Você está na página 1de 29

Tender Document against Advt. No.

RA 3S14 Dated: April 3, 2014


Indian Institute of ngineering Science and Tecnology, Sibpur
(Formerly Benqal Enqineerinq and Science University, Shibpur)
.O. Botanic arden, Howra 711 103, INDIA.
(Tel: 91-33-2668 4S61 xtn 4S6; Telefax: 91-33-2668 S186)
SALD QUOTATIONS AR HRBY INVITD FOLLOWIN TWO BID SYSTMS
(TCHNICALR-QUALIFICATION BID AND RIC BID) FOR ANNUAL MAINTNANC
CONTRACT (AMC) FACILITY MANAMNT SRVICS RMOVAL OF OBSOLSNC
OF TH CAMUS LAN AT IIST, SHIBUR.
Interested Bidder can Download the tender document from the website and submit the sealed quotations along
with Rs.1000/- by Demand Draft (Non-refundable) ayable at Kolata and drawn in favour of Registrar
IIES Shibur'' in the Box mared as ENDER - MC 8 FMS at the Deartment of Comuter Science and
echnology IIES Shibur between 10.00 a.m. to 4 .m on all woring days (excluding Saturday Sunday 8
holiday) as er the schedule given below.
IMORTANT DATS, TIM AND VNU
Serial vent Date, Time and Venue
1. Publication of advertisement in the
Newsaers
ril 3 2014
2. Website Publication of the ender
Document
ril 3 2014. at htt://www.becs.ac.in/
3. Survey of the LN by interested
rosective bidders.
9:00 a.m. ril 8 2014. Networ Server Room 2
nd
Floor
in the Main Institute Building near Comuter Science
and echnology Deartment.
4. Prebid Meeting 10:00 a.m. ril 10 2014 Seminar Room of the
Deartment of Comuter Science and echnology
3. Deadline for submission of Bids 2:00 .m. ril 17 2014 in the sealed ender Box at
Deartment of Comuter Science and echnology
6. Oening of echnical Bid 3:00 .m. ril 17 2014 in the Seminar Room of the
Deartment of Comuter Science and echnology
7. echnical resentation by shortlisted
bidders
11:40 a.m. ril 22 2014 in the Seminar Room of the
Deartment of Comuter Science and echnology
8. Oening of echnically resonsive
Commercial Bids
11:40 a.m. ril 24 2014 in the Seminar Room of the
Deartment of Comuter Science and echnology
IMORTANT NOTIC
BIDDERS RESPONDING O IS ENDER SLL BE DEEMED O BE GREEBLE O E
ERMS ND CONDIIONS EREIN CONINED. ESE ERMS ND CONDIIONS OR EIR
RELEN PR(S) SLL BE BINDING FOR E BIDDERS ND E BIDDER WRDED
ORDER GINS E SBMIED BID. CONDIIONL ENDERS RE LIBLE O BE
REECED. INSIE WILL PROCESS E ENDER S PER INSIES SNDRD
PROCEDRES. E INSIE RESERES E RIG O REEC N OR LL OR PR OF
BIDS WIO SSIGNING N RESON ND SLL LSO NO BE BOND O CCEP E
LOWES BID. IIES SIBPR WOLD NO BE NDER N OBLIGION O GIE N
CLRIFICION O E GENCIES WOSE BIDS RE REECED.
Indian Institute of ngineering Science and Tecnology, Sibpur
(Formerly Benqal Enqineerinq and Science University, Shibpur)
.O. Botanic arden, Howra 711 103, INDIA.
(Tel: 91-33-2668 4S61 xtn 4S6; Telefax: 91-33-2668 S186)
Tender Document against Advt. No. RA 3S14 Dated: April 3, 2014
INVITATION FOR QUOTATIONS FOR ANNUAL MAINTNANC CONTRACT (AMC)
FACILITY MANAMNT SRVICS RMOVAL OF OBSOLSNC OF TH
CAMUS LAN AT IIST, SHIBUR.
Dear Sir(s)
On behalf of Indian Institute of ngineering Science and Tecnology, Sibpur sealed quotations for
nnual Maintenance Contract (MC) 8 Facility Management Services (FMS) 8 Removal of Obsolescence
of the Camus LN at IIES SIBPR are invited in two bid systems (echnical/Pre-qualification and
Commercial Bids). he erms and Conditions resented here are alicable for both echnical and
Commercial Bids from interested eligible agencies in the enclosed rescribed ender Form in original on or
before the scheduled date and time.
Registrar
IIES Shibur.
l. CHECKLIST
Please verify the following before submission of the bid and submit the required documents in the sequence
listed below to avoid reection or disqualification of the bid.
1. EMD of Rs. 30 000/- (Ruees Fifty thousand only) in the form of a Ban Draft / Pay Order in favour of
Registrar IIES Shibur ayable at Kolata in a searate envelo suerscribed with EMD for LN
MC (Tender Advt. No. RA 3S14 Dated: April 3, 2014) with name and address of the Bidder. Te
tenders witout MD will be reected. No interest will be aid on Earnest Money Deosit. EMD of
unsuccessful bidders will be returned in due course of time. If the quotation is acceted and firm fails to
undertae the maintenance contract EMD will be forfeited.
2. echnical Bid (o be submitted in a searate sealed envelo suerscribed with echnical Bid for LN
MC (Tender Advt. No. RA 3S14 Dated: April 3, 2014) Each age of the documents should be duly
signed by the Prorietor/ Partner/ Director of the bidding agency with date and seal.
a. Solution write u describing the solution rescribed by the Bidder.
b. Statement on Comliance for the quoted comonents with roer suorting documents.
c. Performance Statement and Service suort details.
d. ender Secific uthoriation with the Warranty Confirmation from the Manufacturer. (ll
quoted active networing comonents should be of the same OEM. ll quoted assive networing
comonents should be of the same OEM. ll quoted servers should be from the same OEM)
e. Documents substantiating the eligibility conditions mentioned in the tender document.
f. uthorie Service Provider Certificate from the OEM of the quoted active roduct(s).
g. Comany Profile in ustification of its caability to tae u this wor.
h. Photo Coy of Latest Income ax Sales ax Professional ax clearance certificates and coy of
valid rade License.
i. Photo Coy of certificates issued by other clients where similar services were rendered / being
rendered
. he comlete ender Document in original as a toen of accetance of the erms and Conditions
of the ender.
. Deviation Statement with ustification if any.
l. Bidders erms and Conditions
3. Commercial Bid (o be submitted in a searate sealed envelo suerscribed with Commercial Bid for
LN MC (Tender Advt. No. RA 3S14 Dated: April 3, 2014) )
a. Price breau in the enclosed format. (nit rice has to be mentioned wherever alicable)
b. Bidders erms and Conditions
4. ny other document or information as required in the tender document.
S. ll Documents mentioned above should be ut in a single covering envelo suerscribed with uotation
for LN MC (Tender Advt. No. RA 3S14 Dated: April 3, 2014)
2. TENDER FORM
From

To
Te Registrar,
Indian Institute of ngineering Science and Tecnology, Sibpur,
.O. Botanic arden, Howra 711 103,
West Bengal, INDIA.
Dear Sir
I/We offer the suly the items/services detailed in the schedule and agree to hold this letter oen u to 90
days from the date of oening of the tender. I/We shall be bound by a communication of accetance
disatched within the aforesaid eriod.
I/We have understood the instructions and conditions for the contract ertaining to the above mentioned tender
and have thoroughly examined the secifications atterns quoted in the schedule and are aware of the
store/services required and my/our offer is strictly in accordance with requirement.
Coies of the necessary certificated as ased for in the terms and conditions have also been enclosed with the
tender.
Demand Draft / Pay Order No. . dated ... issued by
for Rs. 30000/- (Ruees Fifty housand only) in
favour of Registrar IIES Shibur in the form of Demand Draft/Pay Order ayable at Kolata .
Signature
NME .
DDRESS
3. TERMS AND CONDITIONS
a. Registrar IIES Shibur invites sealed quotations in terms of two searately sealed bids one
technical and the second commercial for NNL MINENNE CONRC (MC) 8
FCILI MNGEMEN SERICES (FMS) 8 REMOL OF OBSOLESENCE (ROB) OF
E CMPS LN IIES SIBPR.
b. he eriod of the award of the contract will be initially for hree years.
c. he rates are to be quoted in the rescribed format enclosed herewith both in words and figures.
No figures or words should be overwritten. Overwritten figures or words should be scored out and
re-written under full signature of the authoried signatory. uotations that do not fulfill this
condition are liable to be reected. Only tyed bids will be considered and hand-written ones will
be considered as invalid bid.
d. ll the documents enumerated in the CECK LIS art (Section 1) mentioned above are
mandatory and failure to submit one or more may mae the bid non-resonsive.
e. Te bid sall remain valid for at least 90 days after te date of opening of te commercial
bids. If any Bidder withdraws his tender before the said eriod. IIES Shibur shall without
reudice to any other right or remedy be at liberty to forfeit the EMD.
f. enders must be accomanied with an Earnest Money Deosit (EMD) of Rs. 30000/- (Ruees
Fifty housand only) in the form of a Ban Draft/Pay Order only drawn in favour of Registrar
IIES Shibur ayable at Kolata. uotations without EMD will be summarily reected. No
interest will be aid on Earnest Money Deosit. EMD of unsuccessful bidders will be returned in
due course of time. If the Bidder awarded with the contract fails to undertae the contract the
corresonding EMD will be forfeited.
g. EMD echnical bid and Commercial bid have to be submitted in three searate duly labeled
sealed envelos and all three envelos have to be ut in a single covering envelo as mentioned
above in the CECK LIS art (Section 1).
. Date ime and enue mentioned above in the Imortant Dates ime and enue section will
strictly be followed and any deviation from them will be notified in the Institute Website
(htt://www.becs.ac.in). No resonsibility whatsoever will be acceted with regard to ostal
delays or for wrong delivery of Bid Documents sent by Post. Bids can also be droed in the
tender box et at the Deartment of Comuter Science 8 echnology IIES Shibur for this
urose. Bids received after due date and time will not be entertained.
i. echnical Bid will be oened by IIES Shibur in the resence of available reresentative(s) of
the bidders.
. If te tecnical documents submitted in te tecnical bid do not ascertain te reuired
tecnical reuirements specified in te Tender, te bid is liable to be treated as
non-responsive. No furter tecnical clarifications will be sougt from te Bidder.
. he quantity given in quotation is aroximate which may increase or decrease for which no
comensation will be aid.
l. Incomplete Bids in terms of any of te reuisite documents are liable to be reected.
4. ESSENTIAL ELIGIBILTY CONDITIONS:
a. Te Bidder must ave te expertise to andle te wor in terms of installation of LAN,
configuring active devices (Switc, Router, Firewall, UTM, Access oints) and associated
services (DHC, DNS, roxy, Web, SMT, IMAO, etc.). Documentary evidences ave to
provided in support of te above. Latest certificates of satisfactory service from te
organiations were te Bidder is maintaining suc LAN and FMS sould be attaced wit te
bid.
b. Te Bidder must provide documentary evidence in support of experience of andling a LAN of
minimum 1000 nodes.
c. Te Bidder sould ave full-fledged office at olata.
d. Te Bidder sould ave te capabilities to andle AMC for all brands and types of ardware
and periperals deployed at IIST, Sibpur Campus LAN. An indicative list is attaced wic
is not exaustive. Te prospective bidders may pysically inspect te Campus LAN and uote to
cover all installed networing components.
e. he Bidder has to attach an undertaing that no Government / undertaing organiations have
blaclisted the firm from any reason.
f. he Bidder should referably be a Comany registered in India.
g. he Bidder should have wor exerience in the server field secially linux based servers. Certificates
of satisfactory service in the server field area from at least two clients must be enclosed.
5. BIDDING PROCEDURE
a) Bids are invited in two bid system (1) echnical Bid and (2) Commercial Bid.
b) Bids should contain documents as enumerated above in CECK LIS section and submitted as er the
date and time mentioned in the IMPORN DES IME ND ENE section.
c) Prosective Bidders may go for a survey of the Camus LN. For te survey, te interested
prospective Bidders may please contact IIST personnel strictly as per te sceduled date, time
and venue.
d) Interested rosective Bidders may articiate in the rebid Meeting to be held on the scheduled date
time and venue.
e) IIES Shibur will oen the echnical bids at scheduled time date and venue in the resence of the
bidders reresentative(s) who choose to attend.
f) he Bidder's reresentative(s) who will be resent shall sign on the aer evidencing their attendance. In
the event of the secific bid oening being declared a holiday for the urchaser the bid shall be oened at
the same time and location on the next woring day.
g) he bidders names bid withdrawals resence of bid security and such other details as the Purchaser at its
discretion may consider aroriate will be announced at the bid oening.
) on evaluation of the echnical Bids only the shortlisted bidders will be invited for a technical
resentation where the Bidder has to substantiate their technical caability for the wor and correctness of
their solution and roect lan in terms of a resentation on the same. he Final echnically Resonsive
bids will be selected on the basis of this resentation.
i) Bidders corresonding to the Final echnically Resonsive bids only will be invited for attending the
oening of the Price Bids. Price Bids of the Final echnically Resonsive Bids only will be oened. he
Bidder's reresentative(s) who will be resent shall sign on the aer evidencing their attendance.
) he Institute reserves the right to insect any or all the claims (both technical and commercial) of Bidder
and satisfy itself about their genuineness. bid containing any claim which is found to be not genuine is
liable to be reected.
6. CLARIFICATION OF BIDS:
o assist the examination evaluation and comarison of bids the Institute may constitute a echnical
Evaluation Committee and may at its discretion as a Bidder for clarification of its bid and to substantiate the
claims in the Bid. he request for clarification and the resonse shall be in writing and no change in rice or
substance of the bid shall be sought offered or ermitted. Clarifications sought but not received within the
given time-frame maes the corresonding Bid liable for being non-resonsive.
7. EVALUATION OF BIDS:
a) he Institute will aoint ersonnel for evaluation of the bids as er its discretion who will evaluate
the bids on behalf of the Institute as er the rocurement rocedure of the Institute.
b) he Institute will examine the bids to determine whether they are comlete required EMD has been
furnished and all relevant documents have been roerly signed.
c) Evaluation of bids shall be done based on the information furnished in the Bid. he conformity of the
bids to the technical secification and commercial terms and conditions shall be examined with
resect to the rovided documents.
d) In case the rovided documents do not clearly substantiate the urose (statutory and/or technical
and/or commercial) the corresonding bid is liable to be treated as non-resonsive. he Institute
reserves its right to (that is may or may nor) as for further clarifications from the Bidder.
e) Resonsiveness of the bid shall also be determined based on the technical and financial caability of
the Bidder to execute the contract on the basis of the rovided documents alone.
f) he Institute may examine the bids to determine
a. he correctness of the information furnished by the Bidder in its bid. In case any information is
found to be incorrect/false the bid shall be considered as non-resonsive.
b. he substantial resonsiveness of each bid to the bidding: For urose of these clause a
substantially resonsive bid is one which conforms to all technical secifications and terms and
conditions of the bidding documents without material or commercial deviations. he Institute's
determination of a bid's resonsiveness is to be based on the contents of the bid itself without
recourse to extrinsic evidence.
8. INSTITUTE RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS OR
AARD
a. IIES Shibur reserves the right to accet or reect any bids and to abort the bidding rocess and reect all
bids at any time rior to award of contract without thereby incurring any liability to the affected Bidder or
Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Institute's action.
b. he accetance of tender will rest with Registrar IIES Shibur who does not bind himself/herself to
accet the lowest bid and reserves himself the right to reect any or all the tenders receive without the
assignment of any reason. ll the bids in which any of the rescribed conditions are not fulfilled or are
incomlete in any resect are liable to be reected.
c. ny information rovided or claim made by the Bidder in the bid document or thereof through
clarifications will mae the bid liable for cancellation.
d. ward of contract may be withdrawn and/or canceled in case the Bidder awarded the contract does not
fulfill the terms and conditions of the contract. Measures as er the contract will be taen by the Institute
to address this issue in terms of forfeiture of the EMD and/or Security Deosit and/or legal measure.
e. Canvassing in connection with tenders is illegal and strictly rohibited and the tenders submitted by the
bidders who resort to canvassing will be reected.
9. TERMINATION BY DEFAULT:
a) Institute may without reudice to any other remedy for breach of contract by written notice of default
sent to the successful Bidder terminate the Contract in whole or art:
i. If the Bidder fails to rovide service/rectify the fault within the time eriod secified in the
contract or any extension thereof granted by the Institute.
ii. If the Bidder fails to erform any other obligation (s) under the Contract.
b) In the event the Institute terminates the Contract in whole or in art the Institute may rocure uon such
terms and in such manner as it deems aroriate services similar to those undelivered for any excess
costs for such similar services. owever the successful Bidder shall continue the erformance of the
Contract to the extent not terminated.
l. TAXES AND DUTIES:
he Bidder shall be entirely resonsible for all taxes duties license fees etc. incurred until delivery of the
contracted services to the Institute or execution of the contract thereof. No tax or duty or license fee
whatsoever will be ayable by the Institute unless secified by the Bidder in the rice bid.
ll. SECURITY & PAYMENT:
a. he successful Bidder will have to deosit a Security Deosit equal to 3 of the total value of the
contract in the form of a Ban Draft or Pay Order or Ban Guarantee. he Security Deosit may
further be reduced to the extent of EMD which will be accordingly adusted. he Bidder awarded the
contract is to execute the contract immediately from the date of lacement of order.
b. If the firm fails to rovide services to the satisfaction of the Institute as er the order during contract
eriod the contract will be canceled and the Security Deosit will be forfeited or Ban Guarantee
revoed. he Security Deosit will be released after comletion of the contract to the satisfaction of
the Institute. dditional Security money may be needed to be deosited in case more items are added
in the MC in future.
c. he successful Bidder will have to sign an agreement with the Institute on a non-udicial stam aer
of aroriate value before taing over the contract.
d. Payment will be made on half yearly advance basis. Other than the first half-yearly ayment a
ayment shall be released on satisfactory execution of the awarded contract in the revious
half-yearly eriod. he satisfactory execution of the contract will be certified by the designated
ersonnel of the Institute.
l2. SUMMARY OF THE OVERALL SCOPE OF ORK
a. Annual Maintenance Contract (AMC): AMC includes ensuring undisturbed seamless service to the
the nodes connected to the selected art of the Camus LN to be covered under this contract. he
BOM of the maor comonents of the LN is stated later in this document. he exact extent both
hysical and comonent-wise of the LN which is to be covered under this contract has to be
exlored and assessed by the Bidder. he maintenance has to be on-site and comrehensive that is
covering all the comonents (assive active and whatsoever) all tyes of failure (fault in
comonents brea in cables faulty configuration malicious attacs etc). he initial eriod of
contract will be three years by which in addition to the maintenance wor the Bidder is required to
relace all the existing active comonents (given later in the BOM) by suitable comonents of given
secifications. he relacement of all active devices as mentioned above is detailed below under the
heading Removal of Obsolescence (ROB). ny active comonent of the LN under MC if
becomes faulty has to be relaced by the corresonding comonent of the given secification. Such
relacement of faulty active comonent will be considered as ROB. he obective is to ensure that
after the contract eriod all the active devices are relaced by devices of given secification. he
solution paper to be submitted by the Bidder as art of the echnical Bid should contain the lanning
(logistic human resource sare OEM suort etc) roosed by the Bidder for this wor.
b. Facility Management Services (FMS): he Bidder is to maintain all the LN associated services
resently imlemented or to be imlemented for roviding smooth LN and Internet service to the
users as er the most aroriate (both technical and statutory) manner. Preferably the services are to
be maintained and/or imlemented using the infrastructure (both hardware and software) available at
the Institute. owever in case the solution rovided by the Bidder needs additional resources then
the same to be exlicitly mentioned and ustified in the echnical Bid and the rice for the same be
included in the commercial Bid. In case the services roosed by the Bidder requires recurring
exenditure in terms of License Fees or whatsoever it has to be exlicitly mentioned in the echnical
Bid and corresonding amount has to be exlicitly shown in the Commercial Bid and stated in the
resentation to be made by the Bidder. he details of the services conceived under the scoe of this
wor have been resented later. he Bidder however may identify new such services and/or
modifications of the enlisted services for ensuring better service to the Institute and/or sers. he
solution paper to be submitted by the Bidder as art of the echnical Bid should contain the lanning
(logistic human resource sare OEM suort etc) roosed by the Bidder for this wor.
c. Removal of Obsolescence (ROB): Bidder need to relace all the active comonents of the LN
under MC within the contract eriod of three years. Every six months the Bidder has to relace
aroximately one sixth of the existing active comonents in terms of their value. he exact list of
active comonents which will be relaced in a articular half-yearly eriod has to be mutually agreed
uon by the Bidder awarded with the contract and the Institute at the beginning of the eriod. he new
comonents by which the existing comonents are to be relaced are to covered by comrehensive
on-site warranty of minimum 10 years baced-u by the OEM certificate to be submitted by the Bider
as art of the echnical Bid (as given the secification later). he active comonent by which an
existing one has to be relaced has to be as er the secification mentioned in the bid. he devices
relaced under this will remain to be roerty of the Institute. he Bidder may however use those
devices at Institute remises for roviding better service.
d. Augmentation Wor: During the contract eriod the existing LN can be extended by adding new
segments or adding more number of comonents in the existing segments. he augmentation should
be carried out by using devices from the list of equiment secified in the tender document. he
active networing comonents to be used in augmentation should also be covered by at least 10 year
comrehensive on-site warranty. he server comonents under augmentation should be covered by at
least 3 year comrehensive on-site warranty. ll other devices used in the augmentation should be
covered by at least 3 year comrehensive on-site warranty or as offered by the OEM whichever is
longer. If installation of any devices involves comonents which are not secified as a searate item
then the rice of that should be included in the quoted rice of the device.
he solution paper to be submitted by the Bidder as art of the echnical Bid should contain a
comrehensive roosal of augmentation of the LAN under te contract for roer service to the existing
users of the said LN along with technical ustification for the roosal. During the echnical Presentation to
be made by the Bidder the same should be highlighted.
For any augmentation of the LN during the contract eriod if order is laced the Bidder awarded the
contract will have to carry out the augmentation at the rice quoted in the Bid or at a lower rice. hat is the
quoted rice in the Bid has to remain valid for the entire duration of the contract eriod.
For comaring the Commercial Bids a proected BOM for augmentation is given in the tender document.
Tat is, wile computing te bid value, te price for te given BOM will be included in addition to te
prices for AMC, FMS and ROB. his does not imly that during the contract eriod order will be laced for
the said BOM or its equivalent. ctual augmentation will be as needed during the contract eriod and may
involve a BOM higher or lower than the one in ender Document.
l3. DtaId Sop of ork
13.1 General Scoe
i. he firm shall deute at least three qualified service engineers at the Institute during woring
hours (09:00 M 06.00 PM) from Monday to Friday on all Institute woring days for attending
day-to-day comlaints and related activities within the scoe of MC and FMS. In the event of
service required beyond the these hours or on holidays the firm should be reared to rovide
services with no extra charges to ensure the roer functioning of the core of the networ. In case
of any disaster/an unforeseen situation the firm may be ased to deute others from their
organiation to sort out the roblem. he qualification of the resident Engineers should be as er
the following table.
S.No Resource Role No of
ersonnel
Minimum Qualification, Relevant xperience and
certification
1 Proect Lead
(Networ 8
Security
Servers)
1
B. ech
Should have at least 3 ears of above of
exerience in I oeration 8 Maintenance
Should have woring exerience of 3 ears in a
Managerial Role in the Maintenance hase of at
least one roect
Should have an OEM certified Networ
Engineer of the quoted OEM roduct(ctive)
2 Site Suort
Executive
(Networ 8
Security)
1
Should have at least 3 ears of above of
exerience in Networing Consulting
3 FMS Suort
Engineer
1
Linux certified
3 year exerience
ii. In case of ending/high worload the firm will deute additional engineers to clear the baclog to
maintain the utime of the LN and FMS.
iii. he details of resident engineers osted at IIES Shibur should be rovided in advance with
resective duty schedule. No resident engineer should be relieved of duties without rior notice to
IIES Shibur of at least one wee. No resident engineer will leave or avail leave till the reliever
reorts for duty.
iv. ll resident engineer deloyed should have good technical nowledge and exerience to diagnose
the roblems. he Institute reserves the right to interview the resident engineers on their sill-set
and may advice their relacement on the basis of their erformance and/or other assessments as
deemed suitable by the Institute and the advice will be binding on the Bidder.
v. he awarded Bidder will rovide heldes management and will deute executive to attend call
and log the call this total call logging will fall under scoe of the Bidder. ll such management
tools should be web-based.
vi. Service engineer(s) should loo after the system/networ administration and caable to wor on
NI Linux and Windows based servers Routers Firewalls (both software and hardware based)
Leased lines Server dministration and Web service administration and alication deloyment
DNS DCP LDP Proxy Web Mail servers etc. he firm must ensure that in case the Service
engineer rovided by the selected Bidder is unable to solve/troubleshoot any of the roblem the
firm will rovide additional technical suort to resolve/troubleshoot the roblem.
vii. ll the resident engineers should carry and dislay the identity card with hotograh rovided by
the selected Bidder. No Resident engineer will be allowed to enter IIES Shibur site without
roer identity cards as mentioned above.
viii. he resident engineer(s) should reort to duty on time and late attendance will be mared as
absent and amount of Rs. 1000/- will be deducted from the MC bill.
ix. he successful Bidder has to extend all necessary suort for hosting/accessing I services (OIP
ideo Conferencing PN and so forth) from/within the LN as required by the Institute.
Configuration of the networ for these ind of services will be the ob of the selected Bidder.
13.2 Scoe oI AMC
i. BOM of the maor devices/comonents of the LN for which MC will be awarded is given in
the ender Document for rovided an imression about the sie of the LN. he extent of the
LN both in terms of the hysical coverage users and devices is to be ascertained by the Bidder
through on-site survey as scheduled above in the MPORN DES IME ND
ENEsection.
ii. he scoe of MC is not restricted to the LN comonents/devices/equiments the duty of the
Bidder will be to ensure satisfactory service to the users and the MC covers everything related to
that.
iii. he scoe covers roer functioning of the LN uto the Information Outlets for wired
connectivity and roer functioning of Wireless ccess Points. he selected Bidder therefore has
to ensure uninterruted connectivity of LN in all Divisions till end users that is uto the
networ cable connecting the end-user device and the Wireless ccess oints.
iv. ll hysical arts/sares and any such defective art will be treated under Comrehensive MC.
v. MC covers all service 8 arts and defective may be relaced by functional standby units
temorarily free of cost till the roer relacement is made by the Bidder or original
equiment(s) are rectified.
vi. Maximum resonse time will be within 2 woring hours from the logging of comlaint. In case
the call lodged cannot be resolved within 4 hours a standby system will be rovided. Minimum
standby sares will be et at IIES Shibur Camus for immediate relacement. If any sares
will not be rovided within the above schedule time we will rocure the sares from the maret 8
the amount will be deducted from the MC amount.
vii. Stationary items i.e. Pen drive CD R/CD RW Staler Paer etc. required for the service will be
borne by Bidder for their suort team and suort activity.
viii. Software/Drivers (as required by IIES Shibur ) will be rovided to the selected Bidder one
time at the starting of MC. Other than that if anything is required to be downloaded should be
done by Engineers.
ix. ll the asset details will be rovided one time at the starting of MC and the selected Bidder will
have to comlete their tagging wor with MC SR and END DES within the first month
of the contract eriod.
x. In all cases all the damaged arts will be relaced by Service rovider within MC cost.
xi. he selected Bidder shall maintain documentation of the reventive maintenance which shall be
verified by the Institute.
xii. Each comlaint must be attended and fixed on same day within woring hours. If the comonent
needs time for relacement then an alternate temorary arrangement must be made by the selected
Bidder.
xiii.If addressing a comlaint does not require deloyment of additional resource not requisitioned
under the MC the comlaint has to be addressed within 2 woring hours after the comlaint has
been registered.
xiv. he Resident Engineers have to maintain logs of the all the comlaints registered and resolved
referably using a elpdes information system to be deloyed and managed by the Bidder. he
log (heldes software or register) should also record the utime (downtime) of the system or a
art.
xv. Where the arts/comonents have failed/damaged or gone into disuse due to any reason
relacement/reair of those arts/comonents shall be made free of cost by the firm within 24
hours of the call. ny relacement has to be made by new comonent(s) satisfying the
secification stated in the tender document and as quoted in the Bid (Mae and Model). In case
non-availability of a articular device/comonent alternative equivalent or higher one from the
same manufacturer (if available) can be used with rior intimation to and accetance by the
Institute.
xvi. Where any active comonents of the LN under MC need relacement the same shall be
relaced under the scoe of Removal of Obsolescence (ROB) of the resent tender.
xvii. In case an equiment/machine is being taen for servicing to service center the successful Bidder
will rovide a standby equiment and will tae rior ermission from IIES Shibur before
taing the equiment out. Cost of transortation and insurance of equiment will be borne by the
selected Bidder.
xviii. he selected Bidder shall maintain all the machines satisfactorily till the end of the contract
eriod and handover all inventory in good woring condition to any agency chosen by the
Institute in case the contract is not extended or is terminated or otherwise.
x. he selected Bidder will not involve third arty in roviding the service.
xi. he selected Bidder has to always maintain the sare arts as standby at the Institute site.
xii. he selected Bidder will submit a monthly reort stating the comlete list and status of well-being
of the networ system falling which the bill for the subsequent ayments will not be considered
for rocessing. he selected Bidder has to attend and reort to the quarterly review meeting.
xiii.he selected Bidder has to give the comlete Networ udit Reort and comiled list of nodes on
LN with hardware/IP address users location etc. within the first month of the contract failing
which a enalty of Rs. 10000/- can be imosed or the contract may be liable to be canceled.
13.2 Scoe oI PMS
. he scoe of this includes management of all active device services necessary for the LN
activities.
ii. reresentative list of such services consists of (not limited to) configuration of switch access
oint LN creation 8 management OS management on the networ servers DNS DCP
roxy content filtering CL P servers Email servers Service des Management etc. he
detailing of this can be made during survey or in the rebid meeting.
iii. Carry out at least the following activities during contract eriod (for the comonents covered
under scoe):
a. Setu eldes at IIES Shibur Camus for carrying out the contract
b. Networing sset Management
c. ll Records (including MC Warranty etc.) of Networing ssets and their dating/
Maintenance should be maintained by the selected Bidder.
d. ardware where the warranty would exire within the contract eriod should come under
MC and list to be rovided by the selected Bidder to the Institute.
e. Performance dministration/ Periodic Monitoring of the Networ and related services.
f. LN related Incidence/Problem/Change/Performance Management
g. Server Management (Data centre 8 Core of the LN)
h. Configure uthentication of 802.1x enable devices
1. Installation and Management of uthentication Bacend (Based on lda or D or whatever)
. Security solution against the existing and all future external threats to the entire networ
including web and mail services and imlement it as art of the contract. Control access to
and from the Institute networ clients intrusion detection with logging rotect against
external intrusions hacing denial of service ort scanning and soofing attacs.
k. Secure suort for Internet services suort user and/or networ and/or time-based RL
filtering content filtering creation and maintenance of demilitaried one for web servers.
J. Protection of mail htt ft and other traffic from Sam worms roans viruses and
malicious ava active ava scrit or other codes.
n. During the contract eriod the bloc of IP addresses used by IIES Shibur should not to be
bloced/shared by any one.
h. hey have to tae Periodic Bacus of Systems and Databases using CD-Writer /ae Drive
and to ascertain networ connectivity data transaction and Internet availability from Networ
Centre to all the Divisional nodes connected in the LN.
o. he Bidder has to rovide a brief write u on aroach and strategy maing use of available
resources in relation to Networ Management and security for mail and other FMS services.
write u on aroach and strategy maintenance in tune with the ucoming technologies will
be rovided by the Bidder with echnical bid.
p. Detect rogue devices using 802.1x or SNMP tras
q. Bul configuration of networ devices when accessed through networ or for BOD devices.
. Bul bacu of configuration of networ devices which are connected in the camus networ
s. Carry out OS ntivirus Firewall and OS udates of the Servers
t. Management of databases including user database and login database.
u. o identify and resolve LN / Internet faults and to ee ready disaster management lans to
uee the imortant servers
v. o monitor and maintain the logs of the hits server utime charts server bacu and intrusion
detection on the Server.
W. Create and monitor irtual LNs Woring Domains for effective use of networ services
x. Networ related echnical suort for all services (Eg. video conferencing IP telehony etc)
hosted (or to be hosted) by the LN.
y. EMail Management (Server and ccounts) webmail and IMP POP3 services Sam
Filtering
z. Management of other agencies roviding associated services (Electricuty Civil Engg C
etc)
aa. Preventive Maintenance of the networing comonents.
bb. Coordination with the OEMs or other agencies for the networing comonents under
warranty.
cc. Sare Management
iv. he selected Bidder will be required to mae changes in the existing infrastructure and
alication to facilitate centralied authentication to all users. he authentication service to be
installed/configured by the selected Bidder should be able to be used by all I related
services/activities conceived by the Institute for all the stae-holders.
v. he solution for services mentioned in the tender document or identified thereof need not be
based on available resources (hardware/software/human) at the Institute. Bidder is free to use
additional hardware and legal software comatible with the existing system to rovide the
solution during the MC eriod as stated above. Such additional resources (if any) have to be
mentioned in the bid and the cost for the same has to be included in the bid rice. he details of
the solutions rescribed by the Bidder has to be rovided in the bid document.
vi. he firm will be required to do changes at networ level to facilitate strict security olicies of the
Institute including roer control on who can access what and when.
vii. he firm will have to imlement networ access control for BOD devices with radius
authentication including when connecting through WIFI.
viii. he wireless networ needs to be roerly configured for hot sots and revent unauthoried use.
ix. he access control olicy and content filtering can be based on user-grous art of the LN
time eriod.
x. Real time monitoring of users allowing to instantly locate users i mac switch ort and
hysical location.
xi. alue-added services such as monitoring discovery and configuration of networ infrastructure
xii. ll networ activities are to be logged as er Government of India laws.
xiii. he firm must give a clear technical details time commitment and lan of action before the
imlementation of any service or strategy.
13.2 Scoe oI Augmentation
i. he selected Bidder will undertae LN activities (suly installation commissioning) as and
when required by the Institute to extend networ connectivity at the quoted in the Bid within the
contract eriod. he Institute will issue searate order for such wors.
ii. Resident engineer osted at Networ Centre will not be sared for new connectivity which will be
considered as a fresh order.
iii. Cost of installation of any device under augmentation should be included in the rice of the item
if not there is an exlicit item for the installation is enlisted in the tender document.
iv. roected BOM for augmentation has been given in the ender Document which will used only
for comarison of the commercial Bids. hat is order for augmentation during the contract eriod
will not be restricted to the given BOM the actual augmentation wor during the contract eriod
may be lower or higher than the given one.
v. Failure in execution of an order of augmentation under the Bid may mae the contract liable for
cancellation.
13.2 Scoe oI ROB
i. Phase wise relacement will be done of the Existing ctive comonents as mentioned in the bid
and the sole owner of the existing hardware is the institute only. Bidder doesn't have any
authority of the old relaced roduct. owever with rior ermission from the Institute the old
comonents may be used by the Bidder for roviding better service to the Institute.
ii. In each half-yearly contract eriod one sixth (in terms of the total value of the active BOM) of
the existing active comonents given in the BOM has to be relaced by the Bidder by similar
comonents secified in the tender free of cost.
iii. he exact items to be relaced in a articular half-yearly eriod will mutually be decided by the
Institute and the selected Bidder.
iv. faulty active device roerly relaced by the Bidder under MC will be treated as relaced
under ROB.
v. he new comonents have to be covered under minimum 10 year comrehensive warranty and
the same should be certified by the OEM of the comonents.
vi. No extra cost will be aid by the Institute for removal of old comonents and/or installation of
the new ones.
vii. In the echnical Bid the Bidder should rovide a comlete lan for ROB for the contract eriod.
viii. he removal of obsolescence is not to be restricted by hysical existence of the comonents
shown in the existing BOM. hat is the selected Bidder has to rovide new equiment as er the
existing BOM irresective of the existence or condition of the comonents.
l4. PENALTY:
i. In cases of downtime beyond those stiulated above enalty will be automatically deducted from
the half-yearly ayable amount.
ii. In case the agency fails to rovide any service listed above there would be a minimum enalty of
Rs. 1000/- er day for the each service affected. If the engineer fails to reort to Networ Centre
then in addition to enalty an additional amount Rs. 1000/- er day will be deducted from the
half-yearly ayment of the selected Bidder as well.
iii. Penalty to be imosed will be subect to a maximum of total value of the contract. In case of the
gross negligence and downtime security deosited by the firm can be forfeited besides immediate
cancellation of the contract.
iv. In case of intermittent failure and reeated failure the system will be considered continuously
down and down time enalty clause will aly accordingly.
v. he items in the list include comonents installed at various locations in the IIES Shibur
Camus. here may be some items that may be under warranty at the time of contract but after
their warranty eriod is over during this contract eriod are to be maintained by the firm.
l5. BILL OF MATERIALS OF THE EXISTING CAMPUS LAN
Tis infrastructure as to be covered under AMC and Obsolescence Removal (Active Components
only)
SL
NO
Description
Quantity
UOM
1 llied elesis 24 Port Managed Switch 29 Nos
2 3 COM 24 Port Managed Switch 6 Nos
3 Cisco 24 Port Managed Switch 8 Nos
4 D-Lin 24 Port Managed Switch 6 Nos
3
D-Lin 16 Port Managed Switch 1 Nos
6 Cisco 1310 P with accessories - Outdoor 7 Nos
7 3Com wireless LN access oint 8230 Indoor 21 Nos
8 D-lin DWL2100 wireless P with antenna - Indoor 3 Nos
9 llied elesis w7400 wireless access oint - Indoor 22 Nos
10 lcon OC-2406n Indoor 7 Nos
11 lcon Outdoor ccess Point 3 Nos
12 Otilin OL-6023gM Wireless access oint and acces Outdoor 11 Nos
13 Systemax 6Core 30/123mm outdoor FO Cable 6000 Mtrs
14 Systemax Cat 3e cable 2600 Mtrs
13 PW 6 wall mount rac with fan 8 C distribution box 38 Nos
16 Systemax Cat 3e 24Port Patch anel 38 Nos
17 Systemax Cat 3e Patch Cord-1mtr 390 Nos
18 Systemax Cat 3e I/O 223 Nos
19 Systemax SC dater Dual 430 Nos
20 Systemax SC Connector 900 Nos
21 Systemax SC-SC Dulex MM Patch Cord 38 Nos
22 Systemax 24Port wall mount LI with blan anel 32 Nos
23 Molex SC-LC Dulex MM Patch Cord 80 Nos
24 Molex 24 core OM3 MM 824 core LWP SM outdoor FO cable 3000 Mtrs
23 Molex 24 ort recounted LI 33 Nos
26 al rac 9 wall mount rac with fan 7 Nos
27 Molex 12 ort recounted LI 2 Nos
28 3Com SSlll 3824 switch plus 4 SFP port switch 18 Nos
29 Allied telesis AT750 switch plus 2 SFP port 20 Nos
30 3com l000Base-S 850 nm SFP module 44 Nos
31 3Com /8 dbi dualband omni antenna 3 CE5923CE582 21 Nos
t resent the Camus LN connects aroximately 1300 cleint devices through coer and 2000
devices through WiFI.
l6. Projtd BOM for Augmntaton
Sl No ltem Qt UOM
l. Server 2 Pc
2. Cat cable 40 Box
3. l/O with face plate, back box 240 Pc
4. Patch cable(lmtr) 250 Pc
5. Patch cable(2mtr) 240 Pc
. Patch panel(24 ports) l Pc
7. MM Outdoor Cable ( core) l0 Mtr
8. Rack-Mount LlU l2 port 9 Pc
9. Pigtail l08 Pc
l0. Fibre patch cord 20 Pc
ll Coupler/Adapter plate l08 Pc
l2. L2 switch 2 SFP ports 7 Pc
l3. SFP Module l2 Pc
l4. L2 switch 24 ports 7 Pc
l5. lndoor ireless AP 24 Pc
l7. Spfaton of th Componnts to b usd for RmovaI of
ObsoIsn and Augmntaton
ll active networing devices should be from the same OEM covered under at least 10 year comrehensive
on-site warranty and to be certified by the OEM. ll assive comonents should be from the same OEM and
be covered under at least 3 year comrehensive on-site warranty. ll servers should be from the same OEM
and be be covered under at least 3 year comrehensive on-site warranty.
17.1 SERVER [Por Augmentation)
Item Description of Reuirement
Chassis 2 Rac Mountable
CP
One or wo Octa/exa/uad/Dual Core Intel eon E3-2600 series Processor. Server sould provide an
intelligent socet tat would ease te installation of CU to avoid errors caused by mis-inserting
processors during install or upgrade.
SULID WITH 2 Nos S-26S0v2 CU
CP L3 CCE
Memory
20MB (1 x 20 MB) L3 cache (M) - 3 MB (1 x 3 MB) L3 cache (MIN) deending uon rocessor model
Motherboard Intel C600 Series Chiset
Memory
768GB with DDR3 Registered (RDIMM) memory oerating at 1066M at 1.33v
236GB with DDR3 Registered (RDIMM) memory oerating at 1600M
48GB with nbuffered (DIMM) memory oerating at 1333M
Server sould support RDIMM wit 3DC1066 MH at 1.3Sv
SRVR SHOULD SULID WITH 64 B RAM
Memory Protection
roposed memory sould support identifying itself and autenticate wit te server installed to
increase reliability of te server
dvanced ECC
Online Sare
Locste mode
DD Bays
Minimum 8 (scalable uto 16)ot Plug 2.3 hard dis bays/ 8 ot Plug 3.3 hard Dis Bays
CDROM/DD Bay
Otical drive Bay One otional otical drive bay to install DD-ROM or DD-RW in 8 SFF or 8 LFF models
DD carrier
Hard dis drive sould support Do Not Remove caution indicator to avoid uman errors in
replacing failed HDD
ard dis drive
to 8 (16 with otional second SS drive cage):
ot lug SFF SS 10K 900/600/430/300 GB
ot lug SFF SS 13K 146/72 GB
ot lug SFF MDL SS 7.2K 1 B/300 GB
ot lug SFF MDL S 7.2K 1 B/300 GB
ot lug SFF S SSD 400/200/100 GB
ot lug SS SLC SFF SSD 400/200 GB
ot Plug SS MLC SFF SSD 800/400 GB
to 8:
ot lug LFF SS 13K 600/430 GB
ot lug LFF MDL SS 7.2K 3/2/1 B
ot lug LFF MDL S 7.2K 3/2/1 B/300 GB
SRVR SHOULD SULID WITH S 3 TB SATA HDD
Controller
PCIe 3.0 based SS Raid Controller with RID 0/1/10/3/30 with 312MB battery baced write cache
(onboard or in a PCI Exress slot). Controller should suort 312MB/1GB/2GB flash baced write cache
Networing features
Server should suort one of the following:
1. 1Gb 4-ort networ adator suorting advanced features such as Large Send offload caability CP
checsum and segmentation LN tagging MSI- umbo frames IEEE 1388 and virtualiation features
such as Mware Netueue and Microsoft M.
2. 10Gb 2-ort Ethernet adator suorting enterrise class features such as LN tagging adative
interrut coalescing MSI- NIC teaming (bonding) Receive Side Scaling (RSS) umbo frames PE boot
and virtualiation features such as Mware Netueue and Microsoft M.
3. 10Gb 2-ort dater roviding Ethernet and iSCSI or Fibre Channel Over Ethernet (FCoE) connectivity
using Converged Enhanced Ethernet (CEE) standards. his adator should suort ardware acceleration
and offloads for stateless CP/IP CP Offload Engine (OE) Fibre Channel over Ethernet (FCoE) umbo
frames and iSCSI.
Ports
SB 2.0 suort With 7 total orts: (2) orts u front (4) orts in bac (1) ort internal and1 internal Secure
Digital (SD) slot
Bus Slots Six PCI-Exress slots atleast 3 with PCIe 3.0 (two x16 and three x8 slots)
Otical drive DD/CD-RW combo drive
Power Suly Redundant Power Sulies
Fans Redundant Fans
Industry Standard
Comliance
CPI 2.0 Comliant PCIe 3.0 Comliant PE suort WOL Suort Microsoft Logo certifications
SB 2.0 Suort
Security
Power-on assword
Serial interface control
dministrators assword
Server should also suort rusted Platform Module microcontroller chi that can securely store artifacts
used to authenticate the server latform. hese artifacts can include asswords certificates and encrytion
eys.
OS Suort
Microsoft Windows Server Microsoft Windows Server yer- Red at Enterrise Linux (REL) Red
at Enterrise Linux irtualiation SSE Linux Enterrise Server (SLES) SSE Linux Enterrise Server
with EN
Oracle Solaris for x86/x64 based Systems Mware Citrix enServer
SHOULD SULID WITH RD HAT NTRRIS LINU WITH 3 YARS SUBSCRITION
Warranty 3 year warranty. Pre failure warranty on CP Memory and ard diss
Provisioning
Essential tools drivers agents to setu deloy and maintain the server should be embedded inside the
server. here should be a built -in date manager that can udate firmware of system by connecting online.
Remote Management
1. System remote management should suort browser based grahical remote console along with irtual
Power button remote boot using SB/CD/DD Drive. It should be caable of offering ugrade of software
and atches from a remote client using Media/image/folder It should suort server ower caing and
historical reorting and should have suort for multifactor authentication.
2. Remote management port sould ave atleast 4B of NAND Flas to download te firmware from
te website directly or from internal system. Server sould support automated firware update.
3. Server should have dedicated 1Gbs remote management ort
4. Server should suort agentless management using the out-of-band remote management ort.
3. he server should suort ctive ealth System which monitors and records changes in the server
hardware and system configuration. It assists in diagnosing roblems and delivering raid resolution when
system failures occur.
6. lications to access the server remotely using oular handheld devices based on ndroid or le IOS
should be availabile.
7. Remote console sharing uto 6 users simultaneously during re-OS and OS runtime oeration Console
relay - Console Relay catures and stores for relay the console video during a servers last maor fault or
boot sequence. Microsoft erminal Services Integration 128 bit SSL encrytion and Secure Shell ersion 2
suort.Should rovide suort for ES and 3DES on browser.Should rovide remote firmware udate
functionality.Should rovide suort for ava free grahical remote console.
Server Management he Systems Management software should rovide Role-based security
Should hel rovide roactive notification of actual or imending comonent failure alerts on critical
comonents lie CP Memory and DD. Should suort automatic event handling that allows
configuring olicies to notify failures via e-mail ager or SMS gateway or automatic execution of
scrits.
Should rovide an online ortal that can be accesible from anywhere. he ortal should rovide one sto
online access to the roduct suort information and rovide information to trac warranties suort
contrats and status. he Portal should also rovide a Personalised dasboard to monitor device heath
hardware events contract and warranty status. Should rovide a visual status of individual devices and
device grous. Te ortal sould be accessible on premise (at customer location - console based) or
off premise (using internet).
Should suort scheduled execution of OS commands batch files scrits and command line as on
remote nodes
Should be able to erform comrehensive system data collection and enable users to quicly roduce
detailed inventory reorts for managed devices. Should suort the reorts to be saved in ML CS or
ML format.
Should hel to roactively identify out-of-date BIOS drivers and Server Management agents and enable
the remote udate of system software/firmware comonents.
he Server Management Software should be of the same brand as of the server sulier.
17.2 Manage Switc [Ior Removal oI Obolecence oI item No 2829 in exiting
BOM an Augmentation)
Arcitecture
he switch should have 24 x 10/100/1000 Base- orts and 4 x 1000 Base- SFP slots.
Shall suort 1000 Base- S L fiber modules
he Switch should be 1
36 Gbs switching caacity
Switching throughut of u to 41 million s
MC ddress table sie of 8000 entries
Should suort static routing in IPv4 8 IPv6 from day-1.
Routing table sie 32 entries (IPv4) 32 entries (IPv6)
Resiliency and ig availability
Shall suort IEEE 802.3ad Lin ggregation Control Protocol (LCP)
Shall suort IEEE 802.1s Multile Sanning ree Protocol
Layer 2 and Layer-3 features
Shall suort IEEE 802.1 (4094 LN IDs) and 236 LNs simultaneously
Shall suort umbo frame
Shall suort Static IP routing in both IPv4 8 IPv6
Convergence and QoS
Shall suort IEEE 802.1B Lin Layer Discovery Protocol (LLDP)
Shall suort IEEE 802.1 raffic rioritiation for real-time traffic classification
Shall suort traffic classification maed to four queues
Shall suort Broadcast control Rate limiting and raffic rioritiation
Security
dvanced access control lists (CLs)
Secure Socets Layer (SSL)
IEEE 802.1 and RDIS networ logins
utomatic LN assignment
SP BPD ort rotection
SP root guard
utomatic denial-of-service rotection
Management assword
Management maintenance
Simle Web management
Single IP management uto 4 switches
Secure Web GI
SNMPv1 v2c and v3
Comlete session logging
Dual flash images
Networ ime Protocol (NP)
17.3. noor Acce Point[Ior Removal oI Obolecence oI item No 710 in exiting
BOM an Augmentation)
Arcitecture
he access oint shall have one R-43 auto-sensing 10/100/1000 Mbs ort
Should have Single core 360 M rocessor 128 MB flash 128 MB SDRM
Shall have Dual radiotwo satial stream access suorting 300 Mb/s er radio
Shall suort dual band : 2.4 G 8 3.0 G
Shall have four embedded antennas and suort for otional external antennas (both for 2.4 8 3.0 G band).
Must be IEEE 802.11a/b/g/n certified
he access oint shall be IEEE 802.3af PoE comliant and shall be rovided with PoE inector or local ower suly of the
same mae
Shall be Plenum-rated for indoor wireless coverage
Mobility Features
Shall suort self-healing self-otimiing local mesh extending networ availability to areas without an Ethernet infrastruc-
ture
Shall suort the Euroean EN60601-1-2 standard for healthcare
Shall be Wi-Fi lliance certified for interoerability with all IEEE 802.11a/b/g/n client devices
Shall suort Wi-Fi lliance Certifications including IEEE 802.11g Wi-Fi and WP2 to hel ensure interoerability
Shall suort irtual Service Communities (SCs) including 16 SSIDs each with unique MC address and configurable
SSID broadcasts individual security and oS rofiles er SC configurable DIM and minimum data rate er SC SCs
that can be maed to searate IEEE 802.1 LNs WMM and/or WMM-PS a security filter and an IP filter
Shall suort IEEE 802.1 authentication using EP-SIM EP-LS EP-LS and PEP
Shall suort MC address authentication using local or RDIS access lists
Shall suort RDIS using EP-MD3 PP CP and MS-CPv2
Shall suort RDIS Client (RFC 2863 and 2866) with location-aware suort
Shall suort Layer 2 wireless client isolation
Shall suort feature to redirect 3 G-caable clients automatically to the less-congested 3 G sectrum
Management features
Shall rovide a system-wide aroach to imrove WLN reliability by roactively determining and adusting to changing
RF conditions
Shall suort real-time ower adustments based on changing environmental conditions and signal coverage adustment
Shall rovide intelligent channel switching and real-time Interference detection
Shall determine the number of clients across neighboring Ps and adusts client allocation to balance the load
Shall suort equal RF transmission time for wireless clients
Shall have Integrated IDS feature
Shall suort secure Web browser (SSL PN) command-line interface SNMP v2c SNMP v3 MIB-II with tras and R-
DIS uthentication Client MIB (RFC 2618)
Shall suort client event log records association authentication and DCP events acet cature tool for Ethernet and
IEEE 802.11 interfaces (PCP format) data rate matrix.
Quality of Service (QoS)
Shall suort er-wireless client ingress-enforced maximums and er-wireless client er-queue guaranteed minimums
Shall maintain Layer 2 and Layer 3 oS settings when using centralied traffic or guest access
Shall suort IEEE 802.1 rioritiation to deliver data to devices based on the riority and tye of traffic
Shall suort L2/L3/L4 classification with IEEE 802.1 LN riority SectraLin SP and DiffServ
Shall suort Wi-Fi MultiMedia (WMM) IEEE 802.11e EDCF and Service-ware riority
Shall suort 12 active calls on IEEE 802.11 a/b/g/n
Shall suort SectraLin oice Priority (SP)
Security features
Shall have Integrated IDS
Shall suort utomated P and client classification reduces manual effort
Shall suort Comrehensive detection caabilities to detect a wide range of attacs
Shall suort Flexible event reorting to enable configuration of which events will result in notifications
Shall suort Location tracing caabilities which hels identify the location of the rogue device
Shall suort Flexible deloyment models which suorts time slicing or dedicating a radio to detect fulltime
Shall suort IEEE 802.1 to rovide ort-based user authentication with suort for Extensible uthentication Protocol
(EP) MD3 LS LS and PEP with choice of ES KIP and static or dynamic WEP encrytion for rotecting wire-
less traffic between authenticated clients and the access oint
Shall suort IEEE 802.11i WP2 or WP
Shall suort KIP/WEP encrytion
Shall suort Local wireless bridge client traffic filtering to revents communication between wireless devices associated
with the same access oint
17.4. Outoor Acce Point [Ior Removal oI Obolecence oI item No 6, 11 & 12 in
exiting BOM an Augmentation)
eneral
Outdoor P with Dual Radios that suorts concurrent oeration on 802.11a/n (3 G) and 802.11b/g/n (2.4 G).
Should have Dual core 800 M 128 MB flash 236 MB SDRM.
Should have outdoor omnidirectional ntenna with 6dBi gain and suorting 2.4 G oeration.
P data rates u to 430 Mbs er radio and 900 Mbs aggregate total
Should be able to run both radios at concurrently on 3G
Should suort Beamforming to rovide better coverage area and better erformance at distances from the P
Should suort Bandsteering to steer wireless clients to the 3 G band for outstanding erformance
Should have one 10/100/1000 Base- orts
Lightening arrestor of same mae to be sulied and installed by Bidder.
Should include hardware for ole and wall mount alications.
Outdoor enclosure should be IP67 rated and NEM 4 rated.
Omnidirectional and directional MIMO antennas should be weather roof and tested to meet the IP67 rating.
Should be able to deloy them either for Local Client ccess Mesh connectivity and Wireless Pacet cature mode
Should suort er-radio software-selectable configuration of the 2.4 G and 3 G frequency bands and Should be avail-
able on both radios
Oerating temerature : -40C to 33C
Oerating relative humidity : 3 to 93 noncondensing
Should suort self-healing self-otimiing local mesh extending networ availability to areas without an Ethernet infra-
structure
Should suort irtual Service Communities (SCs) which includes u to 16 SSIDs each with unique MC address and
configurable SSID broadcasts individual security and oS rofiles er SC configurable DIM and minimum data rate er
SC SCs that can be maed to searate IEEE 802.1 LNs WMM and/or WMM-PS a security filter and an IP filter
Should suort both centrally controlled mode and autonomous mode which is software selectable
Bidder should quote ower inector of the same mae.
Management features
Shall rovide a system-wide aroach to imrove WLN reliability by roactively determining and adusting to changing
RF conditions
Shall suort real-time ower adustments based on changing environmental conditions and signal coverage adustment
Shall rovide intelligent channel switching and real-time Interference detection
Shall determine the number of clients across neighboring Ps and adusts client allocation to balance the load
Shall suort equal RF transmission time for wireless clients
Shall have Integrated IDS feature
Shall suort secure Web browser (SSL PN) command-line interface SNMP v2c SNMP v3 MIB-II with tras and R-
DIS uthentication Client MIB (RFC 2618)
Shall suort client event log records association authentication and DCP events acet cature tool for Ethernet and
IEEE 802.11 interfaces (PCP format) data rate matrix.
Quality of Service (QoS)
Shall suort er-wireless client ingress-enforced maximums and er-wireless client er-queue guaranteed minimums
Shall maintain Layer 2 and Layer 3 oS settings when using centralied traffic or guest access
Shall suort IEEE 802.1 rioritiation to deliver data to devices based on the riority and tye of traffic
Shall suort L2/L3/L4 classification with IEEE 802.1 LN riority SectraLin SP and DiffServ
Shall suort Wi-Fi MultiMedia (WMM) IEEE 802.11e EDCF and Service-ware riority
Shall suort 12 active calls on IEEE 802.11 a/b/g/n
Shall suort SectraLin oice Priority (SP)
Security features
Shall have Integrated IDS
Shall suort utomated P and client classification reduces manual effort
Shall suort Comrehensive detection caabilities to detect a wide range of attacs
Shall suort Flexible event reorting to enable configuration of which events will result in notifications
Shall suort Location tracing caabilities which hels identify the location of the rogue device
Shall suort Flexible deloyment models which suorts time slicing or dedicating a radio to detect fulltime
Shall suort IEEE 802.1 to rovide ort-based user authentication with suort for Extensible uthentication Protocol
(EP) MD3 LS LS and PEP with choice of ES KIP and static or dynamic WEP encrytion for rotecting wire-
less traffic between authenticated clients and the access oint
Shall suort IEEE 802.11i WP2 or WP
Shall suort KIP/WEP encrytion
Shall suort Local wireless bridge client traffic filtering
Standards Certification
Safety standard: L 60930-1 IEC 60930-1 EN 60930-1 EN 60601-1-2 CN/CS-C22.2 No. 60930-1
Medical standard: EN60601-1-2
Environmental: EN 33022 Class B EN 60601-1-2 EN 301 489-1 EN 301 489-17 ICES 003 Class B FCC Part 13 Class
B
17.5. WiPi Controller[Por Augmentation)
Arcitecture
he wireless controller shall have 2 R-43 auto-sensing 10/100/1000 Base- orts
Shall suort minimum 40 IEEE 802.11a/b/g/n ccess Points for centralied management and control which can be ugrad-
ed uto 200 ccess Points without hardware change
Shall have functionality to cluster u to four controllers and create a single virtual controller to rovide an active-active high-
-availability infrastructure.
he wireless controller shall be 1 19 Rac-Mountable.
802.11n Ready from day one.
Should have dual Core Processor 2GB RM and 2MB Cache.
Security features
Shall suort State-full Firewall feature to enforce firewall olicies to control traffic and filter access to networ services
maintains session information for every connection assing through it enabling the firewall to control acets based on ex-
isting sessions
Shall suort N 8 P.
Shall be able to authenticate users with an internal or external RDIS server or Microsoft ctive Directory before allow-
ing full networ connectivity
Shall suort integrated IDS feature
Shall suort automated P and client classification to reduces manual effort
Shall suort comrehensive detection caabilities to detects a wide range of attacs
Shall suort location tracing caabilities to identify the location of a rogue device
Shall encryt all transmitted data for secure remote CLI access over IP networs
Shall encryt all P traffic allowing secure access to the browser-based management GI in the switch
Shall suort IEEE 802.1 ctive Directory and RDIS networ login to control wireless networ access for authentica-
tion and accountability using the IEEE 802.1 Microsoft ctive Directory and RDIS
Shall suort MC based authentication and Web-based authentication
Shall encryts all access methods (CLI GI or MIB) securely through SS v2c SSL and SNMPv3
Shall suort u to 64 64 rofiles
Management features
Shall suort a feature which can rovide a system-wide aroach to delivering WLN reliability by roactively determining
and adusting to changing RF conditions otimies WLN erformance by detecting interference from Wi-Fi and non-Wi-Fi
sourcesby using sectrum analysis caabilities built into the secific access oints identifying rogue activity and maing
decisions at a system-wide level.
Shall suort automatic radio ower adustments for real-time ower adustments based on changing environmental condi-
tions and signal coverage adustment
Shall suort automatic radio channel to Provide intelligent channel switching and real-time interference detection
Shall suort intelligent client load balancing to determine the number of clients across neighboring Ps and adusts client al-
location to balance the load
Shall suort equal RF transmission time for wireless clients
Shall suort ower/frequency sectrum analysis to measure noise from IEEE 802.11 remote sources
Shall suort signal detection/classification to identify source of RF interference for examle Bluetooth cordless hones
and microwave ovens
Shall suort evaluation of channel quality to detect severe channel degradation and imroves the reorting of oor RF er-
formance
Shall allow discovery of Bonour services located in a different layer-3 networ
Shall be manageable through a secure Web browser command-line interface (console ort or SS) SOP or SNMP
Shall suort management interface control and Management LN
Shall suort searate RDIS accounting server suort er SSID and rovides detailed session usage and billing infor-
mation for each client activity
Shall rovide local and remote logging of events via SNMP (v2c and v3) and syslog and rovide log throttling and log filter-
ing to reduce the number of log events generated
Shall suort controller networing for IEEE 802.1D-comliant bridging and bridge MIB (RFC 4188) which is suorted
only on a rimary bridge interface state-full firewall PPPoE client (RFC 2316) ICMP (RFC 792) IEEE 802.1 LN tag-
ging N (RFC 1631) CIDR (RFC 1319) L2P and PPP servers for wireless clients PN client which establishes PPP
or IPSec tunnels to other devices and IGMP snooing (IGMP roxy v1 and v2)
Shall suort RFC 2131 and RFC 3046 (DCP relay otion 82) for server and built-in DCP client
Shall be able to redirect 3 G-caable clients automatically to the less-congested 3 G sectrum
Shall rovide a secure Web browser (Secure Socets Layer SSL and PN) command-line interface SOP SNMP v2c and
v3 MIB-II with tras RDIS uthentication Client MIB (RFC 2618) and RIPv2 MIB extension (RFC 1724) imlements
scheduled configuration and firmware ugrades from a central server offers er-user activity records by time used or data
transferred and suorts remote syslog
Shall rovide visibility between a wired and wireless networ using the IEEE 802.1B Lin Layer Discovery Protocol
(LLDP) and sFlow
17.6. Network Management Sytem [NMS) [Por Augmentation)
he NMS should have sufficient license to manage 100 ctive networing devices from multile OEMs (eterogeneous net-
wor) additionally it should be able to manage wireless networ consisting of 230 P's
he Bidder would need to rovide for NMS/ any other software in order to monitor the different service levels.
It should be FCPS based
NMS should offer intelligent automatic discovery of networ devices to create toology views of the networ
NMS should intelligently analye fault conditions detecting roblems before they become networ disrutions
NMS should rovide networ resonse and availability information for LN networ.
istorical reorting facility that will allow for the generation of on-demand and scheduled reorts of Business Service relat-
ed metrics with caabilities for customiation of the reort resentation
ll the devices and the associated lins should be continuously monitored by the NMS and the alarms/alerts will be rovided
in case of failure of any device/lin
Networ monitoring shall be based on SNMP which is basically server-client architecture
ll networ comonents shall be configured to alert the centralied NMS server via SNMP incase of any events so as to re-
flect real status of all networ comonents and lins across LN
dditionally whenever there is any networ comonent failure the NMS should log all the faults in the event window with a
timestam event descrition or event details comonent affected etc.
he NMS should collect raw data and store the same in a database reository. he database should be integral art of NMS
and not searate entity.
he offered solution should be able to manage all devices in the networ and should be scalable.
he offered solution should have the suitable device secific element manager.
he reorting engine should generate the reorts based on the data collected and hel user in accessing these grahical re-
orts using standard Web browser or any standard browser such as Internet Exlorer or Moilla
he NMS should suort the rovision for automated reort consolidation.
he system must be caable of automatically discovering manageable elements connected to the networ and maing the
connectivity between elements including ort-level connectivity
he solution should have the caability to discover Layer2 8 Layer3 Devices 8 connectivity.
he Solution should be roviding RF rediction information which shows coverage so you can redict coverage's before you
buy or move Ps. Predicts best lacement of Ps based scale and obstacles you rovide. Send and save your RF lan using
oular file formats.
he Solution should be able to rovide location toology shows the hysical osition for each P and suorts the PG/PNG
format bacground image RF coverage should dislays the radio frequency coverage area of each P to hel you locate the
roblem with slow access seed or networ access failure you can then redeloy Ps or adust radio ower or channel a-
rameters to achieve the best signal coverage with the lowest cost.
he system must rovide visualiation tools to dislay networ toology and device to device connectivity.
he system must also be able to document since the last udate connectivity changes that were discovered
he state of the networ comonents on the toology ma shall be reresented by a unique color scheme such as Red to de-
note device Critical' or unavailable and Green to indicate that the device is woring fine.
he system must rovide a real time business services Dashboard that will allow the viewing of the current health of net-
wor elements and servers (that are rocured by the oerator). his shall be inclusive of real-time grahical reorts
he NMS should be able to detect the number of active and faulty lins and other devices on the networ at any time
NMS should be able to accet tras and alarms from the devices 8 dislay aroriate message on NMS console
NMS should allow management suort for new devices added to the networ.
Real-time lin Status erformance monitoring configuration management and reorting
Must include ability to create manage and re-configure LNs.
he NMS should suort the caability to notify status change an event or a roblem on networ equiment by sending
SNMP alert or e-mail
he Bidder shall roose the NMS along with the recommended hardware oerating system and database etc.
17.7. AAA Server [Ior augmentation)
he server should be able to authenticate 1000 concurrent users.
he NMS 8 server should be from the same OEM.
Shall oerate as a centralied RDIS server
Shall rovide authentication user or administrator access and olicy control for centralied access control
Shall be built around central database for all user accounts and centralied control of all user rivileges which can distributes
throughout the networed to networ switches and access oints
Shall be able to rovide services for wired and wireless LN
Shall be able to rovide IEEE 802.1 authentication services for networ switches and wireless access oints
Shall suort Lightweight Directory ccess Protocol (LDP) authentication forwarding for user rofiles stored in directo-
ries from leading directory service OEM including Novell and Microsoft.
Shall rovide features to define different access levels for each administrator and the ability to grou networ devices to en-
force and change of security olicy administration over all the devices in a networ
Shall rovide access control lists based on time-of day networ use number of logged sessions and a day of wee access
restrictions
Shall rovide extensible authentication rotocols lie PP CP EP-MD3 EP-LS and PEP
17.8 6 Core Outoor multimoe Pibre Otic Cable
17.9 6 core Outoor ingle moe Pibre Otic Cable
17.10 24 Core Outoor multimoe Pibre Otic Cable
17.11 24 core Outoor ingle moe Pibre Otic Cable
17.12 24 Core MM + 24 Coe SM Comoite Outoor Pibre Otic Cable
here will be 3 different rice quotations for these three items for. Relevant arts of the following
secification should be considered for resective item. If the OEM does not manufacture comosite cable the
Bidder may quote 24 core SM and 24 Core MM cable searately and their combined rice will be considered
for the same.
Characteristic Required Secification
General Cable containing u to 60 otical fibers in water bloced loose tubes (Maximum 12
fibers er tube) and solid olyethylene fillers total of 3 elements laid-u around a fiber
reinforced lastic (FRP) central strength member water bloced interstices taed
olyethylene inner
sheathed corrugated steel tae armored olyethylene overall sheathed.
Cable containing otical fibers in water bloced in a single tubes taed corrugated steel
tae armored (S) olyethylene (DPE) outer sheathed embedded with two steel
wires on the erihery.
Should meet the following Secifications
vi. ISO/IEC 11801 - 2nd Edition ye OM3 OS2 S/CIF S008
vii. S/NS 3080
viii. I- REC G632 D Low Water Pea Fibre
ix. I/EI 368.C.3
x. RoS Comliant
esting methods are in accordance with the following standards:
I- G.630D
IEC 11801
Geometrical
Proerties
For OS2
Core Diameter 1300nm 9.2 0.4 m
Cladding diameter 123 1.0 m
For OM3
Core Diameter 1300nm 30 3.0 m
Cladding diameter 123 1.0 m
ttenuation Discontinuity Both Windows 0.10dB
Numerical erture 0.14
Max. ttenuation -Otical Performance-OS2
t 1310 nm 0.36 dB/m
t 1330 nm 0.23 dB/m
Max. verage ttenuation
t 1310 nm 0.34 dB/m
t 1330 nm 0.22 dB/m
Max. ttenuation - Otical Performance-OM3
t 830 nm 3.0 dB/m
t 1300 nm 1.0 dB/m
Min. Bandwidth
t 830 nm 2000M
t 1300 nm 300M
Materials Number of elements 3
ube Identification Color coded
Fiber rotection(ube) Polybutylene erehthalate (PB)
Water Blocing hixotroic Gel (ube)
Petroleum elly (Interstices)
Core Wraing Polyethylene erehthalate
rmouring Corrugated Steel ae rmour
(ECCS ae)
Central Strength Member Fibre Reinforced Plastic 2.3 mm
nominal
Fibre rotection(ubes) Polybutylene erehthalate (PB)
Inner Sheath Polyethylene 1.3 mm thicness
hicness of ECCS ae 0.13mm
Overall Cable (Nominal) 16.0mm (Nominal)
Mass (Nominal) 230 g/m
Sheath Stabilied Polyethylene (DPE)
(1.8 mm thicness)
Mechanical
Performance
Max. Bending Radius (during installation) 20 Overall diameter
Max. ensile Strength-Short erm 2800N
Max. Crush Resistance-Short erm 6000N/10 cm
Oerating emerature range -40C -70C
17.13 12 Port Rack mount LU loae
17.14 24 Port Rack mount LU loae
Have suffcent sots to accommodate dupex SC adapters ndvduay.
Matera Powder coated Md Stee
Dmenson
s
Rack Mount 482mm W x 24mm D x 43mm H
U pane can be mounted fus or recessed n 9"cabnet wa rack
accommodaton wt optona Rack mounts ears.
Wa mountabe wt eter eft or rgt vertca Presentaton of fber troug
adapters.
Rear, sde base access for Incomng Outgong backbone cabes
Management rngs wtn te system to accommodate excess fber cordage
bend te troug adapters and mantan fbre bend radus.
Removabe d aso affords protecton to te nterfacng patc cords. Ld s
fxed wt screws.
But n abe facty
Accommodates snge or mutmode fbre
Rugged stee constructon n grapte fns
Product aso avaabe pre-oaded wt STSCMT-R| troug adaptors n
SMMM upon Appcaton.
17.15 UTP CAT - V cable
17.16 24 Port CAT - V Patc Panel
17.17 12 Port CAT - V Patc Panel
17.18 UTP CAT V Patc Cor [1m)
17.19 UTP CAT V Patc Cor [2m)
17.20 UTP CAT V Patc Cor [3m)
17.21 LC LC MM ulex Patc cor 10 Ieet
17.22 SC LC MM ulex Patc cor 10 Ieet
17.23 SC MM Pigtail 1.5 Ieet
17.24 LC LC SM ulex Patc cor 10 Ieet
17.25 SC LC SM ulex Patc cor 10 Ieet
17.26 SC SM Pigtail 1.5 Ieet
17.27 I/O wth fa pIat, bak box
Items 17.13 to 17.27 should be from the same OEM as that for items 17.8 to 17.14
17.28 6U Wall Mount Rack
17.29 15. 9U Wall Mount Rack
17.30 12U Wall Mount Rack
For items 17.28 to 17.30 - Side Door oenable with ower bar and fan(s). Preferred Mae: PW/alrac or
equivalent
17.31 noor Laying oI UTP CAT V Cable troug PVC
17.32 Outoor Laying oI UTP CAT V Cable troug HD Pie
17.33 Unergroun Laying oI PO uing HD Pie
For items 17.31 to 17.33 CPWD standard should be followed.
17.34 Manage Switc [Ior Removal oI Obolecence oI item No 15 in exiting BOM
an Augmentation)
he secification is same as item 17.2 with the excetion that it should not have SFP orts.
l8. Format for CommerciaI Bid
Unit Price (Rs.) Total Price for whole
quantiry (Rs.)
Sl
no.
Ref. No
W.R.T.
Tender

Description of
Equipment Wor
ks
uantity
and
Unit
Unit rate
excluding
excise
customs
duty 8
sales tax
(a)
Excise Duty
Customs
Duty
()
Sales Tax
(c)
Transportatioon
Insurance local
incidental cost
etc
(d)
Total Unit Price
(acd)
(in figures) (in words)
.
2.
3.
Note: In case of discrepancy etween unit price and total price the unit price shall prevail.
Total id price (in figures) Rs.................................. (in words) Rupees .................................................................................
We agree to supply install and demonstrate the performance of the aove items of equipmentsoftwareworks and systems in accordance with the technical
specifications for a contract price quoted against each item within the period specified in the Invitation for uotations. We also confirm that applicale periods of
on-site all comprehensive warranty guarantee for all items of equipment goods and software shall e as per requirement of the Institute detailed in the Tender
Document along with specifications.
Signature of the Bidder........................................
Place:................................................................ Name of the idder.............................................
Date: ........................ Business Address:......... .....................................
..............................................................................
..............................................................................
: Mention the item no. as specified in the Tender Document in this column and give detailed specifications of items offered (and NOT mere copy of specification
stated y purchaser) in extra sheet(s) clearly mentioningthe make and model numer wherever applicale.

Você também pode gostar