No. 10(28)/2015-NICSI
NATIONAL INFORMATICS CENTRE SERVICES INC. (NICSI)
(A Government of India Enterprise under NIC)
Ministry of Electronics & Information Technology
Hall No. – 2 & 3, 6th Floor, NBCC Tower
15, Bhikaiji Cama Place, New Delhi: - 110 066
Phone: 91-11-26105054 Fax: 91-11-26105212
Email: [email protected]
Date: - 07.10.2016
CORRIGENDUM-XIII
TENDER NOTICE NO: NICSI/LOCAL AREA NETWORK/2015/47
Refer NICSI’s open tender no. NICSI/LOCAL AREA NETWORK/2015/47 for Empanelment of Vendors for Suppy, Installation and Commissioning of Local Area
Network (LAN).
1. The tender document already published has been revised again as per requests /observation received.
“Revised Tender Document is attached herewith-revision-2”
2. The last date for submission of tender has been extended up to 20.10.2016 till 15:00 hours and it will be opened on 21.10.2016 at
15:30 hours.
All other modifications/Corrigendums in future will be published on http://www.nicsi.nic.in/tenders.asp & https://eproc-nicsi.nic.in/nicgep/app and also
published on http://eprocure.gov.in/cppp/ only. All other terms and conditions of the tender document will remain the same.
Sd/- Authorized Signatory
For information to: - 1. All concern thorough NICSI websites http://www.nicsi.nic.in/tenders.asp,
https://eproc-nicsi.nic.in/nicgep/app & http://eprocure.gov.in/cppp/ only. 2. Notice Board of NICSI.
Page 1 of 146
eoi
2016
NATIONAL INFORMATICS CENTRE SERVICES INC. (NICSI)
(A Government of India Enterprise under NIC)
Ministry of Communications & Information Technology
REVISED TENDER DOCUMENT FOR
EMPANELMENT OF VENDORS
FOR
SUPPLY, INSTALLATION AND COMMISSIONING
OF
LOCAL AREA NETWORK (LAN)
(Tender Number: NICSI/LOCAL AREA NETWORK/2015/47 )
H A L L N O . 2 & 3 , 1 S T F L O O R , N B C C T O W E R , 1 5 , B H I K A J I C A M A P L A C E , N E W D E L H I –
1 1 0 0 6 6 . T E L – 2 6 1 0 5 0 5 4 , F A X - 2 6 1 0 5 2 1 2
Page 2 of 146
KEY DATES
Tender No. NICSI/LOCAL AREA NETWORK/2015/47
Name of Organization NATIONAL INFORMATICS CENTRE SERVICES INCORPORATED (NICSI)
Last Date and Time for Uploading of Bids
20.10.2016 till 1500 hours
Date and Time of Opening of Technical Bids
21.10.2016 at 1530 hours
Address for Communication Dy. Manager (Tender) NICSI, 1
st Floor, NBCC Tower
Bhikaji Kama Place, New Delhi Email: [email protected] NICSI eProcurement website: http://eproc-nicsi.nic.in
Page 3 of 146
TABLE OF CONTENTS
DISCLAIMER ........................................................................................................................... 5
1 ABBREVIATIONS............................................................................................................. 6
2 INTRODUCTION .............................................................................................................. 8
2.1 ABOUT NICSI..................................................................................................................................................... 8
2.2 OBJECTIVE OF TENDER...................................................................................................................................... 8
2.3 TENDER AVAILABILITY ........................................................................................................................................ 9
3 SCOPE OF SERVICES ..................................................................................................... 10
3.1 LAN SURVEY AND DOCUMENT PREPARATION ................................................................................................ 10
3.2 SUPPLY OF LAN PASSIVE ITEMS/EQUIPMENT’S, LAYING OF CABLES AND INSTALLATION:.............................. 11
3.3 INSTALLATION & CONFIGURATION OF LAN ACTIVE EQUIPMENT’S:.................................................................. 11
3.4 ADDITIONAL SUPPORT OF MANPOWER FOR LAN * ......................................................................................... 12
3.4.1 Full-time Onsite Support: ..................................................................................................................... 12
3.4.2 On-Call Support: ................................................................................................................................... 12
4 WORK ALLOCATION ...................................................................................................... 14
4.1 WORK ALLOCATION ......................................................................................................................................... 14
4.2 AWARD CRITERIA ............................................................................................................................................. 14
4.3 QUALIFICATION CRITERIA ................................................................................................................................ 15
4.4 BIDDER’S QUALIFICATION CRITERIA ................................................................................................................ 15
4.4.1 Generic qualification Criteria (applicable for all Categories): ......................................................... 15
4.4.2 Specific Pre-qualification Criteria for Category 1A: ......................................................................... 16
4.4.3 Specific Pre-qualification Criteria for Category 1 B: ........................................................................ 17
4.4.4 Specific Pre-qualification Criteria for Category 2: ............................................................................ 18
4.5 PRE-QUALIFICATION CRITERIA FOR BIDDER’S PARTNER (OEM ) FOR PASSIVE COMPONENTS: .................. 19
Pre-Qualification Criteria for Bidder’s Partner (OEM) for Active Components: ............................................. 20
4.6 TECHNICAL EVALUATION ................................................................................................................................. 22
4.7 FINANCIAL EVALUATION ................................................................................................................................... 22
5 BIDDING PROCESS ........................................................................................................ 24
5.1 IMPORTANT DATES........................................................................................................................................... 24
5.2 ONLINE BID SUBMISSION ................................................................................................................................. 25
5.3 EARNEST MONEY DEPOSIT (EMD) ................................................................................................................. 27
5.4 BID OPENING.................................................................................................................................................... 29
5.5 TECHNICAL EVALUATION PROCESS................................................................................................................. 29
5.6 EVALUATION OF FINANCIAL BIDS ..................................................................................................................... 30
6 AWARD OF CONTRACT (EMPANELMENT) ....................................................................... 31
6.1 EMPANELMENT PROCESS ................................................................................................................................ 31
6.2 CONDITIONS RELATED TO AWARD OF WORK ................................................................................................... 31
6.3 SECURITY DEPOSIT AND PBG ......................................................................................................................... 32
6.4 PAYMENT TERMS ............................................................................................................................................. 32
6.5 SERVICE LEVEL AGREEMENT .......................................................................................................................... 34
6.6 REFUND OF EMD & SECURITY DEPOSIT ........................................................................................................ 35
7 OTHER TERMS AND CONDITIONS ................................................................................... 36
Page 4 of 146
7.1 MICRO, SMALL & MEDIUM ENTERPRISES DEVELOPMENT ACT ...................................................................... 36
7.2 DOMESTIC MANUFACTURER CLAUSE .............................................................................................................. 36
7.3 FORCE MAJEURE ............................................................................................................................................. 37
7.4 TERMINATION FOR DEFAULT ............................................................................................................................ 37
7.5 TERMINATION FOR INSOLVENCY ...................................................................................................................... 38
7.6 LIMITATION OF LIABILITY .................................................................................................................................. 38
7.7 INDEMNITY ........................................................................................................................................................ 38
7.8 ARBITRATION .................................................................................................................................................... 38
7.9 CONCILIATION .................................................................................................................................................. 39
7.10 APPLICABLE LAW ............................................................................................................................................. 39
8 ANNEXURES .................................................................................................................. 41
8.1 ANNEXURE 1: BIDDER’S PROFILE .................................................................................................................... 41
8.2 ANNEXURE 2: COMPLIANCE SHEET FOR OEM ............................................................................................... 42
8.3 ANNEXURE 3: SITE SURVEY DOCUMENT ........................................................................................................ 43
8.4 ANNEXURE 4: INSTALLATION CERTIFICATE ..................................................................................................... 44
8.5 ANNEXURE 5: SITE NOT READY CERTIFICATE ................................................................................................ 45
8.6 ANNEXURE 6: TECHNICAL SPECIFICATIONS FOR CATEGORY 1 A.................................................................. 47
8.6.1 Table 1: Passive Components ............................................................................................................ 47
8.6.2 Table 2: Racks ...................................................................................................................................... 52
8.6.3 Table 3: Fibre Components ........................................................................................................................ 54
8.7 ANNEXURE 7: TECHNICAL SPECIFICATIONS FOR CATEGORY 1 B ......................................................................... 60
8.7.1Table 1: Active Components ........................................................................................................................ 60
8.8 ANNEXURE 8: TECHNICAL SPECIFICATIONS FOR CATEGORY 2 ............................................................................. 68
8.8.1Table 1: GPON Components ....................................................................................................................... 68
8.8.2 Table 2: Data Centre ................................................................................................................................... 80
8.9 ANNEXURE 9: FINANCIAL BID LETTER .................................................................................................................... 84
8.10 ANNEXURE 10: DETAILED COSTING FOR CATEGORY 1 A & CATEGORY 2 ......................................................... 86
8.10.1 Table 1: Passive Components ................................................................................................................. 86
8.10.2 Table 2: Racks ............................................................................................................................................ 89
8.10.3 Table 3: Fibre Components .................................................................................................................... 91
8.10.4 Table 4: Services ..................................................................................................................................... 100
8.11 ANNEXURE 11: DETAILED COSTING FOR CATEGORY 1 B ................................................................................. 109
8.11.1 Table 1: Active Components .................................................................................................................. 109
8.11.2 Table 2: Installation and Manpower ..................................................................................................... 115
8.12 ANNEXURE 12: DETAILED COSTING FOR CATEGORY 2 ..................................................................................... 118
8.12.1 Table 1: Fiber and GPON Components................................................................................................ 118
8.10.2 Table 2: Data Center Hardware / Software .......................................................................................... 125
8.12.2 Table 3: Services ..................................................................................................................................... 131
8.13 ANNEXURE 13: FINANCIAL SELECTION CRITERIA .............................................................................................. 137
8.14 ANNEXURE 14: MANUFACTURER’S AUTHORIZATION FORM .............................................................................. 139
8.15 ANNEXURE 15: PMA FORMAT ........................................................................................................................... 141
8.16 ANNEXURE 16: BANK GUARANTEE FORMAT FOR FURNISHING SECURITY DEPOSIT ....................................... 143
8.17 ANNEXURE 17: BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITY .................................................. 144
8.18 ANNEXURE 18: BANK GUARANTEE FORMAT FOR FURNISHING EARNEST MONEY DEPOSIT ............................ 146
Page 5 of 146
Disclaimer
This Request for Proposal (“RFP”) is issued by National Informatics Center Services Inc (NICSI).
Whilst the information in this RFP has been prepared in good faith, it is not and does not purport to be comprehensive or
to have been independently verified. Neither NICSI , nor any of its officers or employees, nor any of their advisers nor
consultants accept any liability or responsibility for the accuracy, reasonableness or completeness of, or for any errors,
omissions or misstatements, negligent or otherwise, relating to the Scope of work specified herein or makes any
representation or warranty, express or implied, with respect to the information contained in this RFP or on which this RFP
is based or with respect to any written or oral information made or to be made available to any of the recipients or their
professional advisers and, so far as permitted by law and except in the case of fraudulent misrepresentation by the party
concerned, and liability therefore is hereby expressly disclaimed.
The information contained in this RFP is selective and is subject to updating, expansion, revision and amendment at the
sole discretion of NICSI. It does not, and does not purport to, contain all the information that a recipient may require for
the purposes for making a decision for participation in this process. Neither NICSI nor any of its officers, employees nor
any of its advisors nor consultants undertakes to provide any Party with access to any additional information or to update
the information in this RFP or to correct any inaccuracies therein which may become apparent. Each Party must conduct
its own analysis of the information contained in this RFP and subsequent information shared by the User Departments
post empanelment, to correct any inaccuracies therein and is advised to carry out its own investigation into the proposed
Empanelment, the regulatory regime which applies thereto and by and all matters pertinent to the NICSI and to seek its
own professional advice on the legal, financial and regulatory consequences of entering into any agreement or
arrangement relating to the Empanelment.
Page 6 of 146
1 Abbreviations
S.No. Abbreviations Description
1. ACL Access Control List
2. BG Bank Guarantee
3. CST Central Sales Tax
4. DFPR Delegation of Financial Power Rules
5. DeitY Department of Electronics and Information Technology
6. DSCP Differentiated Services Code Point
7. EIA Electronic Industries Alliance
8. EMD Earnest Money Deposit
9. GFR General Financial Rules
10. GTV Grand Total Value
11. I.T. Information Technology
12. ICT Information and Communication Technology
13. IEC International Electro technical Commission
14. IEEE The Institute of Electrical and Electronics Engineers
15. IGMP Internet Group Management Protocol
16. IP Internet Protocol
17. IPv4 Internet Protocol Version 4
18. IPv6 Internet Protocol Version 6
19. ISO International Organization for Standardization
20. LAN Local Area Network
21. LST Local Services Tax
22. MAC Media Access Control
23. MIB Management Information Base
24. MPLS Multiprotocol Label Switching
25. MSDP Multicast Source Discovery Protocol
26. NIC National Informatics Centre
27. NICSI National Informatics Centre Services Inc.
28. OEM Original Equipment Manufacturer
29. P.O. Purchase Order
30. PACL Port-Based Access Control List
31. PAN Permanent Account Number
32. PBG Performance Bank Guarantee
33. PDF Portable Document Format
34. PoE Power over Ethernet
Page 7 of 146
S.No. Abbreviations Description
35. PSU Public Sector Undertakings
36. PVC Poly Vinyl Chloride
37. RFC Request for Comment (IETF Specification document)
38. RFP Request for Proposal
39. RIP Routing Information Protocol
40. SFP Small Form-factor Pluggable Transceiver
41. SLA Service Level Agreement
42. SNR Site Not Ready
43. TEC Technical Evaluation Committee
44. TIA Telecommunications Industry Association
45. UT Union Territory
46. VAT Value Added Tax
47. VLAN Virtual LAN
48. WO Work Order
Page 8 of 146
2 Introduction
2.1 About NICSI
The National Informatics Centre Services Inc. (NICSI) was set up in 1995 as a section 25 Company under National Informatics Centre (NIC), Ministry of Communications & Information Technology, Government of India to provide total IT solutions to the Government organizations. NICSI provides services for a number of e-Governance projects undertaken by NIC, Department of Information technology (DeitY) and other Government departments (including PSU) of Centre and State Govt. Key Operational Objectives:
To provide economic, scientific, technological, social and cultural development of India by promoting
the utilization of Information Technology. Computer-Communication Networks, Informatics etc. by a
spin-off of the services, technologies, infrastructure and expertise developed by the NIC of the
Government of India including its Computer-Communication Network, NICNET and associated
infrastructure and services.
To promote further development of services, technologies, infrastructure and expertise
supplementing that developed by NIC in directions which will increase the revenue earning capacity
of NIC.
To develop and promote value added computer and computer-communications services over the
basic infrastructure and services developed by NIC including NICNET.
In furtherance of these objectives, NICSI has been providing various Products & Services to organizations in the Central Government, State Governments and PSUs etc. Products and Services include Hardware, Systems Software, Application Software, Software Development, Intra-Networking, Wide Area Networking, Video Conferencing, I.T. Consultancy, I.T. Implementation Support among others. NICSI’s procurement processes are fully compliant with GFR rules of Government of India.
2.2 Objective of Tender
Through this tender, NIC/NICSI envisages empanelling Vendors on all-India basis for Supply, Installation,
and Commissioning of Local Area network (LAN), Structured Cabling, Active and Passive Networking
Components and GPON for meeting the client departments/ own requirements, as the case may be. NICSI
will empanel the bidders under 2 (Two ) categories as detailed in section 4.1 below for a period of (2) two
years which can be extended through mutual consent for a further period of (1) one year. NICSI being the
complete ICT solution provider receives enquiries from various user Government departments for the
establishment of LAN, procurement and supply of networking (active and passive) components. In order to
utilize the expertise of private sector agencies and their geographical spread, NICSI intends to set up a panel
of vendors, which shall undertake such tasks for NICSI. NICSI shall study the project requirements in
consultation with the client department and based on the pre-installation site survey, the empanelled vendor
shall prepare the detailed scope for the LAN establishment. The detailed scope shall be used to further call
for the technical presentations if required from all the empanelled vendors and the most suited vendor for
undertaking the assignment will be contracted on the rates as agreed under this tender.
Sealed tenders, valid for a period of 120 days from the date of opening, are invited from eligible
bidders for NICSI empanelment for Supply, Installation and Commissioning of Local Area Network
(LAN) on all India basis.
Page 9 of 146
This tender will be used for turkey projects for LAN only. Individual equipment’s will not be procured
through this tender.
The empanelment will be done as per the Scheme of Categorization, as defined in Section 4.
NICSI reserves the right to reject any or all bids for inappropriateness or incompleteness or for any
other reason.
2.3 Tender Availability
The tender document will be available at NICSI e-procurement site http://eproc-nicsi.nic.in. Prospective
bidders desirous of participating in this tender may view and download the tender document free of cost from
above mentioned website.
Page 10 of 146
3 Scope of Services
The sites at which the required work is to be carried out can be NICSI’s own offices or as per its clients/ users
requirement. The empanelled vendors will be required to carry out some/ all of the below mentioned
activities. The detailed scope of work will be given by NICSI as per the requirements of NICSI’s own users or
its clients. All such work performed may be audited by a NIC/NICSI or any other Govt. agency.
3.1 LAN Survey and Document preparation
Agencies empanelled for providing LAN System Integration Services are required to carry out survey for each
site to study the exact requirements, after the placement of job order. The requirement may be
a. Setting up of new LANs b. Extension of existing LAN
Purpose of this exercise is to understand user’s network requirements, take stock of all existing network components & network infrastructure and to gather any other information required for providing required services at each site. This activity should be completed within 15 days after the issuance of order. NICSI/ NIC will do the necessary coordination required to carry out this activity. Empanelled agency will designate Project engineer for the site to coordinate with NICSI/NIC or its users/ client departments as the case may be. Empanelled agency will gather required data as per formats finalized in consultation with NICSI/NIC. Agency will prepare a detailed Project report for the site which should address LAN design, Engineering, Structured cabling Installation, Commissioning, testing & certification & documentation for easy maintenance. The aspects to be covered in detailed project report are as below:
LAN design - address total LAN node requirement (e.g. survey & prepare list of nodes locations) , modular design with provision for easy additions , meet all the application requirements , capable for data & video , use latest Gigabit fiber / CAT 6A / CAT6 technologies for backbone & edge , use of WLAN in open areas , easy integration with WAN.
Engineering - should prepare LAN IP addressing scheme, create building VLAN for segregation between user departments , creation of VLAN/ VPN across buildings & campus , address all the LAN issues , Switching configuration. The bidder needs to provide NMS and tools required for LAN monitoring. The agency will submit a pre-installation document which will include all above activity & BOM for deployment.
Structured cabling installation - cable routing on building blueprint / plan with scales & distances , integration of existing cabling infrastructure if required , identification of existing cable risers and equipment closets to be used, labeling plan for cabling infrastructure , marking & identification of entire LAN infrastructure , creation of separate cable trays / pathways / raceways if required , documentation/manuals required to be handed over to building administration for safe keep of cabling infrastructure. The proposed NMS must automatically discover manageable elements connected to the infrastructure and map the connectivity between them.
Commissioning , testing & documentation for maintenance – strategy for phase-wise installation & commissioning of LAN , Testing & certification of LAN components & cabling infrastructure , tools & manuals required for maintenance , suggest list of items to be stocked as spares for immediate fault rectification , schedules for periodic onsite maintenance of items, etc. Two copies of the Detailed
Page 11 of 146
Project report will be submitted to NICSI Project coordinator in form of printed, hard bound copies & two nos. of soft copies in CD/e-mail and one copy of the document should be given to client. The agency will submit a pre-installation document which will include all above activity & BOM for deployment. NICSI/NIC team(s) from States or Headquarter will coordinate for Survey or Audit whenever required.
3.2 Supply of LAN Passive items/equipment’s, laying of cables and
installation:
The shortlisted agency will supply all the passive LAN cabling equipment’s as per the Detailed Project Report
for a site within 6 weeks for normal sites and 8 weeks for hilly regions, after placement of job order. The list of
equipment’s to be supplied & their specifications are at annex of this RFP.
The installation, commissioning & testing of the passive cabling infrastructure has to be completed within 6
weeks for normal sites and 8 weeks for hilly regions from date of issue of work order. The warranty for all
passive components will be for a period of 1 year from the date of installation.
All the installation work is to be carried out as per the relevant IEEE standards (ISO/IEC 11801:2002,
EIA/TIA 568C.2, EN50173). For this the empanelled agency will post Project Manager, certified in cabling
systems/LAN equipment’s as the case may be, at the site, till the completion of installation & commissioning
of the cabling/ LAN equipment’s. The empanelled agency will follow the Project report for the cabling routing
plan, labeling of the cabling infrastructure and the documentation of the cabling infrastructure for
maintenance & hand-over to building maintenance agency.
3.3 Supply,Installation & configuration of LAN active equipment’s:
The shortlisted agency will have to supply, install & configure all the active devices like Layer 2 / Layer 3 switches etc. Supply of active components should be within 8 weeksfor normal sites and 10 weeks for hilly regions from date of issue of purchase order . Installation,commissioning and documentation should be completed within next two weeks from the data of supply for making the LAN operational at the site. IOS / software update for 5 years during the warranty period for Switches. The Switch needs to be updated with latest version of IOS. The LAN IP addressing scheme, proxy configuration , creation of in-building VLAN for segregation between user Ministries / departments, creation of VLAN/ VPN across buildings & campus , configuration for all the LAN security issues will be carried out by the empanelled agency as per the Project Report. The empanelled agency will also configure the client nodes for LAN. All the switches, proxy configurations & IP addressing scheme at clients’ site need to be documented for maintenance purposes by the empanelled agency and the copy of the same should be submitted to the client and NICSI. The installation, configuration & testing of LAN active devices has to be completed within 20 days after completion of passive cabling infrastructure installation at the site. The agency will submit a post installation document “Hardware deployment document” which will include all above activities & details of site-wise equipment deployed with corresponding IP address, configuration of switches & related policies
Page 12 of 146
implemented. The warranty for all the active components will be for a period of 5 years from the date of installation. The agency will submit a post installation document “Hardware deployment document” which will include all above activity & site wise equipment deployed with necessary IP address, configuration of switches & related policies deployed.
3.4 Additional Support of Manpower for LAN *
The bidders may also be required to provide additional support in the following categories, as and when
required: a) Full-time Onsite Support, b) On-Call Support
In case the Support is asked by the User Department, the vendor will be required to deploy ‘Incident
Reporting and Management Tool, at no additional cost to the User department, in order to monitor the
performance compliance as per the SLAs. The vendor must provide a web-interface for the tool, and provide
the access to the user Department.
3.4.1 Full-time Onsite Support:
3.4.1.1 The bidder may be required to provide Full-time onsite support in order to meet the
Service Level Agreements as mentioned in section 6.5.
3.4.1.2 The bidder will be responsible for Preventive maintenance of all the components supplied
and installed under their work order/purchase order. The bidder will have to carry out the
preventive maintenance exercise at least once in 3 months for active components
3.4.1.3 The bidder will be responsible to facilitate the warranty services provided by the OEMs.
3.4.1.4 The bidder will be responsible to provide troubleshooting support for all networking related
issues.
3.4.1.5 The on-site support will include provision of dedicated manpower responsible for
maintenance, configuration and smooth functioning of the LAN. An indicative quantity of 1
man-power per 100 nodes can be expected by the User Department.
3.4.1.6 For full-time onsite support, the bidder will have to quote the per unit rates for providing
technically qualified network engineer (manpower). The resource deployed should at least
have a Diploma/Engineering from any of the nationally recognized institutions and should
have an OEM certified networking certification, and shall have a minimum of 3-years’
experience in network troubleshooting and related activities.
3.4.2 On-Call Support:
3.4.2.1 The bidder may be required to provide On-call support in order to meet the Service Level
Agreements as mentioned in Section 6.5.
Page 13 of 146
3.4.2.2 The bidder will be responsible for preventive - maintenance of all the components supplied
and installed under their Work Order. The bidder will have to carry out the preventive
maintenance exercise at least once in every 3 months.
3.4.2.3 The bidder will be responsible to facilitate the warranty services provided by the OEMs.
3.4.2.4 The bidder will be responsible for providing troubleshooting support for all the networking
related issues.
3.4.2.5 For On-call support, the bidder will have to quote for the bundle packages, with a free
number of visits, as mentioned in the financial bid formats.
3.4.2.6 Any visits to provide warranty services and preventive maintenance services will not be
counted as a site-visit. Also, issues resolved over call will not be counted as a site-visit.
3.4.2.7 Any repeat visits for an issue, which is unresolved in a single-visit, will not be counted as a
site-visit.
3.4.2.8 Any repeat visit for an issue, which was resolved within past 3 months, but is treated as
unresolved by the User Department, will not be counted as a site-visit.
Page 14 of 146
4 Work Allocation
4.1 Work Allocation
The RFP has been categorized into 2 (Two) Categories:
The above categorization of Vendors aims to group vendors on the basis of their capability to undertake the
desired activities, considering their ability to supply, install and maintain the LAN connectivity. Based on the
criteria given below, the bidders should bid in a specific category.
4.2 Award Criteria
4.2.1 Bidder can bid for implementation empanelment in any of the Categories or all the Categories as per
the qualification criteria (i.e. Category 1A, 1B and Category 2).
4.2.2 A bidder must submit a quote for all line items relevant for that specific category.
4.2.3 Any bidder who will be bidding for Category 2 will have to bid for all items listed in category
1A. In this case, the OEM of Passive components should be same in both the categories
4.2.4 Any bidder who does not provide a quote for any line item in the specific category will be disqualified.
4.2.5 Technical bids for only the bidders qualifying with the general and specific pre-qualification
conditions, as stipulated in this RFP, will be opened at the specified date.
4.2.6 Bids which qualify the Technical specification, will be opened for Financial Evaluation.
4.2.7 After Financial evaluation, 5 (Five) of the bidders will be empanelled in categories 1A , 5 ( Five)
bidder will be empanelled for Category 1B and 5 ( Five) bidders will be empanelled for Category 2
Category Works Criterion
Category 1 A Supply Installation Commissioning and one year warranty support for Passive Components, Racks, Fiber (Up to 1500 nodes )
Passive Components and Racks and Fibre
Category 1 B Supply, Installation commissioning and warranty support for five years of Active components
Quarterly Preventive maintenance
Switches
Category 2 Supply Installation Commissioning and warranty support for one year of Passive Components, Racks, Fiber, GPON, Data Centre
( More than 1500 nodes)
GPON and Data Centre and Passive Components and Fibre and Rack
Page 15 of 146
In case the bidder violates any condition stated above, the bidder’s bid shall be rejected.
4.3 Qualification Criteria
NICSI shall constitute an Evaluation committee, which shall carry out the entire evaluation process. Vendors
are expected to meet the following Qualification Criteria and Technical Specification basis of requirements for
empanelment in the desired Category.
The Bidder is required to submit all necessary documents for itself, and those supplied by its OEM,
as stated in Sections 4.4 and 4.5 below.
4.4 Bidder’s Qualification Criteria
The pre-qualification section is divided into two subsections, i.e. Generic qualification criteria and Specific
qualification criteria. Any bidder, irrespective of the category bid for, must comply with the Generic Pre-
qualification conditions. However, agencies bidding for a particular category will be required to comply with
the pre-qualification criteria associated with that category.
The Bidders are required to submit all required documentation in support of the evaluation criteria specified
(e.g. detailed project citations and completion certificates, client contact information for verification and all
others) as required for evaluation of the bids.
4.4.1 Generic qualification Criteria (applicable for all Categories):
S.No. Criteria Documents to be submitted as qualifying
documents
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 for
the last Three years as on 31st March 2015.
Copy of valid Certificate of Registration
attested by Company Secretary/ Authorized
Signatory
2. The bidder must have Net Positive Worth and must
not have any Non-Performing Assets on its Balance
Sheets.
Copy of certificate from Statutory Auditor /
Chartered Accountant
3. The bidder should be registered with the Indian
Service Tax department.
Copy of valid Service Tax Registration
Certificate of the firm along with the work
contract Registration no./ CST No. / VAT
No. /LST No. / PAN no. should be provided
4. The bidder should be a single legal entity/ individual
organization. Consortium is not allowed.
Undertaking signed by authorized signatory
5. The Bidder must have valid ISO 9001:2008 Copy of valid ISO certificate
Page 16 of 146
S.No. Criteria Documents to be submitted as qualifying
documents
Certification.
6. a. The Bidder must have minimum one office in
each of the 4 the zones (North, East, West,
South) and 1 in North East.
b. For North East the bidder should have r its own
office or its representative/franchise offices
Undertaking signed by authorized signatory,
along with the address and phone numbers
and a franchise agreement is to be attached
in case of a franchise
7. 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 authorised
signatory
4.4.2 Specific Pre-qualification Criteria for Category 1A:
S.No. Criteria Documents to be submitted as
qualifying documents
1. Average Annual Turnover during the last three financial
years (i.e. 2012-13, 2013-14 and 2014-15 ) :
Minimum Rs 4 Crore
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 or copy of certificate
from Statutory Auditor / Chartered
Accountant
2. Annual Turnover during each of the last three financial
years (i.e. 2012-13, 2013-14 and 2014-15) from
Network Infrastructure and Services: Minimum Rs 2 Cr
per year.
Copy of certificate from Statutory Auditor
/ Chartered Accountant on the actual
figures.
3. The bidder should have completed at least 5
assignments for implementation of LAN with one
project having value of 25 Lakh with minimum 500
nodes for any State/Central Government/Department
/Organisation/PSUs/Institutes Government funded /
Industries
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.
4. The bidder should have completed at least 5
assignments for implementation of Fibre with one
project having value of 25 Lakh for any State/Central
Government/Department /Organisation/PSUs/
Institutes Government funded/ Industries
Copy of complete work order/
agreement/ purchase order and
successful completion certificate from
the client.
Page 17 of 146
5. The bidder should have at least 4 full-time engineers
on its permanent role who are certified in Passive
components and/or Fiber.
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 valid OEM
certifications. Copy of the ID card and
contact no.
6. 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, as per the
annexure 14
7. Earnest money deposit of value of Rs. 15,00,000/-
(Rupees Fifteen Lakhs Only ) in the form of Demand
Draft/Pay Order/ Bank Guarantee from a commercial
bank in favour of “NICSI” payable at New Delhi.
Copy of the Demand Draft/ Pay Order/
Bank Guarantee
4.4.3 Specific Pre-qualification Criteria for Category 1 B:
S.No. Criteria Documents to be submitted as
qualifying documents
1. Average Annual Turnover during the last three
financial years ( i.e. 2012-13, 2013-14 and 2014-15 )
: Minimum Rs 20 Cr.
Copy of Audited Balance sheets along
with Profit and loss statements with
highlighted relevant figures or copy of
certificate from Statutory Auditor /
Chartered Accountant
2. Annual Turnover during each of the last three financial
years ( i.e. 2012-13, 2013-14 and 2014-15 ) from
sales/ installation/ maintenance of Active components
: Minimum Rs 5 Cr.
Copy of certificate from Statutory Auditor
/ Chartered Accountant
3. The bidder should have completed at least 10
assignments for supply of active components
(Switches, LAN extenders, Fiber Optic Network/
Terminal ) with one project having value of 50 Lakh
for any State/Central Government/Department
/Organisation/PSUs / Industries
Copy of complete work order/
agreement/ purchase order and/or
successful completion certificate from
the client.
4. The bidder should have at least 10 full-time engineers
on its permanent roll, who are certified in , Active
Certificate from Head of Human
Resource of bidding vendor for the
Page 18 of 146
Components
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
from OEM (i.e CCNA, Juniper Certified)
Copy of the ID card and contact no
needs to be provided
5. 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 as per the
annexure 14
6. Earnest money deposit of value of : Rs. 50,00,000/-
(Rupees Fifty Lakhs Only) in the form of Demand
Draft/Pay Order/ Bank Guarantee from a commercial
bank in favour of “NICSI” payable at New Delhi.
Copy of the Demand Draft/ Pay Order/
Bank Guarantee
4.4.4 Specific Pre-qualification Criteria for Category 2:
S.No. Criteria Documents to be submitted as
qualifying documents
1. Average Annual Turnover during the last three financial
years ( i.e. 2012-13, 2013-14 and 2014-15 ) :
Minimum Rs 50 Cr.
Copy of Audited Balance sheets along
with Profit and loss statements with
highlighted relevant figures or Copy of
certificate from Statutory Auditor /
Chartered Accountant
2. Annual Turnover during each of the last three financial
years ( i.e. 2012-13, 2013-14 and 2014-15 ) from
GPON/Optical Switching / Data Center cabling related
works : Minimum Rs 15 Cr.
Copy of certificate from Statutory Auditor
/ Chartered Accountant.
3. The bidder should have completed at least 3
assignments for GPON/ Optical Switching / 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.
4. The bidder should have at least 10 full-time engineers
on its permanent roll who are certified in , who are
certified in Passive Components, GPON, Fiber, Data
Center cabling,
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
Page 19 of 146
code, highest educational qualification,
years of experience and certifications.
Copy of the ID card and contact no.
5. 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 as per the
annexure 14
6. Earnest money deposit of value of Rs. 50,00,000/-
( Rupees fifty Lakhs Only) in the form of Demand
Draft/Pay Order/ Bank Guarantee from a commercial
bank in favour of “NICSI” payable at New Delhi.
Copy of the Demand Draft/ Pay Order/
Bank Guarantee
4.5 Pre-Qualification Criteria for Bidder’s Partner (OEM) for Passive Components:
S.
No.
Item Insert Value or
check-list the box
Reference of Enclosed Proof,
along with corresponding page
numbers
1 The OEM’s annual sales turnover from sale
of passive components should at least be
Rs.50 crores (Rupees Fifty Crores), during
last 3 financial years from Fiber and/ or
Passive LAN equipment’s and/or GPON
equipment’s and/or Optical Switching or
The OEM should have supplied/
implemented the GPON projects in India
successfully in last 3 years. Should provide
the completion certificate.
.
During
2014-15
Rs.
Crore
During
2013-14
Rs.
Crore
During
2012-13
Rs.
Crore
2 The OEM should be an ISO 9001 and ISO
14001 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 a self-
declaration that they are following the
compliance . This certification should be
from any globally recognized institution.
1. Name of the agency
2. Name of the
Certificate
3. Validity date
Page 20 of 146
Pre-Qualification Criteria for Bidder’s Partner (OEM) for Active Components:
3 The OEM must enclose the copy of the latest
Income TAX return filed.
Enclose the copy of
latest Income Tax
return filed copies.
4 A copy VAT/ST/CST No. allotted by the
Sales Tax Authorities, as well as PAN
number of the firm allotted by the Income
Tax authorities should be submitted.
The OEM should be registered with Service
tax department of the Government.
VAT/ST/CST No.
PAN no.
Service TAX NO.
Enclose copy of the
valid Registration No.
5 A copy of the Registration Certificate /
Certificate of Incorporation of the firm, with
attested copies of Articles of Association (in
case of Registered firm), Byelaws and
certificates of registration (in case of
registered co-operative Societies),
partnership deed (in case of partnership firm)
should be submitted.
It is mandatory that the OEM should have
had a registered office in India for at least 3
years from the date of publishing of this
tender. .
Registration No.
Name the documents
enclosed.
Specify years of
establishment in India
S.
No.
Item Insert Value or
check-list the box
Reference of Enclosed Proof,
along with corresponding page
numbers
1
The OEM’s annual sales turnover from sale of Active Components should at least be Rs.100 crores (Rupees hundred Crores) and for OEM under PMA/ Make in India it should be at least Rs 50 crores, during last 3 financial years from Switches and/or Optical Switching and its components
During
2014-15
Rs.
Crore
During
2013-14
Rs.
Crore
Page 21 of 146
During
2012-13
Rs.
Crore
2 The OEM should be an ISO 9001 and ISO
14001 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 or a
self-deceleration about the compliance. This
certification should be from any globally
recognized institution.
1. Name of the agency
2. Name of the
Certificate
3. Validity date
3 The OEM must enclose the copy of the latest
Income TAX return filed.
Enclose the copy of
latest Income Tax
return filed copies.
4 A copy VAT/ST/CST No. allotted by the
Sales Tax Authorities, as well as PAN
number of the firm allotted by the Income
Tax authorities should be submitted.
The OEM should be registered with Service
tax department of the Government.
VAT/ST/CST No.
PAN no.
Service TAX NO.
Enclose copy of the
valid Registration No.
5 A copy of the Registration Certificate /
Certificate of Incorporation of the firm, with
attested copies of Articles of Association (in
case of Registered firm), Byelaws and
certificates of registration (in case of
registered co-operative Societies),
partnership deed (in case of partnership firm)
should be submitted.
It is mandatory that the OEM should have
had a registered office in India for at least 3
years from the date of publishing of this
tender.
Registration No.
Name the documents
enclosed.
Specify years of
establishment in India
Page 22 of 146
4.6 Technical Evaluation
A duly constituted Technical Evaluation Committee (TEC) will first select Bidders on the basis of per-
qualification criteria of this tender. The Bids qualifying to the qualification criteria will be considered for
Technical evaluation as defined in Section 5.5 of this document.
4.6.1 The committee may seek written clarifications from the bidders. The primary function of clarifications
in the evaluation process is to clarify ambiguities and uncertainties arising out of the evaluation of the
bid documents. Clarifications provide the opportunity for the committee to state its requirements
clearly and for the bidder to more clearly state its bid. The committee may seek inputs from their
professional, technical experts in the evaluation process.
4.7 Financial Evaluation
4.7.1 The Financial bids of the technically qualified vendors only will be opened in the presence of their
representatives on a specified date and time at NICSI. Before opening the financial bids, if NICSI
considers necessary, it may ask for revised commercial bids from the short listed vendors which
should be submitted. The revised bids should not be more than the one quoted earlier by the
respective vendor. Any vendor quoting higher rates in their revised commercial bid will not be
considered for further evaluation.
4.7.2 The financial evaluation will be done for all the categories of empanelment independently. In each
category, the bidders will be required to meet the minimum GTV in order to be considered for
empanelment.
4.7.3 The bidders will be required to submit the financial bids in two envelopes, clearly labelled as
“Financial Bid Letter under Category <<mention 1A, 1B or 2 depending on the category applied
for>>” and “Detailed Costing for the Category <<mention 1A/ 1B / 2 ” depending on the category
applied for.
4.7.4 The Financial bids will be evaluated in the manner explained in Annexure 14: Financial Selection
Criteria.
4.7.5 The decision of NICSI arrived at as above will be final and no representation of any kind will be
entertained. Any attempt by any vendor to bring pressure of any kind may disqualify the vendor for
the present tender and the vendor may be liable to be debarred from bidding for NICSI tenders in
future for a period of three Years.
4.7.6 Any bidder quoting abnormally high or abnormally low prices for any component may be disqualified
by NICSI.
4.7.7 The decision of NICSI arrived at as above will be final and no representation of any kind will be
entertained on the above.
Page 23 of 146
4.7.8 NICSI reserves the right to accept any bid, and to cancel/abort the tender process and reject all bids
at any time prior to award of contract, without thereby incurring any liability to the affected vendor(s),
of any obligation to inform the affected vendor(s) of the grounds for NICSI’s action and without
assigning any reasons.
4.7.9 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit
price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall
prevail and the total price shall be corrected. If the vendor does not accept the correction of the
errors, its bid will be rejected and EMD forfeited. If there is a discrepancy between words and figures,
the amount in words will prevail.
4.7.10 When deemed necessary, NICSI may seek clarifications on any aspect from the vendor. However,
that would not entitle the vendor to change or cause any change in the substance of the tender
submitted or price quoted. Also it will not imply that vendor’s bid has been selected for processing.
4.7.11 For Annexure 10 / 11/ 12:
i. Basic cost should include all duties such as custom, excise, etc, Freight, Packaging,
Insurance, Installation/Commissioning, Warranty & any other charges.
ii. Octroi/Entry tax will be paid by the vendor and get reimbursement from NICSI as per actual
and as applicable on production of original receipts.
iii. For all items make and model or part number MUST be given in Annexure 6 / Annexure 7 /
Annexure 8, depending on category, against each item.
iv. VAT / Sale tax and Service tax wherever applicable MUST be clearly indicated .
Page 24 of 146
5 Bidding Process
5.1 Important Dates
Important Dates
Bid submission end date: 20.10.2016 upto 15:00 Hrs
Opening of Tender Bids (Prequalification &Technical)
21.10.2016 at 15:30 Hrs
Page 25 of 146
5.2 Online Bid Submission
Agencies are advised to study the Bid Document carefully.
5.2.1 Each category will be treated as different tender, and will not have effect on other category in any
manner, whatsoever.
5.2.2 One (1) OEM can bid through maximum of two (2) SI, i.e. any OEM can provide MAF form for an
item to any 2 bidders. In case of providing MAFs to more than 2 bidders, all bids are liable to be
rejected for that item. Any OEM can provide separate MAF (to 2 SI for different categories) .
The SI bidding for category 2 should quote same OEM for Passive Components in 1A
5.2.3 For Racks OEM qualification criteria is not required, but will have to provide make and model
need to be specified, and will provide necessary documentation.
5.2.4 For ducts, conduits, pipe and accessories MAF is not required, however make and model needs
to be specified.
Submission of the Bid will be deemed to have been done after careful study and examination of all
instructions, eligibility norms, terms and requirement specifications in the tender document with full
understanding of its implications. Bids not complying with all the given clauses in this tender document
are liable to be rejected. Failure to furnish all information required in the tender Document or submission
of a bid not substantially responsive to the tender document in all respects will be at the vendor’s risk and
may result in the rejection of the bid.
All the bids must be valid for a period of 120 days from the date of tender opening for placing the initial
order. If necessary, NICSI will seek extension in the bid validity period beyond 120 days. The vendors,
not agreeing for such extensions will be allowed to withdraw their bids without forfeiture of their EMD.
Online Bids (Complete in all respect) must be uploaded on http://eproc-nicsi.nic.in latest by 15:00 hrs on
14.09.2016.
The online bids should be submitted as under:-
5.2.5 Online bids (complete in all respect) must be uploaded on NICSI eProcurement website
http://eproc-nicsi.nic.in latest by 15:00 hours on 14.09.2016
5.2.6 The Online bids should be submitted as under:
EN-1
Bank Draft(s)/ Bank Guarantee towards EMD as per details given in Section 5.3 should be sealed in envelopes and superscripted “EMD: Empanelment of Vendors for Supply, Installation and Commissioning of Local Area Network” – due on 14.10.2016 at 15:00 Hrs.” with letter specifying the draft details should be submitted physically to Manager, Tender Division, NICSI, 1
st
Floor, NBCC Tower-15, Bhikaji Cama Place, New Delhi by 15:00 hrs. of 14.10.2016. However the scanned copy of Bank drafts /Bank Guarantee/Pay Order, titled ‘EMD_Scan_ForCategory#.pdf’ must be uploaded (PDF format) electronically on http://eproc-nicsi.nic.in.
Page 26 of 146
EN-2 The PDF file, containing the following information, should be titled as
‘Elig_doc_ForCategory#.pdf’ for “Eligibility Criteria - NICSI Tender for Empanelment of Vendors for Supply, installation, and commissioning of Local Area network (LAN)”
i. All the documents asked for eligibility criteria.
EN-3 The PDF file, containing the following information, should be
titled as “tech_bid_ForCategory#.pdf” for “Technical Bid- NICSI Tender for Empanelment of Vendors for Supply, installation, and commissioning of Local Area network (LAN)”
i. All the documents asked for Technical Bid and as per Annexure 6 / Annexure 7 / Annexure 8, depending on category.
EN-4 The XLS file titled as ‘fin_bid_ForCategory#.xls’ for “Financial
Bid- NICSI Tender for Empanelment of Vendors for Supply, installation, and commissioning of Local Area network (LAN)” and should contain the Financial Bid.
5.2.7 In place of # in the file names above please mention the category number (1A, 1B or 2 )
5.2.8 The envelops/PDF files in EN1, EN2 and EN3 containing the financial bid in explicit/implicit form
will lead to rejection of the bid
5.2.9 The envelops /PDF files not containing the requested details will lead to rejection of the bid.
5.2.10 In case, the day of bid submission is declared Holiday by Govt. of India, the next working day
will be treated as day for submission of bids. There will be no change in the timings.
5.2.11 Tender bid must contain the name, office and after office hour addresses including telephone
number(s) of the person(s) who are authorized to submit the bid with their signatures.
5.2.12 Un-signed & un-stamped bid shall not be accepted.
5.2.13 All pages of the bid being submitted must be signed and sequentially numbered by the vendor
irrespective of the nature of content of the documents.
5.2.14 Ambiguous bids will be out rightly rejected.
5.2.15 NICSI will NOT be responsible for any delay on the part of the vendor in obtaining the terms and
conditions of the tender notice or submission of the tender bids.
Page 27 of 146
5.2.16 Vendors shall indicate their rates in clear/visible figures as well as in words. In case of a
mismatch, the rates written in words will prevail.
5.2.17 Tender process will be over after the issue of empanelment letter(s) to the selected vendor(s).
5.2.18 Bids not quoted as per the format given by NICSI will be rejected straightway.
5.2.19 No deviation from the tender specifications & terms and conditions will be accepted.
5.2.20 NICSI may, at its own discretion, extend the date for submission of bids. In such a case all rights
and obligations of NICSI and the Agencies will be applicable to the extended time frame.
5.2.21 The offers submitted by fax/Email or any manner other than specified above will not be
considered. No correspondence will be entertained on this matter.
5.2.22 At any time prior to the last date for receipt of bids, NICSI, may, for any reason, whether at its
own initiative or in response to a clarification requested by a prospective vendor, modify the
Tender Document by an amendment. The amendment will be notified on NICSI’s website
http://eproc-nicsi.nic.in and should be taken into consideration by the prospective agencies
while preparing their bids.
5.2.23 In order to give prospective agencies reasonable time to take the amendment into account in
preparing their bids, NICSI may, at its discretion, extend the last date for the receipt of bids.
No bid may be modified subsequent to the last date for receipt of bids. No bid may be
withdrawn in the interval between the last date for receipt of bids and the expiry of the bid
validity period specified by the vendor in the bid. Withdrawal of a bid during this interval may
result in forfeiture of Vendor’s EMD.
5.2.24 The agencies will bear all costs associated with the preparation and submission of their bids.
NICSI will, in no case, be responsible or liable for those costs, regardless of the outcome of
the tendering process.
5.2.25 Printed terms and conditions of the vendors will not be considered as forming part of their bid. In
case terms and conditions of the tender document are not acceptable to any vendor, they
should clearly specify the deviations in their bids.
5.3 Earnest Money Deposit (EMD)
5.3.1 EMD will be as follows:
Category 1A: Rs. 15,00,000/- (Rupees Fifteen Lakhs Only)
Category 1B: Rs. 50,00,000/- (Rupees Fifty Lakhs Only)
Page 28 of 146
Category 2: Rs.50,00,000/- (Rupees Fifty Lakhs Only)
The bidder can bid for one, two or all of these categories. However, each submission has to meet
the requirements independent of other bids. So in case any bidder is interested in bidding for all
categories, then separate EMDs needs to get submitted. Certain forms which are same, are
required to be enclosed in the technical bid to ensure that each technical bid is independent from
the other bid.
5.3.2 Earnest Money Deposit (EMD) of amount as mentioned above, as per the desired Category,
must be submitted, by Demand Draft/ Bank Guarantee / Pay Order of any scheduled
nationalized / commercial bank drawn in favor of “National Informatics Centre Services
Incorporated, New Delhi”, payable at New Delhi, physically before bid submission end date
and time as mentioned in Section 5.1. Otherwise submitted bids will be rejected. However
the scanned copy of Demand Draft/ Bank Guarantee / Pay Order must be uploaded (PDF
format) electronically on NICSI eProcurement website http://eproc-nicsi.nic.in as per the bid
submission timelines.
5.3.3 Bank Guarantee will be accepted against the EMD.
5.3.4 Facilities have been extended to the SSI units registered with NSIC have been defined in Clause
7.1.2.
5.3.5 In the absence of Bank Draft/BG/ Pay Order of EMD amount, such tenders shall be rejected
straightway.
5.3.6 The Earnest Money Deposit (EMD), without any interest accrued will be refunded in any of
following eventual situations:-
5.3.6.1 In the case of those Vendors who fail to qualify the eligibility criteria, or whose
technical bids do not qualify, the Earnest Money Deposit (EMD) will be refunded
without any interest accrued within one month of the acceptance of TEC (Technical
Evaluation Committee)’s recommendations.
5.3.6.2 In the case of those Vendors who are not selected, the Earnest Money Deposit
(EMD) will be refunded without any interest accrued within one month of the
acceptance of FEC (Financial Evaluation Committee)’s recommendations.
5.3.6.3 In the case of Vendor whose tender bid is accepted for empanelment, EMD will be
refunded on receipt of Security Deposit as per empanelment clause.
5.3.7 Forfeiture of Earnest Money Deposit/Security Deposit: The Earnest Money Deposit can be
forfeited if a vendor:
5.3.7.1 Withdraws its bid during the period of bid validity.
Page 29 of 146
5.3.7.2 Does not accept, and / or violates the tender terms and conditions of the contract after
submission of the bid.
5.3.7.3 Successfully gets empanelled, but fails to sign the contract within the stipulated time.
5.4 Bid Opening
5.4.1 Online bids (complete in all respect) received along with EMD (Physically) will be opened as
mentioned at Section 5.1 in presence of vendors representative if available. Bid received without
EMD will be rejected straight way.
5.4.2 Eligibility Criteria and Technical bids of only those vendors, whose EMD instruments are found to
be in order, will be opened afterwards in the same bid opening session, in the presence of the
vendor’s representatives.
5.4.3 Financial bids of only those vendors, whose bids are found technically qualified, by the Technical
Evaluation Committee, will be opened in the presence of the vendor’s representatives
subsequently for further financial evaluation.
5.4.4 One authorized representative of each of the vendor would be permitted to be present at the time
of aforementioned opening of the bids.
5.5 Technical Evaluation Process
5.5.1 Technical Bids of only bidders which qualify the eligibility criteria evaluation process will be
evaluated based on the parameters as per Section 4.4.
5.5.2 A duly constituted Technical Evaluation Committee (TEC) will evaluate and shortlist Technical
Bids on the basis of parameters/ specifications provided in Section 4.4.
5.5.3 NICSI has the option to ask the vendors for a technical presentation in a short notice. Any
additional commitment made (not contradicting the original bid) will form the part of the
empanelment agreement.
5.5.4 During the technical evaluation, if any of the parameters are not met, the bid will be summarily
rejected.
5.5.5 Bidder will have to provide valid documentation with reference technical specifications as per
Annexure 6, Annexure 7 and Annexure 8 of this bid.
5.5.6 The TEC will evaluate the Technical bids on the basis of technical specifications given in the
tender document.
Page 30 of 146
5.5.7 The Bidders should ensure proper numbering, specific compliance and reference document with
reference to the specific equipment.
5.5.8 The TEC has the right to physically verify the compliance of the quoted products with the required
tender specifications, and to test them for reliability & functionality, this may include site visit to
factory
5.5.9 During the evaluation bidder should keep copy of the RFP submitted by them ready for reference
during the TEC visit to factory. No delay on part of OEM/ SI will be accepted in case the
equipment’s are not available for evaluation. Delay may result in disqualification of the bidder.
5.5.10 Original authorisation of OEMs needs to be submitted to tender division.
5.6 Evaluation of Financial Bids
5.6.1 The Financial Bids of only those Vendors short listed from the Technical Bids by TEC will be
opened electronically in the presence of their representatives on a specified date and time to be
intimated to the respective Vendors by Tender Division of NICSI, and the same will be evaluated
by a duly constituted Financial Evaluation Committee (FEC).
5.6.2 If NICSI considers necessary, Revised Financial Bids could be called for from the technically
short-listed Vendors, before opening the original financial bids for recommending the final
empanelment.
5.6.3 In the event of revised financial bids being called for, the revised bids should NOT be higher than
the original bids, otherwise the bid shall be rejected and EMD forfeited.
5.6.4 Lowest Quoting Vendor (L1) will be selected as per the “Annexure 14: Financial Selection
Criteria”.
5.6.5 No enquiry shall be made by the vendor(s) during the course of evaluation of the tender, after
opening of bid, till final decision is conveyed to the successful vendor(s). However, the
Committee/its authorized representative and office of NICSI can make any enquiry/seek
clarification from the vendors, which the vendors must furnish within the stipulated time else bid of
such defaulting vendors will be rejected
Page 31 of 146
6 Award of Contract (Empanelment)
6.1 Empanelment Process
6.1.1 The Empanelment will be done as per Section 4.2, with all its terms and conditions.
6.1.2 All empanelled Bidders shall have to enter into a written agreement with NICSI for honouring all
tender conditions and adherence to all aspects of fair trade practices in executing the purchase
orders placed by NIC/NICSI on behalf of its clients.
6.1.3 In the event of an empanelled Company or the concerned division of the Company is taken over
/bought over by another company, all the obligations and execution responsibilities under the
agreement with the NICSI, should be passed on for compliance by the new company in the
negotiation for their transfer.
6.1.4 In case any selected bidder refuses to sign empanelment within seven days of communication
from NICSI, the offer would be treated as withdrawn and the bidder’s EMD will be forfeited.
6.1.5 In case of empanelled bidder is found in breach of any condition(s) of tender or supply order, at
any stage during the course of supply / installation or warranty period, the legal action as per
rules/laws, shall be initiated against the bidder and EMD/Security Deposits shall be forfeited,
besides debarring and blacklisting the bidder concerned for at least three years, for further
dealings with NICSI.
6.1.6 The bidder should not sublet the work contracted under this empanelment or any part of it to any
other vendor in any form. Doing so shall result in termination of empanelment and forfeiture of
Security deposit. NICSI may, at any time, terminate the empanelment by giving written notice to
the empanelled vendor without any compensation, if the empanelled vendor becomes bankrupt or
otherwise insolvent, provided that such termination will not prejudice or affect any right of action
or remedy which has accrued or will accrue thereafter to NICSI.
6.2 Conditions related to award of work
6.2.1 The selected vendor will be eligible to take up engagements as per the category in which it is
empanelled.
6.2.2 Orders will be placed as per NICSI/NIC/ User's requirements on the finally selected panel
vendor(s). The panel will be valid for a period of 2 (Two) years in the first instance. It may be
extended for a further period of 1 (one) year depending upon the need for continuity and
contemporariness of the technology and on mutual acceptance.
Page 32 of 146
6.2.3 Under exceptional circumstances regarding Project /Digital India requirements NIC/NICSI official
may take appropriate decision on number of nodes in different categories mentioned in Section
4.1 during work allocation
6.2.4 All empanelled vendors will have to enter into a written agreement with NICSI for honouring all
aspects of fair trade practices in executing the Work orders placed by NICSI or organizations
supported by NICSI
6.2.5 If empanelled vendor in any of the categories is not able to execute the work orders given by
NIC/NICSI , NIC/NICSI will have the right to withhold further orders until the satisfactory execution
of all the pending work orders
6.3 Security Deposit and PBG
6.3.1 In case of Bidders whose bids are accepted for empanelment, bidders shall be required to give
Security Deposit which will be equivalent amount the amount of EMD. Security Deposit will be in
the form of Bank Guarantee (BG) of any commercial bank drawn in the name of National
Informatics Centre Services Inc, New Delhi valid till empanelment. The empanelled vendor will
have to renew Security Deposit/ Bank Guarantee (BG) for such further periods till warranty
support.
6.3.2 Empanelled vendors shall be required to give Performance Bank Guarantee (PBG) of 10% (Ten
Percent) of the total purchase order value at the time of bill submission. Performance Bank
Guarantee (PBG) will be of any scheduled commercial bank drawn in the name of National
Informatics Centre Services Inc, New Delhi for a period of warranty + 3 months. This PBG may
be invoked in case of non-compliance of maintenance schedule during warranty period
mentioned in the purchase order.
6.4 Payment Terms
6.4.1 The equipment’s /services should be delivered at the user’s location as mentioned in the
purchase order/ work order within four weeks of release order to the empanelled vendor.
6.4.2 The payments will be made as per the format given below for Category 1A, Category 1B and
Category 2:
6.4.3
Category 1A, Category 2
Milestone Payment (% of Work Order)
Page 33 of 146
1 After Delivery
Documents required - Bills and Delivery Challan and/or
letter from Client/NICSI/NIC
80%
2 Completion of Installation of all Hardware ordered
by Client/NIC/NICSI along with submission of final
documentation ( As Built ), all required test certificates and
sign off from Project Co – ordinator/ User Department
20%
3 Monthly Payment for Manpower Monthly Charges as applicable
for Manpower
Category 1B
Milestone Payment (% of Work Order)
1 Start of Delivery
Documents required - Bills and Delivery Challan and/or
letter from Client/NICSI/NIC
80%
2 Completion of Installation of all Hardware ordered
by Client/NIC/NICSI along with submission of final
documentation ( As Built ), all required test certificates and
sign off from Project Co – ordinator/ User Department
20%
3 Monthly Payment for Manpower Monthly Charges as applicable
for Manpower
6.4.46.4.3 The payment for Support services will be made after deduction of SLA penalties, if
any, as per the Section 6.5.
6.4.56.4.4 The bidder has to submit OEM certificate (in original which quantify the PO)
stating that these equipment’s have been procured from OEM/Authorized partner with each
invoice against purchase order.
6.4.66.4.5 NICSI reserves the right to reject any work, if found unsuitable and/or not conforming
to the approved specifications. The rejected work, if any, shall have to be redone forthwith at the
cost of the vendor. No payment will be made for the rejected work.
6.4.76.4.6 NICSI reserves the right to deduct amount from the bill as may be considered
reasonable for unsatisfactory execution of the work. The decision of NICSI will be final in this
regard.
6.4.86.4.7 The empanelled vendor(s) shall accept the purchase/work order within two days of
from intimation of purchase / work order issued by NICSI and start executing the purchase/work
orders immediately so as to meet the schedules. Any denial for accepting the purchase/work
order either hand delivered or sent through post/fax/email shall be construed as non-performance
which may lead to cancellation of empanelment and forfeiture of Security Deposit.
Page 34 of 146
6.5 Service Level Agreement
The service level agreements are classified into 2 types, based on the type of support ordered. The first
type caters to the SLA levels for On-Call Support and the second type caters to the SLA levels for Full
time On-sited Support. The empanelled vendors will have to provide minimum 2 phone numbers and
online system for raising the tickets. NICSI will monitor those call anytime. The data for such complaints
need to be kept for a period of 6 Months. The penalty will be calculated on monthly basis and will be
capped to maximum of 10%.
6.5.1.1 Service Levels for On-Call Support
6.5.1.1.1 Response Time: The response time shall be defined as the minimum time to respond
adequately to any issue raised by the user. The expected response time for this support
category is 4 working hours from the time of incident reporting. The official working hours
of the office will be considered for calculation of response time. A penalty equal to 0.5%
of the total value of support services, for delay by every 4 hours, will be levied on the
vendor, for every incident not responded to within the stipulated time.
6.5.1.1.2 Resolution Time: The resolution time for any issue pertaining to passive components
will be 24 hours and 48 hours for hilly regions. The resolution time for any issue
pertaining to the active components will be 48 hours and 72 hourse for hilly regions. The
official working hours of the office will be considered for calculation of resolution time. A
penalty equal to 1.0% of the total value of support services, for delay by every 24 hours,
will be levied to the vendor, for every incident not resolved within the stipulated time.
6.5.1.2 Service Levels for Full-time On-site Support
6.5.1.2.1 Manpower needs to be deployed within two weeks from the date of issue of work order.
Delay in the deployment of manpower will lead to penalty; equal to 0.5% of the manpower
rates . The delay will be calculated on daily basis.
6.5.1.2.2 Response Time: The response time shall be defined as the minimum time to respond
adequately to any issue raised by the user. The expected response time for this support
category is 1 hour from the time of incident reporting. The official working hours of the
office will be considered for calculation of response time. A penalty equal to 0.5% of the
total value of support services, for delay by every 1 hours, will be levied to the vendor, for
every incident not responded to within the stipulated time.
6.5.1.2.3 Resolution Time: The resolution time for any issue pertaining to passive components will
be 8 hours. The resolution time for any issue pertaining to the active components will be
24 hours. The official working hours of the office will be considered for calculation of
resolution time. A penalty equal to 1.0% of the total value of support services, for delay by
every 24 hours, will be levied to the vendor, for every incident not resolved within the
stipulated time.
Page 35 of 146
6.6 Refund of EMD & Security Deposit
The Earnest Money Deposit (EMD) will be refunded as follows:-
6.6.1 In the case of those bidders who fail to qualify the pre-qualification criteria, the Earnest Money
Deposit (EMD) will be refunded without any interest accrued immediately thereafter.
6.6.2 In the case of those bidders whose technical bids do not qualify, the EMD will be refunded without
any interest accrued within one month of the acceptance of TEC’s recommendations.
6.6.3 In the case of those bidders who are not empanelled, the EMD will be refunded without any
interest accrued within one month of the acceptance of TEC’s recommendations.
6.6.4 In case of those bidders whose tender bids are accepted for the empanelment, EMD will be
refunded on receipt of security deposit. The security deposit in the form of Bank Guarantee from
a scheduled commercial bank for the duration of the selection or extended period, if any, in favor
of NICSI, New Delhi, and shall be renewed by the bidder till Empanelment lasts or the orders
placed are executed, whichever is later. No interest will be payable for the Security Deposit.
Page 36 of 146
7 Other Terms and Conditions
7.1 Micro, Small & Medium Enterprises Development Act
7.1.1. If a bidder falls under the Micro, Small & Medium Enterprises Development Act, 2006, then a
copy of the registration certificate must be provided to NICSI. Further, the bidder must keep
NICSI informed of any change in the status of the company.
7.1.2. Following facilities have been extended to the SSI units registered with NSIC:
a. Issue of tender sets free of cost (if any);
b. Exemption from payment of earnest money;
c. Waiver of security deposit up to the monetary limit for which the unit is registered.
The evaluation of bids will be done as per the Ministry of Micro, Small, & Medium Enterprises
order dated 23rd
March 2012.
7.2 Domestic Manufacturer Clause
7.2.1 Purchaser reserves the right for providing preference to domestically manufactured electronic
products in terms of the Department of Electronics and Information Technology (DeitY)
Notification no.33(3)/2013-IPHW dated 23.12.2013, Notification No: 8(78)/2010-IPHW dated
10th February 2012, File No: 33(7)/2015-IPHW dated November 16, 2015 read with relevant
Notification and Guidelines issued thereunder. A copy of the aforesaid Notifications/Guidelines
can be downloaded from DeitY and DOT website i.e. URL www.deity.gov.in/esdm and
www.dot.gov.in/sites/default/files/5-10-12.PDF. Purchase preference for domestic manufacturer,
methodology of its implementation, value addition to be achieved by domestic manufacturers,
self-certification, and compliance and monitoring shall be as per the aforesaid
Guidelines/Notifications. The Guidelines may be treated as an integral part of the tender
documents.
7.2.2 Bidder & OEM must submit an undertaking on notarized Rs. 100/- stamp paper as per Annexure
15: PMA AFFIDAVIT as part of the eligibility document.
7.2.3 The percentage of domestic value addition (in terms of BOM) must be mentioned separately in
Technical Bid for each quoted item/product to prove eligibility and avail any applicable
preference at the time of placing of purchase orders.
7.2.4 Bidder & OEM who do not provide the undertaking shall not be considered for receiving this
preference.
7.2.5 The empanelment of bidders quoting false information will be cancelled and the EMD will be
forfeited. Additionally, furnishing of false information on this account shall also attract penal
provisions as per guidelines/notifications.
Page 37 of 146
7.2.6 Bidder and OEM should provide an undertaking which gives address of Factory Details which
includes address and phone. These may be verified by NICSI at any point of time.
Under Make in India scheme, Bidder and OEM must submit an undertaking on notarized Rs. 100/- stamp
paper, providing information related to registration, address any other documents that are related to
Factory, Research and Development Center and Network related Software/ content Development
Center in India.
7.3 Force Majeure
7.3.1 If at any time, during the continuance of the empanelment, the performance in whole or in part by
either party of any obligation under the empanelment is prevented or delayed by reasons of any
war, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics
quarantine restrictions, strikes, lockouts or acts of God (hereinafter referred to as "events"),
provided notice of happenings of any such event is duly endorsed by the appropriate
authorities/chamber of commerce in the country of the party giving notice, is given by party
seeking concession to the other as soon as practicable, but within 21 days from the date of
occurrence and termination thereof and satisfies the party adequately of the measures taken by it,
neither party shall, by reason of such event, be entitled to terminate the empanelment, nor shall
either party have any claim for damages against the other in respect of such non-performance or
delay in performance, and deliveries under the empanelment shall be resumed as soon as
practicable after such event has come to an end or ceased to exist and the decision of the
purchaser as to whether the deliveries have so resumed or not, shall be final and conclusive,
provided further, that if the performance in whole or in part or any obligation under the
empanelment is prevented or delayed by reason of any such event for a period exceeding 60
days, the purchaser may at his option, terminate the empanelment.
7.4 Termination for Default
7.4.1 Default is said to have occurred
7.4.1.1 If the vendor fails to deliver any or all of the services within the time period(s) specified in the
purchase order or any extension thereof granted by NICSI.
7.4.1.2 If the vendor fails to perform any other obligation(s) under the empanelment
7.4.1.3 If the vendor, in either of the above circumstances, does not take remedial steps within a
period of 30 days after receipt of the default notice from NICSI (or takes longer period in-
spite of what NICSI may authorize in writing), NICSI may terminate the empanelment /
purchase order in whole or in part.
7.4.2 NICSI may at any time terminate the purchase order / empanelment by giving one month written
notice to the Vendor, without any compensation to the Vendor, if the Vendor becomes
bankrupt or otherwise insolvent
Page 38 of 146
7.5 Termination for Insolvency
NICSI may at any time terminate the purchase order/empanelment by giving four weeks written
notice to the empanelled vendor, without any compensation to the empanelled vendor, if the
empanelled vendor becomes bankrupt or otherwise insolvent
7.6 Limitation of Liability
Except in the case of gross negligence or wilful misconduct on the part of the empanelled vendor or
on part of any person or company acting on behalf of the empanelled bidder in carrying out the
services, the empanelled vendor, with respect to damage caused by the empanelled vendor to end
user / NICSI / NIC, shall be liable to end user / NICSI / NIC:
(i). for any indirect or consequential loss or damage; and
(ii). for any direct loss or damage,
only to the extent of
A. the total payments payable under this contract to the empanelled vendor, or
B. the proceeds the empanelled vendor may be entitled to receive from any insurance
maintained by the empanelled vendor to cover such a liability,
whichever of (A) or (B) is higher, plus the security deposit and performance bank guarantees
submitted by the empanelled vendor.
This limitation of liability shall not affect the empanelled vendor’s liability, if any, for damage to Third
Parties caused by the empanelled vendor or any person or firm / company acting on behalf of the
empanelled vendor in carrying out the work.
7.7 Indemnity
The empanelled vendor shall indemnify NICSI/NIC/User departments against all third party claims of
infringement of patent, trademark/copyright or industrial design rights arising from the use of the
supplied software/ hardware/manpower etc and related services or any part thereof. NICSI/NIC/User
department stand indemnified from any claims that the hired manpower / empanelled vendor’s
manpower may opt to have towards the discharge of their duties in the fulfilment of the purchase
orders. NIC/NICSI/User department also stand indemnified from any compensation arising out of
accidental loss of life or injury sustained by the hired manpower / empanelled vendor’s manpower
while discharging their duty towards fulfilment of the purchase orders.
7.8 Arbitration
7.8.1 If a dispute arises out of or in connection with this contract, or in respect of any defined legal
relationship associated therewith or delivered there from, the parties agree to submit that dispute
to arbitration under ICADR Arbitration Rules, 1996
Page 39 of 146
7.8.2 The Authority to appoint the arbitrators (s) shall be International Centre for Alternative Dispute
Resolution (ICADR)
7.8.3 The International Centre for Alternative Dispute Resolution will provide administrative services in
accordance with the ICADR Arbitration Rules, 1996.
7.8.4 Venue of arbitration shall be New Delhi.
7.9 Conciliation
7.9.1 If a dispute arises out of or in connection with this contract, or in respect of any defined
legal relationship associated therewith or derived there from, the parties agree to seek an
amicable settlement of that dispute by Conciliation under the ICADR Conciliation Rules,
1996
7.9.2 The Authority to appoint the Conciliator(s) shall be the International Centre for Alternative
Dispute Resolution (ICADR).
7.9.3 The International Centre for Alternative Dispute Resolution will provide administrative
services in accordance with the ICADR Conciliation Rules, 1996.
7.10 Applicable Law
7.10.1 The vendor shall be governed by the laws and procedures established by Govt. of India, within
the framework of applicable legislation and enactment made from time to time concerning such
commercial dealings/processing.
7.10.2 All disputes in this connection shall be settled in Delhi jurisdiction only.
7.10.3 NICSI reserves the right to cancel this tender or modify the requirement without assigning any
reasons. NICSI will not be under obligation to give clarifications for doing the aforementioned.
7.10.4 NICSI reserves the right that the work can be allocated to any of the empanelled vendors.
7.10.5 NICSI also reserves the right to modify/relax any of the terms & conditions of the tender.
7.10.6 NICSI, without assigning any further reason can reject any tender(s), in which any prescribed
condition(s) is/are found incomplete in any respect.
7.10.7 NICSI also reserves the right to award works/supply order on quality/technical basis, which
depends on quality/capability of the system and infrastructure of the firm. Bidder(s) are, therefore,
directed to submit the tender carefully along with complete technical features of the
products/systems as well as other documents required to access the capability of the firm.
Page 40 of 146
7.10.8 All procedure for the purchase of stores laid down in GFR and DFPR shall be adhered-to strictly
by the NICSI and subordinates and Bidders are bound to respect the same.
Page 41 of 146
8 Annexures
8.1 Annexure 1: Bidder’s Profile
Bidder’s Profile 4
S.No Particulars Description
a. Name of the Vendor
b. Type of Incorporation (Sole Proprietor/ Partnership/ Private Limited/ Limited Firm)
c. Year of Incorporation
d. Place of Incorporation
e. Whether any Legal/Arbitration proceedings have been instituted against the Vendor or the Vendor has lodged any claim in connection with works carried out by them. Mention Yes/No. If yes, please give details.
f. Service Tax No.:
g. Sales Tax/ VAT No.:
h. CST No.:
i. PAN No.:
j. Valid ISO 9001:2008 certificate. Copy to be attached
k. Vendor Profile
l. Full Address
m. Name of the Top executive with Designation
Name:
Designation:
Contact Number(Landline):
Contact Number(Mobile):
Email Address:
Complete Communication Address:
Page 42 of 146
Bidder’s Profile 4
S.No Particulars Description
n. EMD Details: Amount:
Draft/ Pay Order No/ BG No:
Date:
Bank:
Branch:
8.2 Annexure 2: Compliance Sheet for OEM
Name of the Bidder:
Sl No. Tender No Compliance Page no. Of the Tender Bid
1 Authorised OEM of quoted item Yes/No
2 OEM valid Certificate of ISO 9001:2008 and ISO14000
Yes/No
3 Copies of Balance sheet for last 3 years showing turnover from LAN
Yes/No
4 Copies of
S.Tax/VAT
Service Tax
PAN
Yes/No
5 Copy of Purchase Order/ Work Order Yes/No
6 Articles of Association etc. Yes/No
8 Certified copy of MAF Yes/No
Signature :
Date:
Place:
Name:
SEAL:
Page 43 of 146
8.3 Annexure 3: Site Survey Document
Installation Certificate
1 Site Name and Address:
2 Site Contact Name:
Title:
Phone :
Mobile:
Fax:
Email:
3 Is the site owned and maintained by the customer?
Yes/No
4 Is this a manned site? Yes/ No
5 Detail the specific cabinet location – floor, room, footprint position.
6 Please provide the distance between the two location in which cable is to be laid
Type of Cable:
Number of Meter:
Diagram
7 Please provide the amount/ Type of cable which needs to be overhead/ inside cabinet / underground
8 Are additional overhead cable trays, drop posts or other trunking required in order
9 Is the clearance under the overhead cable tray sufficient?
10 If a raised floor exists, is sufficient space available for routing cables?
11 Number of Active Components to be required. Please provide details like specifications.
12 Number of nodes to be connected.
13 Details of equipment’s to be used with number.
Page 44 of 146
14 Time required to complete installation after getting the work order
Name of Vendor :
____________________________________________________________
Designation :__________________________________________________
Signature:____________________________________________________
(with official seal)
Date:________________________________________________________
Name of Client :
____________________________________________________________
Designation :__________________________________________________
Signature:____________________________________________________
(with official seal)
Date:________________________________________________________
8.4 Annexure 4: Installation Certificate
Installation Certificate
1 Vendor Name
2 Project No.
3 Purchase order No. & date
4 Invoice No. with date
5 Equipment Name & Description
6 Equipment serial nos.
7 Date of delivery
8 Date of intimation of call for installation / site readiness information
(in case of SNR)
Page 45 of 146
9 Installation Date
10 Certificate Equipment (as per ordered configuration) has been installed successfully
Name of user / NIC Project Coordinator / NICSI Project in charge:
____________________________________________________________
Designation :__________________________________________________
Signature:____________________________________________________
(with official seal)
Date:________________________________________________________
8.5 Annexure 5: Site Not Ready Certificate
Site Not Ready Certificate
1 Vendor Name
2 Project Number
3 Purchase order No. & date
4 Equipment Name
5 Date of delivery
6 Date of 1st Visit for installation
7 Site not ready reason
8 Tentative date of site being ready for installation
9 Contact detail of vendor for getting equipment installed, if site get ready.
10 Certificate There is no delay on the part of vendor in getting the equipment installed
Name of user / NIC Project Coordinator / NICSI Project in charge:
Page 46 of 146
____________________________________________________________
Designation :__________________________________________________
Signature:____________________________________________________
(with official seal)
Date:________________________________________________________
Page 47 of 146
8.6 Annexure 6: Technical Specifications for Category 1 A
8.6.1 Table 1: Passive Components
Product Description
Specifications Make / Model
Part Code
1. UTP COMPONENTS
2. UTP COMPONENTS (CAT 6A)
All specifications for components & cabling to be tested
up to 500 Mhz, UL/ETL listed & verified, should be
registered for follow up program, UL/ETL marking should
be embossed and / or printed on the passive product and
their packing
2.1
UTP cable 4 pair, should confirm or exceed the EIA/TIA 568 C.2-10
(CAT 6A) standards for physical & electrical
specifications, UL/ETL listed & verified, Should be
certified by independent test lab for 10G Gigabit Ethernet
Performance up to 100 mrts, 23 AWG solid bare copper
Jacket: LSZH
2.2 24 port Patch Panel CAT6A
19 inch 1U Patch Panel for 24 x RJ45 45 connection module, should confirm or exceed the EIA/TIA 568 C.2 (CAT 6A) standards, Metallic / high strength or equivalent & 1U height, zig-zag / angular/straight IO placement for better alien cross talk, transmission channels of Class EA with up to 4 plugged connections acc. to ISO/IEC 11801 ed. 2.2, June 2011, or the U.S. standard Cat. 6A according to TIA 568-C.2
2.3 48 port Patch Panel CAT6A
19 inch 1U/2U Patch Panel for 48 x RJ45 45 connection module, should confirm or exceed the EIA/TIA 568 C.2 (CAT 6A) standards, Metallic / high strength or equivalent & 1U/2U height, transmission channels of Class EA with up to 4 plugged connections acc. to ISO/IEC 11801 ed. 2.2, June 2011, or the U.S. standard Cat. 6A according to TIA 568-C.2
2.4 Wire Manager/Patch Chord Minder panel
19“ rack mountable, Metallic / high strength or equivalent jumper rings for routing cable assemblies, mounts to the front of 19” rack & 1 U height
2.5 Information outlets- CAT6A
Surface mount box with RJ 45 socket & gang box , RJ45 connection module of Cat. 6A, for the setting up of transmission channels of Class EA with up to 4 plugged connections acc. to ISO/IEC 11801 ed. 2.2, June 2011, or the U.S. standard Cat. 6A according to TIA 568-C.2 , Connection module Cat. 6A, unshielded, with dust cover, mounting plate UL/ETL listed & verified, Single ( 1-port) Dual (2-port) Quad (4- port)
Page 48 of 146
Product Description
Specifications Make / Model
Part Code
2.6 Patch Cord UTP CAT6A
Flexible cable, U/UTP, 4 x 2 x AWG 26/7, LSZH, . Low-smoke in acc. with IEC 61034 and halogen-free in acc. with IEC 60754-1. Halogen-free and heavy-metal free in acc. with EU directives RoHS 2. Mounted on both sides with RJ45 connector compliant with Cat. 6A ISO component standard: IEC 60603-7-41 RJ45 category 6A ISO (500 MHz), unshielded. Strain-relief function in acc. with TIA 568-C. For the setting up of transmission channels of Class EA with up to 4 plugged connections acc. to ISO/IEC 11801 ed. 2.2, June 2011 or TIA 568-C.2 Optional: Visual coding, mechanical coding and lock protection. Length - 1mrts Length – 2mrts Length – 3mrts Length – 5mrts Length – 10mrts
3. UTP COMPONENTS (CAT6)
3.1 UTP Components (CAT6)
All specifications for components & cabling to be tested
up to 250 Mhz, UL /ETL listed & verified, should be
registered for follow up program, UL/ETL marking should
be embossed and/ or printed on the passive product and
their packing. Jacket: LSZH
3.2 UTP cable CAT 6
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 mrts. 23 AWG solid bare copper.
Jacket: LSZH
3.3 24 port Patch Panel CAT 6
19 inch 1U Patch Panel for 24 x RJ45 45 connection
module , 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 4 plugged
connections, complies with Category 6 requirements of
the standards ISO/IEC 11801 ed. 2.2, June 2011, or TIA
568-C,
Metallic high strength & 1U height
UL /ETL listed
Page 49 of 146
Product Description
Specifications Make / Model
Part Code
3.4 48 port Patch Panel CAT 6
19 inch 2U Patch Panel for 48 x RJ45 45 connection
module, zig-zag/ angular/ straight IO placement for better
alien cross talk The information Outlet should establishing
of transmission channels of class E with up to 4 plugged
connections, complies with Category 6 requirements of
the standards ISO/IEC 11801 ed. 2.2, June 2011, or TIA
568-C. Metallic high strength & 1U/2U height.
UL /ETL listed
3.5 Wire Manager/Patch Chord Minder panel
19 “ rack mountable, Metallic / high strength or equivalent jumper rings for routing cable assemblies, mounts to the front of 19” rack & 1 U height
3.6 Information outlets CAT 6
Surface mount 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 requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, unshielded, with dust cover, snap-in frame , cable tie and installation instructions. UL/ETL listed, Single (1-port) Dual (2-port) Quad (4- port)
3.7 Patch Cord CAT 6
Should confirm or exceed the EIA/TIA 568 C.2-1
standards for CAT 6 LSZH, 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 – 1Mrts Length – 2mrts Length – 3mrts Length – 5mrts Length – 10mrts
4. STP (Shielded Twisted Pair) COMPONENTS CAT 6
4.1 STP cable CAT 6 4 pair, STP, should confirm or exceed the EIA/TIA 568
C.2-1 (CAT 6) standards for physical & electrical
specifications , UL/ETL listed & verified, UL/ETL marking
should be embossed and/ or printed on the passive
product and their packing. Should be certified by
independent test lab for 1G Gigabit Ethernet
Performance up to 100 mrts. 23 AWG solid bare copper.
Jacket: LSZH
Page 50 of 146
Product Description
Specifications Make / Model
Part Code
4.2 24 port STP CAT 6 Patch Panel
19 inch 1U Patch Panel for 24 x RJ45 45 connection
module, 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 4 plugged
connections, complies with Category 6 requirements of
the standards ISO/IEC 11801 ed. 2.2, June 2011, or TIA
568-C, Metallic / high strength or equivalent & 1U height
UL /ETL listed & verified
4.3 48 port STP CAT 6 Patch Panel
19 inch 2U Patch Panel for 48 x RJ45 45 connection
module, 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 4 plugged
connections, complies with Category 6 requirements of
the standards ISO/IEC 11801 ed. 2.2, June 2011, or TIA
568-C, Metallic / high strength or equivalent & 1U/2U
height
UL /ETL listed & verified
4.4 Wire Manager/Patch Chord Minder panel
19“ rack mountable, Metallic / high strength or equivalent jumper rings for routing cable assemblies, mounts to the front of 19” rack & 1 U height
4.5 Information outlets (STP CAT 6)
Surface mount box with RJ 45 connection module & gang box, The information Outlet should establishing of transmission channels of class E and class EA with up to 4 plugged connections, complies with Category 6 requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011 or TIA 568-C, Information outlet Cat. 6, shielded, with dust cover, snap-in frame), cable tie and installation instructions. With EMC cover/ dust cover. UL/ETL listed, Single (1-port) Dual (2-port) Quad (4- port)
4.6 Patch Cord STP CAT 6
Should confirm or exceed the EIA/TIA 568 C.2-1
standards for CAT 6 LSZH, 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 – 1mrts
Length – 2mrts
Length – 3mrts
Length – 5mrts
Length – 10mrts
Page 51 of 146
Product Description
Specifications Make / Model
Part Code
4.7 Supply, Installation
& Termination
,Documentation &
Site certification for
UTP Cabling
Laying of UTP E CAT 6 A/ CAT 6/STP cable with cable
route survey & detailed cable route diagram, termination
of cable with labels & marking as per approved labeling
plan & documentation
Supply & fixing of Unslotted PVC cable duct confirming to
ASTM standards D638, D792, & flammability UL 94V-0 in
size 15 X 15 mm, 25 x 25 mm ,45 X 25 mm & 45 X 45 mm
Supply & fixing of ISI marked PVC Conduit of material
thickness not less than 1.5 mm, Medium Mechanical
Strength (MMS) & flammability UL 94V-0, OD size of 20
mm, 25 mm,32 mm, 40 mm & 50 mm
Supply & fixing of Metal MS ( thickness 2 mm) cable tray/
raceway with covers for mounting on ceiling / floor /wall ,
with all connecting fittings & sections for hanging,T, cross,
L, vertical up /down routing/ branching of cables etc, Size
as follows with required fitting kit & accessories for above
50 mm Height x 100 mm Width 50 mm Height x 200 mm Width 100 mm Height x 300 mm Width Supply & fixing of high quality PVC cable tray/ raceway
with covers for mounting on ceiling / floor / wall , with all
connecting fittings & sections for hanging,T, cross, L,
vertical up /down routing/ branching of cables etc, Size as
follows with required fitting kit & accessories for above
50 mm Height x 150 mm Width 100 mm Height x 100 mm Width
Installation & termination of UTP cables on Patch Panel
with wire Manager & on Information outlet
Performance testing of the laid UTP cable (Pentascanner
report) for Channel Link as per EIA/TIA TSB-67 standard
or higher in particular wire map (Short, open, transpose,
reverse, split), NEXT, PSNEXT, FEXT, PSFEXT, ACR,
PSACR, Return Loss, length , propagation delay, delay
skew, Site certification for performance warranty of 20
years through OEM .
Removal of old UTP / Fiber / Coaxial /RS232 / telephone
cables where ever required.
Page 52 of 146
8.6.2 Table 2: Racks
S. No Product Description Specifications Make / Model
Part Code
5 Racks
5.1 19 “ Rack , Wall mount 530 mm depth, 9 U height, Front glass door ( lockable, toughened 4mm),
Should confirm To DIN 41494 & IEC 297 standard , Load
bearing capacity of 50 Kgs , Have following accessories:
19 “ 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 approved with 6 nos sockets ( 1 nos) , with
wall mounting hardware , Copper earthing kit ( 19” copper
bar) & equipment mounting screws/hardware packets (2
nos), Fan tray with two fans (low noise, good quality, ball
bearing type ,90 CFM). Surface Finish: EC Dip Coat
Primed and Powder Coated to 80-100micrones with RAL
7035 Light Grey
5.2 19 “ Rack , Wall Mount , 530 mm depth, 12 U height, Front glass door ( lockable, toughened 4mm),
Should confirm DIN 41494 & IEC 297 standard , Load
bearing capacity of 50 Kgs , Have following accessories:
19 “ 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 approved with 6 nos sockets ( 1 nos),
Copper earthing kit(19” copper Bar) & equipment
mounting screws/hardware packets (2 nos) , Fan tray with
two fans (low noise, good quality, ball bearing type ,90
CFM). Surface Finish: EC Dip Coat Primed and Powder
Coated to 80-100micrones with RAL 7035 Light Grey
5.3 19 “ Rack , Floor standing 800 mm depth 24 U height, Front & back door ( lockable), Front glass door(toughened 4mm),
Should confirm DIN 41494 & IEC 297 standard , Load
bearing capacity of 500 Kgs , Quick release locking sides
, front & rear door , Have following accessories:
19 “ mountable ,2U , Universal power socket design to fit
both round & flat socket with built in surge protection &
over load circuit breaker , 15 & 5 AMP AC power
distribution channel made of high flame retardant &
insulating material , CE approved with 10 nos sockets
with individual on/off switch & light indication ( 2 nos)
,Support angles 2 pairs ,475 mm depth
Equipment shelves 475 mm depth – 2 nos
Castors with brakes
Fan tray with four fans ((low noise, good quality, ball
Page 53 of 146
S. No Product Description Specifications Make / Model
Part Code
bearing type ,90 CFM)
Copper Earthing Kit ( 19” copper Bar)
Mounting Hardware packets – 5 nos
Surface Finish: EC Dip Coat Primed and Powder Coated
to 80-100micrones with RAL 7035 Light Grey
5.4 19 “ Rack , Floor standing 1000 mm depth 32 U height, Front & back door ( lockable), Front glass door (toughened 4mm),
Should confirm DIN 41494 & IEC 297 standard , Load
bearing capacity of 500 Kgs , Quick release locking sides
, front & rear door , Have following accessories:
19 “ mountable ,2U , Universal power socket design to fit
both round & flat socket with built in surge protection &
over load circuit breaker , 15 & 5 AMP AC power
distribution channel made of high flame retardant &
insulating material , CE approved with 10 nos sockets
with individual on/off switch & light indication ( 4 nos) ,
,Support angles 2 pairs ,800 mm depth
Equipment shelves 800 mm depth – 2 nos Castors with brakes Fan tray with four fans ((low noise, good quality, ball bearing type ,90 CFM) Earthing Kit ( 19” copper Bar) Mounting Hardware packets – 5 nos
5.5 19 “ Rack , Floor standing 1000 mm depth 42 U height, Front & back door ( lockable), Front glass door (toughened 4mm),
Should confirm DIN 41494 & IEC 297 standard , Load
bearing capacity of 500 Kgs , Quick release locking sides
, front & rear door , Have following accessories:
19 “ mountable ,2U , Universal power socket design to fit both round & flat socket with built in surge protection & over load circuit breaker , 15 & 5 AMP AC power distribution channel made of high flame retardant & insulating material , CE approved with 10 nos sockets with individual on/off switch & light indication ( 4 nos) ,Support angles 2 pairs ,800 mm depth Equipment shelves 800 mm depth – 2 nos Castors with brakes Fan tray with four fans ((low noise, good quality, ball bearing type ,90 CFM ) Earthing Kit ( 19” copper bar) Mounting Hardware packets – 5 nos
Page 54 of 146
8.6.3 Table 3: Fibre Components
S.No Product Description
Specifications Make / Model
Part Code
Fiber Components
6 Fiber Cable
6.1 Fiber Optic indoor Distribution cable LSZH , tight buffered, Multi mode (MM), support 10 G Ethernet up to 300 m,OM-3
Multimode optical fiber cable , 50/125 micron graded index,
,required for indoor applications, Fiber should be LSZH ,
Aramid yarn for strength, with FRP strength member (only
applicable for 48 fiber) , support 10 G Ethernet up to 300 m
,should confirm or exceed the ISO/IEC 11801:2002; IEC 60794-
1-2 E1; IEC 60794-1-2 E11; IEC 60794-1-2 E3; IEC 60794-1-2
F1; IEC60794-1and ITU Recommendation G.651standards for
Fiber and cable performance specifications.
6 fibers 12 fibers 24 fiber 48 Fiber
6.2 Fiber Optic Indoor /
outdoor loose tube
cable LSZH
,Unarmoured,
Multi mode (MM),
support 10 G
Ethernet up to 550
m,OM-4
Multimode optical fiber cable , 50/125 micron graded index, ,
required for indoor /outdoor applications, loose tube jelly field,
Water blocked buffer tube , strengthening members , outer
sheath resistant to UV, moisture , sunlight , suitable for harsh
environment, support 10 G Ethernet up to 550 m ,should
confirm or exceed the ISO/IEC 11801:2002; IEC 60794-1-2 E1;
IEC 60794-1-2 E11; IEC 60794-1-2 E3; IEC 60794-1-2 F1;
IEC60794-1and ITU Recommendation G.651standards
standards for Fiber and cable performance specifications.,
Required in following configuration
6 fibers
12 fibers
24 fiber
48 fiber
6.3 Fiber Optic outdoor
armoured cable (OM
4),multi loose tube,
Multi mode (MM)
Multimode optical fiber cable , 850nm laser optimized 50/125
micron graded index, support IEEE 802.3ae 10 gigabit Ethernet
standard 550m distance , support 10 Gb/s laser based
application as well as LED based application ,anti rodent ,
required for outdoor applications for direct burial, fiber should
be protected inside jelly filled loose tubes , The outer sheath is
made of a 0.155 mm corrugated steel armor , with FRP
strength member, water proof tape, double layer of HDPE
jacket , support 10 G Ethernet up to 550 m ,should confirm or
exceed the ISO/IEC 11801:2002; IEC 60794-1-2 E1; 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 configuration
6 fibers
12 fibers
24 fiber
Page 55 of 146
S.No Product Description
Specifications Make / Model
Part Code
48 fiber
6.4 Fiber Optic outdoor
armoured cable ,
loose tube
Single mode (SM) 10 G
Single mode optical fiber cable , 9.2/125 micron graded index,
anti rodent , required for outdoor applications for direct burial,
fiber should be protected inside jelly filled loose tubes ,
armoring with acrylic coated good quality steel tape , with FRP
strength member, water proof tape, double layer of HDPE
jacket , should confirm or exceed the support 10 G Ethernet up
to 550 m ,should confirm or exceed the ISO/IEC 11801:2002;
IEC 60794-1-2 E1; IEC 60794-1-2 E11; IEC 60794-1-2 E3; IEC
60794-1-2 F1; IEC60794-1and ITU Recommendation G.652.D
standard standards for Fiber and cable performance
specifications. Required in following configuration
6 fibers
12 fibers
24 fiber
48 fiber
6.5 Optical Fiber pigtails SC type, 1 meter length
Pigtail with LSZH jacket Pigtail with semi-tight buffer PA/PBT, Ø 0.9 mm, multimode G651 50/125(OM3/OM4) or single mode G652.D 9/125 µm (OS1, OS2), length 1 m. Fitted with one SC connector in acc. with IEC 61754-20. Zirconia (ceramic)/equivalent ferrule with a PC polished end face geometry, connectors tuned in accordance with IEC 61755-3-1 and qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). material PEI / UL 94 V-0, strain relief and white plastic dust cover required for terminating 50/125 micron MM fiber 9.2/125 micron SM fiber
6.6 Optical Fiber pigtails LC type , 1 meter
Pigtail with LSZH jacket Pigtail with semi-tight buffer PA/PBT, Ø 0.9 mm, , Singlemode G652.D 9/125 µm (OS1, OS2) or multimode G50 50/125 µm (OM3/OM4), length 1 m. Fitted with one LC connector in acc. with IEC 61754-20. Zirconia (ceramic)/equivalent ferrule with a PC polished endface geometry, connector qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Material PEI / UL 94 V-0, strain relief and plastic dust cover. required for terminating 50/125 micron MM fiber 9.2/125 micron SM fiber
6.7 Optical Fiber Patch Cord , MM , SC-SC,OM-3
Patch cord with LSZH jacket , with factory mount ceramic connector at both end Fiber: OM3 E50/125 G.651 (OM3). Cable: F8 2.0x4.1 mm, SC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length - 20 m Length – 30 m
Page 56 of 146
S.No Product Description
Specifications Make / Model
Part Code
6.8 Optical Fiber Patch Cord , MM , LC-LC,OM-3
Patch cord with LSZH jacket , with factory mount ceramic connector at both end Fiber: OM3 E50/125 G.651 (OM3). Cable: F8 2.0x4.1 mm, LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length - 20 m Length – 30 m
6.9 Optical Fiber Patch Cord , MM , SC – LC,OM-3
Patch cord with LSZH jacket , with factory mount ceramic connector at both end Fiber: OM3 E50/125 G.651 (OM3). Cable: F8 2.0x4.1 mm, SC - LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length - 20 m Length – 30 m
6.10 Optical Fiber Patch
Cord , SM , SC-SC,
Patch cord with LSZH jacket, with factory mount ceramic connector at both end Fiber: SM E9/125 G.652.D (OS2). Cable: F8 2.0x4.1 mm, SC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length -20 m Length – 30 m
6.11 Optical Fiber Patch Cord , SM , LC-LC,
Patch cord with LSZH jacket , with factory mount ceramic connector at both end Fiber: SM E9/125 G.652.D (OS2). Cable: F8 2.0x4.1 mm, LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length -20 m Length – 30 m
Page 57 of 146
S.No Product Description
Specifications Make / Model
Part Code
6.12 Optical Fiber Patch Cord , SM , SC-LC,
Patch cord with LSZH jacket , with factory mount ceramic connector at both end Fiber: SM E9/125 G.652.D (OS2). Cable: F8 2.0x4.1 mm, SC - LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length -20 m Length – 30 m
6.13 Optical Fiber Patch Cord , MM , SC- SC, OM-4
Patch cord with LSZH jacket, F8 2.7x5.5 mm, multimode G50 50/125 µm (OM4), bend-optimized. Mounted on both sides with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule/equivalent with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length -20 m Length – 30 m
6.14 Optical Fiber Patch Cord , MM , SC- LC, OM-4
Patch cord with LSZH jacket, F8 2.7x5.5 mm, multimode G50 50/125 µm (OM4), bend-optimized. Mounted on both sides with SC-LC Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule/equivalent with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length -20 m Length – 30 m
6.15 Optical Fiber Patch Cord , MM , LC- LC, OM-4
Patch cord with LSZH jacket, F8 2.7x5.5 mm, multimode G50 50/125 µm (OM4), bend-optimized. Mounted on both sides with LC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule/equivalent with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length -20 m
Page 58 of 146
S.No Product Description
Specifications Make / Model
Part Code
Length – 30 m
6.16 LIU , 6/12/ 24/48 fiber , Wall mount enclosure, lockable
Loaded with SC / LC couplers for 6/12/ 24/48 fibers 50/125 micron MM or 6/12/ 24/48 fibers 9.2/125 micron SM, Wall mountable metallic/ polycarbonate distribution enclosure with lock , should have inbuilt / pre-installed splice tray with all clamps ,
Material: housing, plastic: UV stabilized (wherever applicable)
6.17 LIU , 6/12/ 24/48
fiber , 1 U/2U Drawer
style19” Rack mount
enclosure
Loaded with SC / LC couplers & adaptor plates for 6/12/ 24/48 fibers 50/125 micron MM or 6/12/ 24/48 fibers 9.2/125 micron SM, 19” rack mountable metallic/polycarbonate distribution enclosure slide & tilt drawer type 1 U/2U , should have inbuilt / pre-installed splice tray with all clamps , harnessing rings , ties etc,
Material: box, powder-coated sheet steel ( wherever applicable) / front panel
6.18 Supply, installation & Termination of Fiber Joint Enclosure
Fibre optic Joint Enclosure ( Indoor wall mount )
Supply & fixing of fiber optic joint enclosure ( reusable) with IP
56 rating . The joint box should be made of ageing resistant
plastic, corrosion- resistant sheet metal & have a service life of
20 yr. It should be compact , dust free, good sealing
performance, capable of housing 6 , 12, 24 and 48 fiber splice
tray ,able to manage necessary OFC bend radius ,fitted with
necessary plastic loops, sealing rings & 4 holes ( for in coming
& out going OFC cables), fitted with SC & LC pigtel (SM/MM
as per requirement of site) & with all necessary accessories
required for above work.
Working temp: -30 Degree C to + Degree 60 C
Fibre optic joint Enclosure ( out door , direct burial type )
Supply & fixing of fiber optic joint enclosure ( reusable) with IP
56 rating . The joint box should be made of ageing resistant
plastic, corrosion- resistant sheet metal & have a service life of
min. 20 yr. It should be compact , dust free, good sealing
performance, capable of housing 6 & 12 fiber splice tray ,able
to manage necessary fiber bend radius ,fitted with necessary
plastic loops, sealing rings & 4 holes ( for in coming & out
going OFC cables),fitted with SC / LC pigtel (SM/MM to be
supplied as per requirement of site)
Working temp: -30 Degree C to + Degree 60 C
6.19 Supply, Installation & Termination ,Documentation & Site certification for
Fiber Optic Cable laying with route survey & documentation
with following
- In building laying of fiber in PVC ducts on wall
Page 59 of 146
S.No Product Description
Specifications Make / Model
Part Code
Indoor & Outdoor Fiber Cabling
Outdoor FO laying with
- Excavation and resurfacing of the soil (depth 1 m)
- Excavation and resurfacing of the concrete ( depth 1 m)
- Supply and installation/ fixing of 1” diameter GI pipe under
ground and on surface
- Supply and installation of 1.5” diameter GI pipe
- Supply and installation of 2” diameter HDPE PVC jacket for
under ground laying
- SC connector termination on Fiber Optic cable
- Supply and installation of buffer tubing kit
- cable pulling pit (minimum size - 2*2*2 feet )made of
reinforced concrete and brick walls with removable covers
- trenchless digging ( manual / with machine) for
excavation under public road crossing or Wherever required
with in the campus /site requirement
- Fiber optics cable route marker
- Performance testing of laid Fibre Optic cable by OTDR for continuity , length & db loss as per EIA/TIA-455-60 document for FO test procedures & Documentation of the results. Will provide the site certification for 20 years
Page 60 of 146
8.7 Annexure 7: Technical Specifications for Category 1 B
8.7.1Table 1: Active Components
S.No Product
Description
Specifications Make
/
Model
Part
Code
7 Switches
7.1 Layer 2
Manageable
8 Port Switch,
10/100/1000
Mbps ports
with
additional 2
SFP ports
Shall be 19" Rack Mountable ( including mounting brackets). The switch
shall be non-blocking in architecture
8 RJ-45 autosensing 10/100/1000 ports with additional with 2 SFP
ports
1 serial console port with console cable
Shall have switching capacity of 20 Gbps for providing non-blocking
performance on all Gigabit ports
Shall have minimum 14 million pps switching throughput to achieve
wire-speed forwarding on all Gigabit ports
Shall support 802.3ad (LACP) with upto 4 ports supported in 6 groups
IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning
Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol ,
Shall support minimum 250 active VLAN and IEEE 802.1Q based
VLAN tagging
Support for minimum 16k MAC addresses
Shall support marking IEEE 802.1P on all ports and marking policing,
and shaping with upto 4 queues per port.
Should have minimum 4 hardware based queues per port
Should support IGMP v1, v2 and v3 for multicast applications
Should support for IPv6 features like Neighbor discovery, Syslog,
Telnet, SSH, Web GUI, SNMP, NTP, DNS, DHCP, RADIUS over IPv6,
classification and marking. Should support RA Guard/RFC6105.
Should support IPv6 from day1.
Configuration through the CLI, console, Telnet, SSH and Web
Management
Switch should support on-line software reconfiguration to implement
changes without rebooting. Any changes in the configuration of
switches related to Layer-2 functions, VLAN, STP, Security, and QoS
should not require rebooting of the switch.
Switch should support MAC address based filter and port as well as
VLAN based filter / ACLs
IEEE802.1 X to allow port based security.
SNMPv1, v2, and v3 and 4 group of RMON support.
Power : Input 100-240VAC, 50/60Hz
Operating Temperature: 0C to 45C
7.2 Layer 2
Manageable
8 port POE +
switch,
10/100/1000
Shall be 19" Rack Mountable ( including mounting brackets). The switch
shall be non-blocking in architecture
8 RJ-45 autosensing 10/100/1000 PoE+ ports with 2 SFP ports
1 serial console port with console cable
Shall have switching capacity of 20 Gbps for providing non-blocking
Page 61 of 146
S.No Product
Description
Specifications Make
/
Model
Part
Code
Mbps with 2
SFP Ports
performance on all Gigabit ports
Shall have minimum 14 million pps switching throughput to achieve
wire-speed forwarding on all Gigabit ports
Shall support 802.3ad (LACP) with upto 4 ports supported in 6 groups
IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning
Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol ,
Shall support minimum 250 active VLAN or IEEE 802.1 Q-based
VLAN tagging
Support for minimum 16k MAC addresses
Shall support IEEE 802.1 P on all ports and marking, policing, and
shaping with upto 4 queues / port
Should have minimum 4 hardware based queues per port
Should support IGMP v1, v2 and v3 for multicast applications
Should support for IPv6 features like Neighbor discovery, Syslog,
Telnet, SSH, Web GUI, SNMP, NTP, DNS, DHCP RADIUS over IPv6,
classification and marking. Should support RA Guard/RFC6105.
Should support IPv6 from day one.
Configuration through the CLI, console, Telnet, SSH and Web
Management
Switch should support on-line software reconfiguration to implement
changes without rebooting. Any changes in the configuration of
switches related to Layer-2 functions, VLAN, STP, Security, and QoS
should not require rebooting of the switch.
Switch should support MAC address based filter and port as well as
VLAN based filter / ACLs
IEEE802.1 X to allow port based security.
SNMPv1, v2, and v3 and 4 group of RMON support.
Power : Input 100-240VAC, 50/60Hz
Operating Temperature: 0C to 45C
7.3 Layer 2
Manageable
24 Port
switch-
10/100/1000
Mbps with 2
SFP+ Uplink
& stacking
Ports
Shall be 19" Rack Mountable ( including mounting brackets).. The
switch shall be non-blocking in architecture
24 RJ-45 autosensing 10/100/1000 ports with 2 additional SFP+ Ports
1 serial console port with console cable
Shall have switching minimum capacity of 88 Gbps for providing non-
blocking performance on all Gigabit ports
Shall have minimum 65 million pps switching throughput to achieve
wire-speed forwarding on all Gigabit ports
Switch should support stacking of 2 dedicated stacking ports of
minimum 10 Gbps of bandwidth each. Should support stacking for
minimum of 4 switches.
IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning
Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol , IEEE
802.3ad Link Aggregation Control Protocol (LACP)
Shall support minimum 250 active VLAN or IEEE 802.1Q-based
VLANs
Support for minimum 16k MAC addresses
Shall support marking, policing, and shaping with upto 4 queues / port
Should support IGMP v1, v2 and v3 for multicast applications
Should support for IPv6 features like Neighbor discovery, Syslog,
Telnet, SSH, Web GUI, SNMP, NTP, DNS, RADIUS over IPv6,
Page 62 of 146
S.No Product
Description
Specifications Make
/
Model
Part
Code
classification and marking. Should support RA Guard/RFC6105.
Should support IPv6 from day 1
Should have minimum 4 hardware based queues per port
Configuration through the CLI, console, Telnet, SSH and Web
Management
Switch should support on-line software reconfiguration to implement
changes without rebooting. Any changes in the configuration of
switches related to Layer-2functions, VLAN, STP, Security, and QoS
should not require rebooting of the switch.
SNMPv1, v2, and v3 and Remote monitoring (RMON) support
Power : Input 100-240VAC, 50/60Hz
Operating Temperature: 0C to 45C
Should have compliance for EAL/ NDPP/ Common Criteria security
related function
7.4 Layer 2
manageable
24 Port
Switch with
POE +
10/100/1000
Mbps with 2
SFP+ Uplink
ports &
stacking
Shall be 19" Rack Mountable ( including mounting brackets).. The
switch shall be non-blocking in architecture
24 RJ-45 autosensing 10/100/1000 PoE+ ports with 2 additional
SFP+ Ports
1 serial console port with console cable
Shall have switching minimum capacity of 88 Gbps for providing non-
blocking performance on all Gigabit ports
Shall have minimum 65 million pps switching throughput to achieve
wire-speed forwarding on all Gigabit ports
Switch should support stacking of 2 dedicated stacking ports of
minimum 10 Gbps of bandwidth each. Should support stacking for
minimum of 4 switches.
Shall support 802.3ad (LACP) with upto 4 ports supported in 6 groups
IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning
Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol , IEEE
802.3ad Link Aggregation Control Protocol (LACP)
Shall support minimum 250 active VLAN or IEEE 802.1Q-based VLANs
Support for minimum 16k MAC addresses
Shall support marking, policing, and shaping with upto 4 queues / port
Should support IGMP v1, v2 and v3 for multicast applications
Should support for IPv6 features like Neighbor discovery, Syslog,
Telnet, SSH, Web GUI, SNMP, NTP, DNS, RADIUS over IPv6,
classification and marking, Should support RA Guard/RFC6105.
Should have minimum 4 hardware based queues per port.
Should support IPv6 from day1.
Configuration through the CLI, console, Telnet, SSH and Web
Management
Switch should support on-line software reconfiguration to implement
changes without rebooting. Any changes in the configuration of
switches related to Layer-2 functions, VLAN, STP, Security, and QoS
should not require rebooting of the switch.
SNMPv1, v2, and v3 and Remote monitoring (RMON) support
Power : Input 100-240VAC, 50/60Hz.
Operating Temperature: 0C to 45C
Should have compliance for EAL/ NDPP/ Common Criteria security
Page 63 of 146
S.No Product
Description
Specifications Make
/
Model
Part
Code
related function
7.5 Layer 2
Manageable
48 Port
Switch
10/100/1000
Mbps with 2
SFP+ Uplink
& stacking
Ports
Shall be 19" Rack Mountable ( including mounting brackets). The switch
shall be non-blocking in architecture
48 RJ-45 autosensing 10/100/1000 ports 2 additional SFP+ Ports
1 serial console port with console cable
Shall have minimum switching capacity of 136 Gbps for providing non-
blocking performance on all Gigabit ports
Shall have minimum 101 million pps switching throughput to achieve
wire-speed forwarding on all Gigabit ports
Switch should support stacking of 2 dedicated stacking ports of
minimum 10 Gbps of bandwidth each. Should support stacking for
minimum of 4 switches.
Shall support 802.3ad (LACP) with upto 4 ports supported in 6 groups
IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning
Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol , IEEE
802.3ad Link Aggregation Control Protocol (LACP)
Shall support minimum 250 active VLAN or IEEE 802.1Q-based
VLANs
Support for minimum 16k MAC addresses
Shall support marking, policing, and shaping with upto 4 queues / port
Should support IGMP v1, v2 and v3 for multicast applications
Should support for IPv6 features like Neighbor discovery, Syslog,
Telnet, SSH, Web GUI, SNMP, NTP, DNS,DHCP RADIUS over IPv6,
classification and marking. Should support RA Guard/RFC6105.
Should support IPv6 from day1
Should have minimum 4 hardware based queues per port
Configuration through the CLI, console, Telnet, SSH and Web
Management
Switch should support on-line software reconfiguration to implement
changes without rebooting. Any changes in the configuration of
switches related to Layer-2 functions, VLAN, STP, Security, and QoS
should not require rebooting of the switch.
SNMPv1, v2, and v3 and Remote monitoring (RMON) support
Power : Input 100-240VAC, 50/60Hz
Operating Temperature: 0C to 45C
Should have compliance for EAL/ NDPP/ Common Criteria security
related function
7.6 Layer 2
Manageable
48 Port
Switch with
POE+
10/100/1000
Mbps with 2
SFP+ Uplink
& stacking
Shall be 19" Rack Mountable ( including mounting brackets). The switch
shall be non-blocking in architecture
48 RJ-45 autosensing 10/100/1000 ports PoE+ ports with 2 additional
SFP+ Ports
1 serial console port with console cable
Shall have minimum switching capacity of 136 Gbps for providing non-
blocking performance on all Gigabit ports
Shall have minimum 101 million pps switching throughput to achieve
wire-speed forwarding on all Gigabit ports
Page 64 of 146
S.No Product
Description
Specifications Make
/
Model
Part
Code
Ports Switch should support stacking of 2 dedicated stacking ports of
minimum 10 Gbps of bandwidth each. Should support stacking for
minimum of 4 switches.
Shall support 802.3ad (LACP) with upto 4 ports supported in 6 groups
IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning
Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol , IEEE
802.3ad Link Aggregation Control Protocol (LACP)
Shall support minimum 250 active VLAN or IEEE 802.1Q-based
VLANs
Support for minimum 16k MAC addresses
Shall support marking, policing, and shaping with upto 4 queues / port
Should support IGMP v1, v2 and v3 for multicast applications
Should support for IPv6 features like Neighbor discovery, Syslog,
Telnet, SSH, Web GUI, SNMP, NTP, DNS,DHCP RADIUS over IPv6,
classification and marking. Should support RA Guard/RFC6105.
Should support IPv6 from day1
Should have minimum 4 hardware based queues per port
Configuration through the CLI, console, Telnet, SSH and Web
Management
Switch should support on-line software reconfiguration to implement
changes without rebooting. Any changes in the configuration of
switches related to Layer-2 functions, VLAN, STP, Security, and QoS
should not require rebooting of the switch.
SNMPv1, v2, and v3 and Remote monitoring (RMON) support
Power : Input 100-240VAC, 50/60Hz
Operating Temperature: 0C to 45C
Should have compliance for EAL/ NDPP/ Common Criteria security
related function
7.7 Layer 3 24
Port Switch
10/100/1000
Mbps with 2
SFP+ Uplink
& stacking
Ports
Shall be 19" Rack Mountable ( including mounting brackets). . The
switch shall be non-blocking in architecture
Switch should have 24 10/100/1000BASE-T ports, and 2 additional
SFP+ 1/10 Gbps Uplink ports
Shall have minimum switching capacity of 88 Gbps for providing non-
blocking performance on all Gigabit ports
Shall have minimum 65 million pps switching throughput to achieve
wire-speed forwarding on all Gigabit ports
Switch should support stacking of 2 dedicated stacking ports of
minimum 10 Gbps of bandwidth each. Should support stacking for
minimum of 4 switches.
Switch should have 16k Mac address
Switch should have 1000 VLAN
Should have minimum 8 hardware based queues per port
Switch should support IEEE Standards of Ethernet: IEEE 802.1d,
802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3u,
802.3ab, 802.3z, 1000BASE-T, 1000BASE-X (mini-GBIC/SFP),
1000BASE-SX, 1000BASE-LX/LH , 10GBASE-SR SFP+ , 10GBASE-
LR SFP+ & 10GBASE-X SFP+ Direct Attach Cables
Switch should have static ip route up to 16K. switch should be capable
of Layer 3 features like RIP ,OSPF , VRRP, ECMP , PIM-SM, should
support policy based routing
Switch should have provisioning/support internal redundant power
Page 65 of 146
S.No Product
Description
Specifications Make
/
Model
Part
Code
supply and cooling
Switch should have secure management via IPv4 or IPv6 through
features such as Secure Shell (SSHv1/2), Secure Sockets Layer (SSL),
Simple Network Management Protocol (SNMPv1,2,3).
Should support IGMP v1, v2 and v3 for multicast applications. MLD
v1,v2 or equivalent.
Should support for IPv6 features like Neighbor discovery, Syslog,
Telnet, SSH, Web GUI ( internal/ external), SNMP, NTP, DNS, RADIUS
over IPv6, classification and marking. Should support RA
Guard/RFC6105.
Should support IPv6 from day 1.
Switch should support on-line software reconfiguration to implement
changes without rebooting. Any changes in the configuration of
switches related to Layer-2 & 3 functions, VLAN, STP, Security, and
QoS should not require rebooting of the switch.
It shall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP) &
support IEEE 802.1p traffic prioritization delivering data to devices
based on the priority and type of traffic & strict priority queuing or high
strict priority queue
Power : Input 100-240VAC, 50/60Hz
Operating Temperature: 0C to 45C
Should have compliance for EAL/ NDPP/ Common Criteria security
related function
7.8 Layer 3
Switch 24
Port SFP +
Shall be 19" Rack Mountable ( including mounting brackets).. The
switch shall be non-blocking in architecture
Switch should have 24 SFP+
Shall have switching capacity of 640 Gbps for providing non-blocking
performance on all Gigabit ports
Shall have minimum 480 million pps switching throughput to achieve
wire-speed forwarding on all Gigabit ports
Switch should have 32k Mac address
Switch should have 1000 VLAN
Should have minimum 8 hardware based queues per port
Switch should support IEEE Standards of Ethernet: IEEE 802.1d,
802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3ab,
802.3z, 1000BASE-T, 1000BASE-X (mini-GBIC/SFP), 1000BASE-SX,
1000BASE-LX/LH , 10GBASE-SR SFP+ , 10G base ZR SFP+ ,
10GBASE-LR SFP+ & 10GBASE-X SFP+ Direct Attach Cables, 2 x 40
Gigabit Ethernet QSFP+
Switch should have static IP route up to 16K. Switch should be capable
of Layer 3 features like RIP ,OSPF , VRRP, ECMP , PIM-SM
Switch should have provision/ support internal redundant power supply
and cooling
Switch should have secure management via IPv4 or IPv6 through
features such as Secure Shell (SSHv1/2), Secure Sockets Layer (SSL),
Simple Network Management Protocol (SNMPv1,2,3).
Should support IGMP v1, v2 and v3 for multicast applications
Should support for IPv6 features like Neighbor discovery, Syslog,
Telnet, SSH, Web GUI ( internal/external), SNMP, NTP, DNS, RADIUS
over IPv6, classification and marking
Should support IPv6 from day 1.
Switch should support on-line software reconfiguration to implement
Page 66 of 146
S.No Product
Description
Specifications Make
/
Model
Part
Code
changes without rebooting. Any changes in the configuration of
switches related to Layer-2 & 3 functions, VLAN, STP, Security, and
QoS should not require rebooting of the switch.
It shall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP) &
support IEEE 802.1p traffic prioritization delivering data to devices
based on the priority and type of traffic & strict priority queuing or high
strict priority queue
Power : Input 100-240VAC, 50/60Hz
Operating Temperature: 0C to 45C
Should have compliance for EAL/ NDPP/ Common Criteria security
related function
7.9 NMS NMS should be an open, secure and scalable software for optimizing
network infrastructure and operations management through dynamic
policy
NMS should have standards- based Device Management interface (
DMI)/equivalent for Zero day device support.
Should support simple Web 2.0 user interface
Should support automated discovery of network topology of netwkr
topology ( devices and interconnections)
Should have tools for visualizing the discovery topology
Should have tabular view for device-specific details
Should support centralized device software installation for all managed
devices.
Should have capability to enable device images to be uploaded from
local file system and deployed onto a device or onto multiple devices of
the same device family in a single workflow
Should support image verification for accuracy.
Should support configuration editor that provides the ability to view, edit
and delete all aspects of a device’s configuration.
Should support audit log that captures all template deployment
operations.
Should have ability to view a given device’s configuration and edit add
or delete portions of that configuration.
Should support network –wide visibility and control.
Should support rapid and scalable deployment of switching and security
infrastructure
Should support fast problem identification and resolution.
7.10 1000 Base
SX-
transceivers
with LC
connector
mm
1. Hot-Pluggable
2. Low power dissipation
7.11 1000 Base
LX-
transceivers
with LC
connector sm
1. Hot-Pluggable
2. Low power dissipation
Page 67 of 146
S.No Product
Description
Specifications Make
/
Model
Part
Code
7.12 1000 Base
TX -
transceivers
for copper
1. Hot-Pluggable
2. Low power dissipation
7.13 10 Gig SR
transceiver
LC
connector
MM
7.14 10 Gig
LR/equivalent
transceivers
LC connector
SM
7.15 10 Gig ZR
transceivers
LC connector
SM
7.16 Stacking
module of 10
Gbps with
stacking
cable
7.17 40 Gig SR4
transceiver
Kindly Note: For all switches (except 8 Port Switch) OEM needs to comply with EAL/NDPP/
Common Criteria compliance for security related function.
Page 68 of 146
8.8 Annexure 8: Technical Specifications for Category 2
8.8.1Table 1: GPON Components
S.No Fiber
Component
s
Specifications Make/
Model
Part
Code
8 Fiber Cable
8.1 Fiber Optic
outdoor
armoured
cable , loose
tube
Single mode
(SM)
Single mode optical fiber cable , 9.2/125 micron graded index, anti-rodent,
required for outdoor applications for direct burial, fiber should be protected
inside jelly filled loose tubes , armoring with acrylic coated good quality
steel tape , with FRP strength member, water proof tape.
Should confirm or exceed the support 10 G Ethernet up to 550 m ,should
confirm or exceed the ISO/IEC 11801:2002; IEC 60794-1-2 E1; IEC
60794-1-2 E11; IEC 60794-1-2 E3; IEC 60794-1-2 F1; IEC60794-1and
ITU.
Recommendation G.652.D standard standards for Fiber and cable
performance specifications.
Required in following configuration
96 Core
144 Core
8.2 2 Core OFC
Single Mode
(SM)
Type of Cable : Simplex OFC Single Mode Fiber ( as per ITU-G.657A)
Fiber Size : 9/125/250 um
No of Fibers Loose Tube : 2 F Optical Parameters
Attenuation @ 1310 mm : <=0.38 dB/Km
Attenuation @ 1550 mm : <=0.25 dB/Km Loose Tube / Tight Buffer
Material : PVC
No. of tight buffers : 1
Outer Diameter : 900+/- 50
Colour of tight buffer : white Jacketing
Material : LSZH
Color : Black
Nominal Thickness : 0.50
Overall Diameter: 2.8 Nominal Strength Member
Type : Armid Yarn
Thickness : 0.15 mm
Cable Wieght : 5 Kg/Km
8.3 LIU 96/144
fiber , Wall
mount/
Street
Cabinet
enclosure,
Loaded with SC/ LC couplers for 96/144 fibers 9.2/125 micron SM,
Wall mountable metallic distribution enclosure with lock.
Should have inbuilt / pre-installed splice tray with all clamps, Material:
metallic or high strength plastic: , UV stabilized ( wherever applicable)
Should be IP 65 rated
Page 69 of 146
S.No Fiber
Component
s
Specifications Make/
Model
Part
Code
lockable
8.4 LIU , 96/144
fiber ,19”
Rack mount
drawer style
enclosure
Loaded with SC / LC couplers & adaptor plates for 96/144 fibers 9.2/125
micron SM, 19” rack mountable metallic distribution enclosure 2U/4U
height with removable back cover.
Should have inbuilt / pre-installed splice tray with all clamps , harnessing
rings , ties etc.,
Material: metallic or high strength plastic box, powder-coated sheet steel /
Aluminum front panel.
8.5 Optical
splitter
Cabinet
Splitter Cabinet with 1x2 Splitter: The splitters should be housed in a 19”
Rack mountable unit. The input and outputs should be on SCAPC
adapters and should be of 1U size Each unit should accommodate 2
no’s of 1x2 Splitters. The splitters should be PLC/FBT type
Splitter Cabinet with 2x32 Splitter / 2x16 Splitter. The splitters should be
housed in a plinth mountable outdoor which should be at least IP65 or
more rated unit. The splitters shall be of PLC type. The unit should have
the following features:
Should be loaded with adequate number of SCAPC Adapters and pigtails
so that all the splitter ports can be patched to the incoming and outgoing
main and distribution cables.
Should have provision for loading up to 24 nos of 24F splice trays, the
product should be loaded with adequate number of splice trays for splicing
the GPON as well as the conventional fibers
The cabinet should have a provision to load at least 6 nos of splitters
The cabinet should have document holder
The cabinet should be supplied with all the required accessories for
installation viz. Fusion splice protectors (40mm), cable ties, IPA, tissue
paper, hose clamps, red adhesive tape, grounding accessories, route
card, transport tube (non kinking type 3mm diameter), cable ties, foam
tape.
GPON
Equipment
8.6 GPON
equipment,
which
consist of
OLT,
ONT/ONU,
shall comply
with the
following
common
features
The proposed GPON equipment, which consist of OLT, ONT/ONU, shall comply with the following features OLT Specifications
The proposed GPON equipment shall be complied with the following ITU-T standard
G.984.1: General Characteristics G.984.2: Physical Media Dependent (PMD) layer G.984.3: Transmission convergence layer specification G.984.4: ONT management and control interface specification GPON System should support high-speed data channel through a single optical fiber with an upstream rate of 1.244 Gbit/s and a downstream rate of 2.488 Gbit/s.
Wavelength pattern 1310 nm wavelength for upstream traffic 1490 nm wavelength for downstream traffic
Page 70 of 146
S.No Fiber
Component
s
Specifications Make/
Model
Part
Code
1550 nm wavelength for video service The proposed GPON equipment shall support the following features, Dynamic Bandwidth Allocation (DBA) for upstream traffic, Advance Encryption Standard 128 Bit (AES) for downstream traffic Forward Error Correction (FEC) for upstream and downstream traffic The proposed GPON equipment shall support the following services
High Speed Internet access
VPN Services
Point-to-Point and Point-to-Multipoint Layer-2 services
Voice over GPON, Both Analog and IP Telephones
IPTV Service
CATV Services over GPON The proposed GPON equipment shall support the implementation of
VLAN per subscriber 801.1Q and 802.1 P The GPON OLT should support
Minimum up to 64 ONTs per PON Port
Minimum up to 2560 ONTs per system
Distance up to 20Km
Class B+ and Class C+ GPON SFPs The uplink interface shall support link aggregation
Uplink and Downlink Interfaces (minimum requirement)
Uplink interface: 8 x 1GbE (SFP) and 2 x 10GbE (SFP) per Switch card
Downlink Interface: 4+4 GPON Ports (SFPs) per Line card with path protection
The proposed GPON OLT equipment shall support the following features.
DHCP relay agent Option 82 , DHCP Snooping.
PPPoE Intermediate Agent
IGMP proxy and IGMP snooping V1/V2/V3
MAC-Forced Forwarding (RFC4562)
IEEE 802.1Q
IEEE 802.3x (Flow Control)
IEEE 802.1ad (Q-in-Q or VLAN Stacking)
IEEE 802.3ad (Link Aggregation)
IEEE 802.1p (Quality of Service)
IP Anti-Spoofing
Flexible Packet filtering
MAC limit and spoofing prevention
priorities queues per port
802.1p, ToS, DSCP marking/remarking
Scheduling: SPQ, WRR, SP+WRR
Network Time Protocol for real time clock service
Rate control of Broadcast, unknown unicast and Multicast packets Management Dual 10/100Base-T Out-of-Band management GUI based EMS, CLI, Telnet, RMON, SNMP v1/v2c/v3 Radius, TACACS+ authentication for management access Redundancy and Protection Scheme (OLT only) The GPON OLT equipment shall support the following protection mechanism.
Input power feed redundancy
Page 71 of 146
S.No Fiber
Component
s
Specifications Make/
Model
Part
Code
Control card redundancy
Switch/Uplink card redundancy
GPON Line card with optical path protection Operating Requirements
Operating Temperature: 0C to 45C
Operating Humidity: 5% - 90% non condensing Physical Requirements
19:"Standard ETSI Rack Mountable,
Full Front access
Forced air cooling with field replaceable air filter
Integrated Fiber management Power Supply
The GPON OLT equipment shall be operated at -48 VDC
Dual(A/B) Power Feeds Control Card Specifications
1+1 master/slave redundancy option for high availability applications
Fully hot-swappable
Redundant power supply and control plane
Minimum of Two 10/100Base-T RJ-45 ports for EMS
Front-panel telco alarm cut-of (ACO) button/software NMS
Front-panel critical, major and minor alarm indicator LEDs
Front-panel USB2.0 connector for local craft PC or any other Interface
Minimum 2Giga bit FLASH for software image and configuration data storage
SNMPv3 based management
Switch / Uplink Card Specifications
Hot swappable, with 1+1 master and slave redundancy option
Minimum 28 Gb/s (2 x 10-GbE and 8x1-GbE) uplink and 10Gbps backplane interface to each line card supporting non blocking architecture
Line speed switching
Flexible SNI interface types of 1G (Electrical or Optical) Switching
Full throughput for all ports (non-blocking)
High capacity packet switching (16K MACs and 4,095 VLANs)
STP (802.1d), RSTP (802.1w)
MAC-forced forwarding (RFC4562) on SNI
Powerful layer 1~ 4 filtering and QoS
Multicasting: IGMP snooping/proxy, 1024 layer-2 multicast groups
Line-rate unicast packet forwarding and multicast replication
Port based VLAN,802.1Q VLAN, IEEE 802.1ad Q-in-Q VLAN stacking
Independent VLAN learning (IVL)
DHCP relay with Option 82 Flexible SNI networking
802.3ad LAG
SNI interface types: 8 x 1GbE (SFP) and 2 x 10GbE (SFP+)
Page 72 of 146
S.No Fiber
Component
s
Specifications Make/
Model
Part
Code
Security
Layer 1~4 packet filtering via access control lists (ACL)
MAC address limiting per port
DHCP packet filtering
DHCP Option 82
MAC restriction per port
Broadcast/multicast/DLF packet limit
Port flood guard for abnormal traffic
Loop detection and blocking QoS
priority queues per port
802.1p, ToS, DSCP marking/remarking
Scheduling: SPQ, WRR, SP+WRR
SrTcm and TrTcm
Congestion Control:
Back pressure (802.3x)
Rate control of broadcast, unknown unicast, multicast packets SNI Interface Modules Specifications
Ethernet SFP Specifications
1G Ethernet Copper SFP
Ethernet Standard: 1000BASE-T
Media: Copper
Connector: RJ-45
Distance: 100m
Form Factor: SFP
Operating Temperature: 0˚-45˚C 1G Ethernet Multimode SFP
Ethernet Standard: 1000BASE-SX
Media: Multimode Fiber (850nm Wavelength)
Connector: Dual LC Connector
Distance: 550m
Form Factor: SFP
Operating Temperature: 0˚-45˚C 1G Ethernet Singlemode SFP
Ethernet Standard: 1000BASE-LX
Media: Singlemode Fiber (1310nm Wavelength)
Connector: Dual LC Connector
Distance: 10Km
Form Factor: SFP
Operating Temperature: 0˚-45˚C 10G Ethernet Multimode SFP
Ethernet Standard: 10GBASE-SR
Media: Multimode Fiber (850nm Wavelength)
Connector: Dual LC Connector
Distance: 300m
Form Factor: SFP
Operating Temperature: 0˚-45˚C 10G Ethernet Singlemode SFP
Ethernet Standard: 10GBASE-LR
Media: Singlemode Fiber (1310nm Wavelength)
Connector: Dual LC Connector
Distance: 10Km
Page 73 of 146
S.No Fiber
Component
s
Specifications Make/
Model
Part
Code
Form Factor: SFP
Operating Temperature: 0˚-45˚C GPON Line Card Specifications
4 GPON active ports and 4 protection ports per card
Hot swappable cards
Dual 10 Gbps interface to the backplane for data-plane redundancy
Dual 1 Gbps interface to the backplane for control-plane redundancy
On-board L2 switch with intelligent QoS & multicast support
Minimum 8K MAC addresses per PON port and 32K MAC addresses per card
4,095 VLANs
T-CONT types 1 to 5 support
1,024 Alloc Ids per PON port and 4,096 Alloc Ids per card
256 allocations in BW MAP PON SFP Specification
GPON .984.2Amd.1 Class B+ bi-directional optical transceiver
Single Mode, Single fiber with 1490nm on Downstream (2.488Gbps), 1310nm on the Upstream (1.244Gbps)
Class B+ link budget: 28dB
Hot-swappable
SFP (Small Form-factor Pluggable) package with SC/UPC receptacle
Compliant with TEC GR/PON-01/02 April 2008
Transmitter power - Min: +1.5 (dBm)
Transmitter power - Max: +5 (dBm)
Receiver power Min: -28 (dBm)
Receiver power Max: -8 (dBm) ONT Specifications
Proposed ONT shall provide 4 Gigabit Ethernet ports and 2 POTS ports General features
IEEE 802.1D
Hybrid Mode supporting both Routed and Bridged modes simultaneously
IEEE 802.1p (Quality of Service)
IGMP Snooping v2/v3
different T-CONTs per ONT
Learning MAC addresses ≥ 256
MAC Address Limiting
Point to Point Protocol over Ethernet (PPPoE)
Internet Protocol over Ethernet (IPoE)
IP DHCP Server
NAT (Network Address Translation) and NAPT (Network Address Port Translation)
DNS (Domain Name System Proxy)
Dynamic DNS
Port Forwarding
Dying gasp VLAN features
IEEE 802.1Q (VLAN)
Port-Based VLAN
Q-in-Q or VLAN Stacking
VLAN Translation
Page 74 of 146
S.No Fiber
Component
s
Specifications Make/
Model
Part
Code
POTS Voice Specifications
G.711 (A-law and µ-law) and G.729 (A and B) for VoIP Coding
T.38 (Fax over IP)
SIP for VoIP protocol
Call feature: Caller ID, Call waiting, Call forward, Call Transfer, Three way conference
Subscriber Interfaces
10/100/1000 Base-T with RJ-45 connector
POTS interfaces with RJ-11 connector
Physical
Temperature 0 to 45 ºC
Humidity 5 to 95% non-condensing
Wall or table mountable Power Supply
Power adapter: Input 100-240VAC, 50/60Hz; output: 12VDC, 1.5A In-band or Out-band management
Command Line Interface (CLI)
Must support Graphical User Interface (GUI)
Simple Network Management Protocol (SNMP) base management
Remote loopback test (GPON interface)
Must be based on Client-Server Architecture
Should support
RF ( video )
Wi-Fi ( 802.11 a/b/n or above
POTS
Ethernet Management features
The Management features are the features that provide the abilities to the end user for configuring, setting and monitoring the equipment, parameters, states, problems and others of the PON equipment in the network. The proposed PON equipment shall be complied with the following features. Equipment management
OLT Management
Remote software upgrade
Switch Card Management
GPON Line Card Management
Uplink and PON Interface Management Terminal Management (ONT)
Subscriber Interface Management
Service Management
Support ONT Create, Activate, Deactivate, Delete with wizards and by manual
ONT Remote Software upgrade Fault management
Must be fully FCAPS compliant
Current Alarm Monitoring (Live alarm monitoring)
History Alarm Monitoring
Page 75 of 146
S.No Fiber
Component
s
Specifications Make/
Model
Part
Code
Event Monitoring
Alarm Filtering Performance management
Equipment Performance Statistics
Interface Performance Statistics
Export Performance Report Topology management
Graphical, geographical, hierarchical and domain based network view
ONT Auto / Manual Discovery Security management
Support for Multiple User accounts
Support for user group management
Support for Role based access controls to the user Database Management
Manual and Scheduled backups of all NE configuration
Manual and Scheduled backups of EMS database
EMS Log management OLT and ONT Network Inventory Management
Support Different Service Profile
Service Profile Management
VLAN profile Management
ONT Profile Management
OLT Chassis and Cards :
1. Chassis should be able to support upto 10 line cards or above
2. Line card should have minimum 4 redundant PON Ports (Should be
able to support Class B and Class C SFP)
3. Switch card should support 2X10 – GbE and 8X1 GbE uplink and 10
Gbps backplane interface.
4. Control Card should have 2 No of 10/100 Base T –RJ 45 ports
5. License Cost of EMS for per unit including server software.
6. Cost Class B & Class SFP
OLT Standalone:
7. OLT having fixed 8 PON, with 2 X 10G and 4X1 G ports for uplink.
8. Cost Class B & Class C SFP
9. License Cost of EMS for per unit including server software.
ONT :
1. Should support 4 GE + 2 POTS ( Analog for voice)
2. Should support 4 GE + 2 POTS ( Analog for voice) + RF ( Coaxial/
Video Cable)
3. Should support 4 GE + 2 POTS ( Analog for voice) + WiFi
Page 76 of 146
S.No Fiber
Component
s
Specifications Make/
Model
Part
Code
Joint
Enclosure
8.7 Joint
Enclosure
Fiber optic Joint Enclosure ( Indoor wall mount)
Supply & fixing of fiber optic joint enclosure (reusable) with IP 56 rating.
The joint box should be made of ageing resistant plastic/corrosion-
resistant sheet metal (as applicable) & have a service life of 20 yr.
It should be compact , dust free, good sealing performance, capable of
housing 96 &144 fiber splice tray ,able to manage necessary OFC bend
radius ,fitted with necessary plastic loops, sealing rings & 4 holes ( for
incoming & outgoing OFC cables), fitted with SC & LC pigtel (SM) as per
requirement of site) & with all necessary accessories required for above
work.
Fiber optic Enclosure (outdoor, direct burial type)
Supply & fixing of fiber optic joint enclosure (reusable) with IP 68 rating.
The joint box should be made of ageing resistant plastic/corrosion-
resistant sheet metal (as applicable) & have a service life of min. 20 yr. It
should be compact , dust free, good sealing performance, capable of
housing 96 and 144 fiber splice tray ,able to manage necessary fiber bend
radius ,fitted with necessary plastic loops, sealing rings & 4 holes ( for
incoming & outgoing OFC cables),fitted with SC / LC pigtel (SM) to be
supplied as per requirement of site)
8.8 Optical
Distribution
frame
The rack should support the following features:
The cable entry should be made from top/bottom and left/right side.
The rack should have a provision for attaching 30
cables of 12~16mm diameter. It should have a provision for grounding the
armored cables.
ETSI mounting profiles should have a provision
of cage nut fixing for shelf mounting should be provided at the rear of the
rack, allowing optimal access from the front. It should provide easy access
to cables, pigtails and jumpers during installation, maintenance and
upgrade.
Optical distribution frame should be adaptable to
specific applications by having variation of the
rack configuration, the shelf configuration, routings of pigtails and jumpers.
It should be equipped with 2 side duct doors and
1 central door with locking provision various mounting options as following
should be thereo Wall mounting: stand alone or multiple side-to-side
mounting (optional kit)
Back-to-back mounting, Levelling screws should be available for easy
install. It has a series of patch cord management drums, which is used for
storing and managing patch cords.
Additional horizontal patch cord management drums can be separately
ordered if required
Bend controls available for patch cord routing
The rack should have a capacity to handle 2016 patch cords
Page 77 of 146
S.No Fiber
Component
s
Specifications Make/
Model
Part
Code
8.9 FMS
The fiber management system is used to terminate the out door cables with
pigtails. It is mounted in an ODFwith rear mounting facility and should be of
3/2U size.
It should have the following features:
Should be installed in 19” Racks
Should accommodate up to 6/4 splice and patch trays
The capacities has to be as below
144F/ 96 with LC connector type
72F/48/24 with standard SC/ FC/ E2000 connector types
The splice and patch trays should have the following features:
The adapters should be mounted on the splice tray/ separate plate so that
splicing and patching occurs in the same plane providing better
maintenance flexibility
The adapters are fixed into the tray using retainers which enables the
adapters to be removed individually without disturbing other adapters
during routine maintenance operation
The splice tray can hold up to 12 nos of standard SC/FC/E2000 or
equivalent adapters and 24 nos of LC adapters.
There would be a provision to hold up to 24 fusion splice protectors in the
tray
Side trumpets should be provided bend control. The side trumpets have a
side incision for adding additional patch cords.
The trumpet can be rotated so the patch cord remain secure inside the
trumpet.
The patch cords exit the shelf in such a manner that it does not come out
when the slider is extended out fully
The trays would have provision to secure the loose tubes using cable ties
The shelves should have a rear mounting provision
The shelf would be pre-loaded LCAPC adapters and pigtails.
8.10 Drop Fiber Closure (DFC)
The DFC closure is a butt type gel sealed fiber optic splicing and patching
closure designed for the FTTH network. The closure can be deployed on walls,
poles and in hand holes. The closure accommodates up to 12 fusion splices
(or 8 mechanical splices), two PLC splitters and 8 SC adapters or any
equivalent to meet the functionality . Sealing should be achieved via built-in
mechanical sealing technology, resulting in extremely convenient re-entry and
re-sealing.
The closure should have the following minimum features for ease an
suitability of installation:
Mechanical sealing, easy to open and re-enter, no tool or re-entry kit
required
Seals up to 50cm under water
Should be IP55 rated
Bending radius: 25mm
Page 78 of 146
S.No Fiber
Component
s
Specifications Make/
Model
Part
Code
Compact & Aesthetic design, the bidder to propose the
dimensions after the site survey
Butt configuration
2 main cable ports (11-17mm) and 8/12 drop cable ports
(3mm) Options for both mechanical splices and heat shrinkable splices
(SMOUV)
Provision to House up to 2 splitters, 8 SC adapters, 12
fusion splices or 8 mechanical splices or any equivalent provisioning to
meet the above functionality
Suitable for Field Installable Connectors
The material used for the construction of the box should
be PP
8.11 Home Termination Box (HTB)
Ideal for FTTH and FTTB applications, the HTB is a compact fiber terminal for
use at the final fiber termination point in the customer premises. The HTB
provides mechanical protection and managed fiber control in an attractive
format suitable for use inside customer premises. A variety of possible fiber
termination techniques are accommodated:
Termination techniques are accommodated:
Direct termination with field installable connectors.
The minimum bend radius of the fibers shall be 20mm through out the
entire organizer system. At least 2 cable entry ports shall be provided.
Cables shall be fixed to the box with foams and tie wraps. A sealing
mechanism for dust sealing shall be provided with the box. The box should
be able to accommodate cables of maximum diameter of 6mm.The
adapter ports shall be protected by caps when the patch cord is not
plugged in there by safeguarding the user from harmful aser. It shall
provision to hold 2 SC adapters or 2 LC duplex adapters. It shall be
supplied with a pre-fitted splice tray for 4 fiber. The splice tray shall have 2
splice holder locations each of which can hold 2 fusion splice protectors in
stacked condition or 1 mechanical splice holder or any equivalent
provisioning to meet the above functionality
. The drop cables should have provision to be directed to 4 different sides
by rotating the splice module on the base module. The box shall be
supplied with 1nos SCAPC adapter and pigtail. The fiber used in the pigtail
shall be G657A type.
The box should be compact and aesthetic, and should be made of flame
retardant LSZH material. The bidder to propose the dimensions after the
site survey.
8.12 Splicing Box The SPB provides a wall mountable environmental and mechanical protection
for the transient loss free fiber management system that includes the functions
of splicing, patching and passive component integration. The product is
typically used on a wall inside or outside the customer’s premises and in street
cabinets.
The unit should the following features:
The customer termination box consists of a bottom part and a cover,
with a profiled seal for environmental protection
High seal rate: IP55, These boxes should be designed to operate in
ETSI climatic classes 3.1, 3.2, 3.3, 3.4, 3.5
Page 79 of 146
S.No Fiber
Component
s
Specifications Make/
Model
Part
Code
(ETS 300-019-1-3) and 4.1 (ETS 300-019-1-4). This covers both
weather-protected and non-protected locations. In the former case
this would typically be on the customer’s premises such as building
basements, Telecommunications equipment rooms, computer rooms,
etc. Non-protected locations include pole mountings and external wall
sites
The base plate includes the cable entry/exit ports and a UMS
(Universal Mounting System) profile to
accommodate the different types of sub-assemblies
Accessories should be available for termination of the cable.
Accessories for of most common cable types e.g. loose tube, central
core, ribbon fiber should be available and be supplied upon request.
The SPB provides a cable loop-through function allowing uncut loops
to be stored in a controlled manner per single circuit, ribbon or cable
element.
The loop cable port (Oval port) should be sealed using epoxy coated
heat shrink sealing.
The SPB should have provision to attach a patch panel which can
accommodate:
Connector adapters for all common connector types with the help of
retainers
Kevlar termination units (KTU’s) to provide the necessary strain relief
when terminating drop cables
A mix of connector adapters and KTU’s
Fiber splices should be managed in a single circuit or single element
way.
There should be a provision to terminate minimum of 8 OSP cables
(6~14mm diameter) in the box, the sealing should be via PG16
glands, this would be additional to the loop cable
There should be a provision to terminate up to 48nos of 3mm
diameter drop cables in the box. The sealing should be done via cable
gland where each gland is designed to hold at least 24 cables. The
cables should be held inside the box using Kevlar termination unit and
provision should be there to hold at least 48 such drop cables or any
equivalent approach
The boxes should be lockable.
The material used for the construction of the box should be PC/ABS
The box should be loaded with adequate number of splice trays,
glands, Kevlar termination units, fusion splice protectors
The 12F splice tray holding capacity of these boxes should be as follows
SPB-12: 4 trays (min) or equivalent
SPB-24 for 24F: 6 trays (min) or equivalent
SPB-48 for 48F: 18 trays (min) or equivalent
8.13 Patch Cords
SCUPC
LCAPC SM
Simplex:
Simplex, 9/125 micron SM fiber, G652D LCAPC connector at
one end, SCUPC connector at other end, with factory mount
ceramic connector at both end with length of 10meter
Page 80 of 146
S.No Fiber
Component
s
Specifications Make/
Model
Part
Code
SCAPC
SCAPC SM
Simplex:
Simplex, 9/125 micron SM fiber, G657A SCAPC connector at
both ends, with factory mount ceramic connector at both end
with length of 3 meter
8.8.2 Table 2: Data Centre
S.No Product Description
Specifications Make / Model
Part Code
9 Data Center Software
9.1 Intelligent Cable Management System
1. Shall provide a graphical user interface (GUI) that will provide all details about the physical layer network in a front of the customer, the GUI is customizable to suit the customer needs.
2. Shall be able to raise work orders to help in planning network “add, move, changes” activity well in advance and a guidance based executions to avoid the chances of mistakes/incident.
3. Shall come with ticketing based software where work orders can be
released or assigned to individual technicians. Acknowledgement of the tickets can be monitored and analyzed for future reference.
4. Shall provide detailed and accurate Active and Passive device elevation with rear and front graphical view which will help in maintaining and monitoring the IT infrastructure and spaces.
5. Shall have a Powerful, fully customizable reporting tool with the support
from BIRT reporting. Various formats should be available, such as PDF, Excel, Word etc.
6. Shall come with an i-Phone, i-Pad based mobile or android device application available for processing Move, Add and Changes accurately in real time and for identifying network intelligent and non-intelligent (such as Rack / PDU / Tables etc) assets inside the facility.
7. Security – Receive alerts of unauthorized changes. Alerts – email, logs every physical change in passive network. Response filter should be set to criticality / category of the alarm generated.
8. Shall be able to Automatic discover Switches and end devices and place them in the Data Base.
9. For enhanced security, MAC address authentication / verification possible
for any Move, Add or Changes done in the Network.
Page 81 of 146
S.No Product Description
Specifications Make / Model
Part Code
10. It is be able to detect and track the devices when they move from
one location to another in real time. Note that this detection is be based on SNMP trap information from active components and should strictly not require any addition clients or any signal to be sent to the end device / outlet over the physical layer.
11. The verification of patching information or device detection or movement should use a non-invasive technology i.e. the technology should not use existing pairs of cabling but a method which should not affect the working or standards of cabling / network.
12. Will detect the the patch cord inserted in the network and will
intimate whether a wrong category of cable has been inserted or not. 13. Provides 3 different connection states of whether the patch cord is
managed, unmanaged or no cable.
Data Center Hardware
10 Fiber
10.1 Optical Fiber Cassettes – MPO OM3
MPO cassettes shall house [XG 50/125um OM3, OM4 & single-mode] 12-fiber break out assemblies. Cassettes should be pre terminated and shall have [LC or SC] connectors on the front and [one (12-fiber) or two (24-fiber)] MPO connections on the back. Cassette polarity shall be Pair-Flipped / straight. MPO cassettes shall meet the most recent revision of TIA/EIA-568-C.3 standard, and its published addenda.
10.2 Optical Fiber Trunk Cable
12 or 24 fibers, OM3, OM4 and OS2, TIA/EIA-568-C.3 and ISO/IEC 11801 standards complied, Trunk cable should be as per GR-409-CORE factory pre terminated assemblies with high density MPO connectors. Each trunk cable shall have protective devices to prevent damage to the connectorized ends during installation. Polarity of the assemblies should be available either pair flipped or Straight version. Return loss shall be ≥ 25 dB measured in mated condition against ref. connector at 850 nm. The fiber core shall be bend insensitive fiber. Length- 10 meter, 15 meter, 20 meter, 30 meter and 40 meter.
10.3 Controller Device for Managing MPO cassettes and NMS
Shall fit into the jack panel without occupying the rack space. Shall be Designed to fit inside the rear cable manager without interfering with panel connectivity, does not require additional rack space. Shall have Link and activity status LEDs at the rear or front of unit. Shall have input voltage of 100-240VAC, 50-60Hz, 0.5A.
10.4 Unloaded LIU for MPO cassettes
1U, 19 Inch Drawer Style rack mountable High D Semi-ANGLED metallic distribution enclosure, angled to provide additional cable management towards side area and can be placed in closed racks, Unloaded with 4 slots and allows easy moves, adds and changes, Can accommodate four MPO Cassettes with 12 or 24 fiber cores of 9/125 micron SM or 50/125 micron MM Fiber .
Copper
Page 82 of 146
S.No Product Description
Specifications Make / Model
Part Code
10.5 10G Patch Panel
48/32/24 Port patch panel 1U, Rack-mount, straight style for 12 Cable Assemblies. ISO/IEC 11801 2nd edition Class F A, E A. Each Cassettes should have minimum 8 individual RJ45 10GBASE-T transmission ports. Each cassette should be compatible with the pre terminated 10 G copper assembly. Each RJ 45 10GBASE-T interface at the front is backward compatible to 1000BASE-T). Each cassette shall accept 2 x MRJ21 receptacles.
10.6 10G pre terminated Cable Assembly
10 G copper cable assembly shall be a pre terminated plug and play assembly. Trunk cable shall have LSZH (Low smoke zero halogen) jacket. Each Pre terminated assembly should support 4 x 10 Gbps no of ports, reducing the density of total no of cables required in conventional approach. Should be available in different versions i.e. Single connector supporting 4 individual 10 Gbps ports at 180 degree & 45 degrees. Shall be 100% factory terminated and factory tested solution.
An equivalent product conforming to the specified standards and functionality is acceptable.
Length- 10 meter, 15 meter, 20 meter, 30 meter and 40 meter.
10.7 1G Patch Panel
Straight/Angled, Shielded/Unshielded, 24/48 ports, 1U with enough space for labelling, should have High-density small form factor copper connector interface; Panel should also be modular and pluggable, RoHS compliant. It should fit in the rack supplied.
10.8 1G Cassette 6 ports, shielded/unshielded, High-density, small form factor connectivity, Factory terminated and tested cassettes, RoHS compliant.
10.9 1G cable assembly
Shall be a 24 pair cabling and patch panel solution. The small footprint shall reduce cable bulk in pathways and conduits. Factory terminated, tested and serialized cable assemblies and panels. Cassettes and patch panels break out high performance 24 pair cable to the appropriate wiring patterns for standards based 10/100 BASE-T, 10/100/1000BAST-T Gigabit Ethernet, and other applications.
An equivalent product conforming to the specified standards and functionality is acceptable.
Length- 10 meter, 15 meter, 20 meter, 30 meter and 40 meter.
Page 83 of 146
S.No Product Description
Specifications Make / Model
Part Code
10.10 Fiber Guide/Runner/tray for fiber Cables above Racks
Fiber Guide / Tray should be as per latest TIA 568C standard maintaining all stringent requirements of the same standard
Fiber raceway system shall provide routing for both fiber optic patch cords (jumpers) 3 mm in diameter and multi-fiber cables
The fiber raceways system shall be available in 2x2, 2x6, 4x4, 4x6, 4x12 and 4x24 inch dimensions.
All components shall be UL94V-0 flame resistant, shall not contain any PVC material
Shall be UL listed, proof of the same shall be submitted
The solution shall maintain a 2 inch bend radius through the system
Shall use snap fit junctions when connecting two components together
10.11 Faceplates Type - 1-port, White surface box Material : ABS / UL 94 V-0 No of Port: 1/2/4 High Impact Plastic Body ABS FR Grade 86 x 86 mm High Impact Plastic Body ABS FR Grade 86 x 86 mm
Page 84 of 146
8.9 Annexure 9: Financial Bid Letter
Name of the Vendor:
Category for which bid is submitted: (Category 1 A / Category 1 B / Category 2 ) :
To
The Managing Director National Informatics Centre Services Inc., Hall No. 2 & 3, 1
st Floor, NBCC, Tower
15, Bhikaiji Cama Place New Delhi-110066. Ref. RFP No. ………………………… dated …………………… Sir, We declare: We are eligible to quote against this RFP___________________________________ That we/our principals are equipped with adequate hardware/software and other facilities required for providing services and our establishment is open for inspection by the representatives of NICSI. We hereby offer to provide Services at the prices and rates mentioned in the Financial bid for the scope of work as per the RFP mentioned above. We do hereby undertake, that, In the event of acceptance of our bid, the Services shall be provided as stipulated in the work order and the RFP scope of work, terms and conditions to the Bid and that we shall perform all the incidental services. The prices quoted are inclusive of all charges inclusive of traveling, hardware/software/ manpower etc. for providing the desired services at any location within India. We enclose here with the complete Commercial Bid as required by you. This includes:
A. Financial Bid Letter (Annexure 9) B. Financial Bid (Annexure 10 for Category 1 A, Annexure 11 for Category 1B,
Annexure 10 and Annexure 12 for Category 2) The Grand Total Price in Rupee (GTV), the item-wise details of which is given in Annexure <<Mention Annexure no. for the category>>, is INR ____________________ (INR <<Rupees in words>>). We agree to abide by our offer a period of 90 days from the date fixed for opening of the Quotes and what we shall remain bound by a communication within that time. We have carefully read and understood the terms and conditions of the RFP and the conditions of the contract/empanelment applicable to the RFP and we do hereby undertake to provide the services as per these terms and condition.
Page 85 of 146
Certified that we are:
A sole proprietorship firm and the person signing the RFP is the sole proprietor/constituted attorney of the sole proprietor,
Or A partnership firm, and the person signing the RFP is the firm and he has authority to refer to arbitration disputes concerning the business of the partnership by virtue of the partnership agreement/by virtue of general power of attorney, Or A company and the person signing the RFP is the constituted attorney.
Or A registered cooperative society and the RFP is signed by the authorized signatory. (NOTE: Delete whatever is not applicable. All corrections/deletions should invariably be duly attested by the person authorized to sign the RFP document.)
We do hereby undertake, that, until a formal contract/empanelment is prepared and executed, this bid, together with your written acceptance thereof, the RFP document and placement of letter of intent awarding the contract/empanelment, shall constitute a binding contract between us.
Dated Signature of Bidder Full Address: List of Enclosures, enclosed. Telephone No. 1. 2. Telegraphic Address 3. 4. 5. FAX No. 6. 7. E-Mail : Company Seal
8.10 Annexure 10: Detailed Costing for Category 1 A & Category 2
Name of the Vendor:
Category for which bid is submitted:
8.10.1 Table 1: Passive Components
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage Final Price (
with One year
Warranty)
Service Tax in
%
Service Tax
Value
VAT/ Sales Tax in
%
VAT/ Sales Tax in Value
0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7
1 UTP COMPONENTS
2 UTP COMPONENTS (CAT 6A)
2.1
UTP cable CAT 6 A, 305 Meter Box
100
2.2 24 port Patch Panel CAT6A
50
2.4 48 port Patch Panel CAT6A
50
2.4 Wire Manager/Patch Chord Minder panel
100
2.5 Information outlets- CAT6A
I. Single ( 1-port)
100
II. Dual (2-port)
50
III. Quad (4- port) 50
2.6 Patch Cord UTP CAT6A
Page 87 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage Final Price (
with One year
Warranty)
I. 1 Meter 100
II. 2 Meter 100
III. 3 Meter 50
IV. 5 Meter 50
V. 10 Meter 50
3. UTP COMPONENTS (CAT6 )
3.2 UTP cable CAT 6 305 Meter Box
100
3.3 24 port Patch Panel CAT 6
50
3.4 48 port Patch Panel CAT 6
50
3.5 Wire Manager/Patch Chord Minder panel
100
3.6 Information outlets CAT 6
I. Single ( 1-port)
100
II. Dual (2-port)
50
III. Quad (4- port) 50
3.7 Patch Cord CAT 6
I. 1 Meter 100
II. 2 Meter 50
Page 88 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage Final Price (
with One year
Warranty)
III. 3 Meter 50
IV. 5 Meter 50
V. 10 Meter 50
4. STP (Shielded Twisted Pair) COMPONENTS CAT 6
4.1 STP cable CAT 6 305 meter box
100
4.2 24 port STP CAT 6 Patch Panel
50
4.3 48 port STP CAT 6 Patch Panel
50
4.4 Wire Manager/Patch Chord Minder panel
100
4.5 Information outlets (STP CAT 6)
I. Single ( 1-port)
100
II. Dual (2-port)
50
III. Quad (4- port) 50
4.6
Patch Cord STP CAT 6
Page 89 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage Final Price (
with One year
Warranty)
I. 1 Meter 100
II. 2 Meter 50
III. 3 Meter 50
IV. 5 Meter 50
V. 10 Meter 50
Total A
8.10.2 Table 2: Racks
S. No
Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price
with one year
warranty
Weightage
Final Price (
with One year
Warranty)
Service Tax in %
Service Tax
Value
VAT/ Sales
Tax in %
VAT/ Sales Tax in Value
0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7
5 Racks
5.1 19 “ Rack , Wall mount 530 mm depth, 9 U height, Front glass door ( lockable, toughened 4mm), with all accessories
20
Page 90 of 146
S. No
Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price
with one year
warranty
Weightage
Final Price (
with One year
Warranty)
5.2 19 “ Rack , Wall Mount , 530 mm depth, 12 U height, Front glass door ( lockable, toughened 4mm), with all accessories
15
5.3 19 “ Rack , Floor standing 800 mm depth 24 U height, Front & back door ( lockable), Front glass door(toughened 4mm),
10
5.4 19 “ Rack , Floor standing 1000 mm depth 32 U height, Front & back door ( lockable), Front glass door (toughened 4mm), with all accessories
10
5.5 19 “ Rack , Floor standing 1000 mm depth 42 U height, Front & back door ( lockable), Front glass door (toughened 4mm), with all accessories
10
Page 91 of 146
S. No
Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price
with one year
warranty
Weightage
Final Price (
with One year
Warranty)
Total B
8.10.3 Table 3: Fibre Components
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage
Final Price ( with One
year Warranty)
Service Tax in
%
Service Tax Value
VAT/ Sales Tax in
%
VAT/ Sales Tax in
Value
0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7
6 Fiber Components
6.1 Fiber Optic indoor Distribution cable LSZH , tight buffered, Multi mode (MM), support 10 G Ethernet up to 300 m,OM-3 in meters
I. 6 Core 1000
II. 12 Core 1000
III. 24 Core 500
IV. 48 Core 500
Page 92 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage
Final Price ( with One
year Warranty)
6.2 Fiber Optic
Indoor /
outdoor loose
tube cable
LSZH
,Unarmoured,
Multi mode
(MM), support
10 G Ethernet
up to 550
m,OM-4 in
meter
I. 6 Core 1000
II. 12 Core 1000
III. 24 Core 500
IV. 48 Core 500
6.3 Fiber Optic
outdoor
armoured
cable (OM
4),multi loose
tube,
Multi mode (MM) in meter
I 6 Core 1000
II 12 Core 1000
III 24 Core 500
Page 93 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage
Final Price ( with One
year Warranty)
IV 48 Core 500
6.4 Fiber Optic
outdoor
armoured
cable , loose
tube
Single mode (SM) 10 G in meter
I. 6 Core 1000
II. 12 Core 1000
III. 24 Core 500
IV. 48 Core 500
6.5 Optical Fiber pigtails MM/SM- SC type, 1 meter length for all types
100
6.6 Optical Fiber pigtails MM/ SM- LC type , 1 meter for all types
100
6.7 Optical Fiber Patch Cord , MM , SC-SC,OM-3
I. Length 3 m 10
II. Length 10 m 10
III. Length 20 m 10
Page 94 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage
Final Price ( with One
year Warranty)
IV. Length 30 m 10
6.8 Optical Fiber Patch Cord , MM , LC-LC,OM-3
I. Length 3 m 10
II. Length 10 m 10
III. Length 20 m 10
IV. Length 30 m 10
6.9 Optical Fiber Patch Cord , MM , SC – LC,OM-3
I. Length 3 m 10
II. Length 10 m 10
III. Length 20 m 10
IV. Length 30 m 10
6.10 Optical Fiber
Patch Cord ,
SM , SC-SC,
I. Length 3 m 10
II. Length 10 m 10
III. Length 20 m 10
IV. Length 30 m 10
6.11 Optical Fiber Patch Cord , SM , LC-LC,
Page 95 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage
Final Price ( with One
year Warranty)
I. Length 3 m 10
II. Length 10 m 10
III. Length 20 m 10
IV. Length 30 m 10
6.12 Optical Fiber Patch Cord , SM , SC-LC,
I. Length 3 m 10
II. Length 10 m 10
III. Length 20 m 10
IV. Length 30 m 10
6.13 Optical Fiber Patch Cord , MM , SC- SC, OM-4
I. Length 3 m 10
II. Length 10 m 10
III. Length 20 m 10
IV. Length 30 m 10
6.14 Optical Fiber Patch Cord , MM , SC- LC, OM-4
I. Length 3 m 10
II. Length 10 m 10
III. Length 20 m 10
IV. Length 30 m 10
6.15 Optical Fiber Patch Cord , MM , LC- LC, OM-4
Page 96 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage
Final Price ( with One
year Warranty)
I. Length 3 m 10
II. Length 10 m 10
III. Length 20 m 10
IV. Length 30 m 10
6.16 LIU 6/12/ 24/48 Wall mount enclosure, lockable
I. LIU for 6/ 12
Core OFC
10
II. LIU for 24/48
Core OFC
10
6.17 LIU , 6/12/
24/48 fiber , 1
U/2U Drawer
style19” Rack
mount
enclosure
I. LIU for 6/ 12
Core OFC
10
II. LIU for 24/48
Core OFC
10
6.18 Supply, of Fiber Joint Enclosure
I. Fibre optic
Joint
Enclosure (
Indoor wall
mount )
5
Page 97 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage
Final Price ( with One
year Warranty)
II. Fibre optic
joint
Enclosure (
out door ,
direct burial
type )
5
6.19 Supply of
marked PVC
duct of size (
Per Meter )
I. 15 X 15 mm 200
II. 25 x 25 mm 200
III. 45 X 25 mm 100
IV. 45 X 45 mm 50
6.20 supply of PVC
conduit of OD
size ( Per
Meter )
I. 20mm 200
II. 25 mm 200
III. 32mm 100
IV. 40mm 50
Page 98 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage
Final Price ( with One
year Warranty)
V. 50 mm 50
6.21 Supply of
Metal MS ( 2
mm thickness)
cable tray/
raceway with
covers for
mounting on
ceiling / floor
/wall , with all
connecting
fittings &
sections for
hanging ,T,
cross , L ,
vertical up
/down routing/
branching of
cables etc ,
Size as
follows with
required fitting
kit &
accessories
for above
(per running
meter)
I. 50 mm Height
x 100 mm
Width
100
II. 50 mm Height
x 200 mm
Width
50
III. 100 mm
Height x 300
mm Width
10
Page 99 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage
Final Price ( with One
year Warranty)
6.22 Supply of
High Grade
PVC cable
tray/ raceway
with covers for
mounting on
ceiling / floor
/wall , with all
connecting
fittings &
sections for
hanging ,T,
cross , L ,
vertical up
/down routing/
branching of
cables etc ,
Size as
follows with
required fitting
kit &
accessories
for above
( per running
meter )
I. 50 mm Height
x 150 mm
Width
100
II. 100 mm
Height x 100
mm Width
50
6.23 Supply of GI
pipe under
ground and on
surface
I. 1 inch
diameter
100
II. 1.5 inch
diameter
50
Page 100 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage
Final Price ( with One
year Warranty)
6.24 Supply of 2
inch diameter
HDPE PVC
jacket under
ground or on
surface (per
meter)
100
Total C
8.10.4 Table 4: Services
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price
with one year
warranty (
wherever
applicable)
Weightage
Final Price (
with One year
Warranty)
Service Tax in %
Service Tax Value
VAT/ Sales Tax in
%
VAT/ Sales Tax in Value
0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7
a. Laying of UTP
CAT 6A / CAT 6
cable / STP(
per meter )
1000
Page 101 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price
with one year
warranty (
wherever
applicable)
Weightage
Final Price (
with One year
Warranty)
b. Installation &
Termination of
information
outlets
(including
termination of
CAT 6A / CAT
6/ STP cable
on I/O)
1000
c. Installation &
termination of
UTP cables on
Patch Panel
CAT 6 / CAT
6A/ STP with
wire Manager
200
d. Performance
testing of the
laid UTP CAT 6
/ CAT 6A /STP
cable (Penta
scanner report
&
documentation)
( per node)
100
e. Site certification
for UTP CAT 6
CAT 6A /STP &
Fiber Cabling
with 20 yrs
performance
warranty ( per
site)
I. Site Up to 250
nodes
50
II. Site Up to 500
nodes
20
Page 102 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price
with one year
warranty (
wherever
applicable)
Weightage
Final Price (
with One year
Warranty)
III. Site Up to 1000
nodes or above
10
f. Installation of
marked PVC
duct of size (
Per Meter )
I. 15 X 15 mm 200
II. 25 x 25 mm 200
III. 45 X 25 mm 100
IV. 45 X 45 mm 50
g. Installation of
PVC conduit of
OD size ( Per
Meter )
I. 20mm 200
II. 25 mm 200
III. 32mm 100
Page 103 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price
with one year
warranty (
wherever
applicable)
Weightage
Final Price (
with One year
Warranty)
IV. 40mm 50
V. 50 mm 50
h. Installation of
Metal MS (2 mm
thickness) cable
tray/ raceway
with covers for
mounting on
ceiling / floor
/wall , with all
connecting
fittings &
sections for
hanging ,T,
cross , L ,
vertical up
/down routing/
branching of
cables etc ,
Size as follows
with required
fitting kit &
accessories for
above
( per running
meter )
I. 50 mm Height x
100 mm Width
100
II. 50 mm Height x
200 mm Width
50
III. 100 mm Height
x 300 mm Width
10
Page 104 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price
with one year
warranty (
wherever
applicable)
Weightage
Final Price (
with One year
Warranty)
i. Installation of
High Grade
PVC cable tray/
raceway with
covers for
mounting on
ceiling / floor
/wall , with all
connecting
fittings &
sections for
hanging ,T,
cross , L ,
vertical up
/down routing/
branching of
cables etc ,
Size as follows
with required
fitting kit &
accessories for
above
( per running
meter )
I. 50 mm Height x
150 mm Width
100
II. 100 mm Height
x 100 mm Width
50
j. Removal of old
UTP/Fiber /
Coaxial /
RS232/telephon
e cables (per
meter)
100
k. Laying of fiber in
duct / conduit (
per meter)
500
Page 105 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price
with one year
warranty (
wherever
applicable)
Weightage
Final Price (
with One year
Warranty)
l. Outdoor Laying
of Fiber Cable (
Per Meter)
I Excavation and
resurfacing of
the soil (depth 1
mtr)
50
II Excavation and
resurfacing of
the concrete (
depth 1 mtr )
50
m. Trenchless
digging
( Manual / with
Machine) for
excavation
under public
road crossing or
campus
10
n. Installation of
GI pipe ( 1 inch /
1.5 inch) under
ground and on
surface
100
o. Installation of 2
inch diameter
HDPE PVC
jacket under
ground or on
surface (per
meter)
50
p. Fusion splicing
of SC / LC type
pigtails
100
Page 106 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price
with one year
warranty (
wherever
applicable)
Weightage
Final Price (
with One year
Warranty)
q. Supply and
installation of
buffer tubing kit
50
r. Supply and
Installation of
Fiber optics
cable route
marker per unit
10
s. cable pulling pit ( minimum size 2*2*2 feet )made of reinforced concrete and brick walls with removable covers per unit
10
t. Performance
testing of laid
Fiber Optic
cable for
continuity ,
length & db loss
( OTDR Test
report) as per
EIA/TIA-455-60
document for
FO test
procedures
&documentation
of the results on
per core basis.
100
u Installation of
Joint Enclosure
Page 107 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price
with one year
warranty (
wherever
applicable)
Weightage
Final Price (
with One year
Warranty)
I Installation of
Joint Enclosure
( Indoor Wall
Mount)
5
II Installation of
Joint Enclosure
( Direct Burial)
5
v On-Call Support
I. On-Call support including 2 free site visits per Quarter
10
II. On-Call support including 4 free site visits per quarter
10
III. On-Call support including 8 free site visits per quarter
5
IV. Additional cost for each visit in a quarter
5
W Full-Time Onsite Support (Cost of Technically qualified manpower)
5
x Installation of Rack
I. Installation of wall mount Rack ( 9 & 12 U) with all accessories
5
II. Installation of floor mount Rack ( 24, 32 & 42 U) with all accessories
5
Page 108 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price
with one year
warranty (
wherever
applicable)
Weightage
Final Price (
with One year
Warranty)
y Site Survey and Documentation
I. Upto 250 nodes 10
II. Between 251 to 500 nodes
5
III. Above 500 nodes
5
Total D
S.No Location Total Service
Cost =D
Additional Charges
for hilly region
( in %age)
Total Cost
1 2 3 4 5=(3X4)+3
1. Additional charges for hilly regions
(Arunanchal Pradesh, Assam, Meghalaya, Manipur, Mizoram, Nagaland, Tripura, Sikkim, J&K, HP, Andaman Nicobar and Lakshadweep Islands)
Total
E
Gross Total Value:
L1 value calculation for Category A1
GTV (Envelope 1) = A + B + C + E
Page 109 of 146
8.11 Annexure 11: Detailed Costing for Category 1 B
Name of the Vendor:
Category for which bid is submitted: Category 1 B
8.11.1 Table 1: Active Components
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with
Taxes
Weightage
Final Price
Service Tax in %
Service Tax
Value
VAT/ Sales Tax
in %
VAT/ Sales Tax in Value
0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7
7 Switches
7.1 Layer 2
Manageable 8
Port Switch,
10/100/1000
Mbps ports
with additional
2 SFP ports
20
7.1a 5 years
warranty
support for
Layer 2
Manageable 8
Port Switch,
10/100/1000
Mbps ports
with additional
2 SFP ports
20
7.2 Layer 2
Manageable 8
port POE +
switch,
10/100/1000
Mbps with 2
SFP Ports
10
Page 110 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with
Taxes
Weightage
Final Price
7.2a Warranty
support for
Layer 2
Manageable 8
port POE +
switch,
10/100/1000
Mbps with 2
SFP Ports
10
7.3 Layer 2
Manageable
24 Port switch-
10/100/1000
Mbps with 2
SFP+ Uplink &
stacking Ports
20
7.3a 5 years
warranty
support for
Layer 2
Manageable
24 Port switch-
10/100/1000
Mbps with 2
SFP+ Uplink &
stacking Ports
20
7.4 Layer 2
manageable
24 Port Switch
with POE +
10/100/1000
Mbps with 2
SFP+ Uplink
ports &
stacking
5
7.4a 5 years
warranty
support for
Layer 2
manageable
24 Port Switch
with POE +
10/100/1000
Mbps with 2
SFP+ Uplink
ports &
stacking
5
Page 111 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with
Taxes
Weightage
Final Price
7.5 Layer 2
Manageable
48 Port Switch
10/100/1000
Mbps with 2
SFP+ Uplink &
stacking Ports
5
7.5a 5 years
warranty
support for
Layer 2
Manageable
48 Port Switch
10/100/1000
Mbps with 2
SFP+ Uplink &
stacking Ports
5
7.6 Layer 2
Manageable
48 Port Switch
with POE+
10/100/1000
Mbps with 2
SFP+ Uplink &
stacking Ports
5
7.6 a 5 years
warranty for
Layer 2
Manageable
48 Port Switch
with POE+
10/100/1000
Mbps with 2
SFP+ Uplink &
stacking Ports
5
7.7 Layer 3 24
Port Switch
10/100/1000
Mbps with 2
SFP+ Uplink &
stacking Ports
5
7.7a 5 years
warranty
support for
Layer 3 24
Port Switch
10/100/1000
Mbps with 2
SFP+ Uplink &
stacking Ports
5
Page 112 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with
Taxes
Weightage
Final Price
7.7b Additional
Internal Power
Supply (
inclusive of 5
yr warranty
support) for
Layer 3 24
Port Switch
10/100/1000
Mbps with 2
SFP+ Uplink &
stacking Ports
5
7.8 Layer 3 Switch
24 Port SFP +
5
7.8a 5 years
warranty
support for
Layer 3 Switch
24 Port SFP +
5
7.8b Additional
Internal Power
Supply
(inclusive of 5
yr warranty
support ) for
Layer 3 Switch
24 Port SFP +
5
7.9 NMS
I. Cost of NMS
for upto 250
Network
Element
5
II. 5 years
support cost of
NMS for 250
Network
Element
5
III. Cost of NMS
for above 250
Network
Element
5
Page 113 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with
Taxes
Weightage
Final Price
IV. 5 years
support cost of
NMS for above
250 Network
Element
5
7.10 1000 Base SX-
transceivers
with LC
connector mm
20
7.10a 5 years
warranty for
1000 Base SX-
transceivers
with LC
connector mm
20
7.11 1000 Base LX-
transceivers
with LC
connector sm
20
7.11a 5 years
warranty for
1000 Base LX-
transceivers
with LC
connector sm
20
7.12 1000 Base TX
-transceivers
for copper
20
7.12b 5 years
warranty for
1000 Base TX
-transceivers
for copper
20
7.13 10 Gig SR
transceiver LC
connector MM
10
Page 114 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with
Taxes
Weightage
Final Price
7.13a 5 years
warranty for 10
Gig SR
transceiver LC
connector MM
10
7.14 10 Gig LR
transceivers/eq
uivalent LC
connector SM
10
7.14a 5 years
warranty for 10
Gig LR
transceivers/eq
uivalent LC
connector SM
10
7.15 10 Gig ZR
transceivers/eq
uivalent LC
connector SM
10
7.15a 5 years
warranty for 10
Gig ZR
transceivers/eq
uivalent LC
connector SM
10
7.16 Stacking
module of 10
Gbps with
stacking cable
20
7.16a 5 years
warranty for
Stacking
module of 10
Gbps with
stacking cable
20
7.17 40 Gig SR4
transceiver
5
Page 115 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with
Taxes
Weightage
Final Price
7.17a 5 years
warranty for 40
Gig SR4
transceiver
5
Total F
8.11.2 Table 2: Installation and Manpower
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price
with Five year
warranty
Weightage
Final Price ( with Five
year Warranty)
Service Tax in
%
Service Tax
Value
VAT/ Sales Tax in
%
VAT/ Sales Tax in Value
0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7
a. Installation
and
Configuration
of layer 2
switch
5
b. Installation
and
Configuration
of layer 3
switch
5
c. Installation,
configuration
and
documentation
of NMS (
upto 250
nodes)
5
Page 116 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price
with Five year
warranty
Weightage
Final Price ( with Five
year Warranty)
d. Installation,
configuration
and
documentation
of NMS (
above 250
nodes)
5
e. On call
I. On-Call support including 2 free site visits per Quarter
5
II. On-Call support including 4 free site visits per quarter
5
III. On-Call support including 8 free site visits per quarter
5
IV. Additional cost for each visit in a quarter
5
f. Full-Time Onsite Support (Cost
of Technically qualified manpower.)
2
g. Survey and Documentation
I. Upto 250 nodes
10
II. Between 251 to 500 nodes
5
III. Above 500 nodes
5
Total G
Page 117 of 146
S.No Location Total Service Cost
=G
Additional Charges
for hilly region
( in %age)
Total Cost
1 2 3 4 5=(3X4)+3
1. Additional charges for hilly regions
(Arunanchal Pradesh, Assam, Meghalaya, Manipur, Mizoram, Nagaland, Tripura, Sikkim, J&K, HP, Andaman Nicobar and Lakshadweep Islands )
Total
H
Gross Total Value
L1 value calculation for Category 1B
GTV (Envelope 2) = F+H
Page 118 of 146
8.12 Annexure 12: Detailed Costing for Category 2
Name of the Vendor:
Category for which bid is submitted: Category 2
8.12.1 Table 1: Fiber and GPON Components
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage Final Price ( with One
year Warranty)
Service Tax in
%
Service Tax
Value
VAT/ Sales Tax
in %
VAT/ Sales Tax in Value
0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7
8 Fiber Cable
8.1 Fiber Optic
outdoor
armoured
cable , loose
tube
Single mode
(SM) in meter
I. 96 Core 100
II. 144 Core 100
8.2 2 Core OFC
Single Mode
(SM)
100
8.3 LIU 96/144
fiber , Wall
mount/Street
Cabinet
enclosure,
lockable
10
8.4 LIU , 96/144
fiber ,19”
Rack mount
drawer style
enclosure
10
Page 119 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage Final Price ( with One
year Warranty)
8.5 Optical
splitter
Cabinet
I. Optical Splitter 1X2
2
II. Optical Splitter 1X4
2
III. Optical Splitter 1X8
2
IV. Optical Splitter 1X16
2
V. Optical Splitter
1X32
2
8.6 GPON
equipment,
which consist
of OLT,
ONT/ONU.
I. OLT : Chassis should be able to support upto 10 line cards or above
2
II. OLT : 5 years
warranty for
Chassis.
2
III. OLT: Line card
should have
minimum 4
redundant
PON Ports
5
IV. OLT : 5 years
warranty for
Line card
should having
minimum 4
redundant
PON Ports
5
Page 120 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage Final Price ( with One
year Warranty)
V. OLT : Switch
Card should
support 2X10
– GbE and
8X1 GbE
uplink and 10
Gbps
backplane
interface.
5
VI. OLT : 5 years
warranty for
Switch Card
should support
2X10 – GbE
and 8X1 GbE
uplink and 10
Gbps
backplane
interface.
5
VII. OLT : Control
Card should
have 2 No of
10/100 Base T
–RJ 45 ports
5
VIII. OLT : 5 years
warranty for
Control Card
should have 2
No of 10/100
Base T –RJ 45
ports
5
IX. OLT: Cost of
Class B SFP
5
X. OLT: 5 years
Warranty for
Class B SFP
5
XI. OLT: Cost of
Class C SFP
5
Page 121 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage Final Price ( with One
year Warranty)
XII. OLT: 5 years
Warranty for
Class C SFP
5
XIII. OLT: License
Cost of EMS
for per unit
including
server
software.
5
XIV OLT: 5 years
Service
support Cost
of EMS for per
unit including
server
software.
5
8.6 OLT
Standalone:
I. OLT
Standalone:
having fixed 8
PON, with 2 X
10G and 4X1
G ports for
uplink
5
II OLT
Standalone: 5
years
Warranty for
fixed 8 PON,
with 2 X 10G
and 4X1 G
ports for uplink
5
III OLT: License
Cost of EMS
for per unit
including
server
software.
5
Page 122 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage Final Price ( with One
year Warranty)
IV OLT: 5 years
Service
support Cost
of EMS for per
unit including
server
software
5
8.6 ONT
I. ONT: Should
support 4 GE +
2 POTS (
Analog for
voice)
10
II. ONT: 5 years
warranty
support for 4
GE + 2 POTS (
Analog for
voice)
10
III. ONT: Should
support 4 GE +
2 POTS (
Analog for
voice) + RF (
Coaxial/ Video
Cable)
10
IV. ONT: 5 years
warranty
support for 4
GE + 2 POTS (
Analog for
voice) + RF (
Coaxial/ Video
Cable)
10
V. ONT: Should
support 4 GE +
2 POTS (
Analog for
voice) + WiFi
10
Page 123 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage Final Price ( with One
year Warranty)
VI. ONT: 5 years
support for 4
GE + 2 POTS (
Analog for
voice) + WiFi
10
8.7 Joint
Enclosure for
96/144 Core
I. Fiber optic
Joint
Enclosure (
Indoor wall
mount)
5
II. Fiber optic
Enclosure
(outdoor, direct
burial type)
5
8.8 Optical
Distribution
frame
2
8.9 FMS
I. Fiber Management System Shelf 144Fiber LCAPC
2
II. Fiber
Management
System Shelf
96F LCAPC
2
III. Fiber
Management
System Shelf
72Fiber
LCAPC
2
Page 124 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage Final Price ( with One
year Warranty)
IV. Fiber
Management
System Shelf
48Fiber
LCAPC
2
V. Fiber
Management
System Shelf
24Fiber
LCAPC
2
8.10 Drop
Fiber
Closure
(DFC)
I. Drop Fiber
Closure (DFC)
splice 6 F
2
II. Drop Fiber
Closure (DFC)
splice 12 F
2
8.11 Home
Termination
Box (HTB)
5
8.12 Splicing Box
I. Splicing Box : 48 F
2
II. Splicing Box : 24 F
2
III. Splicing Box : 12 F
5
8.13 Patch Cords
Page 125 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage Final Price ( with One
year Warranty)
I. SCUPC LCAPC SM Simplex Patchcord 3 mtrs
5
II. SCUPC LCAPC SM Simplex Patchcord 10 mtrs
5
III. SCAPC SCAPC Simplex Patchcord 3mtrs G657A
5
IV. SCAPC SCAPC Simplex Patchcord 10 mtrs G657A
5
V. LCAPC LCPC SM Simplex Patchcord 3 mtrs
5
VI. LCAPC LCPC SM Simplex Patchcord 10 mtrs
5
VII. LCAPC LCAPC SM Simplex Patchcord 3 mtrs
5
VIII. LCAPC LCAPC SM Simplex Patchcord 10 mtrs
5
Total H
8.10.2 Table 2: Data Center Hardware / Software
Page 126 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price
with one year
warranty
Weightage Final Price (
with One year
Warranty)
Service Tax in
%
Service Tax
Value
VAT/ Sales Tax in
%
VAT/ Sales Tax in Value
0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7
9
Data Center Software
9.1 Intelligent Cable Management System
2
Data Center Hardware
10 Fiber
10.1 Optical Fiber Cassettes - MPO OM3
I. 12 Fiber MPO-LC
Cassettes Pair
Fillped AB/BA MM
OM3
2
II. 12 Fiber MPO-LC
Cassettes Pair
Fillped AB/BA MM
OM4
2
III. 24 Fiber MPO-LC
Cassettes (Takes
2 Nos of 12 Core
MPO-MPO
Trunks), AB/BA
MM OM3
2
IV 24 Fiber MPO-LC
Cassettes (Takes
2 Nos of 12 Core
MPO-MPO
Trunks), AB/BA
MM OM4
2
V 12 Fiber MPO-LC
Cassettes Pair
Fillped AB/BA SM
2
Page 127 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price
with one year
warranty
Weightage Final Price (
with One year
Warranty)
VI 24 Fiber MPO-LC
Cassettes (Takes
2 Nos of 12 Core
MPO-MPO
Trunks), AB/BA
SM
2
10.2 Optical Fiber Trunk Cable
I. OM3 12 Fiber – 10 metre
2
II. OM3 12 Fiber – 15 metre
2
III. OM3 12 Fiber – 20 metre
2
IV. OM3 12 Fiber – 30 metre
2
V. OM3 12 Fiber – 40 metre
2
VI. OM3 24 Fiber – 10 metre
2
VII. OM3 24 Fiber – 15 metre
2
VIII. OM3 24 Fiber – 20 metre
2
IX. OM3 24 Fiber – 30 metre
2
X. OM3 24 Fiber – 40metre
2
XI. OM4 12 Fiber – 10metre
2
XII OM4 12 Fiber – 15 metre
2
XIII OM4 12 Fiber – 20metre
2
Page 128 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price
with one year
warranty
Weightage Final Price (
with One year
Warranty)
XIV OM4 12 Fiber – 30 metre
2
XV OM4 12 Fiber – 40metre
2
XVI OM4 24 Fiber – 10metre
2
XVII OM4 24 Fiber – 15 metre
2
XVIII OM4 24 Fiber – 20metre
2
XIX OM4 24 Fiber – 30 metre
2
XX OM4 24 Fiber – 40metre
2
XXI OS2 12 Fiber – 10metre
2
XXII OS2 12 Fiber – 15 metre
2
XXIII OS2 12 Fiber – 20metre
2
XXIV OS2 12 Fiber – 30 metre
2
XXV OS2 12 Fiber – 40metre
2
XXVI OS2 24 Fiber – 10metre
2
XXVII OS2 24 Fiber – 15 metre
2
XXVIII OS2 24 Fiber – 20metre
2
XXIX OS2 24 Fiber – 30 metre
2
XXX OS2 24 Fiber – 40metre
2
Page 129 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price
with one year
warranty
Weightage Final Price (
with One year
Warranty)
10.3 Controller Device for Managing MPO cassettes and NMS
2
10.4 Unloaded LIU for MPO cassettes
2
Copper
10.5 10G Patch Panel
I.
10G Patch Panel
24 Port
2
II. 10G Patch Panel
32 Port
2
III. 10G Patch Panel
48 Port
2
10.6 10G pre
terminated Cable
Assembly
I. Cat 6A, STP
CASSETTE TO
CASSETTE, 10
Meter
2
II. Cat 6A, STP
CASSETTE TO
CASSETTE, 15
Meter
2
III
Cat 6A, STP
CASSETTE TO
CASSETTE, 20
Meter
2
IV Cat 6A, STP
CASSETTE TO
CASSETTE, 30
Meter
2
Page 130 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price
with one year
warranty
Weightage Final Price (
with One year
Warranty)
V Cat 6S, STP
CASSETTE TO
CASSETTE, 40
Meter
2
10.7 1G Patch Panel
I. 1G Patch Panel
24 Port
2
II
1G Patch Panel
48 Port
2
III 1G Cassette 2
10.8 1G cable
assembly
I Cat 6, UTP
CASSETTE TO
CASSETTE, 10
Meter
2
II Cat 6, UTP
CASSETTE TO
CASSETTE, 15
Meter
2
III Cat 6, UTP
CASSETTE TO
CASSETTE, 20
Meter
2
IV Cat 6, UTP
CASSETTE TO
CASSETTE, 30
Meter
2
V Cat 6, UTP
CASSETTE TO
CASSETTE, 40
Meter
2
Page 131 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price
with one year
warranty
Weightage Final Price (
with One year
Warranty)
10.9 Fiber
Guide/Runner/tray
for fiber Cables
above Racks
I 2 X 2 2
II 2 X 6 2
III 4 X 4 2
IV 4 X 6 2
V 4 X 12 2
VI 4 X 24 2
10.10 Face plate 2
Total I
8.12.2 Table 3: Services
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage Final Price ( with One
year Warranty)
Service Tax in
%
Service Tax
Value
VAT/ Sales
Tax in %
VAT/ Sales Tax in
Value
0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7
a. Configuration of
Cable
Management
System
2
b. Installation of
Optical Fiber
Cassettes
2
Page 132 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage Final Price ( with One
year Warranty)
c. Installation of
Fiber Trunk
Cable
2
d. Installation of
Controller
Device for
Managing MPO
and NMS
2
e. Unloading LIU
for MPO
Cassettes
2
f. Installation of
10G Patch
Panel
I Installation of
10G Patch
Panel 24 Port
2
II Installation of
10G Patch
Panel 32 Port
2
III Installation of
10G Patch
Panel 48 Port
2
g. Installation of 10
G pre-
terminated
Cable Assembly
I Installation of 10
G pre-
terminated
Cable Assembly
Length 10 Meter
2
Page 133 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage Final Price ( with One
year Warranty)
II Installation of 10
G pre-
terminated
Cable Assembly
Length 15Meter
2
III Installation of 10
G pre-
terminated
Cable Assembly
Length 20 Meter
2
IV Installation of 10
G pre-
terminated
Cable Assembly
Length 30 Meter
2
V Installation of 10
G pre-
terminated
Cable Assembly
Length 40 Meter
2
h. Installation of 1
G Patch Panel
I Installation of 1
G Patch Panel
24 Port
2
II Installation of 1
G Patch Panel
48 Port
2
i. Installation of 1
G Cassette
2
j. Installation of
1G cable
Assembly ( 10 ,
15 , 20 , 30 , 40
meter)
2
Page 134 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage Final Price ( with One
year Warranty)
k. Installation of
Optical
Distribution
Frame
2
l. Installation of
Fiber
Management
System ( 144 /
96)
2
m. Installation of
Fiber
Management
System ( 72 / 48
/24)
2
n. Installation of
Drop Fiber
Closure ( DFC)
(6/ 12)
2
o. Installation of
Home
Termination Box
( HTB)
2
p. Installation of
Splicing Box (
48 / 24 /12 )
2
q. Performance
testing of laid
Fiber Optic
cable for
continuity ,
length & db loss
as per EIA/TIA-
455-60
document for
FO test
procedures
&documentation
of the results
2
Page 135 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage Final Price ( with One
year Warranty)
r. Installation of
Splitter (all
types)
2
s. Installation of
OLT Chassis. (
all types )
2
t. Installation of
OLT Standalone
( all types )
2
u. Installation of
ONT ( all types )
2
v. On-Call Support
I. On-Call support including 2 free site visits per Quarter
2
II. On-Call support including 4 free site visits per quarter
2
III. On-Call support including 8 free site visits per quarter
2
IV. Additional cost for each visit in a quarter
2
w. Full-Time Onsite Support (Cost of Technically qualified manpower)
2
x. Survey and Documentation
I. Upto 250 nodes 2
II. Between 251 to 500 nodes
2
III. Above 500 nodes
2
Page 136 of 146
S. No Product Description
Unit Price
Service Tax VAT/Sales Tax Unit Price with one
year warranty
Weightage Final Price ( with One
year Warranty)
Total J
S.No Location Total Service
Cost =J
Additional
Charges for
hilly region
( in %age)
Total
Cost
1 2 3 4 5=(3X4)+3
1. Additional charges for hilly regions
(Arunanchal Pradesh, Assam, Meghalaya, Manipur, Mizoram, Nagaland, Tripura, Sikkim, J&K, HP, Andaman Nicobar and Lakshadweep Islands )
Total
K
Gross Total Value:
L1 value calculation for Category 2
(Envelope 3) = H+ I + K
GTV (Envelope 4) = Envelope 3 + Envelope 1
Page 137 of 146
8.13 Annexure 13: Financial Selection Criteria
The L1 vendor selection and financial evaluation process will be as given below:
STEP 1: GTV Based L1 Selection within a Category
a. On the designated day, at the designated time, in the presence of at maximum of 1
representative of each bidder, for Category 1 A, Category 1B and Category 2; Gross
Total Value of the XLS financial bids of all the bidders will be opened to find out the GTV
of the financial bid of each bidder.
STEP 2: Item-wise L1 Selection across Categories
Category 1A:
a. Gross Total Value of all the bidders shall be compared of all the technically qualified bidders. b. Envelope 1 containing the Abridged Financial Bid will be opened first to ascertain the L1
Bidder. c. L2, L3, L4 and L5 bidder will be formed
Category 2:
a. All bidder of Category 2, has to bid for all items of Category 1A under envelope 1 b. Gross Total Value of all the bidders shall be compared of all the technically qualified bidders
for Category 2. The financial bids for category 2 needs to be submitted in two envelopes, clearly mentioning the category Envelope 1, Envelope 3, and putting them in Envelope 4 to get the GTV for Category 2.
c. Envelope containing the Abridged Financial Bid will be opened first to ascertain the L1
Bidder.
d. L2, L3, L4 or L5 will be formed.
STEP 3: Item-wise L1 Selection across Categories
a. Financial Envelope 1 of both L1 vendors (i.e. Category 1A and Category 2), will be opened to ascertain the Final L1 price for Passive components, Racks and Fiber. The Detailed Financial Bid of only the L1 (across Category 1A and Category 2) shall be opened. The detailed rates as quoted by the L1 Bidder shall be considered as the tender rates.
b. L2, L3, L4 or L5 may be asked to match the rate quoted by L1 bidder to form a panel as per the scope of work of RFP in both categories ( i.e. Category 1A and Category 2).
c. In category 1A maximum of 5 bidders will be empanelled.
d. In category 2 maximum of 5 bidder will be empanelled.
STEP 4: Panel Formation within Category
Category 1B:
a. Gross Total Value of all the bidders shall be compared of all the technically qualified
bidders for Category1 B
Page 138 of 146
b. Sealed envelope containing the Abridged Financial Bid will be opened first to ascertain the L1 Bidder and the Detailed Financial Bid of only the L1 bidder shall be opened. The detailed rates as quoted by the L1 Bidder shall be considered as the tender rates.
c. L2, L3, L4 or L5 may be asked to match the rate quoted by L1 bidder to form a panel as per the scope of work
d. In category 1 B maximum of 5 bidders will be empanelled.
STEP 3: Panel Formation within Category
a. For category 1A: 5 bidders (L1, L2, L3, L4 and L5) will be empanelled
b. For category 1 B: 5 bidders (L1, L2, L3, L4 and L5) will be empanelled
c. For category 2: 5 bidders (L1, L2, L3, L4 and L5) will be empanelled
The bidders who do not agree to match the price will be allowed to withdraw their proposals and their
EMD will be returned within 60 days of the completion of empanelment process.
Page 139 of 146
8.14 Annexure 14: Manufacturer’s Authorization Form
Ref:
Date:
To,
Manager
Tender Division,
National Informatics Centre Services Inc.,
Hall No. 2 & 3, 1st Floor, NBCC Tower
15, Bhikaiji Cama Place, New Delhi-66
Sub: Manufacturer Authorization for Tender No. ………………………………….
Sir,
We, < OEM > having our registered office at < OEM address>, are an established manufacturer of <
name of quoted item >. We < OEM> solely authorized <bidder’s name> to quote our product for above
mentioned tender.
Our full support is extended in all respects for supply, warranty and maintenance of our products. We also
ensure to provide the service support for the supplied equipment’s for a period of 7 years for Active
Components and 3 years for passive components from the date of installation of the equipment’s as per
tender terms. In case of any difficulties in logging complaint at bidder end, user will have option to log
complaint at our call support center.
We also undertake that in case of default in execution of this tender by the <Bidder Name>, the
<OEM/Company Name> will take all liabilities and responsibilities and necessary steps for successful
execution of empanelment against this tender.
We also undertake that to meet the timelines defined in the Tender, we will ensure that the empanelled
Systems are made available to <bidder> in time. If any product is declared end of life, we will ensure that
Page 140 of 146
a suitable equivalent or higher roll over product is offered through <bidder> to NICSI for due approval and
Order executions thereafter.
Thanking You
For <OEM>
<(Authorized Signatory)>
Name:
Designation:
Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a
person competent and having the power of attorney to legally bind the manufacturer. The Bidder in its bid
should include it.
Page 141 of 146
8.15 Annexure 15: PMA Format
Format for affidavit of self certification regarding domestic value addition in an electronic
product, to be provided on Rs. 100/- stamp paper
Date: ..........................................
I .............................................................................. S/o, D/o, W/o
........................................................................., resident of
.........................................................................................................................................................
....... do hereby solemnly affirm and declare as under:
That I will agree to abide by the terms and conditions of the policy of Government of India
issued via notification no. 8(78)/2010-IPHW dated 10-02-2012, the subsequent revision to the
policy issued via notification no. 33(3)/2013-IPHW dated 23-12-2013 and File No: 33(7)/2015-
IPHW dated 16-11-2015
That the information furnished hereinafter is correct to the best of my knowledge and belief and I
undertake to produce relevant records before the procuring authority or any authority so
nominated by the Department of Electronics and Information Technology, Government of India,
for the purpose of assessing the Domestic Value Addition.
That the domestic value addition for all inputs which constitute the said electronic product has
been verified by me and I am responsible for the correctness of the claims made therein.
That in the event of the domestic value addition of the product mentioned herein is found to be
incorrect and not meeting the prescribed value addition norms, based on the assessment of an
authority so nominated by the Department of Electronics Information Technology, Government
of India for the purpose of assessing the domestic value addition, I will be disqualified from any
Page 142 of 146
Government tender for a period of 36 months. In addition, I will bear all costs of such an
assessment.
That I have complied with all conditions referred to in the notification no. ...............................,
wherein preference to domestically manufactured electronic products in government
procurement is provided and that the procuring authority is hereby authorized to forfeit and
adjust my EMD and other security amount towards such assessment cost and I undertake to
pay the balance, if any, forthwith.
I agree to maintain the following information in the company’s record for a period of 8 years and
shall make this available for verification to any statutory authorities:
i. Name and details of the domestic manufacturer (Registered office, manufacturing
unit location, nature of legal entity)
ii. Date on which this certificate is issued
iii. Electronic product for which the certificate has been produced
iv. Procuring agency to whom the certificate is furnished
v. Percentage of domestic value addition claimed
vi. Name and contact details of the unit of the manufacturer
vii. Sale price of the product
viii. Ex-factory price of the product
ix. Freight, insurance and handling
x. Total bill of material
xi. List and total cost value of inputs used for manufacture of the electronic product.
xii. List and total cost of inputs which are domestically sourced. Please attach certificate
from suppliers if the input is not in-house.
xiii. List and cost of inputs which are imported, directly or indirectly.
For and on behalf of .................................................... (Name of firm/entity)
Authorized signatory (To be duly authorized by the Board of Directors)
<Insert Name, Designation and Contact No.>
Page 143 of 146
8.16 Annexure 16: Bank Guarantee Format for Furnishing
Security Deposit
Whereas National Informatics Centre Services Inc. (NICSI), NBCC Tower 1st Floor, 15, Bhikaji Cama Place,
New Delhi-110066 (hereinafter called “NICSI”) had floated a Tender No. ……………………….. dated ……………… regarding Empanelment of Vendors for “SUPPLY, INSTALLATION, MAINTAINANCE AND ONSITE SUPPORT for LAN”, (Hereinafter called “the Tender”).
<Name of Vendor and Address>, having its registered office at <Address of Vendor Registered office> has been empanelled against the said Tender through Empanelment No.: ………………..(hereinafter called the “the Vendor”).
The Section No. 6.3 : Security Deposit of said Tender also provides for submission of a Security Deposit, equivalent to the amount of EMD, through a Bank Guarantee. In fulfillment of this Tender condition, We <Name of Bank>, a Banking company incorporated under the Companies Act, 1956 and carrying on Banking Business under ‘The Banking Regulation Act, 1949’ and having its Registered Office at <Complete Address> and its Corporate office at <Complete Address> and one of its branch Office at <Complete Address> (hereinafter called “the Bank”)
at the request of <Name of Vendor>, hereby guarantee payment to NICSI an amount not exceeding INR <Amount of Security Deposit in Figures> (Amount of Security Deposit in Words) under the following circumstances:
(i) If the Vendor withdraws or amends, impairs or derogates from the Empanelment in any respect within the period of validity of this empanelment.
(ii) If the Vendor: a. Defaults or deemed to have defaulted or in the case of non-acceptance of the purchase orders b. Fails or refuses to execute the empanelment. c. Vendor violates any Tender conditions.
We, <Name and Complete Address of Branch>, do hereby undertake to pay the amount due and payable under
this guarantee without any demur, merely on a demand from the NICSI and without the NICSI having to substantiate its demand.
This guarantee will remain in force up to <90 days from the last date of empanelment/extended empanelment (as per the issued empanelment letter)> from <Date of Empanelment (as per issued Empanelment Letter)>, and
any demand in respect thereof should reach the Bank not later than the above date.
For (Name and complete Address of Bank)
Page 144 of 146
8.17 Annexure 17: Bank Guarantee Format for Performance
Security
In consideration of National Informatics Centre Services Inc. (NICSI), NBCC Tower 1st Floor, 15, Bhikaji Cama
Place, New Delhi-110066 (hereinafter called “ NICSI”) having agreed to exempt …………….<Name of Vendor> having its registered office at <Registered Office Address of Vendor> (hereinafter called “Vendor “) from the demand under the terms and conditions of the Empanelment No. ……………………….. dated ……………… regarding Empanelment of Vendors for “SUPPLY, INSTALLATION, MAINTAINANCE AND ONSITE SUPPORT FOR LAN ”, (Hereinafter called “the said Empanelment”) of Performance Security for the due fulfillment by the said Vendor of the terms and conditions contained in the said Empanelment, on production of a Bank Guarantee for INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance Bank Guarantee in Words).
2. We <Name of Bank>, a Banking company incorporated under the Companies Act, 1956 and carrying on Banking Business under ‘The Banking Regulation Act,1949’ and having its Registered Office at <Complete Address> and its Corporate office at <Complete Address> and one of its branch Office at <Complete Address> (hereinafter called “the Bank”) at the request of <Name of Vendor>, hereby guarantee payment to the NICSI an amount note exceeding INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance
Bank Guarantee in Words) against any loss or damage caused to or suffered or would be caused to or suffered by the NICSI, by reason of any breach by the said Vendor of any of the term or conditions contained in the said Empanelment.
3. We, <Name and Complete Address of Branch>, do hereby undertake to pay the amount due and payable
under this guarantee without any demur, merely on a demand from the NICSI, stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the NICSI by reason of breach by the said Vendor, of any of the terms and conditions mentioned in the said Empanelment or by reason of the Vendor’s failure to perform the said Empanelment. Any such demand raised by the NICSI on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our labiality under this guarantee shall be restricted to the amount not exceeding INR <Amount of Performance Bank Guarantee in Figures> (Amount of
Performance Bank Guarantee in Words).
4. We undertake to pay to the NICSI, any money so demanded not exceeding INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance Bank Guarantee in Words) on demand notwithstanding any dispute or disputes raised by the Vendor in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us under this Bond shall be a valid discharge of our labiality for payment there under and the Vendor shall have no claim against us for making such payment.
5. We, <Name of Bank>, further agree that the guarantee herein contained shall remain in full force and in effect during the period that would be taken for the performance of the said Empanelment plus three months and that it shall continue to be enforceable till all the dues of the NICSI under or by virtue of the said Empanelment have been fully paid and its claim satisfied or discharged or till the NICSI certifies that the terms and conditions of the said Empanelment have been fully and properly carried out by the said Vendor and accordingly discharges this guarantee unless a demand or claims under this guarantee is made on us in writing on or before <Expiry Date>, we shall be discharged from all liability under this guarantee thereafter.
6. We, <Name of Bank>, further agree with the NICSI that the NICSI shall have the fullest liberty, without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Empanelment or to extend time of performance by the said Vendor from time to time or to postpone for any time or from time to time any of the powers exercisable by the NICSI against the said Vendor and to forebear or enforce any of the terms and conditions relating to the said Empanelment and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Vendor or for any forbearance, act or omission on the part of the NICSI or any
Page 145 of 146
indulgence by the NICSI to the said Vendor or by any such matter or things whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.
7. This Guarantee will not be discharged due to the change in the constitution of the Bank or the Vendor.
8. We, <Name of Bank>, lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the NICSI in writing.
9. Notwithstanding anything contained herein above:
9.1. Our liability under this Bank guarantee shall not exceed INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance Bank Guarantee in Words).
9.2. This Bank Guarantee shall be valid up to <Expiry Date>. 9.3. We are liable to pay the guarantee amount or any part thereof under this Bank guarantee only
and only if you serve upon us a written claim or demand before expiry date of this Guarantee. 9.4. After the expiry date is over, the Bank (guarantor) shall stand discharged from all its liabilities
under this Bank guarantee and all your rights under this Bank guarantee extinguished irrespective of the fact weather the Bank guarantee in original is returned back to us or not.
For (Name and complete Address of Bank)
Page 146 of 146
8.18 Annexure 18: Bank Guarantee Format for Furnishing Earnest
Money Deposit
Whereas National Informatics Centre Services Inc. (NICSI), NBCC Tower 1st Floor, 15, Bhikaji Cama Place,
New Delhi-110066 (hereinafter called “NICSI”) having floated a Tender No. ……………………….. dated ……………… regarding Empanelment of Vendors for “SUPPLY, INSTALLATION, MAINTAINANCE AND ONSITE SUPPORT for LAN”, (Hereinafter called “the Tender”).
<Name of Vendor and Address>, having its registered office at <Address of Vendor Registered office> wish to
submit its bid against the said Tender (hereinafter called the “the Vendor”).
The Section No. 5.3 : Earnest Money Deposit of said Tender also provides for submission of EMD through a Bank Guarantee. In fulfillment of this Tender condition, We <Name of Bank>, a Banking company incorporated under the
Companies Act, 1956 and carrying on Banking Business under ‘The Banking Regulation Act, 1949’ and having its Registered Office at <Complete Address> and its Corporate office at <Complete Address> and one of its branch Office at <Complete Address> (hereinafter called “the Bank”) at the request of <Name of Vendor>, hereby
guarantee payment to NICSI an amount not exceeding INR <Amount of Earnest Money Deposit in Figures> (Amount of Earnest Money Deposit in Words) under the following circumstances:
(i) If the Vendor withdraws or amends, impairs or derogates from the Tender in any respect within the period of validity of Bid of this Tender.
(ii) If the Vendor having been notified of the acceptance of his Tender Bid by the NICSI during the period of its validity.
a. If the Vendor fails to furnish the Performance Security to enable NICSI issue of empanelment. b. Fails or refuses to execute the empanelment. c. Vendor violates any Tender conditions.
We, <Name and Complete Address of Branch>, do hereby undertake to pay the amount due and payable under
this guarantee without any demur, merely on a demand from the NICSI and without the NICSI having to substantiate its demand.
This guarantee will remain in force up to up to a period of 180 days from <Date of Bid Submission>, and any
demand in respect thereof should reach the Bank not later than the above date.
For (Name and complete Address of Bank)