View
2
Download
0
Category
Preview:
Citation preview
TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND
COMMISSIONING OF LOCAL AREA NETWORK
The Marine Products Export Development Authority
(Ministry of Commerce & Industry, Govt. of India)
Head Office, MPEDA House,
Building No: 27/1162, PB No:4272, Panampilly Avenue, Panampilly
Nagar PO,
KOCHI-682 036,
KERALA
Phone: 0484-2311979, 2310160
e-Mail: ho@mpeda.gov.in
NOTICE INVITING TENDER
EDP-LAN/CAB(DATA)/1/2017 25/01/2019
The Marine Products Export Development Authority (MPEDA) invites online tenders under two bid system i.e.
Technical bid and Price bid for supply, installation and commissioning of Local Area Networking in its Head
Office at Panampilly Nagar, Kochi through the Central Public Procurement Portal
(http://eprocure.gov.in/eprocure/app) from reputed and financially sound firms, those are in the business for
the last 3 years. Tender document can be downloaded from the website of
http://eprocure.gov.in/eprocure/app or http://mpeda.gov.in. Dead line for submission of bid is 1400 hrs on
13/02/2019. All bids must be accompanied with a scanned copy of bid security in PDF format, as mentioned.
The bids are required to be uploaded in two separate parts i.e. Technical bid & financial bid. The Technical bid
will be opened at 1530 hrs. on 15/02/2019 at the MPEDA Head Office at the address given above. The financial
bids of bidders whose Technical bids get qualified would be opened at a later date.
(B SREEKUMAR)
Secretary
Introduction:
The Marine Products Exports Development Authority (MPEDA) (hereinafter referred as “MPEDA’) is a statutory
body under the Ministry of Commerce and Industry, Government of India. MPEDA with its Head office at
Panampilly Nagar, Kochi is entrusted with the primary task of promotion of export of Fish and Fishery products
from India.
Bids are invited from eligible, reputed, qualified vendors for the supply, Installation and commissioning of the
Local Area Network and dismantling of the existing LAN at MPEA Head office premises.
Key Events and Dates:
Tender Notice No EDP-LAN/CAB(DATA)/1/2017 dt 25/01/2019
Earnest Money Deposit EMD Rs.50000/-
Tender publishing Date 25/01/2019
Last date for clarification if any, 30/01/2019
Last date and time of online submission of (Technical & Commercial)
13/02/2019 1400 hrs.
Date and time of opening of Technical Bids-Online
15/02/2019 1530 hrs.
Date and time of opening of Commercial Bids – Online
Will be intimated after 15/02/2019
Eligibility Criteria (Pre qualification)
Pre-qualification criteria Documents to be uploaded in the technical bid
1 OEM Certification Copy of the OEM’s Certification authorizing the Vendor as local partner/representative in India for the supply and installation of items indicated in the Tender Documents.
2 Average Annual financial turnover of the bidder during the last three years ending 31st March of 2018 should be at least 1 crore
Audited Annual Accounts
3 The Bidder must have its own valid PAN No Document of proof 4 The Bigger must have valid GST registration Documents of proof
5 The Bidder should have been making profit for the last three completed financial years.
Audited Profit and Loss Account Statement
6 The Bidder should be a company registered under Indian Companies Act 1956.
Copy of the certificate of incorporation
8 The Bidder should have executed minimum 3 similar orders with State / Central Govt organisations /PSU or Banks
i. Copy of the Single Purchase Order Value Rs.40 lakh or above during the last three years.
ii. Copy of the purchase orders totalling to the value of Rs.120 lakh or above during the last three years put together.
iii. Work completion / satisfactory
report of Customers with contact details
9 The Bidder should be OEM or Authorized Dealer/Distributor/System Integrator of the OEM of the offered products.
Document of proof
10 The OEM/ Bidder / its sister concern/ any group company should not have been blacklisted/ debarred from participating in bid by any State / Central Govt. organisation or PSUs
An undertaking to this effect should be submitted.
11 OEM (for active and passive components) should have direct presence in India more than at-least 10 years
Document of proof
12 Bidder should have legal presence of establishment with valid address at Cochin with experts/specialists to handle Installation, Configuration and solving all types of issues in time.
Document of proof
13 Bidder should have organization strength of at least 5 certified engineers in Cochin, in the relevant field with 1 yr experience.
List of technical staffs shall be submitted (Name, Designation, Salary Details and Date of joining the Firm).
14 Bidder should have at least one OEM certified installer
Document of proof
15 OEM should have members participating in International Standard Bodies like EIA/TIA, ISO/IEC
Document of proof
Scope of the work:
The Network at MPEDA Head office is very slow due to unstructured cabling and outdated components. Hence
it is proposed to have structured cabling with two tier architecture and latest components & to dismantle the
existing networking. The bidder has to make necessary arrangement so that the existing network does not go
down. If damaged, it is also required to make necessary arrangement for the repairing of existing structure,
wherever damaged with matching aesthetic in the entire project duration.
1. Indoor UTP Cable Laying through PVC Pipe, Casing including all materials.
2. Laying and Termination of CAT6 UTP, OFC and CAT6A Cables. All cabling must be “structured”. The
Installation of passive components shall include installation of Light Interconnect Units (LIUs), Patch
cords, connectors etc. required to complete the work
3. Installation of IO/Crimping/Patch Panel/ Rack/ Switch etc and System Integration.
4. Installation of all Active Components.
5. Integration and configuration of all passive components.
6. Minor civil works such as soft soil digging etc. required for execution of work.
7. Provide Network Documentation (hard and soft copy).
8. All the CD’s, operational manuals, stationery and similar accessories made available by Equipment
vendor would be handed over by the Contractor to MPEDA after installation work is over.
9. Labelling of Cables, I/Os, Jack Panel, Switches for new connections
10. Repair/Refurnishing work owing to damage caused due to cabling or any other work related to this
Project. There should not be any hanging or uncovered wire.
11. Dismantle the existing networking components after execution of the proposed work.
12. The bidders can visit the site to see the existing LAN to quote the buy back value of the existing network
components.
13. The Bidder shall be responsible for providing all materials, equipment's, and services, specified or
otherwise, which are required to fulfil the intent of ensuring operability, maintainability, and reliability
of the complete equipment covered under this specification within his quoted price. This work shall be
in compliance with all applicable standards, statutory regulations and safety requirements in force of the
date of award of this contract.
14. The bidder shall also be responsible for deputing qualified personnel for installation, testing,
commissioning and other services under his scope of work as per this specification. All required tools
and tackles for completing the scope of work as per the specification is also the responsibility of the
bidder.
15. The installation of equipments shall be accepted only after installation tests are over.
16. During installation of LAN, the bidder should ensure day-to-day functioning of official work and existing
network setup/connectivity/internet. Connectivity should not get disrupted.
17. The scope covers pre-dispatch inspection / testing, packing and forwarding, transportation, insurance
and carrying out further activities at sites viz. unloading, storage, (space to be provided by the owner)
further handling, erection, testing and commissioning including successful completion of acceptance
tests and any other services specified.
18. Proper configuration of the UTM.
19. Scope of Work shall also include
a. Powering on equipment after ensuring correctness of terminations interfaces and power supply
and making the system ready for testing and commissioning.
b. Testing of LAN Cables after laying, terminations and ferruling at both the ends. All testing tools
and instruments shall be brought by the bidder and taken back after the testing.
c. Configuration of the equipment as per the requirements of MPEDA including Network
segmentation and Network Monitoring though network management s/w.
d. Site acceptance tests to establish satisfactory performance of the equipment's as per specs.
e. Assistance for familiarization and operation of the installed system & services for 1 year after
acceptance of system.
f. Any other work required for making the network functional up to the satisfaction of MPEDA.
Submission of Bid
Bidders are advised to study the Bid document carefully. The bid along with the necessary documents should be
submitted online through Central Public Procurement Portal (CPPP) website:
https://eprocure.gov.in/eprocure/app (after log in to the portal using Digital Certificate) in two bid systems i.e.
(i) technical bid and (ii) financial bid not later than the date and time specified in the Schedule. Prospective
Bidders are advised to follow the instructions provided in the “General Instruction to Bidders” for e-submission
of the bids online through CPPP for e-Procurement at https://eprocure.gov.in/eprocure/app. Bid documents
may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned
document. Tender sent by any other mode will not be accepted. All bids must be accompanied with a scanned
copy of bid security -EMD. (If EMD is exempted, self attested copy of exemption certificate is to be uploaded).
In case bidder has any problem in uploading the scanned copies of documents for payment of bid security,
he/she must submit the copy of original bid Security / exemption certificate at MPEDA Head Office address
before opening of Technical bid. The bid Security (Demand Draft drawn in the name of “Secretary, MPEDA,
Kochi”) shall be deposited in “ORIGINAL” in a sealed envelope before bid opening date and time to the address
given above.
Terms and Conditions
1. The Bidder is required to quote for the complete BoQ. Partial quote are liable to be rejected.
2. All prices shall be in INR.
3. The Bidder is required to upload a copy of this tender document, with all pages signed by the
authorized person, to confirm that Bidder has read and understood the conditions of this tender
document and that the proposal is submitted in full understanding and agreement of the requirements
of MPEDA.
4. MPEDA reserves its rights to amend any of the terms and conditions of this tender document. Such
amendment shall be published on MPEDA / CPPP website only and will not be published in newspapers.
The bidders are advised to regularly visit the websites for any such updates.
5. LAN diagram prepared by National Informatics Centre (NIC) is attached. (NIC has finalized the
requirements)
6. MPEDA reserves the right to change the qualifying criteria at their discretion and to accept or reject
any or all tenders without assigning any reasons thereof.
7. The successful bidder has to sign an agreement with MPEDA on Rs.200/- stamp paper and all the tender conditions in the tender document will be part of the agreement.
8. MPEDA will not bear any liability such as EPF, gratuity etc. to the workers during the contract period.
Active networking components 9. All active components should be from one OEM make only. 10. The OEM should have well established Research & development Lab in India. 11. The OEM should be present in the country for at least 10 Years. 12. Gartner Magic quadrant - OEM should be in leader quadrant for LAN and WLAN for last 3 years
(Supporting documents required) 13. The OEM should have a local Technical Assistance Centre in India through toll-free number. 14. OEM should have presence in India at least from last 10 years and making no loses in networking
business in last 5 years. OEM should have product R&D and manufacturing plants based in India. 15. OEM should have RMA depot in Kerala or bidder should quote for adequate spare components to
ensure Next Business Day Advance Product replacement. 16. OEM should not be ready for sale or under acquisition or acquired recently (as company and Product
strategies / roadmap will be impacted.) 17. The OEM must certify that the products offered by them will be supported for a period of at least six
years from the date of supply, i.e. RMA and TAC will be provided for a period of six years from date of supply, provided necessary payments toward services have been made.
18. Bidder should have legal presence of establishment with valid address at Cochin with experts/specialists to handle Installation, Configuration and solving all types of issues in time.
19. Switch should have compatibility and interoperability with the existing network environment 20. The Bidder must submit Tender specific authorization from the OEM along with documentary
confirmation of the points mentioned above. 21. Bidder shall be responsible for honoring all terms and conditions described in this document 22. Bidder should have positive network during last 3 financial years. Passive components: 23. OEM should have large installation base in India with well distribution system to support the clients
(Site reference shall submit for minimum 250 nodes) 24. OEM should have members participating in International Standard Bodies like EIA/TIA, ISO/IEC 25. OEM should have at least One RCDD certified person based in India
26. All passive networking material should be from one OEM make only and OEM should have at least one manufacturing unit in India (Relevant address of the manufacturing unit to be attached along with the submission)
27. All Copper & fiber components should be from the same OEM. Material should have been designed and manufactured in OEM’s own manufacturing facilities and shall not be from any other OEM.
28. All Passive Components should be RoHS (Restriction of Certain Hazardous Substances) complied. Declaration –RoHS Compliant should clearly be mentioned on datasheets of each Passive Components (Copper).
29. OEM should provide 25 years Site Warranty and Application Assurance for post installation. 30. ETL Third party certificate to be submitted for the performance of Cat-6A cabling solution 31. Must provide ISO Certification of Manufacturing facilities 32. The Bidder must submit Tender specific authorization from the OEM along with documentary
confirmation of the points mentioned above 33. The bidder should have the latest and calibrated testing equipments like Fluke meter for the passive
components and should submit the report as soft copy or in CD.
Award of Contract
The contract will be awarded to the bidder whose bid has been determined to be eligible and to be
substantially responsive to the bid documents and who has offered the lowest evaluated bid. Further, the
bidders to whom the contract is awarded will be under obligation to accept any extra/repeat order at the same
rates for a minimum period of one year. The contractor will have to enter into back-to-back agreement with the
OEM so as to ensure availability of the items during the contract period of one year.
Performance Security
1. Within 7 days of receipt of the Work Order from the MPEDA, the successful Bidder shall furnish a
Security in the form of a Bank Guarantee to MPEDA from Nationalised/Scheduled bank for an amount
of 10 percent of the Contract sum as per format prescribed at Annexure-II .
2. The validity of the Performance Security as per the Notification of Award for work shall be up to the
end of the warranty period with 1 month claim period after expiry of warranty period.
3. Failure of the successful Bidder to lodge the required Bank Guarantee shall constitute sufficient
grounds for the annulment of the Award and forfeiture of the Bid Security, in which event the MPEDA
may make the Award to the next lowest evaluated Bidder or, call for new Bids.
Supply and installation
1. The Bidder shall provide the detailed (technical specifications, dimensions, brochures, make, model,
photo catalogues, and conformance to standards) mentioned about the quoted components and
system along with the bid.
2. The successful bidder should supply items as per the quantity listed in the BOQs.
3. Supply & Installation is at MPEDA, Panampilly Nagar, Kochi.
Project duration
1. The entire work including Supply, Installation, Integration, Testing and Commissioning should be
completed within 30 days of releasing the work order.
2. The entire documentation and testing reports should be submitted within 7 days after completion of
work.
3. Final acceptance certificate will be issued by MPEDA only after completing the points mentioned above.
Acceptance Certificate
1. On successful completion of the work as per the ‘Scope of work’ of this tender document, the
Contractor shall request to MPEDA for issue of ‘Final Acceptance Certificate’ for the work carried under
this contract.
2. The complete work shall be subject to inspection by Experts. The performance of the system as a whole
will be tested to comply with the acceptable standards and norms as per the ‘Scope of work’.
3. On successful testing of the system the bidders will be issued the ‘Final Acceptance Certificate’. In case
any deficiencies are noticed during the inspection, the bidder will be liable to make good the deficiency
failing which the ‘Final Acceptance Certificate’ will not be issued.
4. The bidder will be entitled to submit its bill for payment only when ‘Final Acceptance Certificate’ is
issued by MPEDA.
Payment Terms
1. 60% payment of the awarded value will be done for delivery of active and passive components at the
site as per the requirement of MPEDA. The Contractor has to provide bank Guarantee (as per the
format prescribed in Annexure – II) for this amount for a period of one month or till satisfactory
completion of the project, whichever is later. If the Contractor fails to produce Bank Guarantee, the
amount will be released only after satisfactory completion of the project.
2. 40%. Payment will be done after satisfactory completion of the project.
3. Quantities mentioned under BoQ, as per Financial bid are approximate only. So the successful bidder
should supply items as per the actual requirement. The payment will be made only for actual/supply
installed/ utilized quantities & labour at the site.
Liquidated Damages for Delay
If the Contractor fails to complete the execution of works or any section by the time for completion, within the
relevant time prescribed, then the Contractor shall pay liquidated damages to MPEDA at the rate of the 0.5 %
of contract value for per week of delay or part thereof subject to maximum of 5% of the contract value. MPEDA
may, without prejudice to any other method of recovery, deduct the amount of such damages from any monies
due or to become due to the Contractor. The payment or deduction of such damages shall not relieve the
Contractor from his obligation to complete the Works, or from any other of his obligations and liabilities under
the contract.
Indemnity
The bidder shall indemnify and keep indemnified MPEDA against all losses and claims for injuries and damages
to any person or property whatsoever which may arise out of or in consequence of the construction or
maintenance of the work and against all claims, demands, proceedings, damages, costs, changes, expenses
whatsoever in respect thereof in relation thereto.
Warranty
1. All devices as per BoQ should have comprehensive onsite warranty for five years from the date of
commissioning of the network.
2. All ongoing software upgrades for all major and minor releases should be provided during the warranty
period.
3. Contractor should ensure service & spare support for 5 years, i.e., even after the specified warranty
period on separate commercial terms.
Price Variation
The rates quoted by the bidder shall remain firm throughout the contract period and there shall be no upward
revision of the rates quoted by the bidder for any reason what so ever.
Termination
Notwithstanding anything elsewhere provided herein and in addition to any other right or remedy available to
MPEDA under the contract or otherwise including right of MPEDA to claim compensation for delay, the MPEDA
may, without prejudice to the right against Contractor in respect of any delay, bad workmanship or otherwise
or to any claims for damage in respect of any breaches of the contract and without prejudice to any rights or
remedies under any of the provisions of this contract or otherwise and whether the date for completion has or
has not elapsed by intimation in writing, absolutely determine the Contract.
Default or failure by the contractor in any of the under mentioned cases, including but not limited to the
following shall be the basis of taking action under this clause of the contract:
1. Failure to provide at the job site, sufficient labor, material, equipment, machinery, and / or
facilities, required for the proper and / or due execution of the work or any part thereof:
2. Failure to execute the works or any of them in accordance with the contract.
3. Disobedience of any order or instruction of the Site Supervisor and / or Supervisor-in-charge.
4. Negligence in carrying out the work or carrying out of work found to be unsatisfactory by the
Supervisor-in-charge / MPEDA.
5. Abandonment of the works or any part thereof.
6. If the Contractor is incapable of carrying out the work.
7. If the Contractor misconduct in any manner.
8. If there is any change in the constitution of the Contractor (if a firm) or in the circumstances or
organization of the Contractor, which is detrimental to the interests of MPEDA.
9. Dissolution of the Contractor (If a firm or commencement of liquidation) or winding up
(whether voluntary or compulsory) of the Contractor (if a company or appointment of a
receiver or Manager of any of the Contractor’s assets and / or insolvency or the Contractor (if a
sole proprietorship) or of any partner of the Contractor (if a firm).
10. Delay in execution of work, which in opinion of MPEDA shall delay the completion of work
beyond the stipulated date of completion.
11. Distress, execution, or other legal process being levied on or upon any of the Contractors goods
and /or assets.
12. If the Contractor of any person employed by him shall make or offer for any purpose connected
with the contract any gift, gratuity, royalty, commission, gratification or other inducement
(whether money or in any other form) to any employee or agent to MPEDA. The decision of the
Secretary, MPEDA as to whether any of the events/ contingencies mentioned in aforesaid
clauses entitling MPEDA to terminate the contract has occurred shall be final and binding upon
the Contractor. The reason for the termination stated in the notice of termination shall be final
and binding upon the Contractor and shall be non-arbitral. The jobs left however by the
Contractor shall be got done at his risk and cost through the other agencies and the Contract
shall be determined accordingly.
Force majeure
The right of the contractor to proceed with the work shall not be terminated because of any delay in
the completion of the work due to unforeseeable causes beyond the control and without the fault or
negligence of the contractor, including but not limited to acts of God, or of the public enemy, restraints
of a sovereign state, floods, unusual severe weather conditions.
Arbitration
All disputes arising out of this contract shall be referred to the Chairman, MPEDA whose decision shall
be final and binding on both parties.
Jurisdiction of Dispute
All disputes under this contract shall be subject to the jurisdiction of Kerala High Court
Terms not expressly provided for
In case this tender document does not contain a provision or terms for dealing with a situation that
may arise during the execution of the works, the relevant provisions contained in the CPWD manual or
any other laws/rules shall be followed in such cases and the same will be binding on the Contractor.
TECHNICAL BID (with necessary documents duly signed/attested)
Sl.No
1 Name of the Bidder
2 Name of owner / Partners / Directors
3 Authorized Representative
4 Full particulars of office
(a) Address
(b)Telephone No.
(c ) Fax No.
(d) E-mail address
5 Registration Details:
(a) PAN No.
(b) GST No.
(c) Certificate of Registration details
6 Average Annual financial turnover (as in balance sheet) for IT during the last three years ending 31st March of 2018 (in Rs)
1. 2017-2018 2. 2016-2017 3. 2015-2016
7 Profit (as in profit and loss accounts) for IT for the last three completed financial years ending on 31/03/2018. (in Rs)
1. 2017-2018 2. 2016-2017 3. 2015-2016
8 Whether the bidder has been blacklisted/ debarred from participating in bid by any State / Central Govt. organization or PSUs
9 ISO Certification, if any
10 The details of 3 orders executed with State / Central Govt organisations /PSU/ Banks (Name of the organization and cost)
1. 2. 3. 4.
ompany)
Place:
Date:
Authorised Signatory (signature, Name and Company Seal)
11 OEM Certification (Yes / No)
12 Whether OEM (for active and passive components) have direct presence in India more than at-least 10 years
(Yes / No)
13 Whether OEM has members participating in International Standard Bodies like EIA/TIA, ISO/IEC
(Yes / No)
14 Whether Bidder have legal presence of establishment with valid address at Cochin with experts/specialists to handle Installation, Configuration and solving all types of issues in time.
(Yes / No)
15 Whether the Bidder has organization strength of at least 5 certified engineers in Cochin, in the relevant field with 1 yr experience.
If Yes, Details of technical staff
(Yes / No)
16 Whether the Bidder has at least one OEM certified installer
(Yes / No)
ANNEXURE-I
SPECIFICATIONS – Core Switch
Compliance (YES / NO)
Hardware Requirement
Switch should be 19’’ rack mountable and Maximum of 1 RU in size.
Switch should have Redundancy Power Supply Units (PSUs) from day one, Hot-swappable, field-replaceable power supplies, 1:1 power redundancy.
Switch should have 4 or more fan module redundancy and support for delivering front to back airflow.
In the event of a PSU failure, a single power supply Must be able to support the network device.
Switch should have 24 port 1/10G SFP+ Ports from day one
Switch should support up to 48 port 1/10G SFP+ for future scalability
The Switch should support standard SFPs like including SFP+, 1000BASE-T, Gigabit Ethernet SFP.
Performance
Must have Layer 2 hardware forwarding at 950 gbps when fully populated with all the scalability considerations
Must have Line-rate traffic throughput on all ports at Layer 2
Must have Line-rate traffic throughput on all ports at Layer 3
Scalability
Must support minimum 60,000 MAC address table entries.
Must support at least 2200 IPV4 Unicast route entries
Must support at least 7000 IPV4 Multicast route entries
Layer 3 Protocols
Must support Static IPV4, IPV6 and Dynamic routing RIP v2 routing from day one and all the other layer 3 features can be enabled with an optional software license without changing any of the hardware’s
Must Support VRRP or Equivalent
Must support Open Shortest Path First (OSPF) v2
Must support Multicast Routing such as Protocol Independent Multicast Version 2 (PIMv2) sparse mode, Source Specific Multicast (SSM), Multicast Source Discovery Protocol (MSDP), and Internet Group Management Protocol Versions 2, and 3 (IGMP v2, and v3)
Must support Border Gateway Protocol - BGPv4
Must have Routed ports on platform interfaces, switch virtual interface (SVI), PortChannels, subinterfaces, and PortChannel subinterfaces
Must support Virtual Route Forwarding (VRF): VRF-lite (IP VPN); VRF-aware unicast; and BGP-, OSPF-, RIP-, and VRF-aware multicast
Must support equal-cost multipathing (ECMP)
L2 Switch Feature Standard
The Switchshould support the following L2 Protocols from Day one.
Must support Gigabit Ethernet (IEEE 802.3z, 802.3ab)
Must support Ten Gigabit Ethernet (IEEE 802.3ae)
Must support IEEE 802.1d - Spanning-Tree Protocol
Must support IEEE 802.1w - Rapid Spanning Tree
Must support IEEE 802.1s - Multiple Spanning Tree Protocol
Must support IEEE 802.1q - VLAN encapsulation
Must support IEEE 802.3ad - Link Aggregation Control Protocol (LACP)
Must support IEEE 802.1ab - Link Layer Discovery Protocol (LLDP)
Must support IEEE 802.3x Flow Control
Security features
Must support multiple privilege levels for remote access (e.g. console or telnet access)
Must support Remote Authentication Dial-In User Service (RADIUS) and/or Terminal Access Controller Access Control System Plus (TACACS+)
Must support AAA using RADIUS (RFC 2138 & 2139) and/or TACACS+, enabling centralized control of the device and the ability to restrict unauthorized users from altering the configuration
Must have following Access Control features
Must support Ingress ACLs (Standard & Extended) on Ethernet and virtual Ethernet ports
Must support Standard and extended Layer 2 ACLs: MAC addresses, protocol type, etc.
Must support Standard and extended Layer 3 to 4 ACLs: IPv4 and v6, Internet Control Message Protocol (ICMP), TCP, User Datagram Protocol (UDP), etc.
Must support VLAN based ACLs (VACLs) and Port-Based ACLs (PACLs)
Must support Storm control (unicast, multicast, and broadcast)
Management features
Must provide management using 10/100/1000-Mbps management or console ports
Must have CLI-based console to provide detailed out-of-band management
Must have In-band switch management
Should have a provision to automates the processes of installing and upgrading software images and installing configuration files
Must have Configuration synchronization & Configuration rollback
Must support Secure Shell Version 2 (SSHv2), Telnet & SNMPv1, v2, and v3
Must support AAA, AAA with RBAC, Radius, TACACS+ for user authentication
Must support XML (NETCONF)
Must have Advanced Encryption Standard (AES) for management traffic
Must support Unified username and passwords across CLI and SNMP
Must have Digital certificates for management between switch and RADIUS server
Must have Switched Port Analyzer (SPAN) on physical, PortChannel, VLAN interfaces
Troubleshooting capabilities
The Switch support Comprehensive bootup diagnostic tests
The Switch support Ingress and egress packet counters per interface
The switch should have a provision to automatically send an alert related to hardware inventory, hardware & software failures, Environmental, Syslog and Diagnostics information to the Switch manufactures Technical Center and take an corrective action accordingly. The communication should be secured method like https or equivalent.
The Switch should support Embedded packet analyzer for ease of troubleshooting
Regulatory Standards Compliance
The Switch Products should comply with CE Markings according to directives 2004/108/EC and 2006/95/EC
The Switchsupport comply with Safety certifications such as UL 60950-1 & IEC 60950-1
The Switch should comply with RoHS
Warranty & Support: Support for 5 year Hardware Warranty, Software Upgrades and Troubleshooting Access based support from the respective switch manufacturer has to be provided from day one.
End customer should have OEM portal Access for Warranty and Troubleshoot support from day one
SPECIFICATIONS – Distribution Switches
Specifications Compliance (Yes / No)
General Features
Switch should have 24 no's 10/100/1000 Ethernet Ports & 4 x10 Gbps SFP+ Uplinks Ports
To be supplied with 19" Rack mounting kit.
Should have Fanless operation with operational temperature up to 45°C for deployment outside the wiring closet
To operate Switch in after work hour (non-air conditioned status) Switch must support operation under -5 ~ 55 C degree
Switch should have RJ45 Console port, USB A port for storage and Bluetooth Console
Should Support Over-the-air configuration and management via Bluetooth interface
POE
Switch should support PoE and PoE+ on all ports. Switch should have minimum 195W PoE/PoE+ Power budget across all ports.
Switch PoE Power shall be uninterrupted during control plane reboot like soft reset
Switch should be able maintain PoE+ power for connected devices during a switch reload
Performance and Scalability
should support at least 128 Gbps Switching bandwidth & 64 Gbps Forwarding bandwidth
Should support Forwarding Rate of 41 Mpps (64 byte L3 packets)
256 MB of Flash memory & 512 MB DRAM
Support 64 active VLANs & 4K VLAN Ids
Should have ARMv7 800 MHz CPU
Switch should have MTBF (in hours) at least 241,2947
8KUnicast MAC addresses
Layer 2 Features
IGMP filtering, DFCP, LACP
Switch should Support MDIX
Switch Should Support VTP, TFTP, NTP protocols
Voice VLAN to simplify IP telephony installations by keeping voice traffic on a separate VLAN
IGMP v1, v2 & V3 Snooping
Switch Should support Static Routing
Qos Features
4 egress queues & 2 thresholds per port to enable differentiated management
Differentiated services code point (DSCP) field
classification
Control- and Data-plane QoS ACLs
Should support WTD & WRR for Scheduling and congestion avoidance
802.1p class of service (CoS) classification
Network security features
IEEE 802.1x to allow dynamic, port-based security, providing user authentication.
Should Support (Port Security, DHCP snooping, Dynamic ARP Inspection (DAI)). This feature simplifies security configurations with a single touch.
Should Support Multilevel security on Console Access, ACL and Port based ACL's
Should Have Switch Port analyzer
Should support SSH, kerberos, SNMP V3
TACACS+ and RADIUS authentication enable centralized control of the switch and restrict unauthorized users from altering the configuration.
Port security to secure the access to an access or trunk port based on MAC address.
IPv6 Features
The switch should be on the approved list of IPv6 Ready Logo phase II – Host
The switch should support IPv6 QoS
IPv6 First Hop Security: RA Guard, DHCPv6 Gurad, Binding Integrity guard
Redundancy & Resiliency
Should support IEEE 802.1s/w Rapid Spanning Tree Protocol (RSTP) and Multiple Spanning Tree Protocol (MSTP)
Should Support Switch-port auto recovery (error disable)
Operating temperature should have Operating temperature ranging (–25º to 70ºC)
Management CLI, console, Telnet, SSH, SNMPv3, Web Management, Bluetooth
Support
Warranty & Support: 5 Year warranty with Next business day Advance hardware replacement and Software Upgrades directly from the respective switch manufacturer has to be provided from day one.
SPECIFICATIONS – Access Points
Compliance (Yes / No)
Solution Proposed WLAN should be a centralized controller based solution.
Hardware:
Access Points proposed must include radios for 2.4 GHz and 5 GHz with 802.11ac Wave 2.
Must have a robust design for durability, without visible vents
Must have integrated omni antennas
Mounting kit should be standard from OEM directly.
Must have dedicated memory and CPU for each radio apart from the shared Memory and CPU of the access point
High-speed spectrum intelligence across 20-, 40-, and 80-MHz-wide channels to combat performance problems due to wireless interference
Must have at least 1GB DRAM and 64 MB flash
Must have 1x10/100/1000BASE-T autosensing (RJ-45) port
Must have at least 3 dBi and 5dBi Antenna gain on 2.4GHz and 5GHz radios respectively
Access Point shall be able to perform as Wireless Controller, running standard-based, CAPWAP Protocol and act as controller for other 11n, 11ac Aps
Access Point shall come with dedicate 48V DC power input connector in addition to PoE Input
802.11ac
Access Point shall support 3x3 MIMO with two spatial streams from both radio interface and MU-MIMO technology
Must support simultaneous 802.11n on both the 2.4 GHz and 5 GHz radios.
Must support 802.11ac Wave 2 on the integrated 5-GHz radio
Must support data rates up to 300Mbps 802.11n and 867 Mbps on 802.11ac respectively
Must support up to 23dbm of transmit power on 5GHz Radio.
RF
The Wireless AP should have the technology to improve downlink performance to all mobile devices including one-, two-, and three spatial stream devices on 802.11n and 802.11ac. The technology should work without requiring feedback from clients and should work with all existing 802.11 clients.
Should support detecting and classifying non-Wi-Fi wireless transmissions while simultaneously serving network traffic
Should support configuring the access point as network connected sensor to access any network location covered by the access point to get real-time Spectrum analysis data.
Must support AP enforced load-balance between 2.4Ghz and 5Ghz band.
Must incorporate radio resource management for power, channel, coverage hole detection and performance optimization
Should be able to detect at least 20 sources of non 802.11 interference within 30 seconds
Must have -100 dB or better Receiver Sensitivity.
Roaming Must support Proactive Key Caching and/or other methods for Fast Secure Roaming.
Security Must support Management Frame Protection.
Should support locally-significant certificates on the APs using a Public Key Infrastructure (PKI).
Must operate as a sensor for wireless IPS
Should support non-Wi-Fi detection for off-channel rogues and Containment for both radio
Encryption
Access Points must support a distributed encryption/decryption model.
Access Points must support Hardware-based DTLS encryption on CAPWAP Standard or equivalent
Monitoring
Must support the ability to serve clients and monitor the RF environment concurrently.
Same model AP that serves clients must be able to be dedicated to monitoring the RF environment.
AP should have built in controller functionality to manage up to 25 APs
Flexibility:
AP model proposed must be able to be both a client-serving AP and a monitor-only AP for Intrusion Prevention services.
Should support mesh capabilities for temporary connectivity in areas with no Ethernet cabling.
Mesh support should support QoS for voice over wireless.
Must be plenum-rated (UL2043).
Must support 16 WLANs per AP for SSID deployment flexibility.
Must continue serving clients when WAN link to controller is back up again, should not reboot before joining
Must support Controller-based and standalone(autonomous) deployments
Must continue serving clients when WAN link to controller is down
Should support Local authentication at the AP level in case of WAN outage
Operational: Must support telnet and/or SSH login to APs directly for troubleshooting flexibility.
Power:
Must support Power over Ethernet, local power(DC Power), and power injectors.
PoE power injector should be supplied along with WAP
Must operate at 3x3 or higher with 802.3af PoE is the source of power
Quality of Service:
802.11e and WMM
Must support Reliable Multicast to Unicast conversion to maintain video quality at AP level
Must support QoS and Video Call Admission Control capabilities.
Access Point should 802.11 DFS certified
Warranty : The 5 Year Warranty should be offered directly from the switch manufacturer and the faulty device should be replaced by the next business day
Specifications - Passive components
UTP CABLING SYSTEM
Sr No. Details Specification Compliance Deviation
1 Type Unshielded twisted pair cabling system, Certificate by Intertek (ETL) for the 4-Connectors channel testing to the Cat 6 Cabling system as per the ANSI/TIA 568 C.2 & as well as the ISO 11801 standards up to 600 MHz.
Yes / No
2 Networks Supported 10 / 100/1000 Ethernet, 155 Mbps ATM, 1000 Mbps IEEE 802.3ab Ethernet, and proposed Cat 6 Gigabit Ethernet
Yes / No
3 TIA / EIA 568 C.2 ETL Verified / UL Listed Yes / No
4 Warranty 25 year systems warranty; Warranty to cover Bandwidth of the specified and installed cabling system, and the installation costs
Yes / No
5 Performance characteristics to be provided along with bid
(a) Attenuation, Pair-to-pair and PS NEXT, ELFEXT and PSELFEXT, Return Loss, ACR and PS ACR for 4-connector channel
Yes / No
(b) Should perform to CAT6 with short channel Yes / No
(c) 4-Connectors channel testing to the Cat 6 Cabling system as per the ANSI/TIA 568 C.2 & as well as the ISO 11801 standards up to 600 MHz.
Yes / No
(d)Should have a PSNEXT margin of 7.5 dB over CAT6
Yes / No
(e) CAT6 cabling system should be tested and verified by the Independent third party laboratories for Zero BER (Bit Error Rate) testing at the data transmission speed of 1 Gbit/s.
CAT6 UTP CABLE
Sr No. Details Specification Compliance Deviation
1
Type Unshielded Twisted Pair, Category 6, TIA / EIA 568-C.2 & ISO/IEC 11801
Yes / No
2 Conductors 23 AWG solid bare copper Yes / No
3 Insulation Polyethylene Yes / No
4 Jacket Flame Retardant PVC Yes / No
Pair Separator Cross-member (+) fluted Spline.
5 Approvals (a) UL Listed / UL Verified Yes / No
(b) ETL verified to TIA / EIA Cat 6 Yes / No
6 Operating temperature -20 Deg. C to +60 Deg. C
Yes / No
Storage Temperature -20 Deg. C to +80 Deg. C
7 Frequency tested up to Minimum 600 MHz
Yes / No
8 Packing Box of 305 meters Yes / No
9 Cable Outer Diameter .23 inches Yes / No
10 Delay Skew 45ns MAX. Yes / No
11 Bend Radius 4 * Cable Diameter Yes / No
12 Impedance 100 Ohms + / - 15 ohms, 1 to 600 MHz. Yes / No
13 UL/NEC Ratings CMR Rated Yes / No
14
Mutual Capacitance 5.6 NF MAX /100 Mtr. Yes / No
15
Conductor Resistance 66.58 Ohms Max / KM Yes / No
16 Propagation Delay 536 ns/100 Mtrs. MAX @ 250 Mhz Yes / No
17
Performance characteristics to be provided along with bid
Attenuation, Pair-to-pair and PS NEXT, ELFEXT and PSELFEXT, Return Loss, ACR and PS ACR
Yes / No
18
ROHS Compliant
ROHS/ELV Compliant
Yes / No
CAT6 UTP JACKS
Sr No. Details Specification Compliance Deviation
1 Type PCB based, Unshielded Twisted Pair, Category 6, TIA /EIA 568-C.2 and ISO/IEC 11801
Yes / No
2 Modular Jack 750 mating cycles Yes / No
3 Wire terminal 200 termination cycles Yes / No
4 Accessories Integrated bend-limiting strain-relief unit for cable entry
Support cable pair termination process on the jacks at 90 degree angle.
Yes / No
Bidder should have a mechanism to maintain the quality of the termination ir-respective of the skill level of the termination staff.
Yes / No
5 Housing Polyphenylene oxide, 94V-0 rated. Yes / No
6 110 Blocks polycarbonate, 94V-0 rated Yes / No
7 Jack contacts Beryllium copper, plated with 1.27 mm [.000050] thick gold in localized area and 3.81 mm [.000150] minimum thick tin-lead in solder area over 1.27 mm [.000050] minimum thick nickel under plate
Yes / No
8 Wiring blocks Polycarbonate, 94V-0 rated Yes / No
9 Approvals (a) UL Listed / CSA Approved Yes / No
(b) ETL verified to TIA / EIA Cat 6 Yes / No
10 Performance Characteristics to be provided with bid
Attenuation, NEXT, PS NEXT, FEXT and Return Loss Yes / No
11
ROHS Compliant ROHS/ELV Compliant
Yes / No
CAT6 UTP JACK PANELS 24 PORT Unloaded
Sr No. Details Specification
Compliance Deviation
1
Type 24-port, Modular, PCB based, Unshielded Twisted Pair, Category 6, TIA / EIA 568-C.2 and ISO/IEC 11801
Yes / No
2 Ports 24 Yes / No
3 Port arrangement Configured as 6 Port Module with individually replaceable
CAT-6 Jacks
4 Circuit Identification Front of each module shall be capable of accepting 9 mm
to 12 mm labels Yes / No
5
Port Identification 9mm or 12mm Labels on each of 24-ports (to be included in supply
Yes / No
6 Modular Jack Support Cat 5e , Cat 6 & Cat 6 A Jacks Yes/No
7 Wire terminal Yes / No
8 Accessories
Panel Black, powder coated steel Yes / No
9 ROHS Compliant
ROHS/ELV Compliant
Yes / No
PATCH CORDS
Sr No. Details Specification Compliance Deviation
1 Type Unshielded Twisted Pair, Category 6, TIA / EIA 568-C.2 & ISO/IEC 11801
Yes / No
2 Conductor 24 AWG 7 / 32, stranded copper conductors 100 Ohm Yes / No
3 Length 4 feet & 7 feet Yes / No
4 Plug Protection Transparent Slim boot
Yes / No
5 Warranty 25-year component Yes / No
6 Insulation Flame Retardant Polyethylene Yes / No
7 ROHS Compliant
ROHS/ELV Compliant Yes / No
FACE PLATE
SL No. Details Specification
1 Type Single Gang, BS style, 3 x 3 inches
2 Material ABS / UL94 V-0
3 No. of ports One/Two/Four
4 Shutter ABS UL94V-0
5 Spring of Shutter Steel, Stainless
6 Holder, Jack ABS UL 94V-0
7 Cover Label Acrylic UL94V-0
8 ROHS Compliance ROHS/ELV Complaint
Cat 6A SHIELDED CABLING SYSTEM for THE PERFOMANCE UP TO 10G
Sl No. Details Specification
1 Type
shielded twisted pair cabling system, Certificate by Intertek (ETL) for the 4-Connectors channel testing to the Cat 6A Cabling system as per the ANSI/TIA 568 C.2 & as well as the ISO 11801 standards up to 500 MHz or more has to be submitted along with the bid
2 Networks Supported 10 / 100/1000/10Gbps Ethernet, 155 Mbps ATM, 1000 Mbps IEEE 802.3ab Ethernet, and proposed Cat 6A Gigabit Ethernet
3 TIA / EIA 568 C.2 ETL Verified / UL Listed
4 Warranty 25 year systems warranty; Warranty to cover Bandwidth of the specified and installed cabling system, and the installation costs
5 Performance characteristics to be provided along with bid
(a) Attenuation, Pair-to-pair and PS NEXT, ELFEXT and PSELFEXT, Return Loss, ACR and PS ACR for 4-connector channel
(b) Should perform to CAT6A with short channel
(c) 4-Connectors channel testing to the Cat 6A Cabling system as per the ANSI/TIA 568 C.2 & as well as the ISO 11801 standards up to 500 MHz.
Cat 6A F/UTP Cable performance up to 10G
SL. No. Specifications Requirement
1
Type ANSI/TIA-568-C.2 Category 6A F/UTP Cable 11801 (3rd party report like ETL for latest TIA 568- C.2 standard should be submitted in technical bid)
2 Flame test IEC 60322-1
3 Conductors 23 AWG solid bare copper or better
4 Insulation Polyethylene
5 Jacket LSZH
6 Pair Separator Cross-member (+) fluted Spline is mandatory. Individual foil is not
acceptable
7 Approvals UL Listed
8 Operating temperature -20 Deg. C to +60 Deg. C
9 Frequency tested up to Minimum 500 MHz
10 Packing Box of 305 meters
11 Bending radius 4 x diameter
12 Attenuation @ 500 MHz <= 45.3 db/100m Max.
13
Performance characteristics to be provided along with bid
Attenuation, Pair-to-pair and PS NEXT, ELFEXT and PSELFEXT, Return Loss & ACR
14
Grounding Cable should have ground/drain wire for grounding
15 ROHS Compliance ROHS/ELV Complaint
Cat-6A Shielded Jack performance up to 10G
SL No. Specifications Requirement
1 Type Shielded Information Outlet 6S SL Jack
Class EA / Category 6A as per ISO/IEC 11801 Ed.2 Amd.2
Termination time less than 1 minute using AWC technique
Shield clamp with integrated strain relief for better cable
management
Available with or without dust cover
2 Solid conductors 22-24 AWG
3 Standard conductors 24 AWG
5 Modular Jack 750 mating cycles
6 Housing Zinc Alloy
7
Jack contacts Beryllium copper, plated with 1.27 mm [.000050] thick gold in localized area and 3.81 mm [.000150] minimum thick tin-lead in solder area over 1.27 mm [.000050] minimum thick nickel under plate
8 IDC Connect block and Lacing fixture
Polycarbonate, 94V-0 rated
9 IDC Terminals Phosphorous Bronze, Plated with 3.81 um minimum thick matt tin
over 1.27 minimum thick nickel under plate
10 Termination For termination process use SL series tool for faster, error free,
better termination
11 Termination Pattern TIA / EIA 568 A and B
12 Approvals (a) UL Listed (UL certificate required)
(b) ETL verified
13 Performance Characteristics to be provided with bid
Attenuation, NEXT, PS NEXT, FEXT and Return Loss
14 ROHS Compliance ROHS compliant
24 Port Unloaded Jack Panels
Sl No. Specifications Requirement
1
Type 24-port, Unloaded Jack panel, Standards-compliant
2 Ports 24
3 Port arrangement Modules of 6-ports each, arranged 1port x 6.
4 Category Should accept 10G Approved Jacks
5 Circuit Identification Scheme Icons on each of 24-ports
6 Port Identification 9mm or 12mm Labels on each of 24-ports (to be included in supply)
7 Height 1 U (1.75 inches)
8 Panel Black, powder coated steel
9 Cable manager Rear cable manager shall supply to route the cable
9 ROHS Compliance ROHS/ELV Complaint
10G Shielded Equipment Cords
SL. No. Specifications Requirement
1 Type Shielded Twisted Pair (S/FTP), compliant to 10 Gb/s technology IEEE 802.3an (copper) as per IEC 61935-2, (ETL/GHMT certificate required)
2 Conductor 24 AWG 7 / 32, stranded copper
3 Length 1/2 Meter
4 Plug Protection Matching colored snag-less, elastomer polyolefin boot or equivalent
5 Construction 4 pair stranded S/FTP cable
6 Plug Housing Clear polycarbonate
7 Plug Terminals
Phosphor Bronze, 50 micron gold plating over selected area and gold flash over remainder, over 100 micron nickel under plate
8 Sheath Material LSZH
9 Color/length Should available with different length and color
10 Plug Insertion Cycles 750 cycles
11 ROHS Compliant ROHS compliant
FACEPLATE
SL No. Details Specification
1 Type Single Gang, BS style, 3 x 3 inches
2 Material ABS / UL94 V-0
3 No. of ports One/Two/Four
4 Shutter ABS UL94V-0
5 Spring of Shutter Steel, Stainless
6 Holder, Jack ABS UL 94V-0
7 Cover Label Acrylic UL94V-0
8 ROHS Compliance ROHS/ELV Complaint
FIBER COMPONENTS 6 Core Single Mode Outdoor rated Fiber cable -Black color HDPE
Sl No. Specifications Requirement
1 Cable Type 6F ARMOURED OPTICAL FIBER CABLE
Fibre Optic LIU with Splice Trays & Splice Protectors (Fully Loaded)
Sl No. Specifications Requirement
1 Connector Type LC-Style, Simplex
2 Operating temperature -40 Degree C to +85 Degree C
3 Durability & color Black
4 SM connectors 220 cycles, Blue
5 Ferrules Pre-radiused Ceramic Ferrules
6 Attenuation Not more than 0.75 dB per mated pair
7 Fiber Optic Patch panels
8 FMS- Front Patching / Splicing Shelf
1U • 19” / ETSI versions available
The FMS fiber management shelf series is ideal for high density front patching applications.
Its compact design and high density capacity allows it to deliver carrier class fiber management to central offices, Pops, FTTx, mobile systems and LANs.
High Density:
1U: 6/12/24/48 Fiber terminations
Mounting brackets can be placed in different positions
9 Drawer concept allows for Easy access to splicing tray
Easy access to back side of connector
Trays with hinges(book type) which allows facilitates easy fiber management and greater access during installation and rework
Fiber guides, radius controls & secure tie downs provided
10 Dimensions Width- 450 mm & Depth - 280 mm , Height – 44 mm
11 Color RAL 7035 / Black
2 Fiber Type Single Mode, 9/125 micron primary coated buffers
3 No. of cores 6
4 No. OF FIBERS / LOOSE TUBE 9/125/250 (OS2)
5 Armour Corrugated Steel Tape Armour
6 Cable Construction Type BELLCORE GR 20 / IEC 794-1
7 Strength Members Type Water Swellable Glass Yarn
8 Attenuation @ 1310nm<= 0.34 db/KM MAX
@1550nm <= 0.22 db/KM MAX
9 Outer Sheath HDPE
10 No. of Loose Tubes 1/2
11 Loose Tube Gel THIXOTROPIC GEL
12 Armouring Type Corrugated Steel Tape
13
Armouring Type Thickness >0.15
14 Cable Weight (Nominal) 87 Kg/Km
15 Loose Tube Material PBTP
16 Jacket Colour Black
17 Jacket Overall Diameter 10.0 mm
18 Loose Tube Diameter 2.8 mm
19 Jacket Nominal Thickness 2.0 mm
20 Tensile Strength 1250 N
LC to LC Patch Cord SM
Sl No. Specifications Requirement
1 Make and Type LC to LC Duplex Fiber Optic Patch Cord 3 Mtr,9/125
Micron
2 Cable Sheath LSZH
3 Cable Diameter 2.5 mm twin zip
4 Ferrule Ceramic
5 Buffer .9 mm easy strip
6 Insertion Loss MAX .3 db Typical .15 db
7 Return Loss > 45 db
8 Temperature Range -25 Deg. C +70 Deg. C
9 ROHS ROHS/ELV Compliant
Pigtails Single mode
Sl No. Specifications Requirement
1 LC Style Pigtails 9/125,0.9,LC,LSZH, Semi Tight Pre terminated compatible
with LC snap in adapter plates
2
Features
Splice able Pigtail assembly
3 250 μm coated fiber in protective 900 μm tubing
4 Compatible with fusion or mechanical
splices.
Warranty
MPEDA seeks warranty for the installed cable plant from the OEM equipment supplier. Bidder shall ensure that the OEM norms for supply, installation, testing and documentation as specified by the OEM supplier shall be adhered to, provided those are in line with TIA / EIA standards and MPEDA requirement specifications. The warranty shall be provided by the OEM vendor to Owner and shall be administered in India. The duration of the warranty shall be for a minimum of 25 years and shall cover the system performance, application assurance and the costs of the supply of components and installation.
Authorised Signatory (signature, Name and Company Seal)
Place:
Date:
ANNEXURE-II
Form of Performance Bank Guarantee/Bank Guarantee
BG No.:………………………………… Date…………………………………….
From The Name of the Bank
To The Marine Products Export Development Authority, Panampilly Nagar Kochi-682036
In consideration of the Marine Products Export Development Authority, Panampilly Nagar, Kochi-682036
(hereinafter called “MPEDA”) having offered to accept the terms and conditions of the proposed agreement
between The MPEDA……and……………………… (hereinafter called “the Contractor(s)”for the work…………….
(hereinafter called “the said agreement’’) having agreed to production of an irrevocable Bank guarantee for
Rs…………… (Rupees………….only) as a security/guarantee form the contractor(s) for compliance of his obligations
in accordance with the terms and conditions in the said agreement.
1. We ………………….. (hereinafter referred to as the ‘’Bank’’) hereby undertake to (Indicate the name of the
Bank) Pay to the MPEDA an amount not exceeding Rs………… (Rupees…………… only) on demand.
2. We…(indicate the name of the Bank) ……………………. Do hereby undertake to pay the amounts due and
payable under this Guarantee without any demur, merely on a demand from the MPEDA stating that
the amount claimed is required to meet the recoveries due or likely to be due from the said
contractor(s). Any such demand made on the Bank shall be conclusive as regards the amount due and
payable by the Bank under this Guarantee. However, our liability under this Guarantee shall be
restricted to an amount not exceeding Rs……………… (Rupees…………………………………only).
3. We, The said Bank, further undertake to pay to the MPEDA any money so demanded notwithstanding
any disputes raised by the contractor(s) in any suit or proceeding pending before any Court or Tribunal
relating thereto, our liability under this present being absolute and unequivocal. The payment so made
by us under this bond shall be a valid discharge of our liability for payment thereunder, and the
contractor(s) shall have no claim against us for making such payment. 32
4. We (indicate the name of the Bank) …………………… further agree that the Guarantee herein contained
shall remain in full force and effect during the period that would be taken for the performance of the
said agreement, and it shall continue to be enforceable till all the dues of the MPEDA under or by virtue
of the said agreement have been fully paid, and its claims satisfied or discharged, as per the terms and
conditions of the said agreement have been fully and properly carried out by the said contractor(s), and
accordingly discharges this guarantee.
5. We……(name of the bank)………………… further agree with the MPEDA that the MPEDA shall have the
fullest liberty without our consent, and without effecting in any manner our obligations hereunder, to
vary any of the terms and conditions of the said agreement or to extend time of performance by the
said contractor(s) from time to time or to postpone for any time or from time to time any of the powers
exercisable by the MPEDA against the said contractor(s), and to forbear or enforce any of the terms and
conditions relating to the said agreement, and we shall not be relieved from our liability by reason of
any such variation or extension being granted to the said not be relieved from our liability by reason of
any such variation or extension being granted to the said contractor(s) or for any forbearance, act of
omission on the part of the MPEDA or any indulgence by the MPEDA to the said contractor(s) or by any
such matter or thing whatsoever which under the law relating to sureties would, but for this provision,
have effect of so relieving us. 6. This Guarantee will not be discharged due to the change in the
constitution of the Bank or the contractor(s).
6. We ……………(Name of the bank)……. lastly under take not to revoke the Guarantee except with the
previous consent of the MPEDA in writing. This bank Guarantee on the Bank or its successors or
permitted assigns.
7. We……(Indicate the name of the Bank)………… lastly undertake not to revoke this Guarantee except
with (indicate the name of the Bank) the previous consent of the MPEDA extended on demand by the
MPEDA. Notwithstanding anything mentioned above, our liability against this Guarantee is restricted to
Rs………………….(Rupees………………..only), and unless a claim/demand is made on the bank in writing on
or before ……………………all your rights under the Guarantee will be forfeited and we shall be relieved
and discharged from all liabilities there under.
Authorised Signatories of the Bank with name and Seal
Name of the Officer:
Designation: Code if any:
Date:
Place:
NICNET
MPEDA LAN DIAGRAM – WITHOUT REDUNDANCY
Asianet
ISP LINK
Ethernet cable
Fiber cable
LIU
L2 Switch
L3 Switch
Cyberoam
Juniper Srx2204
Recommended