41
Phone: 011-23017386 Government of India Fax: 011-23015686 Ministry of Defence Directorate of Standardisation “H” Block Room No. J - 11 PO Nirman Bhawan New Delhi- 110011 RFP No 1603/Store/Std/DoS/LAN 03 Jan 2018 _________________________ _________________________ _________________________ INVITATION OF BIDS FOR UPGRADATION OF EXISTING LANs IN DoS RFP No. 1603/Store/Std/DoS/LAN dated 03 Jan 2018 Dear Sir, 1. Director, Directorate of Standardisation (DoS) invites Technical and Commercial Bids in Sealed Bid System (Single Stage Two Envelope) for “Upgradation of existing LANs in DoS”. All offices & premises are located in New Delhi. The RFP document may either be downloaded from www.ddpdos.gov.in , www.eprocure.gov.in or from https://www.tcil-india- electronictender.com. The Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, is given in Appendix - G of this Document. Submission of Online Bids is mandatory for this Tender. 2. For conducting electronic tendering, Directorate of Standardisation (DOS) has decided to use the portal https://www.tcil-india-electronictender.com through TCIL, a Government of India Undertaking. Tender document may be downloaded from https://tcil-india- electronictender.com , http://ddpdos.gov.in or https://eprocure.gov.in/cppp/ . The address and contact number for sending offline documents regarding this RFP as given below:- (a) Documents/queries (if any) to be addressed to The Director Directorate of Standardisation, ‘H’ Block Hutments, Near Gate No .3 of Udyog Bhawan Metro Station, Motilal Nehru Marg, New Delhi 110011 (b) Name and designation of the contract person Vipin Kumar Dy Director (c) Telephone number of Contact person 011-23043210 (d) e-mail ID of the contact person [email protected] (e) Fax Number 011-23015686

Single Stage Two Envelope) f - ddpdos.gov.inddpdos.gov.in/writereaddata/Download/Final Approved RFP DoS LAN...Udyog Bhawan Metro Station, Motilal Nehru Marg, New Delhi – 110011 (b)

Embed Size (px)

Citation preview

Phone: 011-23017386 Government of India Fax: 011-23015686 Ministry of Defence

Directorate of Standardisation “H” Block Room No. J - 11 PO Nirman Bhawan New Delhi- 110011

RFP No 1603/Store/Std/DoS/LAN 03 Jan 2018 _________________________ _________________________ _________________________

INVITATION OF BIDS FOR UPGRADATION OF EXISTING LANs IN DoS

RFP No. 1603/Store/Std/DoS/LAN dated 03 Jan 2018 Dear Sir, 1. Director, Directorate of Standardisation (DoS) invites Technical and Commercial Bids in Sealed Bid System (Single Stage Two Envelope) for “Upgradation of existing LANs in DoS”. All offices & premises are located in New Delhi. The RFP document may either be downloaded from www.ddpdos.gov.in, www.eprocure.gov.in or from https://www.tcil-india-electronictender.com. The Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, is given in Appendix - G of this Document. Submission of Online Bids is mandatory for this Tender. 2. For conducting electronic tendering, Directorate of Standardisation (DOS) has decided to use the portal https://www.tcil-india-electronictender.com through TCIL, a Government of India Undertaking. Tender document may be downloaded from https://tcil-india-electronictender.com, http://ddpdos.gov.in or https://eprocure.gov.in/cppp/. The address and contact number for sending offline documents regarding this RFP as given below:-

(a) Documents/queries (if any) to be addressed to

The Director Directorate of Standardisation, ‘H’ Block Hutments, Near Gate No .3 of Udyog Bhawan Metro Station, Motilal Nehru Marg, New Delhi – 110011

(b) Name and designation of the

contract person Vipin Kumar Dy Director

(c) Telephone number of Contact person

011-23043210

(d) e-mail ID of the contact person [email protected]

(e) Fax Number 011-23015686

3. This RFP is divided into five Parts as follows:-

(a) Part I – Contains General Information and Instructions for the Bidders about the RFP such as the time, place of submission and opening of tenders, Validity period of tenders, etc.

(b) Part II – Contains essential details of the services required, such as Scope of Work including deliverables and QR for various equipment/services.

(c) Part III – Contains Standard Conditions of RFP, which will form part of the

Contract with the successful Bidder.

(d) Part IV – Contains Special Conditions applicable to this RFP and which will also form part of the contract with the successful Bidder.

(e) Part V – Contains Evaluation Criteria and Format for Technical and Commercial Bids.

4. Pre Bid meeting A Pre-Bid meeting will be held in the office of the OIC, Store at 1100 hrs on 18 Jan 2018. Purpose of the meeting is to bring utmost clarity on the scope of work and terms of RFP being floated. It is recommended that bidders/ their authorized representatives attend the said meeting to familiarize themselves with the scope of work and clarify doubts, if any. Details of personnel (one person per bidder) should be forwarded latest by 1000 hours on 18 Jan 2018. Bidders are advised to inspect and familiarize themselves with layout, hardware and other resources in use in the existing IT setup of Directorate of Standardisation (DoS) before submitting their proposals. Vendors are requested to contact OIC DNC, Directorate of Standardisation (DoS) on telephone number 011-23043285/23017386 e-mail: [email protected] for arranging site visits. 5. This RFP is being issued with no financial commitment and the buyer reserves the right to change or vary any part thereof at any stage. Buyer also reserves the right to withdraw the RFP, should it become necessary at any stage.

Thanking You,

Yours sincerely, Sd/- (Vipin Kumar) Deputy Director OIC (Store) For Director

PART I

GENERAL INFORMATION 6. The e-Tendering will be undertaken in Sealed Bid System (Single Stage Two Envelope) for “Upgradation of existing LANs in DoS”. All offices & premises are located in New Delhi. Submission of Online Bids is mandatory for this Tender. Commercial bids of only those firms whose Technical bids are valid and conform to technical requirements will be opened. 7. The participating vendors are to submit bids as per TCIL’s Special instructions to Bidders for e-Tendering (Appendix -G). For participating in this tender online, the instructions given in Appendix-G of this RFP are to be read carefully. These instructions are supplemented with more detailed guidelines on the relevant screens of the ETS. No responsibility will be taken for postal delay or non-delivery/non receipt of offline documents. Bid submitted by FAX or e-mail will not be accepted.

8. Last date and time for depositing/receipt of the Bids:- 01 Feb 2018 at 1000 HRS. 9. Time, Date and Place for opening of Bids The entire bid-submission would be online on ETS (unless specified for Offline Submissions). (The technical bids will be opened at 1100hrs on 01 Feb 2018 on https://tcil-india-electronictender.com). Time and date for opening of commercial bids will be intimated later. 10 Clarification regarding contents of the RFP A prospective bidder who requires clarification regarding the contents of the bidding documents shall notify to the Buyer in writing about the clarifications sought not later than 14 days prior to the date of opening of the bids i.e. by 18 Jan 2018. Queries and clarifications by the Directorate of Standardisation will be hosted on the Directorate website www.ddpdos.gov.in. Clarifications sought prior to pre-bid meeting will also be clarified during the pre-bid meeting. 11. Modification and Withdrawal of Bids: - A bidder may modify or withdraw his bid after submission provided that modification or withdrawal is received by the Buyer prior to deadline prescribed for submission of bids as per the provisions of Electronic Tender System (ETS) of TCIL. No bid shall be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and expiration of the period of specified bid validity. Withdrawal of a bid during this period will result in forfeiture of bid security/EMD.

12. Clarification regarding contents of the Bids:-During evaluation and comparison of bids, the Buyer may, at its discretion, ask the bidder for clarification of his bid. The request for clarification will be given in writing and no change in prices or substance of the bid will be sought, offered or permitted. No post-bid clarification on the initiative of the bidder will be entertained. 13. Rejection of Bids:-Canvassing by the Bidder in any form, unsolicited letter and post-tender correction may invoke summary rejection with forfeiture of EMD. Conditional tenders will be rejected. 14. Validity of Bids:-The Bids should remain valid for minimum 120 days from the last date of submission of the Bids. 15. Earnest Money Deposit(EMD) / Bid Security :- Bidders are required to submit Earnest Money Deposit (EMD) Rs 60,000/- at the time of bid submission (it must reach to DOS before 2 days of scheduled opening of technical bid). The EMD may be submitted in the form of an Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee from any of the public sector banks or a private sector bank authorized to conduct government in favor of ‘Director, Directorate of Standardisation’. EMD is to remain valid for a period of forty-five business days beyond the final bid validity period. EMD of the unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the contract. The Bid Security of the successful bidder would be returned, without any interest whatsoever, after the receipt of Performance Security from them as called for in the contract. EMD is not required to be submitted by those Bidders who are registered with the Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC) or any Department of MoD or MoD itself. The EMD will be forfeited if the bidder withdraws or amends, impairs or derogates from the tender in any respect within the validity period of their tender. No interest will be paid on the EMD. 16. Forfeiture of EMD :- The bid security/earnest money will be liable to be forfeited if the bidder withdraws or amends, impairs or derogates from the tender in any respect within the validity period of his tender. No interest will be paid on the EMD. 17. Eligibility Criteria: A Technical Committee will be constituted to scrutinize the bids. The Committee reserves the right to reject any or all bids without assigning any reason thereof. 18. Contractors/Firms whose contracts with Directorate of Standardisation have been foreclosed/ terminated due to unsatisfactory performance/delivery of services or the performance of contractors/firms have been rated as unsatisfactory by user(s) in the Directorate of Standardisation, need not apply. In case such contractors/ firms respond to this RFP, their Bids will be summarily unactioned/unopened.

PART II

SCOPE OF WORK

19. DoS invites bids for supply, Installation and Commissioning of LAN, structured cabling of active and passive networking components meeting the requirements of DoS. 20. At present the Directorate of Standardisation (DoS) has separate LANs (maintaining proper air-gap) for internet and intranet. The LANs of DoS are required to be upgraded to meet the following requirements:- (a) Intranet LAN (i) Provide connectivity to - 72 Users at H- Block (ii) Provide connectivity to - 67 Users at J-Block (iii) Provide connectivity to - 15 Users at CACOSA, Kashmir House (iv) Provide connectivity to - 10 Users at CSG, ‘A Block hutments (v) Provide a patch management solutions (maintaining air-gap) for

windows, anti-virus and third party software like Adobe, Google Chrome, Mozila fire fox etc.

(vi) Provide a central automatic back-up solution for all clients on DoS LAN. (b) Internet LAN (i) Provide connectivity to - 35 Users at H- Block (ii) Provide connectivity to - 16 Users at J-Block 21. The above Intranet and Internet LANs of DoS are to be layed afresh as the existing set-up (including cables, switches, etc) are vintage, unmanaged, highly prone to faults and failures and therefore unusable. The work includes supply laying/installing new network components including Fiber optic cables, UTP cables, conduits, casings and cappings, IOs, Manageable switches, racks and jack panels, cabling for central power supply to all switches through the existing 20 KVA centralized UPS at server room of DoS, etc. Approximate room wise requirement of LAN points and related equipment including the Bill of Material (BoM) is as per Appendix ‘A’. 22. The exact requirement and siting of equipments and routing of cables shall be determined by the vendor in consultation with the user/OIC (DNC). 23. Based on the study of the project requirements and a detailed survey of the site, a scope for the LAN establishment has been prepared. The detailed project implementation includes the aspects of LAN design, engineering, structured cabling, installation, commissioning, testing, and documentation for easy maintenance in future. The following aspects are to be covered in the project implementation:- (a) LAN design : Should address total LAN nodes requirement, modular design

with provision for easy additions, meets all application requirements, use of Latest Gigabit fiber/ CAT 6A/CAT 6 technologies for backbone and edge.

(b) Engineering : Installation and configuration of the patch management solution

and backup solution. The vendor will submit a pre-installation document which will include all above activities and Bill of Material (BoM) for deployment in accordance with this RFP.

(c) Structured cabling installation : Cable routing on building blue print/plan with

scales and distances, integration of existing infrastructure where required, identification of existing cable risers and equipment closets to be used, labeling plan for cabling infrastructure, marking and identification of entire LAN infrastructure, creation of separate cable trays/pathways/raceways if required.

(d) Commissioning, testing and documentation for maintenance: Strategy for

phase-wise installation and commissioning of LAN, testing of LAN components and cabling infrastructure, tools and manuals required for maintenance, schedules for periodic onsite maintenance of items etc. 02 copies of the detailed project report will be submitted to OIC (DNC) in printed and bound form and 02 soft copies in CD/by e-mail one each to OIC (DNC) and JD (TSG).

24. Supply of LAN passive components, laying of cables and installation :- The vendor will supply all passive LAN cabling equipment as per the detailed list (BoM) placed at Appendix ‘A’ after placement of the supply order. The detailed specifications of the equipment to be supplied are at Appendix ‘C’ of this RFP. The installation, commissioning and testing of the passive cabling infrastructure is to be completed within 08 weeks from the date of placement of supply order. The warranty for all passive components will be for a period of 01 year from the date of installation and commissioning of the LAN. 25. All the installation work is to be carried out as per the relevant IEEE standards (ISO/IEC 11801:2002, ETA/TIA 568C.2, EN 50173). For this purpose the vendor will post project manager, certified in cabling systems/LAN equipment as the case may be at the site till the completion of installation and commissioning of the cabling/ LAN equipment. The vendor will follow the project document for the cabling routing plan, labeling of the cabling infrastructure and documentation of the cabling infrastructure for maintenance and hand over to DoS. 26. Installation and configuration of LAN active equipment:- The vendor will supply, install and configure all the active devices for making the LAN operational at the site. The LAN IP addressing scheme and configuration for all the LAN security issues will be carried out by the vendor. 27. All the switches, proxy configurations and IP addressing scheme at the site will have to be documented for maintenance purposes by the vendor and a copy of it will be submitted to OIC (DNC). 28. The installation, configuration and testing of LAN active devices including integration with the existing active and passive components of the existing infrastructure has to be completed within 05 days after completion of passive cabling infrastructure installation at the site. The vendor will submit a post installation document “Hardware deployment document” which will include all above activities and details of the location-wise equipment deployed with corresponding IP address, configuration of switches and related policies implemented. The warranty for all the active components installed will be for a period of 5 years from the date of installation. 29. The vendor will be required to provide on-call support to meet the Service Level Agreement (SLA). The vendor will also be responsible for preventive maintenance of all active components supplied and installed under the supply order with in the warranty period of 5

years. The vendor will be responsible to facilitate the warranty services provided by the OEMs. The vendor will be responsible for providing trouble shooting support for all the networking related issues. 30. The vendor is required to submit all necessary documents for itself, and those supplied by its OEM as stated in the succeeding paragraphs. A Selection/ Qualification criteria vendor must submit a quote for all components. Any vendor who does not provide a quote for any item will be disqualified. The Generic qualification criteria and specific qualification criteria which the vendor must fulfill in order to qualify are placed at Appendix ‘D’. 31. A duly constituted Technical Evaluation Committee (TEC) will first select vendors on the basis of the qualification criteria of this tender. The bids confirming to the qualification criteria will be considered for Technical evaluation. The TEC may seek written clarifications from the vendors. The primary function of clarifications in the evaluation process is to clarify ambiguities and uncertainties arising out of the evaluation of the bid documents. 32. The financial bids of the technically qualified vendors only will be opened. Service Levels for on-call support 33. Response Time : The response time will be defined as the minimum time to respond adequately to any issue raised by the user. The expected response time for on-call support is 4 hours from the time of incident reporting. 34. Resolution Time: The resolution time for any issue pertaining to passive components will be 24 hours. The resolution time for any issue pertaining to the active components will be 48 hours. The time of incident reporting will be considered for calculation of resolution time.

PART III

STANDARD CONDITIONS OF REQUEST FOR PROPOSAL 35. The Bidder is required to give confirmation of their acceptance of the Standard Conditions of the Request for Proposal mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of the Bid submitted by the Bidder. 36. Law: The Contract shall be considered and made in accordance with the laws of the Republic of India. The contract shall be governed by and interpreted in accordance with the laws of the Republic of India. The Contract shall deemed to have been made at Delhi from where the Supply Order/Bid Award is issued and only the Courts of Delhi shall have jurisdiction to decide on any dispute arising out of the Contract. 37. Effective Date of the Contract: The contract shall come into effect on the date of signatures of both the parties on the contract (Effective Date) and shall remain valid until the completion of the obligations of the parties under the contract. 38. Arbitration: All disputes or differences arising out of or in connection with the Contract shall be settled by bilateral discussions. Any dispute, disagreement or question arising out of or relating to the Contract or relating to construction or performance, which cannot be settled amicably, may be resolved through arbitration. The standard clause of arbitration is as per Forms DPM-7, DPM-8 and DPM-9 (Defence Procurement Manual available in MoD website). However, other clauses governing Arbitration is as given under:-

(a) As far as possible all differences would be resolved by mutual discussions between the two parties. However in the event of any unresolved dispute arising out of the Contract, it shall be referred to the Sole Arbitration of an Officer appointed as the Sole Arbitrator by the Director, Directorate of Standardisation, New Delhi.

(b) There shall be no objection if the Arbitrator is Government Servant and that during the course of his/her duties as Government servant he/she expressed view on all or any of the matters in dispute or difference.

(c) The demand for Arbitration must be in writing and made within one month from the date of termination of the contract.

(d) The award of the Arbitrator shall be final and binding on both parties to the Contract.

(e) The venue of Arbitration would be New Delhi.

(f) The Vendor is required to give the acceptance or rejection to the above clauses at Sub Paras (a) to (e) in writing. It is stipulated that an omission to answer specifically in this regard at the TE stage will be deemed as an acceptance of the Arbitration clauses.

39. Penalty for use of Undue influence: The Seller undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the Buyer or otherwise in procuring the Contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with the Government of India for showing or forbearing to show favour or disfavour to any person in relation to the present Contract or any other Contract with the Government of India. Any breach of the aforesaid undertaking by the Bidder or any one employed by him or acting on his behalf (whether with or without the knowledge of the Bidder) or the commission of any offers by the Bidder or anyone employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act enacted for the prevention of corruption shall entitle the Buyer to cancel the contract and all or any other contracts with the Bidder and recover from the Bidder the amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the undertaking had been committed shall be final and binding on the Bidder. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the Bidder towards any officer/employee of the Buyer or to any other person in a position to influence any officer/employee of the Buyer for showing any favour in relation to this or any other contract, shall render the Bidder to such liability/ penalty as the Buyer may deem proper, including but not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer. 40. Agents / Agency Commission: The Bidder confirms and declares to the Buyer that the Bidder is the original provider of the services referred to in this Contract and has not engaged any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of India or any of its functionaries, whether officially or unofficially, to the award of the contract to the Bidder; nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect of any such intercession, facilitation or recommendation. The Bidder agrees that if it is established at any time to the satisfaction of the Buyer that the present declaration is in any way incorrect or if at a later stage it is discovered by the Buyer that the Bidder has engaged any such individual/firm, and paid or intended to pay any amount, gift, reward, fees, commission or consideration to such person, party, firm or institution, whether before or after the signing of this contract, the Bidder will be liable to refund that amount to the Buyer. The Bidder will also be debarred from entering into any supply Contract with the Government of India for a minimum period of five years. The Buyer will also have a right to consider cancellation of the Contract either wholly or in part, without any entitlement or compensation to the Bidder who shall in such an event be liable to refund all payments made by the Buyer in terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. The Buyer will also have the right to recover any such amount from any contracts concluded earlier with the Government of India.

41. Access to Books of Accounts: In case it is found to the satisfaction of the Buyer that the Bidder has engaged an Agent or paid commission or influenced any person to obtain the contract as described in clauses relating to Agents/Agency Commission and penalty for use of undue influence, the Bidder, on a specific request of the Buyer, shall provide necessary information/ inspection of the relevant financial documents/information.

42. Non-disclosure of Contract documents: Except with the written consent of the Buyer/ Bidder, either party shall not disclose the contract or any provision, specification, plan, design, pattern, sample or information thereof to any third party. 43. Liquidated Damages: In the event of the Sellers failure to submit the Bonds, Guarantees and Documents, supply the stores/goods and conduct trials, installation of equipment, training, etc as specified in this contract, the Buyer may, at his discretion, withhold any payment until the completion of the contract. The BUYER may also deduct from the SELLER as agreed, liquidated damages to the sum of 0.5% of the contract price of the delayed/undelivered stores/ services mentioned above for every week of delay or part of a week, subject to the maximum value of the Liquidated Damages being not higher than 10% of the value of delayed stores. 44. Foreclosure/Termination of Contract

(a) User may without prejudice to any other remedy for breach of contract, by written notice of default sent to vendor, terminate the contract in whole or in part if :–

(i) Vendor fails to deliver any or all of the obligations within the time periods specified in the RFP/contract, or any extension thereof granted under the provisions of the RFP/contract.

(ii) In the event of frequent and repeated disruptions of LAN facilities established by the vendor within one year from the date of acceptance testing.

(iii) Vendor violates any of the terms & conditions specified in this RFP/contract.

(b) Should the contract be foreclosed/ terminated at any time, the bidder will be solely responsible to hand over all the components of the DoS Intranet and Internet LANs in serviceable condition, failing which the Dte of Standardisation will be at liberty to get the equipment repaired through any other source at risk and cost basis and the cost debitable to the Bidder from any payment(s) due.

(c) Foreclosure/ termination may lead to forfeiture of EMD/performance guarantee.

45. Notices: Any notice required or permitted by the contract shall be written in the English language and may be delivered personally or may be sent by FAX or registered pre-paid mail/e-mail, addressed to the last known address of the party to whom it is sent. 46. Transfer and Sub-letting: The Bidder has no right to give, bargain, sell, assign or sublet or otherwise dispose of the Contract or any part thereof, as well as to give or to let a third party take benefit or advantage of the present Contract or any part thereof. 47. Patents and other Industrial Property Rights: The prices stated in the present Contract shall be deemed to include all amounts payable for the use of patents, copyrights, registered charges, trademarks and payments for any other industrial property rights. The Bidder shall indemnify the Buyer against all claims from a third party at any time on account of the infringement of any or all the rights mentioned in the previous paragraphs, whether such claims arise in respect of manufacture or use.

48. Amendments: No provision of present Contract shall be changed or modified in any way (including this provision) either in whole or in part except by an instrument in writing and signed on behalf of both the parties and which expressly states to amend the present Contract. 49. Taxes & Duties: Prices quoted should include Labour charges and all applicable Taxes (e.g. GST, Excise Duty, etc) as indicated in DPM 2009. 50. Qualifying Criteria for Bidders The bidder should be an Information Technology Company registered in India under the Indian companies Act 1956/2013 or a partnership registered under the Indian Partnership Act 1932 or a society constituted under any ministry/Department of the Govt of India and registered under the societies Registration Act 1860 with its registered office and maintenance infrastructure in the NCR with required facilities. The other evaluation criterions are elaborated in detail in Part V of the RFP. 51. Performance Bank Guarantee: - Performance Bank Guarantee for an amount of 10% (ten percent) of the value of the contract will be deposited within 15 days from the date of award of contract and the same must be in the form of an account payee demand draft/ fixed deposit receipt from a Commercial Bank/Bank Guarantee from a Commercial Bank. The Bank Guarantee will be as per format at Appendix ‘B’ and remain valid for a period of sixty days beyond the date of completion of all contractual obligations of the AMC Vendor. While depositing the bank Guarantee, bidder will endorse the Supply Order No. & Date at the reverse side of Security Document. The receipt issued by the Consignee towards deposition of Performance Security will be produced by the AMC Vendor at the time of collection of the Security Document.

PART IV

SPECIAL CONDITIONS OF SUPPLY ORDER 52. Material/equipment being offered shall be covered under OEM warranty. OEMs should be ISO 9001-2008 certified. The vendor should be Authorized Dealer of the Original Equipment Manufactures of all LAN components/equipment being offered. Certificates from OEM to establish credentials of vendor must be attached with Technical Bids. Non submission of authorized dealer certificates from OEM may lead to rejection of bids. Vendor must bid for all items & services. Part bidding (bidding for only some items) will lead to disqualification of bids.

53. Supply and installation of equipment (both passive and active) & installation & testing of LAN connections should be completed within 08 weeks form the date of signing of contract. If the vendor fails to meet the deadline, penalty @ 2% per week, subject to max of 10% of tender value may be deducted. In case vendor fails to complete the order/project within twelve weeks from the date of signing of the contract, Director, Directorate of Standardisation may cancel the contract & the performance guarantee may be for forfeited. 54. The bidder shall provide all required equipments which may not be specifically stated herein but are required to meet the intent of ensuring completeness, maintainability and reliability of the total system covered under this RFP, including integration and interoperability with the existing equipment. All hardware provided by the vendor should be IPV6, Windows 7/8/10 compliant. Vendor must provide the following certificate on his company letter head along with the “Technical Bid”:-

“It is certified that equipments being offered are IPV6, Windows 7/8/10 compliant”. 55. All components & equipments including cables must conform to relevant standards. Minimum acceptable specifications are listed at Appendix “C”. Vendor must submit a copy of Appx “C” duly filled, along with the Technical Bid to enable the buyer to assess the quality of equipment/material being offered. Non-compliance of specifications mentioned in Appx C/ non submission of Appx “C” along with the Technical Bid may lead to disqualification of the vendor. 56. Items used will be original and brand new under all circumstances. In case of use of duplicate or inferior quality items by the Vendor, the contract will be terminated and payment due to the vendor or performance security amount may be forfeited. Vendor will provide the following certificate on his company letter head alongwith the “Technical Bid”

“It is certified that the stores/equipment being offered are brand new, unused, non refurbished and original and they fully conform to the technical specifications and description given in the tender document. It is further certified that the stores are covered by OEM Guarantee /Warranty and that the OEM of stores/equipment being offered are ISO 9001-2008 certified. 57. The bidder will be responsible for deputing qualified personnel for installation, testing serviceability, LAN connectivity and other services under this scope of work. All required tools and equipment for completing the job as per scope of work of the tender enquiry must be catered for by the bidder.

58. The bidder should ensure that day-to-day functioning of official work and existing network setup/connectivity is not disrupted. 59. The job will be considered complete only after all new equipments installed and LAN connections established by the vendor are integrated with the existing LAN and are tested to be functioning correctly. “Acceptance testing” will be carried out jointly by Vendor & User. 60. Warranty

(a) Vendor will provide on site comprehensive warranty for one year for all passive components from the date of completion of acceptance testing for all items provided/ installed. Defects must be rectified in accordance with Para 33 and 34 of this RFP failing which, penalty of Rs 300/- per non functional LAN connection, per day, may be imposed.

(b) Penalty will not be imposed if the vendor restores disrupted services by providing equivalent/ better replacement equipment, pending repairs of the faulty equipment.

(c) In case the firm fails to repair faulty equipment/ restore disrupted services beyond three working days, the Directorate of Standardisation will be at liberty to carry out necessary repairs/ restoration of services through an alternate source and debit the amount from payments due to the vendor. This office shall entertain no correspondence or counter claim in this regard.

(d) Telephone No./E-mail will be mentioned by the Vendor in the Tender document as well as Name of the personnel who is to be contacted for filing of complaints. Communication of complaint to the Vendor by Telephone/E-mail/SMS will be the approved mode for forwarding of communications by the “User”. Complaint register will be maintained at users end and down time if any will be calculated from the said register. For every complaint lodged the Vendor will give a complaint No which shall be entered in the complaint register along with the date and time.

61. Vendors are required to quote rates on unit (per meter/ per number) basis. Payment will be made based on work actually carried out/items actually utilized which will be verified/measured on ground and certified by the User. 62. The vendor will quote the rates inclusive of all statutory/ mandatory taxes/ duties/ excise surcharges/ levies/ cess etc. in the commercial Bid. The rates quoted in the Commercial Bid will be valid for the entire duration of the contract and impact of upward/ downward revision of all statutory/ mandatory taxes/ duties/ excise surcharges/ levies/ cess etc. will be borne by the vendor.

63. Payment terms:-

(a) Payment of 60% of the contract value will be made on supply of the equipment (both active and passive) as per the bill of material placed at Appendix ‘A’.

(b) Payment of 30% of the final bill (which bill be based on work actually carried out/items actually utilized) will be made on completion of complete work as per contract including installation, commissioning, testing and acceptance of the LANs including all active/passive components.

(c) Payment of balance 10% of the final bill will be made in four equal quarterly installments on submission of user clearance/ satisfactory certificate verifying the proper functioning of the newly installed equipment. This is to ensure vendors commitment towards one year comprehensive onsite warranty of passive equipment supplied/ installed/ integrated.

64. Advance Payments: No advance payment(s) will be made. 65. Paying Authority: The payment of bills will be made on submission of the following documents by the Bidder to the Paying Authority i.e PCDA HQ, “G” Block, New Delhi-110011 along with the bill through Directorate of Standardisation:

(i) Ink-signed copy of contingent bill / Bidders bill.

(ii) Exemption certificate for Excise duty / Customs duty, if applicable.

(iii) Details for electronic payment viz Account holders name, Bank name, Branch name and address, Account type, Account number, IFSC code, MICR code (if these details are not incorporated in supply order).

(iv) Any other document / certificate that may be provided for in the Supply order.

(v) User clearance/satisfactory certificate.

Part V

Evaluation Criteria & Price Bid issues 66. The evaluation will be carried out based on two bid system as indicated below: -

(a) Technical Evaluation. (b) Commercial Evaluation.

67. Technical Evaluation

(c) The evaluation process would consider whether the bidder has requisite prior experience and expertise to address Directorate of Standardisations requirements and objectives. Directorate of Standardisation will examine the bids to determine whether they are complete, whether required information has been provided as underlined in the Bid document, whether the documents have been properly signed, and whether bids are generally in order. Only those Bids which comply to the Technical Evaluation Criteria will be taken up for commercial evaluation. To assist in the examination, evaluation and comparison of bids, Directorate of Standardisation may, at its discretion, ask any or all the Bidders for clarification and response shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted.

(d) Written replies submitted in response to the clarifications sought by Directorate of Standardisation, if any, will be reviewed. Directorate of Standardisation may interact with the Customer references submitted by Bidder, if required. If a Bid is not substantially responsive, it will be rejected by Directorate of Standardisation and may not subsequently be made responsive by the Bidder by correction of the nonconformity. Determination of bid responsiveness will be based on the content of the bid itself.

(e) The Technical Bid should consist of the documents in the sequence given below:-

(i) Index page indicating the technical bid contents with appropriate page numbers. (ii) Filled up Technical Evaluation Compliance Matrix as per format at Appendix “D” along with the required supporting documents in the same sequence. (iii) Acceptance of all terms and conditions specified in the RFP documents as per declaration given at Appendix “E”. (iv) Any additional relevant documents pertaining to equipment being offered, on Company Profile, Employee Profile etc.

68. Commercial Evaluation:

(a) Commercial evaluation to determine the L1 bidder will be carried out after completion of Technical Evaluation. Only the Bidders who meet the requirement of Technical Evaluation will be considered for commercial evaluation.

(b) Format for Commercial Bids is attached at Appendix “F”. L1 bidder will be selected based on Total amount quoted by vendors. The requirement of items mentioned in Appx “F” is approximate and is meant to select L1 bidder. The payment due to the contractor on completion of work will be made based on work actually carried out/items actually utilized which will be verified/measured on ground and certified by the User.

Appendix “A” (on 03 pages) (Refers to para 21 of RFP )

APPROXIMATE REQUIREMENT OF NEW CONNECTIONS & LAN EQUIPMENT FOR ‘H’ BLOCK ,‘J’ BLOCK (INTERNET)

1. 2. Block wise requirement of LAN points on Internet LAN:-

Sl No Locations Qty

01 ‘H” Block 35

02 ‘J” Block 16

Total 51

Note : Locations can be seen during pre bid meeting

Contd…./-

Appendix “A”

(Contd…./-)

APPROXIMATE REQUIREMENT OF NEW CONNECTIONS & LAN EQUIPMENT FOR ‘H’ BLOCK ,‘J’ BLOCK ,CSG AND CACOSA

Block wise requirement of LAN points on DoS LAN:-

Sl No Locations Qty

01 ‘H’ Block 72

02 ‘J’ Block 60

03 CSG 10

04 CACOSA 15

05 Spare 07

Total 164

Note : Locations can be seen during pre bid meeting

Appendix “A” (Contd.)

BILL OF MATERIAL

Sl No Description Unit Qty

1 15 U Rack Nos 03

2 9 U Rack Nos 05

3 Cat 6 UTP Cable (305 Mtr) Nos 25

4 Single Information outlet Nos 215

5 Single Face Plate Nos 215

6 1 Mtr Patch Cord

Nos 215

7 3 Mtr Patch Cord Nos 215

8 24 Port Patch Panel Nos 12

9 1U PVC Cable Mgr 19” Nos 12

10 AC Distribution Box 230V, 50 Hz Nos 10

11 Switch 24 Port L2 Manageable with 05 years OEM warranty

Nos 13

12 Ferrule 8mm – 10mm Nos 17

13 Cable Tie 8mm-10mm Nos 70

14 Hardware & Others like brackets, fasteners, screws, nuts & bolts etc for fixing of cable & equipment.

Nos As required

15 12 Port Fiber LIU Loaded Nos 02

16 OFC Cable 6 core Mtr 400

17 MM SFP Module Nos 08

18 1.5 PVC conduit Mtr 1000

19 1 Inch Conduit Mtr 1000

20 Flexible Pipe Mtr 1000

21 UPS Cabling 3 core 2.5 sqmm.with Material Mtr 500

22 Anti-virus and Patch management solution Nos 200 users

23 Backup solution Nos 01

24 Removal of old/ faulty cables.

25 Networking services including laying of OFC/UTP/power cables through conduit / Flexible pipes/casing capping and terminating RJ-45,fitment of I/O Boxes, racks ,securing of cables and tagging/marking, mounting and installation of switches , fitment of AC power Distribution boxes. Integrated of new setup with existing infrastructure, testing and other activities pertaining to the commissioning of the entire LAN.

26 Digging / refilling and Floor cutting.

27 2 port Gigabit Ethernet Network Interface Card (NIM) for existing Cisco 4321 Router

Nos 01

Appendix “B” (Refers to para 51 of RFP )

Form DPM-15

Performance Bank Guarantee Format

From:

Bank _______________

To,

The President of India

Ministry of Defence, Government of India

New Delhi

Dear Sir,

1. Whereas you have entered into a contract No._______ dated_______________(hereinafter

referred to as the said Contract) with M/s__________________________, hereinafter referred to as the “seller” for supply of goods as per Part-II of the said contract to the said seller and where as the Seller has undertaken to produce a bank guarantee for( % ) of total Contract value amounting to __________ to secure its obligations to the President of India. We the

_________________bank hereby expressly, irrevocably and unreservedly undertake and guarantee as principal obligors on behalf of the seller that, in the event that the President of India declares to us that the goods have not been supplied according to the Contractual obligations under the aforementioned, we will pay you, on demand and without demur, all and any sum up to a maximum of ________________Rupees _____________ only. Your written demand shall be conclusive evidence to us that such repayment is due under the terms of the said contract. We undertake to effect payment upon receipt of such written demand.

2. We shall not be discharged or released from this undertaking and guarantee by any arrangements, variations made between you and the Seller, indulgence to the Seller by you, or by any alterations in the obligations of the Seller or by any forbearance whether as to payment, time performance or otherwise. 3. In no case shall the amount of this guarantee be increased. 4. This guarantee shall remain valid for …… months from the date of JRI acceptance of test consignment in India or until all the store, spares and documentation have been supplied according to the contractual obligations under the said contract. 5. Unless a demand or claim under this guarantee is made on us in writing or on before the aforesaid expiry date as provided in the above referred contract or unless this guarantee is extended by us, all your rights under this guarantee shall be forfeited and we shall be discharged from the liabilities hereunder. 6. This guarantee shall be a continuing guarantee and shall not be discharged by and change in the constitution of the Bank or in the constitution of M/s_______________.

Appendix “C” (Refers to para 24 & 55 of RFP)

TECHNICAL SPECIFICATIONS OF ITEMS REQUIRED AND BEING OFFERED BY THE VENDOR

Sl No

Minimum Equipment Specifications (Desired) Compliance by Vendor (Y/N),

Deviation if any should be

clearly mentioned

Brand/Name of Product being

offered

1 15 U Rack - Should confirm to DIN 41494 & IEC 297

standard load bearing capacity of 50 kg 12 “

Mountable,1u, universal power socket design to fit

both round & flat socket with built in surge protection

& over load circuit breaker , 5 amp AC Power

distribution channel made of high flame retardant &

insulating material, CE approval with 6 nos socket (1

nos)with wall mounting hardware , copper earthling

kit. Fan tray with two fans (low noise with good

quality, ball bearing type, 90CFM), Surface finish: EC

Dip Coat Primed and Powder coated to 80-100

microns with RAL 7035 Light Grey.

2 9 U Rack - as above at ser No 1.

3 Cat 6 UTP Cable (305 Mtr) - 4 pair should confirm or

exceed the EIA/TIA 568 C.2-1 (CAT 6) standards for

physical & electrical specifications, UL/ETL listed &

verified, should be certified by independent test lab for

1G Gigabit Ethernet Performance up to 100 mtr. 23

AWG solid bare copper.

4 Single Information outlet - Surface mounts box with RJ

45 connection module & gang box. The information

Outlet should establishing of transmission channels of

class E with up to 4 plugged connections, complies

with category 6 requirement of the standards ISO/IEC

11801 ed. 2.2, June 2011, EN 50173-1, May 2011

(DIN EN 50173-1) as well as TIA 568-C.

Contd…./.

Sl No Minimum Equipment Specifications (Desired) Compliance by Vendor(Y/N),

Deviation if any should be

clearly mentioned

Brand/Name of Product being

offered

Should qualify de embedded tested in acc. With IEC 60603-7-4. Parallel pair transmission without crossover in acc. With TIA 568-A/B, gold-plated bronze contacts for >1000 mating cycles dielectric strength >100 Veff. PoE and Poe + compatible according to IEC 60512-99-001.

Non PCB and tool les information. Information outlet Cat 6 unshielded, with dust cover, snap - in frame (gray), cable tie and installation instructions. UL/ETL listed Single (1-Port)

5 Single Face Plate - As above

6 1 Mtr Patch Cord - Should confirm or exceed the EIA/TIA 568 C.2.1 standards for CAT 6, Factory molded boots on RJ 45 plugs at both ends, UL/ETL listed & verified, option for colour – Grey, Blue ,Red & Green & cross over cable Length – 1 Mtrs

7 3 Mtr Patch Cord -Should confirm or exceed the EIA/TIA 568 C.2.1 standards for CAT 6, Factory molded boots on RJ 45 plugs at both ends, UL/ETL listed & verified, option for colour – Grey, Blue ,Red & Green & cross over cable Length – 3 Mtrs

8 24 Port Patch Panel -19 inch 1U patch panel for 24 x RJ45 connection modules, zig-zag/straight/angular IO placement for better alien cross talk. The information Outlet should establishing of transmission channels of class E with up to 4pluged connections, complies with Category 6 requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1, May 2011 (DIN EN 50173-1) as well as TIA 568-C.

Metallic high strength & 1U height UL/ETL listed.

Contd…./.

Sl No Minimum Equipment Specifications (Desired) Compliance by

Vendor(Y/N), Deviation if

any should be clearly

mentioned

Brand/Name of Product

being offered

9 1 U PVC Cable Mgr 19”

10 AC Distribution Box 230V, 50 Hz

11 Switch 24 Port L2 Manageable - General Specifications:- Switch should have minimum 24 10/100/1000 Base-T ports with additional 4 Nos of SFP ports1G/10G supporting uplink.

With 05 years OEM warranty period from the date of installation.

Switch should support IEEE Standards of Ethernet: IEEE 802.1d,8021s, 802.1w, 802.3ad, 802.3x, 802.1d, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z, 802.3az 1000 BASE –X (mini-GBIC/SFP), 1000 BASE-SX, 1000 BASE-LX/LH.

Switch should support Auto MDI/MDIX. Should Support for IPv6 ready from 1 day. Switch should be certified for EAL/NDPP.

All SFP based ports should be hot swappable. Switch should be 1 RU rack mountable in nature, stacking capability with min 40 Gbps for stacking throughput.

Performance Requirements:-

The Switch should have IPV4 & IPV6 support from day one. Switch should have minimum 128 Gbps switching bandwidth capacity (GBPS) per switch. Switch should have minimum 95 Gbps throughput per Switch. “It shall support IEEE 802.1s multiple scanning Tree protocol and IEEE 802.1w RSTP and static route3s.” “It shall support Jumbo packets up to 9,216-byte frame size to improve performance of large data transfers.” “Should support IEEE 802.1Q VLAN encapsulation and up to 250 active & 4000 VLAN id VLANs per switch should support voice VLAN.

Contd…./

.

Sl No Minimum Equipment Specifications (Desired) Compliance by

Vendor(Y/N), Deviation if any

should be clearly

mentioned

Brand/Name of Product being

offered

“Should be able to discover the neighboring

device of the same vendor giving the details

about the platform, IP Address, Link connected

through etc, thus helping in troubleshooting

connectivity problems”. Should support a

mechanism to detect connectivity issues with

both fiber and copper cabling. Ensures that a

partially failed link is shut down on both sides, to

avoid L2/L3 protocol convergence issues. “It shall

support protect4ed ports to isolate specified ports

from all other ports on the switch.”

It shall support port security, MAC lockdown and

MAC lockout. Switch should support VLAN

Based, Port based ACLs. Should support IPV4 &

IPV6 static. Routing. Switch should support port

security, DHCP snooping, dynamic ARP

inspection, and IP Source guard. Should have

support IPV6 security like neighbor discovery,

DHCPv6 guard/snooping “it shall support IEEE

802.1X user authentication using and IEEE

802.1X supplicant in conjunction with a RADIUS

server.” It shall support BPDU port protection

preventing forged BPDU attacks. Should support

packet collection, flow classification & flow

statistic measurement. “It shall support TACACS+

or RADIUS authentication for secure switch CLI

logon.” “It shall support management access

(CLI, Web, MIB) securely encrypted through

SSHv2, SSL, and SNMPv3. “per-port storm

control for preventing broadcast, multicast, and

uncast storms It shall support IEEE 802.1AB Link

Layer Discovery protocol (LLDP). It shall support

IEEE 802.1p traffic prioritization delivering data to

devices base on the priority and type of traffic.

Contd…./

.

Sl No Minimum Equipment Specifications (Desired) Compliance by

Vendor(Y/N), Deviation if any

should be clearly

mentioned

Brand/Name of Product

being offered

12 Ferrule 8mm – 10mm

13 Cable Tie 8mm-10mm

14 Hardware & Others - Like, Brackets, fasteners,

screws, nuts &bolts etc. for fixing of cable

&equipments

15 12 Port Fiber LIU Loaded - Loaded with SC/ LC

couples & adaptor plates for 12 fibers 9.2/125

micron SM , wall mountable metallic distribution

enclosure slide & tilt drawers type 1 U /1U, should

have inbuilt / pre-installed splice tray with all

clamps, harnessing rings, ties tec.

Material: Box, powder-coated sheet steel/front

panel

16 OFC Cable 6 core - Multimode optical fiber

cable,85onm laser optimized 50/125 micron

graded index support IEEE 802.3ae 10 gigabit

Ethernet standard 550m distance, support

10Gb/s laser based application as well as LED

based application ,anti rodent, required for

outdoor applications for direct burial,fibre should

be protected inside jelly filled loose tubes, The

outer sheath is made of a0.155 mm corrugated

steel armor, with FRP strength member, water

proof tape, double layer of HDPE jacket, support

10 G Ethernet up to 550m,should confirm or

exceed the ISO/IEC 11801:2002;IEC60794-1-

2E1;IEC 60794-1-2 E11; IEC 60794-1-2 E3; IEC

60794-1-2 f1; IEC60794-1and ITU

Recommendation G.651 standards for fiber and

cable performance specifications Required in

following Configurations 6 fibers

Contd…./

.

Sl No Minimum Equipment Specifications (Desired) Compliance

by Vendor(Y/N), Deviation if

any should be clearly

mentioned

Brand/Name of Product being

offered

17 MM SFP Module - Ethernet tandard:1000BASE-

SX, Media: Singlemode Fiber (1310nm

wavelength),connector: Dual LC Connector,

Distance:550m, Form Factor: SFP, Operating

Temperature:0-85c

18 1.5 PVC conduit

19 1 Inch Conduit

20 Flexible Pipe

21 UPS Cabling with Material - 3 Core*2.5 Sqmm

22 Anti-virus and patch Management solution as

per specifications at Appendix”C1”

23 Backup solution as per specifications at

Appendix”C2”

24 Removal of old/ faulty cables.

25 Networking services including laying of OFC/UTP/power cables through conduit / Flexible pipes/casing capping and terminating RJ-45,fitment of I/O Boxes, racks ,securing of cables and tagging/marking, mounting and installation of switches , fitment of AC power Distribution boxes. Integrated of new setup with existing infrastructure, testing and other activities pertaining to the commissioning of the entire LAN.

26 Digging / refilling and Floor cutting.

27 2 port Gigabit Ethernet Network Interface Card (NIM) for existing CISCO 4321 Router

Appendix “D” (Refers to para 67 (e) (ii) of RFP)

TECHNICAL EVALUATION COMPLIANCE MATRIX FOR UPGRADATION OF

DOS LAN AND DOS INTERNET LAN

Ser No

Para of RFP

Criteria Compliance Status

(Yes/No)

Reasons for Non

Compliance

Supporting Documents Required

1. The bidder should be an Information Technology Company registered in India under the Indian companies Act 1956/2013 or a partnership registered under the India Partnership Act 1932 or a Society constituted under any ministry/Department of the Government of India and registered under the Societies Registration Act 1860 with their registered office in India for the last five years as on 31st March 2015.

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

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

Undertaking signed by authorized signatory.

3 The Bidder must have valid ISO 9001:2008 or later Certification.

Copy of valid ISO certificate.

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

Power of Attorney in the name of authorized signatory

5 15 The Bidder must have deposited EMD as per tender enquiry in the form of Demand Draft/Pay Order from a commercial bank in favour of the Director, Directorate of Standardisation payable at New Delhi.

Yes

6 - The Bidder must have registration of ESI (Employees State insurance), EPF and GST.

Yes

7 - The Bidder must give an undertaking that he/she has not been blacklisted by any Govt. organisation.

Self- Certification

8 Average Annual Turnover during the last three financial years (i.e 2013-14, 2014-15 and 2015-16) : Minimum Rs 6 Cr

Copy of Audited Balance sheets along with Profit and loss statements with highlighted relevant figures (in case the audited financial statements do not reflect the above, original Statutory Auditors certificate on the actual relevant figures.

09 Annual Turnover during each of the last three financial years (i.e 2013-14, 2014-15 and 2015-16) from Network Infrastructure and Services : Minimum Rs 2 Cr per year.

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

10 The bidder should have completed at least 5 assignments for implementation of LAN with at least one project having value of 25 Lakh with minimum 300 nodes for any State/Central Government/ Department / organization/ PSUs /Institutes Government funded.

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

11 The bidder should have completed at least 5 assignments for implementation of Fibre with at least one project having value of 25 Lakh for any State/Central Government/ Department / Organisation / PSUs/ Institutes Government funded.

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

12 The bidder should have completed at least 10 assignments for supply of active components (Switches, LAN extenders, FOT) with one project having value of 50 Lakh for any State/Central Government/ Department/ Organisation/ PSUs, Last 3 financial years.

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

13 The bidder should have completed at least 3 assignments for GPON/ Data Centre related works having value of 50 Lakhs for any State/Central Government/ Department /Organisation/ PSUS/ Industry.

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

14 52 The OEM should be an ISO 9001

certified Company. The OEM should

enclose a copy of quality certificate from

a recognized institution for their

manufacturing / assembly/ system

integration facilities located anywhere in

INDIA or abroad. This certification should

be from any globally recognized

institution.

Yes

15 The bidder shall be, certified by the

Original Equipment Manufacturer (OEM)

in all aspects of design, installation, and

testing of the products described herein.

A valid Authorization certificate from the OEM in the name of bidding organization is required to be furnished.

16 52 Authorized dealer certificates from OEM. Yes

17 54 Certificate on companies letterhead as mentioned at Para 40 Yes

18 55 Technical specifications of items being offered as per Appx “C”.

Yes 19 56 Certificate on companies letterhead as

mentioned at Para 56. Yes

20 67 (e) (iii)

Acceptance of all terms and conditions specified in the RFP documents as per declaration given at Appendix “E”.

As per Appendix “E”

21 The bidder should be registered with the Goods and service Tax department

Copy of valid GST Registration Certificate of the firm along with the work contract Registration No copy of PAN should be provide.

22 The bidder should have at least 10 full-

time engineers on its permanent roll.

Certificate from Head of Human Resource of bidding vendor for the number of technically qualified network engineers. Certificate should be supported with the list of network engineers with their names, employee code, highest educational qualification, years of experience and certifications like CCNA, Juniper Certified. Copy of the ID card.

23 67 (e) (iv)

Any other technical information related to the equipment being offered/company profile/ employee profile etc.

Appendix “E”

(Refers to Paras 35 & 67 (c) (iii) of RFP)

DECLARATION REGARDING ACCEPTANCE OF TERMS AND CONDITIONS CONTAINED IN THE TENDER DOCUMENT

To Director Directorate of Standardisation Ministry of Defence “H” Block, New Delhi - 110011 Sir, 1. I have carefully gone through the Terms and Conditions contained in the Tender Document (RFP No.1603/Store/Std/DoS/LAN dt 03 Jan 2018) regarding “Upgradation of existing LANs in DoS” for Directorate of Standardisation. I declare that all the Terms and Conditions of this Tender document are acceptable to my Company including the warranty obligations. I further certify that I am an authorized signatory of my company and am, therefore, competent to make this declaration. 2. The information / documents furnished along with the above application are true and authentic to the best of my knowledge and belief. I / we, am/ are well aware of the fact that furnishing of any false information/ fabricated document would lead to rejection of my tender at any stage besides liabilities towards prosecution under appropriate law.

3. Having examined the tender documents, terms and conditions stipulated therein, specifications of work etc. we the Undersigned, offer to execute the work in conformity with the said specifications and conditions of contract and the offered rates are as under. If our Bid is accepted, we shall submit the security deposit as per the conditions mentioned in the contract. We agree to abide by this Bid for a period of 120 days from the date of opening of bid and it shall remain binding upon us and may be accepted at any time before the expiry of that period.

4. “It is certified that equipments being offered are IPV6, Windows 7/8/10 compliant”.

5. Details of Earnest Money Deposit Amount :

D.D. / P.O &Date : Drawn on Bank :

Yours faithfully _________________________

Name_________________________ Firms Seal with Date Designation_____________________

Company_______________________

Appendix ‘F’ (Refers to Para 68 RFP)

COMMERCIAL BIDS FORMAT

Ser No (a)

Item Description (b)

A/U (c)

Qty (d)

Unit Rate (e)

GST Rate (in %)

(f)

Amount of GST

g(dxexf)

Total including

GST H=dxe+h)

1 15 U Rack Nos 03

2 9 U Rack Nos 05

3 Cat 6 UTP Cable (305 Mtr) Mtr 25

4 Single Information outlet Nos 215

5 Single Face Plate Nos 215

6 1 Mtr Patch Cord

Nos 215

7 3 Mtr Patch Cord Nos 215

8 24 Port Patch Panel Nos 12

9 1U PVC Cale Mgr 19” Nos 12

10 AC Distribution Box 230V, 50 Hz Nos 10

11 Switch 24 Port L2 Manageable with 05 years OEM warranty Nos 13

12 Ferrule 8mm – 10mm Nos 17

13 Cable Tie 8mm-10mm Nos 70

14 Hardware & Others like brackets, fasteners, screws, nuts & bolts etc for fixing of cable & equipment.

Nos As required

15 12 Port Fiber LIU Loaded Nos 02

16 OFC Cable 6 core Mtr 400

17 MM SFP Module Nos 08

18 1.5 PVC conduit Mtr 1000

19 1 Inch Conduit Mtr 1000

20 Flexible Pipe Mtr 1000

21 UPS Cabling 3 core 2.5 Sqmm with Material Mtr 500

Contd…/

-

Note : Prices quoted should include labor charges & all applicable taxes (e.g. GST) as indicated

in DPM 2009.

Ser No (A)

Item Description (B)

A/U (C)

Qty (D)

Unit Rate (E)

GST Rate (in %)

(F)

Amount of GST

G (DxExF)

Total including

GST H=DxE+H)

22 Anti-virus and Patch management solution Nos 200 users

23 Backup solution Nos 01

24 Removal of old/ faulty cables.

25 Networking services including laying of OFC/UTP/power cables through conduit / Flexible pipes/casing capping and terminating RJ-45,fitment of I/O Boxes, racks ,securing of cables and tagging/marking, mounting and installation of switches , fitment of AC power Distribution boxes. Integrated of new setup with existing infrastructure, testing and other activities pertaining to the commissioning of the entire LAN.

26 Digging / refilling and Floor cutting.

27 2 port Gigabit Ethernet Network Interface Card (NIM) for existing CISCO 4321 Router

Nos 01

Appendix -G

Special instructions to Bidders for e-Tendering

1. General

The Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as given in these Tender Documents. Submission of Online Bids is mandatory for this Tender. E-Tendering is a new methodology for conducting Public Procurement in a transparent and secured manner. Now, the Government of India has made e-tendering mandatory. Suppliers/ Vendors will be the biggest beneficiaries of this new system of procurement. For conducting electronic tendering, Directorate of Standardisation (DOS) has decided to use the portal https://www.tcil-india-electronictender.com through TCIL, a Government of India Undertaking. This portal is based on the world’s most ‘secure’ and ‘user friendly’ software from ElectronicTender®. A portal built using ElectronicTender’s software is also referred to as ElectronicTender System® (ETS).

2. Benefits to Suppliers are outlined on the Home-page of the portal.

Instructions

Tender Bidding Methodology: Sealed Bid System (Single Stage Two Envelope)

Broad Outline of Activities from Bidder’s Perspective:

a. Procure a Digital Signing Certificate (DSC) b. Register on ElectronicTendering System® (ETS) c. Create Marketing Authorities (MAs), Users and assign roles on ETS. It is mandatory to

create at least one MA. d. View Notice Inviting Tender (NIT) on ETS e. For this tender -- Assign Tender Search Code (TSC) to an MA f. Download Official Copy of Tender Documents from ETS. Note: Official copy of Tender

Documents is distinct from downloading ‘Free Copy of Tender Documents’. To participate in a tender, it is mandatory to procure official copy of Tender Documents for that tender.

g. Clarification to Tender Documents on ETS – Query to Directorate of Standardisation (Optional) – View response to queries posted by Directorate of Standardisation (DOS).

h. Bid-Submission on ETS i. Attend Public Online Tender Opening Event (TOE) on ETS – Opening of relevant Bid-Part

j. Post-TOE Clarification on ETS (Optional) – Respond to Directorate of Standardisation (DOS) Post-TOE queries

k. Attend Public Online Tender Opening Event (TOE) on ETS – Opening of relevant part (ie Financial-Part) (Only for Technical Responsive Bidders)

For participating in this tender online, the following instructions are to be read carefully. These instructions are supplemented with more detailed guidelines on the relevant screens of the ETS.

3. Digital Certificates

For integrity of data and authenticity/ non-repudiation of electronic records, and to be compliant with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC). also referred to as Digital Signature Certificate (DSC), of Class 2 or above, issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in].

4. Registration

To use the ElectronicTender® portal https://www.tcil-india-electronictender.com, vendors need to register on the portal. Registration of each organization is to be done by one of its senior persons who will be the main person coordinating for the e-tendering activities. In ETS terminology, this person will be referred to as the Super User (SU) of that organization. For further details, please visit the website/portal, and click on the ‘Supplier Organization’ link under ‘Registration’ (on the Home Page), and follow further instructions as given on the site. Pay Annual Registration Fee as applicable.

5. Any Instructions for Online/ Offline Payment of Registration Fee

After successful submission of Registration details and Annual Registration Fee, please contact TCIL/ ETS Helpdesk (as given below), to get your registration accepted/activated

Important Note: To minimize teething problems during the use of ETS (including the Registration process), it is recommended that the user should peruse the instructions given under ‘ETS User-Guidance Center’ located on ETS Home Page, including instructions for timely registration on ETS. The instructions relating to ‘Essential Computer Security Settings for Use of ETS’ and ‘Important Functionality Checks’ should be especially taken into cognizance.

Please note that even after acceptance of your registration by the Service Provider, to respond to a tender you will also require time to complete activities related to your organization, such as creation of users, assigning roles to them, etc.

TCIL/ ETS Helpdesk

Telephone/ Mobile Customer Support: +91-11-26241790 (Multiple Lines)

Emergency Mobile Numbers: +91-9868393775, 9868393717, 9868393792

E-mail ID [email protected]

Directorate of Standardisation (DOS) Contact

Directorate of Standardisation (DOS) Contact Person

Vipin Kumar, Dy Director, OIC (Store)

Telephone/ Mobile Telephone/ Mobile 23043210/9717537428

[between 9:30 hrs to 18:00 hrs on working days]

E-mail ID E-mail Id : [email protected]

6. Some Bidding related Information for this Tender (Sealed Bid)

The entire bid-submission would be online on ETS (unless specified for Offline Submissions). Broad outline of submissions are as follows:

Submission of Bid-Parts/ Envelopes Technical-Part Financial-Part

Submission of information pertaining Bid Security/ Earnest Money Deposit (EMD) Submission of digitally signed copy of Tender Documents/ Addendum

7. Offline Submissions: The bidder is requested to submit the following documents offline to the under mentioned address before the start of Public Online Tender Opening Event in a Sealed Envelope.

Contact Persons

The Director Directorate of Standardisation(DOS)

Address ‘H’ Block Hutments, Near Gate No. 3 of Udyog Bhawan Metro Station, New Delhi – 110011 [Sealed envelope should be dropped in DoS tender Box located at Gate No. ‘6’ of ‘H Block Hutments, Moti Lal Nehru Marg, Near Gate No.3 Near Udyog Bhawan Metro Station, New Delhi -110011 by due date and time].

The envelope shall bear (the project name), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time). 1. Original copy of the Bid Security the form of an Account Payee Demand Draft,

Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee from any of the public sector banks or a private sector bank authorized to conduct government in favor of ‘Director, Directorate of Standardisation’. (Para 14 of Part – I of instant RFP refers). 2. Duly signed declaration letter regarding acceptance of terms and conditions contained in the ibid tender document. 3. Bidders should also provide the ‘Pass Phrase’ in double sealed cover.

Note: The Bidder should also upload the scanned copies of all the above mentioned original documents as Bid-Annexures during Online Bid-Submission.

8. Special Note on Security and Transparency of Bids

Security related functionality has been rigorously implemented in ETS in a multi-dimensional manner. Starting with 'Acceptance of Registration by the Service Provider', provision for security has been made at various stages in Electronic Tender's software. Specifically for Bid Submission, some security related aspects are outlined below:

As part of the ElectronicEncrypter® functionality, the contents of both the ‘ElectronicForms®’ and the ‘Main-Bid’ are securely encrypted using a Pass-Phrase created by the Bidder himself. Unlike a ‘password’, a Pass-Phrase can be a multi-word sentence with spaces between words (eg I love this World). A Pass-Phrase is easier to remember, and more difficult to break. It is mandatory that a separate Pass-Phrase be created for each Bid-Part. This method of bid-encryption does not have the security and data-integrity related vulnerabilities which are inherent in e-tendering systems which use Public-Key of the specified officer of a Buyer organization for bid-encryption. Bid-encryption in ETS is such that the Bids cannot be decrypted before the Public Online Tender Opening Event (TOE), even if there is connivance between the concerned tender-opening officers of the DOS and the personnel of e-tendering service provider.

CAUTION: All bidders must fill ElectronicForms® for each bid-part sincerely and carefully, and avoid any discrepancy between information given in the ElectronicForms® and the corresponding Main-Bid. For transparency, the information submitted by a bidder in the ElectronicForms® is made available to other bidders during the Online Public TOE. If it is found during the Online Public TOE that a bidder has not filled in the complete information in the ElectronicForms®, the TOE officer may make available for downloading the corresponding Main-Bid of that bidder at the risk of the bidder. If variation is noted between the information contained in the ElectronicForms® and the ‘Main-Bid’, the contents of the ElectronicForms® shall prevail. Alternatively, the Directorate of Standardisation reserves the right to consider the higher of the two pieces of information (eg the higher price) for the purpose of short-listing, and the lower of the two pieces of information (eg the lower price) for the purpose of payment in case that bidder is an awardee in that tender (if applicable).

There is an additional protection with SSL Encryption during transit from the client-end computer of a Supplier organization to the e-tendering server/ portal.

9. Public Online Tender Opening Event (TOE)

ETS offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender Opening Officers, as well as, authorized representatives of bidders can simultaneously attend the Public Online Tender Opening Event (TOE) from the comfort of their offices.

Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event (TOE)’, including digital counter-signing of each opened bid by the authorized TOE-officer(s) in the simultaneous online presence of the participating bidders’ representatives, has been implemented on ETS.

As soon as a Bid is decrypted with the corresponding ‘Pass-Phrase’ as submitted by the bidder himself during the TOE itself or as per alternative methods prescribed in the Tender Documents, salient points of the Bids (as identified by the Buyer organization) are simultaneously made available for downloading by all participating bidders. The tedium of taking notes during a manual ‘Tender Opening Event’ is therefore replaced with this superior and convenient form of ‘Public Online Tender Opening Event (TOE)’.

ETS has a unique facility of ‘Online Comparison Chart’ which is dynamically updated as each online bid is opened. The format of the chart is based on inputs provided by the Buyer for each Bid-Part of a tender. The information in the Comparison Chart is based on the data submitted by the Bidders. A detailed Technical and/ or Financial Comparison Chart enhance Transparency. Detailed instructions are given on relevant screens.

ETS has a unique facility of a detailed report titled ‘Minutes of Online Tender Opening Event (TOE)’ covering all important activities of ‘Online Tender Opening Event (TOE)’. This is available to all participating bidders for ‘Viewing/ Downloading’.

There are many more facilities and features on ETS. For a particular tender, the screens viewed by a Supplier will depend upon the options selected by the concerned Buyer.

10. Other Instructions

For further instructions, the vendor should visit the home-page of the portal https://www.tcil-india-electronictender.com, and go to the User-Guidance Center

The help information provided through ‘ETS User-Guidance Center’ is available in three categories – Users intending to Register / First-Time Users, Logged-in users of Buyer organizations, and Logged-in users of Supplier organizations. Various links (including links for User Manuals) are provided under each of the three categories.

Important Note: It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links, and take appropriate action. This will prevent hiccups, and minimize teething problems during the use of ETS.

SEVEN CRITICAL DO’S AND DON’TS FOR BIDDERS

Specifically for Supplier organizations, the following 'SEVEN KEY INSTRUCTIONS for BIDDERS' must be assiduously adhered to:

1. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on ETS

2. Register your organization on ETS well in advance of the important deadlines for your first tender on ETS viz ‘Date and Time of Closure of Procurement of Tender Documents’ and ‘Last Date and Time of Receipt of Bids’. Please note that even after acceptance of your registration by the Service Provider, to respond to a tender you will also require time to complete activities related to your organization, such as creation of -- Marketing Authority (MA) [ie a department within the Supplier/ Bidder Organization responsible for responding to tenders], users for one or more such MAs, assigning roles to them, etc. It is mandatory to create at least one MA. This unique feature of creating an MA enhances security and accountability within the Supplier/ Bidder Organization.

3. Get your organization's concerned executives trained on ETS well in advance of your first tender submission deadline on ETS

4. For responding to any particular tender, the tender (ie its Tender Search Code or TSC) has to be assigned to an MA. Further, an ‘Official Copy of Tender Documents’ should be procured/ downloaded before the expiry of Date and Time of Closure of Procurement of Tender Documents. Note: Official copy of Tender Documents is distinct from downloading ‘Free Copy of Tender Documents’. Official copy of Tender Documents is the equivalent of procuring physical copy of Tender Documents with official receipt in the paper-based manual tendering system.

5. Submit your bids well in advance of tender submission deadline on ETS (There could be last minute problems due to internet timeout, breakdown, et al)

6. It is the responsibility of each bidder to remember and securely store the Pass-Phrase for each Bid-Part submitted by that bidder. In the event of a bidder forgetting the Pass-Phrase before the expiry of deadline for Bid-Submission, facility is provided to the bidder to ‘Annul Previous Submission’ from the Bid-Submission Overview page and start afresh with new Pass-Phrase(s)

7. ETS will make your bid available for opening during the Online Public Tender Opening Event (TOE) ‘ONLY IF’ your ‘Status pertaining Overall Bid-Submission’ is ‘Complete’. For your record, you can generate and save a copy of ‘Final Submission Receipt’. This receipt can be generated from 'Bid-Submission Overview Page' only if the ‘Status pertaining overall Bid-Submission’ is ‘Complete’.

NOTE: While the first three instructions mentioned above are especially relevant to first-time users of ETS, the fourth, fifth, sixth and seventh instructions are relevant at all times.

Minimum Requirements at Bidder’s End

Computer System having configuration with minimum Windows 7 or above, and

Broadband connectivity

Microsoft Internet Explorer 7.0 or above

Digital Certificate(s)

Tender participation Charges per Bidder

Portal Charges - Supplier/Bidder Participation Charges Per each

Sealed-Bid Tender (excluding any follow-up e- Auction, if any) payable

directly to TCIL:

- Estimated Procurement Value < Rs. 5.0 Lacs - Estimated Procurement Value >= Rs. 5.0 Lacs but < Rs. 10.0 Lacs - Estimated Procurement Value >= Rs. 10.0 Lacs but < Rs. 50.0 Lacs - Estimated Procurement Value >= Rs. 50.0 Lacs but < Rs. 5.0 Crores - Estimated Procurement Value >= Rs. 5.0 Crores but < Rs. 50.0 Crores - Estimated Procurement Value >= Rs. 50.0 Crores

1,000 /- 1,500 /- 3,000 /- 5,000 /- 7,000 /- 10,000/-

Online Payment:

TCIL’s e-procurement portal is currently integrated with Indusind (PayU) and ICICI Bank’s Online

Payment Gateway for receipt of online payments through net banking, Debit Card and Credit Card

towards Portal Registration Charges and Per-Tender Bidding Fee as applicable.

Special Note: All applicable Taxes and duties are in addition to the above charges.

Presently, Goods and Service Tax (GST) @ 18 % is applicable.