53
F1.9(33)/RISL/Misc/11/767 Dated: 27/09/2011 Page 1 of 53 (After pre-bid) Signature & Seal of the Tenderer RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005 Phone No.: 91(141) 5103902, 2229394, Fax: 91(141) 2228701, website: http://risl.rajasthan.gov.in Cost of Tender document: Rs. 1,000/- only Tender Form No. - Final Tender Document For Supply, Installation, Commissioning & FMS of Local Area Networking at Board of Secondary Education, Rajasthan (BSER), Ajmer Important Dates and references Date of commencement of sale of tender form : 30.09.2011 http://risl.rajasthan.gov.in/ NIT No. : F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Pre-Bid Meeting : 07.10.2011 at 14:30 hrs Venue: RajCOMP Info Services Ltd., Yojna Bhawan, C- Scheme, Tilak Marg, Jaipur Last Date of Submission of filled tender form : 25.11.2011 up to 15:00 hrs Date of technical bid Opening : 25.11.2011 at 15:30 hrs Validity of bid : 180 days from the date of opening of Tender Name of the Company/Firm: _______________________________________ Address of the Correspondence: ____________________________________ ____________________________________ Tele.No.: ___________ Fax No.: __________ Email Address: ______________ Contact Person’s Details: Name ________________________________ Designation ________________________________ Phone No. ________________________________ Mobile No. ________________________________ Email Address ________________________________

RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

F1.9(33)/RISL/Misc/11/767 Dated: 27/09/2011 Page 1 of 53 (After pre-bid) Signature & Seal of the Tenderer

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

Phone No.: 91(141) 5103902, 2229394, Fax: 91(141) 2228701, website: http://risl.rajasthan.gov.in

Cost of Tender document: Rs. 1,000/- only Tender Form No. -

Final Tender Document

For

Supply, Installation, Commissioning & FMS of

Local Area Networking at Board of Secondary Education,

Rajasthan (BSER), Ajmer

I m p o r t a n t D a t e s a n d r e f e r e n c e s

Date of commencement

of sale of tender form

: 30.09.2011 http://risl.rajasthan.gov.in/

NIT No. : F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011

Pre-Bid Meeting : 07.10.2011 at 14:30 hrs Venue: RajCOMP

Info Services Ltd.,

Yojna Bhawan, C-

Scheme, Tilak Marg,

Jaipur

Last Date of Submission

of filled tender form

: 25.11.2011 up to 15:00 hrs

Date of technical bid

Opening

: 25.11.2011 at 15:30 hrs

Validity of bid : 180 days from the date of opening of Tender

Name of the Company/Firm: _______________________________________

Address of the Correspondence: ____________________________________

____________________________________

Tele.No.: ___________ Fax No.: __________ Email Address: ______________

Contact Person’s Details: Name ________________________________

Designation ________________________________

Phone No. ________________________________

Mobile No. ________________________________

Email Address ________________________________

Page 2: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 2 of 53 (After pre-bid) Signature & Seal of the Tenderer

Table of Contents

Schedule Title Page No.

Technical Bid

I. Definitions & Acronyms 03

II. Notice Inviting Tender 04

III. Project Profile 05

IV. Detailed Hardware & Software requirement 06

V. Mandatory Conditions 06

VI. Eligibility Criteria 08

VII. General Conditions 09

VIII. Scope of Work 10

IX. Deliverables 12

X. Tender Form 13

XI. General Terms & Conditions of Tender 16

XII. Letter of Undertaking/ Declaration 24

XIII. Technical Specifications 26

XIV. Proposed layout of networking 36

XV. Authorization Certificates 38

XVI. Draft Agreement 40

XVII. Delivery and Installation Details 42

Financial Bid

XVIII. Financial Bid 43

Page 3: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 3 of 53 (After pre-bid) Signature & Seal of the Tenderer

Schedule I: Definitions & Acronyms

Agreement The Agreement to be signed between the successful Bidder and RajCOMP

Info Services Ltd.

Authorized Representative Any person authorized by either of the parties.

Bidder/ Tenderer The company/ corporation who will participate in the bidding process.

BoQ/ BoM Bill of Quantities/ Bill of Material

Corrupt Practice The offering, giving, receiving or soliciting of anything of value or influence

the action of an official in the process of Bidding or Contract execution.

DoIT&C Department of Information Technology and Communication, Government of

Rajasthan.

EMD Earnest Money Deposit

Fraudulent Practice A misrepresentation of facts in order to influence a procurement process or

the execution of a Contract and includes collusive practice among Bidders

(prior to or after Bid submission) designed to establish Bid prices at artificial

non-competitive levels and to deprive RajCOMP Info Services Ltd. of the

benefits of free and open competition.

GoR Government of Rajasthan

BSER Board of Secondary Education, Rajasthan, Ajmer

Law Any Act, Notification, Bye Law, Rules and Regulations, Directive,

Ordinance, Order or Instruction having the force of law enacted or issued

by the Central Government and/ or the Government of Rajasthan or any

other Government or regulatory authority or political subdivision of

Government agency.

NBD Next Business Day

NIT Notice Inviting Tender

OEM Original Equipment Manufacturer

PO Purchase Order

Purchaser/ Tendering

Authority

Managing Director, RajCOMP Info Services Ltd., Jaipur

RISL or RajCOMP RajCOMP Info Services Ltd., Jaipur

RSDC Rajasthan State Data Center located at Yojana Bhawan, Jaipur.

SecLAN Secretariat Local Area Network

SLA Service Level Agreement

Supplier or SI or vendor The bidder who will be finally selected and in whose name the work order/

purchase order will be issued.

UAT User Acceptance Test

CAMC Comprehensive annual maintenance contract.

Page 4: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 4 of 53 (After pre-bid) Signature & Seal of the Tenderer

Schedule II: Notice Inviting Tender

Ref. No.: F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011

NOTICE INVITING TENDER

Sealed tenders are invited for Supply, Installation & Commissioning of Local Area Networking at Board of Secondary Education, Rajasthan, Ajmer, as per details given below:

S. No.

Events Details Location

1. Cost of tender document Rs. 1000.00

2. Project cost (approx.) Rs. 35.00 lacs EMD Rs. 70,000.00

3. Place of sale of tender document

Office of Managing Director, RISL, Yojna Bhawan, Jaipur

4. Date of Issue of Notice Inviting Tender (NIT)

28.09.2011 In news papers, Web site of RISL (http://risl.rajasthan.gov.in)

5. Date of availability of Tender Document on the Website for Download

30.09.2011 http://risl.rajasthan.gov.in

6. Date and time of Pre-Bid Meeting

07.10.2011 at 14:30 Hrs.

RISL, 1st Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur – 302005

7. Last date for receipt of queries for pre bid meeting

07.10.2011 at 06:00 PM

Fax: +91-141-2228701 [email protected] [email protected]

8. Date by which pre-bid queries would be answered via web site and final RFP being uploaded on web site

18.10.2011 at 05:00 PM

http://risl.rajasthan.gov.in/

9. Last Date & Time of Submission of Tender document

25.11.2011 at 15:00 Hrs.

RajCOMP Info Services Ltd., 1st Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur – 302005

10. Date & Time of Opening of Technical Bid

25.11.2011 at 15:30 Hrs.

RajCOMP Info Services Ltd., 1st Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur – 302005

11. Date & Time of Opening of Financial Bid

Will be intimated to all the technically qualified bidders only.

1. Interested eligible tenderers may obtain further information from and also inspect the bidding documents at

the office of the Managing Director, RajCOMP Info Services Ltd., C-Block, Ist Floor, Yojna Bhawan, Tilak

Marg, C- Scheme, Jaipur (Rajasthan) – 302005, Tel.: 91-0141-2229394, 91-0141-5101313, Fax No.: 91-

0141-2228701.

2. A complete set of bidding documents may be purchased from above Office against a written application

during office hours 09.30 Hrs to 18.00 Hrs on all working days or by post upon payment of a non-

refundable fee of Rs. 1,000/- (Postal Charges – Inland: Rs. 200/- and Overseas: Rs. 500/-) by Demand

Draft/Banker's Cheque favoring The Managing Director, RISL payable at Jaipur. The final tender document

can also be downloaded from the above websites for which tender fees in prescribed format shall be

deposited before/ along with the technical bid.

3. Place of opening of bids and address for communication are as given above.

4. All bids along with bid security as specified in the bid document must be delivered to above office at the

date and time indicated below. Bids will be opened in presence of tenderers authorized representatives on

the specified date and time. If date specified for bid receipt and opening being declared as a closed

Page 5: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 5 of 53 (After pre-bid) Signature & Seal of the Tenderer

holiday for purchaser's office, the due date for submission and opening of bids will be the following working

day at the appointed times.

5. Tender Document can also be viewed at our website http://risl.rajasthan.gov.in and is meant for inspection.

The tenders received without tender fees or earnest money is liable for rejection. Tenders complete in all

respect must be submitted till 15:00 hrs of 25/11/2011. The bids shall be opened on the same day i.e. at

15:30 hrs of 25/11/2011.

Managing Director

Corrigendum

Page 6: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 6 of 53 (After pre-bid) Signature & Seal of the Tenderer

Schedule III: Project Profile

Computerization of Board of Secondary Education

Introduction:

Currently there are approx. 18 lac students in approx. 20,000 schools across the state. It is very much

cumbersome for the BSER to handle and process this much volume of data with the accuracy and within time

without the help of computerized system. Therefore, this project is an initiative of the Board of Secondary

Education Rajasthan and RISL under which it is proposed to provide best of class connectivity for faster,

secure and efficient working of BSER.

Most functions of BSER are exam oriented. Increasing number of students has posed challenge before BSER

in wake of voluminous and increasing data along with limited computerization. The project will help in building

faith in examination system besides bringing in efficiency and effectiveness in exam conduction through greater

transparency, accountability, responsiveness and accessibility.

Present Organizational Structure

Project Objectives

Ease the process of conducting the examinations for the BSER.

Facilitate students and teachers to view and download the documents and certificates (Mark sheet, Migration, Duplicate copy etc).

Easy to use interface for the schools to submit the application for recognition and affiliation.

Create the digital library of books for the different courses offered by the BSER.

Allow data sharing across different sections of BSER, Ajmer, thus bringing about the efficiency in administration functioning.

Facilitate the decision making process of top management by furnishing the right information at right time.

Help different section of BSER to collaborate and share information in real time.

Harness the use of technology to create sense of achievement amongst employees.

To facilitate meritorious students to get scholarship well in time.

To ensure the fee collection from affiliated schools well in time.

To facilitate different recruitment agencies to get the document verified through BSER website.

To ensure quick payments to examiners and examination centers.

Page 7: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 7 of 53 (After pre-bid) Signature & Seal of the Tenderer

Schedule IV: Detailed Hardware & allied items requirement

Ite

m

No.

Description Estimated

Qty.

Estimated

Value (in

lacs of Rs.)

EMD

(in Rs.

Lacs)

Delivery, Installation

& Commissioning

period (from the

date of order)

Local Area Networking at BSER, Ajmer (The quantities for the LAN components are estimated. The payment would be

done as per actual quantity (switches, cable etc.) consumed at the site of LAN installation as per verification by the nodal

officer of the BSER, Ajmer.)

1 Layer 3 switch (Central switch) 1 Nos.

35.00 70,000.00 60 days

2 Layer 2 Switch(24 ports) 5 Nos.

3 Layer 2 Switch(48 ports) 6 Nos.

4 UTM 1 Nos.

5 1 Port SFP, MM Fiber Transceiver Giga 42 Nos.

6 Passive components for LAN as per schedule XVII 350 nodes

Schedule V: Mandatory Conditions

1. Tenderer would have to quote for all the items. The order for these items will be placed on

turnkey basis and will not be splitted.

2. Tenders from manufacturer or bona-fide dealer/ distributor (Proof of authorization by the

manufacturer or country distributor in India in original in prescribed format) would only be

accepted & considered.

3. Tenders will not be accepted without aforesaid earnest money for which the

Tenderer has quoted (refer clause 24 of General Terms and Conditions of the

Tender). Tenders received after the prescribed time and date will not be accepted &

considered.

4. Firm/OEM must carry certification as specified in the Technical Specifications. Firm

should enclose relevant photocopies of the certificates, catalogues, brochures, etc. in

support of all the items quoted.

5. Photocopy of the relevant papers viz. Technical Specification Chart may be used.

Reproduced charts/ formats or own format, would not be accepted.

6. Delivery and installation to be made to the locations as specified in this tender document.

7. Technical bid must be packed, marked as „Technical Bid for Tender No.

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 and sealed in a separate envelop.

Financial bids must be packed, marked as ‘Financial Bid for Tender No.

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011‟ and sealed separately in duly marked

separate envelopes. Technical bid would be opened first and subsequently financial bid

of only the technically qualified tenderers would be opened.

8. Tenderers must submit „LETTER OF UNDERTAKING/ DECLARATION‟ as mentioned in

Schedule XII on its letter head, which should be followed by all the authorization

certificates, and certificates required, duly page numbered, for quick processing of the

tender. The purchaser may ask for the verification & authentication of attached certificates

at any point of time.

9. All network equipments provided must be from OEM, and should come with user

manuals, operation manual etc.

Page 8: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 8 of 53 (After pre-bid) Signature & Seal of the Tenderer

10. The bidder must have valid VAT/CVAT Registration Certificate, valid Service Tax

Registration Certificate and Income Tax Return with Audit Report from CA. Bidder shall

provide an attested copy of all the above-mentioned certificates along with this bid

document.

11. Bidder will have to quote only one option for each item. Multiple options quoted may

disqualify the bidder.

Page 9: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 9 of 53 (After pre-bid) Signature & Seal of the Tenderer

Schedule VI: Eligibility Criteria

(Bidders who meet ALL of the following qualification criteria should only apply.)

a) The bidder must fulfill under mentioned criteria:

Minimum turnover in each of the last three financial years consecutively

Local support (own or through authorized service provider) at Ajmer with min. 5

qualified engineers

For work experience bidder must have executed work orders of networking and

integration within last three years in India of Govt./ Semi Govt./ Bank/ PSU

Rs. 90.00 lacs 5 One work order of Rs. 35.00 lacs OR

Two work orders of Rs. 20.00 lacs each

The bidder must be a profit making

company. Attested & audited copy of the

company’s annual report has to be attached

along with the bid. The turnover should be

from Supply of Computer Hardware,

networking, System Software. The Bidder

needs to provide audited balance sheet/CA

certificate to this effect also.

The list of such employees

attested by HR department is

to be enclosed along with

Technical Bid.

Copy of work order and work completion certificate

must be enclosed. For work completion, following

may be considered:

a. Work Completion certificate

OR

b. Documents of amount received, toward each

work order, which should not be less than Rs.

20 lacs (when two PO enclosed) and Rs. 35

lacs (when one PO enclosed).

b) The bidder must be an authorized system integrator for sale, support and services of the

OEM who meets the criteria under Eligible Goods and Services of the products being

quoted in this bid. The bidder partner must attach Authorization Certificates for all the

quoted products from respective OEMs.

c) The bidder should have been in the business of supply and installation and Integration

of networking equipment / System Software and other allied items for past 3 (three)

years in India. The bidder needs to provide documentary proofs for the same. The

Installation, Integration and Maintenance services must not be sub-contracted.

d) The bidder must submit documentary evidence in support of their claim for fulfilling the

criteria and they should submit an undertaking on their letterheads to the fairness of

these documents in support of their claim while submitting the Bids. The Bids received

without documentary evidence will be out rightly rejected.

e) The bidder should not be Black listed as on date of bidding by any State or Central

Government in India. An undertaking must be submitted duly attested by the notary, by

the bidder.

f) The bidder should have a back-end support agreement for active components including

spare parts, expertise requirements etc. with the Original Equipment Manufacturer

(OEMs) of all the quoted item in this RFP, which includes the post-sales support

activities (like Integration support, Technical Assistance support, spares support,

Software Up gradation support etc.).

Page 10: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 10 of 53 (After pre-bid) Signature & Seal of the Tenderer

Schedule VII: General Conditions

1. Tenders would be considered in the prescribed tender form/ document only. A complete set

of bidding documents may be purchased from above Office against a written application

during office hours 09.30 Hrs to 18.00 Hrs on all working days or by post upon payment of a

non-refundable fee of Rs. 1,000/- (Postal Charges Extra) as indicated in NIT by Demand

Draft/Banker‟s Cheque favoring The Managing Director, RajCOMP Info Services Ltd.

payable at Jaipur.

2. The tendering authority is Managing Director, RajCOMP Info Services Ltd., C-Block, Ist

Floor, Yojna Bhawan, Tilak Marg, C-Scheme, Jaipur (Rajasthan) – 302005, Tel.: 91-0141-

5103902, 91-0141-5101313, Fax No.: 91-0141-2228701.

3. The technical bid will be opened by the Purchase Committee or by an officer duly

authorized in the presence of such tenderers or their authorized representatives who may

choose to attend.

4. Tendering authority is not bound to accept the lowest tender and may reject any tender or

any part of the tender without assigning any reason thereof.

5. The tenderers will have to submit invariably VATregistration number and “VATClearance

Certificate” (valid on the date of opening of tender) from the Commercial Taxes Officer

concerned without which the tenders will not be considered (Exemption certificate if any is

to be enclosed).

6. While claiming any exemption, the Tenderer is required to attach along with the Tender

Form, a certified copy of the recent exemption certificate issued by the appropriate

authority, failing which no claim shall be entertained and the Tenders would be liable for

summary rejection.

7. The tenderer may visit to the site before submission of its bids (contact details: Sh.

R.K.Bhatt, ACP, BSER, Ajmer, Phone: 0145-2627454).

8. The tenderer should not supply any of the item which is going to be end of sale in next one

year from the date of submission of the bid. If any item is declared as such then the same

shall be replaced by the bidder with suitable & latest equipment at no extra cost to the

purchaser.

9. The bidder should integrate this network with the SDC network at the time of requirement

without any additional cost.

Page 11: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 11 of 53 (After pre-bid) Signature & Seal of the Tenderer

Schedule VIII: Scope of Work

The scope of work for the Successful bidder will be as under:

1. Supply & Installation: The Successful bidder is required to supply, install, and integrate

the items to be supplied under this tender at the Board of Secondary Education, Rajasthan,

Ajmer and has to provide onsite comprehensive warranty and CAMC as per condition no.

21 of Schedule XI for all the hardware items supplied and installed.

2. Documentation: The successful bidder shall provide detailed layout plan within 10 days of

the work order at Board of Secondary Education, Rajasthan, Ajmer with the copy to RISL,

Jaipur. The layout plan should have clearly mentioned the place of switch, I/O, fiber cable

etc. The supply, installation, testing and commissioning work shall be initiated after approval

of layout plan by the BSER, Ajmer.

3. Maintenance support services (MSS):

a) Bidder shall provide complete onsite warranty & CAMC as per condition no. 21 of

Schedule XI for all the networking and allied items.

b) The Supplier shall provide comprehensive Maintenance Support Services (MSS) for

supplied Hardware and allied items. This involves comprehensive maintenance of all

component covered under the contract, including repairing, replacement of parts,

modules, sub-modules, assemblies, sub-assemblies, spares part, updating, etc. to make

the system operational. This will include preventive maintenance & corrective

maintenance

4. Preventive Maintenance Services:

a) The supplier shall conduct preventive maintenance (including inspection, cleaning of the

equipment, testing, satisfactory execution of all diagnostics, necessary repairing of the

equipment etc) at least once in a quarter, in addition to the normal maintenance

required.

b) Performance tuning.

c) Trouble shooting of all supplied component (networking and allied items) etc.

d) Check, Repair/ replace any loose contacts in the cables/ connectors & connections.

e) Cleaning and removal of dust and dirt from the interior and exterior of the equipment.

f) Preventive Maintenance Activities of components as per their manufactures‟

recommendation/ advice.

g) The Preventive Maintenance shall be carried out preferably on non working hours /

holiday, under intimation and approval of BSER, Ajmer.

5. Corrective Maintenance Services:

a) RISL/ GoR / BSER May lodge Complaints by any modes i.e. Phone, e-Mail, Post. SI

shall provide a complaint number for each complaint and has to resolve the problem

with in the stipulated period as mentioned in this tender document.

6. Configuration Management Services:

a) The vendor shall maintain complete configuration (in hardcopy & softcopy) details of all

the items supplied and installed by him.

Page 12: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 12 of 53 (After pre-bid) Signature & Seal of the Tenderer

b) The Vendor shall do proper version management of these configurations as they are

bound to change from time to time.

c) These configurations shall not be accessible in general and must be kept confidential.

7. Tie up with OEM/ Manufacturer: The SI should have back-to-back agreement for active

components with OEM/ Manufacturer as specified in tender, for complete onsite warranty

support along with comprehensive Annual Maintenance with spare parts as per condition

no. 21 of Schedule XI, as the case may be. It is the responsibility of the Supplier to provide

certification of OEM/ Manufacturer for complete support during the maintenance and

support period.

Page 13: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 13 of 53 (After pre-bid) Signature & Seal of the Tenderer

Schedule IX: Deliverables

In view of the project, the Successful bidder is expected to carry out all ground work for Supply,

Installation, Integration including documentation, coordination with RISL/ BSER and other

stakeholders of the project. Following deliverables are needs to be submitted to RISL:

1. Item Delivery Report

2. Installation Report

3. Configuration details of each item

Maintenance period:

4. Detail report for preventive maintenance (quarterly)

5. Detail report of call registration & rectification (quarterly)

6. ROOT CAUSE ANALYSIS for all performance and availability problem that occur. Formal

root cause analysis will be delivered within five days of problem occurrence, including:

a) Explanation of the root cause

b) Actions taken to resolve the problem

c) Action plan to prevent re-occurrence, with project plan / tasks required and timing for

each major milestone of the correction effort in the correction process.

The SI shall workout the formats for above reports and get these approved by Purchaser/BSER

and shall also provide all other relevant design & documents as may be required to carry out

the work as detailed in the scope of work.

Page 14: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 14 of 53 (After pre-bid) Signature & Seal of the Tenderer

Schedule X: Tender Form

TENDER FORM I. Addressed to:

a. Name of the tendering authority Managing Director

b. Address

RajCOMP Info Services Ltd.

C-Block, Ist Floor, Yojna Bhawan, Tilak Marg, C-

Scheme, Jaipur (Rajasthan) – 302005

c. Telephone 2229394, 5103902

Tele-Fax 141-2228701

e-Mail [email protected]

II. NIT Reference: F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011.

III. Other related details: -

1. Name of Tenderer

2. Name & Designation of

Authorized Signatory

3. Registered Office Address

4. Factory/ Go-down Address

5. Rajasthan

Office

Address

Phone Fax:

Contact Person

6. Jaipur

Service

Center

Address

Phone Fax:

Contact Person

7. Year of Establishment

8. Type of Firm Public

Limited

Private

Limited

Partnership Proprietary

Put Tick () mark

9. Telephone Number(s)/ Mobile

10. Website

11. Fax No.

12. Email Address

Note: Please attach list of offices & services centers situated in Rajasthan along with address

and phone & Fax numbers.

Page 15: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 15 of 53 (After pre-bid) Signature & Seal of the Tenderer

IV. The Tender fee amounting to Rs. 1,000/- (Rupees One Thousand Only) has been deposited

vide cash receipt / DD/ Banker‟s cheque no.__________ dated __________ in favour of the

Managing Director, RajCOMP Info Services Ltd. payable at Jaipur.

V. We agree to abide by all the conditions mentioned in this Tender Document issued by the

Tendering Authority and also the further conditions of the said Tender Notice given in the

attached sheets (all the pages of which have been signed by us in token of acceptance of the

terms mentioned therein).

VI. The rates for the supply of items mentioned as prescribed are given separately in the financial

bid.

VII. Reproduced / re-word-processed formats or tenderer‟s own formats for the price quotations

will disqualify the tender.

VIII. The rates quoted are applicable up to 180 days from the date of opening of bid. The validity

can be extended with mutual agreement. Following documents are attached towards the

proof of earnest money deposited in favour of the Managing Director, RajCOMP Info Services

Ltd. payable at Jaipur.

Sno Earnest Money deposited through Number Dated

1. Cash/DD/Banker‟s Cheque (Local Only)

IX. Tax Clearance Certificates:

Sno. Type of

Tax

Whether tax clearance

certificate enclosed (Yes/No)

Certificate Number Page No.

1. VAT-TIN

2. CVAT

X. The details of items to be procured, place of inspection, delivery, installation, on-site

warranty & CAMC is given below:

Specification: As per the enclosed Schedule XIII.

Items: As per details given in the Schedule IV of the tender document.

Delivery & Installation: All the items would be delivered and installed at end user

destination with in a period mentioned in Schedule IV. Details of the destinations are at

Schedule XVII.

Place of Inspection: As per conditions no. 14 of the Schedule XI.

On-Site Comprehensive Warranty & CAMC: as per condition no. 21 of Schedule XI.

XI. We accept payment schedule for all Packages as per details given below:

Sr

No

% age of

payment

Condition/ Event

1. No Advance payment shall be made.

2. 70% On successful delivery, installation & commissioning.

Delivery & Installation Certificate (Original, Duly sealed & signed) is to

be obtained from the nodal officer of BSER, Ajmer. The bills for

payment would only be raised after that.

3. 10% After first year of successful performance at places of installation.

4. 10% After second year of successful performance at places of installation.

5. 10% After third year of successful performance at places of installation.

Page 16: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 16 of 53 (After pre-bid) Signature & Seal of the Tenderer

Note:

1. Remittance charge on payment made shall be borne by the tenderer.

2. All above suggested payment shall be released after deducting penalties like LD or any

other amount due of the bidder to the tendering authority.

XII. Technical Bid from Schedule I to Schedule XVII duly filled and signed is enclosed with this

tender form along with General Terms & Conditions mentioned in Schedule XI in token of

acceptance and with duly filled letter of undertaking / declaration at Schedule XII.

XIII. Financial Bids given at Schedule XVIII of this Tender Document are enclosed in a separate

envelope duly signed and sealed as per mandatory condition of this tender document.

XIV. Service Tax No.: __________________________________ (attach proof).

Dated: Name of the Tenderer: ______________________________

Page 17: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 17 of 53 (After pre-bid) Signature & Seal of the Tenderer

Schedule XI: General Terms and Conditions of Tender

Note: Tenderers should read these conditions carefully and comply strictly while

sending/submitting their tenders.

1. Tenders must be enclosed in separate and properly sealed envelopes for technical &

financial bids.

2. “Tenders by Manufacturer/ Distributor/ bonafide dealers”: Tenders shall be given only

by Manufacturer/distributors/bonafide dealers in the tendered goods. The tenderer shall,

therefore, furnish necessary declaration for the same in the enclosed form at Schedule X.

Proof of authorization by the manufacturer or country distributor in India, in original in

prescribed format at Schedule XV shall invariably be enclosed. The authorization should be

from the manufacturer himself and not through their business associates/ franchisee.

3. Any Change in the constitution of the firm, etc. shall be notified forth with by the contractor

in writing to the purchase officer and such change shall not relieve any former member of

the firm, etc., from any liability under the contract.

4. No new partner/ partners shall be accepted in the firm by the contractor in respect of the

contract unless he/they agree to abide by all its terms, conditions and submit a written

agreement to this effect to the purchase officer. The contractor‟s receipt for

acknowledgement or that of any partners subsequently accepted as above shall bind all of

them and will be sufficient discharge for any of the purpose of the contract.

5. VAT Registration and Clearance Certificate: No Dealer who is not registered under the

VAT Act prevalent in the State where his business is located shall tender. The VAT

Registration Number should be quoted and a VAT clearance certificate from the

Commercial Taxes Officer of the Circle concerned shall be submitted without which the

tender is liable to rejection.

6. Tender forms shall be filled in ink or typed. No tender filled in pencil shall be considered.

The tenderer shall sign the tender form at each page and at the end, in token of acceptance

of all the terms and conditions of the tender.

7. Rates shall be written both in words and figures. There should not be errors and/or over-

writings. Corrections if any, should be made clearly and initialed with dates. The rates

should mention element of the Rajasthan State VAT and CVAT separately.

8. All rates quoted must be FOR destination/site where the networking hardware/ system

software and allied items are to be installed, and should include all incidental charges

except Central/Rajasthan Sales Tax, which should be shown separately in the Format for

Price Quotation only. In case of local supplies the rates should include all taxes, etc., and

RajCOMP Info Services Ltd. will not pay any cartage or transportation charges.

9. Comparison of Rates:

a. In comparing the rates tendered by firms outside Rajasthan and those in Rajasthan, the

element of Rajasthan VAT shall be excluded whereas that of CVAT shall be included.

b. While comparing the rates in respect of firms within Rajasthan, The element of

Rajasthan VAT shall be included

10. Validity: Tenders shall be valid for a period of six months from the date of opening of

tender.

Page 18: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 18 of 53 (After pre-bid) Signature & Seal of the Tenderer

11. The approved supplier shall be deemed to have carefully examined the conditions,

specifications, size, make and drawings, etc., of the goods to be supplied. If he has any

doubts as to the meaning of any portion of these conditions or of the specification, drawing,

etc., the tenderer shall, before signing the contract, refer the same to the Purchase Officer

and get clarifications.

12. The contractor shall not assign or sub-let his contract or any substantial part thereof to any

other agency.

13. Specifications: All articles supplied shall strictly conform to the specifications, trademark

laid down in this tender and wherever articles have been required according to ISI/ISO/other

specifications/certifications, those articles should conform strictly to those specifications/

certifications.

a. The supply shall be of very best quality and description. The decision of the purchase

officer/ purchase committee whether the articles supplied conforms to the specifications

shall be final and binding.

14. Inspection:

a. The Purchase Officer or his duly authorized representative shall at all reasonable time

have access to the suppliers premises and shall have the power at all reasonable time

to inspect and examine the materials and workmanship of the goods/ equipment/

machineries during manufacturing process or afterwards as may be decided. Supplies

when received at respective locations shall be subject to inspection to ensure whether

they conform to the specification.

b. The tenderer shall furnish complete address of the premises of his factory, office, go-

down and workshop where inspection can be made together with name and address of

the person who is to be contacted for the purpose. In case of those dealers who have

newly entered in business, a letter of introduction from their bankers will be necessary.

c. Supplies --when received shall be subject to inspection to ensure whether they conform

to the specifications. Where necessary or prescribed or practical, tests shall be carried

out in Government laboratories, reputed testing house like STQC (ETDC) and the like

and the supplies will be accepted only where the articles conform to the standard of

prescribed specifications as a result of such tests.

15. Testing charges: Testing charges shall be borne by supplier. In case of test results

showing that supplies are not up to the prescribed standard of specifications, the supplier

shall change the whole lot but within the stipulated delivery period and the cost of the test

will be borne by the supplier.

16. Rejection:

a. Articles not approved during inspection or testing shall be rejected and will have to be

replaced by the tenderer at his own cost within the time fixed by the Purchase Officer.

b. If, however, due to exigencies of Government work, such replacement either in whole or

in part, is not considered feasible, the Purchase Officer after giving an opportunity to the

tenderer of being heard shall for reasons to be recorded, deduct a suitable amount from

the approved rates. The deduction so made shall be final.

c. The rejected articles shall be removed by the tenderer within 3 days of intimation of

rejection, after which Purchase Officer shall not be responsible for any loss, shortage or

damage and shall have the right to dispose of such articles as he thinks fit, at the

tenderer‟s risk and on his account.

Page 19: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 19 of 53 (After pre-bid) Signature & Seal of the Tenderer

17. The tenderer shall be responsible for the proper packing so as to avoid damage under

normal conditions of transport by sea, rail and road or air and delivery of the material in the

good condition to the consignee at destination. In the event of any loss, damage, breakage

or leakage or any shortage the tenderer shall be liable to make good such loss and

shortage found at the checking/ inspection of the material by the consignee. No extra cost

on such account shall be admissible.

18. The Contract for the supply can be repudiated at any time by the Purchase Officer, if the

supplies are not made to his satisfaction after giving an opportunity to the tenderer of being

heard and recording the reasons for repudiation.

19. Direct or indirect canvassing on the part of the tenderer or his representative will be a

disqualification.

20. Delivery & Installation:-

a. The tenderer whose tender is accepted shall arrange to supply the ordered material as

per specifications within a period mentioned in Schedule IV from the date of issue of

supply order at BSER, Ajmer.

b. Installation: Delivery & Installation of ordered items would be completed within

the period as mentioned in Schedule IV from the date of order at all the locations.

c. Transportation:

i. All goods must be sent freight paid through Railways or goods transport. If goods

are sent freight to pay, the freight together with departmental charge @5% of the

freight will be recovered from the supplier‟s bill.

d. Shifting the place of installation:

The user is free to shift the place of installation within the same city /town/ district/

division. The supplier shall provide all assistance, except transportation, in shifting of the

equipment. However, if the city/town is changed, additional charges of assistance in

shifting and providing maintenance services for remaining period would be decided

mutually.

21. Warranty/ Guarantee Clause:

a. Three-year onsite comprehensive warranty with spare parts for all supplied and

installed networking hardware equipments/system softwares and other allied

items. Further two years comprehensive Annual Maintenance with spare parts

may be provided (if required).

b. The tenderer would give comprehensive onsite warranty & CAMC that the goods/

stores/ articles would continue to conform to the description and quality as specified for

the period of as mentioned above in condition 21 (a) from the date of delivery &

installation of the said goods/ stores/ articles to be purchased and that notwithstanding

the fact that the purchaser may have inspected and/or approved the said

goods/stores/article, if during the aforesaid period, the said goods/ stores/ articles be

discovered not to conform to the description and quality aforesaid or have determined

(and the decision of the Purchase Officer in that behalf will be final and conclusive), the

purchaser will be entitled to reject the said goods/ stores/ articles or such portion thereof

as may be discovered not to conform to the said description and quality, on such

rejection the goods/articles/ stores will be at the seller‟s risk and all the provisions

relating to rejection of goods etc., shall apply. The tenderer shall if so called upon to do,

replace the goods etc., or such portion thereof as is rejection by Purchase Officer,

Page 20: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 20 of 53 (After pre-bid) Signature & Seal of the Tenderer

otherwise the tenderer shall pay such damage as may arise by the reason of the breach

of the condition herein contained. Nothing herein contained shall prejudice any other

right of the Purchase Officer in that behalf under this contract or otherwise.

c. In case of machinery and equipment also, (warranty as mentioned in clause (b) above)

the tenderer shall, during the warranty & CAMC period, replace the parts if any and

remove any manufacturing defect if found during the above said period so as to make

machinery and equipments operative. The tenderer shall also replace machinery and

equipments in case it is found defective which cannot be put to operation due to

manufacturing defect, etc.

d. In case of machinery and equipment specified by the Purchase officer the tenderer shall

be responsible for carrying out annual maintenance and repairs on the terms and

conditions as may be agreed. The tenderer shall also be responsible to ensure

adequate regular supply of spare parts needed for a specific type of machinery and

equipments whether under their annual maintenance and repairs rate contract or

otherwise. In case of change of model he will give sufficient notice to the Purchase

Officer who may like to purchase spare parts from them to maintain the machinery and

equipments in perfect condition.

e. The warranty of the equipments covered under one purchase order shall start from the

date of last successful installation of the items covered under the PO. However, if delay

of installation is more than a month‟s time due to the firm‟s own reasons, the warranty

shall start from the date of last successful installation of the items covered under the

PO. The firm, if facing any problem in installation, will immediately inform RajCOMP Info

Services Ltd. in writing to resolve the issue.

f. The tenderer shall provide on-site maintenance services during the warranty & CAMC

period within 24 hours excluding traveling time limited to 12 hours, of making the

complaint by the purchaser. The service provider will rectify the faults within 36 hrs.

failing which the service provider will arrange temporary replacements in next 24 hrs. If it

becomes necessary to be taken out the machinery or equipment or its part, the tenderer

would provide similar item or as acceptable to the purchaser as standby arrangement.

The purchaser shall not make any payment towards this arrangement or towards

transportation of faulty item away from the user‟s site.

g. Maintenance Register: The firm shall maintain a call register for logging complaints

during warranty/ maintenance period. The firm shall essentially provide complaint

number for each complaint call made by the user telephonically, in written or any other

method.

h. The service provider will do preventive maintenance once in 3 months for the supplied

equipment running.

i. If the service provider fails in providing on-site maintenance services/preventive

maintenance within the scheduled time/period then a penalty @ Rs.500/- per node (I/O)

per day shall be charged for each subsequent day after the specified period.

22. Extent of quantity-Repeat order: If the order is placed in excess of the quantities shown in

the tender notice, the tenderer shall be bound to meet the required supply. Repeat orders

may also be placed on the rates and conditions given in the tender provided that the repeat

orders are up to 50% of the quantity originally purchased and the period is not more than

one month from the date of expiry of last supply (i.e., delivery). If the tenderer fails to do so

Page 21: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 21 of 53 (After pre-bid) Signature & Seal of the Tenderer

the Purchase Officer shall be free to arrange for the balance supply by limited tender or

otherwise and the extra cost incurred shall be recoverable from tenderer.

23. If the Purchase officer does not purchase any of the tendered articles or purchases less

than the quantity indicated in the tender form, the tenderer shall not be entitled to claim any

compensation.

24. Earnest Money: Tender shall be accompanied by an earnest money as per details given

NIT, without which tenders will not be considered. The amount should be deposited in the

form of Bank Draft/ Bankers Cheque of the scheduled Bank (drawn) in favor of Managing

Director, RajCOMP Info Services Ltd. payable at Jaipur.

a. Refund of earnest money: The earnest money of unsuccessful tenderer shall be

refunded soon after final acceptance of tender & placing order to successful tenderer.

b. Exemption from earnest money: Firms which are registered with the Director of

industries and Supplies, Government, shall furnish the amount of earnest money in

respect of items manufactured by them, for which they are registered as such,

subject to their furnishing registration certificate in original or a Photostat copy or a copy

thereof duly attested by any Gazetted Officer along-with a Competency Certificate from

the Director of Industries, Rajasthan at the rate of 0.5%.

c. The Central Government and Government of Rajasthan Undertakings need not furnish

any amount of earnest money.

d. The earnest money/ security deposit lying with Department/ office in respect of other

tenders awaiting approval or rejected or on account of contracts being completed will

not be adjusted towards earnest money/ security money for the fresh tenders. The

earnest money may however, be taken into consideration in case tenders are re-invited.

25. Forfeiture of earnest money: The earnest money will be forfeited in the following cases:

a. When tenderer withdraws or modifies the offer after opening of tender but before

acceptance of tender.

b. When tenderer does not execute the agreement if any, prescribed within the specified

time.

c. When the tenderer does not deposit the security money after the supply order is given.

d. When he fails to commence the supply and installation of the items as per supply order

within the time prescribed.

e. Tenderer does not accept the purchase order.

26. Agreement and Security Deposit:

a. Successful tenderer will have to execute an agreement on a Non-Judicial Stamp of Rs.

500/- within a period of 15 days of order date (order date not inclusive) and deposit

security equal to 5% of the order value prior to signing of agreement.

b. The earnest money deposited at the time of tender will be adjusted towards security

amount.

c. No interest will be paid by RajCOMP Info Services Ltd. on the security money.

d. The form of security money shall be as below: -

i. Cash/ Bank Draft/ Bankers Cheque duly discharged in favour of the Managing

Director, RajCOMP Info Services Ltd. payable at Jaipur.

ii. Post-office Saving Bank Pass Book duly pledged to the Managing Director, RajCOMP

Info Services Ltd., Jaipur.

Page 22: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 22 of 53 (After pre-bid) Signature & Seal of the Tenderer

iii. National Savings Certificate, Defense Savings Certificates, Kisan Vikas Patras or any

other script/instrument under National Saving Scheme for promotion of small savings,

if the same can be pledged.

e. The security money shall be refunded immediately after expiry of satisfactory warranty &

CAMC period and provided there is no breach of contract on the part of supplier.

27. Exemption from Security Deposit

a. Firms which are registered with the Director of industries, Rajasthan in respect of Stores

manufactured by them subject to their furnishing registration certificate in original or a

Photostat copy or a copy thereof duly attested by any gazetted officer along with a

Competency Certificate from the Director of Industries, Rajasthan, shall deposit 0.5% of

earnest money and shall pay security deposit @ 1% of the order value.

b. Central Government and Government of Rajasthan‟s Undertakings will be exempted

from furnishing security amount.

28. Forfeiture of Security Deposit:

A. Security amount in full or part may be forfeited in the following cases:

(a) When the terms and conditions of contract is breached.

(a) When the Tenderer fails to make complete services satisfactorily.

(b) When contract is being terminated due to non-performance of the supplier for

consecutive two quarters of a year.

(c) Notice of reasonable time will be given in case of forfeiture of security deposit. The

decision of the Purchase Officer in this regard shall be final.

B. Failure of the successful Tenderer to comply with the requirement of the contract shall

constitute sufficient grounds for the annulment of the award and forfeiture of the bid

security, in which event the purchaser may make the award to the next lowest evaluated

Tenderer or call for new bids.

29. The tenderer shall pay the expenses of stamp duty for execution of agreement. Draft

Agreement is enclosed at Schedule XV.

30. Insurance:

The goods will be delivered at the destination go-down in perfect condition. The supplier, if

he so desires may insure the valuable goods against loss by theft, destruction or damage,

by fire, flood, under exposure to whether or otherwise viz., (war, rebellion, riot, etc.,) The

insurance charges will be borne by the supplier and Tendering Authority will not be required

to pay such charges if incurred.

31. Payments:

a. No Advance Payment will be made.

b. Unless otherwise agreed between the parties payment for the delivery of the stores will

be made on submission of bill in proper form by the tenderer to the Purchase Officer as

per the details given at Clause XI of Schedule X of the tender document. In any case,

firm will not send their representative to RajCOMP Info Services Ltd. for collecting

payments before the due date of payment.

c. All remittance charges will be borne by the tenderer.

d. In case of disputed items, 10 to 25% of the total order value shall be withheld and will be

paid only after settlement of the dispute.

Page 23: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 23 of 53 (After pre-bid) Signature & Seal of the Tenderer

32. The time specified for delivery in the tender form shall be deemed to be the essence of the

contract and the successful tenderer shall arrange supplies within the specified period.

33. Liquidated damages: In case of extension in the delivery and/or installation period /

completion with liquidated damages the recovery shall be made on the basis of following

percentages of value of Stores / work completion which the tenderer has failed to supply /

complete the work: -

No. Condition LD %

a. Delay up to one fourth period of the prescribed delivery period,

successful installation & completion of work

2.5 %

b. Delay exceeding one fourth but not exceeding half of the prescribed

delivery period, successful installation & completion of work

5.0 %

c. Delay exceeding half but not exceeding three fourth of the prescribed

delivery period, successful installation & completion of work

7.5 %

d. Delay exceeding three fourth of the prescribed delivery period,

successful installation & completion of work

10.0 %

34. Fraction of a day in reckoning period in supplies shall be eliminated if it is less than half a

day.

35. The maximum amount of liquidated damages shall be 10%.

36. If the supplier requires an extension of time in completion of contractual supply on

account of occurrence of any hindrance, he shall apply in writing to the authority,

which has placed the supply order, for the same immediately on occurrence of the

hindrance but not after the stipulated date of completion of supply.

37. Delivery and installation period may be extended with or without liquidated damages if the

delay in the supply of goods is on account of hindrances beyond the control of the tenderer.

38. Recoveries: Recoveries of liquidated damages, short supply, breakage, rejected articles

shall ordinarily be made from bills. Amount may also be withheld to the extent of short

supply, breakage, rejected articles and in case of failure in satisfactory replacement by the

supplier along with amount of liquidated damages shall be recovered from his dues and

security deposit available with the department. In case recovery is not possible recourse will

be taken under Rajasthan PDR Act or any other law in force.

39. If a tenderer imposes conditions, which is in addition to or in conflict with the

conditions mentioned herein, his tender is liable to summary rejection. In any case

none of such conditions will be deemed to have been accepted unless specifically

mentioned in the letter of acceptance of tender issued by the Purchase Officer.

40. The Purchase Officer/Tendering Authority reserves the right to accept any tender not

necessarily the lowest, reject any tender without assigning any reasons and accept tender

for all or anyone or more of the articles for which tenderer has been given or distribute items

of stores to more than one firm/supplier.

41. If any dispute arises out of the contract with regard to the interpretation, meaning and

breach of the terms of the contract, the matter shall be referred to by the Parties to the

Principal Secretary/Secretary, Department of Information Technology & Communication,

Government of Rajasthan who will be as the Sole Arbitrator of the dispute whose decision

shall be final and binding on both the parties.

42. Income Tax may be deducted at source as per Rules/Act.

Page 24: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 24 of 53 (After pre-bid) Signature & Seal of the Tenderer

43. All legal proceedings, if necessary arises to institute may by any of the parties (RajCOMP

Info Services Ltd. or approved supplier) shall have to be lodged in courts situated in Jaipur

and not elsewhere.

44. Reservation of Rights: RajCOMP Info Services Ltd. reserves the right to:

a. Extend the Closing Date for submission of the Proposals.

b. Amend the proposal requirements at any time prior to the Closing Date, provided that

the amendment is notified to prospective Tenderers.

c. Seek information from or negotiate with one or more of the Tenderers on any issue at

any time and to continue to negotiate with one or more of the Tenderers.

d. Discontinue negotiations at any time with any Tenderer.

e. Allow a Tenderer to change its Technical proposal if the same opportunity is given to all

Tenderers.

f. Terminate or abandon this Procedure or the entire project whether before or after the

receipt of proposals.

g. Seek the advice of external consultants to assist RajCOMP Info Services Ltd. in the

evaluation or review of proposals.

h. Make enquiries of any person, company or organization to ascertain information

regarding the Tenderer and its proposal.

i. Reproduce for the purposes of this Procedure the whole or any portion of the Proposal

despite any copyright or other intellectual property right that may subsist in the Proposal.

45. Service Level Agreement (SLA): SLA defines the terms of the SI‟s responsibility in

ensuring the performance of the networking hardware & other allied equipment supplied for

the Project based on the agreed Performance Indicators as detailed in the Agreement. This

defines various Service Levels for various components of the project, which shall be

considered in the Service Level Agreement with SI. The selected bidder has to meet the

service level norms, as defined below, failing which the SI (Successful Bidder) is liable to be

penalized:

a. Working Days: Networking hardware & other allied equipment has to be made

available/operational in 24 x 7x 365

b. Prime time: 9AM to 8 PM

c. Non prime hours: 8 PM to 9 AM

d. Uptime required: The SI should maintain a minimum uptime as per the details given

below:

S. No.

Down time Penalty

1. <=24 hours No penalty

2. >24 hours and < 48 hours Rs. 2,000.00

3. >=48 hours and <72 hours Rs. 4,000.00

4. >=72 hours @Rs. 5,000.00 after each 24 hours

e. The TSP has to seek prior approval from the purchaser for the planned downtime and it

should not overrun to prime hours of the following day. The planned downtime would not

be added to the SLA downtime unless it runs into prime hours.

f. In case equipment remains non-functional for more than seven days then breach of

contract may be declared.

Page 25: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 25 of 53 (After pre-bid) Signature & Seal of the Tenderer

Schedule XII: Letter of Undertaking / Declaration

(ON THE LETTER HEAD OF THE TENDERER) For all Packages

We, M/s ................................................................................................... hereinafter called as

“Tenderer” complete address .............................................................................................

................................................... hereby declare in favor of the Managing Director, RajCOMP

Info Services Ltd., Jaipur, Hereinafter called as the “Tendering Authority/Purchaser” and agree

to abide by the following:

1. We have authorization certification(s) as given below (certificates valid till-date are

enclosed)

Sr.

No.

Brand/ Model quoted Authorization Certificate from

(Mention Y/N Only)

(Also attach company constitution certificate in

support)

Manufacturer Distributor Dealer / Channel

Partner etc.

Page

No.

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

2. Latest valid Original Certificate from Manufacturer of the product in case of Distributor /

Dealer / Channel Partner in the prescribed format provided at Schedule XV has been

enclosed.

3. Certificate of satisfactory past performance have been enclosed.

4. We have maintenance/ service setup as given below:

Sr.

No

Place

(Name and

address)

Through

Company or

Dealer/

Associates

Customer Support Engineers (Mention nos. only)

(Please enclose list with Name, Designation,

Qualification, working since, and place of posting.)

B.E./ B.Tech.

CMSE/ CNE

Diploma Technician Others Remark

1.

2.

Page 26: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 26 of 53 (After pre-bid) Signature & Seal of the Tenderer

3.

5. The annual turnover of our firm is as given below:

Turnover of the

firm for India (Rs.

In crores)

2007-2008 2008-09 2009-10 2010-11*

* In case audited balance sheet for the year 2010-11 is not available then CA certificate shall be

attached otherwise audited balance sheet should be attached.

6. We shall give benefit of any price reduction found by the time of placing the supply order.

7. We agree to accept partial order if it is placed.

8. We have quoted rates of items for CAMC as per condition no. 21 of Schedule XI.

9. We agree to maintain/ support the quoted items after CAMC period as well.

10. In case the item quoted is imported, direct shipment of the entire machine/ item including

add-ons from OEM, is ensured & would be provided.

11. The number of Installations across Rajasthan of our firm is as given below:

No. of Installations across

Rajasthan

(No. of LAN nodes)

2007-2008 2008-09 2009-10

1 In Government Sector

2 In Public Sector

3 In Private Sector

12. The above document is executed on ___/___/2011 at (place) ________ and we accept

that if anything out of the above information is found wrong, our tender shall be liable for

rejection.

Name of Person: _______________________________________________________

Complete Address: _______________________________________________________

_______________________________________________________

_______________________________________________________

Page 27: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 27 of 53 (After pre-bid) Signature & Seal of the Tenderer

Schedule XIII: Technical Specifications

Item No. – 1: Central L3 Managed Switch (Qty.: 1 no.)

Item Description of Requirement Compliance/ Deviations

Page No. where the functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

Hardware

Interface Required Modular switch with 24 Manageable Gigabit SFP ports including 4 dual purpose ports which can be used as SFP slot or can be used as RJ-45

1 x Console Port for Management

Supported Optics 1GbE SFP LC Connector Type: LX (Single mode), SX (Multi mode), and 1000BaseT

Performance Non-blocking/non-condensing Architecture, Wire-speed performance

Data Rate of 56 48 Gbps or higher and throughput of 38 35.7 Mpps or higher

Rack Installation Kit

To be included for a 19” Server Rack or a Telecom Rack

CPU As per OEM Architecture

Memory DRAM: 256MB or higher

Flash: 32MB or higher

Power Internal/ External Hot-swappable/ redundant power supply (preferably with load sharing)

Software

Security RADIUS

TACACS+

ACLs

SSH v1/ v2

Secure Interface Login and Password /Web interface

ARP

DHCP

IEEE 802.1x

L2 Switching MAC Address: 4K or higher

Jumbo Frames: 9000 bytes or higher

Number of VLANs: 1K or higher

Spanning Tree Spanning Tree Protocol-STP (802.1D)

Multiple STP (802.1s)

Rapid STP (802.1w)

Page 28: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 28 of 53 (After pre-bid) Signature & Seal of the Tenderer

QoS Layer 2 QoS

Layer 3 QoS

Layer-3 Features IPv4

Routing Protocols: RIP v1/2, OSPF, BGP

IPv4 Unicast Routes

IPv4 Multicast Routes

Static Routing

Routing Policy

Virtual Routing (VRRP/VRF)

IPv6: - The switch should be IPv6 Ready.

Multicast IGMP v1, v2

IGMP Snooping

ACLs Port based ACL

VLAN based ACL

Management & Troubleshooting

Debugging: CLI via Console, Telnet or SSH

Traffic monitoring: Port/ VLAN

IP Tools: Ping and Trace

Web based configuration and Management

RMON 1/ 2

SNMP v1, v2, v3

NTP/ SNTP

OS should be upgradable via secure FTP/ TFTP

Safety & Compliance

Safety Certifications

UL60950

C-UL to CAN/ CSA 22.2 No.60950-1 (First)

TUV/GS to EN 60950-1/ EN 60950-1

CB-IEC60950-1/ IEC 60950-1

EMI/ EMC Standards

FCC 47CFR Part 15 Class A

ICES-003 Class A

EN 55022 Class A

VCCI Class A

AS/ NZS

CISPR 22 Class A

Environmental Reduction of Hazardous Substances (RoHS)

Rack 32U, floor mountable, wherein the central Switch and Patch/Jack Panel will be mounted. The rack should have vertical and horizontal cable manager of at least 100mm depth. It should be closed in the front with glass and should have all necessary accessories like cooling fans (at least 4 numbers), 5A socket (6 numbers) on the PDU etc.

Note: All the cables, accessories, connectors, power cable etc. to be included and the entire product should be supplied with a comprehensive 3 Year on-site warranty. Item No. – 2: 24 Port L2 Managed Switch (Qty.: 5 no.)

Item Description of Requirement Compliance/ Deviations

Page No. where the

Page 29: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 29 of 53 (After pre-bid) Signature & Seal of the Tenderer

functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

Hardware

Interface Required Modular switch with 24 Manageable 10/100 Mbps ports (all port PoE enabled), 2 additional dual purpose Gigabit ports which can be used as SFP slot or can be used as RJ-45

1 x Console Port for Management

Performance Non-blocking/non-condensing Architecture/Wire-speed performance

Data Rate of 5 8.8 Gbps or higher and throughput of 4 3.57 Mpps or higher

Rack Installation Kit

To be included for a 19” Server Rack or a Telecom Rack

CPU As per OEM Architecture

Memory DRAM: 128MB or higher

Flash: 16MB or higher

Power Internal/External power supply.

Software

Security RADIUS

TACACS+

ACLs

SSH v1/ v2

Secure Interface Login and Password /Web interface

ARP

DHCP

L2 Switching MAC Address: 8K or higher

Jumbo Frames: 9000 bytes or higher

Number of VLANs: 255 or higher

GVRP/ Dynamic VLAN/ Equivalent 802.1D (STP)

802.1p(CoS Prioritisation)

802.1Q (VLAN Tagging)

802.1s (MSTP)

802.1x (Port access control)

802.3 (10Base-T)

802.3u(100Base-T)

802.3af (PoE)

802.3ad (Link aggregation)

IPv6: - The switch should be IPv6 Ready.

QoS Layer 2 QoS

Page 30: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 30 of 53 (After pre-bid) Signature & Seal of the Tenderer

Multicast IGMP v1/ v2/ v3

ACLs Port based ACL

Management & Troubleshooting

Debugging: CLI via Console, Telnet or SSH

Traffic monitoring: Port/ VLAN

IP Tools: Ping and Trace

Web based configuration and Management

RMON 1/ 2

SNMP v1, v2, v3

NTP/ SNTP

OS should be upgradable via secure FTP/ TFTP

Safety & Compliance

Safety Certifications UL60950

C-UL to CAN/ CSA 22.2 No.60950-1 (First)

TUV/GS to EN 60950-1/ EN 60950

CB-IEC60950-1/ IEC 60950

EMI/ EMC Standards

FCC 47CFR Part 15 Class A

EN 55022 Class A

VCCI Class A

CISPR 22 Class A

Environmental Reduction of Hazardous Substances (RoHS)

Rack Wall Mount Enclosure, 600W, 15 U/ Single Section (CRCA Steel Frame with following items: - Top cover with cable entry -1no. – Bottom cover with cable entry -1no. – 19” Mounting Angles – 2 pairs - Front Glass Door with lock) Finish : Powder coated to 80 microns; Matt finish , Wall mounting provision Rack should be of sufficient depth to house the equipment offered with all doors closed.

Note: All the cables, accessories, connectors, power cable etc. to be included and the entire product should be supplied with a comprehensive 3 Year on-site warranty. Item No. – 3: 48 Port L2 Managed Switch (Qty.: 6 no.)

Item Description of Requirement Compliance/ Deviations

Page No. where the

functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

Hardware

Interface Required Modular switch with 48 Manageable Gigabit ports 10/100 Mbps ports (all port PoE enabled), 2 additional dual purpose ports which can be used as SFP slot or can be used as RJ-45.

1 x Console Port for Management

Page 31: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 31 of 53 (After pre-bid) Signature & Seal of the Tenderer

Performance Non-blocking/non-condensing Architecture/Wire-speed performance

Data Rate of 7 13.6 Gbps or higher and throughput of 5 7.14 Mpps or higher

Rack Installation Kit

To be included for a 19” Server Rack or a Telecom Rack

CPU As per OEM Architecture

Memory DRAM: 128MB or higher

Flash: 16MB or higher

Power Internal/External power supply.

Software

Security RADIUS

TACACS+

ACLs

SSH v1/ v2

Secure Interface Login and Password /Web interface

ARP

DHCP

L2 Switching MAC Address: 8K or higher

Jumbo Frames: 9000 bytes or higher

Number of VLANs: 255 or higher

GVRP/ Dynamic VLAN/ Equivalent 802.1D (STP)

802.1p(CoS Prioritisation)

802.1Q (VLAN Tagging)

802.1s (MSTP)

802.1x (Port access control)

802.3 (10Base-T)

802.3u(100Base-T)

802.3af (PoE)

802.3ad (Link aggregation)

IPv6: - The switch should be IPv6 Ready.

QoS Layer 2 QoS

Multicast IGMP v1, v2, v3

ACLs Port based ACL

Management & Troubleshooting

Debugging: CLI, Telnet/SSH

Traffic monitoring: Port/ VLAN

IP Tools: Ping and Trace

Web based configuration and Management

RMON 1/ 2

SNMP v1, v2, v3

NTP/ SNTP

OS should be upgradable via secure FTP/ TFTP

Safety & Compliance

Page 32: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 32 of 53 (After pre-bid) Signature & Seal of the Tenderer

Safety Certifications UL60950

C-UL to CAN/ CSA 22.2 No.60950-1 (First)

TUV/GS to EN 60950-1/ EN 60950-1

CB-IEC60950-1/ IEC 60950-1

EMI/ EMC Standards

FCC 47CFR Part 15 Class A

EN 55022 Class A

VCCI Class A

CISPR 22 Class A

Environmental Reduction of Hazardous Substances (RoHS)

Rack Wall Mount Enclosure, 600W, 15 U/ Single Section (CRCA Steel Frame with following items: - Top cover with cable entry -1no. – Bottom cover with cable entry -1no. – 19” Mounting Angles – 2 pairs - Front Glass Door with lock) Finish : Powder coated to 80 microns; Matt finish , Wall mounting provision Rack should be of sufficient depth to house the equipment offered with all doors closed.

Note: All the cables, accessories, connectors, power cable etc. to be included and the entire product should be supplied with a comprehensive 3 Year on-site warranty.

Item No. – 4: Category 6 UTP Cable(Qty.: 21,000 mtrs.)

Item Description of Requirement Compliance/ Deviations

Page No. where the

functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

4 Pair with ETL test report for channel and zero bit error All UTP Components should be from the same OEM. The OEM should be ISO 9001:2000 Certified. In the changing needs of the global resources if the company has environmental management systems in place like ISO 14001 accreditation the same shall be added advantage. The cabling should be certified to have application support warranty for next 20 years or higher.

Features Category 6 Unshielded Twisted Pair 4 pair 100 cable shall be compliant with ANSI/TIA/EIA-568-B.2-1 Additional Transmission Performance

Specifications for 4-pair 100 Category 6 Cabling.

Category 6 UTP cables shall extend between the work area location and its associated telecommunications closet and consist of 4 pair, 23 AWG, UTP Non Plenum cable jacket.

The 4 pair Unshielded Twisted Pair cable shall be

UL Listed

The Cable should be UL listed, ETL Certified, EIA/TIA

Page 33: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 33 of 53 (After pre-bid) Signature & Seal of the Tenderer

568-C.2.

All Category 6 cables shall meet or exceed the following characteristics:

Mechanical Characteristics

Construction: 4 twisted pairs separated by internal X shaped, 4 channel, polymer spine / full separator. Half shall not be accepted.

Conductor Solid Copper

Conductor Diameter 0.56±0.005mm (23 AWG)

Insulator Polyolefin or polyethylene

Jacket PVC

Outer Diameter 6.0±0.4mm

Max. Operating Temp 60°C and Storage Temp 75°C.

Item No. – 5: FACE PLATE (Qty.: 350 no.)

Item Description of Requirement Compliance/ Deviations

Page No. where the

functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

Features Single Gang square plate, 86mmx86mm

Write on labels– supplied with plate

Screw hole covers – to be supplied with plate

Plug in Icons – Icon tree – to be supplied with plate

Should be able to support variety of jacks – UTP, STP only

Item No. –6: INFORMATION OUTLET (Qty.: 350 no.)

Item Description of Requirement Compliance/ Deviations

Page No. where the

functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

Features Category 6, TIA568B.2-1 – 250MHz

All information outlets for 100 , 22-24 AWG copper cable shall: Use insulation displacement connectors (IDC)

Allow for a minimum of 200 re-terminations without signal degradation below standards compliance limits.

Be constructed of high impact, flame-retardant thermoplastic with colour and icon options for better visual identification.

With spring loaded shutter/Inbuilt shutter in angular face plate

With Terminator cap

IDC posts should be pointed

568A/B configuration

Page 34: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 34 of 53 (After pre-bid) Signature & Seal of the Tenderer

Information outlet (RJ45 jack) should be covered under ETL Verification program for compliance with TIA568B.2-1, ETL certificate to be submitted with offer

Mechanical : Jack Connector

Plastic Housing: Polycarbonate, UL94V-0 rated or equivalent

Operating Life: Minimum 750 insertion cycles

Contact Material: Copper alloy

Contact Plating: 50 µinches gold over 100µ inches nickel

Plastic Housing: Polycarbonate, UL94V-0 rated or equivalent

Operating Life: Minimum 200 Re-terminations

IDC Contact Plating: Tin Plate (tin/lead)

Item No. –7: 24 PORT JACK PANEL(Qty.: 17 no.)

Item Description of Requirement Compliance/ Deviations

Page No. where the

functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

Features Be made of cold rolled steel, in 24 port configurations. Each jack should have spring loaded shutter inside the jack for 100% dust free environment.

Allow for a minimum of 750 plug mating cycles

Have port identification numbers on the front of the panel.

Should have white designation labels with the panel, with optional colour labels / icons.

Each port / jack on the panel should be individually removable on field from the panel.

Should have integrated rear cable management shelf.

Should comply to the following : TIA/EIA-568-B.2-1 Component Compliant, FCC Subpart F 68.5 Compliant, IEC-603-7 Compliant, ISO 11801 Class E Compliant, UL 1863, Jack Panel Should be ETL Certified

Mechanical Characteristics Jack Connector

Plastic Housing: Polycarbonate, UL94V-0 rated or equivalent

Operating Life: Minimum 750 insertion cycles

Contact Material: Copper Alloy

Contact Plating: 50µ” Gold/100µ” Nickel

Contact Force: 100g minimum

Plug Retention Force: 11 lbf.

IDC Connector Plastic Housing: Polycarbonate, UL94V-0 rated or equivalent

Operating Life: Minimum 200 re-terminations

Contact Material: Copper Alloy

Page 35: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 35 of 53 (After pre-bid) Signature & Seal of the Tenderer

IDC Contact Plating: Tin/Lead Plate

Contact Force: 100g minimum

Wire Accommodation: 22-24 AWG solid

Item No. –8: MOUNTING CORDS 1 Mtr. (Qty.: 408 no.)

Item Description of Requirement Compliance/ Deviations

Page No. where the

functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

Features Category 6 Equipment cords (Length – 3 ft.)

The work area equipment cords shall, at a minimum comply with proposed ANSI/TIA/EIA-568-B.2-1 Commercial Building Cabling Standards Transmission Performance Specifications for 4 pair

100 Category 6 Cabling.

Category 6 modular equipment cords: Shall be round, and consist of eight insulated 24 AWG, stranded copper conductors, arranged in four colour-coded twisted-pairs within a flame-retardant jacket.

Equipped with modular 8-position modular plugs on both ends, wired straight through with standards compliant wiring.

Should have 50 micro inches of gold plating over nickel contacts.

Modular cords should include a moulded strain relief boot.

Should be covered by ETL verification or UL listed program for compliance with TIA 568B.2-1. Certificate to be submitted with bid.

Mechanical – Cable Conductor size: 24 AWG stranded bare copper

Max O.D.: 5.6mm (.22”)

Jacket: PVC or LSOH

Temperature range: -20oC to +60oC

Mechanical Characteristics – Plug

Operating life: Minimum 750 insertion cycles

Contact material: Copper alloy

Contact plating: 50µ” Gold/100µ”Nickel

Plug dimensions & tolerances compliant with FCC Part 68 and IEC 60603-7

Approvals: UL or ETL

Electrical Characteristics – Plug

Max voltage: 150 VAC (max)

Max current: 1.5A @ 25oC

Operating temperature: -40oC to 75oC

Item No. –9: MOUNTING CORDS 3Mtr.(Qty.: 350 no.)

Item Description of Requirement Compliance/ Deviations

Page No. where the

functionality / specs are mentioned

Page 36: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 36 of 53 (After pre-bid) Signature & Seal of the Tenderer

Model Offered Mention Make

Make Offered Mention Model

Features Category 6 Equipment cords (Length – 7 ft.)

The work area equipment cords shall, at a minimum comply with proposed ANSI/TIA/EIA-568-B.2-1 Commercial Building Cabling Standards Transmission Performance Specifications for 4 pair

100 Category 6 Cabling.

Category 6 modular equipment cords: Shall be round, and consist of eight insulated 24 AWG, stranded copper conductors, arranged in four colour-coded twisted-pairs within a flame-retardant jacket.

Equipped with modular 8-position modular plugs on both ends, wired straight through with standards compliant wiring.

Should have 50 micro inches of gold plating over nickel contacts.

Modular cords should include a moulded strain relief boot.

Should be covered by ETL verification program or UL listed for compliance with TIA 568B.2-1. Certificate to be submitted with bid.

Mechanical – Cable Conductor size: 24 AWG stranded bare copper

Max O.D.: 5.6mm (.22”)

Jacket: PVC

Temperature range: -20oC to +60oC

Mechanical Characteristics – Plug

Operating life: Minimum 750 insertion cycles

Contact material: Copper alloy

Contact plating: 50µ” Gold/100µ”Nickel

Plug dimensions & tolerances compliant with FCC Part 68 and IEC 60603-7

Approvals: UL

Electrical Characteristics – Plug

Max voltage: 150 VAC (max)

Max current: 1.5A @ 25oC

Operating temperature: -40oC to 75oC

Item No. –10: PVC Conduiting for Cat 6 UTP (Qty.: 7,000 mtr.)

Item Description of Requirement Compliance/ Deviations

Page No. where the

functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

Features ISI Marked PVC conduit/ casing caping of 25 mm

Item No. –11: Optical Fiber Cable (Multi Mode) (Qty.: 2,500 mtr.)

Item Description of Requirement Compliance/ Deviations

Page No. where the

functionality

Page 37: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 37 of 53 (After pre-bid) Signature & Seal of the Tenderer

/ specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

Features All Fiber Components should be from the same OEM. The OEM should be ISO 9001:2000. In the changing needs of the global resources if the company has environmental management systems in place like ISO 14001 accreditation the same shall be added advantage. The cabling should be certified to have application support warranty for next 20 years or higher. Single Gang square plate, 86mmx86mm

Indoor riser rated 6 core Multi Mode, 50 micron, OM3 optical fiber cable: The cable should consist of 900m tight-buffered optical fibers reinforced with Aramid Yarns and sheathed in flame retardant PVC. Characteristics- Optical Performance Max. Attenuation: At 850 nm: 3.5 db/KM, At 1300 nm: 1.0 db/KM Min. Bandwidth: At 850 nm: 200 MHz/KM, At 1300 nm: 500 MHz/KM Fiber Identification: Colour Coded Fiber Insulation: Coloured Nylon or PVC Reinforcing: Aramid Yarns Sheath: PVC Diameter (Nominal): Min. 5.6 mm Mass (Nominal): 38 Kg/KM Min. Bending Radius (Full Load): 105 mm Max. Tensile Strength (Short Term): 0.6 kN Operating Temp. Range: -10degree centigrade to +60 degree centigrade Crush Resistance (Short Term) : 1.0 kN/100mm

Item No. –12: LIU 24 Port for L3 Switch (Qty.: 3 no.)

Item Description of Requirement Compliance/ Deviations

Page No. where the

functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

Features 24 Port Fiber Patch Panel (Enclosure) with Wall Mount or Rack Mountable 1U standard 19" rack mount Removable lid also affords protection to the interface patch cords and for easy maintenance Designed to accommodate Simplex SC, Duplex SC & LC Adapter

Page 38: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 38 of 53 (After pre-bid) Signature & Seal of the Tenderer

Should have fiber management provision inside Have earthing plugs and other accessories Provide self-adhesive, clear label holders (transparent plastic window type) and white designation labels with the panel, for front panel labeling.

Item No. –13: LIU 12 Port for L2 Switches (Qty.: 10 no.)

Item Description of Requirement Compliance/ Deviations

Page No. where the functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

Features 12 Port Fiber Patch Panel (Enclosure) with Wall Mount or Rack Mountable 1U standard 19" rack mount Removable lid also affords protection to the interface patch cords and for easy maintenance Designed to accommodate Simplex SC, Duplex SC & LC Adapter Should have fiber management provision inside Have earthing plugs and other accessories Provide self-adhesive, clear label holders (transparent plastic window type) and white designation labels with the panel, for front panel labeling.

Item No. –14: Transreceiver (Multi Mode) (Qty.: 42 no.)

Item Description of Requirement Compliance/ Deviations

Page No. where the

functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

Features Should be of same make as the Central switch

Item No. –15: SC DUPLEX ADAPTORS (Multi Mode) (Qty.: 120 no.)

Item Description of Requirement Compliance/ Deviations

Page No. where the

functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

Features All SC adaptors should be duplex type with shutter for protection. Adapters should be snap mount for easy insertion and removal.

Item No. –16: Optical Fiber Pigtail (SC) (MM) (Qty.: 120 no.)

Item Description of Requirement Compliance/ Page No.

Page 39: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 39 of 53 (After pre-bid) Signature & Seal of the Tenderer

Deviations where the functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

Features Provide a field installable Multi mode pigtail to terminate fiber optic cables from cable-to-cable, cable-to-equipment and equipment-to-equipment.

The pigtail must: Be field installable

Utilize a PC polishing on the tip to provide high yield during installation.

Meet EIA and IEC standards for repeatability.

Item No. –17: Optical Fiber Equipment Cords (min. 3 mtr.) (Multi-Mode) (Qty.: 42 no.)

Item Description of Requirement Compliance/ Deviations

Page No. where the

functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

Features All optical fiber patch leads shall comprise of OM3 multimode 50/125µm fiber with SC, fiber connectors terminated at each end. The optical fiber patch leads shall comply with the following specifications:

Connector: Zirconia ceramic ferrule

Pre-radiuses and pre-polished ferrule

Epoxy type fiber encapsulation

Colour-coded connector boots fitted to connectors on duplex patch leads.

Dust caps shall be fitted on each connector at the assembly

Cable: 50/125µm, MM

Strength member: aramid yarn

Insertion loss less than 0.5db

Retention strength 11.24lbs

Item No. –18: PVC Conduit for MM Fiber (Qty.: 1,250 mtr.)

Item Description of Requirement Compliance/ Deviations

Page No. where the

functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

Features PVC Conduit 40mm ISI mark including all accessories

Item No. –19: HDPE for MM Fiber (Qty.: 50 mtr.)

Page 40: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 40 of 53 (After pre-bid) Signature & Seal of the Tenderer

Item Description of Requirement Compliance/ Deviations

Page No. where the

functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

Features HDPE for MM Fiber, 40/33 MM ISI mark including all accessories

Item No. –20: Laying of Cat 6 UTP etc.

Item Description of Requirement Compliance/ Deviations

Page No. where the

functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

Features Conduiting and channeling of PVC Conduits/ Casing Caping on walls. The Conduits/ Casing Caping shall be marked with “IT Wiring” at regular interval of lengths as an identification mark, I/O Fixing & Termination at Both Ends, Cable Laying of UTP Cable, testing & certification for UTP IO Nodes, etc.

Item No. –21: Laying of Fiber etc.

Item Description of Requirement Compliance/ Deviations

Page No. where the functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

Features Laying, Digging/ trenching and filling of fiber and other media or service component as applicable according to industry norms are part of supply, installation & commissioning, testing & certification of Fiber Cores

Item No. –22: Splicing of MM Fiber (Qty.: 132 no.)

Item Description of Requirement Compliance/ Deviations

Page No. where the

functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

Features Splicing & terminating MM fiber in LIU.

Item No. –23: UTM (Unified threat management) (Qty: 1 nos.)

Item Description of Requirement Compliance/ Page No.

Page 41: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 41 of 53 (After pre-bid) Signature & Seal of the Tenderer

Deviations where the

functionality / specs are mentioned

Model Offered Mention Make

Make Offered Mention Model

General requirements

The Firewall must be appliance based and should facilitate multi-application environment. The firewall should be ICSA certified. The plateform should be based on realtime, secure embedded operating system. The proposed system shall support unlimited IP/user license for Firewall/ VPN (IP Sec. & SSL) It Should support Http, Https, SSH, Telnet, SNMP based management console for managing and configuring various components of the appliance. It should be IPv6 ready and rack mountable

Networking and system performance requirements

It should support IEEE802.3ad (link aggregation), VLAN supported: 1K or higher, should support ISP failover and ISP load sharing for outbound traffic, should support dynamic routing protocol for RIP1&2, OSPF, OSPFv3, BGP etc., should support static, policy based and multicast routing, Firewall throughput:5 gbps or higher and scalable, concurrent sessions: 5lacs or higher, new session per second 15K or higher, IPS throughput:500 Mbps or higher and scalable with additional module, VPN tunnel: 2K or higher.

Operating system & Management requirements

Upgradable via web UI or TFTP, backup and restore via GUI, CLI/remote management, Should support profile based login account administration, event log management

Firewall Requirement

Deployment mode: stealth mode/ Bridging/Transparent mode, traffic handling/QoS functionality, NAT support, inbound port forwarding, IPv6 ACL support Filtering: Telnet, FTP, SMTP, HTTP, DNS, ICMP,DHCP, RPC, SNMP, BGP, IMAP, NFS etc. FTP and HTTP traffic inspection when deployed on non standard port

IPSEC VPN Requirement

L2TP, PPTP, IPSEC, SSL VPN support without external hardware, Multi-zone VPN tunnels, IPSec, ESP security. Encryption: IPSEC, DES, 3DES, AES. MD5 or SHA1 support, NAT traversal, extended

Page 42: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 42 of 53 (After pre-bid) Signature & Seal of the Tenderer

authentication, Hub and spoke architecture support, redundant gateway architecture support, DDNS support

SSL VPN requirement

Should support both web access and tunnel mode for clients. The proposed solution shall allow administrators to create multiple bookmarks to add to a group and make these bookmarks available for SSL-VPN users.

Network Intrusion detection and prevention system

Built-in signature and anomaly based IPS engine, denial of service, signature based detection using real time updated database, custom IPS signature creation by administrator, configurable IPS filter to selectively implement signatures based on severity, target (client/server), protocol, OS and application types. Supports user-defined signatures with regular expressions,

Anti virus System Requirements

The proposed system should be able to block, allow or monitor only using AV signatures and file blocking based on firewall policy, block and intercept (allow but quarantine) attachments or downloads according to file extensions and/ or file types, the solution should be capable scanning Encrypted VPN tunnel traffic originating from the unit for virus

Web content filtering system Requirements:

Should support 40 or higher categories, firewall authenticated user groups for HTTP and HTTPS traffic, able to block web plug ins like active java applet, cookies etc.

Application content filtering system Requirements

Identification and control of popular IM & P2P applications like KaZaa, BitTorrent etc.

Page 43: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 43 of 53 (After pre-bid) Signature & Seal of the Tenderer

Schedule XIV: Proposed layout at BSER, Ajmer Ground Floor

First Floor

Page 44: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 44 of 53 (After pre-bid) Signature & Seal of the Tenderer

Second Floor

Third Floor

Page 45: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 45 of 53 (After pre-bid) Signature & Seal of the Tenderer

Fourth Floor

OFC Backbone

Page 46: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 46 of 53 (After pre-bid) Signature & Seal of the Tenderer

Schedule XV: Authorization Certificates

A. CERTIFICATE

Undertaking of Authenticity for Supplies

(On Rs. 100/- non-judicial stamp paper)

This has reference to all IT Resources namely networking components etc. being quoted / to be

supplied by our company against the tender no. ____________________ dated

____________.

We hereby undertake that all the components / parts/ assembly/ hardwares such as networking

components etc. to be used in the above mentioned IT Resources shall be original, new,

genuine and as per the said technical specifications from respective OEM(s) of the quoted

products. It is also certified that no refurbished/ duplicate/ second hand components/

parts/assembly/ software are being used or shall be used.

We undertake that an authorized license certificate (eg. Product Keys on Certification of

Authenticity) shall be supplied in case of all hardware & software and further that it shall be

sourced from its Principal Company or authorized source for use in India.

We also undertake that our firm and OEM firm has never been blacklisted or debarred from

doing business by any Government Department / PSU / Bank in Rajasthan. I/We have not

imposed any condition in conflict with the tender condition if it is found it should be treated as

withdrawn. No Criminal case(s) has been Instituted/Pending against us by Government

Department / PSU / Bank in Rajasthan, regarding any supply and contracts with our firm. We

have never breached any contractual liability to any Government Department / PSU / Bank in

Rajasthan.

If this declaration is found to be incorrect and we are found not complying with the above at any

point of time that without prejudice to any other action that may be taken including the forfeiture

of EMD, security deposits and the tender if accepted/ order if given may be cancelled.

Authorized signatory

Name:

Designation:

(i) The tenderer is required to submit in original this undertaking from the OEMs of the

networking components etc. being quoted.

Page 47: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 47 of 53 (After pre-bid) Signature & Seal of the Tenderer

B. “Authorization Certificate” to be issued by the manufacturer (OEM) of the all

products in ORIGINAL in the favour of Distributor / dealer / channel partner on the company letterhead

NIT No. F 4.3(202)/RajCOMP/Tech/10/____/__-__-2011. This is to certify that M/s...................................................................................... (Name, complete address, city) are our authorized ……………................. (Distributor / Dealer / Channel partner) for the sale, support and services for...................................................... (Name of the product(s)). We undertake that we would provide the support for the above hardware product(s) during the three year onsite comprehensive warranty/ guarantee and further for two year CAMC period including spares of the supplied product/ products. Our technical support/ assistance centers (Name, address & communication details) shall provide telephonic or web support. Below are the required details: 1…………………… 2…………………… 3…………………… (Signature with seal / stamp of the company) Name: Designation: Note: This Letter of authority should be on the letterhead of the concerned manufacturer and should be signed by a person competent and having the power of attorney to bind the manufacturer.

Page 48: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 48 of 53 (After pre-bid) Signature & Seal of the Tenderer

Schedule XVI: Draft Agreement

1 . An agreement made th is Date of Agreement between (Your company Name & Address) (here ina f ter cal led “ the approved suppl ier " , wh ich express ion sha l l , where the contex t so admits , be deemed to inc lude h is he irs successors , executors and admin is t rators of the one par t and the “RajCOMP Info Serv ices L td . " which express ion sha l l , where the context so admits , be deemed to inc lude h is successors in of f ice and ass igns of the o ther par t .

2 . Whereas the approved supp l ier has agreed wi th the RajCOMP Info Services Ltd. to supp ly to the Managing Director , RajCOMP Info Services Ltd. , Yojana Bhawan, Ja ipur to Board of Secondary Educat ion, Rajasthan, Ajmer , a l l those ar t ic les set for th in the let ters Our Order No.____________________________ appended hereto in the manner set for th in the cond i t ions of the tender and contract appended herewith and at the rates se t for th in the said order .

3. And whereas the approved supp l ie r has depos i ted a sum of Rs._____________ in ________________________.

(1) Cash/Bank Draf t /Chal lan No. /Banker Cheque No. ___ dt ._________.

(2) Post Of f icer Sav ings Bank Pass Book du ly hypothecated to the Depar tmental author i ty.

(3) Nat iona l Sav ings Cer t i f icates/Defence Savings Cer t i f icates, Kisan V ikas Patras, or any other scr ipt / ins t rument under Nat iona l Saving Schemes for promot ion of Smal l Sav ings, i f the same ca n be p ledged under the re levant ru le, as secur i t y for the due per formance of the aforesa id agreement wh ich has been formal ly t ransfer red to RajCOMP Info Serv ices Ltd.

4. Now these Presents wi tness:

(1) In cons iderat ion of the payment to be made by the RajCOMP Info Serv ices Ltd. through DD at the rates set for th in the Schedule s hereto appended the approved supp l ier wi l l du ly supply the sa id ar t ic les set for th in le t ters nos. Our Order No._________________________ dated __/__/20__ thereof in the manner set for th in the cond i t ions of the tender and contract .

(2) The cond i t ions of the tender and contrac t for open tender enc losed to the Tender Not ice No. F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 and also appended to th is agreement wi l l be deem ed to be taken as par t of th is agreement and are b ind ing on the par t ies execut ing th is agreement

(3) Your Offer/Tender No. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . dated . . . . . . . . . . . . . . rece ived f rom tenderer and let ters Our Order No.______________________________ issued by the RajCOMP Info Serv ices Ltd. and appended to th is agreement shal l a lso form par t of th is agreement .

(4) (a) The RajCOMP Info Serv ices Ltd . do hereby agree tha t i f the approved supp l ier sha l l duly supply the sa id ar t ic les in the manner aforesa id observe and keep the sa id terms and cond i t ions, the RajCOMP Info Services Ltd. wi l l through DD pay or cause to be pa id to the approved supp l ier at the t ime and the manner set for th in the sa id condi t ions , the amount payab le for each and every cons ignment .

(b) The mode of Paym ent wi l l be as spec i f ied in c lause XI of Schedule X.

5. The de l iver y and Ins ta l la t ion shal l be a f fec ted and completed wi th in the per iod as spec i f ied in the supp ly order .

Page 49: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 49 of 53 (After pre-bid) Signature & Seal of the Tenderer

6. (1) ( i ) In case of ex tens ion in the de l iver y and/or ins ta l la t ion per iod wi th l iqu idated damages , the recovery shal l be made on the bas is of fo l lowing percentages of value of s tores which the tenderer has fa i led to supply and complete the work : -

(a) Delay up to one fourth period of the prescribed delivery period, successful installation & completion of work

2.5%

(b) Delay exceeding one fourth but not exceeding half of the prescribed delivery period, successful installation & completion of work.

5.0%

(c) Delay exceeding half but not exceeding three fourth of the prescribed delivery period, successful installation & completion of work.

7.5%

(d) Delay exceeding three fourth of the prescribed delivery period, successful installation & completion of work.

10.0%

Note: ( i ) Fract ion of a day in reckoning per iod of delay in supp l ies / maintenance serv ices shal l be e l im inated i f i t is less than ha l f a day.

( i i ) The maximum amount of agreed l iqu ida ted damages sha l l be 10%

( i i i ) I f the suppl ier requ i res an extens ion of t ime in com ple t ion of contractua l supp ly on account of occurrence of any h indrances, he sha l l app ly in wr i t ing to the author i t y which had p laced the supp ly order , for the same immediate ly on occurrence of the h indrance but not af ter the s t ipu lated date of comple t ion of supp ly.

(2) . De l ivery per iod may be extended wi th or wi thout l iqu idated damages i f the de lay in the supp ly of goods in on account of h indrances beyond the contro l of the tenderer .

(4) . SLA sha l l be as per c lause 4 5 of Schedu le XI . 7. Al l d isputes ar is ing out of th is agreement and a l l quest ions re lat ing to the

in terpretat ion of th is agreement sha l l be dec ided by the Ra jCOMP Info Serv ices Ltd. and the dec is ion of the RajCOMP Info Serv ices Ltd . sha l l be f ina l . In wi tness whereof the par t ies hereto have set th eir hands on the Date of Agreement.

8. Comprehens ive ons i te warranty/ guarantee a long wi th CAMC wi th spare par ts for a l l hardware i tems shal l be prov ided by vendor as per c lause 21 of Schedule XI of the tender .

Signature of the Approved supp l ier

Signature for and on beha l f of Manag ing Direc tor , RajCOMP Info Serv ices Ltd.

Des ignat ion:

Date:

Date:

W itness No.1 1. W itness W itness No.2 2. W itness

Page 50: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 50 of 53 (After pre-bid) Signature & Seal of the Tenderer

Schedule XVII: BSER, Ajmer Delivery & Installation Details

All items should be delivered and installed as per the following details. The actual supply quantity along with the location address would be provided along with the final supply order:

S. No

Items BSER, Ajmer

Local Area Networking (The quantities for the LAN components are estimated. The payment would be done as per actual quantity consumed at the site of LAN installation and attached/ approved Network Diagram subject to certification/ justified requirements.)

1. Modular L3 switch with 24 Manageable Gigabit SFP ports including 4 dual purpose ports which can be used as SFP slot or can be used as RJ-45

1 Nos.

2. Modular L2 switch with 24 Manageable 10/100 Mbps ports (all port PoE enabled), 2 additional dual purpose ports which can be used as SFP slot or can be used as RF-45

5 Nos.

3. Modular L2 switch with 48 Manageable 10/100 Mbps ports (all port PoE enabled), 2 additional dual purpose ports which can be used as SFP slot or can be used as RF-45

6 Nos.

4. 1 PORT SFP, MM FIBER TRANSCEIVER Giga 42 Nos.

S. No

Passive Components for LAN BSER, Ajmer

5. CAT6 UTP CABLE, IN MTRS 21000

6. CAT6 I/O WITH shutter face plate with SMB 350

7. CAT6 1 MTR PATCH CORD 408

8. CAT6 3 MTR PATCH CORD 350

9. CAT6 24 PORT Loaded JACK PANEL 17

10. Fiber Cable, Multimode 50 Micron, 6 Core, in mtrs 2500

11. LIU, 24 Port, Rackmounted, with Blank SC adapter plate (L3 switch) 3

12. LIU, 12 Port, Rackmounted, with Blank SC adapter plate (L2 switch) 10

13. SC Duplex Adapter, MM 120

14. SC Optical fiber pigtail (MM) 120

15. SC-LC Patch cord, Duplex, MM, 3 mtr 42

16. 15U Wall Mount Rack with Accessories 10

17. 32U Floor Standing Rack with Accessories 1

18. PVC conduiting 7000 mtr.

19. HDPE for MM fiber 50 mtr.

20. Laying of cat6 UTP, Fiber, digging/trenching, splicing & terminating of fiber

Note: Where mounting chords are not used, sufficient number of RJ-45 Connectors to be provided in order to make required patch chords.

Page 51: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 51 of 53 (After pre-bid) Signature & Seal of the Tenderer

Schedule XVIII: Financial Bid (Local Area Networking) Name of the Company/Firm: _________________________________________________________________________ Address for Correspondence: ________________________________________________________________________

Item No. Item (as per

specifications mentioned in the

technical bid)

Make & Model

Est.

Qty.

Unit Price with Three Year Onsite

Comprehensive Warranty

(INR)

VAT CVAT SERVICE TAX

Total Unit Price

(INR)

Total Cost

(INR)

Cost of additional

FIRST year CAMC

(INR)

Cost of additional

SECOND year CAMC

(INR)

% Amount

(INR) %

Amount

(INR) %

Amount

(INR)

1 2 3 4 5 6 7 8 9 10 11 12=5+7+9+11 13=4x12 14 15

1.

Modular L3 switch with 24 Manageable Gigabit SFP ports including 4 dual purpose ports which can be used as SFP slot or can be used as RJ-45

1

Nos.

2.

Modular L2 switch with 24 Manageable 10/100 Mbps ports (all port PoE enabled), 2 additional dual purpose ports which can be used as SFP slot or can be used as RF-45

5

Nos.

3.

Modular L2 switch with 48 Manageable 10/100 Mbps ports (all port PoE enabled), 2 additional dual purpose ports which can be used as SFP slot or can be used as RF-45

6

Nos.

4. 1 PORT SFP, MM FIBER TRANSCEIVER Giga

42

Nos.

5. CAT6 UTP CABLE, IN MTRS

21000

6. CAT6 I/O WITH shutter face plate with SMB

350

7. CAT6 1 MTR PATCH CORD

408

8. CAT6 3 MTR PATCH CORD

350

9. CAT6 24 PORT Loaded JACK PANEL

17

Page 52: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 52 of 53 (After pre-bid) Signature & Seal of the Tenderer

10. Optical Fiber Cable, Multimode 50 Micron, 6 Core, in mtrs

2500

11.

LIU, 24 Port, Rackmounted, with Blank SC adapter plate (L3 switch)

3

12.

LIU, 12 Port, Rackmounted, with Blank SC adapter plate (L2 switch)

10

13. SC, Adapter, duplex, MM 120

14. SC, MM, Optical fiber Pigtail

120

15. SC-LC Patch cord, Duplex, MM, 3 mtr

42

16. 15U Wall Mount Rack with Accessories

10

17. 32U Floor Standing Rack with Accessories

1

18.

Laying, conduiting/casing/ capping, Digging/ trenching, filling, splicing & terminating of fiber and other media or service component as applicable according to industry norms are part of supply, installation & commissioning.

As per

actuals

19. UTM 1 Nos

20. Others (if any)*

Total =

Total amount (in Rs.)

Total in words:- Rupees________________________________________________________________________________________only

Page 53: RajCOMP Info Services Ltd. - Rajasthanrisl.rajasthan.gov.in/wp-content/uploads/2015/04/Final...Facilitate students and teachers to view and download the documents and certificates

RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005

F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 53 of 53 (After pre-bid) Signature & Seal of the Tenderer

* For integration of networking hardware and allied items.

1. The above quoted costs/ prices are inclusive of all Govt. taxes and any other levies. (e.g. Service Tax, VAT, CVAT etc.)

2. In case of any discrepancy between unit rates multiplies with qty & total amount, then the amount calculated from unit rates multiplied with

qty would prevail.

3. Qty. mentioned is only for the purpose of preparation of comparative statement. Qty. may vary as per requirement at site.

4. The selected Tenderer would be required to study the LAN site and prepare layout design and BOM for material required.

5. Underground cabling should be strictly as per the technical specifications. The route should be marked with route markers.

6. All rates quoted must be FOR destination and should include CAMC as per the condition no.21 of Schedule XI

7. Rates in percentage and amount of CVAT and RST should be mentioned against relevant items. If RST/CVAT is/are exempted, then

exemption certificate(s) is/are to be enclosed.

8. Service tax is applicable as per norms on the service part of LAN.

9. Reproduced / re-word-processed formats or Tenderer own formats for the price quotations will disqualify the tender.

10. Insurance of transit shall be the responsibility of the vendor.

11. Financial comparison would be done on the basis of price quoted for total items.

12. In case of Any Discrepancies between rates in figures & in words, whichever is less would prevail.

13. Goods to be purchased are for the purpose of Official/Government use hence octori will not be payable.

14. No condition will be entertained and conditional tender will be liable to be rejected

15. The tenderer must bid for all the items within a package. Partial bidding would disqualify the tenderer.

16. Tenderer may be further required to submit a detailed component wise breakup as and when required.

17. Road cuts and concrete cuts should be repaired properly.

(Signature & seal of the tenderer)

Name with Designation: