33
1 Tender cost: Rs.1000/- OFFICE OF THE DIRECTOR ALL INDIA INSTITUTE OF MEDICAL SCIENCES ANSARI NAGAR: NEW DELHI: 110 029 (SCHEDULE-‘A’) S.NO. OF TENDER : - _______________________________________________ FILE NO. : XX-317/Up-Gradation of Wireless Network/2011-12/St. Name of the party in whose _______________________________________________ Favor the Tender form has ______________________________________________ Been issued: - ______________________________________________ The Director, All India Institute of Medical Sciences, Ansari Nagar.N.Delhi-29 (SEAL OF THE OFFICER) Dear Sir, 1. I/We hereby submits our tender for Up-gradation of existing wireless network of 2.4/ 5.8 GHz license free wireless equipment with accessories and cabling on turnkey basis which includes Supply, Installation & Commissioning of latest equipment as per the specifications provide in this document and integration with the existing network installed at AIIMS campus. 2. I/WE now enclosing herewith the Bank Guarantee/FDR/D.D. No…………………… dated……………. for Rs.6,00,000.00 (Rupees Six Lakhs only) drawn in favor of the “DIRECTOR, AIIMS, NEW DELHI” towards EMD/Bid Security. Tenders not accompanied with fresh EMD/Bid Security (along with Technical Bid Part-I) shall be summarily rejected. 3. I/We have gone through all terms and conditions of the tender documents before submitting the same. & hereby agrees to all the terms and conditions, stipulated by the AIIMS, in this connection including delivery, service, penalty etc. 4. I/We have noted that over written entries shall be deleted unless duly out & rewritten and initialed. Tenders are duly signed (No thumb impression should be affixed). 5. I/We undertake to sign the contract/agreement within 7 (seven days) from the issue of the letter of acceptance if required, failing which our/my security money/ bid security deposited may be forfeited and our/my name may be removed from the list of suppliers at the AIIMS New Delhi-29. NOTE: ALL TERMS & CONDITIONS SUCH AS RATES AND TAXES ETC, HAS BEEN INDICATED SEPARATLY IN THE QUOTATION. DURING THE RATE CONTRACT PERIOD BASIC PRICE EXCEPT GOVT. LEVIES OF THE ITEM WILL NOT BE CHANGED. OTHER TERMS AND CONDITIONS ARE ALSO AS PER YOUR REQUIREMENT. Yours faithfully Signature of Tenderer with full Address. WITNESS______________________________________ WITNESS______________________________________ WITNESS______________________________________ WITNESS______________________________________

Tender 317

Embed Size (px)

DESCRIPTION

tutorial

Citation preview

Page 1: Tender 317

1

Tender cost: Rs.1000/- OFFICE OF THE DIRECTOR

ALL INDIA INSTITUTE OF MEDICAL SCIENCES ANSARI NAGAR: NEW DELHI: 110 029

(SCHEDULE-‘A’)

S.NO. OF TENDER : - _______________________________________________ FILE NO. : XX-317/Up-Gradation of Wireless Network/2011-12/St. Name of the party in whose _______________________________________________ Favor the Tender form has ______________________________________________ Been issued: - ______________________________________________ The Director, All India Institute of Medical Sciences, Ansari Nagar.N.Delhi-29 (SEAL OF THE OFFICER)

Dear Sir, 1. I/We hereby submits our tender for Up-gradation of existing wireless network of 2.4/ 5.8 GHz license free wireless equipment with accessories and cabling on turnkey basis which includes Supply, Installation & Commissioning of latest equipment as per the specifications provide in this document and integration with the existing network installed at AIIMS campus. 2. I/WE now enclosing herewith the Bank Guarantee/FDR/D.D. No…………………… dated……………. for Rs.6,00,000.00 (Rupees Six Lakhs only) drawn in favor of the “DIRECTOR, AIIMS, NEW DELHI” towards EMD/Bid Security. Tenders not accompanied with fresh EMD/Bid Security (along with Technical Bid Part-I) shall be summarily rejected. 3. I/We have gone through all terms and conditions of the tender documents before submitting the same. & hereby agrees to all the terms and conditions, stipulated by the AIIMS, in this connection including delivery, service, penalty etc. 4. I/We have noted that over written entries shall be deleted unless duly out & rewritten and initialed. Tenders are duly signed (No thumb impression should be affixed). 5. I/We undertake to sign the contract/agreement within 7 (seven days) from the issue of the letter of acceptance if required, failing which our/my security money/ bid security deposited may be forfeited and our/my name may be removed from the list of suppliers at the AIIMS New Delhi-29. NOTE: ALL TERMS & CONDITIONS SUCH AS RATES AND TAXES ETC, HAS BEEN INDICATED SEPARATLY IN THE QUOTATION. DURING THE RATE CONTRACT PERIOD BASIC PRICE EXCEPT GOVT. LEVIES OF THE ITEM WILL NOT BE CHANGED. OTHER TERMS AND CONDITIONS ARE ALSO AS PER YOUR REQUIREMENT.

Yours faithfully Signature of Tenderer with full Address.

WITNESS______________________________________ WITNESS______________________________________ WITNESS______________________________________ WITNESS______________________________________

Page 2: Tender 317

2

ALL INDIA INSTITUTE OF MEDICAL SCIENCES ANSARI NAGAR: NEW DELHI

STORE SECTION (DO)

NOTICE INVITING TENDER

The Stores Officer on behalf of the Director, All India Institute of Medical Sciences, Ansari Nagar, New Delhi-110029, invites sealed tenders, from the manufacturer firms or their direct distributors/ Agents for the following items up to 12.30 p.m. on 06.08.2012.

Name of the item and File reference Document cost in rupees

Bid Security/ EMD in rupees

(F.No.XX-317/Up-Gradation of Wireless Network/2011-12/St.) Up-gradation of Wireless Networking at AIIMS Hostels for Internet Access. (In Two bid System)

Rs.1000/- Rs.6,00,000/-

Date of opening of tenders has been indicated in the tender forms. Tender form containing detailed

specification/ items along with terms and conditions can be had from the office of the Stores Officer (DO), Ist Floor, Animal House Bldg. AIIMS, New Delhi- 110029 against requisite Pay Order/Demand Draft towards the cost of tender documents (Non-refundable) as mentioned above in favor of the ‘Director’ AIIMS, New Delhi-110029 along with request on firm’s printed letter head. (Postal Orders/ Cash are not acceptable). The bid security as mentioned above will have to be deposited through Bank Guarantee/ Demand Draft in favor of the ‘Director’ AIIMS, New Delhi along with the tender. No interest is payable on EMD/Bid Security Deposits.

THE BIDDERS MAY DOWNLOAD THE TENDER DOCUMENTS DIRECTLY FROM THE WEBSITE

AVAILABLE AT www.aiims.edu, www.AIIMS.ac.in and www.tender.govt.in. IN SUCH CASE, THE BIDDERS ARE REQUIRED TO SUBMIT THE TENDER COST FEE as mentioned in the tender notice (NON-REFUNDABLE) BY WAY OF SEPARATE DEMAND DRAFT DRAWN IN FAVOUR OF DIRECTOR, AIIMS, New Delhi, India, AND THE SAME SHOULD ESSENTIALLY BE ENCLOSED ALONGWITH THE TECHNO COMMERCIAL BID.

Tender form will be supplied by post/ per bearer on receipt of request on firm’s printed letterhead along

with the requisite demand draft/ pay order for each set separately between 2.00 p.m. & 4.30 p.m. on all full working days and on Saturday from 11.00 a.m. to 1.00 p.m. up to 27.06.2012 (If the last date for sale, submission & opening of tender falls on any Government declared holiday, the next working day will be considered as last date for the same).

1. Last date of Sale of tender forms : 02.07.2012 (Up to 4.30 p.m.) 2. Pre-Bid Meeting : 16.07.2012 at 11:00 AM at Computer Facility, AIIMS 3. Corrigendum if any to be issued : 20.07.2012 4. Site Survey by Venders : 23.07.2012 to 30.07.2012 5. Power Point Presentation by : 03.08.2012 at 11:00 a.m.

Venders of the Wi-Fi Solutions At Computer Facility, AIIMS

(15 Minutes) 6. Tender Bid Closing at : 06.08.2012 up to 12:30 p.m.

Store Office (DO) 7. Opening of Tender Bids : 06.08.2012 (at 3.00 p.m.) at the office of Stores Officer (DO)

STORES OFFICER (DO)

Page 3: Tender 317

3

ALL INDIA INSTITUTE OF MEDICAL SCIENCES STORE SECTION (DO)

(SCHEDULE-‘B’)

Tender Ref. No.: XX-317/Up-Gradation of Wireless Network/2011-2012/St. Subject : Up-Gradation of Wireless Networking at AIIMS Hostels for Internet Access Date of Submission : 06.08.2012 up to 12:30 p.m. Date of Opening : 06.08.2012 at 3:00 p.m.

1. Tender should be addressed to the Director, All India Institute of Medical Sciences, Ansari Nagar, New Delhi-29 and submitted to the Office of the Stores Officer, (Main) under sealed cover failing which the tender shall be rejected. 2. The Director, AIIMS New Delhi reserves the right to cancel/reject full or any part of the tender at any stage, which, do not fulfill the conditions, stipulated in the tender. No correspondence will be entertained in this regard. 3. Mixed quotations will not be considered for acceptance. 4. TENDER SHOULD INVARIABLY BE SUBMITTED IN TWO BID SYSTEM CONTAINING TWO PARTS AS DETAILED BELOW: PART-I: - TECHNO-COMMERCIAL BID IN ONE SEALED COVER CONTAINING ONLY TECHNICAL SPECIFICATION OFFORED ALONGWITH LITRATURE, PAMPHLETS, DRAWING ETC. THIS COVER SHOULD CONTAIN COMPLETE TECH. SPECIFICATIONS, MAKE, MODEL, NAME OF SUPPLIER/ MANUFACTURER & COMMERCIAL TERMS ETC. OFFERED. PART-II: - PRICE BID/FINANCIAL BID IN SEPARATE SEALED COVERS CONTAINING PRICE DETAILS ONLY. BOTH THE SEALED ENVELOPES (PART-I & II) SHOULD THEN BE PUT IN OUTERCOVER INDICATING THEREON:

1. Reference No. of the Tender: _____________________________ 2. Tender regarding: ______________________________________ 3. Due date for submission of the tender: _____________________ 4. Due date for opening of the tender: ________________________ 5. Name of the firm: ______________________________________

PLEASE NOTE THAT PRICES SHOULD NOT BE INDICATED IN THE TECHNO- COMMERCIAL BID (PART-I). THE PRE-QUALIFICATION DOCUMENTS INCLUDING E.M.D./BID SECURITY AS REQUIRED IN THE TENDER DOCUMENT SHOULD INVARIABLE BE ACCOMPANIED WITH THE TECHNO-COMMERCIAL BID. NOTE: -TENDERS SUBMITTED WITHOUT FOLLOWING TWO-BID SYSTEM PROCEDURE AS MENTIONED ABOVE WOULD BE SUMMARILY REJECTED. 5. The tender forms be clearly filled in ink legibly or typewritten giving full address of the tenderers. The tenderers should quote in figures as well as in words. Alterations/overwriting/cuttings unless legibly attested by the tenderers, shall disqualify the tenders. The tenders should be signed by the tenderer himself/themselves or their authorized agent on their behalf (Authorization may be enclosed, if applicable).

Page 4: Tender 317

4

6. The basic price in Indian Rupees should be quoted, unit wise, both in figure and words separately for each items inclusive of packing, forwarding, freight, insurance and installation charges at site etc.

7. THE INSTITUTE IS NOT AUTHORIZED TO ISSUE ‘C/D FORMS’.

8. THIS TENDER DOCUMENT AND SUBSEQUENT RATE CONTRACT WITH THE APPROVED FIRM ARE NON-TRANSFERABLE.

9. The tenderers should take care that the rates and amounts are typed in such a way that interpolation is not possible; no blanks should be left which would otherwise, make the tender rejected.

10. The rates quoted will be valid for 39 months w.e.f. date of award of tender or till finalization of new tender which ever as earlier. 11. Complete Technical details along with make, model number, complete specification, pamphlets, and literature of the systems highlighting the special features of their offer should be supplied along with the quotation.

12. Quotation strictly should be as per tender specifications/conditions. No deviations in the specifications of the items would be accepted. Quotations no adhering to the specifications will be out rightly rejected. 13. The Institute shall have the right to reject any tender at any stage without assigning any reason thereof. No correspondence, whatsoever, will be entertained in this regard. 14. AIIMS or its representative shall have the right to inspect or to evaluate the software/hardware to confirm their conformity to the ordered specifications. The supplier shall provide all reasonable facilities and assistance to the inspector at no charge to AIIMS. In case any inspected or tested features fail to conform to the specifications, AIIMS may reject them and supplier shall either replace the rejected goods or make all alterations necessary to meet specification required free of cost to AIIMS. 15. The tenderers shall clarify/state whether he/they are accredited agent or sole representative indicating principals and agent quoting on behalf of their manufacturers/principals must attach authority letter in their favor. The bids received without authority letter are liable to be rejected. No piece meal solution will be accepted; complete solution as above by single vendor is required.

16. Handwritten quotations shall not be accepted.

17. Delivery prospects with definite date of delivery at destination taking into cognizance transit facilities must be indicated.

18. EACH TENDER SHOULD BE ACCOMPANIED WITH AN EMD/BID SECURITY AMOUNTING TO Rs. SIX LAKHS (RUPEES SIX LAKHS ONLY) BY WAY OF DEMAND DRAFT/ FDR/ BANK GUARANTEE DRAWN IN FAVOUR OF “DIRECTOR, AIIMS, NEW DELHI”, FAILING WHICH THE TENDER SHALL NOT BE CONSIDERED FOR ACCEPTANCE AND WILL BE OUTRIGHTLY REJECTED. IN CASE OF BANK GUARANTEE/ FDR, IT SHALL BE VALID FOR 39 MONTHS FROM THE DATE OF OPENING AND THE SAME SHOULD BE FROM ANY SCHEDULED BANK (AS PER THE LIST ENCLOSED). CASH/CHEQUE IS NOT ACCEPTABLE AT ALL. THE EMD/BID SECURITY DEPOSITED AGAINST OTHER TENDERS CANNOT BE ADJUSTED OR CONSIDERED FOR THIS TENDER. NO INTEREST IS PAYABLE ON EMD/BID SECURITY. 19. On completion of the contract in all respect, the security deposit made by the vendor will be refunded to the firm on demand without any interest on presentation of “No demand certificate” from the Department and the Stores Accounts Section.

Page 5: Tender 317

5

20. In case the vendor fails to comply with the terms and conditions of the contract or fails to carry out the servicing/maintenance, the institute shall be entitled to forfeit the security money and removal of their name from list of contractors.

21. The vendors will attend to any number of breaks down emergency calls without extra payment and the calls will be attended immediately.

22. In case of any component failure, the vendor will procure/provide these parts and set the machines/equipments in order immediately. The Vendors are requested to give detailed tender in their own forms. 23. In case of non supply of material within the due date i.e. with in the date of delivery, the Director, AIIMS, New Delhi will have the right to impose penalty as deemed fit and resort to risk purchase in full or part thereof at his/her discretion, his/her decision shall be final and binding. 24. Force Majore Clause :-Any failing of omission to carry out the provision of the contract by the supplier shall not give rise to any claim by any party, one against the either, if such failure of omission or arises from an act of God, which shall include all acts of natural calamities such as fire, flood, earthquake hurricane or any pestilence or from civil strikes, compliance with any stature and/or regulation of the Government, lookouts and strikes, riots, embargoes or from any political or other reasons beyond the suppliers control including war (whether declared or not) civil war or state or insurrection, provided that notice or the occurrence of any event by either party to the other shall be given within two weeks from the date of occurrence of such an event which could be attributed to force major conditions. 25. Excise Duty & other such levy imposed by the Govt. of India from time to time will be authorized extra on demand with adequate proof thereof. 26. No payment shall be made for rejected material. The tenderer would remove rejected items immediately at their own cost. In case these are not removed, these will be disposed off in a manner as deemed fit by the authorities at the risk and responsibility of the suppliers without any further notice. 27. Tenderers submitting tenders would be considered to have considered and accepted all the terms and conditions. No inquiries verbal or written shall be entertained in respect of acceptance or rejection of the tender. 28. TENDER SHALL BE REJECTED IF THE COPY OF SALES TAX REGISTRATION CERTIFICATE (Now called as VAT)/Service Tax Registration Certificate. Sales tax (VAT)/Service Tax and other statutory levies should be shown separately and should not be included in the basic price. Otherwise it will not be considered. 29. Any action on the part of the tender to influence anybody in the said Institute will be taken as an offence and the tender submitted by the firm will subsequently be rejected and the vendor may be liable to be debarred from bidding for AIIMS tenders in future for a period of three years. 30. FALL CLAUSE :-The price charged for the Stores/Equipment’s, under the reference, by the supplier shall in no even exceed the lowest price at which the supplier the Stores/Equipment’s of same identical description to any other person/organization/ Institution during the currency of the contract as per fall clause adhered by D.G.S.& D. If at any time, during the said period the supplier reduced the said prices of such/Stores/Equipment or sales such stores to any other person/organization/ Govt. Institution/ Co. Operative Stores at price lower than the quoted price, he shall forthwith notify such reduction or sale to the Director, All India Institute of Medical Sciences and the price payable for the Stores supplied after the

Page 6: Tender 317

6

date of coming into force of such reduction or sale shall stand correspondingly reduced and should attach an undertaking on non-judicial stamp paper of Rs 10/- duly attested otherwise quotation shall be summarily rejected.

32. PAYMENT: The payment for services rendered shall be made direct to the party by the Accounts Officer (Stores Accounts) on presentation of bills on triplicate duly prereceipted along with a certificate from the Departments.

33. ARBITERATION CLAUSE: - If at any time, any question, dispute or difference whatever shall arise between the two parties (AIIMS on the one hand and vendor on the other hand) in relation to the purchase either of the parties may give to the other notice in writing the existence of such a question, dispute or difference and the same shall be referred to two arbitrators, one to be nominated by the firm. Either party shall serve such a notice of the existence of any question, dispute or difference in connection with this purchase within 30 days of the beginning of such dispute failing which all right or claims shall be deemed to have been forfeited and absolutely barred. Before proceeding with the reference the arbitrators shall appoint/nominate an umpire. In the event of the arbitrators not agreeing in their award the umpire appointed by them shall enter upon the reference and his award shall be binding on the parties. The venue of the arbitrator shall be at AIIMS. The provision of the Indian Arbitration and Reconciliation Act 1996 and of rules framed if under and any statutory modifications thereof shall be deemed to apply and be incorporated for the supply, installation, installation and commissioning etc. Upon every or any such reference the cost of any incidents to the reference and awards respectively shall be at the discretion of the arbitrators on in the event of their not agreeing of the Umpire appointed by them who may determine the amount thereof or direct the same to be fixed as between solicitors and client or as between parties and shall direct by whom and in what manners the same shall be borne and paid. 34. The court of Delhi will have the jurisdiction to try any matter, dispute or reference between the parties arising out of the contract. It is specifically agreed that no court outside and other the court shall have jurisdiction in the matter. 35. NON BLACKLISTING CLAUSE: - The tenderer shall furnish a non-blacklisting certificate attested by a Notary that the firm has not been blacklisted in the past by any government/ Private institution. The tenderer/Supplier has to give an affidavit on non-judicial stamp paper of Rs.10/- duly attested that there is no vigilance/CBI case pending against the firm/supplier and the firm has not been blacklisted in the past by any Govt. or Private Organization. 36. The tenderer shall furnish following certificates invariably along with techno-commercial bid, as applicable, otherwise quotation shall be summarily rejected: - a) A declaration by the proprietor of the firm, in case, the firm is proprietorship firms on non- judicial stamp paper of worth Rs. 100/- duly attested. b) An attested copy of partnership deed duly registered by the Registrar of Firms, in case, of partnership firm. c) An attested copy of article of memorandum with constitution of firm and guidelines, in case, of private limited firm with name, photo & signatures of all Directors. d) Latest VAT returns receipt e) Financial standing from Banker or CA

f) Turnover: - The bidder’s annual turnover in this area should be at least Rs.5 caror (Rupees Five Caror) in each of last three financial years. Attach documentary evidence (Audited balance sheet) for

Page 7: Tender 317

7

confirmation regarding turnover. The turnover refers to a company and not the composite turnover of its subsidiaries/sister concern etc. for year 2008-09, 2009-10 & 2010-11. g) Declaration regarding storage of sufficient no. of spares and deployment of personnel to ensure uninterrupted services. h) Vendor should have ISO-9000 OR ISO-27000 Certification and proof regarding this must be enclosed with technical bid.

37. A proof of address, telephone number and Fax number shall be submitted. A surprise visit to the premises by the representatives of the Institute shall be made to assess the firm’s capacity and standing.

38. A duly constituted Technical Selection Committee will shortlist the Technical Bids on the basis of technical parameters including possible visit to inspect manufacturing/repairing or service station/working facilities, if considered necessary. Based on the Technical details infrastructure, vendors will be short-listed further and the names of short listed vendors will be announced to the respective vendors only who’s Technical Bids qualify for opening of the Financial/Commercial Bids. The Commercial Bids of only vendors, shortlist from the Technical Bids will be opened in the presence of their representatives on a specified date and time to be intimated to the respective vendors, and the same will be evaluated by a duly constituted Committee.

39. Tender by Tele-fax/telegram/fax/e-mail will not be accepted.

40. If the tenderer gives a false statement on any of the above information, the firm/supplier will not be considered and their quotation/tender shall be deemed to be rejected and the security deposited will stand forfeited.

41. Any defective item displaying manufacturing defects or Quality Control Problem will be totally replaced with new one by the Vendor at his cost and risk within 5 days of rerouting such defects. Failure of which entail forfeiture of the EMD/Security Deposit. In case these are not replaced/removed, those will be auctioned at the risk and responsibility of the suppliers without any further notice.

42. AIIMS 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.

43. THE FORWARDING LETTER/ UNDERTAKING (SCHEDULE-A) DULY SIGNED SHOULD INVARIABLY BE RETURNED ALONG WITH QUOTATIONS FURNISHED FAILING WHICH THE TENDER SHALL BE REJECTED.

44. IN CASE THE TENDER DOCUMENTS DOWNLOADED FROM THE WEBSITE: -

THE BIDDERS MAY DOWNLOAD THE TENDER DOCUMENTS DIRECTLY FROM THE WEBSITE AVAILABLE AT www.aiims.ac.in, www.aiims.edu. & www.aiims.tenders.Gov.in IN SUCH CASE, THE BIDDER ARE REQUIRED TO SUBMIT THE TENDER COST FEE OF Rs. 1000/- (Non-Refundable) BY WAY OF SEPARATE DEMAND DRAFT DRAWN IN FAVOUR OF DIRECTOR, AIIMS, AND THE SAME SHOULD ESSENTIALLY BE ENCLOSED ALONGWITH THE TECHNO COMMERCIAL BID. THE BIDDERS SHOULD SPECIFICALLY SUPERSCRIBE, “DOWNLOADED FROM THE WEBSITE” ON THE TOP LEFT CORNER OF THE OUTER ENVELOPE CONTAINING TECHNO-COMMERSCIAL BID & PRICE BID SEPARATELY. IN NO CASE, THE TENDER COST FEE SHOULD BE MIXED WITH EMD AMOUNT. THE TENDERS NOT FOLLOWING THE ABOVE PROCEDURE WILL BE SUMMARILLY REJECTED.

Page 8: Tender 317

8

45. TENDERS SHOULD BE SUBMITTED IN TWO PARTS PART-I CONTAINING TECHNO-COMMERCIAL BID IN ONE SEALED COVER AND PART-II CONTAINING PRICES BIDS/FINANCIAL BIDS. IN OTHER SEALED COVER. ALL THE PREQUALIFICATION DOCUMENTS INCLUDING EMD AS REQUIRED IN THE TENDER DOCUMENT SHOULD INVARIABLY BE ACCOMPANIED WITH THE TECHNOCOMMERCIAL BID. TENDERS SUBMITTED WITHOUT FOLLOWING AS PRESCRIBED ABOVE WILL BE SUMMARILY REJECTED. Note: -

a) If the above-mentioned certificates/documents are not submitted along with the tender, such offers will not be considered and will be out rightly rejected. b) Any tenderer /supplier giving false information shall be disqualified and removed from the rate contract. No business, henceforth, will be done with the firm/supplier.

Page 9: Tender 317

9

Tender No.: XX-317/Up-Gradation of Wireless Network/2011-2012/St. Upgradation of Wireless Networking at AIIMS Hostels for Internet Access

Requirement & Technical Specifications Introduction AIIMS has a well developed LAN setup with servers and internet bandwidth. It is planned to upgrade the existing wireless network for 20 hostels. Up-gradation is required at all the locations as indicated in the Annexure-1. These locations are already connected with the central site i. e. Computer Facility, (located in the main building) through CAT6 or wireless link. Now proposals are invited to provide a turnkey solution for the following: Up-gradation of existing wireless network of 2.4 / 5.8 GHz license free wireless equipment with accessories and cabling on turnkey basis which includes Supply, Installation & Commissioning of latest equipment as per the specifications provided in this document and integration with the existing network installed at AIIMS campus to enhance the user bandwidth at all the locations mentioned in Annexure-1 to the desired level as stated in this tender document. To provide desired bandwidth for Wi-Fi connectivity (IEEE 802.11 a/b/g/n) within individual locations to enable users connect to the network using Wi-Fi enabled devices to access Internet and other applications. The detailed specifications for the same will be as per specification attached as Annex.- 2. The proposed network should have underground Optical Fiber Connectivity in redundant mode between computer facility and individual hostels / buildings. Within the building, wireless connectivity through AP should be provided. JPNATC and BBDL should also be covered in this network. The access point/network modules should support all application software, system software and network protocols. Fiber backbone between hostels/buildings and computer facility should support min. 1/10 Gbps in redundant mode as per Annexure 6. In addition, one back-up wireless link of min. 100 Mbps from each hostel/building to computer facility should be provided. NMS should be proposed as part of the solution.

Page 10: Tender 317

10

General Instructions / Guidelines for the Vendors 1. The existing network is providing 24x7 Wi-Fi Internet access to approximately 1300 student users, who stay at 18 hostel locations around AIIMS by creating required numbers of links from central leased line landing facility (Computer Facility) and required number of Wi-Fi hot zones in these locations. 2. Up-gradation of 2.4 / 5.8 GHz license free wireless equipment installed to IEEE 802.11n standard for 4000 users. 3. Apart from up-gradation of existing network as mentioned above, 10 nos. of new APs (Access Points) as per the specification provided in Annexure 2 to be provided extra as spare APs for AIIMS utilization to create temporary network as and when required. 4. Users in these locations have been facing connectivity issues related to internet access and upgraded equipment should enhance connectivity to all these users. The network needs to provide full coverage in areas from where users will access the network i.e. in rooms, balcony etc. The clients should have 2 Mbps minimum data speed. Vendor should provide a mechanism to measure and demonstrate when required, the local bandwidth at client level i.e. from client side to computer facility. 5. Apart from above up-gradation of Wi-Fi network in specified locations, wireless/wired controller as per specification in Annexure 3 to be supplied, installed and commissioned and integrated with the campus wide network. Solution should be based on Centralized WLAN controller, single point management for configurations for WLAN/Wired LAN, Security, Access. NMS is part of the solution and NMS – Commercial grade should be quoted separately as an optional item. 6. The system should be put in place on the basis of Site survey, technical bid, financial bid, selection process, Contract, procurement, Installation, training, and further with facility operations management & user support (user training, account creations, logs, security controls, hand holding, running and up keeping of systems including dusting, keeping them clean and safe, etc.,), trouble shooting / maintenance done for first three years and AMC for 4th and 5th Year. 7. Vendors are requested to do a detailed site survey before giving quotation to understand the exact requirements. For site survey, vendor may contact Computer Facility, AIIMS. 8. Vendor will provide a complete turnkey solution including all works like, installation of new tower/mast/pole, laying of cable wherever required, civil work, if any etc. The Optical fiber work for outside the main campus locations may be implemented in Second Phase. To start with these locations should be connected through wireless point to point link to the computer facility (Backup connectivity). 9. Commissioning of equipment and network integration with overall AIIMS network will also be the responsibility of the vendor. 10. The vendor will provide comprehensive warranty/guarantee with parts and onsite support for all the network equipment for a total three years and CAMC for 4th and 5th Year. 11. After the 3 years the vendor should be able to maintain the systems through a comprehensive AMC on yearly basis and the Cost of which should be quoted separately. 12. The vendor should provide required numbers of personnel (at least 2 [two] network certified and qualified network engineers (B.Tech / B.E in Computer Sciences/ Electronics & Telecom Eng.) per shift

Page 11: Tender 317

11

for 24x7 operations for facility management & user support (user training, account creation coordination, logs, controls, hand holding, running and up keeping of systems, any other network/access related work etc.,), trouble shooting / maintenance done for first three years, (on 3 shifts)) to be stationed at the site (AIIMS) for the system and the network being created. The sitting space for these engineers, AIIMS Internal landline for the user support facility will be provided by the AIIMS. Implementation of temporary network would be done by vendor as and when required by AIIMS at no additional cost to AIIMS. 13. Any Complaint/breakdown call reported should be attended the same day within 2 hours by the 1st level local resident engineers. Further any complaint/breakdown call requiring repair/replacement/ stand by equipments/2nd level support are to be rectified with 4 hours if reported before 6.00 pm and if reported after 6.00 pm shall be attended by 11.00AM next day. 14. The Simple operational difficulties etc., to be attended and sorted out within 2 hours of the complaint. The vendor will maintain a complaint register with cell phone for complaints and all the calls for the complaints to be registered and a complaint no. to be given to the user for further reference. 15. The vendor should have enough spare parts and backup of configurations and setup etc., to provide standby in case of any repair in the equipments, cables, software etc., and the repair/replacement of the original equipment should be done within 5 days. 16. The penalty clause: The total uptime of the network/systems/equipments should be 99 % taking care of the SLA’s. AP / other equipments failure for more than specified downtime, a penalty of Rs.100 per day per access point or part of the day shall be recovered from the security deposit. 17. Wireless equipments shall be long range outdoor router / access (indoor) points for PMP and other equipments required shall be optimized for cost and efficiency. 18. Seamless connectivity throughout the zone for mobile users with laptops / PDA’s.

19. Coverage & Availability

No black hole/ low signal within zone, there should not be any information access/communication black hole in any of the hostel rooms/corridors etc. The WLAN should be designed in such a way that there is no or minimum interference between the wireless devices i.e. AP or any other wireless devices like medical equipment etc.

All in campus locations should be connected with central location i.e. computer facility with fibre links and a redundant wireless link, so that failure of one link does not disconnect the users. AIIMS has 1Gbps internet link available at computer facility.

20. The WLAN should allow roaming across all the locations.

21. Secure, user authenticated access, login, password, and usage logs etc., to be provided by the vendor in coordination with central Computer Facility. There should be option for centralized/uniform/universal access for access/login in all wireless/wired LAN of AIIMS. 22. Content filtering, firewalling, bandwidth balancing and overall access control should be thro’ the UTM installed at central computer facility at AIIMS.

Page 12: Tender 317

12

23. The system installation should be fine tuned/optimized for both cost and efficiency to meet the requirement no: 4 as above. 24. Initially the Hostels will be given the Internet access feed from the Internet leased line landing at Computer Facility, AIIMS. However incase of availability of a completely separate new leased line set up for the hostels, the same also need to be taken in to account by the vendor for later integration / compatibility etc., 25. The vendor should have offices in Delhi or NCR region and should have atleast 10 engineers having very good knowledge of wireless network deployments. 26. The vendor/bidder must be reputed manufacturer or his authorized representative of the type of solution/products/equipments offered. In case of representative, the authorization letter from the manufacturer/distributor must be submitted. No piece-meal solutions shall be accepted; single vendor should submit complete solution. 27. The bidder should have implemented similar solution (Secure wired/Wi-Fi LAN solution) with more than 4000 users (minimum one such supply order) or with more than 2000 users (minimum two such supply orders) deployed in India in last five years. 28. AIIMS may call the vendor for the demonstration of the proposed solution/ equipments at AIIMS for evaluation at no cost/charge to AIIMS. 29. AIIMS would give preference to a more reliable & secure solution. Vendor should clearly submit a detailed methodology to carry out the required work. Vendor should follow standard procedures for all the project activities i.e. all the cables should be of latest industry standard and should be laid within conduits as per the latest standard laying procedure. 30. The complete up-gradation of network and implementation of wireless controller should be done in phased manner in consultation with AIIMS Computer Facility to make sure minimum disturbance to the users. 31. The complete project should be executed within 3 (three) months from the date of supply order from AIIMS. Vendor should submit the project plan in the technical bid. 32. AIIMS or its representatives shall have the right to inspect or evaluate the hardware, software etc., to confirm their conformity to the ordered specifications. The supplier shall provide all reasonable facilities and assistance to the inspector at no charge to AIIMS. In case inspected tested features fail to confirm to the specifications, AIIMS may reject them and the supplier shall either replace the rejected goods or make all alterations necessary to meet specifications required, free of cost to AIIMS. 33. Vendor should provide required battery backup for all the devices for one hour of power outage. 34. It the present Wi-Fi hardware cannot be integrated in the proposed solution, vendor may provide buy-back arrangement for the existing hardware in order to reduce the project cost. Final decision in this matter will be taken by appropriate authority and will be informed at the time of award of contract. 35. Design of the Wireless Network in its deployment should adhere to Governments norms defined and should comply with all its security measure.

Page 13: Tender 317

13

36. Any permission if required from the Municipal corporation/Regulatory authorities for laying the fiber optic cable has to be obtained by the vendor

37. After warranty period all the equipments, cable and accessories has to be handed over to Computer Facility, AIIMS in perfect working condition.

38. All the active network devices should be of the same manufacturer enable seamless integration and ease of management through the NMS proposed by the vendor. 39. All the equipments wireless/wired should be ipV6 Ready.

Page 14: Tender 317

14

Annexure - 1 Location wise details of existing wireless Outdoor Access Points HOSTEL No. TOTAL Outdoor Access Point installed as on date

1 2 2 1 3 2 4 2 5 1 6 2 7 2 8 2 9 2

10 2 11 1

MM 6 MMN 6

RPC-1 2 RPC-2 2 FTA 4

3 TYPE 5 F TYPE 3

CF* 1 TOTAL 48

New Locations: JPNATC and BBDL. *JPNATC = J.P.N. Appex Trauma Center. * BBDL = B.B.Dixit Library. *CF = Computer Facility. All others are hostels. Vendors are requested to do their own site survey in co-ordination with computer facility department and determine the required number of outdoor/indoor access points and their location.

Page 15: Tender 317

15

Annexure 2

Technical specifications for Wireless access points

Sr. No. Wi-Fi AP Specifications Brief Description

Compliance (Comply/

Not Comply)

1 Wi-Fi Standards supported AP shall support 802.11 a/b/g/n standards

2 Wi-Fi Channel Support Wi-Fi shall support channel allocations as per the Indian Wi-Fi Standards (Vendor to provide datasheet)

3 Radiation under regulation

CPE/AP should radiate as per the EIRP limit set for the Indian Standards (Vendor to provide supporting ETA approval certificate from WPC & other bodies)

4 Wireless Medium 802.11 a/b/ g/n: OFDM 5 WMM Support for Wireless Multi Media

6 Transmit Power Minimum Radio Tx Power of 23 dBm. Vendor to specify the Transmit Power per Channel

7 Adaptive modulation for Wi-Fi BPSK, QPSK, 16QAM, 64QAM DSSS-CCK 8 Configurable datarate It should be possible to manually configure datarate on Wi-Fi Interface 9 Security Encryption WEP, WPA, WPA2, AEP, EAP, AES. 802.1X between CPE/AP

10 Security Encryption CPE/AP shall support 128 bit WEP 11 Security Encryption 4 default transmit keys 12 Security Encryption WPA2 Pass Phrase 13 Security Encryption 4 WEP Keys

14 DHCP support CPE/AP interface should support DHCP mode (DHCP IP transparently received from the Network DHCP Server)

15 Static IP Support CPE/AP interface should support Static IP 16 Frequency Band 2.4 GHz and 5.8Ghz

17 Dynamic Channel Selection

CPE/AP must support auto channel scanning/ selection during initialization. AP should have the capability to assign non-overlapping or least interfering channels on its own. It should be able to detect interfering from both other WLAN AP and non Wi-Fi device like medical equipment etc and adjust channel allocation accordingly for best performance.

18 No SSID Broadcast in Client Mode

In Client Mode CPE/AP should not broadcast SSID on LAN side but only associate to AP SSID on WAN side

19 Equal Access to all active users It should be possible to provide equal access to all active users by AP. 20 MAC Binding between /AP & PC It should be possible to bind MAC of PC in the CPE/AP

21 Power Over Ethernet Power over Ethernet to avoid electrical cable for aesthetic purpose. POE should comply to 802.3aT.

22 Power Supply CPE/AP should have provision for separate power input as per Indian Standards (Vendor to specify the power requirement rating with AC or DC)

23 Interface Types 10/ 100/1000 Base

24 Outdoor Wi-Fi CPE/AP Wi-Fi CPE /AP should be certified for complete outdoor/indoor installation and conform to latest NEMA standards

25 Gateway functionality in Client Mode CPE/AP should be configurable in Bridge Mode/ Router Mode.

26 Gateway functionality in Client Mode CPE/AP should be configurable in Repeater Mode

27 Gateway functionality in Client Mode Basic Access Control: Black listing /MAC address filtering, etc

28 Remote Provisioning & Management

CPE/AP should support utilities like ping, telnet, management protocols like SNMPv1, SNMPv2, SNMPv3

Page 16: Tender 317

16

29 Warranty (On Site) 3 years of On site Warranty 30 Vendor Support 24x7 support 31 OEM Should ISO Certified ISO Certification 32 OEM repair center in Delhi OEM should have repair center in Delhi 33 Product certifications Product should be ETA Approved & Wi-Fi certified.

Technical Specification of wireless link equipment

(Back up link 100 Mbps)

Central site wireless equipment Specification Speed: 100 Mbps (min)

Standard: 802.11 n

LOS range: Min 8 Km

Frequency: 2.4 Ghz 0r 5.8 Ghz Licence free Band Channel width: 20 Mhz Modulation Type: To be specified Receiver sensitivity: min -80 dbm Antenna Gain: 8 dbi EIRP: as per Indian standard Adjustable Antenna beam width: 3 db antenna beam width 60 degrees, Azimuth and Elevation VSWR: <1.5:1 Polarization of antenna: HP and VP both MTBF: 40 yr. Temperature of operation: -40 deg Celsius to +55 deg Celsius Wind survival: 190 Km/hr Weather proofing: All the mast and outdoor equipments should be rust proof and weather proof . Protocol support: IPV4/IPv6, UDP, TCP, ICMP, Telnet, SNMP, FTP Routing and bridging support, Should be manageable from NMS proposed, Full VPN and QOS pass through Power supply POE (Power over Ethernet)

Page 17: Tender 317

17

Remote Site wireless Equipment

Specification 1. Speed: 100 Mbps 2. LOS Range: 8 Km ( Min) 3. Frequency Range: ISM 2.4 GHz or 5.8 Ghz 4. Channel width: 20 MHz 5. Modulation Type: To be specified by the Vendor 6. BER : < 1 in 1000000 7. Receiver sensitivity: -80 dbm min 8. Antenna Gain: 8 dbi 9. Standard supported: 802.11 a/b/g/n 10 . EIRP: Adjustable 11. Antenna Beam width: 3 db antenna beam width 60 degrees azimuth and

elevation 12. VSWR: <1.5:1 13. Polarization of antenna: HP and VP both 14. MTBF: 40 yr. 15. Temperature of operation: -40 deg Celsius to +55 deg Celsius 16. Wind survival: 190 Km/hr 17. Weather proofing: All the mast and out door equipments should

be rust proof and weather proof . 18. Protocol support: IPV4/IPv6,UDP,TCP,ICMP,Telnet,SNMP ,FTP Routing and bridging support , Should be manageable from NMS proposed ,Full VPN and QOS pass through 19. Power supply POE (Power over Ethernet)

Page 18: Tender 317

18

Annexure 3

Technical specification of wireless/Wired controller The Proposed equipment i.e. Wireless/Wired controller should have following Technical standards for wireless network

Sr. No. Brief Description & specification

Compliance (Comply/

Not Comply)

The wireless controller should comply to the following features:

1 Solution Design should be based on Centralized WLAN controller, Single point management for configurations for WLAN, Security, Access Control, 802.11n access points. Complete hot redundancy of WLAN controller.

2 Should have adequate security features to ensure the ability to detect rouge AP’s and disallow individual malicious users

3 Should support internal RADIUS Server to perform local 802.1x authentication, without the need of external AAA server, Seamless connectivity with Microsoft Active Directory

4 It should be Rack Mountable. Vendor should provide a 22U rack of standard make for this purpose. 5 There should be three yeas of warranty and AMC for 4th and 5th year.

6 Complete redundancy of WLAN controller with one controller and second controller as an active active mode. The backup controller should connect to the active controller thro’ fiber link.

7 No packet loss or bandwidth choking at controller with WLAN running at full capacity. RF healing should be done in the event of AP failure automatically by the controller. AP Load balancing across controller also needed.

8 The wireless controller should have dual hot swappable and failover power supply 9 Power supply unit should comply to Indian power supply standards.

10 It should have the facility of Automatic failover to backup controller.

11 The wireless controller should function as an authenticator for all AP and clients. It should have built in authentication server (RADIUS / any other).

12 Each client (laptop / desktop/PDAs) using the facility of wireless network should be provided unique user id and password which should be valid for their laptop / desktop (Mac ID) only. The user id / password should be created / stored on wireless controller / RADIUS server for authentication.

13 Authentication time for client should be less than 1 minute.

14

The wireless controller should have backup and restore facility for configuration data, system data and authentication data. Keeping backup should be the responsibility of the vendor. For backup purpose, vendor should quote for required storage device and media to keep the backup for every quarter. It would be vendor's responsibility to provide required equipment to carry out the backup and maintain it in consultation with Computer Facility for a period of 3 years and during AMC period.

15 The wireless controller should have management ports (RJ-45+USB+ethernet). The controller should support location tracking and location based security for the users.

16 Each wireless controller should be able to accommodate minimum 4000 users and it should be scalable.

17 The wireless controller should be able to allocate bandwidth to each client device within the permissible bandwidth of access points. It should be able to allocate bandwidth per user id basis in association with RADIUS.

18 Necessary support for IPv6 upgrade should be provided without any additional charges when IPv6 migration takes place.

19 Wireless network user should be able to access the network from all the wireless zones seamlessly with unique user id / password.

20 Wireless controller should support IPv6 addressing also and it should be ipV6 ready. 21 Interfaces should have fixed 4 x GE LAN/WAN configurable

should have 2 x Network Module Slots for GE/SFP 22 Console/USB 1 RJ-45 / 2 USB

Page 19: Tender 317

19

23 Routing & Switching Static, Dynamic (RIP) & Policy Routing

802.1q VLAN & virtual interfaces, 802.1p and 802.1q support for voice, video streaming and data, providing end to end QoS support

Auto Failover Caching DNS support DHCP Server & Relay PPPoE Client

24 Subscriber Control Customized subscriber portal External RADIUS/LDAP authentication IP/MAC/VLAN address binding 802.1x support via RADIUS

25 Logging & Monitoring Remote Syslog support SNMP v1/v2 Tracking & Monitoring of signal levels of wireless devices. Textual & graphical reports

Should be able to monitor number of clients per AP, Per AP data through-put and show per Client bandwidth usage.

26 Power & Environmental AC100-240V Ambient Operating 0~40 C/32~104 F Ambient Storage -20~70 C/-4~158 F Humidity 5~ 95 % non condensing

27 Authentication Authenticate each subscriber session

Lock down subscribers to specific devices by binding services to MAC & VLAN.

Support roaming users and maintaining the same session (via RADIUS/proxy lookup)

Unique, personalized authentication schemes for each subscriber.

28 Subscriber & Session Control Comprehensive Subscriber Management System (SMS).

Per subscriber bandwidth limiting. Support for committed and burst information rates (CIR/BIR), QoS, WAN affinity and more.

Real-time session management.

29 Reporting & Analysis Should have on appliance reporting

Should provide comprehensive reports including session history, historical usage, audit trails.

Should provide User centric reports such as session history, usage logs, account activity, top users, etc.

Page 20: Tender 317

20

Annexure 4 Technical specification of NMS for Wired Network

NMS (commercial grade optional), GUI driven which can manage proposed LAN system. It should be able to manage the proposed Wired/Wireless LAN equipment. NMS software Requirements • NMS should work on multiple operation platforms and should offer integrated functions like device management, VPN monitor/deployment, software upgrades management, configuration file management and fault and performance management, User group-based privilege management. Centralized network monitoring • For centralized network monitoring functions NMS should support:-

• Unified topology view of devices in network - physical & logical topology shows every wireless network element and its connection

• Automated topology discovery with dynamic topology map refresh single click on topology map nodes opens device panel view

• Inform network, link or device status change by topology color change prompt • Polling the entire network periodically with configured time interval • Topology filtering filters network device users most concern • Fast query of topology nodes and locate it in navigation tree & topology view • Network auditing: Network administrators can audit wireless LAN controller and access point

configurations by network location, mobility group, or device. Network Configuration Center

• The NMS should provide the following functionality: - • Managing various types and configuration of devices. Managing quick recoveries from failures

and upgrades / software updates of devices. • Network Configuration Center to implement configuration file, backup/restore, bulk update, base-

lining configuration file, enabling trace & comparison of configuration file changes. • Query current version of software on device. • Analyze prerequisites for upgrade • Centralize backup device software versions • Unified upgrade device software - Searching out devices with lower version according to defined

version criteria for any upgrade operation • Bulk device upgrade • Upgrade authentication

Device Management and fault detections

• NMS's Device Manager Module to provide network element management for routers. Panel management, configuration functionality, query and monitoring of various services should provide user with an easy and convenient way to monitor device runtime state and locate device failure.

• NMS should support for most port faults and location detection tools, path tracking and port loopback tests.

• NMS should support MAC address / IP address port backward searching to locate the original port forwarding illegal packet and then disable it in time.

• It should provide access to network devices to authorized individuals only.

Page 21: Tender 317

21

Remote management • NMS should support for RMON management to conduct device remote monitoring compliant

with RMON-MEB standard. • Statistics groups configuration and data browsing • History groups configuration and data browsing • Alarm groups configuration and data browsing • Event groups configuration and data browsing • Extended alarm groups configuration and data browsing

Additional Features / Software system for Wireless Network Management System

• Must support Intuitive GUI and simplified ease-of-use so that IT staff can easily configure, monitor, and troubleshoot their wireless networks with minimal training.

• Hierarchical maps Creation so IT staff can quickly access different buildings, floors, and regions for better visibility and control.

• Policy management templates for Uniform QoS, security, and Radio Frequency (RF) management policies can be easily created and enforced across an entire enterprise or deployment including outdoor mesh deployments. This should be done in a scalable fashion using global templates.

• Complete wireless LAN intrusion detection and LAN protection using Customized signature files to protect against unauthorized intrusion and RF attacks; automated alarms to enable rapid response to mitigate risk Secure access Authentication and authorization. Support other firewall services also.

• Client troubleshooting using which Network administrators can quickly and easily troubleshoot problems with a client, debugging Layer 1 to Layer 3 client problems using a step-by-step method.

• Reporting with extensive customizable reports to allow network managers to monitor network activity and system information including inventory, performance, security, access points, clients, radio utilization, RF management, configuration history, and alarms.

• Must support Windows, Linux systems. Customizable secure guest access: Organizations can keep their wireless networks secure while providing customers, vendors, and partners with controlled access to their Wireless LANs.

• Wireless LAN planning tools: Accurate RF prediction tools to increase the effectiveness of wireless LAN planning and Design.

Page 22: Tender 317

22

Annexure 5 Wired LAN Requirements

A. Active Components

S.No. Description Qty

1

Core Switch (Computer Facility): Gigabit layer2 and Layer3 switch with console/auxiliary ports, Redundant Supervisor Engine and RPS with 4 X 10Gigabit Ethernet fiber ports, 8 X 1000BaseLx ports & 48 x 10/100/1000BaseT ports

1

2 Zonal/Distribution Switch(Hostel7 & RPC2)

i Switch: Gigabit layer2 and Layer3 switch with console/auxiliary ports and RPS and POE including 12 x 1000Base-Lx fiber ports & 2 x 10 Gigabit ports

2

3 Access Switches - Layer2 with console/ auxiliary ports

i) 24 port 10/100/1000Mbps (Ethernet-RJ45) switch with 2 LX up linking Gigabit (POE) 20

4 Network Management Software for above equipment 1 5 Uninterrupted Power Supply (UPS) i) 10KVA online UPS with 1 hour battery backup (Core location) 1 ii) 2KVA UPS 2 iii) 1KVA UPS with 30 minutes battery backup 18

6 10 Gbps OFC connectivity backbone from CF and 1 Gbps connectivity to individual hostels/buildings 6

B. Passive components

S. No. Description Denomination Qty

1 Feasibility Study, Site Survey, project plan specifying layout plan of Network components and Bill of Material of the Network devices & equipment

per site 1

2 Supply & Fixing of 1", 1.5" PVC duct (Pipe) of standard make for UTP cables

i) 1 inch per meter 7200ii) 1.5 inch per meter 4800

3 Supply & Fixing of PVC duct (Channel) of standard make for UTP cables

i) 1 inch per meter 3600ii) 1.5 inch per meter 1200iii) 2 inch per meter 6004 UTP Cable Laying per meter 24000

5 Installation of 24 Port Jack Panels & termination of UTP Cat6 cable on Jack Panel per unit 20

5a Labeling of jack panels 20

Page 23: Tender 317

23

6 Installation & termination of information outlets (includes termination Cat 6 cables on I/O) per node 480

7 Testing of laid cables for the nodes(UTP) per node 480

8

Supply & installation of Surface & Wall Mount Racks with platform& proper support for brackets, Racks filled with Casters, Front & rear doors, Power distribution unit & Fans. Cable Manager (Horizontal & Vertical)

i) 12U per unit 18ii) 27U per unit 2iv) 42U per unit 1

9 Installation & termination of single mode (Armored12 core) and cabling components

i) Fiber Optic cable laying with cable root marker and with route survey and documentation

per meter 5920

ii) Installation and fixing of GI pipe underground and on the surface Class B Type

I) 1 inch per meter 178 2) 2 inch per meter 59

iii) Excavation of soil upto 1 meter depth Hard Soil per meter 592Soft Soil per meter 4736

v) Supply & Installation of HDPE Pipe - TEC Approved 40/33mm HDPE Duct Pre lubricated per meter 5328

vi) Cable pulling pit made of reinforced concrete & brick walls with removable covers (stone/slab)

Nos. 60

vii)

SC connector splicing/termination on fiber optic cable ( with support of proper buffer tubing & termination of fibers in Fiber Termination/Interconnection unit with SC couplers)

per connector 360

viii)

Performance testing of laid Fiber optic cable (per core) for continuity, length, & optical power loss as per EIA/TIA 568 & EIA-TIA - 455-60 and documentation of the results.

per core 180

10 Supply of UTP Cable & components i) Cat6 Cable per meter 24000ii) Cat6 I/O Surface Mount per unit 480iii) Cat6 Jack Panel 24 Ports, 19” Rack Mount per unit 20iv) Cat6 Patch cords (1 mtrs) per unit 482v) Cat6 Patch cords (2 mtrs) per unit 48211 Supply of Fiber optic Cable & components i) Outdoor fibre cable - 12 core

Armored fiber cable single mode (12 Cores) per meter 5920ii) Fibre LIUs, rack mount

12 port LIU with SC couplers 15 24 port LIUs with SC Couplers per unit 8

iii) Fibre Connectors SC Connector - Single mode (SM) per unit 360

Page 24: Tender 317

24

iv) Fibre Duplex patch cords vi) Patch Cord Fiber SC - SC Single mode (3m) per unit 30

12 Site certification for 20 yrs. Warranty from OEM 1

• All the above calculations for Wired Network components are tentative only. Single mode fiber to be used for 10 Gbps back bone and 1 Gbps connectivity from individual hostels to backbone.

• Venders should provide their own calculation & details. Networking Switch (Core)

• Switch shall be chassis-based and modular in nature, rack mountable with minimum of 8 payload slots

• Switch shall support distribution switching method; each line card shall be able to intelligently determine the switch path for each data packet.

• Hot-swappable fan tray with redundant fans and hot-swappable line cards swappable to ensure minimal downtime during a failure.

• N+1 Power supply as well as CPU/Supervisor redundancy should be in-built within the switch chassis and one power supply should be able to support the entire chassis

• The switch shall have a minimum 720 Gbps of Switching capacity upgradable up to 1.5Tbps in future if required and 400 Mpps of forwarding rate.

• The Switch shall have 3 Tbps passive backplane capacity • CPU/ Supervisor Engine shouldn’t have any built in Interface slot/ port to avoid

performance degrade • There shall be no performance penalty with advanced Layer 3/4 services

enabled. • The Switch shall support 512000 MAC Address Table or more. • Shall have hardware based access control and multicast management for

higher performance. • Hot Standby Routing Protocol / Virtual Router Redundancy Protocol (VRRP) &

VRRPv2 to provide gateway redundancy on the network. • Should support Static and policy based IP routing for optimized and effective

data routing. • IP routing protocols: OSPFv2, OSPFv3, IPv1/v2, RIPng from Day 1. • Should support: BGP4, M-BGP,NAT, IPv6 • Should support MD5 authentication for RIP, OSPF, BGP for providing

authenticated routing information. • IP Multicast routing protocols: PIM, SSM • Distance Vector Multicast Routing Protocol (DVMRP) tunneling for

interconnecting two multicast-enabled networks across non-multicast networks • IGMP v1, v2, and v3 for processing and managing multicast memberships. • Switch shall support jumbo frame 13000+ • Per-port QoS configuration • Support for eight queues per port • Support Time Based QOS • IP differentiated services code point (DSCP) • Classification and marking based on IP type of service (ToS) or DSCP • Classification and marking based on full Layer 3 and Layer 4 headers

Page 25: Tender 317

25

• Input and output policing based on Layer 3 and Layer 4 headers • Support for 802.3ah for link layer remote loopback & discovery • TACACS+ and RADIUS authentication for centralized AAA and control. • Standard Access Control Lists (ACLs) on every port. • Switch should have IP-MAC-Port binding feature to protect the network from

ARP Spoofing attacks. • Switch shall have Virus/Malicious Traffic Flooding Prevention • 802. 1x user authentication (with VLAN assignment, voice VLAN, port security,

and guest VLAN extensions) • Switch shall support SNMPv1,v2 and v3 for network management • Switch shall support up to 64 10G Ports • Switch shall support up to 384 10/100/1000 Base-T/SFP Gigabit ports

Technical Specification for 24 Port 10/100/1000 Mbps Layer 2 Switch

S. No. Desired Specification/Qualitative Requirement

1.1 Architecture

(a) L2 Stackable Managed Switch which has 24 Ethernet 10/100/1000 Ports with 4 combo 10/100/1000Base-T/SFP ports with inbuilt POE

(b) Switch should provide option of Redundant power supply 1.2 Network Media (a) SFP’s 1000BaseSX,1000BaseLX,1000BaseTX,1000Base Lx WDM, 1000BASE-ZX; 100BASE-

FX; 1G Copper, 1000Base-T 1.3 Performance (a) The Switch should have Non-blocking wire speed switch fabric (b) The Switch should have Min. 88 Gbps Back plane or more (c) The Switch should have Min. 65 Mpps or more (d) The Switch should support Min. 16K Mac address or more (e) The Switch should support Min. 4K VLANs (f) The Switch should have 40 Gigabit Stacking Backplane (g) The Switch should be able to do Physical Stack up to 6 units per stack or more (h) The Switch should be able to do IP Stacking up to 30 units per IP (i) The Switch Should support Jumbo Frame (up to 9216 Bytes) 1.4 Layer 2 Features (a) The Switch should have IGMP Snooping v1,v2,v3 & MLD Snooping v1,v2 (b) The Switch should have Spanning tree 802.1d,802.1w,802.1s (c) The Switch should have 802.3ad Link Aggregation Up to 30 groups per device (d) The Switch should have Port Mirroring One to one/Many to One & RSPAN

(e) The Switch should have the intelligence to detect the loop occurring from the unmanaged network segment

(f) The Switch should have the capability to build the trunk across stack (g) The Switch should support IEEE 802.3ah, IEEE 802.1ag, 802.1AX & ITU-T Y.1731 (h) It should support LLDP 1.5 L3 Features (a) It should support 16 IP interfaces and 512 static routes for IPv4/v6 (b) It should support IPv6 Neighbour Discovery

Page 26: Tender 317

26

S. No. Desired Specification/Qualitative Requirement

(c) all devices should be IPv6 ready 1.6 VLAN (a) The LAN switch should have IEEE 802.1Q VLAN encapsulation. Up to 255 VLANs per switch

and up to 4000 VLAN IDs.

(b) It should have Automatic Negotiation of Trunking Protocol, to help minimize the configuration & errors.

(c) It should have centralized VLAN Management. VLANs created on the Core Switches should be propagated to all the others switches automatically, thus reducing the overhead of creating/modifying/deleting VLANs in all the switches in turn eliminating the configuration errors & troubleshooting.

(d) It should have support for Detection of Unidirectional links and to disable them to avoid problems such as spanning tree loops

(e) It shell support 802.1v & Q-in-Q Vlan, Guest VLAN 1.6 Quality of Service (a) It should support 802.1p Priority Queues (8 Queues) (b) Queue Handling mode: WRR & Strict Mode

(c) Granular Rate Limiting functions on per port & flow based to guarantee bandwidth in increments should be as low as 64 Kilobits per Second.

(d) Class of service should be based on Switch port, DSCP, Vlan ID,TCP/UDP port, Protocol type,802.1p queues, IPv4/v6 address, IPv6 flow label & User defined packet content

1.7 Access Control List

(a) The LAN Switch should have the capability to support access list based on IPv4/v6 address, Protocol type,IPv6 flow label, Time based ACL, Vlan-ID, MAC-ID, DSCP, IPv6 traffic class, TCP/UDP Port, Switch port & user defined packet content

(b) The Switch should support up to 256 Access Control Entries minimum 1.8 Network Security (a) The LAN switch should support IEEE 802.1x to allow dynamic, port-based, Host based security,

providing user authentication.

(b) The LAN switch should support for Admission Control features to improve the network's ability to automatically identify, prevent and respond to security threats and also to enable the switches to collaborate with third-party such as Microsoft for security-policy compliance and enforcement before a host is permitted to access the network

(c) It should support for SSHv2, SNMPv3; SNMP over IPv6 to provide network security by encrypting administrator traffic during Telnet and SNMP sessions.

(d) It should support ; Local database ;RADIUS authentication ; TACACS; TACACS+

(e) It should support DHCP snooping and to allow administrators to ensure consistent mapping of IP to MAC addresses.

(f) It should support DHCP relay option 82

(g) It should support port security to secure the access to an access or trunk port based on MAC address. After a specific timeframe, the aging feature should remove the MAC address from the switch to allow another device to connect to the same port.(up to 14 MAC-ID per port)

(h) It should have IP-MAC-Port binding up to 500 Entries per device (i) It should have Web & MAC Based Access Control

(j) It should have CPU Filtering to protect the CPU from Broadcast / Multicast / Unicast flooding & protocol control packets attacks

Page 27: Tender 317

27

S. No. Desired Specification/Qualitative Requirement

1.9 Management (a) The LAN switch should have CLI support to provide a common user interface and command set

with all routers and switches of the same vendor.

(b) It should have RMON software agent to support four RMON groups for enhanced traffic management, monitoring and analysis.

(c) It should support TFTP to reduce the cost of administering software upgrades by downloading from a centralized location.

(d) It should support Network Timing Protocol (NTP/SNTP) to provide an accurate and consistent timestamp to all intranet switches.

(e) It should support SNMPv1, v2c, v3 and Telnet interface to deliver comprehensive in-band management, and a CLI-based management console to provide detailed out-of-band management

(f) It should provide management functions for network segments (access links and individual circuits), monitors individual links.

(g) It should support configuration rollback to replace current configuration with any saved configuration file.

(h) Switch should consume less power through auto-detection of link status and cable length.

1.10 Physical & Environment

(a) Should support 802.3ah Ethernet Link OAM

(b) It should support the operating temperature up to 0-50°C and can be operated in 10% -90 % RH

(c) EMI/EMC -- FCC Class A, ICES-003 Class A, VCCI Class A., IEC 61000-4-5 Class 3 or ANSI/TIA-968-A

(d) UL/CSA 60950-1; IEC60950-1

Description - Distribution Switch Layer 3, Switch with following Modules / Components :- (a) CPU modules > 100 Gbps, (b) Power module (c) 12 ports 10/100/1000 Base- T and 12 Ports SFP Module Switch Features

Modular switch with distributed architecture. Switch should provide option of failover Redundant power supply with load sharing capability on 2 power supplies Switch should have 100 Gbps back plane ,64Mpps capacity Switch should have 4 no's of 10GE ports for uplink

Switch should have 12 ports 10/100/1000Base-T and 12 ports SFP Module The Switch shall have capacity to handle the load generated from 4000 users specified in the terms and condition. The switch shall have route redistribution feature and should support RIP v1,V2 ,OSPF ,BGP ,802.1d,802.1w,802.1s , 802.1q,802.1p ,802.1x , SNMPv3 ,RMON,TFTP , NTP/SNTP .Any other feature required for network operation may be specified in the technical bid.

Page 28: Tender 317

28

Passive Components

The entire network shall be based on structured Cat6 cabling system. All UTP cables shall be connected to the patch panel at one-end and Information Outlets (I/O) on the other. Factory crimped patch cords shall be used for connecting PCs through I/O boxes and between patch panel and switch ports. Generally 1M patch cords shall be used for interconnection between patch panel and switch ports and 2M patch cords shall be used for connection between I/O box and PCs.

1. All fiber cable cores at the end location shall be terminated on fiber optic patch panel through SC/MT-RJ connectors. F/O patch cords (factory crimped) shall be used for connecting F/O ports of the switch to the F/O patch panel. Fusion based splicing technique shall be applied to limit the attenuation within permissible limit as per standard. Splicing with Pigtail termination on F/O patch panel shall be adopted at all branched off locations. Care shall be taken to limit the losses in various fiber optic components as per following details:

Component Loss Single Mode Fiber 1310 nm : 0.35 – 0.4 dB/km 1550 nm : <= 0.22 dB/km Multimode Fiber 850 nm : 3 – 4.1 dB/km 1310 nm : 0.6 – 1.1 dB/km Optical connectors 0.1 – 0.75 dB Fusion splices 0.1 dB

2. All the Switches, Patch panels, and splicing units shall be housed in suitable enclosures.

3. Fiber Optic Cable Fiber optic cables shall be of Single mode (9/125 mm) as per ITU-T G.652 standard and shall support optical source wavelength of 1310 & 1550 nm. The F/O cable shall be armored and shall be suitable for underground laying. Cables shall be flexible enough to allow safe bend. The F/O cable shall be of 6/12 cores with core identification mark. 4. Fiber Optic Patch Panel Fiber optic patch panel shall have powder coated aluminum body with wall/rack mounting arrangement. The panel box shall have enough space to provide storage of the excess cable. Rubber grommets shall be provided at the cable entry points, for tight sealing. The panel shall be complete with required adapters, couplers and connectors etc. 5. Fiber Patch Cords Fiber patch cord shall be used to connect the fiber patch panel & F/O ports of switches. The patch cord shall be SC-SC or SC-LC or SC-MTRJ type as per requirement. The length of the patch cord shall be 1 meter minimum. The patch cords shall conform to TIA/EIA/ITU specification. The patch cords shall be factory connectorised. 6. UTP Cables All UTP cables shall be of solid 4 pair, PVC insulated Category-6 type. UTP cables shall conform to TIA/EIA standards.

7. UTP Information Outlets (I/O) All UTP cabling shall be terminated at the node end on to a single port I/O box. The I/O box shall be of plastic and shall be suitable for termination of Cat-6 UTP cable. The I/Os shall have spring shuttered front access for the cable to prevent entry of dust. The keystone jack (RJ 45) shall be of high performance type with easy snap-in & removal and high plug insertion life. The I/O Boxes shall conform to relevant TIA/EIA standards.

Page 29: Tender 317

29

8. UTP Patch Cords All patch cords shall be of Cat-6 UTP cable, with RJ45 connectors at both ends and conforming to TIA/EIA standards. The patch cords shall be of standard length (2M). However for connecting patch panel to switch ports, smaller patch cords of 1M length shall be provided. All patch cords shall be factory crimped. 9. UTP Patch Panel The patch panel shall be on steel chassis with rack mounting arrangement and cable management facility. All cables shall be terminated through insulation displacement connectors mounted on the printed circuit board, conforming to Cat- 6 EIA/TIA standards. The patch panel shall be of 24 RJ-45 ports capacity.

Page 30: Tender 317

30

Annexure 6 Approximate Hostel distances for optical Fiber Networking

1. Boys Hostel S.No.  Location  On Wall Distance  Underground Distance 

Total Distance (Appx.) 

1.   CF  to Hostel No.7  300 Mtrs.  80 Mtrs.  380 Mtrs. 2.   Hostel  7  to 1  200 Mtrs. 20 Mtrs. 220 Mtrs.3.   Hostel  7  to  2  250 Mtrs. 30 Mtrs. 280 Mtrs.4.   Hostel  7  to 3  300 Mtrs.  50 Mtrs.  350 Mtrs. 5.   Hostel  7  to 4  400 Mtrs.  50 Mtrs.  450 Mtrs. 6.   Hostel  7  to 5  300 Mtrs. 50 Mtrs. 350 Mtrs.7.   Hostel  7  to 6  320 Mtrs.  80 Mtrs.  400 Mtrs. 8.   Hostel  7  to  8  200 Mtrs.  70 Mtrs.  270 Mtrs. 9.   Hostel7    to BBDL  130 Mtrs.  80 Mtrs.  210 Mtrs. 10.   Hostel 7 to RPC2  500 Mtrs. 100 Mtrs. 600 Mtrs.

2. Girls Hostel S.No.  Location  On Wall 

Distance Underground Distance 

Total Distance (Appx.) 

1.   CF to Hostel RPC2  550 Mtrs. 50 Mtrs. 600 Mtrs.2.   Hostel RPC2  to H 9  200 Mtrs. 50 Mtrs. 250 Mtrs.3.   Hostel RPC2  to H 10  150 Mtrs.  50 Mtrs.  200 Mtrs. 4.   Hostel RPC2  to H 11  300 Mtrs.  70 Mtrs.  370 Mtrs. 5.   Hostel RPC2  to RPC1  350 Mtrs. 20 Mtrs. 370 Mtrs. 3. Outside Campus locations S.No.  Location  Remarks 1.   Masjid Moth Resident Doctor Hostel 

Route & Distance Measurement to be surveyed and established. 

2.   Masjid Moth Nurses Hostel3.   FTA  (A.V.Nagar) 4.   Ayur Vigyan Nagar (Type III) 5.   JPNATC (Raj Nagar) 6.   F Type (Ansari Nagar) 

Page 31: Tender 317

31

Computer FacilityDistribution Switch

Distribution Switch

Core Switch

Hostel7

Hostel1

Hostel3

Hostel2

Hostel4

Hostel5

Hostel6Hostel8

RPC2

RPC1

Hostel9

Hostel10Hostel11

OFC

OFC

OFC

Hostel OFC Distribution

BBDL

10 Gbps

Page 32: Tender 317

32

Technical Bid I. Please provide complete details about your understanding of the requirements and the solution proposed in details with diagram etc:

II. Also provide PoInt wise Technical compliance statement for the required specifications as in Annexure 1, 2, 3, 4 & 5.

III. Please Provide Equipment proposed and list of Materials with complete original product literature/ details

S. No. Description

Proposed quantity as per the site survey taking into account the

requirement of signal strength, range etc.

Item Make, Model, Part

Number

1 Up-gradation of Wi-Fi Network (Annexure 1 & 2)

2 LAN controller (Annexure–3) 3 NMS (Annexure – 4) 4 Wired Network (Annexure – 5)

IV. The vendor should provide the complete technical details and specifications of the particular model, make, warranty of the proposed equipment in the proposed solution.

V. Prices should not be quoted in the technical bid

VI. The vendor should provide neat and clear network diagram with complete details of equipment locations, network route, speed, throughput, signal strength proposed etc., and the coverage area of the hot zone. VII. Vendor should provide connectivity and network diagram for each location VIII. Vendor should provide complete breakup of all the equipments with their quantities.

Page 33: Tender 317

33

Price Bid (Separate envelope)

S.No. Description Total No. of proposed equipment

(qty.)

Item Make, Model,

Part Number

Unit Price Total Price

1 Up-gradation of Wi-Fi Network (Annexure 1 & 2)

2 LAN controller (Annexure–3) 3 NMS (Annexure – 4) 4 Wired Network (Annexure – 5) 5 Tax

Total in INR 1. The prices should include 3 year comprehensive warranty/guarantee with 24x7 onsite support and 2 years AMC (for 4th and 5th year) after warranty period of 3 years. 2. AIIMS may execute these requirements of wireless connectivity in full or in parts or in phases at different locations. VENDER SHOULD PROVIDE THE FOLWING DETAILS ALSO:

1. Requirements and the solution proposed in details with diagrams etc. (part of Technical bid) 2. Provide point wise Technical Compliance statement for the required specifications as in Annex.-1, 2

& 3 (part of Technical bid). 3. Provide equipment proposed, list of materials with quantities & services with complete original

product literature/ details (part of Technical bid).