)

13. Must have indicators for Status LED indicates boot loader status,

association status, operating status, boot loader warnings, boot

loader errors.

14. Must have 1024 MB DRAM and 256 MB flash.

15. Mounting kit should be standard form OEM directly.

16. The Wireless AP’s should be compatible with the existing WLC

and should be able to seamlessly integrate with the existing setup,

necessary software/ licenses to be considered by the bidder.

17. Access point should able to do the spectrum scanning for Wi-Fi

and non Wi-Fi interference for both on-channel and off-channel

at all 20Mhz,40Mhz,80Mhz and 160 Mhz channels.

Page 58: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

58

1.3.5 Wireless Access Point- Type 1 (Outdoor Access Point)

Sr. No. Generic Requirements Compliance Remarks with

Reference Page No.

1. Access Point proposed mist include radios for both 2.4 GHz and

5 GHz.

2. Access Point should support dual band antennas.

3. Access Point should have 2.4 GHz 6dBi/5 Ghz 8 dBi Dual Band

Omni Antenna from Day-1

4. Should have an option of adding external modules.

5. Must support 4x4 multiple-input multiple-output (MIMO) with

three spatial streams

6. Must support PHY data rates up to 1.3 Gbps (80 MHz with 5

GHz)

7. Must support 80 MHz wide channels in 5 GHz

8. Must support 28 dBm or higher of transmit power.

9. Access Point should have multiple wired uplink interfaces

including 10/100/1000 BASE-T Ethernet autosensing (RJ-45)

and a build-in Fiber SFP port

10. Access Point shall support powering from AC,DC,UPoE.

11. Access point shall support pole and Cable strand mounting

options.

12. The equipment shall support up to 100 MPH sustained winds and

165 MPH wind gusts.

13. The Access point shall be IP67 and NEMA Type 4X.

14. The Access point shall support operating temperature of -40 to

65oC ambient air with no solar loading

15. The Access Point shall support storage temperature of -50 to

70oC

16. Must support spectrum intelligence across 20-,40- and 80- MHz

Channels

17. Must support Management console port (RJ-45) and Four

multicolor LEDs.

18. The wireless Aps should be compatible with the existing WLC

and should be able to seamlessly integrate with the existing setup,

Page 59: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

59

necessary software/ licenses to be considered by the bidder.

19. Support Encrypted and authenticated connectivity between all

backhaul components

20. Wireless AP should support beamforming technology to improve

downlink performance of all mobile devices, including one-,two-,

and three- spatial-stream devices on 802.11ac without taking the

inputs from client.

1.3.6 10GBASE-LR SFP+ Module,

Sr. No. Generic Requirements Compliance Remarks with

Reference Page No.

1. SFP should have 1260nm to 1355nm transmitting and receiving

wavelength

2. SFP should have core size of G.652 and covering distance upto

10km

3. SFP should have transmit power between 0.5 to -0.8

4. SFP should have receiving power between 0.5 to -14.4

5. SFP should have power consumption of 1W and operating

temperature range between 0 to 70oC

6. SFP should be of IEEE 802.3 and GR-326-CORE standard

7. SFP should have Laser class 1 21CFR-1040LN#50 7/2001

8. Cable jacket of SFP copper module is E116441 Compliant

Page 60: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

60

1.3.7 Network Management System

Sr. No. Generic Requirements Compliance Remarks with

Reference Page No.

1. NMS has to be preferably form the sameOEM as of Switches and

Wireless Access Points. We have Cisco access points installed in

campus.

2. The NMS solution should be dedicated hardware based appliance

which should have 10 Core Physical CPUs, 25 MB cache, 64 GB

memory, 4 x 900GB HDD and with 500 device LIC. From Day-

1.

3. The solution should support Integration with the Enterprise SDN

Controller, provides the ability to automate new device

deployment using Zero Touch Provisioning capabilities.

4. The solution should support customize alarms based on the

operational needs. Customizable syslog based alarms provides

the ability to custom create new alarms and prioritize operator

response

5. The solution should support to deliver a single, unified platform

for network service provisioning, monitoring and assurance and

change and compliance management.

Page 61: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

61

PASSIVE COMPONENTS

CAT-6 Outdoor Cable

Sr.

No.

Generic Requirements Compliance Remarks with

Reference Page

No.

1. Category 6 shielded Twisted Pair cable shall be

compliant with ANSI/EIA/TIA 568-C2

2. Should be twisted 4 pair of 23 AWG solid

copper conductor.

3. Cable should be CM rated IS O/IEC 11801 • TIA/EIA-568-C.2 Category 6 • ANSI/ICEA S-90-661 Category 6 • NEMA WC63.1 Category

4. Cable should have internal cross separator

5. Outer Jacket:- UV resistant PE

Conductor Size: 23AWG • Conductor Material: Solid Bare Copper • Insulation Material: High Density Polyethylene (HDPE) • Insulation Diameter: 1.06 ± 0.01mm • Number of Conductors: 8 Conductors • Number of Pairs: 4 Pairs • Outer Shield Material: Aluminum Foil • Drain Wire: Yes, Tinned Copper • Outer Jacket Material: FR-PVC (UV) • Outer Jacket Diameter: 7.90mm ± 0.2mm • Outer Jacket Rip Cord: Yes

Page 62: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

62

2. CAT-6 UTP Cable

Sr.

No.

Generic Requirements Compliance Remarks with

Reference Page

No.

1. Category 6 unshielded Twisted Pair cable shall

be compliant with ANSI/EIA/TIA 568-C2

2. Should be twisted 4 pair of 23 AWG solid

conductor.

3. Cable should be CM rated and certified by

third party lab for IEC 60332-3-22

4. Cable should have internal cross separator

5. Jacket:- Inner jacket LSZH(Low Smoke Zero

Halogen)

3. CAT-6 UTP Information Outlets with SMB/Face Plate Including Gang Box

Sr.

No.

Generic Requirements Compliance Remarks with

Reference Page

No.

1. Single/Dual RJ45 Gang Box square Box to

mount a faceplate of 86mm x 86mm with

Single/Dual insert in ABS Plastic Single RJ45

Compatible with Gang square plate(86mm x

86mm)

2. Category-6, ANSI/EIA/TIA 568-C2 for RJ45

termination

3. All information outlets 22-24 AWG copper

4. Should be UL Listed and ETL verified

5. Contact Plating: 50 micron inches gold over

100 micron inches nickle

Page 63: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

63

4. CAT-6 UTP 24 Port Jack Panel

Sr.

No.

Generic Requirements Compliance Remarks with

Reference Page

No.

1. Shall be loaded with individually replaceable

24 nos. Category-6 I/O Jacks complying with

EIA-568 C2

2. Should 19” rack mountable & of 1U Height &

complete with all mounting accessories

3. Should be made of cold rolled steel

4. Should confirm to TIA/EIA 568-C2

Component Compliant

5. Should Terminate 24 UTP CAT6(4Pair)

Cables

6. Ports should be with individual dust cover and

individual replaceable

7. Should confirm to EIA/TIA 568A/B wiring

pattern

8. Should have labelling strips for identification

9. Should have integral cable management shelf

10. Should be ETL verified

Page 64: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

64

5. CAT-6 UTP Mounting Cord 1Mtr

Sr.

No.

Generic Requirements Compliance Remarks with

Reference Page

No.

1. Should be 4 pairs 24 AWG or better of copper

cables

2. The outer jacket should be Low Smoke Zero

Halogen

3. Better AWG stranded bare copper

4. Shall have RJ45 jacks with transparent plugs

at both the ends

5. All patch cords should be factory Crimped and

packed with cross separator

6. Should Comply with proposed ANSI/TIA/EIA

568-C.2

6. CAT-6 UTP Mounting Cord 2 Mtr

Sr.

No.

Generic Requirements Compliance Remarks with

Reference Page

No.

1. Should be 4 pairs 24 AWG or better of copper

cables

2. The outer jacket should be Low Smoke Zero

Halogen

3. Better AWG stranded bare copper

4. Shall have RJ45 jacks with transparent plugs

at both the ends

5. All patch cords should be factory Crimped and

packed with cross separator

6. Should Comply with proposed ANSI/TIA/EIA

568-C2

Page 65: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

65

7. 1” PVC Conduit/Casing Capping for UTP cabling

Sr.

No.

Generic Requirements Compliance Remarks with

Reference Page

No.

1. ISI marked Condiut pipe 1” and 3 meter in

length

2. With sufficient accessories for fixing the pipes

like Conduit Clip, Gatti, Screws, Elbows, Flexi

etc.

3. The conduits shall conform to IS 9537 I & II or equivalent standards.

8. 12 U wall mount Data rack with all accessories

Sr.

No.

Generic Requirements Compliance Remarks with

Reference Page

No.

1. Racks Manufactured out of steel sheet

punched, formed, welded and powder coated

2. Rack Should ISO 9001,14001,18000 certified

company UL Listed

3. Rack should be UL certified

4. Rack should have front Toughened Glass Door

with lock and keys.

5. Rack should have two sections- Front Section

to be bolted to back section, back section Fixed

to wall

6. Front section should be swing type and give

access to back on opening

7. Rack should be 12u in Height, 19”

wide,500MM Depth or more

8. Rack should have the provision for mounting 1

or 2 Fan on top cover

Page 66: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

66

9. Rack should have 1 number Power Distribution

Units with 6 no. of octagonal Socket 5/15A

Indian round pin with PDD rating 3.6 KVA

10. Rack should have 1 No Horizontal Cable

organizer with plastic loops

11 Rack Should have 1 Packet Mounting

Hardware pack of 20.

9. Six Meters Height Electric Pole

Sr.

No.

Generic Requirements Compliance Remarks with

Reference Page

No.

1. Hot Dip Galvanized, Free Standing,

Octagonal/Circular, Continuously Tapered

2. Should be 6m in Height

3. Weight have to specify

4. Should have customized to mount Access

Points and other Accessories

5. Should be made of high quality fabricated

metal

6. Must be Single section no joints Required

7. With provision of mounting theft protection

cage of Outdoor Access Points

Page 67: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

67

10. 2000mm Length and 40 mm Diameter Earth Electrode

Sr.

No.

Generic Requirements Compliance Remarks with

Reference Page

No.

1. Should be 2000mm length & 40mm diameter

2. Good corrosion resistance

3. High Conductivity

4. Low Electrical resistance to earth

11. Theft Protection Cage (For Indoor AP)

Sr.

No.

Generic Requirements Compliance Remarks with

Reference Page

No.

1. Should be high quality fabricated metal

2. Should fit around Access Point to ensure

protection against damage or theft

3. Should not hinder performance of AP

12. Theft Protection Cage (For Outdoor AP)

Sr.

No.

Generic Requirements Compliance Remarks with

Reference Page

No.

1. Should be high quality fabricated metal

2. Should fit around Access Point to ensure

protection against damage or theft

3. Should not hinder performance of AP

Page 68: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

68

13. 40/33 mm HDPE Pipe with Rope For Outdoor AP

Sr.

No.

Generic Requirements Compliance Remarks with

Reference Page

No.

1. HDPE Pipe silicon coated PLB 40/33 mm

with accessories like end capes, elbows and

cable sealing plugs

14. 24 Core Optical Fibre Cable (OFC) single Mode.

Sr.

No.

Generic Requirements Compliance Remarks with

Reference Page

No.

1. 24 Core OFC Single Mode

15. 24 core OFC Joint Box

Sr.

No.

Generic Requirements Compliance Remarks with

Reference Page

No.

1. 24 core OFC Joint Box

Page 69: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

69

16. Fibre Distribution Management System (FDMS)

Sr.

No.

Generic Requirements Compliance Remarks with

Reference Page

No.

1. 24 Core FDMS

17. Wall Mountable splice Centre (WSC)

Sr.

No.

Generic Requirements Compliance Remarks with

Reference Page

No.

1. 24 Core WSC

18. 15 Amp switch and socket

Sr.

No.

Generic Requirements Compliance Remarks with

Reference Page

No.

1. 15 amp Switch & socket (fixing on metal box of 180mm x 100 mm x 60 mm) deep (nominal size) on surface/ recess with suitable size phenolic laminated sheet cover in the front including providing and fixing 6 pin 15/16 amps socket outlet and 15/16 amps, piano type switch, connections, painting etc. as required.

Page 70: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

70

19. Electrical Wire 2.5 mm (heating)

Sr.

No.

Generic Requirements Compliance Remarks with

Reference Page

No.

1. Electrical wire 2.5mm (heating) box 1. Nominal Area of Conductor:- 2.5 sq mm 2. Max. Overall Diameter:- 3.7 mm 3. Conductor Material:- Copper 4. Resistance (Max.) per Km at 20° C:-

7.41 ohm 5. Current Rating (Casing):- 18 Amps 6. Current Rating (Concealed):- 22 Amps 7. Insulation Material:- FR PVC 8. Thickness of Insulation (Nom.):- 0.8

mm 9. Number Dia of conductor strands:-

36/0.3 mm 10. Length per pack:- 90 Mtrs. 11. Certification:- BIS 12. Colours:- all available different colours

20. 0.75mm earthing wire

Sr.

No.

Generic Requirements Compliance Remarks with

Reference Page

No.

1. 0.75mm earthing wire box 1. Nominal Area of Conductor:- 0.75

sq mm 2. Max. Overall Diameter:- 2.3mm 3. Conductor Material:- Copper 4. Resistance (Max.) per Km at 20°

C:- 26 ohm

Page 71: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

71

5. Insulation Material:- FR PVC 6. Thickness of Insulation (Nom.):- 0.6

mm 7. Number Dia of conductor strands:-

24/0.2 mm 8. Length per pack:- 90 Mtrs. 9. Certification:- BIS 10. Colours:-Green

Service Component

S. No. Generic Requirements Compliance Remarks

1 Laying of Outdoor STP cable through PVC/HDPE Pipe.

2 Laying of indoor UTP cable through PVC

Conduit/Casing/capping/Cable Tray .

3 Fixing of 1" PVC Conduit/Casing/capping on Surface.

4 Fixing and termination of 24 port Jack Panel.

5 I/O termination and Face Plate Fitting, Ferruling, testing &Labelling at

both end.

6 Installation of 12U Rack including cable dressing

7 Laying of Fiber Cable through PVC/HDPE Pipe

Page 72: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

72

8 Laying of HDPE Pipe.

9 Hard Soil Digging for OFC/Outdoor Cable

10 Installation of Fiber LIU With accessories

11 Fiber Splicing per Core

12 OTDR Testing of OFC Cores

13 Civil Foundation for 6 Meters Height Pole and installation of Pole with

cage for antenna

14 Installation of Earth Electrode

15 Mounting of AP with cage Nos

Page 73: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

73

SCHEDULE-IV

(Fill in the fact sheets carefully and should be signed by authorized Signatory)

COMPLIANCE REPORT OF ELIGIBILITY

Sr. No Name of the firm Yes/No Page No. if yes Remarks

1. A Bidder should be manufacturer or authorized channel partner of OEM. The bidder should have a project specific Manufacturer Authorization Form (MAF) from OEM

2. Detailed profile of the company/firm

3. Undertaking on behalf of OEM (form A)

4. Audited Statement regarding sale of hardware/ networking components of the Bidder showing turnover of 3 crore in each year i.e. from 2015 to 2018

5. Installation with three reputed Govt. institutions (Form C)

6. Receipt of Rs. 15,000 towards the cost of Tender Document

7. Declaration in Form-D to the effect that all the terms of conditions contained in the tender document are acceptable clause by clause

8.

Declaration regarding past performance and has not been debarred / blacklisted Form E

9.

Category wise list of items

10.

The OEM should have custom paid spare part depots spread across the country (Proof Attached)

Page 74: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

74

Sr. No Name of the firm Yes/No Page No. if yes Remarks

11. A profit making entity (active + passive components) in all the last 3 years

12. The OEM of the product should be ISO 9001 certified

13. OEM should be in Gartner's leaders quadrant for Switches & Access Points

14. A Bidder has carried out in the past at least one

similar campus networking assignments on Backbone

of OFC, cat6, active components of Rs. 1Crore or two

networking projects of atleast Rs. 50 lacs, carried out

during the last three years (Proof Attached with order

copy, certificate of installation and commissioning)

15. Income tax returns of cost 3 years from 2015-2018 in form ‘B’

16. The bidder should have a valid PAN No. TIN No. & GST No.(copy of the same should be attached)

17. The bidding company of the product is ISO 9001 certified

18. Firm/company must be a single company and no consortium should be allowed (Copy of registration of firm be attached)

19. Regional Support has base in the

(Punjab/Haryana/Himachal Pradesh/

Chandigarh) (Proof attached)

20.

EMD/Bid security Rs. 6 lac attached

Page 75: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

75

Sr. No Name of the firm Yes/No Page No. if yes Remarks

21. OEM has to give undertaking of full support for guarantee and warranty of the components and its installation in case the authorized bidder is not able to provide support

22.

subsidized custom duty (as per DSIR certificate) will be passed to the University even if he has quoted the price in Indian rupees

23. Proof of authorized signatory of the bidder on the stamp paper.

24. It is reiterated that Purchaser's decision regarding Bidder's eligibility will be final

Page 76: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

76

SCHEDULE-IV

BOQ (active & passive works)

S/no. Item Description UOM Qty.

ACTIVE COMPONENTS

1 Wireless Access Point – Type 1 (Indoor) Nos. 190

2 Wireless Access Point – Type 2 with mounting kit and power injector (Outdoor) Nos. 4

3 12 Port PoE Access Switch Nos. 40

4 24 Port Layer 2 Access Switch Nos. 7

5 Layer 3 Switch Nos. 2

6

Required licenses for the given number of AP's to have seamless integration with NIC DC

Wireless Controller 5508. Nos. 194

7. 10GBASE-LR SFP Module, Enterprise-Class Nos. 94

8. Network Management System with required hardware Nos. 1

The bidder has to provide all required licenses for the given number of AP's to

9 features and functionality of proposed solution for five years Nos. 194

The bidder has to provide OEM based onsite and offsite support warranty for five NO 01

10

years

Bidder has to provide Resident engineer with qualification of B.Tech or higher

No 01

11

with 2years experience in the Implementation of Wi-Fi & Campus Network.

Bidder has to provide NMS Server with required Licenses for the quoted

switches, AP’s and Existing 14 APs and 3 Switches i.e (3560CX-8PC-S & 2960 NO 01

12 CX-8TC-L)

S/no. Item Description UOM Qty.

PASSIVE COMPONENTS

1 CAT6 STP/Outdoor Cable Mtrs. 305

2 CAT6 UTP Cable Mtrs. 10065

3 CAT6 UTP Information outlets with SMB/Face Plate including Gang Box Nos. 194

4 CAT6 UTP 24 Port Jack Panel Nos. 25

5 CAT6 UTP Mounting Cord 1 Mtr Nos. 194

Page 77: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

77

6 CAT6 UTP Mounting Cord 2 Mtr Nos. 194

7 1" PVC Conduit/Casing Capping for UTP cabling Mtrs. 9000

8 12 U Wall Mount Data Rack with accessories Nos. 25

9 6 Meters Height Electric Pole mounted with theft protection cage Nos. 4

10 2000mm Length and 40 mm Dia Earth Electrode Nos. 4

11 Theft Protection Cage (For Indoor AP) Nos. 190

12 Theft Protection Cage (For Outdoor AP) Nos. 4

13 40/33 mm HDPE Pipe with Rope for Outdoor AP Mtrs. 1000

14 24 Core OFC single mode Mtrs. 1000

15 OFC joint Box Nos. 10

16 24 Core FDMS Nos. 1

17 24 Core WSC

Nos. 1

18

15 amp Switch & socket (fixing on metal box of 180mm x 100 mm x 60 mm)

deep (nominal size) on surface/ recess with suitable size phenolic laminated

sheet cover in the front including providing andfixing 6 pin 15/16 amps socket

outlet and 15/16 amps, piano type switch, connections, painting etc. as

required. Nos. 30

19 0.75mm earthing wire pack of 90 Mtrs.

Nos. 3

20 electrical wire 2.5mm (heating) pack of 90 Mtrs.

Nos. 6

SERVICE PART

1 Laying of Outdoor STP cable through PVC/HDPE Pipe Mtrs. 305

2 Laying of indoor UTP cable through PVC Conduit/Casing/capping/Cable Tray Mtrs. 10065

3 Fixing of 1" PVC Conduit/Casing/capping on surface Mtrs. 9000

4 Fixing and termination of 24 port Jack Panel Nos. 25

5 I/O termination and Face Plate Fitting, Ferruling, testing & Labelling at both end Nos. 194

6 Installation of 12U Rack including cable dressing Nos. 25

7 Installation of 15 amp Switch & socket (fixing on metal box of 180mm x 100 mm x 60 mm) Nos. 30

Page 78: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

78

8 Installation of electrical wire 2.5mm (heating) box Nos. 6

9 Installation of 0.75mm earthing wire box Nos. 3

10 Laying of Fiber Cable through PVC/HDPE Pipe Mtrs. 1000

11 Laying of HDPE Pipe Mtrs. 1300

12 Hard Soil Digging for OFC/Outdoor STP Cable with 1 Mtr. Depth Mtrs. 1300

13 Installation of Fiber LIU With accessories Nos. 2

14 Fiber Splicing per Core Nos. 12

15 OTDR Testing of OFC Cores Nos. 12

16 Civil Foundation for 6 Meters Height Pole and installation of Pole with Cage for

Nos.

antenna 4

17 Installation of Earth Electrode Nos. 4

18 Mounting of AP Nos. 194

Page 79: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

79

SECTION-6

APPENDICES

Page 80: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

80

APPENDIX-A

NETWORK REQUIREMENT

An approximately 194Wi-Fi AP's are required for the expansion of existing Wi-Fi network (Wireless access controller of

NIC/NKN is being used as a centralised services) which is spread across campus through campus wide optical fibre

Network in the Himachal Pradesh University Campus. Schematic diagrams of buildings can be found at Appendix- with

approximate distances shown. The bidder may also see the detailed blue-print of buildings and campus layout on any

working day between 11am to 4 pm in the Wi-Fi control room. The network is visualised as made up two distinct parts:

OFC backbone made up of core switch, Zonal Switches and edge switches and departmental connectivity through

UTP and departmental switches. Different buildings areto be connected through Single Mode(SM) as shown in diagrams enclosed (Appendix-E).

1. Four fibres (12 and 24 core) are already laid to originate from a core switch at library The passive components of existing network should be used as far as possible.

The scope of the work of the Implementing Agency will be supplying of the active & passive components, route survey,

route map diagram & laying, testing of laid cable, installation, connectivity & integration of the LAN with existing & new

equipments, testing of LAN, integration with servers, clients, power supply & peripherals, testing of LAN network audit

using LAN protocol analyzer

& maintenance of the LAN for 98% uptime.

Patch Management, Active Directory & Client Server Anti Virus, Proxy, Mail & Web & other network management

related services will be run on this LAN.

Page 81: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

81

The bidder must give details of current installation base of the active components (particularly layer-3 and layer-2

switches), which is in operation in different organisations. Bidder should also enclose certificates of satisfactory

performance of the same. The Purchaser may consider existing installation base of the switches to be used to

decide their acceptability in terms of technology and after sales support.

There may be various options to implement this LAN. The diagrams given in this document (Appendix-E, F1, F2) is

one such option of network design. The Implementing Agency may offer their own design based on the product line

chosen by them. However, minimum number of fibre and copper ports as described in various diagrams should be

provided. The alternative design should not adversely affect the performance at the network edges & bandwidth of the

backbone. It is also clarified that the Implementing Agency may choose any combination/ size of switches so as to

provide requisite number of ports of the prescribed specifications with no compromise on overall performance. Please study all the accompanying specifications, diagrams etc. carefully before submitting the bid.

Page 82: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

82

APPENDIX-B Schematic Layout of Campus Wide Outdoor Optical Fibre Network Phase I

Page 83: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

83

APPENDIX- C Route Diagram

Page 84: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

84

APPENDIX-D

FLOOR WISE OUTLET

Page 85: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

85

Page 86: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

86

Page 87: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

87

Page 88: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

88

Page 89: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

89

Page 90: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

90

Page 91: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

91

Page 92: E-TENDERDOCUMENT for of HIMACHAL PRADESH UNIVERSITY, … · 2019. 6. 10. · INDEX Sec. No. Title Page No. Section 1 INVITATION FOR BIDS 5-8 INSTRUCTIONS TO BIDDERS ... C. Route Diagram

92

APPENDIX-E

Existing HPU Wi-Fi Location

S.No

Device name

Location

1 INDOOR Admin

2 INDOOR

VC office

3 INDOOR

Reading Room Library

4 INDOOR

Ground floor Library

5 INDOOR

PRO VC OFFICE

6 INDOOR

IMS Building

7 INDOOR

New UIIT

8 INDOOR

VC Office (Security Room)

9 INDOOR

Server Room

10 INDOOR

Top Floor Library

11 OUTDOOR Gargi hostel

12 OUTDOOR Library

13 OUTDOOR CD Hostel

14 OUTDOOR SBS Hostel