Вы находитесь на странице: 1из 70

MH LAN RC RFP

Tender Document for Fixing Rate Contract for


Setting up LANs at Government Offices
in the State of Maharashtra

Directorate of Information Technology,


Government of Maharashtra
7thth Floor, Near Rajmudra Kaksh
Mantralaya,
Mumbai 400032
Tel.: +91-22-2202 4177
Fax: +91-22-22044586
Email: director_it@maharashtra.gov.in
Website: http://www.maharashtra.gov.in

Directorate of Information Technology, Maharashtra State, Mumbai

MH LAN RC RFP
INDEX
TENDER NOTICE ......................................................................................................................................... 3
INSTRUCTIONS TO BIDDERS (ITB) ......................................................................................................... 4
CONDITIONS OF CONTRACT ................................................................................................................. 15
Annexure 1 - TECHNICAL SPECIFICATIONS ......................................................................................... 27
Annexure 2 FORMAT FOR EVALUATION OF BIDS ........................................................................... 48
Annexure 3- BID FORM .............................................................................................................................. 50
Annexure 4- BG FORMAT FOR EMD ....................................................................................................... 51
Annexure 5- MANUFACTURERS AUTHORIZATION FORM FOR PASSIVE PRODUCTS ............... 52
Annexure 6- MANUFACTURERS AUTHORIZATION FORM FOR ACTIVE PRODUCTS ................. 53
Annexure 7- NOTARIZED AFFIDAVIT .................................................................................................... 54
Annexure 8 BANK GUARANTEE FORMAT FOR SECURITY DEPOSIT/ PERFORMANCE GUARANTEE
...................................................................................................................................................................... 55
Annexure 9 - RATE CONTRACT WITH DIT ............................................................................................ 56
BIDDER DETAILS FORM ......................................................................................................................... 59
TECHNICAL DETAILS FORM .................................................................................................................. 61
PRICE BID FORM 1 - ACTIVE COMPONENTS ...................................................................................... 66
PRICE BID FORM 2- PASSIVE COMPONENTS ..................................................................................... 68

Directorate of Information Technology, Maharashtra State, Mumbai

MH LAN RC RFP

TENDER NOTICE
DIRECTORATE OF INFORMATION TECHNOLOGY
On behalf of the Governor of Maharashtra, the Directorate of Information Technology (DIT),
invites sealed tenders (Technical offer / Commercial offer) for signing a rate contract from
eligible, reputed system integrators of networking, who are authorized to supply, install,
commission, certify and maintain Local Area Networks, and have their sales and support offices
in the state of Maharashtra as mentioned in the tender document.

Tender Reference

2170/File/DIT/2011

Date of issuance of RFP

17/02/2011

Date for Pre-bid conference

25/02/2011, 3.30 PM

Last date of submission of Bids

03/03/2011, 5.00 PM

Opening of technical Bids

04/03/2011, 5.00 PM

Opening of Commercial Bids

09/03/2011, 5.00 PM (Tentative date)

Address for Communication

Directorate of Information Tech.


7th floor, Near Rajmudra Kaksha,
Mantralaya, Mumbai 400032

Contact Numbers

022- 22024177

Note:
Tenders will be opened in front of bidders Authorized representative
Tender should remain valid for acceptance up to 90 days.

DIT reserves the right to accept or reject any tender offer without assigning any reason.

Directorate of Information Technology, Maharashtra State, Mumbai

MH LAN RC RFP

INSTRUCTIONS TO BIDDERS (ITB)


1. INTRODUCTION
In pursuance to the guidelines issued by GoI under NeGP project, Government of Maharashtra
has set up the Maharashtra State Wide Area Network in the state wherein all Talukas, District
Headquarters are connected to State Headquarter i.e Mantralaya, Mumbai.
The various departments and administrative units under the Government of Maharashtra intend
to set up Local Area Networks at taluka and district government offices in the state. These LAN
shall be connected to the MSWAN vertical network. DIT proposes to finalize the rates for the
procurement of LAN components, setting up of LAN with its installation and connecting such
LANs to the MSWAN. The LAN can be connected to MSWAN by any of the following types of
connectivity:
Type I- CAT 6 connectivity
Type II- Fiber connectivity
Type III- Leased Line connectivity
Type IV- Wireless connectivity
2. PURCHASER
Sealed and super-scribed bids from eligible bidders for supply, installation, commissioning,
certification and maintenance of Local Area Network (LAN), in various departments of the state
of Maharashtra have been called by the Directorate of Information technology, Government of
Maharashtra. The contact details for the above are as follows:
The Director & Member Secretary SETU Maharashtra,
Directorate of Information Technology,
7thth Floor, Near Rajmudra Kaksha,
Mantralaya,
Mumbai - 400 032
Ph No: +91 022 22024177
3.

SOURCE OF FUNDS

The purchase order for the equipment will be placed by the department / office of the state
government, where the network has to be commissioned. The respective offices will be
responsible for making the payments for the same.
4. ELIGIBLE BIDDERS
S.
No.
4.1

Qualification Criteria

Documentary evidence

Should be a Government Organisation / PSU / Copy(ies)


PSE / partnership firm or a limited company.
registration
Should have existence in India for 5 years as on
01/01/2010 (In case of mergers/ acquisitions/
restructuring or name change, the date of

Directorate of Information Technology, Maharashtra State, Mumbai

of

Certificate

of

MH LAN RC RFP

4.2

4.3

4.4

4.5

4.6

4.7

4.8

4.9

establishment of earlier / original Partnership


Firm / Limited Company shall be taken into
account).
This invitation for Bids is open to reputed system
integrators of networking original equipment
manufacturing companies (or their dealers) who
are authorized to supply the equipment and
provide warranty on behalf of respective original
equipment manufacturers.

The bidder should submit the MAF


(Manufacturer authorization Form)
certified by the OEM for both active
and passive components. The Bidder
should provide the proof of
Backlining the Warranty Support
with the OEM.
The Bidder should have tie-up with the OEM The bidder is required to submit
whose products have been proposed for this documentary evidence.
project for at least 1 year
The Bidder should have been in the business of A certificate from a Chartered
Networking supply, installation, commissioning, Accountant must be enclosed
certification and maintenance successively for the certifying the turnover from the
last five years. The total annual turnover of bidder networking business in each of the
for the two years (i.e. 08-09 and 09-10) should be last two years.
exceeding Rs. 50 Crores for network installation,
supply and commissioning.
The bidder should have executed a minimum of 7 The bidder is required to submit
projects in India in the last three years involving documentary evidence (Purchase
the supply, installation, commissioning and Order and Completion Certificate).
certification of LAN active and passive
components at the client site having at least 100
connects.
The bidder should provide the proof of bidders The Certificates in this regard should
accreditation to Quality management Systems be provided
(ISO 9001:2000) and should have internationally
accepted Project Management capabilities
CMMi level 4certification
The bidder should have 24 X7 Telephonic The bidder is required to submit
support for soft calls resolution which are skill documentary evidence.
based
The bidder should have remote service delivery The bidder should provide the details
infrastructure with atleast service centres in each of the service centre across the State
division of the State to ensure immediate
response and faster resolution.
The bidder or the OEM should not be black The bidder should provide an
listed/ banned/ suspended by the Central/ State affidavit duly notarized (on stamp
Government, Government Corporations or paper) verifying that neither he nor
Government Undertakings.
the OEM have been black listed/
banned/ suspended

Directorate of Information Technology, Maharashtra State, Mumbai

MH LAN RC RFP
5. JOINT VENTURES
A joint venture of maximum two firms is allowed, subject to the following conditions.
Lead partner should meet the eligibility criteria as per Para 4.1, 4.2, 4.3, 4.4, 4.6 and 4.9
above conditions. Eligibility of the individual partners will not be taken into
consideration for these conditions. Conditions as per Para 4.5, 4.7 and 4.8 above can
however be met by adding the capabilities of the individual partners.
The bid shall be so as to be legally binding on all partners.
One of the partners shall be nominated as being in charge, and submitting a power of
attorney signed by legally authorized signatories of all partners as evidence of this
authorization.
The partner in charge shall be authorized to incur liabilities and receive instructions for
and on behalf of any or all partners of the joint venture during the entire execution of the
contract.
All partners of the joint venture shall be liable jointly and severally for the execution of
the contract in accordance with the rate contract.
6. TENDER DOCUMENT:
The tender document would be available on the Government of Maharashtras electronic
tendering system at http://maharashtra.etenders.in & may be downloaded from the website.
7. SUBMISSION OF TENDER OFFERS
Sealed Tender offers shall be received by the Director, Directorate of Information Technology
through the eTendering system before the time and date specified in the schedule of the tender
notice. In the event of the specified date for the submission of tender offers being declared a
holiday, the offers will be received up to the appointed time on the next working day.
The Director, Directorate of Information Technology may, at its discretion, extend this deadline
for submission of offers by issuing corrigendum and uploading the same on eTendering system
Telex, cable or facsimile offers will be rejected.
8. METHOD OF SUBMISSION OF TENDER FORM
The two bids system shall be followed. Technical and Commercial Offers shall be uploaded
separately through the eTendering system
9. LATE TENDER OFFERS
Late submission will not be entertained and will not be permitted by the eTendering system.
10. COST OF BIDDING
The Bidder shall bear all the costs associated with the preparation and submission of its bid, and
the purchaser will in no case be responsible or liable for these costs, regardless of conduct or
outcome of bidding process.
11. TECHNICAL SPECIFICATIONS
The technical specifications of the equipments specified in the Annexures are the minimum
requirements of the Purchaser. The Tenderer is at liberty to indicate higher specifications than
the minimum levels. The Purchaser reserves the right to place orders at the higher specifications
offered by the Tenderer. Similarly the warranty period is the minimum required. The Tenderer is
Directorate of Information Technology, Maharashtra State, Mumbai

MH LAN RC RFP
at liberty to offer a higher warranty period and the Purchaser / Indenter reserves the right to avail
of the longer warranty period offered.
12. PRE BID CONFERENCE
A Pre-Bid conference of all the interested bidders will be held at the scheduled date and time.
The bidders will have to submit their queries at least two days prior to the pre-bid meeting. In
pre-bid meeting problems of general nature will be entertained. Any change decided in the prebid shall be uploaded on the eTendering system as corrigendum. This will form a part of this bid
document.
13. CONTENTS OF BIDDING DOCUMENTS
The specifications of the goods required, bidding procedure and the contract terms are prescribed
in the bidding documents. In addition to the Notice Inviting Tender (NIT), the bidding document
includes:

Instructions to Bidders (ITB): This lays down the procedure till the award of the
contract.
Conditions of Contract (CC): This lays down the conditions that will govern the
contract after awarded.

Annexure
Annexure 1: Technical specifications
Annexure 2: Format for Evaluation of Bids
Annexure 3: Bid form
Annexure 4: BG Format for EMD
Annexure 5: Manufacturers Authorization Form for Passive Components
Annexure 6: Manufacturers Authorization form for Active components
Annexure 7: Notarized Affidavit
Annexure 8: Bank Guarantee Format for Performance Guarantee.
Annexure 9: Format of Rate Contract

Bidder Details Form

Technical Details Form

Forms for Commercial Bid


Price Bid Form 1:
For Passive Components
Price Bid Form 2:
For Active Components

14. AMENDMENT OF BIDDING DOCUMENTS


14.1.
At any time prior to the deadline for submission of bids, the purchaser may, for
any reason, whether on its own initiative or in response to the request for clarification by
a prospective bidder, modify the bidding documents.

Directorate of Information Technology, Maharashtra State, Mumbai

MH LAN RC RFP
14.2.
All prospective bidders who have attended the pre-bid conference /purchased the
bidding documents will be notified of the amendment in writing.
14.3.
In order to allow prospective bidders reasonable time to take into the
consideration the amendments while preparing their bids, the purchaser at its discretion
may extend the deadline for the submission of bids.
14.4.
The purchase committee reserves the right to make any kind of amendments in
the operational terms of the tender that they feel is required even after opening of
technical bid of the tender.
15. COMPLETENESS OF TENDER OFFER
The Bidder is expected to examine all instructions, forms, terms and specifications in the bidding
documents. Failure to furnish all information required by the bidding documents or submission
of a bid not substantially responsive to the biding documents in every respect will be at the
Bidders risk and may result in rejection of its bid.
16. LANGUAGE OF BID
The bid, as well as all correspondence and documents relating to the bid exchanged by the bidder
and the purchaser, shall be in English language only. Supporting documents and printed
literature furnished by the bidder may be in another language provided they are accompanied by
an appropriate translation in English language and in such a case, for purpose of interpretation of
the bid, the translation shall govern.
17. EARNEST MONEY DEPOSIT
17.1.
Earnest money deposit in the form of Bank Guarantee of Rs 1,00,000 needs to be
submitted along with the bid. This bank Guarantee must be submitted in the format
specified in BG Format for EMD (BGF- EMD-Form 2). The Bank Guarantee must be of
a Scheduled Bank / Nationalized Bank. Offers made without Earnest Money Deposit
will be rejected.
17.2.
EMD will be returned to the successful bidders only after he submits a bank
guarantee for Performance Guarantee at the time of signing the contract. Unsuccessful
Tenderer's bid security will be discharged / returned within 30 days after the expiration
of the period of tender offer validity prescribed by the purchaser.
17.3.

The bid security may be forfeited:


a)
b)

If a Tenderer withdraws its tender during the period of bid validity or


In case of a successful Tenderer, if the Tenderer fails:
1) to sign the contract in accordance with the terms and conditions
2) to furnish performance security as specified in the terms and conditions

18. MAKE OF PRODUCTS


Vendor should offer only one make of product for any item. Multiple options for any items will
result in rejection of the bid. A vendor may however submit multiple bids offering different
make of products.

Directorate of Information Technology, Maharashtra State, Mumbai

MH LAN RC RFP
19. TECHNICAL DOCUMENTATION
a. All products quoted should be associated with specific model numbers and names and
printed literature describing the configuration and functionality.
b. The following information should be furnished along with the Technical Offer by
means of printed technical brochures and filling required information in Technical
Details Form:
1. Make and model numbers of all the items quoted for
2. Printed product brochures of all items quoted with full technical
specifications.
3. Conformity of the products & services quoted to the specifications
indicated in this tender document. Any departures from the printed
specifications should be clearly indicated in the offer document
Software(s) that will be supplied free and the ones that will be charged for should be clearly
indicated. Restriction on software usage, if any, should also be mentioned. Wherever any
software is offered, its version number must be indicated very clearly. It shall also be indicated
whether the software requires any particular version of the Operating System for compatibility.
20. TWO BID TENDER
The two bids system shall be followed. Technical and Commercial Offers shall be uploaded
separately through the eTendering system
21. TECHNICAL OFFER
The Technical Offer (T.O.) shall be complete in all respect and contain all information and
documents asked for, except prices. It must not contain any price information. The list of
documents to be uploaded as part of Technical offer is as follows:
a. Letter for acceptance of all Terms and Conditions of the tender document &
undertaking that the financial bid covers all the items of the tender document in the
format provided as Bid form (Form 3)
b. Power of Attorney in favor of the person signing the bids.
c. Tender Fee of Rs. 5000/d. Earnest Money Deposit (BG)
e. Documents establishing Eligibility of Bidder as per Para 4 above.
Copy of the Certificate of Registration under Company Act or the copy of
partnership deed/memorandum of articles of associations/ joint venture
agreement.
Certificate from Chartered Accountant certifying the turnover from Network
business for the year 2008-09 and 2009-2010
Manufactures Authorization Form for Passive Components in Form 4
Manufactures Authorization Form for Active Components in Form 5
Letter of the OEM on its Letter head indicating the duration of the tie-up with
the bidder & extending warranty support to the bidder for the items proposed by
the bidder.
Capability Statement in Form 6 along with the supporting documents in the
form of Purchase order/ Completion certificate

Directorate of Information Technology, Maharashtra State, Mumbai

MH LAN RC RFP

Copy of the Certificates of accreditations for ISO 9001:2000 and CMMi-level 5


Details of the Service centres across Maharashtra & 24X 7 telephonic support
for problem resolution
An affidavit duly notarized (on stamp paper) verifying that neither OEM nor
Dealers have been black listed in the format given in Form 7

f. Technical Details Form as per Para 19 above.


g. Sales Tax Clearance Certificate from the competent authority showing the Sales Tax
paid up to December, 2009
22. COMMERCIAL OFFER
i.

Bidder shall submit their prices only in the eTendering system. Price quoted elsewhere
shall be liable to rejection.

ii.

Rate quoted shall be inclusive of the Supply, Installation, Commissioning,


Comprehensive Warranty for five years, Labor, Testing, Crimping and Certification
charges

iii.

Rate quoted shall be inclusive of the all duties, taxes, freight, and insurance excluding
Octroi, VAT & Sales tax. The Indenter will provide necessary Octroi Exemption
certificates, as required.

iv.

It is mandatory for bidder to provide quotes for all items including active components &
passive components. If the bidder fails to provide quotes for any item, in such a case it
shall be treated as he providing the same at zero cost.

23. BID CURRENCY


Prices shall be quoted in Indian Rupees only. The prices will remain fixed for the period of the
contract and no changes for any reason what so ever will be allowed.
24. PERIOD OF VALIDITY
24.1.
Bids shall be valid for a period of 90 days from the date of opening of the bid.
The purchaser shall reject a Bid valid for a shorter period as non-responsive.
24.2.
In exceptional circumstances, the purchaser may solicit the Bidders consent to an
extension of the period of validity. The request and the responses thereto shall be made
in writing.
25. DEADLINE FOR SUBMISSION OF BIDS
25.1.
Sealed Tender offers shall be received by the Director, Directorate of Information
Technology through the eTendering system before the time and date specified in the
schedule of the tender notice. In the event of the specified date for the submission of
tender offers being declared a holiday, the offers will be received up to the appointed
time on the next working day.
25.2.
The purchaser may, at its discretion, extend the deadline for submission of bids, in
which case all rights and obligations of the purchaser and Bidders previously subject
to the deadline will thereafter be subject to the deadline as extended.

Directorate of Information Technology, Maharashtra State, Mumbai

10

MH LAN RC RFP
26. LATE BIDS
Late submission will not be entertained and will not be permitted by the eTendering system.
27. MODIFICATIONS AND WITHDRAWAL OF OFFERS
The Bidder may modify its bid by way of submitting supplement with a request to specific
amendment in the original bid submitted, provided a written request for the same is received by
the Purchaser before closing of the submission of bid. However, withdrawal of original offer will
not be allowed. No offer can be modified by the Bidder, subsequent to the closing date and time
for submission of offers. If date of submission is extended due to some reasons, modification in
offer is possible till extended period provided bid has not been opened.
28. ERASURES OR ALTERATIONS AND SIGNING OF TENDER OFFERS
The original Tender Offer shall be signed by the Bidder or a person or persons duly authorized
using his / her digital certificate through the eTendering system. Such authorization shall be
indicated by power-of-attorney accompanying the tender offer. The person or persons signing the
Tender Offer shall initial all pages of the Tender Offer, except for unamended printed literature.
The Tender Offer shall contain no interlineations, erasures or overwriting except as necessary to
correct errors made by the Bidder, in that case such corrections shall be initialed by the person or
persons signing the offer.
29. OPENING OF TECHNICAL BIDS
29.1.
The technical bids will be opened before the committee on the eTendering system
and the same will be evaluated as per the qualification criteria and relevant documents in
support of them. Commercial bids of only technically bidders will be opened before the
committee on the eTendering system. Decision of the committee will be final.
29.2.
No Bid shall be rejected at the opening, except for late bids, which shall be
returned unopened. Withdrawn bids will be returned unopened to the Bidders.
29.3.
The Bidders names, the presence or the absence of requisite bid EMD and such
other details, as the purchaser at its discretion, may consider appropriate, will be
announced at the time of opening. Bids that are not opened and read out at bid opening
shall not be considered for further evaluation, irrespective of the circumstances.
29.4.
The Bidders representative who is present shall sign an attendance register
evidencing their attendance.
30. CLARIFICATION OF TECHNICAL BIDS
During evaluation of bids, purchaser may, at its discretion, ask the Bidder for a clarification of its
bid. The request for a clarification and the response shall be in writing and no change in prices or
substance of the bid shall be sought, offered or permitted. However no post bid clarification at
the initiative of the bidder; shall be entertained.
31. EVALUATION OF TECHNICAL BIDS

Directorate of Information Technology, Maharashtra State, Mumbai

11

MH LAN RC RFP
31.1.
The purchaser will examine the technical bids to determine whether they are
complete, whether EMD have been furnished, whether required technical documentation
have been furnished, whether the documents have been properly signed, and whether the
bids are generally in order. Bids from dealers, without proper authorization from the
manufacturer as per Forms attached shall be treated as non-responsive.
31.2.
The purchaser may waive any minor formality or non-conformity in a bid, which
does not constitute a material deviation and have any financial implication on the
commercials quoted. If a Bid is not substantially responsive, it will be rejected by the
purchaser and may not subsequently be made responsive by the Bidder by correction of
the non-conformity.
32. OPENING OF COMMERCIAL BIDS
32.1.
After the evaluation of the technical bid by the purchaser, bidders will be shortlisted. Commercial Bid of the technically qualified and short listed bidders only will be
opened.
32.2.
The purchaser will open all short listed commercial bids, in the presence of bidder
or his representative who choose to attend the bid opening as per date and time to be
notified separately.
32.3.
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 supplier does not accept the correction of errors, its bid will be rejected. If there is
a discrepancy between words and figures, the amount in words will prevail.
33. AWARD CRITERIA
For the purpose of commercial evaluation of technically qualified bidders a hypothetical site
(Annexure 2) have been designed. The care has been taken to include all possible active and
passive components, which will be required for these hypothetical sites to become fully
functional.
The details of evaluation on the basis of hypothetical sites are as below:
Kindly refer to the Annexure 2 for bill of material. On the basis of the price quoted by the
tenderer in the Bid Form 1 & 2, the prices of the active and passive components will be
considered to work out total price for the quantities indicated in the Annexure 2. The total cost of
this hypothetical project will be calculated for comparison of the price bids. It may please be
noted that in case of the active components certain weights are determined and the same are
indicated under the column Quantity. The quantity indicated under the column Quantity
(including weights) will be considered to determine individual cost of all components in order to
arrive at Total Cost of the Project.
The purchaser will award the contract to the L1 bidder. The L1 bidder is the one with the lowest
Total Cost of the Project.

Directorate of Information Technology, Maharashtra State, Mumbai

12

MH LAN RC RFP
The other bidders whose Total Cost of the Project is within the band of 5% of the L1 bidder
may be given an opportunity to match the prices for each of the active and passive component
with that of the lowest bidder. However this will not be binding on the Purchaser.
Further, the Purchaser also reserves the right to invite the L2 & L3 bidders to match the rates of
L1 bidder.
Note: The equipments will be procured as needed by the DIT/ Intender and the DIT/
intender is not bound to purchase any components from the bidder.
34. PURCHASERS RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS
The Purchaser reserve the right to accept or reject any bid, to annul the bidding process and
reject all bids at any time prior to award of Contracts, without thereby incurring any liability to
the affected Bidder or bidders, or any obligation to inform the affected Bidder or bidders of the
grounds for the Purchaser action.
35. NO COMMITMENT TO ACCEPT LOWEST OR ANY TENDER
The Purchaser shall be under no obligation to accept the lowest or any other offer received in
response to this tender notice.
36. NOTIFICATION OF AWARDS
36.1.
Prior to the expiration of the period of the bid validity, the purchaser will notify
the successful bidder in writing that his bid has been accepted unconditionally.
36.2.

The notification of award will constitute the formation of the Contract at his cost.

37. SIGNING OF CONTRACT


37.1.
At the same time as the purchaser notifies the successful Bidder that its bid has
been accepted, the purchaser will send the bidder the Rate Contract document provided
with the bidding documents incorporating the agreements between two parties.
37.2.
Within 7 days of receipt of the Contract document, the successful bidder shall
sign and date the contract and return it to the Purchaser along with the performance
guarantee. The same will remain with DIT for period of the contract.
37.3.
On the basis of the rate contract the respective department having a requirement
will place orders on the successful Bidder. The Bidder shall within 15 days from this
order, visit and survey the site and submit a detailed design to the Indenter within a
period of 30 days from the initial order. In case the Bidder fails to carry out this
obligation to visit the site and to submit the design, and subsequently fail to execute the
work within the time as indicated in the Conditions of Contract, the performance
guarantee will be forfeited by the Purchaser.
38. CONTACTING THE PURCHASER
38.1.
No Bidder shall contact the purchaser on any matter relating to its bid, from the
time of the bid opening to the time of contract is awarded. If he wishes to bring
additional information to the notice of the purchaser, it should do so in writing. The

Directorate of Information Technology, Maharashtra State, Mumbai

13

MH LAN RC RFP
purchaser reserves its right as to whether such additional information should be
considered or otherwise
38.2.
Any effort by a Bidder to influence the purchaser in its decision on bid evaluation,
bid comparison or contract award will result in disqualification of the Bidders bid and
also forfeiture of his bid security amount.
39. CORRUPT OR FRAUDULENT PRACTICES.
39.1.
The purchaser requires that the bidders/suppliers/ contractors under this tender
observe the highest standards of ethics during the procurement and execution of such
contracts. In pursuance of this policy, the purchaser defines for the purposes of this
provision, the terms set forth as follows:
a)

b)

Corrupt practice means the offering, giving, receiving or soliciting of any


thing of value to influence the action of the public official in the
procurement process or in contract execution; and
Fraudulent practice means a misrepresentation of facts in order to
influence a procurement process or a execution of a contract to the detriment
of the purchaser, and includes collusive practice among bidders (prior to or
after bid submission) designed to establish bid prices at artificial noncompetitive levels and to deprive the purchaser of the benefits of the free
and open competition;

39.2.
The purchaser will reject a proposal for award if it determines that the bidder
recommended for award has engaged in corrupt or fraudulent practices in competing for
the contract in question;
39.3.
The purchaser will declare a firm ineligible, either indefinitely or for a stated
period of time, to be awarded a contract if it at any time determines that the firm has
engaged in corrupt and fraudulent practices in competing for, or in executing, a contract.
40. INTERPRETATION OF THE CLAUSES IN THE TENDER DOCUMENT
In case of any ambiguity in the interpretation of any of the clauses in Tender Document or the
Contract Document, interpretation of the clauses by purchaser shall be final and binding on all
parties.
41. DISPUTES
In case of any dispute the judicial jurisdiction will be Mumbai only.

Directorate of Information Technology, Maharashtra State, Mumbai

14

MH LAN RC RFP

CONDITIONS OF CONTRACT
1. DEFINITIONS
In this document, the following terms shall be interpreted as indicated:
a)
The Rate Contract means the agreement entered into between the Purchaser and
the Supplier, as recorded in the Contract Form signed by the parties, including all
the attachments and appendices thereto and all documents incorporated by reference
therein.
b) The Contract Price means the price payable to the supplier under the contract for
the full and proper performance of its contractual obligations.
c)
The Goods means all the hardware / networking equipment, machinery and/or
other materials which the supplier is required to supply to the purchaser under the
contract.
d) Services means services ancillary to the supply of the Goods, such as
transportation and insurance and any other incidental services, such as installation,
commissioning, technical assistance, training and other obligations of the Supplier
covered under the Contract.
e)
The Indenter means the organization purchasing the Goods.
f)
The Purchaser means The Director & Member Secretary SETU Maharashtra of
Information Technology, Government of Maharashtra.
g) The Supplier means the individual or firm supplying the Goods and Services
under this Contract.
h) Day means a working day.
i)
ITB means Instructions to Bidders.
2. VALIDITY OF RATE CONTRACT
The contract will be valid for a period of One year from the date of signing of the contract.
3. LOCATIONS FOR SUPPLY OF GOODS AND SERVICE
The Goods and Services under this contract shall be supplied and commissioned in any or all the
offices under the Government of Maharashtra. The Supplier shall adhere to all the technical as
well as commercial terms irrespective of the location of the site.
4. SOURCES OF FUNDS
The Purchase Order for the equipment will be placed by the respective offices under the State
Government (The Indenter) where the Goods are to be supplied and installed or Services
provided. The Indenter will be responsible for making the payments for the Goods supplied or
Services rendered.
5. QUALITY OF GOODS AND SERVICES
5.1.

The goods supplied under the contract shall be of the make and specifications as
indicated in the Annexure 1. The Goods will conform to the standards mentioned
in the technical specifications of the related products and submitted along with the
Bid.

Directorate of Information Technology, Maharashtra State, Mumbai

15

MH LAN RC RFP
5.2.

In case one or some Goods are discontinued, Goods shall replace the same with
equivalent or higher specification at the same price as in the rate contract. The
decision of the Purchaser whether the Goods are equivalent or of higher
specifications shall be final and binding on the Supplier.

5.3.

The Goods must conform to the highest quality and standard. The Supplier as well
as the Manufacturer shall guarantee that the Goods delivered to the Indenter are
brand new. In case of software, the Supplier should guarantee that the software
supplied to the Indenter is licensed and legally obtained. All Goods must be
supplied with their original and complete printed documentation.

5.4.

Consistency must be maintained for the entire lot of the Goods ordered. All the
required quantity of an item in schedule of requirement must be of the same brand
and same model number. Part numbers also must be same for all pieces of an
item. The Supplier should not substitute any internal components or subsystems
of the Goods by similar items from a different Manufacturer.

5.5.

The supplier shall be responsible for liaisoning with MSWAN operator,


bandwidth provider for the required WAN connectivity.

6. PARAMETERS OF SITE DESIGN AND QUALITY OF WORK:


The Supplier will be responsible to design and layout of the proposed LAN:
Supplier should take into consideration the MSWAN architecture and the
specification of installed equipments.
All the offices within 500 meters of the central control room/server need to be
considered in the design. The Supplier will also indicate the distances of other
offices beyond the distance of 500 meters and suggest suitable means of
connecting these offices through Leased Lines or other methods.
The security gate / Entry gate of the campus shall also be considered while
designing the site.
Future expansion of around 20% shall be provided for in the design.
The Network Administration location needs to be suggested in each of the
premises. This usually will be the control/server room.
Copper (UTP) cable should be considered for all premise / indoor requirements
and fiber cable for external use. However in case of offices with more than
hundred connects in a wide spread or multi floored office, fiber may be
considered for backbone connectivity (connectivity between the floors).
For all the locations, which require connectivity between buildings, usually
outdoor/armored fiber cable should be used. For all locations within a
building/premise, only indoor fiber should be used. In case of a possibility of
rodents cutting fiber cable, armored rodent resistant cable should be used even for
internal purpose.

Copper cables should be routed through casing capping, or conduits. Wherever


cable paths are provided in the furniture, they should be used.

Outdoor Fiber cable should be routed as follows:

Directorate of Information Technology, Maharashtra State, Mumbai

16

MH LAN RC RFP

 Under hard/soft soil the fiber should be passed through ISI marked PVC
pipe.
 For fiber being laid under less traffic road (road within campus) should be
passed through ISI mark GI pipes.
 For fiber being laid under heavy traffic road, (public roads) should be
passed through ISI mark GI pipe, which in turn should be passed through
Hume pipe.
 Inspection chambers of 4x3x2 (l x b x h) be provided as required.
 At every entry of fiber cable into a building a ramp of 1x3 should be
constructed.
Indoor fiber should be passed through PVC conduit

All passive components should be of the same make as specified in the tender
document.

The vendor shall label all cables, cords, and distribution frames and information
outlets.

Level 2 testers like micro test scanner, fluke meter etc should be used and two
ways testing for each link of copper and fiber should be done.

For purpose of measurement of final cable length of copper cable, the testing
results from the electronic cable tester will be final. However fiber length will be
measured physically.

The cabling system proposed should meet the specifications as prescribed in


ANSI/EIA/TIA 568-C.2, ISO and EN standards.

The cabling solution should be flexible and capable of including new facilities or
technologies, as they become required or available.

Unmanaged switches should be used only where the number of connects is


restricted to less than 12 connect and future expansion is also not possible.
Managed switches should be used at all locations where the current number of
connects is more than 12 connects. Also at offices where external fiber is required
to be used, only managed switches are suggested irrespective of the number of
connects.

Fiber optic transceivers should not be used along with switches for connectivity
between buildings.

Racks used in the network for terminating the passive (cable and Jack panel) and
active components (switches) shall be of the following.

Standard for Size: IS 9606 1980

Standard for specifications of Electroplated Coatings of Zinc


on Iron and Steel Powder Coatings: IS 1573

Standard for Steel sheet (Hot Rolled low, medium and high
tensile structural steel): IS 2062

Standard for Ready Mixed Paint: IS 2074

Directorate of Information Technology, Maharashtra State, Mumbai

17

MH LAN RC RFP

Specification for Air Drying, Red Oxide Zinc Chrome,


Priming: DIN : 41494, IEC 60297

Vertical and horizontal cable trays shall be used to assure neat and well-dressed
rack.

Proper earthing of the racks shall be done

Dust covers need to be provided for unutilized ports of the faceplate.

7. APPROVAL OF DESIGN
The purchaser and or Indenter reserves the right to approve the design with any modifications
that it may deem necessary. The Supplier shall assist the Indenter and or Purchaser in carrying
out such modifications in the design till it is finally approved.
8. DELIVERY SCHEDULE:
The following delivery schedule shall be strictly adhered to:
Submission and Approval of Design & Bill of material:
Within 15 days from the date of receiving the enquiry.
Delivery, Installation and commissioning of the network
Delivery of material may be done in two parts. Passive components and
the necessary equipment for its installation must be delivered within 34weeks. The active components for the same can be delivered within 4-6
weeks from the date of placing of the Purchase order. The Installation and
Commissioning of the network must be completed within 8 weeks.
Establishing Connectivity with MSWAN
The Supplier should co-ordinate with the MSWAN bandwidth service
provider and the MSWAN operator and should ensure that the
connectivity to MSWAN is established within 8 weeks. In the event of
delay in provisioning of MSWAN connectivity on part of the MSWAN
bandwidth service provider and the MSWAN operator, the same should be
informed to the Indenter or Purchaser.
9. PACKING
The supplier will be required to make separate packages for each Indenter. Each package will be
marked on three sides with proper paint/indelible ink, the following:
1. Project
2. Purchase order number
3. Suppliers Name and
4. Packing list
10. DOCUMENTATION ON DELIVERY OF GOODS
Delivery of the Goods shall be made by the Supplier at the address mentioned in the purchase
order of the Indenter. The documents to be furnished by the Supplier along with the products will
be as follows:
1. Four copies of the supplier invoice showing goods description, quantity, unit price,
and total amount;
Directorate of Information Technology, Maharashtra State, Mumbai

18

MH LAN RC RFP
2. Product literature, manuals, brochures etc
Goods will not be accepted without the above documents.
11. INSTALLATIONS AND COMMISSIONING:
Installation of all ordered equipment including active components and configuring of all network
equipment shall be the responsibility of the Supplier.
12. TECHNICAL DOCUMENTATION AFTER INSTALLATION
The Supplier shall submit the following documentation after installation of the equipment
 Site diagram showing exact location of connects, placement of racks and active
components.
 Bill of Material used for the site.
 Number of data connects which are active and those, which are not.
 IP addressing scheme (The MSWAN IP scheme to be considered in case WAN
connectivity is applicable)
 Warranty certificate indicating 5 years warranty from the Principal supplier for
Active Components.
 15 years warranty certificate for the Passive Components from the principle
company.
 Contact details of the contractors nearest office to the site.
13. TRAINING
The Supplier shall provide user training for duration of one day to at least 2 representatives of
the Indenter. The Indenter shall have the option to increase the number of persons to be trained
as long as the total duration does not exceed the above period of one day, or is mutually agreed
between the Supplier and the Indenter. The training should cover the following:
 Basics of Local Area Networking
 Structured Cabling Overview
 Overview of Networking Components
 Overview of IP addressing and machine Naming Convention
 Simple LAN troubleshooting
14. INSPECTIONS AND TESTS
14.1.

The Purchaser, or the Indenter, or both shall have the right to inspect and/or to test
the Goods to confirm their conformity to the Contract specifications at no extra
cost to the purchaser.

14.2.

The inspections and tests may be conducted on the premises of the supplier or its
subcontractor(s), at point of delivery and/or at the final destination. If conducted
on the premises of the supplier or its subcontractor(s), all reasonable facilities and
assistance, including access to drawings and production data shall be furnished to
the inspectors at no charge to the Purchaser.

14.3.

Should any inspected or tested goods fail to conform to the specifications, the
Indenter or the Purchaser may reject the goods and the Supplier shall either

Directorate of Information Technology, Maharashtra State, Mumbai

19

MH LAN RC RFP
replace the rejected goods or make alterations necessary to meet specification
requirements free of cost to the Indenter / Purchaser.
14.4.

The Indenters / Purchasers right to inspect test and, where necessary, reject the
Goods after the goods arrival at the project site shall in no way be limited or
waived by reason of the Goods having previously been inspected, tested and
passed by the Indenter / Purchaser or its representative prior to the shipment.

15. ACCEPTANCE TESTS


The Supplier in the presence of Indenter and/or its nominated agency will conduct acceptance
test at the site. The tests will involve installation and commissioning and trouble free operation
of the network along with the integration of hardware like computers, network printers, servers
etc. This shall be apart from physical verification and testing. No additional charges shall be
payable by the Indenter for such integration and carrying out these acceptance tests.
16. COMPLETENESS OF CONTRACT
The contract will be deemed as incomplete if any component of the network devices or any
documentation / media relating thereto is not delivered, or is delivered but not installed and /or
not operational, or not integrated or not acceptable to the Indenter after acceptance testing /
examination.
In such an event, the supply and installation will be termed as incomplete and it will not be
accepted and the warranty period will not commence. The goods will be accepted after complete
commission and satisfactory functioning of equipment for a minimum period of 10 days. The
Warranty period will commence only on acceptance (based on acceptance test) of equipment by
the Indenter.
17. DELAYS IN THE SUPPLIERS PERFORMANCE
Delivery of the goods and performance of the services shall be made by the Supplier in
accordance with the time schedule specified in Para 8 of the Conditions of Contract.
If any time during performance of the contract, the Supplier should encounter conditions
impeding timely delivery of the goods and performance of services, the Supplier shall promptly
notify the Indenter and the Purchaser in writing of the fact of the delay, its likely duration and its
cause(s). As soon as practicable after receipt of the Suppliers notice, the Indenter in consultation
with the Purchaser shall evaluate the situation and may, at its discretion, extend the Suppliers
time for performance with or without a penalty as per Para 31. The decision of the purchaser in
this matter shall be final.
18. SECURITY DEPOSIT
1

A security deposit of Rs. 25,00,000/- (Twenty Five lakhs only) from nationalize
bank and valid for period of 1 year shall be provided by the Supplier to the
Purchaser.
The proceeds of the Security deposit shall be payable to the Indenter as
compensation for any loss / penalties / liquidated damages resulting from the
Suppliers failure to complete its obligations under the contract.
The Security Deposit will be discharged by the purchaser and returned to the
Supplier within 60 days following the date of expiry of the Contract.

Directorate of Information Technology, Maharashtra State, Mumbai

20

MH LAN RC RFP
19. PERFORMANCE GAURANTEE
1
2

A performance bank guarantee of 10 % of the order value from nationalize bank


and valid for period of 5 years shall be provided by the Supplier to the Indenter.
The proceeds of the performance guarantees shall be payable to the Indenter as
compensation for any loss / penalties resulting from the Suppliers failure to
complete its obligations under the contract.
The performance guarantee will be discharged by the purchaser and returned to
the Supplier within 60 days following the date of completion of the Suppliers
performance obligations, including any warranty obligations under the Contract.

20. PAYMENT TERMS


20.1.

Bills will be submitted by the Purchaser to the Indenter. A copy of the payments
claimed shall also be submitted to the Purchaser. The bills will be submitted after
the final completion of installation, acceptance testing, provision of site
certification from the Principal Manufacturer as per Para 14 & 15 above,
submission of complete documentation, provision of training to the requisite
number of people.

20.2.

The indenter will pay 75% of the value of the bill within 45 days of receipt of the
bill and the detailed Bill of Materials of items supplied.

20.3.

Balance 25 % of the value of the bill will be paid after Inspection of the site by
the Purchaser or any independent agency.

20.4.

If during such independent inspection by the Purchaser it is found that the site
certification given by the Supplier and certified by the Principal Manufacturer as
per Para 14 and 15 above is not correct, an amount equal to 5 times the value of
the contract for which such certification has not been found to be proper shall be
recovered as penalty. Such amounts may be recovered from all the bills for which
payments have not been made or from the Performance Bank Guarantee or
Security deposit placed with the Purchaser.

21. PRODUCT WARRANTY


The Supplier shall provide comprehensive on site warranty for the Active and Passive
Components for a period of five years from the date of installation and commissioning of
equipment.
The Supplier shall be fully responsible for the Manufacturers warranty for all equipment,
accessories, spare parts etc. against any defects arising from design, material, manufacturing,
workmanship, or any act or omission of the manufacturer / Supplier or any defect that may
develop under normal use of supplied equipment during the warranty period.
In case the Supplier is unable to fulfill his obligations during the warranty period, the warranty
obligations will fully and automatically devolve upon the Manufacturer of the goods.
The Supplier shall be fully responsible for getting the product replaced from the principle
company or coordinating the same with the principle company during the warranty period.
22. SERVICE LEVEL FOR POST IMPLEMENTATION SUPPORT

Directorate of Information Technology, Maharashtra State, Mumbai

21

MH LAN RC RFP
The supplier should provide post implementation support for five years. The Supplier shall
provide a website or any suitable means for electronic logging of complaints by the Indenter or
Purchaser. The system should be able to acknowledge a receipt as a proof of having lodged a
complaint by the Indenter or the Purchaser. Alternatively the Supplier shall provide a telephone
number at which complaints can be lodged.
The Supplier should ensure uptime of 95%. The supplier would be first point of contact for the
Indenter or Purchaser & he in turn would be responsible to co-ordinate with the Maharashtra
State Wide Area Network (MSWAN) Operator and MSWAN bandwidth service provider to
resolve downtime issues. The network monitoring tool being provided as part of this tender
should be able to provide reports on the uptime. The penalties would be levied on the supplier in
the event of downtime attributable to the Supplier exceeds 5%. The Supplier should submit the
downtime reports generated using the NMS tool indicated in the tender document for every
quarter clearly indicating the reasons for the downtime and attributing the downtimes to the
MSWAN operator, MSWAN bandwidth service provider and the Supplier.
The supplier shall provide maintenance service on demand. In this regard the supplier shall post
one dedicated service staff in each of the district where LAN components have been supplied.
The proposed service staff should have a minimum experience of two years in Installation,
Commissioning & Maintenance of LAN/WAN and related equipments supplied under the rate
contract. This service staff will be located at the District NOC created for the State Wide Area
Network.
The following service levels will be adhered to:
Sr
No
1

Response time

Call Fixing time

Within 36 hours from the time Within 72 hours


of logging the call

Call logged on a non working day should be considered as a call registered on the morning of the
next working day and will be completed as per the schedule mentioned above in the respective
locations. Only Sunday and National holidays will be considered as holidays.
23. ONSITE SUPPORT
The Supplier shall provide onsite support for five years from the date of Installation. The
obligations of the Supplier would include trouble shooting of the day to day LAN issues (This
includes Installation, Configuration of local LAN connectivity within the office and further
connectivity to WAN).
24. REPEATED FAILURE
If, during the warranty period, any equipment has any failure on three or more occasions, it shall
be replaced by equivalent new equipment by the Supplier at no cost to the purchaser.
25. RIGHT TO USE DEFECTIVE EQUIPMENT
If after delivery, acceptance and installation and within the guarantee and warranty period, the
operation or use of the equipment proves to be unsatisfactory, the purchaser shall have the right
to continue to operate or use such equipment until rectifications of defects, errors or omissions

Directorate of Information Technology, Maharashtra State, Mumbai

22

MH LAN RC RFP
by repair or by partial or complete replacement is made without interfering with the purchasers
operation.
26. PROTECTION AGAINST RISK OF OBSOLESCENCE
The Supplier will make the spare parts for the systems available for a minimum period of five
years from the time of acceptance of the system. Thereafter, the Supplier will give at least twelve
months notice prior to discontinuation of support services, so that the purchaser may order its
requirements of the spares, if it so desires. If any of the components are not available or difficult
to procure, or the procurement is likely to be delayed for replacement, the replacement shall be
carried out with state of the art technology equipment of equivalent or higher capacity, at no
additional charges to the purchaser or Indenter.
27. SUPPLIERS OBLIGATIONS
The supplier shall work closely with the Indenter and the Purchaser and abide by directives
issued by them or their staff.
The supplier will abide by the job safety requirements prevalent in India and shall indemnify the
Purchaser / the Indenter from any demands or liabilities that may arise during the execution of
the contract, including that from accidents or loss of life. The Supplier shall be solely liable for
any compensation that may become payable as a result of such incidents and will not hold the
Indenter / Purchaser responsible or obligated.
The supplier is responsible for managing the activities of its personnel or sub-contracted
personnel and will hold itself responsible for any misdemeanors.
The supplier will treat as confidential all data and information obtained in the execution of his
responsibilities about the purchaser or the Indenter in strict confidence and will not reveal such
information to any other party without the prior written approval of the purchaser.
28. REPORTS TO PURCHASER
A monthly report of the progress of work shall be submitted to DIT.
29. ASSIGNMENT
The supplier shall not assign to any third party, in whole or in part, its obligations to perform
under the contract, except with the purchasers prior written consent.
30. SUBCONTRACTS
The supplier shall notify the purchaser in writing of all subcontracts awarded under this contract
if not already specified in the bid. Such notification, in his original bid or later, shall not relieve
the supplier from any liability or obligation under the contract. Sub-contract shall be only for
bought-out items and sub-assemblies.
31. PENALTY CLAUSE
The penalty for various delays and deficiencies in services will be as follows:
31.1.

Site Design: In case the Supplier fails to visit the site and complete the site design
within the period allowed in Para 8 above, the Purchaser will be entitled to forfeit
10 % of the Security Deposit provided by the Supplier.

Directorate of Information Technology, Maharashtra State, Mumbai

23

MH LAN RC RFP
31.2.

Delivery and Installation: An amount equal to 2% of the order value will be


deducted for every week of delay in installation and commissioning of the site. If
the delay is more than 5 weeks 10% of the Security Deposit with the Purchaser
will also be liable to be forfeited.

31.3.

SLA for Uptime: For every 1% drop in uptime in each quarter over the required
uptime of 95% a penalty upto 0.5% of the Performance Bank Guarantee would be
liable to be forfeited. If the uptime in any quarter is 75% or less due to conditions
which are wholly attributable to the supplier then the purchaser may terminate the
contract. A penalty upto 0.5% of the Performance Bank Guarantee would be
liable to be forfeited for every day delay in response time or call fixing time for
any problem logged by the Indenter.

32. TERMINATION FOR DEFAULT


32.1.

The purchaser may, without prejudice to any other remedy for breach of contract,
by one week written notice of default sent to the Supplier, terminate the contract
in whole or part:
a)

b)
c)
d)
e)
f)
g)
f)
g)
32.2.

If the supplier fails to deliver any or all of the goods within the period(s)
specified in the contract, or within any extension thereof granted by the
purchaser or
Serious discrepancy in supply of Goods, or its certification is noticed during
the contract period.
Delay in delivery and installation beyond a period of 16 weeks from the date
of purchase order.
Downtime of 20% or more due to conditions wholly attributable to the
supplier.
If the Vendor delays in responding or call fixing for more than 12 days over
and above the permissible timelines for any problem logged by the Indenter
Breach by the tenders of any of the terms and conditions of the tender.
If the Vendor goes in to liquidation voluntarily or otherwise.
If the supplier fails to perform any other obligation(s) under the contract.
If the supplier, in the judgment of the purchaser has engaged in corrupt or
fraudulent practices in competing for or in executing the contract.

In the event the Purchaser terminates the contract in whole or in part. The
Purchaser may procure, upon such terms and in such manner as it deems
appropriate, goods or services similar to those undelivered, and the Supplier shall
be liable to the purchaser for any excess costs for such similar goods or services.
However, the Supplier shall continue the performance of the contract to the extent
not terminated.

33. TERMINATION FOR INSOLVENCY


The purchaser may at any time terminate the contract by giving written notice to the supplier, if
the supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without
compensation to the supplier, provided that such termination will not prejudice or affect any
right of action or remedy, which has accrued or will accrue thereafter to the purchaser.

Directorate of Information Technology, Maharashtra State, Mumbai

24

MH LAN RC RFP
34. FORCE MAJEURE
34.1.

The supplier shall not be liable for forfeiture of its performance security, penalty
or termination for default, if and to the extent that, its delay in performance or
other failure to perform its obligations under the contract is the result of an event
of Force Majeure.

34.2.

For purposes of this clause, Force Majeure means an event beyond the control
of the supplier and not involving the suppliers fault or negligence and not
foreseeable. Such events may include, but are not limited to, acts of the purchase
either in its sovereign or contractual capacity, wards or revolutions, fires, floods,
epidemics, quarantine restrictions and freight embargoes.

34.3.

If a force Majeure situation arises, the supplier shall promptly notify the purchaser
in writing of such conditions and the cause thereof. Unless otherwise directed by
the purchaser in writing, the supplier shall continue to perform its obligations
under the contract as far as it reasonably particle, and shall seek all reasonable
alternative means for performance not prevented by the Force Majeure.

35. PUBLICITY
Any publicity by the Supplier / Manufacturer in which the name of the Purchaser and/or Indenter
is to be used should be done only with the explicit written permission of the Purchaser.
36. USE OF CONTRACT DOCUMENTS AND INFORMATION
36.1.

The supplier shall not, without the purchasers prior written consent, disclose the
contract, or any provision thereof, or any specification, plan, drawing, pattern,
sample or information furnished by or on behalf of the purchaser in connection
therewith, to any person other than a person employed by the supplier in
performance of the contract. Disclosure to any such employed person shall be
made in confidence and shall extend only so far as may be necessary for purposes
of such performance.

36.2.

The supplier shall not, without the purchasers prior written consent, make use of
any document or information except for purposes of performing the contract.

36.3.

Any document, other than the contract itself, shall remain the property of the
purchaser and shall be returned (in all copies) to the purchaser on completion of
the suppliers performance under the contract if so required by the purchaser.

37. BINDING CLAUSE


All decisions taken by the purchaser regarding the processing of this tender and award of
contract shall be final and binding on all parties concerned.
38. APPLICATION
These conditions shall apply to the extent that provisions in other parts of the contract do not
supersede them.
39. GOVERNING LANGUAGE

Directorate of Information Technology, Maharashtra State, Mumbai

25

MH LAN RC RFP
The contract shall be written in English language. All correspondence and other documents
pertaining to the contract that are exchanged by the parties shall be written in the same language.
40. APPLICABLE LAW
The contract shall be interpreted in accordance with the laws of the Union of India.
41. NOTICES
41.1.

Any notice given by one party to the other pursuant to this contract shall be sent
to other party in writing by facsimile and confirmed by original copy by post to
the other partys address specified below.

41.2.

A notice shall be effective when delivered or on date from which the notice is to
come into effect, whichever is later.

41.3.

For the purpose of all notices, the following shall be the address of the Purchaser
and Supplier.
Purchaser:

Supplier:

The Director & Member Secretary


SETU
Maharashtra State Dept of Information Technology
Government of Maharashtra
19th floor, New Administrative Building,
Mumbai 400 032
________________________________
________________________________
________________________________

42. INTERPRETATION OF THE CLAUSES CONTRACT DOCUMENT


In case of any ambiguity in the interpretation of any of the clauses in Tender Document or the
Contract Document, interpretation of the clauses by purchaser shall be final and binding on all
parties.
43. JURISDICTION
In case of any dispute the judicial jurisdiction will be Mumbai only.

Directorate of Information Technology, Maharashtra State, Mumbai

26

MH LAN RC RFP

Annexure 1 - TECHNICAL SPECIFICATIONS


Unmanaged Switch
(Suggested where the number of connects is less than 12/24)
Make: Cisco-Linksys, D-Link, HP-3com, Dax, Avaya-Nortel, Digisol

24 auto sensing 10/100/1000 Ethernet ports

All ports to have 10/100/1000 Base-Tx / RJ45 Media Interface

Ethernet Switching features like, store and forward; Full and Half duplex auto
negotiation;

LED Indicators which spot faults and check status of individual ports

Automatic Sensing of link speed, duplex mode ad cable type

802.3X congestion control

Accessories like Power cord, User guide etc to be supplied with the switch

Warranty Certificate

Directorate of Information Technology, Maharashtra State, Mumbai

27

MH LAN RC RFP
Managed Switch
(Suggested where the site is more than 50 Connects, spread over floors or Campus)
Make: Cisco-Linksys, D-Link, HP-3com, Dax, Avaya-Nortel, Digisol
24 port 10/100/1000 with PoE and 2 fibre uplinks
24 10/100/1000 Base-TX Ethernet ports and extra 2 nos 1000Base-SX/LX ports
(shared or combo)
Should support 802.3af POE on all 24 1000Base Tx ports.
Should supply 15.4W on all the 24 ports
All ports can auto-negotiate between 10Mbps/ 100Mbps/ 1000Mbps, half-duplex or
full duplex and flow control for half-duplex ports.
Support 8K MAC address.
32 Gbps or more Switching fabric capacity
Packet Forwarding Rate should be 35.0 Mpps
The switch must support Port Mirroring, Port Trunking and 802.3ad LACP Link
Aggregation port trunks to allow creation of Ethernet channeling with other devices
Support IEEE 802.3x flow control for full-duplex mode ports.
Support 802.1D Spanning Tree Protocol(STP), 802.1S, 802.1w, Rate Limiting,
802.1Q VLAN encapsulation, Up to 255 VLANs per switch and up to 4000 VLAN
Ids
Support IGMP v1, v2 and v3 snooping
802.1p Priority Queues, port mirroring, DiffServ
Support based on 802.1p priority bits with at least 8 queues
DHCP support & DHCP snooping /relay/optional 82/server support
Shaped Round Robin (SRR) or WRR scheduling support.
Support for Strict priority queuing & Sflow
Support for IPv6 ready features with dual stack
Access control

Support port security


Support 802.1x (Port based network access control).
Support for MAC filtering.
Should support TACACS+ and RADIUS authentication

VLAN

Support 802.1Q Tagged VLAN and port based VLANs and Private VLAN
The switch must support dynamic VLAN Registration or equivalent

Protocol and Traffic

Network Time Protocol or equivalent Simple Network Time Protocol support


Switch should support traffic segmentation

Directorate of Information Technology, Maharashtra State, Mumbai

28

MH LAN RC RFP

Traffic classification should be based on user-definable application types: TOS,


DSCP, Port based, TCP/UDP port number

Management

Switch needs to have RS-232 console port for management via a console terminal or
PC
Must have support SNMP v1, v2 and v3.
Should support 4 Groups of RMON
Should have accessibility using Telnet, SSH, Console access, easier software upgrade
through network using TFTP etc. Configuration management through CLI, GUI
based software utility and using web interface

24 port 10/100/1000 with PoE and no fibre uplinks

24 10/100/1000 Base-TX Ethernet ports


Should support 802.3af POE on all 24 1000Base Tx ports.
Should supply 15.4W on all the 24 ports
All ports can auto-negotiate between 10Mbps/ 100Mbps/ 1000Mbps, half-duplex or
full duplex and flow control for half-duplex ports.
Support 8K MAC address.
32 Gbps or more Switching fabric capacity
Packet Forwarding Rate should be 35.0 Mpps
The switch must support Port Mirroring, Port Trunking and 802.3ad LACP Link
Aggregation port trunks to allow creation of Ethernet channeling with other devices
Support IEEE 802.3x flow control for full-duplex mode ports.
Support 802.1D Spanning Tree Protocol(STP), 802.1S, 802.1w, Rate Limiting,
802.1Q VLAN encapsulation, Up to 255 VLANs per switch and up to 4000 VLAN
Ids
Support IGMP v1, v2 and v3 snooping
802.1p Priority Queues, port mirroring, DiffServ
Support based on 802.1p priority bits with at least 8 queues
DHCP support & DHCP snooping /relay/optional 82/server support
Shaped Round Robin (SRR) or WRR scheduling support.
Support for Strict priority queuing & Sflow
Support for IPv6 ready features with dual stack

Access control

Support port security


Support 802.1x (Port based network access control).
Support for MAC filtering.

Directorate of Information Technology, Maharashtra State, Mumbai

29

MH LAN RC RFP

Should support TACACS+ and RADIUS authentication

VLAN

Support 802.1Q Tagged VLAN and port based VLANs and Private VLAN
The switch must support dynamic VLAN Registration or equivalent

Protocol and Traffic

Network Time Protocol or equivalent Simple Network Time Protocol support


Switch should support traffic segmentation
Traffic classification should be based on user-definable application types: TOS,
DSCP, Port based, TCP/UDP port number

Management

Switch needs to have RS-232 console port for management via a console terminal or
PC
Must have support SNMP v1, v2 and v3.
Should support 4 Groups of RMON
Should have accessibility using Telnet, SSH, Console access, easier software upgrade
through network using TFTP etc. Configuration management through CLI, GUI
based software utility and using web interface

24 port 10/100/1000 and 2 fibre uplinks

24 10/100/1000 Base-TX Ethernet ports and extra 2 nos 1000Base-SX/LX (shared or


combo)
All ports can auto-negotiate between 10Mbps /100Mbps/ 1000Mbps, half-duplex or
full duplex and flow control for half-duplex ports.
Support 8K MAC address.
32 Gbps or more Switching fabric capacity
Packet Forwarding Rate should be 35.0 Mpps
The switch must support Port Mirroring, Port Trunking and 802.3ad LACP Link
Aggregation port trunks to allow creation of Ethernet channeling with other devices
Support IEEE 802.3x flow control for full-duplex mode ports.
Support 802.1D Spanning Tree Protocol(STP), 802.1S, 802.1w, Rate Limiting,
802.1Q VLAN encapsulation, Up to 255 VLANs per switch and up to 4000 VLAN
Ids
Support IGMP v1, v2 and v3 snooping
802.1p Priority Queues, port mirroring, DiffServ
Support based on 802.1p priority bits with at least 8 queues
DHCP support & DHCP snooping /relay/optional 82/server support

Directorate of Information Technology, Maharashtra State, Mumbai

30

MH LAN RC RFP

Shaped Round Robin (SRR) or WRR scheduling support.


Support for Strict priority queuing & Sflow
Support for IPv6 ready features with dual stack

Access control

Support port security


Support 802.1x (Port based network access control).
Support for MAC filtering.
Should support TACACS+ and RADIUS authentication

VLAN

Support 802.1Q Tagged VLAN and port based VLANs and Private VLAN
The switch must support dynamic VLAN Registration or equivalent

Protocol and Traffic

Network Time Protocol or equivalent Simple Network Time Protocol support


Switch should support traffic segmentation
Traffic classification should be based on user-definable application types: TOS,
DSCP, Port based, TCP/UDP port number

Management

Switch needs to have RS-232 console port for management via a console terminal or
PC
Must have support SNMP v1, v2 and v3.
Should support 4 Groups of RMON
Should have accessibility using Telnet, SSH, Console access, easier software upgrade
through network using TFTP etc. Configuration management through CLI, GUI
based software utility and using web interface

24 port 10/100/1000

24 10/100/1000 Base-TX Ethernet ports


All ports can auto-negotiate between 10Mbps/ 100Mbps/ 1000Mbps, half-duplex or
full duplex and flow control for half-duplex ports.
Support 8K MAC address.
32 Gbps or more Switching fabric capacity
Packet Forwarding Rate should be 35.0 Mpps
The switch must support Port Mirroring, Port Trunking and 802.3ad LACP Link
Aggregation port trunks to allow creation of Ethernet channeling with other devices
Support IEEE 802.3x flow control for full-duplex mode ports.

Directorate of Information Technology, Maharashtra State, Mumbai

31

MH LAN RC RFP

Support 802.1D Spanning Tree Protocol(STP), 802.1S, 802.1w, Rate Limiting,


802.1Q VLAN encapsulation, Up to 255 VLANs per switch and up to 4000 VLAN
Ids
Support IGMP v1, v2 and v3 snooping
802.1p Priority Queues, port mirroring, DiffServ
Support based on 802.1p priority bits with at least 8 queues
DHCP support & DHCP snooping /relay/optional 82/server support
Shaped Round Robin (SRR) or WRR scheduling support.
Support for Strict priority queuing & Sflow
Support for IPv6 ready features with dual stack

Access control

Support port security


Support 802.1x (Port based network access control).
Support for MAC filtering.
Should support TACACS+ and RADIUS authentication

VLAN

Support 802.1Q Tagged VLAN and port based VLANs and Private VLAN
The switch must support dynamic VLAN Registration or equivalent

Protocol and Traffic

Network Time Protocol or equivalent Simple Network Time Protocol support


Switch should support traffic segmentation
Traffic classification should be based on user-definable application types: TOS,
DSCP, Port based, TCP/UDP port number

Management

Switch needs to have RS-232 console port for management via a console terminal or
PC
Must have support SNMP v1, v2 and v3.
Should support 4 Groups of RMON
Should have accessibility using Telnet, SSH, Console access, easier software upgrade
through network using TFTP etc. Configuration management through CLI, GUI
based software utility and using web interface

Directorate of Information Technology, Maharashtra State, Mumbai

32

MH LAN RC RFP
48 port 10/100/1000 and 2 fibre uplinks

48 10/100/1000 Base-TX Ethernet ports and extra 2 nos 1000Base-SX/LX ports


(shared or combo)
All ports can auto-negotiate between 10Mbps /100Mbps/ 1000Mbps, half-duplex or
full duplex and flow control for half-duplex ports.
Support 8K MAC address.
32 Gbps or more Switching fabric capacity
Packet Forwarding Rate should be 70.0 Mpps
The switch must support Port Mirroring, Port Trunking and 802.3ad LACP Link
Aggregation port trunks to allow creation of Ethernet channeling with other devices
Support IEEE 802.3x flow control for full-duplex mode ports.
Support 802.1D Spanning Tree Protocol(STP), 802.1S, 802.1w, Rate Limiting,
802.1Q VLAN encapsulation, Up to 255 VLANs per switch and up to 4000 VLAN
Ids
Support IGMP v1, v2 and v3 snooping
802.1p Priority Queues, port mirroring, DiffServ
Support based on 802.1p priority bits with at least 8 queues
DHCP support & DHCP snooping /relay/optional 82/server support
Shaped Round Robin (SRR) or WRR scheduling support.
Support for Strict priority queuing & Sflow
Support for IPv6 ready features with dual stack

Access control

Support port security


Support 802.1x (Port based network access control).
Support for MAC filtering.
Should support TACACS+ and RADIUS authentication

VLAN

Support 802.1Q Tagged VLAN and port based VLANs and Private VLAN
The switch must support dynamic VLAN Registration or equivalent

Protocol and Traffic

Network Time Protocol or equivalent Simple Network Time Protocol support


Switch should support traffic segmentation
Traffic classification should be based on user-definable application types: TOS,
DSCP, Port based, TCP/UDP port number

Management

Directorate of Information Technology, Maharashtra State, Mumbai

33

MH LAN RC RFP

Switch needs to have RS-232 console port for management via a console terminal or
PC
Must have support SNMP v1, v2 and v3.
Should support 4 Groups of RMON
Should have accessibility using Telnet, SSH, Console access, easier software upgrade
through network using TFTP etc. Configuration management through CLI, GUI
based software utility and using web interface

48 port 10/100/1000

48 10/100/1000 Base-TX Ethernet ports


All ports can auto-negotiate between 10Mbps/ 100Mbps/ 1000Mbps, half-duplex or
full duplex and flow control for half-duplex ports.
Support 8K MAC address.
32 Gbps or more Switching fabric capacity
Packet Forwarding Rate should be 70.0 Mpps
The switch must support Port Mirroring, Port Trunking and 802.3ad LACP Link
Aggregation port trunks to allow creation of Ethernet channeling with other devices
Support IEEE 802.3x flow control for full-duplex mode ports.
Support 802.1D Spanning Tree Protocol(STP), 802.1S, 802.1w, Rate Limiting,
802.1Q VLAN encapsulation, Up to 255 VLANs per switch and up to 4000 VLAN
Ids
Support IGMP v1, v2 and v3 snooping
802.1p Priority Queues, port mirroring, DiffServ
Support based on 802.1p priority bits with at least 8 queues
DHCP support & DHCP snooping /relay/optional 82/server support
Shaped Round Robin (SRR) or WRR scheduling support.
Support for Strict priority queuing & Sflow
Support for IPv6 ready features with dual stack

Access control

Support port security


Support 802.1x (Port based network access control).
Support for MAC filtering.
Should support TACACS+ and RADIUS authentication

VLAN

Support 802.1Q Tagged VLAN and port based VLANs and Private VLAN
The switch must support dynamic VLAN Registration or equivalent

Protocol and Traffic

Network Time Protocol or equivalent Simple Network Time Protocol support

Directorate of Information Technology, Maharashtra State, Mumbai

34

MH LAN RC RFP

Switch should support traffic segmentation


Traffic classification should be based on user-definable application types: TOS,
DSCP, Port based, TCP/UDP port number

Management

Switch needs to have RS-232 console port for management via a console terminal or
PC
Must have support SNMP v1, v2 and v3.
Should support 4 Groups of RMON
Should have accessibility using Telnet, SSH, Console access, easier software upgrade
through network using TFTP etc. Configuration management through CLI, GUI
based software utility and using web interface

Directorate of Information Technology, Maharashtra State, Mumbai

35

MH LAN RC RFP
Layer 3 Switch
(For sites with more than 250 connects)
Chassis based Layer 3 Switch
Make: Cisco, D-Link, HP-3com, Dax, Avaya-Nortel, Digisol
General Architecture
Should have redundant power supply
Should be Chassis based Design
Ethernet, Fast Ethernet, Gigabit support
Should have redundant processing engine, There should not be any impact on the
performance in the event of active processing engine failure
Should have redundant FAN tray and Hot Swappable Fan tray.
N+1 / 1+1 Redundant Power Supply from day one
Hot Swap ability on all modules and Power Supply
Interface requirement
The switch should have minimum of 18 # 10/100/1000T ports, 12 # 100 TX ports, 1 #
1000SX, 1 # 1000LX.
Chassis should support be a 10 slot model for loading the above mentioned modules with
minimum4 free slots.
Performance
Forwarding rate should be scalable to 350 mpps
Switch should support 100 Gbps of Switching capacity and 1Tb for Switching Backplane
Bandwidth
Should have hardware based unicast, multicast and broadcast suppression.
Should support Hot-swappable power supplies and switching modules
Should have minimum 4000 active VLANs
Memory Requirement
Flash memory: The bidder should provide adequate memory to accommodate all OS
features required at present or in future.
DRAM: The memory proposed for all switches should satisfy the performance
requirement and should be upgradeable for future needs.
Layer 3 Features
Hot Standby Routing Protocol/VRRP v3
Static IP routing
IP routing protocols
Open Shortest Path First (OSPF), OSPF v3
Routing Information Protocol, RIP v1/v2, RIP ng for IPv6
Border Gateway Protocol Version 4 & OFPF v1, v2, and v3 for IPv6
Directorate of Information Technology, Maharashtra State, Mumbai

36

MH LAN RC RFP

PIM Sparse Mode, PIM-DM , PIM-SSM, DVMRP


IGMP v1, v2, and v3
IPv4 and IPv6 support in hardware, providing wire-rate forwarding for IPv6 networks.
Internet Control Message Protocol (ICMP) support

Protocol and Traffic


Should support 802.1D, 1S, 1W
Prioritization support
IPv6 routing support shall be provided as and when GoM decides to migrate or by 2008,
which ever is earlier.
Per-port broadcast, multicast, and unicast storm control to prevent faulty end stations
from degrading overall systems performance.
Should support IEEE 802.3 ad Link aggregation and port trunking across line cards
Additional features: QoS, Rate limiting
Simple Network Time Protocol support
Multicast filtering per port/ VLAN should be supported
Switch should support traffic segmentation
Traffic classification should be based on user-definable application types: TOS,
DSCP, Port based, TCP/UDP port number
Access control
Support port security
Support 802.1x port-based and MAC-based access control and authentication
MAC address notification support which allows for notification or new users added or
removed / or Displaying the MAC address information in the MAC address table
Standard and extended ACLs security
Secure Shell (SSH) Protocol, and Simple Network Management Protocol Version 3
(SNMPv3) to provide network security by encrypting administrator traffic during Telnet
and SNMP sessions.
ARP Inspection or IP spoofing
DHCP Server, Relay, DHCP snooping, option 82
VLAN
Support 802.1Q Tagged VLAN and port based
The switch must support 802.1Q
The switch must be able to take an IP from the DHCP server
Management
Switch needs to have RS-232 console port for management via a console terminal or PC
Must have support SNMP v1, v2 and v3
CLI management support.

Directorate of Information Technology, Maharashtra State, Mumbai

37

MH LAN RC RFP
24 Port Gigabit Layer 3 Switch
Make: Cisco, D-Link, HP-3com, Dax, Avaya-Nortel, Digisol
General Architecture
Should have redundant power supply
Should be Modular based Design, Rack Mountable
Should have 1 U based architecture
Should support hardware stacking or IP clustering with separate stacking ports and
should support hardware stacking of at least 8 units
Interface requirement
The switch should have minimum of 24 X 10/100/1000T Gigabit Ethernet ports, 4 X SFP
Transceiver slots
Switch should support additional 2 X 10G open slot and the 10 G and SFP ports should
be operable simultaneously
Transceiver slots should support both SX and LX interfaces
Performance
Forwarding rate should be scalable to 95 Mpps
Switch should support 128 Gbps of Switching capacity
Memory Requirement
Flash memory: The bidder should provide adequate memory to accommodate all OS
features required at present or in future.
DRAM: The memory proposed for all switches should satisfy the performance
requirement and should be upgradeable for future needs.
Layer 3 Features
Hot Standby Routing Protocol/VRRP v3
Static IP routing
IP routing protocols
MLD v1/v2
IPv4 and IPv6 routing
Open Shortest Path First
Routing Information Protocol
Border Gateway Protocol Version 4
PIM Sparse Mode, DVMRP
IGMP v1, v2, and v3
Internet Control Message Protocol (ICMP) support
Protocol and Traffic
Should support 802.1D, 1S, 1W
Should support 802.1P prioritization support

Directorate of Information Technology, Maharashtra State, Mumbai

38

MH LAN RC RFP

Should support link aggregation IEEE 802.3ad


Per-port broadcast, multicast, and unicast storm control to prevent faulty end stations
from degrading overall systems performance.
Additional features: QoS, Rate limiting
Simple Network Time Protocol support
Multicast filtering per port/ VLAN should be supported
Switch should support traffic segmentation. Traffic classification should be based on
user-definable application types: TOS, DSCP, Port based, TCP/UDP port number

Access control
Support port security
Support 802.1x port-based and MAC-based access control and authentication
MAC address notification support which allows for notification or new users added or
removed / or Displaying the MAC address information in the MAC address table
Standard and extended ACLs security
Secure Shell (SSH) Protocol, and Simple Network Management Protocol Version 3
(SNMPv3) to provide network security by encrypting administrator traffic during Telnet
and SNMP sessions.
ARP Inspection or IP spoofing
DOS attack prevention
VLAN
Support 802.1Q Tagged VLAN and port based
The switch must support 802.1Q
The switch must be able to take an IP from the DHCP server
Management
Switch needs to have RS-232 console port for management via a console terminal or PC
Must have support SNMP v1,v2 and v3
CLI management support
Telnet Management

Directorate of Information Technology, Maharashtra State, Mumbai

39

MH LAN RC RFP
Router
Make: Cisco, Juniper, Dax, Dlink, Digisol
Primary Level Router
The router should have minimum one sync/async port for connectivity to Internet / other
DIT offices. The sync / async port should support data rates of up-to 128Kbps in sync
mode
Should have basic ISDN interface
Should have support for TCP/IP, PPP, X.25, ISDN, Frame relay and HDLC
Protocols
Should support VPN
Should have support for integration of data and voice services
Routing protocols of RIP, OSPF, and BGP.
Should be SNMP manageable
Secondary Level Router
Other than above-mentioned features, the secondary level router should also have the following;
Should deliver multiple IP services over a flexible combination of interfaces
The router should be scalable
For each slot multiple modules should be available
Traffic Control and Filtering features for flexible user control policies
Bandwidth on demand for cost effective connection performance enhancement
Remote access features
Redundancy in terms of Power supply
Router should confirm the support of VRRP / HSRP Protocol
Security features;
Md5 encryption for routing protocol
RADIUS Authentication
Management Access policy
IPSec / Encryption
L2TP
Should provide QOS with following features;

Note:

RSVP
Priority Queuing
Policy based routing
Traffic shaping
Bandwidth Reservation / Committed Information Rate
All

the

routers

need

to

support

transfer

Directorate of Information Technology, Maharashtra State, Mumbai

speed

of

64k,

128k,

40

2mbps.

MH LAN RC RFP
Cabling System
The Cabling system needs to be a structured Cabling System of any one of the following brands:
AMP / Digilink / DAX/ Molex/ Systimax/ Belkin

The Individual Active and Passive components can be from different OEMs but
should be compatible so as to warranty the performance of the channel
The Cabling System should meet the specifications prescribed in ANSI/EIA/TIA
568C.2, ISO and EN 50173 standards
The Cabling System should be certified by EIA /TIA for compliance of EIA/TIA for
ECAT 6 standards:
The Fiber standard should be ITU-T-G652.D. The Multimode 50/125 um should
support TIA/EIA 568B.3.1 and the single mode fiber should support TIA/ EIA
568B.3 and TELCORDIA's GR-20
The OEM must provide any one of these certificates like UL, ETL or 3P Certificate
for the copper cable
All the accessories used for copper cable laying, termination and underground fiber
should be ISI certified material.

In case of a fiber link, necessary inspection chambers need to be constructed at


required distances. Construction of Inspection Chamber of size 4'x3'x2'(length x
breadth x height).

In case where the existing channels, trenches underground are being used, they should
be checked for high-tension wires before laying the fiber cable.

For copper cable measurements, the distance shown in the reports of the test meter
used will be considered. However for Fiber the physical length will be measured.

Racks that hold all the components should be dressed properly so that no cables,
patch cords hang out and create a wire mesh. Use of cable ties and trays is
recommended

Cable links should be numbered using ferrules and nodal terminations be marked with
permanent markers using labels

For sites with less than 50 connects, one administrative room should be created. The
Constructed Office Space only will provided by the Indentor and the vendor should
carry out the necessary electrical cabling etc and ensure that all active components are
accommodated in one rack

Directorate of Information Technology, Maharashtra State, Mumbai

41

MH LAN RC RFP
E1 Converter
Make : - RAD, DAX , D-LINK, ASCOM, TELLABS.

Shall be a modular Interface converter with G.703 fixed at one end and modular slot
at another end to support Ethernet or serial V.35 module

Shall support standards including ITU-T G.703, G.704, G.732, G.736, G.812, G.813,
I.431 and CRC-4 insertion

Shall support Balanced interface at 120 Ohm on RJ45 connector, DTE and
Unbalanced interface at 75 Ohm on BNC connectors

Shall support Jitter performance: ITU-T G.823, G.825

Shall support Nominal line data rate: 2048 kbps, E1 or FE1

Shall support Transmit level: 0dBm

Shall support Line code of Line code: HDB3, AMI (short haul mode only)

Shall support Performance monitoring: G.704 CRC-4

Shall support DCE data mode at the modular interface

Shall support modular interfaces including V.35, V.36, X.21, RS-530, RS-232

Shall support 10Base-T interface: IP router 2M

The speed shall be Nx64 kbps (N=1..32) or 2 Mbps depending on the interface.

Shall support five types of clocking scheme including Free run, Slave to network,
Transparent, Mixed mode and fallback to other clock source in case of absence

Shall be manageable converters

Shall support test loops including Analogue Loop, Digital Loop, Remote Digital
Loop and Error test generator: 215-1

Shall support LED indicators for diagnosis.

Directorate of Information Technology, Maharashtra State, Mumbai

42

MH LAN RC RFP
I KVA SINE WAVE INVERTER WITH 4 Hrs BACKUP

The Sine Wave Inverters conforming to IS: 13314/1992 (reaffirmed 2003) with PWM
technology should be provided.

Switching device shall be MOSFET or IGBT

Switching frequency should be more than 50 Hz

Single phase AC input voltage 120 to 260V, 50Hz Single Phase AC.

Single phase AC rated output voltage of 230 V. The variation in output voltage from
No-load to Full load expressed as percentages of the no-load voltage should not
exceed +/- 5 % over +10% and -20% variation of the rated D.C. input voltage. The
frequency of the output voltage shall be 50 Hz +/- 3%.

The total harmonic distortion shall be less than 5%

The Efficiency (at rated output voltage and frequency) should be a minimum of 85%

The Inverter shall withstand 10% overload for at least 10 minutes.

Protections against the following should be provided

Input voltage goes outside the range 120 to 260 Volts the system shall switch
over to Inverter mode.

Over voltage, short circuit, and overload at Inverter output terminals.

Battery reverses polarity.

Protection against over discharge : The load shall be cut-off as soon as the
voltage of battery terminal falls below
 10.5 V for 12V and
 21 V for 24V Battery system.

The Inverter shall incorporate an arrangement for automatic changeover of load from
mains supply to the inverter AC Output in case of failure of mains supply

Inverter should have surge protection also.

The indicators for Mains presence, Battery charging, Inverter or Main mode &
Battery low shall be provided

The Battery Bank should be 12 Volts Lead Acid Battery of any of the following
reputed makes Exide/ AMCO/Yuasa/ Prestolite/ Kirloskar/ Amar Raja

The Type Test certificates from any Govt. Laboratory should be submitted

It shall be housed in rugged enclosure made of M.S.sheet of 1.2 mm(Min) thickness


aesthetically finished, duly pretreated and powder coated.

The trolley should be of ABS material of 2.5 mm or higher thickness closed type duly
ventilated to house the batteries and with control unit kept on the top

Directorate of Information Technology, Maharashtra State, Mumbai

43

MH LAN RC RFP
Wireless Subscriber Radio
The Access point must be compatible with Cisco 1310 Aironet Wireless device

802.11b/g standard compliant ( Full interoperability between IEEE 802.11b/ IEEE


802.11g compliant devices)
Should be able to interoperate with any Wi-Fi compliant base station
Raw data rate of 11 Mbps / 54 Mbps (802.11b/g)
ISM 2.4 GHz
10/100BaseT Ethernet interface to connect to the LAN.
Support for Linkwise Bandwidth management
SNMP Version 2.0, MIBII compliant
WEP/ WPA/ AES Security
Auto reboot
The radio should support following
o Internet Browsing
o Accessing MSWAN
o VPN
o Web casting
o Voice over IP (VoIP)
o Unicasting /Multicasting
o Multiparty video conferencing
o Multi party messaging
o Video streaming

Antenna
21dBi semi parabolic grid antenna
Surge Protector
Should be installed at the RF and power/ Ethernet inputs.
Make: Poly phaser / Citel or equivalent.
Mast

Self support mast.


The average height required: 18 Meters.
The foundation for mounting the mast should be properly cemented as per IS 456
Foundation should have a base plate as per IS 800.
The Mast should be made of GI pipes as per IS (IS 1161 for properties of tubular
sections and IS 806 1968 for design of leg members)
Loading on the masts as per IS-875-1987 (part 3)
Masts should be erected straight and should have minimum four bolts in the foundation to
erect the mast.
All the bolts and Nuts should be properly secured and should have anti rusting coating.

Directorate of Information Technology, Maharashtra State, Mumbai

44

MH LAN RC RFP
Earthing
There should be a separate Earthing system for the Wireless mast.
Value of earth resistance (Megger test value) should be less than 5 Ohms.
Earth lead should be in direct connection to LA using insulated Copper strip of 20mm x 3
mm or GI conductors ( 2 numbers of 4 mm dia).
Earth pit should be at a distance of 1 meter minimum from building foundation and at
least 5 meters away from the existing building-earth.

Directorate of Information Technology, Maharashtra State, Mumbai

45

MH LAN RC RFP
Network Monitoring System (NMS)

Connectivity Monitoring: The NMS should enable monitoring for network devices such
as routers, switches, wireless equipment, servers, applications, printers etc. The NMS
should support monitoring of upto 500 devices.
Connectivity response time measurement: NMS should record response times to and
from network devices, services and applications to aid in pinpointing areas of excessive
network latency.
Device Configuration: The NMS should support a drag and drop IP list feature or auto
discovery for automatic device population. The NMS should also offer an interface for
manually adding new devices, applications and services.
Connectivity Path configuration: The NSM tool should provides a trace route function to
determine connectivity paths & provide graphical displays/maps of the network topology
and indicate SNMP status of the devices in the network. This facility can then be
leveraged for identifying the root cause of connectivity failures and identifying impacted
devices.
Deployment: The NMS tool could be deployed directly on application servers and
configured to test connectivity to the end-users or it should also be possible to deploy the
tool directly on end-user workstations to monitor for connectivity to the applications
server.
The NMS should have flexible data transport options & in cases where the network link
between the probe and management console is disabled, the probe should buffer
performance data locally until a failed network connection has been resolved.
Network monitoring solution should auto-discover all device interfaces & once
discovered, the solution will monitor interface traffic and perform bandwidth utilization
calculations.
SNMP MIB poller: The tool should poll any standard or proprietary MIB object from any
SNMP compliant device. MIB objects can be monitored for threshold violations and
alerts can be generated where necessary.
The tool should offer a web-based Console which can be used to create and customize
user specific network monitoring dashboards. Alarm dashboards can show up-to-theminute status of critical network links, bandwidth utilization, network latency, response
times and other critical network issues.
Pro-active & real-time monitoring and tracking of key information and data relating to
device performance, traffic, and environment, with metrics such as utilization percentage,
frames transmitted and received, errors, and a variety of other device specific indicators
The NMS tool should include a SLA creation, monitoring and reporting solution. Quality
of Service and performance data collected by the Network Monitoring probes can be
leveraged to calculate and report on service level compliance and breaches. All SLA and
performance reports should be viewable in HTML format via web-browser.
SLA configuration options include, and are not limited to compliance period (i.e., 1 day,
1 week, 1 month, 1 year), operating period (i.e., 9am to 5pm, Mon-Fri, or 7 x 24 except
Sundays), compliance threshold (i.e., 98.5%), and more. Web-based SLA compliance
reports are automatically generated upon completion of the SLA definition.
It should be possible to define single and/or grouped SLAs each with their own unique
compliance thresholds/targets defined according to different types and/or classes of

Directorate of Information Technology, Maharashtra State, Mumbai

46

MH LAN RC RFP

service. The SLA grouping features should allow for organizing SLAs by branch office,
customer, business unit, geography, service, technology, application, and more.
Below mentioned are the minimum reports that should be generated by the NMS
o NMS should offer tabular information giving % of uptime of individual links on
quarterly basis.
o Bandwidth utilization report.
o Bandwidth availability report.
o Link wise Latency report (both one way and round trip) times
It should provide a calendaring function so users can specify various SLA operating
periods and exclude periods
Immediately upon completing the SLA template the initial compliance calculation should
be performed and a web report should be auto-generated showing current compliance
results
The SLA compliance results for past periods should be available in graphical and tabular
format. Additionally, past period SLA report could be drilled into for analysis.
The tool should be able to modify and recalculate past SLA periods

Directorate of Information Technology, Maharashtra State, Mumbai

47

MH LAN RC RFP

Annexure 2 FORMAT FOR EVALUATION OF BIDS


For the purpose of commercial evaluation of technically qualified bidders a hypothetical site
have been designed which include the following possible active and passive components, which
will be required for the hypothetical site to become fully functional.
Sr. No

Item
Active Components

Unit

Quantity

1.

24 port 10/100/1000 with PoE and 2 fibre


uplinks
24 port 10/100/1000 with PoE and no fibre
uplinks

Each

Each

3.
4.
5.
6.
7.

24 port 10/100/1000 and 2 fibre uplinks

Each
Each
Each
Each
Each

2
2
1
1
1

8.
9.

24 Port Gigabit Layer 3 Switch

Each
Each

1
2

Each

Each

Each
Each

1
1

2.

10.
11.
12.
13.

24 port 10/100/1000
48 port 10/100/1000 and 2 fibre uplinks
48 port 10/100/1000
10 Slot Chassis Layer 3 Switch (configurable
to minimum 18 port 1000 Base Tx, 12 port
100 Base Fx, 1 port 1000 Base Sx and 1 port
1000 Base Lx)
1 LAN / 1 WAN Ports Router loaded with
Async / Sync Serial Interface card and cable.
2 LAN / 2 WAN Ports Router loaded with 2Port Async / Sync Serial Interface card and
cable.
2 LAN / 3 WAN Slots Router loaded with 2Port Async / Sync Serial Interface card and 1ISDN port with cable.
2 LAN / 5 WAN Slots Router
2 LAN / 7 WAN Slots Router

Passive Components
14.
15.
16.

Box
Each
CAT6 information outlets
Dual Face Plate Surface Mount Type Each
CAT 6 UTP Cable

10
100
50

with shutters

17.
18.
19.
20.

Each
Each
CAT6 Mounting Cord 7 feet
Each
24 port Jack Panel
12U Rack Floor Mount with necessary Each
CAT6 Mounting Cord 3 feet

100
100
5
1

accessories

21.

19U Rack Floor Mount with necessary


accessories

Each

Mtrs
Each
Each
Each
Each

1000
4
24
2
4

Fiber Connectivity
22.
23.
24.
25.
26.

6 core outdoor Fiber


6 port loaded LIU
SC connectors
SC - SC Fiber Patch Cord Multimode
Grouping Kit

Wireless Connectivity

Directorate of Information Technology, Maharashtra State, Mumbai

48

MH LAN RC RFP
27.

Wireless subscriber equipment

Each

Each

Mtrs
Mtrs
Each

750
300
4

Each

900

Each

900

Leased Line Connectivity


28.

E1 converter

Others
29.
30.
31.
32.
33.

ISI Mark Casing Caping 1"


ISI Mark PVC Pipe
Construction of Inspection Chamber of size
4'x3'x2'(lxb xh)
Digging of hard soil, refilling the same along
with sand

Digging of hard soil, refilling the same,


along with sand - brick cushioning after
cable laying

Directorate of Information Technology, Maharashtra State, Mumbai

49

MH LAN RC RFP

Annexure 3- BID FORM


Date:
Tender No.:
To:
The Director & Member Secretary SETU Maharashtra
Directorate of Information technology,
Government of Maharashtra,
7th Floor, Near Rajmudra Kaksha,
Mantralaya, Mumbai 400032
Respected Sir,
Having examined the Bidding Document along with all annexure and forms, the receipt of which
is hereby duly acknowledged, we, the undersigned, offer to supply and deliver the items in
conformity with the said bidding documents for the same, as per prices mentioned in
Commercial Bid forming part of this bid. We certify that the Commercial Bid covers all the
items of the tender requirements.
We undertake, if our bid is accepted, to deliver the goods in accordance with the specified
delivery schedule.
We agree to abide by this bid for a period of 90 (Ninety only) days after 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.
Until a formal contract is prepared and executed, this bid, together with your written acceptance
thereof and your notification of award shall constitute a binding Contract between us.
We understand that you are not bound to accept the lowest or any bid you may receive.
Dated
Signature (in the capacity of)
Duly authorized to sign Bid for and on behalf of

Directorate of Information Technology, Maharashtra State, Mumbai

50

MH LAN RC RFP

Annexure 4- BG FORMAT FOR EMD


Whereas ________________________________________(hereinafter called "the Tenderer")
has submitted its tender offer dated ________2009 for the supply of
____________________(hereinafter called "the tender")
KNOW ALL MEN by these presents that WE________________________________of
________________________(hereinafter
called
the
Bank:)
are
bound
upto
______________________________________________(hereinafter called "the Purchaser") in
the sum of ____________________________for which payment well and truly to be made to the
said Purchaser, the Bank binds itself, its succesors and asssigns by these presents. Sealed with
the Common Seal of the Said Bank this ___________ day of ________2009
THE CONDITIONS of this obligation are :
1. If the tenderer withdraws its tender during the period of tender validity specified by the
tenderer on the Tender Form ; or
2. If the Tenderer, having been notified of the acceptance of its tender by the purchaser during
the period of tender validity :
a)
b)

fails or refuses to execute the contract Form if required; or


fails or refuses to furnish the Performance Security, in accordance with the
instruction given in tender document;

We undertake to pay the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its demand the
Purchaser will note that the amount claimed by it is due it owing to the occurrence of one or both
of the two conditions, specifying the occurred condition or conditions.
This guarantee will remain in force up to and including _________, 2009 and any demand in
respect thereof should reach the Bank not later than the above date

__________________________
(Signature of the Bank)

Directorate of Information Technology, Maharashtra State, Mumbai

51

MH LAN RC RFP

Annexure 5- MANUFACTURERS AUTHORIZATION FORM FOR PASSIVE PRODUCTS


No. __________________ dated ___________________
To:

The Director & Member Secretary SETU Maharashtra


Directorate of Information technology
Mumbai. 400032
Ph. (022) 22024177
Fax- (022) 22044586

Ref: Tender No. ________________


Dear Sir,
We

_______________________________________

who

are

established

and

reputed

manufacturers of ________________________________________________________ having


factories at _______________________________________________ (address of factory) do
hereby

authorize

M/s.

__________________

_________________________________________________ (Name and address of Agent) to


submit a bid, and sign the contract with you.
We hereby extend our full guarantee and warranty as per the terms mentioned below, for the
goods and services offered by the above firm against this tender.
1.
The design will be approved by the above mentioned system integrator on our behalf.
2.
A warranty certificate of 5 years will be issued to the purchaser and respective warranty
will be extended to him. Under this warranty we shall repair or replace the defective product,
through our authorized system integrator. The necessary cost incurred on doing so will also be
borne by us.
In case of failure of above system Integrator in delivering the services defined in the rate
contract, we hereby commit to take the responsibility of delivering the services as per the
contract.
Yours faithfully,
(Name)
(Name of manufacturers) with seal
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 bind
the manufacturers.

Directorate of Information Technology, Maharashtra State, Mumbai

52

MH LAN RC RFP

Annexure 6- MANUFACTURERS AUTHORIZATION FORM FOR ACTIVE PRODUCTS


No. __________________ dated ___________________
To:

The Director & Member Secretary SETU Maharashtra


Directorate of Information technology
Mumbai. 400032
Ph. (022) 22024177
Fax- (022) 22044586

Ref: Tender No. ________________


Dear Sir,
We _______________________________________

who

are

established

and

reputed

manufacturers of ________________________________________________________ having


factories at _______________________________________________ (address of factory) do
hereby

authorize

M/s.

__________________

_________________________________________________ (Name and address of Agent) to


submit a bid, and sign the contract with you.
We hereby extend our full guarantee and warranty as per the terms mentioned under for the
goods and services offered by the above firm against this tender.
1.
2.

Network Design: Certifying the network design to offer the optimum solution under the
different connectivity requirement categories.
Implementation: Once the network gets certified on the passive front, the above
mentioned system integrator will carry out tests to ensure a total end-to-end connectivity.
Once the network tests are successful, the site with the respective active components will
be endorsed by issuing an acceptance certificate for the same.

In case of failure of above system Integrator in delivering the services defined in the rate
contract, we hereby commit to take the responsibility of delivering the services as per the
contract.
Yours faithfully,
(Name)

(Name of manufacturers) with seal


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 bind the manufacturers.

Directorate of Information Technology, Maharashtra State, Mumbai

53

MH LAN RC RFP

Annexure 7- NOTARIZED AFFIDAVIT


Undertaking

We M/s ___________________ (Name of the Bidder) having


_______________________________________ undertake the following

head

office

at

1. We M/s___________________ (Name of the Bidder) are not blacklisted/banned/ suspended


by the Central Government, any of the State Governments or Government Corporations in India.

2. We further undertake that our OEM(s) M/s ______________________ (Name of OEM)


having office at ---------------- is/are also not blacklisted/banned/suspended by the Central
Government, any of the State Governments or Government Corporations in India.

Signed on behalf of M/s ________________________ (Name of Bidder)


Place:
Date:

Directorate of Information Technology, Maharashtra State, Mumbai

54

MH LAN RC RFP

Annexure 8 BANK GUARANTEE FORMAT FOR SECURITY DEPOSIT/


PERFORMANCE GUARANTEE
To:

(Name of Purchaser/ Indenter)


WHEREAS
_____________________________________________________(Name
of
Supplier) hereinafter called "the Supplier" has undertaken, purchase of Contract
No.________________________
dated,
__________________2009
to
supply
_______________________(Description of goods and Services) hereinafter called "the
Contract".
AND WHEREAS it has been stipulated by you in the said Contract that the supplier shall furnish
you with a bank Guarantee by a recognized bank for the sum specified therein as security for
compliance with the Supplier's performance obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the Supplier a guarantee:
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the
supplier, up to a total of Rs 25,00,000 (Rupees Twenty Five lakhs Only) and we undertake to pay
you, upon your first written demand declaring the Supplier to be in default under the contract and
without cavil or argument, any sum or sums within the limit of Rs 25,00,000 as aforesaid,
without your needing to prove or to show this grounds or reasons for your demand or the sum
specified therein.
This guarantee is valid until the ___________ day of ______________
Signature and Seal of Guarantors
______________________________________
______________________________________
______________________________________

Date __________________________________
Address: _______________________________
______________________________________
______________________________________

Directorate of Information Technology, Maharashtra State, Mumbai

55

MH LAN RC RFP

Annexure 9 - RATE CONTRACT WITH DIT

This Rate Contract made on this ____________day of January, Two Thousand and nine at
Mumbai and between:
Directorate of Information Technology, Mantralaya, Mumbai - 400 032 hereinafter referred to as
"DIT (which expression shall unless the context does not so admit include his successor) the
party of the first part,
and
--------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- hereinafter
referred to as (which expression shall unless the context does not so admit include his successor)
the party of the second part,

for the purchase of goods and services for implementing LANs as various government offices at
the contract price given in Annexure 1.(Sheet with the bidders pricing to be attached).
The DIT proposes to establish Local Area Computer Networks at multiple locations in the state
of Maharashtra and has decided to entrust the work on the party of the second part on the basis of
Rate Contract.
Whereas both the parties are desirous of entering into the Rate Contract with prime objectives as:
i.

Developing the computer infrastructure along with campus-wide networking based on


UTP/Fiber Cables at maximum possible offices of the government in the stipulated
period of six months.

ii.

Harnessing effectively the use of such systems in imparting education and training in the
computer field to members at all levels

iii.

Usage of computer technology for total Automation.

It is therefore now agreed upon by and between the two parties to abide by the scope of work and
the conditions of the contract mentioned in the tender document released with reference to this
contract. The following documents would be deemed to form, be read, and construed as part of
this agreement;

Bidding documents which include- Instructions to Bidders, Conditions of


Contract, Technical Specifications
Corrigendum to the Tender document
Technical Bid and Price schedule
Purchasers Notification of Award
Any other communication between the Purchaser & Bidder

Directorate of Information Technology, Maharashtra State, Mumbai

56

MH LAN RC RFP
Responsibilities of Supplier:
i.

Procurement, Supply and Installation of the campus-wide network at the price mutually
agreed in the Rate Contract.

ii.

Implement the networking as per the proposal approved by DIT.

iii.

Providing Technical documentation as mentioned in ITB.

iv.

Supervision, warranty support, maintenance, Network Administration as per terms in the


contract

v.

Provide the same kind of support irrespective of the location of the office to be
networked

Responsibilities of Indenter:
i.

One person will be nominated as Project Coordinator. He will be responsible to monitor


the progress of the Project for that Indenting office.

ii.

Project coordinator shall provide exact network points in writing before commencement
of execution of work. The project coordinator shall not thereafter make any changes in
the approved locations.

iii.

Project Coordinator will provide vendor the necessary support to complete the job in time
and for realization of the project objectives.

iv.

Project Coordinator will provide vendor computer nodes along with Ethernet cards
configured and tested by the respective institute for testing the network as required.

v.

Project Coordinator will provide vendor a proper storeroom with locking arrangement at
each site to keep the material during implementation period.

vi.

Project Coordinator will provide UPS and proper electrical supply (with earthing)

Joint Responsibilities:
Both the parties acknowledge that this collaboration is based more on enduring relationship
between the two parties rather than for immediate benefit. Hence they hereby commit themselves
to devote and dedicate their wholehearted support and commitment to accomplish the objectives
in an agreed manner and within an agreed time frame.

Directorate of Information Technology, Maharashtra State, Mumbai

57

MH LAN RC RFP
For and on behalf of DIT

For and on behalf of Vendor

Signature

Signature

Name

Name

Designation

Designation

WITNESSES
1.
Signature

Signature

Name

Name

Designation

Designation

2.
Signature

Signature

Name

Name

Designation

Designation

Directorate of Information Technology, Maharashtra State, Mumbai

58

MH LAN RC RFP

BIDDER DETAILS FORM


The Bidder Details Form would be available on the e-tendering website, the format for the form
is presented below for reference.
Bidder Details Form- Part I

Name
Date
of
&
Incorporation
Address
of the
Bidder

Annual
Turnover from
Network
Installation,
Supply
&
Commissioning
in 2008-9

Annual
Turnover from
Network
Installation,
Supply
&
Commissioning
in 2009-10

Date
till
which
the
ISO
9001:2000
Certification
is valid

Date
till
which
the
CMMiLevel
4
Certification
is valid

Telephone
Number
for the 24
X
7
telephonic
support
for
problem
resolution

Bidder Details Form- Part II (Details of the tie-up with OEMS)

Item

Name of the OEM

Period of Tie-up

Warranty
extended

support

Active Components
Router
Passive
Components
NMS
Inverter
E1 Converter
Other (If any)

Directorate of Information Technology, Maharashtra State, Mumbai

59

MH LAN RC RFP
Bidder Details Form- Part III (Details of the Project Experience)

Name of
Customer

Make of
Active
Components

Make of
Passive
Components

Size
of
LAN

Order
completion
date

Contact details of
Customer

Bidder Details Form- Part IV (Details of Service center in Maharashtra)

Location

Address

Number of
service
Personnel

If Stock of
spares
maintained

Contact Person &


Phone No

Mumbai
Pune
Nashik
Aurungabad
Amravati
Nagpur

Directorate of Information Technology, Maharashtra State, Mumbai

60

MH LAN RC RFP

TECHNICAL DETAILS FORM


The Technical Details Form would be available on the e-tendering website, the format for the
form is presented below for reference. The bidder is supposed to provide the make & model and
compliance to the specifications indicated in the bidding document.
Technical Detail Form- Active Components- Part I

Sr.
No

Item

Make
of the
Item

Model
of the
Item

If complying with
the specifications
indicated in the
tender

Details of
deviation in case
of non
compliance

Unmanaged Products

1.

24 port 10/100/1000 Switch

Managed
Products

2.
3.
4.

Layer

24 port 10/100/1000 with PoE


and 2 fibre uplinks
24 port 10/100/1000 with PoE
and no fibre uplinks
24 port 10/100/1000 and 2
fibre uplinks

5.
6.

24 port 10/100/1000
48 port 10/100/1000 and 2
fibre uplinks

7.

48 port 10/100/1000

Layer 3 Switch

8.

10 Slot Chassis
Modules for above chassis
Port Requriment - 18 port 1000
Base Tx,
12 port 100 Base Fx,
1 port 1000 Base Sx,
1 port 1000 base Lx

9.

10.
11.
12.

24 Port Gigabit Layer 3


Switch
ROUTERS
Primary Level Routers
1 LAN / 1 WAN Ports Loaded
with Async / Sync Serial
Interface card and cable.
2 LAN / 2 WAN Ports Loaded
with 2-Port Async / Sync Serial
Interface card and cable.
2 LAN / 3 WAN Slots Loaded
with 2-Port Async / Sync Serial
Interface card and 1 ISDN port
with cable

WAN Interface Card for

Directorate of Information Technology, Maharashtra State, Mumbai

61

MH LAN RC RFP
Primary Level Routers

13.

1- Port ISDN Interface card


with cable.

14.

2 - Port Async / Sync Serial


Interface card with cable.
Secondary Level Routers

15.
16.

2 LAN / 5 WAN Slots


2 LAN / 7 WAN Slots

WAN Interface Card for


SecondryLevel Routers

17.
18.
19.
20.

4-Port Async / Sync Serial


Interface card with cable
4-Port ISDN Interface card with
cable
2-Port Channelized E1 / PRI
Interface card with cable
4-Port Channelized E1/PRI
Interface card with cable

21.

E1 converter for Leased


Line
RACKS
&
OTHER
SERVICES FOR LARGE
LANS

22.

19" 6U Wall Mount rack with


the necessary accessories
19" 9U Wall Mount rack with
the necessary accessories
19"12U Wall Mount rack with
the necessary accessories
19" 17U Floor Mount rack with
necessary accessories
19" 22 U Floor Mount rack with
necessary accessories
19" 32 U Floor Mount rack with
necessary accessories
19" 42 U Floor Mount rack with
necessary accessories

23.
24.
25.
26.
27.
28.

29.
30.

31.

Necessary
Accessories
should include
Cable Managers
Power strip keeping in mind
maximum
active
components to be placed in
the rack
Fan tray with Cooling Fans
for the appropriate racks

Directorate of Information Technology, Maharashtra State, Mumbai

62

MH LAN RC RFP
Technical Detail Form- Active Components- Part II
Sr.
No

Item

1.

Hardware of the rack which


includes screws, bolts,etc
required for mounting jack
panels, cable managers and
active components
Transceivers
UTP to fiber transceiver 1
Gbps with ST
UTP to firbre transceiver 1
Gbps with SC
MiniGBIC Transeivers

2.
3.

Make
of the
Item

Model
of the
Item

If complying with
the specifications
indicated in the
tender

Details of
deviation in
case of non
compliance

100 Base FX- SFP transeivers


with LC connector mm
100 Base FX- SFP transeivers
with LC connector sm
1000 Base SX- transeivers with
LC connector mm
1000 Base LX-transeivers with
LC connector sm
1000 Base TX -transeivers for
copper

4.
5.
6.
7.
8.

Others
Wireless Subscriber
Equipments
Network monitoring System
1 KVA Sine Wave Inverter

9.
10.
11.

Technical Detail Form- Passive Components- Part II


Sr.
No

Item

Make of the
Item

Model of the
Item

If complying
with the
specifications
indicated in
the tender

Details of
deviation
in case of
non
compliance

UTP Cables

1.

CAT 6 UTP Cable

Information Outlets

2.

Single port British style face


plate

3.
4.
5.
6.

Dual Port British style face plate


Surface mount box Single
Surface mount box Dual
CAT 6 RJ 45 Information Outlet

Directorate of Information Technology, Maharashtra State, Mumbai

63

MH LAN RC RFP
7.

RJ 45 Male Connectors

UTP Patch Cord

8. 3ft Dual Ended Mounting Cord


9. 7ft Dual Ended Mounting Cord
10. 9ft Dual Ended Mounting Cord
Jack
Panel
Accessories

and

11. Horizontal cable manger


12. 24 Port, Cat 6 Jack Panel
13. 48 Port, Cat 6 Jack Panel
Fiber Cable

14. 4 Core outdoor armored cable

mm
15. 4 Core outdoor armored cable
sm
16. 6 Core outdoor armored cable
mm
17. 6 Core outdoor armored cable
sm
18. 12 core outdoor armored cable
mm
19. 12 core outdoor armored cable
sm

20. 6 core indoor cable mm


21. 6 core OM3 multi mode

cable

for 10 G connectivity

Fiber Patch Cords

22. SC-SC Duplex patch cord (mm)


- 3 mtrs.

23. SC-SC Duplex Patch cord (SM)


- 3 mtrs.

24. ST-SC Duplex Patch cord (SM)

- 3 mtrs.
25. SC -LC Duplex Patch cord,
(mm) - 3mtr
26. SC -LC Duplex Patch cord, (sm)
- 3mtr

Fiber Connectors
Epoxy

27. LC Connector MM
28. SC (mm) connector
29. LC (sm) connector
30. SC (sm) connector
31. 6 Port adapter plate

with

with SC

(sm) couplers

Directorate of Information Technology, Maharashtra State, Mumbai

64

MH LAN RC RFP
Technical Detail Form- Passive Components- Part II
Sr.
No

Item

Make of the
Item

Model of the
Item

If complying
with the
specifications
indicated in
the tender

Details of
deviation
in case of
non
compliance

LIU Wall Mount Type

1.
2.
3.
4.
5.
6.
7.
8.

12 Port, unloaded , with side


door
24 Port, unloaded, with side
door
12 port loaded with couplers
6 Port adapter plate loaded with
LC (mm) couplers
6 Port adapter plate loaded with
LC (sm) couplers
6 Port adapter plate loaded with
SC (mm) couplers
6 Port adapter plate loaded with
SC (sm) couplers
Grounding kit

LIU Rack Mount Type


9. 12 Port patch panel loaded
with LC couplers
10. 24 Port patch panel loaded
with LC couplers

11. 12 Port patch panel loaded with


SC couplers
12. 24 Port patch panel loaded with
SC couplers

13. 12 port unloaded


14. 24 port, unloaded enclosure
15. 48 port, unloaded enclosure
16. 6 Port adapter plate with

LC
(mm) couplers
17. 6 Port adapter plate with LC
(sm) couplers
18. 6 Port adapter plate with SC
(mm) couplers
19. 6 Port adapter plate with SC
(sm) couplers

Directorate of Information Technology, Maharashtra State, Mumbai

65

MH LAN RC RFP

PRICE BID FORM 1 - ACTIVE COMPONENTS


The Price Bid Form would be available on the e-tendering website, the format for the form is
presented below for reference. The bidder is supposed to provide the rate inclusive of supply,
installation, commissioning, five year comprehensive warranty, labor, testing, crimping,
certification charges for each required item indicated in the bidding document. Rate quoted shall
be inclusive of the all duties, taxes, freight, and insurance excluding Octroi, VAT & Sales tax.
It is mandatory for bidder to provide quotes for all items and if the bidder fails to provide quotes
for any item, in such a case it shall be treated as he providing the same at zero cost.
Sr.
No

Item

Unit

Rate (Rs)

Unmanaged Products

12.

24 port 10/100/1000 Switch

Each

Managed Layer 2 Products

13.
14.

24 port 10/100/1000 with PoE and 2 fibre uplinks


24 port 10/100/1000 with PoE and no fibre
uplinks

Each
Each

15.
16.
17.
18.

24 port 10/100/1000 and 2 fibre uplinks

Each
Each
Each
Each

24 port 10/100/1000
48 port 10/100/1000 and 2 fibre uplinks
48 port 10/100/1000

Layer 3 Switch

19.

10 Slot Chassis

Each

Modules for above chassis


Port Requriment - 18 port 1000 Base Tx,
12 port 100 Base Fx,
1 port 1000 Base Sx,
1 port 1000 base Lx

20.

21.
22.
23.

24 Port Gigabit Layer 3 Switch


ROUTERS
Primary Level Routers
1 LAN / 1 WAN Ports Loaded with Async / Sync
Serial Interface card and cable.
2 LAN / 2 WAN Ports Loaded with 2-Port Async /
Sync Serial Interface card and cable.
2 LAN / 3 WAN Slots Loaded with 2-Port Async /
Sync Serial Interface card and 1 ISDN port with
cable

Each

Each
Each
Each

WAN Interface Card for Primary Level


Routers

24.
25.

1- Port ISDN Interface card with cable.

26.

2 LAN / 5 WAN Slots

2 - Port Async / Sync Serial Interface card


with cable.
Secondary Level Routers

Each
Each
Each

Directorate of Information Technology, Maharashtra State, Mumbai

66

MH LAN RC RFP
27.

Each

2 LAN / 7 WAN Slots

WAN Interface Card for SecondryLevel


Routers

28.

4-Port Async / Sync Serial Interface card with


cable

Each

29.
30.

4-Port ISDN Interface card with cable


2-Port Channelized E1 / PRI Interface card with
cable
4-Port Channelized E1/PRI Interface card with
cable

Each
Each

E1 converter for Leased Line


RACKS & OTHER SERVICES
LARGE LANS

Each

31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.

44.
45.
46.
47.
48.
49.
50.
51.
52.
53.

19" 6U Wall Mount rack with the


accessories
19" 9U Wall Mount rack with the
accessories
19"12U Wall Mount rack with the
accessories
19" 17U Floor Mount rack with
accessories
19" 22 U Floor Mount rack with
accessories
19" 32 U Floor Mount rack with
accessories
19" 42 U Floor Mount rack with
accessories

Each

FOR

necessary

Each

necessary

Each

necessary

Each

necessary

Each

necessary

Each

necessary

Each

necessary

Each

Necessary Accessories should include


Cable Managers
Power strip keeping in mind maximum
active components to be placed in the rack
Fan tray with Cooling Fans for the
appropriate racks
Hardware of the rack which includes
screws, bolts,etc required for mounting jack
panels, cable managers and active
components
Transceivers
UTP to fiber transceiver 1 Gbps with ST
UTP to firbre transceiver 1 Gbps with SC
MiniGBIC Transeivers

Each
Each

100 Base FX- SFP transeivers with LC connector


mm
100 Base FX- SFP transeivers with LC connector
sm
1000 Base SX- transeivers with LC connector
mm

Each

1000 Base LX-transeivers with LC connector sm


1000 Base TX -transeivers for copper

Each
Each

Others
Wireless Subscriber Equipments
Network monitoring System
1 KVA Sine Wave Inverter

Each
Each
Each

Each
Each

Directorate of Information Technology, Maharashtra State, Mumbai

67

MH LAN RC RFP

PRICE BID FORM 2- PASSIVE COMPONENTS


Sr.
No

Item

Unit

Rate (Rs)

UTP Cables

20.

CAT 6 UTP Cable

Box

Information Outlets

21.
22.
23.
24.
25.
26.

Single port British style face plate


Dual Port British style face plate
Surface mount box Single
Surface mount box Dual
CAT 6 RJ 45 Information Outlet
RJ 45 Male Connectors

Each
Each
Each
Each
Each
Each

UTP Patch Cord

27.
28.
29.

3ft Dual Ended Mounting Cord


7ft Dual Ended Mounting Cord
9ft Dual Ended Mounting Cord

Each
Each
Each

Jack Panel and Accessories

30.
31.
32.

Horizontal cable manger


24 Port, Cat 6 Jack Panel
48 Port, Cat 6 Jack Panel

Each
Each
Each

Fiber Cable

33.
34.
35.
36.
37.
38.
39.
40.

4 Core outdoor armored cable mm


4 Core outdoor armored cable sm
6 Core outdoor armored cable mm
6 Core outdoor armored cable sm
12 core outdoor armored cable mm
12 core outdoor armored cable sm
6 core indoor cable mm
6 core OM3 multi mode cable for 10 G
connectivity

1 Mtr
1 Mtr
1 Mtr
1 Mtr
1 Mtr
1 Mtr
1 Mtr
1 Mtr

Fiber Patch Cords

41.
42.
43.
44.
45.

SC-SC Duplex patch cord (mm) - 3 mtrs.


SC-SC Duplex Patch cord (SM) - 3 mtrs.
ST-SC Duplex Patch cord (SM) - 3 mtrs.
SC -LC Duplex Patch cord, (mm) - 3mtr
SC -LC Duplex Patch cord, (sm) - 3mtr

Each
Each
Each
Each
Each

Fiber Connectors with Epoxy

46.
47.
48.
49.

LC Connector MM
SC (mm) connector
LC (sm) connector
SC (sm) connector

Each
Each
Each
Each

LIU Wall Mount Type

50.
51.

12 Port, unloaded , with side door


24 Port, unloaded, with side door

Each
Each

Directorate of Information Technology, Maharashtra State, Mumbai

68

MH LAN RC RFP
52.
53.
54.
55.
56.
57.

12 port loaded with couplers


6 Port adapter plate loaded
couplers
6 Port adapter plate loaded
couplers
6 Port adapter plate loaded
couplers
6 Port adapter plate loaded
couplers

with LC (mm)

Each
Each

with LC (sm)

Each

with SC (mm)

Each

with SC (sm)

Each
Each

Grounding kit

LIU Rack Mount Type

58. 12 Port patch panel loaded with LC Each


couplers

59. 24 Port patch panel loaded with LC Each


couplers

60.
61.
62.
63.
64.
65.
66.
67.
68.

Each
Each
Each
Each
Each
Each
Each
Each
Each

12 Port patch panel loaded with SC couplers


24 Port patch panel loaded with SC couplers
12 port unloaded
24 port, unloaded enclosure
48 port, unloaded enclosure
6 Port adapter plate with LC (mm) couplers
6 Port adapter plate with LC (sm) couplers
6 Port adapter plate with SC (mm) couplers
6 Port adapter plate with SC (sm) couplers
Labor and Other Services

69. Digging and refilling of tar road


70. Digging and refilling of concrete road
71. Digging and refilling of soft soil
72. ISI mark 11/2 inch GI pipe
73. 1" PVC Conduit with necessary fixtures
74. 1.5" PVC Conduit with necessary fixtures
75. 25 mm Casing Caping
76. 32 mm Casing Caping
77. 25 mm Flexible Pipe
78. 32 mm Flexible Pipe
79. Construction of Inspection Chamber of
4'x3'x2'(lxb xh)

size

1 Mtr
1 Mtr
1 Mtr
1 Mtr
1 Mtr
1 Mtr
1 Mtr
1 Mtr
1 Mtr
1 Mtr
Each

Directorate of Information Technology, Maharashtra State, Mumbai

69

MH LAN RC RFP

Maharashtra is determined to harness the information technology to create a


knowledge-based society wherein its people will be fully empowered to participate in
the development efforts of the state. The Government is also keen to provide an efficient
and transparent system of operations, which will
provide speedy services to its citizens and businesses.
The access to information has to be universal. At the
same time, administrative costs should be kept low. With this in view, the
Government of Maharashtra intends to computerize the working of all its
Departments and administrative units. The aim is to make the State a Maha-ITrashtra.

Directorate of Information Technology,


Government of Maharashtra
7thth Floor, Near Rajmudra Kaksh
Mantralaya,
Mumbai 400032
Tel.: +91-22-2202 4177
Fax: +91-22-22044586
Email: director_it@maharashtra.gov.in
Website: http://www.maharashtra.gov.in

Directorate of Information Technology, Maharashtra State, Mumbai

70

Вам также может понравиться