tender enquiry of wireless network lab_norestriction

Upload: xlnchitesh

Post on 10-Apr-2018

222 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    1/56

    Page 1 of56

    REGD BY POST / HANDTele : 07324-255018 Military College of Telecommunication

    EngineeringMhow - 453441

    6438/GT/MOL 11th /FCE/WNL Mar 2010

    To,____________________________________________________________

    INVITATION OF BIDS FOR WIRELESS NETWORKING LABORATORY FOR FACULTYOF COMMUNICATION ENGINEERING (FCE) AT MILITARY COLLEGE

    TELECOMMUNICATION ENGINEERING (MCTE)

    1. Commandant, Military College of Telecommunication Engineering (MCTE), Mhowhereinafter referred to as Buyer, is interested in implementation of a Turnkey proposal for

    Wireless Networking Laboratory at MCTE, Mhow. Bids in sealed cover are invited for supplyof items listed in Part II of this RFP. Please super scribe the above mentioned Title, RFPnumber and date of opening of the Bids on the sealed cover to avoid the Bid being declaredinvalid.

    2. The address and contact numbers for sending Bids or seeking clarifications regardingthis RFP are given below:-

    (a) Bids/queries to be addressed to:-

    The Commandant, MCTE, Mhow (MP)-453441

    (b) Postal address for sending the Bids:-

    Office of General Staff Officer-1 (IT & PM), MCTE, Mhow (MP)-453441

    (c) Name/designation of the contact personnel:-

    Lieutenant Colonel Anurag Walia, General Staff Officer-1 (IT & PM)MCTE, Mhow (MP) 453441

    (d) Telephone number of the contact personnel. 07324 -255018

    (e) Fax number. 07324-273240

    (f) e-mail id of contact personnel. [email protected]

    3. This RFP is divided into five Parts as follows:-

    (a) Part I. Contains General Information and Instructions for the Bidders about theRFP such as the time, place of submission and opening of tenders, Validity period oftenders, etc.

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    2/56

    Page 2 of56

    (b) Part II. Contains essential details of the items/services required, such as theSchedule of Requirements (SOR), Technical Specifications, Delivery Period, Mode ofDelivery and Consignee details.

    (c) Part III. Contains Standard Conditions of RFP, which will form part of theContract with the successful Bidder.

    (d) Part IV. Contains Special Conditions applicable to this RFP and which will alsoform part of the contract with the successful Bidder.

    (e) Part V. Contains Evaluation Criteria and Format for Price Bids.

    4. This RFP is being issued with no financial commitment and the Buyer reserves theright to change or vary any part thereof at any stage without citing reasons. Buyer alsoreserves the right to withdraw the RFP without citing reasons, should it become necessary atany stage

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    3/56

    Page 3 of56

    PART I GENERAL INFORMATION

    5. Last date and time for depositing the Bids. 1300hrs hours on 27 Apr 2010. Thesealed Bids (both technical and Commercial) should be deposited/reach by the due date andtime. The responsibility to ensure this lies with the Bidder.

    6. Manner of depositing the Bids. Sealed Bids should be either dropped in the Tender

    Box marked for the project at HQ College (IT&PM) or sent by registered post at the addressgiven above so as to reach by the due date and time. Late tenders will not be considered. Noresponsibility will be taken for postal delay or non-delivery/ non-receipt of Bid documents.Bids sent by FAX or e-mail will not be considered.

    7. Time and date for Opening of Bids. The technical bid and EMD will be opened on28 Apr 2010 at 1300 hours. The date and time of opening of commercial bids will beintimated later by the buyer. If due to any exigency, the due date for opening of the Bids isdeclared a closed holiday, the Bids will be opened on the next working day at the same timeor on any other day/time, as intimated by the Buyer.

    8. Location of the Tender Box. Office of General Staff Officer-1 (IT & PM), HQ MCTE,

    Mhow (MP)-453441. Only those Bids that are found in the tender box will be opened. Bidsdropped in the wrong Tender Box will be rendered invalid.

    9. Place of opening of the Bids. Office of General Staff Officer-1 (IT & PM), HQ MCTE,Mhow (MP)-453441. The Bidders may depute their representatives, duly authorized inwriting, to attend the opening of Bids on the due date and time. Rates and importantcommercial/technical clauses quoted by all Bidders will be read out in the presence of therepresentatives of all the Bidders. This event will not be postponed due to non-presence ofyour representative.

    10. Two-Bid System. Only the technical bid and EMD would be opened on the date and

    time mentioned above. Date of opening of the Commercial Bid will be intimated afteracceptance of the Technical Bids. Commercial Bids of only those firms will be opened,whose Technical Bids are found compliant/suitable after Technical evaluation is done by theBuyer.

    11. Forwarding of Bids. Bids should be forwarded by Bidders under their original memo /letter pad inter alia furnishing details like TIN number, VAT/CST number, Bank address withEFT Account if applicable, etc and complete postal & e-mail address of their office.

    12. Clarification regarding contents of the RFP. A prospective bidder who requiresclarification regarding the contents of the bidding documents shall notify to the Buyer inwriting about the clarifications sought not later than 14 (fourteen) days prior to the date ofopening of the Bids. Copies of the query and clarification by the purchaser will be sent to allprospective bidders who have received the bidding documents.

    13. Modification and Withdrawal of Bids. A bidder may modify or withdraw his bid aftersubmission provided that the written notice of modification or withdrawal is received by theBuyer prior to deadline prescribed for submission of bids. A withdrawal notice may be sent byfax but it should be followed by a signed confirmation copy to be sent by post and suchsigned confirmation should reach the purchaser not later than the deadline for submission ofbids. No bid shall be modified after the deadline for submission of bids. No bid may be

    withdrawn in the interval between the deadline for submission of bids and expiration of theperiod of bid validity specified. Withdrawal of a bid during this period will result in Biddersforfeiture of bid security.

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    4/56

    Page 4 of56

    14. Clarification regarding contents of the Bids. During evaluation and comparison ofbids, the Buyer may, at its discretion, ask the bidder for clarification of his bid. The requestfor clarification will be given in writing and no change in prices or substance of the bid will besought, offered or permitted. No post-bid clarification on the initiative of the bidder will beentertained.

    15. Rejection of Bids. Canvassing by the Bidder in any form, unsolicited letter and post-

    tender correction may invoke summary rejection with forfeiture of EMD. Conditional tenderswill be rejected.

    16. Unwillingness to quote. Bidders unwilling to quote should ensure that intimation tothis effect reaches before the due date and time of opening of the Bid, failing which thedefaulting Bidder may be delisted for the given range of items as mentioned in this RFP.

    17. Validity of Bids. The commercial bid will be valid for a minimum of 120 days from thelast date of submission of the Bids.

    18. Earnest Money Deposit. Bidders are required to submit in a separate envelope

    Earnest Money Deposit (EMD) for amount of Rs. 2,00,000/- (Rupees two lakh only) alongwith their bids. The EMD may be submitted in the form of an Account Payee Demand Draft,Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee from any of the public sectorbanks or a private sector bank authorized to conduct government business as per FormDPM-16 (Available in MoD website and can be provided on request) in the name ofCOMMANDANT, MCTE at Mhow. EMD is to remain valid for a period of forty-five daysbeyond the final bid validity period. EMD of the unsuccessful bidders will be returned to themat the earliest after expiry of the final bid validity and latest on or before the 30th day after theaward of the contract. The Bid Security of the successful bidder would be returned, withoutany interest whatsoever, after the receipt of Performance Security from them as called for inthe contract. EMD is not required to be submitted by those Bidders who are registered withthe Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation(NSIC) or concerned Department of MoD, MoD itself. In case a bidder intends not submittingEMD on account of registrations as given above, certificate for the same should be enclosedin the envelope meant for EMD. Vendors are also advised to clarify before bidding theagencies with whom their registration will be valid for non submission of EMDs. If EMD is notfound enclosed in form and manner as specified or claims for non submission of EMD onaccount of registration as required are invalidated as decided by the buyer, the offer may berejected summarily at the sole discretion of the buyer. Responsibility on this account lies withthe bidders.The EMD will be forfeited if the bidder withdraws or amends, impairs orderogates from the tender in any respect within the validity period of their tender.

    Submission of Offers

    19. Only the enclosed formats will be used. All sheets will be submitted duly affixed withthe Companys stamp and signature of the authorized signatory of the company. You mayauthorize your dealer/channel partner on your behalf to bid for you. Additional sheets, dulyauthenticated, may be attached to elucidate specifications or clarify specific issues.

    20. The costs indicated for each item should be the total landed cost of the item, inclusiveof all taxes, levies, freight, insurance, excise, carriage etc. Bidders should explicitly mentiondetails of all types of taxes/duties in their bids for all items as applicable rather than merely

    mentioning inclusive of all taxes and duties. Failure to do so may lead to disqualification ofthe bid at the discretion of the buyer.

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    5/56

    Page 5 of56

    21. Total costs for the full quantity to be supplied will be indicated. Cost will be indicatedin words and figures both.

    22. Technical, commercial offers and EMD will be submitted in three separate sealedenvelopes duly marked Technical offer for Wireless Networking Laboratory for FCE atMilitary College Telecommunication Engineering (MCTE), Mhow, Commercial offer for

    Wireless Networking Laboratory for FCE at Military College Telecommunication Engineering(MCTE), Mhow and EMD for Wireless Networking Laboratory for FCE at Military CollegeTelecommunication Engineering (MCTE), Mhow respectively.

    23. Only OEMs or vendors authorized to quote on their behalf will respond to this tenderenquiry. The products being quoted will be OEM products except where specifically stated inthe tender enquiry.

    24. Make, model and version (Latest) will be specified for all items. Complete technicalspecifications and literature will be attached with the Technical Bid. Reference of documents(Document Name / paragraph number / page Number) submitted will be given against each

    specification asked for in the technical bid to enable evaluation of the proposal. Incompleteproposals may lead to rejection of the bid summarily. Responsibility on this account lies withthe bidders.

    25. An offer received incomplete or ambiguous is liable to be rejected at the discretion ofthe Buyer without recourse to further clarifications. The Buyer also reserves the right to seekclarifications with one or more vendors if considered necessary.

    26. Any conditions/terms given in the technical or commercial bids by vendors will not bebinding on the Buyer. All the terms and conditions for the supply, delivery, testing andacceptance, payment, warranty, uptime, penalty will be as given herein and no change in anyterm or condition by the vendors will be acceptable. Alterations, if any, in the tenderdocuments should be attested properly by the vendor, failing which the tender will berejected.

    27. Vendors will not make any assumptions while submitting their bids. If required,clarifications will be sought prior to submission of bids. All taxes / duties should be separatelymentioned.

    28. The acceptance certificate will be signed by the authorized company representativeand stamped with the company stamp and submitted along with the Technical bid.

    29. As the entire project is a turnkey solution, vendor should ensure that their bids arecomplete in all respects & include all Hardware & Software required for an integratedworkable solution conforming to the specifications given including delivery, installation,configuration and integration of all hardware and software. Lowest Bidder will be decided forcomplete project & shall only be considered for further negotiations. AMC cost with spareswill also be included for deciding Lowest bidder.

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    6/56

    Page 6 of56

    PART II ESSENTIAL DETAILS OF ITEMS/SERVICES REQUIRED

    30. Schedule of Requirements. The scope of the project is to set up a WirelessNetworking Laboratory at MCTE for imparting training on latest technology to studentsundergoing training at MCTE (FCE) as a turnkey project. All cables / connectors /accessories / expendables not specifically asked for in the tender but should be provided for

    all the interfaces by the vendor for completion of the project, and be included in the bill ofmaterial and cost included while working out the total cost of the project.

    31. Technical Details. Scope and laboratory setup is attached at Appendix A andtechnical specifications of the equipment are enclosed as Annexure I to Appendix A .

    32. Technical Offer. Following document shall form part of the Technical Offer:-

    (a) Certificate for acceptance of terms and conditions of this Tender Enquiry as perAppendix B.

    (b) OEM certificate for all the major equipments, last three years income tax return,client list, registration certificate, TIN number, Address of Commissioner of Sales Taxand Commissioner of Income Tax.

    (c) Technical Bid as per Annexure II to Appendix B.

    (d) Check list of documents to be attached with the technical bid is given atAppendix C.

    33. Commercial Offer. This should be as per Annexure I to Appendix B.

    34. Requirement of training. Onsite training (preferably certified) for 10 (Ten) personnelfor 15 (Fifteen) working days shall be conducted. Training will be completed within 4 (Four)four weeks of date of completion of acceptance testing.

    35. Requirement of installation/commissioning.

    (a) Delivery of items shall be completed within 8 (Eight) weeks from the date ofsupply order at Military College of Telecommunication Engineering, Mhow- 453441(MP).

    (b) Installation, configuration, integration including acceptance testing shall becompleted within 06 (Six) weeks from the date of delivery at Military College ofTelecommunication Engineering, Mhow- 453441 (MP).

    36. Acceptance Testing. All items will be subjected to detailed acceptance testingprocedure by a Board of Officers as per scope of work for the project. The details of theprocedure will be worked out jointly by the vendor and the user. The specifications of theitems should be in conformity with the details provided by the vendor and as per the givenspecifications. Any additional equipment needed for acceptance testing would be providedby the Vendor at his own cost. In case any item is found not as per laid down specificationsand the consignment rejected, the vendor shall remove the item from user premises at his

    cost. The user would issue an acceptance certificate on successful completion of acceptancetesting.

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    7/56

    Page 7 of56

    37. Requirement of pre-site/equipment inspection. Bidders are advised to visit andunderstand the scope of work involved before submitting the bid. Pre bid presentation forvendors will be held on 14 Apr 2010 at FCE, MCTE Mhow. Bidders will be required todemonstrate their product samples, if asked for by the customer at any stage of evaluation,on no cost no commitment basis.

    38. Two-Bid System. Bidders are required to furnish clause by clause compliance of

    specifications bringing out clearly the deviations from specification, if any. The Bidders areadvised to submit the compliance statement in the format along with Technical Bid. In caseof noncompliance, deviation from RFP to be specified in unambiguous terms.

    39. Delivery Period. Delivery period for supply of items would be as given in paragraph34 and 35 above. Please note that Contract can be cancelled unilaterally by the Buyer incase items are not received within the contracted delivery period. Extension of contracteddelivery period will be at the sole discretion of the Buyer, with applicability of LD clause.

    40. Consignee Details. Commander, FCE, MCTE, Mhow (MP)-453441

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    8/56

    Page 8 of56

    PART III STANDARD CONDITIONS OF RFP

    41. The Bidder is required to give confirmation of their acceptance of the StandardConditions of the Request for Proposal mentioned below which will automatically beconsidered as part of the Contract concluded with the successful Bidder (i.e. Seller in theContract) as selected by the Buyer. Failure to do so may result in rejection of the Bid

    submitted by the Bidder.

    42. Law. The Contract shall be considered and made in accordance with the laws of theRepublic of India. The contract shall be governed by and interpreted in accordance with thelaws of the Republic of India.

    43. Effective Date of the Contract. The contract shall come into effect on the date ofsignatures of both the parties on the contract (Effective Date) and shall remain valid until thecompletion of the obligations of the parties under the contract. The deliveries and suppliesand performance of the services shall commence from the effective date of the contract.

    44. Arbitration. All disputes or differences arising out of or in connection with theContract shall be settled by bilateral discussions. Any dispute, disagreement or questionarising out of or relating to the Contract or relating to construction or performance, whichcannot be settled amicably, may be resolved through arbitration. The standard clause ofarbitration is as per Forms DPM-7, DPM-8 and DPM-9 (Available in MoD website and can beprovided on request).

    45. Penalty for use of Undue influence. The Seller undertakes that he has not given,offered or promised to give, directly or indirectly, any gift, consideration, reward, commission,fees, brokerage or inducement to any person in service of the Buyer or otherwise inprocuring the Contracts or forbearing to do or for having done or forborne to do any act inrelation to the obtaining or execution of the present Contract or any other Contract with theGovernment of India for showing or forbearing to show favour or disfavour to any person inrelation to the present Contract or any other Contract with the Government of India. Anybreach of the aforesaid undertaking by the Seller or any one employed by him or acting onhis behalf (whether with or without the knowledge of the Seller) or the commission of anyoffers by the Seller or anyone employed by him or acting on his behalf, as defined in ChapterIX of the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Actenacted for the prevention of corruption shall entitle the Buyer to cancel the contract and allor any other contracts with the Seller and recover from the Seller the amount of any lossarising from such cancellation. A decision of the Buyer or his nominee to the effect that a

    breach of the undertaking had been committed shall be final and binding on the Seller.Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf ofthe Seller towards any officer/employee of the Buyer or to any other person in a position toinfluence any officer/employee of the Buyer for showing any favour in relation to this or anyother contract, shall render the Seller to such liability/ penalty as the Buyer may deemproper, including but not limited to termination of the contract, imposition of penal damages,forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer.

    46. Agents / Agency Commission. The Seller confirms and declares to the Buyer thatthe Seller is the original manufacturer of the stores/provider of the services referred to in thisContract and has not engaged any individual or firm, whether Indian or foreign whatsoever,

    to intercede, facilitate or in any way to recommend to the Government of India or any of itsfunctionaries, whether officially or unofficially, to the award of the contract to the Seller; nor

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    9/56

    Page 9 of56

    has any amount been paid, promised or intended to be paid to any such individual or firm inrespect of any such intercession, facilitation or recommendation. The Seller agrees that if it isestablished at any time to the satisfaction of the Buyer that the present declaration is in anyway incorrect or if at a later stage it is discovered by the Buyer that the Seller has engagedany such individual/firm, and paid or intended to pay any amount, gift, reward, fees,commission or consideration to such person, party, firm or institution, whether before or afterthe signing of this contract, the Seller will be liable to refund that amount to the Buyer. The

    Seller will also be debarred from entering into any supply Contract with the Government ofIndia for a minimum period of five years. The Buyer will also have a right to considercancellation of the Contract either wholly or in part, without any entitlement or compensationto the Seller who shall in such an event be liable to refund all payments made by the Buyer interms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. TheBuyer will also have the right to recover any such amount from any contracts concludedearlier with the Government of India.

    47. Access to Books of Accounts. In case it is found to the satisfaction of the Buyerthat the Seller has engaged an Agent or paid commission or influenced any person to obtainthe contract as described in clauses relating to Agents/Agency Commission and penalty for

    use of undue influence, the Seller, on a specific request of the Buyer, shall providenecessary information/ inspection of the relevant financial documents/information.

    48. Non-disclosure of Contract documents. Except with the written consent of theBuyer/ Seller, other party shall not disclose the contract or any provision, specification, plan,design, pattern, sample or information thereof to any third party. The vendor will certifythat all military information and data available to him as a part of the project will remain theexclusive property of Commandant, MCTE and will not be disclosed to any person notauthorized by MCTE. Failure to comply with this clause will make the vendor liable to actionas per law. Non Disclosure agreement is attached as Appendix D.

    49. Liquidated Damages(LD). In the event of the Seller's failure to submit the Bonds,Guarantees and Documents, supply the stores/goods and conduct trials, installation ofequipment, training, etc as specified in this contract, the Buyer may, at his discretion,withhold any payment until the completion of the contract. The BUYER may also deduct fromthe SELLER as agreed, liquidated damages to the sum of 0.5% of the contract price of thedelayed/undelivered stores/services mentioned above for every week of delay or part of aweek, subject to the maximum value of the Liquidated Damages being not higher than 10%of the value of delayed stores.

    50. Method of Payment of Liquidated Damages. The amount charged as liquidated

    damages would be deducted by the Customer from the amount due for payment to you. Ifthe amount of such LD exceeds the payments due to you, you shall within 30 (thirty) daysmake payment to the Customer in FULL & FINAL settlement of claims less the value of thebank guarantee if encashed.

    51. Termination of Contract. The Buyer shall have the right to terminate this Contract inpart or in full in any of the following cases :-

    (a) The delivery of the material is delayed for causes not attributable to ForceMajeure for more than three months after the scheduled date of delivery.

    (b) The Seller is declared bankrupt or becomes insolvent.

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    10/56

    Page 10 of56

    (c) The delivery of material is delayed due to causes of Force Majeure by morethan three months provided Force Majeure clause is included in contract.

    (d) The Buyer has noticed that the Seller has utilised the services of anyIndian/Foreign agent in getting this contract and paid any commission to suchindividual/company etc.

    (e) As per decision of the Arbitration Tribunal.

    52. Notices. Any notice required or permitted by the contract shall be written in theEnglish language and may be delivered personally or may be sent by FAX or registered pre-paid mail/airmail, addressed to the last known address of the party to whom it is sent.

    53. Transfer and Sub-letting. The Seller has no right to give, bargain, sell, assign orsublet or otherwise dispose of the Contract or any part thereof, as well as to give or to let athird party take benefit or advantage of the present Contract or any part thereof.

    54. Patents and other Industrial Property Rights. The prices stated in the present

    Contract shall be deemed to include all amounts payable for the use of patents, copyrights,registered charges, trademarks and payments for any other industrial property rights. TheSeller shall indemnify the Buyer against all claims from a third party at any time on account ofthe infringement of any or all the rights mentioned in the previous paragraphs, whether suchclaims arise in respect of manufacture or use. The Seller shall be responsible for thecompletion of the supplies including spares, tools, technical literature and training aggregatesirrespective of the fact of infringement of the supplies, irrespective of the fact of infringementof any or all the rights mentioned above.

    55. Amendments. No provision of present Contract shall be changed or modified in anyway (including this provision) either in whole or in part except by an instrument in writingmade after the date of this Contract and signed on behalf of both the parties and whichexpressly states to amend the present Contract.

    56. Taxes and Duties.

    (a) General.

    (i) If Bidder desires to ask for excise duty or Sales Tax / VAT extra, thesame must be specifically stated. In the absence of any such stipulation, it willbe presumed that the prices include all such charges and no claim for the same

    will be entertained.

    (ii) If reimbursement of any Duty/Tax is intended as extra over the quotedprices, the Bidder must specifically say so. In the absence of any suchstipulation it will be presumed that the prices quoted are firm and final and noclaim on account of such duty/tax will be entrained after the opening of tenders.

    (iii) If a Bidder chooses to quote a price inclusive of any duty/tax and doesnot confirm inclusive of such duty/tax so included is firm and final, he shouldclearly indicate the rate of such duty/tax and quantum of such duty/tax includedin the price. Failure to do so may result in ignoring of such offers summarily.

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    11/56

    Page 11 of56

    (iv) If a Bidder is exempted from payment of any duty/tax upto any value ofsupplies from them, he should clearly state that no such duty/tax will becharged by him up to the limit of exemption which he may have. If anyconcession is available in regard to rate/quantum of any Duty/tax, it should bebrought out clearly. Stipulations like, the said duty/tax was presently notapplicable but the same will be charged if it becomes leviable later on, will notbe accepted unless in such cases it is clearly stated by a Bidder that such

    duty/tax will not be charged by him even if the same becomes applicable lateron. In respect of the Bidders, who fail to comply with this requirement, theirquoted prices shall be loaded with the quantum of such duty/tax of comparingtheir prices with other Bidders.

    (v) Any change in any duty/tax upward/downward as a result of anystatutory variation in excise taking place within contract terms shall be allowedto the extent of actual quantum of such duty/tax paid by the supplier. Similarly,in case of downward revision in any duty/tax, the actual quantum of reductionof such duty/tax shall be reimbursed to the Buyer by the Seller. All suchadjustments shall include all reliefs, exemptions, rebates, concession etc. if any

    obtained by the Seller.

    (b) Customs Duty.

    (i) For imported stores offered against forward delivery, the Bidder shallquote prices thereof exclusive of customs duty. The Bidder shall specifyseparately the C.I.F. prices and total amount of customs duty payable. They willalso indicate correctly the rate of customs duty applicable along with IndianCustoms Tariff Number. Customs duty as actually paid will be reimbursed onproduction of necessary documents i.e. (i) Triplicate copy of the bill of entry; (ii)copy of bill of lading; (iii) a copy of foreign principals invoice. However, if the

    Bidder imports the stores in question against his own commercial quota ImportLicences, he will also be required to submit in addition the triplicate copy of billsof entry etc. a certificate from his Internal Auditor on the bill itself, to the effectthat the following items/quantity in the bill of entry related to the stores importedagainst Defence Buyer contract number.. dated..

    (ii) Subsequent to the reimbursement of customs duty, the Bidder willsubmit to the concerned Payment Authority a certificate to the effect that hehas not obtained any refund of customs duty subsequent to the payment ofduty to the Customs authority by him. In addition, he shall also submit to thePaying Authority concerned a certificate immediately after a period of three

    months from the date of payment of the duty to customs authorities to the effectthat he has not applied for refund of the customs duty subsequent to thepayment of duty to the customs authorities by him.

    (iii) In case the Bidder obtains any refund of customs duty, subsequently tothe payment of the same by him to the customs authorities and reimbursementof the customs duty to him by the Payment Authority, he should forthwithfurnish the details of the refund obtained and afford full credit of the same to theBuyer.

    (iv) Custom duty exemption certificate will be provided on submission ofrelevant documents. Vendors should clearly specify details of custom duty intheir bids.

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    12/56

    Page 12 of56

    (c) Excise Duty.

    (i) Where the excise duty is payable on advalorem basis, the Bidder shouldsubmit along with the tender, the relevant form and the Manufacturers price listshowing the actual assessable value of the stores as approved by the Exciseauthorities.

    (ii) Bidders should note that in case any refund of excise duty is granted tothem by Excise authorities in respect of Stores supplied under the contract,they will pass on the credit to the Buyer immediately along with a certificate thatthe credit so passed on relates to the Excise Duty, originally paid for the storessupplied under the contract. In case of their failure to do so, within 10 days ofthe issue of the excise duty refund orders to them by the Excise Authorities theBuyer would be empowered to deduct a sum equivalent to the amountrefunded by the Excise Authorities without any further reference to them fromany of their outstanding bills against the contract or any other pendingGovernment Contract and that no disputes on this account would be raised bythem.

    (iii) The Seller is also required to furnish to the Paying Authority the followingcertificates:

    (aa) Certificate with each bill to the effect that no refund has beenobtained in respect of the reimbursement of excise duty made to theSeller during three months immediately preceding the date of the claimcovered by the relevant bill.

    (ab) Certificate as to whether refunds have been obtained or appliedfor by them or not in the preceding financial year after the annual Auditof their accounts also indicating details of such refunds/applications, ifany.

    (ac) A certificate along with the final payment bills of the Seller to theeffect whether or not they have any pending appeal/protest for refund orpartial refund of excise duties already reimbursed to the Seller by theGovernment pending with the Excise authorities and if so, the nature,the amount involved, and the position of such appeals.

    (ad) An undertaking to the effect that in case it is detected by the

    Government that any refund from Excise Authority was obtained by theSeller after obtaining reimbursement from the Paying Authority, and ifthe same is not immediately refunded by the Seller to the PayingAuthority giving details and particulars of the transactions, PayingAuthority will have full authority to recover particular contract or anyother pending Government contracts and that no dispute on this accountwould be raised by the Seller.

    (iv) Unless otherwise specifically agreed to in terms of the contract, theBuyer shall not be liable for any claim on account of fresh imposition and/orincrease of Excise Duty on raw materials and/or components used directly in

    the manufacture of the contracted stores taking place during the pendency ofthe contract.

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    13/56

    Page 13 of56

    (c) Sales Tax / VAT.

    (i) If it is desired by the Bidder to ask for Sales tax / VAT to be paid asextra, the same must be specifically stated. In the absence of any suchstipulation in the bid, it will be presumed that the prices quoted by the Bidderare inclusive of sales tax and no liability of sales tax will be developed upon theBuyer.

    (ii) On the Bids quoting sales tax extra, the rate and the nature of Sales Taxapplicable at the time of supply should be shown separately. Sales tax will bepaid to the Seller at the rate at which it is liable to be assessed or has actuallybeen assessed provided the transaction of sale is legally liable to sales tax andthe same is payable as per the terms of the contract.

    (d) Octroi Duty & Local Taxes.

    (i) Normally, materials to be supplied to Government Departments againstGovernment Contracts are exempted from levy of town duty, Octroi Duty,

    Terminal Tax and other levies of local bodies. The local Town/Municipal Bodyregulations at times, however, provide for such Exemption only on productionof such exemption certificate from any authorised officer. Seller should ensurethat stores ordered against contracts placed by this office are exempted fromlevy of Town Duty/Octroi Duty, Terminal Tax or other local taxes and duties.Wherever required, they should obtain the exemption certificate from the Buyer,to avoid payment of such local taxes or duties.

    (ii) In case where the Municipality or other local body insists upon paymentof these duties or taxes the same should be paid by the Seller to avoid delay insupplies and possible demurrage charges. The receipt obtained for suchpayment should be forwarded to the Buyer without delay together with a copyof the relevant act or bylaws/ notifications of the Municipality of the local bodyconcerned to enable him to take up the question of refund with the concernedbodies if admissible under the said acts or rules.

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    14/56

    Page 14 of56

    PART IV SPECIAL CONDITIONS OF RFP

    57. The Bidder is required to give confirmation of their acceptance of Special Conditionsof the RFP mentioned below which will automatically be considered as part of the Contractconcluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer.Failure to do so may result in rejection of Bid submitted by the Bidder.

    58. Performance Guarantee. The Bidder will be required to furnish a PerformanceGuarantee by way of Bank Guarantee through a public sector bank or a private sector bankauthorized to conduct government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC BankLtd.) for a sum equal to 10% of the contract value within 30 days of receipt of the confirmedorder. Performance Bank Guarantee should be valid up to 60 days beyond the date ofwarranty. The specimen of PBG is given in Form DPM-15 (Available in MoD website and canbe provided on request).

    59. Option Clause. The contract will have an Option Clause, wherein the Buyer canexercise an option to procure an additional 50% of the original contracted quantity inaccordance with the same terms & conditions of the present contract. This will be applicable

    within the currency of contract. The Bidder is to confirm the acceptance of the same forinclusion in the contract. It will be entirely the discretion of the Buyer to exercise this option ornot.

    60. Repeat Order Clause. The contract will have a Repeat Order Clause, wherein theBuyer can order upto 50% quantity of the items under the present contract within six monthsfrom the date of supply/successful completion of this contract, the cost, terms & conditionsremaining the same. The Bidder is to confirm acceptance of this clause. It will be entirely thediscretion of the Buyer to place the Repeat order or not.

    61. Tolerance Clause. To take care of any change in the requirement during the periodstarting from issue of RFP till placement of the contract, Buyer reserves the right to 50%plus/minus increase or decrease the quantity of the required goods upto that limit without anychange in the terms & conditions and prices quoted by the Seller. While awarding thecontract, the quantity ordered can be increased or decreased by the Buyer within thistolerance limit.

    62. Payment Terms. The payment will be made as per the following terms, on productionof the requisite documents: -

    (a) 25% of the total project cost will be paid on delivery of complete hardware and

    software including accessories at MCTE, Mhow.

    (b) 50% of the total project cost will be paid on satisfactory installation, integrationof all the components and acceptance.

    (c) 15% of total project cost will be paid on successful completion of training.

    (d) 10 % of total project cost will be paid on satisfactory performance of completeproject for a period of four weeks from the date of acceptance.

    63. Advance Payments. No advance payment(s) will be made.

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    15/56

    Page 15 of56

    64. Paying Authority. Payment will be made by CDA, Jabalpur. The payment of bills willbe made on submission of the following documents by the Seller to the Paying Authorityalong with the bill:-

    (a) Ink-signed copy of contingent bill / Sellers bill.

    (b) Ink-signed copy of Commercial invoice / Sellers bill.

    (c) Copy of Supply Order/Contract with U.O. number and date of IFAsconcurrence, where required under delegation of powers.

    (d) CRVs in duplicate.

    (e) Delivery certificate, acceptance certificate, installation and integrationcertificate, training completion certificate and Satisfactory performancecertificate.

    (f) Claim for statutory and other levies to be supported with requisite documents /proof of payment such as Excise duty challan, Customs duty clearance

    certificate, Octroi receipt, proof of payment for EPF/ESIC contribution withnominal roll of beneficiaries, etc as applicable.

    (g) Exemption certificate for Excise duty / Customs duty, if applicable.

    (h) Bank guarantee for advance, if any.

    (i) Guarantee / Warranty certificate.

    (j) Performance Bank guarantee / Indemnity bond where applicable.

    (k) DP extension letter with CFAs sanction, U.O. number and date of IFAsconcurrence, where required under delegation of powers, indicating whetherextension is with or without LD.

    (l) Details for electronic payment viz Account holders name, Bank name, Branchname and address, Account type, Account number, IFSC code, MICR code (ifthese details are not incorporated in supply order/contract).

    (m) Any other document / certificate that may be provided for in the Supply Order /Contract.

    (n) User Acceptance.

    (o) Xerox copy of PBG.

    65. Fall clause The following Fall clause will form part of the contract placed onsuccessful Bidder:-

    (a) The price charged for the stores supplied under the contract by the Seller shallin no event exceed the lowest prices at which the Seller sells the stores or offer to sellstores of identical description to any persons/Organization including the purchaser orany department of the Central government or any Department of state government or

    any statutory undertaking the central or state government as the case may be duringthe period till performance of all supply Orders placed during the currency of the ratecontract is completed.

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    16/56

    Page 16 of56

    (b) If at any time, during the said period the Seller reduces the sale price, sells oroffer to sell such stores to any person/organisation including the Buyer or any Deptt,of central Govt. or any Department of the State Government or any Statutoryundertaking of the Central or state Government as the case may be at a price lowerthan the price chargeable under the contract, the shall forthwith notify such reductionor sale or offer of sale to the Director general of Supplies & Disposals and the price

    payable under the contract for the stores of such reduction of sale or offer of the saleshall stand correspondingly reduced. The above stipulation will, however, not applyto:-

    (i) Exports by the Seller.

    (ii) Sale of goods as original equipment at price lower than lower than theprices charged for normal replacement.

    (iii) Sale of goods such as drugs which have expiry dates.

    (iv) Sale of goods at lower price on or after the date of completion of

    sale/placement of the order of goods by the authority concerned under theexisting or previous Rate Contracts as also under any previous contractsentered into with the Central or State Govt. Depts, including their undertakingsexcluding joint sector companies and/or private parties and bodies.

    (c) The Seller shall furnish the following certificate to the Paying Authority alongwith each bill for payment for supplies made against the Rate contract We certifythat there has been no reduction in sale price of the stores of description identical tothe stores supplied to the Government under the contract herein and such stores havenot been offered/sold by me/us to any person/organisation including the purchaser orany department of Central Government or any Department of a state Government orany Statutory Undertaking of the Central or state Government as the case may beupto the date of bill/the date of completion of supplies against all supply orders placedduring the currency of the Rate Contract at price lower than the price charged to thegovernment under the contract except for quantity of stores categories under sub-clauses (a),(b) and (c) of sub-para (ii) above details of which are given below - .........

    66. Exchange Rate Variation Clause. Deleted being not applicable.

    67. Risk & Expense clause.

    (a) Should the stores or any installment thereof not be delivered within the time ortimes specified in the contract documents, or if defective delivery is made in respect ofthe stores or any installment thereof, the Buyer shall after granting the Seller 45 daysto cure the breach, be at liberty, without prejudice to the right to recover liquidateddamages as a remedy for breach of contract, to declare the contract as cancelledeither wholly or to the extent of such default.

    (b) Should the stores or any installment thereof not perform in accordance with thespecifications / parameters provided by the SELLER during the check proof tests to bedone in the BUYERs country, the BUYER shall be at liberty, without prejudice to anyother remedies for breach of contract, to cancel the contract wholly or to the extent of

    such default.

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    17/56

    Page 17 of56

    (c) In case of a material breach that was not remedied within 45 days, the BUYERshall, having given the right of first refusal to the SELLER be at liberty to purchase,manufacture, or procure from any other source as he thinks fit, other stores of thesame or similar description to make good:-

    (i) Such default.

    (ii) In the event of the contract being wholly determined the balance of thestores remaining to be delivered thereunder.

    (iii) Any excess of the purchase price, cost of manufacturer, or value of anystores procured from any other supplier as the case may be, over the contractprice appropriate to such default or balance shall be recoverable from theSELLER. Such recoveries shall not exceed 10% of the value of the contract.

    68. Force Majeure clause

    (a) Neither party shall bear responsibility for the complete or partial non-

    performance of any of its obligations (except for failure to pay any sum which hasbecome due on account of receipt of goods under the provisions of the presentcontract), if the non-performance results from such Force Majeure circumstances asFlood, Fire, Earth Quake and other acts of God as well as War, Military operation,blockade, Acts or Actions of State Authorities or any other circumstances beyond theparties control that have arisen after the conclusion of the present contract.

    (b) In such circumstances the time stipulated for the performance of an obligationunder the present contract is extended correspondingly for the period of time of actionof these circumstances and their consequences.

    (c) The party for which it becomes impossible to meet obligations under thiscontract due to Force Majeure conditions, is to notify in written form the other party ofthe beginning and cessation of the above circumstances immediately, but in any casenot later than 10 (Ten) days from the moment of their beginning.

    (d) Certificate of a Chamber of Commerce (Commerce and Industry) or othercompetent authority or organization of the respective country shall be a sufficient proofof commencement and cessation of the above circumstances.

    (e) If the impossibility of complete or partial performance of an obligation lasts for

    more than 6 (six) months, either party hereto reserves the right to terminate thecontract totally or partially upon giving prior written notice of 30 (thirty) days to theother party of the intention to terminate without any liability other than reimbursementon the terms provided in the agreement for the goods received.

    69. Buy-Back offer. Deleted being not applicable.

    70. Specification. The following Specification clause will form part of the contract placedon successful Bidder - The Seller guarantees to meet the specifications as per Part-II of RFPand Appendix-A.

    71. OEM Certificate. In case the Bidder is not the OEM, the agreement certificate withthe OEM for sourcing the spares shall be mandatory as per Appendix E. However, where

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    18/56

    Page 18 of56

    OEMs do not exist, minor aggregates and spares can be sourced from authorized vendorssubject to quality certification.

    72. Export License. Deleted being not applicable.

    73. Earliest Acceptable Year of Manufacture: 2010 Quality / Life certificate will need tobe enclosed with the Bill.

    74. Buyer Furnished Equipment. Deleted being not applicable.

    75. Transportation. All the stores will be delivered at the consignee address. Seller willbear all the costs and freight

    76. Air lift. Deleted being not applicable.

    77. Packing and Marking. Deleted being not applicable.

    78. Quality. The quality of the stores delivered according to the present Contract shall

    correspond to the technical conditions and standards valid for the deliveries of the samestores for in Sellers country or specifications enumerated as per RFP and shall also includetherein modification to the stores suggested by the Buyer. Such modifications will bemutually agreed to. The Seller confirms that the stores to be supplied under this Contractshall be new i.e. not manufactured before 2010, and shall incorporate all the latestimprovements and modifications thereto and spares of improved and modified equipment arebackward integrated and interchangeable with same equipment supplied by the Seller in thepast if any. The Seller shall supply an interchangeability certificate along with the changedpart numbers wherein it should be mentioned that item would provide as much life as theoriginal item. The vendor should also be committed to provide higher version i.e upgrade the5.8 GHz equipment to 802.16e certified or higher if a newer version is available beforesupply of equipment without any change in the terms & conditions and prices quoted.

    79. Quality Assurance. Seller would provide the Standard Acceptance Test Procedure(ATP) within 10 days of this date of contract. Buyer reserves the right to modify the ATP.Seller would be required to provide all test facilities at his premises for acceptance andinspection by Buyer. The details in this regard will be coordinated during the negotiation ofthe contract. The item should be of the latest manufacture, conforming to the currentproduction standard and having 100% defined life at the time of delivery.

    80. Inspection Authority. The inspection will be carried out by board of officers on behalf

    of the buyer. The mode of inspection will be Joint Inspection.

    81. Pre-Dispatch Inspection. Deleted being not applicable.

    82. Joint Receipt Inspection. Deleted being not applicable.

    83. Franking clause. The following Franking clause will form part of the contract placedon successful Bidder:-

    (a) Franking Clause in the case of Acceptance of Goods. The fact that thegoods have been inspected after the delivery period and passed by the Inspecting

    Officer will not have the effect of keeping the contract alive. The goods are being

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    19/56

    Page 19 of56

    passed without prejudice to the rights of the Buyer under the terms and conditions ofthe contract.

    (b) Franking Clause in the case of Rejection of Goods The fact that the goodshave been inspected after the delivery period and rejected by the Inspecting Officerwill not bind the Buyer in any manner. The goods are being rejected without prejudiceto the rights of the Buyer under the terms and conditions of the contract.

    84. Claims. The following Claims clause will form part of the contract placed onsuccessful Bidder:-

    (a) The claims may be presented either: (a) on quantity of the stores, where thequantity does not correspond to the quantity shown in the Packing List/Insufficiency inpacking, or (b) on quality of the stores, where quality does not correspond to thequality mentioned in the contract.

    (b) The quantity claims for deficiency of quantity shall be presented within 45 daysof completion of opening board of officers and acceptance of goods. The quantityclaim shall be submitted to the Seller as per Form DPM-22 (Available in MoD website

    and can be given on request).

    (c) The quality claims for defects or deficiencies in quality noticed during the JRIshall be presented within 45 days of completion of JRI and acceptance of goods.Quality claims shall be presented for defects or deficiencies in quality noticed duringwarranty period earliest but not later than 45 days after expiry of the guarantee period.The quality claims shall be submitted to the Seller as per Form DPM-23 (Available inMoD website and can be given on request).

    (d) The description and quantity of the stores are to be furnished to the Selleralong with concrete reasons for making the claims. Copies of all the justifyingdocuments shall be enclosed to the presented claim. The Seller will settle the claimswithin 45 days from the date of the receipt of the claim at the Sellers office, subject toacceptance of the claim by the Seller. In case no response is received during thisperiod the claim will be deemed to have been accepted.

    (e) The Seller shall collect the defective or rejected goods from the locationnominated by the Buyer and deliver the repaired or replaced goods at the samelocation under Sellers arrangement.

    (f) Claims may also be settled by reduction of cost of goods under claim frombonds submitted by the Seller or payment of claim amount by Seller through demand

    draft drawn on an Indian Bank, in favour of Principal Controller/Controller of DefenceAccounts concerned.

    (g) The quality claims will be raised solely by the Buyer and without anycertification/countersignature by the Sellers representative stationed in India.

    85. Warranty. The following Warranty will form part of the contract placed on successfulBidder:-

    (a) The Seller warrants that the goods supplied under the contract conform totechnical specifications prescribed and shall perform according to the said technical

    specifications.

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    20/56

    Page 20 of56

    (b) The Seller warrants for a period of 36 months from the date of acceptance ofstores or date of installation and commissioning, whichever is later, that thegoods/stores supplied under the contract and each component used in themanufacture thereof shall be free from all types of defects/failures. Onsitecomprehensive warranty will be provided.

    (c) If within the period of warranty, the goods are reported by the Buyer to have

    failed to perform as per the specifications, the Seller shall either replace or rectify thesame free of charge provided that the goods are used and maintained by the Buyer asper instructions contained in the Operating Manual. Warranty of the equipment wouldbe extended by such duration of downtime. Record of the down time would bemaintained by the user in the logbook. Spares required for warranty repairs shall beprovided free of cost by the Seller. The Seller also undertakes to diagnose, test,adjust, calibrate and repair/replace the goods/equipment arising due to accidents byneglect or misuse by the operator or damage due to transportation of the goods duringthe warranty period, at the cost mutually agreed to between the Buyer and the Seller.

    (d) The Seller also warrants that necessary service and repair back up during the

    warranty period of the equipment shall be provided by the Seller and he will ensurethat the downtime within 0.5 % of the warranty period. This amounts to total maximumdowntime of six days during warranty.

    (e) The seller will place a service engineer at the site for the duration of thewarranty period. The Seller shall associate technical personnel of the maintenanceagency and Quality Assurance Agency of the buyer during warranty and shall alsoprovide the details of complete defects, reasons and remedial actions for defects.

    (f) If a particular equipment/goods fails frequently and/or, the cumulative down timeexceeds 1.5 % of the warranty period , the complete equipment shall be replaced freeof cost by the Seller within a stipulated period of 30 days of receipt of the notificationfrom the Buyer. Warranty of the replaced equipment would start from the date ofacceptance after Joint Receipt Inspection by the Buyer/date of installation andcommissioning.

    (g) During the warranty period, all warranty benefits received by the seller from theOEMs, for any equipment pertaining to third parties will be passed on in to the Buyer.

    (h) Where the tenders are quoted for by resellers/channel partners on behalf ofOEMs, proof in writing to the effect that a back to back arrangement/exercising of

    support pack options exists with the OEM for entire duration of warranty, shall beprovided on placement of supply order. Failure to provide sufficient proof for thearrangements shall either result in non-processing of payments due to the vendor orcancellation of supply order.

    (j) Any failure in the system or a subsystem thereof should be rectified within amaximum period of 48 hours of lodging a complaint.

    (k) If the system is down beyond 48 hours, penalty at the rate of Rs 2500/- (RsTwo thousand five hundred only) per day per system will be charged or recovered outof the Bank Guarantee. In case of any system/sub system being down for more thanseven working days, user has the option to get it repaired from any suitable agency at

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    21/56

    Page 21 of56

    the risk and cost of seller, which will be deducted from the Bank Guarantee due toseller.

    (l) Any system failing at subsystem level, three times within a period of threemonths or displaying chronic faulty behavior or manufacturing defects or qualitycontrol problems will be totally replaced by the seller at his risk and cost within 30days of being intimated.

    86. Annual Maintenance Contract(AMC)/Full Service MaintenanceAgreement(FSMA). On expiry of warranty, you will enter into AMC/FSMA (with spares )ofthree years, if the user/maintenance agency so desires. Failure to do so will amount tobreach of contract. If AMC/FSMA is signed, then bank guarantee equal to the cost ofAMC/FSMA will be deposited with concerned maintenance agency during executingAMC/FSMA. All maintenance will be provided on site. The rates of AMC/FSMA will befinalised at the time of PNC. Other terms and conditions governing AMC/FSMA would beexamined and finalized at the time of conclusion of AMC/FSMA. Items of consumablenature, which will not be covered under AMC, must be specified while tendering.

    87. In case Buyer wishes to maintain in house or through a third party in case of

    unsatisfactory performance during the AMC/FSMA period, you will continue to provide allspares/modules required, on payment, to maintain the systems in their original configuration,to the maintaining agency, for a minimum period of three years from the termination of thewarranty. Failure to do so will amount to breach of contract.

    88. Commencement of AMC/FSMA. If the Buyer decides to exercise the option to enterinto AMC upon expiry of the free warranty period, the agreement for AMC/FSMA will besigned with the appropriate authority one month prior to the expiry of the free warrantyperiod.

    89. Renewal of AMC/FSMA. The AMC/FSMA will be renewed every year 12 calendar

    months from its commencement at the option of the user. If the Buyer decides to exercisethe option to renew the AMC/FSMA on expiry of the previous years AMC/FSMA, theagreement for the renewed AMC/FSMA will be signed with the appropriate authority oneweek prior to the expiry of the previous years AMC/FSMA. All necessary documentation forsigning of AMC will be provided one month prior to the signing of AMC/FSMA.

    90. Spares and Consumables. Sellers will guarantee to provide spares andconsumables on payment for a period of three years from date of completion of warrantyirrespective of AMC. Non-compliance will be treated as breach of contract and will attractlegal action.

    91. Uptime. You will guarantee to provide 99.5 % uptime during warranty. In case offailure to maintain 99.5 % uptime the proportionate loss to the Government will be madegood by you as per conditions mentioned at paragraph 85 (k) above. Alternatively, warrantymay be extended by the duration for which you have been unable to provide specifieduptime. The discretion to exercise either of these options lies with the Buyer. Details ofuptime shall be submitted by you, at least one month prior to expiry of warranty dulysupported by Call Reports. You will also maintain a record of down time based on calls forservice made on you and a quarterly report shall be submitted by you. If option to extendwarranty period is exercised, Bank Guarantee would be accordingly extended by you tocover warranty period.

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    22/56

    Page 22 of56

    PART V EVALUATION CRITERIA & PRICE BID ISSUES

    92. Evaluation Criteria. The broad guidelines for evaluation of Bids will be as follows:-

    (a) Only those Bids will be evaluated which are found to be fulfilling all the eligibilityand qualifying requirements of the RFP, both technically and commercially.

    (b) The technical Bids forwarded by the Bidders will be evaluated by the Buyer withreference to the technical characteristics of the equipment as mentioned in the RFP.The compliance of Technical Bids would be determined on the basis of theparameters specified in the RFP. The Price Bids of only those Bidders will be openedwhose Technical Bids would clear the technical evaluation.

    (c) The Lowest Bid will be decided upon the lowest price quoted by the particularBidder as per the Price Format given at Annexure I to Appendix B. All taxes andduties (including those for which exemption certificates are issued) quoted by theBidders will be considered. The ultimate cost to the Buyer would be the deciding factorfor ranking of Bids. Cost of AMC with spares for a period of three years will be

    included for deciding the lowest bidder. However, the payment for AMC will be madeat the time of AMC contract which will be entered into with the vendor at the discretionof the buyer.

    (d) The Bidders are required to spell out the rates of Customs duty, Excise duty,VAT, Service Tax, etc in unambiguous terms; otherwise their offers will be loaded withthe maximum rates of duties and taxes for the purpose of comparison of prices. Ifreimbursement of Customs duty / Excise Duty / VAT is intended as extra, over thequoted prices, the Bidder must specifically say so. In the absence of any suchstipulation it will be presumed that the prices quoted are firm and final and no claim onaccount of such duties will be entrained after the opening of tenders. If a Bidderchooses to quote a price inclusive of any duty and does not confirm inclusive of suchduty so included is firm and final, he should clearly indicate the rate of such duty andquantum of excise duty included in the price. Failure to do so may result in ignoring ofsuch offers summarily. If a Bidder is exempted from payment of Customs duty / ExciseDuty / VAT duty upto any value of supplies from them, they should clearly state thatno excise duty will be charged by them up to the limit of exemption which they mayhave. If any concession is available in regard to rate/quantum of Customs duty /Excise Duty / VAT, it should be brought out clearly. Stipulations like, excise duty waspresently not applicable but the same will be charged if it becomes leviable later on,will not be accepted unless in such cases it is clearly stated by a Bidder that excise

    duty will not be charged by him even if the same becomes applicable later on. Inrespect of the Bidders who fail to comply with this requirement, their quoted pricesshall be loaded with the quantum of excise duty which is normally applicable on theitem in question for the purpose of comparing their prices with other Bidders. Thesame logic applies to Customs duty and VAT also.

    (e) If there is a discrepancy between the unit price and the total price that isobtained by multiplying the unit price and quantity, the unit price will prevail and thetotal price will be corrected. If there is a discrepancy between words and figures, theamount in words will prevail for calculation of price.

    (f) The Lowest Acceptable Bid will be considered further for placement of contract / Supply Order after complete clarification and price negotiations as decided by the

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    23/56

    Page 23 of56

    Buyer. The Buyer will have the right to award contracts to different Bidders for beinglowest in particular items. The Buyer also reserves the right to do Apportionment ofQuantity, if it is convinced that Lowest Bidder is not in a position to supply full quantityin stipulated time.

    93. Copy of the Supply Order will also be forwarded to Income tax / Sale tax department.

    94. Please ensure that this is your best and final offer.

    Yours faithfully,

    (Anurag Walia)Lt ColGSO 1 (IT & PM)

    Enclosures : As above For Commandant

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    24/56

    Page 24 of56

    Appendix A(Refers to Para 31 of Tender enquiryNo 6438/GT/MOL 11th /FCE/WNL dtMar 2010)

    SCOPE AND SERVICES TO BE PROVIDED

    1. Bidders shall give brief details including sketch and a presentation on how theseservices are provided by their solution as part of the bid document and not mere compliancestatements. These may be tested during TEC stage.

    2. The proposed Wireless networking laboratory for FCE is to conduct effective practicaltraining of the students at MCTE on latest in wireless technology. The laboratory willcomprise of static base stations and mobile base stations to study various aspects ofwireless access in a mobile environment. The Customer Premise Equipment (CPE) requiredfor accessing the Wireless network will allow broad band access to the network. The loadingof the network will be tested providing access to a large number of CPEs. These will providedirect access using USB dongles, wired access using switches and WiFi access using

    Access Points. The static sites will be connected with optical fiber and the mobile basestation will be connected to the network on WiMax. Broad aspects to be covered in trainingare as under

    (a) Overview of a WiMAX network including configuration.

    (b) Type of application/services supported and their extension.

    (c) Mobility management, extensible authentication protocol (EAP), handoff (calltransfer), and power saving sleep modes

    (d) Type of CPE and their utilization.

    (e) Exploitation of ranges using various type of antennas and CPEs including Pt toPt, Pt to Multi Pt and mesh architecture.

    (f) Integration with existing network with special emphasis on VoIP.

    (g) Change in throughput with increase in load.

    (g) Simulation of above.

    3. General Features.

    (a) The WiMAX systems purchased through this tender will be used to providebroadband connectivity of minimum 1Mbps using a 5 or 10Mhz carrier to customerssituated within eight kilometers Line of sight aerial distance from the base stationlocation through use of outdoor CPEs and within two kilometers of non line of sightdistance. The non line of sight coverage will include one wall penetration in thecustomer premises and using CPEs having an EIRP of 31dbm .

    (b) The WiMAX system shall support quad play i.e Voice, Video, Data and

    nomadic / mobility in order to provide last mile connectivity to Fixed (Indoor &Outdoor), nomadic and mobile customers.

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    25/56

    Page 25 of56

    (c) The following services shall be provided with the offered solution and shall be inaccordance with specifications specified in IEEE 802.16d/e standard:

    (i) Last mile broadband access for voice & data. The end user should beable to have Full access to the internet for all public uses including Web-basedemail, e-commerce sites & POP3 email services.

    (ii) Ethernet leased line service.

    (iii) Broadband service with nomadicity. Support for mobility should also beprovided.

    (iv) Portable VPN service for nomadic Workers

    (e) Low cost backhaul service for WiFi Access Points

    (d) IP services with QoS: IP services with IP classifiers, QoS, and bandwidth

    allocation as per IETF and above mentioned standards.

    (e) Class of service: Support for different types of data delivery services whichare-UGS,RT-VR,NRT-VR,BE and ERT-VR. The Class of Service features shallsupport, but not limited to, unsolicited grant of service, realtime & extended real timevoice and video traffic for Voice over IP, Fax, Video Conferencing and Video onDemand applications.

    (f) Data bandwidth management: Bandwidth management features such as CIR,PIR and Best Effort must be supported for data service.

    (g) Various grades of SLA and end-to-end QoS, per connection shall be supported.Details of various grades of SLA and end-to-end QoS mechanism shall be provided.The QoS over the air interface shall be according to IEEE 802.16e-2005.

    (h) Different types of client devices shall be supported such as CPEs, Laptops withPCMCIA cards or embedded WiMAX chipsets (with and without admin access),PDAs, WiMAX phones etc. and client devices having different settings or zero clientconfiguration.

    (j) Ethernet based leased line service to end users.

    (k) Provide telephony services support to end customers.

    (l) In future, access network shall be capable of offering multicasting and unicastservices. The equipment should be upgraded to support these services within sixmonths of testing done by WiMAX Forum.

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    26/56

    Page 26 of56

    Annexure I to Appendix A(Refers to Para 31 of Tender enquiry No6438/GT/MOL 11th /FCE/WNL dt Mar2010)

    TECHNICAL SPECIFICATIONS OF ITEMS TO BE PROCURED

    Note:-The vendor is committed to provide higher version i.e upgrade the 5.8 GHzequipment to 802.16e certified or higher if a newer version is available before supplyof equipment without any change in the terms & conditions and prices quoted.

    Ser Software/Process/ Functionality with specifications Remarks

    1. WiMAX Base Station with Transceiver system(IEEE Standard minimum 802.16d and preferred is 802.16e)(a) WiMAX Forum wave 2 certified and complying to IEEE

    802.16d/e.(b) Base Station; 5.8 GHz, 802.16d/e.(c) Base Station Outdoor Radio Unit; 5.8 Ghz band, 802.16d/e(d) Channel bandwidth 5MHz and 10MHz(e) Antenna 5-5.8 GHz, Omni or 60/90/120 sector verti cal

    polarity, Terminating Connector: N female, Total gain 15 dBi.(f) Outdoor unit to Antenna Cable, Length: 1m. Connectors: N

    male / N male 90 degree angle. Total loss @ 2.4 / 2.6 / 3.5 /3.8 /5.8 GHz: 1dB

    (g) Indoor unit to Outdoor unit Cable, including outdoor unitsterminating connectors: TNC male / TNC male. Length: 90 m.

    (h) TDD Ratio Configurable. Typically 3:1(i) Modulation QPSK, 16QAM, 64QAM(j) Propagation model Cost123(k) SINR (required) 11dB(l) FFT size 512/1024(m)Interference margin 1.5/3dB(n) BS Antenna height 30m(o) 16d/e USB antenna height 2m(p) Penetration loss 12dB(q) Standard deviation 8dB(r) Shadow loss standard deviation 8dB(s) Coverage probability 75%-95%

    (t) The channel size for each sector shall be softwareconfigurable. It shall be possible to change the channel sizeand frequency of operation (within the frequency band ofoperation) as defined in the WiMAX profiles and frequencyband allocated

    (u)ASN solution consisting of Base Station (BS), ASN-GW(ASN-Gateway) and the Subscriber Station (SS) equipment(CPE) which shall be WiMAX Forum Wave 2 certified and asper IEEE 802.16d/e-standards.

    (v) Should include all equipment and antenna accessoriesrequired to make base Transceiver fully functional in all

    respectStation Monitoring Console

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    27/56

    Page 27 of56

    (a) Processor, Intel Core 2 Duo Processor T5870 (2Ghz),

    (b) Vista Home Basic or higher version ,

    (c) Intel Core 2 Duo Processor T5870 (2Ghz)Windows 7 Basic15.6"inch- diagonal LED Backlit HD16:9Widescreen, Intel GME 965 Express Chipset

    320GB Serial ATA , 2GB DDR2 (800 MHz)super lightscribe DVD+RW

    2. CPE Type I (Indoor)

    (a) Comply to WiMAX Forum Wave-2 certifications

    (b) Multi user

    (c) Minimum peak data rate 1Mbps (DL), 256Kbps (UL

    (d) Interface Ports, 08x Ethernet 10/100 BaseT (RJ45)

    (e) Radio Interface IEEE 802.16d/e-SOFDMA air interface,

    TDD

    (f) Modulation OFDMA(g) Subcarriers Modulation QPSK, 16QAM, 64QAM (DL)

    (h) Antenna type Omni-directional Stub Antenna

    (i) Antenna gain better than 4 dBi

    (j) Security DES (optional) and AES (mandatory)

    (k) Power Supply 100V to 250 V AC, 50 - 60 Hz

    (l) Power Adopter Integrated within the CPE , or External. The

    Output over voltage and short circuit protections shall be

    provided. CPE shall be protected against input over

    voltage (DC voltage).

    3. CPE Type II (Outdoor)

    (a) Outdoor, Pole or wall mounted with outdoor RF unit and

    integrated antenna

    (b) One Indoor unit with all LAN, POTS ports and integrated

    power supply

    (c) Services Data and Voice

    (d) Minimum peak data rate 5Mbps (DL), 2Mbps (UL)

    (e) Interface Ports 04 x Ethernet 10/100 BaseT and 01 x WiFi

    Access Point (802.11 b/g compliant)

    (f) Radio Interface IEEE 802.16d/e-SOFDMA air interface,TDD

    (m)Modulation OFDMA

    (n) Subcarriers Modulation QPSK, 16QAM, 64QAM (DL

    (o) Directional Antenna, 3dB beamwidth of minimum 25

    azimuth and 22elevation

    (p) Antenna gain better than 17 dBi

    (q) Receiver Sensitivity compliant to the requirements of the

    standard IEEE 802.16d/e for the applicable profile

    (r) Network Protocols IPv4, TCP, UDP, SNMP (upgradeableto IPv6 by software upgradation only

    (s) Security DES (optional) and AES (mandatory)

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    28/56

    Page 28 of56

    4. CPE TYPE III (USB DONGLE)

    (a) Type USB Dongle

    (b) Services - Data voice

    (c) Frequnecy Quad Band( 2.x and 3.x GHz)

    (d) Usages Fixed, Portable, Mobile support in future(e) Users Single

    (f) Minimum Sustainable data rate 4 Mbps (DL), 1 Mbps (UL).

    (g) Radio Interface IEEE 802.16d/e-SOFDMA air interface,

    TDD.

    (h) Modulation OFDMA.

    (i) Subcarriers Modulation QPSK, 16QAM, 64QAM (DL).

    (g) Power management Automatic Power Control upto -

    20dBm

    (h) Network Protocols IPv4, TCP, UDP, SNMP (upgradeable

    to IPv6 by software upgradation only

    (i) Security DES (optional) and AES (mandatory), FIPS

    Certified (for AES)

    (j) CPE Management, local and Remote software upgrade

    (TFTP, HTTP). User friendly web interface for

    configuration

    5. Edge Switch(a) The switch shall be stackable 19 inch Rack mountable unitwith the rack mount kit.

    (b) The switch should be stackable upto 8 units in stack usingseparate configured stack ports(c) The switch should support closed loop stacking forredundancy where all units in stack are treated as one singledevice allowing common stack management feature,firmwareupgrade, port mirroring, vlan defination and link aggregation to beperformed on the stack using the port numbers available of theswitches in the same stack.(d) The switch should support external Redundant 230V ACpower supply(e) Flash Memory should support 32MB

    (f) The switch should supports 24 ports of 10/100/1000 baseTincluding combo 4 1000BaseX SFP slots. SFP support for1000Base SX/LX/LH with 2 ports loaded.(g) The switch should support scalable Fabric 140 Gbps ormore for 48 port switch.(h) The switch should support 71 Mbps for 48 port switch asthe Switching throughput(i) The switch should support 16 000 MAC Address(j) The switch should support 1024 802.1Q port based VLANwith 4096 VIDS(k) The switch should support Layer-2 Services, 802.1Q

    Virtual Bridged Local Area Networking, 802.1p Traffic ClassExpediting

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    29/56

    Page 29 of56

    (l) The switch should support Quality of Service802.1p (TrafficClass Expediting) strict priority (SP) or weighted round robin(WRR)(m) The switch should support Priority (802.1p) ClassificationCapability.(n) Security Features , Standard ACLs, Extended ACLs, MAC

    Address Authentication, MAC locking (Static/Dynamic), 802.1XPort-based Authentication, the switch should support multipleauthentication types Per Port namely 802.1X, Web basedauthentication and MAC based authentication, The switch shouldThrottles denial-of-service (DoS) attacks or other maliciousbehaviors that uses high volume ICMP traffic.(o) Network Management, the switch should supportCLI/WEB/SNMP Management, the switch should support multipleSyslog Servers, the switch should support RADIUS Client, theswitch should support SNTP , the switch should support Telnet Inbound/Outbound, the switch should support Cisco CDP v1/2 or

    LLDP & LLDP-MED, the switch should support configuration FileUpload/Download, the switch should support RMON Statistic,History, Alarms, Host, HostTopN, The switch should supportmultiple firmware images and configuration files, the switchshould support Text-based Configuration Files, the switch shouldsupport Daylight Savings Time, the switch should support SSH v2and SSL, the switch should support Multiple local user accountmanagement, the switch should support SNMP v1/v2c/v3

    6. Six core Fiber optic Cable with HDPE Pipe

    (a ) Core (Glass) Diameter

    Non-CircularityCore/CladdingOffset

    Typically 8.3 m

    6% 0.6 m

    (b ) Cladding (Glass) DiameterNon-Circularity

    125 1.0 m

    1.0%

    (c ) Coating MaterialInked DiameterCoating/Claddingoffset

    UV-Acrylate250 15 m< 17.0 m

    (d ) Maximum IndividualFiber Attenuation at 1310 /1550 nm

    0.35 / 0.25 dB/km

    (e ) Point Discontinuities at1310 / 1550 nm

    0.10 dB

    (f) Water Peak Attenuationat 1383 nm

    2.0 dB/km

    (g)Attenuation Changevs. Wavelength

    5 to 1330 nm5 to 1575 nm

    0.10 dB/km

    0.05 dB/km

    (h )Attenuation Changevs. Bending

    100 wraps / 75 mm1 wrap / 32 mm

    0.10 dB

    0.50 dB

    (j)Zero DispersionWavelength 1300 - 1324 nm

    (k)Maximum Dispersion at 3.2 / 18.0

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    30/56

    Page 30 of56

    1310 / 1550 nm ps/nmkm

    (l)Zero Dispersion Slope 0.092 ps/nm2km

    (m)Nominal Mode FieldDiameter

    1310 nm1550 nm

    9.0 - 9.3 mTypically 10.5 m

    (n)Mode Field Diameter

    Tolerance 0.5 m

    (o)Cabled Fiber CutoffWavelength (lcc)

    < 1260 nm

    (p)Group Index ofRefraction

    1310 nm1550 nm

    1.4661.467

    (q)Polarization ModeDispersion

    < 0.5 ps/km

    (r) HDPE pipe with outerdia 50mm or more.

    7. Personal Computers

    (a) Processor & Chipset(i) Intel Core2 Duo processor T6600 (2 MB L2 cache,2.2 GHz, 800 MHz, 35 W), supporting(ii) Intel 64 architecture(iii) Mobile Intel GM45 Express Chipset(iv) 802.11b/g/Draft-N Wi-Fi CERTIFIED networkconnection, supporting Acer SignalUp wirelesstechnology

    (b) Operating system installedGenuine Windows 7 Home or higher version(c) System memory

    3 GB RAM, expandable upto 4 GB.(d) Internal hard disk drive320 GB or higher, SATA , 7200 rpm(e) Optical drive type16 X DVD RW (Read + Write) Super Multi SATA Drive(f) Display Unit14 HD 1366 x 768 pixel resolution, high-brightness (200-nit) TFTLCD, supporting simultaneous multi-window viewing(g) Network interfaceIntegrated 10/100/1000 network interface (Broadband Ready)(h) Video Graphics

    Intel Graphics Media Accelerator 3100 or higher.(i) 5-in-1 card reader, supporting Secure Digital (SD),MultiMediaCard (MMC), Memory Stick (MS), Memory StickPRO (MS PRO), xD-Picture Card (xD)(j) External I/O ports1 x serial, 1 x parallel, 4 x USB 2.0 ports(k) Software and driversAll essential licensed software like MS office, antivirus, firewall,utility software and drivers installed with OS and back-up onCD/DVD.(l) CertificatesISO 9001, ISO 14001, Microsoft certified, Energy Starcompliance, FCC compliance.

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    31/56

    Page 31 of56

    (m) WarrantyAt-least 02 years on site.

    8. UPS High rating (10 KVA)(a) Capacity : 10KVA / 8KW(b) Technology : Microprocessor based Digital Control,

    IGBT based with built in Isolation

    Transformer, Double Conversion TrueOn-Line.

    (c) Input Voltage Range : 160-270Volts AC, Single Phase(d) Input Frequency : 50Hz +/- 6%(e) Output Voltage : 220 AC +/- 1%(f) Output Power Factor : 0.8(g) THD : 90%

    (k) Over Load : 120% for 10Mins , 150% for 10 Sec.(l) Protection : Input / output over voltage and under

    voltage, overload, over temperature,battery low and Electronic currentlimiting type short circuit protection.

    (m)Display : LEDs for Mains, Inverter, battery Low,overload, fault and Bypass out of range

    (n) Alarms : Audible & Visual Alarms should beprovided for Mains Fail, Battery Low andFault condition.

    (o) Certification : ISO 9001,(p) Operating Condition : 0-45degree Centigrade, 95%RH

    maximum, non condensing Audiblenoise 0.95, Near Unity(f) Output Voltage : 220 V AC +/- 2%(g) Output Frequency: 50Hz +/- 2%(h) Waveform : SINUSODIAL(i) Distortion : LESS THAN 3%(j) Overload : 110% for 30 Sec, 150%

    instantaneous(k) Overall Efficiency : MORE THAN 85%(l) Ambient conditions : 0 TO 45 deg C, 95% RH

    (m)Non Condencing Protections: Input or Output under / overvolt, Overload, Tripless Short Circuit

    (n) Protection, Battery over Discharge Protection

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    32/56

    Page 32 of56

    (o) Alarms : Overload, low battery, fault(p) Indications : Mains On, inverter On, load Onbattery, bypass, All fault condition, Bar Graph for Battery Capacitylevel and Load Level should be provided.(q) Bypass Switch : Automatic Bi-directional type shouldbe provided

    (r) Software : RS 232C Inte(s) Audiable Noise : The Operation of UPS should be

    Noiseless.(t) Battery : SMF batteries for 120 Mins backup

    10. NMS(a) Type A

    (i) NMS Should be a comprehensive management solutionthat manages the network elements in the WiMAX family,which consists of WIMAX-compliant Base Stations (BS)and CPEs.

    (ii) NMS/EMS Server Software License

    (iii) It should be a client-server application, with always-onserver components implemented as windows, services,and with a front end web application. It should use SNMPto communicate with BS equipment, as well as third partyWiMAX-compliant CPE devices. It should be capable ofbeing adjusted to meet customer requirements through itsflexible configuration options.

    (iv) The key features desired associated with NMS are asfollows(aa) Fault management with comprehensive event,

    active alarm and historical alarms system.(ab) Configuration management with provisioning,

    configuration, status tracking and reporting,software upgrade and inventory management for BSTRxs, Subscriber Stations and other associatednetwork elements.

    (ac) Performance management with collection of widerange of historical statistical data.

    (v) Security management with EMS authentication andauthorisation as well as with secure SNMP communicationto equipment.

    EMS should add mobile product features that include thefollowing:-(aa) Support for both mobile and fixed WiMAX platforms(ab) Support for mobile Master Station (MS)(ac) Support for both 802.16e and 802.16i(ad) SQL database engine for Netspan database(ae) Indirect management of SS (MIB model)(af) Template/class based provisioning(ag) Asynchronous configuration for provisioning data(ah) Synchronous configuration for commissioning data(ai) Asynchronous status and statistics collection

    (aj) Full off-line provisioning capabilities(ak) Database is a master for provisioning data(al) Re-synchronisation between equipment and EMS

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    33/56

    Page 33 of56

    on request.(b) Type B (Gateway)(i) Platform Features Capacity Upto 24/30 simultaneous comprescalls per E1(ii) Interfaces

    (aa) Network:Single .Dual Quad E1

    (ab) Physical: Two Ethernet (10/100 Mbps Ethernet Interfa(ac) 4 FXS (4 Physical Interface)(ad) 1 BRI for WAN Connectivity(ae) 1 to 4 Port Serial Interace

    (iii) VoIP and Fax Signalling(aa) Conversion and translation betwee all support Protocol(ab) IP to IP(ac) IP to TDM(ad) TDm to IP(ae) E1 CAS '(R2MF)(af) ISDN- 10 variants network and user side ISDN,Q.SIG

    (ag) H.323v2, SIP(RFC3261),TCP,UDP,TLS,BSP(ah) T.38 Real Time Fax Relay(ai) Fax Detection(aj) STU Relay(ak) STE Support (Via STU or FNBDT/SCIP)(al) FNBDT/SCIP

    (iv) Voice Features(aa) Automatic call ty[e detection/pass through for voice/mo(ab) Support for A-law and Law encoding(ac) Voice Compression :G.723 (5.3 or 6.3 Kbps), G.729A,

    (16,24,32 Kbps)(ad) G.168 echo cancellation(128ms full duplex)(ae) Fax Group 3 and 4 at 2.4,4.8,7.2,9.6,12 and 14 Kbps(af) T.38 real time fax relay(ag) Voice actvity detection,silence suppresion,comfort nois

    (v) Routing Features(aa) Dynamic Call routing/link quality management (LQM)(ab) Multiple routing tables per channel per port(ac) Load Sharing(ad) QOS routing(ae) Least Cost Routing

    (af) Half-pinning-route backup over PSTN or Secondary IPcompletion(vi) Network Security

    (aa) RADIUS via SHOUTgate for AAA,user/password data(ab) Network Address Translation(ac) DNIS,CLID,call type pre authentication

    (vii) Configuration/network Management(aa) SNMPv2-traps,alarms and statistics(ab) Vxbuilder (GUI based provisioning tool)(ac) netMS (network management platform managing all N(ad) Command Line Inteface

    (viii) Interactive Voice Response(aa) Full Platform Integration(ab) no badwidth usage- wav files are played locally

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    34/56

    Page 34 of56

    (ac) Fully Customizable(ad) IVR support on all TDm and iP Interfaces

    11. COOLING DEVICE:- 2 Ton Split type Air Conditioner with

    following specifications:-

    (a) Cooling (Watts) : 6600

    (b) Compressor Rotary

    (c) Power Supply (Volt/phase/Hz)- 230/Single/50

    (d) Power input (watts) 2450

    (e) Auto Restart

    (f) Dehumidification

    (g) Chaos Logic

    (h) Jet Cool

    (j) Evaporator Fin Type

    (k) Condenser Fin Type

    (l) Anti Bacteria Filter(m) De-odorising Filter

    (n) Neo plasma Sterilization

    (o) EER (W/W) : 2.69

    (p) Air circulation (In/Out) (CFM):670/1600

    (q) Wall mounted 5 KVA stabilizer, installation and outdoorunit stand

    12. Digging and Laying of 3 Km OFC including laying of 3km

    HDPE Pipe

    (a) Digging : 5 ft deep(b) Covered : HDPE duct should be covered by a layer of

    bricks before being covered by mud. No mud/soil should belying outside.

    (c) Route Marker : Every 100 mtr with 1ft by 1 ft above groundstone marked in paint MCTE OFC.

    (d) Road crossing :Underground with no damage to road(e) Termination, jointing and accessories as required for

    execution of project.13. Site Preparation

    (a) Static Location

    (i) Electrification : For all equipment being installed andas per requirement(ii) Wiring :As above(iii) Plastering :As required.(iv) Flooring :Vitrified for rooms of 13 ft x 13 ft

    (b) Vehicle Modification(2.5 ton)(i) Provision and external fitment of mobile hydraulicantenna of required height.(ii) Partioning and containerization based on pre-biddiscussion/conference(iii) Wiring and electrification including earthing to meet

    requirement of mobile station.

  • 8/8/2019 Tender Enquiry of Wireless Network Lab_norestriction

    35/56

    Page 35 of56

    Appendix B(Refers to Para 32 (a) ofTender enquiry No6438/GT/MOL 11th /FCE/WNL dt Mar 2010)

    CERTIFICATE FOR ACCE