rajcomp info services ltd. -...
Post on 13-Oct-2020
2 Views
Preview:
TRANSCRIPT
F1.9(33)/RISL/Misc/11/767 Dated: 27/09/2011 Page 1 of 53 (After pre-bid) Signature & Seal of the Tenderer
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
Phone No.: 91(141) 5103902, 2229394, Fax: 91(141) 2228701, website: http://risl.rajasthan.gov.in
Cost of Tender document: Rs. 1,000/- only Tender Form No. -
Final Tender Document
For
Supply, Installation, Commissioning & FMS of
Local Area Networking at Board of Secondary Education,
Rajasthan (BSER), Ajmer
I m p o r t a n t D a t e s a n d r e f e r e n c e s
Date of commencement
of sale of tender form
: 30.09.2011 http://risl.rajasthan.gov.in/
NIT No. : F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011
Pre-Bid Meeting : 07.10.2011 at 14:30 hrs Venue: RajCOMP
Info Services Ltd.,
Yojna Bhawan, C-
Scheme, Tilak Marg,
Jaipur
Last Date of Submission
of filled tender form
: 25.11.2011 up to 15:00 hrs
Date of technical bid
Opening
: 25.11.2011 at 15:30 hrs
Validity of bid : 180 days from the date of opening of Tender
Name of the Company/Firm: _______________________________________
Address of the Correspondence: ____________________________________
____________________________________
Tele.No.: ___________ Fax No.: __________ Email Address: ______________
Contact Person’s Details: Name ________________________________
Designation ________________________________
Phone No. ________________________________
Mobile No. ________________________________
Email Address ________________________________
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 2 of 53 (After pre-bid) Signature & Seal of the Tenderer
Table of Contents
Schedule Title Page No.
Technical Bid
I. Definitions & Acronyms 03
II. Notice Inviting Tender 04
III. Project Profile 05
IV. Detailed Hardware & Software requirement 06
V. Mandatory Conditions 06
VI. Eligibility Criteria 08
VII. General Conditions 09
VIII. Scope of Work 10
IX. Deliverables 12
X. Tender Form 13
XI. General Terms & Conditions of Tender 16
XII. Letter of Undertaking/ Declaration 24
XIII. Technical Specifications 26
XIV. Proposed layout of networking 36
XV. Authorization Certificates 38
XVI. Draft Agreement 40
XVII. Delivery and Installation Details 42
Financial Bid
XVIII. Financial Bid 43
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 3 of 53 (After pre-bid) Signature & Seal of the Tenderer
Schedule I: Definitions & Acronyms
Agreement The Agreement to be signed between the successful Bidder and RajCOMP
Info Services Ltd.
Authorized Representative Any person authorized by either of the parties.
Bidder/ Tenderer The company/ corporation who will participate in the bidding process.
BoQ/ BoM Bill of Quantities/ Bill of Material
Corrupt Practice The offering, giving, receiving or soliciting of anything of value or influence
the action of an official in the process of Bidding or Contract execution.
DoIT&C Department of Information Technology and Communication, Government of
Rajasthan.
EMD Earnest Money Deposit
Fraudulent Practice A misrepresentation of facts in order to influence a procurement process or
the execution of a Contract and includes collusive practice among Bidders
(prior to or after Bid submission) designed to establish Bid prices at artificial
non-competitive levels and to deprive RajCOMP Info Services Ltd. of the
benefits of free and open competition.
GoR Government of Rajasthan
BSER Board of Secondary Education, Rajasthan, Ajmer
Law Any Act, Notification, Bye Law, Rules and Regulations, Directive,
Ordinance, Order or Instruction having the force of law enacted or issued
by the Central Government and/ or the Government of Rajasthan or any
other Government or regulatory authority or political subdivision of
Government agency.
NBD Next Business Day
NIT Notice Inviting Tender
OEM Original Equipment Manufacturer
PO Purchase Order
Purchaser/ Tendering
Authority
Managing Director, RajCOMP Info Services Ltd., Jaipur
RISL or RajCOMP RajCOMP Info Services Ltd., Jaipur
RSDC Rajasthan State Data Center located at Yojana Bhawan, Jaipur.
SecLAN Secretariat Local Area Network
SLA Service Level Agreement
Supplier or SI or vendor The bidder who will be finally selected and in whose name the work order/
purchase order will be issued.
UAT User Acceptance Test
CAMC Comprehensive annual maintenance contract.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 4 of 53 (After pre-bid) Signature & Seal of the Tenderer
Schedule II: Notice Inviting Tender
Ref. No.: F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011
NOTICE INVITING TENDER
Sealed tenders are invited for Supply, Installation & Commissioning of Local Area Networking at Board of Secondary Education, Rajasthan, Ajmer, as per details given below:
S. No.
Events Details Location
1. Cost of tender document Rs. 1000.00
2. Project cost (approx.) Rs. 35.00 lacs EMD Rs. 70,000.00
3. Place of sale of tender document
Office of Managing Director, RISL, Yojna Bhawan, Jaipur
4. Date of Issue of Notice Inviting Tender (NIT)
28.09.2011 In news papers, Web site of RISL (http://risl.rajasthan.gov.in)
5. Date of availability of Tender Document on the Website for Download
30.09.2011 http://risl.rajasthan.gov.in
6. Date and time of Pre-Bid Meeting
07.10.2011 at 14:30 Hrs.
RISL, 1st Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur – 302005
7. Last date for receipt of queries for pre bid meeting
07.10.2011 at 06:00 PM
Fax: +91-141-2228701 veerendra@rajcomp.net aqueel@rajcomp.net
8. Date by which pre-bid queries would be answered via web site and final RFP being uploaded on web site
18.10.2011 at 05:00 PM
http://risl.rajasthan.gov.in/
9. Last Date & Time of Submission of Tender document
25.11.2011 at 15:00 Hrs.
RajCOMP Info Services Ltd., 1st Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur – 302005
10. Date & Time of Opening of Technical Bid
25.11.2011 at 15:30 Hrs.
RajCOMP Info Services Ltd., 1st Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur – 302005
11. Date & Time of Opening of Financial Bid
Will be intimated to all the technically qualified bidders only.
1. Interested eligible tenderers may obtain further information from and also inspect the bidding documents at
the office of the Managing Director, RajCOMP Info Services Ltd., C-Block, Ist Floor, Yojna Bhawan, Tilak
Marg, C- Scheme, Jaipur (Rajasthan) – 302005, Tel.: 91-0141-2229394, 91-0141-5101313, Fax No.: 91-
0141-2228701.
2. A complete set of bidding documents may be purchased from above Office against a written application
during office hours 09.30 Hrs to 18.00 Hrs on all working days or by post upon payment of a non-
refundable fee of Rs. 1,000/- (Postal Charges – Inland: Rs. 200/- and Overseas: Rs. 500/-) by Demand
Draft/Banker's Cheque favoring The Managing Director, RISL payable at Jaipur. The final tender document
can also be downloaded from the above websites for which tender fees in prescribed format shall be
deposited before/ along with the technical bid.
3. Place of opening of bids and address for communication are as given above.
4. All bids along with bid security as specified in the bid document must be delivered to above office at the
date and time indicated below. Bids will be opened in presence of tenderers authorized representatives on
the specified date and time. If date specified for bid receipt and opening being declared as a closed
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 5 of 53 (After pre-bid) Signature & Seal of the Tenderer
holiday for purchaser's office, the due date for submission and opening of bids will be the following working
day at the appointed times.
5. Tender Document can also be viewed at our website http://risl.rajasthan.gov.in and is meant for inspection.
The tenders received without tender fees or earnest money is liable for rejection. Tenders complete in all
respect must be submitted till 15:00 hrs of 25/11/2011. The bids shall be opened on the same day i.e. at
15:30 hrs of 25/11/2011.
Managing Director
Corrigendum
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 6 of 53 (After pre-bid) Signature & Seal of the Tenderer
Schedule III: Project Profile
Computerization of Board of Secondary Education
Introduction:
Currently there are approx. 18 lac students in approx. 20,000 schools across the state. It is very much
cumbersome for the BSER to handle and process this much volume of data with the accuracy and within time
without the help of computerized system. Therefore, this project is an initiative of the Board of Secondary
Education Rajasthan and RISL under which it is proposed to provide best of class connectivity for faster,
secure and efficient working of BSER.
Most functions of BSER are exam oriented. Increasing number of students has posed challenge before BSER
in wake of voluminous and increasing data along with limited computerization. The project will help in building
faith in examination system besides bringing in efficiency and effectiveness in exam conduction through greater
transparency, accountability, responsiveness and accessibility.
Present Organizational Structure
Project Objectives
Ease the process of conducting the examinations for the BSER.
Facilitate students and teachers to view and download the documents and certificates (Mark sheet, Migration, Duplicate copy etc).
Easy to use interface for the schools to submit the application for recognition and affiliation.
Create the digital library of books for the different courses offered by the BSER.
Allow data sharing across different sections of BSER, Ajmer, thus bringing about the efficiency in administration functioning.
Facilitate the decision making process of top management by furnishing the right information at right time.
Help different section of BSER to collaborate and share information in real time.
Harness the use of technology to create sense of achievement amongst employees.
To facilitate meritorious students to get scholarship well in time.
To ensure the fee collection from affiliated schools well in time.
To facilitate different recruitment agencies to get the document verified through BSER website.
To ensure quick payments to examiners and examination centers.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 7 of 53 (After pre-bid) Signature & Seal of the Tenderer
Schedule IV: Detailed Hardware & allied items requirement
Ite
m
No.
Description Estimated
Qty.
Estimated
Value (in
lacs of Rs.)
EMD
(in Rs.
Lacs)
Delivery, Installation
& Commissioning
period (from the
date of order)
Local Area Networking at BSER, Ajmer (The quantities for the LAN components are estimated. The payment would be
done as per actual quantity (switches, cable etc.) consumed at the site of LAN installation as per verification by the nodal
officer of the BSER, Ajmer.)
1 Layer 3 switch (Central switch) 1 Nos.
35.00 70,000.00 60 days
2 Layer 2 Switch(24 ports) 5 Nos.
3 Layer 2 Switch(48 ports) 6 Nos.
4 UTM 1 Nos.
5 1 Port SFP, MM Fiber Transceiver Giga 42 Nos.
6 Passive components for LAN as per schedule XVII 350 nodes
Schedule V: Mandatory Conditions
1. Tenderer would have to quote for all the items. The order for these items will be placed on
turnkey basis and will not be splitted.
2. Tenders from manufacturer or bona-fide dealer/ distributor (Proof of authorization by the
manufacturer or country distributor in India in original in prescribed format) would only be
accepted & considered.
3. Tenders will not be accepted without aforesaid earnest money for which the
Tenderer has quoted (refer clause 24 of General Terms and Conditions of the
Tender). Tenders received after the prescribed time and date will not be accepted &
considered.
4. Firm/OEM must carry certification as specified in the Technical Specifications. Firm
should enclose relevant photocopies of the certificates, catalogues, brochures, etc. in
support of all the items quoted.
5. Photocopy of the relevant papers viz. Technical Specification Chart may be used.
Reproduced charts/ formats or own format, would not be accepted.
6. Delivery and installation to be made to the locations as specified in this tender document.
7. Technical bid must be packed, marked as „Technical Bid for Tender No.
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 and sealed in a separate envelop.
Financial bids must be packed, marked as ‘Financial Bid for Tender No.
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011‟ and sealed separately in duly marked
separate envelopes. Technical bid would be opened first and subsequently financial bid
of only the technically qualified tenderers would be opened.
8. Tenderers must submit „LETTER OF UNDERTAKING/ DECLARATION‟ as mentioned in
Schedule XII on its letter head, which should be followed by all the authorization
certificates, and certificates required, duly page numbered, for quick processing of the
tender. The purchaser may ask for the verification & authentication of attached certificates
at any point of time.
9. All network equipments provided must be from OEM, and should come with user
manuals, operation manual etc.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 8 of 53 (After pre-bid) Signature & Seal of the Tenderer
10. The bidder must have valid VAT/CVAT Registration Certificate, valid Service Tax
Registration Certificate and Income Tax Return with Audit Report from CA. Bidder shall
provide an attested copy of all the above-mentioned certificates along with this bid
document.
11. Bidder will have to quote only one option for each item. Multiple options quoted may
disqualify the bidder.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 9 of 53 (After pre-bid) Signature & Seal of the Tenderer
Schedule VI: Eligibility Criteria
(Bidders who meet ALL of the following qualification criteria should only apply.)
a) The bidder must fulfill under mentioned criteria:
Minimum turnover in each of the last three financial years consecutively
Local support (own or through authorized service provider) at Ajmer with min. 5
qualified engineers
For work experience bidder must have executed work orders of networking and
integration within last three years in India of Govt./ Semi Govt./ Bank/ PSU
Rs. 90.00 lacs 5 One work order of Rs. 35.00 lacs OR
Two work orders of Rs. 20.00 lacs each
The bidder must be a profit making
company. Attested & audited copy of the
company’s annual report has to be attached
along with the bid. The turnover should be
from Supply of Computer Hardware,
networking, System Software. The Bidder
needs to provide audited balance sheet/CA
certificate to this effect also.
The list of such employees
attested by HR department is
to be enclosed along with
Technical Bid.
Copy of work order and work completion certificate
must be enclosed. For work completion, following
may be considered:
a. Work Completion certificate
OR
b. Documents of amount received, toward each
work order, which should not be less than Rs.
20 lacs (when two PO enclosed) and Rs. 35
lacs (when one PO enclosed).
b) The bidder must be an authorized system integrator for sale, support and services of the
OEM who meets the criteria under Eligible Goods and Services of the products being
quoted in this bid. The bidder partner must attach Authorization Certificates for all the
quoted products from respective OEMs.
c) The bidder should have been in the business of supply and installation and Integration
of networking equipment / System Software and other allied items for past 3 (three)
years in India. The bidder needs to provide documentary proofs for the same. The
Installation, Integration and Maintenance services must not be sub-contracted.
d) The bidder must submit documentary evidence in support of their claim for fulfilling the
criteria and they should submit an undertaking on their letterheads to the fairness of
these documents in support of their claim while submitting the Bids. The Bids received
without documentary evidence will be out rightly rejected.
e) The bidder should not be Black listed as on date of bidding by any State or Central
Government in India. An undertaking must be submitted duly attested by the notary, by
the bidder.
f) The bidder should have a back-end support agreement for active components including
spare parts, expertise requirements etc. with the Original Equipment Manufacturer
(OEMs) of all the quoted item in this RFP, which includes the post-sales support
activities (like Integration support, Technical Assistance support, spares support,
Software Up gradation support etc.).
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 10 of 53 (After pre-bid) Signature & Seal of the Tenderer
Schedule VII: General Conditions
1. Tenders would be considered in the prescribed tender form/ document only. A complete set
of bidding documents may be purchased from above Office against a written application
during office hours 09.30 Hrs to 18.00 Hrs on all working days or by post upon payment of a
non-refundable fee of Rs. 1,000/- (Postal Charges Extra) as indicated in NIT by Demand
Draft/Banker‟s Cheque favoring The Managing Director, RajCOMP Info Services Ltd.
payable at Jaipur.
2. The tendering authority is Managing Director, RajCOMP Info Services Ltd., C-Block, Ist
Floor, Yojna Bhawan, Tilak Marg, C-Scheme, Jaipur (Rajasthan) – 302005, Tel.: 91-0141-
5103902, 91-0141-5101313, Fax No.: 91-0141-2228701.
3. The technical bid will be opened by the Purchase Committee or by an officer duly
authorized in the presence of such tenderers or their authorized representatives who may
choose to attend.
4. Tendering authority is not bound to accept the lowest tender and may reject any tender or
any part of the tender without assigning any reason thereof.
5. The tenderers will have to submit invariably VATregistration number and “VATClearance
Certificate” (valid on the date of opening of tender) from the Commercial Taxes Officer
concerned without which the tenders will not be considered (Exemption certificate if any is
to be enclosed).
6. While claiming any exemption, the Tenderer is required to attach along with the Tender
Form, a certified copy of the recent exemption certificate issued by the appropriate
authority, failing which no claim shall be entertained and the Tenders would be liable for
summary rejection.
7. The tenderer may visit to the site before submission of its bids (contact details: Sh.
R.K.Bhatt, ACP, BSER, Ajmer, Phone: 0145-2627454).
8. The tenderer should not supply any of the item which is going to be end of sale in next one
year from the date of submission of the bid. If any item is declared as such then the same
shall be replaced by the bidder with suitable & latest equipment at no extra cost to the
purchaser.
9. The bidder should integrate this network with the SDC network at the time of requirement
without any additional cost.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 11 of 53 (After pre-bid) Signature & Seal of the Tenderer
Schedule VIII: Scope of Work
The scope of work for the Successful bidder will be as under:
1. Supply & Installation: The Successful bidder is required to supply, install, and integrate
the items to be supplied under this tender at the Board of Secondary Education, Rajasthan,
Ajmer and has to provide onsite comprehensive warranty and CAMC as per condition no.
21 of Schedule XI for all the hardware items supplied and installed.
2. Documentation: The successful bidder shall provide detailed layout plan within 10 days of
the work order at Board of Secondary Education, Rajasthan, Ajmer with the copy to RISL,
Jaipur. The layout plan should have clearly mentioned the place of switch, I/O, fiber cable
etc. The supply, installation, testing and commissioning work shall be initiated after approval
of layout plan by the BSER, Ajmer.
3. Maintenance support services (MSS):
a) Bidder shall provide complete onsite warranty & CAMC as per condition no. 21 of
Schedule XI for all the networking and allied items.
b) The Supplier shall provide comprehensive Maintenance Support Services (MSS) for
supplied Hardware and allied items. This involves comprehensive maintenance of all
component covered under the contract, including repairing, replacement of parts,
modules, sub-modules, assemblies, sub-assemblies, spares part, updating, etc. to make
the system operational. This will include preventive maintenance & corrective
maintenance
4. Preventive Maintenance Services:
a) The supplier shall conduct preventive maintenance (including inspection, cleaning of the
equipment, testing, satisfactory execution of all diagnostics, necessary repairing of the
equipment etc) at least once in a quarter, in addition to the normal maintenance
required.
b) Performance tuning.
c) Trouble shooting of all supplied component (networking and allied items) etc.
d) Check, Repair/ replace any loose contacts in the cables/ connectors & connections.
e) Cleaning and removal of dust and dirt from the interior and exterior of the equipment.
f) Preventive Maintenance Activities of components as per their manufactures‟
recommendation/ advice.
g) The Preventive Maintenance shall be carried out preferably on non working hours /
holiday, under intimation and approval of BSER, Ajmer.
5. Corrective Maintenance Services:
a) RISL/ GoR / BSER May lodge Complaints by any modes i.e. Phone, e-Mail, Post. SI
shall provide a complaint number for each complaint and has to resolve the problem
with in the stipulated period as mentioned in this tender document.
6. Configuration Management Services:
a) The vendor shall maintain complete configuration (in hardcopy & softcopy) details of all
the items supplied and installed by him.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 12 of 53 (After pre-bid) Signature & Seal of the Tenderer
b) The Vendor shall do proper version management of these configurations as they are
bound to change from time to time.
c) These configurations shall not be accessible in general and must be kept confidential.
7. Tie up with OEM/ Manufacturer: The SI should have back-to-back agreement for active
components with OEM/ Manufacturer as specified in tender, for complete onsite warranty
support along with comprehensive Annual Maintenance with spare parts as per condition
no. 21 of Schedule XI, as the case may be. It is the responsibility of the Supplier to provide
certification of OEM/ Manufacturer for complete support during the maintenance and
support period.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 13 of 53 (After pre-bid) Signature & Seal of the Tenderer
Schedule IX: Deliverables
In view of the project, the Successful bidder is expected to carry out all ground work for Supply,
Installation, Integration including documentation, coordination with RISL/ BSER and other
stakeholders of the project. Following deliverables are needs to be submitted to RISL:
1. Item Delivery Report
2. Installation Report
3. Configuration details of each item
Maintenance period:
4. Detail report for preventive maintenance (quarterly)
5. Detail report of call registration & rectification (quarterly)
6. ROOT CAUSE ANALYSIS for all performance and availability problem that occur. Formal
root cause analysis will be delivered within five days of problem occurrence, including:
a) Explanation of the root cause
b) Actions taken to resolve the problem
c) Action plan to prevent re-occurrence, with project plan / tasks required and timing for
each major milestone of the correction effort in the correction process.
The SI shall workout the formats for above reports and get these approved by Purchaser/BSER
and shall also provide all other relevant design & documents as may be required to carry out
the work as detailed in the scope of work.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 14 of 53 (After pre-bid) Signature & Seal of the Tenderer
Schedule X: Tender Form
TENDER FORM I. Addressed to:
a. Name of the tendering authority Managing Director
b. Address
RajCOMP Info Services Ltd.
C-Block, Ist Floor, Yojna Bhawan, Tilak Marg, C-
Scheme, Jaipur (Rajasthan) – 302005
c. Telephone 2229394, 5103902
Tele-Fax 141-2228701
e-Mail info@rajcomp.net
II. NIT Reference: F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011.
III. Other related details: -
1. Name of Tenderer
2. Name & Designation of
Authorized Signatory
3. Registered Office Address
4. Factory/ Go-down Address
5. Rajasthan
Office
Address
Phone Fax:
Contact Person
6. Jaipur
Service
Center
Address
Phone Fax:
Contact Person
7. Year of Establishment
8. Type of Firm Public
Limited
Private
Limited
Partnership Proprietary
Put Tick () mark
9. Telephone Number(s)/ Mobile
10. Website
11. Fax No.
12. Email Address
Note: Please attach list of offices & services centers situated in Rajasthan along with address
and phone & Fax numbers.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 15 of 53 (After pre-bid) Signature & Seal of the Tenderer
IV. The Tender fee amounting to Rs. 1,000/- (Rupees One Thousand Only) has been deposited
vide cash receipt / DD/ Banker‟s cheque no.__________ dated __________ in favour of the
Managing Director, RajCOMP Info Services Ltd. payable at Jaipur.
V. We agree to abide by all the conditions mentioned in this Tender Document issued by the
Tendering Authority and also the further conditions of the said Tender Notice given in the
attached sheets (all the pages of which have been signed by us in token of acceptance of the
terms mentioned therein).
VI. The rates for the supply of items mentioned as prescribed are given separately in the financial
bid.
VII. Reproduced / re-word-processed formats or tenderer‟s own formats for the price quotations
will disqualify the tender.
VIII. The rates quoted are applicable up to 180 days from the date of opening of bid. The validity
can be extended with mutual agreement. Following documents are attached towards the
proof of earnest money deposited in favour of the Managing Director, RajCOMP Info Services
Ltd. payable at Jaipur.
Sno Earnest Money deposited through Number Dated
1. Cash/DD/Banker‟s Cheque (Local Only)
IX. Tax Clearance Certificates:
Sno. Type of
Tax
Whether tax clearance
certificate enclosed (Yes/No)
Certificate Number Page No.
1. VAT-TIN
2. CVAT
X. The details of items to be procured, place of inspection, delivery, installation, on-site
warranty & CAMC is given below:
Specification: As per the enclosed Schedule XIII.
Items: As per details given in the Schedule IV of the tender document.
Delivery & Installation: All the items would be delivered and installed at end user
destination with in a period mentioned in Schedule IV. Details of the destinations are at
Schedule XVII.
Place of Inspection: As per conditions no. 14 of the Schedule XI.
On-Site Comprehensive Warranty & CAMC: as per condition no. 21 of Schedule XI.
XI. We accept payment schedule for all Packages as per details given below:
Sr
No
% age of
payment
Condition/ Event
1. No Advance payment shall be made.
2. 70% On successful delivery, installation & commissioning.
Delivery & Installation Certificate (Original, Duly sealed & signed) is to
be obtained from the nodal officer of BSER, Ajmer. The bills for
payment would only be raised after that.
3. 10% After first year of successful performance at places of installation.
4. 10% After second year of successful performance at places of installation.
5. 10% After third year of successful performance at places of installation.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 16 of 53 (After pre-bid) Signature & Seal of the Tenderer
Note:
1. Remittance charge on payment made shall be borne by the tenderer.
2. All above suggested payment shall be released after deducting penalties like LD or any
other amount due of the bidder to the tendering authority.
XII. Technical Bid from Schedule I to Schedule XVII duly filled and signed is enclosed with this
tender form along with General Terms & Conditions mentioned in Schedule XI in token of
acceptance and with duly filled letter of undertaking / declaration at Schedule XII.
XIII. Financial Bids given at Schedule XVIII of this Tender Document are enclosed in a separate
envelope duly signed and sealed as per mandatory condition of this tender document.
XIV. Service Tax No.: __________________________________ (attach proof).
Dated: Name of the Tenderer: ______________________________
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 17 of 53 (After pre-bid) Signature & Seal of the Tenderer
Schedule XI: General Terms and Conditions of Tender
Note: Tenderers should read these conditions carefully and comply strictly while
sending/submitting their tenders.
1. Tenders must be enclosed in separate and properly sealed envelopes for technical &
financial bids.
2. “Tenders by Manufacturer/ Distributor/ bonafide dealers”: Tenders shall be given only
by Manufacturer/distributors/bonafide dealers in the tendered goods. The tenderer shall,
therefore, furnish necessary declaration for the same in the enclosed form at Schedule X.
Proof of authorization by the manufacturer or country distributor in India, in original in
prescribed format at Schedule XV shall invariably be enclosed. The authorization should be
from the manufacturer himself and not through their business associates/ franchisee.
3. Any Change in the constitution of the firm, etc. shall be notified forth with by the contractor
in writing to the purchase officer and such change shall not relieve any former member of
the firm, etc., from any liability under the contract.
4. No new partner/ partners shall be accepted in the firm by the contractor in respect of the
contract unless he/they agree to abide by all its terms, conditions and submit a written
agreement to this effect to the purchase officer. The contractor‟s receipt for
acknowledgement or that of any partners subsequently accepted as above shall bind all of
them and will be sufficient discharge for any of the purpose of the contract.
5. VAT Registration and Clearance Certificate: No Dealer who is not registered under the
VAT Act prevalent in the State where his business is located shall tender. The VAT
Registration Number should be quoted and a VAT clearance certificate from the
Commercial Taxes Officer of the Circle concerned shall be submitted without which the
tender is liable to rejection.
6. Tender forms shall be filled in ink or typed. No tender filled in pencil shall be considered.
The tenderer shall sign the tender form at each page and at the end, in token of acceptance
of all the terms and conditions of the tender.
7. Rates shall be written both in words and figures. There should not be errors and/or over-
writings. Corrections if any, should be made clearly and initialed with dates. The rates
should mention element of the Rajasthan State VAT and CVAT separately.
8. All rates quoted must be FOR destination/site where the networking hardware/ system
software and allied items are to be installed, and should include all incidental charges
except Central/Rajasthan Sales Tax, which should be shown separately in the Format for
Price Quotation only. In case of local supplies the rates should include all taxes, etc., and
RajCOMP Info Services Ltd. will not pay any cartage or transportation charges.
9. Comparison of Rates:
a. In comparing the rates tendered by firms outside Rajasthan and those in Rajasthan, the
element of Rajasthan VAT shall be excluded whereas that of CVAT shall be included.
b. While comparing the rates in respect of firms within Rajasthan, The element of
Rajasthan VAT shall be included
10. Validity: Tenders shall be valid for a period of six months from the date of opening of
tender.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 18 of 53 (After pre-bid) Signature & Seal of the Tenderer
11. The approved supplier shall be deemed to have carefully examined the conditions,
specifications, size, make and drawings, etc., of the goods to be supplied. If he has any
doubts as to the meaning of any portion of these conditions or of the specification, drawing,
etc., the tenderer shall, before signing the contract, refer the same to the Purchase Officer
and get clarifications.
12. The contractor shall not assign or sub-let his contract or any substantial part thereof to any
other agency.
13. Specifications: All articles supplied shall strictly conform to the specifications, trademark
laid down in this tender and wherever articles have been required according to ISI/ISO/other
specifications/certifications, those articles should conform strictly to those specifications/
certifications.
a. The supply shall be of very best quality and description. The decision of the purchase
officer/ purchase committee whether the articles supplied conforms to the specifications
shall be final and binding.
14. Inspection:
a. The Purchase Officer or his duly authorized representative shall at all reasonable time
have access to the suppliers premises and shall have the power at all reasonable time
to inspect and examine the materials and workmanship of the goods/ equipment/
machineries during manufacturing process or afterwards as may be decided. Supplies
when received at respective locations shall be subject to inspection to ensure whether
they conform to the specification.
b. The tenderer shall furnish complete address of the premises of his factory, office, go-
down and workshop where inspection can be made together with name and address of
the person who is to be contacted for the purpose. In case of those dealers who have
newly entered in business, a letter of introduction from their bankers will be necessary.
c. Supplies --when received shall be subject to inspection to ensure whether they conform
to the specifications. Where necessary or prescribed or practical, tests shall be carried
out in Government laboratories, reputed testing house like STQC (ETDC) and the like
and the supplies will be accepted only where the articles conform to the standard of
prescribed specifications as a result of such tests.
15. Testing charges: Testing charges shall be borne by supplier. In case of test results
showing that supplies are not up to the prescribed standard of specifications, the supplier
shall change the whole lot but within the stipulated delivery period and the cost of the test
will be borne by the supplier.
16. Rejection:
a. Articles not approved during inspection or testing shall be rejected and will have to be
replaced by the tenderer at his own cost within the time fixed by the Purchase Officer.
b. If, however, due to exigencies of Government work, such replacement either in whole or
in part, is not considered feasible, the Purchase Officer after giving an opportunity to the
tenderer of being heard shall for reasons to be recorded, deduct a suitable amount from
the approved rates. The deduction so made shall be final.
c. The rejected articles shall be removed by the tenderer within 3 days of intimation of
rejection, after which Purchase Officer shall not be responsible for any loss, shortage or
damage and shall have the right to dispose of such articles as he thinks fit, at the
tenderer‟s risk and on his account.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 19 of 53 (After pre-bid) Signature & Seal of the Tenderer
17. The tenderer shall be responsible for the proper packing so as to avoid damage under
normal conditions of transport by sea, rail and road or air and delivery of the material in the
good condition to the consignee at destination. In the event of any loss, damage, breakage
or leakage or any shortage the tenderer shall be liable to make good such loss and
shortage found at the checking/ inspection of the material by the consignee. No extra cost
on such account shall be admissible.
18. The Contract for the supply can be repudiated at any time by the Purchase Officer, if the
supplies are not made to his satisfaction after giving an opportunity to the tenderer of being
heard and recording the reasons for repudiation.
19. Direct or indirect canvassing on the part of the tenderer or his representative will be a
disqualification.
20. Delivery & Installation:-
a. The tenderer whose tender is accepted shall arrange to supply the ordered material as
per specifications within a period mentioned in Schedule IV from the date of issue of
supply order at BSER, Ajmer.
b. Installation: Delivery & Installation of ordered items would be completed within
the period as mentioned in Schedule IV from the date of order at all the locations.
c. Transportation:
i. All goods must be sent freight paid through Railways or goods transport. If goods
are sent freight to pay, the freight together with departmental charge @5% of the
freight will be recovered from the supplier‟s bill.
d. Shifting the place of installation:
The user is free to shift the place of installation within the same city /town/ district/
division. The supplier shall provide all assistance, except transportation, in shifting of the
equipment. However, if the city/town is changed, additional charges of assistance in
shifting and providing maintenance services for remaining period would be decided
mutually.
21. Warranty/ Guarantee Clause:
a. Three-year onsite comprehensive warranty with spare parts for all supplied and
installed networking hardware equipments/system softwares and other allied
items. Further two years comprehensive Annual Maintenance with spare parts
may be provided (if required).
b. The tenderer would give comprehensive onsite warranty & CAMC that the goods/
stores/ articles would continue to conform to the description and quality as specified for
the period of as mentioned above in condition 21 (a) from the date of delivery &
installation of the said goods/ stores/ articles to be purchased and that notwithstanding
the fact that the purchaser may have inspected and/or approved the said
goods/stores/article, if during the aforesaid period, the said goods/ stores/ articles be
discovered not to conform to the description and quality aforesaid or have determined
(and the decision of the Purchase Officer in that behalf will be final and conclusive), the
purchaser will be entitled to reject the said goods/ stores/ articles or such portion thereof
as may be discovered not to conform to the said description and quality, on such
rejection the goods/articles/ stores will be at the seller‟s risk and all the provisions
relating to rejection of goods etc., shall apply. The tenderer shall if so called upon to do,
replace the goods etc., or such portion thereof as is rejection by Purchase Officer,
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 20 of 53 (After pre-bid) Signature & Seal of the Tenderer
otherwise the tenderer shall pay such damage as may arise by the reason of the breach
of the condition herein contained. Nothing herein contained shall prejudice any other
right of the Purchase Officer in that behalf under this contract or otherwise.
c. In case of machinery and equipment also, (warranty as mentioned in clause (b) above)
the tenderer shall, during the warranty & CAMC period, replace the parts if any and
remove any manufacturing defect if found during the above said period so as to make
machinery and equipments operative. The tenderer shall also replace machinery and
equipments in case it is found defective which cannot be put to operation due to
manufacturing defect, etc.
d. In case of machinery and equipment specified by the Purchase officer the tenderer shall
be responsible for carrying out annual maintenance and repairs on the terms and
conditions as may be agreed. The tenderer shall also be responsible to ensure
adequate regular supply of spare parts needed for a specific type of machinery and
equipments whether under their annual maintenance and repairs rate contract or
otherwise. In case of change of model he will give sufficient notice to the Purchase
Officer who may like to purchase spare parts from them to maintain the machinery and
equipments in perfect condition.
e. The warranty of the equipments covered under one purchase order shall start from the
date of last successful installation of the items covered under the PO. However, if delay
of installation is more than a month‟s time due to the firm‟s own reasons, the warranty
shall start from the date of last successful installation of the items covered under the
PO. The firm, if facing any problem in installation, will immediately inform RajCOMP Info
Services Ltd. in writing to resolve the issue.
f. The tenderer shall provide on-site maintenance services during the warranty & CAMC
period within 24 hours excluding traveling time limited to 12 hours, of making the
complaint by the purchaser. The service provider will rectify the faults within 36 hrs.
failing which the service provider will arrange temporary replacements in next 24 hrs. If it
becomes necessary to be taken out the machinery or equipment or its part, the tenderer
would provide similar item or as acceptable to the purchaser as standby arrangement.
The purchaser shall not make any payment towards this arrangement or towards
transportation of faulty item away from the user‟s site.
g. Maintenance Register: The firm shall maintain a call register for logging complaints
during warranty/ maintenance period. The firm shall essentially provide complaint
number for each complaint call made by the user telephonically, in written or any other
method.
h. The service provider will do preventive maintenance once in 3 months for the supplied
equipment running.
i. If the service provider fails in providing on-site maintenance services/preventive
maintenance within the scheduled time/period then a penalty @ Rs.500/- per node (I/O)
per day shall be charged for each subsequent day after the specified period.
22. Extent of quantity-Repeat order: If the order is placed in excess of the quantities shown in
the tender notice, the tenderer shall be bound to meet the required supply. Repeat orders
may also be placed on the rates and conditions given in the tender provided that the repeat
orders are up to 50% of the quantity originally purchased and the period is not more than
one month from the date of expiry of last supply (i.e., delivery). If the tenderer fails to do so
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 21 of 53 (After pre-bid) Signature & Seal of the Tenderer
the Purchase Officer shall be free to arrange for the balance supply by limited tender or
otherwise and the extra cost incurred shall be recoverable from tenderer.
23. If the Purchase officer does not purchase any of the tendered articles or purchases less
than the quantity indicated in the tender form, the tenderer shall not be entitled to claim any
compensation.
24. Earnest Money: Tender shall be accompanied by an earnest money as per details given
NIT, without which tenders will not be considered. The amount should be deposited in the
form of Bank Draft/ Bankers Cheque of the scheduled Bank (drawn) in favor of Managing
Director, RajCOMP Info Services Ltd. payable at Jaipur.
a. Refund of earnest money: The earnest money of unsuccessful tenderer shall be
refunded soon after final acceptance of tender & placing order to successful tenderer.
b. Exemption from earnest money: Firms which are registered with the Director of
industries and Supplies, Government, shall furnish the amount of earnest money in
respect of items manufactured by them, for which they are registered as such,
subject to their furnishing registration certificate in original or a Photostat copy or a copy
thereof duly attested by any Gazetted Officer along-with a Competency Certificate from
the Director of Industries, Rajasthan at the rate of 0.5%.
c. The Central Government and Government of Rajasthan Undertakings need not furnish
any amount of earnest money.
d. The earnest money/ security deposit lying with Department/ office in respect of other
tenders awaiting approval or rejected or on account of contracts being completed will
not be adjusted towards earnest money/ security money for the fresh tenders. The
earnest money may however, be taken into consideration in case tenders are re-invited.
25. Forfeiture of earnest money: The earnest money will be forfeited in the following cases:
a. When tenderer withdraws or modifies the offer after opening of tender but before
acceptance of tender.
b. When tenderer does not execute the agreement if any, prescribed within the specified
time.
c. When the tenderer does not deposit the security money after the supply order is given.
d. When he fails to commence the supply and installation of the items as per supply order
within the time prescribed.
e. Tenderer does not accept the purchase order.
26. Agreement and Security Deposit:
a. Successful tenderer will have to execute an agreement on a Non-Judicial Stamp of Rs.
500/- within a period of 15 days of order date (order date not inclusive) and deposit
security equal to 5% of the order value prior to signing of agreement.
b. The earnest money deposited at the time of tender will be adjusted towards security
amount.
c. No interest will be paid by RajCOMP Info Services Ltd. on the security money.
d. The form of security money shall be as below: -
i. Cash/ Bank Draft/ Bankers Cheque duly discharged in favour of the Managing
Director, RajCOMP Info Services Ltd. payable at Jaipur.
ii. Post-office Saving Bank Pass Book duly pledged to the Managing Director, RajCOMP
Info Services Ltd., Jaipur.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 22 of 53 (After pre-bid) Signature & Seal of the Tenderer
iii. National Savings Certificate, Defense Savings Certificates, Kisan Vikas Patras or any
other script/instrument under National Saving Scheme for promotion of small savings,
if the same can be pledged.
e. The security money shall be refunded immediately after expiry of satisfactory warranty &
CAMC period and provided there is no breach of contract on the part of supplier.
27. Exemption from Security Deposit
a. Firms which are registered with the Director of industries, Rajasthan in respect of Stores
manufactured by them subject to their furnishing registration certificate in original or a
Photostat copy or a copy thereof duly attested by any gazetted officer along with a
Competency Certificate from the Director of Industries, Rajasthan, shall deposit 0.5% of
earnest money and shall pay security deposit @ 1% of the order value.
b. Central Government and Government of Rajasthan‟s Undertakings will be exempted
from furnishing security amount.
28. Forfeiture of Security Deposit:
A. Security amount in full or part may be forfeited in the following cases:
(a) When the terms and conditions of contract is breached.
(a) When the Tenderer fails to make complete services satisfactorily.
(b) When contract is being terminated due to non-performance of the supplier for
consecutive two quarters of a year.
(c) Notice of reasonable time will be given in case of forfeiture of security deposit. The
decision of the Purchase Officer in this regard shall be final.
B. Failure of the successful Tenderer to comply with the requirement of the contract shall
constitute sufficient grounds for the annulment of the award and forfeiture of the bid
security, in which event the purchaser may make the award to the next lowest evaluated
Tenderer or call for new bids.
29. The tenderer shall pay the expenses of stamp duty for execution of agreement. Draft
Agreement is enclosed at Schedule XV.
30. Insurance:
The goods will be delivered at the destination go-down in perfect condition. The supplier, if
he so desires may insure the valuable goods against loss by theft, destruction or damage,
by fire, flood, under exposure to whether or otherwise viz., (war, rebellion, riot, etc.,) The
insurance charges will be borne by the supplier and Tendering Authority will not be required
to pay such charges if incurred.
31. Payments:
a. No Advance Payment will be made.
b. Unless otherwise agreed between the parties payment for the delivery of the stores will
be made on submission of bill in proper form by the tenderer to the Purchase Officer as
per the details given at Clause XI of Schedule X of the tender document. In any case,
firm will not send their representative to RajCOMP Info Services Ltd. for collecting
payments before the due date of payment.
c. All remittance charges will be borne by the tenderer.
d. In case of disputed items, 10 to 25% of the total order value shall be withheld and will be
paid only after settlement of the dispute.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 23 of 53 (After pre-bid) Signature & Seal of the Tenderer
32. The time specified for delivery in the tender form shall be deemed to be the essence of the
contract and the successful tenderer shall arrange supplies within the specified period.
33. Liquidated damages: In case of extension in the delivery and/or installation period /
completion with liquidated damages the recovery shall be made on the basis of following
percentages of value of Stores / work completion which the tenderer has failed to supply /
complete the work: -
No. Condition LD %
a. Delay up to one fourth period of the prescribed delivery period,
successful installation & completion of work
2.5 %
b. Delay exceeding one fourth but not exceeding half of the prescribed
delivery period, successful installation & completion of work
5.0 %
c. Delay exceeding half but not exceeding three fourth of the prescribed
delivery period, successful installation & completion of work
7.5 %
d. Delay exceeding three fourth of the prescribed delivery period,
successful installation & completion of work
10.0 %
34. Fraction of a day in reckoning period in supplies shall be eliminated if it is less than half a
day.
35. The maximum amount of liquidated damages shall be 10%.
36. If the supplier requires an extension of time in completion of contractual supply on
account of occurrence of any hindrance, he shall apply in writing to the authority,
which has placed the supply order, for the same immediately on occurrence of the
hindrance but not after the stipulated date of completion of supply.
37. Delivery and installation period may be extended with or without liquidated damages if the
delay in the supply of goods is on account of hindrances beyond the control of the tenderer.
38. Recoveries: Recoveries of liquidated damages, short supply, breakage, rejected articles
shall ordinarily be made from bills. Amount may also be withheld to the extent of short
supply, breakage, rejected articles and in case of failure in satisfactory replacement by the
supplier along with amount of liquidated damages shall be recovered from his dues and
security deposit available with the department. In case recovery is not possible recourse will
be taken under Rajasthan PDR Act or any other law in force.
39. If a tenderer imposes conditions, which is in addition to or in conflict with the
conditions mentioned herein, his tender is liable to summary rejection. In any case
none of such conditions will be deemed to have been accepted unless specifically
mentioned in the letter of acceptance of tender issued by the Purchase Officer.
40. The Purchase Officer/Tendering Authority reserves the right to accept any tender not
necessarily the lowest, reject any tender without assigning any reasons and accept tender
for all or anyone or more of the articles for which tenderer has been given or distribute items
of stores to more than one firm/supplier.
41. If any dispute arises out of the contract with regard to the interpretation, meaning and
breach of the terms of the contract, the matter shall be referred to by the Parties to the
Principal Secretary/Secretary, Department of Information Technology & Communication,
Government of Rajasthan who will be as the Sole Arbitrator of the dispute whose decision
shall be final and binding on both the parties.
42. Income Tax may be deducted at source as per Rules/Act.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 24 of 53 (After pre-bid) Signature & Seal of the Tenderer
43. All legal proceedings, if necessary arises to institute may by any of the parties (RajCOMP
Info Services Ltd. or approved supplier) shall have to be lodged in courts situated in Jaipur
and not elsewhere.
44. Reservation of Rights: RajCOMP Info Services Ltd. reserves the right to:
a. Extend the Closing Date for submission of the Proposals.
b. Amend the proposal requirements at any time prior to the Closing Date, provided that
the amendment is notified to prospective Tenderers.
c. Seek information from or negotiate with one or more of the Tenderers on any issue at
any time and to continue to negotiate with one or more of the Tenderers.
d. Discontinue negotiations at any time with any Tenderer.
e. Allow a Tenderer to change its Technical proposal if the same opportunity is given to all
Tenderers.
f. Terminate or abandon this Procedure or the entire project whether before or after the
receipt of proposals.
g. Seek the advice of external consultants to assist RajCOMP Info Services Ltd. in the
evaluation or review of proposals.
h. Make enquiries of any person, company or organization to ascertain information
regarding the Tenderer and its proposal.
i. Reproduce for the purposes of this Procedure the whole or any portion of the Proposal
despite any copyright or other intellectual property right that may subsist in the Proposal.
45. Service Level Agreement (SLA): SLA defines the terms of the SI‟s responsibility in
ensuring the performance of the networking hardware & other allied equipment supplied for
the Project based on the agreed Performance Indicators as detailed in the Agreement. This
defines various Service Levels for various components of the project, which shall be
considered in the Service Level Agreement with SI. The selected bidder has to meet the
service level norms, as defined below, failing which the SI (Successful Bidder) is liable to be
penalized:
a. Working Days: Networking hardware & other allied equipment has to be made
available/operational in 24 x 7x 365
b. Prime time: 9AM to 8 PM
c. Non prime hours: 8 PM to 9 AM
d. Uptime required: The SI should maintain a minimum uptime as per the details given
below:
S. No.
Down time Penalty
1. <=24 hours No penalty
2. >24 hours and < 48 hours Rs. 2,000.00
3. >=48 hours and <72 hours Rs. 4,000.00
4. >=72 hours @Rs. 5,000.00 after each 24 hours
e. The TSP has to seek prior approval from the purchaser for the planned downtime and it
should not overrun to prime hours of the following day. The planned downtime would not
be added to the SLA downtime unless it runs into prime hours.
f. In case equipment remains non-functional for more than seven days then breach of
contract may be declared.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 25 of 53 (After pre-bid) Signature & Seal of the Tenderer
Schedule XII: Letter of Undertaking / Declaration
(ON THE LETTER HEAD OF THE TENDERER) For all Packages
We, M/s ................................................................................................... hereinafter called as
“Tenderer” complete address .............................................................................................
................................................... hereby declare in favor of the Managing Director, RajCOMP
Info Services Ltd., Jaipur, Hereinafter called as the “Tendering Authority/Purchaser” and agree
to abide by the following:
1. We have authorization certification(s) as given below (certificates valid till-date are
enclosed)
Sr.
No.
Brand/ Model quoted Authorization Certificate from
(Mention Y/N Only)
(Also attach company constitution certificate in
support)
Manufacturer Distributor Dealer / Channel
Partner etc.
Page
No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
2. Latest valid Original Certificate from Manufacturer of the product in case of Distributor /
Dealer / Channel Partner in the prescribed format provided at Schedule XV has been
enclosed.
3. Certificate of satisfactory past performance have been enclosed.
4. We have maintenance/ service setup as given below:
Sr.
No
Place
(Name and
address)
Through
Company or
Dealer/
Associates
Customer Support Engineers (Mention nos. only)
(Please enclose list with Name, Designation,
Qualification, working since, and place of posting.)
B.E./ B.Tech.
CMSE/ CNE
Diploma Technician Others Remark
1.
2.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 26 of 53 (After pre-bid) Signature & Seal of the Tenderer
3.
5. The annual turnover of our firm is as given below:
Turnover of the
firm for India (Rs.
In crores)
2007-2008 2008-09 2009-10 2010-11*
* In case audited balance sheet for the year 2010-11 is not available then CA certificate shall be
attached otherwise audited balance sheet should be attached.
6. We shall give benefit of any price reduction found by the time of placing the supply order.
7. We agree to accept partial order if it is placed.
8. We have quoted rates of items for CAMC as per condition no. 21 of Schedule XI.
9. We agree to maintain/ support the quoted items after CAMC period as well.
10. In case the item quoted is imported, direct shipment of the entire machine/ item including
add-ons from OEM, is ensured & would be provided.
11. The number of Installations across Rajasthan of our firm is as given below:
No. of Installations across
Rajasthan
(No. of LAN nodes)
2007-2008 2008-09 2009-10
1 In Government Sector
2 In Public Sector
3 In Private Sector
12. The above document is executed on ___/___/2011 at (place) ________ and we accept
that if anything out of the above information is found wrong, our tender shall be liable for
rejection.
Name of Person: _______________________________________________________
Complete Address: _______________________________________________________
_______________________________________________________
_______________________________________________________
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 27 of 53 (After pre-bid) Signature & Seal of the Tenderer
Schedule XIII: Technical Specifications
Item No. – 1: Central L3 Managed Switch (Qty.: 1 no.)
Item Description of Requirement Compliance/ Deviations
Page No. where the functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
Hardware
Interface Required Modular switch with 24 Manageable Gigabit SFP ports including 4 dual purpose ports which can be used as SFP slot or can be used as RJ-45
1 x Console Port for Management
Supported Optics 1GbE SFP LC Connector Type: LX (Single mode), SX (Multi mode), and 1000BaseT
Performance Non-blocking/non-condensing Architecture, Wire-speed performance
Data Rate of 56 48 Gbps or higher and throughput of 38 35.7 Mpps or higher
Rack Installation Kit
To be included for a 19” Server Rack or a Telecom Rack
CPU As per OEM Architecture
Memory DRAM: 256MB or higher
Flash: 32MB or higher
Power Internal/ External Hot-swappable/ redundant power supply (preferably with load sharing)
Software
Security RADIUS
TACACS+
ACLs
SSH v1/ v2
Secure Interface Login and Password /Web interface
ARP
DHCP
IEEE 802.1x
L2 Switching MAC Address: 4K or higher
Jumbo Frames: 9000 bytes or higher
Number of VLANs: 1K or higher
Spanning Tree Spanning Tree Protocol-STP (802.1D)
Multiple STP (802.1s)
Rapid STP (802.1w)
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 28 of 53 (After pre-bid) Signature & Seal of the Tenderer
QoS Layer 2 QoS
Layer 3 QoS
Layer-3 Features IPv4
Routing Protocols: RIP v1/2, OSPF, BGP
IPv4 Unicast Routes
IPv4 Multicast Routes
Static Routing
Routing Policy
Virtual Routing (VRRP/VRF)
IPv6: - The switch should be IPv6 Ready.
Multicast IGMP v1, v2
IGMP Snooping
ACLs Port based ACL
VLAN based ACL
Management & Troubleshooting
Debugging: CLI via Console, Telnet or SSH
Traffic monitoring: Port/ VLAN
IP Tools: Ping and Trace
Web based configuration and Management
RMON 1/ 2
SNMP v1, v2, v3
NTP/ SNTP
OS should be upgradable via secure FTP/ TFTP
Safety & Compliance
Safety Certifications
UL60950
C-UL to CAN/ CSA 22.2 No.60950-1 (First)
TUV/GS to EN 60950-1/ EN 60950-1
CB-IEC60950-1/ IEC 60950-1
EMI/ EMC Standards
FCC 47CFR Part 15 Class A
ICES-003 Class A
EN 55022 Class A
VCCI Class A
AS/ NZS
CISPR 22 Class A
Environmental Reduction of Hazardous Substances (RoHS)
Rack 32U, floor mountable, wherein the central Switch and Patch/Jack Panel will be mounted. The rack should have vertical and horizontal cable manager of at least 100mm depth. It should be closed in the front with glass and should have all necessary accessories like cooling fans (at least 4 numbers), 5A socket (6 numbers) on the PDU etc.
Note: All the cables, accessories, connectors, power cable etc. to be included and the entire product should be supplied with a comprehensive 3 Year on-site warranty. Item No. – 2: 24 Port L2 Managed Switch (Qty.: 5 no.)
Item Description of Requirement Compliance/ Deviations
Page No. where the
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 29 of 53 (After pre-bid) Signature & Seal of the Tenderer
functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
Hardware
Interface Required Modular switch with 24 Manageable 10/100 Mbps ports (all port PoE enabled), 2 additional dual purpose Gigabit ports which can be used as SFP slot or can be used as RJ-45
1 x Console Port for Management
Performance Non-blocking/non-condensing Architecture/Wire-speed performance
Data Rate of 5 8.8 Gbps or higher and throughput of 4 3.57 Mpps or higher
Rack Installation Kit
To be included for a 19” Server Rack or a Telecom Rack
CPU As per OEM Architecture
Memory DRAM: 128MB or higher
Flash: 16MB or higher
Power Internal/External power supply.
Software
Security RADIUS
TACACS+
ACLs
SSH v1/ v2
Secure Interface Login and Password /Web interface
ARP
DHCP
L2 Switching MAC Address: 8K or higher
Jumbo Frames: 9000 bytes or higher
Number of VLANs: 255 or higher
GVRP/ Dynamic VLAN/ Equivalent 802.1D (STP)
802.1p(CoS Prioritisation)
802.1Q (VLAN Tagging)
802.1s (MSTP)
802.1x (Port access control)
802.3 (10Base-T)
802.3u(100Base-T)
802.3af (PoE)
802.3ad (Link aggregation)
IPv6: - The switch should be IPv6 Ready.
QoS Layer 2 QoS
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 30 of 53 (After pre-bid) Signature & Seal of the Tenderer
Multicast IGMP v1/ v2/ v3
ACLs Port based ACL
Management & Troubleshooting
Debugging: CLI via Console, Telnet or SSH
Traffic monitoring: Port/ VLAN
IP Tools: Ping and Trace
Web based configuration and Management
RMON 1/ 2
SNMP v1, v2, v3
NTP/ SNTP
OS should be upgradable via secure FTP/ TFTP
Safety & Compliance
Safety Certifications UL60950
C-UL to CAN/ CSA 22.2 No.60950-1 (First)
TUV/GS to EN 60950-1/ EN 60950
CB-IEC60950-1/ IEC 60950
EMI/ EMC Standards
FCC 47CFR Part 15 Class A
EN 55022 Class A
VCCI Class A
CISPR 22 Class A
Environmental Reduction of Hazardous Substances (RoHS)
Rack Wall Mount Enclosure, 600W, 15 U/ Single Section (CRCA Steel Frame with following items: - Top cover with cable entry -1no. – Bottom cover with cable entry -1no. – 19” Mounting Angles – 2 pairs - Front Glass Door with lock) Finish : Powder coated to 80 microns; Matt finish , Wall mounting provision Rack should be of sufficient depth to house the equipment offered with all doors closed.
Note: All the cables, accessories, connectors, power cable etc. to be included and the entire product should be supplied with a comprehensive 3 Year on-site warranty. Item No. – 3: 48 Port L2 Managed Switch (Qty.: 6 no.)
Item Description of Requirement Compliance/ Deviations
Page No. where the
functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
Hardware
Interface Required Modular switch with 48 Manageable Gigabit ports 10/100 Mbps ports (all port PoE enabled), 2 additional dual purpose ports which can be used as SFP slot or can be used as RJ-45.
1 x Console Port for Management
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 31 of 53 (After pre-bid) Signature & Seal of the Tenderer
Performance Non-blocking/non-condensing Architecture/Wire-speed performance
Data Rate of 7 13.6 Gbps or higher and throughput of 5 7.14 Mpps or higher
Rack Installation Kit
To be included for a 19” Server Rack or a Telecom Rack
CPU As per OEM Architecture
Memory DRAM: 128MB or higher
Flash: 16MB or higher
Power Internal/External power supply.
Software
Security RADIUS
TACACS+
ACLs
SSH v1/ v2
Secure Interface Login and Password /Web interface
ARP
DHCP
L2 Switching MAC Address: 8K or higher
Jumbo Frames: 9000 bytes or higher
Number of VLANs: 255 or higher
GVRP/ Dynamic VLAN/ Equivalent 802.1D (STP)
802.1p(CoS Prioritisation)
802.1Q (VLAN Tagging)
802.1s (MSTP)
802.1x (Port access control)
802.3 (10Base-T)
802.3u(100Base-T)
802.3af (PoE)
802.3ad (Link aggregation)
IPv6: - The switch should be IPv6 Ready.
QoS Layer 2 QoS
Multicast IGMP v1, v2, v3
ACLs Port based ACL
Management & Troubleshooting
Debugging: CLI, Telnet/SSH
Traffic monitoring: Port/ VLAN
IP Tools: Ping and Trace
Web based configuration and Management
RMON 1/ 2
SNMP v1, v2, v3
NTP/ SNTP
OS should be upgradable via secure FTP/ TFTP
Safety & Compliance
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 32 of 53 (After pre-bid) Signature & Seal of the Tenderer
Safety Certifications UL60950
C-UL to CAN/ CSA 22.2 No.60950-1 (First)
TUV/GS to EN 60950-1/ EN 60950-1
CB-IEC60950-1/ IEC 60950-1
EMI/ EMC Standards
FCC 47CFR Part 15 Class A
EN 55022 Class A
VCCI Class A
CISPR 22 Class A
Environmental Reduction of Hazardous Substances (RoHS)
Rack Wall Mount Enclosure, 600W, 15 U/ Single Section (CRCA Steel Frame with following items: - Top cover with cable entry -1no. – Bottom cover with cable entry -1no. – 19” Mounting Angles – 2 pairs - Front Glass Door with lock) Finish : Powder coated to 80 microns; Matt finish , Wall mounting provision Rack should be of sufficient depth to house the equipment offered with all doors closed.
Note: All the cables, accessories, connectors, power cable etc. to be included and the entire product should be supplied with a comprehensive 3 Year on-site warranty.
Item No. – 4: Category 6 UTP Cable(Qty.: 21,000 mtrs.)
Item Description of Requirement Compliance/ Deviations
Page No. where the
functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
4 Pair with ETL test report for channel and zero bit error All UTP Components should be from the same OEM. The OEM should be ISO 9001:2000 Certified. In the changing needs of the global resources if the company has environmental management systems in place like ISO 14001 accreditation the same shall be added advantage. The cabling should be certified to have application support warranty for next 20 years or higher.
Features Category 6 Unshielded Twisted Pair 4 pair 100 cable shall be compliant with ANSI/TIA/EIA-568-B.2-1 Additional Transmission Performance
Specifications for 4-pair 100 Category 6 Cabling.
Category 6 UTP cables shall extend between the work area location and its associated telecommunications closet and consist of 4 pair, 23 AWG, UTP Non Plenum cable jacket.
The 4 pair Unshielded Twisted Pair cable shall be
UL Listed
The Cable should be UL listed, ETL Certified, EIA/TIA
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 33 of 53 (After pre-bid) Signature & Seal of the Tenderer
568-C.2.
All Category 6 cables shall meet or exceed the following characteristics:
Mechanical Characteristics
Construction: 4 twisted pairs separated by internal X shaped, 4 channel, polymer spine / full separator. Half shall not be accepted.
Conductor Solid Copper
Conductor Diameter 0.56±0.005mm (23 AWG)
Insulator Polyolefin or polyethylene
Jacket PVC
Outer Diameter 6.0±0.4mm
Max. Operating Temp 60°C and Storage Temp 75°C.
Item No. – 5: FACE PLATE (Qty.: 350 no.)
Item Description of Requirement Compliance/ Deviations
Page No. where the
functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
Features Single Gang square plate, 86mmx86mm
Write on labels– supplied with plate
Screw hole covers – to be supplied with plate
Plug in Icons – Icon tree – to be supplied with plate
Should be able to support variety of jacks – UTP, STP only
Item No. –6: INFORMATION OUTLET (Qty.: 350 no.)
Item Description of Requirement Compliance/ Deviations
Page No. where the
functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
Features Category 6, TIA568B.2-1 – 250MHz
All information outlets for 100 , 22-24 AWG copper cable shall: Use insulation displacement connectors (IDC)
Allow for a minimum of 200 re-terminations without signal degradation below standards compliance limits.
Be constructed of high impact, flame-retardant thermoplastic with colour and icon options for better visual identification.
With spring loaded shutter/Inbuilt shutter in angular face plate
With Terminator cap
IDC posts should be pointed
568A/B configuration
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 34 of 53 (After pre-bid) Signature & Seal of the Tenderer
Information outlet (RJ45 jack) should be covered under ETL Verification program for compliance with TIA568B.2-1, ETL certificate to be submitted with offer
Mechanical : Jack Connector
Plastic Housing: Polycarbonate, UL94V-0 rated or equivalent
Operating Life: Minimum 750 insertion cycles
Contact Material: Copper alloy
Contact Plating: 50 µinches gold over 100µ inches nickel
Plastic Housing: Polycarbonate, UL94V-0 rated or equivalent
Operating Life: Minimum 200 Re-terminations
IDC Contact Plating: Tin Plate (tin/lead)
Item No. –7: 24 PORT JACK PANEL(Qty.: 17 no.)
Item Description of Requirement Compliance/ Deviations
Page No. where the
functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
Features Be made of cold rolled steel, in 24 port configurations. Each jack should have spring loaded shutter inside the jack for 100% dust free environment.
Allow for a minimum of 750 plug mating cycles
Have port identification numbers on the front of the panel.
Should have white designation labels with the panel, with optional colour labels / icons.
Each port / jack on the panel should be individually removable on field from the panel.
Should have integrated rear cable management shelf.
Should comply to the following : TIA/EIA-568-B.2-1 Component Compliant, FCC Subpart F 68.5 Compliant, IEC-603-7 Compliant, ISO 11801 Class E Compliant, UL 1863, Jack Panel Should be ETL Certified
Mechanical Characteristics Jack Connector
Plastic Housing: Polycarbonate, UL94V-0 rated or equivalent
Operating Life: Minimum 750 insertion cycles
Contact Material: Copper Alloy
Contact Plating: 50µ” Gold/100µ” Nickel
Contact Force: 100g minimum
Plug Retention Force: 11 lbf.
IDC Connector Plastic Housing: Polycarbonate, UL94V-0 rated or equivalent
Operating Life: Minimum 200 re-terminations
Contact Material: Copper Alloy
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 35 of 53 (After pre-bid) Signature & Seal of the Tenderer
IDC Contact Plating: Tin/Lead Plate
Contact Force: 100g minimum
Wire Accommodation: 22-24 AWG solid
Item No. –8: MOUNTING CORDS 1 Mtr. (Qty.: 408 no.)
Item Description of Requirement Compliance/ Deviations
Page No. where the
functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
Features Category 6 Equipment cords (Length – 3 ft.)
The work area equipment cords shall, at a minimum comply with proposed ANSI/TIA/EIA-568-B.2-1 Commercial Building Cabling Standards Transmission Performance Specifications for 4 pair
100 Category 6 Cabling.
Category 6 modular equipment cords: Shall be round, and consist of eight insulated 24 AWG, stranded copper conductors, arranged in four colour-coded twisted-pairs within a flame-retardant jacket.
Equipped with modular 8-position modular plugs on both ends, wired straight through with standards compliant wiring.
Should have 50 micro inches of gold plating over nickel contacts.
Modular cords should include a moulded strain relief boot.
Should be covered by ETL verification or UL listed program for compliance with TIA 568B.2-1. Certificate to be submitted with bid.
Mechanical – Cable Conductor size: 24 AWG stranded bare copper
Max O.D.: 5.6mm (.22”)
Jacket: PVC or LSOH
Temperature range: -20oC to +60oC
Mechanical Characteristics – Plug
Operating life: Minimum 750 insertion cycles
Contact material: Copper alloy
Contact plating: 50µ” Gold/100µ”Nickel
Plug dimensions & tolerances compliant with FCC Part 68 and IEC 60603-7
Approvals: UL or ETL
Electrical Characteristics – Plug
Max voltage: 150 VAC (max)
Max current: 1.5A @ 25oC
Operating temperature: -40oC to 75oC
Item No. –9: MOUNTING CORDS 3Mtr.(Qty.: 350 no.)
Item Description of Requirement Compliance/ Deviations
Page No. where the
functionality / specs are mentioned
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 36 of 53 (After pre-bid) Signature & Seal of the Tenderer
Model Offered Mention Make
Make Offered Mention Model
Features Category 6 Equipment cords (Length – 7 ft.)
The work area equipment cords shall, at a minimum comply with proposed ANSI/TIA/EIA-568-B.2-1 Commercial Building Cabling Standards Transmission Performance Specifications for 4 pair
100 Category 6 Cabling.
Category 6 modular equipment cords: Shall be round, and consist of eight insulated 24 AWG, stranded copper conductors, arranged in four colour-coded twisted-pairs within a flame-retardant jacket.
Equipped with modular 8-position modular plugs on both ends, wired straight through with standards compliant wiring.
Should have 50 micro inches of gold plating over nickel contacts.
Modular cords should include a moulded strain relief boot.
Should be covered by ETL verification program or UL listed for compliance with TIA 568B.2-1. Certificate to be submitted with bid.
Mechanical – Cable Conductor size: 24 AWG stranded bare copper
Max O.D.: 5.6mm (.22”)
Jacket: PVC
Temperature range: -20oC to +60oC
Mechanical Characteristics – Plug
Operating life: Minimum 750 insertion cycles
Contact material: Copper alloy
Contact plating: 50µ” Gold/100µ”Nickel
Plug dimensions & tolerances compliant with FCC Part 68 and IEC 60603-7
Approvals: UL
Electrical Characteristics – Plug
Max voltage: 150 VAC (max)
Max current: 1.5A @ 25oC
Operating temperature: -40oC to 75oC
Item No. –10: PVC Conduiting for Cat 6 UTP (Qty.: 7,000 mtr.)
Item Description of Requirement Compliance/ Deviations
Page No. where the
functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
Features ISI Marked PVC conduit/ casing caping of 25 mm
Item No. –11: Optical Fiber Cable (Multi Mode) (Qty.: 2,500 mtr.)
Item Description of Requirement Compliance/ Deviations
Page No. where the
functionality
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 37 of 53 (After pre-bid) Signature & Seal of the Tenderer
/ specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
Features All Fiber Components should be from the same OEM. The OEM should be ISO 9001:2000. In the changing needs of the global resources if the company has environmental management systems in place like ISO 14001 accreditation the same shall be added advantage. The cabling should be certified to have application support warranty for next 20 years or higher. Single Gang square plate, 86mmx86mm
Indoor riser rated 6 core Multi Mode, 50 micron, OM3 optical fiber cable: The cable should consist of 900m tight-buffered optical fibers reinforced with Aramid Yarns and sheathed in flame retardant PVC. Characteristics- Optical Performance Max. Attenuation: At 850 nm: 3.5 db/KM, At 1300 nm: 1.0 db/KM Min. Bandwidth: At 850 nm: 200 MHz/KM, At 1300 nm: 500 MHz/KM Fiber Identification: Colour Coded Fiber Insulation: Coloured Nylon or PVC Reinforcing: Aramid Yarns Sheath: PVC Diameter (Nominal): Min. 5.6 mm Mass (Nominal): 38 Kg/KM Min. Bending Radius (Full Load): 105 mm Max. Tensile Strength (Short Term): 0.6 kN Operating Temp. Range: -10degree centigrade to +60 degree centigrade Crush Resistance (Short Term) : 1.0 kN/100mm
Item No. –12: LIU 24 Port for L3 Switch (Qty.: 3 no.)
Item Description of Requirement Compliance/ Deviations
Page No. where the
functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
Features 24 Port Fiber Patch Panel (Enclosure) with Wall Mount or Rack Mountable 1U standard 19" rack mount Removable lid also affords protection to the interface patch cords and for easy maintenance Designed to accommodate Simplex SC, Duplex SC & LC Adapter
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 38 of 53 (After pre-bid) Signature & Seal of the Tenderer
Should have fiber management provision inside Have earthing plugs and other accessories Provide self-adhesive, clear label holders (transparent plastic window type) and white designation labels with the panel, for front panel labeling.
Item No. –13: LIU 12 Port for L2 Switches (Qty.: 10 no.)
Item Description of Requirement Compliance/ Deviations
Page No. where the functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
Features 12 Port Fiber Patch Panel (Enclosure) with Wall Mount or Rack Mountable 1U standard 19" rack mount Removable lid also affords protection to the interface patch cords and for easy maintenance Designed to accommodate Simplex SC, Duplex SC & LC Adapter Should have fiber management provision inside Have earthing plugs and other accessories Provide self-adhesive, clear label holders (transparent plastic window type) and white designation labels with the panel, for front panel labeling.
Item No. –14: Transreceiver (Multi Mode) (Qty.: 42 no.)
Item Description of Requirement Compliance/ Deviations
Page No. where the
functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
Features Should be of same make as the Central switch
Item No. –15: SC DUPLEX ADAPTORS (Multi Mode) (Qty.: 120 no.)
Item Description of Requirement Compliance/ Deviations
Page No. where the
functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
Features All SC adaptors should be duplex type with shutter for protection. Adapters should be snap mount for easy insertion and removal.
Item No. –16: Optical Fiber Pigtail (SC) (MM) (Qty.: 120 no.)
Item Description of Requirement Compliance/ Page No.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 39 of 53 (After pre-bid) Signature & Seal of the Tenderer
Deviations where the functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
Features Provide a field installable Multi mode pigtail to terminate fiber optic cables from cable-to-cable, cable-to-equipment and equipment-to-equipment.
The pigtail must: Be field installable
Utilize a PC polishing on the tip to provide high yield during installation.
Meet EIA and IEC standards for repeatability.
Item No. –17: Optical Fiber Equipment Cords (min. 3 mtr.) (Multi-Mode) (Qty.: 42 no.)
Item Description of Requirement Compliance/ Deviations
Page No. where the
functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
Features All optical fiber patch leads shall comprise of OM3 multimode 50/125µm fiber with SC, fiber connectors terminated at each end. The optical fiber patch leads shall comply with the following specifications:
Connector: Zirconia ceramic ferrule
Pre-radiuses and pre-polished ferrule
Epoxy type fiber encapsulation
Colour-coded connector boots fitted to connectors on duplex patch leads.
Dust caps shall be fitted on each connector at the assembly
Cable: 50/125µm, MM
Strength member: aramid yarn
Insertion loss less than 0.5db
Retention strength 11.24lbs
Item No. –18: PVC Conduit for MM Fiber (Qty.: 1,250 mtr.)
Item Description of Requirement Compliance/ Deviations
Page No. where the
functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
Features PVC Conduit 40mm ISI mark including all accessories
Item No. –19: HDPE for MM Fiber (Qty.: 50 mtr.)
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 40 of 53 (After pre-bid) Signature & Seal of the Tenderer
Item Description of Requirement Compliance/ Deviations
Page No. where the
functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
Features HDPE for MM Fiber, 40/33 MM ISI mark including all accessories
Item No. –20: Laying of Cat 6 UTP etc.
Item Description of Requirement Compliance/ Deviations
Page No. where the
functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
Features Conduiting and channeling of PVC Conduits/ Casing Caping on walls. The Conduits/ Casing Caping shall be marked with “IT Wiring” at regular interval of lengths as an identification mark, I/O Fixing & Termination at Both Ends, Cable Laying of UTP Cable, testing & certification for UTP IO Nodes, etc.
Item No. –21: Laying of Fiber etc.
Item Description of Requirement Compliance/ Deviations
Page No. where the functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
Features Laying, Digging/ trenching and filling of fiber and other media or service component as applicable according to industry norms are part of supply, installation & commissioning, testing & certification of Fiber Cores
Item No. –22: Splicing of MM Fiber (Qty.: 132 no.)
Item Description of Requirement Compliance/ Deviations
Page No. where the
functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
Features Splicing & terminating MM fiber in LIU.
Item No. –23: UTM (Unified threat management) (Qty: 1 nos.)
Item Description of Requirement Compliance/ Page No.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 41 of 53 (After pre-bid) Signature & Seal of the Tenderer
Deviations where the
functionality / specs are mentioned
Model Offered Mention Make
Make Offered Mention Model
General requirements
The Firewall must be appliance based and should facilitate multi-application environment. The firewall should be ICSA certified. The plateform should be based on realtime, secure embedded operating system. The proposed system shall support unlimited IP/user license for Firewall/ VPN (IP Sec. & SSL) It Should support Http, Https, SSH, Telnet, SNMP based management console for managing and configuring various components of the appliance. It should be IPv6 ready and rack mountable
Networking and system performance requirements
It should support IEEE802.3ad (link aggregation), VLAN supported: 1K or higher, should support ISP failover and ISP load sharing for outbound traffic, should support dynamic routing protocol for RIP1&2, OSPF, OSPFv3, BGP etc., should support static, policy based and multicast routing, Firewall throughput:5 gbps or higher and scalable, concurrent sessions: 5lacs or higher, new session per second 15K or higher, IPS throughput:500 Mbps or higher and scalable with additional module, VPN tunnel: 2K or higher.
Operating system & Management requirements
Upgradable via web UI or TFTP, backup and restore via GUI, CLI/remote management, Should support profile based login account administration, event log management
Firewall Requirement
Deployment mode: stealth mode/ Bridging/Transparent mode, traffic handling/QoS functionality, NAT support, inbound port forwarding, IPv6 ACL support Filtering: Telnet, FTP, SMTP, HTTP, DNS, ICMP,DHCP, RPC, SNMP, BGP, IMAP, NFS etc. FTP and HTTP traffic inspection when deployed on non standard port
IPSEC VPN Requirement
L2TP, PPTP, IPSEC, SSL VPN support without external hardware, Multi-zone VPN tunnels, IPSec, ESP security. Encryption: IPSEC, DES, 3DES, AES. MD5 or SHA1 support, NAT traversal, extended
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 42 of 53 (After pre-bid) Signature & Seal of the Tenderer
authentication, Hub and spoke architecture support, redundant gateway architecture support, DDNS support
SSL VPN requirement
Should support both web access and tunnel mode for clients. The proposed solution shall allow administrators to create multiple bookmarks to add to a group and make these bookmarks available for SSL-VPN users.
Network Intrusion detection and prevention system
Built-in signature and anomaly based IPS engine, denial of service, signature based detection using real time updated database, custom IPS signature creation by administrator, configurable IPS filter to selectively implement signatures based on severity, target (client/server), protocol, OS and application types. Supports user-defined signatures with regular expressions,
Anti virus System Requirements
The proposed system should be able to block, allow or monitor only using AV signatures and file blocking based on firewall policy, block and intercept (allow but quarantine) attachments or downloads according to file extensions and/ or file types, the solution should be capable scanning Encrypted VPN tunnel traffic originating from the unit for virus
Web content filtering system Requirements:
Should support 40 or higher categories, firewall authenticated user groups for HTTP and HTTPS traffic, able to block web plug ins like active java applet, cookies etc.
Application content filtering system Requirements
Identification and control of popular IM & P2P applications like KaZaa, BitTorrent etc.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 43 of 53 (After pre-bid) Signature & Seal of the Tenderer
Schedule XIV: Proposed layout at BSER, Ajmer Ground Floor
First Floor
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 44 of 53 (After pre-bid) Signature & Seal of the Tenderer
Second Floor
Third Floor
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 45 of 53 (After pre-bid) Signature & Seal of the Tenderer
Fourth Floor
OFC Backbone
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 46 of 53 (After pre-bid) Signature & Seal of the Tenderer
Schedule XV: Authorization Certificates
A. CERTIFICATE
Undertaking of Authenticity for Supplies
(On Rs. 100/- non-judicial stamp paper)
This has reference to all IT Resources namely networking components etc. being quoted / to be
supplied by our company against the tender no. ____________________ dated
____________.
We hereby undertake that all the components / parts/ assembly/ hardwares such as networking
components etc. to be used in the above mentioned IT Resources shall be original, new,
genuine and as per the said technical specifications from respective OEM(s) of the quoted
products. It is also certified that no refurbished/ duplicate/ second hand components/
parts/assembly/ software are being used or shall be used.
We undertake that an authorized license certificate (eg. Product Keys on Certification of
Authenticity) shall be supplied in case of all hardware & software and further that it shall be
sourced from its Principal Company or authorized source for use in India.
We also undertake that our firm and OEM firm has never been blacklisted or debarred from
doing business by any Government Department / PSU / Bank in Rajasthan. I/We have not
imposed any condition in conflict with the tender condition if it is found it should be treated as
withdrawn. No Criminal case(s) has been Instituted/Pending against us by Government
Department / PSU / Bank in Rajasthan, regarding any supply and contracts with our firm. We
have never breached any contractual liability to any Government Department / PSU / Bank in
Rajasthan.
If this declaration is found to be incorrect and we are found not complying with the above at any
point of time that without prejudice to any other action that may be taken including the forfeiture
of EMD, security deposits and the tender if accepted/ order if given may be cancelled.
Authorized signatory
Name:
Designation:
(i) The tenderer is required to submit in original this undertaking from the OEMs of the
networking components etc. being quoted.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 47 of 53 (After pre-bid) Signature & Seal of the Tenderer
B. “Authorization Certificate” to be issued by the manufacturer (OEM) of the all
products in ORIGINAL in the favour of Distributor / dealer / channel partner on the company letterhead
NIT No. F 4.3(202)/RajCOMP/Tech/10/____/__-__-2011. This is to certify that M/s...................................................................................... (Name, complete address, city) are our authorized ……………................. (Distributor / Dealer / Channel partner) for the sale, support and services for...................................................... (Name of the product(s)). We undertake that we would provide the support for the above hardware product(s) during the three year onsite comprehensive warranty/ guarantee and further for two year CAMC period including spares of the supplied product/ products. Our technical support/ assistance centers (Name, address & communication details) shall provide telephonic or web support. Below are the required details: 1…………………… 2…………………… 3…………………… (Signature with seal / stamp of the company) Name: Designation: Note: This Letter of authority should be on the letterhead of the concerned manufacturer and should be signed by a person competent and having the power of attorney to bind the manufacturer.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 48 of 53 (After pre-bid) Signature & Seal of the Tenderer
Schedule XVI: Draft Agreement
1 . An agreement made th is Date of Agreement between (Your company Name & Address) (here ina f ter cal led “ the approved suppl ier " , wh ich express ion sha l l , where the contex t so admits , be deemed to inc lude h is he irs successors , executors and admin is t rators of the one par t and the “RajCOMP Info Serv ices L td . " which express ion sha l l , where the context so admits , be deemed to inc lude h is successors in of f ice and ass igns of the o ther par t .
2 . Whereas the approved supp l ier has agreed wi th the RajCOMP Info Services Ltd. to supp ly to the Managing Director , RajCOMP Info Services Ltd. , Yojana Bhawan, Ja ipur to Board of Secondary Educat ion, Rajasthan, Ajmer , a l l those ar t ic les set for th in the let ters Our Order No.____________________________ appended hereto in the manner set for th in the cond i t ions of the tender and contract appended herewith and at the rates se t for th in the said order .
3. And whereas the approved supp l ie r has depos i ted a sum of Rs._____________ in ________________________.
(1) Cash/Bank Draf t /Chal lan No. /Banker Cheque No. ___ dt ._________.
(2) Post Of f icer Sav ings Bank Pass Book du ly hypothecated to the Depar tmental author i ty.
(3) Nat iona l Sav ings Cer t i f icates/Defence Savings Cer t i f icates, Kisan V ikas Patras, or any other scr ipt / ins t rument under Nat iona l Saving Schemes for promot ion of Smal l Sav ings, i f the same ca n be p ledged under the re levant ru le, as secur i t y for the due per formance of the aforesa id agreement wh ich has been formal ly t ransfer red to RajCOMP Info Serv ices Ltd.
4. Now these Presents wi tness:
(1) In cons iderat ion of the payment to be made by the RajCOMP Info Serv ices Ltd. through DD at the rates set for th in the Schedule s hereto appended the approved supp l ier wi l l du ly supply the sa id ar t ic les set for th in le t ters nos. Our Order No._________________________ dated __/__/20__ thereof in the manner set for th in the cond i t ions of the tender and contract .
(2) The cond i t ions of the tender and contrac t for open tender enc losed to the Tender Not ice No. F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 and also appended to th is agreement wi l l be deem ed to be taken as par t of th is agreement and are b ind ing on the par t ies execut ing th is agreement
(3) Your Offer/Tender No. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . dated . . . . . . . . . . . . . . rece ived f rom tenderer and let ters Our Order No.______________________________ issued by the RajCOMP Info Serv ices Ltd. and appended to th is agreement shal l a lso form par t of th is agreement .
(4) (a) The RajCOMP Info Serv ices Ltd . do hereby agree tha t i f the approved supp l ier sha l l duly supply the sa id ar t ic les in the manner aforesa id observe and keep the sa id terms and cond i t ions, the RajCOMP Info Services Ltd. wi l l through DD pay or cause to be pa id to the approved supp l ier at the t ime and the manner set for th in the sa id condi t ions , the amount payab le for each and every cons ignment .
(b) The mode of Paym ent wi l l be as spec i f ied in c lause XI of Schedule X.
5. The de l iver y and Ins ta l la t ion shal l be a f fec ted and completed wi th in the per iod as spec i f ied in the supp ly order .
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 49 of 53 (After pre-bid) Signature & Seal of the Tenderer
6. (1) ( i ) In case of ex tens ion in the de l iver y and/or ins ta l la t ion per iod wi th l iqu idated damages , the recovery shal l be made on the bas is of fo l lowing percentages of value of s tores which the tenderer has fa i led to supply and complete the work : -
(a) Delay up to one fourth period of the prescribed delivery period, successful installation & completion of work
2.5%
(b) Delay exceeding one fourth but not exceeding half of the prescribed delivery period, successful installation & completion of work.
5.0%
(c) Delay exceeding half but not exceeding three fourth of the prescribed delivery period, successful installation & completion of work.
7.5%
(d) Delay exceeding three fourth of the prescribed delivery period, successful installation & completion of work.
10.0%
Note: ( i ) Fract ion of a day in reckoning per iod of delay in supp l ies / maintenance serv ices shal l be e l im inated i f i t is less than ha l f a day.
( i i ) The maximum amount of agreed l iqu ida ted damages sha l l be 10%
( i i i ) I f the suppl ier requ i res an extens ion of t ime in com ple t ion of contractua l supp ly on account of occurrence of any h indrances, he sha l l app ly in wr i t ing to the author i t y which had p laced the supp ly order , for the same immediate ly on occurrence of the h indrance but not af ter the s t ipu lated date of comple t ion of supp ly.
(2) . De l ivery per iod may be extended wi th or wi thout l iqu idated damages i f the de lay in the supp ly of goods in on account of h indrances beyond the contro l of the tenderer .
(4) . SLA sha l l be as per c lause 4 5 of Schedu le XI . 7. Al l d isputes ar is ing out of th is agreement and a l l quest ions re lat ing to the
in terpretat ion of th is agreement sha l l be dec ided by the Ra jCOMP Info Serv ices Ltd. and the dec is ion of the RajCOMP Info Serv ices Ltd . sha l l be f ina l . In wi tness whereof the par t ies hereto have set th eir hands on the Date of Agreement.
8. Comprehens ive ons i te warranty/ guarantee a long wi th CAMC wi th spare par ts for a l l hardware i tems shal l be prov ided by vendor as per c lause 21 of Schedule XI of the tender .
Signature of the Approved supp l ier
Signature for and on beha l f of Manag ing Direc tor , RajCOMP Info Serv ices Ltd.
Des ignat ion:
Date:
Date:
W itness No.1 1. W itness W itness No.2 2. W itness
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 50 of 53 (After pre-bid) Signature & Seal of the Tenderer
Schedule XVII: BSER, Ajmer Delivery & Installation Details
All items should be delivered and installed as per the following details. The actual supply quantity along with the location address would be provided along with the final supply order:
S. No
Items BSER, Ajmer
Local Area Networking (The quantities for the LAN components are estimated. The payment would be done as per actual quantity consumed at the site of LAN installation and attached/ approved Network Diagram subject to certification/ justified requirements.)
1. Modular L3 switch with 24 Manageable Gigabit SFP ports including 4 dual purpose ports which can be used as SFP slot or can be used as RJ-45
1 Nos.
2. Modular L2 switch with 24 Manageable 10/100 Mbps ports (all port PoE enabled), 2 additional dual purpose ports which can be used as SFP slot or can be used as RF-45
5 Nos.
3. Modular L2 switch with 48 Manageable 10/100 Mbps ports (all port PoE enabled), 2 additional dual purpose ports which can be used as SFP slot or can be used as RF-45
6 Nos.
4. 1 PORT SFP, MM FIBER TRANSCEIVER Giga 42 Nos.
S. No
Passive Components for LAN BSER, Ajmer
5. CAT6 UTP CABLE, IN MTRS 21000
6. CAT6 I/O WITH shutter face plate with SMB 350
7. CAT6 1 MTR PATCH CORD 408
8. CAT6 3 MTR PATCH CORD 350
9. CAT6 24 PORT Loaded JACK PANEL 17
10. Fiber Cable, Multimode 50 Micron, 6 Core, in mtrs 2500
11. LIU, 24 Port, Rackmounted, with Blank SC adapter plate (L3 switch) 3
12. LIU, 12 Port, Rackmounted, with Blank SC adapter plate (L2 switch) 10
13. SC Duplex Adapter, MM 120
14. SC Optical fiber pigtail (MM) 120
15. SC-LC Patch cord, Duplex, MM, 3 mtr 42
16. 15U Wall Mount Rack with Accessories 10
17. 32U Floor Standing Rack with Accessories 1
18. PVC conduiting 7000 mtr.
19. HDPE for MM fiber 50 mtr.
20. Laying of cat6 UTP, Fiber, digging/trenching, splicing & terminating of fiber
Note: Where mounting chords are not used, sufficient number of RJ-45 Connectors to be provided in order to make required patch chords.
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 51 of 53 (After pre-bid) Signature & Seal of the Tenderer
Schedule XVIII: Financial Bid (Local Area Networking) Name of the Company/Firm: _________________________________________________________________________ Address for Correspondence: ________________________________________________________________________
Item No. Item (as per
specifications mentioned in the
technical bid)
Make & Model
Est.
Qty.
Unit Price with Three Year Onsite
Comprehensive Warranty
(INR)
VAT CVAT SERVICE TAX
Total Unit Price
(INR)
Total Cost
(INR)
Cost of additional
FIRST year CAMC
(INR)
Cost of additional
SECOND year CAMC
(INR)
% Amount
(INR) %
Amount
(INR) %
Amount
(INR)
1 2 3 4 5 6 7 8 9 10 11 12=5+7+9+11 13=4x12 14 15
1.
Modular L3 switch with 24 Manageable Gigabit SFP ports including 4 dual purpose ports which can be used as SFP slot or can be used as RJ-45
1
Nos.
2.
Modular L2 switch with 24 Manageable 10/100 Mbps ports (all port PoE enabled), 2 additional dual purpose ports which can be used as SFP slot or can be used as RF-45
5
Nos.
3.
Modular L2 switch with 48 Manageable 10/100 Mbps ports (all port PoE enabled), 2 additional dual purpose ports which can be used as SFP slot or can be used as RF-45
6
Nos.
4. 1 PORT SFP, MM FIBER TRANSCEIVER Giga
42
Nos.
5. CAT6 UTP CABLE, IN MTRS
21000
6. CAT6 I/O WITH shutter face plate with SMB
350
7. CAT6 1 MTR PATCH CORD
408
8. CAT6 3 MTR PATCH CORD
350
9. CAT6 24 PORT Loaded JACK PANEL
17
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 52 of 53 (After pre-bid) Signature & Seal of the Tenderer
10. Optical Fiber Cable, Multimode 50 Micron, 6 Core, in mtrs
2500
11.
LIU, 24 Port, Rackmounted, with Blank SC adapter plate (L3 switch)
3
12.
LIU, 12 Port, Rackmounted, with Blank SC adapter plate (L2 switch)
10
13. SC, Adapter, duplex, MM 120
14. SC, MM, Optical fiber Pigtail
120
15. SC-LC Patch cord, Duplex, MM, 3 mtr
42
16. 15U Wall Mount Rack with Accessories
10
17. 32U Floor Standing Rack with Accessories
1
18.
Laying, conduiting/casing/ capping, Digging/ trenching, filling, splicing & terminating of fiber and other media or service component as applicable according to industry norms are part of supply, installation & commissioning.
As per
actuals
19. UTM 1 Nos
20. Others (if any)*
Total =
Total amount (in Rs.)
Total in words:- Rupees________________________________________________________________________________________only
RajCOMP Info Services Ltd. Regd. Office - C-Block, Ist Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005
F1.9(33)/RISL/Misc/11/767 Dated: 27.09.2011 Page 53 of 53 (After pre-bid) Signature & Seal of the Tenderer
* For integration of networking hardware and allied items.
1. The above quoted costs/ prices are inclusive of all Govt. taxes and any other levies. (e.g. Service Tax, VAT, CVAT etc.)
2. In case of any discrepancy between unit rates multiplies with qty & total amount, then the amount calculated from unit rates multiplied with
qty would prevail.
3. Qty. mentioned is only for the purpose of preparation of comparative statement. Qty. may vary as per requirement at site.
4. The selected Tenderer would be required to study the LAN site and prepare layout design and BOM for material required.
5. Underground cabling should be strictly as per the technical specifications. The route should be marked with route markers.
6. All rates quoted must be FOR destination and should include CAMC as per the condition no.21 of Schedule XI
7. Rates in percentage and amount of CVAT and RST should be mentioned against relevant items. If RST/CVAT is/are exempted, then
exemption certificate(s) is/are to be enclosed.
8. Service tax is applicable as per norms on the service part of LAN.
9. Reproduced / re-word-processed formats or Tenderer own formats for the price quotations will disqualify the tender.
10. Insurance of transit shall be the responsibility of the vendor.
11. Financial comparison would be done on the basis of price quoted for total items.
12. In case of Any Discrepancies between rates in figures & in words, whichever is less would prevail.
13. Goods to be purchased are for the purpose of Official/Government use hence octori will not be payable.
14. No condition will be entertained and conditional tender will be liable to be rejected
15. The tenderer must bid for all the items within a package. Partial bidding would disqualify the tenderer.
16. Tenderer may be further required to submit a detailed component wise breakup as and when required.
17. Road cuts and concrete cuts should be repaired properly.
(Signature & seal of the tenderer)
Name with Designation:
top related