upgradation of local area network - directorate …dgft.gov.in/dgftmumbai/html/tenders/tender for...
TRANSCRIPT
GOVERNMENT OF INDIA
MINISTRY OF COMMERCE & INDUSTRY
OFFICE OF THE ADDITIONAL DIRECTOR GENERAL OF FOREIGN TRADE
NISHTHA BHAVAN, 48, VITTHALDAS THACKERSEY MARG, CHURCHGATE, MUMBAI-20
FAX. : 022- 22063438. EPABX. : 22017716 / 22031074 / 22033097 / 22038094
E. MAIL I.D :- [email protected] Website: http://dgft.gov.in/dgftmumbai/
File No. Addl.DGFT/LAN up gradation/CC/2013-14 Dated 12.02.2014
TENDER NOTICE
Upgradation of Local Area Network
The Additional Director General of Foreign Trade, Mumbai herewith invites sealed tenders in two-bid
system (Technical & Commercial) from authorized dealers/contractors, firms engaged in installation of
IT & Networking products, herein after referred as ‘The Vendor’ and having a minimum of three year
experience in this field of Local Area Networking. The Vendor will submit bids in two separate
envelopes one marked “Technical Bid” and another marked “Commercial Bid” and sealed as per formats
given in Annexure-7 & Annexure-8. These two envelopes should be sealed in one big envelope.
Interested bidders may kindly send their bids along with application form duly filled and signed as per
Annexure-5.The commercial bids of only those bidders will be opened whose Technical bids are found
to be technically qualified.
EMD (Earnest Money Deposit): –The bids should be submitted with a Demand Draft or Fixed Deposit
executed with Nationalised /Scheduled Bank for Rs. 1,25,000/- (Rupees One Lakh Twenty Five Thousand
Only ) in favour of Additional DGFT, Mumbai. The NSIC/SSI registered bidders are exempted from
submission of EMD. The last date for submission of bids is 27.02.2014(3 pm).
The Technical bids will be opened on 27.02.2014 at 3.30 PM. in the conference Room at 2nd
floor.’D’
wing,Nishtha Bhawan,New Marine Lines,Churchgate,Mumbai-400 020.The Tenderers who wish to be
present, may so at the above venue. The financial bid will be opened on 28.02.2014 at 11 AM in the
same venue. Financial bid of only those bidders would be opened who qualify technically. Those
desirous to be present at the time of opening of tenders should carry proper authority letter.
Vendor Prequalification conditions:
The bidders fulfilling the following criteria are eligible to bid for tender.
1. The firm (vendor) must have a turnover of not less than Rs. One Crore in each of the last three
financial years. For this purpose last three financial years would be considered as the one ended on
31.3.2013.
2. The Vender should have valid Sales Tax, Profession Tax, Shop Establishment registration and should
be able to produce the copy/ documentary evidence of the same.
3. The Bidding firm/company/vendor should be a registered electrical contractor.
4. The bidder shall be an ISO 9001:2008 Certified Company.
5. The tender shall have experience of minimum 3 years in the similar field with execution of minimum
one project of Rs. 50 lakhs along with Government / Semi-Got /Government undertaking/ Private
clients. The documentary evidence for each of the above should be enclosed along with self attested
performance letter.
6. The Bidder shall attach Manufacturers Authorisation certificate.
(The above has to be supported by relevant documents furnished along with the bid)
Vendor Prequalification: Only those firms which qualify Vendor Prequalification will qualify for
Technical qualification.
1. Existing Architecture Diagram Annexure-1
2. Proposed Architecture Diagram Annexure-2
3. Bill of Material Annexure-3
4. Technical specification of components Annexure-4
5. Application form Annexure-5
6. Standard terms and conditions of contract (STACs) Annexure-6
7. Format of Technical Bid Annexure-7
8. Format of Commercial Bid Annexure-8
Important dates:
I. Date and time for accepting tender -- Upto 3.00 PM on 27.02.2014
II. Date of and timing for opening of the tender – Technical Bid- 3.30 PM on 27.02.2014
Commercial Bid – 11 AM on 28.02.2014
Sr. No Item E.M.D Performance guarantee in
form of Bank guarantee
(from Nationalized Bank)
1
Upgradation of Local
Area Network
Rs.125000/-
In words – Rupees One Lakh
Twenty Five Thousand Only
Rs. 100000/-
In words – Rupees One Lakh
Only
Scope of work-
The scope of work of this tender is to Upgrade the existing Local Area Network of Additional DGFT
Office, Mumbai in order to make it efficient and reach the highest speed of processing. The Network
Architecture diagram of existing system is given in Annexure-1. The up gradation of the system would
be required to be done as per the proposed Architecture diagram attached at Annexure-2.
Therefore the scope of work will include the Supply, Installation and upgradation work of Local Area
Network which would include the Supply, Installation and Commissioning of Cat6 Cable, Patch Panel,
Casing Patti , Layer 2 52 port Giga switch,UPS and accessories. The bill of material is given in format
attached as Annexure-3.
Technical specification
The Technical specification of each of the items is given in Annexure-4.
Standard Terms & Conditions
The bidder would be required to adhere to the Terms and conditions specified in this Tender as per
Annexure-6.
Downloadable tender document is available on web site http://www.mumbai.dgft.gov.in
(Nitish Suri)
Asstt. Director General of Foreign Trade
For Additional Director General of Foreign Trade
Bill of Material Annexure 3
Sr.no Item Qty
1 Cat6 Cable 23
2 Patch Panel 24
3 Casing Patti/Conduits 4000
4 I/o 400
5 Faceplate 400
6 Back box 400
7 Ferol 10
8 Marker Tie 10
9 Cable Tie 10
10 Patch Cord 1 meter 400
11 Patch Cord 2 meter 400
12 Velcro 50
13 36 U Network Rack 1
14 Layer 2, 48 port Giga switch 10
15 Layer 2 , 24 port Giga switch 2
16 10 KVA UPS 1
17
Termination Point Cable Laying &
Casing, Panel Termination, I/O
Termination, Rack Fixing & Dressing,
Backbox/ Faceplate, Testing
Documentation etc
In required
quantity
Annexure 4
Technical specification of components PASSIVE COMPONENT SPECIFICATION
1. CABLING SYSTEM AND COMPONENT SPECIFICATIONS
• CAT 6 Cable
Parameter Required Specifications
Type Unshielded Twisted Pair 4 Pair , Category 6, TIA / EIA 568-B.2.1
4 pair with ETL test report for channel and zero bit error. All UTP component
should be from the same OEM. The OEM should be ISO 9001:2000 certified.
The cabling should be certified to have application support warranty for next
25 year or higher.
Material:
Conductors 24 AWG solid bare copper
Insulation Polyethylene or polyolefin
Jacket Flame Retardant PVC
Approvals UL Listed
ETL Certified
Operating
temperature
-20 Deg. C to +60 Deg. C and storage temp 75 Deg. C
Frequency tested up
to
Minimum 300 MHz
Packing Box of 305 meters
Propagation Delay
536ns/100M Max
Delay Skew 45ns / 100m Max..
Impedance 100 Ohms + / - 15 ohms
Parameter Required Specifications
Performance
characteristics to be
provided along with
bid
Attenuation, Pair-to-pair and PS NEXT, ELFEXT and PSELFEXT, Return Loss,
ACR and PS ACR
• UTP Jacks
Type PCB based, Unshielded Twisted Pair, Category 6, TIA / EIA 568-B.2.1
Durability
Modular Jack 750 mating cycles
Wire terminal 200 termination cycles
accessories Strain relief and bend-limiting boot for cable
Integrated hinged dust cover
Materials
Housing Polyphenylene oxide, 94V-0 rated
Wiring blocks Polycarbonate, 94V-0 rated
Jack contacts Phosphor Bronze plated with 50 micro-inch gold over 100 micro-inch of nickel.
Approvals UL 1863
Performance
Characteristics to be
provided with bid
Attenuation, NEXT, PS NEXT, FEXT and Return Loss
• Jack Panels
Type
24-port, Modular, PCB based, Unshielded Twisted Pair, Category 6, ANSI/ TIA /
EIA 568-B.2.1
Ports 24
Port arrangement Modules of 6-ports each
Category Category 6
Circuit Identification
Scheme
colour lable/Icons on each of 24-ports
Port Identification 9mm or 12mm Labels on each of 24-ports (to be included in supply)
Height 1 U (1.75 inches)
Durability
Modular Jack ≥ 750 mating cycle
Wire terminal (110
block)
200 termination cycles
Accessories Models with optional cable retention fixture for enhanced strain relief and bend
limiting boot for cable
Materials
Housing Polyphenylene oxide, 94V-0 rated
Wiring blocks Polycarbonate, 94V-0 rated
Jack contacts Phosphorous bronze, plated with 1.27micro-meter thick gold
Panel Black, powder coated steel
Approvals UL 1863
Termination Pattern TIA / EIA 568 A and B;
Performance
Characteristics to be
provided along with
bid
Power summation, ACR, NEXT, ELFEXT and Return Loss
• Faceplates
Type 1-port, White surface box
Material ABS / UL 94 V-0
No. of ports One
Write on labels and Plug in Icon-Icon tree – to be supplied with plate, should be
able to support variety of jacks UTP,STP only
Technical Specifications of Active Components
Layer 2 Giga Switch
General
Number of Ports
For 52 Port: 48 10/100/1000Mbps + 4 SFP
Performance
Switching Capacity
For 52 Port: 104Gbps
64-byte Packet Forwarding rate
For 52 Port: 77.4 Mpps
MAC Address Table: 16K
Physical/Environmental
AC Input: 100 to 240 VAC, 50/60 Hz internal universal power supply
Operating Temperature: -5 to 50 ˚C (41 to 122 ˚F)
Operating Humidity: 0% to 95% non-condensing
Certifications: FCC Class A, CE Class A, ICES-003, VCCI Class A, C-Tick,
BSMI
Safety: CUL, LVD
Layer 2 Features
Should support Loopback detection(LBD)
Should support Port Trunking with 10 Group and 8 Ports per group
Should Support IEEE 802.1D and 802.1w
Should Support HOL Blocking Prevention
Should support LLDP (Link Layer Discovery Protocol) provides IEEE
802.1AB
Should Support Cable Diagnostics
Layer 2 Multicast
Should Support Multicast Filtering (Forwards all unregistered groups,
Filters all unregistered groups)
Should support IGMP v1/v2 Snooping
Should supports 256 IGMP groups
Should supports at least 64 static multicast addresses
Should support IGMP per VLAN
Should supports IGMP Snooping Querier
VLAN
Should Support 802.1Q VLAN with Max. 4K static VLAN groups (Max.
4094 VIDs)
Should Support Asymmetric VLAN
Should Support Auto Surveillance VLAN
Quality Of Service
Should Support 802.1p Quality of Service with 4 queues per port
Should Support Strict and Weighted Round Robin (WRR) Queue Handling
Should Support Port-based Bandwidth Control (Ingress/Egress, min
granularity 10/100/1000 is 64 Kbs)
Should Support QoS based on: 802.1p Priority Queues, DSCP, ToS, IPv6
Traffic Class, TCP/UDP port
Access Control List (ACL)
Should support Max. 50 profiles, Max. 200 rules shared by profiles and
Each rule can be associated with a single port or multiple ports
Should support ACL based on: MAC Address, IPv6 Address
(ICMP/IGMP/TCP/UDP ), 802.1p, DSCP Ethernet type
Security
Should support Broadcast/Multicast/Unicast Storm Control
Should support function to protect the switch against traffic flooding
caused by virus attacks
Should support DHCP Server Screening
Should support smart IP-MAC-Port Binding
Should support Supports DHCP Snooping
Should support ARP Spoofing Prevention
Should support Traffic Segmentation
Should support SSL v1/v2/v3
Should support 802.1X Port-based Access Control
Should support Port Security up to 64 MAC addresses per port
AAA Should support 802.1X Authentication
Should support EAP, OTP, TLS, TTLS, PEAP
Management
Should support Web-based GUI, Single IP Management, Compact CLI,
Should support Telnet Server
Should support RMONv1, SNMP v1/v2c/v3 and SNMP Trap
Should support Backup/Upgrade firmware
Should support Upload/Download Configuration file
Should support ICMP v6
Should support IPv4/v6 Dual Stack
Should support DHCP Auto Configuration
Should support Trusted Host
Should provide Switch Discovery/ Management Utility
Green Technology
Should support IEEE 802.3az EEE
Should support Power saving via LED and port shutoff
Should support Power saving via port standby
Should support Power saving via system hibernation
Should support Power saving via cable length detection
Should support Power saving via link status detection
Technical Specifications of 10KVA UPS
Type 3 phase input - 3 phase output
Capacity 10 KVA
INPUT
No. of Phases 3 Phase – 4 Wire
Voltage Range 310 V – 480 Volt AC
Input Frequency Range 45 – 55 Hz
OUTPUT
Power 8000 W
Load PF Range 0.8 lagging
Phase 3 Phase- 4 Wire
Output Waveform Pure Sine Wave
Voltage 400V ± 2% (P-P), 380V & 415V user selection also available
Frequency 50Hz +/-0.1Hz
Load Crest Factor > 3:1
Output Voltage THD <=3% on Linear Load
Loading Capacity 110% for 8 Minutes/ 125% for 1 Min/ 150% for 13 Sec
BY-PASS
Capacity 125% continues
Maintenance By-Pass Available
BATTERIES
No. of 12V Batteries 30
Voltage 360 V DC
Battery Charging current 10 Amp
Battery Recommendation From 7.2 Ah to 200 Ah
Battery Self Test Automatic & Manual
USER INTERFACE
Communication port RS-232 Server and Client
Operating System Windows95/98/NT/2000/XP
GENERAL
Indication LCD pannel
Alarm Mains Failure, Battery Low, Over Load Short Circuit
Protection Short Circuit , Over Voltage & Under Voltage Protection
Cooling Forced Air Cooling
UPS Efficiency > 90%
Operating Temperature 0-45DegC
Operating Humidity 95% Condensing
Monitoring Software Additional Software available for remote monitoring
Accoustic Noise <45 Db at 1 meter
Protection Class Ip20
UPS Weight(Without Batteries) 155Kg
Annexure_5
To,
Additional Director General of
Foreign Trade, Mumbai Zonal Office,
Mumbai
Madam/Sir,
I / We hereby accept the terms and conditions mentioned in the Tender No. Addl.DGFT/LAN
upgradation/CC/2013-14 dated 12.02.2014 for Upgradation of Local Area Network at the office of
DGFT, Mumbai.
I / We agree that the offer shall remain open for acceptance for a minimum period of three months
from the date fixed for opening the tender and thereafter till it is withdrawn by me/us by notice in
writing duly addressed to the authority opening the tender and sent by registered post or delivered
at the office of such authority.
Demand draft No.(s)/Fixed Deposit Receipt(s) dated __/__/2014 for Rs._______payable at Mumbai
in favour of “Additional DGFT,Mumbai” towards the earnest money is /are enclosed.
I / We understand that, the amount of earnest money will not bear interest and shall be liable to be
forfeited to the Government if I/we fail (i) to keep the offer open for the period mentioned above
and (ii) if this offer is accepted, fail to sign and complete the contract documents as required by the
DGFT, Mumbai or furnish the security deposit as specified under terms and conditions of the
contract. The amount of earnest money may be adjusted towards the security deposit or refunded
to me/us unless the same or any part thereof has been forfeited as aforesaid.
Date:
Full Address: Name in block letters.______________
Telephone No/s
Fax No
Email address.
Annexure 6
STANDARD TERMS AND CONDITIONS OF OPERATING CONTRACT (STACs)
In context of this document following definitions will apply:
(a) Purchaser: - The Purchaser is the DGFT acting through the authority issuing the purchase order.
This term is synonymous to Buyer.
(b) Vendor: - The vendor is the party to whom tender enquiry has been sent. The party may or not
respond to the tender enquiry.
Validity: - The STAC as stipulated hereunder except to the extent agreed to the modified by the
purchaser, in writing, shall supersede conditions stipulated by the Vendor.
Contract:
The contract shall deem to have been concluded by the “acceptance of tender” issued in the form
of a purchase order. The acceptance may be communicated to the Vendor by fax or
registered/speed post. The Vendor is required to acknowledge receipt of the acceptance within 3
working days. However, non-acknowledgement on the part of the Vendor does not affect the
“acceptance of tender” or the conclusion of contract.
All communications by the Purchaser to the Vendor will be deemed to have been made by e-mail,
fax, or registered/speed post to the number or address furnished by the Vendor.
The purchaser shall not be liable for any obligation, monetary or otherwise, that has not been
expressly stated in the contract.
The Vendor shall deem to have indemnified the Purchaser against all claims by third parties relating
to the contract, including but not limited to intellectual property rights.
The Vendor shall not disclose any information provided to him by the Purchaser except to the
extent required to execute the contract.
Effective Date of Contract
The effective date of Contract will be the date on which the work order is issued.
Specifications
The specifications governing the project to be supplied may be provided with the tender enquiry as
an enclosure. A quote received against a tender enquiry shall be deemed to commit the Vendor to
those specifications.
Where an aspect is not covered in the specification, the Vendor shall be required to confirm to the
good quality standards that he had provided in the past to the Purchaser or to any other buyer.
The specification contained in the tender enquiry may be modified if requisite specifications are not
available, by mutual consent in written before the contract is accepted.
Networking Components:
In case of defects occurring to any component during the tender period, the component is to be
replaced by the Vendor within 24 hours free of cost. Similarly, onsite support shall be provided by
the Vendor by way of stationing 1 technician at DGFT office within the project cost, during the
period of tender i.e. 4 weeks.
Price:
When quoting against a tender enquiry, all components of the price of such as the basic price and
different type’s taxes and charges shall be listed separately. Where only ‘rates’ are applicable, they
shall be explained clearly.
The proposed cost by the vendor shall include procurement, implementation, and commissioning
and post warranty annual maintenance contract.
The vendor should submit separate annual maintenance contract with details of the service to be
provided including cost.
FOR COMMERCIAL BID
Note: The cost shall include
1. Supply, installation and commissioning of Local Area Network with appropriate cabling work with
material.
2. Quantity in BOQ is likely to be increased or decreased without assigning any reason.
3. Payment will be calculated on the basis of actual work done.
COMMERCIAL ASPECTS
a) Penalty for downtime
The DGFT may make a complaint about the equipment/service through letter, fax, e-mail, phone,
SMS or any other means as the DGFT thinks fit or convenient. On receiving complaint about
equipment/service, the vendor will respond and repair/replace or provide required services within
24 hours, if failed, penalty shall be levied Rs. 500/- per day
b) Terms of Delivery and Payment:
Payment Terms: - As per current practices, no advance payment is permissible. However, to ensure
cash flow, commensurate with progress of the project and the deliverables, stage
payment schedule is suggested in succeeding paragraphs.
On delivery of the Material 80% payment will be released and balance payment will be release after
successful commissioning.
The invoice has to be submitted in triplicate. The DGFT may at any time, by a written order given to
the Vendor make changes within 15 days of the general scope of the contract in any one or more.
c) Commercial Bid
The Commercial Bids are to correspond to the Technical Bids and contain all costing
details.Commercial bids of only technically qualified vendors will be considered. The information in
commercial bid must be in unitized form so that commercial bid of all firms can be properly
compared and L1 vendor can be clearly established. The DGFT reserves the right to accept or reject
any tender without assigning any reason.
d) Time Frame:-
The vendor should ensure the completion of the work within 4 working weeks (excluding holidays)
from the date of awarding of the contract. A penalty of Rs.5000/-per day will be imposed if the
completion of project goes beyond a period of 4 weeks from the date of award of contract.
NOTE – If L1 is unable to complete this project in 4 weeks, OR if L1 fails to successfully carry out the
work, then L2 will be requested to match L1 rates and carry out the work and so on.
Force majeure:
If either of the parties suffer delay in due execution of their contractual obligation due to the
operation of one or more of the force majeure events such as but not limited to, act of God,War,
food, earthquake, strikes, Lockouts, fire, epidemics, riots, uncontrollable events, civil commotions
etc. the agreed time for the completion of respective obligations shall be extended by a period of
the time equal to the period of the delay occasioned by such events. On the occurrence and
cessation of any such event, the party affected thereby shall give notice in writing to the other
party. Such notices to be given within 15 days of occurrence/cessation of the event concerned. If
the force majeure conditions continue beyond 30 days the parties shall mutually decide about the
future course of action.
Signature of the vendor along with seal
FORMAT FOR TECHNICAL BID Annexure-7
Sr. No.
Particulars Details
1 EMD of Rs.1,25,000/- OR copy of registration with NSIC/SSI for
exemption,if any
2 Turnover- Rs. /- (copy of audited balance sheet to be
enclosed)Income Tax returns for last 3 years
3 Self attested Copy of Valid Sales Tax,Profession Tax, Shop
Establishment certificates
4 Self attested Copy of registration as electrical contractor
5 Work experience for such work(self attested copy to be enclosed)
6
Self attested copy of Manufacturers Authorisation Letter & ISO
9001:2008 Certificate
Note:
1. Self attested Photo copies of above for proof should be attached.
2. Originals should be available for verification at the time of opening tender.
Annexure-8
FORMAT FOR COMMERCIAL BID
Sr.no
Procurement,
Installation
and commissioning work
of Local Area Network
Qty Rate VAT
Service
Tax
Total
Cost
1 Cat6 Cable 23
2 Patch Panel 24
3 Casing Patti 4000
4 I/o 400
5 Faceplate 400
6 Back box 400
7 Ferol 10
8 Marker Tie 10
9 Cable Tie 10
10 Patch Cord 1 meter 400
11 Patch Cord 2 meter 400
12 Velcro 50
13 36 U Network Rack 1
14 Layer 2 48 port Switch 10
15 Layer 2 24 port Switch 2
16 10 KVA UPS 1
17
Installation charges for
Cable Laying & Casing,
Panel Termination, I/O
Termination, Rack
Fixing & Dressing,
Backbox/ Faceplate,
Testing,
Documentation etc Lumpsum
Note: Above cost shall include
1. Procurement, installation and commissioning of Local Area Network.
2. Quantity is likely to be increased or decreased without assigning any reason.
3. Payment will be calculated on the basis of actual work done
Name in block
Signature of the vendor along with seal
Deliverables
1: Network Architecture as per Annexure 2
2: 100% cabling efficiency as per fluke test report.Fluke Test Report should be submitted in the said
regard.
Responsibilities of Vendor and DGFT:
A) Vendor Responsibilities
1. The vendor will have to deploy suitable manpower to supervise the work having knowledge of
Local Area Networking implementation.
2. Vendor shall provide project plan for the procurement, implementation.
3. Vendor shall continue to provide maintenance and support during and after the warranty period.
4. Vendor shall submit the annual maintenance contract for the passive 7 active components
maintenance to be carried out after the expiry of warranty period.
B) DGFT’s Responsibilities:
1. Acceptance of tender
2. Acceptance of passive 7 active components.
3. DGFT office will provide assistance to show the locations, electric points and will ensure that the
site is available for installation as per the schedule stated.
4. The DGFT or his designated officer will check for correctness of the Networking functioning.