Вы находитесь на странице: 1из 24

INDIAN INSTITTUTE OF TECHNOLOGY: DELHI

Hauz Khas, New Delhi – 110016

TENDER FOR SUPPLY & INSTALLATION


OF ACTIVE COMPONENTS FOR NEW GIRLS HOSTEL

TENDER ENQUIRY NO. : IITD/SP/CSC/2009/01


DATED : 13th January 2009

DUE DATE FOR SUBMISSION : 30th January 2009

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 1 of 24
INDIAN INSTITTUTE OF TECHNOLOGY: DELHI
Hauz Khas, New Delhi – 110016

Sub: Supply and Installation of Active Components for New Girls Hostel

Interested parties desirous for submitting tenders may visit our web site www.iitd.ac.in for
further details.

Obtaining Clarifications : Submit queries in writing, if any, to Head,


CSC by 3:00 P.M. on 23th January 2009.
Replies these queries will be posted on IIT
Delhi Web only

Submission of tender : 3:00 P.M. on 30th January 2009

Opening of tender (Part-I) : 3:30 P.M. on 30th January 2009


(Technical Bids)

Opening of tender (Part-II): Date, Time & Venue will be


(Financial Bids) communicated to Eligible Bidders

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 2 of 24
Indian Institute of Technology Delhi
Hauz Khas, New Delhi
Pin Code: 110 016

(Ph. No. 26591781; FAX No. 26581058)


Tender Enquiry No.: IITD/SP/CSC/2009/01
Dated: 13th January 2009
Due Date : 30.01.2009 (Time-03:00 P.M.)
Opening of Bids (Part-I) (Technical Bids) : 30.01.2009 (Time-03:30 P.M.)

Subject: Supply & Installation of Active Components for New Girls Hostel

1. Background:

I.I.T. Delhi intends to upgrade/expand the existing Campus network to the New
Girls Hostel. I.I.T. Delhi has an existing network consisting of Cisco Catalyst 6513,
4503, 4507, 3560, 3750, 2950, 2960 switches, 3640, 3845 routers, Cisco LMS and
relies heavily on Virtual LANs.

I.I.T. Delhi has an existing structured cabling system from Nordx/Avaya/Krone.


UTP/Fibre cabling, terminations and supply of racks will be carried out through a
separate purchase process for the New Girls Hostel.

The work includes supply, installation and integration of Active Components with
the existing Cisco Catalyst 6513, 4503, 4507, 3560, 3750, 2950, 2960 switches, PIX
firewall, 3845, 3640 routers, Cisco LMS, racks & cabling system as per the enclosed
tender specifications.

Sealed tenders are, therefore, invited from reputed vendors for the aforesaid purpose
as per the details given in the Annexure-I to Annexure-V.

2. Eligibility Criteria of Bidders:

(i) The bidder must be a reputed manufacturer (OEM) or his authorized


System Integrator of the type of products offered. In case of System
Integrator, a Letter of Authorization from OEM, specific to the tender
should be enclosed. The bids received without authority are liable to be
rejected.

(ii) The manufacturer of the Active Components is to be directly present in


India with their own office. The manufacturer should have their own
agents/spares depot in India to provide faster turn around for replacement of
faulty parts.

(iii) The Switches and GBIC/SFP modules should be from the same
manufacture. Module for Cisco 3845 router must be from Cisco.

(iv) The bidder should have adequate facilities, manpower and staff for
installation, testing, commissioning and for providing after sales service.
th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 3 of 24
An undertaking from the manufacturer is required in this regard stating that
they would facilitate the bidder on a regular basis with technology/product
updates and extend support for the warranty as well.

(v) The important criteria of the bidder is that the bidder should have a
minimum annual turn over of Rs. 30 lakhs in each of past three financial
years, and the bidder should be in profits. Please attach documentary proof
of Auditors of the company.

(vi) The firm/company should be ISO 9001 certified (Maintenance & System
Integration). Please attach a copy of the certificate.

(vii) The bidder should have sufficient experience in the field of computer
networking of similar magnitude with at least three years experience of
Networking and should supply a list of customers where they have carried
out networking projects of this nature. Documentary proof in this regard
should be submitted.

(viii) The bidder must enclose a copy of having successfully executed at least two
campus LAN work orders of a minimum value of Rs. 15 Lakhs each in any
of the last 3 financial years for any Education Institute/University/Govt.
entity/PSU.

(ix) Solvency certificate or working capital certificate as the case may be should
be issued by any Nationalized/Scheduled bank.

(x) The bidder will ensure smooth integration of the proposed Active
Components with any existing Active Components at I.I.T. Delhi and will
ensure that Active Components being quoted are compatible with I.I.T.
Delhi existing Cisco equipment namely Cisco 6513, 4503, 4507, 3560,
3750, 2950, 2960 switches, 3845, 3640 routers, PIX firewall, and Cisco
LMS. Please note that I.I.T. Delhi relies heavily on Virtual LANs.

(xi) The bidder shall provide the Registration number of the firm along with the
LST/CST/WCT No. and the PAN Number allotted by the concerned
authorities.

(xii) The bidder should provide backend support commitment letter from the
respective OEM specific to this tender for the warranty and AMC period as
well as the support plan for the period there after for additional two years.

3. Obtaining Bid Documents:

The bid document can only be downloaded from I.I.T. Delhi website
www.iitd.ac.in.

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 4 of 24
4. Submission of Proposals:

(i) The bidder shall go through the entire document and must comply with all
the terms and conditions. A Compliance statement in the form of
‘Complied’ or ‘Not Complied’ shall be given against each item and
specification of the tender document. The compliance statements should be
supported by authentic documentation. Please note that any deviation
from the laid down requirements / specification shall be brought out
separately in deviation sheets to be attached with concerned section of the
tender. Failure to comply with this requirement may result in the bid being
rejected. Each page of the bid and cuttings / corrections shall be duly
signed and stamped by the bidder. Failure to comply with this requirement
may result in the bid being rejected.

(ii) The proposals shall be submitted in two parts and should be super-scribed as
“PART-I: COVER FOR TECHNICAL BIDS” and “PART-II: COVER
FOR COMMERCIAL BIDS”.

(iii) Part-I shall be a Company Profile covering all the documents specified in
the ‘Eligibility Criteria of Bidders’ as per para 3 above as well as a
Technical Offer with full details including description of Hardware /
equipments so as to enable technical assessment of the proposal and
categorical clause wise compliance statement as per Annexure-I to
Annexure III.

(iv) The Technical bid must be submitted in an organized and structured


manner. No brochures/leaflets etc. should be submitted in loose form. The
Technical Offer should comprise of the following:

a.) A letter of authority duly signed by an authorized signatory.


b.) Complete Bill of Material along with Make, Model, Manufacturer,
& Part Number.
c.) Technical Documentation [Product Brochures, leaflets, manuals
etc.]
d.) Delivery and implementation schedule.
e.) Compliance of terms with any deviation clearly indicated in
remarks & brought in separate deviation sheets.
f.) Warranty and AMC (Comprehensive Annual Maintenance) details.
g.) Columns related to commercials must not be filled up.

(v) Part –II should contain The Commercial Bids for the entire proposal with
breakup of the prices. The bidders are requested to quote
a) Active Components (LAN Switches, GBIC/SFP Modules), Fibre Patch
Cords, Principal’s back to back shared support charges, Installation
charges and Comprehensive Annual Maintenance charges in Indian
Rupees.

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 5 of 24
b) Prices quoted shall be inclusive of escalation of any description. The
rates must be quoted as per the Price Formats provided in Annexure-II
including the following:

I. All costs should be given in Figures and Words.


II. Govt. Levies like Sales Tax, Octroi, Excise Duty, Work
Contract Tax (WCT) and Educational cess etc., if any, shall
be paid at actual rates applicable on the date of delivery.
Rates should be quoted accordingly giving the basic price,
duties and taxes etc., if any.
.
(vi) Both the covers should first be sealed separately, and then both the covers
should be kept in a single sealed bigger cover. This envelope should be
duly signed by an authorized signatory and should bear the inscription as
under:

“Tender for the Supply & Installation of Active Components for New Girl
Hostel”
“Tender Enquiry No.”: IITD/SP/CSC/2009/01
Dated 13th January 2009

(vii) Bids Acceptance: The Bids must reach the tender box located in the office
of Head, CSC, I.I.T. Delhi, on or before the due date, i.e., on 30th January
2009 by 3.00 P.M. In the event of due date being a closed holiday or
declared Holiday for Central Government offices, the due date for
submission of the bids will be the following working day at the appointed
time & venue. The bids will be opened on the same day i.e. on 30th January
2009 at 03:30 P.M. in presence of the bidders. Bids will not be accepted
after the due date and time.

(viii) Validity of bids: Bids should be valid for a minimum period of 180 days
after the due date.

5. Rejection of Bids:

(i) I.I.T. Delhi reserves the right to accept or reject any bid or cancel the
tender proceedings without assigning any reason whatsoever.

(ii) If a bidder gives wrong information in their bid, I.I.T. Delhi reserves
the right to reject such bid at any stage and forfeit the Performance
Bank Guarantee and cancel the contract, if awarded.

(iii) Incomplete quotations are liable to be rejected.

(iv) If the technical offer contains any price information the offer will
be summarily rejected.

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 6 of 24
(v) Canvassing in any form in connection with the tenders is strictly
prohibited and the bids submitted by the bidders who resort to
canvassing are liable for rejection.

(vi) I.I.T. Delhi shall not pay any costs incurred towards preparation and
submission of the bid or any other expenditure in this regard.

(vii) Unsigned tenders, unattested corrections and over writings by bidders


are also liable for rejection.

(viii) Bids not adhering to the specifications will be out rightly rejected.

(ix) Conditional bids will be summarily rejected.

(x) The schedule for accepting the tenders shall be strictly followed-
late tenders shall not be accepted

6. Evaluation Process:

For the bidders satisfying the Qualifying Criteria and Technical Specifications, the
price comparisons shall be made over the total cost of the project with three year of
comprehensive warranty plus additional two years of Comprehensive Annual
Maintenance Contract. The bidder with the lowest price will be selected.

7. Prices & Payment Terms:

a) Supply of Active Components: The bidders are requested to quote Active


Components (LAN Switches, GBIC/SFP Modules, Fibre/UTP Patch Cords) in
Indian Rupees only.

IIT-Delhi is registered with DSIR, Govt. of India and is, therefore, exempted
from Excise Duty. Exemption Letter for Excise Duty, if required, shall be
issued by IIT-Delhi, as and when required/asked for.

70% payment for Supply of Active Components would be released on the


receipt of material in good condition, and 30% payment on successful
installation and commissioning subject to submission of Proforma Invoice.

b) Services & AMC: The bidders shall quote for Principal’s back to back shared
support charges, Installation and Comprehensive Annual Maintenance
Contract charges in Indian Rupees. The Principal’s back to back shared
support charges and Installation charges shall be paid immediately on
commissioning & acceptance of the network. Comprehensive Annual
Maintenance Charges shall be paid on quarterly post-payment basis after
expiry of three years warranty period as per scope of the contract.

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 7 of 24
8. Clarifications:

In case the bidder requires any clarification regarding the tender documents, they
are advised to submit their queries in writing to Head CSC, I.I.T. Delhi on or
before 23th January 2009 by 3:00 pm. The answers, if any, will be posted back on
the IIT Delhi Web.

9. Quantity Variations:

The proposed quantities are subject to change depending on I.I.T. Delhi’s priority
vis-à-vis financial constraints, if any.

10. Performance Bank Guarantee:

a) The successful bidder shall be required to furnish Performance Bank


Guarantee within 15 days of the placement of purchase order as under strictly
in the prescribed Performa (Annexure-IV).

b) The successful bidder shall submit a Performance Bank Guarantee of 5% of


the cost of the supply portion of order.

c) The Performance Security must be in the form of Demand Draft/Pay


Order/Bank Guarantee of any Indian Nationalized/Scheduled Bank.

d) The Bank Guarantee should be valid for a minimum period of (36+2) 38


months extendable to cover the warranty period. In case supplier fails to
provide satisfactory after sales service within the warranty period, the
Performance Bank Guarantee submitted by the bidder is liable to be revoked
and the Institute will claim the amount of Bank Guarantee.

e) Performance Bank Guarantee shall be released after two months on the


satisfactory completion of warranty period. No interest will be payable by
I.I.T. Delhi on the Performance Bank Guarantee.

11. Comprehensive Warranty & Comprehensive Annual Maintenance Contract:

a) Comprehensive Warranty & Comprehensive Annual Maintenance Contract


shall include free maintenance of the whole equipment supplied including free
replacement of parts. The defects, if any shall be attended to on immediate
basis but in no case any defect should prolong for more than 24 hours.

b) The comprehensive warranty shall be for a period of one year from the date of
installation of the equipment by I.I.T. Delhi.

c) The bidders should also quote for Comprehensive Annual Maintenance


Contract after warranty for a subsequent period of two years on quarterly post-
payment basis.

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 8 of 24
d) The service coverage will be from 9:00 AM to 5:30 PM, Monday through
Friday.

e) The bidder shall assure to supply the spare parts after the warranty is over for
the maintenance of equipment supplied if and when required for a period of
two years from the date of supply of equipment on payment on approved price
list basis.

f) In case of extension of warranty, the bidder should also provide a bank


guarantee.

12. Supply and Installation:

a) This is a time bound and high priority project. It must be understood that the
bidder has made the proposal after fully considering all such factors, which
may have any bearing on the time schedule. The bidder will be required to
supply, install and enable services at the said locations within 12 weeks from
the date of receiving the purchase order.

b) The bidder will provide all the documentation and testing reports of the
materials and equipments.

c) The bidder will have to arrange for all the testing equipment & tools required
for installation, testing & maintenance etc. at his own cost.

d) I.I.T. Delhi will have the right to reject the component/equipments supplied, if
it does not comply with the specifications at any point of
installation/inspections.

13. Liquidated Damages:

If the supplier fails to deliver any or all of the goods or complete the installation
within the period specified in the purchase order, I.I.T. Delhi shall without prejudice
to its other remedies, deduct as liquidated damage 0.5% of the price of the delayed
goods for every week or part thereof subject to a maximum of 5% of the order value.
The amount towards Liquidated Damage would be recovered while making the initial
payment itself.

14. Penalty Clause:

In case of non-supply of goods after the acceptance of purchase order, Performance


Bank Guarantee will be forfeited of the defaulting bidder and the supply order shall be
placed with the next bidder which has quoted the next lowest rates at the risk and cost
of the defaulting bidder and difference, if any, between the total cost of the materials
shall be chargeable to the defaulting bidder. In case the defaulting bidder fails to pay
the differential cost, the legal action shall be taken against the defaulting bidder.

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 9 of 24
15. Force Majure:

Any delay due to Force Majure will not be attributable to the vendor.

16. Arbitration and Laws:

Except where otherwise provided for in the contract, all questions and disputes
relating to interpretation and application of the provisions of the contract shall be
settled mutually within thirty (30 only) days (or such longer period as may be
mutually agreed upon) from the date that either party notifies in writing that such
dispute or disagreement exists, under the Rules of Indian Arbitration and Conciliation
Act, 1996. The venue of Arbitration shall be New Delhi, India. The arbitration
resolution shall be final and binding upon the parties and judgment may be entered
thereon, upon the application of either party, by Delhi court having jurisdiction. The
Indian laws shall govern this contract.

17. Termination Clause

Either party can terminate the service agreement by giving three months notice in
advance to other party. In case, the bidder stops service without notice, I.I.T. Delhi
has the right to revoke the bank guarantee in its favour.

Place: (Signature and seal of Bidder)


Date :

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 10 of 24
ANNEXURE - I

TECHNICAL SPECIFICATIONS

18. LAN Switch Specifications TYPE 1 (24 x 10/100 Mbps UTP ports with 2 x
10/100/1000 Mbps UTP Ports)

S.N. Particulars

18.1 Connectors: 24 auto-negotiating 10 BASE-T/100BASE-TX ports configured as


Auto Sensing with 2 fixed 10/100/1000BASE-T and/or 2 SFP:GBIC
uplink ports.
Redundant Power Supply System Support.
RS232/RJ-45 console port.
18.2 Traffic The switch should support and offer the followings:
Up to 64 aggregate or individual polices support per Fast Ethernet
and Gigabit Ethernet port
Granularity of traffic flows at 1 Mbps on Fast Ethernet ports
The switch to offer the ability to limit data flows based on MAC
source/destination address, IP source/ destination address,
TCP/UDP port numbers, or any combination of these fields.
The switch to offer the ability to manage data flows asynchronously
upstream and downstream from the end station or on the uplink.
18.3 Performance: Min 15 Gbps switching fabric
Min forwarding rate of 6 Mpps with 64 byte packets
8000 MAC address supported, 250 IGMP groups
64-MB DRAM and 32-MB Flash memory
Maximum Transmission Unit (MTU) of up to 9000 bytes
18.4 Reliability: High MTBF at least or above than 200,000 hours
Operating Temperature: 0º to 45º C
18.5 Environmental Storage Temperature: - 25º to + 70º C
Requirement: Operating Humidity: 10% to 85% (non-condensing)
Immunity: AS/NZS 3260, TS001
CE Marking
EN55024
AC line frequency 50/60 Hz
18.6 Power supply: Input Voltage 100 to 127/200 to 240 VAC (auto-ranging),
18.7 SNMP Standards: SNMP Protocol (RFC 1157)
MIB-II (RFC 1213)
Bridge MIB (RFC1493)
RMON MIB II (RFC2021)
Remote Monitoring MIB (RFC 1757)
Interface MIB (2233)
MAU MIB (RFC 2668)
18.8 Management: Command line interface management & SNMP compatibility.
Embedded support for Web based management using standard web
browser
Support for SPAN port & RSPAN functionality for measurement using
a network analyzer or RMON probe.

Time-domain Reflectometer (TDR) to diagnose and resolve cabling


problems on copper ports.

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 11 of 24
RMON: 4 Group (Statistics, Alarm, Events, History), on every port, no
impact to performance
Single IP based Management required to manage up to 16 switches
in a cluster irrespective of geographic location.
18.9 Standard Support IEEE 802.3x full duplex on 10BASE-T and 100BASE-TX ports
IEEE 802.1D Spanning-Tree Protocol
IEEE 802.1p class-of-service (CoS) prioritization
IEEE 802.1x support
IEEE 802.1Q VLAN
IEEE 802.1s Multiple Spanning Tree Protocol (MSTP)
IEEE 802.1w Rapid Spanning- Tree Protocol (RSTP)
IEEE 802.3 10BASE-T specification
IEEE 802.3u 100BASE-TX specification
IEEE 802.3ad Link Aggregation Control Protocol (LACP)
IEEE 802.3z 1000BASE-X specification
Support for Internet Group Management Protocol Version 3
(IGMPv3) snooping in hardware
Multicast VLAN Registration (MVR)
Per-port broadcast, multicast, and unicast storm control prevents
faulty end stations from degrading overall system performance.
18.10 Security Features Support for the 802.1 x standards & NAC, to allow users to be
authenticated regardless of which LAN ports they are accessing

o 802.1x with voice VLAN to permit an IP phone access to the


voice VLAN regardless of the authorized or unauthorized
state of the port.
o 802.1x with Port Security to authenticate the port and
manage network access for all MAC addresses, including
that of the client.
o 802.1x with Guest VLAN to allow guests without 802.1x
clients to have limited network access on the Guest VLAN.

o 802.1x with VLAN assignment to allow a dynamic VLAN


assignment for a specific user regardless of where the user
is connected.
SSHv2 to provide network security by encrypting administrator traffic
during Telnet sessions.
Support of per port security based on the MAC address
Support for SNMPv2 & v3
MAC Address Notification to allow administrators to be notified of
new users added or removed from the network.
Multilevel security on console access to prevent unauthorized users
from altering the switch configuration.
TACACS+ and/or RADIUS authentication to enable centralized
control of the switch and restricts unauthorized users from altering
the configuration.
18.11 QOS Support in hardware for at least four queues per egress port
Support for the Weighted Round Robin (WRR) scheduling algorithm
Support for Strict priority queue configuration
Ability to re-classify traffic based on traffic profile by modifying the
CoS bits in the Ethernet header or the ToS byte in the IPv4 header

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 12 of 24
19. LAN Switch Specifications TYPE 2 ( 48 x 10/100 Mbps UTP Ports + 2 x 10/100/1000
Mbps UTP Ports)

S.N. Particulars

19.1 Connectors: 48 auto-negotiating 10 BASE-T/100BASE-TX ports configured as


Auto Sensing with 2 fixed 10/100/1000BASE-T and/or 2 SFP:GBIC
uplink ports.
Redundant Power Supply System Support.
RS232/RJ-45 console port.
19.2 Traffic The switch should support and offer the followings:
Up to 64 aggregate or individual polices support per Fast Ethernet
and Gigabit Ethernet port
Granularity of traffic flows at 1 Mbps on Fast Ethernet ports

The switch to offer the ability to limit data flows based on MAC
source/destination address, IP source/ destination address,
TCP/UDP port numbers, or any combination of these fields.
The switch to offer the ability to manage data flows asynchronously
upstream and downstream from the end station or on the uplink.
19.3 Performance: Min 15 Gbps switching fabric
Min 10 Mpps forwarding rate with 64 byte packets
Support for 8000 MAC address & 250 IGMP groups
64-MB DRAM and 32-MB Flash memory
Maximum Transmission Unit (MTU) of up to 9000 bytes
19.4 Reliability: High MTBF at least or above than 200,000 hours
Operating Temperature: 0º to 45º C
19.5 Environmental Storage Temperature: - 25º to + 70º C
Requirement: Operating Humidity: 10% to 85% (non-condensing)
Immunity: AS/NZS 3260, TS001
CE Marking
EN55024
AC line frequency 50/60 Hz
19.6 Power supply: Input Voltage 100 to 127/200 to 240 VAC (auto-ranging),
19.7 SNMP Standards: SNMP Protocol (RFC 1157)
MIB-II (RFC 1213)
Bridge MIB (RFC1493)
RMON MIB II (RFC2021)
Remote Monitoring MIB (RFC 1757)
Interface MIB (2233)
MAU MIB (RFC 2668)
19.8 Management: Command line interface management & SNMP compatibility.
Embedded support for Web based management using standard web
browser
Support for SPAN port & RSPAN functionality for measurement using
a network analyzer or RMON probe.

Time-domain Reflectometer (TDR) to diagnose and resolve cabling


problems on copper ports.
RMON: 4 Group (Statistics, Alarm, Events, History), on every port, no
impact to performance
Should support DHCP Snooping option 82

Single IP based Management required to manage up to 16 switches


th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 13 of 24
in a cluster irrespective of geographic location.
19.9 Standard Support IEEE 802.3x full duplex on 10BASE-T and 100BASE-TX ports
IEEE 802.1D Spanning-Tree Protocol
IEEE 802.1p class-of-service (CoS) prioritization
IEEE 802.1x support
IEEE 802.1Q VLAN
IEEE 802.1s Multiple Spanning Tree Protocol (MSTP)
IEEE 802.1w Rapid Spanning Tree Protocol
IEEE 802.3 10BASE-T specification
IEEE 802.3u 100BASE-TX specification
IEEE 802.3ad Link Aggregation Control Protocol (LACP)
IEEE 802.3z 1000BASE-X specification
Unidirectional link detection (UDLD) and aggressive UDLD to detect
and disable unidirectional links on fiber-optic interfaces caused by
incorrect fiber-optic wiring or port faults.
Support for Internet Group Management Protocol Version 3
(IGMPv3) snooping in hardware
Multicast VLAN Registration (MVR)
Per-port broadcast, multicast, and unicast storm control prevents
faulty end stations from degrading overall system performance.
19.10 Security Features Support for the 802.1 x standards & NAC, to allow users to be
authenticated regardless of which LAN ports they are accessing
o 802.1x with voice VLAN to permit an IP phone access to the
voice VLAN regardless of the authorized or unauthorized
state of the port.
o 802.1x with Port Security to authenticate the port and
manage network access for all MAC addresses, including
that of the client.
o IEEE 802.1x with Guest VLAN to allow guests without 802.1x
clients to have limited network access on the Guest VLAN.
o IEEE 802.1x with VLAN assignment to allow a dynamic
VLAN assignment for a specific user regardless of where the
user is connected.
SSHv2 to provide network security by encrypting administrator traffic
during Telnet sessions.
Support of per port security based on the MAC address
Support for SNMPv2 & v3
MAC Address Notification to allow administrators to be notified of
new users added or removed from the network.
Multilevel security on console access to prevent unauthorized users
from altering the switch configuration.
TACACS+ and/or RADIUS authentication to enable centralized
control of the switch and restrict unauthorized users from altering the
configuration.
Support for reclassifying frames based either on 802.1p class-of-
service (CoS) value or default CoS value per port assigned by
network manager.
19.11 QOS Support in hardware for at least Four queues per egress port.
Support for Weighted Round Robin (WRR) scheduling algorithm
Support for Strict priority queue
Ability to re-classify traffic based on traffic profile by modifying the
CoS bits in the Ethernet header or the ToS byte in the IPv4 header
th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 14 of 24
20. LAN Switch Specifications TYPE 3 ( 24 x 10/100/1000 Mbps UTP Ports + 4 x 1000 Mbps
SFP Ports)

S.N. Particulars

20.1 Connectors:
24 auto-negotiating 10BASE-T/100/1000BASE-TX ports
configured as Auto Sensing & 1000 BASE X SFP/GBIC ports (4
Uplinks).
10BASE-T, 100BASE-TX, 1000BASE-T, 1000BASE-T SFP,
1000BASE-SX, LX/LH, ZX, and CWDM SFP-based ports: LC
fiber connectors (single/multimode fiber).
Redundant Power Supply System Support.
RS232/RJ-45 console port.
20.2 Traffic The switch should support and offer the followings:
Up to 64 aggregate or individual polices support per Fast
Ethernet and Gigabit Ethernet port and support for IPv6.
Granularity of traffic flows at 1 Mbps on Fast Ethernet ports, and
8 Mbps on Gigabit Ethernet ports.
The switch to offer the ability to limit data flows based on MAC
source/destination address, IP source/ destination address,
TCP/UDP port numbers, or any combination of these fields.
The switch to offer the ability to manage data flows
asynchronously upstream and downstream from the end station
or on the uplink.
20.3 Performance: Min 30 Gbps switching fabric
Min forwarding rate of 35 Mpps with 64 byte packets
Support for min 10000 MAC address, 10000 Unicast, 800 IGMP
groups support
128-MB DRAM and 32-MB Flash memory
Maximum Transmission Unit (MTU) of up to 9000 bytes
MTBF: at least or above of 200,000 hours
20.4 Reliability: Operating Temperature: 0º to 45º C
20.5 Environmental Storage Temperature: - 25º to + 70º C
Requirement: Operating Humidity: 10% to 85% (non-condensing)
Immunity: AS/NZS 3260, TS001 or equivalent
CE Marking
EN55024
AC line frequency 50/60 Hz
20.6 Power supply: Input Voltage 100 to 127/200 to 240 VAC (auto-ranging),
20.7 SNMP Standards: SNMP Protocol (RFC 1157)
MIB-II (RFC 1213)
Bridge MIB (RFC1493)
RMON MIB II (RFC2021)
Remote Monitoring MIB (RFC 1757)
Interface MIB (2233)
MAU MIB (RFC 2668)
20.8 Management: Command line interface management & SNMP compatibility.
Embedded support for Web based management using standard
web browser
Support for SPAN port & RSPAN functionality for measurement
using a network analyzer or RMON probe.

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 15 of 24
Time-domain Reflectometer (TDR) to diagnose and resolve
cabling problems on copper ports.
RMON: 4 Group (Statistics, Alarm, Events, History), on every
port, no impact to performance
Should support DHCP Snooping Option 82
Single IP based Management required to manage up to 16
switches in a cluster irrespective of geographic location.
20.9 Standard Support IEEE 802.3x full duplex on 10BASE-T and 100BASE-TX ports
IEEE 802.1D Spanning-Tree Protocol
IEEE 802.1p class-of-service (CoS) prioritization
IEEE 802.1x support
IEEE 802.1Q VLAN
IEEE 802.1s Multiple Spanning Tree Protocol (MSTP)
IEEE 802.1w Rapid Spanning Tree Protocol (RSTP)
IEEE 802.3 10BASE-T specification
IEEE 802.3u 100BASE-TX specification
IEEE 802.3ad Link Aggregation Control Protocol (LACP)
IEEE 802.3z 1000BASE-X specification
20.10 Availability Unidirectional link detection (UDLD) and aggressive UDLD
detect and disable unidirectional links on fiber-optic interfaces
caused by incorrect fiber-optic wiring or port faults.
Support for Internet Group Management Protocol Version 3
(IGMPv3) snooping in hardware
Multicast VLAN Registration (MVR)
IEEE 802.1s Multiple Spanning Tree Protocol (MSTP) allows a
spanning-tree instance per VLAN, enabling Layer 2 load sharing
on redundant links.
Per-port broadcast, multicast, and unicast storm control to
prevent faulty end stations from degrading overall system
performance.
20.11 Security Features Support for the 802.1x & NAC standard to allow users to be
authenticated regardless of which LAN ports they are accessing
o 802.1x with voice VLAN to permit an IP phone access to the
voice VLAN regardless of the authorized or unauthorized
state of the port.
o 802.1x with Port Security to authenticate the port and
manage network access for all MAC addresses, including
that of the client.
o 802.1x with Guest VLAN to allow guests without 802.1x
clients to have limited network access on the Guest VLAN.

o 802.1x with VLAN assignment to allow a dynamic VLAN


assignment for a specific user regardless of where the user
is connected.
SSHv2 to provide network security by encrypting administrator
traffic during Telnet sessions.
Support of per port security based on the MAC address
Should support Spanning-tree root guard (STRG) and
PortFast/bridge protocol data unit (BPDU)
Support filtering of incoming traffic based on Layer 2, Layer 3 or
Layer 4 access control parameters.

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 16 of 24
Support Time-based ACLs for differentiated services based on
time-periods
Support for SNMPv2 & v3
MAC Address Notification to allow administrators to be notified of
new users added or removed from the network.
Multilevel security on console access to prevent unauthorized
users from altering the switch configuration.
TACACS+ and/or RADIUS authentication to enable centralized
control of the switch and restrict unauthorized users from altering
the configuration.
Support for reclassifying frames based either on 802.1p class-
of-service (CoS) value or default CoS value per port assigned by
network manager.
20.12 QOS Support in hardware for at least Four queues per egress port.
Support for Weighted Round Robin (WRR) scheduling algorithm

Should support Auto-Qos feature


Support for strict priority queue configuration via Strict Priority
Scheduling for time-sensitive applications such as voice
Should support QoS classification based on Layer 2, Layer 3,
and Layer 4 fields.
DiffServ Code Point field (DSCP) classification via marking and
reclassification on a per packet basis using source/destination IP
address, source/destination MAC address, or Layer 4 TCP/UDP
port number.
Ability to re-classify traffic based on traffic profile by modifying
the CoS bits in the Ethernet header or the ToS byte in the IPv4
header

21. Wan Interface Module: HWIC-2FE for Cisco Router Model C3845
S.N. Particulars

21.1 HWIC-2FE Additional two Fast Ethernet line-rate Layer 3 routed ports for
the existing Cisco Router Model C3845 which currently has
256M RAM, 512K NVRAM, 64MB Flash, and running an
IOS image c3845-advsecurityk9-mz.123-11.T5.bin. Please
include any additional hardware/ios upgrades required.

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 17 of 24
22. Patch Cords

22.1 Fibre Patch Cord, MM Model : ST-LC


• Shall consist of one or two single, tight buffered, multimode graded-index fibres with
a 62.5 micron core and a 125 micron cladding.
• The fibre patch cord shall be factory terminated with S ceramic connectors at one end
and at other end it should be LC.
• The fibre patch cord shall meet the following specifications:
a. Insertion Loss: < 0.5 dB
b. Service Life : 1000 cycles.
c. Tensile strength : 100 N
d. Cable OD: 3 mm.
e. Tip material: Ceramic.
22.2 Mode conditioning Fibre Patch Cord, MM Model : ST-LC
• Shall consist of one or two single, tight buffered, multimode graded-index fibres with
a 62.5 micron core and a 125 micron cladding.
• The fibre patch cord shall be factory terminated with ST ceramic connectors at one
end and at other end it should be LC.
• The fibre patch cord shall meet the following specifications:
a. Insertion Loss: < 0.5 dB
b. Service Life : 1000 cycles.
c. Tensile strength : 100 N
d. Cable OD: 3 mm.
e. Tip material: Ceramic

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 18 of 24
ANNEXURE - II
SCHEDULE OF REQUIREMENTS
S.No. Description Location Qty Unit Total Make Part Compli- Remarks
Price Price in No. ance
in USD USD
1 Access Switch: Type-1 as per the New Girls 03
specifications in 18 and with the following Hostel
interfaces & modules
• 24 Nos. of 10/100Mbps UTP ports
• 2 Nos. of 10/100/1000 Mbps UTP ports

2 Access Switch: Type-2 as per the New Girls 11


specifications in 19 and with the following Hostel
interfaces & modules
• 48 Nos. of 10/100 Mbps UTP ports
• 2 Nos. of 10/100/1000 Mbps UTP ports

3 Distribution Switch: Type-3 as per the New Girls 01


specifications in 20 and with the following Hostel
interfaces & modules
• 24 Nos. of 10/ 100/ 1000 Mbps UTP ports
• 4 Nos. of 1000 Mbps SFP ports

4 HWIC-2FE Module for Cisco Router Model CSC Server 1 Cisco HWIC-
C3845 as per the specifications in 21 including Room 2FE
any hardware/ios upgrade

5 FIBRE PORTS: New Girls


Hostel & CSC
Server Room

GE SFP, LC connector LX/ LH transceiver 4

6 PATCH CORDS (10 MTS ) New Girls


Hostel & CSC
Server Room
a. ST-LC (MM) 2
b. Mode conditioning ST-LC (MM) 2

Total

S. Description of Quantity Basic Excise Work Sales Cess Unit Total Compl Remarks
No. Items Rate Duty Contract Tax Price in Price iance
in Rs Tax Rs. in
Rs.
7 Principal’s Back to
Back Three Years One lot
Shared Support
charges
Total

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 19 of 24
S. Description of Quantity Basic Excise Work Sales Cess Unit Total Compl Remarks
No. Items Rate Duty Contract Tax Price in Price iance
in Rs Tax Rs. in
Rs.
8 Installation, testing
and commissioning One lot

Total

Sr. Description of Items AMC AMC Work Service Cess Total Compliance Remarks
No. % in Contract Tax Price in
Rs. Tax Rs.
9 Comprehensive Annual
Maintenance Charges to be
paid on quarterly post-
payment basis after the
expiry of three years warranty
period as per scope of the
contract
st
1 Year
nd
2 Year
Total

Place: (Signature and seal of Bidder)


Date:

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 20 of 24
Annexure-III

We (The Bidder) undertake and confirm that:

1. We hereby offer to supply the goods detailed in schedule thereof as you specify in the
purchase order at the price quoted and agree to hold this offer open for acceptance for
a period of 180 days from the date of opening of bid.

2. Rates quoted are for CIF. at site (Indian Institute of Technology Delhi (I.I.T. Delhi))
located at New Delhi, Delhi and are in the price format as specified in Annexure-I.

3. All the equipment and components quoted have one year warranty comprehensive.
The comprehensive warranty includes all parts.

4. The part numbers of all items are mentioned and also enclosed the datasheets for the
same.

5. All Active Components are of the same make.

6. We understand that the quantities are estimated and may vary at the time of
order/implementation.

7. Installation Cost includes fixing of Active Components in racks.

8. The bid/quotation is submitted for all the items and is strictly as per the tender
specifications.

9. During warranty and AMC, services will be provided directly at site.

10. Extended Warranty if considered will be against Bank Guarantee.

11. Every page of the submitted bid has been numbered and signed.

12. It is hereby confirmed that we have understood the terms and conditions of the tender
and have thoroughly examined specifications and are thoroughly aware of the nature
of goods required and our offer is to supply goods strictly in accordance with the
requirement and terms and conditions of the tender. We agree to abide by the terms
and conditions of the tender if the contract is awarded to us.

13. “Bid Form” as specified in Annexure-V has been included.

Place: (Signature and seal of Bidder)


Date:

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 21 of 24
ANNEXURE-IV
PERFORMANCE BANK GUARANTEE

1. In consideration of the Board of Governors of the Indian Institute of Technology


Delhi, a body corporate constituted under the Institutes of Technology Act 1961
(hereinafter called IIT Delhi) having agreed to exempt M/S
_________________________________________ (here in after called the said
Contractors (s)) from the demand under the Terms and Conditions of the Agreement
No. ____________________________________ made between the IIT Delhi and
M/S _________________________ for the work
____________________________________ (hereinafter called the said Agreement)
of Performance Bank Guarantee for the due fulfillment of the said contractor (s) of the
Terms and Conditions contained in the said agreement, on production of the Bank
Guarantee for Rs. ______________ (Rupees
________________________________), we, (Name of the Bank)
_________________________________________________ (hereinafter referred as
the Bank) at the request of M/S _________________________ (Name of the
Contractor) do hereby undertake to pay the IIT Delhi an amount not exceeding Rs.
______________ (Rupees _________________________) against any loss or
damage caused to or suffered or would be caused to or suffered by the IIT Delhi by
reason of any beach by the said supplier (s) any of the Terms & Conditions contained
in the said Agreement.

2. We, the Bank do hereby undertake to pay the amounts due & payable under this
Guarantee without any demur, merely on demand from the IIT Delhi stating that the
amount claimed as due by way of loss or damage caused to or would be caused to or
suffered by the IIT Delhi, by reason of breach by the said Contractor (s) of any Terms
& Conditions contained in the said Agreement or by reason of the Contractor (s)
failure to perform the said Agreement. Any such demand made on the Bank under this
guarantee, the decision of the IIT Delhi in this count shall be final and binding on the
Bank. However, our liability under this guarantee shall be restricted to an amount not
exceeding Rs. ________________ (Rupees ________________________).

3. We, the Bank undertake to pay to IIT Delhi, any money so demanded not
withstanding any dispute or disputes raised by the Contractor (s) in any suit or
proceedings pending before any court or tribunal relating there to our liability for
payment there under and the Contractor (s) shall have no claim against us for making
such payment.

4 We, the Bank further agree that the Performance Bank Guarantee herein contained
shall remain in full force and effect during the period that would be taken for the
performance of the said Agreement and that it shall continue to be enforceable till all
the dues of the IIT Delhi under or by virtue of the said Agreement have been fully
paid and its claims satisfied or discharged or till the Registrar of IIT Delhi certifies
that the terms & conditions of the said Agreement have been fully and properly
carried out by the said Contractor (s) and accordingly discharged the Guarantee.
Unless a demand or claim under the Guarantee is made on the Bank in writing on or

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 22 of 24
before _________________________________, the Bank shall be discharged from
the all liability under the Guarantee thereafter.

5. We, the Bank further agree with the IIT Delhi, that the IIT Delhi, shall have the fullest
liberty without our consent and without affecting in any manner our obligations
hereunder to vary any of the Terms & Conditions of the said Agreement or to extend
time of performance by the said Contractor (s) from time to time or to postpone for
any time or from time to time any of the powers exercisable by the IIT Delhi against
the said Contractor (s) and to forbear or enforce any of the Terms & Conditions
relating to the said Agreement and the Bank shall not be relieved from its liability by
reason of any such variation, or extension being granted to the said Contractor (s), or
any forbearance, act or omission on the part of IIT Delhi, or any indulgence by the IIT
Delhi to the said Contractor (s) or by any such matter or thing whatsoever which
under the law relating to sureties would but for the provision have effect of so
relieving the Bank.

6. This guarantee will not be discharged due to change in the constitution of the Bank or
the Contractor (s) supplied.

7. We, the Bank lastly undertake not to revoke this guarantee during its currency except
with the previous consent of the IIT Delhi in writing.

8. Notwithstanding anything contained hereinabove the liability of the Bank in respect


of this Guarantee is restricted to Rs. _______________ (Rupees
_________________________) and it will remain in force till
________________________. Unless a demand or claim under this Guarantee is
made on the Bank in writing within three months from
_____________________________ we shall be discharged from all liability under
this guarantee.

This Guarantee is valid _____________________ to __________________ dated the


___________ day of ____________________________.
For _____________________________________ (indicate the Name of the Bank).

Note: THIS GUARANTEE SHOULD BE ON STAMP ________________ STAMPED IN


ACCORDANCE WITH THE STAMP ACT.

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 23 of 24
Annexure-V
BID FORM

TO,
A.R. (Stores),
IIT Delhi

Dear Sir,

1. Having examined the terms & conditions of the contract and specifications, the
receipt of which is hereby duly acknowledged, we, undersigned, offer to supply and
deliver the goods, in conformity with the said drawing, conditions of contract and
specifications and services as per the terms & conditions of the contract, for the sums
shown in the schedules of price attached herewith and made part of this bid.

2. We undertake, if our Bid is accepted, to execute the work within 12 weeks from the
date of issue of your purchase order.

3. If our Bid is accepted we will obtain the guarantees of a Nationalized/Scheduled Bank


of a sum not exceeding 5 % of the total cost of the project, for the due performance of
the contract extendable to cover the warranty period plus two months.

4. We agree to abide by this Bid for a period of 180 days from the date fixed for Bid
opening and it shall remain binding upon us and may be accepted at any time before
the expiration of that period.

5. Until a formal Purchase Order of Contract is prepared and executed this Bid together
with you written acceptance thereof in your notification of award shall constitute a
binding contract between us.

6. Bid submitted by us is properly wax sealed and prepared so as to prevent any


subsequent alteration and replacement.

7. We understand that IIT Delhi is not bound to accept the lowest or any bid that it may
receive.

Dated this _______________________ day of ____________

Signature of
In capacity of
Duly authorized to sign the bid for and on behalf of ______________________________

Witness_______________________________
Address_______________________________ Signature & Seal

th
Tender No. IITD/CSC/2009/01 Dated 13 January 2009 Page 24 of 24

Вам также может понравиться