( Installation and Upgradation LAN and Wi-Fi )
Transcript of ( Installation and Upgradation LAN and Wi-Fi )
NIPER Tender No: T 1/2015
NATIONAL INSTITUTE OF PHARMACEUTICAL EDUCATION & RESEARCH
(NIPER)
Sector 67, SAS Nagar (Mohali)
Telephone No. 0172-2214682-87, Fax No. 0172-2214692, 2230068
Tender Notice T1/2015
( Installation and Upgradation LAN and Wi-Fi )
National Institute of Pharmaceutical Education and Research (NIPER), (hereinafter referred to as the “Institute”) an Educational
Institute of National importance, invites sealed tender (s) in two-bid format for “Installation and upgradation LAN and Wi-Fi
at the Institute as per the specification given in the tender document on turnkey basis. The document can be downloaded from the
Institute Website at URL Link http://www.niper.gov.in.
S.No. D E S C R I P T I O N
01 Availability of Tender Documents on NIPER Website : 03.01.2015
02 Approximate cost of Work : Rs. 200 Lac
03 Amount of Earnest Money Deposit : Rs. 4,00,000/-
04 Cost of Tender Form : Rs. 5000/-
Director, NIPER reserves the right to reject any or all tenders without assigning any reasons. Corrigendum/Addendum or
Cancellation of this advertisement, if any, shall be published on NIPER Website only.
Registrar
NIPER Tender No: T 1/2015
NIPER Tender No:
Installation and Upgradation of LAN and Wi-Fi
National Institute of Pharmaceutical Education and Research
S.A.S. Nagar – 160062
NIPER Tender No: T 1/2015
1
Table of Contents
S.No.Name of the Content Page No.
1) Notice Inviting Tender 3- 5
1.1. Introduction 3
1.2. Important Dates and Timings Table 3- 5
2) Chapter-1 - Instructions to Tenderer 6-19
1.1. Pre – Qualification Criteria 6-9
1.2. Earnest Money Deposit (EMD) 10
1.3. Pre-Bid Meeting 10
1.4. Tender Evaluation 11-13
1.4.1. Stage – I (Technical Evaluation)
Sub-Stage – A (Essential pre-qualification criteria)
Sub-Stage – B (Technical Specification)
1.4.2. Stage – II (Financial Evaluation)
1.5. Validity 13
1.6. Delivery & Installation 13-14
1.7. Warranty 14-15
1.8. Fall Clause 16
1.9. Training of Personnel 16
1.10. Award of Contract 16
1.11. Termination of Insolvency 16
1.12. Termination for Default 17
1.13. Performance Security 17
1.14. Payment Terms 17-18
1.15. Tender Preparation Expenses and Site Preparation 18
1.16. Force Majeure 18-19
1.17. Inspection and Tests 19
1.18. Jurisdiction 19
3) Chapter-2 Schedule of Requirements & Scope of the Work 20-24
2.1 Network Diagram: Tentative Network Design and Data Ports 22
2.2 Tentative Ports Requirement 23-24
NIPER Tender No: T 1/2015
2
Annexure – I Letter of Authorization for attending Bid Opening (on Letter Head)25
Annexure – II (Declaration & Certificate on Non-participation of near relatives in the
Tender) (On Letter Head) 26
Annexure – III (Details of the Firm Offering This Quote) (on Letter Head) 27-29
Annexure – IV (Format for Manufacturer’s Authorisation Letter to Agent (on Letter
Head) 30
Annexure – V (Declaration Regarding Blacklisting/Debarring For Taking Part in
Tender) 31
Annexure – VI (Certificate of Warranty) (on Letter Head) 32-33
Annexure – VII (Bank Guarantee Form for Performance Security) 34-36
Annexure – VIII(Technical Compliance Sheet) 37-57
Annexure – IX (Format for Financial Bid) (to be submitted on the letterhead of the
company / firm) 58-60
Annexure – X (Proof of Concept (POC) 61-64
Chapter –III Contract Form / Agreement Form (Annexure XI) 65-67
Check List for Submission of Bid 68-69
NIPER Tender No: T 1/2015
3
National Institute of Pharmaceutical Education and Research
S.A.S. Nagar – 160062
Notice Inviting Tender
Tender Notice No.: T1/2015
National Institute of Pharmaceutical Education and Research (NIPER) S.A.S. Nagar (hereinafter
referred to as the “Institute”), an Educational Institute of National Importance, invites sealed
tender(s) in two-bid format for “Installation and Upgradation of LAN and Wi-Fi” at the
Institute as per the specification given in the tender as Annexures on turnkey basis.
The tender document can be downloaded from the Institute website at URL Link:
http://www.niper.gov.in.
Approximate Cost of Work Rs. 200 Lac
Amount of Earnest Money Deposit Rs. 4,00,000/-
Cost of Tender Form Rs. 5000/-
Important Dates and Timings Table:
Meeting/Opening Date Time Venue
Availability of
Tender Documents
on NIPER Website
From 03.01.2015 to 10.02.2015
Pre-Bid Meeting (All pre BID queries have to be
submitted in writing on or before
12.01.2015 by 05:00 PM as per format
given in the Instruction to tenderer) via
email to [email protected] and
Conference Room,
Administrative Building,
NIPER SAS Nagar Mohali
On 16 Jan 2015 at 11.00 a.m.
Upload after addendum, if any
On 19.01.2015
Demonstration /
POC by OEMs
(Mandatory)
23.01.2015 to 30.01.2015
(during working hours)
(Request must be sent in advance by or before (20.01.2015) to attend
POC via email to [email protected] and [email protected]).
Receipts of Bids
( Technical +
Commercial)
Date Month Year
[ 10.02.2015]
Time
4:00
p.m.
Reception Counter in the
Sectt. Building NIPER SAS
Nagar Mohali
Opening of Date Month Year Time Conference Room,
NIPER Tender No: T 1/2015
4
Technical bids [11.02.2015] 3:00
p.m.
Administrative Building,
NIPER SAS Nagar Mohali
Note: It is mandatory to submit the tender fees of Rs Five Thousands only in the form of DD in
favour of “Director NIPER” payable at Chandigarh/Mohali to participate in Pre-bid meeting
and POC. Participation in POC is mandatory to qualify for submission of bids.. Tender
Documents with addenda’s if any after Pre-bid meeting, will be uploaded on NIPER website.
The result of POC will be uploaded on NIPER website. The tenderer Scoring 70% or above in
the POC will be qualified for further tendering process.
All the pages of the Technical / Financial Bid shall be page numbered and all the relevant
supporting documents as required must be enclosed.Offer in the financial bid should be written
in English and price should be written in both figures and words. The offer should be typed or
written in ink pen or ball pen. Use of pencil will be ignored.
Envelope of technical bid & financial bid should be individually sealed and then placed in a third
envelope, to be sealed and super scribed with tender name “Installation and Upgradation of
LAN and Wi-Fi” and tender number T1/2015, due date of submission and address to:
“The Director - NIPER
Stores & Purchase Section
NIPER, Sector 67, SAS Nagar, 160062, Punjab.
Sealed tender should reach the Institute; latest by (10.02.2015 by 04:00 PM). Tender(s)
received beyond the last date of submission will be rejected. No tender will be entertained by E-
mail or FAX.
Technical bid(s) will be opened on date and Time(11.02.2015 at 03:00 PM) in the Conference
Hall, Administrative Block of the Institute in the presence of the tenderer(s) or their authorized
representative(s), who are present at the scheduled date and time. The representative should
bring authorization letter to the Bid opening as per Annexure- 1.
Date and time of the opening of the financial bid(s) will be decided after the technical bid(s)
have been evaluated by the Institute. The financial bid(s) of only those tenderer(s) will be
opened, who qualifies the technical evaluation and POC, on the specified date and time. The
date, time & place of opening of the financial bid(s) will be intimated in due course of time.
NIPER Tender No: T 1/2015
5
In the event of the due date of receipt and opening of the tender being declared as a holiday for
the Institute, then due date of receipt / opening of the tender will be the next working day at the
same time.
The tenderer are requested to read the tender document carefully and ensure to compliance with
all the instructions herein. Non-compliance of the instructions contained in this document will
disqualify the tenderer from the tendering exercise.
The Institute reserves the right to select certain items in single or multiple units and reject the
others or all as mentioned in the schedule and to revise or alter the specifications before
acceptance of any tender and accept or reject any or all tenders, wholly or partly or close the
tender without assigning any reason whatsoever. Corrigendum/Addendum, if any, shall be
published on NIPER Official Website only.
NIPER Tender No: T 1/2015
6
Chapter-1
Instructions to Tenderer
NIPER has prepared a deployment plan and tentative number of data ports for up-gradation of
LAN and Wi-Fi that cover the desired areas as per chapter 2. Tenderer is requested to inspect the
sites before quoting for the Tender. Tenderer is free to propose an alternative more efficient plan
campusnetwork. Details of the tenderer offering this quote must be enclosed in prescribed format
(Annexure –III).
Tender should be submitted in two parts, Part – I (Technical Bid) & Part – II (Financial Bid).
Envelope of Part – I should be superscribed as “Tender for Installation and Upgradation of LAN
and Wi-Fi”, Part – I Technical Bid” and Envelope of Part – II should be superscribed as “Tender
for Installation and Upgradation of LAN and Wi-Fi”, Part – II Financial Bid”.
While POC, the vendor will have to propose the Installation Plan, which should include the
upgradation of existing network and number and type of Access Points required. Any other
Hardware or item required to implement the total solution should be listed separately in the Bill
of Material (BOM). The quantity mentioned in the BOM is approximate and given for working
lowest quote. All active network components (switches, wireless controller, Wireless Access
Points, NMS) should be from established profitable companies. All passive components should
be from the same manufactures except UPS, Rack & Conduit. The tenderer should also submit a
detailed un-priced Bill of Material in tabular format with complete product part codes, product
description along with page number, quantity, etc. This detailed un-priced BOQ should be
attached/enclosed with the technical compliance both in hard copy as well as soft copy (in the
CD/DVD media).
1.1 Pre – Qualification Criteria:
a) Only manufacturer(s) or their sole authorized distributor / agent are eligible to bid.
Authorization letter in the prescribed format (Annexure – IV) from Original
Equipment Manufacturer (OEM) in favor of authorized Agent to bid / negotiate /
conclude the order against this tender, must be enclosed with technical bid.
b) The tenderer shall be required to submit the Earnest Money Deposit (EMD) for an
amount of Rs.4,00,000/- (Rupees FourLac only) which is refundable and a non-
refundable tender fee for an amount of Rs.5,000/- (Rupees Five Thousand only) by
way of demand drafts only. The demand drafts shall be drawn in favour of “Director
NIPER Tender No: T 1/2015
7
NIPER” payable at Mohali/ Chandigarh. The demand drafts for earnest money
deposit must be enclosed in the envelope containing the technical bid.
c) The tenderer must bereputed System Integrator/ OEM authorized representative and
must have minimum turnover of10 Crore (annually) during last three financial years
(FY 11-12, FY 12-13, FY 13-14). Financial statement showing annual turnover and
net profit duly certified by Charted Accountantsfor the last three financial years
should be attached.
d) All Switching Components like Core Switch, Distribution Switches, and Access
Switches should be of single OEM (same make) and all Wi-Fi Components like
WLAN Controllers, Access Points and POE injectors should be of single OEM (same
make). Operating System Software (OS) of all active components should be same for
ease of management and upgrades. All active components should be from leaders and
visionary manufacturers and their authorized partner/dealers of wired network like
Cisco/ HP/ Juniper / Brocade / Extreme/etc and Wi-Fi network like Cisco/ HP/Aruba/
Ruckus/ Motorola/etc. All active managed switches and their OS should be NDPP/
EAL Common criteria certified. All passive components should be from same OEM
except Racks.The passive components like CAT6 UTP Cable, Patch Panel, Patch
Cord and Information Outlets should be from reputed OEM such as
AMP/MOLEX/Actassi by Schneider/PanNet by Panduit/ etc.
e) The tenderer should be in existence for last 10 years and in business of Networking
for the last minimum 5 years. The tenderer also should have their own after sales
support facilities at least in one place in
Tricity(Chandigarh/Mohali/Panchkulla)/NCR Region. The support facilities should
be fully owned by the tenderer and managed by their permanent employees (company
payroll) and not through franchisee(s).(Documentary proof of the same should be
attached).
f) The OEM should have 2local spares depot in India in order to provide immediate
support. (Documentary proof of the same should be attached).
g) The System Integrator/ Tenderer must have successful executed orders in any
combination of the below mentioned amounts during last three financial years i.e.
2011, 2012, 2013 for similar (Wired / Wi-Fi System) projects. (Certificate for
NIPER Tender No: T 1/2015
8
successful installation and project completion from the client should be
enclosed).
1. 1 order of 1 Crore.
or
2. 2 order of Rs50 Lacs. (Minimum order value of 50 Lacs.)
h) The make offered by System Integrator / tenderer should at least have 3 successful
deployments of minimum 75 nos. Access Points (AP) per site controller based
wireless network installation and commissioning anywhere in India (at least one
deployment in Government Organization/PSU/Autonomous Body/University of
repute/ Hospitality/ Higher Education Institute of repute) during last 3 years.
(Certificate for successful installation and project completion from the client
should be enclosed).
i) The offered products in the solution against the supply order shall be latest version
and should not be end of life for next 5 years, however if any product which is
declared end of life product by OEM during the supply period of material, in this case
the tenderer should supply replaced model or next higher model/version of the
product.
j) The tenderer should not have been debarred or blacklisted by any Central / State
Government Departments of India. An affidavit to that effect on Non-Judicial stamp
paper of Rs.10/- duly notarized must be enclosed with the technical bid in prescribed
format. The proforma of the affidavit is attached with the tender as Annexure – V.
k) Signed & stamped compliance sheet (Annexure-VIII) of the technical specification
of the goods with technical printed literature along with Bill of Material (BoM)
mentioning all the terms & conditions clearly, must be enclosed with the technical
bid.
l) The tenderer shall submit the copy of the tender document and addenda thereto, if
any, with each page signed and stamped to confirm the acceptance of the entire term
& conditions of the tender.
m) The tender of any tenderer, who has not complied with one or more of the conditions
of prequalification criteria and / or fail to submit the required documents in prescribed
format as mentioned / or required / or conditional tender are liable to be summarily
rejected.
NIPER Tender No: T 1/2015
9
n) Near relatives of personnel working in NIPER are not eligible to bid. The Bidder or
its authorized signatory should certify on (Annexure- II)that none of the near
relatives of proprietor, or any partner, or any director of the company, working in
nipper. Due to any breach of this condition by the bidder/contractor at any stage, the
bid/contract shall be cancelled at the risk and cost of bidder/contractor, and
EMD/performance security shall be forfeited.
o) The architecture, design & technical specifications of the offered wired and Wi-Fi
solution will be evaluated by NIPER, Mohali in terms of their functional
requirements using “Proof of Concept” (POC).POC clearly indicates the capabilities
& limitations of their offered solution and how it achieves the
expectations/requirements of NIPER. A demonstration / POC will be held Date and
Time (Date and Time toDate and Time)as per locations identified byNIPER. It is
mandatory to participate in POC for further tendering process (subject to minimum
scoring of 70% Marks in POC). The POC will be divided into two parts as below :
1. Tenderer will provide the complete Solution Architecture Design and
Implementation methodology along with Node & connectivity details along with
delivery and implementationschedule. Delivery and implementation schedule should
be as per part A of Annexure –X.
II. POC should be done as per part B of Annexure –Xby the SI/OEM with the
WLAN Controller and Access points (same make and model as compliance with the
specification quoted) for the offered Wi-Fi Solution. The solution should provide -
65dbm or better RSSI. There should be no Wi-Fi dark spots in the campus. Access
Points are capable to deliver Full HD video streams to 30-35 multiple Wi-Fi devices
without any jam / jerk in the streaming. The complete deployed system will be
evaluated/ tested using various testing tools in terms of RSSI, throughput,
download/upload streams etc.
The Technical committee will evaluate the POC with respect to the functional and
quality requirements of end user. After evaluating the POC, the committee will decide
the list of successful tenderers. The tenderer Scoring 70% or above in the POC will be
qualified for further participation in bids. Further, the Technical Committee has right
to change the POC procedure or to amend the Test parameters/Test Plan, if felt
necessary. Failure in POC leads to rejection of bid.
NIPER Tender No: T 1/2015
10
1.2Earnest Money Deposit (EMD):
Thetenderer shall be required to submit the Earnest Money Deposit (EMD) for an amount
of Rs.4, 00,000/- (Rupees Four Lac only) which is refundable by way of demand draft
only. The demand draft shall be drawn in favour of “DirectorNIPER” payable at
Mohali/Chandigarh.
The demand draft for earnest money deposit must be enclosed in the envelope containing
the technical bid. Any technical bid is found without the demand draft of earnest money
deposit will be rejected. The Institute will not be liable to pay any interest on such an
amount. The earnest money deposit shall be forfeited, if the tenderer withdraws its bid
during the period of tender validity.
The earnest money deposit of the tenderer, whose tender has been accepted, will be
returned on the submission of the performance security. Earnest money deposit of the
successful tenderer shall be forfeited, if it refuses or neglects to execute the order or fails
to furnish the required performance security within the time frame as specified by the
Institute.
After the award of the contract to the successful tenderer, the earnest money deposit of
the unsuccessful tenderer(s) will be refunded within 30 days.
1.3 Pre-Bid Meeting:
All pre BID queries have to be submitted in writing to SPO , NIPER SAS Nagar on or
before DD.MM.YEAR by 05.00 PM in the format given below on the letter head of the
company.
Sr No Page No Clause /
Point No.
Subject Clarification
Sought
Remarks
(if any)
Only two people (OEM / System Integrator) will be allowed to attend the Pre-bid
meeting. Interested tenderer may choose to attend pre-bid meeting at their own cost.
NIPER Tender No: T 1/2015
11
No queries will be entertained after this allotted time frame. As a result of the discussion
in the pre-bid meeting, if it is considered necessary to modify the technical specifications
or any tender conditions, the same shall be carried out. The modified tender documents
will again be uploaded on the NIPER website by DD.MM.YEAR for the information of
all prospective tenderers.
Note: It is mandatory to submit the tender fees of Rs Five Thousands only in the form of
DD in favour of “Director NIPER” payable at Chandigarh/Mohali to participate in Pre-
bid meeting and POC.
1.4 Tender Evaluation:
The Institute will evaluate the entire tenders, strictly on the basis of the terms &
conditions incorporated in the tender document and terms, conditions etc. as stipulated by
the tenderer(s) in their tender to determine whether these are compliance in all respects,
as specified in the tender document.
During the evaluation / scrutiny of the tenders, at any stage, if it is found that any
of the tenderer(s) terms and conditions are not compliance with tender document,
Institute may seek the clarification within the specified target time and if the tenderer fails
to reply / or not agree / accept the terms and conditions, their tender will be treated as
unresponsive and it is liable for rejection. Bids of only POC qualified tenderer will be
entertained.
Evaluation of the proposals shall be done in two stages as:
1.4.1. Stage – I (Technical Evaluation)
Technical evaluation of the proposals shall be done in two stages as:
Sub-Stage –1 A (Essential pre-qualification criteria)
• Institute will examine all the bid(s) to determine whether they qualify the
essential prequalification criteria, whether tenderer has submitted the EMD with technical
bid along withall the documents as mentioned / or required in the tender document.
Further whether all the documents are in prescribed format and have been properly
numbered,signed & stamped and complete and generally in order.
NIPER Tender No: T 1/2015
12
• Tender(s) which will not qualify Sub-Stage–A are to be treated as unresponsive and will be
rejected.
Sub-Stage –1 B (Technical Specification)
a) The tenderer should clearly specify and state the methodology to implement
the project. The entire time schedule, with specific landmarks must also be
furnished. Approach paper should contain:
Solution Architecture Design.
Implementation methodology along with Node & connectivity details.
Issue, Suggestion & Risks.
Project time schedule & dependency.
Integration & Acceptance Test
b) The Institute will examine the detailed technical specification of the quoted
model, whether these are complying with the specifications as mentioned in of
tender document.
c) The tender which is not compliance with the tender specifications will be
summarily rejected.
After the evaluation of technical bid(s), a list of the tenderer(s) who qualify the technical
evaluation (Sub – Stage – A & B) shall be made. Shortlisted tenderer(s) shall be informed
for the date, time and place of opening of the financial bid(s) and they may depute their
representative/s to attend the opening of the financial bid(s). The financial bid(s) of the
only technically qualified tenderer(s) will be opened.
1.4.2Stage – II (Financial Evaluation):
Financial bid(s) of the only technically qualified tenderer(s) will be opened for financial
evaluation. Prices should be inclusive of Taxes & duties as applicable.The financial
bid(s) will be evaluated on the basis of the total cost as quoted. The quoted rates should
be applicable for Educational Institutions and if any cost advantage received in lieu
thereof should be passed on to the Institute.
If there is discrepancy between the unit price and total price (which is obtained by
multiplying the unit price by the quantity), the unit price shall prevail and the total price
NIPER Tender No: T 1/2015
13
corrected accordingly and same is to be conveyed to the tenderer with specified target
time, if the tenderer does not agree with the observation of the Institute, the tender is
liable to be ignored.
The rates should be quoted in Indian Rupees (INR) on FORat destination site basis in the
prescribed format (Annexure– IX) with complete description. Name of the manufacturer,
model number must be indicated clearly in the proforma invoice / quotation, failing
which the same shall be liable for rejection.. The words “Not Quoting” should be clearly
written against any item of equipment for which the tenderer is not quoting. The CMC
rates are to be quoted separately in the financial bid. The CMC charges should include
labour charges as well as cost of any replacement parts / component (Hardware as well as
software) that may be required for keeping the equipment functional. It is essential to
quote the charges and terms & conditions for the service contract, tender not containing
service contract charges shall be considered incomplete and shall be rejected. The CMC
charges will be included in computing the total cost of the solution. The charges shall be
paid to the firm in half-yearly installments after satisfactory service, after the warranty
period.
1.5 Validity:
Quoted rates must be valid for a period of 180 days from the date of the closing of the
tender. The overall offer for the assignment and tenderer quoted price shall remain
unchanged during the period of validity. If the tenderer quotes the validity shorter than
the required period, the same will be treated as unresponsive and it may be rejected.
In case the tenderer withdraws, modifies or changes his offer during the validity period,
the tender is liable to be rejected and the earnest money deposited shall be forfeited
without assigning any reason thereof. The tenderer should also be ready to extend the
validity, if required, without changing any terms, conditions etc. of their original tender.
1.6 Delivery & Installation:
All the goods ordered should be delivered within 10 weeks from the date of the receipt of
the purchase order and satisfactory installation / commissioning and handover of the
equipment will be completed within 10 weeks from the date of receipt of the material at
NIPER Tender No: T 1/2015
14
the Institute premises and it will be ready to use within 24 weeks on faultless working
condition from the date of the issue of the purchase order or within such time as may be
extended by the Institute.
Satisfactory Installation: Satisfactory installation / commissioning and handing over of
the equipment mean the faultless functioning of the equipment for a minimum period of
90 days after satisfactory installation.
Liquidated Damages (LD): If the supplier fails to perform the satisfactory installation
and commissioning of the equipment and/ or which is not ready to use within stipulated
time then penalty at the rate of 1% per week subject to maximum of 10% of the order
value will be deducted.
Extension of Delivery & Installation Period: If the supplier is unable to complete the
project / order within the stipulated time, for which the supplier is responsible, it is
required to request for the extension of the delivery period, it may be extended by
competent authority if so desired.
In case the supplier fails to complete the order / project within the stipulated time,
Institute reserves the right to cancel the contract / order and performance security / EMD
may be forfeited.
1.7 Warranty:
Tender must be quoted with the three (03) years comprehensive on-site Warranty and it
willcommence from the date of the satisfactory installation / commissioning of
equipment against the defectof any manufacturing, workmanship and poor quality of
components and tenderer also give the warranty declaration in prescribed format as
attached with tender as Annexure – VI and must be enclosed with the technical bid.
Free onsite comprehensive (including all Hardware, Software, network cabling for all
types of defects and problems) maintenance services shall be provided by the Supplier /
OEM during the period of warranty. Moreover this warranty may be for all reasons other
than damage fromtornadoes, hurricanes, floods, or other natural disasters.The tenderer
shall have a well-established support infrastructure for call reporting & logging,
escalation, on-site support as well as remote support using telephonic & remote login
NIPER Tender No: T 1/2015
15
using web/Internet. The tenderer should preferably have a number on which problems
and calls may be lodged. The tenderer should submit complete details pertaining to such
support infrastructure in a separate sheet clearly indicating the support structure and
escalation matrix.
During the warranty and service contract period, the firm shall provide one
residentEngineerfor onsite support. The on-site resident engineer should report on all
working days including Saturday from 9.00 a.m. to 5.30 p.m. Resident Engineer will be
responsible to configure all active and passive components including Server for best
performance and checking of unnecessary network traffic. He will report to Head
Computer Centre or their authorized Officer and submit report on a regular basis in a
mutually decided format with following options: Daily Report, Weekly Report, Monthly
Report etc.
Preventive Maintenance should be performed twice every year during the first week of
December / January and June / July during the 3 year on-site comprehensive warranty
period and submit the report to Head, Computer Centre within a week of Preventive
Maintenance schedule. NIPER will not provide or do any troubleshooting at its end.
In addition to quoting for the Warranty for the equipment, tenderer(s) must quote the
chargesfor Comprehensive Maintenance Contract (CMC) for a period of five (05) years
after the expiry of warranty. The cost of all software items should be including
mandatory 3 years upgrade support. In case the System Integrator fails to rectify the
problem within 1 working day then OEM shall be required to provide second level
support, service to rectify the problem or replace the faulty system or part thereof during
the warranty period as well CMC.In case supplier fails to repair / or rectify the equipment
during the warranty period as well CMC. Institute may employ or pay other person for
the repairing of the equipment, all such damages, loss and expenses shall be recoverable
from the supplier.
Downtime: During both warranty and service contract (CMC), the downtime should be
less than 4 hours. Downtime will be counted from the date and time of the filing of
complaint withinthe business hours.During the CMC, the equipment alongwith
accessories has to bemaintained 5 % local stocking (Active Components) at NIPER.
NIPER Tender No: T 1/2015
16
1.8 Fall Clause:
The bidder undertakes that he has not supplied/is not supplying the similar
product/systems or subsystems at a price lower than that offered in the present bid in
respect of any other Ministry/ Department of the Government of India or PSU and if it is
found at any stage that the similar product/ systems or sub-system was supplied by the
BIDDER to any Ministry/ Department of the Government of India or PSU at a lower
price, then that very price, with due allowance for elapsed time, will be applicable to the
present case and the difference in the cost would be refunded by the BIDDER to the
BUYER, if the contract has already been concluded.
1.9 Training of Personnel:
The supplier shall be required to undertake to provide the technical training to the
personnel involved in the use of the equipment at the Institute premises on administration
and troubleshooting of the network and services, immediately after completing the
installation of the equipment for a minimum period oftwo weeks at the company cost at
NIPER SAS Nagar. Training is only considered to be completed on the basis of
satisfactory report from staff.
1.10 Award of Contract:
After due evaluation of the financial bid(s), the Institute will award the contract to the
lowest evaluated responsive tenderer (hereinafter referred to as the “Supplier”) as per
Chapter 3. However, the Institute also does not bind itself to accept the lowest or any
tender or assign any reason for non-acceptance.
1.11 Termination of Insolvency:
The purchaser may at any time terminate the contract by giving written notice to the
supplier, without compensation to the supplier, if the supplier becomes bankrupt or
otherwise insolvent, as declared by the competent court provided that such termination
NIPER Tender No: T 1/2015
17
will not prejudice or affect any right of action or remedy which has accrued or will accrue
thereafter to the purchaser.
1.12 Termination for Default:
The purchaser may without prejudice to any other remedy for breach of contract, by
written notice of default sent to the supplier, terminate this contract in whole or in part, if
the supplier fails to deliver any or all the goods within the time period(s) specified in the
contract, or any extension thereof granted by the purchaser pursuant to relevant Clause
fails to perform any other obligation(s) under the contract; and in either of the above
circumstance(s), does not remedy his failure within a period of 30 days (or such longer
period as the purchaser may authorize, in writing) after receipt of the default notice from
the purchaser. In the event the purchaser terminates the contract in whole or in part,
pursuant to Clause above, the purchaser may procure, upon such terms and in such
manner as it deems appropriate, goods similar to those undelivered and the supplier shall
be liable to the purchaser for any excess cost for such similar goods. However, the
supplier shall continue the performance of the contract, to the extent not terminated.
1.13 Performance Security:
After the award of work, the supplier shall be required to submit the performance security
in the form of irrevocable bank guarantee in the prescribed format (Annexure – VII)
issued by any Nationalized Bank / or Fixed Deposit Receipt, for an amount equal to the
10% of order value within a period of 15 days and it will be kept valid for a period of 60
days beyond the date of completion of warranty period.
On expiry of the warranty period, the supplier will have to submit the fresh performance
security for CMC period, if the Institute goes for maintenance contract. The fresh
performance security to cover the service contract shall be submitted atleast one month
before the expiry of previous performance security and it shall be 5% of the order value
and it will be valid for period of maintenance contract period plus 60 days. Performance
Security will be returned after completion all the contractual obligations.
NIPER Tender No: T 1/2015
18
1.14 Payment Terms:
I. 40% payment of the order value shall be released after the receipt of material in
good condition at the Institute premises after inspection in phase wise manner.
II. 50% of the order value shall be released after satisfactory installation/
commissioning and handover of the equipment’s in faultless working condition
for period of 90 days from the date of satisfactory installation and submission of
the test report.
III. Balance 10% of the order value shall be released after180 days after satisfactory
installation and submission of the test report as well as satisfactory training report
from the NIPER staff.
IV. Payment for all miscellaneous items like GI pipe, HDPE pipe, Chambers,UPS,and
PVCConduit shall be made on actual basis as per measurement at site.
V. No advance payment will be made under any circumstances.
1.15 Tender Preparation Expenses and Site Preparation:
All costs incurred by the tenderer in the preparation of the tender, presentation and of
negotiating the contract including the site visits etc. will be borne by the tenderer
themselves and in no case will be reimbursable by the Institute.The supplier shall inform
to the Institute about the site preparation, if any, needed for the installation of equipment,
immediately after the receipt of the purchase order. The supplier must provide complete
details regarding space and all the other infrastructural requirements needed for the
equipment, which the Institute should arrange before the arrival of the equipment to
ensure its timely installation and smooth operation thereafter.
The supplier shall visit the Institute and see the site where the equipment is to be installed
and may offer his advice and render assistance to the Institute in the preparation of the
site and other pre installation requirements.
1.16 Force Majeure:
NIPER Tender No: T 1/2015
19
Any delay due to Force Majeure will not be attributable to the tenderer. Force Majeure
events shall mean one or more of the following acts or events: Acts of God or events
beyond the reasonable control of the Affected Party which could not reasonably have
been expected to occur, exceptionally adverse weather conditions, lightning, earthquake,
cyclone, flood, volcanic eruption or fire or landslide; Radioactive contamination or
ionizing radiation etc.
1.17 Inspection and Tests :
The purchaser or his bona fide representatives shall have the right to inspect the works,
offices, showrooms, service centres of any bidder, for verification of facts furnished by
the bidder in support of his bid documents, and the bidder is bound to answer any query
made by the purchaser. The purchaser or his representative shall have the right to inspect
and test the goods as per prescribed test schedules for their conformity to the
specifications. Where the purchaser decides to conduct such tests in the premises of the
supplier or its subcontractor(s), all reasonable facilities and assistance like testing
instruments and other test gadgets including access to drawing and production data shall
be furnished to the inspectors at no charge to the purchaser.
1.18 Jurisdiction:
All disputes shall be subject to the jurisdiction of the Court of Law at S.A.S. Nagar,
Punjab.
Read and accepted. (Signature of the Tenderer)
Name:
Designation:
Contact No:
E-Mail ID:
NIPER Tender No: T 1/2015
20
Chapter-2
Schedule of Requirements & Scope of the Work
The scope of work shall consist of supply, installation, up-gradation, and preparation of design,
drawings, test and commission of LAN / Wi Fi system in all respects and its maintenance during
warranty period to the following (to be extended as per requirement) :
1. Supply and installation of servers , switches, indoor/outdoor access points, Wireless LAN
controllers, UTM, related accessories and software as per the specifications outlined in
the tender document and its maintenance and management for three years by providing
one Resident Engineer at site. The vendor shall carry out requisite steps to integrate the
existing bandwidth connectivity.
2. All hardware and software must be IPv6 compliant. Existing hardware and software must
be checked for IPv6 compliance.
3. Be centrally manageable across all sites. All the proposed solution should be managed
from a centralized location. Space for centrally managed would be provided by the
NIPER SAS Nagar, Mohali.
4. The existing OFC must be used only for standby connectivity.
5. Solution must support Zero Configuration on end-user device (e.g. DHCP).
6. The System Integrator / Tenderer shall provide complete end to end solution,
configuration, administration and operational documentation of overview,
implementation instructions, backup procedure etc. It shall be short, simple and shall
include pictures showing operator procedures, if necessary. Network Documentation
along with Labeling of Cables, I/Os, Jack Panel, Switches and Access Points.OTDR to be
done from both sides of OFC.
7. Repair/Refurnishing work owing to damage caused due to cabling or any other work
related to this Project. There should not be any hanging or uncovered wire.
8. Network segmentation and Network Monitoring though network management Software
for wired and wireless in such a fashion that there shall be seamless integration of
Wireless & Wired infrastructure. No open source tools / software will be used.
9. Design of wireless systems for all the location of access points as to provide coverage as
outlined in the documents. The coverage criteria shall be:
a) At least -65dBm at 95% of the intended coverage locations
b) At least -70dBm at 100% of the intended coverage locations.
(If failed, extra access points to be added at their own cost to meet the NIPER
requirements.)In hostels and residential area, Wi- Fi must cover all rooms, mess, and
common area.
10. Design of multiple VLANs and IP addressing scheme for the wired and wireless network
and configure the wired and wireless to implement the design.
11. Design and Implementation of wired and Wireless LAN security and authentication
system for providing secure access to students, faculty and guests.
NIPER Tender No: T 1/2015
21
12. Proper physical protection to be given to all the access points.
13. The firm shall be responsible to draw complete site plan and network layout in the form
of diagram or chart of work done and the equipment installed at the site. Complete
Network Architecture in detail shall be submitted by the firm to the NIPER in soft as well
as hard copy.
14. Records of software licenses and versions of software installed.
15. The solution must support retaining of usage specific data such as:
a) Information identifying the user of the session.
b) Identity of the device used of the session – Source IP and Port, NAS ID, MAC
Address etc.
c) Session start and end time. (Time Stamp)
d) IP address used
e) Protocol used
f) The location connected from.
g) URL Information
h) User Authentication details (provided at the time of authentication).
16. Be scalable for future expansion without capacity throughput, or other performance
constraints. The proposed system should be scalable.
17. The system should be able to provide network and internet access to any device which is
Wi-Fi enabled. The user can access the internet on any of their smart devices such as
Smart Phones, Laptops and Tablets etc. regardless of software browser and operating
system.
18. Solution shall provide individual usage statistics including but not limited to:
a) Number of network users on the system at any time
b) Average time duration for which the internet was utilized
c) Number of users who attempt to access black listed sites and a list of the site
sites they attempted to access
d) Reporting by the URL accessed by the users.
19. Testing may also be carried out at the discretion of the Institute, from the lot of finished
product brought at site by the supplier. In case such tests have been carried out by the
principal manufacturer at its testing facility, the same will be provided by the supplier for
consideration. Also provide any certification carried out on the cabling.
20. Penta scanning should be done at minimum 250 MHz, report less than 250MHz should
not be considered and component should not be accepted. The report should be submitted
in .FLW & PDF format.
NIPER Tender No: T 1/2015
22
2.1 Network Diagram: Tentative Network Design and Data Ports
NIPER Tender No: T 1/2015
23
2.2 Tentative Ports Requirement
Building
Information
Total
Ports
required
Administrative
Bhawan
47
Cafeteria 2
Central Animal
Facility
6
Central Seminar Hall 3
Central Store 3
Community Centre 1
Convention Centre 12
Engg. Section 8
Guest House 35
Heritage Centre 12
Centre for Infectious
Diseases
14
Lecture Hall-1 1
Lecture Hall-2 1
Library &
Information Centre
49
MBA 45
NBC/CR 29
New TDC 2
NIPER Dispensary 2
NIPER Main Gate 3
NPFL 10
NTC 10
Research Block A 355
Research Block B 85
Research Block C 40
Research Block D 55
Research Block E 80
Research Block F 61
Research Block G 13
Research Block H 20
Research Block I 39
Secretariat 33
Swimming
Pool/Gymnasium
2
TDC 7
Residential
Area/Hostels
Houses/R
ooms
Hostel Beas 202
Hostel Chenab 164
Hostel Married 18
Hostel Raavi 182
Hostel Satluj 120
House Director 1
House Type II 12
House Type III 36
House Type IV 30
House Type V 42
House Type VI 12
In hostels and residential area, Wi- Fi must cover all rooms, mess, and common area.
NIPER Tender No: T 1/2015
24
Sno Departments/Sections Data
Ports
1 Research Block A 355
2 Research Block B 85
3 Research Block C 40
4 Research Block D 55
5 Research Block E 80
6 Research Block F 61
7 Research Block G 13
8 Research Block H 20
9 Admin Bhawan 47
10 Convention Centre 12
11 Engg. Section 8
12 MBA 45
13 New TDC 2
14 NIPER Main Gate 3
15 NPFL 10
16 NTC 10
17 Secretariat 33
18 TDC 7
19 Research Block I 39
20 Central Animal 6
21 Seminar Hall 3
22 Central Store 3
23 Lecture Hall-1 1
24 Lecture Hall-2 1
25 House Type II 3
26 Hostel Married 9
27 Canteen 2
28 Heritage Centre 12
29 C for Inf Diseases 14
30 Library 49
31 NBC/CR 29
32 Community Centre 2
33 Guest House 7
34 NIPER Dispensary 2
35 Swimming/Gym 2
36 Hostel Chenab 20
37 Hostel Raavi 28
38 Hostel Satluj 20
39 Hostel Beas 30
40 House Director 1
41 House Type III 18
42 House Type IV 15
43 House Type V 15
44 House Type VI 12
45 Misc Locations
outdoor AP
5
NIPER Tender No: T 1/2015
25
Annexure-I
Letter of Authorisation for attending Bid Opening (on letter head)
Shri/Km./Smt. _______________________________________________________________
son/daughter/wife of Shri ______________________________________________________
Proprietor/Partner/Director/Authorised signatory/Representative of M/s__________________
________________________________________________________________ (Name and
address of the bidder) (Registration No. ______________________) whose specimen signatures
are given below is hereby authorized to attend the Bid Opening/Opening of Techno-
commercial/Opening of Financial Bid. He/ She is also competent to accept and sign any
document in connection with tender regarding “Installation and Up gradation of LAN and Wi Fi
at NIPER S.A.S Nagar” on our behalf. We undertake to abide by any acceptance given by him
under his signature.
1.______________________ 2.________________________ 3.______________________
(Specimen Signatures of Authorised Representative)
Name and Address of Authorised Representative ___________________________________
Date: Signature of Authorised Person
Full Name:
Place:
Address:
Sign and Stamp of Tenderer
NIPER Tender No: T 1/2015
26
Annexure-II
Declaration & Certificate on Non-participation of near relatives in the tender
(on letter head)
I,......................................................................son of Shri ………….……………..……………….
signatory authority of ……….…………………………………………………………………….
(Name and address of the bidder) (Company Registration No. ……………………….…………)
is competent to sign this declaration and execute the tender document regarding “Tender for
installation and Up gradation of LAN and Wi Fi at NIPER. I, ................................... resident of
……………………………………………………………………………, hereby certify that
neither I nor any of the of my, Proprietor, Partner, Director, Authorised signatory of the company
, excluding any nominee appointed by the Government, financial institution, near relatives as
defined, is/are employed in NIPER as per details given in tender document. In case at any stage
it is found that the information given by me is false /incorrect the purchaser shall have the
absolute right to take any action as deemed fit/without any prior information to me. I have
carefully read and understood all the terms and conditions of the tender document and undertake
to abide by the same. I also undertake that our firm will observe all legal formalities or/and
obligations under the contract well within time. In case of failure to observe any of the legal
formalities or/and obligations. I shall be personally liable under the appropriate law. The
Information/documents furnished, along with the tender document are true and authentic to the
best of my knowledge and belief. I am well aware of the fact that furnishing of any false
information/fabricated documents would lead to rejection of my tender at any stage besides
liabilities towards prosecution under appropriate law.
Date: …………………………..
Signature of Authorized Signatory
Full Name:
Place: Address:
Sign and Stamp of bidder
NIPER Tender No: T 1/2015
27
ANNEXURE – III
“DETAILS OF THE FIRM OFFERING THIS QUOTE” (on letter head)
(Write or print or type in block letters and please answer all the questions)
1. Name of the firm:
2. Date of incorporation:
3. Nature of the company-Government/Public/Private Company/Partnership/Proprietorship:
4. Specify the number of years in this line of activity by the Company:
5. Quantity of sales in the last three years for the “Wired Equipment’s” (similar model that you
have quoted)?
2011-2012 2012-2013 2013-2014
6. Quantity of sales in the last three years for the “Wi-fiEquipment’s” (similar model that you
have quoted)?
2011-2012 2012-2013 2013-2014
7. Turnover in the last three years (Figures should be in Indian Rupees in Lakhs):
2011-2012 2012-2013 2013-2014
8. Provide the registered address, telephone & fax numbers, and email
NIPER Tender No: T 1/2015
28
9. Provide the postal address, telephone & fax numbers, and email address of the nearest service
center.
9. A) Number of service engineers in the above location trained on the product quoted along with
their educational qualification, certification and designation (applicable only for instruments) and
B) Assured response time for service calls in hours:
10. What would be the delivery period in days from the date we place an official purchase order?
11. On Manufacturer’s Side to whom NIPER S.A.S. Nagar has to contact in case of delayed
supply and other issues committed by the authorized dealer / distributor / reseller :
12.PAN /GIR No __________________________ (enclose Photo Copy)
13. TIN No ________________________________(enclose PhotoCopy)
14. Service Tax Registration No ___________________(enclose PhotoCopy)
15. Earnest Money details:- DD No________________ Dated____________ Rs___________
Drawn on ______________________________
DECLARATION
I/We have not tampered/modified the tender forms in any manner. In case, if the same is
found to be tampered/modified, I/We understand that my/our tender will be summarily
(A) (B)
Contact Person Name:
Address:
E-mail ID: Telephone / Cell Phone:
NIPER Tender No: T 1/2015
29
rejected and full Earnest Money Deposit (EMD) will be forfeited and I/We am/are liable
to be banned from doing business with NIPER, S.A.S. Nagar and /or prosecuted.
Signature of the Tenderer:………………………………………………………………
Name and Designation : ……………………………………………………………
Business Address :………………………………………………………………
……………………………………………………………………
Place:
Date: Seal of the Tenderer’s Firm
NIPER Tender No: T 1/2015
30
ANNEXURE – IV
FORMAT FOR MANUFACTURER’S AUTHORISATION LETTER TO AGENT
(on letter head)
Ref. No. Date:
To
The Director
National Institute of Pharmaceutical Education and Research
SAS Nagar , Mohali - 160062 , Punjab .
Sub.: Authorization Letter.
Dear Sir,
We,_______________________, who are established and reputed manufacturers
of____________________, having factory at____________________, hereby authorize
M/s._______________________________ (name & address of Indian distributor /agent) to bid,
negotiate and conclude the order with you for the above goods manufactured by us.
We shall remain responsible for the tender / contract / agreement negotiated by the said M/s.
______________________, jointly and severely.
We ensure that we would also support / facilitate the M/s ___________________________on
regular basis with technology / product updates for up-gradation / maintenance / repairing /
servicing of the supplied goods manufactured by us, during the warranty period.
In case duties of the Indian agent / distributor are changed or agent / distributor is changed it
shall be obligatory on us to automatically transfer all the duties and obligations to the new Indian
Agent failing which we will ipso-facto become liable for all acts of commission or omission on
the part of new Indian Agent / distributor.
Yours faithfully,
[Name & Signature]
for and on behalf of M/s. ___________________ [Name of manufacturer]
Note: This letter of authorisation should be on the letterhead of the manufacturing concern and
should be signed by a person competent and having the power of attorney to bind the
manufacturer. A copy of notarised power of attorney should also be furnished.
NIPER Tender No: T 1/2015
31
ANNEXURE – V
DECLARATION REGARDING BLACKLISTING/DEBARRING FOR TAKING PART
IN TENDER.
(To be executed &attested by Public Notary / Executive Magistrate on Rs.10/- non-judicial
Stamp paper by the Tenderer)
I / We ________________________ Manufacture / Partner(s)/ Authorized Distributor /agent of
M/S. ___________________________________________ hereby declare that the firm/company
namely M/s.__________________________________________________has not been
blacklisted or debarred in the past by Union / State Government or organization from taking part
in Government tenders in India.
Or
I / We ________________________ Manufacture / Partner(s)/ Authorized Distributor / agent of
M/s. ________________________________________________________hereby declare that
the Firm/company namely M/s.__________________________________ was blacklisted or
debarred by Union / State Government or any Organization from taking part in
Government tenders for a period of ____________________ years w.e.f. __________ to
_____________.
The period is over on ________________and now the firm/company is entitled to take part in
Government tenders.
In case the above information found false I/we are fully aware that the tender/ contract will be
rejected/cancelled by Director, NIPER , SAS Nagar , and EMD/ Performance Security shall be
forfeited.
In addition to the above Director, NIPER SAS Nagar will not be responsible to pay the bills for
any completed / partially completed work.
DEPONENT
Name_____________________
Address ___________________
___________________
Attested:
(Public Notary / Executive Magistrate)
NIPER Tender No: T 1/2015
32
ANNEXURE – VI
CERTIFICATE OF WARRANTY
(on letter head)
I / We certify that the warranty shall be given for a period of three (03) years starting from the
date of the satisfactory installation, commissioning and handing over of the equipment and the
work completed under the contract. During the warranty period, I / we shall provide the “after
sale service” and the replacement of defective / or any part(s) of the equipment or rectification of
defects of work of the equipmentwill be free of cost. The replacement of the parts shall be
arranged by us, at our own cost and responsibility. Moreover this warranty will be for all
reasons.The benefit of change in dates of the guarantee / warranty period shall be in the interest
of the user / your organization.
During the warranty period, we shall provide resident engineer.
Qualification and experience for personnel proposed
Positions Name Qualification
Work
Experience in proposed position
Uptime Guarantee: During the guarantee / warranty period, we will be responsible to maintain
the equipment including all the accessories in the satisfactory faultless working conditions for a
period 364 days (i.e. 99% uptime) in a block of 365 days.
All complaints will be attended by us within time of receipt of the complaint in our
residence engineer.
In case there is delay of attending the complaint from our side then the Institute can count
the number of days in excess of the permissible response time in the downtime. The
above said response time of attending to a complaint by us will not be counted in the
downtime.
Penalty: We shall pay a penalty equivalent to 0.5 % of the order value of the equipment
for every day or part thereof delay in rectifying the defect.
NIPER Tender No: T 1/2015
33
No deduction or advantage of any kind on account of Sundays, half days or Public / Govt.
holidays observed by the Institute shall be allowed from the total down time permissible as
defined above. The right to accept the reason(s) for delay and consider reduction or waive off the
penalty for the same shall be at the sole discretion of the Institute.
I / We shall try to repair the equipment at Institute premises. However, in case it is not possible
to repair the equipment at Institute premises, we will take out the equipment to our site on our
own expenses. We shall take the entire responsibility for the safe custody and transportation of
the equipment taken out for repairs till the equipment is rehabilitated to the Institute after repair.
If any loss of equipment occurred during our custody, we will restore it / compensate to Institute
for such losses till the equipment is rehabilitated to the Institute after repair..
I / We guarantee that in case we fail to carry out the maintenance work within the stipulated
period, the Institute reserves the right to get the maintenance work carried out at our risk, cost
and responsibility after informing us. All the expenses including excess payment for repairs /
maintenance shall be adjusted against the Performance Bank Guarantee. In case the expenses
exceed the amount of the Performance Bank Guarantee, the same shall be recoverable from us
with / without interest in accordance with the circumstances.
I / We undertake to perform calibration after every major repair / breakdown / taking the
equipment out for repair from the Institute premises.
I / We guarantee that we will supply spare parts, if and when required on agreed basis for an
agreed price. The agreed basis could be an agreed discount on the published catalogue price.
I / We guarantee to the effect that before going out of production of the spare parts, we will give
the adequate advance notice to Institute so that Institute may undertake to procure the balance of
the life time requirements of the spare parts.
Authorized signatory of the company with seal
NIPER Tender No: T 1/2015
34
ANNEXURE – VII
BANK GUARANTEE FORM FOR PERFORMANCE SECURITY
This deed of guarantee made this ________ day of ____________, 2014, between Director
NIPER, SAS Nagar (hereinafter called the Purchaser) (which expressionshall unless excluded by
or repugnant to the context include his successors and assignees) of one part and
_____________________________________________________ (hereinaftercalled the Bank)
(which expression shall unless excluded by or repugnant to the contextinclude its successors and
assignees) of the other part.
Where the Purchaser accepted the tender of M/s ___________________________ (hereinafter
called the Contractor) to supply goods to the Purchaser, as per Purchase Order No.
_____________________________________________ Dated __________ (hereinafter referred
to the as the Contract).
And whereas the Contract provides that Contractor shall furnish bank guarantee to the extent of
10% of the value of the Contract as and by way of security for the due observance and
performance of the terms and conditions of the Contract.And whereas at the request of the
Contractor, the Bank has agreed to execute these presents. Now the deed is witnessed and it is
hereby declared by and between the parties hereto as follows
1. The Bank hereby irrevocably and unconditionally guaranties to the Purchaser that the
contractor shall render all necessary and efficient services which may be required to berendered
by the Contractor in connection with and/or performance of the Contract, andfurther guaranties
that the goods supplied by the Contractor under the Contract shall actually be performing the
work required of it to the satisfaction of the Purchaser and shall be free from any defect arising
from faulty material, designs and workmanship, such as corrosion of the equipment due to
inadequate quantity of materials, inadequate contact protection, deficiencies in circuit design
and/or otherwise whatsoever, and in the event Contractor failing or neglecting to render
necessary services as aforesaid and/or in the event of goods failing to give satisfactory
performance or proving and particularly warranty clause mentioned therein, the Bank shall
indemnify and keep the Purchaser indemnified to the extent of Rs.
_________________________ against any loss or damage that may be caused to or suffered by
the Purchaser by reason of any breach by the Contractor of any of the aforesaid terms and
conditions and the Bank further undertake to pay to the Purchaser, such sum not exceeding Rs.
NIPER Tender No: T 1/2015
35
_________________________ on demand and without demur, in the event of Contractor’s
failure to perform and discharge aforesaid several duties and obligations onhis part to be
observed and perform under the Contract and/or deficiencies and defectsin the satisfactory
performance of the goods and the equipment. Tender No. _____________________)
Sign and Stamp of Tenderer
2. The decision of the Purchaser as to whether the Contractor has failed to or neglected to
perform or discharge his duties and obligation as aforesaid and/or whether the goodsare free
from deficiencies and defects and are capable of performing the work requiredand as to the
amount payable to the Purchaser by the Bank herein, shall be final andbinding on the Bank.
3. The responsibility of the Bank under this guarantee shall be as of Principal Debtor.
4. The guarantee herein contained shall remain in full force and effect during the periodthat
would be taken for performance of the aforesaid terms of the Contract and it shall continue to be
enforceable 12 months after the equipment have been taken over, all the dues of the Purchaser
under or by working of Contract have been fully paid, ratified or discharged, or till it is certified
by the Purchaser that the terms and conditions of the Contract have been fully and properly
carried out by the Contractor and a No Demand Certificate submitted to this effect by the
Contractor.
5. The Bank further agrees that the guarantee herein contained shall remain in full forceand
effect for a period of 12 months from the date hereof and also that the extension ofthis guarantee
will be provided for by the Bank for such period beyond the period of 12 months as the
Purchaser may feel necessary in this behalf. Provided further that if any claim accrues or arises
against the Bank before the expiry of the said 12 months or an extension thereof, the same shall
be enforceable against the Bank notwithstanding the fact the same is enforced after the said
period of 12 months or any extension thereof.
6. The guarantee herein contained shall not be affected by any change in the constitutionof the
Contractor or the Bank and shall be a continuing one.
7. The Purchaser has fullest liberty without affecting the guarantee to postpone for anytime and
from time to time any of the powers exercisable by it against the Contractor and either to enforce
or forebear any of the terms and conditions of the Contract and the Bank shall not be released
NIPER Tender No: T 1/2015
36
from its liability under this guarantee by any exercise by the Purchaser of the liberty with
reference to the matter referred aforesaid or by the reasons time being given to the Contractor or
any other forbearance, act or the omission on the part of the Purchaser or any indulgence by the
Purchaser to the Contractor or by any other matter or thing whatsoever which under the law
relating to sureties shall but for this provision have the effect of so releasing of from its such
liability.
8. The Bank undertakes not to revoke this guarantee during its currency except with theprevious
consent of the Purchaser in writing.
In witness thereof the parties have executed these presents, the day and year therein above.
________________________________
________________________________
Signed and Delivered by the ConstitutedAttorney for and on behalf of theContractor in presence
of
________________________________
________________________________
Signed and Delivered by the ConstitutedAttorney for and on behalf of the Bankin presence of
1. ______________________________
2. _______________________________
Full Address of the Contractor/Bidder
Tel. No.
NIPER Tender No: T 1/2015
37
Annexure-VIII
Technical Compliance Sheet
Sr
No
Technical Specification Compliance Documentary
Proof at Page
No
Switching Components Yes/No
Core Switch
1 Dual Chassis/virtual chassis based Core Switch
configured in an Active-Active mode with support for
Virtual Port Channel (vPC) or equivalent.
2 Each core switch has to be configured with redundancy
in all key components like power supplies and fans, so
that there is no single point of failure in the switch.
3 The Switch should be configured to provide Wire-
Speed Non-Blocking Switching and Routing
Performance at Layer 2 and Layer 3 on all ports.
4 Each Core Switch should have min 48 ports of 1G/10G
SFP/SFP+ wire speed for L2 and L3 at 64 byte packet
sizes.
5 The ports on each core switch should be capable of
supporting 1000Base-TX, 1000Base-SX and
1000Base-LX SFP and 10 Gbps Direct-Attached
Copper, 10G SR and 10G LR SFP+ connectivity
options.
6 Each Core Switch should have min 6 ports of 40G for
Inter-connecting two Core switches. Each core switch
should support scalability to 12 ports 40G in future.
7 Each Core Switch should have minimum switching
capacity of 1.92 Tbps and minimum forwarding
capacity of minimum 1.4 Bpps or more.
8 The Core Switches should support min 128K MAC
addresses and min 4000 active VLAN. It should
support Unicast, Multicast routing and IPv4 and IPv6
routes.
9 The Core Switches should support full Layer 2 features
like STP, RSTP, MSTP/PVST, LACP/IEEE802.3ad,
ACL, QoS and IGMPv1/v2/v3 from day 1.
10 The Core Switches should support full Layer 3 features
like PIM-DM, PIM-SM, RIPv1/v2, OSPF, BGP,
VRRP and PBR from day 1.
11 Should support Broadcastmulticast and unknown
unicast rate limiting.
12 Should support MAC address filtering based on source
and destination addresses.
NIPER Tender No: T 1/2015
38
13 The Core Switches should support full IPv6 features
like RIPng, MLD v1/v2, OSPFv3, VRRPv3 and IPv6
management from day 1.
14 Should support configuration and manageability using
an Element or Network Management System.
15 The Switch should support In-service Software
upgrade (ISSU).
16 The Core Switch should be quoted with 3 years direct
OEM 24X7 TAC support including new bug fix &
patches and Next Business day hardware shipment.
Distribution Switch Type 1 Specifications
1 The Distribution Switch has to be configured with
redundancy in all key components like power supplies
and fans, so that there is no single point of failure in
the switch.
2 The Distribution Switch should be configured to
provide Wire-Speed Non-Blocking Switching and
Routing Performance at Layer 2 and Layer 3 on all
ports.
3 The Distribution Switch should have min 24 ports of
10/100/1000 BaseT
4 The Distribution Switch should have 4 ports of 10G
SFP+ for uplink to Core and 4 ports of 1G SFP for
downlink to Access switches from day one.
5 The Distribution Switch should have min 4 ports of
40G QSFP from day-1 for future use from an
investment protection perspective.
6 The Distribution Switch should provide Non-Blocking
switch fabric capacity of 500 Gbps or more.
7 The Distribution Switch should provide wire-speed
packet forwarding of 350 Mpps or more for IPv4 and
IPv6.
8 The Distribution Switch should support scalability upto
60 ports of wire speed 10G ports in a standalone or
virtual chasis/chassis solution.
9 The Distribution Switch should support min 30K MAC
addresses and min 4000 active VLANs.
10 The Distribution Switch should support full Layer 2
features like STP, RSTP, MSTP/PVST,
LACP/IEEE802.3ad, ACL, QoS and IGMPv1/v2/v3
from day 1.
11 The Distribution Switch should support full Layer 3
features like PIM-DM, PIM-SM, RIPv1/v2, OSPF,
PBR and VRRP from day 1. It should be upgradable to
NIPER Tender No: T 1/2015
39
support BGP if required in future with a license.
12 The Distribution Switch should support a minimum of
14K IPv4 Routes and 2500 IPv6 Routes in hardware.
13 The Distribution Switch should be quoted with 3 years
direct OEM 24X7 TAC support including new bug fix
& patches and Next Business day hardware shipment.
14 Switch should have dedicated out of band 10/100/1000
baseT Ethernet port and dedicated serial console port
Distribution Switch Type 2 Specifications
1 The Distribution Switch has to be configured with
redundancy in all key components like power supplies
and fans, so that there is no single point of failure in
the switch.
2 The Distribution Switch should be configured to
provide Wire-Speed Non-Blocking Switching and
Routing Performance at Layer 2 and Layer 3 on all
ports.
3 The Distribution Switch should have min 24 ports of
1000 Base X Fiber.
4 The Distribution Switch should have 4 ports of 10G
SFP+ for uplink to Core and 4 ports of 1G SFP for
downlink to Access switches from day one.
5 The Distribution Switch should have min 4 ports of
40G QSFP from day-1 for future use from an
investment protection perspective.
6 The Distribution Switch should provide Non-Blocking
switch fabric capacity of 500 Gbps or more.
7 The Distribution Switch should provide wire-speed
packet forwarding of 350 Mpps or more for IPv4 and
IPv6.
8 The Distribution Switch should support scalability up-
to 60 ports of wire speed 10G ports in a standalone or
virtual chasis/chassis solution.
9 The Distribution Switch should support min 30K MAC
addresses and min 4000 active VLANs.
10 The Distribution Switch should support full Layer 2
features like STP, RSTP, MSTP/PVST,
LACP/IEEE802.3ad, ACL, QoS and IGMPv1/v2/v3
from day 1.
11 The Distribution Switch should support full Layer 3
features like PIM-DM, PIM-SM, RIPv1/v2, OSPF,
PBR and VRRP from day 1. It should be upgradable to
support BGP if required in future with a license.
12 The Distribution Switch should support a minimum of
NIPER Tender No: T 1/2015
40
14K IPv4 Routes and 2500 IPv6 Routes in hardware.
13 The Distribution Switch should be quoted with 3 years
direct OEM 24X7 TAC support including new bug fix
& patches and Next Business day hardware shipment.
14 Switch should have dedicated out of band 10/100/1000
baseTEthernet port and dedicated serial console port
Access Switch Type 1 Specifications
1 The Access Switch should offer Wire-Speed and Non-
Blocking Switching for 24 ports of 10/100/1000base
TX RJ45
2 Switch should have additional 4 ports of 1G SFP with
support for SX, LX, TX and Long Haul Transceivers
for uplink purpose
3 Should support flex stack or similar technology to
connect 4 or more switches in a single stack managed
by a single IP address. All modules and license
required for the same should be offered.
4 Should provide Non-Blocking switch fabric capacity of
56 Gbps or more and forwarding throughput of 41
Mpps or more
5 Should support 8,000 MAC addresses or more and min
2000 active VLANs with min 4000 VLAN IDs.
6 Switch should support DHCP snooping, RADIUS and
TACACS/TACACS+
7 The Core Switches should support full Layer 2 features
like STP, RSTP, MSTP/PVST, LACP/IEEE802.3ad,
ACL, QoS and IGMPv1/v2/v3 snooping from day 1.
8 The Access Switches should support 30 Spanning Tree
instances and min 25 trunk groups with 8 ports per
trunk group.
9 The switch should support Unidirectional Link
Detection (UDLD) or equivalent.
10 Should support Broadcast, multicast, and unknown
unicast rate limiting.
11 Should support faster ring convergence
12 The Access Switches should support Energy Efficient
Ethernet IEEE 802.3az (hardware Ready)
13 Should support configuration and manageability using
an Element or Network Management System.
14 The Access Switch should be quoted with 3 years
direct OEM 8X5 TAC support including new bug fix
& patches and Next Business day hardware shipment.
15 Switch should have dedicated out of band 10/100/1000
baseTEthernet port and dedicated serial console port
NIPER Tender No: T 1/2015
41
Access Switch Type 2 Specifications
1 Switch should offer Wire-Speed and Non-Blocking
Switching with 24 10/100/1000 RJ45 Ethernet ports
and additional 4 SFP+ (1G/10G ) fiber based ports.
2 Should provide Non-Blocking switch fabric capacity of
128 Gbps or more and wire-speed packet forwarding of
95 Mpps or more
3 Should support min 16,000 MAC addresses and min 64
STP/MSTP instances.
4 Should support min 2000 active VLANs and min 4000
VLAN IDs
5 Should support all enterprise class Layer 2 standard
protocols for STP, RSTP, MSTP, ACL, Quality of
service with 8 hardware queues per port and security
protocols like RADIUS, TACACS/TACACS+, AAA,
SCP/SFTP & SSH.
6 Should support all enterprise class Layer 3 standard
protocols like static routing, inter-vlan Routing, RIP,
OSPF, VRRP, and ECMP.
7 Should support faster ring convergence
8 Should support Energy Efficient Ethernet IEEE
802.3az (hardware Ready)
9 Should support flex stack or similar technology to
stack up to 8 switches or more with stacking BW of
min 40Gbps. Stacking ports should be included.
10 Should support manageability using an Element or
Network Management System. This EMS or NMS
should be able to configure and monitor the switch.
11 Should be IPv6 compliant and Should support min
6000 IPv4 routes and 500 IPv6 routes
12 Should support Optional Internal/External Redundant
AC Power Supplies for System Power
13 The Access Switch should be quoted with 3 years
direct OEM 8X5 TAC support including new bug fix
& patches and Next Business day hardware shipment.
14 Switch should have dedicated out of band 10/100/1000
baseT ethernet port and dedicated serial console port
Access Switch Type 3 Specifications
1 Switch should offer Wire-Speed and Non-Blocking
Switching with 24 10/100/1000 RJ45 Ethernet
PoE/PoE+ ports and additional 4 SFP+ (1G/10G) fiber
based ports.
2 Should provide Non-Blocking switch fabric capacity of
NIPER Tender No: T 1/2015
42
128 Gbps or more and wire-speed packet forwarding of
95 Mpps or more
3 Should support min 16,000 MAC addresses and min 64
STP/MSTP instances.
4 Should support min 2000 active VLANs and min 4000
VLAN IDs
5 Should support all enterprise class Layer 2 standard
protocols for STP, RSTP, MSTP, ACL, Quality of
service with 8 hardware queues per port and security
protocols like RADIUS, TACACS/TACACS+, AAA,
SCP/SFTP& SSH.
6 Should support all enterprise class Layer 3 standard
protocols like static routing, inter-vlan Routing, RIP,
OSPF, VRRP, and ECMP.
7 Should support faster ring convergence
8 Should support Energy Efficient Ethernet IEEE
802.3az (hardware Ready)
9 Should support flex stack or similar technology to
stack up to 8 switches or more with stacking BW of
min 40Gbps. Stacking ports should be included.
10 Should support manageability using an Element or
Network Management System. This EMS or NMS
should be able to configure and monitor the switch.
11 Should be IPv6 compliant and Should support min
6000 IPv4 routes and 500 IPv6 routes
12 Should support Optional Internal/External Redundant
AC Power Supplies for System Power
13 The Access Switch should be quoted with 3 years
direct OEM 8X5 TAC support including new bug fix
& patches and Next Business day hardware shipment.
14 Switch should have dedicated out of band 10/100/1000
baseT Ethernet port and dedicated serial console port
Network Management Software
1 The Network Management Software shall provide
secured web-based consoles to monitor 50 devices and
should have scalability to manage up to 500 devices.
2 The Network Management Software should provide a
customizable at-a-glance summary of all discovered
devices and third-party IP devices, including inventory
and event summary information used to proactively
identify problem areas and help prevent network
downtime
3 The Network Management Software should be able to
discover, configure, monitor, manage, and deploy
configurations to dynamically update groups of devices
NIPER Tender No: T 1/2015
43
4 The Network Management Software should allow
flexible definitions of administrator roles and
responsibilities with RBAC (Role based Access
Control) for different teams.
5 The Network Management Software should provide an
interface to configure and deploy Command Line
Interface (CLI) based configuration templates across
one or more IP devices.
6 The Network Management Software should enable
performance management by providing customizable
dashboards and historical data visibility
7 The Network Management Software should be able to
generate reports designed to summarize utilization of
and traffic patterns on network interfaces.
8 The Network Management Software should be able to
provide real-time network monitoring and accounting
capabilities without impacting network performance.
9 The Network Management Software should allow
administrators to track device configuration changes,
enabling viewing, retrieval, and restoration of
configuration files, and monitoring of configuration
drift for troubleshooting purposes
Wireless components
Wireless Controller
Essential Features:
1 WLAN Controller should have minimum 2 nos. of
10/100/1000 Ethernet Ports and one Console port. It
should be 1/2U Rack Mountable.
2 Proposed Controller should be ready for supporting
300 AP’s from day one with scalability for 500 AP
support in future without adding any new hardware.
Each controller (primary and Redundant) should be
able to support minimum 5000 devices and 500
campus connected AP’s or more with support of
seamless roaming access over L2/L3 network.
3 Redundancy Features: Controller Must provide Active:
Active/Active: Standby with 1+1 and N+1 redundancy.
The controllers will be implemented in HA mode so
When the primary controller fails secondary controller
comes up immediately. There should be 100%
redundancy for Primary controller i.e N: N including
Hardware and desired licenses to support AP’s
4 Controller should support minimum 256 WLAN’s
NIPER Tender No: T 1/2015
44
General Feature
5 Controller should provide air-time fairness between
these different speed clients – slower clients should not
be starved by the faster clients and faster clients should
not adversely affected by slower clients.
6 Controller should support Spectrum Analysis feature to
detect interference from different sources. System
Should provide real-time charts showing interference
for access point, on a per-radio, per-channel basis.
7 Ability to map SSID to VLAN and dynamic VLAN
support for same SSID.
8 Controller must support 802.11k and 802.11r.
9 Access points can discover controllers across Layer-3
network through DHCP or DNS option
Security & monitoring
10 Controller should support following for security &
Authentication:
11 WIRELESS SECURITY: WEP, WPA-TKIP, WPA2-
AES, 802.11i
12 AUTHENTICATION : 802.1X, local database
External AAA servers : Active Directory, RADIUS,
LDAP
13 System should provide DOS attacks and Intrusion
Detection & Prevention and Control for any Rough
Access Points.
14 The AP should be able to scan for rogue access points
and the controller should be able to locate them on a
floor map. The controller should be able to send a
notification to the administrator when a rogue AP has
been detected.
15 System must be able to provide L2/L3/L4 Access
Control.
16 Controller Should support L2 Client Isolation so User
cannot access each other’s devices. Isolation should
have option to apply on AP or SSID's.
17 Controller should be able to create local database of up
to 5000 users.
18 IPv4 & IPv6 support from Day 1
19 Controller should support integrated or External AAA
server including Microsoft AD and Linux based open
source AAA servers.
20 The proposed architecture should be based on
controller based Architecture with thick AP
deployment. While Encryption / decryption of 802.11
packets should be able to perform at the AP.
21 The Controller should support OS/Device finger
NIPER Tender No: T 1/2015
45
printing and device type based policies i.e allow or
deny, Bandwidth rate limit, VLAN mapping.
22 When Mesh is enabled the controller should be able to
show the mesh topology on floor plans.
23 The controller should be able to raise critical alarms by
sending an email. The email client on the controller
should support SMTP outbound authentication and
TLS encryption.
24 The vendor should specify if all features are available
with the basic access controller pricing or if the support
of some features require the acquisition of some
licenses. The vendor should specify which feature
requires which type of licensing including its cost.
25 Controller should have BYOD features and Guest
Access management procedure where user may use
internet without entering to Enterprise SSID and
should be time restricted.
QoS features
26 per SSID or dynamic Per user bandwidth Rate Limiting
27 Support advanced multicast features and WMM
support to provide best performance on Video
applications.
28 Should have Voice Call Admission control
Client Management
29 The controller should provide a Guest Login portal in
order to authenticate users that are not part of the
organization.
30 The solution should be able to provide a web-based
application that allows non-technical staff to create
Guest accounts with validity for fixed duration like
hours or days.
31 System should be able to send password direct through
Email and SMS to the user.
32 System should be able to generate one click password
for single user, multiple users or single user multiple
devices.
33 System should support user management features like
Rate limiting based on time based WLAN Access &
User profile per WLAN etc.
Regulatory
34 Wi-Fi Alliance certified
ACCESS POINT TYPE 1 - Indoor
1 The Access Point should have minimum 1 Port
10/100/1000Mb POE Uplink port.
2 802.11n Access Point should be able to power up using
NIPER Tender No: T 1/2015
46
standards 802.3af POE input, and at the same time
operate in full MIMO mode. It must have option to
power through 12 VDC power Adaptor also.
3 AP should have Dual Radios to support 2.4 GHz &
5Ghz concurrent users with 802.11 a/b/g/n capability.
AP Must support 2x2 MIMO.
4 AP should be able to handle 200 or more Concurrent
users.
5 AP should provide minimum 20 dBm Transmit power
for 2.4Ghz and 22 dBm for 5Ghz. EIRP should be
limited as per govt. regulation for indoor AP's).
6 AP should have -96 dB or better Receiver Sensitivity.
7 Access Points can perform encryption / decryption on
itself so as not to bottleneck the controller
8 SSID support : 16 BSSID (8 BSSID per Radio)
9 AP should support 6.5Mbps – 130Mbps (20MHz), upto
300Mbps (40MHz) data rates in 802.11n.
10 The access point should support 802.1q VLAN tagging
11 Antenna: Integrated omni-directional, with min 3 dB
Gain for 2.4Ghz and 5Ghz both.
12 Implement Wi-Fi alliance standards WMM, 802.11d,
802.11h and 802.11e
13 AP Must support spectrum Analysis to detect RF
interference in indoor area.
14 AP should have technique to provide better reception
for hard to hear clients and consistent performance
while clients change their orientation i.e.
beamforming/polarization.
15 Should support the operating temp 0° to 45° C and
Humidity: 15 to 95% non-condensing.
16 The access point should support following security
mechanism: WEP, WPA-PSK, WPA-TKIP, WPA2
AES, 802.11i.
17 System should support Authentication via 802.1X,
Local (controller based) authentication database,
support for RADIUS and Active Directory.
18 Access points should have antitheft locking
mechanism.
19 • Web User Interface (HTTP/S) • CLI (Telnet/SSH),
SNMP v1, 2, 3
20 Should be managed by Controller or standalone if
required
21 WEEE/RoHS compliance, EN 60601-1-2, Wi-Fi
Alliance certified
22 Should be WPC approved; ETA certificate to be
enclosed
NIPER Tender No: T 1/2015
47
Access Point Type 2- Outdoor
1 The Access Point should have minimum 1 Port
10/100/1000Mb POE in Ethernet port.
2 802.11n Access Point should be able to power up using
standards 802.3af/at POE input, and at the same time
operate in full MIMO mode. It must have option to
power through 12 VDC power Adaptor.
3 AP should have Dual Radios to support 2.4 GHz &
5Ghz concurrent users with 802.11 a/b/g/n capability.
AP Must support 3x3 or 2x3 or 2x2 MIMO with 2
Radio Chain
4 AP should be able to handle upto 200 Concurrent
users.
5 AP should provide minimum Radio transmission
power of 23dBm for 2.4Ghz and 20 dBm for 5 Ghz.
6 Wireless Interface: Dual radio; 802.11a/b/g/n; 2.4Ghz
and 5Ghz
7 SSID support : 16 BSSID (8 BSSID per Radio)
8 AP should support 6.5Mbps – 130Mbps (20MHz), upto
300Mbps (40MHz) datarates in 802.11n.
9 The access point should support 802.1q VLAN tagging
10 Antenna: Integrated/External for Sectorial/Omni-
directional (as specified in BOQ) coverage, with min 4
dB Gain for 2.4Ghz and 5Ghz both.
11 Should support the operating temp -10° to 55° C and
Humidity: 15 to 95% non-condensing.
12 AP Must be IP67 certified for outdoor deployment. AP
must be outdoor rated and no AP will be accepted
which is indoor and installed in outdoor casing.
13 The access point should support following security
mechanism: WEP, WPA-PSK, WPA-TKIP, WPA2
AES, 802.11i.
14 System should support Authentication via 802.1X,
Local (controller based) authentication database,
support for RADIUS and Active Directory.
15 Web User Interface (HTTP/S) • CLI (Telnet/SSH),
SNMP v1, 2, 3
16 Should be managed by Controller or standalone if
required
17 WEEE/RoHS compliance •Wi-Fi Alliance certified
18 Should be WPC approved; ETA certificate to be
enclosed
UTM
NIPER Tender No: T 1/2015
48
1 The Firewall should be Hardware based, Reliable,
purpose-built security appliance with hardened
operating system that eliminates the security risks
associated with general-purpose operating systems
2 The Proposed Firewall Vendor should be present in the
Gartner Magic Quadrant for Unified Threat
Management.
3 Firewall appliance should have at least 2 x 10G
interfaces &8 x 10/100/1000 GE interfaces
4 Firewall Throughput should be 20 Gbps
5 Firewall should have 3DES IPSec throughput of 2Gbps
6 Firewall should support 1000 site-to-site VPN Tunnels.
7 Firewall should support 130,000 new sessions per
second
8 Firewall should support 3 Million concurrent sessions
9 The administrator authentication to be facilitated by
local database, PKI & remote services such as Radius,
LDAP/TACAS+ with option of 2 factor authentication
10 The Firewall solution should support NAT64, DNS64
& DHCPv6
11 The proposed system shall be able to operate on either
Transparent (bridge) mode to minimize interruption to
existing network infrastructure or NAT/Route mode.
Both modes can also be available concurrently using
Virtual Contexts.
12 The physical interface shall be capable of link
aggregation, otherwise known as the IEEE 802.3ad
standard, allows the grouping of interfaces into a larger
bandwidth 'trunk'. It also allows for high availability
(HA) by automatically redirecting traffic from a failed
link in a trunk to the remaining links in that trunk.
13 The system shall be able to operate as a Protocol
Independent Multicast (PIM) version 2 routers.
14 The proposed system should have integrated Traffic
Shaping functionality.
15 The Firewall should have integrated SSL VPN solution
to cater to 1000 SSL VPN concurrent users.
16 The Firewall & VPN module shall belong to product
family which minimally attains Internet Computer
Security Association (ICSA) Certification/ VPNC.
17 The proposed system should support
a) IPSEC VPN
b) PPTP VPN
c) L2TP VPN
d) SSL VPN
18 The device shall utilize inbuilt hardware VPN
NIPER Tender No: T 1/2015
49
acceleration:
a) IPSEC (DES, 3DES, AES) encryption/decryption
b) SSL encryption/decryption
19 The system shall support the following IPSEC VPN
capabilities:
a) Multi-zone VPN supports.
b) IPSec, ESP security.
c) Supports Aggressive and Dynamic mode
d) Hardware accelerated encryption using IPSEC,
DES, 3DES, AES
e) Support perfect forward secrecy group 1 and group 2
configuration
f) MD5 or SHA1 authentication and data integrity.
g) Automatic IKE (Internet Key Exchange) and
Manual key exchange.
h) Supports NAT traversal
i) Supports Extended Authentication
j) Supports Hub and Spoke architecture
k) Supports Redundant gateway architecture
20 The system shall support 2 forms of site-to-site VPN
configurations:
The system shall support IPSEC site-to-site VPN and
remote user VPN in transparent mode.
The system shall provide IPv6 IPSec feature to support
for secure IPv6 traffic in an IPSec VPN.
The system shall provide SSL VPN tunnel mode that
supports Windows Vista and with 64-bit Windows
operating systems
21 Intrusion Prevention System
The IPS capability shall be either integrated with
Firewall or can be proposed as an external appliance
IPS throughput should be 6 Gbps
22 The IPS detection methodologies shall consist of:
a) Signature based detection using real time updated
database
b) Anomaly based detection that is based on
thresholds
The IPS should be able to inspect SSL sessions by
decrypting the traffic.
The IPS system shall have at least 3,000 signatures
IPS Signatures can be updated in three different ways:
manually, via pull technology or push technology.
Administrator can schedule to check for new updates
or if the device has a public IP address, updates can be
pushed to the device each time an update is available
NIPER Tender No: T 1/2015
50
In event if IPS should cease to function, it will fail
open by default and is configurable. This means that
crucial network traffic will not be blocked and the
Firewall will continue to operate while the problem is
resolved
The IPS should have high availability, so that in case if
the primary fails the secondary appliance will become
active without any manual intervention
IPS solution should have capability to protect against
Denial of Service (DOS) and DDOS attacks. Should
have flexibility to configure threshold values for each
of the Anomaly. DOS and DDOS protection should be
applied and attacks stopped before firewall policy
look-ups.
IPS signatures should have a configurable actions like
terminate a TCP session by issuing TCP Reset packets
to each end of the connection, or silently drop traffic in
addition to sending a alert and logging the incident
Signatures should a severity level defined to it so that it
helps the administrator to understand and decide which
signatures to enable for what traffic (e.g. for severity
level: high medium low)
23 Antivirus
The Firewall should support Antivirus throughput of
3.1 Gbps.
The proposed system should be able to block, allow or
monitor only using AV signatures and file blocking
based on per firewall policy based or based on firewall
authenticated user groups with configurable selection
of the following services:
a) HTTP, HTTPS
b) SMTP
c) POP3
d) IMAP
e) FTP
The AV solution shall be able to quarantine blocked
and infected files to either local hard disk or externally.
The proposed system should be able to block or allow
oversize file based on configurable thresholds for each
protocol types and per firewall policy.
The proposed system shall provide “client comforting”
capabilities which periodically forward to the client a
portion of the file being buffered for scanning,
providing feedback that the download is occurring and
preventing connection timeouts.
24 Web Content Filtering
NIPER Tender No: T 1/2015
51
The proposed system should have integrated Web
Content Filtering solution without external solution,
devices or hardware modules.
The proposed solution should be able to enable or
disable Web Filtering per firewall policy or based on
firewall authenticated user groups for both HTTP and
HTTPS traffic.
The proposed system shall provide web content
filtering features:
a) which blocks web plug-ins such as ActiveX, Java
Applet, and Cookies.
b) Shall include Web URL block
c) Shall include score based web keyword block
d) Shall include Web Exempt List
The proposed system shall be able to queries a real
time database of over 100 million rated websites
categorized into 79 unique content categories.
The solution shall be capable of rating URLs by
domain and IP address which sends both the URL and
the IP address of the requested site for checking,
providing additional security against attempts to bypass
the rating system
25 Application Control
The proposed system shall have the ability to detect,
log and take action against network traffic based on
over 1,800 application signatures
The application signatures shall be manual or
automatically updated
The administrator shall be able to define application
control list based on selectable application group
and/or list and its corresponding actions
26 Data Leakage Prevention
The proposed system shall allow administrator to
prevent sensitive data from leaving the network.
Administrator shall be able to define sensitive data
patterns,
a) AIM, ICQ, MSN, Yahoo!
b) HTTP/HTTPS POST, HTTP/HTTPS GET
c) FTP PUT, GET
d) SMTP,
e) NNTP
The DLP capability shall be configured by creating
individual rules, combining the rules into sensors, and
then assigning them to profiles which in turn bind to
firewall policies.
27 High Availability
NIPER Tender No: T 1/2015
52
The proposed system shall have built-in high
availability (HA) features without extra cost/license or
hardware component
The device shall support stateful session maintenance
in the event of a fail-over to a standby unit.
High Availability feature must be supported for either
NAT/Route or Transparent mode
The proposed system shall support multiple heartbeat
links
High Availability Configurations should support
Active/Active, Active/ Passive & Clustering
28 Logging & Reporting
A Firewall should support internal logging or a
dedicated appliance to be proposed with the solution
for logging, analysis, and reporting into a single
system, delivering increased knowledge of security
events throughout the network for centralized security
event analysis, forensic research and reporting
SERVER
1 Dual Intel Xeon processor, E5-2640 (2.50 GHz,
7.2GT/s QPI) with 6 core
2 15 MB L3 Cache
3 64 GB PC3-10600 1333 MHz ECC DDR3 Memory
expandable upto 768GB
4 OEM Mother board based
5 3 x 300 GB 15K RPM 2.5” SAS HDD
6 3 PCI-Express Slots
2 No x16 with x16 bandwidth, 1 Nos. of X16 with x8
bandwidth
7 Server RAID 5 Perk 710 with 512 MV Cache
8 10 Bays 2.5” SSF SAS
9 On Board Dual 10 Gigabit Ethernet Card
10 17” LCD Monitor TCO-03 Certified
11 104-key keyboard (USB)
12 Mouse (USB)
13 Combo Drive
14 RACK Based
15 All required cables
16 Redundant Power Supply
17 WIN-2003 Server, Novell Netware& UnixWare, Red
Hat & SUSE Linux OS support
18 FCC & UL Certified, MS Certification, RoHS
Certified
19 Windows Server 2012Standard
20 3 years onsite comprehensive warranty
NIPER Tender No: T 1/2015
53
SPECIFICATIONS FOR PASSIVE AND OTHER
MISC. ITEMS
ITEM WISE SPECIFICATION
A Category 6 UTP Roll of 305 Mtrs
Category 6 Unshielded Twisted Pair 100W cable shall
be compliant with EIA/TIA 568-C.2
Should be 4 pair, 23 AWG
Cable should be CM rated
Cable Should Have Internal cross separator
Jacket: LSZH (Low smoke zero halogen)
Fire Propagation Test:IEC 60332-3-22 (Test Certificate
Need to be provided along with the bid)
Should be ETL verified. (Certificate Need to be
provided along with the bid)
B FACE PLATE
Single Gang square plate, 86mmx86mm
Plug in Icons – Icon tree – to be supplied with plate
Write on labels in transparent plastic window –
supplied with plate
Material : ABS Plastic
C INFORMATION OUTLET
Category 6, EIA/TIA 568-C.2
All information outlets for 100 W, 22-24 AWG copper
Should have integrated shutter
Should be UL Listed and ETL verified
Contact Plating: 50 µinches gold over 100 µinches
nickel
Operating Life: Minimum 200 Re-terminations
D 24 PORT JACK PANEL
Should Be made of cold rolled steel
Should conform to TIA / EIA 568-C.2 Component
Compliant
Should terminate 24 UTP CAT 6 (4 pair) Cables
Ports should be with individual dust cover and
individual replaceable
Should confirm to EIA/TIA 568A wiring Pattern
Should have labeling strips for identification.
Should have integral cable management shelf.
Should be ETL verified
E MOUNTING CORDS (0.5 , 1 and 2 METER)
Should be 4 Pairs 24 AWG copper cables.
NIPER Tender No: T 1/2015
54
The Outer Jacket should be Low Smoke Zero Halogen.
24 AWG stranded bare copper
Should minimum comply with proposed
ANSI/TIA/EIA-568-C.2
Should Have cross separator
F OPTICAL FIBER CABLE ARMORED SINGLE
MODE 12 CORE - OS2
Should be ISO.IEC 11801 - 2nd Edition, type OS2 and
ITU-T REC G 652D
Tube Idenification : Single tube
Fibre protection(Tube) : Polybutylene Terephthalate
(PBT)
Water Blocking : Thixotropic Gel (Tube) and
Petroleum Jelly (Interstices)
Core Wrapping : Polyethylene Terephthalate
Armouring : Corrugated Steel Tape Armour (ECCS
Tape)
Peripheral Strength Member: Two Steel wires/Two
FRP rods
Sheath : UV Stabilized Polyethylene (HDPE)
Minimum. Tensile Strength-Short Term : 1500N
Mass (Nominal) : 95 kg/km
G FIBER PATCH PANELS – RACK MOUNT 24
PORT UNLOADED
Have sufficient slots to accommodate Four 6 Pak SC
adaptor plates
Should have fiber management provision inside
Have earthing lugs and other accessories.
Provide self-adhesive, clear label holders for labelling
Should be rack mountable 1U
Should have Separate Splice holder for 24 Fiber cores
Should be Sliding Drawer Style
Should be made of Cold Rolled Steel
H OPTICAL FIBER PIGTAILS SINGLE MODE
OS2, 1.5 MTR
Precision ferrule endface geometry
Factory polished, tested and serialized.
Buffer Diameter: 900um tight buffer
Minimum bend radius: install: 30 mm
Retention Strength: 100N
Cable: 900um Buffered
I OPTICAL FIBER EQUIPMENT CORDS
NIPER Tender No: T 1/2015
55
(MINIMUM 3 METER)
All optical fiber patch leads shall comprise of Single
mode 9/125µm OS2 fiber SC -LC
Jacket should be LSZH sheath
Connector: Zirconia ceramic ferrule
Cable: 9/125, SM OS 2 Strength member: Aramid
Yarn
J CAT 6 Outside Plant UTP Cable
TYPE: 4 pair CAT 6 UTP Cable outdoor cable with
Two Jackets Primary and secondary
CONDUCTORS Wire gauge: 23 AWG solid copper
Should have two Overall Jackets Primary Jacket :inner
LSZH , Secondary Jacket Outer : Heavy duty UV
resistant FRPVC Black
CROSS FILLERStar cross fillers to separate the
individual pairs
APPLICATION : Outdoor Application
OPERATING TEMPERATURE: -40 Deg C to + 60
Deg C
PERFORMANCE: should meet ISO/IEC
11801;TIA/EIA-568.C.2 Standards
Minimum Outer Diameter : 10.3mm
Should be suitable for outdoor installation
K WALL MOUNT RACK 15 U
Racks manufactured out of MS sheet punched, formed,
welded and Powder coated
Rack should be from ISO 9001-2008 Certified
Company & UL Listed
Standard for Racks configuration will be welded frame
integrated with side panel and vented top cover
Rack should have Front Toughened Glass Door with
lock & Key and Back Cover
Rack should have provision to mount racks on wall.
Rack should be 550MM Width, 500MM Depth and
should be of 15U Height.
Rack should have Adjustable mounting depth,
Rack should have Numbered U positions,
Rack should have Proper Grounding & Bonding
Rack should have Fan module Mount Provision on top
Cover
Rack should have 1 No Cantilever Shelf for mounting
NON Rack mountable Equipments
Rack should have 2Nos of Power Distribution Units
with 5/6 No of Octagonal Universal Pin with 16A
NIPER Tender No: T 1/2015
56
Rating and MCB
Rack should have 2 No Horizontal Cable Organizer
with Plastic Loops.
Rack should have provision for cable entry Exit from
Both top & Bottom.
Rack should have 1 Packet of Mounting hardware,
Pack of 20
L 1 KVA On-Line UPS System specification
Technology :True on-Line UPS with double
conversion Microprocessor/DSP based technology and
Generator compatible
Diagnostic Indications: Fully Automatic control for
Battery low, Auto restart, Auto recovery from mains,
Under voltage and Over voltage trip, Automatic return
from bypass on recovery from overload requires no
manual attention. Ready status and Fault diagnostics
with LED/LCD display.
Input Voltage 160-280V AC
Input frequency range 50 Hz (45-55 Hz)
Output Voltage 230VAC ± 1%, Single phase
Output Frequency 50Hz ± 0.05 Hz
Output Crest factor 3:1
Power factor - Input Power factor > 0.99 Output Power
factor between 0.8 to Unity
Overload Capacity - 125% for 1 minute, 150% for 5
second or better
Charger Suitable Internal Charger of the UPS should
be 3 AMP or more for smooth charging of batteries.
Output Overall AC to AC efficiency > 90%
Inverter efficiency DC to AC > 92%
Input Harmonic distortion < 5% full load
Output Harmonic distortion < 3% on linear load &<5%
on Nonlinear Load
Wave form - Pure sine wave
Cooling Forced Air
Communication - Computer interface Built-in SNMP
card. Communication through RS232 and intelligent
communication interface.
Battery Type - Lead acid sealed maintenance free
Min. VAH Desired Minimum 936 VAH (26 Ah x 12V
x 3 Nos.) (suitable powder coated metallic wall
mounted cabinet with appropriate air ventilation for
housing of batteries)
Protections Input Over/ Under voltage, Output
Over/Under voltage, Battery Under voltage, Output
NIPER Tender No: T 1/2015
57
overload / short circuit, Over temperature
Relative humidity Upto 95% non condensing
Credentials Manufacturer should be ISO 9001:2000
certified, Manufacturer should be ISO 14001 certified
CERTIFICATIONS EN/IEC 62040/2, ROHS, UL
Noise Level <55 DB @ 1 Meter
M Pole for wireless access points
1.5" Pole 6Mtr. GI (ISI mark) with Cable Hole at
Bottom &Top and T Junction at Bottom including
Fixing with Concrete Foundation
NIPER Tender No: T 1/2015
58
Annexure – IX
Format for Financial Bid
(To be submitted on the letterhead of the company / firm)
Ref. No. Dated:
SNO PRODUCT DESCRIPTION Make and Model
No UOM QTY
Unit
Price
Includi
ng
Taxes
TOTAL
Price
Includi
ng
Taxes
Switches
1 Core switches as per the specs Nos 2
2 Distribution Switch Type 1 as per the specs Nos 5
3 Distribution Switch Type 2 as per the specs Nos 2
4 Access Switch Type 1 as per the specs Nos 56
5 Access Switch Type 2 as per the specs Nos 7
6 Access Switch Type 3 as per the specs Nos 18
7 NMS as per the specs Nos 1
8 10G Lasers SM @1310 nm Nos 24
9 1G Lasers SM @ 1310 nm Nos 116
Wireless
10 AP Type 1 as per the specs Nos 200
11 AP Type 2 as per the specs Nos 36
12 Wireless Controller with AP License of 300 min Nos 2
13 POE injectors Gigabit Nos 120
UTM
14 UTM as per specs No 1
Servers
15 Servers as per specs Nos 2
PASSIVE MATERIAL UTP
16 Cat 6 cable UTP as per specs Box 130
17 Cat 6 Patch Panel with rear cable manager as per
specs Nos 65
18 Cat 6 Information outlet as per specs Nos 1300
19 Cat 6 Patch Cords 0.5 mtrs as per specs Nos 300
NIPER Tender No: T 1/2015
59
20 Cat 6 Patch Cords 1.0 mtrs as per specs Nos 1100
21 Cat 6 Patch Cords 2.0 mtrs as per specs Nos 1100
22 Face Plate with Back Box 3x3 as per specs Nos 1300
23 Cable Managers 1 U with plastic rings Nos 65
24 Cat 6 Outside plant U/UTP cable roll of 305 mtrs
as per specs Box 20
FIBER MATERIAL SM OS2
25 Fiber cable SM OS2 12 core as per specs Mtrs 10000
26 LIU Unloaded 24 Port Drawer Style with Splice
tray Nos 58
27
6 Pak adaptor plate with 3 dubplex SC Single
Mode adaptors Nos 110
28 Blank Plates Nos 74
29 Pigtails SM OS2 as per specs Nos 700
30 Patch Cords SC -LC SM OS2 3 mtrs as per Specs Nos 65
32 Patch Cords LC -LC SM OS2 3 mtrs as per Specs Nos 20
OTHER MISC. ITEMS
33 Chamber 3x3 RCC ring type Nos 60
33
HDPE pipe PLB 40 mm outer Dia and 32 mm
inner Dia ISI mark dia with accessories Mtrs 7000
34 GI Pipe 50 mm with accessories Nos 500
35 PVC Pipe 32 MM ISI mark with accessories Mtrs 3000
36 Rack 15 U as per specs Nos 46
37 1 KVA Online UPS as per specs Nos 20
38 Open Frame rack 45 U with all accessories as per
specs Nos 2
39 Pole as per Specs Nos 15
SERVICES
40
Installation of Copper point on Cat 6 which
includes termination ,jack panel installation,
testing ,Feruling ,Labeling ,Dressing ,Rack
installation ,switch mounting, AP Mounting
,Patching ,Penta testing ,Site Certification ,
documentation and conducting.
Nos 1300
41 Laying Of Fiber Mtrs 10000
42 Splicing Per Core with OTDR from Both Sides Nos 612
43 Laying Of HDPE pipe (In
trenches/HDD/Wall/Roof) Mtrs 7000
44 Installation Of Chambers Nos 70
45 High Density Drilling Mtrs 4000
46 Trenching Soft/Hard Soil Mtrs 700
NIPER Tender No: T 1/2015
60
47 Installation Of GI pipe
Mtrs 500
48 Other charges , if any
49
CMC charges (After warranty period for 5 years)
Charges for 1st Year
Charges for 2nd
Year
Charges for 3rd
Year
Charges for 4th
Year
Charges for 5th
Year
Grand Total
Note:
1. I/We have gone through the entire terms & conditions as stipulated in the tender enquiry
document and confirm to accept and abide the same.
2. No other charges would be payable by the Institute. The payments are on actual quantities or
BoM whichever is lower.
3. Tenderer must clearly indicates in BoM, if more quantities are required. Financial Bids will be
evaluated on these quantities as mentioned in Annexure-IX
4. OEM part codes for support of each product should be quoted clearly.
5. While evaluating L1, CMC charges will also be taken into consideration.
6. CMC has to be for all parts and may also include consumables/Licenses. The charges for the
service contract will be paid half-yearly in arrears for satisfactory service or as per the mutually
agreed upon schedule.
Authorized signatory of the company with seal
NIPER Tender No: T 1/2015
61
Annexure-X
Proof of Concept (POC)
The architecture, design & technical specifications of the offered wired and Wi-Fi solution will
be evaluated by NIPER, Mohali in terms of their functional requirements using “Proof of
Concept” (POC). The POC will be divided in two parts as below:-
Part A. The tenderer should provide the following for the offered solution:20 Marks
Overview of the Proposed Solution,Overall architecture, Securityarchitecture, Scalability and
Redundancy andDelivery and Implementation Schedule
Sr No Activity Schedule in weeks
1 LAN and Wi-Fi System Design, Layout diagram
and cable route identification and approval of
same.
2 Supply of Active & Passive components , UTM,
Server and Software
3 Installation of Passive Components like Cable
Laying, Termination, IO box fixing, Rack
Mounting etc. and testing thereof
4 Installation & Configuration of Active Components
like Server, Firewall, WLAN Controller, Access
Points (AP) etc
5 Testing of the entire LAN and Wi-Fi System
including Integration with Server and other
Network devices, Fine-tuning as per best
performance and Security polices thereof.
6 NMS configuration, Network audit, submission of
all Test reports and Inspection by purchaser
7 Deployment of 1 Network Engineer for the period
of 3 years ( Immediately after Final inspection)
8 Training of officials/Users
9 Handover of Installed items providing details of
quantity, Warranty, Escalation Matrix, Network
diagrams/Layout, Documentation, Configuration,
Network & Security Policies to Purchaser and Final
Acceptance by Purchaser
Total Weeks
NIPER Tender No: T 1/2015
62
Part B. The NIPER is expecting that offered Wi-Fi solution will provide following
functionalities:-
Good Coverage
Sustained Throughputs to the Clients, even in the presence of interference/noise.
Good AP Performance under load (high density usage).
Ability to support Multimedia (Multimegabit/Multicast applications).
Ease of Use.
The Enterprise class secured Wi-Fi Solution.
During POC, The tenderer should submit Heatmap using Air Magnet along with number and
type of tentative access points required. POC will be done using the same make & model which
are complying as per the technical specifications mentioned in tender document. All offered Wi-
Fi & LAN equipment’s should be as per IEEE standards. All Wi-Fi equipment specifications are
subject to Indian Government guidelines and any frequency/transmission power/Antenna Gain
shall stand amended automatically to that extent.
Sr.
No. Test Description Expected Results
Maximum
Marks
Marks
Obtained
Results
Obtained/Re
marks
1
Run InSSIDer to
check the Max
Distance with
RSSI of -65dB or
better.
Note the max distance
Covered by AP with -
65dB (on 2.4 GHz or 5
GHz) in provided
Sheet. Check for AP
with Max coverage
Location 1 on -65dB
RSSI = 10 Marks
Location 2 on -65dB
RSSI = 12 Marks
Location 3 on -65dB
RSSI = 15 Marks
(locations will be
marked by Technical
team during POC and
will be same for all
vendors)
15
NIPER Tender No: T 1/2015
63
2
Throughput Test
with 20-25
Clients using
Iperf / Jperf for
2.4Ghz and 5Ghz
Clients.
Record the throughput
at different locations
(inside AP coverage
Area at multiple rooms)
for TCP
Uplink/Downlink and
uplink/downlink at
same time. (sheet will
be provided for each
result capture)
Maximum marks will
be given to highest
throughput provider
and therefore 2 marks
will be deducted of
throughput provider in
downwards tendencies.
15
3
HD Video
Streaming on
single AP (at least
10 on 2.4 GHz
and 15 on 5
GHz).
Devices will be
spread across the
Coverage Area of
Access Point
All devices should
work without
disruption or jitter at
coverage distance
(sheet will be provided
to users to provide
result)
15
4
Demonstrate time
based, Role based
and device based
access
Should able to give
access on time basis,
Role basis and based on
device type. For
example Android
devices should be
restricted for limited
bandwidth and should
connect on a particular
VLAN only.
2.5
5
Rough AP
detection and
neighbour AP
classification.
IDS functionality test 2.5
6
Demonstrate per
user/ per SSID
bandwidth
control.
Should able to limit the
bandwidth as per user
as well as per SSID or
Not?
5
7 Integration with
Active
Demonstrate
integration of system 6
NIPER Tender No: T 1/2015
64
Directory/Radius with Active
Directory/Radius
(2 Marks)
Demonstrate 802.1x for
Valid users
(2 Marks)
Captive portal
Authentication for
Guest User. (2 Marks)
8
Demonstrate
guests Access
with password
generation and
how your
network is secure
from Guest
Access.
Demonstrate
customize
registration page
for guest access.
*Guest Access with
Password Generation.
Restricted access to
*Office data from
Guest Access
*Password sharing to
Guest through Email
and SMS
5
9
Demonstrate
Dashboard
customization and
troubleshooting
of WLAN
network.
5
10 Roaming
Does the SUT provide
fast secure roaming
between Access Points
on the SAME VLAN?
5
11
Demonstrate how
you see the type
of devices
brought by an
individual user.
(Device
Fingerprinting)
Should able to see the
type of device user is
carrying or Not?
4
Total
Note: Scoring 70% or above in the POC will be qualified for further participation in bids.
NIPER Tender No: T 1/2015
65
Chapter -3
Contract Form / Agreement Form
Contract Form / Agreement Form
(On Non-Judicial stamp paper of Rs. 100/- after awarding of work)
AGREEMENT for the work of installation and Up-gradation of LAN and Wi Fi at NIPER SAS
Nagar on …… … … (date) between M/s…………………………………., hereinafter called the
Contractor (which term shall, unless excluded by or repugnant to the subject or context, include
its successors and permitted assigns) of the one part, and the Director NIPER, hereinafter called
the Purchaser (which term shall unless excluded by or repugnant to the subject or context include
its successes and assigns) of the other part.
WHEREAS
A. The Purchaser is desirous that installation and Up-gradation of LAN and Wi Fi at NIPER
S.A.S Nagar should be executed as mentioned, enumerated or referred to in the tender
documents including all its sections and annexures.
B. The Contractor has inspected the site and surroundings of the work specified in the tender
documents and has satisfied himself by careful examination before submitting his tender as to the
types of areas, and nature and magnitude of work, availability of labor and materials necessary
for the execution of work, and the accommodation he may require, as well as has made local and
independent enquiries and obtained complete information as to the matters and things referred to
or implied in the tender documents or having any connection therewith, and has considered the
nature and extent of all the probable and possible situations, delays, hindrances or interferences
to or with the execution and completion of the work to be carried out under the contract, and has
examined and considered all other matters, conditions and things and probable and possible
contingencies and generally all matters incidental thereto and ancillary thereof affecting the
execution and completion of the work and which might have influenced him in preparing his bid.
C. The tender documents, including all its sections and annexures, form part of this contract
NIPER Tender No: T 1/2015
66
though separately set out herein and are included in the expression contract wherever herein
used.
AND WHEREAS
The Purchaser has accepted the bid of the Contractor for the contracted work, conveyed vide
Advance Purchase Order No…………………… dated………… at the rates stated in the
schedule of prices upon the terms and conditions of the contract. Tender No.
__________________
Sign and Stamp of bidder
NOW THIS AGREEMENT WITNESSTH & IT IS HEREBY AGREED AND DECLARED AS
FOLLOWS:-
1. In consideration of the payment to be made to the Contractor for the work to be executed by
him, the Contractor shall and will duly provide, execute, and complete the said work and shall do
and perform all other acts and things in the contract mentioned or described or which are to be
implied and there-from or may be reasonably necessary for the completion of the said works and
at the said times and in the manner and subject to the terms and conditions of the contract.
2. In consideration of the due provisions, execution, and completion of the said work, the
Purchaser does hereby agree to pay to Contractor the respective amounts for the work actually
done by him and approved by the Purchaser at the Schedule of Prices and such other sum
payable to the Contractor under provision of the contract, such payment to be made at such time
in such manner as prescribed for in the contract.
3. This contract is subject to jurisdiction of courts at Chandigarh/Mohali only.
It is specially and distinctly understood and agreed between the Purchaser and the Contractor that
the Contractor shall have no right, title, or interest in the space made available by the Purchaser
for execution of the works or in the goods brought on the said space (unless the same specially
belongs to the Contractor) and the Contractor shall not have or deemed to have any lien on
whatsoever charge for unpaid bills and the Contractor will not be entitled to assume or retain
possession or control of the space, and the Purchaser shall have an absolute and unfettered right
NIPER Tender No: T 1/2015
67
to take full possession of space and to remove the Contractor, their servants, agents and materials
belonging to the Contractor and lying on the space. In Witness whereof the parties hereto have
here-into set their respective hands and seals in the day and the year written above. Signed and
delivered by
_______________________
(For and on behalf of Purchaser)
In presence of
1. __________________________ 2.___________________________
Signed and delivered by
_______________________
(For and on behalf of the Bidder)
In presence of
1. __________________________ 2.___________________________
NIPER Tender No: T 1/2015
68
Check List for Submission of Bid
To be filled by the bidder and placed at top of the bid.
S.
No.
Chapter /
Annexure No.
Para/
sub
Clause
No.
Page No.
of
Contract
Document
Particulars Placed
at
Page
No.
Yes/No
1.
Chapter 1
1.2
10
EMD Details :
DD No.: Dated:
Amount (Rs.)
2. ------- 1.1(l) 7 All pages of tender documents as well as
enclosures should be paged numbered
andsigned in token of having accepted all
terms and conditions of tender document.
3. Chapter-1 1.1(C) 7 Financial statement showing annual
turnover and net profit duly certified by
chartered accountant for the last three
financial years.
4. Chapter-1 1.1(e) 7 Documentary proof for support facilities
should be fully owned by the tenderer and
managed by their permanent employees
(company payroll) and not through
franchisee(s).
5. Chapter-1 1.1(f) 7 Documentary proof for 2 local spares
depot in India
6. Chapter-1 1.1(g) 7 Documentary proof for successful
installation for the 1 order of 1 Cr. or &
2 order of Rs 50 Lacs. (min order value of
50 Lacs.) and acceptance of the same as
per Tender Document
7. Chapter-1 1.1(h) 8 Documentary proof for three successful
deployments of minimum 75 nos. Access
Points (AP) per site controller based
wireless network installation and
commissioning as per Tender Documents
8. Annexure-I - 25 Letter authorizing the representative to
attend bid opening has been enclosed?
9. Annexure-II -
26 Declaration and certificate on non-
participation of near relative in the tender.
10. Annexure-III - 27-29 Details of the firm offering this quote
along with photocopies of PAN /GIR No ,
TIN No and Service Tax No .
11. Annexure-IV - 30 Manufacturer’s authorization letter to
agent
12. Annexure-V - 31 Declaration regarding blacklisting/
debarring for taking part in tender
13. Annexure-VI - 32-33 Certificate of Warranty
14 Annexure-VII - 34-36 Certificate of Bank Guarantee
NIPER Tender No: T 1/2015
69
15. Annexure-VIII 37-57 Technical Compliance Sheet
16. Annexure -IX 58-60 Financial Bid
17. Annexure X 61-64 Proof of Concept(POC)
18. Chapter-3 65-67 Contract Form / Agreement Form
Note: All the documents should be paged numbered and above format is filled according, failing
which the tender will be canceled.
Seal and Signature of Authorized
Signatory of Tenderer
NIPER Tender No: T 1/2015
70
Terminology Used in Tender Document
The definitions of terms used in this document are as under.
a. The Purchaser means the Director NIPER S.A.S Nagar,
b. The Bidder/Tenderer means the individual, firm or company, whether incorporated or
not, who participates in this tender and submits his/her/its bid, and shall include legal
personal representative of such individual or the persons composing such firm or
company, or the successors of such firm or company and the permitted assignees of such
individual, firm or company.
c. The Supplier/Contractor means the individual, firm or company supplying the goods
and services after finalization of the contract.
d. The Goods means all the materials that the contractor is required to supply to the
purchaser under the contract.
e. The Services means all the jobs that the contractor is required to perform under the
contract.
f. The Advance Purchase Order means the intention of the purchaser to place a Purchase
Order on the successful the bidder.
g. The Purchase Order means the contract finalized by the purchaser and contractor,
including all attachments and appendices thereto and all documents incorporated by
reference therein.
h. The Contractor means the individual, firm or company, whether incorporated or not,
undertaking the contract and shall include the legal personal representative of such
individual or the persons composing such firm or company, or the successors of such
firm or company and the permitted assignees of such individual, firm or company.
i. The Contract Price means the price payable to the contractor under the agreement for
the full and proper performance of his contractual obligations.
j. The Validation is a process of testing the equipment as per the tender specifications to
ascertain proper functioning of the network.