the revised tender document is enclosed herewith -...

145
No. 10(28)/2015-NICSI NATIONAL INFORMATICS CENTRE SERVICES INC. (NICSI) (A Government of India Enterprise under NIC) Ministry of Electronics & Information Technology Hall No. – 2 & 3, 6 th Floor, NBCC Tower 15, Bhikaiji Cama Place, New Delhi: - 110 066 Phone: 91-11-26105054 Fax: 91-11-26105212 Email: [email protected] Date: - 05.09.2016 Corrigendum-X NOTICE NO: NICSI/LOCAL AREA NETWORK/2015/47 Refer NICSI’s open tender no. NICSI/LOCAL AREA NETWORK/2015/47 for Empanelment of Vendors for Suppy, Installation and Commissioning of Local Area Network (LAN). 2. The Revised tender document is enclosed herewith: 3. All other modifications/Corrigendum in future will be published on http://www.nicsi.nic.in/tenders.asp & https://eproc-nicsi.nic.in/nicgep/app and also publish on https://eprocure.gov.in/cppp only. All other terms and conditions of the tender document will remain the same. Sd/- Authorized Signatory For information to: - 1. All concern thorough NICSI websites http://www.nicsi.nic.in/tenders.asp & https://eproc-nicsi.nic.in/nicgep/app only. 2. Notice Board of NICSI

Upload: buinguyet

Post on 19-Aug-2018

227 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

No. 10(28)/2015-NICSI NATIONAL INFORMATICS CENTRE SERVICES INC.

(NICSI) (A Government of India Enterprise under NIC)

Ministry of Electronics & Information Technology Hall No. – 2 & 3, 6th Floor, NBCC Tower

15, Bhikaiji Cama Place, New Delhi: - 110 066 Phone: 91-11-26105054 Fax: 91-11-26105212

Email: [email protected]

Date: - 05.09.2016 Corrigendum-X

NOTICE NO: NICSI/LOCAL AREA NETWORK/2015/47

Refer NICSI’s open tender no. NICSI/LOCAL AREA NETWORK/2015/47 for Empanelment of Vendors for Suppy, Installation and Commissioning of Local Area Network (LAN).

2. The Revised tender document is enclosed herewith: 3. All other modifications/Corrigendum in future will be published on http://www.nicsi.nic.in/tenders.asp & https://eproc-nicsi.nic.in/nicgep/app and also publish on https://eprocure.gov.in/cppp only. All other terms and conditions of the tender document will remain the same.

Sd/- Authorized Signatory

For information to: -

1. All concern thorough NICSI websites http://www.nicsi.nic.in/tenders.asp & https://eproc-nicsi.nic.in/nicgep/app only.

2. Notice Board of NICSI

Page 2: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 1 of 144

eoi

2016

NATIONAL INFORMATICS CENTRE SERVICES INC. (NICSI)

(A Government of India Enterprise under NIC)

Ministry of Communications & Information Technology

REVISED TENDER DOCUMENT FOR

EMPANELMENT OF VENDORS

FOR

SUPPLY, INSTALLATION AND COMMISSIONING

OF

LOCAL AREA NETWORK (LAN)

(Tender Number: NICSI/LOCAL AREA NETWORK/2015/47 )

H A L L N O . 2 & 3 , 1 S T F L O O R , N B C C T O W E R , 1 5 , B H I K A J I C A M A P L A C E , N E W D E L H I –

1 1 0 0 6 6 . T E L – 2 6 1 0 5 0 5 4 , F A X - 2 6 1 0 5 2 1 2

Page 3: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 2 of 144

KEY DATES

Tender No. NICSI/LOCAL AREA NETWORK/2015/47

Name of Organization NATIONAL INFORMATICS CENTRE SERVICES INCORPORATED (NICSI)

Last Date and Time for Uploading of Bids

14.09.2016 till 1500 hours

Date and Time of Opening of Technical Bids

15.09.2016 at 1530 hours

Address for Communication Dy. Manager (Tender) NICSI, 1

st Floor, NBCC Tower

Bhikaji Kama Place, New Delhi Email: [email protected] NICSI eProcurement website: http://eproc-nicsi.nic.in

Page 4: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 3 of 144

TABLE OF CONTENTS

DISCLAIMER ........................................................................................................................... 5

1 ABBREVIATIONS............................................................................................................. 6

2 INTRODUCTION .............................................................................................................. 8

2.1 ABOUT NICSI..................................................................................................................................................... 8

2.2 OBJECTIVE OF TENDER...................................................................................................................................... 8

2.3 TENDER AVAILABILITY ........................................................................................................................................ 9

3 SCOPE OF SERVICES ..................................................................................................... 10

3.1 LAN SURVEY AND DOCUMENT PREPARATION ................................................................................................ 10

3.2 SUPPLY OF LAN PASSIVE ITEMS/EQUIPMENT’S, LAYING OF CABLES AND INSTALLATION:.............................. 11

3.3 INSTALLATION & CONFIGURATION OF LAN ACTIVE EQUIPMENT’S:.................................................................. 11

3.4 ADDITIONAL SUPPORT OF MANPOWER FOR LAN * ......................................................................................... 12

3.4.1 Full-time Onsite Support: ..................................................................................................................... 12

3.4.2 On-Call Support: ................................................................................................................................... 12

4 WORK ALLOCATION ...................................................................................................... 14

4.1 WORK ALLOCATION ......................................................................................................................................... 14

4.2 AWARD CRITERIA ............................................................................................................................................. 14

4.3 QUALIFICATION CRITERIA ................................................................................................................................ 15

4.4 BIDDER’S QUALIFICATION CRITERIA ................................................................................................................ 15

4.4.1 Generic qualification Criteria (applicable for all Categories): ......................................................... 15

4.4.2 Specific Pre-qualification Criteria for Category 1A: ......................................................................... 16

4.4.3 Specific Pre-qualification Criteria for Category 1 B: ........................................................................ 17

4.4.4 Specific Pre-qualification Criteria for Category 2: ............................................................................ 18

4.5 PRE-QUALIFICATION CRITERIA FOR BIDDER’S PARTNER (OEM ) FOR PASSIVE COMPONENTS: .................. 19

Pre-Qualification Criteria for Bidder’s Partner (OEM) for Active Components: ............................................. 20

4.6 TECHNICAL EVALUATION ................................................................................................................................. 22

4.7 FINANCIAL EVALUATION ................................................................................................................................... 22

5 BIDDING PROCESS ........................................................................................................ 24

5.1 IMPORTANT DATES........................................................................................................................................... 24

5.2 ONLINE BID SUBMISSION ................................................................................................................................. 25

5.3 EARNEST MONEY DEPOSIT (EMD) ................................................................................................................. 27

5.4 BID OPENING.................................................................................................................................................... 29

5.5 TECHNICAL EVALUATION PROCESS................................................................................................................. 29

5.6 EVALUATION OF FINANCIAL BIDS ..................................................................................................................... 30

6 AWARD OF CONTRACT (EMPANELMENT) ....................................................................... 32

6.1 EMPANELMENT PROCESS ................................................................................................................................ 32

6.2 CONDITIONS RELATED TO AWARD OF WORK ................................................................................................... 32

6.3 SECURITY DEPOSIT AND PBG ......................................................................................................................... 33

6.4 PAYMENT TERMS ............................................................................................................................................. 33

6.5 SERVICE LEVEL AGREEMENT .......................................................................................................................... 35

6.6 REFUND OF EMD & SECURITY DEPOSIT ........................................................................................................ 36

7 OTHER TERMS AND CONDITIONS ................................................................................... 37

Page 5: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 4 of 144

7.1 MICRO, SMALL & MEDIUM ENTERPRISES DEVELOPMENT ACT ...................................................................... 37

7.2 DOMESTIC MANUFACTURER CLAUSE .............................................................................................................. 37

7.3 FORCE MAJEURE ............................................................................................................................................. 38

7.4 TERMINATION FOR DEFAULT ............................................................................................................................ 38

7.5 TERMINATION FOR INSOLVENCY ...................................................................................................................... 39

7.6 LIMITATION OF LIABILITY .................................................................................................................................. 39

7.7 INDEMNITY ........................................................................................................................................................ 39

7.8 ARBITRATION .................................................................................................................................................... 39

7.9 CONCILIATION .................................................................................................................................................. 40

7.10 APPLICABLE LAW ............................................................................................................................................. 40

8 ANNEXURES .................................................................................................................. 42

8.1 ANNEXURE 1: BIDDER’S PROFILE .................................................................................................................... 42

8.2 ANNEXURE 2: COMPLIANCE SHEET FOR OEM ............................................................................................... 43

8.3 ANNEXURE 3: SITE SURVEY DOCUMENT ........................................................................................................ 44

8.4 ANNEXURE 4: INSTALLATION CERTIFICATE ..................................................................................................... 45

8.5 ANNEXURE 5: SITE NOT READY CERTIFICATE ................................................................................................ 46

8.6 ANNEXURE 6: TECHNICAL SPECIFICATIONS FOR CATEGORY 1 A.................................................................. 48

8.6.1 Table 1: Passive Components ............................................................................................................ 48

8.6.2 Table 2: Racks ...................................................................................................................................... 53

8.6.3 Table 3: Fibre Components ........................................................................................................................ 55

8.7 ANNEXURE 7: TECHNICAL SPECIFICATIONS FOR CATEGORY 1 B ......................................................................... 61

8.7.1Table 1: Active Components ........................................................................................................................ 61

8.8 ANNEXURE 8: TECHNICAL SPECIFICATIONS FOR CATEGORY 2 ............................................................................. 69

8.8.1Table 1: GPON Components ....................................................................................................................... 69

8.8.2 Table 2: Data Centre ................................................................................................................................... 81

8.9 ANNEXURE 9: FINANCIAL BID LETTER .................................................................................................................... 85

8.10 ANNEXURE 10: DETAILED COSTING FOR CATEGORY 1 A & CATEGORY 2 ......................................................... 87

8.10.1 Table 1: Passive Components ................................................................................................................. 87

8.10.2 Table 2: Racks ............................................................................................................................................ 90

8.10.3 Table 3: Fibre Components .................................................................................................................... 92

8.10.4 Table 4: Services ..................................................................................................................................... 101

8.11 ANNEXURE 11: DETAILED COSTING FOR CATEGORY 1 B ................................................................................. 110

8.11.1 Table 1: Active Components .................................................................................................................. 110

8.11.2 Table 2: Installation and Manpower ..................................................................................................... 115

8.12 ANNEXURE 12: DETAILED COSTING FOR CATEGORY 2 ..................................................................................... 118

8.12.1 Table 1: Fiber and GPON Components................................................................................................ 118

8.10.2 Table 2: Data Center Hardware / Software .......................................................................................... 124

8.12.2 Table 3: Services ..................................................................................................................................... 129

8.13 ANNEXURE 13: FINANCIAL SELECTION CRITERIA .............................................................................................. 135

8.14 ANNEXURE 14: MANUFACTURER’S AUTHORIZATION FORM .............................................................................. 137

8.15 ANNEXURE 15: PMA FORMAT ........................................................................................................................... 139

8.16 ANNEXURE 16: BANK GUARANTEE FORMAT FOR FURNISHING SECURITY DEPOSIT ....................................... 141

8.17 ANNEXURE 17: BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITY .................................................. 142

8.18 ANNEXURE 18: BANK GUARANTEE FORMAT FOR FURNISHING EARNEST MONEY DEPOSIT ............................ 144

Page 6: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 5 of 144

Disclaimer

This Request for Proposal (“RFP”) is issued by National Informatics Center Services Inc (NICSI).

Whilst the information in this RFP has been prepared in good faith, it is not and does not purport to be comprehensive or

to have been independently verified. Neither NICSI , nor any of its officers or employees, nor any of their advisers nor

consultants accept any liability or responsibility for the accuracy, reasonableness or completeness of, or for any errors,

omissions or misstatements, negligent or otherwise, relating to the Scope of work specified herein or makes any

representation or warranty, express or implied, with respect to the information contained in this RFP or on which this RFP

is based or with respect to any written or oral information made or to be made available to any of the recipients or their

professional advisers and, so far as permitted by law and except in the case of fraudulent misrepresentation by the party

concerned, and liability therefore is hereby expressly disclaimed.

The information contained in this RFP is selective and is subject to updating, expansion, revision and amendment at the

sole discretion of NICSI. It does not, and does not purport to, contain all the information that a recipient may require for

the purposes for making a decision for participation in this process. Neither NICSI nor any of its officers, employees nor

any of its advisors nor consultants undertakes to provide any Party with access to any additional information or to update

the information in this RFP or to correct any inaccuracies therein which may become apparent. Each Party must conduct

its own analysis of the information contained in this RFP and subsequent information shared by the User Departments

post empanelment, to correct any inaccuracies therein and is advised to carry out its own investigation into the proposed

Empanelment, the regulatory regime which applies thereto and by and all matters pertinent to the NICSI and to seek its

own professional advice on the legal, financial and regulatory consequences of entering into any agreement or

arrangement relating to the Empanelment.

Page 7: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 6 of 144

1 Abbreviations

S.No. Abbreviations Description

1. ACL Access Control List

2. BG Bank Guarantee

3. CST Central Sales Tax

4. DFPR Delegation of Financial Power Rules

5. DeitY Department of Electronics and Information Technology

6. DSCP Differentiated Services Code Point

7. EIA Electronic Industries Alliance

8. EMD Earnest Money Deposit

9. GFR General Financial Rules

10. GTV Grand Total Value

11. I.T. Information Technology

12. ICT Information and Communication Technology

13. IEC International Electro technical Commission

14. IEEE The Institute of Electrical and Electronics Engineers

15. IGMP Internet Group Management Protocol

16. IP Internet Protocol

17. IPv4 Internet Protocol Version 4

18. IPv6 Internet Protocol Version 6

19. ISO International Organization for Standardization

20. LAN Local Area Network

21. LST Local Services Tax

22. MAC Media Access Control

23. MIB Management Information Base

24. MPLS Multiprotocol Label Switching

25. MSDP Multicast Source Discovery Protocol

26. NIC National Informatics Centre

27. NICSI National Informatics Centre Services Inc.

28. OEM Original Equipment Manufacturer

29. P.O. Purchase Order

30. PACL Port-Based Access Control List

31. PAN Permanent Account Number

32. PBG Performance Bank Guarantee

33. PDF Portable Document Format

34. PoE Power over Ethernet

Page 8: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 7 of 144

S.No. Abbreviations Description

35. PSU Public Sector Undertakings

36. PVC Poly Vinyl Chloride

37. RFC Request for Comment (IETF Specification document)

38. RFP Request for Proposal

39. RIP Routing Information Protocol

40. SFP Small Form-factor Pluggable Transceiver

41. SLA Service Level Agreement

42. SNR Site Not Ready

43. TEC Technical Evaluation Committee

44. TIA Telecommunications Industry Association

45. UT Union Territory

46. VAT Value Added Tax

47. VLAN Virtual LAN

48. WO Work Order

Page 9: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 8 of 144

2 Introduction

2.1 About NICSI

The National Informatics Centre Services Inc. (NICSI) was set up in 1995 as a section 25 Company under National Informatics Centre (NIC), Ministry of Communications & Information Technology, Government of India to provide total IT solutions to the Government organizations. NICSI provides services for a number of e-Governance projects undertaken by NIC, Department of Information technology (DeitY) and other Government departments (including PSU) of Centre and State Govt. Key Operational Objectives:

To provide economic, scientific, technological, social and cultural development of India by promoting

the utilization of Information Technology. Computer-Communication Networks, Informatics etc. by a

spin-off of the services, technologies, infrastructure and expertise developed by the NIC of the

Government of India including its Computer-Communication Network, NICNET and associated

infrastructure and services.

To promote further development of services, technologies, infrastructure and expertise

supplementing that developed by NIC in directions which will increase the revenue earning capacity

of NIC.

To develop and promote value added computer and computer-communications services over the

basic infrastructure and services developed by NIC including NICNET.

In furtherance of these objectives, NICSI has been providing various Products & Services to organizations in the Central Government, State Governments and PSUs etc. Products and Services include Hardware, Systems Software, Application Software, Software Development, Intra-Networking, Wide Area Networking, Video Conferencing, I.T. Consultancy, I.T. Implementation Support among others. NICSI’s procurement processes are fully compliant with GFR rules of Government of India.

2.2 Objective of Tender

Through this tender, NICSI envisages empanelling Vendors on all-India basis for Supply, Installation, and

Commissioning of Local Area network (LAN), Structured Cabling, Active and Passive Networking

Components and GPON for meeting the client departments/ own requirements, as the case may be. NICSI

will empanel the bidders under 2 (Two ) categories as detailed in section 4.1 below for a period of (2) two

years which can be extended through mutual consent for a further period of (1) one year. NICSI being the

complete ICT solution provider receives enquiries from various user Government departments for the

establishment of LAN, procurement and supply of networking (active and passive) components. In order to

utilize the expertise of private sector agencies and their geographical spread, NICSI intends to set up a panel

of vendors, which shall undertake such tasks for NICSI. NICSI shall study the project requirements in

consultation with the client department and based on the pre-installation site survey, the empanelled vendor

shall prepare the detailed scope for the LAN establishment. The detailed scope shall be used to further call

for the technical presentations if required from all the empanelled vendors and the most suited vendor for

undertaking the assignment will be contracted on the rates as agreed under this tender.

Sealed tenders, valid for a period of 120 days from the date of opening, are invited from eligible

bidders for NICSI empanelment for Supply, Installation and Commissioning of Local Area Network

(LAN) on all India basis.

Page 10: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 9 of 144

This tender will be used for turkey projects for LAN only. Individual equipment’s will not be procured

through this tender.

The empanelment will be done as per the Scheme of Categorization, as defined in Section 4.

NICSI reserves the right to reject any or all bids for inappropriateness or incompleteness or for any

other reason.

2.3 Tender Availability

The tender document will be available at NICSI e-procurement site http://eproc-nicsi.nic.in. Prospective

bidders desirous of participating in this tender may view and download the tender document free of cost from

above mentioned website.

Page 11: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 10 of 144

3 Scope of Services

The sites at which the required work is to be carried out can be NICSI’s own offices or as per its clients/ users

requirement. The empanelled vendors will be required to carry out some/ all of the below mentioned

activities. The detailed scope of work will be given by NICSI as per the requirements of NICSI’s own users or

its clients. All such work performed may be audited by a NIC/NICSI or any other Govt. agency.

3.1 LAN Survey and Document preparation

Agencies empanelled for providing LAN System Integration Services are required to carry out survey for each

site to study the exact requirements, after the placement of job order. The requirement may be

a. Setting up of new LANs b. Extension of existing LAN

Purpose of this exercise is to understand user’s network requirements, take stock of all existing network components & network infrastructure and to gather any other information required for providing required services at each site. This activity should be completed within 15 days after the issuance of order. NICSI/ NIC will do the necessary coordination required to carry out this activity. Empanelled agency will designate Project engineer for the site to coordinate with NICSI/NIC or its users/ client departments as the case may be. Empanelled agency will gather required data as per formats finalized in consultation with NICSI/NIC. Agency will prepare a detailed Project report for the site which should address LAN design, Engineering, Structured cabling Installation, Commissioning, testing & certification & documentation for easy maintenance. The aspects to be covered in detailed project report are as below:

LAN design - address total LAN node requirement (e.g. survey & prepare list of nodes locations) , modular design with provision for easy additions , meet all the application requirements , capable for data & video , use latest Gigabit fiber / CAT 6A / CAT6 technologies for backbone & edge , use of WLAN in open areas , easy integration with WAN.

Engineering - should prepare LAN IP addressing scheme, create building VLAN for segregation between user departments , creation of VLAN/ VPN across buildings & campus , address all the LAN issues , Switching configuration. The bidder needs to provide NMS and tools required for LAN monitoring. The agency will submit a pre-installation document which will include all above activity & BOM for deployment.

Structured cabling installation - cable routing on building blueprint / plan with scales & distances , integration of existing cabling infrastructure if required , identification of existing cable risers and equipment closets to be used, labeling plan for cabling infrastructure , marking & identification of entire LAN infrastructure , creation of separate cable trays / pathways / raceways if required , documentation/manuals required to be handed over to building administration for safe keep of cabling infrastructure. The proposed NMS must automatically discover manageable elements connected to the infrastructure and map the connectivity between them.

Commissioning , testing & documentation for maintenance – strategy for phase-wise installation & commissioning of LAN , Testing & certification of LAN components & cabling infrastructure , tools & manuals required for maintenance , suggest list of items to be stocked as spares for immediate fault rectification , schedules for periodic onsite maintenance of items, etc. Two copies of the Detailed

Page 12: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 11 of 144

Project report will be submitted to NICSI Project coordinator in form of printed, hard bound copies & two nos. of soft copies in CD/e-mail and one copy of the document should be given to client. The agency will submit a pre-installation document which will include all above activity & BOM for deployment. NICSI/NIC team(s) from States or Headquarter will coordinate for Survey or Audit whenever required.

3.2 Supply of LAN Passive items/equipment’s, laying of cables and

installation:

The shortlisted agency will supply all the passive LAN cabling equipment’s as per the Detailed Project Report

for a site, after placement of job order. The list of equipment’s to be supplied & their specifications are at

annex of this RFP.

The installation, commissioning & testing of the passive cabling infrastructure has to be completed within 6

weeks from issue of work order. The warranty for all passive components will be for a period of 1 year from

the date of installation.

All the installation work is to be carried out as per the relevant IEEE standards (ISO/IEC 11801:2002,

EIA/TIA 568C.2, EN50173). For this the empanelled agency will post Project Manager, certified in cabling

systems/LAN equipment’s as the case may be, at the site, till the completion of installation & commissioning

of the cabling/ LAN equipment’s. The empanelled agency will follow the Project report for the cabling routing

plan, labeling of the cabling infrastructure and the documentation of the cabling infrastructure for

maintenance & hand-over to building maintenance agency.

3.3 Installation & configuration of LAN active equipment’s:

The shortlisted agency will have to supply, install & configure all the active devices like Layer 2 / Layer 3 switches etc. for making the LAN operational at the site. IOS / software update for 5 years during the warranty period for Switches. The Switch needs to be updated with latest version of IOS. The LAN IP addressing scheme, proxy configuration , creation of in-building VLAN for segregation between user Ministries / departments, creation of VLAN/ VPN across buildings & campus , configuration for all the LAN security issues will be carried out by the empanelled agency as per the Project Report. The empanelled agency will also configure the client nodes for LAN. All the switches, proxy configurations & IP addressing scheme at clients’ site need to be documented for maintenance purposes by the empanelled agency and the copy of the same should be submitted to the client and NICSI. The installation, configuration & testing of LAN active devices has to be completed within 20 days after completion of passive cabling infrastructure installation at the site. The agency will submit a post installation document “Hardware deployment document” which will include all above activities & details of site-wise equipment deployed with corresponding IP address, configuration of switches & related policies implemented. The warranty for all the active components will be for a period of 5 years from the date of installation. The agency will submit a post installation document “Hardware deployment document” which will

Page 13: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 12 of 144

include all above activity & site wise equipment deployed with necessary IP address, configuration of switches & related policies deployed.

3.4 Additional Support of Manpower for LAN *

The bidders may also be required to provide additional support in the following categories, as and when

required: a) Full-time Onsite Support, b) On-Call Support

In case the Support is asked by the User Department, the vendor will be required to deploy ‘Incident

Reporting and Management Tool, at no additional cost to the User department, in order to monitor the

performance compliance as per the SLAs. The vendor must provide a web-interface for the tool, and provide

the access to the user Department.

3.4.1 Full-time Onsite Support:

3.4.1.1 The bidder may be required to provide Full-time onsite support in order to meet the

Service Level Agreements as mentioned in section 6.5.

3.4.1.2 The bidder will be responsible for Preventive maintenance of all the components

supplied and installed under their work order/purchase order. The bidder will have to

carry out the preventive maintenance exercise at least once in 3 months for active

components

3.4.1.3 The bidder will be responsible to facilitate the warranty services provided by the OEMs.

3.4.1.4 The bidder will be responsible to provide troubleshooting support for all networking

related issues.

3.4.1.5 The on-site support will include provision of dedicated manpower responsible for

maintenance, configuration and smooth functioning of the LAN. An indicative quantity of

1 man-power per 100 nodes can be expected by the User Department.

3.4.1.6 For full-time onsite support, the bidder will have to quote the per unit rates for providing

technically qualified network engineer (manpower). The resource deployed should at

least have a Diploma/Engineering from any of the nationally recognized institutions and

should have an OEM certified networking certification, and shall have a minimum of 3-

years’ experience in network troubleshooting and related activities.

3.4.2 On-Call Support:

3.4.2.1 The bidder may be required to provide On-call support in order to meet the Service

Level Agreements as mentioned in Section 6.5.

Page 14: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 13 of 144

3.4.2.2 The bidder will be responsible for preventive - maintenance of all the components

supplied and installed under their Work Order. The bidder will have to carry out the

preventive maintenance exercise at least once in every 3 months.

3.4.2.3 The bidder will be responsible to facilitate the warranty services provided by the OEMs.

3.4.2.4 The bidder will be responsible for providing troubleshooting support for all the

networking related issues.

3.4.2.5 For On-call support, the bidder will have to quote for the bundle packages, with a free

number of visits, as mentioned in the financial bid formats.

3.4.2.6 Any visits to provide warranty services and preventive maintenance services will not be

counted as a site-visit. Also, issues resolved over call will not be counted as a site-visit.

3.4.2.7 Any repeat visits for an issue, which is unresolved in a single-visit, will not be counted as

a site-visit.

3.4.2.8 Any repeat visit for an issue, which was resolved within past 3 months, but is treated as

unresolved by the User Department, will not be counted as a site-visit.

Page 15: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 14 of 144

4 Work Allocation

4.1 Work Allocation

The RFP has been categorized into 2 (Two) Categories:

The above categorization of Vendors aims to group vendors on the basis of their capability to undertake the

desired activities, considering their ability to supply, install and maintain the LAN connectivity. Based on the

criteria given below, the bidders should bid in a specific category.

4.2 Award Criteria

4.2.1 Bidder can bid for implementation empanelment in any of the Categories or all the

Categories as per the qualification criteria (i.e. Category 1A, 1B and Category 2).

4.2.2 A bidder must submit a quote for all line items relevant for that specific category.

4.2.3 Any bidder who will be bidding for Category 2 will have to bid for all items listed

in category 1A.

4.2.4 Any bidder who does not provide a quote for any line item in the specific category will be

disqualified.

4.2.5 Technical bids for the bidders complying with the general and specific pre-qualification

conditions, as stipulated in this RFP, will be opened at the specified date.

4.2.6 Bids which qualify the Technical specification, will be opened for Financial Evaluation.

Category Works Criterion

Category 1 A Supply Installation Commissioning and one year warranty support for Passive Components, Racks, Fiber (Up to 1500 nodes )

Passive Components and Racks and Fibre

Category 1 B Supply, Installation commissioning and warranty support for five years of Active components

Quarterly Preventive maintenance

Switches

Category 2 Supply Installation Commissioning and warranty support for one year of Passive Components, Racks, Fiber, GPON, Data Centre

( More than 1500 nodes)

GPON and Data Centre and Passive Components and Fibre and Rack

Page 16: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 15 of 144

4.2.7 After Financial evaluation, 5 (Five) of the bidders will be empanelled in categories 1A , 5

( Five) bidder will be empanelled for Category 1B and 5 ( Five) bidders will be

empanelled for Category 2

In case the bidder violates any condition stated above, the bidder’s bid shall be rejected.

4.3 Qualification Criteria

NICSI shall constitute an Evaluation committee, which shall carry out the entire evaluation process. Vendors

are expected to meet the following Qualification Criteria and Technical Specification basis of requirements for

empanelment in the desired Category.

The Bidder is required to submit all necessary documents for itself, and those supplied by its OEM,

as stated in Sections 4.4 and 4.5 below.

4.4 Bidder’s Qualification Criteria

The pre-qualification section is divided into two subsections, i.e. Generic qualification criteria and Specific

qualification criteria. Any bidder, irrespective of the category bid for, must comply with the Generic Pre-

qualification conditions. However, agencies bidding for a particular category will be required to comply with

the pre-qualification criteria associated with that category.

The Bidders are required to submit all required documentation in support of the evaluation criteria specified

(e.g. detailed project citations and completion certificates, client contact information for verification and all

others) as required for evaluation of the bids.

4.4.1 Generic qualification Criteria (applicable for all Categories):

S.No. Criteria Documents to be submitted as qualifying

documents

1. The bidder should be an Information Technology

Company registered in India under the Indian

Companies Act 1956/2013 or a partnership

registered under the India Partnership Act 1932 for

the last Three years as on 31st March 2015.

Copy of valid Certificate of Registration

attested by Company Secretary/ Authorized

Signatory

2. The bidder must have Net Positive Worth and must

not have any Non-Performing Assets on its Balance

Sheets.

Copy of certificate from Statutory Auditor /

Chartered Accountant

3. The bidder should be registered with the Indian

Service Tax department.

Copy of valid Service Tax Registration

Certificate of the firm along with the work

contract Registration no./ CST No. / VAT

No. /LST No. / PAN no. should be provided

Page 17: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 16 of 144

S.No. Criteria Documents to be submitted as qualifying

documents

4. The bidder should be a single legal entity/ individual

organization. Consortium is not allowed.

Undertaking signed by authorized signatory

5. The Bidder must have valid ISO 9001:2008

Certification.

Copy of valid ISO certificate

6. a. The Bidder must have minimum one office in

each of the 4 the zones (North, East, West,

South) and 1 in North East.

b. For North East the bidder should have r its own

office or its representative offices

Undertaking signed by authorized signatory,

along with the address and phone numbers.

7. Power of Attorney in the name of authorized

signatory authorizing him for signing the bid

documents or related clarifications on bid

documents

Power of Attorney in the name of authorised

signatory

4.4.2 Specific Pre-qualification Criteria for Category 1A:

S.No. Criteria Documents to be submitted as

qualifying documents

1. Average Annual Turnover during the last three financial

years (i.e. 2012-13, 2013-14 and 2014-15 ) :

Minimum Rs 4 Crore

Copy of Audited Balance sheets along

with Profit and loss statements with

highlighted relevant figures (in case the

audited financial statements do not

reflect the above or copy of certificate

from Statutory Auditor / Chartered

Accountant

2. Annual Turnover during each of the last three financial

years (i.e. 2012-13, 2013-14 and 2014-15) from

Network Infrastructure and Services: Minimum Rs 2 Cr

per year.

Copy of certificate from Statutory Auditor

/ Chartered Accountant on the actual

figures.

3. The bidder should have completed at least 5

assignments for implementation of LAN with one

project having value of 25 Lakh with minimum 500

nodes for any State/Central Government/Department

/Organisation/PSUs/Institutes Government funded /

Industries

Copy of complete work order/

agreement/ purchase order and

successful completion certificate from

the client. Certificate from client should

clearly state that the scope of work was

minimum 500 nodes.

4. The bidder should have completed at least 5

assignments for implementation of Fibre with one

Copy of complete work order/

agreement/ purchase order and

Page 18: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 17 of 144

project having value of 25 Lakh for any State/Central

Government/Department /Organisation/PSUs/

Institutes Government funded/ Industries

successful completion certificate from

the client.

5. The bidder should have at least 4 full-time engineers

on its permanent role who are certified in Passive

components and/or Fiber.

Certificate from Head of Human

Resource of bidding vendor for the

number of technically qualified network

engineers. Certificate should be

supported with the list of network

engineers with their names, employee

code, highest educational qualification,

years of experience and valid OEM

certifications. Copy of the ID card and

contact no.

6. The bidder shall be, certified by the Original Equipment

Manufacturer (OEM) in all aspects of design,

installation, and testing of the products described

herein.

A valid Authorization certificate from the

OEM in the name of bidding organization

is required to be furnished, as per the

annexure 14

7. Earnest money deposit of value of Rs. 15,00,000/-

(Rupees Fifteen Lakhs Only ) in the form of Demand

Draft/Pay Order/ Bank Guarantee from a commercial

bank in favour of “NICSI” payable at New Delhi.

Copy of the Demand Draft/ Pay Order/

Bank Guarantee

4.4.3 Specific Pre-qualification Criteria for Category 1 B:

S.No. Criteria Documents to be submitted as

qualifying documents

1. Average Annual Turnover during the last three

financial years ( i.e. 2012-13, 2013-14 and 2014-15 )

: Minimum Rs 20 Cr.

Copy of Audited Balance sheets along

with Profit and loss statements with

highlighted relevant figures or copy of

certificate from Statutory Auditor /

Chartered Accountant

2. Annual Turnover during each of the last three financial

years ( i.e. 2012-13, 2013-14 and 2014-15 ) from

sales/ installation/ maintenance of Active components

: Minimum Rs 5 Cr.

Copy of certificate from Statutory Auditor

/ Chartered Accountant

3. The bidder should have completed at least 10

assignments for supply of active components

(Switches, LAN extenders, Fiber Optic Terminal ) with

one project having value of 50 Lakh for any

State/Central Government/Department

Copy of complete work order/

agreement/ purchase order and/or

successful completion certificate from

the client.

Page 19: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 18 of 144

/Organisation/PSUs / Industries

4. The bidder should have at least 10 full-time engineers

on its permanent roll, who are certified in , Active

Components

Certificate from Head of Human

Resource of bidding vendor for the

number of technically qualified network

engineers. Certificate should be

supported with the list of network

engineers with their names, employee

code, highest educational qualification,

years of experience and certifications

from OEM (i.e CCNA, Juniper Certified)

Copy of the ID card and contact no

needs to be provided

5. The bidder shall be, certified by the Original Equipment

Manufacturer (OEM) in all aspects of design,

installation, and testing of the products described

herein.

A valid Authorization certificate from the

OEM in the name of bidding organization

is required to be furnished as per the

annexure 14

6. Earnest money deposit of value of : Rs. 50,00,000/-

(Rupees Fifty Lakhs Only) in the form of Demand

Draft/Pay Order/ Bank Guarantee from a commercial

bank in favour of “NICSI” payable at New Delhi.

Copy of the Demand Draft/ Pay Order/

Bank Guarantee

4.4.4 Specific Pre-qualification Criteria for Category 2:

S.No. Criteria Documents to be submitted as

qualifying documents

1. Average Annual Turnover during the last three financial

years ( i.e. 2012-13, 2013-14 and 2014-15 ) :

Minimum Rs 50 Cr.

Copy of Audited Balance sheets along

with Profit and loss statements with

highlighted relevant figures or Copy of

certificate from Statutory Auditor /

Chartered Accountant

2. Annual Turnover during each of the last three financial

years ( i.e. 2012-13, 2013-14 and 2014-15 ) from

GPON and/ or Data Center cabling related works :

Minimum Rs 15 Cr.

Copy of certificate from Statutory Auditor

/ Chartered Accountant.

3. The bidder should have completed at least 3

assignments for GPON/ Data Centre related works

having value of 50 Lakhs for any State/Central

Government/Department /Organisation/PSUs/ Industry.

Copy of complete work order/

agreement/ purchase order and

successful completion certificate from

the client.

4. The bidder should have at least 10 full-time engineers

on its permanent roll who are certified in , who are

certified in Passive Components, GPON, Fiber, Data

Certificate from Head of Human

Resource of bidding vendor for the

number of technically qualified network

Page 20: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 19 of 144

Center cabling, engineers. Certificate should be

supported with the list of network

engineers with their names, employee

code, highest educational qualification,

years of experience and certifications.

Copy of the ID card and contact no.

5. The bidder shall be, certified by the Original Equipment

Manufacturer (OEM) in all aspects of design,

installation, and testing of the products described

herein.

A valid Authorization certificate from the

OEM in the name of bidding organization

is required to be furnished as per the

annexure 14

6. Earnest money deposit of value of Rs. 75,00,000/-

( Rupees Seventy Five Lakhs Only) in the form of

Demand Draft/Pay Order/ Bank Guarantee from a

commercial bank in favour of “NICSI” payable at New

Delhi.

Copy of the Demand Draft/ Pay Order/

Bank Guarantee

4.5 Pre-Qualification Criteria for Bidder’s Partner (OEM) for Passive Components:

S.

No.

Item Insert Value or

check-list the box

Reference of Enclosed Proof,

along with corresponding page

numbers

1 The OEM’s annual sales turnover from sale

of passive components should at least be

Rs.50 crores (Rupees Fifty Crores), during

last 3 financial years from Fiber and/ or

Passive LAN equipment’s and/or GPON

equipment’s and/or Optical Switching or

The OEM should have supplied/

implemented the GPON projects in India

successfully in last 3 years. Should provide

the completion certificate.

.

During

2014-15

Rs.

Crore

During

2013-14

Rs.

Crore

During

2012-13

Rs.

Crore

2 The OEM should be an ISO 9001 and ISO

14001 certified Company. The OEM should

enclose a copy of quality certificate from a

recognized institution for their manufacturing

1. Name of the agency

2. Name of the

Certificate

Page 21: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 20 of 144

Pre-Qualification Criteria for Bidder’s Partner (OEM) for Active Components:

/ assembly/ system integration facilities

located anywhere in INDIA or a self-

declaration that they are following the

compliance . This certification should be

from any globally recognized institution.

3. Validity date

3 The OEM must enclose the copy of the latest

Income TAX return filed.

Enclose the copy of

latest Income Tax

return filed copies.

4 A copy VAT/ST/CST No. allotted by the

Sales Tax Authorities, as well as PAN

number of the firm allotted by the Income

Tax authorities should be submitted.

The OEM should be registered with Service

tax department of the Government.

VAT/ST/CST No.

PAN no.

Service TAX NO.

Enclose copy of the

valid Registration No.

5 A copy of the Registration Certificate /

Certificate of Incorporation of the firm, with

attested copies of Articles of Association (in

case of Registered firm), Byelaws and

certificates of registration (in case of

registered co-operative Societies),

partnership deed (in case of partnership firm)

should be submitted.

It is mandatory that the OEM should have

had a registered office in India for at least 3

years from the date of publishing of this

tender. .

Registration No.

Name the documents

enclosed.

Specify years of

establishment in India

S.

No.

Item Insert Value or

check-list the box

Reference of Enclosed Proof,

along with corresponding page

numbers

1

The OEM’s annual sales turnover from sale of Active Components should at least be Rs.50 crores (Rupees Fifty Crores), during last 3 financial years from Switches and/or

During

2014-15

Rs.

Crore

Page 22: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 21 of 144

and/or Optical Switching and its components

During

2013-14

Rs.

Crore

During

2012-13

Rs.

Crore

2 The OEM should be an ISO 9001 and ISO

14001 certified Company. The OEM should

enclose a copy of quality certificate from a

recognized institution for their manufacturing

/ assembly/ system integration facilities

located anywhere in INDIA or abroad or a

self-deceleration about the compliance. This

certification should be from any globally

recognized institution.

1. Name of the agency

2. Name of the

Certificate

3. Validity date

3 The OEM must enclose the copy of the latest

Income TAX return filed.

Enclose the copy of

latest Income Tax

return filed copies.

4 A copy VAT/ST/CST No. allotted by the

Sales Tax Authorities, as well as PAN

number of the firm allotted by the Income

Tax authorities should be submitted.

The OEM should be registered with Service

tax department of the Government.

VAT/ST/CST No.

PAN no.

Service TAX NO.

Enclose copy of the

valid Registration No.

5 A copy of the Registration Certificate /

Certificate of Incorporation of the firm, with

attested copies of Articles of Association (in

case of Registered firm), Byelaws and

certificates of registration (in case of

registered co-operative Societies),

partnership deed (in case of partnership firm)

Registration No.

Name the documents

enclosed.

Page 23: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 22 of 144

4.6 Technical Evaluation

A duly constituted Technical Evaluation Committee (TEC) will first select Bidders on the basis of per-

qualification criteria of this tender. The Bids conforming to the qualification criteria will be considered for

Technical evaluation as defined in Section 5.5 of this document.

4.6.1 The committee may seek written clarifications from the bidders. The primary function of

clarifications in the evaluation process is to clarify ambiguities and uncertainties arising

out of the evaluation of the bid documents. Clarifications provide the opportunity for the

committee to state its requirements clearly and for the bidder to more clearly state its

bid. The committee may seek inputs from their professional, technical experts in the

evaluation process.

4.7 Financial Evaluation

4.7.1 The Financial bids of the technically qualified vendors only will be opened in the

presence of their representatives on a specified date and time at NICSI. Before opening

the financial bids, if NICSI considers necessary, it may ask for revised commercial bids

from the short listed vendors which should be submitted. The revised bids should not be

more than the one quoted earlier by the respective vendor. Any vendor quoting higher

rates in their revised commercial bid will not be considered for further evaluation.

4.7.2 The financial evaluation will be done for all the categories of empanelment

independently. In each category, the bidders will be required to meet the minimum GTV

in order to be considered for empanelment.

4.7.3 The bidders will be required to submit the financial bids in two envelopes, clearly

labelled as “Financial Bid Letter under Category <<mention 1A, 1B or 2 depending on

the category applied for>>” and “Detailed Costing for the Category <<mention 1A/ 1B /

2 ” depending on the category applied for.

should be submitted.

It is mandatory that the OEM should have

had a registered office in India for at least 3

years from the date of publishing of this

tender.

Specify years of

establishment in India

Page 24: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 23 of 144

4.7.4 The Financial bids will be evaluated in the manner explained in Annexure 14: Financial

Selection Criteria.

4.7.5 The decision of NICSI arrived at as above will be final and no representation of any kind

will be entertained. Any attempt by any vendor to bring pressure of any kind may

disqualify the vendor for the present tender and the vendor may be liable to be debarred

from bidding for NICSI tenders in future for a period of three Years.

4.7.6 Any bidder quoting abnormally high or abnormally low prices for any component may be

disqualified by NICSI.

4.7.7 The decision of NICSI arrived at as above will be final and no representation of any kind

will be entertained on the above.

4.7.8 NICSI reserves the right to accept any bid, and to cancel/abort the tender process and

reject all bids at any time prior to award of contract, without thereby incurring any liability

to the affected vendor(s), of any obligation to inform the affected vendor(s) of the

grounds for NICSI’s action and without assigning any reasons.

4.7.9 Arithmetical errors will be rectified on the following basis. If there is a discrepancy

between the unit price and the total price that is obtained by multiplying the unit price

and quantity, the unit price shall prevail and the total price shall be corrected. If the

vendor does not accept the correction of the errors, its bid will be rejected and EMD

forfeited. If there is a discrepancy between words and figures, the amount in words will

prevail.

4.7.10 When deemed necessary, NICSI may seek clarifications on any aspect from the vendor.

However, that would not entitle the vendor to change or cause any change in the

substance of the tender submitted or price quoted. Also it will not imply that vendor’s bid

has been selected for processing.

4.7.11 For Annexure 10 / 11/ 12:

i. Basic cost should include all duties such as custom, excise, etc, Freight, Packaging,

Insurance, Installation/Commissioning, Warranty & any other charges.

ii. Octroi/Entry tax will be paid by the vendor and get reimbursement from NICSI as per actual

and as applicable on production of original receipts.

iii. For all items make and model or part number MUST be given in Annexure 6 / Annexure 7 /

Annexure 8, depending on category, against each item.

iv. VAT / Sale tax and Service tax wherever applicable MUST be clearly indicated .

Page 25: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 24 of 144

5 Bidding Process

5.1 Important Dates

Important Dates

Bid submission start date xxxxxxxxxxxxxxxxxx

Bid submission end date: 14.09.2016 upto 15:00 Hrs

Opening of Tender Bids (Prequalification &Technical)

15.09.2016 at 15:30 Hrs

Page 26: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 25 of 144

5.2 Online Bid Submission

Agencies are advised to study the Bid Document carefully.

5.2.1 Each category will be treated as different tender, and will not have effect on other

category in any manner, whatsoever.

5.2.2 One (1) OEM can bid through maximum of two (2) SI, i.e. any OEM can provide

MAF form for an item to any 2 bidders. In case of providing MAFs to more than 2

bidders, all bids are liable to be rejected for that item. Any OEM can provide

separate MAF (to 2 SI for different categories).

5.2.3 For Racks OEM qualification criteria is not required, but will have to provide make

and model need to be specified, and will provide necessary documentation.

5.2.4 For ducts, conduits, pipe and accessories MAF is not required, however make and

model needs to be specified.

Submission of the Bid will be deemed to have been done after careful study and examination of all

instructions, eligibility norms, terms and requirement specifications in the tender document with full

understanding of its implications. Bids not complying with all the given clauses in this tender document

are liable to be rejected. Failure to furnish all information required in the tender Document or submission

of a bid not substantially responsive to the tender document in all respects will be at the vendor’s risk and

may result in the rejection of the bid.

All the bids must be valid for a period of 120 days from the date of tender opening for placing the initial

order. If necessary, NICSI will seek extension in the bid validity period beyond 120 days. The vendors,

not agreeing for such extensions will be allowed to withdraw their bids without forfeiture of their EMD.

Online Bids (Complete in all respect) must be uploaded on http://eproc-nicsi.nic.in latest by 15:00 hrs on

14.09.2016.

The online bids should be submitted as under:-

5.2.5 Online bids (complete in all respect) must be uploaded on NICSI eProcurement

website http://eproc-nicsi.nic.in latest by 15:00 hours on 14.09.2016

5.2.6 The Online bids should be submitted as under:

EN-1

Bank Draft(s)/ Bank Guarantee towards EMD as per details given in Section 5.3 should be sealed in envelopes and superscripted “EMD: Empanelment of Vendors for Supply, Installation and Commissioning of Local Area Network” – due on 14.09.2016 at 15:00 Hrs.” with letter specifying the draft details should be submitted physically to Manager, Tender Division, NICSI, 1

st

Floor, NBCC Tower-15, Bhikaji Cama Place, New Delhi by 15:00 hrs. of 14.09.2016. However the scanned copy of Bank drafts/Bank Guarantee/Pay Order, titled ‘EMD_Scan_ForCategory#.pdf’ must be uploaded (PDF format) electronically on http://eproc-nicsi.nic.in.

Page 27: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 26 of 144

EN-2 The PDF file, containing the following information, should be titled as

‘Elig_doc_ForCategory#.pdf’ for “Eligibility Criteria - NICSI Tender for Empanelment of Vendors for Supply, installation, and commissioning of Local Area network (LAN)”

i. All the documents asked for eligibility criteria.

EN-3 The PDF file, containing the following information, should be

titled as “tech_bid_ForCategory#.pdf” for “Technical Bid- NICSI Tender for Empanelment of Vendors for Supply, installation, and commissioning of Local Area network (LAN)”

i. All the documents asked for Technical Bid and as per Annexure 6 / Annexure 7 / Annexure 8, depending on category.

EN-4 The XLS file titled as ‘fin_bid_ForCategory#.xls’ for “Financial

Bid- NICSI Tender for Empanelment of Vendors for Supply, installation, and commissioning of Local Area network (LAN)” and should contain the Financial Bid.

5.2.7 In place of # in the file names above please mention the category number (1A, 1B or 2 )

5.2.8 The envelops/PDF files in EN1, EN2 and EN3 containing the financial bid in explicit/implicit

form will lead to rejection of the bid

5.2.9 The envelops /PDF files not containing the requested details will lead to rejection of the bid.

5.2.10 In case, the day of bid submission is declared Holiday by Govt. of India, the next

working day will be treated as day for submission of bids. There will be no change

in the timings.

5.2.11 Tender bid must contain the name, office and after office hour addresses including

telephone number(s) of the person(s) who are authorized to submit the bid with their

signatures.

5.2.12 Un-signed & un-stamped bid shall not be accepted.

5.2.13 All pages of the bid being submitted must be signed and sequentially numbered by

the vendor irrespective of the nature of content of the documents.

5.2.14 Ambiguous bids will be out rightly rejected.

5.2.15 NICSI will NOT be responsible for any delay on the part of the vendor in obtaining

the terms and conditions of the tender notice or submission of the tender bids.

Page 28: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 27 of 144

5.2.16 Vendors shall indicate their rates in clear/visible figures as well as in words. In case

of a mismatch, the rates written in words will prevail.

5.2.17 Tender process will be over after the issue of empanelment letter(s) to the selected

vendor(s).

5.2.18 Bids not quoted as per the format given by NICSI will be rejected straightway.

5.2.19 No deviation from the tender specifications & terms and conditions will be accepted.

5.2.20 NICSI may, at its own discretion, extend the date for submission of bids. In such a

case all rights and obligations of NICSI and the Agencies will be applicable to the

extended time frame.

5.2.21 The offers submitted by fax/Email or any manner other than specified above will not

be considered. No correspondence will be entertained on this matter.

5.2.22 At any time prior to the last date for receipt of bids, NICSI, may, for any reason,

whether at its own initiative or in response to a clarification requested by a

prospective vendor, modify the Tender Document by an amendment. The

amendment will be notified on NICSI’s website http://eproc-nicsi.nic.in and should be

taken into consideration by the prospective agencies while preparing their bids.

5.2.23 In order to give prospective agencies reasonable time to take the amendment into

account in preparing their bids, NICSI may, at its discretion, extend the last date for

the receipt of bids. No bid may be modified subsequent to the last date for receipt of

bids. No bid may be withdrawn in the interval between the last date for receipt of

bids and the expiry of the bid validity period specified by the vendor in the bid.

Withdrawal of a bid during this interval may result in forfeiture of Vendor’s EMD.

5.2.24 The agencies will bear all costs associated with the preparation and submission of

their bids. NICSI will, in no case, be responsible or liable for those costs, regardless

of the outcome of the tendering process.

5.2.25 Printed terms and conditions of the vendors will not be considered as forming part of

their bid. In case terms and conditions of the tender document are not acceptable to

any vendor, they should clearly specify the deviations in their bids.

5.3 Earnest Money Deposit (EMD)

5.3.1 EMD will be as follows:

Category 1A: Rs. 15,00,000/- (Rupees Fifteen Lakhs Only)

Page 29: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 28 of 144

Category 1B: Rs. 50,00,000/- (Rupees Fifty Lakhs Only)

Category 2: Rs.75,00,000/- (Rupees Seventy Five Lakhs Only)

The bidder can bid for one, two or all of these categories. However, each submission has to meet

the requirements independent of other bids. So in case any bidder is interested in bidding for all

categories, then separate EMDs needs to get submitted. Certain forms which are same, are

required to be enclosed in the technical bid to ensure that each technical bid is independent from

the other bid.

5.3.2 Earnest Money Deposit (EMD) of amount as mentioned above, as per the desired

Category, must be submitted, by Demand Draft/ Bank Guarantee / Pay Order of any

scheduled nationalized / commercial bank drawn in favor of “National Informatics

Centre Services Incorporated, New Delhi”, payable at New Delhi, physically

before bid submission end date and time as mentioned in Section 5.1. Otherwise

submitted bids will be rejected. However the scanned copy of Demand Draft/

Bank Guarantee / Pay Order must be uploaded (PDF format) electronically on

NICSI eProcurement website http://eproc-nicsi.nic.in as per the bid submission

timelines.

5.3.3 Bank Guarantee will be accepted against the EMD.

5.3.4 Facilities have been extended to the SSI units registered with NSIC have been

defined in Clause 7.1.2.

5.3.5 In the absence of Bank Draft/BG/ Pay Order of EMD amount, such tenders shall be

rejected straightway.

5.3.6 The Earnest Money Deposit (EMD), without any interest accrued will be refunded in

any of following eventual situations:-

5.3.6.1 In the case of those Vendors who fail to qualify the eligibility criteria, or whose

technical bids do not qualify, the Earnest Money Deposit (EMD) will be refunded

without any interest accrued within one month of the acceptance of TEC (Technical

Evaluation Committee)’s recommendations.

5.3.6.2 In the case of those Vendors who are not selected, the Earnest Money Deposit

(EMD) will be refunded without any interest accrued within one month of the

acceptance of FEC (Financial Evaluation Committee)’s recommendations.

5.3.6.3 In the case of Vendor whose tender bid is accepted for empanelment, EMD will be

refunded on receipt of Security Deposit as per empanelment clause.

Page 30: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 29 of 144

5.3.7 Forfeiture of Earnest Money Deposit/Security Deposit: The Earnest Money Deposit

can be forfeited if a vendor:

5.3.7.1 Withdraws its bid during the period of bid validity.

5.3.7.2 Does not accept, and / or violates the tender terms and conditions of the contract

after submission of the bid.

5.3.7.3 Successfully gets empanelled, but fails to sign the contract within the stipulated time.

5.4 Bid Opening

5.4.1 Online bids (complete in all respect) received along with EMD (Physically) will be

opened as mentioned at Section 5.1 in presence of vendors representative if

available. Bid received without EMD will be rejected straight way.

5.4.2 Eligibility Criteria and Technical bids of only those vendors, whose EMD instruments

are found to be in order, will be opened afterwards in the same bid opening session,

in the presence of the vendor’s representatives.

5.4.3 Financial bids of only those vendors, whose bids are found technically qualified, by

the Technical Evaluation Committee, will be opened in the presence of the vendor’s

representatives subsequently for further financial evaluation.

5.4.4 One authorized representative of each of the vendor would be permitted to be

present at the time of aforementioned opening of the bids.

5.5 Technical Evaluation Process

5.5.1 Technical Bids of only bidders which qualify the eligibility criteria evaluation process

will be evaluated based on the parameters as per Section 4.4.

5.5.2 A duly constituted Technical Evaluation Committee (TEC) will evaluate and shortlist

Technical Bids on the basis of parameters/ specifications provided in Section 4.4.

5.5.3 NICSI has the option to ask the vendors for a technical presentation in a short

notice. Any additional commitment made (not contradicting the original bid) will form

the part of the empanelment agreement.

5.5.4 During the technical evaluation, if any of the parameters is not met, the bid will be

summarily rejected.

Page 31: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 30 of 144

5.5.5 Bidder will have to provide valid documentation with reference technical

specifications as per Annexure 6, Annexure 7 and Annexure 8 of this bid.

5.5.6 The TEC will evaluate the Technical bids on the basis of technical specifications

given in the tender document.

5.5.7 The Bidders should ensure proper numbering, specific compliance and reference

document with reference to the specific equipment.

5.5.8 The TEC has the right to physically verify the compliance of the quoted products with

the required tender specifications, and to test them for reliability & functionality, this

may include site visit to factory

5.5.9 During the evaluation bidder should keep copy of the RFP submitted by them ready

for reference during the TEC visit to factory. No delay on part of OEM/ SI will be

accepted in case the equipment’s are not available for evaluation. Delay may result

in disqualification of the bidder.

5.5.10 Original authorisation of OEMs needs to be submitted to tender division.

5.6 Evaluation of Financial Bids

5.6.1 The Financial Bids of only those Vendors short listed from the Technical Bids by

TEC will be opened electronically in the presence of their representatives on a

specified date and time to be intimated to the respective Vendors by Tender Division

of NICSI, and the same will be evaluated by a duly constituted Financial Evaluation

Committee (FEC).

5.6.2 If NICSI considers necessary, Revised Financial Bids could be called for from the

technically short-listed Vendors, before opening the original financial bids for

recommending the final empanelment.

5.6.3 In the event of revised financial bids being called for, the revised bids should NOT be

higher than the original bids, otherwise the bid shall be rejected and EMD forfeited.

5.6.4 Lowest Quoting Vendor (L1) will be selected as per the “Annexure 14: Financial

Selection Criteria”.

Page 32: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 31 of 144

5.6.5 No enquiry shall be made by the vendor(s) during the course of evaluation of the

tender, after opening of bid, till final decision is conveyed to the successful

vendor(s). However, the Committee/its authorized representative and office of

NICSI can make any enquiry/seek clarification from the vendors, which the vendors

must furnish within the stipulated time else bid of such defaulting vendors will be

rejected.

Page 33: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 32 of 144

6 Award of Contract (Empanelment)

6.1 Empanelment Process

6.1.1 The Empanelment will be done under Two (2) categories, with all its terms and

conditions.

6.1.2 All empanelled Bidders shall have to enter into a written agreement with NICSI for

honouring all tender conditions and adherence to all aspects of fair trade practices in

executing the purchase orders placed by NIC/NICSI on behalf of its clients.

6.1.3 In the event of an empanelled Company or the concerned division of the Company is

taken over /bought over by another company, all the obligations and execution

responsibilities under the agreement with the NICSI, should be passed on for

compliance by the new company in the negotiation for their transfer.

6.1.4 In case any selected bidder refuses to sign empanelment within seven days of

communication from NICSI, the offer would be treated as withdrawn and the bidder’s

EMD will be forfeited.

6.1.5 In case of empanelled bidder is found in breach of any condition(s) of tender or

supply order, at any stage during the course of supply / installation or warranty

period, the legal action as per rules/laws, shall be initiated against the bidder and

EMD/Security Deposits shall be forfeited, besides debarring and blacklisting the

bidder concerned for at least three years, for further dealings with NICSI.

6.1.6 The bidder should not sublet the work contracted under this empanelment or any

part of it to any other vendor in any form. Doing so shall result in termination of

empanelment and forfeiture of Security deposit. NICSI may, at any time, terminate

the empanelment by giving written notice to the empanelled vendor without any

compensation, if the empanelled vendor becomes bankrupt or otherwise insolvent,

provided that such termination will not prejudice or affect any right of action or

remedy which has accrued or will accrue thereafter to NICSI.

6.2 Conditions related to award of work

6.2.1 The selected vendor will be eligible to take up engagements as per the category in

which it is empanelled.

Page 34: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 33 of 144

6.2.2 Orders will be placed as per NICSI/NIC/ User's requirements on the finally selected

panel vendor(s). The panel will be valid for a period of 2 (Two) years in the first

instance. It may be extended for a further period of 1 (one) year depending upon the

need for continuity and contemporariness of the technology and on mutual

acceptance.

6.2.3 All empanelled vendors will have to enter into a written agreement with NICSI for

honouring all aspects of fair trade practices in executing the Work orders placed by

NICSI or organizations supported by NICSI

6.3 Security Deposit and PBG

6.3.1 In case of Bidders whose bids are accepted for empanelment, bidders shall be

required to give Security Deposit which will be equivalent amount the amount of

EMD. Security Deposit will be in the form of Bank Guarantee (BG) of any

commercial bank drawn in the name of National Informatics Centre Services Inc,

New Delhi valid till empanelment. The empanelled vendor will have to renew

Security Deposit/ Bank Guarantee (BG) for such further periods till warranty support.

6.3.2 Empanelled vendors shall be required to give Performance Bank Guarantee (PBG)

of 10% (Ten Percent) of the total purchase order value at the time of bill submission.

Performance Bank Guarantee (PBG) will be of any scheduled commercial bank

drawn in the name of National Informatics Centre Services Inc, New Delhi for a

period of warranty + 3 months. This PBG may be invoked in case of non-compliance

of maintenance schedule during warranty period mentioned in the purchase order.

6.4 Payment Terms

6.4.1 The equipment’s /services should be delivered at the user’s location as mentioned in

the purchase order/ work order within four weeks of release order to the empanelled

vendor.

6.4.2 The payments will be made as per the format given below for Category 1A,

Category 1B and Category 2:

Page 35: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 34 of 144

Category 1A, Category 2

Milestone Payment (% of Work Order)

1 Start of Delivery

Documents required - Bills and Delivery Challan and/or

letter from Client/NICSI/NIC

40%

2 Completion of Installation of all Hardware ordered

Communication from Client/NIC/NICSI

40%

3 On submission of Final Audit report 20%

4 Monthly Payment for Manpower Monthly Charges as applicable

for Manpower

Category 1B

Milestone Payment (% of Work Order)

1 Start of Delivery

Documents required - Bills and Delivery Challan and/or

letter from Client/NICSI/NIC

40%

2 Completion of Installation of all Hardware ordered

Communication from Client/NIC/NICSI

40%

3 On submission of Final Audit report 20%

4 Monthly Payment for Manpower Monthly Charges as applicable

for Manpower

6.4.3 The payment for Support services will be made after deduction of SLA penalties, if

any, as per the Section 6.5.

6.4.4 The bidder has to submit OEM certificate (in original which quantify the PO)

stating that these equipment’s have been procured from OEM/Authorized partner

with each invoice against purchase order.

6.4.5 NICSI reserves the right to reject any work, if found unsuitable and/or not conforming

to the approved specifications. The rejected work, if any, shall have to be redone

forthwith at the cost of the vendor. No payment will be made for the rejected work.

6.4.6 NICSI reserves the right to deduct amount from the bill as may be considered

reasonable for unsatisfactory execution of the work. The decision of NICSI will be

final in this regard.

Page 36: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 35 of 144

6.4.7 The empanelled vendor(s) shall accept the purchase/work order within two days of

from intimation of purchase / work order issued by NICSI and start executing the

purchase/work orders immediately so as to meet the schedules. Any denial for

accepting the purchase/work order either hand delivered or sent through

post/fax/email shall be construed as non-performance which may lead to

cancellation of empanelment and forfeiture of Security Deposit.

6.5 Service Level Agreement

The service level agreements are classified into 2 types, based on the type of support ordered.

The first type caters to the SLA levels for On-Call Support and the second type caters to the

SLA levels for Full time On-sited Support. The empanelled vendors will have to provide

minimum 2 phone numbers and online system for raising the tickets. NICSI will monitor those

call anytime. The data for such complaints need to be kept for a period of 6 Months. The penalty

will be calculated on monthly basis and will be capped to maximum of 10%.

6.5.1.1 Service Levels for On-Call Support

6.5.1.1.1 Response Time: The response time shall be defined as the minimum time to respond

adequately to any issue raised by the user. The expected response time for this support

category is 4 hours from the time of incident reporting. The official working hours of the

office will be considered for calculation of response time. A penalty equal to 0.5% of the

total value of support services, for delay by every 4 hours, will be levied on the vendor, for

every incident not responded to within the stipulated time.

6.5.1.1.2 Resolution Time: The resolution time for any issue pertaining to passive components

will be 24 hours. The resolution time for any issue pertaining to the active components

will be 48 hours. The official working hours of the office will be considered for calculation

of resolution time. A penalty equal to 1.0% of the total value of support services, for delay

by every 24 hours, will be levied to the vendor, for every incident not resolved within the

stipulated time.

6.5.1.2 Service Levels for Full-time On-site Support

6.5.1.2.1 Manpower needs to be deployed within one week from the date of issue of work order.

Delay in the deployment of manpower will lead to penalty; equal to 0.5% of the manpower

rates . The delay will be calculated on daily basis.

6.5.1.2.2 Response Time: The response time shall be defined as the minimum time to respond

adequately to any issue raised by the user. The expected response time for this support

category is 1 hour from the time of incident reporting. The official working hours of the

office will be considered for calculation of response time. A penalty equal to 0.5% of the

total value of support services, for delay by every 1 hours, will be levied to the vendor, for

every incident not responded to within the stipulated time.

Page 37: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 36 of 144

6.5.1.2.3 Resolution Time: The resolution time for any issue pertaining to passive components will

be 8 hours. The resolution time for any issue pertaining to the active components will be

24 hours. The official working hours of the office will be considered for calculation of

resolution time. A penalty equal to 1.0% of the total value of support services, for delay by

every 24 hours, will be levied to the vendor, for every incident not resolved within the

stipulated time.

6.6 Refund of EMD & Security Deposit

The Earnest Money Deposit (EMD) will be refunded as follows:-

6.6.1 In the case of those bidders who fail to qualify the pre-qualification criteria, the

Earnest Money Deposit (EMD) will be refunded without any interest accrued

immediately thereafter.

6.6.2 In the case of those bidders whose technical bids do not qualify, the EMD will be

refunded without any interest accrued within one month of the acceptance of TEC’s

recommendations.

6.6.3 In the case of those bidders who are not empanelled, the EMD will be refunded

without any interest accrued within one month of the acceptance of TEC’s

recommendations.

6.6.4 In case of those bidders whose tender bids are accepted for the empanelment, EMD

will be refunded on receipt of security deposit. The security deposit in the form of

Bank Guarantee from a scheduled commercial bank for the duration of the selection

or extended period, if any, in favor of NICSI, New Delhi, and shall be renewed by

the bidder till Empanelment lasts or the orders placed are executed, whichever is

later. No interest will be payable for the Security Deposit.

Page 38: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 37 of 144

7 Other Terms and Conditions

7.1 Micro, Small & Medium Enterprises Development Act

7.1.1. If a bidder falls under the Micro, Small & Medium Enterprises Development Act, 2006, then a

copy of the registration certificate must be provided to NICSI. Further, the bidder must keep

NICSI informed of any change in the status of the company.

7.1.2. Following facilities have been extended to the SSI units registered with NSIC:

a. Issue of tender sets free of cost (if any);

b. Exemption from payment of earnest money;

c. Waiver of security deposit up to the monetary limit for which the unit is registered.

The evaluation of bids will be done as per the Ministry of Micro, Small, & Medium Enterprises

order dated 23rd

March 2012.

7.2 Domestic Manufacturer Clause

7.2.1 Purchaser reserves the right for providing preference to domestically manufactured electronic

products in terms of the Department of Electronics and Information Technology (DeitY)

Notification no.33(3)/2013-IPHW dated 23.12.2013, Notification No: 8(78)/2010-IPHW dated

10th February 2012, File No: 33(7)/2015-IPHW dated November 16, 2015 read with relevant

Notification and Guidelines issued thereunder. A copy of the aforesaid Notifications/Guidelines

can be downloaded from DeitY and DOT website i.e. URL www.deity.gov.in/esdm and

www.dot.gov.in/sites/default/files/5-10-12.PDF. Purchase preference for domestic manufacturer,

methodology of its implementation, value addition to be achieved by domestic manufacturers,

self-certification, and compliance and monitoring shall be as per the aforesaid

Guidelines/Notifications. The Guidelines may be treated as an integral part of the tender

documents.

7.2.2 Bidder & OEM must submit an undertaking on notarized Rs. 100/- stamp paper as per Annexure

15: PMA AFFIDAVIT as part of the eligibility document.

7.2.3 The percentage of domestic value addition (in terms of BOM) must be mentioned separately in

Technical Bid for each quoted item/product to prove eligibility and avail any applicable

preference at the time of placing of purchase orders.

7.2.4 Bidder & OEM who do not provide the undertaking shall not be considered for receiving this

preference.

7.2.5 The empanelment of bidders quoting false information will be cancelled and the EMD will be

forfeited. Additionally, furnishing of false information on this account shall also attract penal

provisions as per guidelines/notifications.

Page 39: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 38 of 144

7.2.6 Bidder and OEM should provide an undertaking which gives address of Factory Details which

includes address and phone. These may be verified by NICSI at any point of time.

Under Make in India scheme, Bidder and OEM must submit an undertaking on notarized Rs. 100/- stamp

paper, providing information related to registration, address any other documents that are related to

Factory, Research and Development Center and Network related Software/ content Development

Center in India.

7.3 Force Majeure

7.3.1 If at any time, during the continuance of the empanelment, the performance in whole or in part by

either party of any obligation under the empanelment is prevented or delayed by reasons of any

war, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics

quarantine restrictions, strikes, lockouts or acts of God (hereinafter referred to as "events"),

provided notice of happenings of any such event is duly endorsed by the appropriate

authorities/chamber of commerce in the country of the party giving notice, is given by party

seeking concession to the other as soon as practicable, but within 21 days from the date of

occurrence and termination thereof and satisfies the party adequately of the measures taken by it,

neither party shall, by reason of such event, be entitled to terminate the empanelment, nor shall

either party have any claim for damages against the other in respect of such non-performance or

delay in performance, and deliveries under the empanelment shall be resumed as soon as

practicable after such event has come to an end or ceased to exist and the decision of the

purchaser as to whether the deliveries have so resumed or not, shall be final and conclusive,

provided further, that if the performance in whole or in part or any obligation under the

empanelment is prevented or delayed by reason of any such event for a period exceeding 60

days, the purchaser may at his option, terminate the empanelment.

7.4 Termination for Default

7.4.1 Default is said to have occurred

7.4.1.1 If the vendor fails to deliver any or all of the services within the time period(s) specified in the

purchase order or any extension thereof granted by NICSI.

7.4.1.2 If the vendor fails to perform any other obligation(s) under the empanelment

7.4.1.3 If the vendor, in either of the above circumstances, does not take remedial steps within a

period of 30 days after receipt of the default notice from NICSI (or takes longer period in-

spite of what NICSI may authorize in writing), NICSI may terminate the empanelment /

purchase order in whole or in part.

7.4.2 NICSI may at any time terminate the purchase order / empanelment by giving one month

written notice to the Vendor, without any compensation to the Vendor, if the Vendor

becomes bankrupt or otherwise insolvent

Page 40: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 39 of 144

7.5 Termination for Insolvency

NICSI may at any time terminate the purchase order/empanelment by giving four weeks written

notice to the empanelled vendor, without any compensation to the empanelled vendor, if the

empanelled vendor becomes bankrupt or otherwise insolvent

7.6 Limitation of Liability

Except in the case of gross negligence or wilful misconduct on the part of the empanelled vendor or

on part of any person or company acting on behalf of the empanelled bidder in carrying out the

services, the empanelled vendor, with respect to damage caused by the empanelled vendor to end

user / NICSI / NIC, shall be liable to end user / NICSI / NIC:

(i). for any indirect or consequential loss or damage; and

(ii). for any direct loss or damage,

only to the extent of

A. the total payments payable under this contract to the empanelled vendor, or

B. the proceeds the empanelled vendor may be entitled to receive from any insurance

maintained by the empanelled vendor to cover such a liability,

whichever of (A) or (B) is higher, plus the security deposit and performance bank guarantees

submitted by the empanelled vendor.

This limitation of liability shall not affect the empanelled vendor’s liability, if any, for damage to Third

Parties caused by the empanelled vendor or any person or firm / company acting on behalf of the

empanelled vendor in carrying out the work.

7.7 Indemnity

The empanelled vendor shall indemnify NICSI/NIC/User departments against all third party claims of

infringement of patent, trademark/copyright or industrial design rights arising from the use of the

supplied software/ hardware/manpower etc and related services or any part thereof. NICSI/NIC/User

department stand indemnified from any claims that the hired manpower / empanelled vendor’s

manpower may opt to have towards the discharge of their duties in the fulfilment of the purchase

orders. NIC/NICSI/User department also stand indemnified from any compensation arising out of

accidental loss of life or injury sustained by the hired manpower / empanelled vendor’s manpower

while discharging their duty towards fulfilment of the purchase orders.

7.8 Arbitration

7.8.1 If a dispute arises out of or in connection with this contract, or in respect of any

defined legal relationship associated therewith or delivered there from, the parties

agree to submit that dispute to arbitration under ICADR Arbitration Rules, 1996

Page 41: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 40 of 144

7.8.2 The Authority to appoint the arbitrators (s) shall be International Centre for

Alternative Dispute Resolution (ICADR)

7.8.3 The International Centre for Alternative Dispute Resolution will provide

administrative services in accordance with the ICADR Arbitration Rules, 1996.

7.8.4 Venue of arbitration shall be New Delhi.

7.9 Conciliation

7.9.1 If a dispute arises out of or in connection with this contract, or in respect of any defined

legal relationship associated therewith or derived there from, the parties agree to seek an

amicable settlement of that dispute by Conciliation under the ICADR Conciliation Rules,

1996

7.9.2 The Authority to appoint the Conciliator(s) shall be the International Centre for Alternative

Dispute Resolution (ICADR).

7.9.3 The International Centre for Alternative Dispute Resolution will provide administrative

services in accordance with the ICADR Conciliation Rules, 1996.

7.10 Applicable Law

7.10.1 The vendor shall be governed by the laws and procedures established by Govt. of

India, within the framework of applicable legislation and enactment made from time

to time concerning such commercial dealings/processing.

7.10.2 All disputes in this connection shall be settled in Delhi jurisdiction only.

7.10.3 NICSI reserves the right to cancel this tender or modify the requirement without

assigning any reasons. NICSI will not be under obligation to give clarifications for

doing the aforementioned.

7.10.4 NICSI reserves the right that the work can be allocated to any of the empanelled

vendors.

7.10.5 NICSI also reserves the right to modify/relax any of the terms & conditions of the

tender.

7.10.6 NICSI, without assigning any further reason can reject any tender(s), in which any

prescribed condition(s) is/are found incomplete in any respect.

Page 42: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 41 of 144

7.10.7 NICSI also reserves the right to award works/supply order on quality/technical basis,

which depends on quality/capability of the system and infrastructure of the firm.

Bidder(s) are, therefore, directed to submit the tender carefully along with complete

technical features of the products/systems as well as other documents required to

access the capability of the firm.

7.10.8 All procedure for the purchase of stores laid down in GFR and DFPR shall be

adhered-to strictly by the NICSI and subordinates and Bidders are bound to respect

the same.

Page 43: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 42 of 144

8 Annexures

8.1 Annexure 1: Bidder’s Profile

Bidder’s Profile 4

S.No Particulars Description

a. Name of the Vendor

b. Type of Incorporation (Sole Proprietor/ Partnership/ Private Limited/ Limited Firm)

c. Year of Incorporation

d. Place of Incorporation

e. Whether any Legal/Arbitration proceedings have been instituted against the Vendor or the Vendor has lodged any claim in connection with works carried out by them. Mention Yes/No. If yes, please give details.

f. Service Tax No.:

g. Sales Tax/ VAT No.:

h. CST No.:

i. PAN No.:

j. Valid ISO 9001:2008 certificate. Copy to be attached

k. Vendor Profile

l. Full Address

m. Name of the Top executive with Designation

Name:

Designation:

Contact Number(Landline):

Contact Number(Mobile):

Email Address:

Complete Communication Address:

Page 44: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 43 of 144

Bidder’s Profile 4

S.No Particulars Description

n. EMD Details: Amount:

Draft/ Pay Order No/ BG No:

Date:

Bank:

Branch:

8.2 Annexure 2: Compliance Sheet for OEM

Name of the Bidder:

Sl No. Tender No Compliance Page no. Of the Tender Bid

1 Authorised OEM of quoted item Yes/No

2 OEM valid Certificate of ISO 9001:2008 and ISO14000

Yes/No

3 Copies of Balance sheet for last 3 years showing turnover from LAN

Yes/No

4 Copies of

S.Tax/VAT

Service Tax

PAN

Yes/No

5 Copy of Purchase Order/ Work Order Yes/No

6 Articles of Association etc. Yes/No

8 Certified copy of MAF Yes/No

Signature :

Date:

Place:

Name:

SEAL:

Page 45: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 44 of 144

8.3 Annexure 3: Site Survey Document

Installation Certificate

1 Site Name and Address:

2 Site Contact Name:

Title:

Phone :

Mobile:

Fax:

Email:

3 Is the site owned and maintained by the customer?

Yes/No

4 Is this a manned site? Yes/ No

5 Detail the specific cabinet location – floor, room, footprint position.

6 Please provide the distance between the two location in which cable is to be laid

Type of Cable:

Number of Meter:

Diagram

7 Please provide the amount/ Type of cable which needs to be overhead/ inside cabinet / underground

8 Are additional overhead cable trays, drop posts or other trunking required in order

9 Is the clearance under the overhead cable tray sufficient?

10 If a raised floor exists, is sufficient space available for routing cables?

11 Number of Active Components to be required. Please provide details like specifications.

12 Number of nodes to be connected.

13 Details of equipment’s to be used with number.

Page 46: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 45 of 144

14 Time required to complete installation after getting the work order

Name of Vendor :

____________________________________________________________

Designation :__________________________________________________

Signature:____________________________________________________

(with official seal)

Date:________________________________________________________

Name of Client :

____________________________________________________________

Designation :__________________________________________________

Signature:____________________________________________________

(with official seal)

Date:________________________________________________________

8.4 Annexure 4: Installation Certificate

Installation Certificate

1 Vendor Name

2 Project No.

3 Purchase order No. & date

4 Invoice No. with date

5 Equipment Name & Description

6 Equipment serial nos.

7 Date of delivery

8 Date of intimation of call for installation / site readiness information

(in case of SNR)

Page 47: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 46 of 144

9 Installation Date

10 Certificate Equipment (as per ordered configuration) has been installed successfully

Name of user / NIC Project Coordinator / NICSI Project in charge:

____________________________________________________________

Designation :__________________________________________________

Signature:____________________________________________________

(with official seal)

Date:________________________________________________________

8.5 Annexure 5: Site Not Ready Certificate

Site Not Ready Certificate

1 Vendor Name

2 Project Number

3 Purchase order No. & date

4 Equipment Name

5 Date of delivery

6 Date of 1st Visit for installation

7 Site not ready reason

8 Tentative date of site being ready for installation

9 Contact detail of vendor for getting equipment installed, if site get ready.

10 Certificate There is no delay on the part of vendor in getting the equipment installed

Name of user / NIC Project Coordinator / NICSI Project in charge:

Page 48: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 47 of 144

____________________________________________________________

Designation :__________________________________________________

Signature:____________________________________________________

(with official seal)

Date:________________________________________________________

Page 49: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 48 of 144

8.6 Annexure 6: Technical Specifications for Category 1 A

8.6.1 Table 1: Passive Components

Product Description

Specifications Make / Model

Part Code

1. UTP COMPONENTS

2. UTP COMPONENTS (CAT 6A)

All specifications for components & cabling to be tested

up to 500 Mhz, UL/ETL listed & verified, should be

registered for follow up program, UL/ETL marking should

be embossed and / or printed on the passive product and

their packing

2.1

UTP cable 4 pair, should confirm or exceed the EIA/TIA 568 C.2-10

(CAT 6A) standards for physical & electrical

specifications, UL/ETL listed & verified, Should be

certified by independent test lab for 10G Gigabit Ethernet

Performance up to 100 mrts, 23 AWG solid bare copper

Jacket: LSZH

2.2 24 port Patch Panel CAT6A

19 inch 1U Patch Panel for 24 x RJ45 45 connection module, should confirm or exceed the EIA/TIA 568 C.2 (CAT 6A) standards, Metallic / high strength or equivalent & 1U height, zig-zag / angular/straight IO placement for better alien cross talk, transmission channels of Class EA with up to 4 plugged connections acc. to ISO/IEC 11801 ed. 2.2, June 2011, as well the U.S. standard Cat. 6A according to TIA 568-C.2

2.3 48 port Patch Panel CAT6A

19 inch 1U/2U Patch Panel for 48 x RJ45 45 connection module, should confirm or exceed the EIA/TIA 568 C.2 (CAT 6A) standards, Metallic / high strength or equivalent & 1U/2U height, transmission channels of Class EA with up to 4 plugged connections acc. to ISO/IEC 11801 ed. 2.2, June 2011, as well the U.S. standard Cat. 6A according to TIA 568-C.2

2.4 Wire Manager/Patch Chord Minder panel

19“ rack mountable, Metallic / high strength or equivalent jumper rings for routing cable assemblies, mounts to the front of 19” rack & 1 U height

Page 50: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 49 of 144

Product Description

Specifications Make / Model

Part Code

2.5 Information outlets- CAT6A

Surface mount box with RJ 45 socket & gang box , RJ45 connection module of Cat. 6A, for the setting up of transmission channels of Class EA with up to 4 plugged connections acc. to ISO/IEC 11801 ed. 2.2, June 2011, as well the U.S. standard Cat. 6A according to TIA 568-C.2 , Connection module Cat. 6A, unshielded, with dust cover, mounting plate UL/ETL listed & verified, Single ( 1-port) Dual (2-port) Quad (4- port)

2.6 Patch Cord UTP CAT6A

Flexible cable, U/UTP, 4 x 2 x AWG 26/7, LSZH, . Low-smoke in acc. with IEC 61034 and halogen-free in acc. with IEC 60754-1. Halogen-free and heavy-metal free in acc. with EU directives RoHS 2. Mounted on both sides with RJ45 connector compliant with Cat. 6A ISO component standard: IEC 60603-7-41 RJ45 category 6A ISO (500 MHz), unshielded. Strain-relief function in acc. with TIA 568-C. For the setting up of transmission channels of Class EA with up to 4 plugged connections acc. to ISO/IEC 11801 ed. 2.2, June 2011, Complies with Category 6A ISO requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1 May 2011, as well as TIA 568-C.2, Optional: Visual coding, mechanical coding and lock protection. Length - 1mrts Length – 2mrts Length – 3mrts Length – 5mrts Length – 10mrts

3. UTP COMPONENTS (CAT6)

3.1 UTP Components (CAT6)

All specifications for components & cabling to be tested

up to 250 Mhz, UL /ETL listed & verified, should be

registered for follow up program, UL/ETL marking should

be embossed and/ or printed on the passive product and

their packing. Jacket: LSZH

3.2 UTP cable CAT 6

4 pair, should confirm or exceed the EIA/TIA 568 C.2-1

(CAT 6) standards for physical & electrical specifications,

UL/ETL listed & verified, Should be certified by

independent test lab for 1G Gigabit Ethernet

Performance up to 100 mrts. 23 AWG solid bare copper.

Jacket: LSZH

Page 51: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 50 of 144

Product Description

Specifications Make / Model

Part Code

3.3 24 port Patch Panel CAT 6

19 inch 1U Patch Panel for 24 x RJ45 45 connection

module , zig-zag/straight/angular IO placement for better

alien cross talk The information Outlet should establishing

of transmission channels of class E with up to 4 plugged

connections, complies with Category 6 requirements of

the standards ISO/IEC 11801 ed. 2.2, June 2011, as well

as TIA 568-C,

Metallic high strength & 1U height

UL /ETL listed

3.4 48 port Patch Panel CAT 6

19 inch 2U Patch Panel for 48 x RJ45 45 connection

module, zig-zag/ angular/ straight IO placement for better

alien cross talk The information Outlet should establishing

of transmission channels of class E with up to 4 plugged

connections, complies with Category 6 requirements of

the standards ISO/IEC 11801 ed. 2.2, June 2011, as well

as TIA 568-C. Metallic high strength & 1U/2U height.

UL /ETL listed

3.5 Wire Manager/Patch Chord Minder panel

19 “ rack mountable, Metallic / high strength or equivalent jumper rings for routing cable assemblies, mounts to the front of 19” rack & 1 U height

3.6 Information outlets CAT 6

Surface mount box with RJ 45 connection module & gang box, The information Outlet should establishing of transmission channels of class E with up to 4 plugged connections, complies with Category 6 requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, unshielded, with dust cover, snap-in frame (gray), cable tie and installation instructions. UL/ETL listed, Single (1-port) Dual (2-port) Quad (4- port)

3.7 Patch Cord CAT 6

Should confirm or exceed the EIA/TIA 568 C.2-1

standards for CAT 6 LSZH, Factory molded boots on RJ

45 plugs at both ends, UL/ETL listed & verified, Option for

colour – Grey, Blue, Red & Green & cross over cable

Length – 1Mrts Length – 2mrts Length – 3mrts Length – 5mrts Length – 10mrts

4. STP (Shielded Twisted Pair) COMPONENTS CAT 6

Page 52: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 51 of 144

Product Description

Specifications Make / Model

Part Code

4.1 STP cable CAT 6 4 pair, STP, should confirm or exceed the EIA/TIA 568

C.2-1 (CAT 6) standards for physical & electrical

specifications , UL/ETL listed & verified, UL/ETL marking

should be embossed and/ or printed on the passive

product and their packing. Should be certified by

independent test lab for 1G Gigabit Ethernet

Performance up to 100 mrts. 23 AWG solid bare copper.

Jacket: LSZH

4.2 24 port STP CAT 6 Patch Panel

19 inch 1U Patch Panel for 24 x RJ45 45 connection

module, zig-zag/ straight/angular IO placement for better

alien cross talk The information Outlet should establishing

of transmission channels of class E with up to 4 plugged

connections, complies with Category 6 requirements of

the standards ISO/IEC 11801 ed. 2.2, June 2011, as well

as TIA 568-C, Metallic / high strength or equivalent & 1U

height

UL /ETL listed & verified

4.3 48 port STP CAT 6 Patch Panel

19 inch 2U Patch Panel for 48 x RJ45 45 connection

module, zig-zag/ straight/angular IO placement for better

alien cross talk The information Outlet should establishing

of transmission channels of class E with up to 4 plugged

connections, complies with Category 6 requirements of

the standards ISO/IEC 11801 ed. 2.2, June 2011, as well

as TIA 568-C, Metallic / high strength or equivalent &

1U/2U height

UL /ETL listed & verified

4.4 Wire Manager/Patch Chord Minder panel

19“ rack mountable, Metallic / high strength or equivalent jumper rings for routing cable assemblies, mounts to the front of 19” rack & 1 U height

4.5 Information outlets (STP CAT 6)

Surface mount box with RJ 45 connection module & gang box, The information Outlet should establishing of transmission channels of class E and class EA with up to 4 plugged connections, complies with Category 6 requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011 Information outlet Cat. 6, shielded, with dust cover, snap-in frame), cable tie and installation instructions. With EMC cover, dust cover. UL/ETL listed, Single (1-port) Dual (2-port) Quad (4- port)

Page 53: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 52 of 144

Product Description

Specifications Make / Model

Part Code

4.6 Patch Cord STP CAT 6

Should confirm or exceed the EIA/TIA 568 C.2-1

standards for CAT 6 LSZH, Factory molded boots on RJ

45 plugs at both ends, UL/ETL listed & verified , Option

for colour – Grey, Blue, Red & Green & cross over cable.

Length – 1mrts

Length – 2mrts

Length – 3mrts

Length – 5mrts

Length – 10mrts

4.7 Supply, Installation

& Termination

,Documentation &

Site certification for

UTP Cabling

Laying of UTP E CAT 6 A/ CAT 6/STP cable with cable

route survey & detailed cable route diagram, termination

of cable with labels & marking as per approved labeling

plan & documentation

Supply & fixing of Unslotted PVC cable duct confirming to

ASTM standards D638, D792, & flammability UL 94V-0 in

size 15 X 15 mm, 25 x 25 mm ,45 X 25 mm & 45 X 45 mm

Supply & fixing of ISI marked PVC Conduit of material

thickness not less than 1.5 mm, Medium Mechanical

Strength (MMS) & flammability UL 94V-0, OD size of 20

mm, 25 mm,32 mm, 40 mm & 50 mm

Supply & fixing of Metal MS cable tray/ raceway with

covers for mounting on ceiling / floor /wall , with all

connecting fittings & sections for hanging,T, cross, L,

vertical up /down routing/ branching of cables etc, Size as

follows with required fitting kit & accessories for above

50 mm Height x 100 mm Width 50 mm Height x 200 mm Width 100 mm Height x 300 mm Width Supply & fixing of high quality PVC cable tray/ raceway

with covers for mounting on ceiling / floor / wall , with all

connecting fittings & sections for hanging,T, cross, L,

vertical up /down routing/ branching of cables etc, Size as

follows with required fitting kit & accessories for above

50 mm Height x 150 mm Width 100 mm Height x 100 mm Width

Installation & termination of UTP cables on Patch Panel

with wire Manager & on Information outlet

Performance testing of the laid UTP cable (Pentascanner

report) for Channel Link as per EIA/TIA TSB-67 standard

or higher in particular wire map (Short, open, transpose,

reverse, split), NEXT, PSNEXT, FEXT, PSFEXT, ACR,

PSACR, Return Loss, length , propagation delay, delay

skew, Site certification for performance warranty of 20

Page 54: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 53 of 144

Product Description

Specifications Make / Model

Part Code

years through OEM .

Removal of old UTP / Fiber / Coaxial /RS232 / telephone

cables where ever required.

8.6.2 Table 2: Racks

S. No Product Description Specifications Make / Model

Part Code

5 Racks

5.1 19 “ Rack , Wall mount 530 mm depth, 9 U height, Front glass door ( lockable, toughened 4mm),

Should confirm To DIN 41494 & IEC 297 standard , Load

bearing capacity of 50 Kgs , Have following accessories:

19 “ mountable ,1U , Universal power socket design to fit

both round & flat socket with built in surge protection &

over load circuit breaker , 5 AMP AC power distribution

channel made of high flame retardant & insulating

material , CE approved with 6 nos sockets ( 1 nos) , with

wall mounting hardware , Copper earthing kit ( 19” copper

bar) & equipment mounting screws/hardware packets (2

nos), Fan tray with two fans (low noise, good quality, ball

bearing type ,90 CFM). Surface Finish: EC Dip Coat

Primed and Powder Coated to 80-100micrones with RAL

7035 Light Grey

19 “ Rack , Wall Mount , 530 mm depth, 12 U height, Front glass door ( lockable, toughened 4mm),

Should confirm DIN 41494 & IEC 297 standard , Load

bearing capacity of 50 Kgs , Have following accessories:

19 “ mountable ,1U , Universal power socket design to fit

both round & flat socket with built in surge protection &

over load circuit breaker , 5 AMP AC power distribution

channel made of high flame retardant & insulating

material , CE approved with 6 nos sockets ( 1 nos),

Copper earthing kit(19” copper Bar) & equipment

mounting screws/hardware packets (2 nos) , Fan tray with

two fans (low noise, good quality, ball bearing type ,90

CFM). Surface Finish: EC Dip Coat Primed and Powder

Coated to 80-100micrones with RAL 7035 Light Grey

5.2 19 “ Rack , Floor standing 800 mm depth 24 U height, Front & back door ( lockable), Front glass

Should confirm DIN 41494 & IEC 297 standard , Load

bearing capacity of 500 Kgs , Quick release locking sides

, front & rear door , Have following accessories:

19 “ mountable ,2U , Universal power socket design to fit

Page 55: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 54 of 144

S. No Product Description Specifications Make / Model

Part Code

door(toughened 4mm),

both round & flat socket with built in surge protection &

over load circuit breaker , 15 & 5 AMP AC power

distribution channel made of high flame retardant &

insulating material , CE approved with 10 nos sockets

with individual on/off switch & light indication ( 2 nos)

,Support angles 2 pairs ,475 mm depth

Equipment shelves 475 mm depth – 2 nos

Castors with brakes

Fan tray with four fans ((low noise, good quality, ball

bearing type ,90 CFM)

Copper Earthing Kit ( 19” copper Bar)

Mounting Hardware packets – 5 nos

Surface Finish: EC Dip Coat Primed and Powder Coated

to 80-100micrones with RAL 7035 Light Grey

5.3 19 “ Rack , Floor standing 1000 mm depth 32 U height, Front & back door ( lockable), Front glass door (toughened 4mm),

Should confirm DIN 41494 & IEC 297 standard , Load

bearing capacity of 500 Kgs , Quick release locking sides

, front & rear door , Have following accessories:

19 “ mountable ,2U , Universal power socket design to fit

both round & flat socket with built in surge protection &

over load circuit breaker , 15 & 5 AMP AC power

distribution channel made of high flame retardant &

insulating material , CE approved with 10 nos sockets

with individual on/off switch & light indication ( 4 nos) ,

,Support angles 2 pairs ,800 mm depth

Equipment shelves 800 mm depth – 2 nos Castors with brakes Fan tray with four fans ((low noise, good quality, ball bearing type ,90 CFM) Earthing Kit ( 19” copper Bar) Mounting Hardware packets – 5 nos

Page 56: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 55 of 144

S. No Product Description Specifications Make / Model

Part Code

5.4 19 “ Rack , Floor standing 1000 mm depth 42 U height, Front & back door ( lockable), Front glass door (toughened 4mm),

Should confirm DIN 41494 & IEC 297 standard , Load

bearing capacity of 500 Kgs , Quick release locking sides

, front & rear door , Have following accessories:

19 “ mountable ,2U , Universal power socket design to fit both round & flat socket with built in surge protection & over load circuit breaker , 15 & 5 AMP AC power distribution channel made of high flame retardant & insulating material , CE approved with 10 nos sockets with individual on/off switch & light indication ( 4 nos) ,Support angles 2 pairs ,800 mm depth Equipment shelves 800 mm depth – 2 nos Castors with brakes Fan tray with four fans ((low noise, good quality, ball bearing type ,90 CFM ) Earthing Kit ( 19” copper bar) Mounting Hardware packets – 5 nos

8.6.3 Table 3: Fibre Components

S.No Product Description

Specifications Make / Model

Part Code

Fiber Components

6 Fiber Cable

6.1 Fiber Optic indoor Distribution cable LSZH , tight buffered, Multi mode (MM), support 10 G Ethernet up to 300 m,OM-3

Multimode optical fiber cable , 50/125 micron graded index,

,required for indoor applications, Fiber should be LSZH ,

Aramid yarn for strength, with FRP strength member , support

10 G Ethernet up to 300 m ,should confirm or exceed the

ISO/IEC 11801:2002; IEC 60794-1-2 E1; IEC 60794-1-2 E11;

IEC 60794-1-2 E3; IEC 60794-1-2 F1; IEC60794-1and ITU

Recommendation G.651standards for Fiber and cable

performance specifications.

6 fibers 12 fibers 24 fiber 48 Fiber

6.2 Fiber Optic Indoor /

outdoor loose tube

cable LSZH

,Unarmoured,

Multi mode (MM),

support 10 G

Ethernet up to 550

m,OM-4

Multimode optical fiber cable , 50/125 micron graded index, ,

required for indoor /outdoor applications, loose tube jelly field,

Water blocked buffer tube , strengthening members , outer

sheath resistant to UV, moisture , sunlight , suitable for harsh

environment, support 10 G Ethernet up to 550 m ,should

confirm or exceed the ISO/IEC 11801:2002; IEC 60794-1-2 E1;

IEC 60794-1-2 E11; IEC 60794-1-2 E3; IEC 60794-1-2 F1;

IEC60794-1and ITU Recommendation G.651standards

Page 57: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 56 of 144

S.No Product Description

Specifications Make / Model

Part Code

standards for Fiber and cable performance specifications.,

Required in following configuration

6 fibers

12 fibers

24 fiber

48 fiber

6.3 Fiber Optic outdoor

armoured cable (OM

4),multi loose tube,

Multi mode (MM)

Multimode optical fiber cable , 850nm laser optimized 50/125

micron graded index, support IEEE 802.3ae 10 gigabit Ethernet

standard 550m distance , support 10 Gb/s laser based

application as well as LED based application ,anti rodent ,

required for outdoor applications for direct burial, fiber should

be protected inside jelly filled loose tubes , The outer sheath is

made of a 0.155 mm corrugated steel armor , with FRP

strength member, water proof tape, double layer of HDPE

jacket , support 10 G Ethernet up to 550 m ,should confirm or

exceed the ISO/IEC 11801:2002; IEC 60794-1-2 E1; IEC

60794-1-2 E11; IEC 60794-1-2 E3; IEC 60794-1-2 F1;

IEC60794-1and ITU Recommendation G.651 standards for

Fiber and cable performance specifications. Required in

following configuration

6 fibers

12 fibers

24 fiber

48 fiber

6.4 Fiber Optic outdoor

armoured cable ,

loose tube

Single mode (SM) 10 G

Single mode optical fiber cable , 9.2/125 micron graded index,

anti rodent , required for outdoor applications for direct burial,

fiber should be protected inside jelly filled loose tubes ,

armoring with acrylic coated good quality steel tape , with FRP

strength member, water proof tape, double layer of HDPE

jacket , should confirm or exceed the support 10 G Ethernet up

to 550 m ,should confirm or exceed the ISO/IEC 11801:2002;

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

60794-1-2 F1; IEC60794-1and ITU Recommendation G.652.D

standard standards for Fiber and cable performance

specifications. Required in following configuration

6 fibers

12 fibers

24 fiber

48 fiber

Page 58: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 57 of 144

S.No Product Description

Specifications Make / Model

Part Code

6.5 Optical Fiber pigtails SC type, 1 meter length

Pigtail with LSZH jacket Pigtail with semi-tight buffer PA/PBT, Ø 0.9 mm, multimode G651 50/125(OM3/OM4) or single mode G652.D 9/125 µm (OS1, OS2), length 1 m. Fitted with one LC connector in acc. with IEC 61754-20. Zirconia (ceramic) ferrule with a PC polished end face geometry, connectors tuned in accordance with IEC 61755-3-1 and qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). material PEI / UL 94 V-0, strain relief and white plastic dust cover required for terminating 50/125 micron MM fiber 9.2/125 micron SM fiber

6.6 Optical Fiber pigtails LC type , 1 meter

Pigtail with LSZH jacket Pigtail with semi-tight buffer PA/PBT, Ø 0.9 mm, , Singlemode G652.D 9/125 µm (OS1, OS2) or multimode G50 50/125 µm (OM3/OM4), length 1 m. Fitted with one LC connector in acc. with IEC 61754-20. Zirconia (ceramic) ferrule with a PC polished endface geometry, connector qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Material PEI / UL 94 V-0, strain relief and plastic dust cover. required for terminating 50/125 micron MM fiber 9.2/125 micron SM fiber

6.7 Optical Fiber Patch Cord , MM , SC-SC,OM-3

Patch cord with LSZH jacket , with factory mount ceramic connector at both end Fiber: OM3 E50/125 G.651 (OM3). Cable: F8 2.0x4.1 mm, LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length - 20 m Length – 30 m

6.8 Optical Fiber Patch Cord , MM , LC-LC,OM-3

Patch cord with LSZH jacket , with factory mount ceramic connector at both end Fiber: OM3 E50/125 G.651 (OM3). Cable: F8 2.0x4.1 mm, LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length - 20 m Length – 30 m

6.9 Optical Fiber Patch Cord , MM , SC – LC,OM-3

Patch cord with LSZH jacket , with factory mount ceramic connector at both end Fiber: OM3 E50/125 G.651 (OM3). Cable: F8 2.0x4.1 mm, LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length - 20 m Length – 30 m

Page 59: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 58 of 144

S.No Product Description

Specifications Make / Model

Part Code

6.10 Optical Fiber Patch

Cord , SM , SC-SC,

Patch cord with LSZH jacket, with factory mount ceramic connector at both end Fiber: SM E9/125 G.652.D (OS2). Cable: F8 2.0x4.1 mm, LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length -20 m Length – 30 m

6.11 Optical Fiber Patch Cord , SM , LC-LC,

Patch cord with LSZH jacket , with factory mount ceramic connector at both end Fiber: SM E9/125 G.652.D (OS2). Cable: F8 2.0x4.1 mm, LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length -20 m Length – 30 m

6.12 Optical Fiber Patch Cord , SM , SC-LC,

Patch cord with LSZH jacket , with factory mount ceramic connector at both end Fiber: SM E9/125 G.652.D (OS2). Cable: F8 2.0x4.1 mm, LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length -20 m Length – 30 m

6.13 Optical Fiber Patch Cord , MM , SC- SC, OM-4

Patch cord with LSZH jacket, F8 2.7x5.5 mm, multimode G50 50/125 µm (OM4), bend-optimized. Mounted on both sides with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length -20 m Length – 30 m

Page 60: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 59 of 144

S.No Product Description

Specifications Make / Model

Part Code

6.14 Optical Fiber Patch Cord , MM , SC- LC, OM-4

Patch cord with LSZH jacket, F8 2.7x5.5 mm, multimode G50 50/125 µm (OM4), bend-optimized. Mounted on both sides with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length -20 m Length – 30 m

6.15 Optical Fiber Patch Cord , MM , LC- LC, OM-4

Patch cord with LSZH jacket, F8 2.7x5.5 mm, multimode G50 50/125 µm (OM4), bend-optimized. Mounted on both sides with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length -20 m Length – 30 m

6.16 LIU , 6/12/ 24/48 fiber , Wall mount enclosure, lockable

Loaded with SC / LC couplers for 6/12/ 24/48 fibers 50/125 micron MM or 6/12/ 24/48 fibers 9.2/125 micron SM, Wall mountable metallic distribution enclosure with lock , should have inbuilt / pre-installed splice tray with all clamps ,

Material: housing, plastic: ASA, UV stabilized

6.17 LIU , 6/12/ 24/48

fiber , 1 U Drawer

style19” Rack mount

enclosure

Loaded with SC / LC couplers & adaptor plates for 6/12/ 24/48 fibers 50/125 micron MM or 6/12/ 24/48 fibers 9.2/125 micron SM, 19” rack mountable metallic distribution enclosure slide & tilt drawer type 1 U/2U , should have inbuilt / pre-installed splice tray with all clamps , harnessing rings , ties etc,

Material: box, powder-coated sheet steel / front panel

6.18 Supply, installation & Termination of Fiber Joint Enclosure

Fibre optic Joint Enclosure ( Indoor wall mount )

Supply & fixing of fiber optic joint enclosure ( reusable) with IP

56 rating . The joint box should be made of ageing resistant

plastic, corrosion- resistant sheet metal & have a service life of

20 yr. It should be compact , dust free, good sealing

performance, capable of housing 6 , 12, 24 and 48 fiber splice

tray ,able to manage necessary OFC bend radius ,fitted with

necessary plastic loops, sealing rings & 4 holes ( for in coming

& out going OFC cables), fitted with SC & LC pigtel (SM/MM

as per requirement of site) & with all necessary accessories

Page 61: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 60 of 144

S.No Product Description

Specifications Make / Model

Part Code

required for above work.

Working temp: -30 Degree C to + Degree 60 C

Fibre optic joint Enclosure ( out door , direct burial type )

Supply & fixing of fiber optic joint enclosure ( reusable) with IP

56 rating . The joint box should be made of ageing resistant

plastic, corrosion- resistant sheet metal & have a service life of

min. 20 yr. It should be compact , dust free, good sealing

performance, capable of housing 6 & 12 fiber splice tray ,able

to manage necessary fiber bend radius ,fitted with necessary

plastic loops, sealing rings & 4 holes ( for in coming & out

going OFC cables),fitted with SC / LC pigtel (SM/MM to be

supplied as per requirement of site)

Working temp: -30 Degree C to + Degree 60 C

6.19 Supply, Installation & Termination ,Documentation & Site certification for Indoor & Outdoor Fiber Cabling

Fiber Optic Cable laying with route survey & documentation

with following

- In building laying of fiber in PVC ducts on wall

Outdoor FO laying with

- Excavation and resurfacing of the soil (depth 1 m)

- Excavation and resurfacing of the concrete ( depth 1 m)

- Supply and installation/ fixing of 1” diameter GI pipe under

ground and on surface

- Supply and installation of 1.5” diameter GI pipe

- Supply and installation of 2” diameter HDPE PVC jacket for

under ground laying

- SC connector termination on Fiber Optic cable

- Supply and installation of buffer tubing kit

- cable pulling pit made of reinforced concrete and brick walls

with removable covers

- trenchless digging ( manual / with machine) for

excavation under public road crossing or Wherever required

with in the campus /site requirement

- Fiber optics cable route marker

- Performance testing of laid Fibre Optic cable by OTDR for continuity , length & db loss as per EIA/TIA-455-60 document for FO test procedures & Documentation of the results. Will provide the site certification for 20 years

Page 62: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 61 of 144

8.7 Annexure 7: Technical Specifications for Category 1 B

8.7.1Table 1: Active Components

S.No Product

Description

Specifications Make

/

Model

Part

Code

7 Switches

7.1 Layer 2

Manageable

8 Port Switch,

10/100/1000

Mbps ports

with

additional 2

SFP ports

Shall be 19" Rack Mountable ( including mounting brackets). The switch

shall be non-blocking in architecture

8 RJ-45 autosensing 10/100/1000 ports with additional with 2 SFP

ports or 2 X1 G copper

1 serial console port with console cable

Shall have switching capacity of 20 Gbps for providing non-blocking

performance on all Gigabit ports

Shall have minimum 14 million pps switching throughput to achieve

wire-speed forwarding on all Gigabit ports

Shall support 802.3ad (LACP) with upto 4 ports supported in 6 groups

IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning

Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol ,

Shall support minimum 250 active VLAN and IEEE 802.1Q based

VLAN tagging

Support for minimum 16k MAC addresses

Shall support marking IEEE 802.1P on all ports and marking policing,

and shaping with upto 4 queues per port.

Should have minimum 4 hardware based queues per port

Should support IGMP v1, v2 and v3 for multicast applications

Should support for IPv6 features like Neighbor discovery, Syslog,

Telnet, SSH, Web GUI, SNMP, NTP, DNS, DHCP, RADIUS over IPv6,

classification and marking. Should support RA Guard/RFC6105.

Should support IPv6 from day1.

Configuration through the CLI, console, Telnet, SSH and Web

Management

Switch should support on-line software reconfiguration to implement

changes without rebooting. Any changes in the configuration of

switches related to Layer-2 functions, VLAN, STP, Security, and QoS

should not require rebooting of the switch.

Switch should support MAC address based filter and port as well as

VLAN based filter / ACLs

IEEE802.1 X to allow port based security.

SNMPv1, v2, and v3 and 4 group of RMON support.

Power : Input 100-240VAC, 50/60Hz

Operating Temperature: 0C to 45C

7.2 Layer 2

Manageable

8 port POE +

switch,

10/100/1000

Shall be 19" Rack Mountable ( including mounting brackets). The switch

shall be non-blocking in architecture

8 RJ-45 autosensing 10/100/1000 PoE+ ports with 2 SFP ports or

2X1G copper

1 serial console port with console cable

Page 63: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 62 of 144

S.No Product

Description

Specifications Make

/

Model

Part

Code

Mbps with 2

SFP Ports

Shall have switching capacity of 20 Gbps for providing non-blocking

performance on all Gigabit ports

Shall have minimum 14 million pps switching throughput to achieve

wire-speed forwarding on all Gigabit ports

Shall support 802.3ad (LACP) with upto 4 ports supported in 6 groups

IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning

Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol ,

Shall support minimum 250 active VLAN or IEEE 802.1 Q-based

VLAN tagging

Support for minimum 16k MAC addresses

Shall support IEEE 802.1 P on all ports and marking, policing, and

shaping with upto 4 queues / port

Should have minimum 4 hardware based queues per port

Should support IGMP v1, v2 and v3 for multicast applications

Should support for IPv6 features like Neighbor discovery, Syslog,

Telnet, SSH, Web GUI, SNMP, NTP, DNS, DHCP RADIUS over IPv6,

classification and marking. Should support RA Guard/RFC6105.

Should support IPv6 from day one.

Configuration through the CLI, console, Telnet, SSH and Web

Management

Switch should support on-line software reconfiguration to implement

changes without rebooting. Any changes in the configuration of

switches related to Layer-2 functions, VLAN, STP, Security, and QoS

should not require rebooting of the switch.

Switch should support MAC address based filter and port as well as

VLAN based filter / ACLs

IEEE802.1 X to allow port based security.

SNMPv1, v2, and v3 and 4 group of RMON support.

Power : Input 100-240VAC, 50/60Hz

Operating Temperature: 0C to 45C

7.3 Layer 2

Manageable

24 Port

switch-

10/100/1000

Mbps with 2

SFP+ Uplink

& stacking

Ports

Shall be 19" Rack Mountable ( including mounting brackets).. The

switch shall be non-blocking in architecture

24 RJ-45 autosensing 10/100/1000 ports with 2 additional SFP+ Ports

1 serial console port with console cable

Shall have switching minimum capacity of 88 Gbps for providing non-

blocking performance on all Gigabit ports

Shall have minimum 65 million pps switching throughput to achieve

wire-speed forwarding on all Gigabit ports

Switch should support stacking of 2 dedicated stacking ports of 10

Gbps of bandwidth each. Should support stacking for minimum of 4

switches.

IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning

Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol , IEEE

802.3ad Link Aggregation Control Protocol (LACP)

Shall support minimum 250 active VLAN or IEEE 802.1Q-based

VLANs

Support for minimum 16k MAC addresses

Shall support marking, policing, and shaping with upto 4 queues / port

Should support IGMP v1, v2 and v3 for multicast applications

Should support for IPv6 features like Neighbor discovery, Syslog,

Page 64: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 63 of 144

S.No Product

Description

Specifications Make

/

Model

Part

Code

Telnet, SSH, Web GUI, SNMP, NTP, DNS, RADIUS over IPv6,

classification and marking. Should support RA Guard/RFC6105.

Should support IPv6 from day 1

Should have minimum 4 hardware based queues per port

Configuration through the CLI, console, Telnet, SSH and Web

Management

Switch should support on-line software reconfiguration to implement

changes without rebooting. Any changes in the configuration of

switches related to Layer-2functions, VLAN, STP, Security, and QoS

should not require rebooting of the switch.

SNMPv1, v2, and v3 and Remote monitoring (RMON) support

Power : Input 100-240VAC, 50/60Hz

Operating Temperature: 0C to 45C

Should have compliance for EAL/ NDPP/ Common Criteria security

related function

7.4 Layer 2

manageable

24 Port

Switch with

POE +

10/100/1000

Mbps with 2

SFP+ Uplink

ports &

stacking

Shall be 19" Rack Mountable ( including mounting brackets).. The

switch shall be non-blocking in architecture

24 RJ-45 autosensing 10/100/1000 PoE+ ports with 2 additional

SFP+ Ports

1 serial console port with console cable

Shall have switching minimum capacity of 88 Gbps for providing non-

blocking performance on all Gigabit ports

Shall have minimum 65 million pps switching throughput to achieve

wire-speed forwarding on all Gigabit ports

Switch should support stacking of 2 dedicated stacking ports of 10

Gbps of bandwidth each. Should support stacking for minimum of 4

switches.

Shall support 802.3ad (LACP) with upto 4 ports supported in 6 groups

IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning

Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol , IEEE

802.3ad Link Aggregation Control Protocol (LACP)

Shall support minimum 250 active VLAN or IEEE 802.1Q-based VLANs

Support for minimum 16k MAC addresses

Shall support marking, policing, and shaping with upto 4 queues / port

Should support IGMP v1, v2 and v3 for multicast applications

Should support for IPv6 features like Neighbor discovery, Syslog,

Telnet, SSH, Web GUI, SNMP, NTP, DNS, RADIUS over IPv6,

classification and marking, Should support RA Guard/RFC6105.

Should have minimum 4 hardware based queues per port.

Should support IPv6 from day1.

Configuration through the CLI, console, Telnet, SSH and Web

Management

Switch should support on-line software reconfiguration to implement

changes without rebooting. Any changes in the configuration of

switches related to Layer-2 functions, VLAN, STP, Security, and QoS

should not require rebooting of the switch.

SNMPv1, v2, and v3 and Remote monitoring (RMON) support

Power : Input 100-240VAC, 50/60Hz.

Operating Temperature: 0C to 45C

Should have compliance for EAL/ NDPP/ Common Criteria security

Page 65: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 64 of 144

S.No Product

Description

Specifications Make

/

Model

Part

Code

related function

7.5 Layer 2

Manageable

48 Port

Switch

10/100/1000

Mbps with 2

SFP+ Uplink

& stacking

Ports

Shall be 19" Rack Mountable ( including mounting brackets). The switch

shall be non-blocking in architecture

48 RJ-45 autosensing 10/100/1000 ports 2 additional SFP+ Ports

1 serial console port with console port

Shall have minimum switching capacity of 136 Gbps for providing non-

blocking performance on all Gigabit ports

Shall have minimum 101 million pps switching throughput to achieve

wire-speed forwarding on all Gigabit ports

Switch should support stacking of 2 dedicated stacking ports of 10

Gbps of bandwidth each. Should support stacking for minimum of 4

switches.

Shall support 802.3ad (LACP) with upto 4 ports supported in 6 groups

IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning

Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol , IEEE

802.3ad Link Aggregation Control Protocol (LACP)

Shall support minimum 250 active VLAN or IEEE 802.1Q-based

VLANs

Support for minimum 16k MAC addresses

Shall support marking, policing, and shaping with upto 4 queues / port

Should support IGMP v1, v2 and v3 for multicast applications

Should support for IPv6 features like Neighbor discovery, Syslog,

Telnet, SSH, Web GUI, SNMP, NTP, DNS,DHCP RADIUS over IPv6,

classification and marking. Should support RA Guard/RFC6105.

Should support IPv6 from day1

Should have minimum 4 hardware based queues per port

Configuration through the CLI, console, Telnet, SSH and Web

Management

Switch should support on-line software reconfiguration to implement

changes without rebooting. Any changes in the configuration of

switches related to Layer-2 functions, VLAN, STP, Security, and QoS

should not require rebooting of the switch.

SNMPv1, v2, and v3 and Remote monitoring (RMON) support

Power : Input 100-240VAC, 50/60Hz

Operating Temperature: 0C to 45C

Should have compliance for EAL/ NDPP/ Common Criteria security

related function

7.6 Layer 2

Manageable

48 Port

Switch with

POE+

10/100/1000

Mbps with 2

SFP+ Uplink

& stacking

Shall be 19" Rack Mountable ( including mounting brackets). The switch

shall be non-blocking in architecture

48 RJ-45 autosensing 10/100/1000 ports PoE+ ports with 2 additional

SFP+ Ports

1 serial console port with console port

Shall have minimum switching capacity of 136 Gbps for providing non-

blocking performance on all Gigabit ports

Shall have minimum 101 million pps switching throughput to achieve

wire-speed forwarding on all Gigabit ports

Page 66: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 65 of 144

S.No Product

Description

Specifications Make

/

Model

Part

Code

Ports Switch should support stacking of 2 dedicated stacking ports of 10

Gbps of bandwidth each. Should support stacking for minimum of 4

switches.

Shall support 802.3ad (LACP) with upto 4 ports supported in 6 groups

IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning

Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol , IEEE

802.3ad Link Aggregation Control Protocol (LACP)

Shall support minimum 250 active VLAN or IEEE 802.1Q-based

VLANs

Support for minimum 16k MAC addresses

Shall support marking, policing, and shaping with upto 4 queues / port

Should support IGMP v1, v2 and v3 for multicast applications

Should support for IPv6 features like Neighbor discovery, Syslog,

Telnet, SSH, Web GUI, SNMP, NTP, DNS,DHCP RADIUS over IPv6,

classification and marking. Should support RA Guard/RFC6105.

Should support IPv6 from day1

Should have minimum 4 hardware based queues per port

Configuration through the CLI, console, Telnet, SSH and Web

Management

Switch should support on-line software reconfiguration to implement

changes without rebooting. Any changes in the configuration of

switches related to Layer-2 functions, VLAN, STP, Security, and QoS

should not require rebooting of the switch.

SNMPv1, v2, and v3 and Remote monitoring (RMON) support

Power : Input 100-240VAC, 50/60Hz

Operating Temperature: 0C to 45C

Should have compliance for EAL/ NDPP/ Common Criteria security

related function

7.7 Layer 3 24

Port Switch

10/100/1000

Mbps with 2

SFP+ Uplink

& stacking

Ports

Shall be 19" Rack Mountable ( including mounting brackets). . The

switch shall be non-blocking in architecture

Switch should have 24 10/100/1000BASE-T ports, and 2 additional

SFP+ 1/10 Gbps Uplink ports

Shall have minimum switching capacity of 136 Gbps for providing non-

blocking performance on all Gigabit ports

Shall have minimum 101 million pps switching throughput to achieve

wire-speed forwarding on all Gigabit ports

Switch should support stacking of 2 dedicated stacking ports of 10

Gbps of bandwidth each. Should support stacking for minimum of 4

switches.

Switch should have 16k Mac address

Switch should have 1000 VLAN

Should have minimum 8 hardware based queues per port

Switch should support IEEE Standards of Ethernet: IEEE 802.1d,

802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3,

802.3u, 802.3ab, 802.3z, 1000BASE-T, 1000BASE-X (mini-GBIC/SFP),

1000BASE-SX, 1000BASE-LX/LH , 10GBASE-SR SFP+ , 10GBASE-

LR SFP+ & 10GBASE-X SFP+ Direct Attach Cables

Switch should have static ip route up to 16. switch should be capable of

Layer 3 features like RIP ,OSPF , VRRP, ECMP , PIM-SM, should

support policy based routing

Switch should support internal redundant power supply and cooling

Page 67: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 66 of 144

S.No Product

Description

Specifications Make

/

Model

Part

Code

Switch should have secure management via IPv4 or IPv6 through

features such as Secure Shell (SSHv1/2), Secure Sockets Layer (SSL),

Simple Network Management Protocol (SNMPv1,2,3).

Should support IGMP v1, v2 and v3 for multicast applications. MLD

v1,v2 or equivalent.

Should support for IPv6 features like Neighbor discovery, Syslog,

Telnet, SSH, Web GUI ( internal/ external), SNMP, NTP, DNS, RADIUS

over IPv6, classification and marking. Should support RA

Guard/RFC6105.

Should support IPv6 from day 1.

Switch should support on-line software reconfiguration to implement

changes without rebooting. Any changes in the configuration of

switches related to Layer-2 & 3 functions, VLAN, STP, Security, and

QoS should not require rebooting of the switch.

It shall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP) &

support IEEE 802.1p traffic prioritization delivering data to devices

based on the priority and type of traffic & strict priority queuing or high

strict priority queue

Power : Input 100-240VAC, 50/60Hz

Operating Temperature: 0C to 45C

Should have compliance for EAL/ NDPP/ Common Criteria security

related function

7.8 Layer 3

Switch 24

Port SFP +

Shall be 19" Rack Mountable ( including mounting brackets).. The

switch shall be non-blocking in architecture

Switch should have 24 SFP+

Shall have switching capacity of 640 Gbps for providing non-blocking

performance on all Gigabit ports

Shall have minimum 480 million pps switching throughput to achieve

wire-speed forwarding on all Gigabit ports

Switch should have 32k Mac address

Switch should have 1000 VLAN

Should have minimum 8 hardware based queues per port

Switch should support IEEE Standards of Ethernet: IEEE 802.1d,

802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3,

802.3u, 802.3ab, 802.3z, 1000BASE-T, 1000BASE-X (mini-GBIC/SFP),

1000BASE-SX, 1000BASE-LX/LH , 10GBASE-SR SFP+ , 10GBASE-

LR SFP+ & 10GBASE-X SFP+ Direct Attach Cables, 2 x 40 Gigabit

Ethernet QSFP+

Switch should have static IP route up to 16. Switch should be capable

of Layer 3 features like RIP ,OSPF , VRRP, ECMP , PIM-SM

Switch should support internal redundant power supply and cooling

Switch should have secure management via IPv4 or IPv6 through

features such as Secure Shell (SSHv1/2), Secure Sockets Layer (SSL),

Simple Network Management Protocol (SNMPv1,2,3).

Should support IGMP v1, v2 and v3 for multicast applications

Should support for IPv6 features like Neighbor discovery, Syslog,

Telnet, SSH, Web GUI ( internal/external), SNMP, NTP, DNS, RADIUS

over IPv6, classification and marking

Should support IPv6 from day 1.

Switch should support on-line software reconfiguration to implement

changes without rebooting. Any changes in the configuration of

switches related to Layer-2 & 3 functions, VLAN, STP, Security, and

Page 68: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 67 of 144

S.No Product

Description

Specifications Make

/

Model

Part

Code

QoS should not require rebooting of the switch.

It shall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP) &

support IEEE 802.1p traffic prioritization delivering data to devices

based on the priority and type of traffic & strict priority queuing or high

strict priority queue

Power : Input 100-240VAC, 50/60Hz

Operating Temperature: 0C to 45C

Should have compliance for EAL/ NDPP/ Common Criteria security

related function

7.9 NMS NMS should be an open, secure and scalable software for optimizing

network infrastructure and operations management through dynamic

policy

NMS should have standards- based Device Management interface (

DMI) for Zero day device support.

Should support simple Web 2.0 user interface

Should support automated discovery of network topology of netwkr

topology ( devices and interconnections)

Should have tools for visualizing the discovery topology

Should have tabular view for device-specific details

Should support centralized device software installation for all managed

devices.

Should have capability to enable device images to be uploaded from

local file system and deployed onto a device or onto multiple devices of

the same device family in a single workflow

Should support image verification for accuracy.

Should support configuration editor that provides the ability to view, edit

and delete all aspects of a device’s configuration.

Should support audit log that captures all template deployment

operations.

Should have ability to view a given device’s configuration and edit add

or delete portions of that configuration.

Should support network –wide visibility and control.

Should support rapid deployment of switching and security

infrastructure

Should support fast problem identification and resolution.

7.10 1000 Base

SX-

transceivers

with LC

connector

mm

1. Hot-Pluggable

2. Low power dissipation

7.11 1000 Base

LX-

transceivers

with LC

connector sm

1. Hot-Pluggable

2. Low power dissipation

Page 69: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 68 of 144

S.No Product

Description

Specifications Make

/

Model

Part

Code

7.12 1000 Base

TX -

transceivers

for copper

1. Hot-Pluggable

2. Low power dissipation

7.13 10 Gig SR

transceiver

LC

connector

MM

7.14 10 Gig LR

transceivers

LC connector

SM

7.15 10 Gig ZR

transceivers

LC connector

SM

7.16 Stacking

module of 10

Gbps with

stacking

cable

7.17 40 Gig SR4

transceiver

Kindly Note: For all switches (except 8 Port Switch) OEM needs to comply with EAL/NDPP/

Common Criteria certification for security related function.

Page 70: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 69 of 144

8.8 Annexure 8: Technical Specifications for Category 2

8.8.1Table 1: GPON Components

S.No Fiber

Component

s

Specifications Make/

Model

Part

Code

8 Fiber Cable

8.1 Fiber Optic

outdoor

armoured

cable , loose

tube

Single mode

(SM)

Single mode optical fiber cable , 9.2/125 micron graded index, anti-rodent,

required for outdoor applications for direct burial, fiber should be protected

inside jelly filled loose tubes , armoring with acrylic coated good quality

steel tape , with FRP strength member, water proof tape.

Should confirm or exceed the support 10 G Ethernet up to 550 m ,should

confirm or exceed the ISO/IEC 11801:2002; IEC 60794-1-2 E1; IEC

60794-1-2 E11; IEC 60794-1-2 E3; IEC 60794-1-2 F1; IEC60794-1and

ITU.

Recommendation G.652.D standard standards for Fiber and cable

performance specifications.

Required in following configuration

96 Core

144 Core

8.2 2 Core OFC

Single Mode

(SM)

Type of Cable : Simplex OFC Single Mode Fiber ( as per ITU-G.657A)

Fiber Size : 9/125/250 um

No of Fibers Loose Tube : 2 F Optical Parameters

Attenuation @ 1310 mm : <=0.38 dB/Km

Attenuation @ 1550 mm : <=0.25 dB/Km Loose Tube / Tight Buffer

Material : PVC

No. of tight buffers : 1

Outer Diameter : 900+/- 50

Colour of tight buffer : white Jacketing

Material : LSZH

Color : Black

Nominal Thickness : 0.50

Overall Diameter: 2.8 Nominal Strength Member

Type : Armid Yarn

Thickness : 0.15 mm

Cable Wieght : 5 Kg/Km

8.3 LIU 96/144

fiber , Wall

mount

enclosure,

lockable

Loaded with SC / LC couplers for 96/144 fibers 9.2/125 micron SM,

Wall mountable metallic distribution enclosure with lock.

Should have inbuilt / pre-installed splice tray with all clamps, Material:

metallic or high strength plastic: ASA, UV stabilized.

Should be IP 65 rated

Page 71: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 70 of 144

S.No Fiber

Component

s

Specifications Make/

Model

Part

Code

8.4 LIU , 96/144

fiber ,19”

Rack mount

drawer style

enclosure

Loaded with SC / LC couplers & adaptor plates for 96/144 fibers 9.2/125

micron SM, 19” rack mountable metallic distribution enclosure 1U height

with removable back cover.

Should have inbuilt / pre-installed splice tray with all clamps , harnessing

rings , ties etc.,

Material: metallic or high strength plastic box, powder-coated sheet steel /

Aluminum front panel.

8.5 Optical

splitter

Cabinet

Splitter Cabinet with 1x2 Splitter: The splitters should be housed in a 19”

Rack mountable unit. The input and outputs should be on SCAPC

adapters and should be of 1U size Each unit should accommodate 2

no’s of 1x2 Splitters. The splitters should be PLC/FBT type

Splitter Cabinet with 2x32 Splitter / 2x16 Splitter. The splitters should be

housed in a plinth mountable outdoor IP68 rated unit. The splitters shall be

of PLC type. The unit should have the following features:

Should be loaded with adequate number of SCAPC Adapters and pigtails

so that all the splitter ports can be patched to the incoming and outgoing

main and distribution cables.

Should have provision for loading up to 24 nos of 24F splice trays, the

product should be loaded with adequate number of splice trays for splicing

the GPON as well as the conventional fibers

The cabinet should have a provision to load at least 6 nos of splitters

The cabinet should have document holder

The cabinet should be supplied with all the required accessories for

installation viz. Fusion splice protectors (40mm), cable ties, IPA, tissue

paper, hose clamps, red adhesive tape, grounding accessories, route

card, transport tube (non kinking type 3mm diameter), cable ties, foam

tape.

GPON

Equipment

8.6 GPON

equipment,

which

consist of

OLT,

ONT/ONU,

shall comply

with the

following

common

features

The proposed GPON equipment, which consist of OLT, ONT/ONU, shall comply with the following features OLT Specifications

The proposed GPON equipment shall be complied with the following ITU-T standard

G.984.1: General Characteristics G.984.2: Physical Media Dependent (PMD) layer G.984.3: Transmission convergence layer specification G.984.4: ONT management and control interface specification GPON System should support high-speed data channel through a single optical fiber with an upstream rate of 1.244 Gbit/s and a downstream rate of 2.488 Gbit/s.

Wavelength pattern 1310 nm wavelength for upstream traffic 1490 nm wavelength for downstream traffic 1550 nm wavelength for video service The proposed GPON equipment shall support the following features, Dynamic

Page 72: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 71 of 144

S.No Fiber

Component

s

Specifications Make/

Model

Part

Code

Bandwidth Allocation (DBA) for upstream traffic, Advance Encryption Standard 128 Bit (AES) for downstream traffic Forward Error Correction (FEC) for upstream and downstream traffic The proposed GPON equipment shall support the following services

High Speed Internet access

VPN Services

Point-to-Point and Point-to-Multipoint Layer-2 services

Voice over GPON, Both Analog and IP Telephones

IPTV Service

CATV Services over GPON The proposed GPON equipment shall support the implementation of

VLAN per subscriber 801.1Q and 802.1 P The GPON OLT should support

Minimum up to 64 ONTs per PON Port

Minimum up to 2560 ONTs per system

Distance up to 20Km

Class B+ and Class C+ GPON SFPs The uplink interface shall support link aggregation

Uplink and Downlink Interfaces (minimum requirement)

Uplink interface: 8 x 1GbE (SFP) and 2 x 10GbE (XFP) per Switch card

Downlink Interface: 4+4 GPON Ports (SFPs) per Line card with path protection

The proposed GPON OLT equipment shall support the following features.

DHCP relay agent Option 82 , DHCP Snooping.

PPPoE Intermediate Agent

IGMP proxy and IGMP snooping V1/V2/V3

MAC-Forced Forwarding (RFC4562)

IEEE 802.1Q

IEEE 802.3x (Flow Control)

IEEE 802.1ad (Q-in-Q or VLAN Stacking)

IEEE 802.3ad (Link Aggregation)

IEEE 802.1p (Quality of Service)

IP Anti-Spoofing

Flexible Packet filtering

MAC limit and spoofing prevention

priorities queues per port

802.1p, ToS, DSCP marking/remarking

Scheduling: SPQ, WRR, SP+WRR

Network Time Protocol for real time clock service

Rate control of Broadcast, unknown unicast and Multicast packets Management Dual 10/100Base-T Out-of-Band management GUI based EMS, CLI, Telnet, RMON, SNMP v1/v2c/v3 Radius, TACACS+ authentication for management access Redundancy and Protection Scheme (OLT only) The GPON OLT equipment shall support the following protection mechanism.

Input power feed redundancy

Control card redundancy

Switch/Uplink card redundancy

Page 73: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 72 of 144

S.No Fiber

Component

s

Specifications Make/

Model

Part

Code

GPON Line card with optical path protection Operating Requirements

Operating Temperature: 0C to 45C

Operating Humidity: 5% - 90% non condensing Physical Requirements

19:"Standard ETSI Rack Mountable, Equipment height 9RU or more

Full Front access

Forced air cooling with field replaceable air filter

Integrated Fiber management Power Supply

The GPON OLT equipment shall be operated at -48 VDC

Dual(A/B) Power Feeds Control Card Specifications

1+1 master/slave redundancy option for high availability applications

Fully hot-swappable

Redundant power supply and control plane

Minimum of Two 10/100Base-T RJ-45 ports for EMS

Front-panel telco alarm cut-of (ACO) button

Front-panel critical, major and minor alarm indicator LEDs

Front-panel USB2.0 connector for local craft PC or any other Interface

Minimum 2Giga bit FLASH for software image and configuration data storage

SNMPv3 based management

Switch / Uplink Card Specifications

Hot swappable, with 1+1 master and slave redundancy option

Minimum 28 Gb/s (2 x 10-GbE and 8x1-GbE) uplink and 10Gbps backplane interface to each line card supporting non blocking architecture

Line speed switching

Flexible SNI interface types of 1G (Electrical or Optical) Switching

Full throughput for all ports (non-blocking)

High capacity packet switching (16K MACs and 4,095 VLANs)

STP (802.1d), RSTP (802.1w)

MAC-forced forwarding (RFC4562) on SNI

Powerful layer 1~ 4 filtering and QoS

Multicasting: IGMP snooping/proxy, 1024 layer-2 multicast groups

Line-rate unicast packet forwarding and multicast replication

Port based VLAN,802.1Q VLAN, IEEE 802.1ad Q-in-Q VLAN stacking

Independent VLAN learning (IVL)

DHCP relay with Option 82 Flexible SNI networking

802.3ad LAG

SNI interface types: 8 x 1GbE (SFP) and 2 x 10GbE (XFP) Security

Layer 1~4 packet filtering via access control lists (ACL)

Page 74: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 73 of 144

S.No Fiber

Component

s

Specifications Make/

Model

Part

Code

MAC address limiting per port

DHCP packet filtering

DHCP Option 82

MAC restriction per port

Broadcast/multicast/DLF packet limit

Port flood guard for abnormal traffic

Loop detection and blocking QoS

priority queues per port

802.1p, ToS, DSCP marking/remarking

Scheduling: SPQ, WRR, SP+WRR

SrTcm and TrTcm

Congestion Control:

Back pressure (802.3x)

Rate control of broadcast, unknown unicast, multicast packets SNI Interface Modules Specifications

Ethernet SFP Specifications

1G Ethernet Copper SFP

Ethernet Standard: 1000BASE-T

Media: Copper

Connector: RJ-45

Distance: 100m

Form Factor: SFP

Operating Temperature: 0˚-45˚C 1G Ethernet Multimode SFP

Ethernet Standard: 1000BASE-SX

Media: Multimode Fiber (850nm Wavelength)

Connector: Dual LC Connector

Distance: 550m

Form Factor: SFP

Operating Temperature: 0˚-45˚C 1G Ethernet Singlemode SFP

Ethernet Standard: 1000BASE-LX

Media: Singlemode Fiber (1310nm Wavelength)

Connector: Dual LC Connector

Distance: 10Km

Form Factor: SFP

Operating Temperature: 0˚-45˚C 10G Ethernet Multimode SFP

Ethernet Standard: 10GBASE-SR

Media: Multimode Fiber (850nm Wavelength)

Connector: Dual LC Connector

Distance: 300m

Form Factor: XFP

Operating Temperature: 0˚-45˚C 10G Ethernet Singlemode SFP

Ethernet Standard: 10GBASE-LR

Media: Singlemode Fiber (1310nm Wavelength)

Connector: Dual LC Connector

Distance: 10Km

Form Factor: XFP

Operating Temperature: 0˚-45˚C

Page 75: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 74 of 144

S.No Fiber

Component

s

Specifications Make/

Model

Part

Code

GPON Line Card Specifications

4 GPON active ports and 4 protection ports per card

Hot swappable cards

Dual 10 Gbps interface to the backplane for data-plane redundancy

Dual 1 Gbps interface to the backplane for control-plane redundancy

On-board L2 switch with intelligent QoS & multicast support

Minimum 8K MAC addresses per PON port and 32K MAC addresses per card

4,095 VLANs

T-CONT types 1 to 5 support

1,024 Alloc Ids per PON port and 4,096 Alloc Ids per card

256 allocations in BW MAP PON SFP Specification

GPON .984.2Amd.1 Class B+ bi-directional optical transceiver

Single Mode, Single fiber with 1490nm on Downstream (2.488Gbps), 1310nm on the Upstream (1.244Gbps)

Class B+ link budget: 28dB

Hot-swappable

SFP (Small Form-factor Pluggable) package with SC/UPC receptacle

Compliant with TEC GR/PON-01/02 April 2008

Transmitter power - Min: +1.5 (dBm)

Transmitter power - Max: +5 (dBm)

Receiver power Min: -28 (dBm)

Receiver power Max: -8 (dBm) ONT Specifications

Proposed ONT shall provide 4 Gigabit Ethernet ports and 2 POTS ports General features

IEEE 802.1D

Hybrid Mode supporting both Routed and Bridged modes simultaneously

IEEE 802.1p (Quality of Service)

IGMP Snooping v2/v3

different T-CONTs per ONT

Learning MAC addresses ≥ 256

MAC Address Limiting

Point to Point Protocol over Ethernet (PPPoE)

Internet Protocol over Ethernet (IPoE)

IP DHCP Server

NAT (Network Address Translation) and NAPT (Network Address Port Translation)

DNS (Domain Name System Proxy)

Dynamic DNS

Port Forwarding

Dying gasp VLAN features

IEEE 802.1Q (VLAN)

Port-Based VLAN

Q-in-Q or VLAN Stacking

VLAN Translation POTS Voice Specifications

G.711 (A-law and µ-law) and G.729 (A and B) for VoIP Coding

Page 76: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 75 of 144

S.No Fiber

Component

s

Specifications Make/

Model

Part

Code

T.38 (Fax over IP)

SIP for VoIP protocol

Call feature: Caller ID, Call waiting, Call forward, Call Transfer, Three way conference

Subscriber Interfaces

10/100/1000 Base-T with RJ-45 connector

POTS interfaces with RJ-11 connector

Physical

Temperature 0 to 45 ºC

Humidity 5 to 95% non-condensing

Wall or table mountable Power Supply

Power adapter: Input 100-240VAC, 50/60Hz; output: 12VDC, 1.5A In-band or Out-band management

Command Line Interface (CLI)

Must support Graphical User Interface (GUI)

Simple Network Management Protocol (SNMP) base management

Remote loopback test (GPON interface)

Must be based on Client-Server Architecture

Should support

RF ( video )

Wi-Fi ( 802.11 a/b/n or above

POTS

Ethernet Management features

The Management features are the features that provide the abilities to the end user for configuring, setting and monitoring the equipment, parameters, states, problems and others of the PON equipment in the network. The proposed PON equipment shall be complied with the following features. Equipment management

OLT Management

Remote software upgrade

Switch Card Management

GPON Line Card Management

Uplink and PON Interface Management Terminal Management (ONT)

Subscriber Interface Management

Service Management

Support ONT Create, Activate, Deactivate, Delete with wizards and by manual

ONT Remote Software upgrade Fault management

Must be fully FCAPS compliant

Current Alarm Monitoring (Live alarm monitoring)

History Alarm Monitoring

Event Monitoring

Alarm Filtering

Page 77: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 76 of 144

S.No Fiber

Component

s

Specifications Make/

Model

Part

Code

Performance management

Equipment Performance Statistics

Interface Performance Statistics

Export Performance Report Topology management

Graphical, geographical, hierarchical and domain based network view

ONT Auto / Manual Discovery Security management

Support for Multiple User accounts

Support for user group management

Support for Role based access controls to the user Database Management

Manual and Scheduled backups of all NE configuration

Manual and Scheduled backups of EMS database

EMS Log management OLT and ONT Network Inventory Management

Support Different Service Profile

Service Profile Management

VLAN profile Management

ONT Profile Management

OLT Chassis and Cards :

1. Chassis should be able to support upto 10 line cards or above

2. Line card should have minimum 4 redundant PON Ports (Should be

able to support Class B and Class C SFP)

3. Switch card should support 2X10 – GbE and 8X1 GbE uplink and 10

Gbps backplane interface.

4. Control Card should have 2 No of 10/100 Base T –RJ 45 ports

5. License Cost of EMS for per unit including server software.

6. Cost Class B & Class SFP

OLT Standalone:

7. OLT having fixed 8 PON, with 2 X 10G and 4X1 G ports for uplink.

8. Cost Class B & Class C SFP

9. License Cost of EMS for per unit including server software.

ONT :

1. Should support 4 GE + 2 POTS ( Analog for voice)

2. Should support 4 GE + 2 POTS ( Analog for voice) + RF ( Coaxial/

Video Cable)

3. Should support 4 GE + 2 POTS ( Analog for voice) + WiFi

Page 78: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 77 of 144

S.No Fiber

Component

s

Specifications Make/

Model

Part

Code

Joint

Enclosure

8.7 Joint

Enclosure

Fiber optic Joint Enclosure ( Indoor wall mount)

Supply & fixing of fiber optic joint enclosure (reusable) with IP 56 rating.

The joint box should be made of ageing resistant plastic, corrosion-

resistant sheet metal & have a service life of 20 yr.

It should be compact , dust free, good sealing performance, capable of

housing 96 &144 fiber splice tray ,able to manage necessary OFC bend

radius ,fitted with necessary plastic loops, sealing rings & 4 holes ( for

incoming & outgoing OFC cables), fitted with SC & LC pigtel (SM) as per

requirement of site) & with all necessary accessories required for above

work.

Fiber optic Enclosure (outdoor, direct burial type)

Supply & fixing of fiber optic joint enclosure (reusable) with IP 68 rating.

The joint box should be made of ageing resistant plastic, corrosion-

resistant sheet metal & have a service life of min. 20 yr. It should be

compact , dust free, good sealing performance, capable of housing 96 and

144 fiber splice tray ,able to manage necessary fiber bend radius ,fitted

with necessary plastic loops, sealing rings & 4 holes ( for incoming &

outgoing OFC cables),fitted with SC / LC pigtel (SM) to be supplied as

per requirement of site)

8.8 Optical

Distribution

frame

The rack should support the following features:

The cable entry should be made from top/bottom and left/right side.

The rack should have a provision for attaching30

cables of 12~16mm diameter. It should have a provision for grounding the

armored cables.

ETSI mounting profiles should have a provision

of cage nut fixing for shelf mounting should be provided at the rear of the

rack, allowing optimal access from the front. It should provide easy access

to cables, pigtails and jumpers during installation, maintenance and

upgrade.

Optical distribution frame should be adaptable to

specific applications by having variation of the

rack configuration, the shelf configuration, routings of pigtails and jumpers.

It should be equipped with 2 side duct doors and

1 central door with locking provision various mounting options as following

should be thereo Wall mounting: stand alone or multiple side-to-side

mounting (optional kit)

Back-to-back mounting, Levelling screws should be available for easy

install. It has a series of patch cord management drums, which is used for

storing and managing patch cords.

Additional horizontal patch cord management drums can be separately

ordered if required

Bend controls available for patch cord routing

The rack should have a capacity to handle 2016 patch cords

Page 79: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 78 of 144

S.No Fiber

Component

s

Specifications Make/

Model

Part

Code

8.9 FMS

The fiber management system is used to terminate the out door cables with

pigtails. It is mounted in an ODFwith rear mounting facility and should be of

3/2U size.

It should have the following features:

Should be installed in 19” Racks

Should accommodate up to 6/4 splice and patch trays

The capacities has to be as below

144F/ 96 with LC connector type

72F/48 with standard SC/ FC/ E2000connector types

The splice and patch trays should have the following features:

The adapters should be mounted on the splice tray so that splicing and

patching occurs in the same plane providing better maintenance flexibility

The adapters are fixed into the tray using retainers which enables the

adapters to be removed individually without disturbing other adapters

during routine maintenance operation

The splice tray can hold up to 12 nos of standard SC/FC/E2000 adapters

and 24 nos of LC adapters.

There would be a provision to hold up to 24 fusion splice protectors in the

tray

Side trumpets should be provided bend control. The side trumpets have a

side incision for adding additional patch cords.

The trumpet can be rotated so the patch cord remain secure inside the

trumpet.

The patch cords exit the shelf in such a manner that it does not come out

when the slider is extended out fully

The trays would have provision to secure the loose tubes using cable ties

The shelves should have a rear mounting provision

The shelf would be pre-loaded LCAPC adapters and pigtails.

The fiber type should be G652D

8.10 Drop Fiber Closure (DFC)

The DFC closure is a butt type gel sealed fiber optic splicing and patching

closure designed for the FTTH network. The closure can be deployed on walls,

poles and in hand holes. The closure accommodates up to 12 fusion splices

(or 8 mechanical splices), two PLC splitters and 8 SC adapters. Sealing should

be achieved via built-in mechanical sealing technology, resulting in extremely

convenient re-entry and re-sealing.

The closure should have the following minimum features for ease an

suitability of installation:

Mechanical sealing, easy to open and re-enter, no tool or re-entry kit

required

Seals up to 50cm under water

Should be IP55 rated

Bending radius: 25mm

Compact & Aesthetic design, the bidder to propose the

Page 80: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 79 of 144

S.No Fiber

Component

s

Specifications Make/

Model

Part

Code

dimensions after the site survey

Butt configuration

2 main cable ports (11-17mm) and 8/12 drop cable ports

(3mm) Options for both mechanical splices and heat shrinkable splices

(SMOUV)

Provision to House up to 2 splitters, 8 SC adapters, 12

fusion splices or 8 mechanical splices

Suitable for Field Installable Connectors

The material used for the construction of the box should

be PP

8.11 Home Termination Box (HTB)

Ideal for FTTH and FTTB applications, the HTB is a compact fiber terminal for

use at the final fiber termination point in the customer premises. The HTB

provides mechanical protection and managed fiber control in an attractive

format suitable for use inside customer premises. A variety of possible fiber

termination techniques are accommodated:

Termination techniques are accommodated:

Direct termination with field installable connectors.

The minimum bend radius of the fibers shall be 20mm through out the

entire organizer system. At least 2 cable entry ports shall be provided.

Cables shall be fixed to the box with foams and tie wraps. A sealing

mechanism for dust sealing shall be provided with the box. The box should

be able to accommodate cables of maximum diameter of 6mm.The adapter

ports shall be protected by caps when the patch cord is not plugged in

there by safeguarding the user from harmful aser. It shall provision to hold

2 SC adapters or 2 LC duplex adapters. It shall be supplied with a pre-fitted

splice tray for 4 fiber. The splice tray shall have 2 splice holder locations

each of which can hold 2 fusion splice protectors in stacked condition or 1

mechanical splice holder. The drop cables should have provision to be

directed to 4 different sides by rotating the splice module on the base

module. The box shall be supplied with 1nos SCAPC adapter and pigtail.

The fiber used in the pigtail shall be G657A type.

The box should be compact and aesthetic, and should be made of flame

retardant LSZH material. The bidder to propose the dimensions after the

site survey.

8.12 Splicing Box The SPB provides a wall mountable environmental and mechanical protection

for the transient loss free fiber management system that includes the functions

of splicing, patching and passive component integration. The product is

typically used on a wall inside or outside the customer’s premises and in street

cabinets.

The unit should the following features:

The customer termination box consists of a bottom part and a cover,

with a profiled seal for environmental protection

High seal rate: IP55, These boxes should be designed to operate in

ETSI climatic classes 3.1, 3.2, 3.3, 3.4, 3.5

(ETS 300-019-1-3) and 4.1 (ETS 300-019-1-4). This covers both

weather-protected and non-protected locations. In the former case

this would typically be on the customer’s premises such as building

basements, Telecommunications equipment rooms, computer rooms,

Page 81: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 80 of 144

S.No Fiber

Component

s

Specifications Make/

Model

Part

Code

etc. Non-protected locations include pole mountings and external wall

sites

The base plate includes the cable entry/exit ports and a UMS

(Universal Mounting System) profile to

accommodate the different types of sub-assemblies

Accessories should be available for termination of the cable.

Accessories for of most common cable types e.g. loose tube, central

core, ribbon fiber should be available and be supplied upon request.

The SPB provides a cable loop-through function allowing uncut loops

to be stored in a controlled manner per single circuit, ribbon or cable

element.

The loop cable port (Oval port) should be sealed using epoxy coated

heat shrink sealing.

The SPB should have provision to attach a patch panel which can

accommodate:

Connector adapters for all common connector types with the help of

retainers

Kevlar termination units (KTU’s) to provide the necessary strain relief

when terminating drop cables

A mix of connector adapters and KTU’s

Fiber splices should be managed in a single circuit or single element

way.

There should be a provision to terminate minimum of 8 OSP cables

(6~14mm diameter) in the box, the sealing should be via PG16

glands, this would be additional to the loop cable

There should be a provision to terminate up to 48nos of 3mm

diameter drop cables in the box. The sealing should be done via cable

gland where each gland is designed to hold at least 24 cables. The

cables should be held inside the box using Kevlar termination unit and

provision should be there to hold at least 48 such drop cables`

The boxes should be lockable.

The material used for the construction of the box should be PC/ABS

The box should be loaded with adequate number of splice trays,

glands, Kevlar termination units, fusion splice protectors

The 12F splice tray holding capacity of these boxes should be as follows

SPB-12: 4 trays (min)

SPB-24 for 24F: 6 trays (min)

SPB-48 for 48F: 18 trays (min)

8.13 Patch Cords SCUPC

LCAPC SM

Simplex:

Simplex, 9/125 micron SM fiber, G652D LCAPC connector at

one end, SCUPC connector at other end, with factory mount

ceramic connector at both end with length of 10meter

SCAPC

SCAPC SM

Simplex:

Page 82: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 81 of 144

S.No Fiber

Component

s

Specifications Make/

Model

Part

Code

Simplex, 9/125 micron SM fiber, G657A SCAPC connector at

both ends, with factory mount ceramic connector at both end

with length of 3 meter

8.8.2 Table 2: Data Centre

S.No Product Description

Specifications Make / Model

Part Code

9 Data Center Software

9.1 Intelligent Cable Management System

1. Shall provide a graphical user interface (GUI) that will provide all details about the physical layer network in a front of the customer, the GUI is customizable to suit the customer needs.

2. Shall be able to raise work orders to help in planning network “add, move, changes” activity well in advance and a guidance based executions to avoid the chances of mistakes/incident.

3. Shall come with ticketing based software where work orders can be

released or assigned to individual technicians. Acknowledgement of the tickets can be monitored and analyzed for future reference.

4. Shall provide detailed and accurate Active and Passive device elevation with rear and front graphical view which will help in maintaining and monitoring the IT infrastructure and spaces.

5. Shall have a Powerful, fully customizable reporting tool with the support

from BIRT reporting. Various formats should be available, such as PDF, Excel, Word etc.

6. Shall come with an i-Phone, i-Pad based mobile or android device application available for processing Move, Add and Changes accurately in real time and for identifying network intelligent and non-intelligent (such as Rack / PDU / Tables etc) assets inside the facility.

7. Security – Receive alerts of unauthorized changes. Alerts – email, logs every physical change in passive network. Response filter should be set to criticality / category of the alarm generated.

8. Shall be able to Automatic discover Switches and end devices and place them in the Data Base.

9. For enhanced security, MAC address authentication / verification possible

for any Move, Add or Changes done in the Network.

Page 83: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 82 of 144

S.No Product Description

Specifications Make / Model

Part Code

10. It is be able to detect and track the devices when they move from

one location to another in real time. Note that this detection is be based on SNMP trap information from active components and should strictly not require any addition clients or any signal to be sent to the end device / outlet over the physical layer.

11. The verification of patching information or device detection or movement should use a non-invasive technology i.e. the technology should not use existing pairs of cabling but a method which should not affect the working or standards of cabling / network.

12. Will detect the the patch cord inserted in the network and will

intimate whether a wrong category of cable has been inserted or not. 13. Provides 3 different connection states of whether the patch cord is

managed, unmanaged or no cable.

Data Center Hardware

10 Fiber

10.1 Optical Fiber Cassettes – MPO OM3

MPO cassettes shall house [XG 50/125um OM3, OM4 & single-mode] 12-fiber break out assemblies. Cassettes should be pre terminated and shall have [LC or SC] connectors on the front and [one (12-fiber) or two (24-fiber)] MPO connections on the back. Cassette polarity shall be Pair-Flipped / straight. MPO cassettes shall meet the most recent revision of TIA/EIA-568-C.3 standard, and its published addenda. Cassette should be LED based for LC –MPO and MPO-MPO

10.2 Optical Fiber Trunk Cable

12 or 24 fibers, OM3, OM4 and OS2, TIA/EIA-568-C.3 and ISO/IEC 11801 standards complied, Trunk cable should be as per GR-409-CORE factory pre terminated assemblies with high density MPO connectors. Each trunk cable shall have protective devices to prevent damage to the connectorized ends during installation. Polarity of the assemblies should be available either pair flipped or Straight version. Return loss shall be ≥ 25 dB measured in mated condition against ref. connector at 850 nm. The fiber core shall be bend insensitive fiber. Length- 10 meter, 15 meter, 20 meter, 30 meter and 40 meter.

10.3 Controller Device for Managing MPO cassettes and NMS

Shall fit into the jack panel without occupying the rack space. Shall be Designed to fit inside the rear cable manager without interfering with panel connectivity, does not require additional rack space. Shall have Link and activity status LEDs at the rear or front of unit. Shall have input voltage of 100-240VAC, 50-60Hz, 0.5A.

10.4 Unloaded LIU for MPO cassettes

1U, 19 Inch Drawer Style rack mountable High D Semi-ANGLED metallic distribution enclosure, angled to provide additional cable management towards side area and can be placed in closed racks, Unloaded with 4 slots and allows easy moves, adds and changes, Can accommodate four MPO Cassettes with 12 or 24 fiber cores of 9/125 micron SM or 50/125 micron MM Fiber .

Copper

Page 84: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 83 of 144

S.No Product Description

Specifications Make / Model

Part Code

10.5 10G Patch Panel

48/32/24 Port patch panel 1U, Rack-mount, straight style for 12 Cable Assemblies. ISO/IEC 11801 2nd edition Class F A, E A. Each Cassettes should have minimum 8 individual RJ45 10GBASE-T transmission ports. Each cassette should be compatible with the pre terminated 10 G copper assembly. Each RJ 45 10GBASE-T interface at the front is backward compatible to 1000BASE-T). Each cassette shall accept 2 x MRJ21 receptacles.

10.6 10G pre terminated Cable Assembly

10 G copper cable assembly shall be a pre terminated plug and play assembly. Trunk cable shall have LSZH (Low smoke zero halogen) jacket. Each Pre terminated assembly should support 4 x 10 Gbps no of ports, reducing the density of total no of cables required in conventional approach. Should be available in different versions i.e. Single connector supporting 4 individual 10 Gbps ports at 180 degree & 45 degrees. Shall be 100% factory terminated and factory tested solution.

An equivalent product conforming to the specified standards and functionality is acceptable.

Length- 10 meter, 15 meter, 20 meter, 30 meter and 40 meter.

10.7 1G Patch Panel

Straight/Angled, Shielded/Unshielded, 24/48 ports, 1U with enough space for labelling, should have High-density small form factor copper connector interface; Panel should also be modular and pluggable, RoHS compliant. It should fit in the rack supplied.

10.8 1G Cassette 6 ports, shielded/unshielded, High-density, small form factor connectivity, Factory terminated and tested cassettes, RoHS compliant.

10.9 1G cable assembly

Shall be a 24 pair cabling and patch panel solution. The small footprint shall reduce cable bulk in pathways and conduits. Factory terminated, tested and serialized cable assemblies and panels. Cassettes and patch panels break out high performance 24 pair cable to the appropriate wiring patterns for standards based 10/100 BASE-T, 10/100/1000BAST-T Gigabit Ethernet, and other applications.

An equivalent product conforming to the specified standards and functionality is acceptable.

Length- 10 meter, 15 meter, 20 meter, 30 meter and 40 meter.

Page 85: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 84 of 144

S.No Product Description

Specifications Make / Model

Part Code

10.10 Fiber Guide/Runner/tray for fiber Cables above Racks

Fiber Guide / Tray should be as per latest TIA 568C standard maintaining all stringent requirements of the same standard

Fiber raceway system shall provide routing for both fiber optic patch cords (jumpers) 3 mm in diameter and multi-fiber cables

The fiber raceways system shall be available in 2x2, 2x6, 4x4, 4x6, 4x12 and 4x24 inch dimensions.

All components shall be UL94V-0 flame resistant, shall not contain any PVC material

Shall be UL listed, proof of the same shall be submitted

The solution shall maintain a 2 inch bend radius through the system

Shall use snap fit junctions when connecting two components together

10.11 Faceplates Type - 1-port, White surface box Material : ABS / UL 94 V-0 No of Port: 1/2/4 High Impact Plastic Body ABS FR Grade 86 x 86 mm High Impact Plastic Body ABS FR Grade 86 x 86 mm

Page 86: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 85 of 144

8.9 Annexure 9: Financial Bid Letter

Name of the Vendor:

Category for which bid is submitted: (Category 1 A / Category 1 B / Category 2 ) :

To

The Managing Director National Informatics Centre Services Inc., Hall No. 2 & 3, 1

st Floor, NBCC, Tower

15, Bhikaiji Cama Place New Delhi-110066. Ref. RFP No. ………………………… dated …………………… Sir, We declare: We are eligible to quote against this RFP___________________________________ That we/our principals are equipped with adequate hardware/software and other facilities required for providing services and our establishment is open for inspection by the representatives of NICSI. We hereby offer to provide Services at the prices and rates mentioned in the Financial bid for the scope of work as per the RFP mentioned above. We do hereby undertake, that, In the event of acceptance of our bid, the Services shall be provided as stipulated in the work order and the RFP scope of work, terms and conditions to the Bid and that we shall perform all the incidental services. The prices quoted are inclusive of all charges inclusive of traveling, hardware/software/ manpower etc. for providing the desired services at any location within India. We enclose here with the complete Commercial Bid as required by you. This includes:

A. Financial Bid Letter (Annexure 9) B. Financial Bid (Annexure 10 for Category 1 A, Annexure 11 for Category 1B,

Annexure 10 and Annexure 12 for Category 2) The Grand Total Price in Rupee (GTV), the item-wise details of which is given in Annexure <<Mention Annexure no. for the category>>, is INR ____________________ (INR <<Rupees in words>>). We agree to abide by our offer a period of 90 days from the date fixed for opening of the Quotes and what we shall remain bound by a communication within that time. We have carefully read and understood the terms and conditions of the RFP and the conditions of the contract/empanelment applicable to the RFP and we do hereby undertake to provide the services as per these terms and condition.

Page 87: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 86 of 144

Certified that we are:

A sole proprietorship firm and the person signing the RFP is the sole proprietor/constituted attorney of the sole proprietor,

Or A partnership firm, and the person signing the RFP is the firm and he has authority to refer to arbitration disputes concerning the business of the partnership by virtue of the partnership agreement/by virtue of general power of attorney, Or A company and the person signing the RFP is the constituted attorney.

Or A registered cooperative society and the RFP is signed by the authorized signatory. (NOTE: Delete whatever is not applicable. All corrections/deletions should invariably be duly attested by the person authorized to sign the RFP document.)

We do hereby undertake, that, until a formal contract/empanelment is prepared and executed, this bid, together with your written acceptance thereof, the RFP document and placement of letter of intent awarding the contract/empanelment, shall constitute a binding contract between us.

Dated Signature of Bidder Full Address: List of Enclosures, enclosed. Telephone No. 1. 2. Telegraphic Address 3. 4. 5. FAX No. 6. 7. E-Mail : Company Seal

Page 88: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

8.10 Annexure 10: Detailed Costing for Category 1 A & Category 2

Name of the Vendor:

Category for which bid is submitted:

8.10.1 Table 1: Passive Components

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage Final Price (

with One year

Warranty)

Service Tax in

%

Service Tax

Value

VAT/ Sales Tax in

%

VAT/ Sales Tax in Value

0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7

1 UTP COMPONENTS

2 UTP COMPONENTS (CAT 6A)

2.1

UTP cable CAT 6 A, 305 Meter Box

100

2.2 24 port Patch Panel CAT6A

50

2.4 48 port Patch Panel CAT6A

50

2.4 Wire Manager/Patch Chord Minder panel

100

2.5 Information outlets- CAT6A

I. Single ( 1-port)

100

II. Dual (2-port)

50

III. Quad (4- port) 50

2.6 Patch Cord UTP CAT6A

Page 89: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 88 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage Final Price (

with One year

Warranty)

I. 1 Meter 100

II. 2 Meter 100

III. 3 Meter 50

IV. 5 Meter 50

V. 10 Meter 50

3. UTP COMPONENTS (CAT6 )

3.2 UTP cable CAT 6 305 Meter Box

100

3.3 24 port Patch Panel CAT 6

50

3.4 48 port Patch Panel CAT 6

50

3.5 Wire Manager/Patch Chord Minder panel

100

3.6 Information outlets CAT 6

I. Single ( 1-port)

100

II. Dual (2-port)

50

III. Quad (4- port) 50

3.7 Patch Cord CAT 6

I. 1 Meter 100

II. 2 Meter 50

Page 90: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 89 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage Final Price (

with One year

Warranty)

III. 3 Meter 50

IV. 5 Meter 50

V. 10 Meter 50

4. STP (Shielded Twisted Pair) COMPONENTS CAT 6

4.1 STP cable CAT 6 305 meter box

100

4.2 24 port STP CAT 6 Patch Panel

50

4.3 48 port STP CAT 6 Patch Panel

50

4.4 Wire Manager/Patch Chord Minder panel

100

4.5 Information outlets (STP CAT 6)

I. Single ( 1-port)

100

II. Dual (2-port)

50

III. Quad (4- port) 50

4.6

Patch Cord STP CAT 6

Page 91: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 90 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage Final Price (

with One year

Warranty)

I. 1 Meter 100

II. 2 Meter 50

III. 3 Meter 50

IV. 5 Meter 50

V. 10 Meter 50

Total A

8.10.2 Table 2: Racks

S. No

Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price

with one year

warranty

Weightage

Final Price (

with One year

Warranty)

Service Tax in %

Service Tax

Value

VAT/ Sales

Tax in %

VAT/ Sales Tax in Value

0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7

5 Racks

5.1 19 “ Rack , Wall mount 530 mm depth, 9 U height, Front glass door ( lockable, toughened 4mm), with all accessories

20

Page 92: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 91 of 144

S. No

Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price

with one year

warranty

Weightage

Final Price (

with One year

Warranty)

5.2 19 “ Rack , Wall Mount , 530 mm depth, 12 U height, Front glass door ( lockable, toughened 4mm), with all accessories

15

5.3 19 “ Rack , Floor standing 800 mm depth 24 U height, Front & back door ( lockable), Front glass door(toughened 4mm),

10

5.4 19 “ Rack , Floor standing 1000 mm depth 32 U height, Front & back door ( lockable), Front glass door (toughened 4mm), with all accessories

10

5.5 19 “ Rack , Floor standing 1000 mm depth 42 U height, Front & back door ( lockable), Front glass door (toughened 4mm), with all accessories

10

Page 93: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 92 of 144

S. No

Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price

with one year

warranty

Weightage

Final Price (

with One year

Warranty)

Total B

8.10.3 Table 3: Fibre Components

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage

Final Price ( with One

year Warranty)

Service Tax in

%

Service Tax Value

VAT/ Sales Tax in

%

VAT/ Sales Tax in

Value

0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7

6 Fiber Components

6.1 Fiber Optic indoor Distribution cable LSZH , tight buffered, Multi mode (MM), support 10 G Ethernet up to 300 m,OM-3 in meters

I. 6 Core 1000

II. 12 Core 1000

III. 24 Core 500

IV. 48 Core 500

Page 94: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 93 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage

Final Price ( with One

year Warranty)

6.2 Fiber Optic

Indoor /

outdoor loose

tube cable

LSZH

,Unarmoured,

Multi mode

(MM), support

10 G Ethernet

up to 550

m,OM-4 in

meter

I. 6 Core 1000

II. 12 Core 1000

III. 24 Core 500

IV. 48 Core 500

6.3 Fiber Optic

outdoor

armoured

cable (OM

4),multi loose

tube,

Multi mode (MM) in meter

V. 6 Core 1000

I. 12 Core 1000

II. 24 Core 500

Page 95: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 94 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage

Final Price ( with One

year Warranty)

III. 48 Core 500

6.4 Fiber Optic

outdoor

armoured

cable , loose

tube

Single mode (SM) 10 G in meter

I. 6 Core 1000

II. 12 Core 1000

III. 24 Core 500

IV. 48 Core 500

6.5 Optical Fiber pigtails MM/SM- SC type, 1 meter length

100

6.6 Optical Fiber pigtails MM/ SC- LC type , 1 meter

100

6.7 Optical Fiber Patch Cord , MM , SC-SC,OM-3

I. Length 3 m 10

II. Length 10 m 10

III. Length 20 m 10

IV. Length 30 m 10

Page 96: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 95 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage

Final Price ( with One

year Warranty)

6.8 Optical Fiber Patch Cord , MM , LC-LC,OM-3

I. Length 3 m 10

II. Length 10 m 10

III. Length 20 m 10

IV. Length 30 m 10

6.9 Optical Fiber Patch Cord , MM , SC – LC,OM-3

I. Length 3 m 10

II. Length 10 m 10

III. Length 20 m 10

IV. Length 30 m 10

6.10 Optical Fiber

Patch Cord ,

SM , SC-SC,

I. Length 3 m 10

II. Length 10 m 10

III. Length 20 m 10

IV. Length 30 m 10

6.11 Optical Fiber Patch Cord , SM , LC-LC,

I. Length 3 m 10

II. Length 10 m 10

Page 97: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 96 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage

Final Price ( with One

year Warranty)

III. Length 20 m 10

IV. Length 30 m 10

6.12 Optical Fiber Patch Cord , SM , SC-LC,

I. Length 3 m 10

II. Length 10 m 10

III. Length 20 m 10

IV. Length 30 m 10

6.13 Optical Fiber Patch Cord , MM , SC- SC, OM-4

I. Length 3 m 10

II. Length 10 m 10

III. Length 20 m 10

IV. Length 30 m 10

6.14 Optical Fiber Patch Cord , MM , SC- LC, OM-4

I. Length 3 m 10

II. Length 10 m 10

III. Length 20 m 10

IV. Length 30 m 10

6.15 Optical Fiber Patch Cord , MM , LC- LC, OM-4

I. Length 3 m 10

II. Length 10 m 10

III. Length 20 m 10

Page 98: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 97 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage

Final Price ( with One

year Warranty)

IV. Length 30 m 10

6.16 LIU 6/12/ 24/48 Wall mount enclosure, lockable

I. LIU for 6/ 12

Core OFC

10

II. LIU for 24/48

Core OFC

10

6.17 LIU , 6/12/

24/48 fiber , 1

U Drawer

style19” Rack

mount

enclosure

I. LIU for 6/ 12

Core OFC

10

II. LIU for 24/48

Core OFC

10

6.18 Supply, of Fiber Joint Enclosure

I. Fibre optic

Joint

Enclosure (

Indoor wall

mount )

5

II. Fibre optic

joint

Enclosure (

out door ,

direct burial

type )

5

Page 99: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 98 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage

Final Price ( with One

year Warranty)

6.19 Supply of

marked PVC

duct of size (

Per Meter )

I. 15 X 15 mm 200

II. 25 x 25 mm 200

III. 45 X 25 mm 100

IV. 45 X 45 mm 50

6.20 supply of PVC

conduit of OD

size ( Per

Meter )

I. 20mm 200

II. 25 mm 200

III. 32mm 100

IV. 40mm 50

V. 50 mm 50

Page 100: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 99 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage

Final Price ( with One

year Warranty)

6.21 Supply of

Metal MS

cable tray/

raceway with

covers for

mounting on

ceiling / floor

/wall , with all

connecting

fittings &

sections for

hanging ,T,

cross , L ,

vertical up

/down routing/

branching of

cables etc ,

Size as

follows with

required fitting

kit &

accessories

for above

(per running

meter)

I. 50 mm Height

x 100 mm

Width

100

II. 50 mm Height

x 200 mm

Width

50

III. 100 mm

Height x 300

mm Width

10

Page 101: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 100 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage

Final Price ( with One

year Warranty)

6.22 Supply of

High Grade

PVC cable

tray/ raceway

with covers for

mounting on

ceiling / floor

/wall , with all

connecting

fittings &

sections for

hanging ,T,

cross , L ,

vertical up

/down routing/

branching of

cables etc ,

Size as

follows with

required fitting

kit &

accessories

for above

( per running

meter )

I. 50 mm Height

x 150 mm

Width

100

II. 100 mm

Height x 100

mm Width

50

6.23 Supply of GI

pipe under

ground and on

surface

I. 1 inch

diameter

100

II. 1.5 inch

diameter

50

Page 102: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 101 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage

Final Price ( with One

year Warranty)

6.24 Supply of 2

inch diameter

HDPE PVC

jacket under

ground or on

surface (per

meter)

100

Total C

8.10.4 Table 4: Services

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price

with one year

warranty

Weightage

Final Price (

with One year

Warranty)

Service Tax in %

Service Tax Value

VAT/ Sales Tax in

%

VAT/ Sales Tax in Value

0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7

a. Laying of UTP

CAT 6A / CAT 6

cable / STP(

per meter )

1000

Page 103: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 102 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price

with one year

warranty

Weightage

Final Price (

with One year

Warranty)

b. Installation &

Termination of

information

outlets

(including

termination of

CAT 6A / CAT

6/ STP cable

on I/O)

1000

c. Installation &

termination of

UTP cables on

Patch Panel

CAT 6 / CAT

6A/ STP with

wire Manager

200

d. Performance

testing of the

laid UTP CAT 6

/ CAT 6A /STP

cable (Penta

scanner report

&

documentation)

( per node)

100

e. Site certification

for UTP CAT 6

CAT 6A /STP &

Fiber Cabling

with 20 yrs

performance

warranty ( per

site)

I. Site Up to 250

nodes

50

II. Site Up to 500

nodes

20

III. Site Up to 1000

nodes or above

10

Page 104: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 103 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price

with one year

warranty

Weightage

Final Price (

with One year

Warranty)

f. Installation of

marked PVC

duct of size (

Per Meter )

i. 15 X 15 mm 200

ii. 25 x 25 mm 200

iii. 45 X 25 mm 100

iv. 45 X 45 mm 50

g. Installation of

PVC conduit of

OD size ( Per

Meter )

I. 20mm 200

II. 25 mm 200

III. 32mm 100

IV. 40mm 50

V. 50 mm 50

Page 105: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 104 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price

with one year

warranty

Weightage

Final Price (

with One year

Warranty)

h. Installation of

Metal MS cable

tray/ raceway

with covers for

mounting on

ceiling / floor

/wall , with all

connecting

fittings &

sections for

hanging ,T,

cross , L ,

vertical up

/down routing/

branching of

cables etc ,

Size as follows

with required

fitting kit &

accessories for

above

( per running

meter )

I. 50 mm Height x

100 mm Width

100

II. 50 mm Height x

200 mm Width

50

III. 100 mm Height

x 300 mm Width

10

Page 106: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 105 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price

with one year

warranty

Weightage

Final Price (

with One year

Warranty)

i. Installation of

High Grade

PVC cable tray/

raceway with

covers for

mounting on

ceiling / floor

/wall , with all

connecting

fittings &

sections for

hanging ,T,

cross , L ,

vertical up

/down routing/

branching of

cables etc ,

Size as follows

with required

fitting kit &

accessories for

above

( per running

meter )

I. 50 mm Height x

150 mm Width

100

II. 100 mm Height

x 100 mm Width

50

j. Removal of old

UTP/Fiber /

Coaxial /

RS232/telephon

e cables (per

meter)

100

k. Laying of fiber in

duct / conduit (

per meter)

500

l. Outdoor Laying

of Fiber Cable (

Per Meter)

100

Page 107: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 106 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price

with one year

warranty

Weightage

Final Price (

with One year

Warranty)

m. Excavation and

resurfacing of

the soil (depth 1

mtr)

50

n. Excavation and

resurfacing of

the concrete (

depth 1 mtr )

50

o. Trenchless

digging

( Manual / with

Machine) for

excavation

under public

road crossing or

campus

10

p. Installation of

GI pipe ( 1 inch /

1.5 inch) under

ground and on

surface

100

q. Installation of 2

inch diameter

HDPE PVC

jacket under

ground or on

surface (per

meter)

50

r. Fusion splicing

of SC / LC type

pigtails

100

s. Supply and

installation of

buffer tubing kit

50

Page 108: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 107 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price

with one year

warranty

Weightage

Final Price (

with One year

Warranty)

t. Supply and

Installation of

Fiber optics

cable route

marker per unit

10

u. cable pulling pit made of reinforced concrete and brick walls with removable covers per unit

10

v. Performance

testing of laid

Fiber Optic

cable for

continuity ,

length & db loss

( OTDR Test

report) as per

EIA/TIA-455-60

document for

FO test

procedures

&documentation

of the results on

per core basis.

100

w. On-Call Support

I. On-Call support including 2 free site visits per Quarter

10

II. On-Call support including 4 free site visits per quarter

10

III. On-Call support including 8 free site visits per quarter

5

IV. Additional cost for each visit in a quarter

5

Page 109: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 108 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price

with one year

warranty

Weightage

Final Price (

with One year

Warranty)

x. Full-Time Onsite Support (Cost of Technically qualified manpower)

5

y. Installation of Rack

I. Installation of wall mount Rack ( 9 & 12 U) with all accessories

II. Installation of floor mount Rack ( 24, 32 & 42 U) with all accessories

z. Site Survey and Documentation

I. Upto 250 nodes 10

II. Between 251 to 500 nodes

5

III. Above 500 nodes

5

Total D

S.No Location Total Service

Cost =D

Additional Charges

for hilly region

( in %age)

Total Cost

1 2 3 4 5=(3X4)+3

1. Additional charges for hilly regions

(Arunanchal Pradesh, Assam, Meghalaya, Manipur, Mizoram, Nagaland, Tripura, Sikkim, J&K, HP, Andaman Nicobar and Lakshadweep Islands)

Total

E

Page 110: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 109 of 144

Gross Total Value:

L1 value calculation for Category A1

GTV (Envelope 1) = A + B + C + E

Page 111: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 110 of 144

8.11 Annexure 11: Detailed Costing for Category 1 B

Name of the Vendor:

Category for which bid is submitted: Category 1 B

8.11.1 Table 1: Active Components

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with

Taxes

Weightage

Final Price

Service Tax in %

Service Tax

Value

VAT/ Sales Tax

in %

VAT/ Sales Tax in Value

0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7

7 Switches

7.1 Layer 2

Manageable 8

Port Switch,

10/100/1000

Mbps ports

with additional

2 SFP ports

20

7.1a 5 years

warranty

support for

Layer 2

Manageable 8

Port Switch,

10/100/1000

Mbps ports

with additional

2 SFP ports

20

7.2 Layer 2

Manageable 8

port POE +

switch,

10/100/1000

Mbps with 2

SFP Ports

10

Page 112: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 111 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with

Taxes

Weightage

Final Price

7.2a Warranty

support for

Layer 2

Manageable 8

port POE +

switch,

10/100/1000

Mbps with 2

SFP Ports

10

7.3 Layer 2

Manageable

24 Port switch-

10/100/1000

Mbps with 2

SFP+ Uplink &

stacking Ports

20

7.3a 5 years

warranty

support for

Layer 2

Manageable

24 Port switch-

10/100/1000

Mbps with 2

SFP+ Uplink &

stacking Ports

20

7.4 Layer 2

manageable

24 Port Switch

with POE +

10/100/1000

Mbps with 2

SFP+ Uplink

ports &

stacking

5

7.4a 5 years

warranty

support for

Layer 2

manageable

24 Port Switch

with POE +

10/100/1000

Mbps with 2

SFP+ Uplink

ports &

stacking

5

Page 113: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 112 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with

Taxes

Weightage

Final Price

7.5 Layer 2

Manageable

48 Port Switch

10/100/1000

Mbps with 2

SFP+ Uplink &

stacking Ports

5

7.5a 5 years

warranty

support for

Layer 2

Manageable

48 Port Switch

10/100/1000

Mbps with 2

SFP+ Uplink &

stacking Ports

5

7.6 Layer 2

Manageable

48 Port Switch

with POE+

10/100/1000

Mbps with 2

SFP+ Uplink &

stacking Ports

5

7.6 a 5 years

warranty for

Layer 2

Manageable

48 Port Switch

with POE+

10/100/1000

Mbps with 2

SFP+ Uplink &

stacking Ports

5

7.7 Layer 3 24

Port Switch

10/100/1000

Mbps with 2

SFP+ Uplink &

stacking Ports

5

7.7a 5 years

warranty

support for

Layer 3 24

Port Switch

10/100/1000

Mbps with 2

SFP+ Uplink &

stacking Ports

5

Page 114: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 113 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with

Taxes

Weightage

Final Price

7.8 Layer 3 Switch

24 Port SFP +

5

7.8a 5 years

warranty

support for

Layer 3 Switch

24 Port SFP +

5

7.9 NMS

I. Cost of NMS

for upto 250

Network

Element

5

II. 5 years

support cost of

NMS for 250

Network

Element

5

III. Cost of NMS

for above 250

Network

Element

5

IV. 5 years

support cost of

NMS for above

250 Network

Element

5

7.10 1000 Base SX-

transceivers

with LC

connector mm

20

7.10a 5 years

warranty for

1000 Base SX-

transceivers

with LC

connector mm

20

7.11 1000 Base LX-

transceivers

with LC

connector sm

20

Page 115: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 114 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with

Taxes

Weightage

Final Price

7.11a 5 years

warranty for

1000 Base LX-

transceivers

with LC

connector sm

20

7.12 1000 Base TX

-transceivers

for copper

20

7.12b 5 years

warranty for

1000 Base TX

-transceivers

for copper

20

7.13 10 Gig SR

transceiver LC

connector MM

10

7.13a 5 years

warranty for 10

Gig SR

transceiver LC

connector MM

10

7.14 10 Gig LR

transceivers

LC connector

SM

10

7.14a 5 years

warranty for 10

Gig LR

transceivers

LC connector

SM

10

7.15 10 Gig ZR

transceivers

LC connector

SM

10

Page 116: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 115 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with

Taxes

Weightage

Final Price

7.15a 5 years

warranty for 10

Gig ZR

transceivers

LC connector

SM

10

7.16 Stacking

module of 10

Gbps with

stacking cable

20

7.16a 5 years

warranty for

Stacking

module of 10

Gbps with

stacking cable

20

7.17 40 Gig SR4

transceiver

5

7.17a 5 years

warranty for 40

Gig SR4

transceiver

5

Total F

8.11.2 Table 2: Installation and Manpower

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price

with Five year

warranty

Weightage

Final Price ( with Five

year Warranty)

Service Tax in

%

Service Tax

Value

VAT/ Sales Tax in

%

VAT/ Sales Tax in Value

0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7

Page 117: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 116 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price

with Five year

warranty

Weightage

Final Price ( with Five

year Warranty)

a. Installation

and

Configuration

of layer 2

switch

5

b. Installation

and

Configuration

of layer 3

switch

5

c. Installation,

configuration

and

documentation

of NMS (

upto 250

nodes and

above 250

nodes)

d. On call

I. On-Call support including 2 free site visits per Quarter

5

II. On-Call support including 4 free site visits per quarter

5

III. On-Call support including 8 free site visits per quarter

5

IV. Additional cost for each visit in a quarter

5

e. Full-Time Onsite Support (Cost

of Technically qualified manpower.)

2

Page 118: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 117 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price

with Five year

warranty

Weightage

Final Price ( with Five

year Warranty)

f. Survey and Documentation

I. Upto 250 nodes

10

II. Between 251 to 500 nodes

5

III. Above 500 nodes

5

Total G

S.No Location Total Service Cost

=G

Additional Charges

for hilly region

( in %age)

Total Cost

1 2 3 4 5=(3X4)+3

1. Additional charges for hilly regions

(Arunanchal Pradesh, Assam, Meghalaya, Manipur, Mizoram, Nagaland, Tripura, Sikkim, J&K, HP, Andaman Nicobar and Lakshadweep Islands )

Total

H

Gross Total Value

L1 value calculation for Category 1B

GTV (Envelope 2) = F+H

Page 119: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 118 of 144

8.12 Annexure 12: Detailed Costing for Category 2

Name of the Vendor:

Category for which bid is submitted: Category 2

8.12.1 Table 1: Fiber and GPON Components

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage Final Price ( with One

year Warranty)

Service Tax in

%

Service Tax

Value

VAT/ Sales Tax

in %

VAT/ Sales Tax in Value

0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7

8 Fiber Cable

8.1 Fiber Optic

outdoor

armoured

cable , loose

tube

Single mode

(SM) in meter

I. 96 Core 100

II. 144 Core 100

8.2 2 Core OFC

Single Mode

(SM)

100

8.3 LIU 96/144

fiber , Wall

mount

enclosure,

lockable

10

8.4 LIU , 96/144

fiber ,19”

Rack mount

drawer style

enclosure

10

Page 120: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 119 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage Final Price ( with One

year Warranty)

8.5 Optical

splitter

Cabinet

I. Optical Splitter 1X2

2

II. Optical Splitter 1X4

2

III. Optical Splitter 1X8

2

IV. Optical Splitter 1X16

2

V. Optical Splitter

1X32

2

8.6 GPON

equipment,

which consist

of OLT,

ONT/ONU.

I. OLT : Chassis should be able to support upto 10 line cards or above

2

II. OLT : 5 years

warranty for

Chassis.

2

III. OLT: Line card

should have

minimum 4

redundant

PON Ports

5

IV. OLT : 5 years

warranty for

Line card

should having

minimum 4

redundant

PON Ports

5

Page 121: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 120 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage Final Price ( with One

year Warranty)

V. OLT : Switch

Card should

support 2X10

– GbE and

8X1 GbE

uplink and 10

Gbps

backplane

interface.

5

VI. OLT : 5 years

warranty for

Switch Card

should support

2X10 – GbE

and 8X1 GbE

uplink and 10

Gbps

backplane

interface.

5

VII. OLT : Control

Card should

have 2 No of

10/100 Base T

–RJ 45 ports

5

VIII. OLT : 5 years

warranty for

Control Card

should have 2

No of 10/100

Base T –RJ 45

ports

5

IX. OLT: Cost of

Class B SFP

5

X. OLT: 5 years

Warranty for

Class B SFP

5

XI. OLT: Cost of

Class C SFP

5

Page 122: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 121 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage Final Price ( with One

year Warranty)

XII. OLT: 5 years

Warranty for

Class C SFP

5

XIII. OLT: License

Cost of EMS

for per unit

including

server

software.

5

XIV OLT: 5 years

Service

support Cost

of EMS for per

unit including

server

software.

5

8.6 OLT

Standalone:

I. OLT

Standalone:

having fixed 8

PON, with 2 X

10G and 4X1

G ports for

uplink

5

II OLT

Standalone: 5

years

Warranty for

fixed 8 PON,

with 2 X 10G

and 4X1 G

ports for uplink

5

III OLT: License

Cost of EMS

for per unit

including

server

software.

5

Page 123: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 122 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage Final Price ( with One

year Warranty)

IV OLT: 5 years

Service

support Cost

of EMS for per

unit including

server

software

5

8.6 ONT

I. ONT: Should

support 4 GE +

2 POTS (

Analog for

voice)

10

II. ONT: 5 years

warranty

support for 4

GE + 2 POTS (

Analog for

voice)

10

III. ONT: Should

support 4 GE +

2 POTS (

Analog for

voice) + RF (

Coaxial/ Video

Cable)

10

IV. ONT: 5 years

warranty

support for 4

GE + 2 POTS (

Analog for

voice) + RF (

Coaxial/ Video

Cable)

10

V. ONT: Should

support 4 GE +

2 POTS (

Analog for

voice) + WiFi

10

Page 124: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 123 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage Final Price ( with One

year Warranty)

VI. ONT: 5 years

support for 4

GE + 2 POTS (

Analog for

voice) + WiFi

10

8.7 Joint

Enclosure for

96/144 Core

I. Fiber optic

Joint

Enclosure (

Indoor wall

mount)

5

II. Fiber optic

Enclosure

(outdoor, direct

burial type)

5

8.8 Optical

Distribution

frame

2

8.9 FMS

I. Fiber Management System 144Fiber LCAPC

2

II. Fiber

Management

System Shelf

96F LCAPC

2

8.10 Drop

Fiber

Closure

(DFC)

I. Drop Fiber

Closure (DFC)

splice 6 F

2

Page 125: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 124 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage Final Price ( with One

year Warranty)

II. Drop Fiber

Closure (DFC)

splice 12 F

2

8.11 Home

Termination

Box (HTB)

5

8.12 Splicing Box

I. Splicing Box : 48 F

2

II. Splicing Box : 24 F

2

III. Splicing Box : 12 F

5

8.13 Patch Cords

I. LCPC LCPC SM Duplex Patchcord 10 mtrs

5

II. SCAPC SCAPC Patchcord 3mtrs G657

5

III. 19"RM LIU 12F LCPC SM fully loaded

5

IV. LC LC SM Dplx Patchcord 3 mtrs

5

V. LCAPC LCPC SM Dplx Patchcord 10 mtrs

5

Total H

8.10.2 Table 2: Data Center Hardware / Software

Page 126: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 125 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price

with one year

warranty

Weightage Final Price (

with One year

Warranty)

Service Tax in

%

Service Tax

Value

VAT/ Sales Tax in

%

VAT/ Sales Tax in Value

0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7

9

Data Center Software

9.1 Intelligent Cable Management System

2

Data Center Hardware

10 Fiber

10.1 Optical Fiber Cassettes - MPO OM3

I. 12 Fiber MPO-LC

Cassettes Pair

Fillped AB/BA MM

OM3

2

II. 12 Fiber MPO-LC

Cassettes Pair

Fillped AB/BA MM

OM4

2

III. 24 Fiber MPO-LC

Cassettes (Takes

2 Nos of 12 Core

MPO-MPO

Trunks), AB/BA

MM OM3

2

IV 24 Fiber MPO-LC

Cassettes (Takes

2 Nos of 12 Core

MPO-MPO

Trunks), AB/BA

MM OM4

2

V 12 Fiber MPO-LC

Cassettes Pair

Fillped AB/BA SM

2

Page 127: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 126 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price

with one year

warranty

Weightage Final Price (

with One year

Warranty)

VI 24 Fiber MPO-LC

Cassettes (Takes

2 Nos of 12 Core

MPO-MPO

Trunks), AB/BA

SM

2

10.2 Optical Fiber Trunk Cable

I. OM3 12 Fiber – 10metre

2

II. OM3 12 Fiber – 20metre

2

III. OM3 12 Fiber – 40metre

2

IV. OM3 24 Fiber – 10metre

2

V. OM3 24 Fiber – 20metre

2

VI. OM3 24 Fiber – 40metre

2

VII. OM4 12 Fiber – 10metre

2

VII OM4 12 Fiber – 20metre

2

VIII OM4 12 Fiber – 40metre

2

IX OM4 24 Fiber – 10metre

2

X OM4 24 Fiber – 20metre

2

XI OM4 24 Fiber – 40metre

2

XII OS2 12 Fiber – 10metre

2

Page 128: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 127 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price

with one year

warranty

Weightage Final Price (

with One year

Warranty)

XIII OS2 12 Fiber – 20metre

2

XIV OS2 12 Fiber – 40metre

2

XV OS2 24 Fiber – 10metre

2

XVI OS2 24 Fiber – 20metre

2

XVII OS2 24 Fiber – 40metre

2

10.3 Controller Device for Managing MPO cassettes and NMS

2

10.4 Unloaded LIU for MPO cassettes

2

Copper

10.5 10G Patch Panel

I.

10G Patch Panel

24 Port

2

II. 10G Patch Panel

32 Port

2

III. 10G Patch Panel

42 Port

2

10.6 10G pre

terminated Cable

Assembly

I. Cat 6A, STP

CASSETTE TO

CASSETTE, 10

Meter

Page 129: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 128 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price

with one year

warranty

Weightage Final Price (

with One year

Warranty)

II. Cat 6A, STP

CASSETTE TO

CASSETTE, 15

Meter

2

III

Cat 6A, STP

CASSETTE TO

CASSETTE, 20

Meter

2

IV Cat 6A, STP

CASSETTE TO

CASSETTE, 30

Meter

2

V Cat 6S, STP

CASSETTE TO

CASSETTE, 40

Meter

2

10.7 1G Patch Panel

I. 1G Patch Panel

24 Port

2

II

1G Patch Panel

48 Port

2

III 1G Cassette 2

10.8 1G cable

assembly

I Cat 6, UTP

CASSETTE TO

CASSETTE, 10

Meter

2

II Cat 6, UTP

CASSETTE TO

CASSETTE, 15

Meter

2

Page 130: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 129 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price

with one year

warranty

Weightage Final Price (

with One year

Warranty)

III Cat 6, UTP

CASSETTE TO

CASSETTE, 20

Meter

2

IV Cat 6, UTP

CASSETTE TO

CASSETTE, 30

Meter

2

V Cat 6, UTP

CASSETTE TO

CASSETTE, 40

Meter

2

10.9 Fiber

Guide/Runner/tray

for fiber Cables

above Racks

I 2 X 2 2

II 2 X 6 2

III 4 X 4 2

IV 4 X 6 2

V 4 X 12 2

VI 4 X 24 2

10.10 Face plate 2

Total I

8.12.2 Table 3: Services

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage Final Price ( with One

year Warranty)

Page 131: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 130 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage Final Price ( with One

year Warranty)

Service Tax in

%

Service Tax

Value

VAT/ Sales

Tax in %

VAT/ Sales Tax in

Value

0 1 2 3 4 5 6 7=2 +4+6 8 9=8 X7

a. Configuration of

Cable

Management

System

2

b. Installation of

Optical Fiber

Cassettes

2

c. Installation of

Fiber Trunk

Cable

2

d. Installation of

Controller

Device for

Managing MPO

and NMS

2

e. Unloading LIU

for MPO

Cassettes

2

f. Installation of

10G Patch

Panel 24 Port

2

g. Installation of

10G Patch

Panel 32 Port

2

h. Installation of

10G Patch

Panel 48 Port

2

Page 132: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 131 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage Final Price ( with One

year Warranty)

i. Installation of 10

G pre-

terminated

Cable Assembly

Length 10 Meter

2

j. Installation of 10

G pre-

terminated

Cable Assembly

Length 15Meter

2

k. Installation of 10

G pre-

terminated

Cable Assembly

Length 2o Meter

2

l. Installation of 10

G pre-

terminated

Cable Assembly

Length 3o Meter

2

m. Installation of 1

G Patch Panel

2

n. Installation of 1

G Cassette

2

o. Installation of

1G cable

Assembly

2

p. Installation of

Optical

Distribution

Frame

2

q. Installation of

Fiber

Management

System

2

Page 133: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 132 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage Final Price ( with One

year Warranty)

r. Installation of

Drop Fiber

Closure ( DFC)

2

s. Installation of

Home

Termination Box

( HTB)

2

t. Installation of

Splicing Box

2

u. Performance

testing of laid

Fiber Optic

cable for

continuity ,

length & db loss

as per EIA/TIA-

455-60

document for

FO test

procedures

&documentation

of the results

2

v. Installation of

Splitter

2

w. Installation of

OLT Chassis.

2

x. Installation of

OLT Standalone

2

y. Installation of

ONT

2

z. On-Call Support

I. On-Call support including 2 free site visits per Quarter

2

Page 134: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 133 of 144

S. No Product Description

Unit Price

Service Tax VAT/Sales Tax Unit Price with one

year warranty

Weightage Final Price ( with One

year Warranty)

II. On-Call support including 4 free site visits per quarter

2

III. On-Call support including 8 free site visits per quarter

2

IV. Additional cost for each visit in a quarter

2

aa. Full-Time Onsite Support (Cost of Technically qualified manpower)

2

bb. Survey and Documentation

I. Upto 250 nodes 2

II. Between 251 to 500 nodes

2

III. Above 500 nodes

2

Total J

S.No Location Total Service

Cost =J

Additional

Charges for

hilly region

( in %age)

Total

Cost

1 2 3 4 5=(3X4)+3

1. Additional charges for hilly regions

(Arunanchal Pradesh, Assam, Meghalaya, Manipur, Mizoram, Nagaland, Tripura, Sikkim, J&K, HP, Andaman Nicobar and Lakshadweep Islands )

Total

K

Page 135: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 134 of 144

Gross Total Value:

L1 value calculation for Category 2

(Envelope 3) = H+ I + K

GTV (Envelope 4) = Envelope 3 + Envelope 1

Page 136: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 135 of 144

8.13 Annexure 13: Financial Selection Criteria

The L1 vendor selection and financial evaluation process will be as given below:

STEP 1: GTV Based L1 Selection within a Category

a. On the designated day, at the designated time, in the presence of at maximum of 1

representative of each bidder, for Category 1 A, Category 1B and Category 2; Gross

Total Value of the XLS financial bids of all the bidders will be opened to find out the GTV

of the financial bid of each bidder.

STEP 2: Item-wise L1 Selection across Categories

Category 1A:

a. Gross Total Value of all the bidders shall be compared of all the technically qualified bidders. b. Envelope 1 containing the Abridged Financial Bid will be opened first to ascertain the L1

Bidder. c. L2, L3, L4 and L5 bidder will be formed

Category 2:

a. All bidder of Category 2, has to bid for all items of Category 1A under envelope 1 b. Gross Total Value of all the bidders shall be compared of all the technically qualified bidders

for Category 2. The financial bids for category 2 needs to be submitted in two envelopes, clearly mentioning the category Envelope 1, Envelope 3, and putting them in Envelope 4 to get the GTV for Category 2.

c. Envelope containing the Abridged Financial Bid will be opened first to ascertain the L1

Bidder.

d. L2, L3, L4 or L5 will be formed.

STEP 3: Item-wise L1 Selection across Categories

a. Financial Envelope 1 of both L1 vendors (i.e. Category 1A and Category 2), will be opened to ascertain the Final L1 price for Passive components, Racks and Fiber. The Detailed Financial Bid of only the L1 (across Category 1A and Category 2) shall be opened. The detailed rates as quoted by the L1 Bidder shall be considered as the tender rates.

b. L2, L3, L4 or L5 may be asked to match the rate quoted by L1 bidder to form a panel as per the scope of work of RFP in both categories ( i.e. Category 1A and Category 2).

c. In category 1A maximum of 5 bidders will be empanelled.

d. In category 2 maximum of 5 bidder will be empanelled.

STEP 4: Panel Formation within Category

Category 1B:

a. Gross Total Value of all the bidders shall be compared of all the technically qualified

bidders for Category1 B

Page 137: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 136 of 144

b. Sealed envelope containing the Abridged Financial Bid will be opened first to ascertain the L1 Bidder and the Detailed Financial Bid of only the L1 bidder shall be opened. The detailed rates as quoted by the L1 Bidder shall be considered as the tender rates.

c. L2, L3, L4 or L5 may be asked to match the rate quoted by L1 bidder to form a panel as per the scope of work

d. In category 1 B maximum of 5 bidders will be empanelled.

STEP 3: Panel Formation within Category

a. For category 1A: 5 bidders (L1, L2, L3, L4 and L5) will be empanelled

b. For category 1 B: 5 bidders (L1, L2, L3, L4 and L5) will be empanelled

c. For category 2: 5 bidders (L1, L2, L3, L4 and L5) will be empanelled

The bidders who do not agree to match the price will be allowed to withdraw their proposals and their

EMD will be returned within 60 days of the completion of empanelment process.

Page 138: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 137 of 144

8.14 Annexure 14: Manufacturer’s Authorization Form

Ref:

Date:

To,

Manager

Tender Division,

National Informatics Centre Services Inc.,

Hall No. 2 & 3, 1st Floor, NBCC Tower

15, Bhikaiji Cama Place, New Delhi-66

Sub: Manufacturer Authorization for Tender No. ………………………………….

Sir,

We, < OEM > having our registered office at < OEM address>, are an established manufacturer of <

name of quoted item >. We < OEM> solely authorized <bidder’s name> to quote our product for above

mentioned tender.

Our full support is extended in all respects for supply, warranty and maintenance of our products. We also

ensure to provide the service support for the supplied equipment’s for a period of 7 years for Active

Components and 3 years for passive components from the date of installation of the equipment’s as per

tender terms. In case of any difficulties in logging complaint at bidder end, user will have option to log

complaint at our call support center.

We also undertake that in case of default in execution of this tender by the <Bidder Name>, the

<OEM/Company Name> will take all liabilities and responsibilities and necessary steps for successful

execution of empanelment against this tender.

We also undertake that to meet the timelines defined in the Tender, we will ensure that the empanelled

Systems are made available to <bidder> in time. If any product is declared end of life, we will ensure that

Page 139: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 138 of 144

a suitable equivalent or higher roll over product is offered through <bidder> to NICSI for due approval and

Order executions thereafter.

Thanking You

For <OEM>

<(Authorized Signatory)>

Name:

Designation:

Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a

person competent and having the power of attorney to legally bind the manufacturer. The Bidder in its bid

should include it.

Page 140: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 139 of 144

8.15 Annexure 15: PMA Format

Format for affidavit of self certification regarding domestic value addition in an electronic

product, to be provided on Rs. 100/- stamp paper

Date: ..........................................

I .............................................................................. S/o, D/o, W/o

........................................................................., resident of

.........................................................................................................................................................

....... do hereby solemnly affirm and declare as under:

That I will agree to abide by the terms and conditions of the policy of Government of India

issued via notification no. 8(78)/2010-IPHW dated 10-02-2012, the subsequent revision to the

policy issued via notification no. 33(3)/2013-IPHW dated 23-12-2013 and File No: 33(7)/2015-

IPHW dated 16-11-2015

That the information furnished hereinafter is correct to the best of my knowledge and belief and I

undertake to produce relevant records before the procuring authority or any authority so

nominated by the Department of Electronics and Information Technology, Government of India,

for the purpose of assessing the Domestic Value Addition.

That the domestic value addition for all inputs which constitute the said electronic product has

been verified by me and I am responsible for the correctness of the claims made therein.

That in the event of the domestic value addition of the product mentioned herein is found to be

incorrect and not meeting the prescribed value addition norms, based on the assessment of an

authority so nominated by the Department of Electronics Information Technology, Government

of India for the purpose of assessing the domestic value addition, I will be disqualified from any

Page 141: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 140 of 144

Government tender for a period of 36 months. In addition, I will bear all costs of such an

assessment.

That I have complied with all conditions referred to in the notification no. ...............................,

wherein preference to domestically manufactured electronic products in government

procurement is provided and that the procuring authority is hereby authorized to forfeit and

adjust my EMD and other security amount towards such assessment cost and I undertake to

pay the balance, if any, forthwith.

I agree to maintain the following information in the company’s record for a period of 8 years and

shall make this available for verification to any statutory authorities:

i. Name and details of the domestic manufacturer (Registered office, manufacturing

unit location, nature of legal entity)

ii. Date on which this certificate is issued

iii. Electronic product for which the certificate has been produced

iv. Procuring agency to whom the certificate is furnished

v. Percentage of domestic value addition claimed

vi. Name and contact details of the unit of the manufacturer

vii. Sale price of the product

viii. Ex-factory price of the product

ix. Freight, insurance and handling

x. Total bill of material

xi. List and total cost value of inputs used for manufacture of the electronic product.

xii. List and total cost of inputs which are domestically sourced. Please attach certificate

from suppliers if the input is not in-house.

xiii. List and cost of inputs which are imported, directly or indirectly.

For and on behalf of .................................................... (Name of firm/entity)

Authorized signatory (To be duly authorized by the Board of Directors)

<Insert Name, Designation and Contact No.>

Page 142: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 141 of 144

8.16 Annexure 16: Bank Guarantee Format for Furnishing

Security Deposit

Whereas National Informatics Centre Services Inc. (NICSI), NBCC Tower 1st Floor, 15, Bhikaji Cama Place,

New Delhi-110066 (hereinafter called “NICSI”) had floated a Tender No. ……………………….. dated ……………… regarding Empanelment of Vendors for “SUPPLY, INSTALLATION, MAINTAINANCE AND ONSITE SUPPORT for LAN”, (Hereinafter called “the Tender”).

<Name of Vendor and Address>, having its registered office at <Address of Vendor Registered office> has been empanelled against the said Tender through Empanelment No.: ………………..(hereinafter called the “the Vendor”).

The Section No. 6.3 : Security Deposit of said Tender also provides for submission of a Security Deposit, equivalent to the amount of EMD, through a Bank Guarantee. In fulfillment of this Tender condition, We <Name of Bank>, a Banking company incorporated under the Companies Act, 1956 and carrying on Banking Business under ‘The Banking Regulation Act, 1949’ and having its Registered Office at <Complete Address> and its Corporate office at <Complete Address> and one of its branch Office at <Complete Address> (hereinafter called “the Bank”)

at the request of <Name of Vendor>, hereby guarantee payment to NICSI an amount not exceeding INR <Amount of Security Deposit in Figures> (Amount of Security Deposit in Words) under the following circumstances:

(i) If the Vendor withdraws or amends, impairs or derogates from the Empanelment in any respect within the period of validity of this empanelment.

(ii) If the Vendor: a. Defaults or deemed to have defaulted or in the case of non-acceptance of the purchase orders b. Fails or refuses to execute the empanelment. c. Vendor violates any Tender conditions.

We, <Name and Complete Address of Branch>, do hereby undertake to pay the amount due and payable under

this guarantee without any demur, merely on a demand from the NICSI and without the NICSI having to substantiate its demand.

This guarantee will remain in force up to <90 days from the last date of empanelment/extended empanelment (as per the issued empanelment letter)> from <Date of Empanelment (as per issued Empanelment Letter)>, and

any demand in respect thereof should reach the Bank not later than the above date.

For (Name and complete Address of Bank)

Page 143: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 142 of 144

8.17 Annexure 17: Bank Guarantee Format for Performance

Security

In consideration of National Informatics Centre Services Inc. (NICSI), NBCC Tower 1st Floor, 15, Bhikaji Cama

Place, New Delhi-110066 (hereinafter called “ NICSI”) having agreed to exempt …………….<Name of Vendor> having its registered office at <Registered Office Address of Vendor> (hereinafter called “Vendor “) from the demand under the terms and conditions of the Empanelment No. ……………………….. dated ……………… regarding Empanelment of Vendors for “SUPPLY, INSTALLATION, MAINTAINANCE AND ONSITE SUPPORT FOR LAN ”, (Hereinafter called “the said Empanelment”) of Performance Security for the due fulfillment by the said Vendor of the terms and conditions contained in the said Empanelment, on production of a Bank Guarantee for INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance Bank Guarantee in Words).

2. We <Name of Bank>, a Banking company incorporated under the Companies Act, 1956 and carrying on Banking Business under ‘The Banking Regulation Act,1949’ and having its Registered Office at <Complete Address> and its Corporate office at <Complete Address> and one of its branch Office at <Complete Address> (hereinafter called “the Bank”) at the request of <Name of Vendor>, hereby guarantee payment to the NICSI an amount note exceeding INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance

Bank Guarantee in Words) against any loss or damage caused to or suffered or would be caused to or suffered by the NICSI, by reason of any breach by the said Vendor of any of the term or conditions contained in the said Empanelment.

3. We, <Name and Complete Address of Branch>, do hereby undertake to pay the amount due and payable

under this guarantee without any demur, merely on a demand from the NICSI, stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the NICSI by reason of breach by the said Vendor, of any of the terms and conditions mentioned in the said Empanelment or by reason of the Vendor’s failure to perform the said Empanelment. Any such demand raised by the NICSI on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our labiality under this guarantee shall be restricted to the amount not exceeding INR <Amount of Performance Bank Guarantee in Figures> (Amount of

Performance Bank Guarantee in Words).

4. We undertake to pay to the NICSI, any money so demanded not exceeding INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance Bank Guarantee in Words) on demand notwithstanding any dispute or disputes raised by the Vendor in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us under this Bond shall be a valid discharge of our labiality for payment there under and the Vendor shall have no claim against us for making such payment.

5. We, <Name of Bank>, further agree that the guarantee herein contained shall remain in full force and in effect during the period that would be taken for the performance of the said Empanelment plus three months and that it shall continue to be enforceable till all the dues of the NICSI under or by virtue of the said Empanelment have been fully paid and its claim satisfied or discharged or till the NICSI certifies that the terms and conditions of the said Empanelment have been fully and properly carried out by the said Vendor and accordingly discharges this guarantee unless a demand or claims under this guarantee is made on us in writing on or before <Expiry Date>, we shall be discharged from all liability under this guarantee thereafter.

6. We, <Name of Bank>, further agree with the NICSI that the NICSI shall have the fullest liberty, without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Empanelment or to extend time of performance by the said Vendor from time to time or to postpone for any time or from time to time any of the powers exercisable by the NICSI against the said Vendor and to forebear or enforce any of the terms and conditions relating to the said Empanelment and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Vendor or for any forbearance, act or omission on the part of the NICSI or any

Page 144: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 143 of 144

indulgence by the NICSI to the said Vendor or by any such matter or things whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

7. This Guarantee will not be discharged due to the change in the constitution of the Bank or the Vendor.

8. We, <Name of Bank>, lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the NICSI in writing.

9. Notwithstanding anything contained herein above:

9.1. Our liability under this Bank guarantee shall not exceed INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance Bank Guarantee in Words).

9.2. This Bank Guarantee shall be valid up to <Expiry Date>. 9.3. We are liable to pay the guarantee amount or any part thereof under this Bank guarantee only

and only if you serve upon us a written claim or demand before expiry date of this Guarantee. 9.4. After the expiry date is over, the Bank (guarantor) shall stand discharged from all its liabilities

under this Bank guarantee and all your rights under this Bank guarantee extinguished irrespective of the fact weather the Bank guarantee in original is returned back to us or not.

For (Name and complete Address of Bank)

Page 145: The Revised tender document is enclosed herewith - …nicsi.nic.in/sites/default/files/5171966400.pdf · Page 2 of 144 KEY DATES Tender No. NICSI/LOCAL AREA NETWORK/2015/47 Name of

Page 144 of 144

8.18 Annexure 18: Bank Guarantee Format for Furnishing Earnest

Money Deposit

Whereas National Informatics Centre Services Inc. (NICSI), NBCC Tower 1st Floor, 15, Bhikaji Cama Place,

New Delhi-110066 (hereinafter called “NICSI”) having floated a Tender No. ……………………….. dated ……………… regarding Empanelment of Vendors for “SUPPLY, INSTALLATION, MAINTAINANCE AND ONSITE SUPPORT for LAN”, (Hereinafter called “the Tender”).

<Name of Vendor and Address>, having its registered office at <Address of Vendor Registered office> wish to

submit its bid against the said Tender (hereinafter called the “the Vendor”).

The Section No. 5.3 : Earnest Money Deposit of said Tender also provides for submission of EMD through a Bank Guarantee. In fulfillment of this Tender condition, We <Name of Bank>, a Banking company incorporated under the

Companies Act, 1956 and carrying on Banking Business under ‘The Banking Regulation Act, 1949’ and having its Registered Office at <Complete Address> and its Corporate office at <Complete Address> and one of its branch Office at <Complete Address> (hereinafter called “the Bank”) at the request of <Name of Vendor>, hereby

guarantee payment to NICSI an amount not exceeding INR <Amount of Earnest Money Deposit in Figures> (Amount of Earnest Money Deposit in Words) under the following circumstances:

(i) If the Vendor withdraws or amends, impairs or derogates from the Tender in any respect within the period of validity of Bid of this Tender.

(ii) If the Vendor having been notified of the acceptance of his Tender Bid by the NICSI during the period of its validity.

a. If the Vendor fails to furnish the Performance Security to enable NICSI issue of empanelment. b. Fails or refuses to execute the empanelment. c. Vendor violates any Tender conditions.

We, <Name and Complete Address of Branch>, do hereby undertake to pay the amount due and payable under

this guarantee without any demur, merely on a demand from the NICSI and without the NICSI having to substantiate its demand.

This guarantee will remain in force up to up to a period of 180 days from <Date of Bid Submission>, and any

demand in respect thereof should reach the Bank not later than the above date.

For (Name and complete Address of Bank)