tender · pdf filetender document tender for setting ... telecom engineering centre new delhi...
Post on 27-Mar-2018
222 Views
Preview:
TRANSCRIPT
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 1 of 136
TENDER DOCUMENT
Tender for Setting up of CPE Lab
in
TELECOM ENGINEERING CENTRE
New Delhi
2-5/2016-MM/TEC dated 08.04.2016
ISO 9001:2008
Government of India
Ministry of Communications & IT
Department of Telecommunications
TELECOMMUNICATION ENGINEERING CENTRE,
Khurshid Lal Bhawan, Janpath, New Delhi - 110001
(Get this document at http://eprocure.gov.in/cppp/index)
Price: ₹ 7500/- only
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 2 of 136
TABLE OF CONTENTS
SECTION - I NOTICE INVITING TENDER ................................................................... 3
SECTION – II INSTRUCTIONS TO BIDDERS ............................................................. 4
SECTION - III GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT .................... 20
SECTION - IV SPECIAL CONDITIONS OF CONTRACT ............................................... 30
SECTION - V SCHEDULE OF REQUIREMENT AND TECHNICAL SPECIFICATIONS ...... 44
ANNEXURE-I PRE-BID/PRE-CONTRACT INTEGRITY PACT ..................................... 53
ANNEXURE-II INDEMNITY BOND ........................................................................... 60
ANNEXURE-III PROFILE OF BIDDER....................................................................... 61
ANNEXURE-IV EMD BG FORM ................................................................................. 62
ANNEXURE-V NO NEAR-RELATIVE DECLARATION/CERTIFICATE ........................... 63
ANNEXURE-VI NO BLACKLISTING DECLARATION/CERTIFICATE ........................... 64
ANNEXURE-VII PERFORMANCE SECURITY BOND FORM .......................................... 65
ANNEXURE-VIII BID FORM..................................................................................... 67
ANNEXURE-IX LIST OF MAIN TEST AND MEASURING INSTRUMENTS .................... 68
ANNEXURE-X LIST OF OTHER EQUIPMENTS ........................................................... 69
ANNEXURE-XI LIST OF OTHER ACCESSORIES ......................................................... 70
ANNEXURE-XII TECHNICAL PROFORMA ................................................................. 71
ANNEXURE-XIII COMPLIANCE AND DEVIATION STATEMENT ................................. 72
ANNEXURE-XIV SPECIFICATIONS .......................................................................... 73
Price Schedule…………………………………………………………………..BoQ Attached
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 3 of 136
SECTION - I
NOTICE INVITING TENDER
Govt. of India Ministry of Communications & IT
Department of Telecommunications Telecommunication Engineering Centre
Khurshid Lal Bhawan, Janpath,
New Delhi – 110001
Tender No. 2-5/2016-MM/TEC
Dated 08.04.2016
Tenders are invited by Sr. DDG, Telecom Engineering Centre (TEC), on behalf of President of India, only from Original Equipment Manufacturers or System Integrators for Setting
up of CPE Lab at TEC, New Delhi.
Approximate cost of Tender ₹ 5.27 Crores
Tender Fee ₹ 7500/-
Earnest Money Deposit ₹ 12.5 lakhs
Date/Time of Publishing of e-Tender 1100 Hrs of 08.04.2016
Document Download Start Date/Time 1100 Hrs of 08.04.2016
Document Download End Date/Time 1100 Hrs of 02.06.2016
Clarification Start Date/Time 1100 Hrs of 08.04.2016
Date & Time of Pre Bid Conference 1100 Hrs of 25.04.2016
Clarification End Date/Time 1700 Hrs of 26.04.2016
Bid Submission Start Date/Time 1100 Hrs of 17.05.2016
Bid Submission End Date/Time 1100 Hrs of 02.06.2016
Date/Time of opening of Techno-commercial Bid 1130 Hrs of 02.06.2016
The tender document is available on website http://eprocure.gov.in. The intending bidders may download the e-tender document from the above mentioned website. The interested
bidders may submit the bids online at https://eprocure.gov.in in two bids systems (i.e. (i) Techno-commercial Bid and (ii) Financial Bid) in the prescribed proforma. Bids are to be submitted only online through the e-procurement portal
https://eprocure.gov.in/eprocure/app. All the documents in support of bid are also to be scanned and uploaded in the portal. Bid sent by any other mode will not be accepted.
The bidder shall upload the e-bids and submit original ‘Pre-Bid/ Pre-Contract Integrity Pact, Indemnity Bond, Demand Drafts/Banker’s Cheque/BG in respect of EMD & Demand draft/Banker’s Cheque in respect of tender Fee, drawn in any Scheduled Bank in Delhi, in
favor of Accounts Officer (Cash) TEC, New Delhi, in Room No 257, Khurshid Lal Bhawan, TEC, before scheduled date & time. E-Bid submitted without EMD & Tender Fee in the prescribed formats will not be accepted. Tender Fee submitted by the bidders will be non-
refundable.
ADG (MM) TEC, New Delhi
FAX No.: 011-23725144
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 4 of 136
SECTION – II
INSTRUCTIONS TO BIDDERS
1.0 DEFINITIONS:
a. “Advance Purchase Order" means the intention of Purchaser to place the
Purchase Order on the successful bidder.
b. “Bidder" means a company or firm who participates in this tender and
submits its bid.
c. “Contract Price for SLA" means the price payable to the Contractor under
the purchase order for satisfactory performance during SLA period of five
years.
d. “Contract Price for Supply and commissioning" means the price payable to
the Contractor under the purchase order for the supply test instruments and
equipments and its satisfactory commissioning followed by satisfactory
performance during warranty period of two years.
e. “Contractor" means the successful bidder to whom Purchase Order for
setting up of CPE Lab has been placed by the purchaser.
f. “Contract Period” means the period starting from the placement of PO and
ending with expiry of the SLA.
g. “CPE Lab” means Customer Premises Equipment Laboratory proposed to be
set up under the contract.
h. “CPPP” means Central Public Procurement Portal and refers to website
www.eprocure.gov.in/cppp/index through which the entire tender
processing shall be carried out.
i. “DUT” means Device Under Test and implies telecom devices which are
offered to TEC for testing/ certification during normal course.
j. “Goods" means all the Test & Measuring instruments, Computer Hardware/
Software and/ or other accessories / materials, which the Contractor is
required to supply to the Purchaser under the contract.
k. “GR” means Generic Requirements prescribed by TEC, a telecom product is
expected to meet.
l. “IR” means Interface Requirements prescribed by TEC, a telecom product is
expected to meet.
m. “NODAL PERSON” means a person who shall be contacted by purchaser staff
for support in case of no response/ poor response/ no show from the site
engineer/ technician deputed in the CPE Lab by the Contractor, for the
purpose of ensuring maintenance support.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 5 of 136
n. “Purchase Order" means the order placed by the Purchaser on the Contractor
signed by the Purchaser including all attachments and appendices thereto
and all documents incorporated by reference therein. The purchase order
shall be deemed as "Contract" appearing in the document.
o. “Purchaser" means the Telecommunication Engineering Centre (TEC).
p. “Project” means the complete work being awarded through this tender,
which includes supply, installation, integration, validation, commissioning,
training, warranty and service support for the stated periods.
2.0 REGISTRATION AT E-PROCUREMENT PORTAL:
For participating in bidding through the e-procurement portal, it is necessary
for the bidders to be the registered users of the e-procurement portal i.e.
the CPPP. For Bidders guidance Bidders Manual Kit is available at
http://eprocure.gov.in/eprocure/app.
3.0 ELIGIBLE BIDDERS:
3.1 General:
3.1.1 The bidder for this tender shall belong to any of the following categories.
a. Test & Measurement Equipment manufacturer (OEM), or exclusive channel
partner of OEM, who shall be original equipment manufacturer of part /
complete solution being offered as per the Scope and Schedule of
Requirements as mentioned in Section-V,.
b. System Integrator (who does not fall in the category mentioned above in
clause 3.1.1 (a)).
3.2 Bidder Company Status:
3.2.1 The bidder company shall be registered and incorporated in India under the
Companies Act, 1956 or Companies Act, 2013. In case of firm, it shall be
registered under the relevant law.
3.2.2 The bidder, as per clause 3.1.1(a) shall have valid MOU or agreement signed,
with one or more OEM’s covering the complete scope of the project except for
those possessed by him. These OEMs shall be termed as partner OEMs. The
bidder, as per clause 3.1.1(b) shall have valid MOU or agreement signed with
OEM’s for the complete offered solution for the entire period of contract as per
terms of contract/ tender. The complete solution shall include supply,
installation, integration (OEMs equipment with other equipments or subsystems
as well as UMPs), validation, commissioning, trial, training, warranty and AMC
of the supplied equipments for the CPE Lab as described in Section-IV of this
document.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 6 of 136
3.3 Technical Experience:
3.3.1 If the bidder belongs to category indicated in clause 3.1.1.a, he should have
supplied to any organization, at least one of each of the Test and Measuring
Instruments as per the list in Annexure-IX, any time during the past three
financial years i.e. FY 2012-13, 2013-14 & 2014-15. Proof of such supply should
be provided in the form of copy of purchase order from concerned organization/
entity.
3.3.2 If the bidder belongs to category indicated in clause 3.1.1.b then he should
have experience of setting of similar type of ‘LAB’ in India or Abroad any time
during last three financial years i.e. FY 2012-13, 2013-14 & 2014-15. (LAB’ for
this purpose shall mean “It is a facility (or a set of facilities) where activities
related to R&D, integration and testing of Hardware and Software in respect of
Electronic and telecom test and measuring Instruments being procured through
this tender, with centralised management facility are carried out.”.), OR
He should have experience of setting of at least three wide area enterprise
networks consisting at least one DATA server and five traffic aggregation points
in each network, distributed over at least three campuses any time during last
three financial years i.e. FY 2012-13, 2013-14 & 2014-15. Proof of such supply
should be provided in the form of copy of purchase order from concerned
organization/ entity.
3.3.3 If the bidder is a system Integrator fulfilling the eligibility conditions in clause
3.3.2, out of the equipments being offered to be supplied by him, at least one
of each of the Test and Measuring Instruments as per the list in Annexure-IX
with this tender document should have been supplied any time during the past
three financial years i.e. FY 2012-13, 2013-14 & 2014-15. Proof of such supply
should be provided in the form of copy of purchase order from concerned
organization / entity.
3.3.4 The bidder or its partner OEM’s shall have capability and experience in
development and implementation of test scripts for various test & measurement
equipment to facilitate automated test processes. The bidder or its partner
OEM’s shall also have experience in integrating multiple test & measurement
equipment for functions and test capabilities.
3.3.5 In case the partner of the bidders are Indian subsidiary of a Foreign OEM, either
Indian Subsidiary or its Parent Company shall met, jointly the OEM experience
criteria mentioned at clause 3.3.3.
3.3.6 In case the name of Test Instruments indicated in the copies of purchase orders
submitted by the bidder in support of technical experience are different from
those indicated in Annexure-IX, he may be asked to submit additional
documents to establish that the supplied Instruments and those asked for are
functionally the same.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 7 of 136
3.4 Turnover:
The bidder (in case of a foreign OEM: either Indian subsidiary or its parent
company), shall have Annual audited financial turnover of at least ₹ 2 Crores
during each of the last 3 completed financial years FY 2012-13, 2013-14 &
2014-15. In case the turnover is in foreign currency, the SBI exchange rate as
on the date of actual opening of the bid shall be taken into account.
3.5 Certification:
The bidder as well as the OEMs in respect of items mentioned in Annexure-IX,
shall have a valid (on the date of opening of tender) ISO 9001:2008 or TL-9000
certification (as applicable) for last three consecutive financial years FY 2012-
13, 2013-14 & 2014-15.
4.0 COST OF BIDDING:
The bidder shall bear all costs associated with the preparation and submission
of the bid. The Purchaser, will in no case, be responsible or liable for any costs,
regardless of the conduct or outcome of the bidding process.
5.0 DOCUMENTS COMPRISING THE TENDER:
5.1 The goods required, bidding procedures and contract terms are prescribed in
the Bid Document. The Bid Document includes:
a. Notice Inviting Tender
b. Instructions To Bidders
c. General (Commercial) Conditions Of Contract
d. Special Conditions Of Contract
e. Technical Specifications & Schedule Of Requirement
f. EMD BG Form
g. Pre-Bid/Pre-Contract Integrity Pact
h. Profile Of Bidder
i. No Near Relative Declaration/Certificate
j. No Blacklisting Certificate
k. Performance Security Bond Form
l. Bid Form
m. Indemnity Bond
n. List Of Main Test And Measuring Instruments
o. List Of Other Instruments And Equipments
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 8 of 136
p. List Of Other Accessories
q. Compliance Statement
r. Deviation Statement
5.2 Price Schedule shall be filled separately in pre-defined financial Bid format
attached with the tender and as per the procedure given in Bidders Manual Kit
for e-procurement.
5.3 The bidder is expected to examine all instructions, forms, terms and
specifications in the tender document. Failure to furnish all information as per
the tender document or submission of e-bid not as per the requirement of
tender document in every respect will be at the bidders risk and result in
rejection of the said e-bid.
6.0 CLARIFICATIONS/AMENDMENTS OF TENDER:
6.1 A prospective bidder requiring any clarification on the tender document shall
upload its queries on e-procurement portal, prior to 1700 Hrs of 26.04.2016.
6.2 Purchaser shall upload the response to such queries, which are received in due
time, generally by 15 days prior to the date of opening of the bids.
6.3 At any time, prior to the date of submission of bids, Purchaser may, for any
reasons whether at its own initiative or in response to a clarification sought by
a prospective bidder, modify the tender document by amendments.
6.4 The amendments/ clarifications, if any, which are uploaded on the CPPP, shall
form an integral part of the tender document, and shall be binding on all
bidders.
6.5 It shall be the sole responsibility of the prospective bidder to check the CPPP
from time to time for any amendment in the e-tender documents. In case of
failure to get the amendments, if any, the purchaser shall not be responsible.
6.6 Interested bidders are required to keep abreast of latest corrigendum(s) issued
by Purchaser till the date of submission of bid.
7.0 PRE-BID CONFERENCE:
7.1 A Pre-bid conference shall be held at 1100 Hrs of 25.04.2016 (may be extended
to next day(s), if required) in the New Committee Room, 3rd Floor, Telecom
Engineering Centre, Khurshid Lal Bhavan, New Delhi. The queries already
received shall, to the extent possible, be clarified in the Pre-bid Conference. The
prospective bidders may attend the conference for clarifications on technical
specifications of the test and measuring instruments and other terms and
conditions of the tender document. The queries, verbally raised during the Pre-
Bid conference by the prospective bidder, must be uploaded in the e-portal by
1700 Hrs of 26.04.2016. Consolidated clarifications/ replies to the relevant
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 9 of 136
uploaded queries, shall form part of the tender document, and shall be uploaded
on the web-sites, generally by 15 days prior to the date of opening of the bids.
7.2 For interpretation of any condition of this tender document, the decision of
purchaser shall be final and binding on the Prospective Bidder.
7.3 In order to afford prospective bidders a reasonable time to take the amendment
into account in preparing their bids, the purchaser may, at its discretion, extend
the deadline for the submission of bids suitably.
8.0 DOCUMENTS COMPRISING THE BID :
The bid prepared by the bidder shall comprise of:
(1) Techno-commercial bid and
(2) Financial bid
8.1 The list of documents as mentioned in clause 8.2 of this section to be
submitted under the bid must be uploaded in pdf format along with scanned
copy of Demand Draft/ Banker’s Cheque/ BG for Earnest Money Deposit and
Demand Draft/ Banker’s Cheque for Tender Fee. However, original Pre-Bid/
Pre-Contract Integrity Pact, indemnity Bond, Demand Drafts/ Banker’s
Cheque/ BG in respect of EMD, and Demand draft/ Banker’s Cheque in respect
of Tender Fee shall be submitted in Room No 257, Khurshid Lal Bhawan, TEC
upto the last date of submission of e-bids (1100 Hrs of 02.06.2016).The
purchaser reserves the right to seek actual documents for any uploaded
documents during evaluation of the e-bid.
8.2 The Techno-commercial bid should contain:
a. Scanned copy of Demand Draft/ Banker’s Cheque for the prescribed
amount of tender cost (₹ 7500/-)
b. Scanned copy of Demand Draft/ Banker’s Cheque or BG from Scheduled
Bank of India for the prescribed amount (₹ 12.5 lakhs) of earnest money
deposit as per EMD BG Form given at Annexure-IV.
c. Copy of the duly executed Pre-Bid/ Pre-Contract Integrity Pact as per
Annexure-I.
d. Indemnity bond as per Annexure-II.
e. Duly filled and signed Profile of bidder as per Annexure-III.
f. List of Partners/ directors of the bidder along with Partnership Deed or
Article/ Memorandum of Association, as applicable.
g. Power of attorney/ authorization letter in favour of Authorised Signatory
for signing the bid document as per clause no. 8.8 to 8.11 of this section.
h. Attested copy of Certificate of Registration of company/ firm as per clause
3.2.1 of this section.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 10 of 136
i. Latest NSIC certificates and documents, if applicable.
j. Complete Audited financial report as a proof for annual turnover of ₹ 2
Crores or more in preceding three financial years by the bidder(s)/ OEMs
in respect of items mentioned in Annexure-IX.
k. Copy of documentary evidence of having experience in setting up of similar
type of lab clearly indicating the facilities/ instruments as well as the
complete postal address and contact details of the lab in support of clause
no 3.3.2 of this section, if applicable.
l. Copy of documentary evidence of experience of setting of at least three
wide area enterprise networks consisting at least one DATA server and five
traffic aggregation points in each network, distributed over at least three
campuses any time during last three financial years i.e. FY 2012-13, 2013-
14 & 2014-15 in support of clause no. 3.3.2 of Section-II, if applicable.
m. Copy of PAN card/ GIR card, copy of Sales Tax Registration Certificate of
the organization and copy of Registration Particulars/ Certificates
regarding VAT/ Service Tax.
n. Latest VAT Return.
o. No near relative Certificate/Declaration as per Annexure-V.
p. Self-Certificate for not being black listed/ debarred from participation in
tender process by any office of the central government as per proforma in
Annexure-VI.
q. Duly filled Bid Form as per Annexure VIII.
r. A copy of MOU/ Agreement/ contract (s) between bidder and OEMs, if
applicable, as per clause 3.2.2 of this section.
s. Copy/ Copies of Purchase Order duly authenticated by the authorized
signatory of the bidder as proof of supply as per clause 3.3.1 of this
section.
t. Certificate confirming satisfactory delivery/ supply of the T&M instruments
supplied as per clause 3.3.1 or 3.3.3 of this section.
u. A copy of Certificate confirming ISO 9001:2008 or TL 9000 as per clause
3.5 of this section.
v. Duly filled Technical Proforma as per Annexure-XII mentioning name of
his collaborator (if applicable), brand name and model no along with
software version of the products offered in this tender. The technical
literatures of the products should also be submitted.
w. Compliance and deviation statement clearly indicating deviations as per
clause 10.1 of this section, if any, against each item as per proforma in
Annexure-XIII.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 11 of 136
x. Tender document (consisting of all Sections and Annexures, Subsequent
Amendments/Clarifications if any, and all requisite supporting documents
as mentioned above (from a to w), duly filled and signed by the authorised
signatory with the stamp of the bidder, along with any other supporting
documents signed by the authorised signatory with the stamp of the
bidder.
8.3 The Price Schedule shall be filled separately as given in financial bid in the
format available in the e-portal.
8.4 The bidder is expected to examine all instructions, forms, terms& conditions
and specifications in the tender Document and amendments/ clarifications, if
any, and submit the bid accordingly.
8.5 Any bid unaccompanied by EMD or/ and Tender Fee in variance with the
instructions herein, is liable to be rejected summarily.
8.6 No tender shall be uploaded after 1100 Hrs of 02.06.2016. In case the last date
of submission of bids is declared as Central Government holiday in Delhi, the
original EMD & Tender Fee will be accepted upto the next working day till the
same time and the Techno-commercial Bid will be opened on the same working
day at the scheduled time.
8.7 In case any requisite document(s) is submitted with bid in any language other
than Hindi or English, the duly signed copy of the translation of that document
from any authorised translator shall also be submitted along with the bid
document.
8.8 The power of Attorney should be submitted and executed on the non-judicial
stamp paper of appropriate value as prevailing in the respective states(s) and
the same be attested by a Notary public or registered before Sub-registrar of
the state(s) concerned.
8.9 The power of Attorney should be in favour of person(s) authorized by the Board
of Directors of the bidder for signing and participating in the bid process, on
behalf of the Company/ institution/Body corporate.
8.10 In case of the bidder being a partnership firm, the said Power of Attorney should
be executed by all the partner(s) in favor of the said Attorney.
8.11 Board of Directors, who is unable to register Power of Attorney in India due to
territorial constraints, shall give board resolution to this effect.
9.0 BID PRICES:
9.1 The prices should be quoted only in Indian Rupees as per Price Schedule only.
No foreign exchange shall be made available by the purchaser.
9.2 The bidder must quote a definite price for each component & each year for SLA.
In case the prices of any component are included in some other component, it
should be mentioned specifically in the remark column, failing which the bid
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 12 of 136
shall be rejected. However the Price of that component shall be indicated as ‘0’
in the relevant column.
9.3 The column for quoting “Unit Rate (After discount, if any) in Figures to be
entered by the Bidder” should not be left blank. If there is no specific price
towards any component or SLA, the same shall be indicated as ‘0’ in the relevant
column.
9.4 In case any column other than “Unit Rate (After discount, if any) In Figures to
be entered by the Bidder” of Price Schedule is left blank the value of that
component shall be treated as ‘0’.
9.5 It is mandatory to quote the rate for complete configuration, including all the
software, in respect of all the items mentioned in Price Schedule.
9.6 The bidder offering concessional Excise Duty /sales tax shall submit the proof
of applicable concessional Excise Duty /Sales Tax.
9.7 In the case of revision of Statutory Levies/ Taxes during the finalization period
of tender, the purchaser reserves the right to ask for reduction in the prices if
there is reduction in any duties or taxes.
9.8 A bid submitted with an adjustable or variable price will not be accepted.
9.9 Any changes in the taxes shall have no effect on the price during the scheduled
delivery period except that any decrease shall be passed on to the purchaser.
9.10 Telecommunication Engineering Centre has been registered with Department of
Scientific & Industrial Research, Govt. of India and is exempted from payment
of custom duty on production of custom duty exemption certificate. Rates
should be quoted without any custom duty in case the items are to be imported
by the Contractor from their principals and the invoice & other documents are
in the name of purchaser. The Custom duty exemption certificate will be
provided only after the items arrive at destination airport.
9.11 Price should be quoted indicating (i) unit price after discount, if any (ii) % Excise
/custom duty, (iii) % VAT, (iv) % Service Tax, (v) Freight charges (Unloading
and unstacking) (vi) Any other Taxes/ Duties/ levies. All charges towards
transportation, insurance, loading unloading, unstacking etc., as applicable
shall be included in Freight charges.
9.12 The price approved by the purchaser for procurement will be inclusive of all
levies and taxes i.e., Sales Tax, VAT & Excise Duty, packing, forwarding, freight
and insurance etc., for delivery up to the Ultimate Consignee. Break
up/variation in various heads like Custom duty, Excise duty, Sales Tax,
Insurance freight and other taxes paid/payable is for the information and any
changes in the taxes shall have no effect on the price during the scheduled
delivery period except that any decrease shall be passed on to the purchaser.
9.13 Amount of each of the tax applicable on the supplies may be indicated clearly
in the price schedule, failing which it will be presumed that that no tax is
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 13 of 136
applicable or the price quoted is inclusive of the applicable taxes and as such
no amount shall be payable on this account.
10.0 DOCUMENTS ESTABLISHING GOODS CONFORMITY TO BID
DOCUMENTS:
10.1 The evidence of goods in conformity with the technical specifications of all the
equipments as mentioned in the Schedule of Requirements in clause 7.0 of
Section-V shall be essentially supported without fail in the form of supporting
technical literature, Test Reports, Self-Certification chart and data at the time
of submission of bid. The bidders shall be required to furnish a clause-by-clause
compliance of all the terms & conditions of the tender demonstrating substantial
responsiveness in the form of signing & stamping all the pages of the original
bid document and supporting technical material by the authorized
person/persons. In case of deviations, a statement of deviations and exceptions
shall be given by the bidder in the proforma as per Annexure-XIII.
10.2 For purposes of compliance to be furnished pursuant to Clause 10.1 above, the
bidder shall note that the goods and reference to brand/ model names or
catalogue number, designated by purchaser in its Technical Specifications are
intended to be descriptive only and not restrictive. Any additional Features in
the listed items and any additional item not listed, which is required to comply
the scope of project as per section-V of this tender is to be provided without fail
10.3 The bidder should furnish the name of his OEMs (if applicable), brand name,
model no. and type of the products offered in this tender. The technical
literatures of the products should also be submitted both in printed and CD
form. No change in either technology or product shall be permitted after
opening of bids.
10.4 The purchaser may waive any minor infirmity or non-conformity or deviations
in the bid which does not constitute a material deviation, provided such waiver
does not prejudice or affect the relative functional requirement under the scope
of this tender.
11.0 EARNEST MONEY DEPOSIT (BID SECURITY):
11.1 Furnishing Of EMD
11.1.1 Earnest Money Deposit (refundable) of ₹ 12.5 lakhs (₹ Twelve lakhs Fifty
Thousands Only) is to be furnished with the bid by way of demand draft,
banker’s cheque, pay order, or Bank Guarantee (as per Annexure-IV) valid for
at least 285 days, from the date of opening of bids, from any scheduled bank
in India, drawn in favor of AO (Cash), TEC, payable at New Delhi. Any other
amount of money lying with the purchaser cannot be adjusted against this
head. Failure to furnish Earnest Money Deposit shall result in summarily
rejection of the bid.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 14 of 136
11.1.2 The bidder registered with National Small Scale Industries Corporation (NSIC)
for the tendered item under single point registration scheme and desirous of
claiming concessions available to such units inclusive of Earnest Money
Deposit, should submit their latest and valid NSIC certificate and documents
in respect of their monetary limit and financial capability duly certified by
NSIC. Failure to furnish such certificate /documents shall not entitle to avail
any concession.
11.2 Forfeiture Of EMD
11.2.1 The EMD shall stand forfeited if
a. The bidder withdraws its offer before initial bid validity.
b. The successful bidder, who’s tender is accepted, fails or refuses to furnish
the security deposit amount within the stipulated time, or fails or refuses
to execute the contract.
c. It is established that near-relatives of bidder is working in the units of DoT.
d. The bidder is found to be debarred/ blacklisted to participate in the tender
process by TEC.
e. In case it is found that tender documents submitted by the Bidder have
been altered by way of tampering or doctoring.
11.2.2 In the above cases, in addition to forfeiture of EMD, TEC may debar/ blacklist
the bidder from participation in future tenders of TEC for a specified period,
without prejudice to any further action against the bidder.
11.3 Refund/Release Of EMD
11.3.1 No interest would be payable for any period on EMD or on any other amount
lying with the purchaser.
11.3.2 The EMD amount/BG will be refunded/ released only after finalisation of
tender, and on receipt of written request from the unsuccessful bidders.
11.3.3 The EMD of the successful bidder will be refunded/released only after the
receipt of the prescribed Performance Security Deposit/Bank Guarantee and
shall not be adjusted in the security deposits.
12.0 PERIOD OF VALIDITY OF BIDS:
12.1 The prices quoted in the bid shall remain valid for acceptance by the purchaser
for a period of 240 days from the date of opening of bids. A bid valid for a
shorter period shall be rejected by the purchaser as non-responsive.
12.2 In case the Purchaser requests, in writing, the bidders to extend the period of
validity of their bids, they may confirm the extension of the validity of their bids
in writing, unconditionally. In such a case, the validity of the BG, if furnished,
should also be extended suitably. The bidder accepting the request and granting
extension will not be permitted to modify its bid.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 15 of 136
13.0 SUBMISSION OF BIDS:
13.1 The bidders shall upload their bids online at e-procurement portal, in response
to the e-tender published by the department. Bid submission can be done from
the date of release of e-Tender till the last date of receipt of e-bids, as
mentioned in the schedule in NIT (Section-I). Pre-Bid/ Pre-Contract Integrity
Pact, indemnity Bond, payments for Tender Fee and EMD must be received by
the Purchaser at the address “Assistant Director General (MM), Room No. 257,
TEC, Khurshid Lal Bhawan, Janpath, New Delhi” not later than the prescribed
time on due date (1100 Hrs of 02.06.2016). In case, the last date of submission
of bids is declared as central government holiday in Delhi, the original EMD &
Tender Fee will be accepted up to the next working day till the same time and
the Techno-commercial Bid will be opened on the said working day at the
scheduled time.
13.2 The bidders should start the bid submission process well in advance so that
they can submit their e-bid in time. The bidder should submit their e-bid
considering the server time displayed in the e-procurement website. This server
time is the time by which the e-bid submission activity will be allowed till the
permissible time on the last/ end date of submission indicated in the e-tender
schedule.
13.3 Once the e-bid submission date and time is over, the bidders cannot submit
their e-bid.
13.4 The Purchaser shall not be responsible for delay in submission of e-bid due to
any reasons. No other mode of submitting the bid except the online method
should be entertained.
13.5 The Purchaser shall not be responsible if the bids are uploaded in any other
portal than the one specified.
13.6 The Purchaser may, at its discretion extend this deadline for the submission of
the bids by amending the tender document in which case all rights and
obligations of the Purchaser and bidders previously subject to the deadline will
thereafter be subject to the deadline as extended.
13.7 Not more than one bid shall be permitted from a single bidder otherwise all the
bids submitted by such bidder shall be summarily rejected.
14.0 LATE BID:
The server time indicated in the bid management window on the CPPP will be
the time by which the e-bid submission activity will be allowed till the
permissible date and time scheduled in the e-tender. Once the e-bid submission
date and time is over, the bidder cannot upload the e-bid.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 16 of 136
15.0 MODIFICATION AND WITHDRAWAL OF BIDS:
The bidder may modify, withdraw or re-submit its e-bid online only, before the
bid submission date and time as per provisions available in CPP Portal.
16.0 OPENING OF BIDS:
16.1 A two stage process shall be adopted in the evaluation of the bids. The
purchaser shall open Techno-commercial bids online and check the Techno-
commercial bids proposal online.
16.2 Bidder may check portal for status of tender opening, online.
16.3 The date fixed for opening of bids, if subsequently declared as central
government holiday in Delhi, the revised date of schedule will be notified.
However, in absence of such notification, the bids will be opened in the next
working day at the same time.
17.0 CLARIFICATION OF BIDS BY THE PURCHASER:
To assist in the examination, evaluation and comparison of bids, the purchaser
may, at its discretion, seek clarification/ document(s) of its bid from the bidder.
Only the information furnished, by the bidder, shall be considered in future
evaluation. However, no post-bid clarification at the initiative of any bidder shall
be entertained.
18.0 TECHNO-COMMERCIAL BID EVALUATION:
18.1 The bids of only those bidders shall be considered for Technical evaluation, who
have executed (in advance) and submitted the ‘Pre-Bid/ Pre-Contract Integrity
Pact’, on a stamp paper of ₹100/-, as per Annexure-I, along with their bids. The
authority to sign the Pact on behalf of purchaser is ADG (MM), TEC. A copy of
the signed pact shall be given to the bidder by the purchaser and the same will
be uploaded on e-procurement portal along with the e-bid. The person signing
the ‘Pre-Bid/ Pre-Contract Integrity Pact’ should have authorization letter for
signing the bid document as per clauses 8.8 to 8.11 of this section.
18.2 The bids will be evaluated Technical to determine whether they are complete,
whether documents have been properly submitted, and whether bids are
generally in order and qualify for opening and evaluation of financial bid.
18.3 Bid shall be considered substantially responsive if it conforms to the terms and
conditions without any material deviation.
18.4 The purchaser or his authorized representatives shall have the right to inspect
the labs etc. of the bidder, for verification of facts furnished by the bidder in
support of his bid documents, and the bidder is bound to answer any query
made by the purchaser.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 17 of 136
19.0 FINANCIAL EVALUATIONS AND COMPARISON OF BIDS:
19.1 The purchaser shall shortlist only those bidders who are technically eligible and
have submitted substantially technical responsive bid for opening of financial
bid. Successful bidders would be intimated online regarding opening of financial
bids. The Financial Bids of technical unsuccessful bidders would not be opened.
19.2 Prices quoted in the on line Price Schedule as defined in the e-portal only will
be considered for evaluation.
19.3 The evaluation and comparison of responsive bids shall be done on the
composite total price of the goods offered inclusive of Levies & Taxes i.e., Sales
Tax, VAT & Excise Duty, packing, forwarding, freight and insurance etc. as
indicated in the Price Schedule of the e-portal.
19.4 The Contractor shall quote for a year wise Service Level Agreement for 5 years.
The cost shall include all expenses (including maintenance cost and manpower,
software/ updates, spares, repairs, calibration, visit of expert etc.).
19.5 The cost of SLA will be added to the basic quotation for the purpose of
evaluation at the discount rate of 12% per year. Since the SLA will start at the
end of warranty period of two years, the calculation for NPV of SLA will be done
as follows:
Net Present Value (NPV) of SLA= Quoted rates for SLA for 1st year / (1.12)3
+ Quoted rates for SLA for 2nd year / (1.12)4
+ Quoted rates for SLA for 3rd year / (1.12)5
+ Quoted rates for SLA for 4th year / (1.12)6
+ Quoted rates for SLA for 5th year / (1.12)7
19.6 For the purpose of determination of lowest (L-1) bidder, price comparison will
be done for the total price of all the items as given in Price Schedule and the
NPV of SLA.
19.7 The purchaser may waive any minor infirmity or non-conformity or irregularity
in a bid which does not constitute a material deviation, provided such waiver
does not prejudice or affect the relative ranking of any bidder.
20.0 CONTACTING THE PURCHASER:
20.1 No bidder shall try to influence the purchaser on any matter relating to its bid,
from the time of the bid opening till the time the contract is awarded.
20.2 Any effort by a bidder to influence the purchaser in the purchaser's bid
evaluation, bid comparison or contract award decision shall result in the
rejection of the bid of that bidder.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 18 of 136
21.0 PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL
BIDS:
The purchaser reserves the right to accept or reject any bid, and to annul the
bidding process and reject all bids, at any time prior to award of contract
without assigning any reason whatsoever and without thereby incurring any
liability to the affected bidder or bidders on the grounds for the purchaser’s
action.
22.0 PLACEMENT OF ORDER:
22.1 The purchaser shall consider placement of orders on the bidder whose offer has
been found technical and financially acceptable. The tender will be awarded to
the lowest (L-1) bidder.
22.2 The purchaser shall place an Advance Purchase Order of the tendered quantity
on the bidder whose offer has been accepted. The issue of an Advance Purchase
Order shall constitute the intention of the purchaser to enter into the contract
with the bidder.The bidder shall, within the stipulated time, furnish performance
security in conformity with the terms and conditions, in the form of a demand
draft or bank guarantee as per the proforma enclosed at Annexure-VII, from
any scheduled bank in India.
22.3 Failure to furnish performance security within the stipulated time may result in
cancellation of Advance Purchase Order along with forfeiture of the EMD.
22.4 Purchase Order will be placed only after acceptance of the performance security
submitted by the bidder.
22.5 The issue of Purchase Order shall constitute the Award of Contract on the
bidder.
23.0 PURCHASER'S RIGHT TO VARY QUANTITIES AT TIME OF AWARD:
23.1 Purchaser reserves the right at the time of award of contract to increase or
decrease the quantity of goods specified in the Schedule of Requirements by up
to 25% of value of the tender cost without any change in unit price of the
ordered quantity or other terms and conditions at the time of award of contract.
However purchaser reserves the right to order any item as mentioned in the
Price Schedule
23.2 Repeat Order: The purchaser reserves the right to place repeat order up to 25%
of the original value of the tender cost. However, such orders shall be placed
after price negotiation (downward) with the Contractor considering the
reasonability of rates based on prevailing market conditions and the impact of
reduction in duties and taxes, if any.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 19 of 136
24.0 DISQUALIFICATION OF BIDDER:
24.1 Purchaser reserves the right to blacklist a bidder for a suitable period in case
bidder fails to honor his bid without sufficient grounds acceptable to the
purchaser. The already blacklisted/ debarred bidders by TEC are not qualified
to participate in the tender process and their bids shall be rejected summarily.
This action is in addition and prejudice to forfeiture of EMD or any further action,
as deemed fit, against the bidder.
24.2 The suppliers whose equipment does not perform satisfactorily in accordance
with the specifications may also be disqualified for a suitable period as decided
by the purchaser.
24.3 The bidder should give a certificate that none of his/ her near relative is working
in the units where he/she is going to apply for the tender, as per Annexure-V.
None of the near relative of proprietor OR all partners of partnership OR all the
Directors of the company excluding Government of India/Financial institution
nominees and independent non-Official part time Directors appointed by Govt.
of India or the Governor of the state should be working in the unit where the
tender is being applied. Due to any breach of these conditions by the company
or firm or any other person the tender will be cancelled and Earnest Money
Deposit will be forfeited at any stage whenever it is noticed and purchaser will
not pay any damage to the company or firm or the concerned person. The
company or firm or the person will also be debarred for further participation in
the concerned unit.
The near relatives for this purpose are defined as:-
a. Members of a Hindu undivided family.
b. They are husband and wife.
c. The one is related to the other in the manner as father, mother, son(s) &
Son’s wife (daughter in law), Daughter(s) and daughter’s husband (son in
law), brother(s) and brother’s wife, sister(s) and sister’s husband (brother
in law).
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 20 of 136
SECTION - III
GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT
1.0 APPLICATION:
These General Conditions shall supplement the ‘Instructions to the Bidders’ as
contained in Section-II.
2.0 STANDARDS:
The Goods supplied under this contract shall conform to the Technical
Specifications as mentioned in Annexure-XIV, and Special conditions mentioned
in Section-IV.
3.0 PATENT RIGHTS:
The Contractor shall indemnify, in the format prescribed in Annexure-II, the
purchaser against all third-party claims of infringement of patent, trademark or
industrial design rights arising from use of the goods or any part thereof in CPE
Lab. in TEC, New Delhi.
4.0 PERFORMANCE SECURITY:
4.1 The Contractor shall furnish performance security to the purchaser for an
amount equal to 10% of the contract value for the Goods as prescribed in
Advance Purchase Order within 15 days of issue of the Advance Purchase Order.
4.2 The proceeds of the performance security shall be payable to the purchaser for
non-compliance on account of the Contractor’s failure to complete its
obligations under the contract.
4.3 The performance security may be submitted in the form of demand draft in
favour of AO (Cash), TEC, or in the form of a Performance Bank Guarantee
(PBG) issued by a scheduled bank as per proforma in Annexure-VII.
4.4 The Performance Bank Guarantee (PBG) shall be valid for at least 97 Months
from the date of Advance Purchase Order. The PBG shall be renewed from time-
to-time till all the liabilities under the contract are resolved by the Contractor,
or till 6 months beyond the expiry of SLA period, whichever is later.
4.5 Normally the amount of Liquidated Damages (LD) will be recovered/ adjusted
from the payment of next bill. However, in case, any amount of Liquidated
Damages (LD) is recovered from PBG, the Contractor shall replenish the PBG to
original value within 30 days of recovery.
4.6 The purchaser will discharge the performance security bond, deducting the
pending dues, liquidated damages, if any, after completion of the Contractor’s
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 21 of 136
performance obligations including warranty and SLA obligations under the
contract.
4.7 No interest shall be paid on the security deposit amount.
5.0 INSPECTION AND TESTS:
5.1 The purchaser or his representative shall have the right to inspect and test the
measuring instruments as per prescribed test schedules for their conformity to
the specifications. Where the purchaser decides to conduct such tests on the
premises of the Contractor or its partner OEM(s), all reasonable facilities and
assistance like Testing instruments, hardware and other test gadgets and
relevant software & software test scripts including access to drawings and
production data shall be furnished at no charge to the purchaser.
5.2 Should any inspected or tested goods fail to conform to the Specifications the
purchaser may reject them and the Contractor shall either replace the rejected
instruments or make all alterations necessary to meet Specification
requirements free of cost to the purchaser.
5.3 Notwithstanding the pre-supply tests and inspections prescribed in clause 5.1
& 5.2 above, the goods on receipt in the purchaser’s premises will also be tested
during and after installation, and shall be “validated” before “take over” and if
any instruments or any part thereof is found defective, the same shall be
replaced free of all cost to the purchaser as laid down in clause 5.4 below.
5.4 If any instruments or any part thereof, before it is taken over under clause 5.5,
is found defective or fails to fulfil the requirements of the contract, the
purchaser shall give the Contractor notice setting forth details of such defects
or failure and the Contractor shall make the defective equipment good, or alter
the same to make it comply with the requirements of the contract forthwith and
in any case within a period not exceeding three months of the initial report.
These replacements shall be made by the Contractor free of all charges at site.
Should it fail to do so within this time, the purchaser reserves the discretion to
reject and replace at the cost of the Contractor, the whole or any portion of the
equipment as the case may be, which is defective or fails to fulfil the
requirements of the contract. The cost of any such replacement made by the
purchaser shall be deducted from the amount payable to the Contractor.
5.5 When the validation is successfully completed, the CPE Lab shall be declared as
Commissioned subject to meeting other requirements related to
commissioning, and the purchaser shall issue a Taking-Over Certificate. The
purchaser shall not delay the issue of any “Taking Over Certificate”
contemplated by this clause on account of minor defects in the physical
installation which do not materially affect the commercial use thereof provided
that the Contractor shall undertake to make good the same in a time period not
exceeding two months. The Taking-Over Certificate shall be issued by the
purchaser within two weeks of commissioning of CPE Lab, after other
requirements of taking-over, as described in clause 6 of Section-IV are complied
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 22 of 136
with by the Contractor. In this case BCPC (Bill copy payable challan) shall be
equivalent to “Taking over certificate” issuance of which shall certify receipt of
goods in Safe & Sound Condition. However, they shall not discharge the
Contractor of their warranty obligation.
5.6 Nothing in clause 5 shall, in any way release the Contractor from any Warranty
or other obligations under this contract.
6.0 PACKING, FORWARDING AND DISPATCH DOCUMENTS:
6.1 The Contractor shall ensure that the goods are securely and adequately packed
and marked to ensure safe arrival at the destination withstanding all hazards,
such as rough handling, severe climatic conditions, natural calamities etc.
during transit.
6.2 The Contractor shall be fully responsible for the safe arrival of the goods at
destination till they are received by the purchaser, in good working condition.
6.3 Intimation of dispatch of goods should be sent to the consignee well within time.
Such intimation should also be sent to the paying authority and to the
purchaser.
6.4 The goods shall be supplied in original packing from the manufacturer clearly
indicating item’s Serial No, date, etc.
7.0 DELIVERY:
7.1 Delivery of the goods along with original printed copies of documents in English
shall be made by the Contractor in accordance with the Schedule of
Requirements (SOR) and the Special Conditions of the contract. The delivery of
the equipment shall be to the Consignee as given in the purchase order.
7.2 Complete set of documents for the whole project both in printed as well in soft
copy shall be provided. This shall include test reports for hardware and
software, software licences and documents, physical and wiring layout, network
diagrams, technical specifications and instruction/ operation manual(s) of the
instruments/ devices used in the project.
7.3 The delivery of the goods for all the items in schedule of requirements shall be
completed within time period specified in clause 9 of Section-IV. All the goods
are to be delivered at the location specified in the PO.
7.4 In case the purchaser exercises the right of pre supply testing as per clause 5.1
above, supplier has to ensure that the goods are offered for pre-supply testing
sufficiently in advance so as to meet the scheduled delivery requirement.
Purchaser shall not be responsible in any manner for deviation from the
prescribed delivery schedule.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 23 of 136
7.5 If the supplier fails to complete the supply, installation, validation and
commissioning as per clause 7.2 above, the purchaser reserves the right to
cancel the P.O. and encash the Performance Bank Guarantee.
7.6 Extension of delivery period against the P.O., if any, may be granted subject to
the condition that purchaser shall have the absolute right to revise the price(s)
as per clause 10 of this section and also to levy LD for the delayed supplies.
8.0 WARRANTY:
8.1 The Contractor shall warrant that the goods or any part thereof to be supplied
shall be new and free from all defects and faults. The manufacturer must have
used the material of the highest grade and consistent with the established and
generally accepted standards for the type ordered and shall perform in full
conformity with the technical specifications as per Annexure-XIV. The
Contractor shall be responsible for any defect that may develop under the
conditions provided by the contract and under proper use, arising from faulty
material, design or workmanship such as corrosion of the equipment,
inadequate quality of material to meet equipment requirements, inadequate
contact protection, deficiencies in circuit design and/or otherwise and shall
remedy such defects at his own cost when called upon to do so by the purchaser
who shall state in writing in what respect the goods are faulty. This warranty
shall survive inspection or payment for/ and acceptance of goods, but shall
expire (except in respect of complaints notified prior to such date) 24 months
after the commissioning of Lab.
8.2 The warranty period of the hardware and software components shall be for two
years after successful commissioning and taking over of Lab by the purchaser.
During the warranty period, the complete responsibility to keep the goods in
working (including manpower and replacement of parts / components hardware
and software and or both) shall rest with the Contractor.
8.3 If it becomes necessary for the Contractor to replace or renew any defective
portion(s) of the goods under this clause, the provisions of the Clause 5.3 of
this Section shall apply to the portion(s) of the goods so replaced or renewed
or until the end of the above mentioned period of 24 months, whichever may
be later. If any defect is not remedied by the Contractor within two weeks, the
Purchaser may proceed to get the defects remedied from other sources, at the
Contractor’s risk and expenses, but without prejudice to any other rights which
the purchaser may have against the Contractor in respect of such defects
including extension of warranty for delay beyond 2 weeks. SLA conditions as
per Section-IV shall be applicable during warranty period also except that no
payment shall be made for compliance of SLA conditions during warranty
period.
8.4 Replacement of any hardware and software components under warranty clause
shall be made by the Contractor free of all charges at site including freight,
insurance and other incidental charges.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 24 of 136
9.0 PAYMENT TERMS:
9.1 The first installment of payment equal to 40% of the contract price for supply
and commissioning shall be released on proof of receipt of entire ordered goods
by the consignee.
9.2 The second installment of payment equal to 30% of the contract price for supply
and commissioning, shall be paid on the successful commissioning of the lab as
per clause 6 of Section-IV, on production of Taking Over Certificate from TEC.
9.3 The third installment of payment equal to 30% of the contract price for supply
and commissioning, shall be released on successful completion of field trial as
per clause 6 of Section-IV, subject to following conditions:
i. No pending issue related to performance of the CPE Lab.
ii. Satisfactory performance of maintenance personnel.
iii. Completion of one batch each of Training stage-I and Training stage-II.
9.4 All payments mentioned above are for all the items in the price schedule
excluding SLA cost.
9.5 Cost of the goods supplied in a purchase order will be paid on receipt of the
goods in good condition by consignee, at site. For claiming this payment
following documents must be produced:
a. Bills in duplicate duly pre-receipted
b. Delivery Challan
c. Excise gate pass and/or Custom Duty Paid Certificate or equivalent
document as applicable.
d. Proof of payment of Octroi/ Entry tax etc., if any
e. Certificates of receipt of goods in physically good condition along with
complete set of documents for the whole project as per clause 7.2 of this
section, from the ultimate consignee.
9.6 Payments would be made in Indian Rupees. Any foreign Exchange & Customs
clearance formalities if necessary will have to be arranged by the Contractor
himself.
10.0 PRICES:
10.1 Prices charged by the supplier for goods delivered and services performed under
the contract shall not be higher than the prices quoted by the Supplier in his
Bid.
10.2 Prices once fixed will remain valid during the scheduled delivery period.
Increase and decrease of Taxes and other statutory duties will not affect the
price during this period.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 25 of 136
10.3 Any increase in taxes and other statutory duties/levies after the expiry of the
delivery date shall be to the Contractor’s account. However benefit of any
decrease in these taxes/duties shall be passed on to the purchaser by the
Contractor.
11.0 SUBCONTRACTS:
No subcontracts are permitted.
12.0 DELAYS IN THE CONTRACTOR’S PERFORMANCE:
12.1 Delivery of the Goods and performance of the services shall be made by the
Contractor in accordance with the time schedule specified by the purchaser in
its purchase order. In case the supply is not completed in the stipulated delivery
period, as indicated in the Purchase Order, purchaser reserves the right to short
close/ cancel this purchase order and/ or recover liquidated damage charges.
The cancellation/ short closing of the order shall be at the risk and responsibility
of the Contractor and purchaser reserves the right to purchase balance
unsupplied item at the risk and cost of the defaulting Contractors.
12.2 Delay by the Contractor in the performance of its delivery and SLA obligations
shall render the Contractor liable to any or all of the following sanctions, viz.,
imposition of liquidated damages, and forfeiture of its performance security
and/or termination of the contract for default.
12.3 If at any time during the performance of the contract, the Contractor encounters
condition impacting timely delivery of the goods and performance of service,
the Contractor shall promptly notify to the purchaser in writing the fact of the
delay, its likely duration and its cause(s). As soon as practicable after receipt
of the Contractor’s notice, the purchaser shall evaluate the situation and may
at its discretion extend the period for performance of the contract subject
extension of period of performance security deposit.
12.4 If the supplies are not completed in the extended delivery period, the purchase
order may be short-closed and both the Performance securities shall be
forfeited. However in such situation the Contractor will have to furnish a fresh
performance security of 10% of the Purchase Order value for the quantity
supplied.
12.5 In case the partner OEM/ OEMs fail to support/ help the Contractor and as a
result bidder fails to provide satisfactory service to the TEC, the Contractor
alone will be held liable for any kind of loss incurred by the TEC.
13.0 LIQUIDATED DAMAGES:
13.1 The date of delivery of the stores stipulated in the acceptance of tender should
be deemed to be the essence of the contract and delivery must be completed
not later than the dates specified therein. Extension will not be given except in
exceptional circumstances. Should, however, deliveries be made after expiry of
the contract delivery period, without prior concurrence of the purchaser, and
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 26 of 136
be accepted by the consignee, such deliveries will not deprive the purchaser of
his right to recover liquidated damages.
13.2 Should the Contractor fail to deliver the stores or any consignment and
performance of services thereof within the period prescribed for delivery the
purchaser shall be entitled to recover 0.5% of the value of the delayed supply
for each week of delay or part thereof for a period upto 10 weeks, and thereafter
at the rate of 0.7% of the value of the delayed supply for each week of delay
or part thereof for another 7 weeks and further.
13.3 If there is a delay in commissioning of the Lab, LD charged shall be levied on
the total value of the Purchase Order (excluding the value of SLA). The LD rate
shall be 0.5% of total value per week for period of ten weeks and thereafter at
the rate of 0.7% of the total value per week for each week of delay or part
thereof for another 7 weeks of delay.
13.4 LD associated with obligations of Contractor during warranty and SLA period
are described in clause 13 of Section-IV.
13.5 Quantum of liquidated damages assessed and levied by the purchaser shall be
final and not challenged by the Contractor. LD if any will be recovered from the
payment to be made to the Contractor.
13.6 Any amount which becomes due and recoverable from the Contractor on
account of liquidated damages relating to this contract shall also be recoverable
from any sum that is due or any sum thereafter may become due to the
Contractor out of this contract or any other valid contract with the TEC.
13.7 The PBG shall be encashed to the extent of LD amount, if the same is not paid
within the time period specified in the notice for recovery of LD. Where the Bank
Guarantees have been encashed partially, the Contractor on such occasions
shall restore the encashed guarantees to the full amount. Any failure to do so
shall amount to violation of the terms and conditions of the project. Without
prejudice to its rights of any other remedy, purchaser may encash Bank
Guarantee (PBG) in case of any breach in terms & conditions of the project by
the Contractor.
14.0 FORCE MAJEURE:
14.1 If, at any time, during the continuance of this contract, the performance in
whole or in part by either party of any obligation under this contract is
prevented or delayed by reasons of any war or hostility, acts of the public
enemy, civil commotion, sabotage, fires, floods, explosions, epidemics,
quarantine restrictions, strikes, lockouts or act of God (hereinafter referred to
as events) provided notice of happenings of any such eventuality is given by
either party to the other within 21 days from the date of occurrence thereof,
neither party shall by reason of such event be entitled to terminate this contract
nor shall either party have any claim for damages against other in respect of
such non-performance or delay in performance, and deliveries under the
contract shall be resumed as soon as practicable after such an event come to
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 27 of 136
an end or cease to exist, and the decision of the purchaser as to whether the
deliveries have been so resumed or not shall be final and conclusive. Further
that if the performance in whole or part of any obligation under this contract is
prevented or delayed by reasons of any such event for a period exceeding 60
days, either party may, at its option, terminate the contract.
14.2 Provided, also that if the contract is terminated under this clause, the purchaser
shall be at liberty to take over from the Contractor at a price to be fixed by the
purchaser, which shall be final, all unused, undamaged and acceptable
materials, bought out components and stores in course of manufacture which
may be in possession of the Contractor at the time of such termination or such
portion thereof as the purchaser may deem fit, except such materials, bought
out components and stores as the Contractor may with the concurrence of the
purchaser elect to retain.
15.0 TERMINATION FOR DEFAULT:
15.1 The purchaser may, without prejudice to any other remedy for breach of
contract, by written notice of default, sent to the Contractor, terminate this
contract in whole or in part
a. If the Contractor fails to deliver any or all of the goods within the time
period(s) specified in the contract, or any extension thereof granted by
the purchaser pursuant to Clause15.
b. If the Contractor fails/delays to perform any other obligation(s) under
the Contract; and
c. If the Contractor, in either of the above circumstances, does not remedy
his failure within a specified period (or such longer period as the
purchaser may authorize in writing) after receipt of the default notice
from the purchaser.
15.2 In the event the purchaser terminates the contract in whole or in part pursuant
to Clause 15.1, the purchaser may procure, upon such terms and in such
manner as it deems appropriate, goods similar to those undelivered and the
Contractor shall be liable to the purchaser for any excess cost for such similar
goods. However the Contractor shall continue the performance of the contract,
including SLA, to the extent not terminated.
16.0 TERMINATION FOR INSOLVENCY:
The purchaser may at any time terminate the Contract by giving written notice
to the Contractor, without compensation to the Contractor, if the Contractor
becomes bankrupt or otherwise insolvent as declared by the competent court
provided that such termination will not prejudice or affect any right of action or
remedy which has accrued or will accrue thereafter to the purchaser.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 28 of 136
17.0 ARBITRATION:
17.1 In the event of any dispute or difference arising as to the execution of the
contract or as to the respective rights or liabilities of the parties or the
interpretation of any condition of agreement (except as to any matters the
decision of which is specially provided for any by those or the special
conditions) the same shall be referred to the sole arbitration of Advisor (T), Dot,
New Delhi or of his nominee. If the post of Advisor (T) is vacant, a higher
authority or his nominee will act as Sole Arbitrator. The award of the arbitrator
shall be final and binding on the parties to the agreement.
17.2 The arbitrator may from time to time with the consent of the parties to the
agreement enlarge the time for making the award.
17.3 Upon every such reference, the assessment of the cost incidental to the
reference and award respectively shall be the discretion of the arbitrator.
17.4 The agreement to appoint an arbitrator will be in accordance with the Arbitration
and conciliation Act. 1996.
17.5 In the event of such arbitrator to whom the matter is originally referred, being
transferred or vacating his office or being unable to act for any reasons
whatsoever another person shall be appointed to act as arbitrator by purchaser
in accordance with terms of agreement and person so appointed shall be
entitled to proceed from the stage at which it was left out by his predecessors.
17.6 The venue of arbitration shall be New Delhi the place from which the acceptance
note is issued or such other places, as the Adviser (T) at his discretion may
determine. In this clause, the terms Adviser (T) includes any other officer who
is for the time being discharging the duties of Adviser (T), whether in addition
to other functions or otherwise.
18.0 SET OFF:
18.1 Any sum of money payable to the Contractor (including security deposit
refundable to him) under this contract may be appropriated by the purchaser
or the purchaser or any other person or persons contracting through the
purchaser and set off the same against any claim of the purchaser or purchaser
or such other person or persons for payment of sum of money arising out of
this contract or under any other contract made by the Contractor with purchaser
of the purchaser or such other person or persons contracting through the
purchaser.
18.2 The Contractors, who are given Purchase Orders, must give the details of the
supplies made against all the Purchase Orders every month on the first working
day of the following month to the purchaser.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 29 of 136
19.0 COURT JURISDICTION:
This Contract/ PO is subject to jurisdiction of the competent Courts at New Delhi
only.
20.0 PAYMENT METHOD:
20.1 Payment shall be made to the Contractor electronically or through cheque for
which a Contractor shall provide the necessary details of his bank account.
20.2 Income Tax or any other applicable taxes shall be deducted at source at the
time of payment to the Contractor, in accordance with the provisions of the
relevant applicable Acts.
21.0 PAYING AUTHORITY:
Sr. DDG (TEC), shall be the paying authority and A.O. (Cash),
Telecommunication Engineering Centre, Gate No. 5, Khurshid Lal Bhavan,
Janpath, New Delhi shall be the disbursing authority.
22.0 CONSIGNEE:
ADG (AS), Telecommunication Engineering Centre, Gate No. 5, Khurshid Lal
Bhavan, Janpath, New Delhi shall be Consignee for supply of goods.
======
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 30 of 136
SECTION - IV
SPECIAL CONDITIONS OF CONTRACT
1.0 The special conditions of contract shall supplement the ‘Instructions to the
Bidders’ as contained in Section-II & “General (Commercial) Conditions of the
Contract” as contained in Section-III and wherever there is a conflict, the
provisions herein shall prevail over those in Section-II and Section-III. If there
is any discrepancy in NIT published in newspapers and eligibility, terms &
conditions stipulated in tender document, provision in the tender documents
will prevail.
For interpretation of any condition of this tender document, the decision of
Purchaser shall be final and binding on the Bidder.
2.0 OBJECTIVE AND SCOPE:
2.1 The objective of this tender is to set up a CPE Lab in TEC, at its HQ at New
Delhi. This Lab is to be equipped with capability to test various telecom products
against the respective GRs/ IRs issued by TEC. In addition, the Lab will also
have capabilities to test functionalities and performance of some telecom
products not covered by GRs/ IRs. Further, it is envisaged to connect the test
instruments/ equipments available in the Lab to a common platform called
‘UMP’ to carryout centralized configuration of Test Instruments and DUTs.
2.2 The tender envisages carrying out all activities, on turn-key basis, related to
supply, installation, integration, validation, commissioning, field trial, training
and two years warranty after successful commissioning and thereafter five
years’ service support for the CPE lab in TEC, as per requirements and terms
and conditions of the tender/ contract. The following main items of work are
included in this project:
a. Supply of Test and Measuring Equipments and associated accessories as per
Annexure-IX, X and XI.
b. Supply and installation of UPS including batteries.
c. Installation, integration, commissioning, trial, and any such activity as may
be required to bring the equipments to functional status.
d. Supply and installation of software, scripts, test jigs, bench or any such
support system, which will result in systematic testing of equipments and
presentation of test results.
e. Supply and installation of a common platform- UMP (Unified Management
Platform) through which the test instruments and the DUTs shall be
connected so as to facilitate centralized configuration, testing and report
generation.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 31 of 136
f. Training on operation and maintenance of test equipments as well as on
testing methodology and techniques relevant to the scope of the Lab.
g. Maintenance Support of the equipments procured for the CPE Lab during
warranty period of two years and SLA period of five years, beyond the
warranty period. The Maintenance support shall be provided at first level by
deputing a site engineer and a technician to the CPE Lab during working
hours.
2.3 The contractor will ensure that the batteries in the UPS provide the stated
backup time at the rated load, failing which battery shall be repaired/ replaced
by the contractor as per clause 11.2 of this section.
3.0 INSTALLATION:
3.1 Installation as per specifications given in clause 1 of section V shall be started
soon after supply of the equipments at the site provided by the purchaser with
light, air conditioning, AC supply through UPS and earthing at one point, and
shall involve following activities:
i. Arrangement of equipment tables/ desks/ furniture and racks according
to layout of the Lab, and fixing of racks, cable trays and other fixtures
as may be required.
ii. Laying of power, earthing, data, signal, or other such cables or
connectivity and extension of AC supply and earthing from common
distribution point in the Lab to the racks through contractor’s power
distribution panel, as may be required for setting up of Lab. All the
wiring/ cabling shall be labelled for ease of detection during installation
and troubleshooting.
iii. Connection of power/ earthing/ data/ signal cables/ connectors and any
such activity as may be required in respect of individual equipments to
bring these to functional status.
iv. Installation of UPS and batteries including initial charging, as required,
and terminating the input and output cables to the power panel
provided by purchaser using cable of suitable size and length with due
labelling.
v. Power on.
vi. Fixing of other support equipments like OHP, screen, desk, etc.
3.2 Installation shall be carried out using high quality installation material and
workmanship. Runways, cable trays and other fixtures shall be installed with
proper cleanliness and labelling so as to give aesthetic look to the Lab.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 32 of 136
4.0 INTEGRATION:
4.1 Integration shall involve setting up of LAN, interconnection of equipments to
LAN, setting up of UMP, loading of various software/ programs relating to
generation of reports, creation of logs, authorization control, test programs and
scripts etc. as defined in scope of work.
4.2 The Contractor shall complete all activities related to installation and integration
and shall test the functioning of the individual/ integrated equipments before
offering the Lab for validation.
4.3 The contractor shall offer the Lab for validation at least one month before
scheduled date of commissioning.
5.0 VALIDATION:
5.1 The integrated setup shall be tested for the functionalities mentioned in the
specifications, and for the operation/ management of Lab through UMP, by a
committee constituted by the purchaser. The committee may ask the contractor
to run the tests.
5.2 UPS shall be validated after carrying out load test for rated load and backup.
Load shall be arranged by the contractor.
5.3 The Contractor shall be required to give a detailed validation test plan for testing
of all the equipments and software/ programs that are being supplied to meet
the scope and objective of the CPE Lab, within 45 days of the placement of PO.
The test plan shall also cover testing of various DUTs purchased under the P.O.
using the supplied instruments directly, and also through UMP.
5.4 The test plan with schematic diagrams shall be approved by the purchaser with
modifications as deemed fit and the same shall be final.
5.5 Delay in submission of validated test plan resulting in delay in validation and
commissioning of CPE Lab shall result in LD as per clause 13 of Section-III.
5.6 Certificate of conformance from accredited Lab for EMI/ EMC, environmental,
and safety requirements, shall be accepted. Test certificates from OEM and/ or
other reputed laboratories also may be accepted. These certificates should be
valid on actual date of commissioning. Documents regarding scope of
accreditation of such lab will need to be submitted by the contractor along with
the above said certificates.
5.7 The Contractor shall make necessary arrangements to facilitate smooth testing
of the offered equipment. This also includes any arrangement of equipment/
software tool by the Contractor that may not be part of supplied goods, but
may be necessarily required to test and validate the functioning of CPE Lab.
5.8 TEC shall declare the Lab “fit for commissioning” after its successful validation.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 33 of 136
6.0 COMMISSIONING, TAKING OVER AND FIELD TRIAL:
6.1 For commissioning of CPE Lab, following activities will need to be completed :
i. Supply, Installation and Integration activities as mentioned in clause 3, and
4 of this section.
ii. Validation as per clause 5 of this section.
iii. Verification of stock including spares, software, and its licences.
iv. Availability of maintenance personnel in the lab by the Contractor so as to
ensure availability of maintenance support required under warranty clause.
v. Submission of submit quarterly maintenance routine and calibration plan in
respect of all the equipments/ instruments in the CPE Lab to be carried out
during SLA and warranty periods.
vi. Start of stage-I training as per requirements of clause 8 of this section.
6.2 On meeting the above requirements, TEC will issue a ‘fit for commissioning’
letter, indicating the date of completion of latest of the above requirements as
the date of commissioning. Thereafter, a ‘Taking Over’ certificate shall be issued
by TEC which shall be used for processing of bill for release of the second
instalment of payment to the Contractor.
6.3 Warranty will start from date of commissioning.
6.4 CPE Lab shall remain under field trial for a period of two months from the date
of commissioning.
6.5 Any shortcoming in features or capabilities of the instruments or software/
programs noticed during trial period that might not have been encountered
during validation or before commissioning, shall be promptly rectified by the
Contractor. Non rectification of such shortcoming shall be treated as non-
availability of the equipment and besides withholding of 3rd instalment of
payment, LD charges as per clause 13 of section-III shall apply, till such
shortcomings are rectified by the contractor.
6.6 Non completion of validation resulting in delay in commissioning of the CPE Lab
beyond the prescribed time shall not prevent the purchaser to put the lab to
commercial use. In such event, the Contractor shall provide maintenance
support as applicable for warranty period, without any cost to the purchaser.
This, however, shall not constitute start of warranty period as per relevant
clauses. Any non-compliance to this obligation will lead to LD as prescribed
under warranty/ SLA.
7.0 CALIBRATION AND UPDATES:
7.1 Calibration certificates for each Test Instrument, valid for at least next one year
on the scheduled date of completion of supply shall be submitted in respect of
all the measuring instruments given in schedule of requirement. Further
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 34 of 136
calibration of instruments shall be carried out by the contractor under warranty/
SLA obligations.
7.2 Software and firmware updates, and upgrades not involving version change, for
the equipments released by concerned OEMs shall be provided by the
Contractor within 15 days of release by the OEM, without any extra cost to the
purchaser.
7.3 The Contractor shall provide original licenses/ software keys from its OEM for
all software.
7.4 All original calibration certificates/ software licenses/ keys shall be handed over
by the contractor to the consignee separately under receipt.
8.0 TRAINING:
8.1 The Contractor shall provide training of TEC staff. The training shall be in two
stages consisting of up to twenty persons in each stage in one or two batches
per stage as per requirement of the purchaser.
8.2 The stage-I training shall be on fundamentals of measurements and testing,
including inter-alia, telecom equipment parameters testing methods in two-
wire, optical, IP and Radio domain, ensuring quality of testing etc.
8.3 The stage-II training shall be hands-on practical sessions on use of test
equipments and facilities installed in CPE Lab including the UMP. Some of the
topics to be covered in the training are:
i. Installation and Configuration of the system (including hardware and
software) and tools
ii. Operation and Maintenance of the system (including hardware and
software) and tools
iii. Testing procedure and Application of the System for different DUT’s,
Applications Software/ Networking Software / Operating System
iv. Day to day maintenance, updation/ upgradation and calibration.
8.4 The Contractor shall submit a training plan with names of topics proposed to be
covered in both stages of trainings, along with the acceptance of APO. The
purchaser will finalise the training schedule including the contents of the
training which will be binding on the Contractor.
8.5 The stage-I training shall be of minimum two weeks duration at established
training centres in India or abroad. The training will be provided without any
extra cost to the purchaser. The transport/ boarding/ lodging expenses of the
trainees will be borne by the purchaser. All other costs, including that of trainer,
training material, training tools/ aids etc. will be borne by the Contractor. At
least one batch of this training should start before commissioning of the CPE
Lab.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 35 of 136
8.6 Stage-II training shall be of two weeks duration and at least one batch of this
training should start within two months of the commissioning of CPE Lab.
8.7 Training to second batch in each stage shall be provided within one year of the
commissioning of CPE Lab, as per the requirement of the Purchaser
8.8 Training material, in the form of high quality printed documents and/or in the
form of soft copy, shall be provided by the Contractor to every trainee. In
addition, two sets of training material (bound hard copy and soft copy) shall
also be given to the consignee. The purchaser reserves the right to reject
training material, if not found of proper quality. In such a case the Contractor
shall immediately replace rejected material with good quality material.
8.9 The purchaser shall have the right to use/ reproduce the supplied training
material for use of TEC.
8.10 Delay on part of Contractor in providing stage-II training is liable to result in
extension of warranty by the number of days of delay in start of training.
9.0 TIME SCHEDULE:
Various activities of installation, commissioning and training will need to be
completed by the contractor as per schedule given below:
9.1 Delivery of all equipments as per schedule of requirements has to be completed
within two months of the date of issue of PO.
9.2 Installation and system integration and offer for validation has to be completed
within four months of issue of PO.
9.3 The commissioning has to be done within 5 months of issue of PO.
9.4 The Lab shall be taken over by TEC on successful commissioning and will remain
under field trial for two months thereafter.
9.5 One batch of the first stage of training shall be started before commissioning.
9.6 One batch of the second stage of training shall be started within two months of
commissioning.
9.7 Second batch of the training shall be completed within one year of
commissioning as per requirement of purchaser.
10.0 SERVICE LEVEL AGREEMENT (SLA):
10.1 The Contractor shall maintain the hardware, software, firmware and any other
related items supplied by it and adhere to SLA performance requirements
mentioned herein. During the period of SLA, the contractor shall carryout, inter-
alia, the following functions:
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 36 of 136
i. Diagnose and rectify the hardware and software faults in the Test
Instrument/ Equipments as part of routine maintenance and/ or as and
when it occurs.
ii. Arrange Calibration of all Test Instruments as per their respective validity
period.
iii. Repair and replace the faulty PCB/ modules/ cables/ connectors and any
other equipment or part thereof.
iv. Supply all software/ firmware updates on continuing basis.
v. Perform Software maintenance like software debugging, patch
implementation, version control of software, document generation and
create and maintain repository of working versions.
vi. Create various customized reports and DUT test results from the Test
Instruments and/ or UMP as required and specified by purchaser from time
to time.
vii. Maintain the UPS and its batteries for providing rated output and backup. If
replacement of complete set of batteries is warranted during the period of
SLA, the same shall be carried out without any extra charge to the
purchaser.
10.2 The activities of maintenance, fault repair, calibration, updation, routine tests
etc. shall be normally carried out during working hours of the TEC Lab.
Availability parameters and fault duration etc. shall also be calculated, unless
otherwise stated, by taking into account working hours only. If the CPE Lab is
opened on a non-working day for fault clearance/ testing/ calibration/update
etc., it shall be treated as a working day.
10.3 The contractor shall maintain necessary inventory of such spares in TEC Lab
that are required to clear common/ frequent/ critical faults. This will also include
various type of connectors/ adapters/ converters used for connecting two
devices having different types of physical ports.
10.4 All equipments have to be maintained as per SLA for the entire duration of the
contract. If, for any reason, the OEM withdraws support or stops production of
etc., the contractor shall continue to maintain the equipment as per SLA
requirement, and shall repair/ replace the equipment in case of fault.
10.5 In order to assist in day to day testing of DUTs and operation and configuration
of the instruments by the purchaser as and when required, the Contractor shall
depute two trained maintenance personnel, one as Site Engineer and other as
Technician at the CPE Lab with no liability on the purchaser. The Engineer shall
have at least one year of experience on handling the T&M instruments similar
to those of CPE lab. The Technician shall be capable of giving required technical
assistance to the Site engineer & staff of TEC in handling the CPE lab.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 37 of 136
10.6 The aforesaid trained maintenance personnel support shall be made available
from the date of commissioning of lab till the entire period of the contract. The
Contractor must ensure the availability of trained maintenance personnel on a
daily basis.
10.7 Purchaser reserves the right to ask for the change of maintenance personnel
deployed in case of unsatisfactory performance which must be complied within
two weeks from the request made by the purchaser. Failure to make the
maintenance personnel available, or replace in case of unsatisfactory
performance shall attract applicable LD charges as per clause 13 of this section.
10.8 During warranty period also, the Contractor shall perform all the functions as
enunciated under the SLA free of cost. However, all the LD clauses of SLA shall
be applicable during the period of warranty.
10.9 The SLA performance requirements for the CPE Lab are given in clause 11.13
of this section. Uptime falling below indicated requirements shall be treated as
NON-AVAILABILITY and LD charges shall apply as per clause 13 of this section.
10.10 No separate SLA agreement will be signed as the SLA condition will be part of
the Purchase Order itself. The SLA can further be extended for another five
years on mutually agreed terms.
10.11 The Contractor shall quote the charges for a year-wise Service Level Agreement
for 5 years. The cost of SLA shall be added to the basic quotation for the purpose
of evaluation at the discount rate of 12% per year, as per clause 19.5 of
Section-II. Payment towards SLA charges shall be made as per clause 12 of this
section.
11.0 REQUIREMENTS UNDER SLA:
11.1 All the instruments/ equipments supplied by the Contractor, including its
installation and software/ firmware, excluding those in Annexure-XI shall be
maintained by the Contractor during SLA period.
11.2 The supplier will indicate the normal life of battery counted from the date of
commissioning of Lab. Load tests shall be performed biannually during first and
2nd year of the life of battery counted from the date of commissioning of Lab,
and quarterly thereafter to ascertain the backup time provided by batteries. For
this test, load shall be provided by the contractor. If during the life of the battery
and during any load test, the backup time is found to be below 75% of its rated
value at rated load with depth of discharge recommended by its OEM, the
contractor shall repair/ replace the battery within 7 days of such test. In case
the life of battery is expired and battery backup time is found to be less than
75% at rated load, the battery shall be necessarily replaced by the contractor
within 15 days. Non-repair/ non- replacement of the battery beyond the stated
time limits of 7/ 15 days shall be treated as battery being unavailable and LD
charges as per provisions of clause 13.4 of this section shall apply.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 38 of 136
11.3 The Contractor shall submit quarterly maintenance routine and calibration plan
in respect of all the equipments/ instruments in the CPE Lab to be carried out
during SLA and warranty periods, at least two months before the scheduled
date of commissioning. This routine/ plan shall be approved by the Purchaser
and shall be followed by the Contractor.
11.4 The Contractor shall be solely responsible for the maintenance, repair, updates
and up-gradation of the software/ hardware systems, equipments and parts
thereof and purchaser shall not be liable to interact with any of the partners or
collaborators of the Contractor.
11.5 In case an instrument is to be taken away for calibration, a calibrated
replacement shall be provided by the Contractor till the instruments are
returned back.
11.6 Software and firmware updates as required under clause 7.2 of this section shall
also be required to be provided during SLA period.
11.7 All updates required are to be provided only at the site. Remote loading of
updates shall not be allowed. Any media such as CD etc used for updates shall
become property of TEC and shall remain with TEC.
11.8 In case of change in testing procedures/ standards with respect to one or more
products/ technology, which may call for modification in lab configuration/ test
programs running on UMP, the same shall have to be arranged by the
Contractorat no extra cost to the purchaser.
11.9 Any specific training to utilize or handle the updated/ upgraded feature of
software/ firmware or changed testing procedure/ standards shall be provided
on site by the Contractor at no extra cost to the purchaser.
11.10 The Fault reporting/ clearance and evaluation of SLA performance shall be
carried out through a suitable program supplied by the Contractor and loaded
on UMP server.
11.11 The Contractor shall provide assistance in integrating CPE Lab, including API
support, with other labs in purchaser premises and to resolve any problems
that may arise during integrated testing of a DUT.
11.12 The Contractor shall provide assistance including documentary support required
for accreditation of lab and its renewal as per the requirements of accreditation
agency.
11.13 The Contractor shall provide to purchaser, as part of his monthly performance
reports, a set of reports to verify his performance and compliance with the
Service Levels in a form and structure as approved by the purchaser.
Calculation of uptime and LD charges, if any, however, shall be calculated as
indicated in clause 11 and 13 of this section.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 39 of 136
11.14 Availability Requirements:
11.14.1 Following Hardware and Software defects shall be treated as non-availability:
a. Fault in test instrument/ equipment resulting in total or partial non-
functioning. Fault in any part of the Lab critical to operation of instrument/
equipment, like LAN, power supply, interconnecting cables etc., resulting in
full or partial non-functioning of some or all of the functions of instrument/
equipment shall be treated as fault in instrument/ equipment itself, and
shall be regulated as per respective availability requirement.
b. Degradation in performance of test instrument/ equipment like hanging,
repeated crash/ restarts, delayed measurement, improper display or
output.
c. Expiry of calibration validity of instrument.
11.14.2 The following availability levels shall be maintained by the Contractor as part
of SLA (also applicable during warranty period):
S. No.
Lab component Uptime % per quarter
Remarks
1. UMP 99%
2. UPS Power 99% At purchaser’s power panel
in UPS room
3. Critical Test Instruments 99% Items as per Annexure-IX
4. Network Elements (Routers, Firewall, LAN switch, etc.)
99% Item codes NTWDEV in Annexure-X
5. Workstations, PCs, Printers 98% Item codes COMPEQ in Annexure-X
6. Other Test Instruments 97% Item codes TNMEQP and OPTEQP in Annexure-X
7. All other items 95%
11.14.3 Service availability of equipments like UMP, UPS, LAN, Server etc., which
have inbuilt redundancy, shall be maintained according to uptime
requirements mentioned in clause 11.13.2. However, availability of their
respective redundant/ standby units also is required to be maintained as per
requirement mentioned in clause 11.13.2 under ‘All other items’.
11.14.4 The metric values of the availability given in the table above are inclusive of
any planned outages due to the Contractor, and will be measured over a
period of three months. The three month period will be concurrent to quarters
starting from 1st of January, April, July and October of the year. If the first
period is starting from a date different from above mentioned dates,
availability parameters shall be calculated on pro-rata basis for the period
ending concurrent to quarters.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 40 of 136
11.14.5 The desired system availability shall be ensured by the Contractor. Scheduled
backup and other recovery functions must be clearly identified and planned
by the Contractor.
11.15 Maintenance Of History Sheet And Log Books:
11.15.1 A log book shall be maintained by CPE Lab to chronologically record events
including alarm, faults (including restarts), scheduled shut-downs, updates
and calibration etc. The entries shall be made by the site engineer as and
when the event occurs, and shall be countersigned by the CPE Lab incharge
on daily basis.
11.15.2 History sheet, Fault docket, Calibration record and all such records shall be
maintained through appropriate programs supplied by the Contractor and
available in the UMP server. These records shall be updated by the site
engineer with the help of authenticated entries in the Log Book and various
reports shall be printed as and when required. SLA performance report also
shall be prepared through the same program.
11.15.3 The Contractor shall provide detailed maintenance procedures and schedules
for the CPE Lab, which shall also be uploaded/ linked with the maintenance
program in UMP server. The Site engineer shall periodically print the
performance report containing the statistics about the health of the Test Lab
equipments installed at the Lab and submit the report to the CPE Lab in
charge. Based on this report, the Lab in charge shall also analyze the health
record of Test Lab and if something alarming or unusual is noticed, shall
advise the Site engineer of the Test Lab to take necessary actions for
preventive/ corrective maintenance of such equipments. However, the
primary responsibility to keep the Lab equipments healthy shall remain with
the Contractor.
11.15.4 Format for log book, history sheet, fault docket etc. shall be submitted by
the contractor before start of validation, and shall be finalized by the
purchaser.
11.16 Technical Support Responsibilities Of Contractor:
11.16.1 The Contractor shall ensure that the lab is manned by the Site Engineer and
Technician and they are capable of attending to all types of necessary actions
for fast restoration of faults.
11.16.2 The Site engineer and Technician shall be made available between 9am to 6
pm IST on all working days, and beyond office hours and on holidays, if the
situation so demands in the opinion of the purchaser.
11.16.3 If the site engineer of the test lab is unable to rectify / attend the fault, he
must be able to report the faults to the assigned nodal Person and the
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 41 of 136
Contractor shall be responsible for rendering all the maintenance support
services to the CPE lab as per the terms and conditions of this Agreement.
11.16.4 The Contractor shall provide the name of nodal person with address/ email
address & telephone /FAX no. who is to be contacted by purchaser for support
in case of no response/poor response/ no show from the site engineer/
technician posted in the lab. This, however, shall not preclude purchaser
from imposing the LD, if any, as applicable as per the terms & conditions of
this agreement.
11.16.5 Any change in Address, Email address, Phone number, FAX Number etc shall
have to be intimated in writing by the Contractor to the CPE Lab in charge.
11.16.6 Remote electronic supervision/ maintenance/ repair of CPE Lab shall not be
permitted.
11.16.7 Other responsibilities of the Contractor are as follows:
i) Collect the faulty modules/cards/units/PCBs etc. from purchaser’s Lab
and repair/ replace them with good cards during the period of SLA.
ii) Routine monitoring of UPS and batteries, and replacement of batteries
including replacement of complete set of batteries, whenever required.
iii) The Contractor shall either carry-out the repair on its own or through the
facilities of third party or parent company. However, purchaser shall not
interface with any such third party.
iv) The first line maintenance shall be done by site engineer of Contractor
including replacement of the faulty /affected Hardware/ Software module
with a readily available good Hardware/ software module, stocked at the
site by the Contractor at his (Contractor’s) cost or any other module
arranged by the Contractor as the case may be.
v) The responsibility of packing, dispatch and transportation of faulty
Hardware/ Software modules/ cards/ units/ PCB etc. from and to site of
purchaser.
vi) The Contractor shall ensure repair or replacement of the faulty
equipment/card, within 30 days (including transit time) of reporting of
the faulty from purchaser to the Site engineer of the Contractors. The 30
days’ time shall be calculated from the date of reporting of fault to the
Site Engineer of the Contractor's to the date of receiving back and
successful installation in the equipment of the repaired / replacement of
the same at purchaser premises.
vii) The “Log Book” maintained at the CPE lab shall be filled with utmost
care, giving all the details of the faults and other information as
prescribed and the entries made shall be authenticated by purchaser.
The time of occurrence of fault as recorded in the log book shall only be
taken into consideration for calculating the actual duration of faults. The
log book shall be the property of the purchaser.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 42 of 136
viii) The Contractor shall also ensure visits of the expert and competent
technical staff of the Contractor in case the fault is not rectified to the
satisfaction of the purchaser even by the site engineer.
12.0 SLA CHARGES AND PAYMENTS :
12.1 The charges for SLA will be as mentioned in the purchase order. However, if
there is any change in rates of service tax applicable on the SLA charges, the
same shall be paid on actual basis.
12.2 Bills for SLA shall be paid by purchaser at the end of each year of the SLA, after
successful execution of SLA normally within 30 (thirty) days of the receipt of
the bill duly completed and endorsed by the CPE Lab in-charge.
12.3 Payments shall be made after deducting LD, if any, and statutory levies and
taxes.
12.4 Purchaser reserves the right to adjust any over-payment of SLA charges, any
time during the period of SLA.
12.5 If fault occurs at the end of a quarter or SLA period of one year, and the
rectification spills over to the next quarter or later SLA period, the SLA
performance and LD charges, if any, shall be counted/ applied in the next SLA
period.
12.6 The faults/ complaints reported before completion of last year of SLA and
remaining unattended/uncertified shall have to be rectified without any
payment after completion of SLA contract of 5 Years. The LD for carried over
faults at the end of SLA shall be taken in to account while paying the charges
of last year of SLA and if required shall be deducted from PBG..
13.0 LIQUIDATED DAMAGES DURING SLA:
13.1 The % availability of all the equipments of the Lab shall be worked out on
quarterly basis. Where the achieved uptime drops below the minimum
prescribed % availability, LD @ ₹ 100 for each hour of non-availability shall be
charged. Non-availability shall be worked out in steps of one hour; fractions of
hour shall be rounded off to nearest full hour. For this purpose of LD, additional
hours of non-availability over and above permitted hours of non-availability
shall be counted.
13.2 The Contractor must ensure the availability of the site engineer and technician
on daily basis, irrespective of the schedule of maintenance activity in TEC Lab,
during SLA as well as during the warranty period. Non availability of man power
will result in LD of 500/- per day per person.
13.3 For delay in replacement of maintenance personnel beyond 15 days from the
request made by the purchaser for change of maintenance personnel due to
unsatisfactory performance, LD charges shall be ₹2000/- per working day.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 43 of 136
13.4 For delay in repair/ replacement of battery beyond periods stated in clause 11.2
of this section, LD @ ₹1000/- for each day of non-availability shall be charged.
13.5 For delay in providing updates as stated in clause 7.2 and 11.6 of this section,
LD @ ₹1000/- for each day of non-availability shall be charged.
13.6 Days for this purpose of clause 13.4 and 13.5 above shall be counted as number
of calendar days between date of load test/ fault detection/ release of updates
by OEM (excluded) and date of repair/ update provision (included), as the case
may be.
13.7 Quantum of liquidated damages assessed and levied by the purchaser shall be
final and binding on the Contractor.
13.8 Any amount which becomes due and recoverable from the Contractor on
account of liquidated damages relating to this contract, after adjustment from
SLA payment as per clause 12.3 of this section, shall also be recoverable from
any sum that is due or any sum thereafter may become due to the Contractor
out of this contract or any other valid contract with the TEC.
13.9 The PBG shall be encashed to the extent of LD amount, if the same is not
adjusted in the due SLA payment of the corresponding year as per clause 12.3
of this section. Where the Bank Guarantee has been encashed partially, the
Contractor on such occasions shall restore the encashed guarantee to the full
amount.
13.10 Any failure to do so shall amount to violation of the terms and conditions of the
contract. Without prejudice to its rights of any other remedy, purchaser may
encash PBG in case of any breach in terms & conditions of the Contract by the
Contractor.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 44 of 136
SECTION - V
SCHEDULE OF REQUIREMENT and TECHNICAL SPECIFICATIONS
1.0 TECHNICAL REQUIREMENTS
1.1 CPE Lab Layout: The CPE Lab shall consist of test instruments, Servers and
work-stations, PCs, Routers and LAN switches, DUTs, Overhead projection
system, test benches, spares, documents, test and repair tools and kits and
various types of connecting cables, connectors, adapters etc. for connecting
different types of DUTs to different test instruments directly or through the
distribution. All the test instruments shall, to the extent feasible, be installed in
racks. Another rack shall be installed for keeping various DUTs. This rack shall
have provision for AC and DC powers supply at different heights with suitable
connecting arrangement. Input-output ports of all the test instruments shall be
extended to this rack on a distribution frame in such a manner that connecting
DUTs to test instruments should be possible by using appropriate patch cords
within the rack itself. For ease of working, more than one distribution frames
can be provided. Wherever required, cables shall be calibrated for insertion loss
etc. The Contractor shall suggest suitable lab layout and after its acceptance by
the purchaser, with modifications if required, shall install the equipments
accordingly.
1.2 UPS: UPS shall be installed in the designated UPS room of the Lab by the
contractor. The UPS input and output shall be terminated on the LT Panel in the
UPS room. The LT Panel and cabling from UPS room to few designated points
in the Lab shall be arranged by the purchaser. Further extension of UPS supply
to Test Instrument positions/ racks shall be arranged by the contractor. The
UPS power supply can be extended for use in any other equipment/ Lab by the
purchaser. Batteries shall be stackable.
1.3 Test and Measurement Instruments/ Equipments: The Contractor shall
supply Test and Measurement Instruments/ Equipments as mentioned in clause
7 of this section, as per specifications given in Annexure-XIV. The Contractor
shall suggest suitable positioning of various test equipments within racks, and
of the bench-top instruments which cannot be rack mounted, keeping in view
the physical/ electrical/ optical connectivity requirements of these instruments
and the DUTs.
1.4 UNIFIED MANAGEMENT PLATFORM - UMP:
1.4.1 There shall be a UNIFIED MANAGEMENT PLATFORM (UMP) where the client
program of the respective instruments will be hosted on a server. The
configuration, management, fault reporting, and collection of test results for all
the measuring instruments shown in Annexure-IX and Annexure-X shall be
done through the UMP. The complete management of the lab shall be through
the UMP using software developed/ provided by the Contractor in appropriate
language. The UMP shall also act as repository of the fault docket, history sheet
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 45 of 136
and software status of all the T&M instruments including their updates/
upgradation and calibration details.
1.4.2 There shall be an application software hosted on the same or a separate server
which will be designed to interface with the Test and Measurement Instruments’
client program for collection of test results and generation of reports in the
format prescribed by the purchaser.
1.4.3 Access to individual instruments shall be through GUI which shall be made
available in PC terminals connected to the UMP.
1.4.4 It shall be possible to access any or all instruments from any PC terminal. At
the same time it shall be possible to assign any terminal to any one or any set
of instruments.
1.4.5 The schematic diagram of UMP with various connectivity is given under clause
8 of this section. All the test instruments shall be connected to and accessible
through UMP. The management ports (or other ports as appropriate) of the test
instruments shall be connected to the UMP through CPE Lab LAN. Further, in
case some instruments cannot be connected to the LAN directly, these may be
connected using any industry standard connectivity like GPIB etc., through
appropriate converter/ controller. Any additional hardware required to provide
the aforesaid connectivity may be listed under ‘Any Other Item’ in the price
schedule.
1.4.6 The UMP shall be built around a server of appropriate capacity as per
specifications given in clause 1.5 of this section. Additional LAN switch, GPIB/
LAN converter/ controller and any other hardware required for realizing the
functions of UMP shall have to be supplied and should be included in the price
bid as part of UMP.
1.4.7 In order to facilitate simultaneous testing of multiple DUTs and running of other
management programs in the UMP, there shall be ten clients connected to the
UMP. These clients shall be windows based PCs as per specifications given in
Annexure-X. In should be possible to configure different client terminals to
access different combination of Test instruments as per need, through the UMP
program. It should be possible to test at least 10 DUTs simultaneously through
the UMP. Further, the UMP/ LAN should be so designed/ dimensioned as to
expand the number of client terminals to 20, without addition of any extra
hardware (other than the client terminals themselves).
1.4.8 The UMP shall have the following capabilities.
a) Generate a final test report in a standard format (e.g. pdf and html) after
integrating the results from various T & M instruments in a structured
format to be prescribed by the purchaser. Collect alarms/ alarm reports
from various T & M instruments and display their availability status.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 46 of 136
b) For testing any device in the lab, it shall be possible to create a test
profile for the device in the UMP containing details like date of arrival,
test case no., date of start of test, applicant name, type of device, model
no. and version, tests to be conducted, tests tool to be utilized etc. All
test activities related to the DUT shall be captured in the designated
folder pertaining to the DUT.
c) There shall be multiple access classes through password for different
activities like configuration, LAN management, running the tests, running
the diagnostics and generating and collecting the reports, including DUT
test reports, by grouping different commands in various classes.
d) Test commands and log files shall be stored in the UMP as read-only
records, which shall be accessible by searching using keywords for file
name, date, equipment name etc. The records shall be archived
periodically and transferred on portable storage media.
e) It shall generate a suitable report for the purpose of accounting for
Service Level Agreement based on the outage data collected as well as
any additional data inputted into the UMP by the purchaser, in a format
prescribed by the purchaser, using Log Book entries.
f) Any change in format required by the purchaser shall be complied within
1 month from the date of request made by the purchaser.
g) Maintain the repositories of the test result, so that if the same product is
tested again in the lab after version change or any hardware or software
updates, it shall be able to provide the comparative analysis of the
results of both the versions.
h) The above mentioned requirements are generic in nature and during the
commissioning phase purchaser may ask the Contractor for specific
functional requirements in the UMP to meet the objectives stated above,
which shall be made available within the prescribed time at no extra cost.
i) It shall be possible to generate MIS reports based upon various types of
data available in the UMP. Types of reports will be prescribed by the
purchaser which shall be created within two months of requisition being
placed. Delay in delivery of reports will attract LD as per clause 13 of
Section-III.
1.5 Server for UMP:
1.5.1 The supplied unified monitoring platform shall be based on blade server
architecture, LAN Switch, cables and client terminals (including keyboard,
mouse etc.) etc.
1.5.2 Blade server shall be equipped on two separate chassis, one each on two
separate shelves.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 47 of 136
1.5.3 Detailed specifications for Blade Server, Blade Chassis and Blade Rack shall be
as below:
a) Blade Server shall be as per TEC/GR/IT/SRV-001/01-Feb. 2014 and the
category shall be CISC Type category I b) Memory size shall be 64 GB
c) Internal storage shall be 1TB
d) Operating system shall be specified by the bidder as per GR.
e) Blade Server shall be powered with 230v + 10% - 15%
1.5.4 Functional Specifications of Blade Server:
a) The Rack / Chassis shall have internal / external 10Gbps Ethernet switch with redundancy. (To be specified in the bid by the bidder)
b) The Ethernet switches shall be of L2 and L3 and shall support the L3
functionalities such as VLAN, FCOE etc.
1.5.5 Functional Specifications for Blade Chassis:
a) Rack mountable Chassis to accommodate and Support for half/full
height/wide blades in the same enclosure.
b) Shall provide common resources essential for the Blade Servers like Power, System Management, Cabling, Ethernet Management and expansion,
external Fiber Channel Storage switching and connectivity.
c) The blade chassis shall be configured with Hot Swap IP Based KVM functionality for management or KVM Management shall be integrated in
remote management controller
d) Hot Swap and redundant variable speed cooling fans and all fans shall be fully populated.
e) The enclosure shall be populated fully with power supplies of the highest
capacity available with the Supplier. Power Supplies shall support N+1 redundancy, where N is greater 1.
f) The system shall provide support for remote console management, Power
on/off blades, monitoring the power status, temperature, cooling fans status, I/O status, system diagnostic programs etc. provided through the management software.
g) The blade chassis shall be configured with cables, connectors and accessories required to connect the Power distribution units to the power supplies.
h) The chassis shall have LED/LCD panel to provide power-on, location, information and system error conditions. Necessary hardware management console software is to be supplied.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 48 of 136
1.6 CPE Lab LAN: There shall be one LAN within CPE Lab for interconnection of all
the Test Instruments/ Equipments to the UMP. DUTs, wherever practical, shall
also be connected to this LAN. Another LAN shall also be provided, which shall
connect the UMP, through Router and Firewall, to other Labs, to TEC LAN and
to Internet if the purchaser desires to do so. It shall be possible to create end
to end ethernet connection through the UMP such that device placed in other
Lab can be tested using CPE Lab and vice-versa. Both the LANs shall use
separate LAN Switches. Management and configuration capability in respect of
LAN, Firewall and Routers shall be built in the UMP. Typical connectivity of the
LANs is shown under clause 8 of this section.
1.7 Documentation and Lab Office Setup: The CPE Lab has to be self-contained
in terms of record keeping, report generation, DUT receipt/ dispatch control and
storage, document creation and record keeping, facilities of projection of test
progress/ instruments display on screen using OHP, and other furniture and
accessories. List of such equipments/ furniture/ items is given in Annexure-XI.
2.0 OTHER TECHNICAL REQUIREMENTS:
2.1 In-house installed solution: All the software programs/ tools supplied for the
lab shall be installed in-house in CPE Lab. None of the solution shall be cloud
based.
2.2 Operating System / Platform: The UMP in the lab shall be based on standard
operating systems of Windows or Unix (FreeBSD or variants)/ Linux.
2.3 All the workstations and DUTs shall be IPv6 compliant.
3.0 EMC/EMI Requirements:
The T&M instruments shall conform to EMI/EMC requirements as per TEC
Standard no. TEC/EMI/TEL-001/01/FEB-09 (Class B). Valid certificate of
conformance from accredited Lab for the models quoted in the bid shall be
attached with the techno-commercial bid as per provision of clause 10.1 of
section-II.
4.0 POWER SUPPLY REQUIREMENTS:
All the T&M instruments/ equipments, unless otherwise specified, shall work on
230V 15% AC supply.
5.0 SAFETY REQUIREMENTS:
5.1 The operating personnel should be protected against shock hazards as per IS
8437 1993 “Guide on the effects of current passing through the human body”
[equivalent to IEC publication 60479-12005].
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 49 of 136
5.2 The instruments shall conform to IS 13252-1 2010 “Safety of information
technology equipment including electrical business equipment” [equivalent to
IEC publication 60950-1 2005 with amendment 1 (2009) & amendment 2
(2013)] and IS 10437 1986 “Safety requirements of radio transmitting
equipments” [equivalent to IEC publication 60215(1987)].Certificate of
conformance from accredited Lab for the models quoted in the bid shall be
attached with the techno-commercial bid.
6.0 ENVIRONMENTAL REQUIREMENT:
6.1 The system including all the Test Instruments/ equipments shall be able to work
satisfactorily over the temperature range of 0 to 45 degree Celsius.
6.2 The system shall be able to work satisfactorily over the Humidity range of 8%
to 80%.
7.0 SCHEDULE OF REQUIREMENT:
S.
No. Item No. Name of Instrument/ Item
Specification
Reference Quantity
1 ANASIM01 CENTRAL OFFICE SIMULATOR Page 74 1
2 ANASIM02 DIGITAL COMMUNICATION ANALYSER Page 75 1
3 ANASIM03 DIGITAL STORAGE OSCILLOSCOPE Page 77 1
4 ANASIM04 E1 AND DATA TRANSMISSION ANALYZER Page 79 1
5 ANASIM05 INTERNET PROTOCOL ANALYZER Page 80 1
6 ANASIM06 ISDN PROTOCOL ANALYZER Page 82 1
7 ANASIM07 NETWORK ANALYZER Page 83 1
8 ANASIM08 OPTICAL SPECTRUM ANALYZER Page 85 1
9 ANASIM09 PDH/ SDH ANALYZER Page 86 1
10 ANASIM10 VOIP ANALYZER Page 87 1
11 TNMEQP01 ARBITRARY WAVEFORM GENERATOR Page 88 1
12 TNMEQP02 DIGITAL INSULATION TESTER Page 89 1
13 TNMEQP03 DIGITAL MULTIMETER Page 90 1
14 TNMEQP04 DIGITAL SUBSCRIBERS LINE (DSL) TEST
SET
Page 92 1
15 TNMEQP05 DISTORTION ANALYSER/ LEVEL METER Page 93 1
16 TNMEQP06 FREQUENCY COUNTER Page 94 1
17 TNMEQP07 LEVEL GENERATOR Page 95 1
18 TNMEQP08 PSOPHOMETER Page 96 1
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 50 of 136
S.
No. Item No. Name of Instrument/ Item
Specification
Reference Quantity
19 TNMEQP09 REGULATED POWER SUPPLY 120V Page 97 1
20 TNMEQP10 REGULATED POWER SUPPLY 48V Page 99 1
21 TNMEQP11 SELECTIVE LEVEL & RETURN LOSS METER Page 99 1
22 TNMEQP12 SOUND PRESSURE METER Page 100 1
23 TNMEQP13 TRANSMISSION MEASURING SET Page 101 1
24 OPTEQP01 OPTICAL POWER MEASUREMENT TEST SET Page 102 1
25 OPTEQP02 OPTICAL SPLITTER Page 104 5
26 NTWDEV01 FIREWALL Page 105 1
27 NTWDEV02 LAN SWITCH Page 106 2
28 NTWDEV03 ROUTER CONFIGURATION-1 Page 104 1
29 NTWDEV04 ROUTER CONFIGURATION-2 Page 109 1
30 UMPEQP01 UMP EQUIPMENTS Clause 1.4
Section-V 1*
31 POWERP01 UPS SYSTEM Page 111 1*
32 STDDEV01 BLUETOOTH TRANSMITTER DONGLE Page 112 5
33 STDDEV02 HDTV MONITOR Page 113 1
34 STDDEV03 SET TOP BOX Page 114 2
35 STDDEV04 STANDARD CLIP PHONE Page 115 5
36 STDDEV05 STANDARD G3 FAX Page 116 2
37 STDDEV06 WIFI TRANSMITTER DONGLE Page 117 5
38 COMPEQ01 DESKTOP PC Page 118 4
39 COMPEQ02 LAPTOP PC Page 119 4
40 COMPEQ03 PRINTER Page 120 1
41 TNMACC01 ADSL SPLITTER Page 122 10
42 TNMACC02 ARTFICIAL LINE/ CABLE LENGTH
SIMULATOR
Page 123 2
43 TNMACC03 DC FEED/ REFLECTION/ RETURN LOSS
BRIDGE
Page 124 5
44 TNMACC04 IMPEDANCE MATCHING TRANSFORMER Page 125 5
45 TNMACC05 PRECISION RESISTANCE AND COMPONENTS
SET
Page 126 5*
46 LABACC01 HD PROJECTOR Page 127 1
47 LABACC02 VACUUM CLEANER Page 128 2
48 LABACC03 WITING BOARD WITH SCREEN Page 129 1
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 51 of 136
S.
No. Item No. Name of Instrument/ Item
Specification
Reference Quantity
49 FURNIT01 ALMIRAH Page 130 4
50 FURNIT02 COMPUTER REVOLVING CHAIRS Page 131 18
51 FURNIT03 COMPUTER TABLES Page 132 4
52 FURNIT04 CONFERENCE TABLE Page 133 1
53 FURNIT05 EQUIPMENT TROLLY Page 134 2
54 FURNIT06 EXECUTIVE CHAIRS Page 135 2
55 FURNIT07 LAB TABLES FOR DESKTOP INSTRUMENTS Page 136 5
56 INSTAL01 CABLES As required 1*
57 INSTAL02 INSTALLATION MATERIALS As required 1*
58 INSTAL03 RACKS As required 5*
59 INSTAL04 TOOL SET (MECHANICAL AND LAN
CABLING) As required 2*
60 SPARES SET OF SPARES As required 1*
* = Set
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 52 of 136
8.0 SCHEMATIC DIAGRAM OF CPE LAB
Instrument n
Instrument 2
Instrument 1
DUT
LAN Sw1
IP
Connectivity
DUT
Instrument m
Instrument 1
Instrument 2
GPIB
Connectivity
G
P
I
B
to
IP
c
o
n
v
e
r
t
e
r
FIREWALL
Other TEC
Labs
ROUTER
UMP LCT
Test Console 5
Test Console 1
Test Console 1
LAN Sw2
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 53 of 136
ANNEXURE-I
PRE-BID/PRE-CONTRACT INTEGRITY PACT
(ON STAMP PAPER OF ₹ 100/-)
This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on
............................................................., between, on one hand, the President of
India acting through ADG (MM) Telecom Engineering Centre, Khurshid Lal Bhawan,
Janpath, New Delhi-01 (hereinafter called the ‘Purchaser’), which expression shall
mean and include, unless the context otherwise requires, his successors in office and
assigns) of the First Part and
......................................................................................................................
......................................................................................................................
.................................................. represented by
........................................................................................... on behalf of Chief
Executive Officer (Hereinafter called the ‘Bidder/ Contractor’, which expression shall
mean and include, unless the context otherwise requires, his successors and permitted
assigns) of the Second Part.
Whereas the Purchaser proposes to Setting up of CPE Lab and the Bidder/Contractor
is willing to offer has offered the stores and
Whereas the Bidder is a private company/ public company/ Government undertaking/
partnership/ registered export agency, constituted in accordance with the relevant law
in the matter and the Purchaser is Department of the Government of India performing
its functions on behalf of the President of India.
NOW, THEREFORE,
To avoid all forms of corruption by following a system that is fair, transparent and free
from any influence/ prejudiced dealings prior to, during and subsequent to the
currency of the contract to be entered into with a view to:
Enabling the Purchaser to obtain the desired said stores/ equipment at a competitive
price in conformity with the defined specification by avoiding the high cost and the
distortionary impact of corruption on public procurement, and
Enabling Bidders to abstain from bribing or indulging in any corrupt practice in order
to secure the contract by providing assurance to them that their competitors will also
abstain from bribing and other corrupt practices and the Purchaser will commit to
prevent corruption, in any form, by its officials by following transparent procedures.
The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:
Commitments of the Purchaser
1.1 The Purchaser undertakes that no official of the Purchaser, connected directly or
indirectly with the contract, will demand, take a promise for or accept, directly
or through intermediaries, any bribe, consideration, gift, reward, favour or any
material or immaterial benefit or any other advantage from the Bidder, either for
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 54 of 136
themselves or for any person, organization or third party related to the contract
in exchange for an advantage in the bidding process, bid evaluation, contracting
or implementation process related to the Contract.
1.2 The Purchaser will, during the pre-contract stage, treat all Bidders alike, and will
provide to all Bidders the same information and will not provide any such
information to any particular Bidder which could afford and advantage to that
particular Bidder in comparison to other Bidders.
1.3 All the officials of the Purchaser will report to the appropriate Government office
any attempted or completed breaches of the above commitments as well as any
substantial suspicion of such a breach.
2. In case any such preceding misconduct on the part of such official (s) is reported
by the Bidder to the Purchaser, with full and verifiable facts and the same is
prima facie found to be correct by the Purchaser, necessary disciplinary
proceedings, or any other action as deemed fit, including criminal proceedings
may be initiated by the Purchaser and such a person shall be debarred from
further dealings related to the contract process. In such a case while an enquiry
is being conducted by the Purchaser the proceedings under the contract would
not be stalled.
Commitments of Bidder
3. The Bidder commits itself to take all measures necessary to prevent corrupt
practices, unfair means and illegal activities during any stage of its bid or during
any pre-contract or post-contract stage in order to secure the contract or in
furtherance to secure it and in particular commits itself to the following:
3.1 The Bidder will not offer, directly or through intermediaries, any bribe, Gift,
Consideration, reward, favour, any material or immaterial benefit or other
advantage, commission, fees, brokerage or inducement to any official of the
Purchaser, connected directly or indirectly with bidding process, or to any person,
organization or third party related to the contract in exchange for any advantage
in the bidding, evaluation, contracting and implementation of the Contract.
3.2 The Bidder further undertakes that it has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward, favour, any material
or immaterial benefit or other advantage, commission, fees, brokerage or
inducement to any official of the Purchaser or otherwise in procuring the Contract
or forbearing to do or having done any act in relation to the obtaining or
execution of the contract or any other contract with the Government for showing
or forbearing to show favour or disfavour to any person in relation to the Contract
or any other contract with the Government.
3.3 Bidders shall disclose the name and address of agents and representatives and
Indian Bidders shall disclose their foreign principals or associates.
3.4 Bidders shall disclose the payments to be made by them to agents/brokers on
any other intermediary, in connection with this bid/ contract.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 55 of 136
3.5 The Bidders further confirms and declares to the Purchaser that the Bidder is the
original manufacturer/ integrator/ authorized Govt. sponsored export entity of
the defence stores and has not engaged any individual or firm or company
whether Indian or foreign to intercede, facilitate or in any way to recommend to
the Purchaser, or any of its functionaries, whether officially or unofficially to the
award of the contract to the Bidder; nor has any amount been paid, promised or
Intended to be paid to any such individual, firm or Company in respect of any
such intercession, facilitation or recommendation.
3.6 The Bidder, either while presenting the bid or during pre-contract negotiations or
before signing the contract, shall disclose any payments he has made, is
committed to or intends to make to officials of the Purchaser or their family
members, agents, brokers or any other intermediaries in connection with the
contract and the details of services agreed upon for such payments.
3.7 The Bidder will not collude with other parties interested in the contract to impair
the transparency, fairness and progress of the bidding process, bid evaluation,
contracting and implementation of the contract.
3.8 The Bidder will not accept any advantage in exchange for any corrupt practice,
unfair means and illegal activities.
3.9 The Bidder shall not use improperly, for purposes of competition or personal gain,
or pass on to others, any information provided by the Purchaser as part of the
business relationship, regarding plans, technical proposals and business details;
including information contained in any electronic data carrier. The Bidder also
undertakes to exercise due and adequate care lest any such information is
divulged.
3.10 The Bidder commits to refrain from giving any complaint directly or through any
other manner without supporting it with full and verifiable facts.
3.11 The Bidder shall not instigate or cause to instigate any third person to commit
any of the actions mentioned above.
3.12 If the Bidder or any employee of Bidder on any person acting on behalf of Bidder,
either directly or indirectly, is a relative of any of the officers of the Purchaser,
or alternatively, if any relative of an officer of the Purchaser has financial
interest/stake in the Bidders firm, the same shall be disclosed by the Bidder at
the time of filling of tender.
The term ‘relative’ for this purpose would be as defined in Section 6 of the
Companies Act 1956.
4. Previous Transgression
4.1 The Bidder declares that no previous transgression occurred in the last three
years immediately before signing of this Integrity Pact, with any other company
in any country in respect of any corrupt practices envisaged herein or with any
Public Sector Enterprise in India or any Government Department in India that
could justify Bidders' exclusion from the tender process.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 56 of 136
4.2 The Bidder agrees that if it makes incorrect statement on this subject, Bidder can
be disqualified from the tender process or the contract, if already awarded, can
be terminated for such reason.
5. Earnest Money/Security Deposit
5.1 While submitting techno-commercial bid, the Bidder shall deposit an amount ₹
12.5 lakhs as Earnest Money Deposit with the Purchaser through any of the
following instruments:
i. Bank Draft/ Pay Order/ PBG from any scheduled bank in favour of AO (Cash),
Telecom Engineering Centre, New Delhi – 110 001, amounting ₹ 12.5 lakhs.
ii. A confirmed guarantee by an Indian Nationalized Bank, promising payment
of the guaranteed sum to the Purchaser, on demand within three working
days without any demur whatsoever and without seeking any reasons
whatsoever. The demand for payment by the Purchaser shall be treated as
conclusive proof for payment.
iii. Any other mode or through any other instrument (as specified in the tender).
5.2. The Earnest Money Deposit shall be valid up to 285 days.
5.3 In the case of successful Bidder a clause would also be incorporated in the article
pertaining to Performance Bond in the Purchase Contract that the provisions of
Sanctions for Violation shall be applicable for forfeiture of Performance Bond in
case of a decision by the Purchaser to forfeit the same without assigning any
reason for imposing sanction for violation of this pact.
5.4 No interest shall be payable by the Purchaser to the Bidder on Earnest Money
Deposit for the period of its currency.
6. Sanctions for Violation
6.1 Any breach of the aforesaid provisions by the Bidder or any one employed by
him or acting on his behalf (whether with or without the knowledge of the Bidder)
shall entitle the Purchaser to take all or any one of the following action, wherever
required:-
i. To immediately call off the pre-contract negotiations without assigning any
reason or giving any compensation to the Bidder. However the proceedings
with the other Bidder(s) would continue.
ii. The Earnest Money Deposit (in pre-contract stage) shall stand forfeited either
fully or partially, as decided by the Purchaser and the Purchaser shall not be
required to assign any reason therefore.
iii. To immediately cancel the contract, if already signed without giving any
compensation to the Bidder.
iv. To encash the advance bank guarantee and performance bond/warranty
bond, if furnished by the Bidder, in order to recover the payments, already
made by the Purchaser, along with interest.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 57 of 136
v. To cancel all or any other Contracts with the Bidder. The Bidder shall be liable
to pay compensation for any loss or damage to the Purchaser resulting from
such cancellation/rescission and the Purchaser shall be entitled to deduct the
amount so payable from the money due to the Bidder.
vi. To debar the Bidder from participating in future bidding process of the
Government of India for a minimum period of five years, which may be
further extended at the discretion of the Purchaser.
vii. To recover all sums paid in violation of this pact by the Bidder(s) to any
middleman or agent or broker with a view to securing the contract.
viii. In cases where irrevocable Letters of Credit have been received in respect of
any contract signed by the Purchaser with the Bidder, the same shall not be
opened.
ix. Forfeiture of Performance Bond in case of a decision by the Purchaser to
forfeit the same without assigning any reason for imposing sanction for
violation of this Pact.
6.2 The Purchaser will be entitled to take or any of the actions mentioned at Clause
6.1 (i) to (ix) of the Pact also on the Commission by the Bidder or any one
employed by it or acting on its behalf (whether with or without the knowledge of
the Bidder), of an offence as defined in Chapter IX of the Indian Penal Code,
1860 or Prevention of Corruption Act 1988 or any other statute enacted for
prevention of corruption.
6.3 The decision of the Purchaser to the effect that a breach of the provisions of this
Pact has been committed by the Bidder shall be final and conclusive on the
Bidder. However, the Bidder can approach the independent Monitor(s) appointed
for the purpose of the Pact.
7. Fall Clause
7.1 The Bidder undertakes that he has not supplied/is not supplying the similar
product/systems or subsystems at a price lower than that offered in the present
bid in respect of any other Ministry/ Department of the Government of India or
PSU and if it is found at any stage that the similar product/ systems or sub-
system was supplied by the Bidder to any Ministry/ Department of the
Government if India or PSU at a lower price, then that very price, with due
allowance for elapsed time, will be applicable to the present case and the
difference in the cost would be refunded by the Bidder to the Purchaser, if the
contract has already been concluded.
8. Independent External Monitor(s)
8.1 The Purchaser appoints independent Monitors (herein after referred to as
Monitors), for this Pact in consultation with Central Vigilance Commission.
8.2 The task of the Monitors shall to be review independently and objectively,
whether and to what extent the parties comply with the obligations under this
Pact.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 58 of 136
8.3 The Monitor shall not be subject to instructions by the representatives of the
parties and performs their functions neutrally and independently.
8.4 Both the parties accept that the Monitors have the right to access all the
documents relating to the project/ procurement, including minutes of meetings.
8.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact,
he will so inform the Authority designated by the Purchaser.
8.6 The Bidder(s) accepts that the Monitor has the right to access without restriction
to all project documentation of the Purchaser including that provided by the
Bidder. The Bidder will also grant the Monitor, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to his
project documentation. The same is applicable to subContractors. The Monitor
shall be under contractual obligation to treat the information and documents of
the Bidder/ SubContractor(s) with confidentiality.
8.7 The Purchaser will provide to the Monitor sufficient information about all
meetings among the parties related to the Project provided such meetings could
have an impact on the contractual relations between the parties. The parties will
offer to the Monitor the option to participate in such meetings.
8.8 The Monitor will submit a written report to the Designated Authority of Purchaser/
Secretary in the department/ within 8 to 10 weeks from the date of reference or
intimation to him by the Purchaser /Bidder, and should the occasion arise, submit
proposals for correcting problematic situations.
9. Facilitation of Investigation
9.1 In case of any allegation of violation of any provisions of this Pact or payment of
commission, the Purchaser or its agencies shall be entitled to examine all the
documents including the Books of Accounts of the Bidder and the Bidder shall
provide necessary information and documents in English and shall extend all
possible help for the purpose of such examination.
10. Law and Place of Jurisdiction
10.1 This Pact is subject to Indian Law. The place of performance and Jurisdiction is
the seat of the Purchaser.
11. Other Legal Actions
11.1 The actions stipulated in this Integrity Pact are without prejudice to any other
legal action that may follow in accordance with the provisions of the extant law
in force relating to any civil or criminal proceedings
12. Validity
12.1 The validity of this Integrity Pact shall be from date of its signing and extend up
to 8 Years or till the complete execution of the contract to the satisfaction of the
Purchaser and the Contractor, including warranty period whichever is later. In
case Bidder is unsuccessful, this Integrity Pact shall expire after 6 months from
the date of award of the contract to successful bidder.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 59 of 136
12.2 Should one or several provisions of this Pact turn out to be invalid, the remainder
of this Pact shall remain valid. In this case, the parties will strive to come to an
agreement to their original intentions.
13. The Parties hereby sign this Integrity Pact at ……………………on …………………….
Purchaser Bidder
Name of the Officer Name of signatory
Designation Designation
Department/Ministry/PSU Firm
Witness Witness
1. .................................. 1. ........................................
2................................................... 2..............................................
* Provisions of these clauses would need to be amended/deleted in line with the policy
of the Purchaser in regard to involvement of Indian agents of foreign Contractors.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 60 of 136
ANNEXURE-II
INDEMNITY BOND
[To be executed by the Bidder on the Stamp Paper of ₹. 100/-]
1. …………(Name & address of the bidder)…….. indemnify Telecom Engineering
Centre, Department of Telecommunications Khurshid Lal Bhawan, Janpath, New
Delhi – 110 001 (hereinafter called TEC) against all third-party claims of
infringement of patent, trademark or industrial design rights arising from use
of the goods or any part thereof , supplied against the tender, in CPE
Laboratory, TEC , New Delhi.
2. …………(Name & address of the bidder)…… indemnify the TEC in respect of any
damages, claims, loss or legal action against TEC for acts of commission,(use
of hardware and software licenses during and after commissioning) or omission
on part of the Contractor, its agents or servants.
Signature………………………………
Name……………………………...
Address……………………………….
…………………………………………….
Place:
Date:
Witnesses:
1.
2.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 61 of 136
ANNEXURE-III
PROFILE OF BIDDER
1. Full Name of Bidder
2. Registered Address
3. Address of correspondence
4. Details of Contact/Authorized Person
Name & Designation ________________________________________
Address __________________________________________________
Tel No. (Landline) _________________ Mobile ____________________
Email ID _________________________ FAX: _______________________
5. Type of Firm: Private Ltd./Public Ltd./Co-operative/PSU/Proprietary
(Please tick the appropriate)
6. Name(s) of Directors/ partners/ proprietor
7. PAN/GIR No. : _______________________________
8. TIN No. : _______________________________
9. Sale Tax Registration No. : _______________________________
10.Proof of Annual Turnover of ₹ 2 Crores or more:
11.Earnest money details: DD No. ________________ dated ______________ for ₹ 12.5 lakhs drawn on ____________________________
12.Bank Account details of the bidder:
a. Name and address of Bank
b. Account no.
c. MICR no.
d. IFSC code of Branch
13.Any other relevant information:
(Signatures of authorized signatory)
Name____________________
___
Designation__________________
Seal:
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 62 of 136
ANNEXURE-IV
EMD BG FORM
Whereas ______________________________________________ (hereinafter
called the Bidder) has submitted its bid dated ____________ for the Setting up of
CPE Lab against Tender Enquiry No. 2-5/2016-MM/TEC dated 08.04.2016, know all
men by these presents that we
______________________________________________ of
_____________________________________________________ having our
registered office at
___________________________________________________ (hereinafter
called the Bank) are bound unto the Sr. DDG, TEC (hereinafter called the
Purchaser), for the sum of ₹ 12.5 lakhs for which payment will and truly be made
to the Purchaser, the Bank binds itself, its successors, and assigns by these
presents.
The conditions of the obligation are
1. If the Bidder withdraws its bid during the period of the bid validity as specified
by the Bidder on the Bid Form, or
2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser,
during the period of bid validity
a. Fails or refuses to execute the contract, if required, or
b. Fails or refuses to furnish performance security, in accordance with the
Instructions to the Bidders.
We undertake to pay the Purchaser up to the above amount upon receipt of its first
written demand without the Purchaser having to substantiate its demand, provided
that in its demand, the Purchaser will note that the amount claimed by it is due to
it owing to the occurrence of one or both of the two conditions, specifying the
occurred condition(s).
This guarantee will remain in force as specified in the Instruction to the Bidders, for
the period of bid validity (285 days from the date of opening of bid or any other
date as extended), and any demand in respect thereof should reach the Bank not
later than the specified date(s).
Dated the --------------- day of -----------, Two thousand -----------.
For -------------------------------------
-
(Indicate the name of the bank)
Witnesses:-
1. Telephone No.(s):-
STD Code-
FAX No.
E-Mail Address:-
2.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 63 of 136
ANNEXURE-V
NO NEAR-RELATIVE DECLARATION/CERTIFICATE
(To be submitted by either authorized signatory or proprietor, or each
partner/director in case of partnership firms/companies)
I ___________________________________________________
son/daughter/wife of
Shri _____________________________________________________________
__________Proprietor/Partner/Director/Authorised signatory/Representative of
M/s
________________________________________________________________
(Name and address of the bidder) is competent to sign this declaration and execute
the tender document regarding “Setting up of CPE Lab at TEC New Delhi”;
I ___________________________ resident of _________________________
hereby certify that none of relatives of mine/proprietor/partners/directors is/are
employed in the units where he/she is going to apply for the tender. In case at any
stage it is found that the information given by me is false/incorrect the purchaser
shall have the absolute right to take any action as deemed fit/without any prior
information to me.
I have carefully read and understood all the terms and conditions of the tender
document and undertake to abide by the same;
I also undertake that our firm will observe all legal formalities or/and obligations
under the contract well within time. In case of failure to observe any of the legal
formalities or/and obligations, I shall be personally liable under the appropriate law.
The Information/documents furnished, along with the tender document are true
and authentic to the best of my knowledge and belief. I am well aware of the fact
that furnishing of any false information/fabricated documents would lead to
rejection of my tender at any stage besides liabilities towards prosecution under
appropriate law.
(Signature of Proprietor/Partners/Director/Authorized Signatory)
Full Name:
Date: Address:
Place: Seal:
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 64 of 136
ANNEXURE-VI
NO BLACKLISTING DECLARATION/CERTIFICATE
(To be submitted by either authorized signatory or proprietor, or each partner/
director in case of partnership firms/companies)
I ___________________________________________________ son/ daughter/
wife of
Shri _____________________________________________________________
__________Proprietor/ Partner/ Director/ Authorised signatory/ Representative of
M/s
________________________________________________________________
(Name and address of the bidder) is competent to sign this declaration and execute
the tender document regarding “Setting up of CPE Lab at TEC New Delhi”;
I ___________________________ resident of _________________________
hereby certify that our company has not been black-listed by any Ministry/
Department/ PSU of the Central Government. In case at any stage it is found that
the information given by me is false/ incorrect the purchaser shall have the absolute
right to take any action as deemed fit/without any prior information to me.
I have carefully read and understood all the terms and conditions of the tender
document and undertake to abide by the same;
I also undertake that our firm will observe all legal formalities or/and obligations
under the contract well within time. In case of failure to observe any of the legal
formalities or/and obligations, I shall be personally liable under the appropriate law.
The Information/documents furnished, along with the tender document are true
and authentic to the best of my knowledge and belief. I am well aware of the fact
that furnishing of any false information/fabricated documents would lead to
rejection of my tender at any stage besides liabilities towards prosecution under
appropriate law.
(Signature of Proprietor/ Partners/ Director/ Authorized Signatory)
Full Name:
Date: Address:
Place: Seal:
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 65 of 136
ANNEXURE-VII
PERFORMANCE SECURITY BOND FORM
In consideration of the President of India (hereinafter called ‘the Government’)
having agreed to exempt ---------------------- (hereinafter called ‘the said
Contractor(s)’ from the demand, under the terms and conditions of an
agreement / (Purchase Order) No. ---------------------- Dated ----------------
----- made between ------------------------ and --------------------- for the
supply and Service Level Agreement (SLA) of -----------------------------------
(hereinafter called ‘the said Agreement’), of performance security for the due
fulfilment by the said Contractor(s) of the terms and conditions contained in the
said Agreement, on Production of a bank guarantee for ------------------------
--------------------------- we, (Name of the bank) -------------------------------
--------------- (hereinafter referred to as ‘the Bank’) at the request of --------
--------------------------------Contractor(s) do hereby undertake to pay to the
TEC an amount not exceeding ---------------------- against any loss or damage
caused to or suffered or would be caused to or suffered by the TEC by reason
of any breach by the said Contractor(S) of any of the terms or conditions
contained in the said Agreement.
2. We (Name of the bank) ---------------------- do hereby undertake to pay the
amount due and payable under this guarantee without any demur, merely on a
demand from the TEC stating that the amount claimed is due by way of loss or
damage caused to or would be caused to or suffered by the TEC by reason of
the Contractor(s) failure to perform the said Agreement. Any such demand
made on the bank shall be conclusive as regards the amount due and payable
by the Bank under this guarantee where the decision of the TEC in these counts
shall be final and binding on the bank. However, our Liability under this
guarantee shall be restricted to an amount not exceeding -----------------------
.
The Bank further agrees that the guarantee herein contained shall remain in
full force and effect for a period of 97 Months from the date hereof and also
that the extension of this guarantee will be provided for by the Bank for such
period beyond the period of 97 Months as the Purchaser may feel necessary in
this behalf.
3. We undertake to pay to the TEC any money so demanded notwithstanding any
dispute or disputes raised by the Contractor(s)/ Contractor(s) in any suit or
proceeding pending before any court or tribunal relating thereto our liability
under this present being absolute and unequivocal. The payment so made by
us under this bond shall be valid discharge of our liability for payment there
under and the Contractor(s)/ Contractor(s) shall have no claim against us for
making such payment.
4. We (name of the bank) ---------------------------- Further agree that the
guarantee herein contained shall remain in full force and effect during for a
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 66 of 136
period of 97 Months from the date of Advance Purchase Order (Date……..). And
that it shall continue to be enforceable till all the dues of the TEC under or by
virtue of the said Agreement have been fully paid and its claims satisfied or
discharged or till -------------------------- (TEC) certifies that the terms and
conditions of the said Agreement have been fully and properly carried out by
the said Contractor(S) and accordingly discharge this guarantee.
5. We (Name of the bank) ---------------- further agree with the TEC that the TEC
shall have the fullest liberty without our consent and without affecting in any
manner our obligations hereunder to vary and of the terms and conditions of
the said Agreement or to extend time of performance by the said contract(s)
from time to time or to postpone for any time or from time to time any of the
powers exercisable by the TEC Against and said Contract(s) and to forbear or
enforce any of the terms and conditions relating to the said agreement and we
shall not be relieved from our liability by reason of any such variation, or
extension being granted to the said Contract(s) or for any forbearance, act or
omission on the part of the TEC or any indulgence by the TEC to the said
contract(s) or by any such matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of
the Bank or the Contractor(s)/ Contractor(s).
7. We (name of the bank) ------------------------------- lastly undertake not to
revoke this guarantee during its currency except with the previous consent of
the TEC in writing.
Dated the --------------- day of -----------, Two thousand one only.
For -------------------------------------
-
(Indicate the name of the bank)
Witnesses: (Name & Signature)
1. Telephone No.(s):-
STD Code-
FAX No.
E-Mail Address:-
2.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 67 of 136
ANNEXURE-VIII
BID FORM
2-5/2016-MM/TEC Dated: 08.04.2016
(Name & Address of the Purchaser)
Dear Sir,
Having examined the conditions of tender and specifications including
clarifications/addenda the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to supply and deliver the items quoted in Price Schedule of this
bid document in conformity with said conditions of contract and specifications for a
sum of amount as quoted in Price Schedule or such other sums as may be
ascertained in accordance with the schedule of prices attached herewith and made
part of this Bid.
We undertake, if our Bid is accepted, to commence and complete deliveries
as prescribed in the tender document.
If our Bid is accepted, we will obtain and provide to purchaser the guarantees
of a Scheduled Bank for a sum not exceeding 10% of the contract sum for the due
performance of the Contract.
We agree to abide by this Bid for a period of 240 days from the date fixed
for Bid opening and it shall remain binding upon us and may be accepted at any
time before the expiration of that period.
Bid submitted by us is prepared so as to prevent any subsequent alteration
and replacement.
We understand that you are not bound to accept the lowest or any bid, you
may receive.
Dated this ..........day of ..........2016
(…………………………………)
Signature of…………………………………….
in capacity of…………………………………..
(Duly authorised to sign the bid for and on behalf of..............)
Witness.................... Tele No.(s):-
Signature............. FAX No.(s):-
Address.............. E-Mail Address:-
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 68 of 136
ANNEXURE-IX
List of Main Test and Measuring Instruments
S. NO. ITEM CODE NAME OF INSTRUMENTS
1 TNMEQP01 ARBITRARY WAVEFORM GENERATOR
2 ANASIM01 CENTRAL OFFICE SIMULATOR
3 ANASIM02 DIGITAL COMMUNICATION ANALYSER
4 ANASIM03 DIGITAL STORAGE OSCILLOSCOPE
5 ANASIM04 E1 ANALYZER
6 ANASIM05 INTERNET PROTOCOL ANALYZER
7 ANASIM06 ISDN PROTOCOL ANALYZER
8 ANASIM07 NETWORK ANALYZER
9 ANASIM08 OPTICAL SPECTRUM ANALYZER
10 ANASIM09 PDH/SDH ANALYZER
11 ANASIM10 VoIP ANALYZER
12 OPTEQP01 OPTICAL POWER MEASUREMENT TEST SET
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 69 of 136
ANNEXURE-X
LIST OF OTHER EQUIPMENTS
S. NO. ITEM NO. NAME OF INSTRUMENT/ ITEM
1 TNMEQP02 DIGITAL INSULATION TESTER
2 TNMEQP03 DIGITAL MULTIMETER
3 TNMEQP04 DIGITAL SUBSCRIBERS LINE (DSL) TEST SET
4 TNMEQP05 DISTORTION ANALYSER/ LEVEL METER
5 TNMEQP06 FREQUENCY COUNTER
6 TNMEQP07 LEVEL GENERATOR
7 TNMEQP08 PSOPHOMETER
8 TNMEQP09 REGULATED POWER SUPPLY 120V
9 TNMEQP10 REGULATED POWER SUPPLY 48V
10 TNMEQP11 SELECTIVE LEVEL & RETURN LOSS METER
11 TNMEQP12 SOUND PRESSURE METER
12 TNMEQP13 TRANSMISSION MEASURING SET
13 OPTEQP03 OPTICAL SPLITTER
14 NTWDEV01 FIREWALL
15 NTWDEV02 LAN SWITCH
16 NTWDEV03 ROUTER CONFIGURATION-1
17 NTWDEV04 ROUTER CONFIGURATION-2
18 UMPEQP01 UMP EQUIPMENTS
19 POWERP01 UPS SYSTEM
20 STDDEV01 BLUETOOTH TRANSMITTER DONGLE
21 STDDEV02 SET TOP BOX
22 STDDEV03 STANDARD CLIP PHONE
23 STDDEV04 STANDARD G3 FAX
24 STDDEV05 HDTV MONITOR
25 STDDEV06 WIFI TRANSMITTER DONGLE
26 COMPEQ01 DESKTOP PC
27 COMPEQ02 LAPTOP PC
28 COMPEQ03 PRINTER
29 TNMACC01 ADSL SPLITTER
30 TNMACC02 ARTFICIAL LINE/ CABLE LENGTH SIMULATOR
31 TNMACC03 DC FEED/ REFLECTION/ RETURN LOSS BRIDGE
32 TNMACC04 IMPEDANCE MATCHING TRANSFORMER
33 TNMACC05 PRECISION RESISTANCE AND COMPONENTS SET
34 LABACC01 HD PROJECTOR
35 INSTAL01 CABLES
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 70 of 136
ANNEXURE-XI
LIST OF OTHER ACCESSORIES
S. NO. ITEM NO. NAME OF INSTRUMENT/ ITEM
1 LABACC02 VACUUM CLEANER
2 LABACC03 WRITING BOARD WITH SCREEN
3 FURNIT01 ALMIRAH
4 FURNIT02 COMPUTER REVOLVING CHAIRS
5 FURNIT03 COMPUTER TABLES
6 FURNIT04 CONFERENCE TABLE
7 FURNIT05 EQUIPMENT TROLLY
8 FURNIT06 EXECUTIVE CHAIRS
9 FURNIT07 LAB TABLES FOR DESKTOP INSTRUMENTS
10 INSTAL02 INSTALLATION MATERIALS
11 INSTAL03 RACKS
12 INSTAL04 TOOL SET (MECHANICAL AND LAN CABLING)
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 71 of 136
ANNEXURE-XII
TECHNICAL PROFORMA
Sl. N
o.
Item
Description
Make
Model
Hard
ware
and
Soft
ware
Vers
ion
Collabora
tor,
if
any
Rem
ark
s if any
1 Arbitrary Waveform
Generator
(One row for each of the instruments. Only one row shown as example)
NOTE: PLEASE FILL UP THE ABOVE COMPLIANCE CHART FOR EVERY MODEL
QUOTED
Signature of…………………………………….
in capacity of…………………………………..
(Duly authorised to sign the bid for and on behalf of..............)
Tele No.(s):-
FAX No.(s):-
E-Mail Address:-
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 72 of 136
ANNEXURE-XIII
COMPLIANCE AND DEVIATION STATEMENT
The specifications/ requirements in respect of all items to be supplied under this tender are fully complied, except with the following deviations:
Sl. N
o.
Item
Code
Item
Nam
e
Specific
ation
Cla
use
Required
Specific
ation
Supplied
Specific
ation
Rem
ark
s if any
1
TM00
5*
E1 AND DATA TRANSMISSION
ANALYZER*
2.2*
Physical Interface: 50 Ω*
Physical Interface:
60 Ω*
Impedance of two-wire
interfaces is very often 60 Ω
instead of 50 Ω.*
(*Only one entry is shown as an example. One row for each deviation in
specification is to be filled up.)
Signature of…………………………………….
in capacity of…………………………………..
(Duly authorised to sign the bid for and on behalf of..............)
Tele No.(s):-
FAX No.(s):-
E-Mail Address:-
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 73 of 136
ANNEXURE-XIV
SPECIFICATIONS
The specifications of Test Instruments/ Equipments mentioned in the Schedule of
Requirements are given in the following sheets.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 74 of 136
ANASIM01 - CENTRAL OFFICE SIMULATOR
1.0 Introduction
1.1 This document contains the specifications of Central Office Simulator.
1.2 The Central Office Simulator should be capable of generating and receiving telephone calls
using a variety of interface and protocols, by independently simulating functionalities of
Subscriber Interface (FXS) and Office Interface (FXO) for Central Office.
1.3 All accessories, attachments, patch-cords, cables, adapters etc. required for carrying out the
tests and measurements specified in this document should be included and supplied along
with the instrument.
2.0 Functional Requirements
2.1 Call Generation/
Reception:
The equipment should be capable of generating telephone calls by
functionally simulating both ends of a Telephone Central Office.
2.2 Automatic/ Manual
Call:
Manual and automatic single and simultaneous bulk calling should
be supported.
2.3 Switching/ Traffic
capacity:
Simultaneous calls from all ports/ trunks should be possible
without delay/ failure/ blocking.
2.4 Interfaces: Digital E1 trunks, PRI ISDN, POTS
2.4 Signaling Protocols: MFC-R2, PRI ISDN, SS7, DTMF
2.5 Number of ports: Analog: 48
E1: 2
2.6 Caller-Id and Charge
Indication:
The equipment shall be capable of extending 16 KHz charging
pulse and Caller-Id tones.
2.7 System parameters: The equipment shall simulate a central office with typical values of
all appropriate parameters like DTMF and MFC Signal
frequencies, levels, Return Loss and other Line parameters, Dial
pulse width, M/B ratio, IDP etc.
2.8 Measurements and
Reports:
The equipment should be capable of measuring various parameters
in respect of received calls like received levels, frequency,
durations etc., and be able to generate reports related to successful
and unsuccessful calls.
2.9 User interface: The equipment should be capable of connecting to a Windows
based PC using USB/ LAN ports. The GUI to be supplied with
equipment should provide full functionality of the equipment from
the PC.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 75 of 136
ANASIM02-DIGITAL COMMUNICATION ANALYSER
1.0 Introduction
1.1 This document contains the specifications of Digital Communication Analyzer.
1.2 The Digital Communication Analyzer (DCA) works on the principles of sampling
oscilloscope used for analyzing waveforms, eye pattern etc. of repetitive waveforms.
1.3 The DCA is to be used in TEC for measurement of Pulse Mask and characteristics of
signals at 64 kbps co-directional, E1, E3, DS3 and STM-1 interfaces as provided in ITU-
T Recommendations G.703, and for measurement of Extinction Ratio for STM-1, STM-4
and STM-16 interfaces as per ITU-T Recommendations G.957 and for measurement of
Extinction Ratio for 10Base-T, 100Base-T and 1000Base-T interfaces as per IEEE 802.3
Standards.
1.4 If measurement of aforesaid parameters requires additional hardware, test jig, bridge or
any such circuitry, the same shall be provided along with the DCA and its price shall be
included in the DCA price.
2.0 Functional Requirements
2.1 Electrical Channel Bandwidth 20 GHz
2.2 Optical Channel Bandwidth 6 GHz
2.3 Sampling Method Equivalent Time Sampling
2.4 Scale Factor 10mV/div to 1V/div
2.5 Maximum Peak to Peak input signal 1MΩ - 100V
50Ω - 5V
Maximum Optical Input Power 7 dBm
2.6 Trigger Bandwidth From DC Upto 12 GHz
2.7 Vertical resolution ≥14 bit ADC
2.8 Clock Recovery Inbuilt clock recovery for all signals covering all
data rates
2.9 Trigger External, Internal and pattern. Pattern trigger to
synchronize with incoming signal pattern and
internally create a pattern trigger of upto 1020 bit
length pattern, from a clock trigger
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 76 of 136
2.10 Math Functions Add, Subtract, Multiply, Average, Invert,
Maximum, Minimum, Median, Delay
2.11 Wave Length Support Multimode at 850nm, Single mode at 1310nm,
1550nm window
2.12 Standard Mask Option Built-in mask as per ITU-T G.703, G.957 &
IEEE 802.3 Standard.
2.13 Optical/Electrical Converter In-built
2.14 Connectors
Electrical
Optical
SMA 3.5 mm
Standard FC/PC
2.15 Measurement Amplitude- High, Low, Overshoot, Vmax,
Vmin, Vp-p, RMS, Width measurements, Eye
measurements, Eye opening factor, Average
power, Pulse measurements, Duty cycle,
Extinction Ratio (%, ratio, dB), Q factor, OMA,
Average power display, Rise time, Fall time,
period, Jitter (rms, p-p), Frequency, Pulse width
measurements, Duty cycle measurements
2.16 IO Ports USB, and GPIB or LAN
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 77 of 136
ANASIM03-DIGITAL STORAGE OSCILLOSCOPE
1.0 Introduction
1.1 This document contains the specifications of Digital Storage Oscilloscope (DSO).
1.2 The Digital Storage Oscilloscope is used for analyzing waveforms, eye pattern, etc., by
storing signals captured in real time mode.
1.3 The DSO is to be used in TEC for measurement of Differential Output Voltage, AC
Differential Input Impedance and Output timing jitter for 10Base-T, 100Base-T and
1000Base-T interfaces as per IEEE 802.3 Standards for Ethernet provided under Section
1 para 7.4.1.1, 7.4.2.2, 14.3.1.2.1, 14.3.1.2.3, 14.3.1.3.4, Section 2 para 23.5.1.2.1,
23.5.1.2.5, 23.5.1.3.3, and Section 3 para 40.6.1.2.1 and 40.6.1.2.5.
1.4 If measurement of aforesaid parameters requires additional hardware, test jig, bridge or
any such circuitry, the same shall be provided along with the DSO and its price shall be
included in the DSO price.
2.0 Functional Requirements
2.1 Vertical System
2.1.1 Analog Bandwidth 1 GHz
2.1.2 Number of Channels 4
2.1.3 Input Impedance 50 Ω ± 1.5%
1 MΩ ± 1%
2.1.4 Input Sensitivity 50 Ω: 1 mV/div to 1 V/div
1 MΩ: 1 mV/div to 10 V/div
2.1.5 ENOB (Effective No. of bits) ≥ 6.5
2.2 Acquisition System
2.2.1 Max Real Time Sample Rate 10 GSa/s per channel
2.2.2 Standard Memory Depth 50 Mpts per channel
2.3 Horizontal System
2.3.1 Time Base Range 5 ps/div to 50 S/div
2.3.2 Time Base Accuracy ± 5 ppm
2.4 Trigger System
2.4.1 Trigger modes Edge, Glitch, Width, Runt, Timeout, Window
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 78 of 136
2.5 Measurement and Analysis
2.5.1 Measurement and Display Voltage (≥ 10 standard parameters),
Time (≥ 10 standard parameters), Area, FFT
2.5.2 Analysis Spectrum, histogram, Mask
2.5.3 Mask Testing and Eye-diagram
Measurements
Pulse Mask testing for various pulses at 64 Kbps,
2/34/44 Mbps and STM-1 as per G.703.
2.6 IO Ports
2.61 Signal Input Connectors BNC
2.62 LAN
RJ-45 connector supporting 10/100/100 Base-T.
2.63 USB Two USB 2.0/ USB 3.0 ports
2.64 External display Display Port and VGA video out
2.7 Other
2.71 Probe X1 and X10 scaling
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 79 of 136
ANASIM04-E1 AND DATA TRANSMISSION ANALYZER
1.0 Introduction
1.1 This document contains the specifications of E1 Analyzer.
1.2 The E1 Analyzer is used for testing of various interfaces carrying data at 64 Kbps to 2
Mbps like leased data circuits and E1/ PRI interfaces between network elements.
1.3 The E1 Analyzer shall have the capabilities of measurement, analysis and emulation of
E1, ISDN PRI and data streams.
2.0 Functional Requirements
2.1 Capabilities The analyser shall be capable of working in Terminate mode (i.e. terminate
the G.703 line with 75Ω and 120Ω impedance and emulate the PCM),
Bridge mode (with > 5000Ω impedance) and Through Mode (to act as a
repeater). It shall be able to display the following measurement results:
Bit error test on G.703 links - occurrence and rate of Bit Errors, Code Errors,
CRC errors, Frame Alignment Signal (FAS) errors, Multi Frame Alignment
Signal (MFAS) errors.
Clock frequency, Clock slips, Wander positive and Wander negative with
graphical display.
ITU-T G.821 Analysis - Bit Error rate and various error second ratios.
Alarm Statistics.
Signal Level in Decibels.
Pulse mask analysis with on-screen graphical display of pulse shape with
and without super-imposition of G.703 mask.
Pulse width, rise time and fall time in nanoseconds, %overshoot and
%undershoot.
Propagation delay on loopback.
Generation of 2n-1 test patterns as per ITU O-161 for value of n up to 23.
Measurement of psophometric channel noise and level and frequency of VF
signal in individual channels.
Listening and injecting tone in individual channels and SNR measurement.
Measure and analyse Indian MFCR2 signaling in each channel.
ISDN PRI Analysis – signaling activity on D channel, layer-wise details for
PRI, capture and decode layer-2 and layer-3 message capture and decoding
and display of relevant parameters.
2.2 Physical
interface
The instrument shall be capable of functioning while connected in series or
in parallel. Therefore one input and one output port for each of the following
interfaces shall be provided:
ITU-T G.703 interface (75/120 Ohms) in RJ 45 plugs for Dual E1, V35,
V36/RS 449, V11/X21, V 24/RS 232, RS530.
2.3 Call
emulation
E1R2 and ISDN call emulation with user defined parameters.
Emulate DTE and DCE for various data interfaces and carryout various
measurements.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 80 of 136
ANASIM05-INTERNET PROTOCOL ANALYZER
1.0 Introduction
1.1 This document contains the specifications of IP Analyzer.
1.2 All accessories, attachments, patch-cords, cables, adapters etc. required for carrying out
the tests and measurements specified in this document should be included and supplied
along with the instrument.
2.0 Functional Requirements
2.1 Capabilities Monitoring and analysis, simulation/ emulation conformance test
and traffic generation for protocols listed in section 2.x Real-time,
non-real time and post processing of data. GUI and remote
monitoring using standard communication protocols. Creation and
running of script based tests. Display of various normal, QoS and
user defined statistical parameters, packet stream parameters.
Creation of user defined capture trigger and capture filter, source
and destination address. Storage, report generation and printing/
export.
2.2 Physical interface Bidirectional E1 interface as per G.703 over RJ-45 connector,
STM-1 and STM-4 supporting PoS with electrical/ optical ports,
10/100/1000 Ethernet LAN interface as per IEEE 802.3.
2.3 Simulation
programming
Program test scenarios/ create scripts
Set delays/ step by step progress.
2.4 Load generation Capability to generate and terminate bulk calls with various
statistics
2.5 Supported Protocols
and RFCs
Layer-2 protocols like ARP, PPP, L2TP, PPTP.
Network Layer protocols like MPLS, RSVP, CR-LDP, RSVP-TE,
OSPF, BGP, MBGP.
Transport layer protocols like TCP, UDP, SCTP.
Application layer protocols like FTP, Telnet, Ping, TFTP,
ISAKMP, DNS, RADIUS, IMAP, SIP, H.323, H.248, MGCP,
MEGACO
The following protocols/ RFCs shall be specifically supported:
2.5.1 IP Version 4 RFC 791
2.5.2 IP version 6 RFC2460, RFC 4861, RFC 4862,
RFC 1981 and RFC 4443
2.5.3 Transmission Control
Protocol (TCP)
RFC 793
2.5.4 BGP4 RFC 4271
2.5.5 MBGP RFC 4760
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 81 of 136
2.5.6 BGP for IPv6 RFC2545
2.5.7 RIP2 RFC 2453
2.5.8 RIPng for IPv6 RFC2080
2.5.9 OSPF RFC 2328
2.5.10 OSPF for IPv6 RFC2740
2.5.11 IGMP RFC 3376
2.5.12 PIM-SM RFC 4601
2.5.13 IPv6 multicast assignments RFC2375
2.5.14 Differentiated Service Point
Code (DSCP)
RFC 3260
2.5.15 PHB RFC 3140 and RFC 2598
2.5.16 QoS ToS RFC 2474 and 2475
2.5.17 VLAN Tagging IEEE 802.1q and IEEE 802.1p
2.5.18 QoS marking for IPv6 RFC2460, RFC3697
2.5.19 DHCPv4 RFC 3396
2.5.20 DHCPv6 RFC 3315
2.5.21 PPP RFC 1661
2.5.22 IPv6 over PPP RFC 5072
2.5.23 PPP over SONET/SDH RFC 2615
2.5.24 IP Bridging, Routing RFC 2684
2.5.25 PPPoA RFC 2364
2.5.26 PPPoE RFC 2516
2.5.27 NAT RFC1631
2.5.28 PAT RFC1631
2.5.29 UDP RFC 768
2.5.30 RTP RFC 1889, 1890
2.5.31 RTCP RFC 3550, 3551
2.5.32 DHCP RFC 2131, 2132, 3004
2.5.33 IPCP RFC 1332
2.5.34 Multiprotocol
Encapsulation over AAL
RFC1483
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 82 of 136
ANASIM06-ISDN PROTOCOL ANALYZER
1.0 Introduction
1.1 This document contains the specifications of ISDN Protocol Analyzer.
1.2 All accessories, attachments, patch-cords, cables, adapters etc. required for carrying out the
tests and measurements specified in this document should be included and supplied along
with the instrument.
2.0 Functional Requirements
2.1 Capabilities Monitoring and analysis, simulation/ emulation conformance test
and traffic generation for signaling protocols associated with
PSTN/ ISDN (BRI and (PRI) and CCS#7 signaling. A-Law and -
Law formats. DTMF generation & detection.
2.2 Supported Protocols SS7 SIGTRAN (ISUP, MTP, SCCP, TCAP, INAP)
Euro-ISDN DSS1 Layer 2 (Q.921) and Layer 3 (Q.931), X.25 (B
& D)
2.3 Physical Interface: PRI Minimum two Bidirectional E1 interface as per G.703, with 120
and 75 selectable input port.
Line code HDB3.
Message Time slot selectable.
2.4 Physical Interface:
BRI
8 position jack ISO 8877 (RJ 45), pin number 4 and 5 used
2.5 Signaling Viewer To view end-to-end signaling
2.6 Simulation/ emulation All protocols listed in 2.2 above
2.7 Simulation
programming
Program test scenarios/ create scripts
Set delays/ step by step progress
Check sequences between transmitted and received messages
2.8 Load generation Capability to generate and terminate bulk calls with various
statistics.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 83 of 136
ANASIM07-NETWORK ANALYZER
1.0 Introduction
1.1 This document contains the specifications of Network Analyzer.
1.2 The Network Analyzer is used for measurement of electrical parameters of telecom
networks elements.
2.0 Functional Requirements
2.1 Frequency range 50 Hz to 3 GHz
2.2 System dynamic
Range 100 dB
2.3 Return Loss > 10 dBc
2.4 Directivity from 100
Hz to 3 GHz
46 dB
2.5 Reflection Tracking
100 Hz to 3 GHz
0.021 dB
2.6 Transmission
tracking 100 Hz to 3
GHz
0.026 dB
2.7 Number of
measurement
channels
4 (independent)
2.8 Number of traces 4 data and 4 memory traces
2.9 Data Formats Log magnitude, linear magnitude, phase, expanded phase,
positive phase, group delay, SWR, real, imaginary, Smith chart,
polar.
2.10 Markers 10
2.11 Test port output
source Resolution
1 mHz
2.12 Test port output
source stability
±7 ppm (5 to 40 °C)
2.13 Test port output
source power level
accuracy over full
frequency range
±1.0 dB (at 300 kHz to 3 GHz, 0 dBm, relative to 50 MHz)
2.14 Test port output
source power range
–45 dBm to 10 dBm
2.15 Test port output
signal purity at 5
dBm
Harmonics: < –25 dBc
Non-Harmonics: < –25 dBc
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 84 of 136
2.16 Damage level +20 dBm, ±30 V DC
2.17 Noise Floor at 3
kHz Bandwidth
–70 dBm (100 to 300 kHz)
–80 dBm (300 k to 1 MHz)
–85 dBm (1M to 3 GHz)
2.18 IF Bandwidth 1 Hz to 300 kHz
2.19 Connectors Type-N, female; 50 Ω
(Ports 1 and 2)
2.20 Interface GPIB, LAN, USB
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 85 of 136
ANASIM08-OPTICAL SPECTRUM ANALYZER
1.0 Introduction
1.1 This document contains the specifications of Optical Spectrum Analyzer.
1.2 If measurement of parameters mentioned in this specification requires additional hardware,
test jig, bridge, connector, cable, module or any such circuitry, the same shall be provided
along with the OSA and its price shall be included in the OSA price.
2.0 Functional Requirements
2.1 Fiber type As per ITU-T Rec. G.652/G.657A
2.2 Wavelength Range 1250 – 1650 nm
2.3 Wavelength Accuracy
(at 0.02 nm resolution)
Better than ± 0.5 nm over entire range
2.4 Wavelength Stability ± 5 nm
2.5 Wavelength Linearity Better than ± 50 nm over entire range
2.6 Wavelength resolution 0.1 nm to 10 nm selectable
2.7 Maximum Input Power 23 dBm
2.8 Level measurement
Range
-75 dBm to +18 dBm
2.9 Level Readout Display 0.01 dB
2.10 Return loss ≥ 35 dB
2.11 Dynamic Range 58 dB
2.12 Connectors Universal connectors with adopters to suit FC-PC and SC-PC type
connector
2.13 Measurement/ Display/
Analysis capabilities
Measurement of wavelength and optical spectrum as per G.957
and 802.3 standards, analyzing and evaluating waveforms of
various optical elements, measurement of spectral width, peak
power density, OSNR, central wavelength, mode, mode spacing,
total power, EDFA-NF, peak/ dip search, intensity, pulsed and
modulated light
2.14 Interfaces GPIB/ USB/ RJ45 suitable for connecting to a common Test
Platform
2.15 Others AC supply (no AC/DC adapter), trace memory
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 86 of 136
ANASIM09-PDH/ SDH ANALYZER
1.0 Introduction
1.1 This document contains the specifications of PDH/ SDH Analyzer.
1.2 The PDH/ SDH Analyzer is used to take comprehensive measurements at SDH network
interfaces in accordance with relevant ITU-T Recommendations in respect of the SDH
signals at the network node interfaces (NNI). The instrument shall also support PDH
interfaces which include 2Mb/s, 34Mb/s, 44.736 Mb/s [DS-3] and 140Mb/s whereas the
support for SDH interfaces shall be for STM-1, STM-4, STM-16 and STM-64 interfaces.
1.3 The instrument shall have the capability for the SDH interfaces to be configured with POS
payload.
2.0 Functional Requirements
2.1 Supported Interfaces
for Measurement
STM-1 electrical and optical line interfaces along with tributary
interfaces of 2 Mb/s, 34 Mb/s, 44.736 Mb/s [DS-3] and 140 Mb/s.
It shall also support STM-4, STM-16 and STM-64 optical line
interface at 1310 nm and 1550 nm wavelengths, by addition of
suitable plug-in hardware and software.
2.2 Measurement and
Analysis
Capabilities
Generation and monitoring of 2.048, 34.368, 44.736 and 139.264
Mb/s framed and unframed PDH electrical signals, 155.520 Mb/s
SDH electrical and optical signals, 622.080, 2488.320 and
9953.280 Mb/s SDH optical signals, Pattern and PRBS generation,
Jitter and Wander generation and analysis, Received optical power.
2.3 Electrical interfaces 75Ω unbalanced for all interfaces and 120Ω balanced for 2 Mb/s
interface
2.4 Output bit-rate
offset Better than 50 ppm in steps of 1 ppm
( 20 ppm for STM-64)
2.5 Input pulling range
of clock recovery 50 ppm
2.6 Bit Rate Accuracy 4.6 ppm
2.7 Jitter Tolerance,
Output Jitter and
Wander for SDH
As per G.783, G.813, G.823, G.824, G.825, O.171
2.8 Optical Interface
Connectors
SC-LC
2.9 Power Measurement
Accuracy 1 dB ( 2 dB if SFP used)
2.10 Internal Clock
Accuracy
Offset
Resolution
4.6ppm
50 ppm
1 ppm
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 87 of 136
2.11 Clock recovery From STM-n input bit stream
2.12 Measurements
modes
Single, Repeat or Time-gated, Manual
2.13 Jitter and Wander
generation
As per ITU-T O.171, O.172
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 88 of 136
ANASIM10-VoIP ANALYZER
1.0 Introduction
1.1 This document contains the specifications of VoIP Analyzer.
1.2 The VoIP Analyzer is used in testing of IP Networks for VoIP based services.
2.0 Functional Requirements
2.1 Supported services The instrument shall support all of the VoIP signaling
specifications viz. H.323, H.245, H.248, SIP, SIP-T, MGCP.
2.2 Capabilities Monitoring, simulation and emulation of protocols used for VoIP
services. Generate and analyse at message and physical levels.
Generate and receive VoIP traffic and its monitoring and analysis.
Real-time, non-real time and post processing of data. GUI and
remote monitoring using standard communication protocols.
Creation and running of script based tests.
2.3 Supported Protocols
and RFCs
H.323, SIP and its extensions as per RFC 2543 and RFC 3261,
MGCP as per RFC 2705 and RFC 3435, H.248, Megaco as per
RFC 3015 and RFC 3525, SIGTRAN (SCTP and adaptation) as per
RFC 2719, SIP-T as per RFC 3372, SIP-I as per Q.1912.5, RTP as
per RFC 1889, RTSP as per RFC 2326, RTCP.
2.4 Physical interface Two E1 interface as per G.703, with 120 and 75 selectable
input port, STM-1 port,
Bidirectional 10/100/1000 BaseT.
2.5 Signaling and
Codecs
ISDN PRI, R2 MFC (Indian) and SS#7 signaling.
G.711 PCM A-law, G.723, G.726, G.729, G.729 A, AMR-NB,
AMR-WB and T.38.
H.261, H.263, H.264, MPEG2 and MPEG4 Video Compression
formats for monitoring and decoding, VAD and silence
suppression, MPEG-1, MPEG-2 and MPEG-4 audio codecs.
DTMF Tone digit extraction as per RFC 2833.
2.6 Monitoring and
Analysis
Protocol layer analysis and statistics, Analysis of individual
messages as well as command-response and multimedia
communication setup and termination. RTP and RTCP stream
statistics, ISUP and SIP combined analysis, QoS reports, and
various fields of messages.
2.7 Simulation
programming and
load generation
Simulate STP, SP, SG, SIP Proxy Server, SIP Registrar Server, SIP
User Agent, Media Gateway Controller, Media Gateway, H323
endpoint, H323 Gatekeeper, Diameter CSCF, Diameter HSS,
Diameter SLF, SIP AS.
Generate VoIP traffic, Transmit RTP Voice packets encoded in
various codes/ formats for load testing.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 89 of 136
TNMEQP01-ARBITRARY WAVEFORM GENERATOR
1.0 Introduction
1.1 This document contains the specifications of Arbitrary Waveform Generator.
1.2 The Arbitrary Waveform Generator is used for generating user defined waveforms of varying
sizes used as stimulus for measurement of electrical parameters of telecom networks
elements. The AWG can also generate various standard periodic waveforms like sine, square,
triangle etc.
1.3 The equipment must have capability to generate different waveforms including Sine, Square,
Pulse, Ramp, Triangle, Sin(x)/x, Exponential Rise and Decay, Gaussian Noise.
2.0 Functional Requirements
2.1 Frequency
Characteristics
2.1.1 Frequency Range 10 Hz – 1 GHz
2.1.2 Resolution: 1 Hz
2.1.3 Frequency Accuracy:
± 1 LSD ± time base accuracy
2.2 Clock Stability: ≤ 1 x 10 –7/year
2.3 Output Characteristics
2.3.1 Level Range: -100 dBm to +10 dBm
2.3.2 Resolution: 0.01 dB
2.3.3 Level Accuracy: ≤ ±1 dB at 0 dBm level
2.3.4 Output Impedance: 50 Ω
2.4 Spectral Purity
2.4.1 Harmonics: ≤ -50 dBc
2.4.2 Non-Harmonics: ≤ -54 dBc at 0 dBm
2.5 Other Requirements
2.5.2 Number of output
channels:
2
2.5.2 VSWR 2:1
2.5.3 Interface GPIB or LAN
2.5.4 Output Connector N(F)
2.5.5 Trigger and Synch
Input and Output:
Required
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 90 of 136
TNMEQP02-DIGITAL INSULATION TESTER
1.0 Introduction
1.1 This document contains the specifications of Digital Insulation Tester.
1.2 All accessories, attachments, patch-cords, cables, adapters etc. required for carrying out
the tests and measurements specified in this document should be included and supplied
along with the instrument.
2.0 Functional Requirements
2.1. Measurement Range: 200KΩ to 1GΩ
2.2 Test Voltages: 250V, 500V, 1000V
2.3 AC/DC/Voltage 600 V, resolution 0.1 V,
Accuracy 2% measurement
2.4 Auto discharge Discharge time <0.5 second
2.5 Live circuit detection Live circuit indicator for 50 Hz
2.6 Safety rating Category 3, 600 V of IEC 61010.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 91 of 136
TNMEQP03-DIGITAL MULTIMETER
1.1 This document contains the specifications of True RMS Digital Multimeter.
1.2 All accessories, attachments, patch-cords, cables, adapters etc. required for carrying out
the tests and measurements specified in this document should be included and supplied
along with the instrument.
2.0 Functional Requirements
2.1 Counts requirements 2,00,000
2.2 Basic DC voltage accuracy 0.5%
2.3 AC Measurement Range and
Accuracy
100 mV to 600V, 1%
1 mA to 3 A, 1%
2.4 True RMS AC voltage Band Width 100 KHz
2.5 DC Measurement Range and
Accuracy
100 mV to 600V, 0.5%
1 mA to 3 A, 0.5%
2.6 Resistance Measurement Range and
Accuracy
100 Ω to 100 MΩ, 1%
2.7 Frequency Measurement Range and
Accuracy
10 Hz to 100 KHz, 0.1%
2.8 Capacitance Measurement Range
and Accuracy
10 nF to 1000 µF, 1.5%
2.9 Continuity Test Continuity and Diode Test
2.10 IEC 61010 Safety Category 3 600 V
2.11 Instrument Safety Overload fuse protection
2.12 Data Logging Min 5,000 points/ 200 readings internal memory
2.13 Connectivity LAN/ USB/ GPIB
Connectivity software/ drivers to be provided
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 92 of 136
TNMEQP04-DIGITAL SUBSCRIBERS LINE (DSL) TEST SET
1.0 Introduction
1.1 This document contains the specifications of Digital Subscribers Line (DSL) Test Set.
1.2 All accessories, attachments, patch-cords, cables, adapters etc. required for carrying out
the tests and measurements specified in this document should be included and supplied
along with the instrument.
1.3 The instrument shall have the following capabilities:
1.3.1 Simulate as a Transceiver Unit at the Remote Terminal (ADSL Modem).
1.3.2 Able to detect fault diagnostic of the Modem and interoperability problems between the
DSLAM and the Modem.
1.3.3 Provide a multilayer functionality which shall enable to verify the different layer tests such
as DSL layer, ATM layer, IP routing etc.
1.3.4 Able to synchronize with the DSLAM.
1.3.5 Function as a router and able to indicate problem where incorrect ATM or IP addressing
exists.
Able to indicate poor line condition, Modem fault etc.
1.3.6 Able to simulate functioning of a xDSL modem.
1.3.7 Support PPP over Ethernet (PPPoE) and PPP over ATM (PPPoA)/ PPPoA/ VC-MUX as
per RFC 2516 and RFC 2364 respectively.
1.3.8 Dynamic IP address allocation from the network to the instrument.
1.3.9 Username and password authentication using PAP or CHAP.
1.3.10 PING facility via PPP, routed or bridged modes to verify path to server/ ISP as per RFC
1483.
1.3.11 Measure downstream and upstream line bit rate, current bandwidth and maximum
attainable bandwidth.
1.3.12 Measure signal to noise ratio.
1.3.13 Supporting RFC 1483 and RFC 2684 supporting Bridged and Routed modes, Static IP &
DHCP.
2.0 Functional Requirements
2.1 Test Mode Auto and Single Test
2.2 Signal generation
capacity
ADSL/ADSL2
ADSL2+
32 kbps to 8 Mbps in steps of 40 kbps
32 Kbps to 24 Mbps in steps of 40 kbps
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 93 of 136
2.3 Signal power
measurement range
10 dBm to + 26 dBm in step of 1 dB
2.4 Level Accuracy ± 1 dB.
2.5 Impedance 100Ω
2.6 Storage 200 Configurations and Test Results
2.7 Error display Loss of signal, loss of frame, loss of power, noise margin crossing
threshold etc.
2.8 Ports 10/100 Mbps Ethernet (RJ45)
RS-232
RJ-11
2.9 Computer Interface To be provided with software
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 94 of 136
TNMEQP05-DISTORTION ANALYSER/ LEVEL METER
1.0 Introduction
1.1 This document contains the specifications of Distortion Analyser/ Level Meter
1.2 This instrument measures level in Volts and dBm, and the total distorted frequency
components.
1.3 All accessories, attachments, patch-cords, cables, adapters etc. required for carrying out
the tests and measurements specified in this document should be included and supplied
along with the instrument.
2.0 Functional Requirements
2.1 Distortion Analyser
2.1.1 Frequency Range: 30 Hz to 200 KHz in appropriate selectable
ranges
2.1.2 Distortion Measurement Range: 0.3% to 100% in appropriate selectable ranges
2.1.3 Input Level 300 mV to 10 V
2.1.4 Distortion Measurement Accuracy ≥ ± 0.5dB upto 300 Hz range
≥ -2 dB upto 100 KHz range
2.2 Level Meter
2.2.1 Voltmeter Range: 1 mV to 300 V rms full scale
-60 dBm to +50 dBm
in appropriate steps
2.2.2 Voltmeter Accuracy: 30 Hz-300 KHz: ±2%,
>300KHz:±5%
2.2.4 Input Impedance: 600
High (≥10K) switchable
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 95 of 136
TNMEQP06-FREQUENCY COUNTER
1.0 Introduction
1.1 This document contains the specifications of frequency counter covering the frequency
range from 10 Hz to 3 GHz.
1.2 The Frequency Counter is used for accurate frequency measurements on
telecommunication systems and sub-systems during commissioning, maintenance and
laboratory testing. It shall be capable of direct measurement of frequencies.
1.3 Any accessory/ attachment required for measurement of frequency as per stated
specifications shall be supplied along with the instrument.
2.0 Functional Requirements
2.1 Input Characteristics
2.1.1 Frequency Range: 10 Hz – 3 GHz
2.1.2 Number of Inputs: Minimum two.
Frequency range of each port to be furnished
2.1.3 Display Resolution:
12 digits
2.1.4 Input Impedance: 1 M (For low frequency)
50 (For frequency beyond 10 MHz)
2.1.5 Input sensitivity: 50 mV up to 200 MHz
100 mV beyond 50 MHz
2.1.6 Connector Type: BNC and N
2.2 Time Base Stability: Less than 2 x 10 –7 / year
2.3 Other
Requirements:
2.3.1 Maximum Input
Level:
50 Ω: 12 VRMS (Unprotected Input)
1M Ω: 300 V pp
2.3.2 Attenuator X 1 and X 10
2.3.3 Connectivity USB/ GPIB/ LAN
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 96 of 136
TNMEQP07-LEVEL GENERATOR
1.0 Introduction
1.1 This document contains the specifications of Level Generator.
1.2 The instrument is meant for use in conjunction with a Selective Level Meter, with
appropriate bridge, for selective measurement of transfer/ return levels, using synchronous
tuning (tracking) mode.
1.3 All accessories, attachments, patch-cords, cables, adapters etc. required for carrying out
the tests and measurements specified in this document should be included and supplied
along with the instrument.
2.0 Functional Requirements
2.1 Output Frequency: 200 Hz to 620 KHz using step/ continuous fine
control.
2.2 Frequency Accuracy: ± 0.01% ± 1 LSD
2.3 Output Level +10 dBm to -70 dBm in switchable calibrated
steps of 1 dB, with suitable variable uncalibrated
fine control
2.4 Output Level Accuracy ± 0.3 dBm at 0 dBm, 20 KHz
2.5 Harmonic Distortion ≥ 40dB at +10 dBm
2.6 Output Impedance: 75 , 150 , 600 selectable
2.7 Output Connector BNC
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 97 of 136
TNMEQP08-PSOPHOMETER
1.0 Introduction
1.1 This document contains the specifications of psophometer used for measurement of
volume of noise and other interfering signals on telephone circuits.
1.2 The Psophometer displays value of weighted noise signal in accordance with ITU-T
Recommendations O.41.
1.3 All accessories, attachments, patch-cords, cables, adapters etc. required for carrying out
the tests and measurements specified in this document should be included and supplied
along with the instrument.
2.0 Functional Requirements
2.1 Frequency Range:
2.1.1 Weighted Mode: 20 Hz – 6 KHz
2.1.2 Un-weighted Mode: 20 Hz – 16 KHz
2.2 Measuring Range: -90 dBm to 0 dBm
10µV – 30V
2.3 Reference point 0 dBm at 800 Hz
2.4 Calibration Accuracy at
800Hz
0 to -60dBm, ±0.5dB.
-60 to -90dBm, ±1.0dB
2.5 Display Method Digital 31/2 digits LCD type
2.6 Display Parameter The r.m.s. value of the weighted noise signal as per
weighting coefficients shown in Table-I, ITU-T
O.41.
2.7 Display sensitivity Digital display: rounded to nearest 0.1 dB, updated at
least once per second
2.8 Input Insulation Impedance to ground> 200KΩ at 800 Hz,
2.9 Input Impedance Terminating mode: 600 Ω, with return loss of ≥30dB
from 300 to 4000Hz.
Bridging Mode: Tapping loss across 300Ω ≤ 0.15dB
from 300 Hz to 4000 Hz
2.10 Frequency Response and
accuracy of Psophometric
Measurements
According to ITU-T weighting coefficient for
Telephone circuits. (Table 1, O.41)
2.11 Overall accuracy ±1dB or better
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 98 of 136
TNMEQP09-REGULATED DC POWER SUPPLY – 120V
1.0 Introduction
1.1 This document contains the specifications of 120 V Regulated DC Power Supply.
1.2 All accessories, attachments, patch-cords, cables, adapters etc. required for carrying out
the tests and measurements specified in this document should be included and supplied
along with the instrument.
2.0 Functional Requirements
2.1 DC Output Rating
Voltage:
Current:
0 to 120 V
0 to 2 A
2.2 Load Regulation:
Voltage:
Current:
For 0 to full load/ max output
≤ 0.01 % ± 2 mV
≤ 0.1 % ± 0.5 mA
2.3 Line Regulation:
Voltage:
Current:
For 10% change in line output
≤ 0.01 % ± 2 mV
≤ 0.05 % ± 0.5 mA
2.4 Overvoltage Protection Automatic overvoltage and Short Circuit protection
2.5 Ripple and Noise:
Voltage:
Current:
≤ 1 mV rms (20Hz-20MHz)
≤ 10 mA rms
2.6 Read-back Accuracy:
Voltage:
Current:
1 mV
0.1 mA
2.7 Connectivity LAN/ USB/ GPIB/ RS232/ RS485
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 99 of 136
TNMEQP10-REGULATED DC POWER SUPPLY – 48V
1.0 Introduction
1.1 This document contains the specifications of 48 V Regulated DC Power Supply.
1.2 All accessories, attachments, patch-cords, cables, adapters etc. required for carrying out
the tests and measurements specified in this document should be included and supplied
along with the instrument.
2.0 Functional Requirements
2.1 DC Output Rating
Voltage:
Current:
0 to 48 V
0 to 5 A
2.2 Load Regulation:
Voltage:
Current:
For 0 to full load/ max output
≤ 0.01 % ± 2 mV
≤ 0.1 % ± 0.5 mA
2.3 Line Regulation:
Voltage:
Current:
For 10% change in line output
≤ 0.01 % ± 2 mV
≤ 0.05 % ± 0.5 mA
2.4 Overvoltage Protection Automatic overvoltage and Short Circuit protection
2.5 Ripple and Noise:
Voltage:
Current:
≤ 1 mV rms (20Hz-20MHz)
≤ 10 mA rms
2.6 Read-back Accuracy:
Voltage:
Current:
1 mV
0.1 mA
2.7 Connectivity LAN/ USB/ GPIB/ RS232/ RS485
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 100 of 136
TNMEQP11-SELECTIVE LEVEL & RETURN LOSS METER
1.0 Introduction
1.1 This document contains the specifications of Selective Level Meter, with appropriate
attachment or in-built Return Loss Measurement adapter.
1.2 The instrument is meant for use in conjunction with a Level generator, with appropriate
bridge, for selective measurement of transfer/ return levels, using synchronous tuning
(tracking) mode.
1.3 Where measurement of impedance/ balance loss/ return loss necessitates use of external
bridge/ accessory, the same may be supplied along with the instrument. Further, all
accessories, attachments, patch-cords, cables, adapters etc. required for carrying out the
tests and measurements specified in this document should be included and supplied along
with the instrument.
2.0 Functional Requirements
2.1 Level Measurement:
2.1.1 Frequency Range: 200 Hz to 620 KHz
2.1.2 Bandwidth: Wideband
Narrowband1: 20 Hz
Narrowband2: 3.1 KHz
Switch selectable
2.1.3 Input Level: Balanced: -50 dBm to +40 dBm
Unbalanced: -60 dBm to +30 dBm
2.1.4 Input Level Accuracy ± 0.1 dB at 20 KHz
2.1.5 Input Impedance: Terminated: 150, 600
Unterminated: ≥ 3.5 K
2.2 Impedance Measurement
2.2.1 Measurement Range 60 to 1200
2.2.2 Balance or Return Loss Measurement Up to 40 dB
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 101 of 136
TNMEQP12-SOUND PRESSURE LEVEL METER
1.0 Introduction
1.1 This document contains the specifications of Sound Pressure Level Meter.
1.2 The instrument is to be used for measurement of pressure level of sound emitted from
transmitter of Telephone Instruments and other audio devices.
1.3 All accessories, attachments, patch-cords, cables, adapters etc. required for carrying out
the tests and measurements specified in this document should be included and supplied
along with the instrument.
2.0 Functional Requirements
2.1 Type: Integrating/ Integrating- Averaging
Type -2
2.2 Frequency Range: 10 Hz to 20 KHz
2.3 Measurement Range: 30 dB to 130 dB
2.4 Resolution: 0.1 dB
2.5 Accuracy ±1.5dB (Reference 94dB @1KHz)
2.6 Time Response: Fast (125ms) and Slow (1s)
2.7 Display Modes: SPL, SEL, MAX-L/ MIN-L, Leq
2.8 Weighting: Linear, A and C
2.9 Recording: 20000 records
2.10 Communication: USB/ GPIB/ LAN Port
2.11 Communication Software: To handle data transfer, export and remote
control/ display
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 102 of 136
TNMEQP13-TRANSMISSION MEASURING SET
1.0 Introduction
1.1 This document contains the specifications of Transmission Measuring Set covering the
Telephone audio frequency range.
1.2 The Transmission Measuring Set is used for feeding of various predetermined signal levels
at selected frequencies and measurement of level at output of network components, for
calculation of Send Loudness Rating (SLR), Receive Loudness Rating (RLR) and Side-
Tone Masking Rating (STMR).
1.3 The instrument consists of Level Oscillator and Level Meter, both operating
independently, and is used in conjunction with Artificial Mouth (as per ITU-T P.51) and
Artificial Ear (as per ITU-T P.57). The Artificial Mouth and Ear may be in-built, attached
or independent devices and their specifications will match that of the main instrument.
1.4 The Artificial Mouth and Ear as well as any other device, attachment, accessory, cable,
connector or patch-cord, which may be necessary to carry out the aforesaid tests and
measurements should be supplied along with the instrument.
2.0 Functional Requirements
2.1 Level Oscillator
2.1.1 Output Frequency: Ten or more selectable frequencies in the range 300 Hz to
4000 Hz at suitable intervals, typically 300, 400, 600, 800,
1000, 1200, 1400, 1600, 1800, 2000, 2400, 3000, 3400,
4000 Hz, or alternatively, continuous range.
2.1.2 Accuracy: ± 3%
2.1.3 Output Level 0 dBm to -30 dBm in switchable calibrated steps of 1 dB,
with ± 1dB variable uncalibrated fine control
2.1.4 Output Level Accuracy ± 0.3 dBm
2.1.5 Harmonic Distortion <3%
2.1.6 Output Impedance: 600
2.3 Level Measurement
2.3.1 Frequency Range 200 Hz to 20 KHz
2.3.2 Reference Frequency 800 Hz
2.3.3 Measuring Range -60 dBm to +20 dBm
2.3.4 Resolution 0.1 dBm
2.3.5 Accuracy: ± 0.5 dBm
2.3.6 Input Impedance: 600 / High (~100K) switchable
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 103 of 136
OPTEQP01-OPTICAL POWER MEASUREMENT TEST SET
1.0 Introduction
1.1 This document contains the specifications of Optical Power Measurement Test Set.
1.2 The Optical Power Measurement Test Set will consist of instruments providing
functionalities of Optical Light Source, Optical Power and Return Loss Meter and Optical
Variable Attenuator. These functionalities may be provided by a single instrument,
multiple instruments, or stackable/ modular functional blocks.
1.3 The Optical Light Source functionality of the Test Set is to be used for providing controlled
optical light source for measuring the return loss and insertion loss/ attenuation of passive
optical devices/ links. The Optical Power and Return Loss Meter functionality of the Test
Set is to be used for measuring the output power of active optical devices, return loss and
insertion loss/ attenuation of passive optical devices/ links. The Optical Variable
Attenuator functionality of the Test Set is used during the measurement of optical power,
optical loss, transmission rate, receiver system sensitivity and other optical transmission
characteristics of fiber optic communication equipments.
1.4 Where carrying out the tests and measurements specified in this document necessitates use
of external return loss measurement attachment/ accessory, the same may be supplied
along with the instrument. Further, all the necessary interconnecting cables/ patch cords
etc. should be included.
2.0 Functional Requirements
2.1 Common
Requirements:
2.1.1 Wave Length
Calibration:
1310 nm, 1550nm
2.1.2 Optical Connector: FC-PC and SC-PC
2.2 Optical Power and
return Loss Meter:
2.2.1 Calibration Type: Automatic self-check
2.2.2 Measurement
Range:
-60 dBm to +6 dBm
2.2.3 Resolution: 0.1 dB
2.2.4 Accuracy: ±0.5 dB at -20 dBm
2.2.5 Linearity for entire
range:
± 0.05 dBm at -20 dBm
2.2.6 Zero Adjustment if
sensor blocked:
Automatic and Manual
2.2.7 Display: ≥ 4½ digits excluding ± sign
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 104 of 136
2.2.8 Display Parameters: Optical power in dBm, dB & dBr, Measured wavelength, Out of
range, Calibration Indication, Battery Charging, Low Battery
indication (with 30 minutes threshold) and High optical power.
2.3 Optical Light
Source:
2.3.1 Wave Length: 1310 nm and 1550 nm, ± 20 nm
Selectable with indication
2.3.2 Spectral Width: < 5nm
2.3.3 Output Power: - 7 dBm
2.3.4 Adjustable
Attenuation:
0 to 7 dB
2.3.5 Stability: ±0.1 dB over 5 hours
2.4 Optical Variable
Attenuator:
2.4.1 Fiber type: As per ITU-T Rec. G.652/G.657A
2.4.2 Wave length range: 1100 nm to 1650 nm
2.4.3 Attenuation range: 1 to ≥ 60 dB
2.4.4 Attenuation
Deviation
Accuracy:
± 0.1 dB
2.4.5 Resolution: 0.1dB, continuously switchable without interruption for the entire
range
2.4.6 Residual
attenuation:
≤ 2.5 dB
2.4.7 Return loss: ≥ 45 dB
2.4.8 Switching
Repeatability:
± 0.1 dB
2.4.9 Max. allowable
Input level:
+23dBm
2.4.11 Display: 5½ digits or more Digital display
2.4.12 Display parameter: Optical attenuation in dB,
Measurement wavelength,
Out of range and Cal. Indication
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 105 of 136
OPTEQP02-OPTICAL SPLITTER
1.0 Introduction
1.1 This document contains the specifications of 1X2 Optical Splitter.
1.2 The Splitter shall be housed in a suitable box, with the connector provided on the box, with
suitable markings for ports.
2.0 Functional Requirements
2.1 Fiber type: As per ITU-T Rec. G.652/G.657A
2.2 Wave length range: 1260-1650
2.3 Maximum Insertion Loss: 4 dB
2.4 Maximum uniformity: 0.3 dB
2.5 PDL: < 0.2dB
2.6 Return loss: ≥ 55 dB
2.7 Connector and Adapter: SC/APC or SC/UPC
2.8 Insertion Loss by Connector/ adapter: ≤ 0.3 dB
2.9 Return Loss by Connector/ adapter: UPC: ≥ 50 dB
APC: ≥ 60 dB
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 106 of 136
NTWDEV01-FIREWALL
1.0 Firewall shall be as per Generic Requirements of Firewall prescribed by TEC vide number
TEC/GR/IT/FWS-001/04/MAR 2014.
2.0 The Firewall category shall be C.
3.0 It shall have all the features of IDS, IPS and next generation firewall.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 107 of 136
NTWDEV02-LAN SWITCH
1.0 LAN Switch shall be as per Generic Requirements of LAN Switch prescribed by TEC vide
number GR TEC/GR/IT/LSW-01/05 MAR.2014.
2.0 The category of LAN switch shall be II (C).
3.0 It shall have 48 ports with 44 autosensing 10/100 ports, 4 SFP 100/1000 Mbps ports, 4
SFP Transceivers, 1U – Height.
4.0 It shall support all the additional functional requirements as per clause 10.5 of above GR.
5.0 It shall support layer 3 capabilities as per clauses 3.2.3, 3.4.2 and 3.4.3 of above GR.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 108 of 136
NTWDEV03-Router Configuration-1
1.0 Introduction
1.1 This document contains the specifications of Router used as a standard terminal for testing
of router and other Data Communication Terminals in CPE Lab.
1.2 The Router shall be used as a standard terminal for back to back connection with similar
DUTs while testing various features/ functionalities.
2.0 Functional Requirements
2.1 Physical Interfaces: Minimum 4 number of 10/100/1000 Base Tx Ethernet Electrical
Ports as per IEEE 802.3, and
Two or more of each of the following types of interfaces:
a. 2 Mbps 120 Ω balanced interface as per ITU-T G.703
b. ISDN PRI Interface
c. 34 Mbps Interface as per ITU-T G.703
d. STM-1 Electrical Interface as per ITU-T G.703
2.2 Output Jitter: Output Jitter at 2048 kbps / 34Mbps network interface shall be as
per ITU-T G.823.
2.3 Jitter Tolerance: Jitter Tolerance at 2048 kbps / 34Mbps network interface shall be
as per ITU-T G.823.
2.4 Output Pulse Mask: Pulse Mask at 2048 kbps / 34Mbps network interface shall be as
per ITU-T G.703.
2.5 Return Loss: Return Loss at 2048 kbps / 34Mbps network interface shall be as
per ITU-T G.703.
2.6 Monitoring and
Analysis
Protocol layer analysis and statistics, Analysis of individual
messages as well as command-response and multimedia
communication setup and termination. RTP and RTCP stream
statistics, ISUP and SIP combined analysis, QoS reports, and
various fields of messages.
2.7 AC differential input
impedance
AC differential input impedance of the Ethernet interfaces shall be
as per IEEE 802.3.
2.8 Network Protocols: The device shall support IP Version 4 as per RFC 791, IP version
6 as per RFC2460, RFC 4861, RFC 4862, RFC 1981 and RFC
4443, and Transmission Control Protocol (TCP) as per IETF RFC
793.
2.9 Routing Protocols: The Router shall support Routing Protocols as follows:
i) Both static and dynamic routing using the adaptive
algorithms.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 109 of 136
ii) BGP4 as per RFC 4271 and MBGP as per IETF RFC 4760
(Multiprotocol Extensions for BGP-4).
iii) BGP for IPv6 as per RFC2545.
iv) RIP2 as per RFC 2453
v) RIPng for IPv6 as per RFC2080
vi) OSPF as per RFC 2328
vii) OSPF for IPv6 as per RFC2740
viii) Multicast Protocol: IGMP as per RFC 3376 and PIM-SM as
per RFC 4601.
ix) IPv6 multicast assignments shall be as per RFC2375
x) Quality of Service (QoS):
a) Differentiated Service Point Code (DSCP) as per RFC
3260
b) PHB as per RFC 3140 and RFC 2598
c) ToS Bit as per RFC 2474 and 2475.
d) VLAN Tagging as per IEEE 802.1q and IEEE 802.1p.
e) QoS marking for IPv6 packets shall be as per
RFC2460/RFC3697.
xi) Encoding Long Options in the Dynamic Host configuration
Protocol (DHCPv4) as per RFC 3396.
xii) The DHCPv6 support shall be as per RFC 3315.
2.10 WAN Protocols: PPP shall be supported as per RFC 1661 for E1 interfaces.
IPv6 over PPP shall be as per RFC 5072 for non-Ethernet interfaces
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 110 of 136
NTWDEV04-Router Configuration-2
1.0 Introduction
1.1 This document contains the specifications of Router used as a standard terminal for testing
of router and other Data Communication Terminals in CPE Lab.
1.2 The Router shall be used as a standard terminal for back to back connection with similar
DUTs while testing various features/ functionalities.
2.0 Functional Requirements
2.1 Physical Interfaces: Minimum 4 number of 10/100/1000 Base Tx Ethernet Electrical
Ports as per IEEE 802.3, and
all of the following types of interfaces:
a. STM-1 Optical Interface for short haul operation using
monomode diode as per Table 2 of ITU-T G.957.
b. STM-4 Optical Interface for short haul operation using
monomode diode as per Table 3 of ITU-T G.957.
c. STM-16 Optical Interface for long/ short haul operation
using monomode diode as per Table 4 of ITU-T G.957.
d. Gigabit Ethernet short haul / long haul optical as per IEEE
802.3.
e. 10G Ethernet long haul / short haul as per IEEE 802.3ae.
2.2 Mean Launch
Power, Spectrum,
Extinction Ratio and
Receiver Sensitivity
of Ethernet
interfaces
As per IEEE 802.3
2.3 Mean Launch
Power, Spectrum,
Extinction Ratio and
Receiver Sensitivity
of STM interfaces
As per ITU-T G.957
2.4 Monitoring and
Analysis
Protocol layer analysis and statistics, Analysis of individual
messages as well as command-response and multimedia
communication setup and termination. RTP and RTCP stream
statistics, ISUP and SIP combined analysis, QoS reports, and
various fields of messages.
2.5 Network Protocols: The device shall support IPv4 as per RFC 791, IPv 6 as per
RFC2460, RFC 4861, RFC 4862, RFC 1981 and RFC 4443, and
Transmission Control Protocol (TCP) as per IETF RFC 793.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 111 of 136
2.6 Routing Protocols: The Router shall support Routing Protocols as follows:
xiii) Both static and dynamic routing using the adaptive
algorithms.
xiv) BGP4 as per RFC 4271 and MBGP as per IETF RFC 4760
(Multiprotocol Extensions for BGP-4).
xv) BGP for IPv6 as per RFC2545.
xvi) RIP2 as per RFC 2453
xvii) RIPng for IPv6 as per RFC2080
xviii) OSPF as per RFC 2328
xix) OSPF for IPv6 as per RFC2740
xx) Multicast Protocol: IGMP as per RFC 3376 and PIM-SM as
per RFC 4601.
xxi) IPv6 multicast assignments shall be as per RFC2375
xxii) Quality of Service (QoS):
f) Differentiated Service Point Code (DSCP) as per RFC
3260
g) PHB as per RFC 3140 and RFC 2598
h) ToS Bit as per RFC 2474 and 2475.
i) VLAN Tagging as per IEEE 802.1q and IEEE 802.1p.
j) QoS marking for IPv6 packets shall be as per
RFC2460/RFC3697.
xxiii) Encoding Long Options in the Dynamic Host configuration
Protocol (DHCPv4) as per RFC 3396.
xxiv) The DHCPv6 support shall be as per RFC 3315.
2.7 WAN Protocols: PPP shall be supported as per RFC 1661 for E1 interfaces.
IPv6 over PPP shall be as per RFC 5072 for non-Ethernet interfaces
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 112 of 136
POWERP01-UNINTERRUPTED POWER SYSTEM (UPS)
1.0 Introduction
1.1 This document contains the specifications of UPS.
2.0 Functional Requirements
2.1 Rating 10 KVA
2.2 Type Online double conversion type, consisting of following functional
units
1. Distribution, Switching, Control & Alarm (DSCA) unit.
2. Rectifier.
3. Battery Bank.
4. Inverter Unit.
5. Static Transfer Switch.
6. Manual Transfer Switch.
2.3 Redundancy and
Expandability
Two sets of Rectifier-Battery-Inverter units shall function in hot
standby mode, with either of them capable of taking over full load
in case of other unit being out of service or manually withdrawn.
Further, it should be possible to add one more Rectifier-Battery-
Inverter unit to the same system for expanding the capacity of the
UPS to 20 KVA so that the system runs on 2+1 redundancy.
2.3 Phase Input: 3 phase
Output: Single phase
2.4 Input voltage 230V + 15%
2.5 Input power factor > 0.95 with resistive load and without PF improvement circuit.
2.6 Nominal Output
voltage
220V/ 230V/ 240V Switch selectable
2.7 Output Voltage
regulation
< 1%
2.8 Output Frequency 50 Hz + 1 Hz
2.9 Output THD < 3%
2.10 Output Waveform Pure Sine
2.11 Insulation resistance
5 MΩ - between shorted DC input and ground
5 MΩ - between shorted AC output and ground
5 MΩ - between shorted DC input & shorted AC output
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 113 of 136
2.12 Cold Start Should be supported
2.13 Backup time 30 minutes
2.14 Batteries Stackable Sealed Maintenance free (SMF)
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 114 of 136
STDDEV01-BLUETOOTH USB TRANSMITTER DONGLE
1.0 The device shall conform to relevant USB standard (USB 2.0/ 3.0).
2.0 The device shall conform to relevant Bluetooth standard.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 115 of 136
STDDEV02-HDTV MONITOR
1.0 Introduction
1.1 This document contains the specifications of HDTV Monitor.
1.2 Patch-cords and connectors etc. required for connecting data/ AV source to the monitor
should be included and supplied along with the instrument.
2.0 Functional Requirements
2.1. Display Type Backlight: edge lit LED
Display LCD
Or PDP ?
2.2 Screen Size
Min 50”
2.3 Resolution
1920x1080
2.4 Aspect Ratio 16:9 and min 5 more
2.5 Brightness
420 nits, 300 cd/m2 ?
2.6 Contrast Ratio 5000:1 or 3000000:1
2.7 Response Time (G-
to-G)
8ms or 3 ms
2.8 Input Connectivity Ethernet supporting HTML 5 Input and control
Remote Control: RS 232 Control using Optional CBX-H11/1
Adapter, RF In, HDMI, USB 3.0, LAN
2.9 Video VGA (D-Sub 15 Pin), DVI-D, DisplayPort 1.2, Component/
Composite, HDMI,
2.10 Audio Stereo Mini Jack
2.11 Power Consumption
(Standby)
< 0.5W
2.12 Hardware Built in Speaker, Wi-Fi Module Embedded, SD Card Slot
2.13 Tuner Yes
2.14 Accessories
Included
Quick Setup Guide, Warranty Card, D-Sub Cable, Power Cord,
Remote Controller, Batteries, Roof mounting
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 116 of 136
STDDEV03-SET TOP BOX
1.0 Set Top Box shall be as per Generic Requirements of Set Top Box prescribed by TEC vide
number It shall be as per GR TEC/GR/IT/LSW-01/05 MAR.2014.
STDDEV04-STANDARD CLIP PHONE
1.0 Standard Clip Phone shall be as per Generic Requirements of Standard Clip Phone
prescribed by TEC vide number TEC/GR/CP/TEL-002/05 JAN 2010.
STDDEV05-STANDARD G3 FAX
1.0 G3 Fax shall be as per Interface Requirements of G3 Fax prescribed by TEC vide number
IR/FAX-01/04.SEP 2002.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 117 of 136
STDDEV06-WIFI USB TRANSMITTER DONGLE
1.0 The device shall conform to relevant USB standard (USB 2.0/ 3.0).
2.0 The device shall conform to relevant IEEE 802.11 standard (IEEE 802.11 a/b/g/n).
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 118 of 136
COMPEQ01-DESKTOP PC
1.0 Introduction
1.1 This document contains the specifications of Desktop PC
2.0 Functional Requirements
2.1 Operating system Windows 8 Professional 64 bit or higher
2.2 Other Software MS office 2013 or higher version.
2.3 Processor
Intel® Core™ i7, 3.4 GHz with 8 MB cache or
higher
2.4 Motherboard Intel H61 or better
2.5 RAM: 4GB DD R31600 MHz or higher
2.6 Hard Disk 1 TB HDD with 7200 RPM or higher version
2.7 Graphic Card
NVIDIA GeForce GT 620 with 1 GB DDR3 GPU
memory or higher version
2.8 Monitor 24” or higher with LED display
2.9 Key Board and Mouse USB, Optical Mouse
2.10 Connectivity DVI & 6 number of USB 2.0 ports
2.11 Audio High definition with 5.1 channels
2.12 Security
Fingerprint + user id to logon and fingerprint
secured screen saver
2.13 Power supply 230v + 10% - 15%
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 119 of 136
COMPEQ02-LAPTOP COMPUTER
1.0 Introduction
1.1 This document contains the specifications of Laptop Computer
2.0 Functional Requirements
2.1 Operating System:
Windows® 8 Professional 64bit or higher
2.2 Other Software : MS office 2010 or higher version, up to date antivirus
2.3 Processor:
Intel® Core™ i5 or higher with speed 1.7 GHz or higher and
3MB or higher cache.
2.4 RAM: 8 GB DDR3 or higher
2.5 Hard Disk: 1 TB or higher with 5400 RPM or higher
2.6 Optical Drive : Super Multi DVD burner or better
2.7 Graphic Card:
Intel HD Graphics 4000 or higher version
2.8 Keyboard &
Mouse:
Spill-resistant keyboard and drain; backlit keyboard
2.9 Display:
16" or higher with 1920X1080 resolution(dpi) and FHD anti-
glare LED-backlit touch screen panel
2.10 Networking : Ethernet 10/100/100, WiFi 802.11 b/g/ac/n
2.11 Connectivity Usb 3.0 ports – 2 or more, Bluetooth4.0, HDMI, digital media
reader, microphone.
2.12 Battery Li-Ion , Power Supply 230v + 10% - 15%
2.13 Security Fingerprint + user id to logon and fingerprint secured screen
saver
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 120 of 136
COMPEQ03-PRINTER
1.0 Introduction
1.1 This document contains the specifications of Printer for Computer.
2.0 Functional Requirements
2.1 Type Monochrome LaserJet 'plug & play'
2.2 Standard functions: Copy, Print, Scan
2.3 Duty Cycle : 80,000 images / month or higher
2.4 Print speed: 35 ppm or higher
2.5 First-page-out time, printing:
As fast as 9 seconds B&W
2.6 Connectivity:
10/100 BaseTX Ethernet, USB 2.0 or higher,
Wireless (IEEE802.11b/g/n or higher)
2.7 Document handler:
Duplex Automatic Document
Feeder: 60 sheets or higher
2.8 Duplex printing
2.9 Print memory : 1 GB or higher
2.10 Productivity features:
Auto tray select, Auto tray switching, Book
copying, Collation, Color scanning,
Consumable life reporting, Covers, Custom-
size pages, Driver saved settings, Email alerts,
Fit-to-page, Job interrupt, Job queue, Output
tray selection, RIP-while-print multitasking,
Sample set, Saved Print, Supply life indicator,
Transparency separators, Watermarks
2.11 Maximum print resolution 600x600x4 dpi or better
2.12 First page out time, copying 13 seconds black and white / 16 seconds color
or faster
2.13 Maximum copy resolution 600x600 dpi or better
2.14 Copy features 2-up output, Auto exposure, Auto fit, AutoFit,
Cloning, Collation, Color balance, Color
saturation, Lighter/Darker, Reduce/Enlarge,
Sharpness
2.15 Media sizes supported A4, A5, A6, B5, 16k, 10x15 cm, post cards (JIS
single and double); envelopes (DL, C5, B5)
2.16 Media types Paper (bond, brochure, colored, glossy,
letterhead, photo, plain, preprinted, pre-
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 121 of 136
punched, recycled, rough), postcards,
transparencies, labels, envelopes
2.17 Scan file formats JPEG, PDF,TIFF
2.18 Scan destinations Scan to USB memory device, Scan to computer
via SMB, Scan to email with LDAP support,
Scan to server via FTP, WSD scanning
2.19 Power Supply 230v + 10% - 15%
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 122 of 136
TNMACC01-ADSL SPLITTER
1.0 Introduction
1.1 This document contains the specifications of ADSL Splitter used for segregation of voice
and data signals from composite voice + data signals carried over 2-wire using ADSL
technology.
2.0 Functional Requirements
2.1 Frequency Range Voice: 300 Hz to 3.4 KHz
ADSL: 30 KHz to 1104 KHz
2.2 Line impedance 220 Ω + (820 Ω || 115nF)
2.3 Isolation > 5 MΩ
2.4 Modem port impedance 100 Ω
2.5 Normal Line Signal Voltage 5.5 Vpp
2.6 Ringing Voltage 80V rms (227 Vpp)
2.7 DC Voltage 72 V
2.8 Loop current 120 mA
2.9 Return Loss 12 dB
2.10 Insertion Loss < 1.5 dB at 1 KHz
< 3.5 dB for 200 Hz to 3.4 KHz
2.11 Connector RJ11 on all 3 ports
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 123 of 136
TNMACC02-ARTIFICIAL LINE/ CABLE LENGTH SIMULATOR
1.0 Introduction
1.1 This document contains the specifications of Cable Length Simulator.
1.2 Patch-cords and connectors etc. required for carrying out the tests and measurements
specified in this document should be included and supplied along with the instrument.
2.0 Functional Requirements
2.1. Simulated length: 10 Km in steps of 1 km.
2.2 Rating of capacitors: 600V
2.3 Line impedance: 170 Ω/Km., 0.0475µF/Km.
2.4 General: Cable length to be switch selectable.
In and out ports to be interchangeable and terminated
on banana sockets.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 124 of 136
TNMACC03-D.C. FEED/ REFLECTION/RETURN LOSS BRIDGE
1.0 Introduction
1.1 This document contains the specifications of DC Feed Bridge.
1.2 Patch-cords and connectors etc. required for connecting the bridge to DUT/ Test
Instruments for carrying out the tests and measurements specified in this document should
be included and supplied along with the instrument.
2.0 Functional Requirements
2.1. Circuit diagram:
2.2 Rating of
components:
C: 600V, R: 5W
2.3 Value of Impedance Values of Impedances Z1, Z2 are switch selectable.
Switch position 1: Z1=Z2=200Ω
Switch position 2: Z1=Z2=400Ω
Switch position 3: Z1=Z2=5H
2.4 General: In, out and power supply ports terminated on banana sockets.
Z 1
Z 2
DC Power
Out
2µF
2µF
In
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 125 of 136
TNMACC04-IMPEDANCE MATCHING TRANSFORMER
1.0 Introduction
1.1 This document contains the specifications of Impedance Matching Transformer.
1.2 This device will have one 100 Ω balanced port for the DUT, one 50 Ω unbalanced port for
feeding test signal and one 50 Ω port for connecting the measurement instrument.
1.3 Patch-cords and connectors etc. required for connecting the transformer to DUT/ Test
Instruments for carrying out the tests and measurements specified in this document should
be included and supplied along with the instrument.
2.0 Functional Requirements
2.1. Feeding Port 50 Ω unbalanced, SMA
2.2 Monitoring Port 50 Ω unbalanced, SMA
2.3 DUT Port 100 Ω balanced, RJ 45.
In parallel terminated on Banana sockets
2.4 Transformer Rating 10W
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 126 of 136
TNMACC05-PRECISION RESITANCE AND CAPACITANCE SET
1.0 Introduction
1.1 This document contains the specifications of Precision R, L, C Box.
1.2 Precision Resistance, Capacitance and Inductance components of stated values shall be
kept in the box. The box shall have partitions/ chambers/ drawers/ bins to keep components
of different values separately.
2.0 Functional Requirements
2.1. Components Values
and Rating
Component Value Rating Quantity
22 Ω 5W 20
100 Ω 5W 20
220 Ω 5W 20
1 KΩ 2W 20
220 KΩ 2W 20
1 MΩ 1W 10
2 µF 600 V 20
5 H 100 V 10
10 H 100 V 10
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 127 of 136
LABACC01-H.D.PROJECTOR
1.0 Introduction
1.1 This document contains the specifications of High Definition Multimedia Projector
1.2 Multimedia Projector shall be roof mountable with wireless connectivity between PC and
Projector, Storage media port and wireless LAN connectivity. It shall have the following
specifications.
Projector shall have provision for wireless connectivity between PC and projector,
wireless LAN connectivity and integrated storage media port
2.0 Functional Requirements
2.1 Throw ratio Bidders to indicate the throw ratio.(Ratio of distance/ Image
diagonal)
2.2 Zoom Ratio Manual or Power, min. 10% (Actual Value to be indicated).
2.3 Computer
compatibility
Compatible for the resolution as per schedule.
(details of resolution supported shall be indicated by the
bidder)
2.4 Video
compatibility
PAL, SECAM, NTSC, HDTV, DTV
2.5 Projection lamp Bidder should furnish part number voltage and expected life
of lamp
2.6 Lamp Life Normal mode: 2000 hrs or more.
2.7 Lamp hour
counter
Built-in the projector
2.8 Audio System 0 Watt RMS min with built in speaker for 2500 ANSI lumens,
for projector of higher than 2500 ANSI Lumens provision of
inbuilt speaker will not be necessary.
2.9 Remote Control i. Full Function remote control unit for projector standard
features for all the items.
ii. Terminal Ports with HDMI/DVI and/or Analog RGB In,
Audio IN,Video IN (RCA)
2.11 Power
consumption
To be indicated by the bidder for each item
2.12 Contrast ratio To be indicated by the bidder for each item
2.13 Power supply 230v + 10% - 15%, 50 Hz.
2.14 Operating
conditions
10 Degree to 35 Degree C,80% RH
2.15 Cables &
connectors
The Projector shall include power cable and VGA cable (at
least 1.5 m for connecting to PC)
2.16 Technology LCD or DLP (To be declared by the bidders).
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 128 of 136
LABACC02-VACCUM CLEANER
1.0 Introduction: Vacuum cleaner with suction and blowing features shall be provided.
Blowing capacity should be at least 30 Liters/s.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 129 of 136
LABACC03-WRITING BOARD WITH SCREEN
1.0 Writing board with vitreous enameled steel sheet top surface in white color suitable
for writing with dry marker.
2.0 Size of board shall be 72” X 48”.
3.0 Screen for projector shall be 100" Diagonal in size.
4.0 Screen shall be Manual Pull Down 4:3 Format, white in color, and multi-layer weave.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 130 of 136
FURNIT01-ALMIRAH
1.0 The Almirah shall have the following specifications:
i. 4 adjustable shelves
ii. Double door
iii. 3 way bolting device and 6 lever lock for safety
iv. Width: 900mm
v. Depth: 450mm
vi. Height: 1800mm
vii. The body of the almirah shall be made of high quality steel sheet of thickness of at
least0.7 mm with anti-corrosion treatment and shall be finished with oven baked powder
coating paint.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 131 of 136
FURNIT02-REVOLVING CHAIR
1.0 The Chair shall have the following specifications:
i. Width: 710mm
ii. Depth: 710mm
iii. Height: 875-985mm
iv. Upright position locking
v. Seat Height Adjustment
vi. Revolving
vii. Wheel base.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 132 of 136
FURNIT03-COMPUTER TABLE
1.0 Computer Table for workstations shall have the following specifications:
i. Modular design to enable various configurations
ii. Horizontal wire carrier for neat under table spaces
iii. Laminate top
iv. Two-tone modesty with profiled legs for enhanced aesthetics
v. Each single seater rectangle module shall be of
a. width 675 mm,
b. depth 600mm and
c. height 750 mm.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 133 of 136
FURNIT04-CONFERENCE TABLE
1.0 It shall be an 8 seater elliptical table with following specifications:
i. width 2400mm, depth 1200mm and height 750 mm
ii. Concealed wire management for neat under table spaces while also ensuring ample leg
space
iii. Access flap on table top for ease of use
iv. Sleek legs for a lighter look
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 134 of 136
FURNIT05-EQUIPMENT TROLLEY
1.0 Equipment trolley shall be for short distance movement of Measuring instruments within
Lab premises.
2.0 It shall have the following specifications:
2.1 It shall be made of metal sheet of appropriate strength.
2.2 Load carrying capacity shall be more than 150 Kgs.
2.3 It shall have four wheels with free movement in any direction.
2.4 It shall have two shelves, each of dimensions 60 cm X 75 cm or more.
2.5 Height of upper shelf shall be more than 75 cm.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 135 of 136
FURNIT06-EXECUTIVE REVOLVING CHAIR
1.0 The Chair shall have the following specifications:
i. Width: 710mm
ii. Depth: 710mm
iii. Height: 875-985mm
iv. Upright position locking
v. Seat Height Adjustment
vi. Revolving
vii. Wheel base.
Tender No.: 2-5/2016-MM/TEC dated: 08.04.2016
Page 136 of 136
FURNIT07-LAB TABLE FOR DESKTOP INSTRUMENTS
1.0 Lab Table for Instruments shall have the following specifications:
i. Modular design to enable various configurations
ii. Horizontal wire carrier for neat under table spaces
iii. Laminate top
iv. Two-tone modesty with profiled legs for enhanced aesthetics
v. Each single seater rectangle modules shall be of
a. width 675 mm,
b. depth 600mm and
c. height 750 mm.
top related