NATIONAL INFORMATICS CENTRE SERVICES INC. · national informatics centre services inc. ... national...
Transcript of NATIONAL INFORMATICS CENTRE SERVICES INC. · national informatics centre services inc. ... national...
No. 10(28)/2015-NICSI
Page 1 of 151
eoi
2016
NATIONAL INFORMATICS CENTRE SERVICES INC. (NICSI)
(A Government of India Enterprise under NIC)
Ministry of Communications & Information Technology
TENDER DOCUMENT FOR
EMPANELMENT OF VENDORS
FOR
SUPPLY, INSTALLATION AND COMMISSIONING
OF
LOCAL AREA NETWORK (LAN)
(Tender No.: NICSI/LOCAL AREA NETWORK/2015/47)
H A L L N O . 2 & 3 , 1 S T F L O O R , N B C C T O W E R , 1 5 , B H I K A J I C A M A P L A C E , N E W D E L H I –
1 1 0 0 6 6 . T E L – 2 6 1 0 5 0 5 4 , F A X - 2 6 1 0 5 2 1 2
No. 10(28)/2015-NICSI
Page 2 of 151
KEY DATES
File No. 10(28)/2015-NICSI
Tender No. NICSI/LOCAL AREA NETWORK/2015/47
Name of Organization NATIONAL INFORMATICS CENTRE SERVICES INCORPORATED (NICSI)
Date of Issue/Publishing 04.03.2016
Document Download/Sale Start Date 04.03.2016
Clarification Start Date 05.03.2016
Clarification End Date 14.03.2016
Date for Pre-Bid Conference 16.03.2016
Venue of Pre-Bid Conference
Conference hall NATIONAL INFORMATICS CENTRE SERVICES INCORPORATED (NICSI) Hqrs
Last Date and Time for Uploading of Bids
31.03.2016 till 1500 Hrs
Date and Time of Opening of Technical Bids
01.04.2016 at 1530 Hrs
Address for Communication
General Manager (Tender)/Deputy Manager (Tender) Tender Division NICSI, 1st Floor, NBCC Tower Bhikaji Kama Place, New Delhi Email: [email protected] NICSI eProcurement website: http://eproc-nicsi.nic.in
No. 10(28)/2015-NICSI
Page 3 of 151
TABLE OF CONTENTS
DISCLAIMER ....................................................................................................................... 5
1 ABBREVIATIONS .......................................................................................................... 6
2 INTRODUCTION ........................................................................................................... 8
2.1 ABOUT NICSI ............................................................................................................................................. 8 2.2 OBJECTIVE OF TENDER ............................................................................................................................... 8 2.3 TENDER AVAILABILITY ................................................................................................................................ 9
3 SCOPE OF SERVICES ................................................................................................... 10
3.1 LAN SURVEY AND DOCUMENT PREPARATION ............................................................................................ 10 3.2 SUPPLY OF LAN PASSIVE ITEMS/EQUIPMENT’S, LAYING OF CABLES AND INSTALLATION: ............................. 11 3.3 INSTALLATION & CONFIGURATION OF LAN ACTIVE EQUIPMENT’S: .............................................................. 11 3.4 ADDITIONAL SUPPORT FOR LAN ................................................................................................................ 11
3.4.1 Full-time Onsite Support: .................................................................................................................. 12 3.4.2 On-Call Support: ................................................................................................................................ 12
4 WORK ALLOCATION ................................................................................................... 13
4.1 WORK ALLOCATION .................................................................................................................................. 13 4.2 AWARD CRITERIA ...................................................................................................................................... 13 4.3 QUALIFICATION CRITERIA ......................................................................................................................... 13 4.4 BIDDER’S QUALIFICATION CRITERIA ......................................................................................................... 14
4.4.1 Generic qualification Criteria: .......................................................................................................... 14 4.4.2 Specific Pre-qualification Criteria for Category 1A: ....................................................................... 15 4.4.3 Specific Pre-qualification Criteria for Category 1 B: ...................................................................... 16 4.4.4 Specific Pre-qualification Criteria for Category 2: ......................................................................... 16 4.4.5 Pre-Qualification Criteria for Bidder’s Partner OEM: .................................................................... 17
4.5 TECHNICAL EVALUATION .......................................................................................................................... 18 4.6 FINANCIAL EVALUATION ........................................................................................................................... 19
5 BIDDING PROCESS ...................................................................................................... 21
5.1 IMPORTANT DATES .................................................................................................................................... 21 5.2 ONLINE BID SUBMISSION .......................................................................................................................... 22 5.3 EARNEST MONEY DEPOSIT (EMD) ........................................................................................................... 24 5.4 PRE-BID MEETING ..................................................................................................................................... 25 5.5 BID OPENING ............................................................................................................................................ 26 5.6 TECHNICAL EVALUATION PROCESS............................................................................................................ 26 5.7 EVALUATION OF FINANCIAL BIDS .............................................................................................................. 27
6 AWARD OF CONTRACT (EMPANELMENT) ................................................................ 28
6.1 EMPANELMENT PROCESS .......................................................................................................................... 28 6.2 CONDITIONS RELATED TO AWARD OF WORK ............................................................................................... 28 6.3 SECURITY DEPOSIT AND PBG .................................................................................................................... 29 6.4 PAYMENT TERMS ...................................................................................................................................... 29 6.5 SERVICE LEVEL AGREEMENT ..................................................................................................................... 30 6.6 REFUND OF EMD & SECURITY DEPOSIT .................................................................................................... 31
7 OTHER TERMS AND CONDITIONS ............................................................................ 32
7.1 MICRO, SMALL & MEDIUM ENTERPRISES DEVELOPMENT ACT .................................................................. 32 7.2 DOMESTIC MANUFACTURER CLAUSE ......................................................................................................... 33
No. 10(28)/2015-NICSI
Page 4 of 151
7.3 FORCE MAJEURE ....................................................................................................................................... 34 7.4 TERMINATION FOR DEFAULT ..................................................................................................................... 34 7.5 TERMINATION FOR INSOLVENCY ................................................................................................................ 34 7.6 LIMITATION OF LIABILITY ......................................................................................................................... 35 7.7 INDEMNITY ............................................................................................................................................... 35 7.8 ARBITRATION ............................................................................................................................................ 35 7.9 CONCILIATION ........................................................................................................................................... 36 7.10 APPLICABLE LAW ...................................................................................................................................... 36
8 ANNEXURES ................................................................................................................ 37
8.1 ANNEXURE 1: BIDDER’S PROFILE .............................................................................................................. 37 8.2 ANNEXURE 2: COMPLIANCE SHEET FOR OEM ........................................................................................... 38 8.3 ANNEXURE 3: SITE SURVEY DOCUMENT .................................................................................................... 39 8.4 ANNEXURE 4: INSTALLATION CERTIFICATE ............................................................................................... 41 8.5 ANNEXURE 5: SITE NOT READY CERTIFICATE ........................................................................................... 42 8.6 ANNEXURE 6: TECHNICAL SPECIFICATIONS FOR CATEGORY 1 A ................................................................ 43
8.6.1 Table 1: Passive Components ............................................................................................................ 43 8.6.2 Table 2: Racks .................................................................................................................................... 51 8.6.3 Table 3: Fibre Components .................................................................................................................. 54
8.7 ANNEXURE 7: TECHNICAL SPECIFICATIONS FOR CATEGORY 1 B ....................................................................... 63 8.7.1Table 1: Active Components ................................................................................................................... 63
8.8 ANNEXURE 8: TECHNICAL SPECIFICATIONS FOR CATEGORY 2 ......................................................................... 76 8.8.1Table 1: Fiber and GPON Components ................................................................................................ 76 8.8.2 Table 2: Data Centre ............................................................................................................................. 94
8.9 ANNEXURE 9: FINANCIAL BID LETTER ............................................................................................................. 99 8.10 ANNEXURE 10: DETAILED COSTING FOR CATEGORY 1 A ................................................................................101
8.10.1 Table 1: Passive Components .............................................................................................................101 8.10.2 Table 2: Racks ................................................................................................................................... 104 8.10.3 Table 3: Fibre Components ............................................................................................................. 106 8.10.4 Table 4: Services ................................................................................................................................. 112
8.11 ANNEXURE 11: DETAILED COSTING FOR CATEGORY 1 B ................................................................................ 120 8.11.1 Table 1: Active Components ............................................................................................................... 120 8.11.2 Table 2: Survey / Installation and Manpower ............................................................................... 122
8.12ANNEXURE 12: DETAILED COSTING FOR CATEGORY 2 ................................................................................... 124 8.12.1 Table 1: Fiber and GPON Components ............................................................................................ 124 8.10.2 Table 2: Data Center Hardware / Software ................................................................................... 130 8.12.2 Table 3: Services ................................................................................................................................ 134
8.13 ANNEXURE 13: FINANCIAL SELECTION CRITERIA ......................................................................................... 142 8.14 ANNEXURE 14: MANUFACTURER’S AUTHORIZATION FORM .......................................................................... 144 8.15 ANNEXURE 15: PMA FORMAT ...................................................................................................................... 146 8.16 ANNEXURE 16: BANK GUARANTEE FORMAT FOR FURNISHING SECURITY DEPOSIT ...................................... 148 8.17 ANNEXURE 17: BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITY .................................................. 149 8.18 ANNEXURE 18: BANK GUARANTEE FORMAT FOR FURNISHING EARNEST MONEY DEPOSIT ............................ 151
No. 10(28)/2015-NICSI
Page 5 of 151
Disclaimer This Request for Proposal (“RFP”) is issued by National Informatics Center Services Inc (NICSI).
Whilst the information in this RFP has been prepared in good faith, it is not and does not purport to be
comprehensive or to have been independently verified. Neither NICSI , nor any of its officers or employees, nor
any of their advisers nor consultants accept any liability or responsibility for the accuracy, reasonableness or
completeness of, or for any errors, omissions or misstatements, negligent or otherwise, relating to the proposed
Project Insight or makes any representation or warranty, express or implied, with respect to the information
contained in this RFP or on which this RFP is based or with respect to any written or oral information made or to
be made available to any of the recipients or their professional advisers and, so far as permitted by law and
except in the case of fraudulent misrepresentation by the party concerned, and liability therefore is hereby
expressly disclaimed.
The information contained in this RFP is selective and is subject to updating, expansion, revision and
amendment at the sole discretion of NICSI. It does not, and does not purport to, contain all the information that
a recipient may require for the purposes for making a decision for participation in this process. Neither NICSI
nor any of its officers, employees nor any of its advisors nor consultants undertakes to provide any Party with
access to any additional information or to update the information in this RFP or to correct any inaccuracies
therein which may become apparent. Each Party must conduct its own analysis of the information contained in
this RFP, to correct any inaccuracies therein and is advised to carry out its own investigation into the proposed
Project Insight, the regulatory regime which applies thereto and by and all matters pertinent to the Project
Insight and to seek its own professional advice on the legal, financial and regulatory consequences of entering
into any agreement or arrangement relating to the Project Insight.
This RFP includes certain statements, estimates, projections, targets and forecasts with respect to the Project
Insight. Such statements estimates, projections, targets and forecasts reflect various assumptions made by the
management, officers and employees of NICSI which assumptions (and the base information on which they are
made) may or may not prove to be correct. No representation or warranty is given as to the reasonableness of
forecasts or the assumptions on which they may be based and nothing in this RFP is, or should be relied on as, a
promise, representation or warranty.
No. 10(28)/2015-NICSI
Page 6 of 151
1 Abbreviations
S.No. Abbreviations Description
1. ACL Access Control List
2. BG Bank Guarantee
3. CST Central Sales Tax
4. DFPR Delegation of Financial Power Rules
5. DeitY Department of Electronics and Information Technology
6. DSCP Differentiated Services Code Point
7. EIA Electronic Industries Alliance
8. EMD Earnest Money Deposit
9. GFR General Financial Rules
10. GTV Grand Total Value
11. I.T. Information Technology
12. ICT Information and Communication Technology
13. IEC International Electro technical Commission
14. IEEE The Institute of Electrical and Electronics Engineers
15. IGMP Internet Group Management Protocol
16. IP Internet Protocol
17. IPv4 Internet Protocol Version 4
18. IPv6 Internet Protocol Version 6
19. ISO International Organization for Standardization
20. LAN Local Area Network
21. LST Local Services Tax
22. MAC Media Access Control
23. MIB Management Information Base
24. MPLS Multiprotocol Label Switching
25. MSDP Multicast Source Discovery Protocol
26. NIC National Informatics Centre
27. NICSI National Informatics Centre Services Inc.
28. OEM Original Equipment Manufacturer
29. P.O. Purchase Order
30. PACL Port-Based Access Control List
31. PAN Permanent Account Number
32. PBG Performance Bank Guarantee
33. PDF Portable Document Format
34. PoE Power over Ethernet
35. PSU Public Sector Undertakings
No. 10(28)/2015-NICSI
Page 7 of 151
S.No. Abbreviations Description
36. PVC Poly Vinyl Chloride
37. RFC Request for Comment (IETF Specification document)
38. RFP Request for Proposal
39. RIP Routing Information Protocol
40. SFP Small Form-factor Pluggable Transceiver
41. SLA Service Level Agreement
42. SNR Site Not Ready
43. TEC Technical Evaluation Committee
44. TIA Telecommunications Industry Association
45. UT Union Territory
46. VAT Value Added Tax
47. VLAN Virtual LAN
48. WO Work Order
No. 10(28)/2015-NICSI
Page 8 of 151
2 Introduction
2.1 About NICSI
The National Informatics Centre Services Inc. (NICSI) was set up in 1995 as a section 25 Company under National Informatics Centre (NIC), Ministry of Communications & Information Technology, Government of India to provide total IT solutions to the Government organizations. NICSI provides services for a number of e-Governance projects undertaken by NIC, Department of Information technology (DeitY) and other Government departments (including PSU) of Centre and State Govt. Key Operational Objectives:
To provide economic, scientific, technological, social and cultural development of India by promoting the
utilization of Information Technology. Computer-Communication Networks, Informatics etc. by a spin-
off of the services, technologies, infrastructure and expertise developed by the NIC of the Government of
India including its Computer-Communication Network, NICNET and associated infrastructure and
services.
To promote further development of services, technologies, infrastructure and expertise supplementing
that developed by NIC in directions which will increase the revenue earning capacity of NIC.
To develop and promote value added computer and computer-communications services over the basic
infrastructure and services developed by NIC including NICNET.
In furtherance of these objectives, NICSI has been providing various Products & Services to organizations in the Central Government, State Governments and PSUs etc. Products and Services include Hardware, Systems Software, Application Software, Software Development, Intra-Networking, Wide Area Networking, Video Conferencing, I.T. Consultancy, I.T. Implementation Support among others. NICSI’s procurement processes are fully compliant with GFR rules of Government of India.
2.2 Objective of Tender
Through this tender, NICSI envisages empanelling Vendors on all-India basis for Supply, Installation, and
Commissioning of Local Area network (LAN), Structured Cabling, of Active and Passive Networking
Components meeting the client departments/ own requirements, as the case may be. NICSI will empanel the
bidders under 2 (two) categories as detailed in section Error! Reference source not found. for a period of
wo years which can be extended through mutual consent for a further period of one year. NICSI being the
complete ICT solution provider receives enquiries from various user Government departments for the
establishment of LAN, procurement and supply of networking (active and passive) components. In order to
utilize the expertise of private sector agencies and their geographical spread, NICSI intends to set up a panel of
vendors, which shall undertake such tasks for NICSI. NICSI shall study the project requirements in consultation
with the client department and based on the pre-installation site survey, the empanelled vendor shall prepare the
detailed scope for the LAN establishment. The detailed scope shall be used to further call for the technical
presentations from all the empanelled vendors and the most suited partner/vendor for undertaking the
assignment will be contracted on the rates as agreed under this tender.
Sealed tenders, valid for a period of 120 days from the date of opening, are invited from eligible bidders
for NICSI empanelment for Supply, Installation and Commissioning of Local Area Network (LAN) on all
India basis.
No. 10(28)/2015-NICSI
Page 9 of 151
The empanelment will be done as per the Scheme of Categorization, as defined in Section Error!
eference source not found..
NICSI reserves the right to reject any or all bids for inappropriateness or incompleteness or for any other
reason.
2.3 Tender Availability
The tender document will be available at NICSI e-procurement site http://eproc-nicsi.nic.in. Prospective bidders
desirous of participating in this tender may view and download the tender document free of cost from above
mentioned website.
No. 10(28)/2015-NICSI
Page 10 of 151
3 Scope of Services
The sites at which the required work is to be carried out can be NICSI’s own offices or as per its clients/ users
requirement. The empanelled vendors will be required to carry out some/ all of the below mentioned activities.
The detailed scope of work will be given by NICSI as per the requirements of NICSI’s own users or its clients. All
such work performed may be audited by a NIC/NICSI or any other Govt. agency.
3.1 LAN Survey and Document preparation
Agencies empanelled for providing LAN System Integration Services are required to carry out survey for each site
to study the exact requirements, after the placement of job order. The requirement may be
a. Setting up of new LANs b. Extension of existing LAN
Purpose of this exercise is to understand user’s network requirements, take stock of all existing network components & network infrastructure and to gather any other information required for providing required services at each site. This activity should be completed within 15 days after the issuance of order. NICSI will do the necessary coordination required to carry out this activity. Empanelled agency will designate Project engineer for the site to coordinate with NICSI or its users/ client departments as the case may be. Empanelled agency will gather required data as per formats finalized in consultation with NIC. Agency will prepare a detailed Project report for the site which should address LAN design, Engineering, Structured cabling Installation, Commissioning, testing & certification & documentation for easy maintenance. The aspects to be covered in detailed project report are as below:
LAN design - address total LAN node requirement (e.g. survey & prepare list of nodes locations) , modular design with provision for easy additions , meet all the application requirements , capable for data & video , use latest Gigabit fiber / CAT 6A / CAT6 technologies for backbone & edge , use of WLAN in open areas , easy integration with WAN.
Engineering - should prepare LAN IP addressing scheme, create building VLAN for segregation between user departments , creation of VLAN/ VPN across buildings & campus , address all the LAN issues , Switching configuration. The bidder needs to provide NMS and tools required for LAN monitoring. The agency will submit a pre-installation document which will include all above activity & BOM for deployment.
Structured cabling installation - cable routing on building blueprint / plan with scales & distances , integration of existing cabling infrastructure if required , identification of existing cable risers and equipment closets to be used, labeling plan for cabling infrastructure , marking & identification of entire LAN infrastructure , creation of separate cable trays / pathways / raceways if required , documentation/manuals required to be handed over to building administration for safe keep of cabling infrastructure. The proposed NMS must automatically discover manageable elements connected to the infrastructure and map the connectivity between them.
Commissioning , testing & documentation for maintenance – strategy for phase-wise installation & commissioning of LAN , Testing & certification of LAN components & cabling infrastructure , tools & manuals required for maintenance , suggest list of items to be stocked as spares for immediate fault rectification , schedules for periodic onsite maintenance of items, etc. Two copies of the Detailed Project report will be submitted to NICSI Project coordinator in form of printed, hard bound copies & two nos. of soft copies in CD/e-mail and one copy of the document should be given to client. The agency will submit a pre-installation document which will include all above activity & BOM for deployment. NICSI/NIC team(s) from States or Headquarter will coordinate for Survey or Audit whenever required.
No. 10(28)/2015-NICSI
Page 11 of 151
3.2 Supply of LAN Passive items/equipment’s, laying of cables and
installation:
The shortlisted agency will supply all the passive LAN cabling equipment’s as per the Detailed Project Report for
a site, after placement of job order. The list of equipment’s to be supplied & their specifications are at annex of
this RFP.
The installation, commissioning & testing of the passive cabling infrastructure has to be completed within 6
weeks from issue of work order. The warranty for all passive components will be for a period of 1 year from the
date of installation.
All the installation work is to be carried out as per the relevant IEEE standards (ISO/IEC 11801:2002, EIA/TIA
568C.2, EN50173). For this the empanelled agency will post Project Manager, certified in cabling systems/LAN
equipment’s as the case may be, at the site, till the completion of installation & commissioning of the cabling/
LAN equipment’s. The empanelled agency will follow the Project report for the cabling routing plan, labeling of
the cabling infrastructure and the documentation of the cabling infrastructure for maintenance & hand-over
to building maintenance agency.
3.3 Installation & configuration of LAN active equipment’s:
The shortlisted agency will have to supply, install & configure all the active devices like Layer 2 / Layer 3 switches etc. for making the LAN operational at the site. The LAN IP addressing scheme , proxy configuration , creation of in-building VLAN for segregation between user Ministries / departments, creation of VLAN/ VPN across buildings & campus , configuration for all the LAN security issues will be carried out by the empanelled agency as per the Project Report. The empanelled agency will also configure the client nodes for LAN. All the switches, proxy configurations & IP addressing scheme at clients’ site need to be documented for maintenance purposes by the empanelled agency and the copy of the same should be submitted to the client and NICSI. The installation, configuration & testing of LAN active devices has to be completed within 20 days after completion of passive cabling infrastructure installation at the site. The agency will submit a post installation document “Hardware deployment document” which will include all above activities & details of site-wise equipment deployed with corresponding IP address, configuration of switches & related policies e implemented. The warranty for all the active components will be for a period of 5 years from the date of installation. The agency will submit a post installation document “Hardware deployment document” which will include all above activity & site wise equipment deployed with necessary IP address, configuration of switches & related policies deployed.
3.4 Additional Support for LAN
The bidders may also be required to provide additional support in the following categories, as and when
required: a) Full-time Onsite Support, b) On-Call Support
In case the Support is asked by the User Department, the vendor will be required to deploy ‘Incident Reporting
and Management Tool, at no additional cost to the User department, in order to monitor the performance
compliance as per the SLAs. The vendor must provide a web-interface for the tool, and provide the access to the
user Department.
No. 10(28)/2015-NICSI
Page 12 of 151
3.4.1 Full-time Onsite Support:
3.4.1.1 The bidder may be required to provide Full-time onsite support in order to meet the Service Level
Agreements as mentioned in section 6.5.
3.4.1.2 The bidder will be responsible for Preventive maintenance of all the components supplied and
installed under their work order/purchase order. The bidder will have to carry out the preventive
maintenance exercise at least once in 3 months for active components
3.4.1.3 The bidder will be responsible to facilitate the warranty services provided by the OEMs.
3.4.1.4 The bidder will be responsible to provide troubleshooting support for all networking related issues.
3.4.1.5 The on-site support will include provision of dedicated manpower responsible for maintenance,
configuration and smooth functioning of the LAN. An indicative quantity of 1 man-power per 100
nodes can be expected by the User Department.
3.4.1.6 For full-time onsite support, the bidder will have to quote the per unit rates for providing
technically qualified network engineer (manpower). The resource deployed should at least have a
diploma in networking from any of the nationally recognized institutions and should have an OEM
certified networking certification, and shall have a minimum of 3-years experience in network
troubleshooting and related activities.
3.4.2 On-Call Support:
3.4.2.1 The bidder may be required to provide On-call support in order to meet the Service Level
Agreements as mentioned in Section 6.5.
3.4.2.2 The bidder will be responsible for preventive - maintenance of all the components supplied and
installed under their Work Order. The bidder will have to carry out the preventive maintenance
exercise at least once in every 3 months.
3.4.2.3 The bidder will be responsible to facilitate the warranty services provided by the OEMs.
3.4.2.4 The bidder will be responsible for providing troubleshooting support for all the networking related
issues.
3.4.2.5 For On-call support, the bidder will have to quote for the bundle packages, with a free number of
visits, as mentioned in the financial bid formats.
3.4.2.6 Any visits to provide warranty services and preventive maintenance services will not be counted as a
site-visit. Also, issues resolved over call will not be counted as a site-visit.
3.4.2.7 Any repeat visits for an issue, which is unresolved in a single-visit, will not be counted as a site-visit.
3.4.2.8 Any repeat visit for an issue, which was resolved within past 3 months, but is treated as unresolved
by the User Department, will not be counted as a site-visit.
No. 10(28)/2015-NICSI
Page 13 of 151
4 Work Allocation
4.1 Work Allocation
The RFP has been categorized into 2 ( Two) Categories:
The above categorization of Vendors aims to group vendors on the basis of their capability to undertake the
desired activities, considering their ability to supply, install and maintain the LAN connectivity. Based on the
criteria given below, the bidders should bid in a specific category.
4.2 Award Criteria
4.2.1 Bidder, can be empanelled for any of the categories.
4.2.2 A bidder must submit a quote for all components in a specific category.
4.2.3 Any bidder who does not provide a quote for any (at least one) line item in the specific
category will be disqualified.
4.2.4 Technical bids for the bidders complying with the general and specific pre-qualification
conditions, as stipulated in this RFP, will be opened at the specified date.
4.2.5 Bids which qualify the Technical specification, will be opened for Financial Evaluation.
4.2.6 After Financial evaluation, 4 (four) of the bidders will be empanelled in categories 1 A and 1
B while 2 (two) of the bidders will be empanelled for Category 2. However, all it may be
noted that all vendors will have to match the prices of L1 vendor.
In case the bidder violates any condition stated above, the bidder’s bid shall be rejected.
4.3 Qualification Criteria
NICSI shall constitute an Evaluation committee, which shall carry out the entire evaluation process. Vendors are
expected to meet the following Qualification Criteria and Technical Specification basis of requirements for
empanelment in the desired Category.
The Bidder is required to submit all necessary documents for itself, and those supplied by its
OEM, as stated in Sections 4.4 and 4.5 below.
Category Works Criterion
Category 1 A Supply Installation and Commissioning of Fibre, Coppers Passive Components
Category 1 B Supply and Installation of Active components
Active Components
Category 2 Supply Installation and Commissioning of GPON, Fibre and Data Centre Cabling.
GPON
No. 10(28)/2015-NICSI
Page 14 of 151
4.4 Bidder’s Qualification Criteria
The pre-qualification section is divided into two subsections, i.e. Generic qualification criteria and Specific
qualification criteria. Any bidder, irrespective of the category bid for, must comply with the Generic Pre-
qualification conditions. However, agencies bidding for a particular category will be required to comply with the
pre-qualification criteria associated with that category.
The Bidders are required to submit all required documentation in support of the evaluation criteria specified
(e.g. detailed project citations and completion certificates, client contact information for verification and all
others) as required for evaluation of the bids.
4.4.1 Generic qualification Criteria:
S.No. Criteria Documents to be submitted as
qualifying documents
1. The bidder should be an Information Technology
Company registered in India under the Indian
Companies Act 1956/2013 or a partnership registered
under the India Partnership Act 1932 or a Society
constituted under any ministry/Department of the
Government of India and registered under the
Societies Registration Act 1860 with their registered
office in India for the last five years as on 31st March
2015.
Copy of valid Certificate of Registration
attested by Company Secretary/ Authorized
Signatory
2. The bidder must have Net Positive Worth and must
not have any Non-Performing Assets on its Balance
Sheets.
Certificate from Statutory Auditor
3. The bidder should be registered with the Indian
Service Tax department.
Copy of valid Service Tax Registration
Certificate of the firm along with the work
contract Registration no./ CST No. / VAT No.
/LST No. / PAN no. should be provided
4. The bidder should be a single legal entity/ individual
organization. Consortium is not allowed.
Undertaking signed by authorized signatory
5. The Bidder must have valid ISO 9001:2008
Certification.
Copy of valid ISO certificate
6. The Bidder must have minimum one office in each of
the 4 the zones ( North, East, West, South)
Undertaking signed by authorized signatory,
along with the address and phone numbers.
7. Power of Attorney in the name of authorized
signatory authorizing him for signing the bid
documents or related clarifications on bid documents
Power of Attorney in the name of authorised
signatory
No. 10(28)/2015-NICSI
Page 15 of 151
S.No. Criteria Documents to be submitted as
qualifying documents
8. Earnest money deposit as per the category only in the
form of Demand Draft/Pay Order from a commercial
bank in favour of “NICSI” payable at New Delhi.
4.4.2 Specific Pre-qualification Criteria for Category 1A:
S.No. Criteria Documents to be submitted as
qualifying documents
1. Average Annual Turnover during the last three financial
years ( i.e. 2012-13, 2013-14 and 2014-15 ) : Minimum
Rs 6 Cr.
Copy of Audited Balance sheets along with
Profit and loss statements with
highlighted relevant figures (in case the
audited financial statements do not reflect
the above, original Statutory Auditors
certificate on the actual relevant figures).
2. Annual Turnover during each of the last three financial
years ( i.e. 2012-13, 2013-14 and 2014-15 ) from
Network Infrastructure and Services : Minimum Rs 2 Cr
per year.
Original certificate from Statutory
Auditor/Chartered Accountant on the
actual figures.
3. The bidder should have completed at least 5 assignments
for implementation of LAN with one project having
value of 25 Lakh with minimum 500 nodes for any
State/Central Government/Department
/Organisation/PSUs/Institutes Government funded.
Copy of complete work order/ agreement/
purchase order and successful completion
certificate from the client. Certificate from
client should clearly state that the scope of
work was minimum 500 nodes.
4. The bidder should have completed at least 5 assignments
for implementation of Fibre with one project having
value of 25 Lakh for any State/Central
Government/Department /Organisation/PSUs/
Institutes Government funded.
Copy of complete work order/ agreement/
purchase order and successful completion
certificate from the client.
5. The bidder should have at least 4 full-time engineers on
its permanent roll.
Certificate from Head of Human Resource
of bidding vendor for the number of
technically qualified network engineers.
Certificate should be supported with the
list of network engineers with their
names, employee code, highest
educational qualification, years of
experience and valid OEM certifications.
Copy of the ID card and contact no.
6. The bidder shall be, certified by the Original Equipment
Manufacturer (OEM) in all aspects of design,
installation, and testing of the products described herein.
A valid Authorization certificate from the
OEM in the name of bidding organization
is required to be furnished.
No. 10(28)/2015-NICSI
Page 16 of 151
4.4.3 Specific Pre-qualification Criteria for Category 1 B:
S.No. Criteria Documents to be submitted as
qualifying documents
1. Average Annual Turnover during the last three financial
years ( i.e. 2012-13, 2013-14 and 2014-15 ) : Minimum
Rs 20 Cr.
Copy of Audited Balance sheets along with
Profit and loss statements with
highlighted relevant figures (in case the
audited financial statements do not reflect
the above, original Statutory Auditors
certificate on the actual relevant figures).
2. Annual Turnover during each of the last three financial
years ( i.e. 2012-13, 2013-14 and 2014-15 ) from sales/
installation/ maintenance of Active components :
Minimum Rs 5 Cr.
Original certificate from Statutory
Auditor/Chartered Accountant on the
actual figures.
3. The bidder should have completed at least 10
assignments for supply of active components (Switches,
LAN extenders, FOT) with one project having value of
50 Lakh for any State/Central Government/Department
/Organisation/PSUs. Last 3 financial years.
Copy of complete work order/ agreement/
purchase order and/or successful
completion certificate from the client.
4. The bidder should have at least 10 full-time engineers on
its permanent roll.
Certificate from Head of Human Resource
of bidding vendor for the number of
technically qualified network engineers.
Certificate should be supported with the
list of network engineers with their
names, employee code, highest
educational qualification, years of
experience and certifications like CCNA,
Juniper Certified Copy of the ID card and
contact no.
5. The bidder shall be, certified by the Original Equipment
Manufacturer (OEM) in all aspects of design,
installation, and testing of the products described herein.
A valid Authorization certificate from the
OEM in the name of bidding organization
is required to be furnished.
4.4.4 Specific Pre-qualification Criteria for Category 2:
S.No. Criteria Documents to be submitted as
qualifying documents
1. Average Annual Turnover during the last three financial
years ( i.e. 2012-13, 2013-14 and 2014-15 ) : Minimum
Rs 50 Cr.
Copy of Audited Balance sheets along with
Profit and loss statements with
highlighted relevant figures (in case the
audited financial statements do not reflect
the above, original Statutory Auditors‟
certificate on the actual relevant figures).
No. 10(28)/2015-NICSI
Page 17 of 151
2. Annual Turnover during each of the last three financial
years ( i.e. 2012-13, 2013-14 and 2014-15 ) from GPON
and/ or Data Center cabling related works : Minimum
Rs 15 Cr.
Original certificate from Statutory
Auditor/Chartered Accountant on the
actual figures.
3. The bidder should have completed at least 3 assignments
for GPON/ Data Centre related works having value of
50 Lakhs for any State/Central
Government/Department /Organisation/PSUs/
Industry.
Copy of complete work order/ agreement/
purchase order and successful completion
certificate from the client.
4. The bidder should have at least 10 full-time engineers on
its permanent roll.
Certificate from Head of Human Resource
of bidding vendor for the number of
technically qualified network engineers.
Certificate should be supported with the
list of network engineers with their
names, employee code, highest
educational qualification, years of
experience and certifications. Copy of the
ID card and contact no.
5. The bidder shall be, certified by the Original Equipment
Manufacturer (OEM) in all aspects of design,
installation, and testing of the products described herein.
A valid Authorization certificate from the
OEM in the name of bidding organization
is required to be furnished.
4.4.5 Pre-Qualification Criteria for Bidder’s Partner OEM:
S.
No.
Item Insert Value or
check-list the box
Reference of Enclosed Proof,
along with corresponding
page numbers
1 The OEM’s annual sales turnover from sale of
Computer Networking Hardware should at
least be Rs.50 crores (Rupees Fifty Crores),
during last 3 financial years.
The OEM must submit a CA’s certificate
clearly stating the turnover from sale of Fiber
and/ or Passive LAN equipment’s and/ or
Active Components and/or GPON
equipment’s during each of the years 2012-
13, 2013-14 and 2014-15 (quote value in Rs 20.
Crores).
The turnover refers to the company
responding to this tender in partnership with
the SI and not the composite turnover of its
subsidiaries/sister concerns etc.
During
2014-15
Rs.
Crore
During
2013-14
Rs.
Crore
During
2012-13
Rs.
Crore
3 The OEM should be an ISO 9001 and ISO 1. Name of the agency
No. 10(28)/2015-NICSI
Page 18 of 151
4.5 Technical Evaluation
A duly constituted Technical Evaluation Committee (TEC) will first select Bidders on the basis of per-
qualification criteria of this tender. The Bids conforming to the qualification criteria will be considered for
Technical evaluation.
14001 certified Company. The OEM should
enclose a copy of quality certificate from a
recognized institution for their manufacturing
/ assembly/ system integration facilities
located anywhere in INDIA or abroad. This
certification should be from any globally
recognized institution.
2. Name of the
Certificate
3. Validity date
4 The OEM must enclose the copy of the latest
Income TAX return filed.
Enclose the copy of
latest Income Tax
return filed copies.
5 A copy VAT/ST/CST No. allotted by the Sales
Tax Authorities, as well as PAN number of the
firm allotted by the Income Tax authorities
should be submitted.
The OEM should be registered with Service tax
department of the Government.
VAT/ST/CST No.
PAN no.
Service TAX NO.
Enclose copy of the
valid Registration No.
6 A copy of the Registration Certificate /
Certificate of Incorporation of the firm, with
attested copies of Articles of Association (in
case of Registered firm), Byelaws and
certificates of registration (in case of registered
co-operative Societies), partnership deed (in
case of partnership firm) should be submitted.
It is mandatory that the OEM should have had
a registered office in India for at least 5 years
from the date of publishing of this tender.
Companies that have not completed 5 years of
establishment in India will be disqualified.
Registration No.
Name the documents
enclosed.
Specify years of
establishment in India
No. 10(28)/2015-NICSI
Page 19 of 151
4.5.1 The committee may seek written clarifications from the bidders. The primary function of
clarifications in the evaluation process is to clarify ambiguities and uncertainties arising out
of the evaluation of the bid documents. Clarifications provide the opportunity for the
committee to state its requirements clearly and for the bidder to more clearly state its bid.
The committee may seek inputs from their professional, technical experts in the evaluation
process.
4.6 Financial Evaluation
4.6.1 The Financial bids of the technically qualified vendors only will be opened in the presence
of their representatives on a specified date and time at NICSI. Before opening the financial
bids, if NICSI considers necessary, it may ask for revised commercial bids from the short
listed vendors which should be submitted. The revised bids should not be more than the one
quoted earlier by the respective vendor. Any vendor quoting higher rates in their revised
commercial bid will not be considered for further evaluation.
4.6.2 The financial evaluation will be done for all the categories of empanelment independently.
In each category, the bidders will be required to meet the minimum GTV in order to be
considered for empanelment.
4.6.3 The bidders will be required to submit the financial bids in two envelopes, clearly labelled
as “Financial Bid Letter under Category <<mention 1A, 1B and 2
depending on the category applied for>>” and “Detailed Costing under Category
<<mention 1A, 1B and 2 depending on the category applied for>>”.
4.6.4 The Financial bids will be evaluated in the manner explained in Annexure 13: Financial
Selection Criteria.
4.6.5 The decision of NICSI arrived at as above will be final and no representation of any kind will
be entertained. Any attempt by any vendor to bring pressure of any kind may disqualify the
vendor for the present tender and the vendor may be liable to be debarred from bidding for
NICSI tenders in future for a period of three Years.
4.6.6 Any bidder quoting abnormally high or abnormally low prices for any component may be
disqualified by NICSI.
4.6.7 The decision of NICSI arrived at as above will be final and no representation of any kind will
be entertained on the above.
4.6.8 NICSI reserves the right to accept any bid, and to cancel/abort the tender process and reject
all bids at any time prior to award of contract, without thereby incurring any liability to the
affected vendor(s), of any obligation to inform the affected vendor(s) of the grounds for
NICSI’s action and without assigning any reasons.
No. 10(28)/2015-NICSI
Page 20 of 151
4.6.9 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between
the unit price and the total price that is obtained by multiplying the unit price and quantity,
the unit price shall prevail and the total price shall be corrected. If the vendor does not
accept the correction of the errors, its bid will be rejected and EMD forfeited. If there is a
discrepancy between words and figures, the amount in words will prevail.
4.6.10 When deemed necessary, NICSI may seek clarifications on any aspect from the vendor.
However, that would not entitle the vendor to change or cause any change in the substance
of the tender submitted or price quoted. Also it will not imply that vendor’s bid has been
selected for processing.
4.6.11 For Annexure 10 / 11/ 12:
i. Basic cost should include all duties such as custom, excise, etc, Freight, Packaging, Insurance,
Installation/Commissioning, Warranty & any other charges.
ii. Octroi/Entry tax will be paid by the vendor and get reimbursement from NICSI as per actual and
as applicable on production of original receipts.
iii. For all items make and model or part number MUST be given in Annexure 6 / Annexure 7 /
Annexure 8, depending on category, against each item.
iv. VAT / Sale tax and Service tax wherever applicable MUST be clearly indicated in percentage
(%).
No. 10(28)/2015-NICSI
Page 21 of 151
5 Bidding Process
5.1 Important Dates
Important Dates
Publishing Date at NICSI e-procurement site http://eproc-nicsi.nic.in &
http://www.nicsi.com
Document Sale Start Date 04-03-2016
Seek clarification start date 05-03-2016
Seek Clarification end date 14-03-2016
Pre-bid Meeting Date:
16-03-2016 at Hrs at National Informatics Centre Services Inc.,
Hall No. 2 & 3, 1st Floor, 15 NBCC Tower, 15 Bhikaji Cama Place,
New Delhi
Bid submission start date 20-03-2016 at 10.00 AM onwards
Bid submission end date: 31-03-2016 upto 15:00 Hrs
Opening of Tender Bids
(Prequalification &Technical) 01-04-2016 upto 15:30 Hrs
No. 10(28)/2015-NICSI
Page 22 of 151
5.2 Bid Submission
Agencies are advised to study the Bid Document carefully.
5.2.1 A bidder can bid for empanelment in any one of the three categories or all the
categories as per the qualification criteria.
5.2.2 Each category will be treated as different tender, and will not have effect on other
category in any manner, whatsoever.
5.2.3 In each category, one OEM can partner with maximum of 2 bidder’s (SI).
Submission of the Bid will be deemed to have been done after careful study and examination of all
instructions, eligibility norms, terms and requirement specifications in the tender document with full
understanding of its implications. Bids not complying with all the given clauses in this tender document
are liable to be rejected. Failure to furnish all information required in the tender Document or submission
of a bid not substantially responsive to the tender document in all respects will be at the vendor’s risk and
may result in the rejection of the bid.
All the bids must be valid for a period of 120 days from the date of tender opening for placing the initial
order. If necessary, NICSI will seek extension in the bid validity period beyond 120 days. The vendors, not
agreeing for such extensions will be allowed to withdraw their bids without forfeiture of their EMD.
Online Bids (Complete in all respect) must be uploaded on http://eproc-nicsi.nic.in latest by schedule as
mentioned in section 5.1 Important dates.
The online and Physical bids should be submitted as under:-
5.2.4 Online bids (complete in all respect) must be uploaded on NICSI eProcurement
website http://eproc-nicsi.nic.in latest by schedule as mentioned in section 5.1
Important dates.
5.2.5 The Online and Physical bids should be submitted as under:
EN-1
The PDF file containing the scanned copy of Bank Draft(s)/ Bank Guarantee towards
EMD as per details given in Section 5.3 titled ‘EMD_Scan_ForCategory#.pdf’
must be uploaded (PDF format) electronically on http://eproc-nicsi.nic.in.
OR Scanned copy of the valid NSIC certificate, whichever applicable.
The original bank draft(s)/ bank Guarantee /copy of NSIC certificate sealed in
envelopes and superscripted “EMD : Empanelment of Vendors for Supply,
Installation and Commissioning of Local Area Network” with letter specifying
the draft details should be submitted physically to Tender Division, NICSI, Hall No. 2 & 3
, 1st Floor, NBCC Tower-15, Bhikaji Cama Place, New Delhi by schedule as mentioned in
Important Dates.
No. 10(28)/2015-NICSI
Page 23 of 151
EN-2
The PDF file, containing the following information, should be titled as
‘Elig_doc_ForCategory#.pdf’ for “Eligibility Criteria - NICSI Tender for
Empanelment of Vendors for Supply, installation, and commissioning of Local
Area network (LAN)”
i. All the documents asked for eligibility criteria.
EN-3
The PDF file, containing the following information, should be titled as
“tech_bid_ForCategory#.pdf” for “Technical Bid- NICSI Tender for Empanelment
of Vendors for Supply, installation, and commissioning of Local Area network
(LAN)”
i. All the documents asked for Technical Bid and as per Annexure 6 / Annexure 7 /
Annexure 8, depending on category.
EN-4
The RAR file containing XLS files titled as ‘fin_bid_ForCategory#.xls’ for “Financial
Bid- NICSI Tender for Empanelment of Vendors for Supply, installation, and
commissioning of Local Area network (LAN)” and should contain the Financial
Bid.
5.2.6 In place of # in the file names above please mention the category number (1A, 1B or 2)
5.2.7 The envelops/PDF files in EN1, EN2 and EN3 containing the financial bid in explicit/implicit
form will lead to rejection of the bid
5.2.8 The envelops/PDF files not containing the requested details will lead to rejection of the bid.
5.2.9 In case, the day of bid submission is declared Holiday by Govt. of India, the next working day
will be treated as day for submission of bids. There will be no change in the timings.
5.2.10 Tender bid must contain the name, office and after office hour addresses including telephone
number(s) of the person(s) who are authorized to submit the bid with their signatures.
5.2.11 Un-signed & un-stamped bid shall not be accepted.
5.2.12 All pages of the bid being submitted must be signed and sequentially numbered by the vendor
irrespective of the nature of content of the documents.
5.2.13 Ambiguous bids will be out rightly rejected.
5.2.14 NICSI will NOT be responsible for any delay on the part of the vendor in obtaining the terms
and conditions of the tender notice or submission of the tender bids.
5.2.15 Vendors shall indicate their rates in clear/visible figures as well as in words. In case of a
mismatch, the rates written in words will prevail.
5.2.16 Tender process will be over after the issue of empanelment letter(s) to the selected vendor(s).
5.2.17 Bids not quoted as per the format given by NICSI will be rejected straightway.
No. 10(28)/2015-NICSI
Page 24 of 151
5.2.18 No deviation from the tender specifications & terms and conditions will be accepted.
5.2.19 NICSI may, at its own discretion, extend the date for submission of bids. In such a case all
rights and obligations of NICSI and the Agencies will be applicable to the extended time frame.
5.2.20 The offers submitted by fax/Email or any manner other than specified above will not be
considered. No correspondence will be entertained on this matter.
5.2.21 At any time prior to the last date for receipt of bids, NICSI, may, for any reason, whether at its
own initiative or in response to a clarification requested by a prospective vendor, modify the
Tender Document by an amendment. The amendment will be notified on NICSI’s website
http://eproc-nicsi.nic.in and should be taken into consideration by the prospective agencies
while preparing their bids.
5.2.22 In order to give prospective agencies reasonable time to take the amendment into account in
preparing their bids, NICSI may, at its discretion, extend the last date for the receipt of bids.
No bid may be modified subsequent to the last date for receipt of bids. No bid may be
withdrawn in the interval between the last date for receipt of bids and the expiry of the bid
validity period specified by the vendor in the bid. Withdrawal of a bid during this interval may
result in forfeiture of Vendor’s EMD.
5.2.23 The agencies will bear all costs associated with the preparation and submission of their bids.
NICSI will, in no case, be responsible or liable for those costs, regardless of the outcome of the
tendering process.
5.2.24 Printed terms and conditions of the vendors will not be considered as forming part of their bid.
In case terms and conditions of the tender document are not acceptable to any vendor, they
should clearly specify the deviations in their bids.
5.3 Earnest Money Deposit (EMD)
5.3.1 EMD will be as follows :
Category 1A : Rs. 15,00,000/- (Rupees Fifteen Lakhs Only)
Category 1B: Rs. 50,00,000/- (Rupees Fifty Lakhs Only)
Category 2: Rs. 1,25,00,000/- ( Rupees One Crore Twenty Five Lakhs Only)
5.3.2 Earnest Money Deposit (EMD) of amount as mentioned above, as per the desired Category,
must be submitted, by Demand Draft/ Bank Guarantee / Pay Order of any scheduled
nationalized / commercial bank drawn in favor of “National Informatics Centre Services
Incorporated, New Delhi”, payable at New Delhi, physically before bid submission end
date and time as mentioned in Section 5.1. Otherwise submitted bids will be rejected.
However the scanned copy of Demand Draft/ Bank Guarantee / Pay Order must be
uploaded (PDF format) electronically on NICSI eProcurement website http://eproc-
nicsi.nic.in as per the bid submission timelines.
5.3.3 Bank Guarantee will be accepted against the EMD.
No. 10(28)/2015-NICSI
Page 25 of 151
5.3.4 In the absence of Bank Draft/BG of EMD amount, such tenders shall be rejected straightway.
5.3.5 The Earnest Money Deposit (EMD), without any interest accrued will be refunded in any of
following eventual situations:-
5.3.5.1 In the case of those Vendors who fail to qualify the eligibility criteria, or whose
technical bids do not qualify, the Earnest Money Deposit (EMD) will be refunded
without any interest accrued within one month of the acceptance of TEC (Technical
Evaluation Committee)’s recommendations.
5.3.5.2 In the case of those Vendors who are not selected, the Earnest Money Deposit (EMD)
will be refunded without any interest accrued within one month of the acceptance of
FEC (Financial Evaluation Committee)’s recommendations.
5.3.5.3 In the case of Vendor whose tender bid is accepted for empanelment, EMD will be
refunded on receipt of Security Deposit as per empanelment clause.
5.3.6 Forfeiture of Earnest Money Deposit/Security Deposit: The Earnest Money Deposit can be
forfeited if a vendor:
5.3.6.1 Withdraws its bid during the period of bid validity.
5.3.6.2 Does not accept, and / or violates the tender terms and conditions of the contract after
submission of the bid.
5.3.6.3 Successfully gets empanelled, but fails to sign the contract within the stipulated time.
5.4 Pre-bid meeting
5.4.1 NICSI shall hold a pre-bid meeting with the prospective vendors as mentioned in Section 5.1
for any clarifications regarding tender technical specifications and tender terms & conditions.
5.4.2 Queries received, from the vendors, two days prior to the pre bid meeting shall be addressed.
5.4.3 The queries can be sent to NICSI through email at [email protected].
5.4.4 All interested vendors can participate in the pre-bid conference.
5.4.5 The Bidders will have to ensure that their queries for Pre-Bid meeting should reach to the
concerned person designated by NICSI by post and email one day before the pre bid meeting.
NICSI will not be bound to clarify any query after the pre-bid meeting.
5.4.6 The queries should necessarily be submitted in the following format:
No. 10(28)/2015-NICSI
Page 26 of 151
Sl. No RFP Document Reference (s)
(Section & Page Number(s))
Content of RFP
requiring
Clarification(s)
Points of
clarification
1
2
3
4
5.5 Bid Opening
5.5.1 Online bids (complete in all respect) received along with EMD (Physically) will be opened as
mentioned at Section 5.1 in presence of vendors representative if available. Bid received without
EMD will be rejected straight way.
5.5.2 Eligibility Criteria and Technical bids of only those vendors, whose EMD instruments are found
to be in order, will be opened afterwards in the same bid opening session, in the presence of the
vendor’s representatives.
5.5.3 Financial bids of only those vendors, whose bids are found technically qualified, by the
Technical Evaluation Committee, will be opened in the presence of the vendor’s representatives
subsequently for further financial evaluation.
5.5.4 One authorized representative of each of the vendor would be permitted to be present at the
time of aforementioned opening of the bids.
5.6 Technical Evaluation Process
5.6.1 Technical Bids of only bidders which qualify the eligibility criteria evaluation process will be
evaluated based on the parameters as per Section 4.4.
5.6.2 A duly constituted Technical Evaluation Committee (TEC) will evaluate and shortlist Technical
Bids on the basis of parameters/ specifications provided in Section 4.4.
5.6.3 NICSI has the option to ask the vendors for a technical presentation in a short notice.
5.6.4 During the technical evaluation, if any of the parameters is not met, the bid will be summarily
rejected.
5.6.5 Bidder will have to provide valid documentation with reference technical specifications as per
Annexure 6, Annexure 7 and Annexure 8 of this bid.
5.6.6 The TEC will evaluate the Technical bids on the basis of technical specifications given in the
tender document.
5.6.7 The Bidders should ensure proper numbering, specific compliance and reference document
with reference to the specific equipment.
No. 10(28)/2015-NICSI
Page 27 of 151
5.6.8 The TEC has the right to physically verify the compliance of the quoted products with the
required tender specifications, and to test them for reliability & functionality, this may include
site visit to factory
5.7 Evaluation of Financial Bids
5.7.1 The Financial Bids of only those Vendors short listed from the Technical Bids by TEC will be
opened electronically in the presence of their representatives on a specified date and time to be
intimated to the respective Vendors by Tender Division of NICSI, and the same will be evaluated
by a duly constituted Financial Evaluation Committee (FEC).
5.7.2 If NICSI considers necessary, Revised Financial Bids could be called for from the technically
short-listed Vendors, before opening the original financial bids for recommending the final
empanelment.
5.7.3 In the event of revised financial bids being called for, the revised bids should NOT be higher
than the original bids, otherwise the bid shall be rejected and EMD forfeited.
5.7.4 Lowest Quoting Vendor (L1) will be selected as per the “Annexure 13: Financial Selection
Criteria”.
5.7.5 No enquiry shall be made by the vendor(s) during the course of evaluation of the tender, after
opening of bid, till final decision is conveyed to the successful vendor(s). However, the
Committee/its authorized representative and office of NICSI can make any enquiry/seek
clarification from the vendors, which the vendors must furnish within the stipulated time else
bid of such defaulting vendors will be rejected.
No. 10(28)/2015-NICSI
Page 28 of 151
6 Award of Contract (Empanelment)
6.1 Empanelment Process
6.1.1 The Empanelment will be done under two categories, with all its terms and conditions.
6.1.2 All empanelled Bidders shall have to enter into a written agreement with NICSI for honouring
all tender conditions and adherence to all aspects of fair trade practices in executing the
purchase orders placed by NIC/NICSI on behalf of its clients.
6.1.3 In the event of an empanelled Company or the concerned division of the Company is taken
over /bought over by another company, all the obligations and execution responsibilities under
the agreement with the NICSI, should be passed on for compliance by the new company in the
negotiation for their transfer.
6.1.4 In case any selected bidder refuses to sign empanelment within seven days of communication
from NICSI, the offer would be treated as withdrawn and the bidder’s EMD will be forfeited.
6.1.5 In case of empanelled bidder is found in breach of any condition(s) of tender or supply order,
at any stage during the course of supply / installation or warranty period, the legal action as
per rules/laws, shall be initiated against the bidder and EMD/Security Deposits shall be
forfeited, besides debarring and blacklisting the bidder concerned for at least three years, for
further dealings with NICSI.
6.1.6 The bidder should not sublet the work contracted under this empanelment or any part of it to
any other vendor in any form. Doing so shall result in termination of empanelment and
forfeiture of Security deposit. NICSI may, at any time, terminate the empanelment by giving
written notice to the empanelled vendor without any compensation, if the empanelled vendor
becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or
affect any right of action or remedy which has accrued or will accrue thereafter to NICSI.
6.2 Conditions related to award of work
6.2.1 The selected vendor will be eligible to take up engagements as per the category in which it is
empanelled.
6.2.2 Orders will be placed as per NICSI/NIC/ User's requirements on the finally selected panel
vendor(s). The panel will be valid for a period of 2 (Tw0) years in the first instance. It may be
extended for a further period of 1 (one) year depending upon the need for continuity and
contemporariness of the technology and on mutual acceptance.
No. 10(28)/2015-NICSI
Page 29 of 151
6.2.3 All empanelled vendors will have to enter into a written agreement with NICSI for honouring
all aspects of fair trade practices in executing the Work orders placed by NICSI or
organizations supported by NICSI
6.3 Security Deposit and PBG
6.3.1 In case of Bidders whose bids are accepted for empanelment, bidders shall be required to give
Security Deposit which will be equivalent amount the amount of EMD. Security Deposit will be
in the form of Bank Guarantee (BG) of any commercial bank drawn in the name of National
Informatics Centre Services Inc, New Delhi valid till empanelment. The empanelled vendor
will have to renew Security Deposit/ Bank Guarantee (BG) for such further periods till
warranty support.
6.3.2 Empanelled vendors shall be required to give Performance Bank Guarantee (PBG) of 10% (Ten
Percent) of the total purchase order value at the time of bill submission. Performance Bank
Guarantee (PBG) will be of any scheduled commercial bank drawn in the name of National
Informatics Centre Services Inc, New Delhi for a period of warranty + 3 months. This PBG may
be invoked in case of non-compliance of maintenance schedule during warranty period
mentioned in the purchase order.
6.4 Payment Terms
6.4.1 The equipment’s /services should be delivered at the users location as mentioned in the
purchase order/ work order within four weeks of release order to the empanelled vendor.
6.4.2 Under this RFP payments will be made in three different types. Given below is the payment
schedule for payments :
Payment Terms
Percentage of payment released against Bills and Delivery Challan and/or letter from Client/NICSI/NIC
Percentage of payment released against Installation Challan and/or Letter from Client/NIC/NICSI
Percentage of payment released against BG
Monthly Payment for Manpower
Supply of Equipment(s)
80% NA 20% NA
Supply and Installation of Equipment(s)
80% 10 % 10% NA
No. 10(28)/2015-NICSI
Page 30 of 151
Supply and Installation of Equipment(s) and Manpower
80% 10% 10% Monthly Charges as applicable for Manpower
6.4.3 The payment for Support services will be made after deduction of SLA penalties, if any, as per
the Section 6.5.
6.4.4 NICSI reserves the right to reject any work, if found unsuitable and/or not conforming to the
approved specifications. The rejected work, if any, shall have to be redone forthwith at the cost
of the vendor. No payment will be made for the rejected work.
6.4.5 NICSI reserves the right to deduct amount from the bill as may be considered reasonable for
unsatisfactory execution of the work. The decision of NICSI will be final in this regard.
6.4.6 The empanelled vendor(s) shall accept the purchase/work order within two days of from
intimation of purchase / work order issued by NICSI and start executing the purchase/work
orders immediately so as to meet the schedules. Any denial for accepting the purchase/work
order either hand delivered or sent through post/fax/email shall be construed as non-
performance which may lead to cancellation of empanelment and forfeiture of Security
Deposit.
6.5 Service Level Agreement
The service level agreements are classified into 2 types, based on the type of support ordered. The first
type caters to the SLA levels for On-Call Support and the second type caters to the SLA levels for Full time
On-sited Support. The empanelled vendors will have to provide minimum 2 phone numbers and online
system for raising the tickets. NICSI will monitor those call anytime. The data for such complaints need to
be kept for a period of 6 Months.
6.5.1.1 Service Levels for On-Call Support
6.5.1.1.1 Response Time: The response time shall be defined as the minimum time to respond
adequately to any issue raised by the user. The expected response time for this support
category is 4 hours from the time of incident reporting. The official working hours of the
office will be considered for calculation of response time. A penalty equal to 0.5% of the
total value of support services, for delay by every 4 hours, will be levied on the vendor, for
every incident not responded to within the stipulated time.
No. 10(28)/2015-NICSI
Page 31 of 151
6.5.1.1.2 Resolution Time: The resolution time for any issue pertaining to passive components
will be 24 hours. The resolution time for any issue pertaining to the active components
will be 48 hours. The official working hours of the office will be considered for calculation
of resolution time. A penalty equal to 1.0% of the total value of support services, for delay
by every 24 hours, will be levied to the vendor, for every incident not resolved within the
stipulated time.
6.5.1.2 Service Levels for Full-time On-site Support
6.5.1.2.1 Response Time: The response time shall be defined as the minimum time to respond
adequately to any issue raised by the user. The expected response time for this support
category is 1 hour from the time of incident reporting. The official working hours of the
office will be considered for calculation of response time. A penalty equal to 0.5% of the
total value of support services, for delay by every 1 hours, will be levied to the vendor, for
every incident not responded to within the stipulated time.
6.5.1.2.2 Resolution Time: The resolution time for any issue pertaining to passive components will
be 8 hours. The resolution time for any issue pertaining to the active components will be
24 hours. The official working hours of the office will be considered for calculation of
resolution time. A penalty equal to 1.0% of the total value of support services, for delay by
every 24 hours, will be levied to the vendor, for every incident not resolved within the
stipulated time.
6.6 Refund of EMD & Security Deposit
The Earnest Money Deposit (EMD) will be refunded as follows:-
6.6.1 In the case of those bidders who fail to qualify the pre-qualification criteria, the Earnest
Money Deposit (EMD) will be refunded without any interest accrued immediately thereafter.
6.6.2 In the case of those bidders whose technical bids do not qualify, the EMD will be refunded
without any interest accrued within one month of the acceptance of TEC’s recommendations.
6.6.3 In the case of those bidders who are not empanelled, the EMD will be refunded without any
interest accrued within one month of the acceptance of TEC’s recommendations.
6.6.4 In case of those bidders whose tender bids are accepted for the empanelment, EMD will be
refunded on receipt of security deposit. The security deposit in the form of Bank Guarantee
from a scheduled commercial bank for the duration of the selection or extended period, if any,
in favor of NICSI, New Delhi, and shall be renewed by the bidder till Empanelment lasts or the
orders placed are executed, whichever is later. No interest will be payable for the Security
Deposit.
No. 10(28)/2015-NICSI
Page 32 of 151
7 Other Terms and Conditions
7.1 Micro, Small & Medium Enterprises Development Act
7.1.1. If a bidder falls under the Micro, Small & Medium Enterprises Development Act, 2006, then a copy of the registration certificate must be provided to NICSI. Further, the bidder must keep NICSI informed of any change in the status of the company.
7.1.2. Following facilities have been extended to the SSI units registered with NSIC: a. Issue of tender sets free of cost (if any); b. Exemption from payment of earnest money; c. Waiver of security deposit up to the monetary limit for which the unit is registered. The evaluation of bids will be done as per the Ministry of Micro, Small, & Medium Enterprises order dated 23rd March 2012.
No. 10(28)/2015-NICSI
Page 33 of 151
7.2 Domestic Manufacturer Clause
7.2.1 Purchaser reserves the right for providing preference to domestically manufactured electronic
products in terms of the Department of Electronics and Information Technology (DeitY)
Notification no.33(3)/2013-IPHW dated 23.12.2013, Notification No: 8(78)/2010-IPHW dated
10th February 2012, File No: 33(7)/2015-IPHW dated November 16, 2015 read with relevant
Notification and Guidelines issued thereunder. A copy of the aforesaid Notifications/Guidelines
can be downloaded from DeitY and DOT website i.e. URL www.deity.gov.in/esdm and
www.dot.gov.in/sites/default/files/5-10-12.PDF. Purchase preference for domestic
manufacturer, methodology of its implementation, value addition to be achieved by
domestic manufacturers, self-certification, and compliance and monitoring shall be
as per the aforesaid Guidelines/Notifications. The Guidelines may be treated as an
integral part of the tender documents.
7.2.2 Bidders must submit an undertaking on notarized Rs. 100/- stamp paper as per Annexure 8:
PMA AFFIDAVIT as part of the eligibility document.
7.2.3 The percentage of domestic value addition (in terms of BOM) must be mentioned separately in
Technical Bid for each quoted item/product to prove eligibility and avail any applicable
preference at the time of placing of purchase orders.
7.2.4 Bidders who do not provide the undertaking shall not be considered for receiving this preference.
7.2.5 The empanelment of bidders quoting false information will be cancelled and the EMD will be
forfeited. Additionally, furnishing of false information on this account shall also attract penal
provisions as per guidelines/notifications.
7.2.6 Bidders should provide an undertaking which gives address of Factory Details which includes
address and phone. These may be verified by NICSI at any point of time.
Under Make in India scheme, Bidders must submit an undertaking on notarized Rs. 100/- stamp paper,
providing information related to registration, address any other documents that are related to Factory,
Research and Development Center and Network related Software/ content Development Center in India.
No. 10(28)/2015-NICSI
Page 34 of 151
7.3 Force Majeure
7.3.1 If at any time, during the continuance of the empanelment, the performance in whole or in
part by either party of any obligation under the empanelment is prevented or delayed by
reasons of any war, hostility, acts of public enemy, civil commotion, sabotage, fires, floods,
explosions, epidemics quarantine restrictions, strikes, lockouts or acts of God (hereinafter
referred to as "events"), provided notice of happenings of any such event is duly endorsed by
the appropriate authorities/chamber of commerce in the country of the party giving notice, is
given by party seeking concession to the other as soon as practicable, but within 21 days from
the date of occurrence and termination thereof and satisfies the party adequately of the
measures taken by it, neither party shall, by reason of such event, be entitled to terminate the
empanelment, nor shall either party have any claim for damages against the other in respect of
such non-performance or delay in performance, and deliveries under the empanelment shall
be resumed as soon as practicable after such event has come to an end or ceased to exist and
the decision of the purchaser as to whether the deliveries have so resumed or not, shall be final
and conclusive, provided further, that if the performance in whole or in part or any obligation
under the empanelment is prevented or delayed by reason of any such event for a period
exceeding 60 days, the purchaser may at his option, terminate the empanelment.
7.4 Termination for Default
7.4.1 Default is said to have occurred
7.4.1.1 If the vendor fails to deliver any or all of the services within the time period(s) specified in
the purchase order or any extension thereof granted by NICSI.
7.4.1.2 If the vendor fails to perform any other obligation(s) under the empanelment
7.4.1.3 If the vendor, in either of the above circumstances, does not take remedial steps within a
period of 30 days after receipt of the default notice from NICSI (or takes longer period in-
spite of what NICSI may authorize in writing), NICSI may terminate the empanelment /
purchase order in whole or in part.
7.4.2 NICSI may at any time terminate the purchase order / empanelment by giving one month
written notice to the Vendor, without any compensation to the Vendor, if the Vendor becomes
bankrupt or otherwise insolvent
7.5 Termination for Insolvency
NICSI may at any time terminate the purchase order/empanelment by giving four weeks written
notice to the empanelled vendor, without any compensation to the empanelled vendor, if the
empanelled vendor becomes bankrupt or otherwise insolvent
No. 10(28)/2015-NICSI
Page 35 of 151
7.6 Limitation of Liability
Except in the case of gross negligence or wilful misconduct on the part of the empanelled vendor or on
part of any person or company acting on behalf of the empanelled bidder in carrying out the services,
the empanelled vendor, with respect to damage caused by the empanelled vendor to end user / NICSI
/ NIC, shall be liable to end user / NICSI / NIC:
(i). for any indirect or consequential loss or damage; and
(ii). for any direct loss or damage,
only to the extent of
A. the total payments payable under this contract to the empanelled vendor, or
B. the proceeds the empanelled vendor may be entitled to receive from any insurance
maintained by the empanelled vendor to cover such a liability,
whichever of (A) or (B) is higher, plus the security deposit and performance bank guarantees
submitted by the empanelled vendor.
This limitation of liability shall not affect the empanelled vendor’s liability, if any, for damage to Third
Parties caused by the empanelled vendor or any person or firm / company acting on behalf of the
empanelled vendor in carrying out the work.
7.7 Indemnity
The empanelled vendor shall indemnify NICSI/NIC/User departments against all third party claims
of infringement of patent, trademark/copyright or industrial design rights arising from the use of the
supplied software/ hardware/manpower etc and related services or any part thereof. NICSI/NIC/User
department stand indemnified from any claims that the hired manpower / empanelled vendor’s
manpower may opt to have towards the discharge of their duties in the fulfilment of the purchase
orders. NIC/NICSI/User department also stand indemnified from any compensation arising out of
accidental loss of life or injury sustained by the hired manpower / empanelled vendor’s manpower
while discharging their duty towards fulfilment of the purchase orders.
7.8 Arbitration
7.8.1 If a dispute arises out of or in connection with this contract, or in respect of any defined legal
relationship associated therewith or delivered there from, the parties agree to submit that
dispute to arbitration under ICADR Arbitration Rules, 1996
7.8.2 The Authority to appoint the arbitrators (s) shall be International Centre for Alternative
Dispute Resolution (ICADR)
7.8.3 The International Centre for Alternative Dispute Resolution will provide administrative
services in accordance with the ICADR Arbitration Rules, 1996.
7.8.4 Venue of arbitration shall be New Delhi.
No. 10(28)/2015-NICSI
Page 36 of 151
7.9 Conciliation
7.9.1 If a dispute arises out of or in connection with this contract, or in respect of any defined legal
relationship associated therewith or derived there from, the parties agree to seek an amicable
settlement of that dispute by Conciliation under the ICADR Conciliation Rules, 1996
7.9.2 The Authority to appoint the Conciliator(s) shall be the International Centre for Alternative
Dispute Resolution (ICADR).
7.9.3 The International Centre for Alternative Dispute Resolution will provide administrative
services in accordance with the ICADR Conciliation Rules, 1996.
7.10 Applicable Law
7.10.1 The vendor shall be governed by the laws and procedures established by Govt. of India, within
the framework of applicable legislation and enactment made from time to time concerning
such commercial dealings/processing.
7.10.2 All disputes in this connection shall be settled in Delhi jurisdiction only.
7.10.3 NICSI reserves the right to cancel this tender or modify the requirement without assigning any
reasons. NICSI will not be under obligation to give clarifications for doing the aforementioned.
7.10.4 NICSI reserves the right that the work can be allocated to any of the empanelled vendors.
7.10.5 NICSI also reserves the right to modify/relax any of the terms & conditions of the tender.
7.10.6 NICSI, without assigning any further reason can reject any tender(s), in which any prescribed
condition(s) is/are found incomplete in any respect.
7.10.7 NICSI also reserves the right to award works/supply order on quality/technical basis, which
depends on quality/capability of the system and infrastructure of the firm. Bidder(s) are,
therefore, directed to submit the tender carefully along with complete technical features of the
products/systems as well as other documents required to access the capability of the firm.
7.10.8 All procedure for the purchase of stores laid down in GFR and DFPR shall be adhered-to
strictly by the NICSI and subordinates and Bidders are bound to respect the same.
No. 10(28)/2015-NICSI
Page 37 of 151
8 Annexures
8.1 Annexure 1: Bidder’s Profile
Bidder’s Profile 4
S.No Particulars Description
a. Name of the Vendor
b. Type of Incorporation (Sole
Proprietor/ Partnership/ Private
Limited/ Limited Firm)
c. Year of Incorporation
d. Place of Incorporation
e. Whether any Legal/Arbitration
proceedings have been instituted
against the Vendor or the Vendor
has lodged any claim in
connection with works carried
out by them. Mention Yes/No. If
yes, please give details.
f. Service Tax No.:
g. Sales Tax/ VAT No.:
h. CST No.:
i. PAN No.:
j. Valid ISO 9000:2001 certificate.
Copy to be attached
k. Vendor Profile
l. Full Address
No. 10(28)/2015-NICSI
Page 38 of 151
Bidder’s Profile 4
S.No Particulars Description
m. Name of the Top executive with
Designation
Name:
Designation:
Contact Number(Landline):
Contact Number(Mobile):
Email Address:
Complete Communication Address:
n. EMD Details: Amount:
Draft/ Pay Order No/ BG No:
Date:
Bank:
Branch:
8.2 Annexure 2: Compliance Sheet for OEM
Name of the Bidder:
Sl No. Tender No Compliance Page no. Of the Tender Bid
1 Authorised OEM of quoted item Yes/No
2 OEM valid Certificate of ISO 9000:2001
and ISO14000
Yes/No
3 Copies of Balance sheet for last 3 years
showing turnover from LAN
Yes/No
4 Copies of
S.Tax/VAT
Service Tax
PAN
Yes/No
5 Copy of Purchase Order/ Work Order Yes/No
6 Articles of Association etc. Yes/No
No. 10(28)/2015-NICSI
Page 39 of 151
8 Certified copy of MAF Yes/No
Signature :
Date:
Place:
Name:
SEAL:
8.3 Annexure 3: Site Survey Document
Installation Certificate
1 Site Name and Address:
2 Site Contact Name:
Title:
Phone :
Mobile:
Fax:
Email:
3 Is the site owned and maintained by the customer? Yes/No
4 Is this a manned site? Yes/ No
5 Detail the specific cabinet location – floor, room,
footprint position.
6 Please provide the distance between the two location in which cable is to be laid
Type of Cable:
Number of Meter:
Diagram
7 Please provide the amount/ Type of cable which needs to be overhead/ inside cabinet / underground
8 Are additional overhead cable trays, drop posts or other trunking required in order
No. 10(28)/2015-NICSI
Page 40 of 151
9 Is the clearance under the overhead cable tray sufficient?
10 If a raised floor exists, is sufficient space available for routing cables?
11 Number of Active Components to be required. Please provide details like specifications.
12 Number of nodes to be connected.
13 Details of equipment’s to be used with number.
14 Time required to complete installation after getting the
work order
Name of Vendor :
____________________________________________________________
Designation :__________________________________________________
Signature:____________________________________________________
(with official seal)
Date:________________________________________________________
Name of Client :
____________________________________________________________
Designation :__________________________________________________
Signature:____________________________________________________
(with official seal)
Date:________________________________________________________
No. 10(28)/2015-NICSI
Page 41 of 151
8.4 Annexure 4: Installation Certificate
Installation Certificate
1 Vendor Name
2 Project No.
3 Purchase order No. & date
4 Invoice No. with date
5 Equipment Name & Description
6 Equipment serial nos.
7 Date of delivery
8 Date of intimation of call for installation / site
readiness information
(in case of SNR)
9 Installation Date
10 Certificate Equipment (as per ordered configuration) has
been installed successfully
Name of user / NIC Project Coordinator / NICSI Project in charge:
____________________________________________________________
Designation :__________________________________________________
Signature:____________________________________________________
(with official seal)
Date:________________________________________________________
No. 10(28)/2015-NICSI
Page 42 of 151
8.5 Annexure 5: Site Not Ready Certificate
Site Not Ready Certificate
1 Vendor Name
2 Project Number
3 Purchase order No. & date
4 Equipment Name
5 Date of delivery
6 Date of 1st Visit for installation
7 Site not ready reason
8 Tentative date of site being ready for
installation
9 Contact detail of vendor for getting
equipment installed, if site get ready.
10 Certificate There is no delay on the part of vendor in getting
the equipment installed
Name of user / NIC Project Coordinator / NICSI Project in charge:
____________________________________________________________
Designation :__________________________________________________
Signature:____________________________________________________
(with official seal)
Date:________________________________________________________
No. 10(28)/2015-NICSI
Page 43 of 151
8.6 Annexure 6: Technical Specifications for Category 1 A
8.6.1 Table 1: Passive Components
S.No Product Description Specifications Make / Model
Part Code
UTP COMPONENTS
1. UTP COMPONENTS (CAT 6A)
All specifications for components & cabling to be
tested up to 500 Mhz , UL/ETL listed & verified
, should be registered for follow up program ,
UL/ETL marking should be embossed and / or
printed on the passive product and their
packing
1.1 UTP cable 4 pair, should confirm or exceed the EIA/TIA
568 C.2-10 (CAT 6A) standards for physical &
electrical specifications , UL/ETL listed &
verified , Should be certified by independent test
lab for 10G Gigabit Ethernet Performance up to
100 mrts ,23 AWG solid bare copper Jacket:
LSZH
1.2 24 port Patch Panel suitable unshielded CAT6A
19 inch 1U Patch Panel for 24 x RJ45 45 connection module, should confirm or exceed the EIA/TIA 568 C.2 (CAT 6A) standards, Metallic / high strength or equivalent & 1U height, zig-zag/ straight/angular IO placement for better alien cross talk, transmission channels of Class EA with up to 4 plugged connections acc. to ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1 May 2011 (DIN EN 50173-1) and Class F on 2 pairs, complies with Cat. 6A requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1 May 2011, as well the U.S. standard Cat. 6A according to TIA 568-C.2
1.3 48 port Patch Panel suitable unshielded CAT6A
19 inch 2U Patch Panel for 48 x RJ45 45 connection module , should confirm or exceed the EIA/TIA 568 C.2 (CAT 6A) standards, Metallic / high strength or equivalent & 1U height, transmission channels of Class EA with up to 4 plugged connections acc. to ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1 May 2011 (DIN EN 50173-1) and Class F on 2 pairs, complies with Cat. 6A requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1 May 2011, as well the U.S. standard Cat. 6A according to TIA 568-C.2
No. 10(28)/2015-NICSI
Page 44 of 151
S.No Product Description Specifications Make / Model
Part Code
1.4 Wire Manager/Patch Chord Minder panel
19 “ rack mountable, , Metallic / high strength or equivalent jumper rings for routing cable assemblies, mounts to the front of 19” rack & 1 U height
1.5 Information outlets-Unsheilded CAT6A
Surface mount box with RJ 45 socket & gang box , RJ45 connection module of Cat. 6A, for the setting up of transmission channels of Class EA with up to 4 plugged connections acc. to ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1 May 2011 (DIN EN 50173-1) and Class F on 2 pairs, complies with Cat. 6A requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1 May 2011, as well the U.S. standard Cat. 6A according to TIA 568-C.2 , Suitable for 10GBASE-T applications in acc. with IEEE 802.3™ Section Four up to 500 MHz and 100 m, Parallel pair termination without crossover in acc. with TIA 568-A/B, gold-plated bronze contacts for >1000 mating cycles dielectric strength >1000 Veff. PoE and PoE+ compatible according to IEC 60512-99-001 Material: halogen-free and heavy-metal free in acc. with EU directives RoHS 2, re-embedded tested in acc. with IEC 60603-7-41 and 60512-27-100 Connection module Cat. 6A, unshielded, with dust cover, mounting plate UL/ETL listed & verified,
a. Single ( 1-port) b. Dual (2-port) c. Quad (4- port)
1.6 Patch Cord UTP CAT6A Flexible cable, U/UTP, 4 x 2 x AWG 26/7, LSZH, color gray. Low-smoke in acc. with IEC 61034 and halogen-free in acc. with IEC 60754-1. Halogen-free and heavy-metal free in acc. with EU directives RoHS 2. Mounted on both sides with RJ45 connector compliant with Cat. 6A ISO component standard: IEC 60603-7-41 RJ45 category 6A ISO (500 MHz), unshielded. Strain-relief function in acc. with TIA 568-C. For the setting up of transmission channels of Class EA with up to 4 plugged connections acc. to ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1, May 2011 (DIN EN 50173-1). Complies with Category 6A ISO requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1 May 2011, as well as TIA 568-C.2, interoperable and backwards compatible with Category 6 and Category 5e. Suitable for 10GBASE-T applications in acc. with IEEE 802.3™ Section Four up to 500 MHz. Optional: Visual coding, mechanical coding and lock protection. Length - 1mrts Length – 2mrts
No. 10(28)/2015-NICSI
Page 45 of 151
S.No Product Description Specifications Make / Model
Part Code
Length – 3mrts Length – 5mrts Length – 10mrts
2. SFTP COMPONENTS
(CAT6 A )
2.1 SFTP COMPONENTS (
CAT 6A )
All specifications for components & cabling to be
tested up to 500 Mhz , UL/ETL listed, should be
registered for follow up program , UL/ETL
marking should be embossed and printed on the
passive product and their packing
2.2 SFTP cable Pair-shielded 100 Ohm installation cable with
overall braided screen, suitable for transmission
frequencies of up to 650 MHz, 4 x 2 (AWG 23).
Compliant with standards ISO/IEC 11801 ed.
2.2, EN 50173-1: May 2011 (DIN EN 50173-1),
DIN 44332-5, IEC 61156-5 2nd Ed., EN 50288 x-
1, 10GBASE-T in acc. with IEEE 802.3™ Section
Four, tested and certified by independent
laboratory. Low-smoke in acc. with IEC 61034,
flame-retardant in acc. with IEC 60332-1 and
halogen-free in acc. with IEC 60754-2.Outer
jacket color gray, UL/ETL listed, Should be
certified by independent test lab for 10G
Gigabit Ethernet Performance up to 100 mrts ,23
AWG solid bare copper
2.3 24 port Shielded Patch
Panel
19 inch 1U Shielded Patch Panel for 24 x RJ45
45 connection module , should confirm or
exceed the EIA/TIA 568 C.2 (CAT 6A) standards,
, Metallic / high strength or equivalent & 1U
height, zig-zag/ straight/angular IO placement
for better alien cross talk, transmission channels
of Class EA with up to 4 plugged connections
acc. to ISO/IEC 11801 ed. 2.2, June 2011, EN
50173-1 May 2011 (DIN EN 50173-1) and Class F
on 2 pairs, complies with Cat. 6A requirements
of the standards ISO/IEC 11801 ed. 2.2, June
2011, EN 50173-1 May 2011, as well the U.S.
standard Cat. 6A according to TIA 568-C.2
2.4 48 port Shielded Patch
Panel
19 inch Shielded 2U Patch Panel for 48 x RJ45
45 connection module , should confirm or
exceed the EIA/TIA 568 C.2 (CAT 6A) standards,
, Metallic / high strength or equivalent & 1U
No. 10(28)/2015-NICSI
Page 46 of 151
S.No Product Description Specifications Make / Model
Part Code
height, transmission channels of Class EA with
up to 4 plugged connections acc. to ISO/IEC
11801 ed. 2.2, June 2011, EN 50173-1 May 2011
(DIN EN 50173-1) and Class F on 2 pairs,
complies with Cat. 6A requirements of the
standards ISO/IEC 11801 ed. 2.2, June 2011, EN
50173-1 May 2011, as well the U.S. standard Cat.
6A according to TIA 568-C.2
2.5 Information outlets-
shielded
Surface mount box with RJ 45/s socket & gang
box , RJ45 connection module of Cat. 6A, for the
setting up of transmission channels of Class
EA with up to 4 plugged connections acc. to
ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1
May 2011 (DIN EN 50173-1) and Class F on 2
pairs, complies with Cat. 6A requirements of the
standards ISO/IEC 11801 ed. 2.2, June 2011, EN
50173-1 May 2011, as well the U.S. standard Cat.
6A according to TIA 568-C.2 ,
Suitable for 10GBASE-T applications in acc. with
IEEE 802.3™ Section Four up to 500 MHz and
100 m, Parallel pair termination without
crossover in acc. with TIA 568-A/B, gold-plated
bronze contacts for >1000 mating cycles
dielectric strength >1000 Veff. PoE and PoE+
compatible according to IEC 60512-99-001
Material: halogen-free and heavy-metal free in
acc. with EU directives RoHS 2,
re-embedded tested in acc. with IEC 60603-7-41
and 60512-27-100
Connection module Cat. 6A, unshielded, with
dust cover, mounting plate
Material: halogen-free and heavy-metal free in
acc. with EU directives RoHS 2.
Connection module Cat. 6A EL, die-cast,
shielded, dust cover and snap-in frame.
UL/ETL listed,
i) Single ( 1-port) ii) Dual (2-port) iii) Quad (4- port)
2.6 Patch Cord - shielded Flexible cable, S/FTP, 4 x 2 x AWG 26/7,
LSFRZH, color gray. Low-smoke in acc. with IEC
61034, flame-retardant in acc. with IEC 60332-
3C and halogen-free in acc. with IEC 60754-1.
No. 10(28)/2015-NICSI
Page 47 of 151
S.No Product Description Specifications Make / Model
Part Code
Halogen-free and heavy-metal free in acc. with
EU directives RoHS 2.
Mounted on both sides with RJ45 connector
compliant with Cat. 6A ISO component
standard: IEC 60603-7-51 RJ45 category 6A ISO
(500 MHz), shielded. Strain-relief function in
acc. with TIA 568-C.
For the setting up of transmission channels of
Class EA with up to 4 plugged connections acc.
to ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-
1, May 2011 (DIN EN 50173-1). Complies with
Category 6A ISO requirements of the standards
ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1
May 2011, as well as TIA 568-C.2, interoperable
and backwards compatible with Category 6 and
Category 5e. Suitable for 10GBASE-T
applications in acc. with IEEE 802.3™ Section
Four up to 500 MHz.
Optional:
Visual coding, mechanical coding and lock
protection
Length - 1mrts Length – 2mrts Length – 3mrts Length – 5mrts Length – 10mrts
3. UTP COMPONENTS
(CAT6 )
3.1 UTP Components
( CAT6)
All specifications for components & cabling to be
tested up to 250 Mhz , UL /ETL listed & verified
, should be registered for follow up program ,
UL/ETL marking should be embossed and
printed on the passive product and their
packing
3.2 UTP cable 4 pair, should confirm or exceed the EIA/TIA
568 C.2-1 (CAT 6) standards for physical &
electrical specifications, UL/ETL listed &
verified , Should be certified by independent test
lab for 1G Gigabit Ethernet Performance up to
100 mrts. 23 AWG solid bare copper
3.3 24 port Patch Panel 19 inch 1U Patch Panel for 24 x RJ45 45
connection module , zig-zag/straight/angular IO
No. 10(28)/2015-NICSI
Page 48 of 151
S.No Product Description Specifications Make / Model
Part Code
placement for better alien cross talk The
information Outlet should establishing of
transmission channels of class E with up to 4
plugged connections, complies with Category 6
requirements of the standards ISO/IEC 11801
ed. 2.2, June 2011, EN 50173-1, May 2011 (DIN
EN 50173-1) as well as TIA 568-C,
Metallic high strength & 1U height
UL /ETL listed
3.4 48 port Patch Panel 19 inch 2U Patch Panel for 48 x RJ45 45
connection module , zig-zag/ straight/angular
IO placement for better alien cross talk The
information Outlet should establishing of
transmission channels of class E with up to 4
plugged connections, complies with Category 6
requirements of the standards ISO/IEC 11801
ed. 2.2, June 2011, EN 50173-1, May 2011 (DIN
EN 50173-1) as well as TIA 568-C,
Metallic high strength & 1U height
UL /ETL listed
3.5 Information outlets Surface mount box with RJ 45 connection module & gang box , The information Outlet should establishing of transmission channels of class E with up to 4 plugged connections, complies with Category 6 requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1, May 2011 (DIN EN 50173-1) as well as TIA 568-C, Should qualify de-embedded tested in acc. with IEC 60603-7-4. Parallel pair termination without crossover in acc. with TIA 568-A/B, gold-plated bronze contacts for >1000 mating cycles dielectric strength >1000 Veff. PoE and PoE+ compatible according to IEC 60512-99-001 Non PCB and tool less termination Information outlet Cat. 6, unshielded, with dust cover, snap-in frame (gray), cable tie and installation instructions. UL/ETL listed, Single ( 1-port) Dual (2-port) Quad (4- port)
No. 10(28)/2015-NICSI
Page 49 of 151
S.No Product Description Specifications Make / Model
Part Code
3.6 Patch Cord Should confirm or exceed the EIA/TIA 568 C.2-1
standards for CAT 6, Factory molded boots on
RJ 45 plugs at both ends, UL/ETL listed &
verified , Option for colour – Grey, Blue, Red &
Green & cross over cable
Length – 1Mrts Length – 2mrts Length – 3mrts Length – 5mrts Length – 10mrts
4. STP ( Shielded Twisted Pair) COMPONENTS CAT 6
4.1 STP cable CAT 6 4 pair, STP ,should confirm or exceed the
EIA/TIA 568 C.2-1 (CAT 6) standards for
physical & electrical specifications , UL/ETL
listed & verified , Should be certified by
independent test lab for 1G Gigabit Ethernet
Performance up to 100 mrts. 23 AWG solid bare
copper
4.2 24 port STP CAT 6 Patch Panel
19 inch 1U Patch Panel for 24 x RJ45 45
connection module , zig-zag/ straight/angular IO
placement for better alien cross talk The
information Outlet should establishing of
transmission channels of class E with up to 4
plugged connections, complies with Category 6
requirements of the standards ISO/IEC 11801
ed. 2.2, June 2011, EN 50173-1, May 2011 (DIN
EN 50173-1) as well as TIA 568-C, , Metallic /
high strength or equivalent & 1U height
UL /ETL listed & verified
4.3 48 port STP CAT 6 Patch Panel
19 inch 2U Patch Panel for 48 x RJ45 45
connection module , zig-zag/ straight/angular
IO placement for better alien cross talk The
information Outlet should establishing of
transmission channels of class E with up to 4
plugged connections, complies with Category 6
requirements of the standards ISO/IEC 11801
ed. 2.2, June 2011, EN 50173-1, May 2011 (DIN
EN 50173-1) as well as TIA 568-C, , Metallic /
high strength or equivalent & 1U height
UL /ETL listed & verified
No. 10(28)/2015-NICSI
Page 50 of 151
S.No Product Description Specifications Make / Model
Part Code
4.4 Information outlets (STP CAT 6)
Surface mount box with RJ 45 connection module & gang box , The information Outlet should establishing of transmission channels of class E and class EA with up to 4 plugged connections, complies with Category 6 requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1, May 2011 (DIN EN 50173-1) as well as TIA 568-C, Should qualify de-embedded tested in acc. with IEC 60603-7-4 Parallel pair termination without crossover in acc. with TIA 568-A/B, gold-plated bronze contacts for >1000 mating cycles dielectric strength >1000 Veff. PoE and PoE+ compatible according to IEC 60512-99-001 Non PCB and tool less termination Information outlet Cat. 6, unshielded, with dust cover, snap-in frame (gray), cable tie and installation instructions. Shield contacting by shield lance with integral cable strain relief, shield material tin-coated bronze, ground contacting through 2 contact fingers for flat connectors 4.8 x 0.5 mm. With EMC cover, dust cover. UL/ETL listed, Single ( 1-port) Dual (2-port) Quad (4- port)
4.5 Patch Cord STP CAT 6 Should confirm or exceed the EIA/TIA 568 C.2-1
standards for CAT 6, Factory molded boots on
RJ 45 plugs at both ends, UL/ETL listed &
verified , Option for colour – Grey, Blue, Red &
Green & cross over cable.
Length – 1mrts
Length – 2mrts
Length – 3mrts
Length – 5mrts
Length – 10mrts
5. Installation & Termination
,Documentation & Site
certification for UTP
Cabling
Laying of UTP E CAT 6 A/ CAT 6 cable with
cable route survey & detailed cable route
diagram , termination of cable with labels &
marking as per approved labeling plan &
documentation
Supply & fixing of Unslotted PVC cable duct
confirming to ASTM standards D638,D792, &
flammability UL 94V-0 in size 15 X 15 mm , 25 x
25 mm ,45 X 25 mm & 45 X 45 mm
Supply & fixing of ISI marked PVC Conduit of
material thickness not less than 1.5 mm ,
Medium Mechanical Strength (MMS) &
flammability UL 94V-0 , OD size of 20 mm ,32
No. 10(28)/2015-NICSI
Page 51 of 151
S.No Product Description Specifications Make / Model
Part Code
mm & 40 mm
Supply & fixing of Metal MS cable tray/ raceway
with covers for mounting on ceiling / floor /wall
, with all connecting fittings & sections for
hanging ,T, cross , L , vertical up /down routing/
branching of cables etc , Size as follows with
required fitting kit & accessories for above
50 mm Height x 100 mm Width 50 mm Height x 200 mm Width 100 mm Height x 300 mm Width Supply & fixing of high quality PVC cable tray/
raceway with covers for mounting on ceiling /
floor / wall , with all connecting fittings &
sections for hanging ,T, cross , L , vertical up
/down routing/ branching of cables etc , Size as
follows with required fitting kit & accessories for
above
50 mm Height x 150 mm Width 100 mm Height x 100 mm Width 100 mm Height x 300 mm Width
Installation & termination of UTP cables on
Patch Panel with wire Manager & on
Information outlet
Performance testing of the laid UTP cable
(Pentascanner report) for Channel Link as per
EIA/TIA TSB-67 standard or higher in particular
wire map ( Short , open, transpose ,reverse ,split
) , NEXT , PSNEXT, FEXT , PSFEXT, ACR,
PSACR, Return Loss , length , propagation delay,
delay skew , Site certification for performance
warranty of 20 years through OEM .
Removal of old UTP / Fiber / Coaxial /RS232 /
telephone cables where ever required.
8.6.2 Table 2: Racks
S.No Product Description
Specifications Make / Model
Part Code
6. Racks
No. 10(28)/2015-NICSI
Page 52 of 151
S.No Product Description
Specifications Make / Model
Part Code
6.1 19 “ Rack , Wall mount 530 mm depth, 9 U height, Front glass door ( lockable, toughened 4mm),
Should confirm To DIN 41494 & IEC 297
standard , Load bearing capacity of 50 Kgs ,
Have following accessories:
19 “ mountable ,1U , Universal power socket
design to fit both round & flat socket with built
in surge protection & over load circuit breaker
, 5 AMP AC power distribution channel made
of high flame retardant & insulating material ,
CE approved with 6 nos sockets ( 1 nos) , with
wall mounting hardware , Copper earthing kit
( 19” copper bar) & equipment mounting
screws/hardware packets (2 nos), Fan tray
with two fans (low noise, good quality, ball
bearing type ,90 CFM). Surface Finish: EC Dip
Coat Primed and Powder Coated to 80-
100micrones with RAL 7035 Light Grey
6.2 19 “ Rack , Wall Mount , 530 mm depth, 12 U height, Front glass door ( lockable, toughened 4mm),
Should confirm DIN 41494 & IEC 297
standard , Load bearing capacity of 50 Kgs ,
Have following accessories:
19 “ mountable ,1U , Universal power socket
design to fit both round & flat socket with built
in surge protection & over load circuit breaker
, 5 AMP AC power distribution channel made
of high flame retardant & insulating material ,
CE approved with 6 nos sockets ( 1 nos),
Copper earthing kit(19” copper Bar) &
equipment mounting screws/hardware
packets (2 nos) , Fan tray with two fans (low
noise, good quality, ball bearing type ,90
CFM). Surface Finish: EC Dip Coat Primed
and Powder Coated to 80-100micrones with
RAL 7035 Light Grey
6.3 19 “ Rack , Floor standing 800 mm depth 24 U height, Front & back door ( lockable), Front glass door(toughened 4mm),
Should confirm DIN 41494 & IEC 297
standard , Load bearing capacity of 500 Kgs ,
Quick release locking sides , front & rear door ,
Have following accessories:
19 “ mountable ,2U , Universal power socket
design to fit both round & flat socket with built
in surge protection & over load circuit breaker
, 15 & 5 AMP AC power distribution channel
made of high flame retardant & insulating
No. 10(28)/2015-NICSI
Page 53 of 151
S.No Product Description
Specifications Make / Model
Part Code
material , CE approved with 5 nos sockets
with individual on/off switch & light indication
( 2 nos) ,Support angles 2 pairs ,475 mm depth
Equipment shelves 475 mm depth – 2 nos
Castors with brakes
Fan tray with four fans ((low noise, good
quality, ball bearing type ,90 CFM)
Copper Earthing Kit ( 19” copper Bar)
Mounting Hardware packets – 5 nos
Surface Finish: EC Dip Coat Primed and
Powder Coated to 80-100micrones with RAL
7035 Light Grey
6.4 19 “ Rack , Floor standing 1000 mm depth 32 U height, Front & back door ( lockable), Front glass door (toughened 4mm),
Should confirm DIN 41494 & IEC 297
standard , Load bearing capacity of 500 Kgs ,
Quick release locking sides , front & rear door ,
Have following accessories:
19 “ mountable ,2U , Universal power socket
design to fit both round & flat socket with built
in surge protection & over load circuit breaker
, 15 & 5 AMP AC power distribution channel
made of high flame retardant & insulating
material , CE approved with 5 nos sockets
with individual on/off switch & light indication
( 4 nos) , ,Support angles 2 pairs ,800 mm
depth
Equipment shelves 800 mm depth – 2 nos Castors with brakes Fan tray with four fans ((low noise, good quality, ball bearing type ,90 CFM) Earthing Kit ( 19” copper Bar) Mounting Hardware packets – 5 nos
6.5 19 “ Rack , Floor standing 1000 mm depth 42 U height, Front & back door ( lockable), Front glass door (toughened 4mm),
Should confirm DIN 41494 & IEC 297
standard , Load bearing capacity of 500 Kgs ,
Quick release locking sides , front & rear door ,
Have following accessories:
19 “ mountable ,2U , Universal power socket
design to fit both round & flat socket with built
in surge protection & over load circuit breaker
No. 10(28)/2015-NICSI
Page 54 of 151
S.No Product Description
Specifications Make / Model
Part Code
, 15 & 5 AMP AC power distribution channel
made of high flame retardant & insulating
material , CE approved with 5 nos sockets
with individual on/off switch & light indication
( 4 nos) ,Support angles 2 pairs ,800 mm
depth
Equipment shelves 800 mm depth – 2 nos
Castors with brakes
Fan tray with four fans ((low noise, good
quality, ball bearing type ,90 CFM )
Earthing Kit ( 19” copper bar)
Mounting Hardware packets – 5 nos
8.6.3 Table 3: Fibre Components
S.No Product Description
Specifications Make / Model
Part Code
Fiber Components
7. Fiber Cable
7.1 Fiber Optic indoor Distribution cable LSZH , tight buffered, Multi mode (MM), support 10 G Ethernet up to 300 m,OM-3
Multimode optical fiber cable , 50/125
micron graded index, ,required for indoor
applications, Fiber should be LSZH , Aramid
yarn for strength, with FRP strength
member , support 10 G Ethernet up to 300
m ,should confirm or exceed the ISO/IEC
11801:2002; IEC 60794-1-2 E1; IEC 60794-
1-2 E11; IEC 60794-1-2 E3; IEC 60794-1-2
F1; IEC60794-1and ITU Recommendation
G.651standards for Fiber and cable
performance specifications.
6 fibers 12 fibers 24 fiber 48 fiber
No. 10(28)/2015-NICSI
Page 55 of 151
S.No Product Description
Specifications Make / Model
Part Code
7.2 Fiber Optic Indoor
/ outdoor loose
tube cable
,Unarmoured,
Multi mode (MM),
support 10 G
Ethernet up to 550
m,OM-4
Multimode optical fiber cable , 50/125
micron graded index, , required for indoor
/outdoor applications, loose tube jelly field,
Water blocked buffer tube , strengthening
members , outer sheath resistant to UV,
moisture , sunlight , suitable for harsh
environment, support 10 G Ethernet up to
550 m ,should confirm or exceed the
ISO/IEC 11801:2002; IEC 60794-1-2 E1; IEC
60794-1-2 E11; IEC 60794-1-2 E3; IEC
60794-1-2 F1; IEC60794-1and ITU
Recommendation G.651standards standards
for Fiber and cable performance
specifications., Required in following
configuration
6 fibers
12 fibers
24 fiber
48 fiber
7.3 Fiber Optic
outdoor armoured
cable (OM
4),multi loose
tube,
Multi mode (MM)
Multimode optical fiber cable , 850nm laser
optimized 50/125 micron graded index,
support IEEE 802.3ae 10 gigabit Ethernet
standard 550m distance , support 10 Gb/s
laser based application as well as LED based
application ,anti rodent , required for
outdoor applications for direct burial, fiber
should be protected inside jelly filled loose
tubes , The outer sheath is made of a 0.155
mm corrugated steel armor , with FRP
strength member, water proof tape, double
layer of HDPE jacket , support 10 G Ethernet
up to 550 m ,should confirm or exceed the
ISO/IEC 11801:2002; IEC 60794-1-2 E1; IEC
60794-1-2 E11; IEC 60794-1-2 E3; IEC
60794-1-2 F1; IEC60794-1and ITU
Recommendation G.651 standards for Fiber
and cable performance specifications.
Required in following configuration
6 fibers
12 fibers
24 fiber
48 fiber
No. 10(28)/2015-NICSI
Page 56 of 151
S.No Product Description
Specifications Make / Model
Part Code
7.4 Fiber Optic
outdoor armoured
cable , loose tube
Single mode (SM) 10 G Ethernet up to 550 m
Single mode optical fiber cable , 9.2/125
micron graded index, anti rodent , required
for outdoor applications for direct burial,
fiber should be protected inside jelly filled
loose tubes , armoring with acrylic coated
good quality steel tape , with FRP strength
member, water proof tape, double layer of
HDPE jacket , should confirm or exceed the
support 10 G Ethernet up to 550 m ,should
confirm or exceed the ISO/IEC 11801:2002;
IEC 60794-1-2 E1; IEC 60794-1-2 E11; IEC
60794-1-2 E3; IEC 60794-1-2 F1; IEC60794-
1and ITU Recommendation G.652.D
standard standards for Fiber and cable
performance specifications. Required in
following configuration
6 fibers
12 fibers
24 fiber
48 fiber
7.5 Optical Fiber
adapters SC type
SC-Duplex adapter in acc. with IEC 61754-4. Body plus flange and two hexagonal nuts M2 plus integral quick-mounting clip. Zirconia (ceramic) alignment sleeve, plastic housing (singlemode) / UL 94 V-0, plastic dust cover. Adapter qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Mechanical specifications: Mating cycles: min. 500 required for terminating 50/125 micron MM fiber 9.2/125 micron SM fiber
7.6 Optical Fiber
adapters LC type
LC-Duplex adapter in acc. with IEC 61754-20. Adapter body plus flange and integral quick-mounting clip and M2 thread, color , Metallic high strength , material X10CrNi18-8. Housing material PBT / UL 94 V-0, zirconia (ceramic) alignment sleeve, integral self-closing metal laser protection flaps, plastic dust covers, allowing optical testing with test lasers without removing the covers. The adapter qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Mechanical specifications: Mating cycles: min. 500 Option: physical lock protection required for terminating 50/125 micron MM fiber 9.2/125 micron SM fiber
No. 10(28)/2015-NICSI
Page 57 of 151
S.No Product Description
Specifications Make / Model
Part Code
7.7 Optical Fiber pigtails SC type, 1 meter length
Pigtail with semi-tight buffer PA/PBT, Ø 0.9 mm, yellow, multimode G651 50/125(OM3/OM4) or single mode G652.D 9/125 µm (OS1, OS2), length 1 m. Fitted with one LC connector in acc. with IEC 61754-20. Zirconia (ceramic) ferrule with a PC polished end face geometry, connectors tuned in accordance with IEC 61755-3-1 and qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). material PEI / UL 94 V-0, strain relief and white plastic dust cover Mechanical specifications: Mating cycles: delta IL < 0.2 dB after 500 mating cycles Pull-out force fiber pigtail: ≥ 5 N required for terminating 50/125 micron MM fiber 9.2/125 micron SM fiber
7.8 Optical Fiber pigtails LC type , 1 meter
Pigtail with semi-tight buffer PA/PBT, Ø 0.9 mm, turquoise, Singlemode G652.D 9/125 µm (OS1, OS2) or multimode G50 50/125 µm (OM3/OM4), length 1 m. Fitted with one LC connector in acc. with IEC 61754-20. Zirconia (ceramic) ferrule with a PC polished endface geometry, connector qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). material PEI / UL 94 V-0, black strain relief and plastic dust cover. required for terminating 50/125 micron MM fiber 9.2/125 micron SM fiber
7.9 Optical Fiber Patch Cord , MM , SC-SC,OM-3
Duplex , 50/125 micron MM fiber , SC connector at both end , length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length - 20 m Length – 30 m
7.10 Optical Fiber Patch Cord , MM , LC-LC,OM-3
Connector color: beige. Lever color: aqua Fiber: OM3 E50/125 G.651 (OM3). Cable: F8 2.0x4.1 mm, aqua. LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length - 20 m Length – 30 m
7.11 Optical Fiber Patch Cord , MM , SC – LC,OM-3
Patch cord with LSZH jacket, F8 2.0x4.1 mm, turquoise (aqua), multimode G50 50/125 µm (OM3), bend-optimized
No. 10(28)/2015-NICSI
Page 58 of 151
S.No Product Description
Specifications Make / Model
Part Code
Mounted on one side with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Beige connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Length – 5 m Length – 10 m Length -20 m Length – 30 m
7.12 Optical Fiber
Patch Cord , SM ,
SC-SC,
Patch cord with LSZH jacket, F8 2.7x5.5 mm, yellow, singlemode G652.D 9/125 µm (OS1, OS2). Mounted on both sides with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors tuned in accordance with IEC 61755-3-1 and qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Blue connector housing (singlemode), material PBT / UL 94 V-0, black duplex clip, 1 x blue and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Optical specifications (random mated): Performance: Insertion loss (IL) Grade C for 97% of the tested specimen: ≤ 0.50 dB / typical ≤ 0.25 dB Return loss (RL) Grade 2: ≥ 45 dB (typical ≥ 55 dB) Length – 3 m Length – 10 m Length --20 m Length – 30 m
7.13 Optical Fiber Patch Cord , SM , LC-LC,
Both sides fitted with one LC-Duplex PC connector. Connector color: blue. Lever color: blue. Fiber: SM E9/125 G.652.D (OS2). Cable: F8 2.0x4.1 mm, yellow. LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length -20 m Length – 30 m
7.14 Optical Fiber Patch Cord , SM , SC-LC,
Both sides fitted with one LC-Duplex PC connector. Connector color: blue. Lever color: blue. Fiber: SM E9/125 G.652.D (OS2).
No. 10(28)/2015-NICSI
Page 59 of 151
S.No Product Description
Specifications Make / Model
Part Code
Cable: F8 2.0x4.1 mm, yellow. LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length -20 m Length – 30 m
7.15 Optical Fiber Patch Cord , MM , SC- SC, OM-4
Patch cord with LSZH jacket, F8 2.7x5.5 mm, turquoise (aqua), multimode G50 50/125 µm (OM4), bend-optimized. Mounted on both sides with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Beige connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Optical specifications (random mated): Performance: Insertion loss (IL) Grade Bm for 100% of the tested specimen: ≤ 0.50 dB / typical ≤ 0.15 dB Return loss (RL) Grade 3: ≥ 35 dB length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length -20 m Length – 30 m
7.16 Optical Fiber Patch Cord , MM , SC- LC, OM-4
Patch cord with LSZH jacket, F8 2.0x4.1 mm, turquoise (aqua), multimode G50 50/125 µm (OM3), bend-optimized. Mounted on one side with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Beige connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Optical specifications (random mated): Performance: Insertion loss (IL) Grade Bm for 100% of the tested specimen: ≤ 0.50 dB / typical ≤ 0.15 dB Return loss (RL) Grade 3: ≥ 35 dB length as below with factory mount ceramic connector at both end
No. 10(28)/2015-NICSI
Page 60 of 151
S.No Product Description
Specifications Make / Model
Part Code
Length – 3 m Length – 10 m Length 20 m Length – 30 m
7.17 Optical Fiber Patch Cord , MM , LC- LC, OM-4
Patch cord with LSZH jacket, F8 2.0x4.1 mm, turquoise (aqua), multimode G50 50/125 µm (OM3), bend-optimized. Mounted on one side with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Beige connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Optical specifications (random mated): Performance: Insertion loss (IL) Grade Bm for 100% of the tested specimen: ≤ 0.50 dB / typical ≤ 0.15 dB Return loss (RL) Grade 3: ≥ 35 dB length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length 20 m Length – 30 m
7.18 LIU , 6/12/ 24/48 fiber , Wall mount enclosure, lockable
Loaded with SC / LC couplers for 6/12/ 24/48 fibers 50/125 micron MM or 6/12/ 24/48 fibers 9.2/125 micron SM, Wall mountable metallic distribution enclosure with lock , should have inbuilt / pre-installed splice tray with all clamps ,
Material: housing, plastic: ASA, UV stabilized
7.19 LIU , 6/12/ 24/48
fiber , 1 U Drawer
style19” Rack
mount enclosure
Loaded with SC / LC couplers & adaptor plates for 6/12/ 24/48 fibers 50/125 micron MM or 6/12/ 24/48 fibers 9.2/125 micron SM, 19” rack mountable metallic distribution enclosure slide & tilt drawer type 1 U/2U , should have inbuilt / pre-installed splice tray with all clamps , harnessing rings , ties etc,
Material: box, powder-coated sheet steel / front panel
7.20 Others
7.21 Installation & Termination of
Fibre optic Joint Enclosure ( Indoor wall
No. 10(28)/2015-NICSI
Page 61 of 151
S.No Product Description
Specifications Make / Model
Part Code
Fiber Joint Enclosure
mount )
Supply & fixing of fiber optic joint enclosure
( reusable) with IP 68 rating . The joint box
should be made of ageing resistant plastic,
corrosion- resistant sheet metal & have a
service life of 20 yr. It should be compact ,
dust free, good sealing performance, capable
of housing 6 , 12, 24 and 48 fiber splice tray
,able to manage necessary OFC bend radius
,fitted with necessary plastic loops, sealing
rings & 4 holes ( for in coming & out going
OFC cables), fitted with SC & LC pigtel
(SM/MM as per requirement of site) & with
all necessary accessories required for above
work.
Working temp: -30 Degree C to + Degree
60 C
Fibre optic joint Enclosure ( out door
, direct burial type )
Supply & fixing of fiber optic joint enclosure
( reusable) with IP 68 rating . The joint box
should be made of ageing resistant plastic,
corrosion- resistant sheet metal & have a
service life of min. 20 yr. It should be
compact , dust free, good sealing
performance, capable of housing 6 & 12 fiber
splice tray ,able to manage necessary fiber
bend radius ,fitted with necessary plastic
loops, sealing rings & 4 holes ( for in
coming & out going OFC cables),fitted with
SC / LC pigtel (SM/MM to be supplied as
per requirement of site)
Working temp: -30 Degree C to + Degree
60 C
7.22 Installation & Termination ,Documentation & Site certification for Indoor & Outdoor Fiber Cabling
Fiber Optic Cable laying with route survey &
documentation with following
- In building laying of fiber in PVC ducts on
wall
Outdoor FO laying with
- Excavation and resurfacing of the soil
(depth 1 m)
- Excavation and resurfacing of the concrete
( depth 1 m)
- Supply and installation/ fixing of 1”
diameter GI pipe under ground and on
surface
- Supply and installation of 1.5” diameter GI
No. 10(28)/2015-NICSI
Page 62 of 151
S.No Product Description
Specifications Make / Model
Part Code
pipe
- Supply and installation of 2” diameter
HDPE PVC jacket for under ground laying
- Supply and installation of 4” diameter
HDPE pipe for under ground laying
- SC connector termination on Fiber Optic
cable
- Supply and installation of buffer tubing kit
- cable pulling pit made of reinforced
concrete and brick walls with removable
covers
- trenchless digging ( manual / with
machine) for
excavation under public road crossing or
Wherever required with in the campus /site
requirement
- Fiber optics cable route marker
- Performance testing of laid Fibre Optic cable by OTDR for continuity , length & db loss as per EIA/TIA-455-60 document for FO test procedures & Documentation of the results
No. 10(28)/2015-NICSI
Page 63 of 151
8.7 Annexure 7: Technical Specifications for Category 1 B
8.7.1Table 1: Active Components
S.No Product Description
Specifications Make / Model
Part Code
8. Active Components
8.1 Switch
No. 10(28)/2015-NICSI
Page 64 of 151
S.No Product Description
Specifications Make / Model
Part Code
8.2 Layer 2 Basic switch 8 port
General Requirements Switch should have minimum 8 10/100 /1000 Base-T ports with additional 2 Nos. of SFP Based ports or 2 x 1G copper Switch should support IEEE Standards of Ethernet: IEEE 802.1d, 802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z, 802.3az 1000BASE-T, 1000BASE-X (mini-GBIC/SFP), 1000BASE-SX, 1000BASE-LX/LH.Switch should support Auto MDI/MDIX.All SFP based ports should be hot swappable.The switch should have IPV4 & IPv6 support from day one. Should Support for IPv6 Ready from day1 .Switch should be certified for EAL/NDPP Performance Requirement Switch should have minimum 10 Gbps switching bandwidth capacity (Gbps) per switch. Switch should have minimum 15 Mpps throughput per switch. Should have support for static routes." "It shall support Jumbo packets up to 9,216-byte frame size to improve Performance of large data transfers." "Should support IEEE 802.1Q VLAN encapsulation and up to 250 active & 4000 vlan id VLANs per switch" Switch should support Voice VLAN. "Should be able to discover the neighboring device of the same vendor Giving the details about the platform, IP Address, Link connected through etc, " Security Requirement "It shall support protected ports to isolate specified ports from all other. Ports on the switch." should support packet collection , flow classification & flow statistic measurement. It shall support port security, MAC lockdown and MAC lockout. Switch Should support VLAN Based, Port Based ACLs. Should support ipv4 & ipv6 static routing. Switch should support Port Security, DHCP Snooping, Dynamic ARP Inspection, and IP Source guard. Should have support ipv6 security like RA guard or equivalent, DHCPv6 guard, IPv6 Binding Integrity Guard or equivalent. It shall support BPDU port protection preventing forged BPDU attacks. "It shall support TACACS+ or RADIUS authentication for secure switch CLI. Logon.""It shall support management access (CLI, Web, MIB) securely encrypted Through SSHv2, SSL, and SNMPv3. Per-port storm control for preventing broadcast, multicast, and unicast storms QoS Requirement It shall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP). It shall support IEEE 802.1p traffic prioritization delivering data to devices based on the priority and type of traffic. Shall have strict priority queuing or high strict priority queue Switch should be capable to Automatically detects devices and configures QoS. Should Support for IGMP v1, v2 and v3, MLD V1, V2 & IGMP Snooping. Management Requirement It shall support SNMPv1/v2c/v3. "It shall support RMON providing advanced monitoring and reporting capabilities for statistics, history, alarms, and events." "It shall have full-featured console port providing complete control of the switch with a familiar command-line interface (CLI)." Troubleshooting Requirement Switch should support Debugging via cli via console, telnet, ssh. Switch should support Traffic mirroring (port, vlan)
No. 10(28)/2015-NICSI
Page 65 of 151
S.No Product Description
Specifications Make / Model
Part Code
8.3 Layer 2 switch 8 port with POE +
General Specifications Switch should have minimum 8 10/100 /1000 Base-T ports all ports supporting POE+ standards, with additional 2 Nos. of SFP Based ports or 2 x 1G copper . Switch should support IEEE Standards of Ethernet: IEEE 802.1d, 802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z, 802.3az, 1000BASE-T, 1000BASE-X (mini-GBIC/SFP), 1000BASE-SX, 1000BASE-LX/LH,Switch should support Auto MDI/MDIX.All SFP based ports should be hot swappable. The switch should have IPV4 & IPv6 support from day one. Should Support for IPv6 Ready from day1 Switch should be certified for EAL/NDPP Performance Requirement Switch should have minimum 10 Gbps switching bandwidth capacity (Gbps) per switch. Switch should have minimum 15 Mpps throughput per switch. Should have support for static routes." "It shall support Jumbo packets up to 9,216-byte frame size to improve Performance of large data transfers." "Should support IEEE 802.1Q VLAN encapsulation and up to 250 active & 4000 vlan id VLANs per switch" Switch should support Voice VLAN"Should be able to discover the neighboring device of the same vendor Giving the details about the platform, IP Address, Link connected through etc, thus helping in troubleshooting connectivity problems" Security Requirement "It shall support protected ports to isolate specified ports from all other Ports on the switch." should support packet collection, flow classification & flow statistic measurement. It shall support port security, MAC lockdown and MAC lockout. Switch Should support VLAN Based, Port Based ACLs. Should support ipv4 & ipv6 static routing. Switch should support Port Security, DHCP Snooping, Dynamic ARP Inspection, and IP Source guard. Should have support ipv6 security like RA guard or equivalent , DHCPv6 guard, IPv6 Binding Integrity Guard or equivalent. It shall support BPDU port protection preventing forged BPDU attacks. "It shall support TACACS+ or RADIUS authentication for secure switch CLI Logon." "It shall support management access (CLI, Web, MIB) securely encrypted through SSHv2, SSL, and SNMPv3. " Per-port storm control for preventing broadcast, multicast, and unicast storms QoS Requirement It shall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP). It shall support IEEE 802.1p traffic prioritization delivering data to devices based on the priority and type of traffic. Shall have strict priority queuing or high strict priority queue Switch should be capable to Automatically detects devices and configures QoS Should Support for IGMP v1, v2 and v3, MLD V1, V2 & IGMP Snooping Advanced monitoring and reporting. Capabilities for statistics, history, alarms, and events." "It shall have full-featured console port providing complete control of the switch with a familiar command-line interface (CLI)." Troubleshooting Requirement Switch should support Debugging via cli via console, telnet, ssh. Switch should support Traffic mirroring (port, vlan)
No. 10(28)/2015-NICSI
Page 66 of 151
S.No Product Description
Specifications Make / Model
Part Code
8.4 24 port managed L2 switch
General Specifications Switch should have minimum 24 10/100/1000 Base-T ports with additional 4 Nos. of SFP ports 1G/10G supporting uplink. Switch should support IEEE Standards of Ethernet: IEEE 802.1d, 802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z, 802.3az 1000BASE-T, 1000BASE-X (mini-GBIC/SFP), 1000BASE-SX, 1000BASE-LX/LH. Switch should support Auto MDI/MDIX. Should Support for IPv6 Ready from day1. Switch should be certified for EAL/NDPP All SFP based ports should be hot swappable. Switch should be 1 RU rack mountable in nature, stacking capability with minimum 40 Gbps for stacking throughput. Performance Requirement The switch should have IPV4 & IPV6 support from day one. Switch should have minimum 128 Gbps switching bandwidth capacity (Gbps) per switch. Switch should have minimum 95 Mpps throughput per switch. "It shall support IEEE 802.1s Multiple Spanning Tree Protocol and provide legacy support for IEEE 802.1d STP and IEEE 802.1w RSTP and static routes." "It shall support Jumbo packets up to 9,216-byte frame size to improve performance of large data transfers." "Should support IEEE 802.1Q VLAN encapsulation and up to 250 active & 4000 vlan id VLANs per switch" Switch should support Voice VLAN. "Should be able to discover the neighboring device of the same vendor giving the details about the platform, IP Address, Link connected through etc, thus helping in troubleshooting connectivity problems". Should support a mechanism to detect connectivity issues with both fiber and copper cabling. Ensures that a partially failed link is shut down on both sides, to avoid L2/L3 protocol convergence issues. "It shall support protected ports to isolate specified ports from all other ports on the switch." It shall support port security, MAC lockdown and MAC lockout. Switch Should support VLAN Based, Port Based ACLs. Should support ipv4 & ipv6 static routing. Switch should support Port Security, DHCP Snooping, Dynamic ARP Inspection, and IP Source guard. Should have support ipv6 security like neighbor discovery, DHCPv6 guard/snooping "It shall support IEEE 802.1X user authentication using an IEEE 802.1Xsupplicant in conjunction with a RADIUS server." It shall support BPDU port protection preventing forged BPDU attacks. Should support packet collection , flow classification & flow statistic measurement. "It shall support TACACS+ or RADIUS authentication for secure switch CLI logon." "It shall support management access (CLI, Web, MIB) securely encrypted through SSHv2, SSL, and SNMPv3. " Per-port storm control for preventing broadcast, multicast, and unicast storms It shall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP). It shall support IEEE 802.1p traffic prioritization delivering data to devices based on the priority and type of traffic. QoS Requirement Shall have strict priority queuing or high strict priority queue. Switch should be capable to Automatically detects devices and configures QoS. Should Support for IGMP v1, v2 and v3, MLD V1, V2 & IGMP Snooping. It shall support SNMPv1/v2c/v3.
No. 10(28)/2015-NICSI
Page 67 of 151
S.No Product Description
Specifications Make / Model
Part Code
8.5 Layer 2 switch 24 port with POE+
General Requirements Switch should have minimum 24 10/100/1000 Base-T ports with additional 4 Nos. of SFP ports . Should support for POE+ Switch should support IEEE Standards of Ethernet: IEEE 802.1d, 802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z, 802.3az 1000BASE-T, 1000BASE-X (mini-GBIC/SFP), 1000BASE-SX, 1000BASE-LX/LH. Switch should support Auto MDI/MDIX. Should Support for IPv6 Ready from day1. Switch should be certified for EAL/NDPP Performance Requirement All SFP based ports should be hot swappable. Switch should be 1 RU rack mountable in nature, stacking & with minimum 40 Gbps for stacking throughput. The switch should have IPV4 & IPv6 support from day one. Switch should have minimum 128 Gbps switching bandwidth capacity (Gbps) per switch. Switch should have minimum 65 Mpps throughput per switch. "It shall support Jumbo packets up to 9,216-byte frame size to improve performance of large data transfers." "Should support IEEE 802.1Q VLAN encapsulation and up to 250 active & 4000 vlan id VLANs per switch" Switch should support Voice VLAN. "Should be able to discover the neighboring device of the same vendor giving the details about the platform, IP Address, Link connected through etc, thus helping in troubleshooting connectivity problems" Proactively runs diagnostics and health checks. Should support a mechanism to detect connectivity issues with both fiber and copper cabling. Ensures that a partially failed link is shut down on both sides, to avoid L2/L3 protocol convergence issues. "It shall support protected ports to isolate specified ports from all otherports on the switch." Security Requirement It shall support port security, MAC lockdown and MAC lockout.Switch Should support VLAN Based, Port Based ACLs.Should support ipv4 & ipv6 static routing. Switch should support Port Security, DHCP Snooping, Dynamic ARP Inspection, and IP Source guard. Should have support ipv6 security like neighbor discovery, DHCPv6 guard/ snooping, “It shall support IEEE 802.1X user authentication using an IEEE 802.1X supplicant in conjunction with a RADIUS server." It shall support BPDU port protection preventing forged BPDU attacks. Should support packet collection, flow classification & flow statistic measurement"It shall support TACACS+ or RADIUS authentication for secure switch CLI logon." "It shall support management access (CLI, Web, MIB) securely encrypted through SSHv2, SSL, and SNMPv3. " Per-port storm control for preventing broadcast, multicast, and unicast storms It shall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP) QoS Requirement Switch should be capable to Automatically detects devices and configures QoS. It shall support IEEE 802.1p traffic prioritization delivering data to devices based on the priority and type of traffic. Switch should be capable to Automatically detects devices and configures QoS. Shall have strict priority queuing or high strict priority queue. Should Support for IGMP v1, v2 and v3, MLD V1, V2 & IGMP Snooping. It shall support SNMPv1/v2c/v3.
No. 10(28)/2015-NICSI
Page 68 of 151
S.No Product Description
Specifications Make / Model
Part Code
8.6 48 port managed L2 switch
Switch should have minimum 48 10/100/1000 Base-T ports with additional 4 Nos. of SFP 1G/10G supporting uplink. Switch should support IEEE Standards of Ethernet: IEEE 802.1d, 802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z, 1000BASE-T, 1000BASE-X (mini-GBIC/SFP), 1000BASE-SX, 1000BASE-LX/LH Switch should support Auto MDI/MDIX. Should Support for IPv6 Ready from day-1. Switch should be certified for EAL/NDPP All SFP based ports should be hot swappable Switch should be 1 RU rack mountable in nature, stacking capability with minimum 80 Gbps for stacking throughput. Switch should support internal redundant power supply The switch should have IPV4 & IPv6 support from day one Switch should have minimum 176 Gbps switching bandwidth capacity (Gbps) per switch Switch should have minimum 130 Mpps throughput per switch Switch shall support IEEE 802.3ad Link Aggregation Control Protocol (LACP) with up to 8 links (ports) per trunk. Switch should support minimum 16000 MAC address per switch "It shall support Jumbo packets up to 9,216-byte frame size to improve performance of large data transfers." "Should support IEEE 802.1Q VLAN encapsulation and up to 1000 active VLANs per switch" Switch should support Voice VLAN Switch should support link aggregation for minimum 8 GE ports and minimum 24 LAG groups. "Should be able to discover the neighboring device of the same vendor giving the details about the platform, IP Address, Link connected through etc, thus helping in troubleshooting connectivity problems" Should support packet collection, flow classification & flow statistic measurement Should support a mechanism to detect connectivity issues with both fiber and copper cabling. Ensures that a partially failed link is shut down on both sides, to avoid L2/L3 protocol convergence issues "It shall support protected ports to isolate specified ports from all other ports on the switch." It shall support port security, MAC lockdown and MAC lockout. Switch Should support VLAN Based, Port Based ACLs. Switch should support Port Security, DHCP Snooping, Dynamic ARP Inspection, and IP Source guard. Should have support ipv6 security like neighbor discovery, DHCPv6 guard/snooping "It shall support IEEE 802.1X user authentication using an IEEE 802.1X supplicant in conjunction with a RADIUS server." "It shall support MAC-based authentication allowing client to be authenticated with the RADIUS server based on client’s MAC address." It shall support BPDU port protection preventing forged BPDU attacks. Should support packet collection, flow classification & flow statistic measurement
No. 10(28)/2015-NICSI
Page 69 of 151
S.No Product Description
Specifications Make / Model
Part Code
8.7 Layer 2 Basic switch 48 port with POE
Switch should have minimum 48 10/100/1000 Base-T ports with additional 4 Nos. of SFP Based ports . Should support POE & POE + . Switch should support IEEE Standards of Ethernet: IEEE 802.1d, 802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z, 1000BASE-T, 1000BASE-X (mini-GBIC/SFP), 1000BASE-SX, 1000BASE-LX/LH. Switch should support Auto MDI/MDIX. Should Support for IPv6 Ready from day1 .Switch should be certified for EAL/NDPP. All SFP based ports should be hot swappable. Switch should be 1 RU rack mountable in nature, stacking capability with minimum 80 Gbps for stacking throughput. The switch should have IPV4 & IPv6 support from day one. Performance Requirement Switch should have minimum 176 Gbps switching bandwidth capacity (Gbps) per switch. Switch should have minimum 130 Mpps throughput per switch. "It shall support Jumbo packets up to 9,216-byte frame size to improve performance of large data transfers." "Should support IEEE 802.1Q VLAN encapsulation and up to 1000 active & 4000 vlan id VLANs per switch" Switch should support Voice VLAN. "Should be able to discover the neighboring device of the same vendor. giving the details about the platform, IP Address, Link connected through etc, thus helping in troubleshooting connectivity problems" Should support packet collection , flow classification & flow statistic measurement. Should support a mechanism to detect connectivity issues with both fiber and copper cabling. Ensures that a partially failed link is shut down on both sides, to avoid L2/L3 protocol convergence issues Security Requirement "It shall support protected ports to isolate specified ports from all other ports on the switch." It shall support port security, MAC lockdown and MAC lockout. Switch Should support VLAN Based, Port Based ACLs. Switch should support Port Security, DHCP Snooping, Dynamic ARP Inspection, and IP Source guard. Should have support ipv6 security like neighbor discovery, DHCPv6 guard/ snooping. "It shall support IEEE 802.1X user authentication using an IEEE 802.1X Supplicant in conjunction with a RADIUS server." It shall support BPDU port protection preventing forged BPDU attacks. "It shall support TACACS+ or RADIUS authentication for secure switch CLI logon." "It shall support management access (CLI, Web, MIB) securely encrypted through SSHv2, SSL, and SNMPv3. " Per-port storm control for preventing broadcast, multicast, and unicast storms QoS Requirement It shall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP). It shall support IEEE 802.1p traffic prioritization delivering data to devices based on the priority and type of traffic. Shall have strict priority queuing or high strict priority queue. Switch should be capable to Automatically detects devices and configures QoS. Should Support for IGMP v1, v2 and v3, MLD V1, V2 & IGMP Snooping Management Requirement It shall support SNMPv1/v2c/v3. "It shall support RMON providing advanced monitoring and reporting capabilities for statistics, history, alarms,
No. 10(28)/2015-NICSI
Page 70 of 151
S.No Product Description
Specifications Make / Model
Part Code
8.8 Layer 3 24 Port switch + 4 SFP
Switch should have minimum 24 10/100/1000 Base-T ports with additional 4 Nos. of SFP Based ports and additional 2 dedicated stacking ports with all accessories for stacking purpose. Switch should support IEEE Standards of Ethernet: IEEE 802.1d, 802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z, 802.3az 1000BASE-T, 1000BASE-X (mini-GBIC/SFP), 1000BASE-SX, 1000BASE-LX/LH Switch should support Auto MDI/MDIX Should Support for IPv6 Ready from day1. Switch should be certified for EAL/NDPP. All SFP based ports should be hot swappable . Switch should be 1 RU rack mountable in nature, stackable with 80Gbps of throughput with minimum of 8 switches in a stack with single IP management Should have internal redundant power supply. The switch should have IPV4 & IPv6 support from day one Switch should have minimum 128 Gbps switching bandwidth capacity (Gbps) per switch. Switch should have minimum 90 Mpps throughput per switch. Switch shall support IEEE 802.3ad Link Aggregation Control Protocol (LACP) with up to 8 links (ports) per trunk. Switch should support minimum 20000 MAC address per switch "It shall support Jumbo packets up to 9,216-byte frame size to improve Performance of large data transfers." "Should support IEEE 802.1Q VLAN encapsulation and up to 1000 active VLANs per switch" Switch should support Voice VLAN. Switch should support link aggregation for minimum 8 GE ports and minimum 12 LAG groups. "Should be able to discover the neighboring device of the same vendor giving the details about the platform, IP Address, Link connected through etc, thus helping in troubleshooting connectivity problems" . Should support a mechanism to detect connectivity issues with both fiber and copper cabling. Ensures that a partially failed link is shut down on both sides, to avoid L2/L3 protocol convergence issues. Switch should support RIPv1,v2,RIPNG,OSPF/v3 ,PBR , ECMP . "It shall support protected ports to isolate specified ports from all other ports on the switch." It shall support port security, MAC lockdown and MAC lockout. Switch Should support VLAN Based, Port Based ACLs. Switch should support Port Security, DHCP Snooping, Dynamic ARP Inspection, and IP Source guard. Should have support ipv6 security like neigbour discovery, DHCPv6 guard/ snooping. "It shall support IEEE 802.1X user authentication using an IEEE 802.1X. supplicant in conjunction with a RADIUS server." "It shall support MAC-based authentication allowing client to be authenticated with the RADIUS server based on client’s MAC address." It shall support BPDU port protection preventing forged BPDU attacks. "It shall support TACACS+ or RADIUS authentication for secure switch CLI. Switch should be capable to Automatically detects devices and configures QoS ." "It shall support management access (CLI, Web, MIB) securely encrypted through SSHv2, SSL, and SNMPv3. " Per-port storm control for preventing broadcast, multicast, and unicast storms QoS Requirement It shall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP) It shall support IEEE 802.1p traffic
No. 10(28)/2015-NICSI
Page 71 of 151
S.No Product Description
Specifications Make / Model
Part Code
8.9 Layer 3 Chassis Switch
The Switch Should support configuration rollback. Shall have basic Routing-Static IP routing and RIP v1/v2, hardware enabled advance IP routing protocols like OSPF, OSPFv3, BGPv4, RIPng and policy based routing, Multicast routing features like PIM-SM/ PIM-DM/ PIMSSM, multicast feature, multicast multipath or ECMP and IGMP v1, v2, v3 The chassis should have Redundant power supply and supervisor/CP modules The switch should have atleast 3TB of throughput and 2.2 bpps of performance. Switch should support 120K unicast routes & 24K Multicast routes for both IPv4 & IPv6 Switch should support 500K MAC address and 4000 VLAN. Have VRF-Lite for L3 virtualization with minimum 64 or above VRF-Lite instances from day one Shall have Filters/Access-List on all ports and management access filter (Access Policies) Shall have 802.1x user authentication and accounting, Port Mirroring based on port basis / VLAN basis to support intrusion prevention system deployment in different VLANs. Should support DHCP snooping to allow administrators to ensure consistent mapping of IP to MAC addresses Should prevents IP spoofing by forwarding only packets that have a source address consistent with the DHCP Snooping table Should be able to shut down Spanning Tree Protocol Port enabled interfaces when BPDUs are received to avoid accidental topology oops Switch Should support VLAN Based, Port Based ACLs. Shall have TACACS+/RADIUS enabled. Shall have strict priority queuing or high strict priority queue Shall have SSHv1 , SSHv2, SNMPv1, SNMPv2, SNMPv3 and NTP support EAL 2 certified /NDPP certified Switch should support Data Confidentially & Integrity standard (802.1AE) Shall have sophisticated QoS and Traffic Management, Per-port QoS configuration, IEEE 802.1p QoS policies, Diff Serv QoS on all ports Shall have priority queuing Shall have IP differentiated service code point (DSCP) and IP precedence Shall have classification and marking based on full Layer 3, 4 headers It shall support RMON providing advanced monitoring and reporting capabilities for statistics, history, alarms, and events. Interface Support: The switch should support 1Gig, 10 Gig, 40 Gig and 100 Gig interfaces The switch should have modules to support 24 Port 10/100/1000 TX 24 Port SFP Ports 24 port SFP+ 10 Gig ports
No. 10(28)/2015-NICSI
Page 72 of 151
S.No Product Description
Specifications Make / Model
Part Code
8.10 Layer 3 Advanced standalone switch
Architecture The Switch should have atleast 48 10/100/1000 Line Rate for 64byte Packets with 4 x 10G Uplinks The Switch should support 4 x 10G or 4 x 1G or 2 x 10G with 2 x 1G Uplink Modules. The Switch should also support DC power supply. The Switch should be Stackable from Day 1 The Switch Architecture should be able to Stack atleast 4 Switches together. The Switch stack should be based on Distributed forwarding Architecture, where in each stack member forwards its own information on network. The Switch Stack Architecture should have centralized control and Management plane with Active Switch and all the information should be Synchronized with Standby Switch. The Switch should support Stateful Switchover (SSO) when switching over from Active to Standby switch in a Stack. The Switch Stack Architecture should be Plug & Play for attaching or removing any switch from the stack without any downtime. The Switch Stack Architecture should allow the end user to stack 24 Port Switch with 48 Port of the same model. The Swich should be based on a Modular OS Architecture. The Switch should have RJ45 & USB Console Ports for Management The Switch should have USB 2.0 for OS Management (uploading, downloading & booting of OS and Configuration) The Switch should have Multicore CPU Architecture. The Switch should have atleast 2GB of Flash for storing OS and other Logs. The Switch should have atleast 2GB of DRAM. The Switch should have atleast 1 10/100/1000 dedicated Ethernet Management Port The Switch should have redundant fans and incase of failure of any one of those the other fans should automatically speed up. Fans should be field replaceable. The Switch should have power savings mechanism wherein it should reduce the power consumption on ports not being used. The switch should be Rack Mountable and should not take space more than 1RU. Switch Performance The Switch should have atleast 200G nonblocking switching bandwidth. The switch should have atleast 148 Mpps of forwarding rate. The Switch should have atleast 240Gbps Stack Bandwidth. The Switch should support atleast 32000 MAC Addresses The Switch should support atleast 24000 IPv4 routes The Switch should support atleast 4000 VLAN ID's The Switch support support 9000 bytes of Jumbo Frames Layer 3 Features The switch should support routing protocols such OSPF, BGPv4, IS-ISv4. The Switch should support IPv6 Routing capable protocols such as OSPFv3 in hardware. The Switch should support Policy Based Routing (PBR) The Switch should support IP Multicast and PIM, PIM Sparse Mode/PIM Dense Mode/ PIM Sparse-dense Mode & Source-Specific Multicast for Wired and Wireless Clients. The switch should support basic IP Unicast routing protocols (static, RIPv1 & RIPv2) should be supported. The switch should support IPv6 & IPv4 Policy Based Routing (PBR) Layer 2 Features The Switch should be able to discover (on both IPv4 & IPv6 Network) the neighboring device giving the details about the platform, IP Address, Link connected through etc, thus helping in troubleshooting connectivity problems.. The switch should support Detection of Unidirectional Links (in case of fiber cut) and to disable them to avoid problems such as spanning-tree loops. The switch should support centralized VLAN Management, VLANs created on the core switch should be propogated automatically.
No. 10(28)/2015-NICSI
Page 73 of 151
S.No Product Description
Specifications Make / Model
Part Code
8.11 UTP to fiber Transceivers
8.12 UTP to fiber transceiver 1 Gbps with ST
1. Up to 1.25Gb/s bi-directional data links 2. “Smart” Digital Diagnostics Functions 3. Extended Operating Temperature Range (0°C to +50°C) 4. Extended Power Supply Voltage (Operate at 3.3V and 5V) 5. Hot-Pluggable 6. Fully metallic enclosure for low EMI 7. Low power dissipation
8.13 UTP to fiber transceiver 1 Gbps with SC/LC
1. Up to 1.25Gb/s bi-directional data links 2. “Smart” Digital Diagnostics Functions 3. Extended Operating Temperature Range (0°C to +50°C) 4. Extended Power Supply Voltage (Operate at 3.3V and 5V) 5. Hot-Pluggable 6. Fully metallic enclosure for low EMI 7. Low power dissipation
8.14 Mini GBIC Transceivers
8.15 1000 Base SX- transceivers with LC connector mm
1. Hot-Pluggable 2. Low power dissipation
8.16 1000 Base LX-transceivers with LC connector sm
1. Hot-Pluggable 2. Low power dissipation
8.17 1000 Base TX -transceivers for copper
1. Hot-Pluggable 2. Low power dissipation
8.18 10 Gig SR transceiver LC connector MM
8.19 10 Gig LR transceiver LC connector SM
8.20 10 Gig ZR transceiver LC connector SM
8.21 40 Gig SR4 transceiver
8.22 40 Gig LR4 transceiver
8.23 24 port 10/100/1000 TX module for chassis switch
No. 10(28)/2015-NICSI
Page 74 of 151
S.No Product Description
Specifications Make / Model
Part Code
8.24 24 port SFP module for chassis switch
8.25 24 port 10 Gig SFP+ module for chassis switch
8.26 LAN extender
8.27 10/100/1000 ethernet LAN extenders on Copper pair
8.28 10/100/1000 ethernet LAN extenders on optical fiber (SX)
No. 10(28)/2015-NICSI
Page 75 of 151
S.No Product Description
Specifications Make / Model
Part Code
8.29 NMS The proposed/ solution must automatically discover manageable elements connected to the infrastructure and map the connectivity between them with no / minimal user input and scripting. Proposed NMS solution must be an application and thereby able to fully utilize the hardware resources (like CPU / RAM address space etc.) and create a highly scalable management platform that can provision for up to many thousands of network device management from a single optimized hardware for the core application. The bidder will have to provide the required hardware for the NMS. The NMS should support. The proposed system must support multiple types of discovery including the following: IP range discovery – including built-in support for IPv6 addresses Import data - from pre-formatted files (IPs, ranges, strings or ports) Seed router based discovery – Using route tables and SNMP MIBs Trap-Based Discovery – whenever new devices are added with capability to exclude specific devices based on IP addresses / IP Address range The proposed solution must also support a self-certification option to support device configuration load and capture thereby enabling users to “self-certify” devices not supported. The system should provide an outage summary that gives a high level health indication for each service as well as the details and root cause of any outage. Root cause analysis of infrastructure alarms must be applied to the managed Business Services in determining service outages. SLA violation alarms must be generated to notify whenever an agreement is violated or is in danger of being violated. The Solution should provide capability to monitor any device based on SNMP v1, v2c. The Solution must be capable of monitoring the availability, health, and performance of core networking devices including but not limited to CPU, memory, temperature, interface bandwidth utilization. The Solution should have the ability ping to check on availability of ports, devices and other unlimited number of systems, without putting any additional licensing cost. The Solution should have the ability to receive SNMP traps and syslog. The Solution should automatically collect and store historical data so users can view and understand network performance trends. The solution should be capable of monitoring network delay/latency and delay variation. The solution should be capable of monitoring packet loss, Packet QOS, Packet Errors on one or more ports. The solution should provide the ability to visually represent LAN/WAN links (including VPN/IPSEC) with displays of related real-time performance data including utilizations. The solution should provide capability to mask the default port speed for accurate % port utilization reporting. The solution should provide capability to add devices from word or excel file by drag and drop functionality and auto configure based on pre-defined settings. The solution must provide support of various flow analysis techniques such as NetFlow, JFlow, and SFlow and must provide the ability to seamless root cause of any network related and traffic anomalies
No. 10(28)/2015-NICSI
Page 76 of 151
S.No Product Description
Specifications Make / Model
Part Code
8.30 Installation ,Configuration, & Documentation of LAN hardware ( L3 switches & L2 switches as built )
Mounting of active component in rack & proper placement with the installed structured cabling system . Configuration :IP addressing , VLAN ,MPLS , ACLs & polices deployment Documentation of installed active component with above configuration ( as built) .
8.8 Annexure 8: Technical Specifications for Category 2
8.8.1Table 1: Fiber and GPON Components
Fiber Components
Specifications Make/Model Part Code
9. Fiber Cable
9.1 Fiber Optic indoor Distribution cable , LSZH, Multi mode (MM), support 10 G Ethernet up to 300 m,OM-3
Multimode optical fiber cable , 50/125
micron graded index, ,required for indoor
applications, Fiber should be LSZH , Aramid
yarn for strength, with FRP strength member
, support 10 G Ethernet up to 300 m ,should
confirm or exceed the ISO/IEC 11801:2002;
IEC 60794-1-2 E1; IEC 60794-1-2 E11; IEC
60794-1-2 E3; IEC 60794-1-2 F1; IEC60794-
1and ITU Recommendation G.651standards
for Fiber and cable performance
specifications.
6 Fiber
12 Fiber
24 Fiber
48 Fiber
96 Fiber
144 Fiber
No. 10(28)/2015-NICSI
Page 77 of 151
9.2 Fiber Optic
Indoor / outdoor
loose tube cable
,Unarmoured,
Multi mode
(MM), support
10 G Ethernet up
to 550 m, OM-4
Multimode optical fiber cable , 50/125
micron graded index, , required for indoor
/outdoor applications, loose tube jelly field,
Water blocked buffer tube , strengthening
members , outer sheath resistant to
UV,moisture , sunlight , suitable for harsh
environment, support 10 G Ethernet up to
550 m ,should confirm or exceed the
ISO/IEC 11801:2002; IEC 60794-1-2 E1; IEC
60794-1-2 E11; IEC 60794-1-2 E3; IEC
60794-1-2 F1; IEC60794-1and ITU
Recommendation G.651standards standards
for Fiber and cable performance
specifications., Required in following
configuration
6 Fiber
12 Fiber
24 Fiber
48 Fiber
96 Fiber
144 Fiber
9.3 Fiber Optic
outdoor
armoured cable
(OM 4), loose
tube,
Multi mode (MM) ,
Multimode optical fiber cable , 850nm laser
optimized 50/125 micron graded index,
support IEEE 802.3ae 10 gigabit Ethernet
standard 550m distance , support 10 Gb/s
laser based application as well as LED based
application ,anti rodent , required for
outdoor applications for direct burial, fiber
should be protected inside jelly filled loose
tubes , The outer sheath is made of a 0.155
mm corrugated steel armor , with FRP
strength member, water proof tape, double
layer of HDPE jacket , support 10 G Ethernet
up to 550 m ,should confirm or exceed the
ISO/IEC 11801:2002; IEC 60794-1-2 E1; IEC
60794-1-2 E11; IEC 60794-1-2 E3; IEC
60794-1-2 F1; IEC60794-1and ITU
Recommendation G.651 standards for Fiber
and cable performance specifications.
Required in following configuration
6 Fiber
12 Fiber
24 Fiber
48 Fiber
96 Fiber
144 Fiber
No. 10(28)/2015-NICSI
Page 78 of 151
9.4 Fiber Optic
outdoor
armoured cable ,
loose tube
Single mode (SM)
Single mode optical fiber cable , 9.2/125
micron graded index, anti rodent , required
for outdoor applications for direct burial,
fiber should be protected inside jelly filled
loose tubes , armoring with acrylic coated
good quality steel tape , with FRP strength
member, water proof tape, double layer of
HDPE jacket , should confirm or exceed the
support 10 G Ethernet up to 550 m ,should
confirm or exceed the ISO/IEC 11801:2002;
IEC 60794-1-2 E1; IEC 60794-1-2 E11; IEC
60794-1-2 E3; IEC 60794-1-2 F1; IEC60794-
1and ITU Recommendation G.652.D
standard standards for Fiber and cable
performance specifications. Required in
following configuration
6 Fiber
12 Fiber
24 Fiber
48 Fiber
96 Fiber
144 Fiber
9.5 Optical Fiber
adapters
SC type
SC-Duplex adapter in acc. with IEC 61754-4.
Body plus flange and two hexagonal nuts M2
plus integral quick-mounting clip. Zirconia
(ceramic) alignment sleeve, plastic housing
(singlemode) / UL 94 V-0, plastic dust cover.
Adapter qualified in acc. with IEC 61753-1 for
category U (uncontrolled environment).
Mechanical specifications:
Mating cycles: min. 500 required for terminating
50/125 micron MM fiber
9.2/125 micron SM fiber
No. 10(28)/2015-NICSI
Page 79 of 151
9.6 Optical Fiber
adapters
LC type
LC-Duplex adapter in acc. with IEC 61754-
20. Adapter body plus flange and integral
quick-mounting clip and M2 thread, color
metallic, material X10CrNi18-8. Housing
material PBT / UL 94 V-0, zirconia (ceramic)
alignment sleeve, integral self-closing metal
laser protection flaps, plastic dust covers,
allowing optical testing with test lasers
without removing the covers. The adapter
qualified in acc. with IEC 61753-1 for
category U (uncontrolled environment).
Mechanical specifications:
Mating cycles: min. 500 Option: physical lock protection required for terminating
50/125 micron MM fiber
9.2/125 micron SM fiber
9.7 Optical Fiber pigtails SC type, 1 meter length
Pigtail with semi-tight buffer PA/PBT, Ø 0.9
mm, yellow, multimode G651
50/125(OM3/OM4) or singlemode G652.D
9/125 µm (OS1, OS2), length 1 m. Fitted with
one LC connector in acc. with IEC 61754-20.
Zirconia (ceramic) ferrule with a PC polished
endface geometry, connectors tuned in
accordance with IEC 61755-3-1 and qualified
in acc. with IEC 61753-1 for category U
(uncontrolled environment). material PEI /
UL 94 V-0, strain relief and plastic
dust cover
Mechanical specifications:
Mating cycles: delta IL < 0.2 dB after 500 mating cycles Pull-out force fiber pigtail: ≥ 5 N
required for terminating
50/125 micron MM fiber
9.2/125 micron SM fiber
No. 10(28)/2015-NICSI
Page 80 of 151
9.8 Optical Fiber pigtails LC type , 1 meter
Pigtail with semi-tight buffer PA/PBT, Ø 0.9
mm, turquoise, Singlemode G652.D 9/125
µm (OS1, OS2) or multimode G50 50/125 µm
(OM3/OM4), length 1 m. Fitted with one LC
connector in acc. with IEC 61754-20.
Zirconia (ceramic) ferrule with a PC polished
endface geometry, connector qualified in acc.
with IEC 61753-1 for category U
(uncontrolled environment). material PEI /
UL 94 V-0, black strain relief and plastic
dust cover.
required for terminating
50/125 micron MM fiber
9.2/125 micron SM fiber
9.9 Optical Fiber Patch Cord , MM , SC-SC,OM-3
Duplex , 50/125 micron MM fiber , SC connector at both end , length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length - 20 m Length – 30 m
9.10 Optical Fiber Patch Cord , MM , LC-LC,OM-3
Connector color: beige. Lever color: aqua Fiber: OM3 E50/125 G.651 (OM3). Cable: F8 2.0x4.1 mm, aqua. LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length - 20 m Length – 30 m
9.11 Optical Fiber Patch Cord , MM , SC – LC,OM-3
Patch cord with LSZH jacket, F8 2.0x4.1 mm, turquoise (aqua), multimode G50 50/125 µm (OM3), bend-optimized Mounted on one side with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Beige connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and dust cover. Length – 5 m Length – 10 m Length -20 m Length – 30 m
No. 10(28)/2015-NICSI
Page 81 of 151
9.12 Optical Fiber Patch Cord , SM , SC-SC,
Patch cord with LSZH jacket, F8 2.7x5.5 mm, yellow, singlemode G652.D 9/125 µm (OS1, OS2). Mounted on both sides with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors tuned in accordance with IEC 61755-3-1 and qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Blue connector housing (singlemode), material PBT / UL 94 V-0, black duplex clip, 1 x blue and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Optical specifications (random mated): Performance: Insertion loss (IL) Grade C for 97% of the tested specimen: ≤ 0.50 dB / typical ≤ 0.25 dB Return loss (RL) Grade 2: ≥ 45 dB (typical ≥ 55 dB) Length – 3 m Length – 10 m Length --20 m Length – 30 m
9.13 Optical Fiber Patch Cord , SM , LC-LC,
Both sides fitted with one LC-Duplex PC connector. Connector color: blue. Lever color: blue. Fiber: SM E9/125 G.652.D (OS2). Cable: F8 2.0x4.1 mm, yellow. LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length -20 m Length – 30 m
9.14 Optical Fiber Patch Cord , SM , SC-LC,
Both sides fitted with one LC-Duplex PC connector. Connector color: blue. Lever color: blue. Fiber: SM E9/125 G.652.D (OS2). Cable: F8 2.0x4.1 mm, yellow. LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length -20 m Length – 30 m
No. 10(28)/2015-NICSI
Page 82 of 151
9.15 Optical Fiber Patch Cord , MM , SC- SC, OM-4
Patch cord with LSZH jacket, F8 2.7x5.5 mm, turquoise (aqua), multimode G50 50/125 µm (OM4), bend-optimized. Mounted on both sides with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Beige connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Optical specifications (random mated): Performance: Insertion loss (IL) Grade Bm for 100% of the tested specimen: ≤ 0.50 dB / typical ≤ 0.15 dB Return loss (RL) Grade 3: ≥ 35 dB length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length -20 m Length – 30 m
9.16 Optical Fiber Patch Cord , MM , SC- LC, OM-4
Patch cord with LSZH jacket, F8 2.0x4.1 mm, turquoise (aqua), multimode G50 50/125 µm (OM3), bend-optimized. Mounted on one side with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Beige connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Optical specifications (random mated): Performance: Insertion loss (IL) Grade Bm for 100% of the tested specimen: ≤ 0.50 dB / typical ≤ 0.15 dB Return loss (RL) Grade 3: ≥ 35 dB length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length 20 m Length – 30 m
No. 10(28)/2015-NICSI
Page 83 of 151
9.17 Optical Fiber Patch Cord , MM , LC- LC, OM-4
Patch cord with LSZH jacket, F8 2.0x4.1 mm, turquoise (aqua), multimode G50 50/125 µm (OM3), bend-optimized. Mounted on one side with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Beige connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Optical specifications (random mated): Performance: Insertion loss (IL) Grade Bm for 100% of the tested specimen: ≤ 0.50 dB / typical ≤ 0.15 dB Return loss (RL) Grade 3: ≥ 35 dB length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length 20 m Length – 30 m
9.18 LIU 96/144 fiber , Wall mount enclosure, lockable
Loaded with SC / LC couplers for 96/144
fibers 50/125 micron MM or 96/144 fibers
9.2/125 micron SM, Wall mountable metallic
distribution enclosure with lock , should
have inbuilt / pre-installed splice tray with
all clamps , Material: housing, plastic: ASA,
UV stabilized
9.19 LIU , 6/12/ 24/ 48 fiber , Wall mount enclosure , lockable
Loaded with SC /LC couplers for
6/12/24/48 fibers 50/125 micron MM or
6/12/24/48 fibers 9.2/125 micron SM, Wall
mountable metallic distribution enclosure
with lock , should have inbuilt / pre-installed
splice tray with all clamps , Material:
housing, plastic: ASA, UV stabilized
9.20 LIU ,
6/12/24/48
fiber , Drawer
style19” Rack
mount enclosure
Loaded with SC / LC couplers & adaptor
plates for 6/12/24/48 fibers 50/125 micron
MM or 6/12/24/48 fibers 9.2/125 micron
SM, 19” rack mountable metallic distribution
enclosure slide & tilt drawer type 1 U/2U ,
should have inbuilt / pre-installed splice tray
with all clamps , harnessing rings , ties etc,
Material: box, powder-coated sheet steel / front panel
No. 10(28)/2015-NICSI
Page 84 of 151
9.21 LIU , 96/144 fiber ,19” Rack mount drawer style enclouser
Loaded with SC / LC couplers & adaptor plates for 96/144 fibers 50/125 micron MM or 96/144 fibers 9.2/125 micron SM, 19” rack mountable metallic distribution enclosure 1U height with removable back cover , should have inbuilt / pre-installed splice tray with all clamps , harnessing rings , ties etc, Material: box, powder-coated sheet steel / front panel
9.22 Optical splitter Cabinet
Splitter Cabinet with 1x2 Splitter: The splitters should be housed in a 19” Rack mountable unit. The input and outputs should be on SCAPC adapters and should be of 1U size Each unit should accommodate 2 nos of 1x2 Splitters. The splitters should be PLC/FBT type Splitter Cabinet with 2x32 Splitter / 2x16 Splitter . The splitters should be housed in a plinth mountable outdoor IP55 rated unit. The splitters shall be of PLC type. The unit should have the following features: Should be loaded with adequate number of SCAPC Adapters and pigtails so that all the splitter ports can be patched to the incoming and outgoing main and distribution cables. Should have provision for loading up to 24 nos of 24F splice trays, the product should be loaded with adequate number of splice trays for splicing the GPON as well as the conventional fibers The cabinet should have a provision to load at least 6 nos of splitters The cabinet should have document holder The cabinet should be supplied with all the required accessories for installation viz. Fusion splice protectors (40mm), cable ties, IPA, tissue paper, hose clamps, red adhesive tape, grounding accessories, route card, transport tube (non kinking type 3mm diameter), cable ties, foam tape.
No. 10(28)/2015-NICSI
Page 85 of 151
9.23 GPON equipment, which consist of OLT, ONT and ONU, shall comply with the following common features
The proposed GPON equipment, which consist of OLT, ONT and ONU, shall comply with the following common features The proposed GPON equipment shall be
complied with the following ITU-T standard
G.984.1: General Characteristics G.984.2: Physical Media Dependent (PMD) layer G.984.3: Transmission convergence layer specification G.984.4: ONT management and control interface specification GPON System should support high-speed data channel through a single optical fiber with an upstream rate of 1.244 Gbit/s and a downstream rate of 2.488 Gbit/s. Wavelength pattern 1310 nm wavelength for upstream traffic 1490 nm wavelength for downstream traffic 1550 nm wavelength for video service The proposed GPON equipment shall support the following features, Dynamic Bandwidth Allocation (DBA) for upstream traffic, Advance Encryption Standard 128 Bit (AES) for downstream traffic Forward Error Correction (FEC) for upstream and downstream traffic The proposed GPON equipment shall support the following services
High Speed Internet access
VPN Services
Point-to-Point and Point-to-Multipoint Layer-2 services
Voice over GPON, Both Analog and IP Telephones
IPTV Service
CATV Services over GPON The proposed GPON equipment shall support the implementation of
VLAN per subscriber model
VLAN per service model
Or the combination of both The GPON OLT should support
Minimum up to 64 ONTs per PON Port
Minimum up to 2560 ONTs per system
Distance up to 20Km
Class B+ and Class C+ GPON SFPs The uplink interface shall support link aggregation
No. 10(28)/2015-NICSI
Page 86 of 151
Uplink and Downlink Interfaces (minimum requirement)
Uplink interface: 8 x 1GbE (SFP) and 2 x 10GbE (XFP) per Switch card
Downlink Interface: 4+4 GPON Ports (SFPs) per Line card with path protection
The proposed GPON OLT equipment shall support the following features.
DHCP relay agent Option 82 , DHCP Snooping.
PPPoE Intermediate Agent
IGMP proxy and IGMP snooping V1/V2/V3
MAC-Forced Forwarding (RFC4562)
IEEE 802.1Q (upto 4094 VLAN IDs)
IEEE 802.3x (Flow Control)
IEEE 802.1ad (Q-in-Q or VLAN Stacking)
IEEE 802.3ad (Link Aggregation) IEEE 802.1p (Quality of Service)
IEEE 802.1w (RSTP)
IP Anti-Spoofing
Flexible Packet filtering
MAC limit and spoofing prevention
priorities queues per port
802.1p, ToS, DSCP marking/remarking
Scheduling: SPQ, WRR, SP+WRR
Network Time Protocol for real time clock service
Rate control of Broadcast, unknown unicast and Multicast packets
Management Dual 10/100Base-T Out-of-Band management GUI based EMS, CLI, Telnet, RMON, SNMP v1/v2c/v3 Radius, TACACS+ authentication for management access Redundancy and Protection Scheme (OLT only) The GPON OLT equipment shall support the following protection mechanism.
Input power feed redundancy
Control card redundancy Switch/Uplink card redundancy
GPON Line card with optical path protection
Operating Requirements
Operating Temperature: -5C to 50C
Operating Humidity: 5% - 90% non condensing
Physical Requirements
No. 10(28)/2015-NICSI
Page 87 of 151
21" Standard ETSI Rack Mountable, Equipment height not more than 9RU
Full Front access Forced air cooling with field
replaceable air filter
Integrated Fiber management Power Supply
The GPON OLT equipment shall be operated at -48 VDC
Dual(A/B) Power Feeds Should be TSEC Certified Proposed OLT should interoperate with the existing Element Management System, Network and the services Control Card Specifications
1+1 master/slave redundancy option for high availability applications
Fully hot-swappable
Redundant power supply and control plane
Minimum of Two 10/100Base-T RJ-45 ports for EMS
Front-panel telco alarm cut-of (ACO) button
Front-panel critical, major and minor alarm indicator LEDs
Front-panel USB2.0 connector for local craft PC or any other Interface
Minimum 2Giga bit FLASH for software image and configuration data storage
SNMPv3 based management
Switch / Uplink Card Specifications
Hot swappable, with 1+1 master and slave redundancy option
Minimum 28 Gb/s (2 x 10-GbE and 8x1-GbE) uplink and 10Gbps backplane interface to each line card supporting non blocking architecture
Line speed switching
Flexible SNI interface types of 1G (Electrical or Optical)
Switching
Full throughput for all ports (non-blocking)
High capacity packet switching (16K MACs and 4,095 VLANs)
STP (802.1d), RSTP (802.1w)
MAC-forced forwarding (RFC4562) on SNI
Powerful layer 1~ 4 filtering and QoS
No. 10(28)/2015-NICSI
Page 88 of 151
Multicasting: IGMP snooping/proxy, 1024 layer-2 multicast groups
Line-rate unicast packet forwarding and multicast replication
Port based VLAN,802.1Q VLAN, IEEE 802.1ad Q-in-Q VLAN stacking
Independent VLAN learning (IVL)
DHCP relay with Option 82 Flexible SNI networking
802.3ad LAG
SNI interface types: 8 x 1GbE (SFP) and 2 x 10GbE (XFP)
Security
Layer 1~4 packet filtering via access control lists (ACL)
MAC address limiting per port
DHCP packet filtering
DHCP Option 82
MAC restriction per port
Broadcast/multicast/DLF packet limit
Port flood guard for abnormal traffic
Loop detection and blocking QoS
priority queues per port
802.1p, ToS, DSCP marking/remarking
Scheduling: SPQ, WRR, SP+WRR
SrTcm and TrTcm Congestion Control:
Back pressure (802.3x)
Rate control of broadcast, unknown unicast, multicast packets
Synchronization
Free run SONET/SDH Minimum Clock (SMC) internal clock
Redundant BITS/SSU 1544/2048 KHz and 1544/2048 Kbps inputs
Redundant BITS/SSU 1544/2048 KHz and 1544/2048 Kbps outputs per G.812
Automatic holdover (Stratum 3 or 3E local OCXO) on loss of reference inputs
SNI Interface Modules Specifications
Ethernet SFP Specifications
1G Ethernet Copper SFP Ethernet Standard: 1000BASE-T
Media: Copper
Connector: RJ-45
Distance: 100m
Form Factor: SFP
No. 10(28)/2015-NICSI
Page 89 of 151
Operating Temperature: 0˚-85˚C 1G Ethernet Multimode SFP
Ethernet Standard: 1000BASE-SX Media: Multimode Fiber (850nm
Wavelength)
Connector: Dual LC Connector Distance: 550m
Form Factor: SFP
Operating Temperature: 0˚-85˚C 1G Ethernet Singlemode SFP
Ethernet Standard: 1000BASE-LX
Media: Singlemode Fiber (1310nm Wavelength)
Connector: Dual LC Connector
Distance: 10Km
Form Factor: SFP
Operating Temperature: 0˚-85˚C 10G Ethernet Multimode SFP
Ethernet Standard: 10GBASE-SR
Media: Multimode Fiber (850nm Wavelength)
Connector: Dual LC Connector
Distance: 300m
Form Factor: XFP
Operating Temperature: 0˚-85˚C 10G Ethernet Singlemode SFP
Ethernet Standard: 10GBASE-LR
Media: Singlemode Fiber (1310nm Wavelength)
Connector: Dual LC Connector
Distance: 10Km Form Factor: XFP
Operating Temperature: 0˚-85˚C GPON Line Card Specifications
4 GPON active ports and 4 protection ports per card
Hot swappable cards Dual 10 Gbps interface to the
backplane for data-plane redundancy
Dual 1 Gbps interface to the backplane for control-plane redundancy
On-board L2 switch with intelligent QoS & multicast support
Minimum 8K MAC addresses per PON port and 32K MAC addresses per card
4,095 VLANs
T-CONT types 1 to 5 support
1,024 Alloc Ids per PON port and 4,096 Alloc Ids per card
256 allocations in BW MAP PON SFP Specification
No. 10(28)/2015-NICSI
Page 90 of 151
GPON .984.2Amd.1 Class B+ bi-directional optical transceiver
Single Mode, Single fiber with 1490nm on Downstream (2.488Gbps), 1310nm on the Upstream (1.244Gbps)
Class B+ link budget: 28dB
Hot-swappable
SFP (Small Form-factor Pluggable) package with SC/UPC receptacle
Compliant with TEC GR/PON-01/02 April 2008
Transmitter power - Min: +1.5 (dBm)
Transmitter power - Max: +5 (dBm)
Receiver power Min: -28 (dBm)
Receiver power Max: -8 (dBm) ONT Specifications Proposed ONT shall provide 4 Gigabit Ethernet ports and 2 POTS ports General features
IEEE 802.1D
Hybrid Mode supporting both Routed and Bridged modes simultaneously
IEEE 802.1p (Quality of Service)
IGMP Snooping v2/v3
different T-CONTs per ONT
Learning MAC addresses ≥ 256
MAC Address Limiting
Point to Point Protocol over Ethernet (PPPoE)
Internet Protocol over Ethernet (IPoE)
IP DHCP Server
NAT (Network Address Translation) and NAPT (Network Address Port Translation)
DNS (Domain Name System Proxy)
Dynamic DNS
Port Forwarding Dying gasp
VLAN features
IEEE 802.1Q (VLAN)
Port-Based VLAN Q-in-Q or VLAN Stacking
VLAN Translation POTS Voice Specifications
G.711 (A-law and µ-law) and G.729 (A and B) for VoIP Coding
T.38 (Fax over IP) SIP for VoIP protocol
Call feature: Caller ID, Call waiting, Call forward, Call Transfer, Three way conference
No. 10(28)/2015-NICSI
Page 91 of 151
Subscriber Interfaces
10/100/1000 Base-T with RJ-45 connector
POTS interfaces with RJ-11 connector
Physical
Temperature 0 to 50 ºC
Humidity 5 to 95% non-condensing
Wall or table mountable Power Supply
Power adapter: Input 100-240VAC, 50/60Hz; output: 12VDC, 1.5A
In-band or Out-band management
Command Line Interface (CLI) Must support Graphical User
Interface (GUI)
Simple Network Management Protocol (SNMP) base management
Remote loopback test (GPON interface)
Must be based on Client-Server Architecture
Management features The Management features are the features that provide the abilities to the end user for configuring, setting and monitoring the equipment, parameters, states, problems and others of the PON equipment in the network. The proposed PON equipment shall be complied with the following features. Equipment management
OLT Management
Remote software upgrade
Switch Card Management
GPON Line Card Management
Uplink and PON Interface Management
Terminal Management (ONT)
Subscriber Interface Management
Service Management
Support ONT Create, Activate, Deactivate, Delete with wizards and by manual
ONT Remote Software upgrade Fault management
Must be fully FCAPS compliant
Current Alarm Monitoring (Live alarm monitoring)
History Alarm Monitoring
Event Monitoring
Alarm Filtering
No. 10(28)/2015-NICSI
Page 92 of 151
Performance management
Equipment Performance Statistics Interface Performance Statistics
Export Performance Report Topology management
Graphical, geographical, hierarchical and domain based network view
ONT Auto / Manual Discovery Security management
Support for Multiple User accounts
Support for user group management
Support for Role based access controls to the user
Database Management
Manual and Scheduled backups of all NE configuration
Manual and Scheduled backups of EMS database
EMS Log management OLT and ONT Network Inventory Management
Support Different Service Profile
Service Profile Management
VLAN profile Management
ONT Profile Management Input
VOLTAGE RANGE: 90 ~ 132VAC / 180 ~ 264VAC
FREQUENCY RANGE: 47 ~ 63Hz
EFFICIENCY (Typ.): 89%
AC CURRENT (Typ.): 10A/230VAC
INRUSH CURRENT (Typ.): 55A/230VAC
LEAKAGE CURRENT: <2.5mA / 240VAC
Output
DC VOLTAGE: 48V
RATED CURRENT: 20.8A CURRENT RANGE: 0 ~ 20.8A
RATED POWER : 998.4W or suitable output
9.24 Others
9.25 Installation & Termination of Fiber Joint Enclosure
Fibre optic Joint Enclosure ( Indoor wall
mount )
No. 10(28)/2015-NICSI
Page 93 of 151
Supply & fixing of fiber optic joint enclosure
( reusable) with IP 68 rating . The joint box
should be made of ageing resistant plastic,
corrosion- resistant sheet metal & have a
service life of 20 yr. It should be compact ,
dust free, good sealing performance, capable
of housing 6 12 24 48 96 &144 fiber splice
tray ,able to manage necessary OFC bend
radius ,fitted with necessary plastic loops,
sealing rings & 4 holes ( for in coming & out
going OFC cables), fitted with SC & LC pigtel
(SM/MM as per requirement of site) & with
all necessary accessories required for above
work.
Working temp: -30 Degree C to + Degree 60
C
Fibre optic joint Enclosure ( out door ,
direct burial type )
Supply & fixing of fiber optic joint enclosure
( reusable) with IP 68 rating . The joint box
should be made of ageing resistant plastic,
corrosion- resistant sheet metal & have a
service life of min. 20 yr. It should be
compact , dust free, good sealing
performance, capable of housing 6 12 24 48
96 144 fiber splice tray ,able to manage
necessary fiber bend radius ,fitted with
necessary plastic loops, sealing rings & 4
holes ( for in coming & out going OFC
cables),fitted with SC / LC pigtel (SM/MM
to be supplied as per requirement of site)
Working temp: -30 Degree C to + Degree 60
C
9.26 Installation & Termination ,Documentation & Site certification for Indoor & Outdoor Fiber Cabling
Fiber Optic Cable laying with route survey &
documentation with following
- In building laying of fiber in PVC ducts on
wall
Outdoor FO laying with
- Excavation and resurfacing of the soil
(depth 1 m)
- Excavation and resurfacing of the concrete
( depth 1 m)
- Supply and installation/ fixing of 1”
diameter GI pipe under ground and on
surface
- Supply and installation of 1.5” diameter GI
pipe
- Supply and installation of 2” diameter
HDPE PVC jacket for under ground laying
- Supply and installation of 4” diameter
No. 10(28)/2015-NICSI
Page 94 of 151
8.8.2 Table 2: Data Centre
S.No Product Description
Specifications Make / Model Part Code
10. Data Center Software
HUME pipe for under ground laying
- SC connector termination on Fiber Optic
cable
- Supply and installation of buffer tubing kit
- cable pulling pit made of reinforced
concrete and brick walls with removable
covers
- trenchless digging ( manual / with
machine) for
excavation under public road crossing or
Wherever required with in the campus /site
requirement
- Fiber optics cable route marker
- Performance testing of laid Fibre Optic cable by OTDR for continuity , length & db loss as per EIA/TIA-455-60 document for FO test procedures & Documentation of the results
No. 10(28)/2015-NICSI
Page 95 of 151
S.No Product Description
Specifications Make / Model Part Code
10.1 Intelligent Cable Management System
1. Shall provide a graphical user interface (GUI) that will provide all details about the physical layer network in a front of the customer, the GUI is customizable to suit the customer needs.
2. Shall be able to raise work orders to help in planning network “add, move, changes” activity well in advance and a guidance based executions to avoid the chances of mistakes/incident.
3. Shall be able to generate QR codes and
use to tag and identify the network assets in real time. This feature will help to track all IT and non IT assets based on the QR code. By simply scanning the QR code on the asset the customer can identify and trace where it is located in the network.
4. Shall come with ticketing based software
where work orders can be released or assigned to individual technicians. Acknowledgement of the tickets can be monitored and analyzed for future reference.
5. Shall provide detailed and accurate Active and Passive device elevation with rear and front graphical view which will help in maintaining and monitoring the IT infrastructure and spaces.
6. Shall have a Powerful, fully customizable
reporting tool with the support from BIRT reporting. Various formats should be available, such as PDF, Excel, Word etc.
7. Shall come with an i-Phone, i-Pad based mobile application available for processing Move, Add and Changes accurately in real time and for identifying network intelligent and non-intelligent (such as Rack / PDU / Tables etc) assets inside the facility.
8. Security – Receive alerts of unauthorized changes. Alerts – email, logs every physical change in passive network. Response filter should be set to criticality / category of the alarm generated.
9. Shall be able to Automatic discover Switches and end devices and place them in the Data Base.
10. For enhanced security, MAC
address authentication / verification possible for any Move, Add or Changes done in the Network.
No. 10(28)/2015-NICSI
Page 96 of 151
S.No Product Description
Specifications Make / Model Part Code
11. It is be able to detect and track the
devices when they move from one location to another in real time. Note that this detection is be based on SNMP trap information from active components and should strictly not require any addition clients or any signal to be sent to the end device / outlet over the physical layer.
12. The verification of patching information or device detection or movement should use a non-invasive technology i.e. the technology should not use existing pairs of cabling but a method which should not affect the working or standards of cabling / network.
13. Will detect the category and color
of the patch cord inserted in the network and will intimate whether a wrong category of cable has been inserted or not.
14. Will intimate whether the fiber
polarization is correct or not (i.e. whether the TX fiber is connected to the RX fiber on the other side or not).
15. Provides 3 different connection
states of whether the patch cord is managed, unmanaged or no cable.
10.2 Data Center Hardware
10.3 Fiber
10.4 Optical Fiber Cassettes - MPO OM3
MPO cassettes shall house [XG 50/125um OM3, OM4 & single-mode] 12-fiber break out assemblies. Cassettes should be pre terminated and shall have [LC or SC] connectors on the front and [one (12-fiber) or two (24-fiber)] MPO connections on the back. Cassette polarity shall be Pair-Flipped / straight. MPO cassettes shall meet the most recent revision of TIA/EIA-568-C.3 standard, and its published addenda.
No. 10(28)/2015-NICSI
Page 97 of 151
S.No Product Description
Specifications Make / Model Part Code
10.5 Optical Fiber Trunk Cable
12 or 24 fibers, OM3, OM4 and OS2, TIA/EIA-568-C.3 and ISO/IEC 11801 standards complied, Trunk cable should be as per GR-409-CORE and UL/IEC rating for CMR or LSZH, factory pre terminated assemblies with high density MPO connectors. Each trunk cable shall have protective devices to prevent damage to the connectorized ends during installation. Polarity of the assemblies should be available either pair flipped or Straight version. Return loss shall be ≥ 25 dB measured in mated condition against ref. connector at 850 nm. The fiber core shall be bend insensitive fiber. Length- 10 meter, 15 meter, 20 meter, 30 meter and 40 meter.
10.6 Controller Device for Managing MPO cassettes and NMS
Shall fit into the jack panel without occupying the rack space. Shall be Designed to fit inside the rear cable manager without interfering with panel connectivity, does not require additional rack space. Shall have Link and activity status LEDs at the rear of unit. Shall have input voltage of 100-240VAC, 50-60Hz, 0.5A.
10.7 Unloaded LIU for MPO cassettes
1U, 19 Inch Drawer Style rack mountable High D Semi-ANGLED metallic distribution enclosure, angled to provide additional cable management towards side area and can be placed in closed racks, Unloaded with 4 slots and allows easy moves, adds and changes, Can accommodate four MPO Cassettes with 12 or 24 fiber cores of 9/125 micron SM or 50/125 micron MM Fiber
10.8 Copper
10.9 10G Patch
Panel
48/32/24 Port patch panel 1U, Rack-
mount, straight style for 12 Cable
Assemblies. ISO/IEC 11801 2nd edition
Class F A, E A. Each Cassettes should have
minimum 8 individual RJ45 10GBASE-T
transmission ports. Each cassette should
be compatible with the pre terminated 10 G
copper assembly. Each RJ 45 10GBASE-T
interface at the front is backward
compatible to 1000BASE-T). Each cassette
shall accept 2 x MRJ21 receptacles.
No. 10(28)/2015-NICSI
Page 98 of 151
S.No Product Description
Specifications Make / Model Part Code
10.10 10G pre
terminated
Cable
Assembly
10 G copper cable assembly shall be a pre
terminated plug and play assembly. Trunk
cable shall have LSZH (Low smoke zero
halogen) jacket. Each Pre terminated
assembly should support 4 x 10 Gbps no of
ports, reducing the density of total no of
cables required in conventional approach.
Should be available in different versions i.e.
Single connector supporting 4 individual 10
Gbps ports at 180 degree & 45 degrees.
Shall be 100% factory terminated and
factory tested solution.
An equivalent product conforming to the
specified standards and functionality is
acceptable.
Length- 10 meter, 15 meter, 20 meter, 30
meter and 40 meter.
10.11 1G Patch
Panel
Straight/Angled, Shielded/Unshielded,
24/48 ports, 1U with enough space for
labelling, should have High-density small
form factor copper connector interface;
Panel should also be modular and
pluggable, RoHS compliant. It should fit in
the rack supplied.
10.12 1G Cassette 6 ports, shielded/unshielded, High-density,
small form factor connectivity, Factory
terminated and tested cassettes, RoHS
compliant.
10.13 1G cable
assembly
Shall be a 24 pair cabling and patch panel
solution. The small footprint shall reduce
cable bulk in pathways and conduits.
Factory terminated, tested and serialized
cable assemblies and panels. Cassettes and
patch panels break out high performance
24 pair cable to the appropriate wiring
patterns for standards based 10/100 BASE-
T, 10/100/1000BAST-T Gigabit Ethernet,
and other applications.
An equivalent product conforming to the
specified standards and functionality is
acceptable.
Length- 10 meter, 15 meter, 20 meter, 30
meter and 40 meter.
No. 10(28)/2015-NICSI
Page 99 of 151
8.9 Annexure 9: Financial Bid Letter
Name of the Vendor:
Category for which bid is submitted: (Category 1 A / Category 1 B / Category 2 ) :
To
The Managing Director National Informatics Centre Services Inc., Hall No. 2 & 3, 1st Floor, NBCC, Tower 15, Bhikaiji Cama Place New Delhi-110066. Ref. RFP No. ………………………… dated …………………… Sir, We declare: We are eligible to quote against this RFP___________________________________ That we/our principals are equipped with adequate hardware/software and other facilities required for providing services and our establishment is open for inspection by the representatives of NICSI. We hereby offer to provide Services at the prices and rates mentioned in the Financial bid for the scope of work as per the RFP mentioned above. We do hereby undertake, that, In the event of acceptance of our bid, the Services shall be provided as stipulated in the work order and the RFP scope of work, terms and conditions to the Bid and that we shall perform all the incidental services. The prices quoted are inclusive of all charges inclusive of traveling, hardware/software/ manpower etc. for providing the desired services at any location within India. We enclose here with the complete Commercial Bid as required by you. This includes:
A. Financial Bid Letter (Annexure 8) B. Financial Bid (Annexure 9 for Category 1 A, Annexure 10 for Category
1B and Annexure 11 for Category 2) The Grand Total Price in Rupee (GTV), the item-wise details of which is given in Annexure <<Mention Annexure no. for the category>> , is INR ____________________ (INR <<Rupees in words>>). We agree to abide by our offer a period of 90 days from the date fixed for opening of the Quotes and what we shall remain bound by a communication within that time. We have carefully read and understood the terms and conditions of the RFP and the conditions of the contract/empanelment applicable to the RFP and we do hereby undertake to provide the services as per these terms and condition.
No. 10(28)/2015-NICSI
Page 100 of 151
Certified that we are:
A sole proprietorship firm and the person signing the RFP is the sole proprietor/constituted attorney of the sole proprietor,
Or A partnership firm, and the person signing the RFP is the firm and he has authority to refer to arbitration disputes concerning the business of the partnership by virtue of the partnership agreement/by virtue of general power of attorney, Or A company and the person signing the RFP is the constituted attorney.
Or A registered cooperative society and the RFP is signed by the authorized signatory. (NOTE: Delete whatever is not applicable. All corrections/deletions should invariably be duly attested by the person authorized to sign the RFP document.)
We do hereby undertake, that, until a formal contract/empanelment is prepared and executed, this bid, together with your written acceptance thereof, the RFP document and placement of letter of intent awarding the contract/empanelment, shall constitute a binding contract between us.
Dated Signature of Bidder Full Address: List of Enclosures, enclosed. Telephone No. 1. 2. Telegraphic Address 3. 4. 5. FAX No. 6. 7. E-Mail : Company Seal
8.10 Annexure 10: Detailed Costing for Category 1 A
Name of the Vendor:
Category for which bid is submitted: Category 1 A
8.10.1 Table 1: Passive Components
S. No
Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
1. UTP COMPONENTS (CAT 6A)
2. UTP cable ( 305
m Box)
Mtr 30
3. 24 port Patch
Panel suitable
unshielded
CAT6A
No 20
4. 48 port Patch
Panel suitable
unshielded
CAT6A
No 20
5. Wire
Manager/Patch
Chord Minder
panel
No 30
6. Information
outlets-
Unsheilded
CAT6A Single ( 1
-port)
No 100
7. Information
outlets-
Unsheilded
CAT6A Dual ( 2-
port)
No 100
8. Information
outlets-
Unsheilded
CAT6A Quad ( 4-
port)
No 100
No. 10(28)/2015-NICSI
Page 102 of 151
S. No
Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
9. Patch Cord UTP
CAT6A. 1 meter
No 100
10. Patch Cord UTP
CAT6A. 2 meter
No 100
11. Patch Cord UTP
CAT6A. 3 meter
No 100
12. Patch Cord UTP
CAT6A. 5 meter
No 100
13. Patch Cord UTP
CAT6A. 10 meter
No 100
14. SFTP
COMPONENTS
(CAT6 A )
15. SFTP cable CAT 6
A 305 meter box
No 15
16. 24 port Shielded
Patch Panel
No 10
17. 48 port Shielded
Patch Panel
No 10
18. Information
outlets-
Unsheilded SFTP
Single ( 1 -port)
No 20
19. Information
outlets-
Unsheilded SFTP
Dual ( 2-port)
No 20
20. Information
outlets-
Unsheilded SFTP
Quad ( 4- port)
No 20
21. Patch Cord SFTP
CAT6A. 1 meter
No 100
22. Patch Cord SFTP
CAT6A. 2 meter
No 40
23. Patch Cord SFTP
CAT6A. 3 meter
No 40
24. Patch Cord SFTP
CAT6A. 5 meter
No 40
No. 10(28)/2015-NICSI
Page 103 of 151
S. No
Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
25. Patch Cord SFTP
CAT6A. 10 meter
No 40
26. UTP
COMPONENTS
(CAT6 )
27. UTP Components
( CAT6)
28. UTP cable 305 meter Box
No 30
29. 24 port Patch Panel
No 15
30. 48 port Patch Panel
No 15
31. Information
outlets-
Unsheilded CAT6
Single ( 1 -port)
No 10
32. Information
outlets-
Unsheilded CAT6
Dual ( 2-port)
No 10
33. Information
outlets-
Unsheilded CAT6
Quad ( 4- port)
No 10
34. Patch Cord UTP
CAT6. 1 meter
No 10
35. Patch Cord UTP
CAT6. 2 meter
No 10
36. Patch Cord UTP
CAT6. 3 meter
No 10
37. Patch Cord UTP
CAT6. 5 meter
No 10
38. Patch Cord UTP
CAT6. 10 meter
No 10
39. STP ( Shielded Twisted Pair) COMPONENTS CAT 6
40. STP cable CAT 6 No 30
No. 10(28)/2015-NICSI
Page 104 of 151
S. No
Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
305 meter box
41. 24 port STP CAT 6 Patch Panel
No 10
42. 48 port STP CAT 6 Patch Panel
No 10
43. Information
outlets-
Unsheilded STP
CAT6 Single ( 1 -
port)
No 10
44. Information
outlets-
Unsheilded STP
CAT6 Dual ( 2-
port)
No 10
45. Information
outlets-
Unsheilded STP
CAT6 Quad ( 4-
port)
No 10
46. Patch Cord STP
CAT6. 1 meter
No 10
47. Patch Cord STP
CAT6. 2 meter
No 10
48. Patch Cord STP
CAT6. 3 meter
No 10
49. Patch Cord STP
CAT6. 5 meter
No 10
50. Patch Cord STP
CAT6. 10 meter
No 10
51. Total A
8.10.2 Table 2: Racks
S. No. Product Description
Unit Unit Price (All
inclusive) with five
years warranty
(Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All
inclusive) with five
years warranty
(Rs.)
Indicative Quantity for Determining
the L1 vendor/rates
only.
Total Price (All inclusive) with five
years warranty
(Rs.)
No. 10(28)/2015-NICSI
Page 105 of 151
1 2 3 4 5 6 7=4+5+6 8 9=8X7
1. Racks
2. 19 “ Rack , Wall mount 530 mm depth, 9 U height, Front glass door ( lockable, toughened 4mm),
No 20
3. 19 “ Rack , Wall Mount , 530 mm depth, 12 U height, Front glass door ( lockable, toughened 4mm),
No 40
4. 19 “ Rack , Floor standing 800 mm depth 24 U height, Front & back door ( lockable), Front glass door(toughened 4mm),
No 40
5. 19 “ Rack , Floor standing 1000 mm depth 32 U height, Front & back door ( lockable), Front glass door (toughened 4mm),
No 20
6. 19 “ Rack , Floor standing 1000 mm depth 42 U height, Front & back door ( lockable), Front glass door (toughened 4mm),
No 20
Total - - - - - - B
No. 10(28)/2015-NICSI
Page 106 of 151
8.10.3 Table 3: Fibre Components
S.No Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
1. Fiber Cable
2. Fiber Optic indoor Distribution cable , tight buffered, Multi mode (MM), support 10 G Ethernet up to 300 m,OM-3 for 6 Core
Mtr 4000
3. Fiber Optic indoor
Distribution cable ,
tight buffered, Multi
mode (MM), support
10 G Ethernet up to
300 m,OM-3 for 12
Core
Mtr 3000
4. Fiber Optic indoor
Distribution cable ,
tight buffered, Multi
mode (MM), support
10 G Ethernet up to
300 m,OM-3 for 24
Core
Mtr 1000
5. Fiber Optic indoor
Distribution cable ,
tight buffered, Multi
mode (MM), support
10 G Ethernet up to
300 m,OM-3 for 48
Core
Mtr 500
6. Fiber Optic Indoor /
outdoor loose tube
cable ,Unarmoured,
Multi mode (MM),
support 10 G
Ethernet up to 550
m,OM-4 for 6 Core
Mtr 3000
7. Fiber Optic Indoor /
outdoor loose tube
Mtr 1000
No. 10(28)/2015-NICSI
Page 107 of 151
S.No Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
cable ,Unarmoured,
Multi mode (MM),
support 10 G
Ethernet up to 550
m,OM-4 for 12 Core
8. Fiber Optic Indoor /
outdoor loose tube
cable ,Unarmoured,
Multi mode (MM),
support 10 G
Ethernet up to 550
m,OM-4 for 24 Core
Mtr 1000
9. Fiber Optic Indoor /
outdoor loose tube
cable ,Unarmoured,
Multi mode (MM),
support 10 G
Ethernet up to 550
m,OM-4 for 48 Core
Mtr 500
10. Fiber Optic outdoor
armoured cable (OM
4),multi loose tube,
Multi mode MM)
,850nm laser
optimized 50/125
micron, support 10 G
Ethernet up to 550 m
for 6 Core
Mtr 3000
11. Fiber Optic outdoor
armoured cable (OM
4),multi loose tube,
Multi mode MM)
,850nm laser
optimized 50/125
micron, support 10 G
Mtr 1000
No. 10(28)/2015-NICSI
Page 108 of 151
S.No Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
Ethernet up to 550 m
for 12 Core
12. Fiber Optic outdoor
armoured cable (OM
4),multi loose tube,
Multi mode MM)
,850nm laser
optimized 50/125
micron, support 10 G
Ethernet up to 550 m
for 24 Core
Mtr 1000
13. Fiber Optic outdoor
armoured cable (OM
4),multi loose tube,
Multi mode MM)
,850nm laser
optimized 50/125
micron, support 10 G
Ethernet up to 550 m
for 48 Core
Mtr 500
14. Fiber Optic outdoor
armoured cable ,
multi loose tube
Single mode (SM)
Optical 10 G Ethernet
up to 550 m 6 Core
Mtr 3000
15. Fiber Optic outdoor
armoured cable ,
multi loose tube
Single mode (SM)
Optical 12 Core
Mtr 1000
16. Fiber Optic outdoor
armoured cable ,
multi loose tube
Single mode (SM)
Optical 10 G Ethernet
up to 550 m 24 Core
Mtr 1000
17. Fiber Optic outdoor
armoured cable ,
multi loose tube
Single mode (SM)
Mtr 500
No. 10(28)/2015-NICSI
Page 109 of 151
S.No Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
Optical 10 G Ethernet
up to 550 m 48 Core
18. Optical Fiber adaptor SC type 50/125 micron MM fiber
No 1000
19. Optical Fiber connectors SC type 9.2/125 micron SM fiber
No 1000
20. Optical Fiber adaptor LC type 50/125 micron MM fiber
No 1000
21. Optical Fiber connectors LC type 9.2/125 micron SM fiber
No 1000
22. Optical Fiber pigtails SC type, 1 meter length 50/125 micron MM fiber
No 1000
23. Optical Fiber pigtails SC type, 1 meter length 9.2/125 micron SM fiber
No 300
24. Optical Fiber pigtails LC type , 1 meter 50/125 micron MM fiber
No 300
25. Optical Fiber pigtails LC type , 1 meter fiber 9.2/125 micron SM fiber
No 300
26. Optical Fiber Patch cord MM , SC-SC OM 3, 3 M
No 300
27. Optical Fiber Patch cord MM , SC-SC OM 3 , 10 M
No 300
28. Optical Fiber Patch cord MM , SC- SC OM 3, 20 M
No 300
29. Optical Fiber Patch cord MM , SC-SC OM 3 , 30 M
No 300
30. Optical Fiber Patch cord MM ,LC-LC OM
No 300
No. 10(28)/2015-NICSI
Page 110 of 151
S.No Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
3, 3 M
31. Optical Fiber Patch cord MM , LC -LC OM 3 , 10 M
No 300
32. Optical Fiber Patch cord MM , LC -LC OM 3, 20 M
No 300
33. Optical Fiber Patch cord MM, LC -LC OM 3 , 30 M
No 300
34. Optical Fiber Patch cord MM , SC -LC OM 3, 3 M
No 300
35. Optical Fiber Patch cord MM, SC -LC OM 3 SC-LC 10 M
No 300
36. Optical Fiber Patch cord MM , SC -LC OM 3, 20 M
No 300
37. Optical Fiber Patch cord MM , SC -LC OM 3, 30 M
No 300
38. Optical Fiber Patch cord MM , SC-SC OM 4, 3 M
No 300
39. Optical Fiber Patch cord MM , SC-SC OM 4 , 10 M
No 300
40. Optical Fiber Patch cord MM , SC- SC OM 4, 20 M
No 300
41. Optical Fiber Patch cord MM , SC-SC OM 4, 30 M
No 300
42. Optical Fiber Patch cord MM ,LC-LC OM 4, 3 M
No 300
43. Optical Fiber Patch cord MM , LC -LC OM 4 , 10 M
No 300
44. Optical Fiber Patch cord MM , LC -LC OM 4, 20 M
No 300
45. Optical Fiber Patch cord MM, LC -LC OM 4 , 30 M
No 300
No. 10(28)/2015-NICSI
Page 111 of 151
S.No Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
46. Optical Fiber Patch cord MM , SC -LC OM 4, 3 M
No 300
47. Optical Fiber Patch cord MM, SC -LC OM 4 SC-LC 10 M
No 300
48. Optical Fiber Patch cord MM , SC -LC OM 4, 20 M
No 300
49. Optical Fiber Patch cord MM , SC -LC OM 4, 30 M
No 300
50. Optical Fiber Patch cord SM , SC-SC 3 M
No 300
51. Optical Fiber Patch cord SM , SC-SC , 10 M
No 300
52. Optical Fiber Patch cord SM , SC- SC , 20 M
No 300
53. Optical Fiber Patch cord SM , SC-SC , 30 M
No 300
54. Optical Fiber Patch cord SM ,LC-LC, 3 M
No 300
55. Optical Fiber Patch cord SM , LC -LC , 10 M
No 300
56. Optical Fiber Patch cord SM , LC –LC, 20 M
No 300
57. Optical Fiber Patch cord SM, LC -LC , 30 M
No 300
58. Optical Fiber Patch cord SM , SC -LC, 3 M
No 300
59. Optical Fiber Patch cord SM, SC -LC 10 M
No 300
60. Optical Fiber Patch cord SM , SC -LC , 20 M
No 300
61. Optical Fiber Patch cord SM , SC -LC, 30 M
No 300
No. 10(28)/2015-NICSI
Page 112 of 151
S.No Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
62. LIU , 6/12/24, fiber ,
1 U Wall mount
enclosure
No 300
63. LIU , 48 fiber , ,wall mount enclosure
No 50
64. LIU , 6/12/24, fiber , 1 U Drawer style19” Rack mount enclosure
No 200
65. LIU , 48 fiber , ,19”Rack mount enclosure
No 50
TOTAL C
8.10.4 Table 4: Services
S. No. Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
Cost for Services
1. Labor and Other Services
2. Site survey and initial designing - up to 250 nodes
Per site Lumpsum
1
3. Site survey and initial designing - up to 500 nodes
Per site Lumpsum
1
4. Site survey and initial designing - up to 1000nodes or above
Per site Lumpsum
1
5. In-building
laying of UTP
CAT 6A / CAT 6
cable ( per meter
Mts 2ooo
No. 10(28)/2015-NICSI
Page 113 of 151
S. No. Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
)
6. Installation &
Termination of
information
outlets
(including
termination of
CAT 6A / CAT 6
cable on I/O)
Mts 500
7. Installation &
termination of
UTP cables on
Patch Panel CAT
6 / CAT 6A with
wire Manager
No 500
8. Performance
testing of the laid
UTP CAT 6 /
CAT 6A cable
(Penta scanner
report &
documentation)
( per node)
No 500
9. Site certification
for UTP CAT 6
CAT 6A & Fiber
Cabling with 20
yrs performance
warranty ( per
site)
No 500
10. Site Up to 250
nodes
No 200
11. Site Up to 500
nodes
No 200
12. Site Up to 1000
nodes or above
No 100
No. 10(28)/2015-NICSI
Page 114 of 151
S. No. Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
13. Supply & fixing
of marked PVC
duct of size ( Per
Meter )
No
14. 15 X 15 mm No 1
15. 25 x 25 mm No 1
16. 45 X 25 mm No 1
17. 45 X 45 mm No 1
18. supply & fixing of
PVC conduit of
OD size ( Per
Meter )
No
19. 20mm No 1
20. 32mm No 1
21. 40mm No 1
22. Supply & fixing
of Metal MS
cable tray/
raceway with
covers for
mounting on
ceiling / floor
/wall , with all
connecting
fittings &
sections for
hanging ,T, cross
, L , vertical up
/down routing/
branching of
cables etc , Size
as follows with
required fitting
kit & accessories
for above
No. 10(28)/2015-NICSI
Page 115 of 151
S. No. Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
( per running
meter )
23. 50 mm Height x
100 mm Width
1
24. 50 mm Height x
200 mm Width
No 1
25. 100 mm Height x
300 mm Width
No 1
26. Supply & fixing
of High Grade
PVC cable tray/
raceway with
covers for
mounting on
ceiling / floor
/wall , with all
connecting
fittings &
sections for
hanging ,T, cross
, L , vertical up
/down routing/
branching of
cables etc , Size
as follows with
required fitting
kit & accessories
for above
( per running
meter )
27. 50 mm Height x
150 mm Width
No 1
28. 100 mm Height x
100 mm Width
No 1
29. 100 mm Height x
300 mm Width
No 1
No. 10(28)/2015-NICSI
Page 116 of 151
S. No. Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
30. Removal of old
UTP/Fiber /
Coaxial /
RS232/telephone
cables (per
meter)
Mtr 1
31. In building
laying of fiber in
duct / conduit (
per meter)
Mtr 1
32. Outdoor Laying
of Fiber Cable (
Per Meter)
Mtr 1
33. Excavation and
resurfacing of the
soil (depth 1 mtr)
Mtr 1
34. Excavation and
resurfacing of the
concrete ( depth
1 mtr )
Mtr 1
35. Trenchless
digging(
Manual/with
Machine) for
excavation under
public road
crossing or
campus
Mtr 1
36. Supply and
installation/
fixing of GI pipe
under ground
and on surface
Mtr 1
37. 1 inch diameter Mtr 1
38. 1.5 inch diameter Mtr 1
39. Supply and Mtr 1
No. 10(28)/2015-NICSI
Page 117 of 151
S. No. Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
installation/
fixing of 2 inch
diameter HDPE
PVC jacket under
ground or on
surface (per
meter)
40. Supply and
installation/
fixing of 4 inch
HUME pipe
under ground
(per meter)
Mtr 1
41. SC/LC connector
termination on
Fiber Optic cable
No 1
42. Fusion /
mechanical
splicing of SC /
LC type pigtails
No 1
43. Supply and
installation of
buffer tubing kit
No 1
44. Fiber optics cable
route marker
No 1
45. cable pulling pit made of reinforced concrete and brick walls with removable covers
No 1
46. Performance
testing of laid
Fiber Optic cable
for continuity ,
length & db loss
No
No. 10(28)/2015-NICSI
Page 118 of 151
S. No. Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
as per EIA/TIA-
455-60
document for FO
test procedures
&documentation
of the results
47. On-Call Support
48. On-Call support including 2 free site visits per Quarter
Per site Lumpsum
10
49. On-Call support including 4 free site visits per quarter
Per site Lumpsum
10
50. On-Call support including 8 free site visits per quarter
Per site Lumpsum
5
51. Additional cost for each visit in a quarter
Per site Lumpsum
50
52. Full-Time Onsite Support
53. Cost of Technically qualified manpower.
Nos 10
Total - - - - - - D
Gross Total Value:
L1 value calculation for Category 1 A
No. 10(28)/2015-NICSI
Page 120 of 151
8.11 Annexure 11: Detailed Costing for Category 1 B
Name of the Vendor:
Category for which bid is submitted: Category 1 B
8.11.1 Table 1: Active Components
S.No Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
Switch
1. Layer 2 Basic switch 8 port
No 20
2. Layer 2 switch 8 port with POE +
No 20
3. 24 port managed L2 switch
No 20
4. Layer 2 switch 24 port with POE+
No 20
5. 48 port managed L2 switch
No 10
6. Layer 2 Basic switch 48 port with POE
No 10
7. Layer 3 24 Port switch + 4 SFP
No 5
8. Layer 3 Chassis Switch
No 5
9. Layer 3 Advanced standalone switch
No 5
10. UTP to fiber Transceivers
11. UTP to fiber transceiver 1 Gbps with ST
No 15
12. UTP to fiber transceiver 1 Gbps with SC/LC
No 15
13. Mini GBIC Transceivers
14. 1000 Base SX- transceivers with
No 10
No. 10(28)/2015-NICSI
Page 121 of 151
S.No Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
LC connector mm
15. 1000 Base LX-transceivers with LC connector sm
No 10
16. 1000 Base TX -transceivers for copper
No 10
17. 10 Gig SR transceiver LC connector MM
No 10
18. 10 Gig LR transceiver LC connector SM
No 10
19. 10 Gig ZR transceiver LC connector SM
No 10
20. 40 Gig SR4 transceiver
No 2
21. 40 Gig LR4 transceiver
No 2
22. 24 port 10/100/1000 TX module for chassis switch
No 2
23. 24 port SFP module for chassis switch
No 2
24. 24 port 10 Gig SFP+ module for chassis switch
No 2
25. LAN extender
26. 10/100/1000 ethernet LAN extenders on Copper pair
No 30
27. 10/100/1000 ethernet LAN extenders on optical fiber (SX)
No 30
28. NMS No 30
A
No. 10(28)/2015-NICSI
Page 122 of 151
8.11.2 Table 2: Survey / Installation and Manpower
S. No.
Product Description Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
Cost for Services
1. Site survey and initial designing - up to 250 nodes
Per site Lumpsum
1
2. Site survey and initial designing - up to 500 nodes
Per site Lumpsum
1
3. Site survey and initial designing - up to 1000nodes or above
Per site Lumpsum
1
4. Installation and
Configuration of layer
2 switch ( 24 port / 48
port )
No 70
5. Installation and
Configuration of layer 3
switch
No 15
6. Chassis based Core
switch( with different
type of cards & modules
)
No 5
7. Installation of UTP to Fiber Trans receivers, Mini GBIC and LAN Extenders
No 30
8. On Call
9. On-Call support including 2 free site visits per Quarter
Per site Lumpsum
10. On-Call support including 4 free site visits per quarter
Per site Lumpsum
11. On-Call support including 8 free site visits per quarter
Per site Lumpsum
12. Additional cost for each visit in a quarter
Per site Lumpsum
No. 10(28)/2015-NICSI
Page 123 of 151
S. No.
Product Description Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
13. Full-Time Onsite Support
14. Cost of Technically qualified manpower.
Nos
Total B
Gross Total Value
L1 value calculation for Category 1B
GTV = A+B
No. 10(28)/2015-NICSI
Page 124 of 151
8.12Annexure 12: Detailed Costing for Category 2
Name of the Vendor:
Category for which bid is submitted: Category 2
8.12.1 Table 1: Fiber and GPON Components
S.No Product Description Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
1. Fiber Cable
2. Fiber Optic indoor Distribution cable , tight buffered, Multi mode (MM), support 10 G Ethernet up to 300 m,OM-3 for 6 Core
Mtr 1000
3. Fiber Optic indoor
Distribution cable , tight
buffered, Multi mode (MM),
support 10 G Ethernet up to
300 m,OM-3 for 12 Core
Mtr 1000
4. Fiber Optic indoor
Distribution cable , tight
buffered, Multi mode (MM),
support 10 G Ethernet up to
300 m,OM-3 for 24 Core
Mtr 1000
5. Fiber Optic indoor
Distribution cable , tight
buffered, Multi mode (MM),
support 10 G Ethernet up to
300 m,OM-3 for 48 Core
Mtr 2000
6. Fiber Optic indoor
Distribution cable , tight
buffered, Multi mode (MM),
support 10 G Ethernet up to
300 m,OM-3 for 96 Core
Mtr 3000
7. Fiber Optic indoor
Distribution cable , tight
buffered, Multi mode (MM),
support 10 G Ethernet up to
300 m,OM-3 for 144 Core
Mtr 4000
No. 10(28)/2015-NICSI
Page 125 of 151
S.No Product Description Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
8. Fiber Optic Indoor / outdoor
loose tube cable
,Unarmoured,
Multi mode (MM), support
10 G Ethernet up to 550
m,OM-4 for 6 Core
Mtr 1000
9. Fiber Optic Indoor / outdoor
loose tube cable
,Unarmoured,
Multi mode (MM), support
10 G Ethernet up to 550
m,OM-4 for 12 Core
Mtr 1000
10. Fiber Optic Indoor / outdoor
loose tube cable
,Unarmoured,
Multi mode (MM), support
10 G Ethernet up to 550
m,OM-4 for 24 Core
Mtr 1000
11. Fiber Optic Indoor / outdoor
loose tube cable
,Unarmoured,
Multi mode (MM), support
10 G Ethernet up to 550
m,OM-4 for 48 Core
Mtr 2000
12. Fiber Optic Indoor / outdoor
loose tube cable
,Unarmoured, Multi mode
(MM), support 10 G
Ethernet up to 550 m,OM-4
for 96 Core
Mtr 2000
13. Fiber Optic Indoor / outdoor
loose tube cable
Mtr 3000
No. 10(28)/2015-NICSI
Page 126 of 151
S.No Product Description Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
,Unarmoured, Multi mode
(MM), support 10 G
Ethernet up to 550 m,OM-4
for 144 Core
14. Fiber Optic outdoor
armoured cable (OM
4),multi loose tube, Multi
mode MM) ,850nm laser
optimized 50/125 micron,
support 10 G Ethernet up to
550 m for 6 Core
Mtr 1000
15. Fiber Optic outdoor
armoured cable (OM
4),multi loose tube, Multi
mode MM) ,850nm laser
optimized 50/125 micron,
support 10 G Ethernet up to
550 m for 12 Core
Mtr 1000
16. Fiber Optic outdoor
armoured cable (OM
4),multi loose tube, Multi
mode MM) ,850nm laser
optimized 50/125 micron,
support 10 G Ethernet up to
550 m for 24 Core
Mtr 1000
17. Fiber Optic outdoor
armoured cable (OM
4),multi loose tube, Multi
mode MM) ,850nm laser
optimized 50/125 micron,
support 10 G Ethernet up to
550 m for 48 Core
Mtr 2000
18. Fiber Optic outdoor
armoured cable (OM
4),multi loose tube, Multi
mode MM) ,850nm laser
optimized 50/125 micron,
support 10 G Ethernet up to
550 m for 96 Core
Mtr 3000
19. Fiber Optic outdoor
armoured cable (OM
Mtr 3000
No. 10(28)/2015-NICSI
Page 127 of 151
S.No Product Description Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
4),multi loose tube, Multi
mode MM) ,850nm laser
optimized 50/125 micron,
support 10 G Ethernet up to
550 m for 144 Core
20. Fiber Optic outdoor
armoured cable , multi loose
tube Single mode (SM)
Optical 10 G Ethernet up to
550 m 6 Core
Mtr 1000
21. Fiber Optic outdoor
armoured cable , multi loose
tube Single mode (SM)
Optical 12 Core
Mtr 1000
22. Fiber Optic outdoor
armoured cable , multi loose
tube Single mode (SM)
Optical 10 G Ethernet up to
550 m 24 Core
Mtr 1000
23. Fiber Optic outdoor
armoured cable , multi loose
tube Single mode (SM)
Optical 10 G Ethernet up to
550 m 48 Core
Mtr 1000
24. Fiber Optic outdoor
armoured cable , multi loose
tube Single mode (SM)
Optical 10 G Ethernet up to
550 m 96 Core
Mtr 2000
25. Fiber Optic outdoor
armoured cable , multi loose
tube Single mode (SM)
Optical 10 G Ethernet up to
550 m 144 Core
Mtr 3000
26. Optical Fiber adapter SC type 50/125 micron MM fiber
No 100
27. Optical Fiber adapter SC type 9.2/125 micron SM fiber
No 100
No. 10(28)/2015-NICSI
Page 128 of 151
S.No Product Description Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
28. Optical Fiber adapter LC type 50/125 micron MM fiber
No 100
29. Optical Fiber adapter LC type 9.2/125 micron SM fiber
No 100
30. Optical Fiber Patch cord MM , SC-SC OM 3, 3 M
No 500
31. Optical Fiber Patch cord MM , SC-SC OM 3 , 10 M
No 500
32. Optical Fiber Patch cord MM , SC- SC OM 3, 20 M
No 500
33. Optical Fiber Patch cord MM , SC-SC OM 3 , 30 M
No 500
34. Optical Fiber Patch cord MM ,LC-LC OM 3, 3 M
No 500
35. Optical Fiber Patch cord MM , LC -LC OM 3 , 10 M
No 500
36. Optical Fiber Patch cord MM , LC -LC OM 3, 20 M
No 500
37. Optical Fiber Patch cord MM, LC -LC OM 3 , 30 M
No 500
38. Optical Fiber Patch cord MM , SC -LC OM 3, 3 M
No 500
39. Optical Fiber Patch cord MM, SC -LC OM 3 SC-LC 10 M
No 500
40. Optical Fiber Patch cord MM , SC -LC OM 3, 20 M
No 500
41. Optical Fiber Patch cord MM , SC -LC OM 3, 30 M
No 500
42. Optical Fiber Patch cord MM , SC-SC OM 4, 3 M
No 500
43. Optical Fiber Patch cord MM , SC-SC OM 4 , 10 M
No 500
44. Optical Fiber Patch cord MM , SC- SC OM 4, 20 M
No 500
45. Optical Fiber Patch cord MM , SC-SC OM 4, 30 M
No 500
46. Optical Fiber Patch cord MM ,LC-LC OM 4, 3 M
No 500
No. 10(28)/2015-NICSI
Page 129 of 151
S.No Product Description Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
47. Optical Fiber Patch cord MM , LC -LC OM 4 , 10 M
No 500
48. Optical Fiber Patch cord MM , LC -LC OM 4, 20 M
No 500
49. Optical Fiber Patch cord MM, LC -LC OM 4 , 30 M
No 500
50. Optical Fiber Patch cord MM , SC -LC OM 4, 3 M
No 500
51. Optical Fiber Patch cord MM, SC -LC OM 4 SC-LC 10 M
No 500
52. Optical Fiber Patch cord MM , SC -LC OM 4, 20 M
No 500
53. Optical Fiber Patch cord MM , SC -LC OM 4, 30 M
No 500
54. Optical Fiber Patch cord SM , SC-SC 3 M
No 500
55. Optical Fiber Patch cord SM , SC-SC , 10 M
No 500
56. Optical Fiber Patch cord SM , SC- SC , 20 M
No 500
57. Optical Fiber Patch cord SM , SC-SC , 30 M
No 500
58. Optical Fiber Patch cord SM ,LC-LC, 3 M
No 500
59. Optical Fiber Patch cord SM , LC -LC , 10 M
No 500
60. Optical Fiber Patch cord SM , LC –LC, 20 M
No 500
61. Optical Fiber Patch cord SM, LC -LC , 30 M
No 500
62. Optical Fiber Patch cord SM , SC -LC, 3 M
No 500
63. Optical Fiber Patch cord SM, SC -LC 10 M
No 500
64. Optical Fiber Patch cord SM , SC -LC , 20 M
No 500
65. Optical Fiber Patch cord SM , SC -LC, 30 M
No 500
66. LIU , 6/12/24, fiber , 1 U Wall mount enclosure
No 100
67. LIU , 48/96/144 fiber , No 300
No. 10(28)/2015-NICSI
Page 130 of 151
S.No Product Description Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
,wall mount enclosure
68. LIU , 6/12/24, fiber , 1 U Drawer style19” Rack mount enclosure
No 100
69. LIU , 48/96/144 fiber , ,19”Rack mount enclosure
No 300
70. Optical Splitter 1X2 No 20
71. Optical Splitter 1X4 No 40
72. Optical Splitter 1X8 No 60
73. Optical Splitter 1X16 No 60
74. Optical Splitter 1X32 No 80
75. GPON equipment, which consist of OLT, ONT and ONU
No 10
TOTAL A
8.10.2 Table 2: Data Center Hardware / Software
S. No.
Product Description
Unit Unit Price (All
inclusive) with five
years warranty
(Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All
inclusive) with five
years warranty
(Rs.)
Indicative Quantity for Determining
the L1 vendor/rates
only.
Total Price (All
inclusive) with five
years warranty
(Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
1. Data Center Software
2. Intelligent Cable Management System
Nos of multiuser License
1 multiuser license
3. Data Center Hardware
4. Fiber
5. Optical Fiber Cassettes -
No. 10(28)/2015-NICSI
Page 131 of 151
S. No.
Product Description
Unit Unit Price (All
inclusive) with five
years warranty
(Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All
inclusive) with five
years warranty
(Rs.)
Indicative Quantity for Determining
the L1 vendor/rates
only.
Total Price (All
inclusive) with five
years warranty
(Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
MPO OM3
6. 12 Fiber MPO-LC
Cassettes Pair
Fillped AB/BA
MM OM3
Nos 10
7. 12 Fiber MPO-LC
Cassettes Pair
Fillped AB/BA
MM OM4
Nos 10
8. 24 Fiber MPO-LC
Cassettes (Takes 2
Nos of 12 Core
MPO-MPO
Trunks), AB/BA
MM OM3
Nos 10
9. 24 Fiber MPO-LC
Cassettes (Takes 2
Nos of 12 Core
MPO-MPO
Trunks), AB/BA
MM OM4
Nos 10
10. 12 Fiber MPO-LC
Cassettes Pair
Fillped AB/BA
SM
Nos 10
11. 24 Fiber MPO-LC
Cassettes (Takes 2
Nos of 12 Core
MPO-MPO
Trunks), AB/BA
SM
Nos 10
12. Optical Fiber Trunk Cable
13. OM3 12 Fiber – 10metre
Nos 4
14. OM3 12 Fiber – 20metre
Nos 2
15. OM3 12 Fiber – 40metre
Nos 1
No. 10(28)/2015-NICSI
Page 132 of 151
S. No.
Product Description
Unit Unit Price (All
inclusive) with five
years warranty
(Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All
inclusive) with five
years warranty
(Rs.)
Indicative Quantity for Determining
the L1 vendor/rates
only.
Total Price (All
inclusive) with five
years warranty
(Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
16. OM3 24 Fiber – 10metre
Nos 4
17. OM3 24 Fiber – 20metre
Nos 2
18. OM3 24 Fiber – 40metre
Nos 1
19. OM4 12 Fiber – 10metre
Nos 4
20. OM4 12 Fiber – 20metre
Nos 2
21. OM4 12 Fiber – 40metre
Nos 1
22. OM4 24 Fiber – 10metre
Nos 4
23. OM4 24 Fiber – 20metre
Nos 2
24. OM4 24 Fiber – 40metre
Nos 1
25. OS2 12 Fiber – 10metre
Nos 4
26. OS2 12 Fiber – 20metre
Nos 2
27. OS2 12 Fiber – 40metre
Nos 1
28. OS2 24 Fiber – 10metre
Nos 4
29. OS2 24 Fiber – 20metre
Nos 2
30. OS2 24 Fiber – 40metre
Nos 1
31. Controller Device for Managing MPO cassettes and NMS
Nos 1
32. Unloaded LIU for MPO cassettes
Nos 10
33. Copper
34. 10G Patch
Panel
35. 10G Patch Panel
24 Port
No 10
No. 10(28)/2015-NICSI
Page 133 of 151
S. No.
Product Description
Unit Unit Price (All
inclusive) with five
years warranty
(Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All
inclusive) with five
years warranty
(Rs.)
Indicative Quantity for Determining
the L1 vendor/rates
only.
Total Price (All
inclusive) with five
years warranty
(Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
36. 10G Patch Panel
32 Port
No 10
37. 10G Patch Panel
42 Port
No 10
38. 10G pre
terminated
Cable Assembly
39. Cat 6A, STP
CASSETTE TO
CASSETTE, 10
Meter
Nos 15
40. Cat 6A, STP
CASSETTE TO
CASSETTE, 15
Meter
Nos 15
41. Cat 6A, STP
CASSETTE TO
CASSETTE, 20
Meter
Nos 15
42. Cat 6A, STP
CASSETTE TO
CASSETTE, 30
Meter
Nos 15
43. Cat 6S, STP
CASSETTE TO
CASSETTE, 40
Meter
Nos 15
44. 1G Patch Panel
45. 1G Patch Panel
24 Port
Nos 10
46. 1G Patch Panel
48 Port
Nos 10
No. 10(28)/2015-NICSI
Page 134 of 151
S. No.
Product Description
Unit Unit Price (All
inclusive) with five
years warranty
(Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All
inclusive) with five
years warranty
(Rs.)
Indicative Quantity for Determining
the L1 vendor/rates
only.
Total Price (All
inclusive) with five
years warranty
(Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
47. 1G Cassette Nos 20
48. 1G cable assembly Nos 20
49. Cat 6, UTP
CASSETTE TO
CASSETTE, 10
Meter
Nos 10
50. Cat 6, UTP
CASSETTE TO
CASSETTE, 15
Meter
Nos 10
51. Cat 6, UTP
CASSETTE TO
CASSETTE, 20
Meter
Nos 10
52. Cat 6, UTP
CASSETTE TO
CASSETTE, 25
Meter
Nos 10
53. Cat 6, UTP
CASSETTE TO
CASSETTE, 30
Meter
Nos 10
Total - - - - - - B
8.12.2 Table 3: Services
S. No. Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
Cost for Services
No. 10(28)/2015-NICSI
Page 135 of 151
S. No. Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
Labor and Other Services
15. Site survey and initial designing - up to 250 nodes
Per site Lumpsum
1
16. Site survey and initial designing - up to 500 nodes
Per site Lumpsum
1
17. Site survey and initial designing - up to 1000nodes or above
Per site Lumpsum
1
18. Configuration of
Cable
Management
System
19. Installation of
Optical Fiber
Cassettes
20. Installation of
Fiber Trunk
Cable
21. Installation of
Controller Device
for Managing
MPO and NMS
22. Unloading LIU
for MPO
Cassettes
23. Installation of
10G Patch Panel
24 Port
24. Installation of
10G Patch Panel
32 Port
25. Installation of
10G Patch Panel
No. 10(28)/2015-NICSI
Page 136 of 151
S. No. Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
48 Port
26. Installation of 10
G pre-terminated
Cable Assembly
Length 1o Meter
27. Installation of 10
G pre-terminated
Cable Assembly
Length 15Meter
28. Installation of 10
G pre-terminated
Cable Assembly
Length 2o Meter
29. Installation of 10
G pre-terminated
Cable Assembly
Length 3o Meter
30. Installation of 1
G Patch Panel
31. Installation of 1
G Cassette
32. Installation of 1G
cable Assembly
33. Supply & fixing
of ISI marked
PVC duct of size (
Per Meter )
34. 15 X 15 mm
35. 25 x 25 mm
36. 45 X 25 mm
37. 45 X 45 mm
No. 10(28)/2015-NICSI
Page 137 of 151
S. No. Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
38. supply & fixing of
PVC conduit of
OD size ( Per
Meter )
39. 20mm
40. 32mm
41. 40mm
42. Supply & fixing
of Metal MS
cable tray/
raceway with
covers for
mounting on
ceiling / floor
/wall , with all
connecting
fittings &
sections for
hanging ,T, cross
, L , vertical up
/down routing/
branching of
cables etc , Size
as follows with
required fitting
kit & accessories
for above
( per running
meter )
43. 50 mm Height x
100 mm Width
44. 50 mm Height x
200 mm Width
45. 100 mm Height x
300 mm Width
46. Supply & fixing
No. 10(28)/2015-NICSI
Page 138 of 151
S. No. Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
of High Grade
PVC cable tray/
raceway with
covers for
mounting on
ceiling / floor
/wall , with all
connecting
fittings &
sections for
hanging ,T, cross
, L , vertical up
/down routing/
branching of
cables etc , Size
as follows with
required fitting
kit & accessories
for above
( per running
meter )
47. 50 mm Height x
150 mm Width
48. 100 mm Height x
100 mm Width
49. 100 mm Height x
300 mm Width
50. Removal of old
UTP/Fiber /
Coaxial /
RS232/telephone
cables (per
meter)
51. In building
laying of fiber in
duct / conduit (
per meter)
52. Outdoor Laying
of Fiber Cable (
No. 10(28)/2015-NICSI
Page 139 of 151
S. No. Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
Per Meter)
53. Excavation and
resurfacing of the
soil (depth 1 mtr)
54. Excavation and
resurfacing of the
concrete ( depth
1 mtr )
55. Trenchless
digging(
Manual/with
Machine) for
excavation under
public road
crossing or
campus
56. Supply and
installation/
fixing of GI pipe
under ground
and on surface
57. 1 inch diameter
58. 1.5 inch diameter
59. Supply and
installation/
fixing of 2 inch
diameter HDPE
PVC jacket under
ground or on
surface (per
meter)
60. Supply and
installation/
fixing of 4 inch
HUME pipe
under ground
No. 10(28)/2015-NICSI
Page 140 of 151
S. No. Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
(per meter)
61. SC/LC connector
termination on
Fiber Optic cable
62. Fusion /
mechanical
splicing of SC /
LC type pigtails
63. Supply and
installation of
buffer tubing kit
64. Fiber optics cable
route marker
65. cable pulling pit made of reinforced concrete and brick walls with removable covers
66. Performance
testing of laid
Fiber Optic cable
for continuity ,
length & db loss
as per EIA/TIA-
455-60
document for FO
test procedures
&documentation
of the results
67. Installation of
Splitter
68. Installation of
GPON
No. 10(28)/2015-NICSI
Page 141 of 151
S. No. Product Description
Unit Unit Price (All inclusive) with five years warranty (Rs.)
Excise Duty (Rs.)
Taxes (Rs.)*
Unit Price (All inclusive) with five years warranty (Rs.)
Indicative Quantity for Determining the L1 vendor/rates only.
Total Price (All inclusive) with five years warranty (Rs.)
1 2 3 4 5 6 7=4+5+6 8 9=8X7
69. On-Call Support
70. On-Call support including 2 free site visits per Quarter
Per site Lumpsum
10
71. On-Call support including 4 free site visits per quarter
Per site Lumpsum
10
72. On-Call support including 8 free site visits per quarter
Per site Lumpsum
5
73. Additional cost for each visit in a quarter
Per site Lumpsum
50
74. Full-Time Onsite Support
75. Cost of Technically qualified manpower.
Nos 10
Total - - - - - - C
Gross Total Value :
L1 value calculation for Category 2
GTV = A + B +C
No. 10(28)/2015-NICSI
Page 142 of 151
8.13 Annexure 13: Financial Selection Criteria
The L1 vendor selection and financial evaluation process will be as given below:
8.13.1 STEP 1: GTV Based L1 Selection within a Category
i. On the designated day, at the designated time, in the presence of at maximum of 1 representative of
each bidder, for Category 1 A, Gross Total Value of the XLS financial bids of all the bidders will be
opened to find out the GTV of the financial bid of each bidder.
ii. On the designated day, at the designated time, in the presence of at maximum of 1 representative of
each bidder, for Category 1 B , Gross Total Value of the XLS financial bids of all the bidders will be
opened to find out the GTV of the financial bid of each bidder.
iii. On the designated day, at the designated time, in the presence of at maximum of 1 representative of
each bidder, for Category 2, Gross Total Value of the XLS financial bids of all the bidders will be
opened to find out the GTV of the financial bid of each bidder.
8.13.2 STEP 2: Item-wise L1 Selection across Categories
Category 1 A:
i. After finding the L1 in category 1 A , the detailed financial bids of L1 bidders from each category
will be opened
ii. L2, L3 and L4 vendors will be asked to match the price of L1 bidder.
iii. However all the bidders, i.e. L1, L2, L3 and L4 bidder will have to match the lowest price in each
line item within the Category 1 A.
iv. If any of the bidder does not agree to match the L1 rates, that bidder will be disqualified and the
offer to match the L1 rates would be made to L5, L6, L7 bidders and so on, until a maximum of 4
bidders agree to match the L1 price.
v. After this final GTV will be discovered for Category 1A and 4 lowest bidders will be empanelled.
Category 1 B:
i. After finding the L1 in category 1 B , the detailed financial bids of L1 bidders from each category
will be opened
ii. L2, L3 and L4 vendors will be asked to match the price of L1 bidder.
iii. However all the bidders, i.e. L1, L2, L3 and L4 bidder will have to match the lowest price in each
line item within the Category 1 A.
iv. If any of the bidder does not agree to match the L1 rates, that bidder will be disqualified and the
offer to match the L1 rates would be made to L5, L6, L7 bidders and so on, until a maximum of 4
bidders agree to match the L1 price.
v. After this final GTV will be discovered for Category 1B and 4 lowest bidders will be empanelled
Category 2:
i. After finding the L1 in category 2 , the detailed financial bids of L1 bidders from each category
will be opened
ii. L2, vendor will be have to match the price of L1 bidder.
iii. However all the bidders, i.e. L1, and L2, bidder will have to match the lowest price in each line
item within the Category 2.
No. 10(28)/2015-NICSI
Page 143 of 151
iv. If any of the bidder does not agree to match the L1 rates, that bidder will be disqualified and the
offer to match the L1 rates would be made to L3, L4, L5 bidders and so on, until a maximum of 2
bidders agree to match the L1 price.
vi. After this final GTV will be discovered for Category 2 and 2 lowest bidders will be empanelled
Kindly Note: No prices will be matched across the categories.
8.13.3 STEP 3: Panel Formation Within Category
i. For category 1A, 4 bidders (L1, L2 , L3 and L4) will be empanelled after they accept to match the
lowest price quoted.
ii. For category 1 B, 4 bidders ( L1 ,L2 , L3, L4) will be empanelled after they accept to match the
lowest price quoted.
iii. For category 2 3 bidders ( L1 and , L2 ) will be empanelled after they accept to match the
lowest price quoted.
No. 10(28)/2015-NICSI
Page 144 of 151
8.14 Annexure 14: Manufacturer’s Authorization Form
Ref:
Date:
To,
Manager
Tender Division,
National Informatics Centre Services Inc.,
Hall No. 2 & 3, 1st Floor, NBCC Tower
15, Bhikaiji Cama Place, New Delhi-66
Sub : Manufacturer Authorization for Tender No. ………………………………….
Sir,
We, < OEM > having our registered office at < OEM address>, are an established manufacturer of < name
of quoted item >. We < OEM> solely authorized <bidder’s name> to quote our product for above mentioned
tender.
Our full support is extended in all respects for supply, warranty and maintenance of our products. We also
ensure to provide the service support for the supplied equipment’s for a period of 7 years for Active Components
and 5 years for passive components from the date of installation of the equipment’s as per tender terms. In case
of any difficulties in logging complaint at bidder end, user will have option to log complaint at our call support
center.
We also undertake that in case of default in execution of this tender by the <Bidder Name>, the
<OEM/Company Name> will take all liabilities and responsibilities and necessary steps for successful
execution of empanelment against this tender.
We also undertake that to meet the timelines defined in the Tender, we will ensure that the empanelled Systems
are made available to <bidder> in time. If any product is declared end of life, we will ensure that a suitable
equivalent or higher roll over product is offered through <bidder> to NICSI for due approval and Order
executions thereafter.
No. 10(28)/2015-NICSI
Page 145 of 151
Thanking You
For <OEM>
<(Authorized Signatory)>
Name:
Designation:
Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person
competent and having the power of attorney to legally bind the manufacturer. The Bidder in its bid should
include it.
No. 10(28)/2015-NICSI
Page 146 of 151
8.15 Annexure 15: PMA Format
Format for affidavit of self certification regarding domestic value addition in an
electronic product, to be provided on Rs. 100/- stamp paper
Date: ..........................................
I .............................................................................. S/o, D/o, W/o
......................................................................... , resident of
................................................................................................................................................................ do
hereby solemnly affirm and declare as under:
That I will agree to abide by the terms and conditions of the policy of Government of India issued via
notification no. 8(78)/2010-IPHW dated 10-02-2012, the subsequent revision to the policy issued via
notification no. 33(3)/2013-IPHW dated 23-12-2013 and File No: 33(7)/2015-IPHW dated 16-11-
2015
That the information furnished hereinafter is correct to the best of my knowledge and belief and I
undertake to produce relevant records before the procuring authority or any authority so nominated
by the Department of Electronics and Information Technology, Government of India, for the purpose
of assessing the Domestic Value Addition.
That the domestic value addition for all inputs which constitute the said electronic product has been
verified by me and I am responsible for the correctness of the claims made therein.
That in the event of the domestic value addition of the product mentioned herein is found to be
incorrect and not meeting the prescribed value addition norms, based on the assessment of an
authority so nominated by the Department of Electronics Information Technology, Government of
India for the purpose of assessing the domestic value addition, I will be disqualified from any
Government tender for a period of 36 months. In addition, I will bear all costs of such an assessment.
No. 10(28)/2015-NICSI
Page 147 of 151
That I have complied with all conditions referred to in the notification no. ..............................., wherein
preference to domestically manufactured electronic products in government procurement is provided
and that the procuring authority is hereby authorized to forfeit and adjust my EMD and other security
amount towards such assessment cost and I undertake to pay the balance, if any, forthwith.
I agree to maintain the following information in the company’s record for a period of 8 years and shall
make this available for verification to any statutory authorities:
i. Name and details of the domestic manufacturer (Registered office, manufacturing unit
location, nature of legal entity)
ii. Date on which this certificate is issued
iii. Electronic product for which the certificate has been produced
iv. Procuring agency to whom the certificate is furnished
v. Percentage of domestic value addition claimed
vi. Name and contact details of the unit of the manufacturer
vii. Sale price of the product
viii. Ex-factory price of the product
ix. Freight, insurance and handling
x. Total bill of material
xi. List and total cost value of inputs used for manufacture of the electronic product.
xii. List and total cost of inputs which are domestically sourced. Please attach certificate from
suppliers if the input is not in-house.
xiii. List and cost of inputs which are imported, directly or indirectly.
For and on behalf of .................................................... (Name of firm/entity)
Authorized signatory (To be duly authorized by the Board of Directors)
<Insert Name, Designation and Contact No.>
No. 10(28)/2015-NICSI
Page 148 of 151
8.16 Annexure 16: Bank Guarantee Format for Furnishing
Security Deposit
Whereas National Informatics Centre Services Inc. (NICSI), NBCC Tower 1st Floor, 15, Bhikaji Cama Place, New Delhi-110066 (hereinafter called “NICSI”) had floated a Tender No. ……………………….. dated ……………… regarding Empanelment of Vendors for “SUPPLY, INSTALLATION, MAINTAINANCE AND ONSITE SUPPORT for LAN”, (Hereinafter called “the Tender”).
<Name of Vendor and Address>, having its registered office at <Address of Vendor Registered office> has been empanelled against the said Tender through Empanelment No.: ………………..(hereinafter called the “the Vendor”).
The Section No. 6.3 : Security Deposit of said Tender also provides for submission of a Security Deposit, equivalent to the amount of EMD, through a Bank Guarantee. In fulfillment of this Tender condition, We <Name of Bank>, a Banking company incorporated under the Companies Act, 1956 and carrying on Banking Business under ‘The Banking Regulation Act, 1949’ and having its Registered Office at <Complete Address> and its Corporate office at <Complete Address> and one of its branch Office at <Complete Address> (hereinafter called “the Bank”) at the request of <Name of Vendor>, hereby
guarantee payment to NICSI an amount not exceeding INR <Amount of Security Deposit in Figures> (Amount of Security Deposit in Words) under the following circumstances:
(i) If the Vendor withdraws or amends, impairs or derogates from the Empanelment in any respect within the period of validity of this empanelment.
(ii) If the Vendor: a. Defaults or deemed to have defaulted or in the case of non-acceptance of the purchase orders b. Fails or refuses to execute the empanelment. c. Vendor violates any Tender conditions.
We, <Name and Complete Address of Branch>, do hereby undertake to pay the amount due and payable under this guarantee without any demur, merely on a demand from the NICSI and without the NICSI having to substantiate its demand.
This guarantee will remain in force up to <90 days from the last date of empanelment/extended empanelment (as per the issued empanelment letter)> from <Date of Empanelment (as per issued Empanelment Letter)>, and any demand in respect thereof should reach the Bank not later than the above date.
For (Name and complete Address of Bank)
No. 10(28)/2015-NICSI
Page 149 of 151
8.17 Annexure 17: Bank Guarantee Format for Performance
Security
In consideration of National Informatics Centre Services Inc. (NICSI), NBCC Tower 1st Floor, 15, Bhikaji Cama Place, New Delhi-110066 (hereinafter called “ NICSI”) having agreed to exempt …………….<Name of Vendor> having its registered office at <Registered Office Address of Vendor> (hereinafter called “Vendor “) from the demand under the terms and conditions of the Empanelment No. ……………………….. dated ……………… regarding Empanelment of Vendors for “SUPPLY, INSTALLATION, MAINTAINANCE AND ONSITE SUPPORT FOR LAN ”, (Hereinafter called “the said Empanelment”) of Performance Security for the due fulfillment by the said Vendor of the terms and conditions contained in the said Empanelment, on production of a Bank Guarantee for INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance Bank Guarantee in Words).
2. We <Name of Bank>, a Banking company incorporated under the Companies Act, 1956 and carrying on Banking Business under ‘The Banking Regulation Act,1949’ and having its Registered Office at <Complete Address> and its Corporate office at <Complete Address> and one of its branch Office at <Complete Address> (hereinafter called “the Bank”) at the request of <Name of Vendor>, hereby guarantee payment to the NICSI an amount note exceeding INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance Bank Guarantee in Words) against any loss or damage caused to or suffered or would be caused to or suffered by the NICSI, by reason of any breach by the said Vendor of any of the term or conditions contained in the said Empanelment.
3. We, <Name and Complete Address of Branch>, do hereby undertake to pay the amount due and payable under this guarantee without any demur, merely on a demand from the NICSI, stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the NICSI by reason of breach by the said Vendor, of any of the terms and conditions mentioned in the said Empanelment or by reason of the Vendor’s failure to perform the said Empanelment. Any such demand raised by the NICSI on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our labiality under this guarantee shall be restricted to the amount not exceeding INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance Bank Guarantee in Words).
4. We undertake to pay to the NICSI, any money so demanded not exceeding INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance Bank Guarantee in Words) on demand notwithstanding any dispute or disputes raised by the Vendor 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 a valid discharge of our labiality for payment there under and the Vendor shall have no claim against us for making such payment.
5. We, <Name of Bank>, further agree that the guarantee herein contained shall remain in full force and in effect during the period that would be taken for the performance of the said Empanelment plus three months and that it shall continue to be enforceable till all the dues of the NICSI under or by virtue of the said Empanelment have been fully paid and its claim satisfied or discharged or till the NICSI certifies that the terms and conditions of the said Empanelment have been fully and properly carried out by the said Vendor and accordingly discharges this guarantee unless a demand or claims under this guarantee is made on us in writing on or before <Expiry Date>, we shall be discharged from all liability under this guarantee thereafter.
6. We, <Name of Bank>, further agree with the NICSI that the NICSI shall have the fullest liberty, without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Empanelment or to extend time of performance by the said Vendor from time to time or to postpone for any time or from time to time any of the powers exercisable by the NICSI against the said Vendor and to forebear or enforce any of the terms and conditions relating to the said Empanelment and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Vendor or for any forbearance, act or omission on the part of the NICSI or any indulgence by the NICSI to the said Vendor or by any such matter or things whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.
7. This Guarantee will not be discharged due to the change in the constitution of the Bank or the Vendor.
No. 10(28)/2015-NICSI
Page 150 of 151
8. We, <Name of Bank>, lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the NICSI in writing.
9. Notwithstanding anything contained herein above:
9.1. Our liability under this Bank guarantee shall not exceed INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance Bank Guarantee in Words).
9.2. This Bank Guarantee shall be valid up to <Expiry Date>. 9.3. We are liable to pay the guarantee amount or any part thereof under this Bank guarantee only and only
if you serve upon us a written claim or demand before expiry date of this Guarantee. 9.4. After the expiry date is over, the Bank (guarantor) shall stand discharged from all its liabilities under
this Bank guarantee and all your rights under this Bank guarantee extinguished irrespective of the fact weather the Bank guarantee in original is returned back to us or not.
For (Name and complete Address of Bank)
No. 10(28)/2015-NICSI
Page 151 of 151
8.18 Annexure 18: Bank Guarantee Format for Furnishing
Earnest Money Deposit
Whereas National Informatics Centre Services Inc. (NICSI), NBCC Tower 1st Floor, 15, Bhikaji Cama Place, New Delhi-110066 (hereinafter called “NICSI”) having floated a Tender No. ……………………….. dated ……………… regarding Empanelment of Vendors for “SUPPLY, INSTALLATION, MAINTAINANCE AND ONSITE SUPPORT for LAN”, (Hereinafter called “the Tender”).
<Name of Vendor and Address>, having its registered office at <Address of Vendor Registered office> wish to submit its bid against the said Tender (hereinafter called the “the Vendor”).
The Section No. 5.3 : Earnest Money Deposit of said Tender also provides for submission of EMD through a Bank Guarantee. In fulfillment of this Tender condition, We <Name of Bank>, a Banking company incorporated under the Companies Act, 1956 and carrying on Banking Business under ‘The Banking Regulation Act, 1949’ and having its Registered Office at <Complete Address> and its Corporate office at <Complete Address> and one of its branch Office at <Complete Address> (hereinafter called “the Bank”) at the request of <Name of Vendor>, hereby guarantee payment
to NICSI an amount not exceeding INR <Amount of Earnest Money Deposit in Figures> (Amount of Earnest Money Deposit in Words) under the following circumstances:
(i) If the Vendor withdraws or amends, impairs or derogates from the Tender in any respect within the period of validity of Bid of this Tender.
(ii) If the Vendor having been notified of the acceptance of his Tender Bid by the NICSI during the period of its validity. a. If the Vendor fails to furnish the Performance Security to enable NICSI issue of empanelment. b. Fails or refuses to execute the empanelment. c. Vendor violates any Tender conditions.
We, <Name and Complete Address of Branch>, do hereby undertake to pay the amount due and payable under this guarantee without any demur, merely on a demand from the NICSI and without the NICSI having to substantiate its demand.
This guarantee will remain in force up to up to a period of 180 days from <Date of Bid Submission>, and any demand in respect thereof should reach the Bank not later than the above date.
For (Name and complete Address of Bank)