( Installation and Upgradation LAN and Wi-Fi )

72
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

Transcript of ( Installation and Upgradation LAN and Wi-Fi )

Page 1: ( 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

Page 2: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 3: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 4: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 5: ( Installation and Upgradation LAN and Wi-Fi )

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

[email protected])

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,

Page 6: ( Installation and Upgradation LAN and Wi-Fi )

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.

Page 7: ( Installation and Upgradation LAN and Wi-Fi )

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.

Page 8: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 9: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 10: ( Installation and Upgradation LAN and Wi-Fi )

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.

Page 11: ( Installation and Upgradation LAN and Wi-Fi )

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.

Page 12: ( Installation and Upgradation LAN and Wi-Fi )

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.

Page 13: ( Installation and Upgradation LAN and Wi-Fi )

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.

Page 14: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 15: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 16: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 17: ( Installation and Upgradation LAN and Wi-Fi )

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.

Page 18: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 19: ( Installation and Upgradation LAN and Wi-Fi )

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.

Page 20: ( Installation and Upgradation LAN and Wi-Fi )

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:

Page 21: ( Installation and Upgradation LAN and Wi-Fi )

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:

Page 22: ( Installation and Upgradation LAN and Wi-Fi )

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.

Page 23: ( Installation and Upgradation LAN and Wi-Fi )

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.

Page 24: ( Installation and Upgradation LAN and Wi-Fi )

NIPER Tender No: T 1/2015

22

2.1 Network Diagram: Tentative Network Design and Data Ports

Page 25: ( Installation and Upgradation LAN and Wi-Fi )

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.

Page 26: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 27: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 28: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 29: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 30: ( Installation and Upgradation LAN and Wi-Fi )

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:

Page 31: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 32: ( Installation and Upgradation LAN and Wi-Fi )

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.

Page 33: ( Installation and Upgradation LAN and Wi-Fi )

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)

Page 34: ( Installation and Upgradation LAN and Wi-Fi )

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.

Page 35: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 36: ( Installation and Upgradation LAN and Wi-Fi )

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.

Page 37: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 38: ( Installation and Upgradation LAN and Wi-Fi )

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.

Email

Page 39: ( Installation and Upgradation LAN and Wi-Fi )

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.

Page 40: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 41: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 42: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 43: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 44: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 45: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 46: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 47: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 48: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 49: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 50: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 51: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 52: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 53: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 54: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 55: ( Installation and Upgradation LAN and Wi-Fi )

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.

Page 56: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 57: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 58: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 59: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 60: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 61: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 62: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 63: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 64: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 65: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 66: ( Installation and Upgradation LAN and Wi-Fi )

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.

Page 67: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 68: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 69: ( Installation and Upgradation LAN and Wi-Fi )

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.___________________________

Page 70: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 71: ( Installation and Upgradation LAN and Wi-Fi )

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

Page 72: ( Installation and Upgradation LAN and Wi-Fi )

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.