Вы находитесь на странице: 1из 77

................................................

................................................
................................................
................................................

RFP for Supply, Installation & Commissioning of


various IT hardware & Installation of Campus Wide
Area Networking & Providing Internet bandwidth &
Operation and Maintenance services in various APMCs
on behalf of Jharkhand State Agricultural Marketing
Board, Jharkhand.
..

Pre-bid meeting
Last Date of Submission
of Bid

xx.0.2016 on 1500
: hours
xx.0.2016 till 1500
: hours

Last Date of Submission of Bid Processing Fees & EMD:


xx.0.2016 till 1500 hours
Date of Opening of Bid

: xx.0.2016 at 1700 hours

Bid Processing Fee: Rs. 5,000

TheJharkhand State Agricultural Marketing Board,(hereinafter referred to as the


tenderer), intends toinvite offers through E-tendering route for Supply, Installation
& Commissioning of various IT hardware &
Installation of CWAN (Campus Wide Area Networking) & Providing Internet
bandwidth & providing operation and Maintenance services in 19 Nos of
APMCs on behalf of JharkhandState Agricultural Marketing Board,across the
JharkhandState. (Tender No. .)

Eligibility Criteria for the bidder:


1. Bidder should be IT System Integrator, Incorporated in Jharkhand and should be in
existence for at least 6 years as on 31 st March 2015. (attach copy of Certificate of
Incorporation)
2. Bidder must have an average turnover of Rs. 3 Crores or more in the last three
years. (attach copies of audited balance sheet).
3. Bidder should have local presence in at least three towns of Jharkhand in the form of
Service Office across Jharkhand.
4. The bidder should have executed at least one order worth Rs. 4 Cr in the last 3
years.
5. The bidder must be a licensed ISP in the state of Jharkhand for at least 5 years.
6. Bidder must ensure that the warranty support & service should be available up to
delivery locations to provide repairing cum replacement services of faulty
equipments within 48 hrs.
7. Bidder should attach Authorization certificate from the OEMs (quoted equipment) to
prove that they are authorized dealers / service providers who can ensure reliable
after sales support.
8. Bidder should have at least 15 skilled engineers with minimum 2 years Experience.
Information of educational qualifications and experience details. (attach statement)
9. The bidder should be ISO 9001:2008 certified. (attach Certificate)
10.Manufacturer of the product (OEM) should be ISO 9001:2008 Process Certified for
manufacturing. ISO certificates are required for items like Desktops, Laptops,
Printers, Ethernet Switches, Fiber Cable, UTP cable, Jack/Patch Panels, Information
Outlets and UPS. (attach certificates)
11.OEM & Bidder should not be blacklisted/banned/debarred or declared having
delivered dissatisfactory performance by any government/semi-government
authority in Jharkhand for supply of materials/carrying out operations and
maintenance work/application development. An undertaking by an authorized
signatory of the company needs to be submitted in this regard.
12.The bidder or any of its affiliates should not be involved in providing consultancy
services for the preparation or implementation of this project.
Note:
1.

Bidders who wish to participate in this bid will have to register on https:
..Further bidders who wish to participate in online bids will have to
procure Digital Certificate as per Information Technology Act 2000 using which
they can sign their electronic bids. Bidders can procure the same from (n) code
solutions ., or any other agency licensed by Controller of Certifying Authority,

Govt. of India. Bidders who already have a valid Digital Certificate need not
procure a new Digital Certificate.

The Terms and Conditions are as follows:


1

The
last
date
of
submission
of
bid
on
the
website
https://............................com is 1700 Hrs xx.03.2015.No physical bids
will be accepted under normal circumstances. However, the tenderer
reserves the right toask the bidders to submit the bid and/or any other
documents in physical form.

The bid is non-transferable.

Bidders are required to mention Make and Model of the products quoted.

The bidder will have to supply, install and provide training for hardware, software
and peripherals, provide internet bandwidth and carry out LAN cabling at various
APMCs located all across Jharkhand.

The bidder will quote for the following:

i.
ii.
iii.
iv.

Supply installation and commissioning of the listed hardware.


Supply installation and commissioning and maintenance of Internet
bandwidth. (Primary Link 4Mbps (1:1) + Secondary Link 2 Mbps (1:1) for
the full five year period.
Training and handholding of APMCs for the first six months.
Supply of manpower to support the services on-site for 5 years.

In case the quoted Item is not available in the market, the bidder will have to
supply Higher Version of that same at the quoted price in the same with prior
approval of the tenderer.

The Bidder shall bear all the costs associated with the preparation and
submission of its bid, and the tenderer in no case will be responsible or liable for
these costs, regardless of conduct or outcome of bidding process.

The bidder has to upload the compliance letter on its letter head duly signed by
the authorized signature and other supporting documents as asked for in the bid
in scanned format. Failing to submit the same or non-compliance from any bid
terms and conditions, eligibility criteria or technical specifications may result in
rejection of the bid.

The Bidder has to examine all instructions, forms, terms, conditions 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.

10

Amendment of Bidding Documents (Corrigendum)


At any time prior to the deadline for submission of bids, the tenderer may, for
any reason, whether its own initiative or in response to the clarification request
by a prospective bidder, modify the bidding documents.
The corrigendum will be published on the website..
In order to allow prospective bidders reasonable time to take into consideration
the amendments while preparing their bids the tenderer, at its discretion, may
extend the deadline for the submission of bids.

11

Bid Currency Prices shall be quoted in Indian Rupees only.

12

The Bidder will have to submit the Non-refundable Bid Processing Fees of
Rs. 5,000/- and EarnestMoney Deposit (E.M.D.) of 2% of the Tender
Value in the form of Bank Draft/Bank Guarantee on or before date and
hours ofsubmission of bids (i.e. xx.03.2016 up to 1500 Hrs) in a sealed cover
at the tenderer office with the heading Bid Processing fees and EMD for the
E-tender No. xxxxxxxxxxxxxxxxxxxxxxxx for Supply, Installation &

Commissioning of various IT hardware & Installation of CWAN (Campus


Wide Area Networking) in APMCs & Providing Internet bandwidth &
providing operation and Maintenance services in various APMCs on
behalf of Jharkhand State Agricultural Marketing Board, Ranchi across
the Jharkhand State.

12

Bid processing fees must be in the form of Demand Draft in the name of
xxxxxxxxxxxxxxxxxxxxxxx. payable at . along with
the covering letter.

EMD as mentioned above, shall be submitted in the form of Demand Draft OR


in the form of an unconditional Bank Guarantee (which should be valid up to
validity of bid + 90 days) of All Nationalized Bank including the public sector
bank or Private Sector Banks or Commercial Banks or Co-Operative Banks and
Rural
Banks
as
per
the
G.R.
no.
.issued by Finance Department or
further instruction issued by Finance department time to time in the name of
xxxxxxxxxxxxxxxxxxxxxxxxxxxxxx payable at ....................... (as per
prescribed format given at ..) and must be
submitted along with the covering letter.

Please affix the stamp of your company on the overleaf of demand draft.
In case of non-receipt of Bid Processing fees and EMD as mentioned above within
prescribed time the bid will be rejected by the tenderer as non-responsive.

13

Unsuccessful / Disqualified bidders E.M.D. will be returned as promptly as


possible but not later than 15 days after the expiration of the period of bid
validity OR upon the successful Bidder signing the Contract, and furnishing the
Performance Bank Guarantee @ 10% of the total order value as prescribed by the
tenderer, whichever is earlier.

14

In exceptional circumstances, the tenderer may solicit the Bidders consent to an


extension of the period of validity. The request and the responses thereto shall
be made in writing. A Bidder may refuse the request without forfeiting its E.M.D.
A Bidder granting the request will not be permitted to modify its bid.

15

The Successful bidder has to submit Performance Bank Guarantee @ 10% of total
order value within 15 days from the date of issue of Purchase order for the
duration of 66 months from All Nationalized Bank including the public sector
bank or Private Sector Banks or Commercial Banks or Co-Operative Banks and
Rural Banks as per the G.R. no.

16

Successful bidders will have to sign the contract upon receiving the Purchase
Order with the purchaser(s) within 15 working days from the date of Purchase
Order.

17

The successful Bidders E.M.D. will be returned upon the Bidder signing the
Contract, and furnishing the Performance Bank Guarantee @ 10% of the total
order value and offer of inspection of the ordered material or after completion of
bid validity whichever is later.

18

The E.M.D. may be forfeited:


(a)
if a Bidder withdraws its bid during the period of bid validity.
(b)
In case of a successful Bidder, if the Bidder fails:
(i) To sign the contract as mentioned above or
(ii) To furnish performance bank guarantee as mentioned above or
(iii) If the bidder is found to be involved in fraudulent practices.
19
Termination for Default:
19.1 The Purchaser may, without prejudice to any other remedy for breach of
contract, by written notice of default sent to the Bidder, terminate the
Contract in whole or part:
a) if the bidder fails to deliver any or all of the Goods within 90 working days in
19 APMCs from the date of purchase order, or within any extension
thereofgranted by the Purchaser or

b) if the Bidder fails to perform any other obligation(s) under the


Contract/Purchase order.
c) If the Bidder, in the judgment of the Purchaser has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract.
For the purpose of this clause:
Corrupt practice means the offering, giving, receiving or soliciting of
anything of value of influence the action of a public official in the procurement
process or in contract execution.
fraudulent practice : a misrepresentation of facts in order to influence a
procurement process or the 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 non-competitive levels
and to deprive the purchaser of the benefits of free and open competition;
19.2 In the event the Purchaser terminates the Contract in whole or in part,
pursuant to Clause 19.1 above, the Purchaser may procure, upon such terms
and in such manner, as it deems appropriate, Goods or Services similar to
those undelivered, and the Bidder shall be liable to the Purchaser for any
excess costs for such similar Goods or Services. However, the Bidder shall
continue the performance of the Contract to the extent not terminated.
20

Price shall be inclusive of all freight, forwarding, transit insurance and installation
charges.

21

Prices shall be inclusive of Excise Duties. The prices shall strictly be submitted in
the given format. Quoted prices shall be inclusive of all taxes except C.S.T. / VAT /
Service Tax. The tax components like C.S.T. / VAT / Service Tax as applicable shall
be mentioned separately in the respective columns.

22

Late Bids The bidder will not be able to submit the bid after final submission
date and time.

23

Modification and Withdrawal of Bids


23.1 No bids will be allowed to be modified subsequent to the final submission of
bids.
23.2 No bid will be allowed to withdrawn in the interval between the deadline for
submission of bids and the expiry of the bid validity. Withdrawal of a bid during
this interval will result in the forfeiture of bidders E.M.D.

24

Bids will be opened with the buyers private digital key in the presence of
Bidders representatives, who choose to attend. The Bidders representatives
who are present shall sign a register / attendance sheet evidencing their
attendance. The representative will be held responsible for all commitments
made on behalf of the bidder and that will be considered valid for all further
dealings related to this tender process. In the absence of the bidder(s), the
tender committee may choose to open the bids as per the prescribed schedule.

25

The Bidders names, Bid modifications or withdrawals, discounts and the


presence or absence of relevant E.M.D. and such other details as .
officer(s) at their discretion, may consider appropriate, will be announced at the
opening.

26

Evaluation of the Bids: After the closing time of submission, tender committee
will verify thesubmission of Bid Processing Fees and EMD as per bid terms and
conditions. The eligibility criteria evaluation will be carried out of the responsive
bids. The technical bids of the bidders who are complying with all the eligibility
criteria will be opened and evaluated next. The financial bid of the technically
qualified bidders will be opened and financially L1 bidder will be decided from the
sum total of prices for all line items without tax with 5 years warranty and then
called for further negotiations if required. The finalized unit rates of the
equipments shall remain valid for a period of 1 year from the date of award of
contract. The order will be placed to successful L1 bidder at the finalized unit
rates.

27

The bidder will have to offer the inspection in the manner as decided by the
tenderer before delivering to the respective sites or at customer sites. The cost of
the same has to be borne by the supplier. Any deviation found in the
specification of the produced goods or delivered goods after inspection from the
tender specifications will lead to the cancellation of the order, forfeiture of
EMD/PBG and prohibition in the participation in the future purchase of
Government of .................the tenderer will not be responsible for any time delay
which may arise due to any deviation from the bid technical specification found
at the time of inspection and the bidder has to deliver and install the ordered
goods within prescribed time limit. At the time of inspection, bidder is required to
produce OEMs confirmation on OEMs Letter head with Sr. Nos. of Equipment and
Software supplied for back to back warranty support as per tender terms and
conditions.

28

Delivery and Installation:


The successful bidder will have to deliver, install and commissioning the
hardware, LAN cabling and implement Internet Bandwidth in 19 APMCs within 90
working days from the date of confirm purchase order / award of contract.
The successful bidder has to carry out site survey as per the schematic network
diagram given in bid document and submit the change (if any) in Network
diagram, Schematic Diagram and Routing diagram and obtain the approval from
the respective APMCs within the implementation time.

29

Bids shall be valid for the period of 1 year from the date of price bid
opening. A bid valid for shorter period shall be rejected as nonresponsive. If required, the tenderer may extend the bid validity for
furtherperiod from the date of expiry of bid validity in consultation with
the successful bidder.

30

Bidders are required to quote all items including optional add-ons as well.
Incomplete bids will be treated as non-responsive and will be rejected.

31

The finalized unit rates of the equipments shall remain valid for a period of 1 year
from the date of award of contract. Based on the approval & availability funds
order for the additional APMCs shall be placed to the successful bidder &
successful bidder is bound to supply & install & commissioning of IT hardware &
Installation of CWAN (Campus Wide Area Networking) & provide Internet
bandwidth & providing Operation and Maintenance services at the finalized unit
rates.

32

Warranty:
33.1 Warranty: Comprehensive onsite warranty for 5 years from the date of
installation of suppliedhardware, LAN cabling & Internet bandwidth along with
the networking equipments.
33.2 Maintenance service
33.2.1 Free maintenance services shall be provided by the Bidder during the
period of warranty.
33.2.2 In case bidder, is not providing satisfactory support & doing unwarranted
delay in providing warranty support, Govt. offices reserves right to repair
the equipment at risk & cost of the bidder.
33.2.3 The Bidder/System Integrator will be required to co-ordinate with software
vendor and/or do liaisoning with other service providers to achieve the
end-to-end connectivity. This also includes OS configuration with respect to
LAN/WAN technologies implementation.
For Hardware, LAN Cabling and Network:
a. No advance payment will be made.
b. 90% payment after successful inspection, delivery and installation of the
ordered goods. The inspection will be done as decided by the tenderer.

c.

Remaining 10% payment will be made after 3 months of completion of


successful installation, and completion of the users operational training of
the ordered goods to the purchasers staff.

For Connectivity Services:


a. No advance payment will be made.
b. 100% payment of one time charges of installation and commissioning of
connectivity at various locations as specified will be paid after successful
commissioning of link.
c. Internet Bandwidth charges will be paid quarterly after completion of each
quarter for 5 years. First quarter will start after date of successful completion
of installation and commissioning of connectivity.
For Operation and Management Services by providing Manpower for 5
years:
a. No advance payment will be made.
b. Manpower charges will be paid quarterly after completion of each quarter for
the full period of five years. First quarter will start after date of successful
completion of installation of Hardware, LAN Cabling and Network and
commissioning of connectivity.

35

The tenderer reserves the right to change any bid condition of any item even
after inviting the bids, with / without prior notification.

36

The tenderers Right to accept any Bid and to reject any or all Bids the tenderer
reserve the right to accept or reject any bid, and to annul the bidding process
and reject all bids at any time prior to awarding the 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 such decision.

37

The tendered quantities are estimated based on the receipt of the requirement
from APMCs onbehalf of . State Agricultural Marketing Board,
.. At present department isplanning to execute the project at 19
numbers of APMCs across the State within the time limit specified in this RFP.
Remaining APMCs will be executed subject to approval of funds. Based on the
approval & availability funds order for the additional APMCs shall be placed to the
successful bidder & successful bidder is bound to supply & install &
commissioning of IT hardware & Installation of CWAN (Campus Wide Area
Networking) & provide Internet bandwidth & providing Operation and
Maintenance services at the finalized unit rates.

38

All correction/addition/deletion shall require authorized countersign.

39

Limitation of Vendors Liability: Vendors cumulative liability for its


obligations under the contractshall not exceed the contract value and the vendor
shall not be liable for incidental, consequential, or indirect damages including
loss of profit or saving.

40

Force Majeure Shall mean and be limited to the following:


a) War / hostilities
b) Riot or Civil commotion
c) Earthquake, flood, tempest, lightening or other natural physical disaster.
d) Restrictions imposed by the Government or other statutory bodies which
prevents or delays the execution of the order by the BIDDER.
The BIDDER shall advise the tenderer by a registered letter duly certified by the
local statutory authorities, the beginning and end of the above causes of delay
within seven (7) days of the occurrence and cessation of such Force Majeure
Conditions. In the event of delay lasting over two months, if arising out of causes
of Force Majeure, the tenderer reserves the right to cancel the order.

Completion period may be extended to circumstances relating to Force Majeure


by the tenderer. Bidder shall not claim any further extension for completion of
work. The tenderer shall not be liable to pay extra costs under any conditions.
The BIDDER shall categorically specify the extent of Force Majeure conditions
prevalent in their works at the time of submitting their bid and whether the same
have been taken in to consideration or not in their quotations. In the event of any
Force Majeure cause, the BIDDER shall not be liable for delays in performing their
obligations under this order and the delivery dates can be extended to the
BIDDER without being subject to price reduction for delayed delivered, as stated
elsewhere.
It will be prerogative of the tenderer to take the decision on force major
conditions and the tenderer decision will be binding to the bidder.

41

Bidders can seek written clarifications at least 5 days before the date of prebid to . the tenderer will
clarify and issue amendments if any. No further clarification what so ever will be
entertained.

The bid should be submitted on the website on or before 1500 Hours, 20.01.2016.
The Technical Bids will be opened on xx.03.2016 at 17:00 Hours at
xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxin the presence of the committee
members and representatives of the bidders, whohave submitted valid bids. Only one
representative from each bidder will be allowed to attend the tender opening. The
representative will be held responsible for all commitments made on behalf of the
bidder and that will be considered valid for all further dealings related to this tender
process.
Please address all queries and correspondence to

Brief of the Project


Department of Cooperation, Government of .......... through open tender has already
selected service provider to provide comprehensive e-market platform to various
agriculture market commodities across the state.
Through this electronic platform traders/farmers can online auction/sell their produce in
transparent manner & they will have better access of market & rates, which it aims to
improve transparency and efficiency in markets for agricultural produce in the state in
order to help producer-sellers (farmers) to secure the best price for their produce, and
intends to achieve this through increased competition amongst buyers, a transparent
auction process, rationalization of market practices and other measures.
To improve this e-market platform in various Agricultural Produce Marketing Committees
(APMCs) across the State, ..........State Agricultural Marketing Board (Under the
Department of Cooperation) intend to invite bids for selection of system integrator for
Supply, Installation & Commissioning of various IT hardware, Installation of CWAN
(campus Wide Area Networking) in APMC & Providing Internet bandwidth & providing
operation and Maintenance services for 5 year.
Across the ..........State, depending upon the volume and size of transaction handled,
the APMCs have been categorized in 3 types i.e. Type A, Type B & Type C. The
requirement shall vary depending upon the categories of APMC & the same is placed at
Annexure A.
At present, in Phase-1 department is planning to execute the project at 40 nos. of
APMCs based on the approved funds available. In Phase-2, department shall execute
the said project in remaining APMCs, based on the approval of funds received from
Government of India, subject to validity of finalized unit rates under this project.
The successful bidder has to carry out the site survey as per the schematic network
diagram given in bid document and submit the change (if any) in Network diagram,
Schematic Diagram and Routing diagram and obtain the approval from the respective
APMCs.

Scope of Work
As the purpose of this project is to provide B to B services (Business to Business
Services) such as auction of their produces online, the uptime of supplied equipments
and internet bandwidth is highly critical. Hence it has been envisage to have availability
of the services all the time. The successful bidder will have to supply, installation &
commissioning of hardware (including Desktops, Printers, Laptops, Tablets, Mobile
Printers), Internet Bandwidth, Campus Wide Area Networking, Wireless Networking and
provide Operation & Maintenance Services for the entire project for the period of 5
years.
The APMC wise requirements: Internet bandwidth from two ISP, One Wireless Controller,
One 24 Port Layer 2 Switch for Admin Block, Two 8 Port Switch, Desktops, Printers.
Category wise requirement detail is given as per Annexure B.
The Broad scope of work is as follows:
Scope of Work related to supply and installation of IT Hardware:
Scope of Work related to Internet Bandwidth / Connectivity Part:
Scope of Work related to LAN Network and Wireless Networking Part:
Scope of Work related to Operation and Management Services by
providing Manpower:

SI shall be responsible for the following scope of services and shall be


the Single Point of responsibility for the end user/client officials:

Scope of Work related to supply and installation of IT Hardware:

Supply, install, operate, maintain and provide warranty and related


support services including AMC for hardware and upgrade/update for
system software, as detailed out in BoM, including related software, OS
etc for a period of 5 years from the date of installation for all supplied
items at respective APMCs.

Costs must include cost of delivery at designated locations at APMCs,


transit handling and insurance, custom duties etc as may be applicable.
Taxes shall be shown separately as in financial bid and should include all
applicable taxes as on date of bidding and shall be paid as per actual.
Variations in rates and structure, introduction of new levies shall be
payable separately.

System Integrator shall be responsible for installation of the Desktop,


Printer, UPS at APMCs as per the requirement specified in this RFP.

System Integrator shall be responsible for installation & maintenance of


Operating System & Antivirus installation in Desktop & Laptop as & when
required at each APMCs.

System Integrator shall be responsible for integration of Desktops,


Printers, UPS & networking equipments at each APMCs.

As the said application is Internet based, SI shall be responsible for


availability of Internet Bandwidth in all the installed Desktops.

System Integrator shall provides onsite warranty support for five years
from date of installation for all the supplied items.

Scope of Work related to Internet Bandwidth / Connectivity Part:


AseparateAgreement will be signed with the successful bidder. The same
will be signed initially for a period of 5 years which may be extended on
mutual terms. As bidder will be responsible for smooth functioning of the
entire network connectivity, availability of sufficient quantities of all the
critical components will be taken care of by the bidder to maintain the
guaranteed uptime.
At present connectivity requirement is for 19 APMC locations across the
Jharkhand State as per Annexure A which may further increased to
cover remaining APMCs subject to approval of fund inthe period of 1
year.
Bidder has to offer Internet Bandwidth (1:1 Raw, Dedicated & Unshared)
from two different ISPs (for redundancy) so that in case of non
availability of internet bandwidth from one ISP, the APMC should get the
internet bandwidth from other ISP, thus APMC should get the internet
bandwidth all the time.
The successful bidder has to integrate the internet bandwidth from two
different ISP with the supplied networking equipments at each APMC
such that, in case of non availability of internet bandwidth from one ISP,
there will be internet bandwidth available from other ISP.

The minimum requirement of Internet Bandwidth, to be supplied


by bidder at auction hall & auction shed area at APMCs is as
mentioned below:
Bidder shall provide real IP address for exclusive use by APMCs locations
across state.

APMC
Type C

Internet Bandwidth
IPS 1
4 Mbps (1:1 Raw)

Internet
Bandwidth ISP 2
2 Mbps (1:1 Raw)

Total Bandwidth
6 Mbps

Bidders are requested to take into consideration all the equipments required for
providing connectivity while quoting for the tender. Bandwidth will be terminating
on the WAN port of Firewall / Security appliance i.e. 10/100/1000BaseT port.
Department will not pay any additional charges for the Router, Modem or Fiber to
Ethernet convert for the same.

Internet Bandwidth from both ISP configured should be in such a way that user can
able to use both Internet Bandwidth and in case on failure of one ISP line, second
ISP line will take over the entire load. Bidders shall provide Internet bandwidth
Connectivity with last mile connectivity on either Optical Fiber or RF or Copper with
the Uptime Commitment, Quality of Services & Penalties as stated in SLA of the
RFP.

The Bidders ISP Network uptime should be at least 99.5%, and Packet loss should
be less than 1%. Up time guarantee must be 99 % failing which a penalty will be
applicable.

Bidder should take care of the 24x7x365 days connectivity at all the APMC location
without any downtime.

The Bandwidth shall be supplied strictly in accordance with the specifications and
conditions stated in the SLA.

The Bidder will be responsible to provide the Bandwidth at all the locations at the
agreed price over the period of Five year. The works are to be completed on
turnkey basis. The Bidder shall be responsible for implementation of the work as
defined. Bandwidth price can be reviewed every year & in case of rate dropped;
the bandwidth rates can be negotiated & mutually decided.

Scope of Work related to LAN Network and Wireless Networking Part:

Supply, Installation, Commissioning and Configuration of the Network Switches/


Security Appliance (Firewall), Wireless Controller, Access Point etc. and associated
equipment as per the requirement.

Supply, Installation, Commissioning and Configuration of the cabling components


and associated equipment as per the solution.

Supply, Installation, Commissioning and Configuration of the Network Wireless


Controller / Access Points and associated equipment as per the solution. Supply
and Install Wireless Network Management system to manage the entire campus
Infrastructure through Wireless controller.

LAN / Wireless Test connectivity end to end and commission the system; for proper
connectivity as a part of Quality Assurance/Quality Check.

Test all redundancies and resiliencies as per the solution as a part of QA/ QC
procedures and submit a detailed documentation of the installed and
commissioned system.

Supply and Install of Wireless Management System in area of Admin block, Auction
area and Weighing bridge so that Network can be manage entire campus
infrastructure centrally.

Before carrying out the cabling work, a layout diagram shall be prepared &
finalized with respective APMCs./Departments.

The successful bidder will have to configure the Network Switch, Wireless Controller,
Access Point / Security Appliance (Firewall), cabling components and associated
equipment in existing Network.

The successful bidder will have to supply the HDPE pipes complying with ISI standards.

Successful bidder should ensure that the quoted product must be seamlessly integrate
with all the equipments deploy on network.

Successful bidder is required to configure Internet Distribution (Internet facility) in all


extended nodes with all services.

Services on Internet should be seamlessly available on entire APMC network. Successful


bidder is required to configure the quoted product & will require coordinating with
existing vendor(s) of APMC if required.

The quantity of Access Points may vary based on the requirements and if required
System Integrator shall supply additional Wireless Access Point at quoted rate in the
bid.

If required, necessary electrification for the installation / integration of supplied goods


will be carried out by successful bidder.

For Router, Firewall, Wireless Controller; bidder is required to required to clearly specify
in their technical bid, whether bidder is proposing a solution with single device meeting
functionality of Router, Firewall, Wireless Controller or bidder is proposing separate
devices for Router, Firewall, Wireless Controller.

Scope of Work related to Operation and Management Services by providing


Manpower:

Operation & Maintenance Service by Manpower / Engineer at Site for First


Year of Contract:
Bidder is required to deploy minimum one Full time Service / Network Engineer at each
APMCs during all working days during first year of contract. The deployed resources,
Troubleshooting, O&M of all the installed components at APMCs.

Skilled Service / Network Engineer should having minimum qualifications of Diploma


(EC/IT/CE)/ITI 1 year of relevant experience OR any graduate with relevant
Hardware & Software diploma certification with 2 years of relevant experience. The
manpower is required to be deployed for the full 5 years of the contract.

Following considerations shall be kept in mind, to arrive at the campus architecture


of the respective APMC.
Highavailability:
It is required because of mission critical systems running on the campus network. If any active
link going down for any reason should have preferably no impact or minimal impact on the
network performance.
The network level redundancy should be automatic and no manual intervention should be
required for switchover of the links.
Modularity:
It is a key requirement in the sense that incremental additions should be possible at the
hardware and software levels as evolving needs justify expansion.
Scalability and Expandability:
Scalability and Expandability are the stated requirements of the proposed campus network at
respective APMC site location. The solution should be Scalable and Expandable, if required,
should be easy with minimal changes in the network.
Flexibility:
Flexibility and ease of adding new services or features (Data, Voice, Video, Wireless etc.)
required due to the dynamic operating environment.
The proposed solution should also be flexible enough to support current standards and
foreseen upcoming standards
QoS:
Quality of Service is required in the proposed network as various user groups and various
applications will be running on the network. All the network components being proposed
should support traffic policies and QoS
Reliability:
High reliability of the entire product constituting the core of the campus network and other
sub systems is crucial. The product should have the self healing with fast convergence future
in case of any failure. The equipments proposed should have high MTBF and with prove
reliability.
Redundancy:
Physical redundancy is required at fiber level. This should be achieved using redundant runs
of fiber on redundant paths. If primary fiber gates cut or damaged for any reason, it should
have preferably no impact or minimum impact on the overall operation system. Network level
redundancy is required at the connectivity level.
Down times must be minimized by the right choice of components, right design and provision
of adequate redundancy.
Security:
Security is one of the key requirements of proposed campus network as different user groups
are using this common infrastructure with very sensitive applications. So provision of
adequate security to be provided on the network between different user groups.
Management:
Complete visibility and control of the network, as well as the provision of being able to
exchange data with the management platforms or other sub systems is crucial to the
proposed campus network.
Simplicity:

The proposed network design should be simple with minimum variety of components and
from a single manufacture. This also implies simple to understand, implement and maintain
the entire system.
The bidder should furnish a brief write up backed up with adequate data, explaining his
available capacity and experience both technical and commercial, for the installation and
supply of the required systems and equipments within specified time of completion after
meeting all their current commitments.
The successful bidder will have to carry out the site survey as per schematic network diagram
annexed in bid document and submit the change (if any) in Network diagram, Schematic
Diagram and Routing diagram andobtain the approval for the same from the APMC. The
successful bidder will have to provide display board with all details of tags with all tag nodes,
Network Diagram, Schematic Diagram and Routing Diagram.

Services
1. Installation and Termination, documentation and Site certification for Indoor/Outdoor
Fiber Cabling.
2. Optic Cable laying with route survey and documentation with following:
2.1 Outside building laying of fiber in HDPE/GI Pipe on wall or underground with
proper clamping and Securing.
2.2 SC connector termination on Fiber Optic cable.
2.3 Supply and installation of buffer tubing kit.
2.4 Cable pulling pit made of reinforced concrete and brick walls with removable
covers, if required.
2.5 Fiber optics cable route marker, if any.
2.6 Performance testing of laid Fiber Optic cable for continuity, length and db loss as
per FIA/TIA-455-60.
2.7 Document for FO test procedures and Documentation of the results.
3. HDPE ducts 32mm OD for fiberArmoredfiber pulling will be laid in ground 2.5 feet
deep and 1 feet wide trench. Cable to be laid over 1 inch sand bed and covered soil
over that where ever road crossing is there or cable is coming out of ground and
outside building. This work will be divided in the flowing subdivisions. At the end
there should be no fiber cable openly visible.
4. In-building laying of UTP CAT 6 cable with cable route survey and detailed cable route
diagram, termination of cable with labels and marking as per approved labeling plan
and documentation.
5. Supply and fixing of ISI marked PVC Conduit of sizes 1.5 size for UTP Cable. With
secure enclosing of cable so that it will not be visible from and at any point. Ts and
Bend required to be installed where ever required.
6. Installation and termination of UTP cables on Patch Panel with wire Manager and on
Information outlet, crimping of RJ45 connector Performance testing of the laid UTP
cable for Channel Link as per EIA/TIA TSB-67 standard or higher in particular wire
map (Short, open, transpose, reverse, split), NEXT, PSNEXT, FEXT, PSFEXT, ACT,
PSACR, Return loss, length, propagation delay, delay skew, Site certification for
performance warranty of 20 years through OEM, Network Audit.
7. 20 Years warranty on parts and performance on installed networks for copper as well
as fiber. Site registration requires with OEM for logical and passive network. This also
includes following steps:
7.1 The first step in certification is site registration.
7.2 The network design, which includes logical active network and passive network,
has to be approved. This procedure is initiated by filling up a registration form by
the installer.
7.3 A unique number is attached to this registration.
7.4 The site has to be designed, installed and tested by Installers.
7.5 The following documentations are required.
7.5.1 Logical diagram,
7.5.2 Routing diagram,
7.5.3 Schematic Diagram
7.5.4 Test Report for each point.
8. Installation and configuration of Layer-2 Core Switches: Installation and
configuration of Layer-2Switches with Vlans creation and link redundancy
implementation per location.
9. Installation and configuration of Wireless Controller and Access points:
Installation and configuration ofWireless Controller and Access points to allow the
mobile user to access the Internet/LAN networking within the APMC campus mainly
the area of Admin Block, Auction Area, Weighing area and gates.
Training Scope

Training to users / members of the Purchaser for at least 3 to 5 days on the


components of structured cabling, LAN, WAN, Security, basic trouble shooting and
maintenance. (Shall provide all reference manuals, booklets and other materials
required for training) at Purchasers site.
A minimum of 3 (Three) personnel to be trained per APMC. Training will be required
only for the APMC site location where Leased Line, CWAN and Wireless will be
implemented.

Service Level Agreement (SLA)


Provide warranty/onsite maintenance for IT infrastructure that shall be supplied and
installed under this procurement throughout the period of contract.
Ensure that all these equipments integrate and function as per the requirements and
meet SLAs set out in this document.
Free maintenance services shall be provided by the Bidder during the period of
warranty.
The maximum response time for maintenance complaint from any of the destinations
specified in the Schedule of Requirements / Purchase order(s) (i.e. time required for
bidders maintenance engineer to report at the installation after a request call /
telephone or letter is written) shall not exceed 24 hrs.
Maintenance and repair of the structured cabling during the warranty period including
supply of all spares. This shall not relieve the supplier of any warranty obligations under
this contract.
Spare Parts: Supplier shall carry sufficient inventories to assure ex-stock supply of
consumables and spares.Other spare parts and components shall be supplied as
promptly as possible but in any case within six months of placement of order. Supplier
shall ensure the availability of after sales service for a period of at least six years
including the warranty period.
Warranty:
In partial modification of the provisions, the warranty period shall be 5 years
from date of acceptance of Goods. The Supplier shall, in addition, comply with the
performance and/ or consumption guaranteesspecified under the contract. If for
reasons attributable to the- Supplier, these guarantees are not attained in whole or in
part, the Supplier shall at its discretion either:
The bidder shall provide a Twenty-Year Product Performance Warranty for all the passive
elements quoted.
In the event of any correction of defects or replacement of defective material during
the warranty period, the warranty for the corrected/replaced material shall be extended
to a further period equivalent to the downtime.
The period for correction of defect in the warranty period is 3 (three) working days.
Maintenance during warranty period:
The Supplier will accomplish preventive and breakdown maintenance activities to
ensure that all hardware execute without defect or interruption.
If any critical component of the entire configuration is out of service for more than
three days, the Supplier shall either immediately replace the defective unit or replace it
at its own cost.
The Supplier has to attend the site call and commence repair work of the equipment
within 24 hours of being notified of equipment malfunction.
The supplier shall guarantee a 98% uptime of the Network.

The Warranty should be comprehensive onsite warranty with 5 years and will cover
the cost of all the spare parts required for replacement/repair the campus area wide
LAN. The Warranty may be on regular basis to ensure the minimum downtime of the
system. In other words Warranty should assure 98% uptime of the LAN.
During warranty period, if the complaint is not resolved within 48 hrs, for Tablets,
Printers, Monitors, Access Points LAN cabling components and other peripherals,
penalty would be levied as mentioned in this RFP. The amount of penalty will be
recovered from the Performance bank guarantee during warranty period
Maintenance service: The maximum response timeformaintenance complaint from
anyofthe ,destinations specified in the Schedule of Requirements (i.e. time required for
suppliers maintenance engineer to report at the installation after a request
call/telegram is made or letter is written) shall not exceed 48 hours.

Hardware Installation: The Supplier will be responsibleforall unpacking, assemblies,


wiring, installations,cabling between hardware units and connecting to power supplies.
The Supplier will test all hardware operations and accomplish all adjustments necessary
for successful and continuous operation of the hardware at all installation sites. The
supplier has to submit Daily Report of material used to APMC site location.
System Integrator shall be responsible for coordination for the smooth function of this
Project with stack holders like (i.e. NeML, NCDEX, Respective APMCs & Government
Department etc.)
Penalties for delay in delivery & implementation:
a.

If the bidder fails to complete the entire project within 45 working days in 10
APMCs & 75 working days in 30 APMCs from the issue of the confirmed
purchase order, then a sum equivalent to half percent (0.5 %) of the total
contract value shall be deducted from the payment for each calendar week of
delay or part thereof.

b.

The amount of penalties for delay in installation shall be subject to a maximum


limit of 10% of the total contract value.

a.

Delay in excess of 20 weeks from the date of confirmed purchase order will be
sufficient to cause for termination of the contract. In that case the Performance
Bank Guarantee of the bidder will be forfeited.

b.

In case, the selected bidder does not supply the ordered items for any reason,
the bidder will be liable to pay the difference amount to the purchaser, over
and above the performance guarantee, which indenter department has to pay
to the next or other selected bidder for purpose of the said items.

Operational / Warranty period Penalties:


a.

During warranty period, if the complaint is not resolved within 48 hrs the
penalty of Rs. 300 per day for Computer, Laptop, Networking Switches will be
levied and the penalty of Rs. 200 per day for Tablets, Printers, Monitors, Access
Points LAN cabling components and other peripherals the will be levied.
However, if the complaints not resolved within 7 days then from 8 th day to 14th
day, penalty would be levied @ 150% and from 15 th day onwards penalty @
200% of the above rates would be levied. The amount of penalty will be
recovered from the Performance bank guarantee during warranty period.

b.

In case an item is not usable beyond the stipulated maximum downtime the
bidder will be required to arrange for an immediate replacement of the same till
it is repaired. Failure to arrange for the immediate repair/replacement will be
liable for penalty of Rs. 300 per day for Computer, Laptop, Networking Switches
and Rs. 200 for Tablets, Printers, Monitors, Access Points LAN cabling
components and other peripherals. The amount of penalty will be recovered
from the Performance bank guarantee during warranty period.

c.

Successful bidder should submit the Performance Bank Guarantee @ 10% of


total order value for the duration of 66 months as per bid requirements. In any
case, bidder is required to maintain 5% PBG at all time during the period of
contract. In case of any penalty claimed from the submitted PBG during the
contract period, the successful bidder is required to submit the additional PBG
of the amount equal to the penalty claimed for the duration up to the validity of
original Bank Guarantee. For example, X amount of penalty will be claimed
during the 5th month of contract period, then the bidder is required to submit
the additional PBG of X amount for the period of 61 moths i.e. 66 moths 5
months.

Penalty related to Internet Bandwidth / Connectivity:


For purposes of penalty calculation, each site shall be treated separately. In case of SLA
breached on more than one parameter, cumulative penalty should be calculated
The Service Provider shall be responsible for maintaining the desired performance and
availability of the system/services. Operational penalty will be imposed for each Hour
delay or part there of delay, until actual availability of agreed Internet Bandwidth. If the
Service Provider fails to provide services as specified above, the following penalty will
be imposed
If Quarterly Service uptime is
1) 99.00% or
better
2) Less than
99.00%

NO Penalty

Up Time
During working days from 09:00 AM to 05:00 PM, Rs.10,000/per Hour on
downtime beyond agreed quarterly down time.
During 05:00 PM to 09:00 AM, Rs.5,000/- per Hour on
downtime beyond
agreed quarterly down time.

Exclusions / conditions for which Downtime will not be considered as Downtime:


1) Downtime due to planned outage for which prior intimation has been given.
2) The uptime or Downtime calculation will not include any down time related to any
media & its equipments, which are not provided / installed by the System
Integrator.
3) The downtime caused due to problems related to non availability of power at
APMC, due to switched off / failure of power and/ or power fluctuations, hardware
failure due to above.
4) Downtime due to Non browsing/slow browsing of any due to Websites own
problem/any other problem, server/virus problem in the network etc.
Penalty related to Operation and Management Services by providing
Manpower:
Manpower to be deployed to support IT Infrastructure at each APMC location as
mentioned in bid document. Minimum one full time (during Office hrs.) skilled Service /
Network Engineer to be deployed at each APMC location during first year of contract
which may be extended for further period during contract period of 5 years.
In case the skilled engineer is absent for any reason, then the successful bidder has to
arrange the replacement in co-ordination with the respective APMC. If for any reason
the said manpower is found to be absent without prior permission at the location, then
a penalty of Rs. 200/ per absent day will be levied which would be deducted from the
quarterly payment. However 1 (One) Casual Leave (CL) per month is allowed with prior
permission of the concern APMC.

Special Terms and Conditions


[A]

Testing and Certification:

1.
Inspection and Tests prior to shipment of Goods and at final acceptance
are as follows:
1.1 The Inspection of the goods shall be carried out to check whether the goods are
in conformity with the technical specifications attached to the contract.
1.2 Following broad test procedure will generally be followed for inspection and
testing of machine.
1.3 The supplier will dispatch the goods to the ultimate consignee after internal
inspection testing along with the suppliers inspection report and manufacturers
warranty certificate. The purchaser will test the equipment after completion of
the installation and commissioning at the site of the installation.
1.4 For site preparation, the supplier should furnish all details to the purchaser
sufficiently in advance so as to get works completed before receipt of the
equipment.
1.5 Complete Hardware and software as specified should be supplied, installed and
commissioned properly by the supplier prior to commencement of Performance
testes.
1.6 The entire project will be completed within 45 working days in 10 APMCs & 75
working days in remaining 30 APMCs from the date of award of contract.
2. The acceptance Test will be conducted by the purchaser / their consultant or any
other person nominated by the purchaser, at its option. The acceptance will involve
trouble free operation for seven consecutive days. There shall not be any additional
charges for carrying out acceptance tests.
3. No malfunction, partial or complete failure of any part of hardware or excessive
heating of motors attached to printers, drivers etc. or bugs in the software should
occur. All the software should be complete and missing modules/sections will not be
allowed. The supplier shall maintain necessary log in respect of the result s of the
tests to establish to the entire satisfaction of the purchaser, the successful
completion of the test specified. An average uptake efficiency of 98% for the duration
of test period shall be considered as satisfactory.
4. In the event of the hardware software failing to pass the acceptance test, a period
not exceeding two weeks will be given to rectify the defects and clear the acceptance
test, failing which the purchaser reserves the rights to get the equipment replaced by
the supplier at no extra cost to the purchaser.
5. Inspection of the installation will be at the installation site and acceptance will be
granted upon successful installation unless otherwise provided. Title to / or risk of
loss or damage to all items shall be the responsibility of the bidder until acceptance
by Purchase, unless loss or damage results due to negligence from purchaser. If the
material or services supplied to purchaser are found to be defective or do not confirm
to the specifications, Purchaser reserves the right to cancel the contract upon written
notice to the bidder and return products at bidders expense, based upon the terms
of contract.
6. The bidder shall not declare any work as completed until Purchaser has inspected the
work. If the bidder close up the work prior to inspection by Purchaser, the bidder shall
uncover the work according to the specification contained herein.
7. The bidder shall notify Purchaser in written when the work is ready for inspection.
The Purchaser will inspect the work as expeditiously as possible after receipt of
notification from the bidder.

[B]

Testing and Certification:

1.

CAT -6 Cabling Testing:


1.1 100 percent of the horizontal and riser wiring pairs shall be tested for opens,
shorts, polarity reversals and split pairs.
1.2 Horizontal wiring pairs shall be tested from the information outlet to the
telecommunication closet.
1.3 The CAT -6 cabling systems shall be tested to certify conformance with the
ANSI/ TIA/EIA-S68-A-S Commercial Building Cabling Standards.
1.4 Require test documentation to list not only pass/fail indications for each circuit
tested, but also the actual measured values of all the test parameters.
1.5 Testing of CAT-6 cabling systems shall include the following parameters:
1.5.1 Length
1.5.2 Attenuation
1.5.3 Pair-to-Pair Near-End Cross Talk (NEXT)
1.5.4 Power Sum NEXT
1.5.5 Far-End Cross Talk (FEXT)
1.5.6 Pair-to-Pair Equal Level Far End Cross Talk (ELFEXT).
1.5.7 Power Sum ELFEXT
1.5.8 Attenuation to Cross Talk Ratio (ACR)
1.5.9 Power Sum ACR
1.5.10Propagation delay and Delay Skew
1.5.11Return Loss
1.5.12All links must be characterized up to 100 MHz.

2.

3.

Optical Fiber Cabling Testing:


2.1

All fiber testing shall be performed on all fibers in the completed end-toend system

2.2

There shall be no splices unless clearly defined. Testing shall consist of a


bi- directional end to end by using either OTDR or Fiber Cable Tester.

2.3

The system loss measurement shall be provided at 850 and 1310


nanometers for single mode fibers.

2.4

Loss Budget: The following formula should be used:Fiber links shall


have a maximum loss of (allowable cable loss per km) (km of fiber in link)
+ (04dB) (number of connectors) = maximum allowable loss.

2.5

A mated connector-to connector interface is defined as a single connector


for the purpose of this contract.

2.6

The bidder, at no charge shall bring any link not meeting the requirements
of the standard into compliance to Purchasers requirements.

2.7

Structure cabling installer is responsible for getting the Structured Cabling


Plant certified by the Structured-cabling vendor.

Manuals and Drawings:


3.1 Before the goods and equipment are taken over by the Purchaser, the Supplier
shall supply operation and maintenance manuals together with drawings of the
goods and equipment. These shall be in such detail as will enable the Purchaser
to operate, maintain, adjust and repair all parts of the equipment as stated in the
specifications.
3.2 The language of manuals and drawings shall be in English.
3.3 Unless and otherwise agreed, the goods and equipment shall not be considered
to be completed for the purpose of taking over until such manuals and drawings
have been supplied to the Purchaser.

4. For the System and Other Software the following will apply: The Supplier
shall provide complete andlegal documentation of hardware, all subsystems,
operating systems, compiler, system software and the other software. The Supplier
shall also provide licensed software for all software products, whether developed by
them or acquired from others. The supplier shall also indemnify the purchaser
against any levies/penalties on account of any default in this regard.
5.

Acceptance Certificates:
5.1 On successful completion of acceptability test, receipt of deliverables etc. and
after the purchaser is satisfied with the working of the system, the acceptance
certificate signed by the supplier and the representative of the purchaser will be
issued. The date on which such certificate is signed shall be deemed to be the
date of successful commissioning of the systems.
5.2 At least One Weeks training shall be conducted on the dates mutually agreed
upon and within two months from the date of acceptance of supply at the
Purchasers site.

6.

Delivery and Documents:


6.1 Upon delivery of the Goods, the supplier shall notify the purchaser and the
insurance company by cable/telex/fax the full details of the shipment including
contract number, railway receipt number and date, description of goods,
quantity, name of the consignee etc. The supplier shall mail, the following
documents to the purchaser with a copy to the insurance company:
6.1.1 03 Copies of the Supplier invoice showing contract number, goods
description, quantity, unit Price, total amount
6.1.2 Railway receipt/ acknowledgment of receipt of goods from the
consignee( s);
6.1.3 03 Copies of packing list identifying the contents of each package
6.1.4 Insurance Certificate
6.1.5 Manufacturers/Suppliers warranty certificate.
6.1.6 Inspection Certificate issued by the nominated inspection agency, and the
Suppliers factory inspection report; and
6.1.7 Certificate of Origin
6.2 The above documents shall be received by the Purchaser before arrival of the
Goods (except where the Goods have been delivered directly to the Consignee
with all documents) and, if not received, the Supplier will be responsible for any
consequent expenses

7.
Insurance: For delivery of goods at site, the insurance shall be obtained by the
Supplier in an amountequal to 110% of the value.
8.

Incidental Services:

8.1 The following. Services shall be furnished and the cost shall be included in the
contract price:
8.2 Performance of the on-site assembly, commissioning and start-up of the
equipment:
8.2.1 Installation, Configuration and Satisfactory Customization of the
parameters of the Layer 3 Core stackable Switch excluding the costing for
the configuration and customization of the layer 3 Module or the Policy
Module (where applicable).
8.2.2 Installation, Configuration and Satisfactory Customization of the
parameters of the Layer 3 Distribution Switch. The configuration shall be
restricted to VLANs configuration of Access Lists as necessary and
implementing Policies where necessary. This includes the implementation
of Virtual Router Redundancy Protocol on the Layer 3 Switches. The cost
for installation, configuration and customization shall be quoted for as unit
price per Layer 3 and
/ or Policy module (where applicable).

8.2.3 Installation, Configuration and Satisfactory Customization of the


parameters of the parameters of the Layer 2 Edge Chassis based Switch.
8.2.3 Installation, Configuration and Satisfactory Customization of the
parameters of the Firewall and other security products as per defined
policies;
8.2.4 Installation of Network Management Software and associated modules;
8.3 Furnishing the detailed operation and maintenance manuals for each items of
supply at each location.
8.4 Training of the Purchasers personnel, minimum 3 (three), at the Purchasers site
or other facility, as mutually agreed upon by both bidder and purchaser, in the
installation and operation of the computer hardware, utilities and all contracted
software.

8.5 Maintenance and repair of the equipment at each location during the warranty
period including supply of all spares. This shall not relieve- the supplier of any
warranty obligations under this contract.
8.6 Maintenance and/or repairs of the supplied goods for a period of three years after
the end of the warranty period. The bidder should indicate the spares and their
costs, if any, which are not included in the maintenance contracts.
8.7 On-site assembly, commissioning of the network.
8.8 Furnishing the documents with following details after successful implementing
the structured Cabling.
8.9 Configuration of Firewall and Internet connection distribution will have to be done
by the bidder.
8.10Domain Controller configuration is required to be done by the bidder.
8.11All user ID creation, maintenance and up gradation will be done by the bidder.
8.12System to be provided in both copy and soft copy in CD-ROM.
8.12.1Detailed connectivity diagram;
8.12.2Raceway / pathway diagram;
8.12.3Cable routing diagram;
8.12.4Copper and Fiber patching details;
8.12.5Naming and labeling details;
8.12.6Cable scanning and test results.
8.13Maintenance and repair of the structured cabling during the warranty period
including supply of all spares. This shall not relieve the supplier of any warranty
obligations under this contract.
9.

Site
Preparation
and
Installation:
The
Purchaser
is
solely
responsiblefortheconstructionofthehardware sites in compliance with the technical
and environmental specifications defined by the Supplier. The Purchaser will
designate the installation sites before the scheduled installation date to allow the
Supplier to perform a site inspection to verify the appropriateness of the sites
before the installation of the hardware.

10. Technical Documentation: The Technical Documentation involving detailed


instruction for operation and maintenance is to be delivered with every unit of the
equipment supplied. The language of the documentation should be English. The
successful bidder will have to provide display board with all details of tags with all
tag nodes, Network Diagram, Schematic Diagram and Routing Diagram.
11. Requirements at Site: The bidder shall maintain the site as neat as possible and
shouldnotcauseanynuisance at the site by any persons employed by him or cause
any disturbance to any other contractor engaged in the work at the site. He shall
remove all the materials and carry away the materials once the work has been
completed.
12. Supplier shall regularly intimate progress of supply, in writing, to the
Purchaser as under:
18.1 Quantity offered for inspection and date;
18.2 Quantity accepted/rejected by inspecting agency and date;
18.3 Quantity dispatched/ delivered to consignees and date;
18.4 Quantity where incidental services have been satisfactorily completed with
date
18.5 Quantity where rectification/repair/replacement effected/completed on receipt
of any communication from consignee/Purchaser with date

18.6 Date of completion of entire Contract including incidental services, if any; and
Date of receipt of entire payments under the Contract (in case of stage-wise
inspection, details required may also be specified).

SECTION I
Bid Processing Fees and Earnest Money Deposit Details:
Name of the
Amount
(In
Sr.
Bank
Item
Rs.)
No.
and Branch
1
Bid Processing Fees
Earnest Money Deposit
2
(E.M.D.)

Demand Draft
No.

ELIGIBILITY CRITERIA
Form No. E1: Bidder should be IT Company / System Integrator,
registered/Incorporated in India and should be in existence for at least five
years as on 31st March 2015, who must have supplied and successfully
installed items similar to the type specified in the schedule of requirements
to any of the reputed organizations in the country. The copy of Certificate of
Incorporation shall be submitted. The copy of Certificate of Incorporation
shall be submitted:
Copy of Certificate
of
Sr. No.

Name of
Organization

Address

Certification
Date

Incorporation
uploaded?

Note: Please fill this form and upload the copy of Certificate of Incorporation.

Form No. E2: Bidder must have average turnover of Rs. 25 Crore or more in
each of the three years. Copies of audited accounts of last three financial
years must be attached with the bid:
Financial Year
2012-13

Turnover (Rs. In Crore)

Audited Accounts uploaded?


(Yes/No)

2013-14
2014-15
Grand Total
Note:Please fill this form and upload the Audited Annual Accounts / Balance
Sheet along with Profit & Loss Account for the last three financial
years. In case the accounts for the year 2014-15 of bidder is not
audited, bidder can submit the provisional balance sheet & CA
Certificate for the year 2014-15.
.
Form No. E3: Bidder should have local presence and should have at least
three Service Offices in Jharkhand.
Sr. No.
1
2
3

Address

Contact
Person

Contact
Nos.

Type of supporting
document
attached

Form no. E4:


Warranty support & repairing cum replacement service up to
delivery locations
Sr. No.

Contact
Person

Address

Contact
nos.

Type of supporting
document
uploaded

1
2
3
Note: You may mention more details by adding multiple rows
Form No. E5:

Experience Details (Customer References):

Experience of execution
Date/Perio
of ten
Name of
Contact
d
Type of
System Integration
telephon
Supportin
project of
Sr.
the
Contact
e
of
g
value of Rs. 50 Lac each
Organizat
implement
(including supply of IT
No.
i
Person no. &
at
Document
Hardware,
on
Address
ion
LAN / WAN Cabling work Attached
etc)
1
2
.
Note:Please fill this form and upload the supporting documents for each
customer reference in scanned format. Failing the same may lead to
the rejection of the bid. You may add the customer references by
adding multiple rows which may be added by NUMBER OF ROWS TO
ADD.
Form no. E6:

Authorization Letters:

Sr.

Make and
Item

No.

Model

Desktop

Laser Printer

Layer 2 Swithc 24 port manageable

L2 Switch

Network Racks

40 or higher Professional Display


Monitor

Wireless Products

UTM Appliance

3 KVA online UPS

Name of
OEM

Authorization
Letter
Attached?
(Yes/No)

10

600 VA Line Interactive UPS


Passive Components (Fiber and
Copper with
11
Accessories)
Form No. E7: Bidder should have 15 skilled engineers with minimum 2 years
Experience. Information, educational qualifications, and experience
details along with the projects they have handled should be provided
with the bid

Sr.

Name of

Date of

Engineers

Education

Experience

Involved in

No.

Joining
the
Engineer Organizat
ion

Contact
Details

Qualification

Details

project
(Name
of project)

1
2
3
4
5
6
7
8

Note:Please fill this form. You may add the engineers details by adding
multiple rows which may be added by NUMBER OF ROWS TO ADD.

Form no. E8:

ISO 9001:2008 Certification for Manufacturing:


Make

Sr.

Item

No.

Model

Layer 2 Switch - 24 Port Layer 2 Managed


Switch

Layer 2Switch - 8 Port Layer 2 Managed


Switch

Mini GBIC 1000LX transceiver port

UTM Appliance

Wireless Access Controller

Wireless Access Point

4 Port PoE Injector

Desktop

Surveillance System

10

Printer

11

40 or higher Professional Display Monitor

12

3 KVA online UPS

13

600 VA Line Interactive UPS

14

42 U Rack

15

9 U Rack

16

Cat-6 UTP Cable - 305 Meters Box

17

Cat-6 UTP 4Pr. Patch Cord - 1 Meter

18

Cat-6 UTP 4Pr. Patch Cord - 2 Meter

19
20

and

Cat 6 UTP Surface Single Shutter outlet


with I/O
Module and back box
Cat 6 UTP Shuttered Patch Panel 24 Port-

ISO
ISO
Certifica
Certificatio
tion
of
n
Uploade
d?
OEM valid up to
(Yes/No)

Name

Loaded
with cable Manager
21
22
23
24

Single Mode Fiber Cable


Fiber SM-SC Couplers and Pigtail x
Fiber Patch Cord SC-LC Type 9/125 Single
ModeFiber
2 port RM LIU - LIU Loaded with adapter plate
&(with Single Mode Adapters)

Note: Please fill this form and upload the supporting documents in scanned
format.

SECTION
II
Form No. T1: Make & Model List:
Sr.
No.

Item

Layer 2 Switch - 24 Port Layer 2 Managed


Switch

Layer 2 Switch - 8 Port Layer 2 Managed


Switch

Mini GBIC 1000LX transceiver port

UTM Appliance

Wireless Access Controller

Wireless Access Point

4 Port PoE Injector for Wireless Access Points

Desktop with 18.5 display/TFT monitor

Security Camera - Fixed

10

Security Camera PTZ

11

NVR Server

12

Wireless Authentication Server

13

Laser Printer with Wi-Fi connectivity

14

40 or higher Professional Display Monitor

15

3 KVA online UPS

16

600 VA Line Interactive UPS

17

42 U Rack

18

9 U Rack

19

Cat-6 UTP Cable - 305 Meters Box

20

Cat-6 UTP 4Pr. Patch Cord - 1 Meter

21

Cat-6 UTP 4Pr. Patch Cord - 2 Meter

22
23

24

25

Cat 6 UTP Surface Single Shutter outlet with


I/O
Module and back box
Cat 6 UTP Shuttered Patch Panel 24 PortLoaded with
cable Manager
1.5" Size PVC Cap on Casing with
Accessories need to
be installed where ever required. (As per
Actual Qty
req at Site)
1.5" Size PVC Pipe with Accessories need to
be
installed where ever required. (As per Actual
Qtyreq
at Site)

Make and
Model

Supporting
Document
attached?
(Yes/No)

26

Single Mode Fiber Cable

27

Fiber SM-SC Couplers and Pigtail x

28

Fiber Patch Cord SC-LC Type 9/125 Single


Mode Fiber

29

12 port RM LIU - LIU Loaded with adapter


plate &
(with Single Mode Adapters)

30

32 MM ISI mark HDPE Pipe for Fiber Cable


(As per Actual Qty Required at Site) (In Mtr.)

31

25mm Class B category ISI mark GI Pipe (As


per Actual
Qty Required at Site) (In Mtr.)

Note:
1. Please Write N.A. if the Make & Model is not available.
Service as per Actual
Item No. 1 to 18 Service as per Actual Qty.
Sr.

Item

No.
1

Laying of 6 Core Single Mode Fiber Cable

Laying of HDPE pipe

Laying of GI Pipe - 25mm

Fixing of LIUs

Fiber Pigtails Splicing

Fiber Core Testing Charges

Soft Soil Digging & Refilling

Hard Soil / Rock digging &Refilling

Asphalt Cutting - RCC Cutting

10

Underground Boring

11

Paver Block Removing and Reinstallation

12

Fixing of Route Marker

13

Laying of PVC Conduits / cap on casing - 1.5"

14

Laying of UTP Cable

15

Feruling , Labeling

16

Termination of Information Outlet

17

Termination of 24 Port Jack Panel

18

Rack Installation with Patch cord Routing

Qty.

Deviati
on
Matched/
/
Not
Remar
ks
Matched
(If any)

Performa of Compliance letter/Authenticity of Information


Provided
(On Non judicial Stamp paper of Rs 100/- duly attested by the First class
Magistrate / Notary Public)
Date:
To,
DGM (Tech.)
...........................
...........................
...........................
Sub: Compliance with the Tender Terms and Conditions, Specifications and
Eligibility Criteria
Ref: Tender no. .
Dear Sir,
With reference to above referred tender, I, undersigned <<Name of Signatory>>, in the
capacity of <<Designation of Signatory>>, is authorized to give the undertaking on
behalf of <<Name of the bidder>>.
We wish to inform you that we have read and understood the technical specification
and total requirement of the above mentioned bid submitted by us on 20.01.2016.
We hereby confirm that all our quoted items meet or exceed the requirement and are
absolutely compliant with specifications mentioned in the bid document.
We also explicitly understand that all quoted items meet technical specification of the
bid & that such technical specification overrides the brochures/standard literature if the
same contradicts or is absent in brochures.
In case of breach of any tender terms and conditions or deviation from bid specification
other than already specified as mentioned above, the decision of The Tenderer Tender
Committee for disqualification will be accepted by us.
The Information provided in our submitted bid is correct. In case any information
provided by us are found to be false or incorrect, you have right to reject our bid at any
stage including forfeiture of our EMD/ PBG/cancel the award of contract. In this event,
The Tenderer reserves the right to take legal action on us.
Thanking you,
Dated this _________ day of____________2016
Signature: ______________________________
(in the Capacity of) :______________________
Duly authorized to sign bid for and on behalf of
_______________________________________
Note: This form should be signed by authorized signatory of bidder

Annexure
A1
Format of Earnest Money Deposit in the form of Bank
Guarantee
Ref:

Bank Guarantee No.


Date:

To,
DGM (Technical)
..................
..................
..................
..................
Whereas
------------------------------------------------------------

(here in after called "the Bidder")) has submitted its


bid dated
in response
the Tender no: . Bid for
---------------to
Supply, Installation &
Commissioning of various IT hardware & Installation of CWAN (Campus Wide Area
Networking) & Providing Internet bandwidth & providing Operation and Maintenance
services in various APMCs on behalf of Jharkhand State Agricultural Marketing
Board, ..........KNOW ALL MEN by these presents that
WE having our registered office
at
..(hereinafter called "the Bank") are bound unto the .................................. in the
sum of for which payment well and truly to be made
to ..........................................., the Bank binds itself, its successors and assigns by these
presents. Sealed with the Common Seal of the said Bank this day of
2016.
THE CONDITIONS of this obligation are:
1. The E.M.D. may be forfeited:
a. if a Bidder withdraws its bid during the period of bid validity
b. Does not accept the correction of errors made in the tender document;
c. In case of a successful Bidder, if the Bidder fails:
(i)To sign the Contract as mentioned above within the time limit stipulated by
purchaser or
(ii) To furnish performance bank guarantee as mentioned above or
(iii)If the bidder is found to be involved in fraudulent practices.
(iv)
If the bidder fails to submit the copy of purchase order &
acceptance thereof.
We undertake to pay to the Tenderer /Purchaser up to the above amount upon receipt of
its first written demand, without The Tenderer / Purchaser having to substantiate its
demand, provided that in its demand The Tenderer / Purchaser will specify that the
amount claimed by it is due to it owing to the occurrence of any of the abovementioned
conditions, specifying the occurred condition or conditions.
This guarantee will remain valid up to 15 months from the last date of bid submission.
The Bank undertakes not to revoke this guarantee during its currency without previous
consent of the OWNER/PURCHASER and further agrees that if this guarantee is
extended for a period as mutually agreed between bidder & owner/purchaser, the
guarantee shall be valid for a period so extended provided that a written request for
such extension is received before the expiry of validity of guarantee.

The Bank shall not be released of its obligations under these presents by any exercise
by the OWNER/PURCHAER of its liability with reference to the matters aforesaid or any
of them or by reason or any other acts of omission or commission on the part of the
OWNER/PURCHASER or any other indulgence shown by the OWNER/PURCHASER or by
any other matter or things.

The Bank also agree that the OWNER/PUCHASER at its option shall be entitled to enforce
this Guarantee against the Bank as a Principal Debtor, in the first instance without
proceeding against the SELLER and not withstanding any security or other guarantee
that the OWNER/PURCHASER may have in relation to the SELLERs liabilities.
Dated at _______________ on this _________ day of ___________2016.
____________________
Signed and delivered by
_____________________
For & on Behalf of

Name of the Bank & Branch &


Its official Address
Approved Bank: All Nationalized Bank including the public sector bank or
Private Sector Banks or Commercial Banks or Co-Operative Banks and Rural
Banks (operating in India having branch at ............/...........) as per the G.R.
no. EMD/10/2014/570/DMO dated 01.04.2015 issued by Finance Department or
further instruction issued by Finance department time to time.

PERFORMA OF UNDERTAKING
Undertaking of Authenticity for Network Equipment Supplies
This has reference to Desktops being supplied/quoted to you vide your tender enquiry
no. ___________
dated ____________
We hereby undertake that all the components/parts/assembly/software used in the
Security Appliance/Network Equipments/Desktops under the above like Hard disk,
Monitors, Memory, motherboard etc. shall be original new Components
/parts/assembly/software from respective OEMs of the products and that no
refurbished/duplicate/ second hand components/parts/ assembly / software are being
used or shall be used.
In respect of licensed Software, we undertake that the same shall be supplied along with
the authorized license certificate will our name/logo (e.g. Product Keys on Certification of
Authenticity in case of Microsoft Windows Operating System). Also, that it shall be
sourced from the authorized source for use in India (e.g. Authorized Microsoft Channel in
case of Microsoft Operating System).
Should you require, we shall produce certificate from our OEM supplier in support of
above undertaking at the time of delivery. It will be our responsibility to produce such
letters from our OEM supplier's within a reasonable time.
In case we are found not complying with above at the time of delivery or during
installation, for the Network Equipments / Security Appliance (Firewall) already billed, we
agree to take back the equipment already supplied at our cost and return any amount
paid to us by you in this regard and that you will have the right to forfeit our EMD / BG
for this tender.

Authorized Signatory
Name:
Designation:

Note:
(i)
(ii)

The signing Authority should be no lower than Company Secretary of


the OEM of Switches, Security Appliance.
The bidders are required to upload this undertaking from the OEMs of
the Switches, Security Appliance for the quoted options.

Performa of Contract-cum-Equipment
Performance Bank Guarantee
(To be stamped in accordance with Stamp Act)
Ref:

Bank Guarantee No.


Date:

To
Name and Address of the Purchaser/Indenter
____________________________
____________________________
Dear Sir,
In consideration of <<Name and Address of the Purchaser/Indenter, Government
of ....................>> (hereinafter referred to as the OWNER/PURCHASER which expression
shall unless repugnant to the context or meaning thereof include successors,
administrators and assigns) having awarded to M/s.

having Principal Office at


(Hereinafter referred to as the
SELLER which expression shall unless repugnant to the context or meaning thereof
include their respective successors, administrators, executors and assigns) the supply of
____________________by issue of Purchase Order No. Dated issued by
<<Department Name>> for and on behalf of the OWNER/PURCHASER and the same
having been accepted by the SELLER resulting into CONTRACT for supplies of
materials/equipments as mentioned in the said purchase order and the SELLER having
agreed to provide a Contract Performance and Warranty Guarantee for faithful
performance of the aforementioned contract and warranty quality to the
OWNER/PURCHASER,
__________________________________having
Head
Office
at
(hereinafter referred to as the Bank which expressly shall, unless repugnant to the
context or meaning thereof include successors, administrators, executors and assigns)
do
hereby
guarantee
to
undertake
to
pay
the
sum
of
Rs._______________(Rupees________________________) to the OWNER/PURCHASER on
demand at any time up to________________ without a reference to the SELLER. Any such
demand made by the OWNER/PURCHASER on the Bank shall be conclusive and binding
notwithstanding any difference between Tribunals, Arbitrator or any other authority.
The Bank undertakes not to revoke this guarantee during its currency without previous
consent of the OWNER/PURCHASER and further agrees that the guarantee herein
contained shall continue to be enforceable till the OWNER/PURCHASER discharges this
guarantee. OWNER/PURCHASER shall have the fullest liberty without affecting in any
way the liability of the Bank under this guarantee from time to time to extend the time
for performance by the SELLER of the aforementioned CONTRACT. The OWNER/
PURCHASER shall have the fullest liberty, without affecting this guarantee, to postpone
from time to time the exercise of any powers vested in them or of any right which they
might have against the SELLER, and to exercise the same at any time in any manner,
and either to enforce to forebear to enforce any covenants contained or implied, in the
aforementioned CONTRACT between the OWNER/PURCHASER and the SELLER or any
other course of or remedy or security available to the OWNER/PURCHASER.
The Bank shall not be released of its obligations under these presents by any exercise by
the OWNER/PURCHAER of its liability with reference to the matters aforesaid or any of
them or by reason or any other acts of omission or commission on the part of the
OWNER/PURCHASER or any other indulgence shown by the OWNER/PURCHASER or by
any other matter or things.

The Bank also agree that the OWNER/PUCHASER at its option shall be entitled to enforce
this Guarantee against the Bank as a Principal Debtor, in the first instance without
proceeding against the SELLER and not withstanding any security or other guarantee
that the OWNER/PURCHASER may have in relation to the SELLERs liabilities.
Notwithstanding anything contained herein above our liability under this Guarantee is
restricted to Rs.
_________________ (Rupees _________________________) and it shall remain in force up to
and including
________________ and shall be extended from time to time for such period as may be
desired by the SELLER on whose behalf this guarantee has been given.
Dated at _______________ on this _________ day of ___________2016.

_____________________
Signed and delivered by
_____________________
For and on Behalf of
Name of the Bank and Branch and
Its official Address
List of approved Banks
All Nationalized Bank including the public sector bank or Private Sector Banks
or Commercial Banks or Co-Operative Banks and Rural Banks
CONTRACT FORM
THIS AGREEMENT made on the __________ day of ____________________, 2016 ____
between
_______________________ (Name of purchaser) of _________________________________
(Country ofPurchaser) hereinafter the Purchaser of the one part and
____________________________________
(Name of Supplier) of ___________________________ (City and Country of Supplier)
hereinafter called theSupplier of the other part:
WHEREAS the Purchaser is desirous that certain Goods and ancillary services viz.,
__________________________________________________________________________________
(BriefDescription of Goods and Services) and has accepted a bid by the Supplier for the
supply
of
those
goods
andservices
in
the
sum
of
__________________________________________________ (Contract Price in Wordsand Figures)
hereinafter called the Contract Price in Words and Figures hereinafter called the
ContractPrice.
NOW THIS AGREEMENT WITHNESSETH AS FOLLOWS:
1

In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.

The following documents shall be deemed to form and be read and construed as
part of this Agreement, viz. :
2.1

the Bid Form and the Price Schedule submitted by the Bidder;

2.2

terms and conditions of the bid

2.3

the Purchasers Notification of Award

In consideration of the payments to be made by the Purchaser to the Supplier as


hereinafter mentioned, the Supplier hereby covenants with the Purchaser to
provide the goods and services and to remedy defects therein in conformity in all
respects with the provisions of the Contract.

The Purchaser hereby covenants to pay the Supplier in consideration of the


provision of the goods and services and the remedying of defects therein, the
Contract Price or such other sum as may become payable under the provisions of
the Contract at the times and in the manner prescribed by the Contract.

Particulars of the goods and services which shall be supplied / provided by the
Supplier are as enlisted in the enclosed annexure :

TOTAL VALUE:
DELIVERY SCHEDULE:
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with their respective laws the day and year first above written.
Signed, Sealed and Delivered by the
Said __________________________________ (For the Purchaser)
in the presence of ________________________
Signed, Sealed and Delivered by the
said __________________________________ (For the Supplier)
in the presence of _______________________

Anexure: A
Name & Contact Number of the 19 APMC Secretaries in Jharkhand
State.

N
o.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18

DISTRICT
Ranchi
Jamshedpur
Dhanbad
Ramgarh
Daltongang
Hazaribagh
Chaibasa
Sahebganj
Bokaro
Garhwa
Lohardaga
Gumla
Simdega
Chakulia
Giridih
Pakur
Koderma
Deoghar

NAME OF
Agricultural produce
market committee

Chairmans
name/mobile
number

Secretarys
name / mobile
number

CLA
SS

19

Dumka

Annexure B
APMC wise Bill of Material
Note:The Bill of Material and Quantity mentioned in Bid document are
estimated quantities. The successful bidder will have to calculate and
approve the changes, if any, in the actual Bill of Material from APMC.

BoM for each APMC.


Sr.
No.
1

2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25

26

27
28
28
30

ITEM

ISP -1 4 Mbps Internet connection (1:1 Raw


Dedicated & Unshared Bandwidth) with
required device i.e. Router, Modem as per
site / location requirement.
ISP -2 2 Mbps Internet connection (1:1 Raw
Dedicated & Unshared Bandwidth) with
required device i.e. Router, Modem as per
site / location requirement.
Desktop
Laser Printer with Wi-Fi connectivity
40" or higher LED Monitor
24 Port Layer 2 Switch
8 Port Layer 2 Switch
Mini GBIC 1000LX transceiver port
UTM Appliance
3 KVA Online UPS for Central Network
600 VA Line Interactive UPS
Wireless Access Controller
Wireless Access Point
4 Port PoE Injector for Wireless Access Points
Security Camera Fixed
Security Camera PTZ
NVR Server
Wireless Authentication Server
42 U Rack
9 U Rack
Cat-6 UTP Cable - 305 Meters Box
Cat-6 UTP 4Pr. Patch Cord - 1 Meter
Cat-6 UTP 4Pr. Patch Cord - 2 Meter
Cat 6 UTP Surface Single Shutter outlet with
I/O Module and back box
Cat 6 UTP Shuttered Patch Panel 24 PortLoaded with cable Manager
1.5 Size PVC Cap on Casing with Accessories
need to be installed where ever required. ( As
per Actual Qty req. at Site )
1.5 Size PVC Pipe with Accessories need to be
installed where ever required.( As per Actual
QtyReq at Site )
Single Mode Fiber Cable
Fiber SM-SC Couplers and Pigtail x
Fiber Patch Cord SC-LC Type 9/125 Single

Qty per
APM -

Total Qty for


19 APMCs

19

19

10
3
1
1
3
8
1
1
3
1
8
4
6
2
1
1
1
3
5
38
27

190
57
19
19
57
152
19
19
57
19
152
76
114
38
19
19
19
57
95
722
513

27

513

76

400

7600

400

7600

400
16
8

7600
304
152

31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62

Mode Fiber
12 port RM LIU - LIU Loaded with adapter plate
and (with Single Mode Adapters)
32 MM ISI mark HDPE Pipe for Fiber Cable (As
per Actual Qty Required at Site) (In Mtr.)
25mm Class B category ISI marks GI Pipe (As
per Actual Qty Required at Site) (In Mtr.)
Route Marker (to be installed on fiber route
with minimum Distance of 50 mtrs.)
Laying of 6 Core Single Mode Fiber Cable
Laying of HDPE pipe
Laying of GI Pipe - 25mm
Fixing of LIUs
Fiber Pigtails Splicing
Fiber Core Testing Charges
Soft Soil Digging and Refilling
Hard Soil / Rock digging and Refilling
Asphalt Cutting - RCC Cutting
Underground Boring
Paver Block Removing and Reinstallation
Fixing of Route Marker
Laying of PVC Conduits / cap on casing - 1.5
Laying of UTP Cable
Feruling , Labelling
Termination of Information Outlet
Termination of 24 Port Jack Panel
9U Rack Installation with Patch cord Routing
UTP cable testing with scanner
Site Certification
Installation of Layer 2 24 port Switch
Installation of Layer 2 Switch
Installation of Security Appliance
(Firewall/UTM)
Installation of Wireless Access Controller
Full Time Resident Engineer for the contract
period
42U Rack Installation with Patch cord Routing
2 ton Air Conditioner
10 KVA DG set

57

400

7600

50

950

152

400
400
50
3
16
24
200
75
75
25
25
10
800
1500
32
27
4
3
1
1
1
3

7600
7600
950
57
304
456
3800
1425
1425
475
475
190
15200
28500
608
513
76
57
19
19
19
57

19

19

19

1
1
1

19
19
19

SECTION III
Form No. F1: FINANCIAL BID FORMAT

Sr.
No
.
A
1

TOTA
L Qty
19
APM
Cs
C

ITEM
B

Desktop
Laser
Printer
with
Wi-Fi
connectivity
40" or higher LED Monitor

24 Port Layer 2 Switch

19

8 Port Layer 2 Switch


Mini GBIC 1000LX transceiver
port
UTM Appliance
3 KVA Online UPS for Central
Network
600 VA Line Interactive UPS

57

6
7
8
9
10

Wireless Access Controller

11

Wireless Access Point


4 Port PoE Injector
Wireless Access Points

12
13
14
15
16

190
57
19

152
19
19
57
19
152

for

Security Camera Fixed


Security Camera PTZ
NVR Server
Wireless Authentication
Server

76

114
38
19
19

17

42 U Rack

19

18

9 U Rack
Cat-6 UTP Cable - 305 Meters
Box
Cat-6 UTP 4Pr. Patch Cord - 1
Meter
Cat-6 UTP 4Pr. Patch Cord - 2
Meter
Cat 6 UTP Surface Single
Shutter
outlet
with
I/O
Module and back box
Cat 6 UTP Shuttered Patch
Panel 24 Port-Loaded with
cable Manager
1.5 Size PVC Cap on Casing
with Accessories need to be
installed where ever required.
( As per Actual Qty req. at
Site )
1.5 Size PVC Pipe with
Accessories need to be
installed where ever required.
( As per Actual QtyReq at Site
)
Single Mode Fiber Cable

57

19
20
21
22
23

24

25

26

95
722
513
513
76

7600

7600

7600

Unit Price
with 5Yrs.
Warranty
(In Rs.)
(Without
C.S.T. /
VAT
/Service
Tax)
D

Total Price
with 5Yrs.
Warranty (In
Rs.) (Without
C.S.T. /
VAT /Service
Tax)
E=C X D

Rate of
C.S.T. /
VAT /
Service
Tax (%)
F

34

Fiber SM-SC Couplers and


Pigtail x
Fiber Patch Cord SC-LC Type
9/125 Single Mode Fiber
12 port RM LIU - LIU Loaded
with adapter plate and (with
Single Mode Adapters)
32 MM ISI mark HDPE Pipe for
Fiber Cable (As per Actual Qty
Required at Site) (In Mtr.)
25mm Class B category ISI
marks GI Pipe (As per Actual
Qty Required at Site) (In Mtr.)
Route Marker (to be installed
on fiber route with minimum
Distance of 50 mtrs.)
Laying of 6 Core Single Mode
Fiber Cable
Laying of HDPE pipe

35

Laying of GI Pipe - 25mm

36

Fixing of LIUs

37

Fiber Pigtails Splicing

304

38

Fiber Core Testing Charges

456

39

Soft Soil Digging and Refilling


Hard Soil / Rock digging and
Refilling
Asphalt Cutting - RCC Cutting

3800

Underground Boring
Paver Block Removing and
Reinstallation
Fixing of Route Marker
Laying of PVC Conduits / cap
on casing - 1.5
Laying of UTP Cable
Feruling , Labelling

475

27
28
28
30
31
32
33

40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55

Termination of Information
Outlet
Termination of 24 Port Jack
Panel
9U Rack Installation with
Patch cord Routing
UTP
cable
testing
with
scanner
Site Certification
Installation of Layer 2 24 port
Switch
Installation of Layer 2 Switch
Installation
of
Security
Appliance (Firewall/UTM)

59

Installation of Wireless Access


Controller
Operation and Management
Services
by
providing
Manpower for 5 years.
(Quarterly payment)
42U Rack Installation with
Patch cord Routing
2 ton Air Conditioner

60

10 KVA DG set

56
57
58

304
152
57
7600
950
152
7600
7600
950
57

1425
1425
475
190
15200
28500
608
513
76
57
19
19
19
57
19
19
19
19
19
19

61

62

63

64

ISP-1
Internet
Bandwidth
Charges for (Dedicated &
Unshared Bandwidth) 4 Mbps
Internet connection (1:1) Raw
for
5
years.
(Quarterly
payment)
ISP-2
Internet
Bandwidth
Charges for (Dedicated &
Unshared Bandwidth) 4 Mbps
Internet connection (1:1) Raw
for
5
years.
(Quarterly
payment)
One time Installation and
commissioning charges for
ISP -1 with Dedicated &
Unshared Bandwidth) 4 Mbps
Internet
connection
(1:1)
Raw.
One time Installation and
commissioning charges for
ISP -2 with Dedicated &
Unshared Bandwidth) 2 Mbps
Internet
connection
(1:1)
Raw.

19

19

19

19

Note:
1. Bidder shall quote unit rates for all hardware with 5 years warranty.
2. L1 will be the lowest sum total of rates of all line items without tax with
warranty.
3. The quantity mentioned above for all line items is provisional & for evaluation
purpose only. However, at the time of the implementation and billing, the
actual consumption will be taken into account.
4. Successful Vendor will have to supply/provide goods with an Invoice from a
place located within State of Jharkhand.
5. The successful bidder has to supply & install any other required
items/peripherals /accessories to carry out the work of Campus wide area
Network in the respective APMCs.

List of 19 APMCs for E Market project implementation in


first phase.
Sr. No.

Name of APMCs

Ranchi

Jamshedpur

Dhanbad

Ramgarh

Daltongang

Hazaribagh

Chaibasa

Sahebganj

Bokaro

10

Garhwa

11

Lohardaga

12

Gumla

13

Simdega

14

Chakulia

15

Giridih

16

Pakur

17

Koderma

18

Deoghar

19

Dumka

Form No. T2: TECHNICAL MINIMUM SPECIFICATIONS:


Active Components
Layer 2 Switch - 24 Port Layer 2 Managed Switch
Matche
d/

Sr.
No.

Item

Qty.

Not
Matche
d

Deviati
on
/
Remark
s
(If any)

24*10/100/1000Base-T ports
2*SFP Slots (100/1000M Base-X SFP)
Should support Interface switching capacity of
52Gbps
Should support Forwarding capacity of 41.7 Mbps
IEEE802.1D STP, IEEE802.1W RSTP, IEEE802.1S MSTP
Should support Port-based VLAN, IEEE802.1Q, private
VLAN
IGMP v1/v2/v3 Snooping
Traffic classification based on ACL, VLAN ID, COS,
TOS, DSCP,
Policing Based on Port and VLAN
Remark such as DSCP, COS/802.1p, Precedence, TOS
SP, WRR, SWRR, DWRR for Scheduling
Should support at least 48 static route
Should support VLAN routing
LACP load balance / support
IP ACL, MAC ACL, MAC-IP ACL, User-Defined ACL
Time Range ACL
Anti-ARP-Spoofing , Anti-ARP-Scan, ARP Binding
ND Snooping
IEEE 802.1x
Authentication, Authorization, Accounting
Radius, TACACS+
CLI, Telnet and WEB
SNMPv1/v2/v3 through IPv4 and IPv6
IPv6 ready from Day 1
RJ45 Console Port, RMON
Support SNTP/NTP
SSHv1,v2& SSL support
Support Public & Private MIB interface
Supports IPv4 / IPv6 Security IP management
CE, FCC, ROHS

40

Layer 2 Switch - 8 Port Layer 2 Managed Switch


Matche
d/

Sr.
No.

Item
8#10/100/1000BaseT Gigabit Ethernet Ports
2# 1000BaseX SFP Slots for Loading SX,LX
Transceivers

Qty.

Not
Matche
d

Deviati
on
/
Remark
s
(If any)

Should support Interface switching capacity of


20Gbps
Should support Forwarding capacity of 14.8Mpps
IEEE 802.3, IEEE 802.3u, IEEE 802.3ab, IEEE 802.3z,
IEEE 802.3x,
IEEE 802.3az, IEEE 802.3ab, IEEE 802.3ad, IEEE
802.1d,IEEE
802.1w, IEEE 802.1q.
Support STP, RSTP, MSTP
- 29 of
69 -

80

Switch Should Supports 8K MAC Address


MAC address auto Learning and auto aging
Should support IEEE 802.1Q VLAN,
Should support Port-based VLAN,
IGMP snooping v1/v2/v3,
Static or dynamic Link aggregation
Supports IP based, MAC based ACL
IEEE 802.1x
RADIUS, TACACS+
Multiple User level privilege management
and password protection
DHCP Snooping, Option 82
RJ45 Console Port, CLI, Web and Telnet
SNMPv1/v2/v3 through IPv4 and IPv6
IPv6 ready from Day 1
Should have built-in AC Power supply
CE, FCC, ROHS
Mini GBIC 1000LX transceiver port
Matche
d/

Sr.
Item

No.

Qty.

Not
Matche
d

Deviati
on
/
Remark
s
(If any)

Connector(s)
Local Unit Connectors : 1 - Fiber Optic LC Duplex
Female
Performance
Fiber Type : Single Mode
Wavelength 1310nm
Fiber Operating Mode: Half/Full-Duplex
Compatible Networks: 1000 Mbps (1 Gbps)
Should be from same brand of Switch

312

UTM Appliance
Matche
d/

Sr.

Item

No.

Qty.

General
(a) It should support unlimited IP/ User license.
(b) It should at least have following interfaces.
(c) 16 x GE with RJ 45 or more connectivity.
Networking
(a) It should support Static, Policy, multicast, RIP v1, RIP
v2, OSPF
v2, OSPF v3, ISIS and BGP4 routing protocol.
(b) It must support User/User-Group based Policy based
routing to
route traffic of specific user-group to particular ISP

40

Not
Matche
d

Deviati
on
/
Remark
s
(If any)

(c) It should support IPv6 routing protocol, IPv6


tunneling, IPv6
IPSec VPNs, NAT46 and NAT 64 for firewall and UTM for
IPv6 traffic.
(d) It should allow single sign on for window active
directory,
Novelle directory client, terminal, server, user access
(802.1x)
- 30 of
69 -

(e) UTM Should have L3 features of Routing


IPv6 ready from Day 1
Firewall
(a) The minimum through put of the firewall should
be 3.4 Gbps or more.
(b)

It should support at least 2 million concurrent sessions.

(c)

It should support at least 4000 new session per second.

IPS & IDS


(a)

It should be ICSA or NIPS/ equivalent certified

(b) It should support minimum throughput of 200 Mbps or more.


(c)

It should have at least 6000+ signature IPS DB

Antivirus
(a)
AV should be certified by ICSA Labs
(b) It should support following protocols
(i) HTTP and HTTPS
(ii) SMTP and SMTPS
(iii)
PoP3 and
PoP3S (iv) IMAP
(v)
Internet
Manager
(AIM,
Yahoo!,
MSN,ICQ,SIMPLE) (vi) NNTP
(c)
AV throughput is minimum 35 Mbps of higher
in Proxy-based mode
Web and Application Control Filtering
(a)
It should support 250+ Million URL Database
which categorized in at least 70+ categories in 60+
languages
(b)
It should at least have database of 3000+ type of
application.
Administration, Monitoring and Diagnostic
(a) It should support management access over
HTTPS, SSH, telnet console protocol or external
management device
VPN
(a) The proposed solution must support IPSec, SSL, PP2P & L2TP
VPN
(b ) Firewall should support at least 100 SSL VPN clients from day
1
(c) IPSec VPN throughput must be 1 Gbps or more
(d ) Must support at least 100 client to site VPN in
router/office mode from day 1
(e) VPN should be ICSA certified or equivalent
Virtual Context/VDOM's/Virtual Firewall
(a) It should support at least 5 Virtual context from day 1 with
Full
UTM feature in every single VDOM
Logs & reporting
(a)
it should have option to integrate with
external log device for passive logging & reporting
part
(b)

it must have facility to forward logs to syslog server

- 31 of
69 -

(c ) Real time logging & dashboard like top 10


source/destination/user/IP/application must be their
on firewall only
Firewall should be ICSA labs certified or Higher certified.
If Wireless Controller is not a part of UTM-Match
Specification mentioned in Wireless Controller
Wireless Access Controller- Can also be part of UTM
Matche
d/

Sr.
Item

No.

Qty.

Minimum : 4*10/100/1000Base-T Gigabit LAN ports


1*10/100/1000Base-T Gigabit WAN ports
Total the device should have 5 gigabit RJ45 ports ,if
considered
under UTM Ports of UTM need to be considered
Shall support WEB Portal Authentication support, shall
support
advertisement under Gateway operation mode
Shall Support IEEE 802.1q VLAN
Shall Support PPPoE, Static IP, Dynamic IP and PPTP
IEEE 802.1q VLAN, IEEE 802.1x Authentication, IEEE
802.11b, IEEE 802.11g, IEEE 802.11n, IEEE 802.11a,
IEEE
802.11h, IEEE 802.11ac, IEEE 802.11i Security, IEEE
802.11e Quality
of Service for Wireless
IPv4 Unicast and Multicast Features
IPv6 ready from Day 1
Static route support
DHCP features : DHCP Server, DHCP Client, DHCP Relay
DNS Client, NTP (Server and Client),
WEP (WEP64/WEP128/WEP152), WPAPSK, WPA2PSK,
WPA,
WPA2, 802.1X authentication, DoS attack control,
Access control
list, MACbased Access control List, IP filtering
Shall support DoS attack control, Access control list,
MAC based
Access control List, IP filtering
Shall support IP port filtering, MAC filtering, URL
filtering, Port
forwarding, DMZ security
Shall Support Quality of Service
Shall Support IEEE 802.11i Security and IEEE 802.11e
Quality of
Service for Wireless
Wireless mode (802.11b/g/n), Seamless roaming,
Manual or Auto
Channel selection, Centralized Management of Access
points and
Wireless clients, Access point discovery with Static IP
discovering,
DHCP discovering, DNS discovering

40

Not
Matche
d

Deviati
on
/
Remark
s
(If any)

The Controller shall support scan and add the AP


automatically in
the LAN network
The controller shall support in both L2 and L3 Network
for auto
discovery. Shall support Real Time Monitor and Analyze
of AP
8 Access points Licenses must be Loaded by default per
controller
Able to Upgrade up to 16 Access points per controller
without
adding additional Controller or hardware Configure

- 32 of
69 -

Monitor and management of Access points and clients update of


Software, configuration and SNMP management
for the access points.
WMM Wireless multimedia Extension
Web based Management, CLI,
Syslog, User access via Telnet and
SSH login
Operating Temperature of 0 deg. C 40 deg. C
Storage Temperature of 25 deg. C 60 deg. C
Operating Humidity of 20% 90 % non condensing
Wireless Access Point
Matche
d/

Sr.
No.

Item

Qty.

Should able to mount on Ceiling, pole and wall.


All mounting accessories must be included in package
1# 10/100 Mbps LAN Port with POE
Should be powered by IEEE 802.3af/802.3at POE
Support IEEE 802.11 a/b/g/n, wireless speed up to
300Mbps on
both 2.4 and 5 Ghz
Access point shall support 5dBi Antenna
Must support minimum 17dbm of Transmit power in
both 2.4Ghz
PoE Injector with AC power adaptor should be included
with all kind
of mounting kit
If PoE Injector is included, do not quote separately for 4
Port POE
injector mentioned specification below
Access point shall support 5dBi intergraded Panel
Antenna
802.11n(2.4GHz)( 3dBm)
20dBm@ MCS0~2/MCS8~10
20dBm @ MCS3/MCS11
20dBm @ MCS4/MCS12
20dBm @ MCS5/MCS13
20dBm @ MCS6/MCS14
20dBm @ MCS7/MCS15
802.11g( 3dBm)
20dBm @ 6~24Mbps
20dBm @ 36Mbps
20dBm @ 48Mbps
20dBm @ 54Mbps
Should support fast inter-AP switchover
VLAN as per IEEE 802.1Q
Quality of service as per IEEE 802.11e WMM
Minimum four level of priority queues, Traffic
classifications, Traffic Limitations
Multicasting support with IGMP snooping
Rate limiting / Bandwidth Limitation
Load balancing based on AP user traffic
Seamless roaming support

193*

Not
Matche
d

Deviati
on
/
Remark
s
(If any)

Minimum 8 Virtual Access point channels


SSID hiding function
Access point switch over function

- 33 of
69 -

IEEE 802.1x Authentication


MAC address Authentication
MAC filtering
Access control list
Wireless IDS
WEP (WEP64, WEP128) encryption, WPA802.11i)
Web based management, Local and Remote Telnet, CLI support
Maintenance, Syslog
The operational mode of AP must have AP/ Repeater
/ CPE mode selectable option
Operating Temperature: -5C to 45C
Operating Humidity 10% 90% noncondensing
The access point shall support IP65 or higher
Item 7 4 Port PoE Injector
Matche
d/

Sr.
Item

No.

Qty.

Not
Matche
d

Deviati
on
/
Remark
s
(If any)

4 Port Injector
Technical Specification:
LED indicators
Number of ports: Four non-POE ports to connect to
controller /
switch, four POE Ports Support IEEE 802.3af Power over
Ethernet
and Support IEEE 802.3at Power over Ethernet Plus.
Data rates: 10/100MBps
Plug & Play Installation

116*

Full Power 90W or More.


Environmental conditions:
Operating ambient temperature: 0 to 40 degrees
Celsius
Operating Humidity 5% 90%
PoE injector and Wireless access point should be of
same make
3 KVA On-line UPS
Matche
d/

Sr.
Item

No.

Qty.

General:
3 KVA Online UPS (with 1 hour battery backup)
Online UPS with PWM Technology suitable for single
Phase AC
input voltage
UPS shall be housed in rugged enclosure made of M.S.
Sheet 1.2
mm (minimum) thick, aesthetically finished, duly pre-

40

Not
Matche
d

Deviati
on
/
Remark
s
(If any)

treated and
powder coated.
UPS shall be free from workmanship defects, sharp
edges, nicks,
scratches, burs etc. All fasteners shall be fixed properly.
The
equipment shall be complete with all parts and all parts
shall be
functional
Enclosures shall conform to protection requirement of
IP2L1 to
ISI:3947 (Part 1)/1993 (reaffirmed 1998)
- 34 of
69 -

Bypass Switch
Manual and Static by-pass switch shall be provided for
maintenance of UPS
UPS shall supply output power and charging current
at the same time
Switching Device
Switching Device shall be IGBT
Switching frequency shall be 19 KHz or above
UPS shall be provided with serial communication port
RS 232 for computer interface for data exchange of
electrical parameters of UPS like voltage, current,
frequency, charging status, mode of operation etc.
Rating
The rating specified is a unity power factor
INPUT
Voltage Range: 160V - 260V
Frequency Range: 50Hz +/- 10% Hz
Phase: Single Phase AC
OUTPUT
Voltage Regulation: 230 V +/-2Percent (with alternative setting
for
220V +/- 2Percent)
Output Frequency: 50 Hz +/- 1 Hz Single Phase (In inverter
mode)
Voltage Regulation: From on load to full load Should be within +/1Percent in both the cases, UPS shall also have facility
for operation in synchronous mode in which output
frequency shall be same as that of mains frequency
Harmonic Distortion: 2% maximum on resistive load for 3 KVA
Efficiency
At rated Output voltage and Frequency
Inverter: 90% (min.)
Overall: 85% (min.)
Power Factor
Load power Factor: Better than 0.65 lagging
UPS power factor: Better than 0.9 lagging
Over load:
UPS shall withstand 20% overload for 5 minutes and
50% overload for 1 minute
ENVIROMENT
Noise Level - less than 55 db at a distance of 1 meter
Protection
Over voltage, short circuit and overload at UPS output terminal,
Under voltage at battery terminal, Overshoot and
undershoot shall not be greater than 4% of rated
voltage for duration of 60 msec
Indicators Digital meters
Mains Presence, Battery Charging and
Discharging, Low battery voltage
- 35 of
69 -

Input AC Voltage, Output AC Voltage, I/o Frequency, & O/p


Frequency, Battery Voltage (with LED\LCD display)
Battery Detail
4800 VAH for 3 KVA - 60 min
Battery Type: Sealed Maintenance Free (VRLA)
Battery Make: Exide/Quanta/CSB/Panasonic/
ROCKET/Same make as OEM (Battery Sr. No. on OEM
Letter Head with Warranty Assurance of 1 year)
Battery Housing: A suitable battery cabinet
matching the UPS enclosures
600 VA Line Interactive UPS
Matche
d/

Sr.
Item

No.

Qty.

General:
Single Phase Input & Single Phase Output
Line Interactive UPS with AVR & PWM Technology for
computers
suitable for single Phase AC input voltage
UPS shall be housed in rugged enclosure made of M.S.
Sheet 1.2
mm (minimum) thick, aesthetically finished, duly pretreated and
powder coated or ABS body.
UPS shall be free from workmanship defects, sharp
edges, nicks,
scratches, burs etc. All fasteners shall be fixed properly.
The
equipment shall be complete with all parts and all parts
shall be
functional
Switching Device:
Switching Device shall be MOSFET or IGBT
Switching frequency shall be above 50 Hz
Transfer time- Switching over time from AC mains to
UPS mode on
power failure shall be Max. 10 milliseconds
Input- 160 V 280 V, 50 Hz +/- 3 Hz , single phase AC
Output
AC Mode- AVR Output voltage in AC mode; 180-255 V ;
50 Hz +/- 3
Hz
Battery Mode- UPS Output voltage in battery mode; 230
V +/- 10%,
50 Hz +/- 3 Hz load power factor of not less than 0.6
lagging
Overload- UPS shall withstand 5% overload
Protections
If input voltage goes outside the range 160V-280V, the
system shall
switch over to UPS mode

120

Not
Matche
d

Deviati
on
/
Remark
s
(If any)

Over Voltage, short circuit and overload at UPS output


terminal, no
load shut down. Cold start
Under voltage at battery terminal, Battery over charge
Indicators and meters
Mains presence, UPS mode, Battery low, overload
Battery details
Battery Type- Sealed Maintenance Free ( VRLA) Built-in
- 36 of
69 -

Battery make- Exide/Quanta/CSB/Panasonic /Yuasa/Same make as


OEM (Battery Sr. No on OEM Letter Head with
Warranty Assurance of 1 years)
Minimum Battery AH- 600 VA UPS 84 VAH 15 minutes Battery
Back Up
Desktop
Matche
d/

Sr.
No.

Item specifications

Qty.

Form Factor : Tower Cabinet


CPU : Intel Core i3-4130 Processor (3M Cache, 3.40
GHz) or
higher
Motherboard : Intel H81 chipset or better
Bus Architecture : Integrated onboard graphics, Total 3
nos. of
PCI/PCIe slots, Integrated Audio
Memory : 4 GB DDR3 RAM @ 1600 MHz with 1 DIMM
slot free.
(Single Module Should be supplied)
Hard disk : 500 GB SATA II or higher hard disk with
7200 rpm
Optical Drive : 8x or better Internal DVD Writer
18.5 or higher wide screen LED Backlit based TFTs,
Contrast Ratio
1000:1 or better, Response Time 5 ms or better,
Resolution 1360
X 768 or better, TCO Displays 5.0 certified or better;
Monitor should
be of same make of offered PC Brand
Keyboard : USB or Ps/2 104 Keys keyboard
Mouse : USB or PS/2 Two button scroll optical mouse
with pad
Ports : 1 Serial, Total 6 USB port with at least 2 USB 3.0
port (min. 2
at front), VGA, Microphone, Headphone
Networking features : 10/100/1000 Mbps Network
(Embedded /
Slot based)
O.S. : Pre loaded Microsoft Windows 8.1 Professional
licensed
software with latest updates and Restore/ Recovery CD/
Self
Mechanism
Data Recovery Software: Pre loaded software tool that
has
provision for scheduled backup for restoring OS & data.
Should
have capability to take backup to external media.
(Please specify
name of Data Recovery Software)
Anti Virus : Pre loaded latest Anti virus license software
with three

474

Not
Matche
d

Deviati
on
/
Remark
s
(If any)

year updates
Certifications : RoHS ,UL ,CE/FCC or equivalent third
party
certification from reputed Agency, Windows 8.1
Certification
Dust Cover : Dust Cover for CPU, Monitor, Keyboard,
Mouse
Speakers : 2 nos. of Speakers (200W PMPO)
Note: Bidder or OEM shall quote desktop of OEM featured in Indian PC market share in
Q2 2015 as per
Gartner.
Laptop
Matche Deviati
d/
on
Sr.
/
Remark
Item specifications
Qty.
Not
s
No.
Matche
d
(If any)
Processor Intel Core i5-5200U Processor (2.2 GHz
Up to 2.7GHz,
40
3MB Cache, 5 GT/s) or higher
- 37 of
69 -

Motherboard with Integrated Chipset with Processor or better


4 GB DDR3 SDRAM 1333 MHz upgradeable to 8 GB.
500 GB or higher SATA HDD with 5400 RPM
Screen: 13.3/14/15.6 or higher LED B/L Display with
1366*768 resolution (WXGA)
Intel Graphics Media Accelerator HD or better
Wired Communication:
Integrated 10/100/1000 Mbps
Gigabit
Ethernet
Wireless Communication: Integrated Wireless LAN 802.11a/b/g &
Blue tooth, WWAN Upgradeable / Ready
Security: Integrated TPM 1.2 chip
Optical Drive: DVD +/- RW (Internal / External)
Internal Microphone
Mandatory Ports: 3 USB (including 1 USB 3.0 port), 1 VGA, 1 Head
Phone jack & Micro Phone jack/Headphone &
Microphone Combo jack, 1 RJ-45, 1 HDMI
Optional Ports: 1 PC card slot- PCI Express, 1 S-video, 1 RJ-11, 1 USB
2.0/eSATA combo port
Pre-loaded Latest Anti virus license software with three
year updates
Pre-loaded license Microsoft Windows 8.1 Professional Operating
System or higher with Latest service pack.
Data Recovery Software: Pre loaded software tool that
has provision for scheduled backup for restoring OS &
data. Should have capability to take backup to
external media. (Please specify name of Data
Recovery Software)
Certifications: RoHS, Energy Star 5.0 Compliant
4-Cell (40WHr) Battery / removable
OEM carry case
Please mentioned the Weight of the laptop
Note: Bidder or OEM shall quote Laptop of OEM featured in Indian PC market share in Q2
2015 as per Gartner.
Laser Printer with Wi-Fi connectivity
Matche
d/

Sr.
No.

Item specifications

A4 size Laser printer- 24 ppm, 600 X 600 dpi


Resolution, Minimum
350 MHZ Printer Processor or System Processor
Utilization,
Minimum 32 MB RAM, PCL 5E/Post script support OR
equivalent,
Automatic Duplex printing, High Speed USB 2.0 and
inbuilt Network
& Wi-Fi connectivity
40 or higher Professional Display Monitor
Sr.
No.

Item specifications

Qty.

Not
Matche
d

Deviati
on
/
Remark
s
(If any)

157

Qty.

Matche
d/
Not

Deviati
on
/
Remark

Matche
d
Diagonal Screen Size : 40 or higher
Panel Type : LED
Resolution : 1920 x 1080 or higher
- 38 of
69 -

40

(If any)

Brightness : 350 nit or better


Contrast Ratio : 1000:1 or higher
Response Time : 10ms or better
Input & Output : PC input (D-sub)-1, HDMI-1, Composite In -1 or
Component in -1, Audio in & out, USB, RJ 45
Power cable, VGA cable, Audio Video cable
(Please mention the length of the cables)
Power Supply : AC 100-240V, 50/60 Hz
Quick Setup Guide, Warranty Card, Application CD,
Remote Control with Batteries
40 or higher Professional Display Monitor should be certified for
Energy Star 6.0, BIS, CE, FCC, UL
The online rates available for various
commodities should be display on the said
Professional Display Monitor
The said Professional Display Monitor shall be
supplied with wall mount/floor stand & setup the
same as per the requirement of respective APMC
Mobile Wireless Thermal Printer
Matche
d/

Sr.
No.

Item

Print Speed:
80 mm/sec or better
Dot density
203 DPI
Printing
Black
Paper Types
Receipt
Paper Thickness
Standard
Maximum print
width
2 or higher
Interfaces:
Interfaces
Bluetooth,
Wireless LAN IEEE 802.11a/b/g/n (optional),
USB 2.0 Type MiniB
Weight: Less than 0.25 Kg
Power:
Power Supply - AC adapter, AC cable
Standard Rechargeable battery
Tablet

Qty.

Matche
d/
Item

Processor 1 GHz Dual core or higher


RAM 1GB DDR2 or higher

Internal Storage 8 GB or higher and expandable up


to 32 GB
Display Screen size 7 Touch screen or higher with
1024*600

(If any)

153

Sr.
No.

Not
Matche
d

Deviati
on
/
Remark
s

Qty.

Not
Matche
d

Deviati
on
/
Remark
s
(If any)

resolution or better, which should be clearly visible in


the day light
also.
Integrated Camera for Photo & Recording
Connectivity Wi-Fi, Blue tooth V4
Slots and Ports Micro USB (Supporting USB 2.0),
Headphone and
microphone jack, SIM card slot with voice calling facility
Operating System Android Kit Kat or higher.
- 39 of
69 -

200

Network Infra, 2G GSM, 3G WCDMA, 4G LTE FDD


Power Supply 230V, 50 Hz AC Supply. Suitable
charger shall besupplied. Built-in rechargeable
Battery Capacity minimum 3000 MAh or higher,
Internet Browsing Time : At least 6 to 8 hours
SIM Support - Single SIM, GSM/GPRS

Language Support - Hindi & Gujarati local language fonts installed


Weight Not more than 500gm including battery
Battery charger, data cable, ear phone, bag/pouch etc
The quoted Tablet should be established brand with BIS
certification. BIS Certificate must be attached for the
quoted Tablet.
Suggested Make : Apple, Dell, HP, Lenovo, Samsung
Racks
42 U Rack
Matche
d/

Sr.
Item

No.

42U Floor Standing rack 19 Adjustable rails in the


front and rear,
Front section with glass door and lock, Top and bottom
cable entry
facility, 600mm wide * 800 mm deep, Cable managers,
Earth
continuity kit, Steel powder coated cabinet (Bidder has
to carry out
installation/fixing)

Qty.

Not
Matche
d

Deviati
on
/
Remark
s
(If any)

40

Item No. 17 - 9 U Rack


Matche
d/

Sr.
No.

Item
9U wall mounting rack Rigid frame that can be fixed
to the wall,
19 Adjustable rails in the front and rear, Front section
with glass
door and lock, Top and bottom cable entry facility,
550mm wide *
500 mm deep, Cable managers, Earth continuity kit,
Steel powder
coated cabinet (Bidder has to carry out
installation/fixing)

Qty.

Not
Matche
d

Deviati
on
/
Remark
s
(If any)

120

UTP Components
Item No. 18.1 - Cat-6 UTP 4Pr UTP CMR Cable - 305
Meters Box
Sr.
No.

Item

Qty.

Matche
d/
Not

Deviati
on
/
Remark

Matche
d
General Specification:
Standard Length : 305 Meters (1000 Feet)
4 Pair Twisted Cable
Tangle free cable pack in laminated corrugated box
Support for Fast and Gigabit Ethernet, IEEE 802.3/5/12,
Voice, ISDN,
ATM 155 and 622 Mbps.
50800*
Physical Specification :
Conductor : 23 AWG Annealed bare solid copper
Insulation : High Density Polyethylene
Core Color : Pair 1 : White - Blue
Pair 2 : White - Orange
- 40 of
69 -

(If any)

Pair 3 : White - Green


Pair 4 : White - Brown
Sheath : Fire Retardant PVC Compound (FRPVC)
Approx. Cable OD : 6.5 mm
Operating Environment : Indoor
Electrical Specification : (at 550 MHz)
Standards : TIA / EIA 568 B.2-1
Impedance : 100 +/- 15 ohm
UL / ETL Verified, ETL zero bit error tested.
- Cat-6 UTP 4Pr. Patch Cord - 1 Meter
Matche
d/

Sr.
No.

Item

Should conform or exceed the EIA/TIA 568 B standards


for CAT 6
Factory molded boots on RJ 45 plugs at both ends
Compliance with Cat 6 standards of ISO/IEC 11801,
EIA/TIA 568,
EN50173
Length - 3 feet/1m
UL / ETL Verified, ETL zero bit error tested.
- Cat-6 UTP 4Pr. Patch Cord - 2 Meter

Qty.

Matche
d/
Item

(If any)

825

Sr.
No.

Not
Matche
d

Deviati
on
/
Remark
s

Qty.

Not
Matche
d

Deviati
on
/
Remark
s
(If any)

Should conform or exceed the EIA/TIA 568 B standards


for CAT 6
Factory molded boots on RJ 45 plugs at both ends
Compliance with Cat 6 standards of ISO/IEC 11801,
EIA/TIA 568,
EN50173

825

Length 7 feet/2m
UL / ETL Verified, ETL zero bit error tested.
- Cat 6 UTP Surface Single Shutter outlet with I/O Module and
back box
Matche
d/

Sr.
No.

Item

Angular Face plates with shutters


Screw cap design for better looking fronts
Suitable for use with all RJ45 installations including CAT

Qty.

Not
Matche
d

Deviati
on
/
Remark
s
(If any)

5, CAT 5e
and CAT6
RJ-45 sockets With Blanking spacer if required.
Single Gang
Molded PVC-U
Tough shatter resistant PVC
Designed for ease of use
- 41 of
69 -

825

Square in Size
Designed for ease of use
Uncluttered internal design
PCB based Cat 6 Keystone Jack
Spring Contact: 50u gold over 100u nickel
Should Support T568A/T568B wiring Standards
UL / ETL Verified, ETL zero bit error tested.
- Cat 6 UTP Shuttered Patch Panel 24 Port-Loaded with Cable Manager
Matche
d/

Sr.
Item

No.

Qty.

Port Patch Panel With Rack Mount


24 Ports Cat6, all 24 ports Fully loaded
I/Os Individually replaceable
Built-in Shutter
RJ45 female ports on front - 110 type wire termination
blocks on
back.
Rack mountable
Compatible with 23 - 24 AWG solid Conductor UTP
cable.
Should conform or exceed the EIA/TIA 568 B.2-1
standards for CAT6

Not
Matche
d

Deviati
on
/
Remark
s
(If any)

160

Fully Compatible with Gigabit Ethernet.


Metallic high strength and 1RU height, Should have
routing rings,
ties, labeling strips for identification
Should have protection on each port to protect from
dust ingress
and such particles by having shutter or cap.
UL / ETL Verified, ETL zero bit error tested.
Other Components
Deviati
on
/
Remark
Not
s
Matched (If any)

Matched/

Sr.
Item

No.

Qty.

1.5" Size PVC Cap on Casing with Accessories needs to


be installed
where ever required. (As per Actual Qty required at
Site)
1.5" Size PVC Pipe with Accessories needs to be
installed where
ever required. (As per Actual Qty required at Site)
Fiber Components
Single Mode Fiber Cable

25400*

25400*

Sr.

Item

Qty.

No.
6 core (9/125 micron) single mode Loose Tube jelly
filled, Uni-tube
design, CST Armored optical Fiber cable
Single Mode Fiber to support 1310 nm and 1550 nm
wavelengths,
9/125 micron,

Deviati
on
Matched/
/
Not
Remar
ks
Matched
(If any)

15600*

Graded index, anti rodent, fiber Should be protected inside


jelly filled loose tube armoring with acrylic coated good
quality steel. Should conform or exceed the EIA/TIA 455,
EIA/TIA 568, ISO- 11801 and ICEA-640 standards for Fiber
and cable performance specifications. Attenuation : Not more
than 0.38 dB/km at 1310 nm and 0.25 dB/km at 1550 nm.
ECCS armor followed by a jacket of polyethylene. Over the
armor, water blocking powder applied for water tight cable.
Aramid yarn as peripheral strength member, Steel rods
embedded in the outer jacket.
Operation - 30C to +70C

Fiber SM-SC Couplers and Pigtail x

Sr.

Item

Qty.

No.
SM-SC Pigtail
Connector Type:- SC-Style
Connector color-SM-Blue
Length: 1.5meter
Thickness of pigtail cable should be 0.9 mm nominal.
Ferrules:- Pre-radiused Ceramic Ferrules
Insertion Loss: 0.3dB
Return Loss: >=20dB
Duplex SC Adaptor with Zirconia Sleeve
Dust caps for protection
Color: Single mode-Blue
Push pull mechanism

Deviati
on
Matched/
/
Not
Remar
ks
Matched
(If any)

1440

0.9mm Tight buffered fiber


Insertion loss: Single mode < 0.15dB, Multimode<
0.2dB
Fiber Patch Cord SC-LC Type 9/125 Single Mode Fiber

Sr.

Item

Qty.

No.
SM SC / LC Fiber Patch Cord, 3M, Duplex, 9/125um
Connector Type:- SC-LC
Color-SM-Yellow
Ferrules:- Pre-radiused Ceramic Ferrules
Insertion Loss: 0.3dB

312

Deviati
on
Matched/
/
Not
Remar
ks
Matched
(If any)

Return Loss: >=20dB


12 port RM LIU - LIU Loaded with adapter
plate & (with Single Mode Adapters)

Sr.

Item

Qty.

No.
Mode availability 12 Port Fiber Patch Panel
Rack mount with 1RU height

120

Deviati
on
Matched/
/
Not
Remar
ks
Matched
(If any)

Sr.

Item

Qty.

No.
SM-SC Pigtail
Connector Type:- SC-Style
Connector color-SM-Blue
Length: 1.5meter
Thickness of pigtail cable should be 0.9 mm nominal.
Ferrules:- Pre-radiused Ceramic Ferrules
Insertion Loss: 0.3dB
Return Loss: >=20dB
Duplex SC Adaptor with Zirconia Sleeve
Dust caps for protection
Color: Single mode-Blue
Push pull mechanism

Deviati
on
Matched/
/
Not
Remar
ks
Matched
(If any)

1440

0.9mm Tight buffered fiber


Insertion loss: Single mode < 0.15dB, Multimode<
0.2dB
Fiber Patch Cord SC-LC Type 9/125 Single Mode Fiber

Sr.

Item

Qty.

No.
SM SC / LC Fiber Patch Cord, 3M, Duplex, 9/125um
Connector Type:- SC-LC
Color-SM-Yellow
Ferrules:- Pre-radiused Ceramic Ferrules
Insertion Loss: 0.3dB
Return Loss: >=20dB

312

Deviati
on
Matched/
/
Not
Remar
ks
Matched
(If any)

Вам также может понравиться