REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance /...

34
REQUEST FOR PROPOSAL For Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar Tender No: 85/20(285)/1535/STPI-Bh/2016 Date: 08/01/2016 Software Technology Parks of India C-Ground Zero, Fortune Towers, C.S. Pur, Bhubaneswar 751023, Odisha, India Tel: +91-674-2300412 / 2300413 / 2300787 / 2300358, Fax: +91-674-2302307 URL: www.bbs.stpi.in

Transcript of REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance /...

Page 1: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

REQUEST FOR PROPOSAL

For

Implementation of Wireless Networking in O/o EIC, Rural Works,

Odisha, Bhubaneswar

Tender No: 85/20(285)/1535/STPI-Bh/2016

Date: 08/01/2016

Software Technology Parks of India

C-Ground Zero, Fortune Towers, C.S. Pur, Bhubaneswar – 751023, Odisha, India

Tel: +91-674-2300412 / 2300413 / 2300787 / 2300358, Fax: +91-674-2302307

URL: www.bbs.stpi.in

Page 2: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

Table of Contents

1. Fact Sheet ............................................................................................................................................................... 4

2. About Software Technology Parks of India (STPI): ......................................................................................... 5

3. Background of the project ................................................................................ Error! Bookmark not defined.

4. Invitation for Bids ................................................................................................................................................. 8

4.1 Clarification regarding Tender Document: ............................................................................................... 6

4.2 Amendment of Bids: .................................................................................................................................... 8

4.3 Language of Bid & Correspondence: ......................................................................................................... 9

3.4 Bid Currencies: .............................................................................................................................................. 8

4.5 Cost of Bidding ............................................................................................................................................. 8

4.6 Period of validity of Bids: ............................................................................................................................ 8

4.7 Submission of the Bid: ............................................................................................................................... 10

4.8 Deadline for Submission of Bids: ............................................................................................................... 9

4.9 Late Bids: ...................................................................................................................................................... 10

4.10 Withdrawal of Bids:.................................................................................................................................... 10

4.11 Opening of Bids by STPI: ........................................................................................................................... 10

4.12 Evaluation and Comparison of Commercial Bids: ................................................................................ 11

4.13 Ranking of Bidders: ................................................................................... Error! Bookmark not defined.

4.14 Negotiations: ............................................................................................................................................... 11

4.15 STPI's Right to accept any Bid and to reject any or all Bids: ................................................................ 11

4.16 Notification of Award: ............................................................................................................................... 11

4.17 Corrupt or fraudulent Practices ................................................................................................................ 12

4.18 Application: ................................................................................................................................................. 12

4.19 Delay in the Vendor's Performance: ........................................................................................................ 12

4.20 Performance Security: ................................................................................................................................ 13

4.21 Payment Schedule: ..................................................................................................................................... 13

4.22 Termination for Default: ............................................................................................................................ 13

4.23 Confidentiality: ........................................................................................................................................... 13

4.24 Ownership of Documents: ....................................................................... Error! Bookmark not defined.

4.25 Arbitration: .................................................................................................................................................. 14

4.26 Legal Jurisdiction: ....................................................................................................................................... 14

4.27 Completeness of Tender Offer: ................................................................................................................. 14

4.28 Documents comprising of Bids ................................................................................................................. 14

Page 3: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

5. Scope of Work & Deliverables .......................................................................................................................... 20

5.1 Pre-RFP Stage (Details Scope): .................................................................................................................. 20

5.2 RFP Stage .................................................................................................... Error! Bookmark not defined.

5.3 Project Implementation and Monitoring Stage ..................................... Error! Bookmark not defined.

5.4 UAT and Sign-Off Stage ........................................................................... Error! Bookmark not defined.

5.5 Deliverables ................................................................................................ Error! Bookmark not defined.

5.6 Time lines for completion of project ....................................................... Error! Bookmark not defined.

6. Pre-Qualification Criteria .................................................................................................................................. 18

7. Evaluation Criteria ............................................................................................ Error! Bookmark not defined.

7.1 Evaluation of Technical Bid ..................................................................... Error! Bookmark not defined.

8. Proformas and Schedules .................................................................................................................................. 26

Page 4: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

1 Fact Sheet

Sl. No Particulars Details

01 Proposal inviting agency STPI- Bhubaneswar

02 Start date of issuance / sale of RFP

Tender document

08/01/2015

03 Bid Document Fee Rs. 5,000/- in form of DD

04 Last date for Submission of Pre-bid

Queries

15/01/2016 by 1100 Hrs.

06 Proposal & Proposal security must remain

valid for

90 days after the proposal

submission deadline

07 The contact information for requesting

clarifications/ Queries is

Sh. Debasis Satapathy

Asst. Director

STPI, C-Ground Zero, Fortune

Towers, C.S. Pur, Bhubaneswar-

751023, Odisha

Phone: +91-674-2300160, 2301770

Fax:+91-674-2302307,

E-mail: [email protected]

08 EMD/Bid Security amount Rs. 20,000/- in shape of DD

09 Last date and time for Bid Submission 29/01/2016 at 1530 Hrs.

10 Opening of technical proposal 29/01/2016 at 1600 Hrs.

12 Opening of financial proposal To be intimated to technically

qualified bidders.

Page 5: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

1. About Rural Works Department, Govt. of Odisha

The Rural Development Department was created on 1st July 1990 to deal with Minor Irrigation, Lift

Irrigation, Rural Road, Rural Water Supply and Sanitation sectors. Later, in 1996, the Department was

restructured and Minor Irrigation and Lift Irrigation were transferred to Water Resources Department. At

present, the Rural Development Department has two organizations i.e. (i) Rural Works and (ii) Rural

Water Supply & Sanitation. The Rural Works organization implements rural connectivity programme.

Roads/bridges are being constructed under different schemes like NABARD assistance under RIDF,

Pradhan Mantri Gram Sadak Yojana (PMGSY), RLTAP for KBK districts and Constituency-wise Allotment

(CWA). This organization also looks after the maintenance and upkeep of public buildings in rural areas

borne under the books of R.D. Department. The Rural Water Supply & Sanitation organization

implements rural drinking water supply programme by utilizing the outlay under National Rural

Drinking Water supply Programme(NRDWP), Special Central Assistance (SCA) under RLTAP for KBK

districts. It also implements rural sanitation programme under the centrally sponsored Swachha Bharat

Abhijana previously known as Total Sanitation Campaign (TSC). Besides implementing the schemes and

programmes in general, both these organizations provide emergency support service during natural

calamities.For the successful implementation of community-based and demand responsive programmes

such as Swajaldhara and Swatchha Bharat Abhijana, Odisha State Water and Sanitation Mission, a

registered society under the aegis of Rural Development Department, was constituted and established

vide Resolution No.9990/RD date.05.05.2002. A similar type of Society i.e. Odisha State Rural Road

Agency (OSRRA) was also formed to look after PMGSY roads.

2. About Software Technology Parks of India (STPI):

Software Technology Parks of India (STPI) was established during the year 1991 by Ministry of

Communications & IT, under Department of Electronics & IT, (The then Department of Electronics) Govt.

of India with distinct focus for promotion of IT/ITeS exports from the country by providing single

window regulatory services under STP & EHTP schemes, plug & play incubation facilities for the start-up

companies and young entrepreneurs as well as High Speed Data communication services for a seamless

access for offshore IT/ITeS exports. STPI has been successfully delivering Statutory services to the IT/ITeS

industries in most industry friendly environment and has earned the goodwill of the industry for its

Page 6: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

liberal style of functioning. A fact that is aptly proven by the stupendous growth in exports by STP units

from Rs. 52 crores in 1992-93 to a staggering Rs. 2 lakhs 90 thousand Crores in 2014-15 (approx).

Working closely with all the stakeholders STPI has played a key role in creating Brand India and

transforming the country as most preferred IT destination. STPI has also played a phenomenal role in

promoting Tier-II/Tier-III cities of the Country. Out of 53 STPI centres, 46 Centres are in Tier-II and Tier-

III locations with an objective of an uniform and overall development of IT/ITES exports across the

country. The IT Industry is transiting from Software Services to Product Development where STPI is set to

play a vital role and to meet the requirement of IT Industries in the years to come and is working closely

with Govts., Industry, and Academia for promotion of innovation led entrepreneurship and dispersal of IT

Industries beyond Metros. STPI has Pan India presence with 53 centers across the country including at

Bhubaneswar, Rourkela and Berhampur in the State of Odisha. The upcoming facility at Balasore will be

fourth STPI Centre and STPI has set up provisional Incubation facility at Balasore in the State and to cater

the need of the Industries.

STPI has also been instrumental in promoting IT exports from the state of Odisha. Over the years STPI has

put new milestones in IT exports of the State. STPI is instrumental for attracting blue-chip IT companies

and played phenomenal role in the growth IT exports from the State which recorded around Rs.2500

crores during 2014-15 putting the State in commendable position in the IT Map of the Country. STPI’s

efforts have also created huge direct and indirect employments and overall development of economy of

the state.

3. Invitation for Bids

Software Technology Parks of India (STPI), Bhubaneswar invites technical cum financial proposal from

eligible bidders to work for “Implementation of Wireless networking in the office of the EIC, Rural

Works, Odisha, Bhubaneswar”. Interested bidders are expected to examine the tender document

carefully. Failure to furnish all information required as per the Tender Document may result in the

rejection of the Bid.

4.1 Clarification regarding Tender Document:

A prospective Bidder requiring any clarification about the Tender Document may request STPI in writing

by Fax/ E-Mail/ Speed post at the STPI’s address indicated in the Invitation for Bids.

Page 7: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

The clarification and queries must be submitted in the following format.

At any time prior to the last date of submission of bids, STPI may for any reason be able to modify the

RFP.

Any modifications in RFP or reply to queries shall be hosted only on http://eprocure.gov.in,

http://www.bbs.stpi.in.

STPI at its discretion may extend the last date for the receipt of Bids.

STPI reserves the right to reject/cancel any (bid) or all bids or the RFP without assigning any reason

thereof.

4.2 Amendment of Bids:

Bids once submitted cannot be amended. However, in case of some administrative exigencies, STPI

may decide to take fresh bids from all the Bidders before actually opening of the Technical and

Commercial Bids.

In order to provide prospective Bidders reasonable time to make amendment in their bids, STPI may,

at his discretion, extend the deadline for the submission of bids. However, no such request in this

regard shall be binding on STPI.

4.3 Language of Bid & Correspondence:

The Bid will be prepared by the Bidder in English language only. All the documents relating to the Bid

(including brochures) supplied by the Bidder should also be in English, and the correspondence between

the Bidder & STPI will be in English language only. The correspondence by Fax / E-mail must be

subsequently confirmed by a duly signed copy (unless already signed digitally).

Sl No Section No Clause No & Page

No

Reference / Subject Clarification

Page 8: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

4.4 Bid Currencies:

Prices shall be quoted in Indian Rupees (INR).

4.5 Cost of Bidding

The Bidder shall bear all costs associated with the preparation and submission of its bid and STPI will in

no case be responsible or liable for these costs, whether or not the Bid is finally accepted.

4.6 Period of validity of Bids:

For the purpose of placing the order, the Bids shall remain valid for at least 90 days after the date of

bid opening. A bid valid for a shorter period may be rejected by STPI as being non-responsive. During

the period of validity of Bids, the rates quoted shall not change.

In exceptional circumstances, STPI may ask for extension of the period of validity and such a request

shall be binding on the Bidder. STPI's request and the response to such a request by various Bidders

shall be in writing. A Bidder agreeing to such an extension will not be permitted to increase its rates.

4.7 Submission of the Bid:

The Bid shall be submitted in two Bid format through procurement portal www.eprocure.gov.in.

BID - Part A: TECHNICAL

BID -Part B: COMMERCIAL

The bid shall be submitted in Two Bid System (Part A “ TECHNICAL BID” and Part B “

COMMERICAL BID”) indicating the name of the Bidder.

The bid should be signed by an authorized signatory (having power of attorney) on each page of the

bid document including enclosures. Copy of board resolution and / or power of attorney shall be

submitted along with technical bid

The Bid shall be submitted through e Procurement Portal www.eprocure.gov.in.

The hard copy of the Bid along with enclosures, tender fees & Bid Security / EMD must be received by

the STPI at the specified address not later than 1530 Hrs. on 29/01/2016.

Page 9: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

STPI may, at its discretion, extend this deadline. STPI may also extend this deadline for any other

administrative reason.

The Bid shall contain no interlineations, erasures or overwriting, in order to correct error made by the

Bidder. All corrections shall be done & initialed by the authorized signatory after striking out the

original words / figures completely.

The Hard copy of the Technical Bid shall be sealed in a covering A4 Size envelop super scribed with

words "Technical Bid” of “Implementation of Wireless Networking in the office of the EIC, Rural

Works, Odisha, Bhubaneswar”.. This envelope will also contain Bid Security/EMD & Tender fees in

another small sealed envelope.

Commercial Bid shall be sealed in a covering A4 Size envelop super scribed with words “Commercial

Bid” of “Implementation of Wireless Networking in the office of the EIC, Rural Works, Odisha,

Bhubaneswar”. Every envelope and forwarding letter of various parts of the Bid shall be addressed as

follows:

The Director

Software Technology Parks of India

C-Ground Zero, Fortune Towers, C.S. Pur

Bhubaneswar – 751023, Odisha, India

Tel: +91-674-2300412 / 2300413 / 2300787 / 2300358

Fax: +91-674-2302307, URL: www.bbs.stpi.in

If the envelopes are not sealed and marked as required above STPI will assume no responsibility

for the Bid's misplacement or premature opening.

Bids sent through Telex /Telegrams/ Fax/ E-mail shall not be acceptable.

The envelope shall be sealed by signing across all joints & pasting good quality transparent

adhesive tape on top of such joints & signatures.

4.8 Deadline for Submission of Bids:

Page 10: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

The Bid shall be submitted online through e Procurement Portal www.eprocure.gov.in on the date and

time as mentioned above.

The hard copy of Bids will be received by STPI at the specified address not later than 29.01.2016 by

1530 Hrs.

STPI may, at its discretion, extend this deadline. STPI may also extend this deadline for any other

administrative reason.

4.9 Late Bids:

Any bid received by STPI after the deadline for submission of bids prescribed by STPI, will be rejected.

4.10 Withdrawal of Bids:

Bids cannot be withdrawn in the interval after its submission of bids and before the expiry of Bid's

validity specified by STPI.

4.11 Opening of Bids by STPI:

The Bids shall be opened at 1600 Hrs. on 29/01/2016 or on any other later day and time as notified

through above mentioned websites, in STPI-Bhubaneswar office in the presence of representatives of

the Bidders who may choose to attend the proceedings. The representatives of Bidders will sign a

register in evidence of their presence.

In order to assist in the examination, evaluation and comparison of Bids, STPI may at its discretion ask

the Bidder for a clarification regarding its Bid. The clarification shall be given in writing, but no change

in the price or substance of the Bid shall be permitted.

An open discussion regarding various elements contained in the Technical Bids may also take place, if

required. Marks for quality shall be assigned in accordance with the criteria spelt out. The Commercial

Bids of only those Bidders will be opened who fulfill all the eligibility criteria in the Technical Bid

and who also have deposited Bid Security as required under. STPI's determination of technical

qualification shall be based on objective evaluation of the contents of the Bid itself and not on any

extrinsic evidence (except the one that is given by way of a written technical clarification in response to

a query by the Tender Committee). However, while determining the technical qualification of various

Page 11: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

Bidders, STPI may waive off any minor infirmity, which does not constitute a material deviation. The

decision of STPI in this regard shall be final.

4.12 Evaluation and Comparison of Commercial Bids:

The comparison of Commercial Bids shall be done as follows:

The Bidders are required to complete their Commercial Bid in Form-D. Initial evaluation / comparison for

various categories of items given in the Tender Document will be done on the basis of Gross Bid

Value.Note 1: The Bidder shall not quote prices subject to any condition(s). Any conditional financial bid

shall be summarily rejected.

4.13 Selection Criteria for Successful Bidder.

The bidder who has qualified in the Technical Evaluation and quoted the lowest price will be awarded

with the work.

4.14 Negotiations:

STPI shall finalize the Tender & award the Work without any negotiations.

4.15 STPI's Right to accept any Bid and to reject any or all Bids:

Notwithstanding anything else contained to contrary in this Tender Document, STPI reserves the right to

accept or reject any Bid or to annul the bidding process fully or partially or modifying the same and to

reject all Bids at any time prior to the award of work, without incurring any liabilities in this regard.

4.16 Notification of Award:

Prior to the expiry of the period of Bid validity, STPI will notify the successful Bidder in writing by

speed post or Fax or email that his Bid has been accepted.

The liability of the successful bidder to perform the services will commence from the date of

notification of Award. The Completion Period shall be counted from the date of 'Notification of Award

of Work'.

Page 12: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

4.17 Corrupt or fraudulent Practices

STPI requires that the Bidders under this tender observe the highest standards of ethics during the tender

and execution of such contracts. In pursuance of this policy, STPI defines the terms set forth as follows:

“corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the

action of the public official in the procurement process or in contract execution; and “fraudulent practice”

means a misrepresentation of facts in order to influence a tender process or a execution of a contract to the

detriment of STPI, and includes collusive practice among Bidders (prior to or after bid submission)

designed to establish bid prices at artificial non-competitive levels and to deprive the Purchaser of the

benefits of the free and open competition; STPI will reject a proposal for award if it determines that the

Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the

contract in question.

STPI will declare a Bidder ineligible, either indefinitely or for a stated period of time, to be awarded a

contract if it at any time determines that the Bidder has engaged in corrupt and fraudulent practices in

competing for, or in executing, a contract.

4.18 Application:

These General Conditions shall apply to the extent that these are not superseded specific by provisions in

other parts of this tender document. A detailed order regarding consultancy work shall be issued after the

bid is allowed. Detailed provisions of such an order shall have an over-riding effect vis-à-vis this Tender

Document.

4.19 Delay in the Vendor’s Performance:

Delivery of services shall be made by the vendor in accordance with the time schedule specified by

STPI.

The Vendor will strictly adhere to the time-schedule for the performance of Work. However, STPI may

relax this time limit in force majeure conditions.

In case of delay in performance for reasons attributable to the Vendor, such liquidated damages shall

be imposed @ 1% per week with a ceiling of 10% of the total fee.

Page 13: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

4.20 Performance Security:

Within 10 days of Notification of “Award of the Work” the company shall furnish Performance Security to

STPI @ 10% of the total value of quoted bid by way of irrevocable and unconditional Bank Guarantee from

a reputed Nationalized Bank in favour of Software Technology Parks of India for a period to be specified

in the award of work as per Form ‘J’. This Bank Guarantee must be validity of minimum one year duration

to cover the risk of STPI which may be extended further as per requirement of STPI. The proceeds of the

Performance Security shall be payable to STPI as compensation for any loss resulting from the Company’s

failure to compete its obligations under the terms and conditions of the work. The Performance Security

regarding commencement of job / task will be discharged by STPI and returned to the company not later

than 30 days following the date of completion of the company’s performance related obligations under the

terms & conditions of the work.

4.21 Payment Schedule:

90% of the tender value will be paid to the vendor after delivery, installation and commissioning. Rest 10%

shall be paid to the vendor after expiry of warranty period or submission of the Performance Bank

Guarantee.

4.22 Termination for Default:

STPI may without prejudice to any other remedy for breach up terms and conditions (including forfeiture

of Performance Security by written notice of default sent to the company, terminate the work / task in

whole or in part after sending a notice to the Vendor in this regard.

If the Vendor fails to deliver or complete the job assigned in the terms and conditions within the

time period (s) specified in the Tender Document.

If the Vendor fails to perform any other obligations under the terms and conditions.

4.23 Confidentiality:

Any information pertaining to STPI or any other agency involved in the project, matters concerning STPI

or with the agency that comes to the knowledge of the vendor in connection with this contract will be

deemed to be confidential and the Vendor will be fully responsible for the same being kept confidential

Page 14: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

and held in trust, as also for all consequences of its concerned personnel failing to do so. The vendor shall

ensure due secrecy of information and data not intended for public distribution.

4.24 Arbitration:

All disputes, differences, claims and demands arising under the contract shall be referred to arbitration of a

sole arbitrator to be appointed by the Director General, STPI. All arbitrations will be held in New Delhi.

4.25 Legal Jurisdiction:

All legal disputes are subject to the jurisdiction of New Delhi courts only.

4.26 Completeness of Tender Offer:

The Bidder is expected to examine all instructions, forms, terms, conditions and deliverables in the Tender

Documents. Failure to furnish all information required by the tender documents or submission of a tender

offer not substantially responsive in every respect to the tender documents will be at the Bidder's risk and

may result in rejection of its tender offer. The tender offer is liable to be rejected outright without any

intimation to the Bidder if complete information as called for in the tender document is not given therein, or

if particulars asked for in the Forms / Performa in the tender are not fully furnished.

4.27 Documents comprising of Bids

The Bidder will prepare his bid in two parts:

Part 1 –Technical Bid:

In support of his eligibility, a Bidder must submit the following documents:

i. A clause-by-clause compliance on STPI’s RFP requirements. Any deviations may result into

rejection of the bid. The complete bid document should be stamped and signed by the bidder as

acceptance of all terms and conditions.

ii. Detailed profile/Background of the Company / Firm.

iii. Audited Statement regarding turnover of the Bidder for last three financial years (2012-13, 2013-14, 2014-15) in the format ‘I’

(iii) DD of Rs. 5,000/- towards the cost of the tender document in favor of Software Technology Park of

India (STPI) payable at Bhubaneswar in a separate envelope inside Technical Bid.

Page 15: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

(iv) Declaration in Form 'A’ by an authorized signatory to the effect that all conditions contained in the

Tender Document is acceptable to the Bidder. Such an authorization may be seen during scrutiny

of bids.

(v) Declaration in Form ‘B’ that the Bidder has not been debarred / blacklisted by any Government /

Semi-Government organization for quality of services / product and that there is no major

complaint against the Bidder by any organization mentioned in this clause.

(vi) List of similar projects and supporting work orders.

(vii) Details of the jobs undertaken during the last three years in the format given in Form 'C’.

(viii) Other Documents

Signed and stamped copy of RFP in every page by the authorized signatory.

Certified copies of documents in support of various criteria based on which Technical Bids are to

be evaluated as mentioned below.

Income Tax assessment Certificate for the last three financial years, Copy of Service Tax Registration

Certificate & Copy of PAN Card.

Bid Security amounting Rs. 20,000/- (Twenty Thousand only) in shape of Demand Draft in favor of

Software Technology Park of India payable at Bhubaneswar in a separate envelope inside

Technical Bid.

Tender Specific authorization from the OEM along with contact details and e-mail ids.

Bid Security may be forfeited:

If a Bidder withdraws its bid during the period of bid validity specified in the Tender Document or

in the Award of Work.

During the tendering process, if a Bidder indulges in any such activity as would jeopardize the

tender process. The decision of STPI regarding forfeiture of the Bid Security shall be final & shall

not be called upon question under any circumstances.

In the case of a successful bidder, if the Bidder fails to,

o accept award of work,

o fails to furnish Performance Security.

o violates any of the such important conditions of this tender document or indulges in any such

activity as would jeopardize the interest of STPI in timely finalization of this tender. The

decision of STPI regarding forfeiture of the Bid Security shall be final & shall not be called upon

Page 16: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

question under any circumstances.

Part-2 : Commercial Bid

The Commercial Bid shall be given in Form ‘D’ Incomplete Financial Offer/Conditional offers will be

rejected.

4. Scope of Work & Deliverables

The scope of work includes the site inspection, supply, installation, testing, commissioning, operation of

Wireless Networking of RW buildings.

Networking (Installation & Maintenance) of the premises

Site-Survey for deployment of hardware & cables.

Installation of Switches, wireless devices etc.

Setting the software/hardware configuration of equipped card/modules.

RW Department will provide outdoor and indoor space, appropriate electric power and such other

necessary infrastructure for installing the hardware and other outdoor and indoor networking

equipments.

Site Preparation: Site preparation and implementation activities for the set up of Wireless Network will be conducted by the

vendor. Electrical earthling, lightning protection and grounding shall be carried out by the vendor. The

Uninterrupted Power Supply (UPS), air-conditioning will be provided by RW.

Identification, Inspection and Testing:

STPI will identify, inspect and test the Wireless Network connectivity.

Installation:

The Bidder shall perform, support and co-ordinate the installation of wireless equipments for RW. The

bidder shall provide technical manpower support, test Equipments etc.

Page 17: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

Design Methodology:

The key elements identified in implementing the circuit are as follows and these can be clearly identified

during the initial site survey at customer location.

Identifying the space for housing the wireless & other networking equipments.

Identifying the cable routing between switches & wireless devices.

Identification of other equipment requirements for Wireless Networking.

Regulatory Clearance:

The regulatory clearance like WPC, SACFA for frequency clearance and DOT for security clearance if any

will be obtained by the vendor.

Operation and Service Support:

Checking and maintaining the health of the installed equipments periodically.

Documenting the different technical parameters for the future records.

Any fault reported will be attended by our Field Support Engineer.

Troubleshoot and analyze the fault.

Take the corrective action to rectify the fault.

The bidder shall provide 3 years onsite comprehensive warranty and support for the entire network

provide training to the RW Dept. Officials.

Page 18: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

5 Pre-Qualification Criteria

The bidder should be a Pvt. Limited Company/ Proprietorship/Partnership registered to

do business in Odisha.

The bidder should have average annual turnover of Rs. 1 Crores for last three financial

years ending March 31, 2015 with positive net worth.

The bidder should have office in Odisha since last 5 years.

The bidder should not have been blacklisted in any govt. (Central/State) and PSUs in last 3

financial years.

6 Technical Specification of Equipments

6.1 24 port Gigabit PoE Switch

Sl. No Description Complied (Yes/No)

Switch - 24 ports - L3 - managed

Desktop, rack-mountable - 1U Enclosure

The device should have 24-port 10/100/1000 + 4 x Gigabit SFP (2 combo) Ports

POE and POE+ type Power over Ethernet

Switching capacity : 50 Gbps ¦ Forwarding performance (64-byte packet size) : 50 Mpps

MAC Address Table Size: 16K entries

The switch should have capacity of 4K Active VLANs

Routing Protocol: Static IPv4 routing

Remote Management Protocol: SNMP 1, RMON 1, RMON 2, RMON 3, RMON 9, Telnet, SNMP 3, SNMP 2c, HTTP, HTTPS, SSH, CLI

Authentication Method: Secure Shell (SSH), RADIUS, TACACS+

Features: Layer 3 switching, Layer 2 switching, DHCP support, VLAN support, IGMP snooping, syslog support, DoS attack prevention, port mirroring, DiffServ support, weighted round-robin (WRR) queuing, broadcast storm control, IPv6 support, multicast storm control, unicast storm control, firmware upgradable, Spanning Tree Protocol (STP) support, Rapid Spanning Tree Protocol (RSTP) support, Multiple Spanning Tree Protocol (MSTP) support, Trivial File Transfer Protocol (TFTP) support, access control list (ACL) support, quality of service (QoS), jumbo frames support, MLD snooping

Page 19: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

RAM: 128 MB

Flash Memory: 16 MB flash

Status Indicator: Link activity, port transmission speed, system

Power supply - internal

Voltage Required: AC 120/230 V ( 50/60 Hz )

Rack Mounting Kit: Included

Compliant Standards: UL 60950, FCC Part 15 A, CSA 22.2

Warranty: 3 years onsite comprehensive warranty

6.2 Wireless Access Point

Sr. NO.

Sepcification Comply

(Yes/No)

1 Access Points proposed must include radios for both 2.4 GHz and 5 GHz.

2 Access point must have two ethernet ports.

3 Access point should have serial/console port

4 An access point must include a standard OEM provided Mounting brackets for mounting on Celing or Roof top.

5 Must support 3X3 multiple-input multiple-output (MIMO)

6

Must support simultaneous 802.11ac on 5 GHz radios and 802.11n on 2.4Ghz Radio.

7

Access point must support a minimum of 1 Gbps user throughput including both the radios

8 Must support 40 and 80 MHz wide channels in 5 GHz.

9

Must support minimum of 22dbm of transmit power in both 2.4Ghz and 5Ghz radios. And should follow the WPC norms.

10

The AP must be capable of optimizing the SNR exactly at the position where 802.11a/g/n/ac client is placed (beamforming) without requiring any support from clients, hence it should work with all 802.11a/g/n/ac clients.

11

Should have capability to detect and classify non-Wi-Fi wireless interferences while simultaneously serving network traffic

12 Must support AP enforced load-balance between 2.4Ghz and 5Ghz band.

13 Must have -97 dB or better Receiver Sensitivity.

14

Must incorporate radio resource management for power, channel, coverage hole detection and performance optimization

15

The APs shall provide fast roaming for data and voice clients. There will be no deterioration of voice for clients roaming from one AP to another, roaming from one controller to another.

Page 20: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

16 Must support Management Frame Protection.

17 Must operate as a sensor for wireless IPS

18

Access Points must support Hardware-based encrypted user data and management traffic between controller and Access point for better security.

19 Must support Spectrum analysis including @ 80 MHz

20

Same model AP that serves clients must be able to be dedicated to monitoring the RF environment.

21

Should support mesh capabilities for temporary connectivity in areas with no Ethernet cabling.

22

When operated in remote AP mode, the AP must not disconnect any clients when the connection to the controller fails or in the case the failed connection has been restored again.

23 Mesh should support QoS for voice over wireless.

24 Must be plenum-rated (UL2043).

25

The APs must support centralized wireless mode with the use of a controller, but the APs must also support operation in autonomous mode without the presence of any controller, when needed.

26 Must support 16 WLANs per AP for SSID deployment flexibility.

27 Must support telnet and/or SSH login to APs directly for troubleshooting flexibility.

28 Must support Power over Ethernet, power adaptor, and power injectors.

29

802.3af (15.4W) - The access point can can be powered by any 802.3af/802.3at -compliant device

30 WiFi Alliance Certification for WMM and WMM power save

31 Must support QoS and Video Call Admission Control capabilities.

6.3 WLAN Controller

Sr. NO. Specification Complied

(Yes/No)

1 Must be compliant with IEEE CAPWAP for controller-based WLANs.

2 WLAN Controller should support upto 70 Accesspoints in a single 1 RU chassis.

3 WLAN controller must have atleast 4 x 1Gbps of uplink interfaces.

4 Must not require a separate controller for Wireless Intrusion Prevention Access Points.

5 Must support both 1+1 and N+1 redundancy models.

Page 21: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

6 Must support an ability to dynamically adjust channel and power settings based on the RF environment.

7 Radio coverage algorithm must allow adjacent APs to operate on different channels, in order to maximize available bandwidth and avoid interference

8

Must have Automatic 802.11 interference detection, identification, classification, and mitigation. Classification should support a dynamically updatable signature library

9 Must support coverage hole detection and correction that can be adjusted on a per WLAN basis.

10 Must support RF Management with 40 and 80 MHz channels with 802.11n and 802.11ac

11 WLC should support L2 and L3 roaming of IPv6 clients

12 WLC should support First hop security features in IPv6 network like Router Advertisement guard, DHCPv6 guard and IPv6 source guard

13 WLC should support IPv6 access control lists

14 WLC should support Guest-access functionality for IPv6 clients

15 Controller performance must remain the same if encryption is on or off for wireless SSIDs.

16 Should support ability to adjust Delivery Traffic Indicator Message (DTIM) on a per WLAN basis to improve performance for latency sensitive applications.

17

Should adhere to the strictest level of security standards, including 802.11i Wi-Fi Protected Access 2 (WPA2), WPA, Wired Equivalent Privacy (WEP), 802.1X with multiple Extensible Authentication Protocol (EAP) types, including Protected EAP (PEAP), EAP with Transport Layer Security (EAP-TLS), EAP with Tunneled TLS (EAP-TTLS), RFC 4347

18 Should support Management frame protection for the authentication of 802.11 management frames by the wireless network infrastructure.

19 The Controller should support a capability to shun / block WLAN client in collaboration with wired IPS on detecting malicious client traffic.

20 Controller should have rogue AP detection, classification and automatic containment feature

21 Must support internal and external web authentication.

22 Must be able to set a maximum per-user bandwidth limit on a per-SSID basis.

23 Must support user load balancing across Access Points.

24 Controller must provide Mesh capability for Mesh supported AP.

Must Support Bonjour Services Directory in both centralised and distributed switching architecture.

Must be able to restrict the no. of logins per user

25 Must be able to dedicate some APs to monitor-only for Intrusion Prevention Services.

26 Must support client roaming across controllers separated by a layer 3 routed

Page 22: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

boundary.

27 Solution proposed must support clients roaming across at least 70 APs.

28 Must support AP over-the-air packet capture for export to a tool such as Wireshark.

29 Should support the ability to schedule AP power on/off for energy savings.

30 Should be able to classify over 20 different types of interference within 5 to 30 seconds.

31 Should provide a snapshot of air quality interms of the performance and impact of interference on the wireless network identifying the problem areas.

32 Should provide an Air Quality rating on a per- radio basis to help gauge the impact of interference on the network

33 Should provide real-time charts showing interferers per access point, on a per-radio, per-channel basis.

34 Should support encrypted mechanism to securely upload/download software images to and from wireless controllers

35 Must support IEEE 802.11a, 802.11b, 802.11g, 802.11d, WMM/802.11e, 802.11h, 802.11k, 802.11n, 802.11r, 802.11u, 802.11w, 802.11ac

36 Should have Voice and Video Call Admission and Stream prioritization for preferential QOS

37

Should support Internet Group Management Protocol (IGMP) snooping and access point should transmits multicast packets only if a client associated to the access point is subscribed to the multicast group.

38

Controller should support deep packet inspection for all user traffic across Layer 4-7 network to analyses information about applications usage, peak network usage times for all access points from day one in a central switching mode.

6.4 Modular Router

S/N Features Compliance -

Yes / No

Architecture:

Should have support for Data, Voice, Video, Security and mobility services.

Should be chassis based & modular architecture with multicore processor for scalability and should be a single box configuration for ease of management.

Should have support for embedded hardware based Encryption card accelerator

Page 23: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

Should have for complete Firewall, IPS features.

Should have 512Mb RAM

Should have 256Mb flash

Should have at least two slot for interface cards

Should have integrated USB port to provide console, storage and secure token capabilities

Chassis should be 19” rack mountable type.

Should be supplied with necessary power cards, data cables, connectors, bracket accessories, wire managers and other appropriate accessories.

Performance:

Shall support performance of 280Kpps for 64 Byte packet.

Shall support variety of interfaces like V.35 Sync Serial (64Kbps, 2 Mbps), G.703, Ethernet Interfaces – 1 Gbps, 10/100 Mbps, ISDN BRI.

Shall support DSL connectivity using ADSL, G.SHDSL

Shall support other IP Services like GRE tunneling, ACLs, IPSEC VPNs, Firewalling, NAT services.

Shall support Voice traffic optimization with features like WRED, RSVP.

High Availability

Shall support redundant Gigabit Ethernet connection to LAN.

Shall support fast reboot for minimum network downtime.

Shall support Non-Stop forwarding for fast re-convergence of routing protocols

Shall support boot options like booting from TFTP/ FTP server, Network node and Flash Memory

Shall support multiple storage of multiple images and configurations

Shall support link aggregation using LACP as per IEEE 802.3ad

Shall support VRRP or equivalent

Protocol Support

Should support Routing protocols like IS-IS, RIP v1 & RIP v2, OSPF ver2, OSPF on demand, BGP4, BGP Route-Reflector

Should support Multicast routing protocols IGMPv3, PIM-SM, PIM-SS, DVMRP, IPv4 to IPv6 Multicast, BFD, IEEE802.3ah, IEEE802.1ag

Should have DHCPv6, IPv6 QoS, RIPng, OSPFv3

Shall support MPLS, Layer2 and Layer3 VPN, L2TPv3

Support for Load balancing Protocol.

Page 24: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

Configuration Roll Back to recover the mis-configured router to last good configuration

Proposed router shall support MPLS L2 and L3 vpn features and security features like encryption and firewall simulteneously.

Encapsulation Support

Shall support Encapsulation like Ethernet, 802.1q, PPP, MLPPP, FR, MLFR, HDLC, Serial (RS232, RS449, X.21, V.35, EIA530), PPPoE and ATM

Security Features:

Support Standard ACL, Extended ACL, ACL that can match arbitrary bits of packet bits of a packet at an arbitrary depth in the packet header and payload

Support for IPSEC Site-to-Site and Remote Access VPNs. Any Office to Any other office, dynamic establishment of VPNs so that the configuration & management of IPSEC VPNs becomes easier.

Support IPSEC VPNs should be able to carry data, voice, video

Support Firewall feature set supporting Stateful, application-based filtering, transparent firewall, zone based firewall. IPS feature set with predefined and customizable signatures.

MD-5 route authentication for RIP, OSPF and BGP

Shall support multi-level of access

Shall support SNMPv3 authentication, SSHv2

AAA support using Radius.

Shall support CHAP authentication for P-to-P links

Shall support DoS prevention through TCP Intercept & DDoS protection

Shall support IP Access list to limit Telnet and SNMP access to router

Shall support Multiple privilege level authentications for console and telnet access through Local database or through an external AAA Server.

Time based & Dynamic ACLs for controlled forwarding based on time of day for offices

IEEE 802.1x support for MAC address authentication

Router OS should be at least EAL3 (Common Criteria) or equivalent common criteria (network device protection profile) certified.

Debug, alarms & Diagnostics:

Support for monitoring of Traffic flows for Network planning and Security purposes

Trace-route, Ping and extended Ping

Page 25: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

Should support extensive support for SLA monitoring for metrics like delay, latency, jitter, packet loss, RTP-Based VoIP traffic and should support the capability for measurement of the call setup time using H.323/SIP signaling protocol over IP network.

Shall support embedded event manager that enables automation of many network management tasks and directs the operation of router OS to increase availability, collect information, and notify external systems or personnel about critical events

Accounting:

The router should have following accounting features:

Packet & Byte Counts

Start Time Stamp & End Time Stamps.

Network Time Protocol

Input & Output interface ports.

Type of service, TCP Flags & Protocol

Source & Destination IP addresses

Source & Destination TCP/UDP ports

Management

Shall have support for Web, GUI based management, CLI, Telnet and SNMPv3

Shall support Secure Shell for secure connectivity.

Embedded RMON support for four groups – history, statistics, alarms and events

Should have to support Out of band management through Console and an external modem for remote management.

Event and System logging: Event and system history logging functions shall be available. The Router shall generate system alarms on events. Facility to put selective logging of events onto a separate hardware here the analysis of log shall be available.

Pre-planned scheduled Reboot Facility: The Router shall support the preplanned timed reboot to upgrade their hardware to a new software feature and plan the rebooting as an off-peak time

Interface Requirements:

2 x Gigabit Ethernet Interfaces

Should have at least 2 free slot for future expansion.

Page 26: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

8. Proforma and Schedules

FORM–A

DECLARATION REGARDING ACCEPTANCE OF TERMS & CONDITIONS CONTAINED IN THE

TENDER DOCUMENT

To

The Director

Software Technology Parks of India

Bhubaneswar

Sir,

I have carefully gone through the Terms & Conditions contained in the Tender Document Tender No: 85/20(285)/1535/STPI-BH/2016 Dated: 08/01/2016 f o r Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar.

I declare that all the provisions of this Tender Document are acceptable to my Company. I

further certify that I am an authorized signatory of my company and am, therefore, competent to make

this declaration.

Yours truly,

Name:_______________________

Designation: _______________________

Company:_____________________

Address:______________________

Page 27: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

FORM ‘B’ –DECLARATION REGARDING CLEAN TRACK RECORD

To

The Director

Software Technology Parks of India

Bhubaneswar

Sir,

I have carefully gone through the Terms & Conditions contained in the Tender Document the Tender

Document Tender No: _____________________________Dated: ______________ f o r Implementation of

Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar. I hereby declare that my

company has not been debarred / blacklisted by any Government / Semi-Government organizations. I

further certify that I am / competent authority in my company has authorized me to make this

declaration.

Yours truly,

Name:_______________________

Designation:_______________________

Company:_____________________

Address:______________________

Page 28: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

FORM‘C’-DETAILS OF PAST WORK EXPERIENCE

Sl. No.

Organization(s)

Number of

other similar

Projects

Handled

Value (in Rs.)

Date of Award

Current Status

1.

2.

3.

4.

5.

Date:

Signature:

Place:

Name:

Designation:

Seal:

Page 29: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

FORM ‘D’ – Commercial Bid

COMMERCIAL DETAILS

SL. No. Item Description Qty Unit Price (in Rs.) Taxes Total Price in Rs.

1

24 port Gigabit PoE

Switch (As per

Specification) 4 Nos.

2

WIRELESS CONTROLLER with 35 license (As per specification) 1 No

3 Wireless Access Point (As per specification 25 Nos.

4

Modular Router with 2 GE 2 EHWIC slots 512DRAM IP Base with 8X5XNBD support (As per specification) 1 No.

5 UTP CAT-6 Cable box (roll 305mtrs) 6 Pkts.

6 RJ-45 Connector 95 Nos.

7 24 Port CAT 6 Jack Panel loaded 4 Nos.

8 1U Horizontal Cable Manager 4 Nos.

9 CAT 6 Patch Cord 1mtr dual ended mounting 40 Nos.

10

19" Wall Mount 12U Double Section Rack with FAN, PDU, Mounting Kit. 4 Nos.

11 25mm PVC DUCT 750 Mtr.

12 Installation Charges Lump Sum

Total

Page 30: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

FORM ‘E’- Detailed Timeline

Sl.

No

Activity*

Weeks

1

2

3

4

5

6

7

8

9

10

11

….

31

1

2

3

4

5

N

*Indicate all main activities of the assignment, including delivery of reports (e.g. inception, interim and final

reports) and other benchmarks such as Client approvals. For phased assignments indicate activities, delivery of

reports / deliverables, and benchmarks separately for each phase. Duration of activities shall be indicated in the

form of a bar chart. The Vendor may also complete the work as specified before 31 weeks and modify the above

table accordingly.

Date:

Signature:

Name:

Designation:

Company:

Page 31: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

FORM ‘H’- DETAILS OF BIDDER

Details filled in this form must be accompanied by sufficient documentary evidence,

in order to verify the correctness of the information.

The Registered name of the company Address of Registered office Registration Number and Registration authority

Year of Incorporation

Legal Status (Public or Private or LLP) Public /Private Ltd./LLP Technological Collaborations Business Address for correspondence in India Location:

Street: City: Pin Code: Telephone/Facsimile: Email: URL:

Name of the contact/ Authorized person Contact’s Designation Contact address if different from above Quality Certifications (Enclose Certificates copy)

Details of Bid Security furnished Amount

Date

Bank & Branch Other Office location in India And addresses

Proof to be enclosed for the all of the above

Date:

Signature:

Place:

Name:

Designation:

Seal:

Page 32: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

FORM ‘I’- PARTICULARS OF TURNOVER.

Details filled in this form must be accompanied by sufficient documentary evidence,

in order to verify the correctness of the information.

Functional Year

Turnover

Net worth of the

company as on 31st

March 2014-15 2013-14 2012-13

Note: The Particulars of Turnover in the above format has to be certified by company auditor or Company authorized signatory. Please attach audited balance sheets for years 2014-15, 2013-14, and 2012-13.

Page 33: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

FORM ‘J’- PERFORMANCE SECURITY GUARANTEE BOND

1. In consideration of the Software Technology Parks of India (hereinafter called “STPI”) having agreed to allow M/s. (Hereinafter called “the said Vendor(s)”) from the demand under the terms and conditions of an Agreement No. (LOI No) . . . . . . . . . . . . . for the work of . . . . . . . . . . . . (hereinafter called “the said Agreement” for furnishing Performance Security Guarantee Bond for the due fulfillment by the said Vendor(s) of the terms and conditions in the said Agreement, by production of a BANK GUARANTEE for Indian Rs. . . . . . . (Indian Rs. . . . . .. . . . only). We the . . . . . . . . . . . . . (Name of the Bank) having our Head Office at . . . . . .. . . . . and having branch at . . . . . . . . . . referred to as “the Bank” at the request of M/s.….. . . . . . . . Successful Bidder/(S)do hereby undertake to pay to STPI an amount not exceeding Indian Rs. . . . . . . (Indian Rs. . . . . . . . . . only).

2. We . . . . . . . . . . . . . . . . . . . . (Name of the Bank) . . . . . . . . branch do hereby undertake to pay the amounts due and payable under this guarantee without and demure, merely on a demand from STPI stating that the amount claimed is required to meet the recoveries due or likely to be due from the said Successful Bidder/(s). Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs . . .. . . . (Rs. . . . . . . . . . only).

3. We undertake to pay to the STPI, the amount due under this Guarantee so demanded notwithstanding any dispute to disputes raised by the Successful Bidder in any suit or proceeding pending before any Court or Tribunal relating thereto, our liability under this present being absolute and unequivocal.

4. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under.

5. We . . . . . . . . . . . . (Name of the Bank) . . . . . . . . .. branch further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till the dues of STPI under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till the Project Coordinator on behalf of STPI certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Successful Bidder accordingly discharges this guarantee.

6. We . . . . . . . . . . (Name of the Bank) . . . . . . . . branch further agree with STPI, that STPI shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Successful Bidder from time to time or to postpone for any time or from time to time any of the powers exercisable by STPI against the said Successful Bidder and to forbear or enforce any of terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Successful Bidder or for any forbearance act or omission on the part of the STPI or any indulgence by the STPI to the said Successful Bidder or by

Page 34: REQUEST FOR PROPOSAL · 01 Proposal inviting agency STPI- Bhubaneswar 02 Start date of issuance / sale of RFP Tender document 08/01/2015 03 Bid Document Fee Rs. 5,000/- in form of

RFP for Implementation of Wireless Networking in O/o EIC, Rural Works, Odisha, Bhubaneswar

any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us.

7. This guarantee will not be discharged due to the change in the constitution of the Bank or the Successful Bidder.

8. We hereby waive the necessity of your demanding the Successful Bidder/ before presenting us with the demand.

9. We . . . . . . . . . . . . (Name of the Bank) . . . . . . Branch lastly undertakes not to revoke this guarantee except with the previous consent of the STPI in writing.

10. This guarantee shall be valid up to. . . . …… unless extended on demand by STPI. Notwithstanding anything contained herein before our liability against this guarantee is restricted to Indian Rs. . . . . . . (Indian Rs. . . . . . . . . . only). and it will remain in force till . . . . . ……….. unless a claim or demand in writing is made against us under this guarantee before the expiry of 12 months from the aforesaid date that is before . . . . . . . of . . . .……….. …. ( . . ………………..) all your rights under the said guarantee shall be forfeited and we shall be relieved and discharged from all liability hereunder.

Dated the day of ………for (Name of the Bank) Branch.

WITNESS 1 WITNESS2

………………. (Signature) ………… … (Signature)

Attorney as per Power of Attorney:

Attorney Number & Date