Request for Proposal Providing network connectivity and
infrastructure at HUDA locations and
setup of Wi-Fi Zones at administrative
offices of HUDA.
RFP Reference no 12267/2016
Haryana Urban Development Authority
2
TABLE OF CONTENTS
1 GENERAL INFORMATION ........................................................................................................................................... 5
1.1 ORGANIZATION OVERVIEW ..................................................................................... 5
1.2 INTRODUCTION ......................................................................................................... 6
1.3 NOTICE INVITING TENDERS (KEY DATES) .............................................................. 7
1.4 CLARIFICATION AND AMENDMENT TO RFP DOCUMENTS .................................... 8
1.5 PREPARATION OF PROPOSAL ................................................................................ 9
1.6 SUBMISSION, RECEIPT AND OPENING OF PROPOSALS ......................................10
1.7 INSTRUCTIONS TO BIDDERS FOR E-TENDERING .................................................12
1.8 PRE-QUALIFICATION CUM TECHNICALCRITERIA .................................................15
1.9 EVALUATION PROCESS ..........................................................................................18
1.10 FINANCIAL EVALUATION .........................................................................................18
1.11 AWARD OF CONTRACT............................................................................................18
1.12 CONFIDENTIALITY ....................................................................................................18
2 PROJECT PROFILE .................................................................................................................................................... 20
2.1 ADMINISTRATIVE SETUP OF HUDA ................................................................................20
2.2 PROJECT OVERVIEW ....................................................................................................20
3 SCOPE OF WORK........................................................................................................................................................ 26
3.1 PHASES OF THE PROJECT .............................................................................................31
4 TECHNICAL REQUIREMENT .................................................................................................................................. 34
5 SERVICE LEVEL REQUIREMENTS ...................................................................................................................... 45
6 TERMS AND CONDITION ......................................................................................................................................... 49
PROFORMA’S ......................................................................................................................................................................... 59
PROFORMA 1 BID PROPOSAL SHEET ..................................................................................60
PROFORMA – 2 .......................................................................................................................63
PROFORMA – 3 FINANCIAL FORM .............................................................................................64
PROFORMA -4 .........................................................................................................................71
3
PROFORMA-5..........................................................................................................................81
PROFORMA 6 ..........................................................................................................................82
PROFORMA 7 ..........................................................................................................................83
4
LETTER OF INVITATION
HUDA invites bids for providing network connectivity and infrastructure at HUDA locations and
set up of Wi-Fi zones at administrative offices of HUDA as per details provided in this RFP.
5
1 GENERAL INFORMATION
1.1 ORGANIZATION OVERVIEW
The Haryana Urban Development Authority (HUDA) is a statutory body of Haryana
Government constituted under the Haryana Urban Development Authority Act, 1977. Before
the constitution of HUDA, the Department Of Urban Estates, which was established in the
year 1962, used to look after the work concerning planned development of urban areas and
it functioned under the aegis of the Town & Country Planning Department. The functioning
of the Urban Estates Department was earlier regulated by the Punjab Urban Estates
(Development & Regulations) Act, 1964 and rules made there under and the various
development activities used to be carried out by different departments of the State
Government such as P.W.D (B&R), Public Health, Haryana State Electricity Board etc. But
it was observed that the involvement of several agencies in the development of Urban
Estates at various places had given rise to problems of coordination with the result that
growth of most of Urban Estates became slow and caused unnecessary dissatisfaction
among the plot-holders in particular and public in general. Besides, as the Department had
to follow the financial rules and regulations of Govt., the arrangement of finances and
sanction of estimates took a long time and the development works had not kept pace with
the required standards of physical development. It was also considered that being Govt.
department, it was unable to raise resources from various lending institutions although
there were various financial institutions in the country to finance urban development
programmes which could be availed of. Thus in order to overcome all these difficulties and
to achieve the expeditious development of urban estates, it was felt that the Department of
Urban Estates should be converted into such a body which could take up all the
developmental activities itself and provide various facilities in the urban estates
expeditiously.
6
1.2 INTRODUCTION
1. Client Name: Haryana Urban Development Authority (HUDA)
The address and telephone numbers of the Client‟s Office are:
Shri. Sanjay Sharma,
General Manager (IT)
Haryana Urban Development Authority C-3, Sector-6,
Panchkula, Haryana
Phone: 0172-2569504
E-mail: [email protected]
2. The bidder having the least Grand total cost(L1) in the financial bid will be
considered successful bidder and will be awarded the contract.
3. The Bidders are invited to submit a Prequalification cum Technical Proposal and a
Financial Proposal, in the formats specified in this RFP. Responses should be in
English Language. The Bidders must meet the Minimum-qualification criteria
(Section 1.8.1) in order to qualify for this bid. Technical and financial Proposals of
bidders not meeting the Pre-Qualification stand rejected.
The bidder will be responsible for the followings:
(i) The costs of preparing the proposal and of negotiating the contract, including
visits to the HUDAduring bidding phase(the same are not reimbursable from
HUDA or any related party).
(ii) HUDA is not bound to accept any/all of the Proposals submitted.
(iii) HUDA reserves the right to cancel the tender anytime without specifying any
reason thereof.
7
1.3 NOTICE INVITING TENDERS (KEY DATES)
S. No Event Details
1. Document available on website.
https://etenders.hry.nic.in
19-05-2016
2. Submission of pre-bid queries
by e [email protected]
23 -05 -2016 by 4:00 pm
3. Pre-bid Conference 25-05-2016 3:00 pm in conference Hall,
HUDA, C-3, Sector 6, Panchkula.
Only those bidders will be allowed to
participate in the pre-bid conference who
have submitted Cash/DD of` `5000/-toward
purchase of RFP Document and the queries
of only those bidders will be entertained
who will submit cost of the RFP i.e. `5000/-
However, bidders are free to deposit the
cost of RFP along with the bid document
any time before the closure of the bid.
4. Issue of Clarifications to the
bidders on www.huda.gov.in
30-05-2016
5. Last date for submission of Bid 10-06-2016 by 3:00pm
6. Pre-qualification/Technical Bid
Opening
10-06-2016 at 4:00 pm
7. Commercial Bid Opening
(Online)
To be conveyed
8. Venue for Pre-Bid Conference Conference Hall, HUDA office Complex,C3,
Sector 6, Panchkula
9. Cost of RFP Document `5000/- in form of DD in favour of The
CA, HUDA, Payable at Panchkula
10. Earnest Money Deposit `10,00,000/- (` Ten Lac only) in form of
DD in favour of The CA, HUDA, Payable
at Panchkula
11. Performance Bank Guarantee 15% of the order values with a validity of six
8
S. No Event Details
months more than the expiry of contract
date. The Performance guarantee is to be
submitted by the successful bidder within
15 days of the award of contract.
12. Website www.huda.gov.in
13. Clarifications Bidders are advised to regularly visit the E-
tendering/HUDA website for all updates
regarding the bid. No updates shall be
provided by any other means.
All queries relating to the bid shall be
submitted as per format attached in MS
Excel format only at [email protected]
Note 1: Manual Submission of Documents - Online Bidders will also require to physically
submit the Bid Document cost and EMD costing in original and other document related to
Technical bid etc. as uploaded on the website, otherwise the bid shall stand rejected. The
documents duly binded, properly tagged and numbered along with EMD and cost of the
Tender Request for Proposal shall be sent either through speed post, courier or personally
and should reach in the office of General Manager(IT), HUDA, C-3, Sector-6, Panchkula
by 10-06-2016 till 2 PM.
Note 2: The commercial bid should be submitted through online mode only.
1.4 CLARIFICATION AND AMENDMENT TO RFP DOCUMENTS
Pre bid queries for clarification of the proposal: All queries regarding the bid shall be sent
by 23-05-2016 by 4:00 PM on email at [email protected] with the Header:
“Clarifications andAmendments to RFP documents for providing network connectivity
and infrastructure at HUDA and Set up of Wi-Fi Zones at administrative offices of
HUDA”along with the name and contact number of the official. The bidders can also
meet the General Manager (IT) between 10:00 AM to 01:00 PM on working days.
Queries of only registered bidders will be addressed i.e., A bidder has to first deposit the
9
cost of RFP – ` 5000/- by DD in favor of the Chief Administrator, HUDA to get
registered.
1.5 PREPARATION OF PROPOSAL
1. Bidders are requested to submit the proposal in English language only. Any printed
literature in any other language can be submitted with the bid; provided that it is
accompanied by an English translation in which case, for purposes of interpretation
of the bid, the English translation shall govern.
2. The bidding comprises of Pre-qualification cum Technical bid and financial bid.
3. In preparing the bid, bidders are expected to study the different sections comprising
this RFP in detail. The proposal should cover all the aspects and any other
requirements as mentioned in different sections of the RFP. Deficiencies in providing
the information requested may result in rejection of the Proposal.
4. While preparing the Proposal, bidders must give particular attention to the following:
a. The bidder shall not associate with individual bidder(s) and / or other firms or
entities in a joint venture relationship to outsource/sub-contract a part or
whole of services desired of the bidder as a part of this assignment.
b. Except as specifically provided, the Prequalification cum Technical Proposal
shall not include any information relating to the Financial bid.
5. While preparing the Financial Proposal, Bidders are expected to take into account
the requirements, terms and conditions of the RFP document.
6. The Financial Proposal should be inclusive of all taxes, duties, fees, levies, and other
charges imposed under the applicable national/local laws.
7. Bidders should express the price of their services in INR only.
8. The proposals and quoted rates must remain valid for 180 days after the date of
opening of the financial proposals. During this period, the bidder is expected to keep
available the professional staff proposed for the assignment. The HUDA will make its
best effort to complete negotiations within this period.
10
9. Earnest money deposit: The proposal must be accompanied by earnest money
deposit of `10,00,000/- in the form of Demand Draft drawn on any
nationalized/scheduled bank payable to „The Chief Administrator HUDA‟ at
Panchkula without which the proposal will be rejected outright. EMD will not be
accepted in cash or any other manner. No interest is payable on the amount of
E.M.D.
10. The EMD will be returned along with necessary endorsement for payment to the
bidders whose offers are not accepted by the Authority within two months of the
placing of final order to the successful bidder. However for the successful bidder, the
EMD so submitted will be refunded on submission of Bank guarantee against
security deposit.
1.6 SUBMISSION, RECEIPT AND OPENING OF PROPOSALS
1. Each Bidder shall submit only one Proposal.
2. Proposals should be submitted in English Language.
3. Prequalification cum technical Proposal Contents: The Prequalification Proposal
should contain:
a. Earnest Money Deposit as per the amount specified in the RFP.
b. Checklist for Minimum-Qualification Criteria along with relevant
documentation showing the proof of eligibility as outlined in the subsection
titled “Pre-qualification Cum Technical Criteria” (section 1.8.1)
c. Technical Bid along with relevant documents ( Section 1.8.2)
d. A declaration of any actual or potential conflict of interest.
4. Financial Proposal Contents: The Financial proposal should contains:
a. Financial bids should only be submitted through online mode
11
5. After the deadline for online submission of proposals, the Pre-Qualification
cumTechnical Proposal shall be viewed immediately by the evaluation committee
6. Proposals and quoted price must remain valid for 180 days after the date of opening
of financial proposals
7. From the time the bids are opened to the time the contract is awarded, if any Bidders
wish to contact the HUDA on any matter related to its proposal, it should do so in
writing at the address of the HUDA„s office indicated above. Any effort by the Bidder
to influence the HUDA in the HUDA„s proposal evaluation, proposal comparison or
contract award decisions may result in the rejection of the proposal.
12
1.7 INSTRUCTIONS TO BIDDERS FOR E-TENDERING
These conditions will over-rule the conditions stated in the tender documents, wherever
relevant and applicable.
1. Registration of bidders on E-tendering Portal
All the Bidders intending to participate in the tenders processed online, are required
to get registered on the Electronic Tendering System on the Portal
https://etenders.hry.nic.in
2. Obtaining a Digital Certificate
a. The Bids submitted online are required to be signed electronically with a
Digital Certificate to establish the identity of the bidder online. These Digital
Certificates are issued by an Approved Certifying Authority, by the Controller
of Certifying Authorities, Government of India.
b. In case of online bidding if the digital certificate issued to the authorized user
of a firm is used for signing and submitting a bid, it will be considered
equivalent to a no objection certificate/power of attorney /lawful authorization
to that User. The firm has to authorize a specific individual through an
authorization certificate signed by all partners to use the digital certificate as
per Indian Information Technology Act 2000.Unless the certificates are
revoked, it will be assumed to represent adequate authority of the user to bid
on behalf of the firm in HUDA tenders as per Information Technology Act
2000. The digital signature of this authorized user will be binding on the firm.
c. In case of any change in the authorization, it shall be the responsibility of
management / partners of the firm to inform the certifying authority about the
change and to obtain the digital signatures of the new person / user on behalf
of the firm / company. The procedure for application of a digital certificate
however will remain the same for the new user.
13
d. The same procedure holds true for the authorized users in a private/Public
limited company or L&C Society. In this case, the authorization certificate will
have to be signed by the directors of the company
3. Set up of machine
In order to operate on the electronic tender management system, the user‟s
machine is required to be set up. A help file on setting up of the system can be
downloaded from the home page of the website - https://etenders.hry.nic.in or may
contact on following:-
Tel: 0172-2707732, 2700275
Toll Free: 1800 3070 2232
Mobile: +91-7878007972 and +91-7878007973
4. Download of Tender Documents
The tender documents can be downloaded by the registered user from the
Electronic Tendering System through the Portal https://etenders.hry.nic.in
5. Key Dates
The bidders are strictly advised to follow dates and times as indicated in the Notice
Inviting Tenders (Section 1.3). The date and time will be binding on all bidders. All
online activities are time tracked and the system enforces time locks that ensure that
no activity or transaction can take place outside the start and end dates and the time
of the stage as defined in the Notice Inviting Tenders.
6. Submission of actual online bids
Bidders have to submit their bids online and upload the relevant documents. The
process is required to be completed within the date and time as stated in the Notice
Inviting Tenders (Key Dates). (Section 1.3) The electronic bids of only those bidders
who have submitted their bid within the stipulated time, as per the tender time
schedule (Key Dates), will be accepted by the system. A bidder who does not
14
submit his bid within the stipulated time will not be allowed to submit his bid by the
E-Tendering System.
Note: - Bidders participating in e-tendering shall check the validity of his/her Digital
Signature Certificate before bidding in the Tenders floated online at e-tendering website
https://etenders.hry.nic.in
15
1.8 PRE-QUALIFICATION CUM TECHNICALCRITERIA
At the time of submission of bid response, the Consultant should conform to and/or be
able to demonstrate Organizational, Financial and Experience criteria as specified below
The Bidder should have the capability to implement projects in terms of MPLS VPN
Network services, requisite manpower of required qualification and experience, project
management skills and quality/level of work. Bidder should have a proven record in
implementing heterogeneous system integration projects, MPLS VPN (ANY to Any
Topology), connectivity
Please Note: These are the minimum requirements for a bidder to be evaluated for this
RFP. Any bids not meeting the pre-qualification criteria shall be rejected.
1.8.1 MINIMUM ELIGIBILITY CRETERIA
1. The bidder must be a company registered/incorporated under the Indian Companies Act,
1956 and have been in existence for a period of at least 3 years as of 31.03.2016.
(Relevant documents like certificate of incorporation, MOA etc.)
2. The Bidder should not have been Black listed or charged of involvement in any
malpractice, fraud, scandal or any criminal case by any Central or State Government
Department or Agency. (self-declaration on Letter head)
3. The bidder should have a Service tax registration and PAN number. (attach documents)
4. The bidding firm/company must be a registered Telecom company under the Companies
Act for providing unified telecom services and having valid National Long distance (NLD)
license (Attach certificate duly attested).
5. The Bidder should have had an average annual turnover of `1000 Crore during the last
two financial years as evidenced by the audited accounts of the company/division
(Attach Proof).
6. The Bidder should have had prior experience in providing Network Integration Services
in e-Governance/ PSU‟s Banks, & Commercial IT-Telecom & BFSI Segment (Attach
Proof, minimum two work completion certificates duly signed by client and clearly stating
start date, scope, and commercial involved in the project).
7. The EMD should also be enclosed in the Pre-qualification-cum-Technical bid envelope.
16
8. The bidding firm/ company must be authorized to bid on behalf of the manufacturer and
should submit an up-to date valid authorization letter till the currency of contract from
original manufacturer for such equipment and its accessories, which are not
manufactured by them and supplied under this RFP (Attach certificate).
9. The bidding firm/company must comprise a single company and consortiums are not
permitted.
10. The successful Bidder shall provide the backup connectivity( MPLS and Internet)
using last mile connectivity on other Service Provider Network for the Tier -1
location mentioned in the RFP using Primary & Secondary Link from two different
Services Providers.
11. Successful Bidder shall be responsible for the SLA Compliance & Connectivity Services
from Secondary Link Service provider at every stage of the Contract
12. Successful Bidder shall submit an undertakingon its letter Head for providing
backup connectivity services through a secondary service provider mentioning
the name of the secondary service provider.
13. An Escalation matrix with contact details (Name, mobile number and Email ID) of
relevant authorities and personnel up to the Head of Organization (President/CEO) shall
be submitted.
Documentary evidence in support of all the above mentioned eligibility criteria
should be furnished with bid.
1.8.2 TECHNICAL BID
The Technical bid prepared by the bidder shall comprise of the following, preferable in
the following sequence
(Table of Content to be the first page):
1. The documents required for proof of eligibility mentioned at Section 1.8.1. Bid without
these documents will be rejected outright.
2. Proposed solution / product / software / licenses as per requirement along with part
number, if any for providing network connectivity and Wi-Fi-Zone setup. Technical
Requirements Compliance sheets matrix as attached in Performa 4
3. List of clients for which the bidder is having similar type of contracts and certificate
regarding satisfactory performance of the contract (Please attach documentary proof).
4. Submit copy of HUDA tender document duly signed and sealed on every page.
17
5. Self-Declaration Compliance to SLA
6. Confirmation to the technical requirements compliance matrix attached at Performa -4
7. Product catalogues / references
8. The bidder should submit IPv6 readiness certificate for the supplied items.
9. The bidders are required to show the presentation and demonstration of the offered
Wireless equipment/ solution at HUDA HQ office.
* It is mandatory for all the bidders to fulfill all the above conditions of the Pre-qualification
criteria and must be supported by attested documents.
Note: No pricing information shall be included in the Prequalification or Technical
Bid. Inclusion of Financial Bid amounts in the Pre-qualification or Technical Bid
shall make the Bid nonresponsive and HUDA shall reject it.
18
1.9 EVALUATION PROCESS
After the minimum eligibility criteria evaluationis completed, HUDA shall notify the name
of the bidder on website www.huda.gov.inwhose proposals were considered non-
responsive to the RFP and Terms of Reference or not qualified for the financial
evaluation. The HUDA shall simultaneously notify the bidders, whose proposals have
qualified for further evaluation. The notifications will be hosted on HUDA website
www.huda.gov.in.
1.10 FINANCIAL EVALUATION
All financial bids should be submitted as per the format mentioned in Performa 3
The financial bid should be submitted through online mode only.
Only those bidders who qualify the pre-qualification cum technical criteria evaluation
shall be considered for financial evaluation. The bidder having the least Grand total cost
(L1) in the financial bid will be considered successful bidder and will be awarded the
contract.
1.11 AWARD OF CONTRACT
The contract will be awarded to the successful bidder by way of issuing letter of Intent to
the successful bidder. The successful bidder shall accept the LOI within 10
days.Contract shall be signed within 15 days of Acceptance of LOI by the bidder.
The Successful bidder should submit a Bank Guarantee of an amount equal to 15 % of
the Contract Value. The Bank Guarantee shall be submitted within 15 days of Signing
the Contract.
Contract would be valid for 3 years to be extended on mutual agreeable terms between
both parties
1.12 CONFIDENTIALITY
Subject to the other provisions of this RFP, information relating to evaluation of
proposals and recommendations concerning award of contract shall not be disclosed to
19
the bidders who submitted the proposals or to other persons not officially concerned with
the process.
Note: HUDA however not bind itself to accept the lowest and / or any bidand
reserves the right to accept and / or reject any bid, wholly or in partbased on other
strengths & capabilities of the bidder. The Vendor has tofulfill the above
conditions as mentioned above in all respects. If any of theconditions are not
qualified or not fulfilled, the bid will be considered as non-responsive and would
be rejected summarily and out rightly.
20
2 PROJECT PROFILE
2.1 Administrative Setup of HUDA
(i) HUDA has set up urban estates throughout the State, and their work is looked
after by Zonal Administrators, assisted by 18 Estate Offices and 31 Divisions
undertaking engineering works. The main duties of the estate offices include selling
plots of all categories of land (developed and undeveloped) and realizing the amount
of installments. All financial transactions are looked after by the estate officers and are
channelized through the Accounts branch of the Head Office for expenditure on
development activities.
(ii) With over 25 years of successful operations, HUDA‟s activities have grown
tremendously. In order to reap the benefits of IT in strengthening managerial
capabilities, HUDA has undertaken the initiative of computerizing Property
Management and Financial Accounting systems.
As a part of its initiative for automation, HUDA is implementing web-based software
application in all urban estates of the state.
2.2 Project Overview
(i) The HUDA offices are spread all over Haryana, with centrally located head
office in Panchkula supported by five Zonal administrator offices as per
detail given below
• Administrator, HUDA, Panchkula, C-3, Sector-6, Panchkula,
• Administrator, HUDA, Faridabad, HUDA Complex, Sector-12,
Faridabad,
• Administrator, HUDA, Gurgaon, HUDA Complex, Sector-14, Gurgaon.
• Administrator, HUDA, Hisar, HUDA Complex, U.E.II, Hisar.
• Administrator, HUDA, Rohtak, Sector 1, HUDA Complex, Rohtak.
Besides 18 Estate offices and 31 Divisional offices. Local Area networking
is there in all offices of HUDA. All offices are interconnected through
MPLS-VPN.
The applications are hosted centrally at State Data center Haryana Sector
17 Chandigarh.
21
(ii) Router port and interfaces details are given below :
S.NO Address of HUDA
Offices Locations
Band
width
Sizing
Last Mile
Connectivity
Hardware
details
Interface
Details at
Routers
1. SCO 7-8, Sector 7,
Ambala Ambala 1 Mbps Radio Cisco 1841
2 FastEthernet
interfaces,1
ISDN Basic
Rate interface,1
Virtual Private
Network
(VPN) Module
2.
Estate Office,
HUDA, Sector 6,
Bahadurgarh
Bahadurgarh 1 Mbps Radio Cisco 1841
2 FastEthernet
interfaces,2
Serial
interfaces
3.
Estate Officer,
HUDA,
Sector 13, City
Center,
Bhiwani
Bhiwani 1
Mbps BWA Cisco 1841
2 FastEthernet
interfaces,1
Virtual Private
Network
(VPN) Module,
4.
HUDA Complex,
Sector 12,
Faridabad
Faridabad 4 Mbps Copper Cisco 1841
2 FastEthernet
interfaces,,1
ISDN Basic
Rate interface
5.
Division Office, SCO
No.
25, Sector 12,
Faridabad
Faridabad 4 Mbps Copper Cisco 1841
2 FastEthernet
interfaces,1
Serial interfaces
1 ISDN Basic
Rate interface,1
Virtual Private
Network
(VPN) Module,
22
S.NO Address of HUDA
Offices Locations
Band
width
Sizing
Last Mile
Connectivity
Hardware
details
Interface
Details at
Routers
6.
Estate Office-
II,HUDA,Sector 34
Gurgaon
Gurgaon 4 Mbps Copper Cisco 1841
2 FastEthernet
interfaces,2
Serial interfaces
1 ISDN Basic
Rate interface
,1 Virtual
Private Network
(VPN) Module,
7.
CE OFFICE - HUDA
South City I
Gurgaon
Gurgaon 1 Mbps Copper Cisco 1841
2 FastEthernet
interfaces,1
Serial
interfaces,1
Virtual Private
Network
(VPN) Module,
8. HUDA Sector 41
Gurgaon Gurgaon 1 Mbps Copper Cisco 1841
2 FastEthernet
interfaces,2
Serial interfaces
9. HUDA, Sector 14,
Gurgaon Gurgaon 4 Mbps Copper Cisco 1841
2 FastEthernet
interfaces,2
Serial interfaces
10. HUDA Complex,
Sector 13, Hisar Hisar 2 Mbps Radio Cisco 1841
2 FastEthernet
interfaces,1
Virtual Private
Network
(VPN) Module,
11.
Estate Officer,
HUDA, Sector 17,
Jagadhari
Jagadhari 1 Mbps Radio Cisco 1841
2 FastEthernet
interfaces,1
Virtual Private
Network
(VPN) Module,
23
S.NO Address of HUDA
Offices Locations
Band
width
Sizing
Last Mile
Connectivity
Hardware
details
Interface
Details at
Routers
12.
Estate Officer,
HUDA, Safidon
Road, Jind
Jind 1 Mbps Radio Cisco 1841
2 FastEthernet
interfaces,1
Virtual Private
Network
(VPN) Module,
13.
Estate Officer,
HUDA, Sector 20,
Kaithal
Kaithal 1 Mbps BWA Cisco 1841
2 FastEthernet
interfaces,1
Virtual Private
Network
(VPN) Module,
14. HUDA Complex,
Sector 12, Karnal Karnal 2 Mbps Copper Cisco 1841
2 FastEthernet
interfaces,1
Serial
interfaces,1
Virtual
Private Network
(VPN) Module
15.
Estate Officer,
HUDA, Sector 13,
Kurukshetra
Kurukshetra 2 Mbps Radio Cisco 1841
2 FastEthernet
interfaces,1
Virtual Private
Network
(VPN) Module,
16. HUDA HO at
Panchkula Panchkula 20 Mbps Copper Cisco 3900
4 FastEthernet
interfaces,2
Serial
interfaces
17. HUDA Sector 8,
Panchkula Panchkula 4 Mbps Copper Cisco 1841
2 FastEthernet
interfaces,2
Serial
interfaces,1
24
S.NO Address of HUDA
Offices Locations
Band
width
Sizing
Last Mile
Connectivity
Hardware
details
Interface
Details at
Routers
Virtual
Private Network
(VPN) Module
18.
HUDA, Industrial
Area,
Phase-I, Panchkula
Panchkula 2 Mbps Radio Cisco 1841
2 FastEthernet
interfaces,2
Serial
interfaces,1
Virtual
Private Network
(VPN) Module
19.
EO Office, HUDA,
Sector
18, Panipat
Panipat 2 Mbps Radio Cisco 1841
2 FastEthernet
interfaces,2
Serial
interfaces,1
Virtual
Private Network
(VPN) Module
20.
HUDA Complex,
Sector 1,
Rewari
Rewari 2 Mbps Radio Cisco 1841
2 FastEthernet
interfaces,1
Serial
interfaces
21.
HUDA Complex,
Sector
1, Rohtak
Rohtak. 2 Mbps Radio Cisco 1941 2 Gigabit
Ethernet
22. HUDA, Sector 14,
Gurgaon Gurgaon 2 Mbps Copper Cisco 1841
2 Fast Ethernet
interfaces
,1 Virtual
Private Network
(VPN) Module
25
S.NO Address of HUDA
Offices Locations
Band
width
Sizing
Last Mile
Connectivity
Hardware
details
Interface
Details at
Routers
23.
HUDA office,
Sonipat
Road, Sec.3,Rohtak.
Rohtak. 4 Mbps Copper Cisco 1941 2 Gigabit
Ethernet
24.
Estate
Officer,HUDA,
Sector 20, Sirsa
Sirsa 2 Mbps BWA Cisco 1841
2 Fast Ethernet
interfaces
,1 Virtual
Private Network
(VPN) Module
25.
HUDA Complex,
Sector
15, Sonepat
Sonepat 2 Mbps Radio Cisco 1841
2 Fast Ethernet
interfaces,1
Virtual
Private Network
(VPN) Module
26. Sector 15,Gurgaon Gurgaon 2 Mbps copper Cisco 1941
2 Gigabit
Ethernet
27 HSDC sector 17 Chandigarh 20 Mbps Fibre Cisco 3900
4 Gigabit
Ethernet
28 HSDC Sector 17
(Internet) Chandigarh 20 Mbps Fibre Cisco 3900
4 Gigabit
Ethernet
29 HUDA HQ
Panchkula (Internet) Panchkula 10 Mbps Copper Cisco 3900
4 Gigabit
Ethernet
(iii) LAN is installed in all the offices.
26
3 SCOPE OF WORK
The minimum specified work is mentioned below and is to be performed as per the
specifications and conditions mentioned in the different parts of this document. The
broad items of minimum specified work are as under:-
PART A- INSTALLATION, SETUP AND COMMISSIONING OF MPLS
CONNECTIVITY AND NETWORK EQUIPMENTS
1. Successful Bidder may include additional component if any required in its technical
and financial bids otherwise any components required for completion of project
shall be treated as included in the solution and will have to be provided by the
Successful Bidder without any additional cost.
2. The Successful bidder has to provide completely managed MPLS
connectivity servicesincluding all necessary end to end equipment etc.
required for connectivity services for a period of 3 years from the date of
successful commissioning of links and equipment
3. To connect all the locations on a secure and resilient, total IP-MPLS VPN (ANY to
Any Topology) network as per SLA. Last mile connectivity is through
Copper/Fiber/RF.
4. The details of Locations to be connected is as per “Performa – 3 Category- B”.
5. To provide and ensure that the specified HUDA offices are able to access and
update the information on its servers hosted at State Data Center, Sec.17,
Chandigarh.
6. Solution should comply with all statutory and other legal requirements for the
installation, integration, running, operation and maintenance of the System as
specified in the RFP.
7. The above network shall be so conceptualized so as to have end to end secured
communication through VPN and should support seamless transformation and
integration of protocols based on open standards as well as open NMS support for
monitoring configuring and measurement of the network resources.
8. The network so designed shall meet the security guidelines of CERT-In.
9. The bidder should design and engineer the system after understanding the existing
network and should provide turn-key solution for the entire network and include
any missing item(s) notwithstanding the detailed Bill of Material (BOM) given in
RFP for the successful end to end implementation of the HUDA Connectivity.
27
10. The successful bidder will provide all necessary support for the smooth transfer of
the networkafter the expiry of contract.
11. The successful bidder shall supply, install and Commission the Equipment as
Performa -3 Category A and Category B.
12. HUDA will provide site for installation along with Power.
13. Solution should comply with all statutory and other legal requirements for the
installation, integration, running, operation and maintenance of the System as
specified in the RFP.
14. Successful Bidder will coordinate with all existing agencies/Service providers for
smooth transition of the system.
15. Successful Bidder should give a detail methodology about his understanding of the
project implementation in the time frame given in this RFP. The Successful Bidder
shall also arrange a presentation of the same.
16. Proactive Monitoring of the entire Network.
17. Monitoring tool/portal: -Bidder will provide a Web-based Online Customer
Management Network (CNM) Portal for providingdetailed information of the links
(location-wise) on under mentioned parameters:
Site Status-Near Real-time
Bandwidth Utilization -· Daily, Weekly, Monthly, Yearly
Service Uptime· Daily, Monthly
Latency Statistics- Monthly
Jitter Statistics – Monthly
Packet Error Statistics– Near Realtime
Including above the portal must have functionality of raising online ticket for
complaints related toMPLS services provided at all HUDA locations
18. The successful bidder will be responsible for smooth operations and maintenance
of all services throughout the service of the contract.
19. The connectivity services provided by the successful bidder should meet the
SLA requirements of HUDA
20. Shifting of premises- In the event of shifting of premises, order to this effect will
be placed with the selected bidder. Bidder will carry out site-survey at the new
location for feasibility of location for type of media and intimate HUDA within two
weeks. On receipt of confirmation from the HUDA, the Bidder to install and
28
commission the link at the new location prior to shifting of office from old location.
The vendor is required to implement and commission the location within 3 weeks
from the date of order. The connectivity at the old location has to be dismantled
and removed on the last day of shifting. The cost towards installation as per the
contracted rate for the respective category will be applicable
21. Shifting of equipment within premises/office- For shifting of equipment/lines
(MPLS/ISDN) within the premises, vendor shall depute the concerned
engineer/official within 24 hrs from the time of reporting of such requirement by the
HUDA. This is to enable smooth transition of network equipment and to ensure
proper functioning of network connectivity at the new place of installation, in
coordination with HUDA‟s engineer/officials. Such shifting of equipment within
premises/office shall be done at no cost to HUDA, whatsoever
22. Up-gradation of Bandwidth- In the event of operational requirement bandwidth of
any location will be upgraded/degrade from the initial contracted value to
higher/lower value permanently, at the contracted rate. The HUDA will place order
for the same.
23. Bandwidth on Demand- The Bidder to provide bandwidth on demand:
At all locations/offices,for Video Conferencing or for some special occasions for a
specific period [say a week or part thereof]. However, order will be placed in
advance (Min 4 days). The Bidder would be intimated in advance.
24. Up gradation of Location from one Category to Other- At any time during the
contract due to operational requirement any of the location will be upgraded from
the existing category to higher category. Once the location is upgraded all terms
and conditions [SLA etc] of the new category will be applicable. From the date of
up- gradation rate as per that category/bandwidth will be applicable.
25. All the network devices will be with under 3 Years comprehensive warranty with
24*7 customer support. All peripherals, power and network cables required for
successful installation shall be supplied by the bidder only.
PART B – SETUP WIFI-ZONES AT ADMINISTRATIVE HUDA OFFICES
Successful bidder is to implement Wi-Fi Network Solution at following Administrative offices
of HUDA:-
29
• HUDA HQ C-3, Sector-6, Panchkula,
• HUDA Complex, Sector-12, Faridabad,
• HUDA Complex, Sector-14, Gurgaon.
• HUDA Complex, sector 13, Hisar.
• HUDA office, Rohtak, Sector 3, Rohtak
Site Survey:
a) The successful bidder shall undertake a Site-survey of all the specified sites and submit a
site wise survey report to HUDA mentioning the location & number of Access Points(APs)
required to be installed at each site.
b) The Successful bidder shall incorporate the changes (if any) suggested by HUDA and
submit a final site survey report for approval by HUDA.
c) The format of the site-survey report shall be submitted to HUDA for approval.
d) In case of indoor installation Room No. shall be indicated in the survey report.
e) In case of outdoor installation, proper location of the APs should be indicated.
The minimum specified work is mentioned below and is to be performed as per the
specifications and conditions mentioned in the different parts of this document. The bidder is
required to provide an end to end solution for setting up and operating WI-Fi zones in above
mentioned offices of HUDA.
1. Supply, Installation, Configuration and Commissioning of following equipment's as
per specifications with necessary accessories at HUDA offices
a. Wi-Fi controller
b. 24 Port POE L2 Switch
c. Wi-Fi Access Points
d. Firewall
e. Installation all necessary equipment‟s as required
f. Supply, install and Configure Dedicated Internet Line(1:1) (10 Mbps)
(Ref: technical requirements Specifications)
2. Setting up a new Wi-Fi network isolated from existing LAN of HUDA.
3. The Wi-Fi network should be accessed through mobile, laptop and wireless enabled
device by employee's and visitors through secured login.
4. Each user should have a unique username and password for accessing Wi-Fi
Internet.
30
5. Temporary guest account should be created with quota system/restricted usage
along with MIS for viewing the details of users accessing their account.
6. Solutions should able to support all security features, web filtering and category wise
URL Filtering
7. All the five Locations to be covered under new Wi-Fi zone with approx. 200 users or
more at each location.
8. Wi-Fi network should ensure better availability and should be free from unauthorized
access and security attacks.
9. Undertake cabling necessary for system integration and overall solution as per
international IT standards.
10. Providing the operational training at HUDA office. The cost of training shall be
deemed to be included in the cost of Supply of Device.
11. Supply, Installation, testing, commissioning and maintenance of all equipment
(along-with necessary software(s)) for operating & Managing the system. The cost of
equipment will be deemed to be inclusive of any other hardware, software and/or
network items required for achieving the functionality as required by HUDA and no
separate / extra payment will be made by HUDA on this account.
12. To provide threeyear on-site comprehensive warranty after complete commissioning
of the project. Comprehensive Warranty of the hardware to be provided from the
OEM‟s
13. Customization to meet HUDA requirements may be carried out for supplied
equipment(s) / product(s) and related trainings without any extra cost.
14. All mounting, power and networking equipment, peripherals and cables required for
Wireless access point, controllers, switches, firewalls etc.shall be provided by the
bidder and cost must be inclusive of all above components.
15. The bidder must bid for all items listed in Performa 3. It is also mandatory that all the
optional items specified for an individual respective item, if any, must be quoted.
Note: HUDA is not bound to procure and provide the hardware/ networking/ software/
infrastructure equipment‟s/ other products as suggested and/or specified by the
bidder.
16. The major responsibilities as specified are indicative only and not exhaustive in any
manner.
17. Warranty, Support, shall be delivered by the bidder. The warranty contract
agreement will be signed with the bidder and all payment will be made to the bidder.
In case of authorized partner being the bidder, certificate from OEM addressed to
31
HUDA should be attached stating that the OEM/partner will provide onsite support
during the warranty period.
18. All Hardware, Software and Tools to be supplied under the scope of the project must
be of current versions, unless otherwise required by HUDA and must be IPv6 ready.
19. Software tools must be compliant with acceptable standards.
20. All hardware devices/equipmentsupplied must be with under 3 Years comprehensive
warranty with 24*7 customer support.
21. Wi-Fi/Network devices to be provided by successful bidder as per Performa3
category A and as per technical requirement mentioned in section 4. All peripherals,
power and network cables required for successful installation shall be supplied by the
bidder only
3.1 Phases of the project
The Phases of the Project is elaborated in Scope of work.
Scope of Supply
1. Provision of Infrastructure and bandwidth as per ANNEXURE “Performa – 3
Category- B”. In addition bidder should specify additional bandwidth that can be
supported (by CPE) and provided immediately at SDC Chandigarh and HUDA HO
Panchkula and other sites in case of additional requirement. Last mile connectivity is
through Copper/Fiber/RF.
2. Supply of Products/equipment including active and passive components and their
related accessories at the offices of HUDA mentioned at ANNEXURE “Performa – 3
Category- A”.
3. The Successful Bidder shall not bid /supply any equipment that is likely to be
declared end of sale within next six months. If, any equipment is declared end of sale
within next six months, the Successful Bidder would be required to replace all such
equipment with latest one and equivalent or better configuration. The Successful
Bidder shall submit an OEM undertaking with this regard to Tenderer.
4. The Successful Bidder shall ensure that equipment should be latest and the
specifications of the items supplied must be equivalent or superior to the existing
equipment.
5. The Successful Bidder shall be responsible for end-to-end implementation and shall
identify as mandatory and optional items viz., routers, modems, racks, etc and shall
32
quote and provide / supply quantities that are considered necessary for the
successful commissioning of the network
6. Design the connectivity as described in the tender document on MPLSVPN (Any to
Any Topology).
7. Site study, Design, installation and commissioning of Wi-Fi zones in all five
administrative offices of HUDA
8. SLA compliance tools.
9. Detailed implementation plan/schedule for carrying out the activities as per the
project timeliness defined in RFP.
10. Daily Network status report twice a day (10A.M and 4 P.M) to be sent HUDA Head
office through e-mail.
11. The successful bidder will certify that the solution prescribed iscomplete to meet
HUDA‟s requirements as mentioned in the scope ofwork.
12. Successful Bidder should include and quote for all necessary andMandatory
components even if not mentioned in the RFP.
13. Proactive management of all links.
14. The Successful Supply of Products/equipment including their related accessories at
the offices of HUDA mentioned above.
15. Bidder shall be responsible for implementation and shall identifyas mandatory and
optional items and shall quote and provide /supply quantities that are considered
necessary for the successful commissioning.
16. The Successful Bidder shall provide software updates for a periodof three years
from date of acceptance for all software components.
17. No product supplied under the RFP should be at the end of life or out ofsupport.
18. No IT equipment model should have been introduced in the market notlater than 2
years back as on date of the bid.
19. The Prices coated should be least prices supplied by the bidder at anygovernment
agency/ department for the next 6 months. In case of anydiscrepancy Huda reserve
the right to take the Differential cost.
20. All Licenses, if any, should be of Full use and in the name of Haryana
UrbanDevelopment Authority. The certificate should be given to HUDA inoriginal one
week after the commissioning of the JOB.
21. A certificate from OEMs to be attached for the products authorization tosell for
HUDA.
22. Wireless Controller and Wireless AP s should be from same OEM
23. The equipment should be interoperable with all leading brands.
33
Scope of Acceptance Testing
The Successful Bidder will first carryout accepting testing at his own level and submit the
report to HUDA. HUDA has the right to carry out the necessary acceptance testing on its
own or through its consultants.
34
4 TECHNICAL REQUIREMENT
The RFP specifies the indicative requirements of robust network architecture, fail safe
system configuration, detailed functional specifications of the solution desired for
project. The technical specifications specified are the minimum suggestive
specifications and these should be taken as guidelines for design and implementation of
project. The bidder can offer suggestions in the network design as well as indicate
missing components if any, that may be considered necessary in his bid to implement
and operate the facility to meet the required objectives of the project as has been laid
down in this document.
i) The bidder will offer equipment that will best accommodate and meet the present
and future requirements for expansion of the Project.
ii) Bids not meeting these minimum suggestive technical specifications are liable to
be rejected. In case the equipment quoted exceeds/differ with the RFP technical
specifications, the same should be clearly mentioned along with justification.
iii) One set of service and operation/instruction manual is required to be supplied
witheach equipment.
iv) All the equipment should be new and of the prevailing/current standard production
of the manufacturer at the time of the proposal.
v) Equipment supplied by the Successful Bidder must be fully compatible with existing
Network equipment. These should be latest and of superior or equivalent
specifications.
The technical specifications given below are indicative only and not exhaustive in any
manner. The bidder shall be deemed to have examined all requirements for successful
implementation of the scope of the work.
a) Technical specification of Switches:
S.No Specification
1. Switch should have minimum 24 No‟s of 10/100/1000 Base-TxPoE ports (Duplex, Full,
Half) and 4 x 1GE Uplink port.
35
S.No Specification
2. Should have minimum switching capacity of 56 Gbps. All ports on the switch should work
on line rate.
3. Should be IPv4 and IPv6 ready from day one
4. The switch should support dedicated stacking port separate from uplink ports with 64 Gbps
of stacking bandwidth.
5. The switch should support atleast 16K MAC, 1K Multicast Routes and 1K unicast Routes
6. It shall support IEEE 802.1s Multiple Spanning Tree Protocol and provide legacy support
for IEEE 802.1d STP and IEEE 802.1w RSTP or equivalent technology and static routes.
7.
Port Security to secure the access to a port based on the MAC address of a user‟s device.
The aging feature to remove the MAC address from the switch after a specific time to allow
another device to connect to the same port.
8. Switch should support Port-based and 802.1Q tag-based VLANs, MAC-based VLAN,
Guest VLAN, Private VLAN Edge, also known as protected ports, with multiple uplinks
9. All ports should have features of auto- negotiate, flow control (802.3x), port based network
access control (802.1x), port security, MAC filtering etc.
10. The switch should support IPv6 RA-Guard, DHCPv6 Guard, IPv6 Source Guard, IPv6
Prefix Guard, IPv6 Destination Guard, IPv6 Snooping and device tracking features
Should support Jumbo Frame support to improve the performance of large data transfers
11. Should support TFTP, Telnet Server, DHCP Client
12. Should support International Certifications and Compliance
13. All necessary interfaces, connectors, patch cords (if any) & licenses must be delivered
along with the switch from day one.
14. The Switch should be 19" Rack mountable & the switch should be supplied with Indian
standard AC (5Amp) power cord.
b) Technical specification Wireless Controller
Sr.
No.
Specification
1 Must be compliant with IEEE CAPWAP for controller-based WLANs.
36
2 WLAN Controller should support up to 70 Access points in a single 1 RU chassis.
3 WLAN controller must have at least 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.
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 IPv4/v6 clients
12 WLC should support First hop security features in IPv4/v6 network like Router
Advertisement guard, DHCP v4/v6 guard
13 WLC should support IPv4/v6 access control lists
14 Should support local username/password creation for users. Should also support User
authentication through ADS, RADIUS, SSO, local and thin client
15 WLC should support Guest-access functionality for IPv4/v6 clients
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
37
18 Should support Management frame protection for the authentication of 802.11
management frames by the wireless network infrastructure.
19 Controller should have rogue AP detection, classification and automatic containment
feature
20 Must support internal and external web authentication.
21 Must be able to set a maximum per-user bandwidth limit on a per-SSID basis.
22 Must support user load balancing across Access Points.
23 Controller must provide Mesh capability for Mesh supported AP.
24 Must be able to dedicate some APs to monitor-only for Intrusion Prevention Services.
25 Must support client roaming across controllers separated by a layer 3 routed boundary.
26 Solution proposed must support clients roaming across at least 70 APs.
27 Should support the ability to schedule AP power on/off for energy savings.
28 Should provide a snapshot of air quality in terms of the performance and impact of
interference on the wireless network identifying the problem areas.
29 Should provide an Air Quality rating on a per- radio basis to help gauge the impact of
interference on the network
30 Should provide real-time charts showing interferers per access point, on a per-radio, per-
channel basis.
31 Should support encrypted mechanism to securely upload/download software images to
and from wireless controllers
32 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
33 Should have Voice and Video Call Admission and Stream prioritization for preferential
QOS
34 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
38
subscribed to the multicast group.
35 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.
c) Technical specification of Outdoor Wireless Access Point
S.
No.
Specification
1 Access Points proposed must include radios for both 2.4 GHz and 5 GHz.
2 AP should support dual band antenna ports.
3 Must support a variety of antenna options. (Omni and directional)
4 Should have an option of adding external modules with technology options such as a 4G
LTE Pico cell or a sensor. Such a module could be field-upgradeable to an existing
network.
5 Must have -88 dB or better Receiver Sensitivity.
6 Must support 4X4 multiple-input multiple-output (MIMO) with three spatial streams
7 Must support 802.11ac and backward compatible with 802.11n standards
8 Must support data ratesup to 1.3 Gbps on 5Ghz radio.
9 Must support 80 MHz wide channels in 5 GHz.
10 Must support up to 30dbm or higher of transmit power
11 Access point should 802.11ac, 802.11n and 802.11a/b/g Beam forming
12 The Wireless Backhaul shall operate in 5Ghz
13 Support Encrypted and authenticated connectivity between all backhaul components
14 Mesh nodes shall provide Power Over Ethernet through the wired interface to power
other equipment
15 Access point should have multiple wired uplink interfaces including 10/100/1000BASE-T
Ethernet autosensing (RJ-45) and a build-in Fiber SFP port
16 Wireless AP should support beam forming technology to improve downlink performance
of all mobile devices, including one-, two-, and three-spatial-stream devices on 802.11ac
without taking the inputs from client.
17 Wireless AP Should have custom chipset to detect and classify non-Wi-Fi wireless
transmissions while simultaneously serving network traffic
39
18 Should support configuring the access point as network connected sensor to access any
network location covered by the access point to get real-time Spectrum analysis data.
19 Must incorporate radio resource management for power, channel, coverage hole
detection and performance optimization
20 Access point shall support powering from AC, DC, and UPOE.
21 Access point shall support pole, wall and Cable strand mounting options.
22 The equipment shall support up to 100 MPH sustained winds & 165 MPH wind gusts.
23 The Access point shall be IP67 and NEMA rated
24 The Access point shall support operating temperature of -40 to 65°C
25 The Access point shall support Storage temperature of -50 to 70°C
26 802.11e and WMM
27 Wi-Fi Alliance Certification for WMM and WMM power save
28 Must support Reliable Multicast to Unicast conversion to maintain video quality at AP
level
29 Must support QoS and Video Call Admission Control capabilities.
30 Must support the ability to serve clients and monitor the RF environment concurrently.
31 Must support Spectrum analysis including @ 80 MHz
32 Same model AP that serves clients must be able to be dedicated to monitoring the RF
environment.
33 Should support mesh capabilities for temporary connectivity in areas with no Ethernet
cabling.
34 Mesh support should support QoS for voice over wireless.
35 Should have and option of configuring all the antennae port via software to run all on dual
band or any single band configuration.
36 Must support 16 WLANs per AP for SSID deployment flexibility.
37 Must support telnet and SSH login to APs directly for troubleshooting flexibility.
38 Access point should be supplied with OEM mounting kit ,shall support pole, wall,
roof mounting options and required power cables
d) Technical specification of Indoor Wireless Access Point
Sr.
No.
Specification
1 Access Points proposed must include radios for 2.4 GHz and 5 GHz with
802.11ac Wave 1.
40
2 Mounting kit should be standard from OEM directly.
3 High-speed spectrum intelligence across 20-, 40-, and 80-MHz-wide channels
to combat performance problems due to wireless interference
4 Access point must have an additional Ethernet port for downlink connectivity
to an IP device like Camera etc.
5 Access point should have serial/console port
6 Must have at least 4 dB Antenna gain on both 2.4 Ghz and 5Ghz
7 Must support 3x3 multiple-input multiple-output (MIMO) with three spatial
streams
8 Must support minimum of 1.3 Gbps on 802.11ac respectively.
9 Must support minimum of 22dbm of transmit power on both 2.4Ghz & 5GHz
radio.
10 The AP must be capable of optimizing the SNR exactly at the position where
802.11a/g/n/ac client is placed (beam forming) without requiring any support
from clients, hence it should work with all 802.11a/g/n/ac clients.
11 Should have detecting and classifying non-Wi-Fi wireless transmissions while
simultaneously serving network traffic
12 Should support configuring the access point as network connected sensor to
access any network location covered by the access point to get real-time
Spectrum analysis data.
13 Must support AP enforced load-balance between 2.4Ghz and 5Ghz band.
14 Must incorporate radio resource management for power, channel, coverage
hole detection and performance optimization
15 Must have -100 dB or better Receiver Sensitivity.
16 Must support Proactive Key Caching and/or other methods for Fast Secure
Roaming.
17 Must support Management Frame Protection.
18 Should support locally-significant certificates on the Aps using a Public Key
Infrastructure (PKI).
19 Must operate as a sensor for wireless IPS
20 Should support non-Wi-Fi detection for off-channel rogues and Containment
for both radio
21 Access point should able to do the spectrum scanning for WiFi and non-WiFi
interference at all 20Mhz ,40Mhz and 80Mhz channels
22 Access Points must support a distributed encryption/decryption model.
41
23 Access Points must support Hardware-based encrypted user data and
management traffic between controller and Access point for better security.
24 Same model AP that serves clients must be able to be dedicated to
monitoring the RF environment.
25 AP model proposed must be able to be both a client-serving AP and a
monitor-only AP for Intrusion Prevention services.
26 Should support mesh capabilities for temporary connectivity in areas with no
Ethernet cabling.
27 Mesh support should support QoS for voice over wireless.
28 Must be plenum-rated (UL2043).
29 Must support 16 WLANs per AP for SSID deployment flexibility.
30 Must continue serving clients when WAN link to controller is back up again,
should not reboot before joining
31 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.
32 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.
33 Access point should able to do the spectrum scanning for WiFi and non-WiFi
interference at all 20Mhz ,40Mhz and 80Mhz channels
34 Must support telnet and/or SSH login to Aps directly for troubleshooting
flexibility.
35 Must support Power over Ethernet, local power (DC Power), and power
injectors.
36 Must operate at 3x3 or higher with 802.3af PoE is the source of power
37 802.11e and WMM
38 Must support QoS and Video Call Admission Control capabilities.
39 Access Point should 802.11 DFS certified
40 Should be supplied with OEM mounting kit and all necessary power cables
and patch cords
42
e) Technical Specification of Firewall
Sr.
No.
Specification
1. Firewall should have minimum of one WAN port and minimum 4-GbE ports
10/100/1000 Mbps
2. Firewall should support “Stateful” policy inspection technology. It should also
have application intelligence for commonly used TCP/IP protocols like telnet,
ftp etc.
3 Firewall should support Access control: MAC-based access control, IP/MAC
binding, wireless profiles. Should support username , group based policies
4. User authentication through ADS, RADIUS, SSO,local and thin client
5. Should support Web filtering:web categories database, Static URL blocking,
keyword blocking, Controls based on URL, Keyword and File type
6. Firewall should support Bandwidth Management. Application, Web Category
and User Identity based Bandwidth Management and Application & User
Identity based Traffic Discovery
7. Should support a minimum of 200 Users.
8. Should support Real-time and historical Monitoring and haveLog Viewer for-
Web filter, Authentication, System and Admin Events
9. Should have following Administration & System Management features
- Web-based configuration wizard and Web UI
- Role-based Access control
- Firmware Upgrades via Web UI
- Command Line Interface (Serial, SSH, Telnet)
- SNMP (v1, v2c)
- Should be able to provide seamless centralized management, policy
replication and consolidated reporting across the network
43
f) Requirement of MPLS Links:
S.
No. Address of HUDA Offices Site Type Locations
Bandwidth
Sizing
Backup
Bandwidth
1.
Haryana State Data Center, Mini
Secretariat, Sector 17, Chandigarh.
(internet)
Tier - 1 Chandigarh
(Internet )
20 Mbps
10 Mbps
2. Haryana State Data Center, Mini
Secretariat, Sector 17, Chandigarh. Tier - 1
Chandigarh
(Intranet) 20 Mbps 10 Mbps
3. HUDA Complex, Sector 12, Faridabad Tier -1 Faridabad 6 Mbps 4 Mbps
4. Estate Office-II,HUDA,Sector 34
Gurgaon Tier - 1 Gurgaon 4 Mbps --
5. HUDA, Sector 14, Gurgaon Tier - 1 Gurgaon 6 Mbps 4 Mbps
6. HUDA Complex, Sector 13, Hisar Tier - 1 Hisar 6 Mbps 4 Mbps
7.
HUDA HO at Panchkula Tier - 1
Panchkula
(Intranet) 20 Mbps 10 Mbps
8. HUDA HO at Panchkula
Tier - 1 Panchkula
Internet 30 Mbps 10 Mbps
9. HUDA office, Sonipat Road,
Sec.3,Rohtak.
Tier - 1 Rohtak 6 Mbps 4 Mbps
10. SCO 7-8, Sector 7, Ambala Tier - 2 Ambala 2 Mbps --
11. Estate Office, HUDA, Sector 9,
Bahadurgarh
Tier - 2 Bahadurgarh 2 Mbps --
12. Estate Officer, HUDA, Sector 13, City
Center, Bhiwani Tier - 2 Bhiwani 2 Mbps --
13. CE OFFICE - HUDA South City I
Gurgaon
Tier - 2 Gurgaon 1 Mbps --
14. HUDA Sector 9 Gurgaon Tier - 2 Gurgaon 1 Mbps --
15. HUDA sector 15, Gurgaon Tier - 2 Gurgaon 1 Mbps --
16. Huda nursery hort. Div. Sec.14,
Gurgaon
Tier-2 Gurgaon 1 Mbps --
17. Estate Officer, HUDA, Sector 17,
Jagadhari
Tier - 2 Jagadhari 2 Mbps --
18. Estate Officer, HUDA, Safidon Road, Tier - 2 Jind 1 Mbps --
44
S.
No. Address of HUDA Offices Site Type Locations
Bandwidth
Sizing
Backup
Bandwidth
Jind
19. Estate Officer, HUDA, Sector 20,
Kaithal
Tier - 2 Kaithal 1 Mbps --
20. HUDA Complex, Sector 12, Karnal Tier - 2 Karnal 2 Mbps --
21. Estate Officer, HUDA, Sector 13,
Kurukshetra
Tier - 2 Kurukshetra 2 Mbps --
22. HUDA Sector 8, Panchkula Tier - 2 Panchkula 2 Mbps --
23. HUDA, Industrial Area, Phase-I,
Panchkula
Tier - 2 Panchkula 2 Mbps --
24. EO Office, HUDA, Sector 18, Panipat Tier - 2 Panipat 2 Mbps --
25. HUDA Complex, Sector 1, Rewari Tier - 2 Rewari 2 Mbps --
26. HUDA Complex, Sector 1, Rohtak Tier - 2 Rohtak 1 Mbps --
27. Estate Officer,HUDA, Sector 20, Sirsa Tier - 2 Sirsa 2 Mbps --
28. HUDA Complex, Sector 15, Sonepat Tier - 2 Sonepat 2 Mbps --
29. Division Office, SCO No. 25, Sector 12,
Faridabad Tier - 2 Faridabad 2 Mbps --
Wifi Zone Internet Link
30 HUDA HQ SEC 6 , panchkula
Tier -1 Panchkula 10Mpbs
--
31 HUDA Complex, Sector 12, Faridabad Tier -1 Faridabad 10Mpbs
32 HUDA office, Sonipat Road,
Sec.3,Rohtak.
Tier -1 Rohtak
10Mpbs
33 HUDA Complex, Sector 13, Hisar Tier -1 Hisar 10Mpbs
34 HUDA, Sector 14, Gurgaon Tier -1 Gurgaon 10Mpbs
45
5 SERVICE LEVEL REQUIREMENTS
SLA is designed to monitor the delivery schedule for the items sought by the HUDA. If the
Successful Bidder delivers as per the base line matrix payment is to be made to the
Successful Bidder as per details below: -
A: SERVICE LEVEL AGREEMENT FOR CONNECTIVITY (MPLS and Internet)
S.
N.
Job
Description Baseline Payment
Lower
Performance Payment Breach Payment
1.
Commissioning
of complete
Network at all
locations.
T +8
Weeks
First
Installment –
at the end of
quarter
Delay by
2
Weeks
Deduct 10% of
Quarterly
payment (QP)
Greater
than
2
Weeks
Deduct
15% of
QP
2.
Site remains
down
continuously for
3 days or more
DCL+3
days
No Payment
for the
Month will
be made for
that
particular
site
Delay by
another 1
days
Deduct 10% of
QP
Delay
by
another
1 days
Deduct
15% of
QP
3.
Non
Submission of
Network report
Daily at
10
AM and
4 PM
Deduct .25% of
quarterly
payment for
each default
4.
Total Network
availability at
each Site (Total
hours in the
quarter at
particular site –
Down time in
hours at
particular site)/
Total hours in
>=99.5% Full Payment
>=98% &
<99.5% 5% of QP
>=98% &
<=95%
10% of QP for
each % point
>=95% &
<=93%
20% of QP
for each %
point below
95%
<=93% No Payment
46
S.
N.
Job
Description Baseline Payment
Lower
Performance Payment Breach Payment
the quarter for a
particular site
5.
Shifting of
links/up
gradation of
bandwidth
<= 3
weeks
from the
date of
order
Full payment >3 weeks
In the event of
non-
commissioning
of the link
within 3 weeks
from the date
or order,
penalty
at the rate of
10% of the
order value will
be charged for
every week
delay, subject
to a maximum
of 30% of the
order value
beyond which
link will be
shifted/upgrade
d at no cost to
HUDA
6.
Average Jitter
during Quarter
(milliseconds)
<=50ms Full payment >50ms to <
100ms
0.1 % of
quarterly
payment of the
particular link
>=100ms
0.5% of
quarterly
payment of the
particular link
47
S.
N.
Job
Description Baseline Payment
Lower
Performance Payment Breach Payment
7.
Latency ( Tier-I)
<90 ms Full payment
>= 90 ms for
>=2 and <5
hours
0.1% of
quarterly
payment of the
particular link
>= 5 hours
0.5% of
quarterly
payment of the
particular link
8. Latency ( Tier-
2)
<130 ms Full payment
>=130ms for
>=2 and <5
hours
0.1% of
quarterly
payment of the
particular link
>= 5 hours
0.5% of
quarterly
payment of the
particular link
T = Date of placement of Letter of Intent.
QP = Quarterly payment payable to service provider for particular site
DCL = Date of Call Logging.
(Call will be considered logged if the user finds a link down in network report to be submitted
by the user twice a day OR by during random checking of a link or from any reason where
the user cannot be able to access or update the site from that location. Logging time will be
10:00 AM or 4:00PM as per reports)
DCC= Date of call closed. (Call will be considered close if the user will be able to access and
update the information from the respective site)
The Successful bidder shall provide full committed bandwidth at All locations to HUDA.
48
B: Service Level Agreement for Supply and Installation of Hardware (Network and
Wireless device)
S.
N.
Job
Description
Baseline Payment (P1) Lower
Performance
Payment
(P2)
Breach Payment
(P3)
1. Successful
Delivery,
Installation and
Inspection of
hardware
T + 6
Weeks
30% of Q1 Delay by <=
2
Weeks
Deduct 15 %
of P1
Greater
than 2
Weeks
Deduct
30 % of P1
2 Successful
Commissioning
of Wi-Fi Zones
( Signoff letter
by HUDA)
T+10
Weeks
50% of Q1 Delay by
<=2 weeks
Deduct 15 %
of P1
Greater
than 2
Weeks
Deduct
30 % of P1
3 Call Resolution DCL + 4
hours
Delay of 4
Hours from
DCL
Rs.500/- per
8 hours of
delay to be
deducted
from
quarterly
payment
T = Date of placement of Order.
Q1 = is the quotes submitted by the Successful Bidder for Hardware etc.
DCL = Date of Call Logged
49
6 TERMS AND CONDITION
6.1 Use of RFP document and other Information
(i) Successful bidder shall not, without the Tenderer‟s prior written consent, disclose
the contract agreement, or any provision thereof, or any specification, pattern,
sample or information furnished by or on behalf of Tenderer in connection to
any person other than a person employed by the Tenderer in the performance
of the contract agreement and the scope of work. Disclosure of
document/information to any such employed person shall be made in
confidence and shall extend only as far as may be necessary for such
performance.
6.2 Responsibilities of Successful bidder
(i) The successful bidder is responsible to execute all but not limited to the work
specified under scope of work as specified in section-3 of this RFP.
(ii) The successful bidder shall be responsible for arranging Hardware, software,
bandwidth integration, Commissioning and maintenance to ensure end to end
connectivity as well as adhering to the SLA defined in the RFP.
(iii) The successful bidder shall handle all the technical and implementation
matters including timely commissioning and maintenance of the equipment
provided against this RFP.
6.3 Warranty
(i) Successful bidder will also be responsible for providing comprehensive onsite
warranty during the period of contract for all end to end equipment and their
related accessories supplied under this RFP. The warranty of the all
equipment should be 3 Years. The bidder will submit relevant
documents/undertaking for 3 year warranty of all equipment
(ii) Warranty shall be deemed to commence from the date of the successful
completion and final acceptance by HUDA
(iii) Successful bidder shall undertake the preventive maintenance of all supplied
equipment supplied under this RFP once in every quarter during the currency
of contract so as to ensure the smooth functioning of the system.
50
6.4 Project Management and Service Level Agreement
(i) The successful bidder shall provide MPLS VPN services initially for three
years with an option to extend the same on quarterly basis for a maximum of
Four quarters. The successful bidder shall also manage the end to end
equipment supplied and installed under this project.
(ii) Service level agreement:-
For Connectivity: The successful bidder will sign a Service Level Agreement
with HUDA to ensure minimum 99.5% uptime for locations of the entire
Network and uptime for individual sites as per SLA. SLA Matrix is at “Section
5”.
For Hardware/ Software: The successful bidder will sign a Service Level
Agreement with HUDA to ensure minimum 99.0% uptime
(This includes all the hardware and associated software provided by the
Successful Bidder)
6.5Payment schedule
Payments will be made from HUDA HQ.
a) Bandwidth:
(i) The payments are to be released on equated quarterly basis on the
submission of the Bills.
(ii) Payments will be made quarterly basis on submission of invoices and
calculation of penalties as per SLA. The First quarter will start from the date
of Commissioning of project
b) For Hardware/ Software:
Sno. Milestone Payment
1 Successful supply and installation of
equipment (Network, Wireless etc. ) at
respective locations of HUDA
30 % of total category A as
per Performa-3
51
2 Successful commissioning of equipment
(network Wireless etc.) at HUDA
locations and Receiving signoff from
HUDA
40 % of total category A as
per Performa-3
3 Remaining Payment for equipment
(Network, Wireless etc.) based on
successful working of Equipment etc. for
the duration of contract
30 % of total category A as
per Performa-3 as Equated
Quarterly payments
6.6 Compliance with laws, permits
The successful bidder shall comply with all local, state rules, regulations,
ordinances, codes, and laws relating to the work or the conduct thereof and shall
secure and pay for any permits and licenses necessary for the execution of the
work and successful bidder shall be responsible for the same.
6.7 Earnest Money Refund
(i) The Draft of earnest money to the bidder(s), who fail(s) to qualify forthe technical bid,
will be returned back by HUDA to the authorized representative of the bidder against
a proper receipt or will be sent by the registered post at the mailing address of the
bidder as specified in the bid within four weeks of opening of the prequalification bid.
(ii) The Draft of earnest money to the bidder(s), who fail(s) to qualify for the commercial
bid, will be returned back by HUDA to the authorized representative of the bidder
against a proper receipt or will be sent by the registered post at the mailing address
of the bidder as specified in the bid within eight weeks after completion of technical
bid evaluation.
(iii) The Draft of earnest money to the bidder(s), who qualify(s) for the commercial
bid, but do not get the order for the project will be returned back by HUDA to
the authorized representative of the bidder against a proper receipt or will be
sent by the registered post at the mailing address of the bidder as specified in
the bid within one month after signing of contract agreement between HUDA
and the successful bidder.
52
6.8 Forfeiture of earnest money
(i) If the bidder with Draws his bid before the expiry of validity or after the
acceptance of the bid, the earnest money deposited by the successful bidder
will be forfeited.
(ii) If the successful bidder fails to comply with any of the terms, conditions or
requirement of this contract and the technical specifications for the equipment
requirement as indicated in various sections of the RFP document, the earnest
money deposited by the bidder will be forfeited.
(iii) In case successful bidder fails to comply with the project milestones the
earnest money deposited will be forfeited.
(iv) In case of issue of the Letter of Intent, if the bidder fails to:
(a) Accept the Letter of Intent by returning a duly signed copy within the time
limit specified; and / or
(b) Execute the contract agreement; and / or
(c) Furnish the performance HUDA guarantee as specified in this Document.
The earnest money deposit will be forfeited
6.10 Letter of intent and Performance Bank Guarantee
(i) After Acceptance of a Bid Proposal by HUDA, a letter of intent will be issued
by the HUDA to the successful Bidder
(ii) Acceptance of the letter of intent: The successful bidder shallaccept the Letter
of Intent within 10 (ten) days from the date of issueof the Letter of Intent by
returning a duly signed copy to HUDA
(iii) Signing of contract: The successful Bidder shall enter into theContract
Agreement with HUDA within 15 days of the acceptance ofthe Letter of Intent
(iv) Performance bank guarantee: While signing the Contract Agreement with
HUDA, the successful bidder within 15 (fifteen) daysof signing the Contract
agreement shall furnish unconditionalirrevocable Performance Bank
Guarantee of 15% of the total valueof the project cost from a Nationalized
Bank in favor of "CA, HUDA"on the prescribed Format (as mentioned at
Annexure 1), by thebidders valid till Six months more than the currency of the
contract.The said Performance Bank Guaranteebe extendable by the HUDA
as per the requirement and shall bekept in full force and effect for the full term
of the ContractAgreement. Further,the decision of the HUDA with regard to
the Performance BankGuarantee shall be binding on the successful bidder.
53
HUDA mayforfeit the Performance Bank Guarantee for any failure on part
ofsuccessful bidder to complete its obligations under the Agreement.The
Performance Guarantee shall be denominated in Indian Rupeesand shall be
in the formof a Bank Guarantee issued by a scheduledbank located in India.
6.11 Force Majeure
Neither party shall be responsible to the other for any delay or failure in
performance of its obligations due to any occurrence commonly known as Force
Majeure which is beyond the control of any of the parties, including, but without
limited to, fire, flood, explosion, acts of God or any Governmental body, public
disorder, riots, embargoes, or strikes, acts of military authority, epidemics, strikes,
lockouts or other labour disputes, insurrections, civil commotion, war, enemy
actions. If a Force Majeure arises, the Bidder shall promptly notify HUDA and
HUDA in writing of such condition and the cause thereof. Unless otherwise directed
by HUDA and HUDA, the successful bidder shall continue to perform his obligations
under the contract as far as is reasonably practical, and shall seek all reasonable
alternative means for performance not prevented by the Force Majeure event. The
successful bidder shall be excused from performance of his obligations in whole or
part as long as such causes, circumstances or events shall continue to prevent or
delay such performance.
6.12 Termination of the contract
(i) In the event of the bidder failing duly and properly to fulfill the contract or
committing breach of any of the terms and conditions of this contract or
repeatedly supplying goods liable to rejection hereunder or failing, declining,
neglecting or delay to comply with any demand or requisition or otherwise not
executing the same in accordance with terms of this contract or not achieving
the project milestones or if the bidder or his agent or servants being guilty of
fraud in respect of this contract or any of his partners or representatives found
directing, giving, promising or offering any bribes, gratuity, gift loan, perquisite,
reward or advantage pecuniary or otherwise to any person in the employment
of Government in any way relating to such officers or person or persons,
officer or employment or if the bidder or any of his partners become insolvent
or apply for relief as insolvent debtor or commence any insolvency
proceedings or make any composition with his/their creditors or attempts to do
so, then without prejudice to HUDA rights and remedies otherwise, HUDA
54
shall be entitled to terminate this contract forth with and may claim back all or
part of the money already paid to the bidder.
(ii) The termination of this contract in whole or part under any conditions shall not
be affected by the acceptance, meanwhile or subsequently, of supplies
accepted or made at any station whether in ignorance of the termination or
otherwise.
(iii) If during the currency of the contract, the successful bidder becomes bankrupt
or otherwise insolvent or is likely to become insolvent or bankrupt, HUDA may,
at any time, terminate the contract agreement by giving written notice to the
successful bidder. Notwithstanding the above, such termination will not
prejudice or affect any right of action or remedy which has accrued or will
accrue thereafter to HUDA.
6.13 Insurance of items
Successful bidder shall insure all the delivered items against loss or damage
incidental to manufacture or acquisition transportation, storage and delivery. The
insurance shall be obtained by the Successful Bidder, naming the purchaser as the
beneficiary, in an amount equal to the exact value of the Goods up to the
installation at site on all risks basis, including strikes clauses etc. till the date of
acceptance of the project.
6.14 Arbitration
a) In the event of any dispute or difference arising between the Successful Bidder
and HUDA and HUDA out of or in connection with the Contract or RFP or any of
the terms and conditions contained therein or as to the interpretation or any other
matter, both the parties shall resolve such dispute or difference first by mutual
discussions. If any dispute or difference still persists, it shall be referred to the
court of Financial commissioner and Principle Secretary Town and Country
Planning, Haryana and such a decision shall be binding on both the parties.
b) This RFP and the Contract shall, in all respects, be governed by and construed in
all respects in accordance with the laws of the Republic of India.
6.15 Acquaintance with all conditions
The bidder acknowledges that he has made himself fully acquainted with all the
conditions and circumstances under which the supplies required under the contract
55
will have to be made or furnished and with all the terms, clauses, conditions,
specifications and other details of the contract and the bidder shall not plead
ignorance of any of those as excuse in case of complaint against or on rejection of
supplies tendered by him or with a view either to ask for encashment of any rates
agreed to in the contract or to evading any of his obligations under the contract.
6.16 Limitations of Liability
Further, bidders‟ cumulative liability for its obligations under contract shall not
exceed the total contract value.
6.17 Risk & Cost
Risk purchase at the cost of supplier / service provider will be made on the failure of
the supplier / service provider to make supply / to provide services as per Terms
and Conditions mentioned in the tender documents. The difference of excess in
cost thus incurred will be recovered from the supplier / service provider in a suitable
manner and even from his pending bills, earnest money or security whichever is
available.
56
Annexure
57
(To be submitted by the successful bidder)
Annexure – 1
Format of Performance Bank Guarantee in favour of HUDA
In consideration of Haryana Urban Development Authority (HUDA) and having its
Headquarter at Sector 6 Panchkula, which expression unless the context otherwise requires,
shall include its successors and permitted assigns (the “HUDA”) having agreed to accept
from [ ] (the name of the Contractor) a company incorporated, organized and
subsisting under the Companies Act, 1956 (1 of 1956) and having its registered office at
[ ] which expression unless the context otherwise requires, shall include its
successors and permitted assigns (the “Contractor”) under the terms and conditions of an
agreement dated the [………] day of [……..] between the HUDA and the Contractor for
Providing network connectivity and infrastructure at HUDA locations and setup of Wi-Fi
Zones at administrative offices of HUDA as specified in the RFP Document for the same.
Security deposit for the due fulfillment by the Contractor of the terms and conditions
contained in the Contract Agreement on production of an interest free bank guarantee
(“Performance Bank Guarantee”) of 15% of the total work value of Rs.____________
(Rs.___________only) amounting to Rs. _______________ (Rs._______ only) in favour of
the HUDA valid six months more than the currency of the contract agreement.
We, [ ] (name of the, Bank) do hereby guarantee and undertake to indemnify and
pay and keep indemnified the HUDA in terms of the Contract Agreement to the extent of this
Bank Guarantee value of Rs.________ (_____rupees only).
1. We, [ ] (name of the Bank) further agree that if a demand is made by the
HUDA for honoring the Performance Bank Guarantee we, [ ] (name of the
Bank) having no right of decline to cash the same for any reason whatsoever. The fact
that there is a dispute between the HUDA and the Contractor is no ground for us [
] (name of the Bank) to decline to honour the Performance Bank Guarantee.
2. We, [ ] (name of the Bank) further agree that a mere demand by the
HUDA is sufficient for us [ ] (name of the Bank) to pay the amount covered
by the Performance Bank Guarantee without reference to the Contractor and any
protest by the Contractor cannot be valid for us [ ] (name of the Bank) to
decline payment to the HUDA.
3. We, [ ] (name of the Bank) further agree that the HUDA shall have the
fullest liberty, without affecting in any manner our obligations hereunder to vary any of
58
the terms and conditions of the Contract Agreement or to extend time of performance
by the Contractor from time to time or to postpone for any time or from time to time,
any of the powers exercisable by the HUDA against the Contractor and to forbear or
enforce any of the terms and conditions relating to the Contract Agreement and we
shall not be relieved from our liability by reasons of any such variation or extension
being granted to the Contractor or for any forbearance, act or omission on the part of
the HUDA or any indulgence by the HUDA to the Contractor or any such matter or
thing whatsoever which under the law relating to sureties would but for this provision
have effect of so relieving us [ ] (name of the Bank).
4. We [ ] (name of the Bank) lastly undertake not to revoke this Guarantee
during its currency except with the previous consent of the HUDA in writing.
DATED THE [ ] DAY OF [ ] Signatures _____________
Name _________________
Designation______________
For [Name of the Bank]
(Seal of the Bank)
59
PROFORMA’S
60
Proforma 1 BID PROPOSAL SHEET
Bidder‟s Proposal
Reference No. and Date
:
Bidder‟s Name and address :
Tel. No. Fax No.
Bidders Correspondence
address
Tel. No. Fax No
Name of contact Person :
Designation :
Telephone No (s) :
Fax No (s) :
Mobile No :
Email ID :
61
To,
The Chief Administrator, HUDA, C-3
Sector 6, Panchkula.
Subject: Proposal for – providing network connectivity and infrastructure at all HUDA
locations and set up of Wi-Fi zones at administrative offices of HUDA
Dear Sir,
1. We, M/s __________________, having read and examined in detail the specifications,
requirements as mentioned in the TENDER do hereby propose to provide and
commission the requirements as specified in the TENDER.
2. PRICE AND VALIDITY
All the prices mentioned in our proposal are in accordance with the terms as specified
in bidding documents. All the prices and other terms and conditions of this proposal
are valid for a period of 180 days from the opening of the commercial bid or six months
from the last date of submission of the TENDER, whichever is later.
3. EARNEST MONEY
We have enclosed the earnest money in the form of HUDA Draft amounting to Rs.
________________(Rs._________________). It is liable to be forfeited in accordance
with the provisions of TENDER document.
4. ASSURANCE
We declare that all the services shall be performed strictly in accordance with the
technical specifications and other terms and conditions covered in TENDER document.
5. BID PRICING
We further declare that the prices stated in our proposal are in accordance with your
terms & conditions in the bidding document.
62
6. QUALIFYING DATA
We confirm having submitted the qualifying data as required by you in your TENDER
document. In case you require any further information/ documentary proof in this
regard before evaluation of our bid, we agree to furnish the same, in time, to your
satisfaction.
7. Compliance
We declare that we shall compliance for all the Services, supply of Hardware,
Resolution of call logged in time and All Terms and Conditions mentioned in the RFP
Document.
8. We hereby declare that in case the contract is awarded to us, we shall submit the
HUDA Guarantee as per terms of TENDER document.
9. We hereby declare that our proposal is made in good faith, without collusion or fraud
and the information contained in the proposal is true and correct to the best of our
knowledge & belief. We further declare that we have read the provisions of this
TENDER and confirmed that these are acceptable to us.
10. Bid submitted by us is properly prepared and sealed so as to prevent any subsequent
alteration and replacement.
11. We understand that you are not bound to accept the lowest or any bid by you.
Thanking you,
Yours faithfully,
(Authorized Signatory)
Signatures of authorized signatory
Seal of the company
Name:
Address:
Date:
(To be enclosed with Technical Bid)
63
Proforma – 2
UNDERTAKING BY THE BIDDER
NAME OF THE BIDDER: M/s___________________________________
The bidder is requested to sign and affix their seal on each page of this document and
submit this duly signed original TENDER document with Technical bid in respective cover
without fail.
The bidder is also requested to give the following declaration as per the format.
We M/s ____________________________________ have gone through the terms and
conditions and will abide by them as laid down vide pages from 1 to ____ (TENDER
Commercial Bid and all relevantAnnexures and formats enclosed)
We M/s ____________________________________ hereby confirm that our firm has not
been blacklisted by any State Government / Central Government. We M/s
____________________________________ further confirm that our firm has no legal case
pending in any of the courts for winding up the company.
We M/s ____________________________________ hereby declare that the particulars
furnished by us in this offer are true to the best of our knowledge and we further understand
and accept that, if at any stage the information furnished is found to be incorrect or false, we
are liable for disqualification from this tender and also is liable for any penal action that may
arise due to the above.
Signature:
Date: Name:
Place: Designation:
(To be enclosed with Commercial Bid)
64
Proforma – 3 Financial Form
CATEGORY- A
S.
N.O
Hardware / Software Quantity* Per unit cost Total Cost
Including
Taxes
1 Supply, Installation, Commissioning at
respective locations with three Year On-
site Comprehensive Warranty
Maintenance of Network Switches with
management software and licenses etc.
along with all necessary accessories as
per technical specifications and scope of
work at all HUDA locations
05
2 Supply, Installation, Commissioning at
respective locations with three Year On-
site Comprehensive Warranty
Maintenance of Wi-Fi Controller with
management software and licenses etc.
along with all necessary accessories as
per technical specifications and scope of
work
05
3 Supply, Installation, Commissioning with
three Year On-site Comprehensive
Warranty Maintenance of Outdoor
Wireless Access Point with all necessary
accessories as per technical
specifications and scope of work
Location Quantity
Panchkula 3
Rohtak 1
Faridabad 1
Gurgaon 1
Hisar 1
Total 7
65
S.
N.O
Hardware / Software Quantity* Per unit cost Total Cost
Including
Taxes
4 Supply, Installation, Commissioning with
three Year On-site Comprehensive
Warranty Maintenance of Indoor
Wireless Access Point with all necessary
accessories as per technical
specifications and scope of work
Location Quantity
Panchkula 12
Rohtak 8
Faridabad 8
Gurgaon 6
Hisar 6
Total 40
5 Supply, Installation, Commissioning with
three Year On-site Comprehensive
Warranty Maintenance of Firewalls with
all necessary accessories as per
technical specifications and scope of
work
05
6 Total cost of Supply, Installation, testing,
commissioning of network connectivity &
devices at all HUDA locations and
interconnection of Wireless access
points through with all industry standard
accessories such as Racks (min. 5 no.) ,
PVC Conduit, UTP Cables, Patch Panel,
Patch Cord, Cat-6 cables, cable laying
accessories , electrical works etc. for all
five locations
01
Total Costfor category ‘A’
* The above mentioned Quantities are tentative only and successful bidder shall suggest the required
quantity after site survey.
66
*Suggested quantity may be increased/decreased by HUDA
Category – B
Commercial sheet for MPLS VPN connectivity
S.
No.
address of HUDA
Offices
Site
Type Locations
Bandwidth
Sizing
Backup
Bandwidth
Three year
charges for
bandwidth
including taxes
as applicable
1.
Haryana State Data
Center, Mini
Secretariat, Sector
17, Chandigarh.
Tier -1
Internet
Chandigarh
(Internet )
20 Mbps
10 Mbps
2.
Haryana State Data
Center, Mini
Secretariat, Sector
17, Chandigarh.
Tier – 1
Chandigarh
20 Mbps
10Mbps
3.
HUDA Complex,
Sector 12,
Faridabad
Tier -1
Faridabad 6 Mbps 4 Mbps
4.
Estate Office-
II,HUDA,Sector 34
Gurgaon
Tier - 1
Gurgaon 4 Mbps
5. HUDA, Sector 14,
Gurgaon
Tier – 1
Gurgaon 6 Mbps 4 Mbps
6. HUDA Complex,
Sector 13, Hisar
Tier – 1
Hisar 6 Mbps 4 Mbps
7.
HUDA HO at
Panchkula
Tier - 1 Panchkula
Intranet
20 Mbps
10 Mbps
8. HUDA HO at
Panchkula
Tier-1
Internet
Panchkula
Internet
30 Mbps 10 Mbps
67
S.
No.
address of HUDA
Offices
Site
Type Locations
Bandwidth
Sizing
Backup
Bandwidth
Three year
charges for
bandwidth
including taxes
as applicable
9. HUDA office,
Sonipat Road,
Sec.3,Rohtak.
Tier - 1 Rohtak 6 Mbps 4 Mbps
10. SCO 7-8, Sector 7,
Ambala
Tier - 2 Ambala 2 Mbps
11. Estate Office,
HUDA, Sector 9,
Bahadurgarh
Tier - 2 Bahadurgarh 2 Mbps
12.
Estate Officer,
HUDA, Sector 13,
City Center,
Bhiwani
Tier - 2 Bhiwani 2 Mbps
13. CE OFFICE -
HUDA South Cit-y I
Gurgaon
Tier - 2 Gurgaon 1 Mbps
14. HUDA Sector 9
Gurgaon
Tier - 2 Gurgaon 1 Mbps
15. HUDA
sector 15, Gurgaon
Tier - 2 Gurgaon 1 Mbps
16. Huda nursery hort.
Div. Sec.14,
gurgaon
Tier-2 Gurgaon 1 Mbps
17. Estate Officer,
HUDA, Sector 17,
Jagadhari
Tier - 2 Jagadhari 2 Mbps
18. Estate Officer,
HUDA, Safidon
Tier - 2 Jind 1 Mbps
68
S.
No.
address of HUDA
Offices
Site
Type Locations
Bandwidth
Sizing
Backup
Bandwidth
Three year
charges for
bandwidth
including taxes
as applicable
Road, Jind
19. Estate Officer,
HUDA, Sector 20,
Kaithal
Tier - 2 Kaithal 1 Mbps
20. HUDA Complex,
Sector 12, Karnal
Tier - 2 Karnal 2 Mbps
21. Estate Officer,
HUDA, Sector 13,
Kurukshetra
Tier - 2 Kurukshetra 2 Mbps
22. HUDA Sector 8,
Panchkula
Tier - 2 Panchkula 2 Mbps
23. HUDA, Industrial
Area, Phase-I,
Panchkula
Tier - 2 Panchkula 2 Mbps
24. EO Office, HUDA,
Sector 18, Panipat
Tier - 2 Panipat 2 Mbps
25. HUDA Complex,
Sector 1, Rewari Tier - 2 Rewari 2 Mbps
26. HUDA Complex,
Sector 1, Rohtak
Tier - 2 Rohtak 1 Mbps
27. Estate
Office,HUDA,
Sector 20, Sirsa
Tier - 2 Sirsa 2 Mbps
28. HUDA Complex,
Sector 15, Sonepat
Tier - 2 Sonepat 2 Mbps
29.
Division Office,
SCO No. 25, Sector
12, Faridabad
Tier - 2 Faridabad 2 Mbps
69
S.
No.
address of HUDA
Offices
Site
Type Locations
Bandwidth
Sizing
Backup
Bandwidth
Three year
charges for
bandwidth
including taxes
as applicable
WIFI ZONE INTERNET BANDWIDTH
30.
HUDA sector -6
Panchkula HQ
( leased line for Wi-
Fi Zone)
Tier -1
Panchkula 10 Mbps
31.
HUDA Complex,
Sector 12,
Faridabad ( leased
line for Wi-Fi Zone)
Tier -1
Faridabad
10 Mbps
32.
HUDA office,
Sonipat Road,
Sec.3, Rohtak.
(leased line for Wi-
Fi Zone)
Tier -1 Rohtak 10 Mbps
33.
HUDA Complex,
Sector 13, Hisar
(leased line for Wi-
Fi Zone)
Tier -1 Hisar 10 Mbps
34.
HUDA, Sector 14,
Gurgaon ( leased
line for Wi-Fi Zone)
Tier -1 Gurgaon 10 Mbps
Total Cost for ‘Category B’
Note-1) HUDA may increase/decrease bandwidth required at sites.
2) HUDA may Increase/decrease the number of Sites.
70
Bids will be evaluated on least Grand Total Cost
Total cost will be calculate as follows
Grand Total cost = 30% of category A + 70 % total cost of category B
Note:
• Grand Total Cost of the project will be on the basis of making payments as described
in clause 6.5
• The above rates will also be applicable to any new site that may come during the
contract period.
• HUDA may increase /decrease the no of locations/ Hardware /Software/ Bandwidth.
• The prices quoted should be inclusive of all taxes/levies and will remain valid during
the entire currency of the contract.
71
Proforma -4
TECHNICAL REQUIREMENT COMPLIANCE MATRIX RESPONSE
The technical specifications given in this annexure are indicative only and not exhaustive in
any manner. The bidder shall be deemed to have examined all requirements for successful
implementation of the scope of the work.
a) Technical specification of Switches:
S.No Specification Compliance
Yes/No
1. Switch should have minimum 24 No‟s of 10/100/1000 Base-TxPoE
ports (Duplex, Full, Half) and 4 x 1GE Uplink port.
2. Should have minimum switching capacity of 56 Gbps. All ports on the
switch should work on line rate.
3. Should be IPv4 and IPv6 ready from day one
4. The switch should support dedicated stacking port separate from
uplink ports with 64 Gbps of stacking bandwidth.
5. The switch should support atleast 16K MAC, 1K Multicast Routes and
1K unicast Routes
6.
It shall support IEEE 802.1s Multiple Spanning Tree Protocol and
provide legacy support for IEEE 802.1d STP and IEEE 802.1w RSTP
or equivalent technology and static routes.
7.
Port Security to secure the access to a port based on the MAC
address of a user‟s device. The aging feature to remove the MAC
address from the switch after a specific time to allow another device
to connect to the same port.
8.
Switch should support Port-based and 802.1Q tag-based VLANs,
MAC-based VLAN, Guest VLAN, Private VLAN Edge, also known as
protected ports, with multiple uplinks
72
S.No Specification Compliance
Yes/No
9.
All ports should have features of auto- negotiate, flow control
(802.3x), port based network access control (802.1x), port security,
MAC filtering etc.
10.
The switch should support IPv6 RA-Guard, DHCPv6 Guard, IPv6
Source Guard, IPv6 Prefix Guard, IPv6 Destination Guard, IPv6
Snooping and device tracking features
11. Should support Jumbo Frame support to improve the performance of
large data transfers
12. Should support TFTP, Telnet Server, DHCP Client
13. Should support International Certifications and Compliance
14. All necessary interfaces, connectors, patch cords (if any) & licenses
must be delivered along with the switch from day one.
15. The Switch should be 19" Rack mountable & the switch should be
supplied with Indian standard AC (5Amp) power cord.
b) Technical specification Wireless Controller
Sr.
No.
Specification
1 Must be compliant with IEEE CAPWAP for controller-based WLANs.
2 WLAN Controller should support up to 70 Access points in a single 1 RU chassis.
3 WLAN controller must have at least 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.
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
73
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 IPv4/v6 clients
12 WLC should support First hop security features in IPv4/v6 network like Router
Advertisement guard, DHCP v4/v6 guard
13 WLC should support IPv4/v6 access control lists
14 Should support local username/password creation for users. Should also support User
authentication through ADS, RADIUS, SSO, local and thin client
15 WLC should support Guest-access functionality for IPv4/v6 clients
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 Controller should have rogue AP detection, classification and automatic containment
feature
20 Must support internal and external web authentication.
21 Must be able to set a maximum per-user bandwidth limit on a per-SSID basis.
22 Must support user load balancing across Access Points.
23 Controller must provide Mesh capability for Mesh supported AP.
74
24 Must be able to dedicate some APs to monitor-only for Intrusion Prevention Services.
25 Must support client roaming across controllers separated by a layer 3 routed boundary.
26 Solution proposed must support clients roaming across at least 70 APs.
27 Should support the ability to schedule AP power on/off for energy savings.
28 Should provide a snapshot of air quality in terms of the performance and impact of
interference on the wireless network identifying the problem areas.
29 Should provide an Air Quality rating on a per- radio basis to help gauge the impact of
interference on the network
30 Should provide real-time charts showing interferers per access point, on a per-radio, per-
channel basis.
31 Should support encrypted mechanism to securely upload/download software images to
and from wireless controllers
32 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
33 Should have Voice and Video Call Admission and Stream prioritization for preferential
QOS
34 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.
35 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.
75
c) Technical specification of Outdoor Wireless Access Point
S.
No.
Specification Compliance
Yes/No
1 Access Points proposed must include radios for both 2.4 GHz and 5
GHz.
2 AP should support dual band antenna ports.
3 Must support a variety of antenna options. (Omni and directional)
4 Should have an option of adding external modules with technology
options such as a 4G LTE Pico cell or a sensor. Such a module could
be field-upgradeable to an existing network.
5 Must have -88 dB or better Receiver Sensitivity.
6 Must support 4X4 multiple-input multiple-output (MIMO) with three
spatial streams
7 Must support 802.11ac and backword compatible with 802.11n
standards
8 Must support data rates up to 1.3 Gbps on 5Ghz radio.
9 Must support 80 MHz wide channels in 5 GHz.
10 Must support up to 30dbm or higher of transmit power
11 Access point should 802.11ac, 802.11n and 802.11a/b/g Beam
forming
12 The Wireless Backhaul shall operate in 5Ghz
13 Support Encrypted and authenticated connectivity between all
backhaul components
14 Mesh nodes shall provide Power Over Ethernet through the wired
interface to power other equipment
15 Access point should have multiple wired uplink interfaces including
10/100/1000BASE-T Ethernet autosensing (RJ-45) and a build-in Fiber
SFP port
16 Wireless AP should support beam forming technology to improve
downlink performance of all mobile devices, including one-, two-, and
three-spatial-stream devices on 802.11ac without taking the inputs
from client.
17 Wireless AP Should have custom chipset to detect and classify non-
Wi-Fi wireless transmissions while simultaneously serving network
traffic
76
18 Should support configuring the access point as network connected
sensor to access any network location covered by the access point to
get real-time Spectrum analysis data.
19 Must incorporate radio resource management for power, channel,
coverage hole detection and performance optimization
20 Access point shall support powering from AC, DC, and UPOE.
21 Access point shall support pole, wall and Cable strand mounting
options.
22 The equipment shall support up to 100 MPH sustained winds & 165
MPH wind gusts.
23 The Access point shall be IP67 and NEMA rated
24 The Access point shall support operating temperature of -40 to 65°C
25 The Access point shall support Storage temperature of -50 to 70°C
26 802.11e and WMM
27 Wi-Fi Alliance Certification for WMM and WMM power save
28 Must support Reliable Multicast to Unicast conversion to maintain
video quality at AP level
29 Must support QoS and Video Call Admission Control capabilities.
30 Must support the ability to serve clients and monitor the RF
environment concurrently.
31 Must support Spectrum analysis including @ 80 MHz
32 Same model AP that serves clients must be able to be dedicated to
monitoring the RF environment.
33 Should support mesh capabilities for temporary connectivity in areas
with no Ethernet cabling.
34 Mesh support should support QoS for voice over wireless.
35 Should have and option of configuring all the antennae port via
software to run all on dual band or any single band configuration.
36 Must support 16 WLANs per AP for SSID deployment flexibility.
37 Must support telnet and SSH login to APs directly for troubleshooting
flexibility.
38 Access point should be supplied with OEM mounting kit ,shall support
pole, wall,roof mounting options and required power cables
77
d) Technical specification of Indoor Wireless Access Point
Sr.
No.
Specification Compli
ance
Yes/No
1 Access Points proposed must include radios for 2.4 GHz and
5 GHz with 802.11ac Wave 1.
2 Mounting kit should be standard from OEM directly.
3 High-speed spectrum intelligence across 20-, 40-, and 80-
MHz-wide channels to combat performance problems due to
wireless interference
4 Access point must have an additional Ethernet port for
downlink connectivity to an IP device like Camera etc.
5 Access point should have serial/console port
6 Must have at least 4 dB Antenna gain on both 2.4 Ghz and
5Ghz
7 Must support 3x3 multiple-input multiple-output (MIMO) with
three spatial streams
8 Must support minimum of 1.3 Gbps on 802.11ac respectively.
9 Must support minimum of 22dbm of transmit power on both
2.4Ghz & 5GHz radio.
10 The AP must be capable of optimizing the SNR exactly at the
position where 802.11a/g/n/ac client is placed (beam forming)
without requiring any support from clients, hence it should
work with all 802.11a/g/n/ac clients.
11 Should have detecting and classifying non-Wi-Fi wireless
transmissions while simultaneously serving network traffic
12 Should support configuring the access point as network
connected sensor to access any network location covered by
the access point to get real-time Spectrum analysis data.
78
13 Must support AP enforced load-balance between 2.4Ghz and
5Ghz band.
14 Must incorporate radio resource management for power,
channel, coverage hole detection and performance
optimization
15 Must have -100 dB or better Receiver Sensitivity.
16 Must support Proactive Key Caching and/or other methods for
Fast Secure Roaming.
17 Must support Management Frame Protection.
18 Should support locally-significant certificates on the AP using
a Public Key Infrastructure (PKI).
19 Must operate as a sensor for wireless IPS
20 Should support non-Wi-Fi detection for off-channel rogues and
Containment for both radio
21 Access point should able to do the spectrum scanning for WiFi
and non-Wi-Fi interference at all 20Mhz ,40Mhz and 80Mhz
channels
22 Access Points must support a distributed
encryption/decryption model.
23 Access Points must support Hardware-based encrypted user
data and management traffic between controller and Access
point for better security.
24 Same model AP that serves clients must be able to be
dedicated to monitoring the RF environment.
25 AP model proposed must be able to be both a client-serving
AP and a monitor-only AP for Intrusion Prevention services.
26 Should support mesh capabilities for temporary connectivity in
areas with no Ethernet cabling.
27 Mesh support should support QoS for voice over wireless.
28 Must be plenum-rated (UL2043).
29 Must support 16 WLANs per AP for SSID deployment
flexibility.
30 Must continue serving clients when WAN link to controller is
back up again, should not reboot before joining
79
31 The AP must support centralized wireless mode with the use
of a controller, but the AP must also support operation in
autonomous mode without the presence of any controller,
when needed.
32 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.
33 Access point should able to do the spectrum scanning for WiFi
and non-WiFi interference at all 20Mhz ,40Mhz and 80Mhz
channels
34 Must support telnet and/or SSH login to Aps directly for
troubleshooting flexibility.
35 Must support Power over Ethernet, local power (DC Power),
and power injectors.
36 Must operate at 3x3 or higher with 802.3af PoE is the source
of power
37 802.11e and WMM
38 Must support QoS and Video Call Admission Control
capabilities.
39 Access Point should 802.11 DFS certified
40 Should be supplied with OEM mounting kit and all necessary
power cables and patch cords
e) Technical Specification of Firewall
S.
No.
Specification
1. Firewall should have minimum of one WAN port and minimum 4-GbE ports
10/100/1000 Mbps
2. Firewall should support “Stateful” policy inspection technology. It should also
have application intelligence for commonly used TCP/IP protocols like telnet,
ftp etc.
3 Firewall should support Access control: MAC-based access control, IP/MAC
binding, wireless profiles. Should support username , group based policies
80
4. User authentication through ADS, RADIUS, SSO,local and thin client
5. Should support Web filtering: web categories database, Static URL blocking,
keyword blocking, Controls based on URL, Keyword and File type
6. Firewall should support Bandwidth Management. Application, Web Category
and User Identity based Bandwidth Management and Application & User
Identity based Traffic Discovery
7. Should support a minimum of 200 Users.
8. Should support Real-time and historical Monitoring and haveLog Viewer for-
Web filter, Authentication, System and Admin Events
9. Should have following Administration & System Management features
- Web-based configuration wizard and Web UI
- Role-based Access control
- Firmware Upgrades via Web UI
- Command Line Interface (Serial, SSH, Telnet)
- SNMP (v1, v2c)
- Should be able to provide seamless centralized management, policy
replication and consolidated reporting across the network
81
Proforma-5
Technical Deviations
______________________________________________________________
Sr. Clause Page Statement of deviations
No. No. No. and variations
______________________________________________________________
______________________________________________________________
Date: Signature
Name
Place: Seal
(To be enclosed with commercial bid)
82
Proforma 6
Financial Deviations
______________________________________________________________
Sr. Clause Page Statement of deviations and No. No. No. Variations
______________________________________________________________
______________________________________________________________
Date: Signature
Name
PLACE: SEAL
83
Proforma 7
Call Escalation Matrix
Location
Tier1 1st level 2nd level 3rd level 4th level
Helpdesk Nos. Escalation Escalation Escalation Escalation
24 X 7 (30 Mins) (With Mobile
No.&EmailID) (1 Hrs) (With Mobile No &E-
mailID) (2 Hrs) (With
Mobile No.
.&EmailID)
(4 Hrs) (With
Mobile No. .&E-
mailID) Chandigarh Panchkula Gurgaon Faridabad Hisar Rohtak
Top Related