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

    1/93Page 1 of93

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

    TelecommunicationEngineeringMhow - 453441

    6438/GT/MOL11th /FCT&S/NWL 29 Mar 2010

    To,

    ______________________________________________

    INVITATION OF BIDS FOR ESTABLISHMENT OF NETWORK LABORATORY,IT WING, MILITARY COLLEGE OF TELECOMMUNICATION

    ENGINEERING (MCTE), MHOW

    1. Commandant, Military College of Telecommunication Engineering (MCTE), Mhowhereinafter referred to as Buyer, is interested in implementation of a Trunkey proposal forEstablishment of Network Laboratory at IT Wing, MCTE, Mhow. Bids in sealed cover areinvited for supply of items listed in Part II of this RFP. Please super scribe the abovementioned Title, RFP number and date of opening of the Bids on the sealed cover to avoidthe Bid being declared invalid.

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

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

    The Commandant, MCTE, Mhow (MP)-453441

    (b) Postal address for sending the Bids:-

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

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

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

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

    (e) Fax number. 07324-273240

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

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

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

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    2/93Page 2 of93

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

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

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

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

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

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    3/93Page 3 of93

    PART I GENERAL INFORMATION

    5. Last date and time for depositing the Bids. 1300hrs hours on 28 Apr 2010. Thesealed Bids (both technical and Commercial) should be deposited/reach by the due date andtime. The responsibility to ensure this lies with the Bidder.

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

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

    7. Time and date for Opening of Bids. The technical bid and EMD will be opened on29 Apr 2010 at 1300 hours. The date and time of opening of commercial bids will beintimated later by the buyer. If due to any exigency, the due date for opening of the Bids isdeclared a closed holiday, the Bids will be opened on the next working day at the same timeor on any other day/time, as intimated by the Buyer.

    8. Location of the Tender Box. Office of General Staff Officer-1 (IT & PM), HQ MCTE,Mhow (MP)-453441. Only those Bids that are found in the tender box will be opened. Bidsdropped in the wrong Tender Box will be rendered invalid.

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

    10. Two-Bid System. Only the technical bid and EMD would be opened on the date andtime mentioned above. Date of opening of the Commercial Bid will be intimated afteracceptance of the Technical Bids. Commercial Bids of only those firms will be opened,whose Technical Bids are found compliant/suitable after Technical evaluation is done by theBuyer.

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

    12. Clarification regarding contents of the RFP. A prospective bidder who requires

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

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

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

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    4/93Page 4 of93

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

    15. Rejection of Bids. Canvassing by the Bidder in any form, unsolicited letter and post-tender correction may invoke summary rejection with forfeiture of EMD. Conditional tenderswill be rejected.

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

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

    last date of submission of the Bids.

    18. Earnest Money Deposit. Bidders are required to submit in a separate envelopeEarnest Money Deposit (EMD) for amount of Rs 3,65,000/- (Rupees Three lakh sixty fivethousand only) along with their bids. The EMD may be submitted in the form of an AccountPayee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee from anyof the public sector banks or a private sector bank authorized to conduct governmentbusiness as per Form DPM-16 (Available in MoD website and can be provided on request) inthe name of COMMANDANT, MCTE at Mhow. EMD is to remain valid for a period of forty-five days beyond the final bid validity period. EMD of the unsuccessful bidders will bereturned to them at the earliest after expiry of the final bid validity and latest on or before the

    30th day after the award of the contract. The Bid Security of the successful bidder would bereturned, without any interest whatsoever, after the receipt of Performance Security fromthem as called for in the contract. EMD is not required to be submitted by those Bidders whoare registered with the Central Purchase Organization (e.g. DGS&D), National SmallIndustries Corporation (NSIC) or concerned Department of MoD, MoD itself. In case a bidderintends not submitting EMD on account of registrations as given above, certificate for thesame should be enclosed in the envelope meant for EMD. Vendors are also advised toclarify before bidding the agencies with whom their registration will be valid for nonsubmission of EMDs. If EMD is not found enclosed in form and manner as specified orclaims for non submission of EMD on account of registration as required are invalidated asdecided by the buyer, the offer may be rejected summarily at the sole discretion of the buyer.

    Responsibility on this account lies with the bidders. The EMD will be forfeited if the bidderwithdraws or amends, impairs or derogates from the tender in any respect within the validityperiod of their tender.

    Submission of Offers

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

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

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    5/93Page 5 of93

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

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

    22. Technical, commercial offers and EMD will be submitted in three separate sealedenvelopes duly marked Technical offer for Establishment of Network Laboratory atInformation Technology Wing (IT Wg), Military College of Telecommunication Engineering(MCTE), Mhow, Commercial offer for Establishment of Network Laboratory at InformationTechnology Wing(IT Wg), Military College of Telecommunication Engineering (MCTE),Mhow and EMD for Establishment of Network Laboratory at Information Technology Wing(IT Wg), Military College of Telecommunication Engineering(MCTE), Mhow respectively.

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

    24. Make, model and version (Latest) will be specified for all items. Complete technicalspecifications and literature will be attached with the Technical Bid. Reference of documents(Document Name / paragraph number / page Number) submitted will be given against eachspecification asked for in the technical bid to enable evaluation of the proposal. Incompleteproposals may lead to rejection of the bid summarily. Responsibility on this account lies withthe bidders.

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

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

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

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

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

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    6/93Page 6 of93

    PART II ESSENTIAL DETAILS OF ITEMS / SERVICES REQUIRED

    30. Schedule of Requirements. The Project involves the delivery, installation,configuration and integration of both Hardware and Software components of Network Labwith accessories at IT Wing, MCTE, Mhow as per Appendix A. All cables/ connectors/accessories/ expendables have not specifically asked for in the tender but should beprovided for all the interfaces by the vendor for completion of the project, and be included inthe bill of material and cost included while working out the total cost of the project. All the foursyndicates as per diagram at Appendix B will be made functional with redundancy andequipment quantities mentioned at technical specs. Vendor Qualification criteria is atAppendix C.

    31. Technical Details. Technical specifications are enclosed as Appendix D.

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

    (a) Certificate for acceptance of terms and conditions of this Tender Enquiry as per

    Appendix E.

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

    (c) Technical Bid as per Annexure I to Appendix E.

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

    33. Commercial Offer. This should be as per Annexure II to Appendix E.

    34. Requirement of Training/On-job Training. Onsite training for 10 (Ten) personnelfor 15 (fifteen) working days shall be completed within 4 (four) weeks from the date ofcompletion of acceptance testing.

    35. Requirement of Delivery and Installation / Commissioning.

    (a) Delivery of complete hardware and software as per laid down technicalspecification within 8 (eight weeks) from date of Supply Order at Military College ofTelecommunication Engineering, Mhow (MP) - 453441.

    (b) Installation, configuration, integration including testing and training shall becompleted within 8 (eight weeks) from date of delivery at Military College ofTelecommunication Engineering, Mhow- 453441 (MP).

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

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    7/93Page 7 of93

    37. Requirement of Technical Documentation. List of documents to be attached withthe technical bid is given at Appendix F.

    38. Requirement of pre-site/equipment inspection. Bidders are advised to visit andunderstand the scope of work involved before submitting the bid. Pre bid presentation forvendors will be held at 1000 hours on 15 Apr 2010 at FCT&S, MCTE Mhow. Bidders will berequired to demonstrate their product samples, if asked for by the customer at any stage ofevaluation, on no cost no commitment basis.

    39. Two-Bid System. Bidders are required to furnish clause by clause compliance ofspecifications bringing out clearly the deviations from specification, if any. The Bidders areadvised to submit the compliance statement in the format along with Technical Bid. In caseof noncompliance, deviation from RFP is to be specified in unambiguous terms.

    40. Delivery Period. Delivery period for supply of items would be as given inParagraph 34 & 35 above. Please note that Contract can be cancelled unilaterally by the

    Buyer in case items are not received within the contracted delivery period. Extension ofcontracted delivery period will be at the sole discretion of the Buyer, with applicability of LDclause.

    41. Consignee Details. Commander, FCT & S, MCTE, Mhow (MP)-453441

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    8/93Page 8 of93

    PART III STANDARD CONDITIONS OF RFP

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

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

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

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

    46. Penalty for use of Undue influence. The Seller undertakes that he has not given,offered or promised to give, directly or indirectly, any gift, consideration, reward, commission,fees, brokerage or inducement to any person in service of the Buyer or otherwise inprocuring the Contracts or forbearing to do or for having done or forborne to do any act in

    relation to the obtaining or execution of the present Contract or any other Contract with theGovernment of India for showing or forbearing to show favour or disfavour to any person inrelation to the present Contract or any other Contract with the Government of India. Anybreach of the aforesaid undertaking by the Seller or any one employed by him or acting onhis behalf (whether with or without the knowledge of the Seller) or the commission of anyoffers by the Seller or anyone employed by him or acting on his behalf, as defined in ChapterIX of the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Actenacted for the prevention of corruption shall entitle the Buyer to cancel the contract and allor any other contracts with the Seller and recover from the Seller the amount of any lossarising from such cancellation. A decision of the Buyer or his nominee to the effect that abreach of the undertaking had been committed shall be final and binding on the Seller.

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

    47. Agents / Agency Commission. The Seller confirms and declares to the Buyer thatthe Seller is the original manufacturer of the stores/provider of the services referred to in thisContract and has not engaged any individual or firm, whether Indian or foreign whatsoever,to intercede, facilitate or in any way to recommend to the Government of India or any of itsfunctionaries, whether officially or unofficially, to the award of the contract to the Seller; norhas any amount been paid, promised or intended to be paid to any such individual or firm inrespect of any such intercession, facilitation or recommendation. The Seller agrees that if it is

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    9/93Page 9 of93

    established at any time to the satisfaction of the Buyer that the present declaration is in anyway incorrect or if at a later stage it is discovered by the Buyer that the Seller has engagedany such individual/firm, and paid or intended to pay any amount, gift, reward, fees,commission or consideration to such person, party, firm or institution, whether before or afterthe signing of this contract, the Seller will be liable to refund that amount to the Buyer. TheSeller will also be debarred from entering into any supply Contract with the Government ofIndia for a minimum period of five years. The Buyer will also have a right to considercancellation of the Contract either wholly or in part, without any entitlement or compensationto the Seller who shall in such an event be liable to refund all payments made by the Buyer interms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. TheBuyer will also have the right to recover any such amount from any contracts concludedearlier with the Government of India.

    48. Access to Books of Accounts. In case, it is found to the satisfaction of the Buyerthat the Seller has engaged an Agent or paid commission or influenced any person to obtainthe contract as described in clauses relating to Agents/Agency Commission and penalty foruse of undue influence, the Seller, on a specific request of the Buyer, shall provide

    necessary information/ inspection of the relevant financial documents/information.

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

    50. Liquidated Damages(LD). In the event of the Seller's failure to submit the Bonds,

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

    51. Method of Payment of Liquidated Damages. The amount charged as liquidateddamages would be deducted by the Customer from the amount due for payment to theSELLER. If the amount of such LD exceeds the payments due to the SELLER, the SELLER

    shall within 30 (thirty) days make payment to the Customer in FULL and FINAL settlement ofclaims less the value of the bank guarantee if encashed.

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

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

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

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

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    10/93Page 10 of93

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

    (e) As per decision of the Arbitration Tribunal.

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

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

    55. Patents and other Industrial Property Rights. The prices stated in the presentContract shall be deemed to include all amounts payable for the use of patents, copyrights,registered charges, trademarks and payments for any other industrial property rights. The

    Seller shall indemnify the Buyer against all claims from a third party at any time on account ofthe infringement of any or all the rights mentioned in the previous paragraphs, whether suchclaims arise in respect of manufacture or use. The Seller shall be responsible for thecompletion of the supplies including spares, tools, technical literature and training aggregatesirrespective of the fact of infringement of the supplies, irrespective of the fact of infringementof any or all the rights mentioned above.

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

    57. Taxes and Duties.

    (a) General.

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

    (ii) If reimbursement of any Duty/Tax is intended as extra over the quoted

    prices, the Bidder must specifically say so. In the absence of any suchstipulation it will be presumed that the prices quoted are firm and final and noclaim on account of such duty/tax will be entrained after the opening of tenders.

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

    (iv) If a Bidder is exempted from payment of any duty/tax upto any value ofsupplies from them, he should clearly state that no such duty/tax will becharged by him up to the limit of exemption which he may have. If anyconcession is available in regard to rate/quantum of any Duty/tax, it should bebrought out clearly. Stipulations like, the said duty/tax was presently not

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    11/93Page 11 of93

    applicable but the same will be charged if it is becomes leviable later on, willnot be accepted unless in such cases it is clearly stated by a Bidder that suchduty/tax will not be charged by him even if the same becomes applicable lateron. In respect of the Bidders, who fail to comply with this requirement, theirquoted prices shall be loaded with the quantum of such duty/tax of comparingtheir prices with other Bidders.

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

    (b) Customs Duty.

    (i) For imported stores offered against forward delivery, the Bidder shallquote prices thereof exclusive of customs duty. The Bidder shall specifyseparately the C.I.F. prices and total amount of customs duty payable. They willalso indicate correctly the rate of customs duty applicable along with IndianCustoms Tariff Number. Customs duty as actually paid will be reimbursed onproduction of necessary documents i.e. (i) Triplicate copy of the bill of entry; (ii)copy of bill of lading; (iii) a copy of foreign principals invoice. However, if theBidder imports the stores in question against his own commercial quota ImportLicences, he will also be required to submit in addition the triplicate copy of billsof entry etc. a certificate from his Internal Auditor on the bill itself, to the effectthat the following items/quantity in the bill of entry related to the stores imported

    against Defence Buyer contract number.. dated..

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

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

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

    (c) Excise Duty.

    (i) Where the excise duty is payable on advalorem basis, the Bidder shouldsubmit along with the tender, the relevant form and the Manufacturers price list

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    12/93Page 12 of93

    showing the actual assessable value of the stores as approved by the Exciseauthorities.

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

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

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

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

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

    (ad) An undertaking to the effect that in case it is detected by theGovernment that any refund from Excise Authority was obtained by theSeller after obtaining reimbursement from the Paying Authority, and ifthe same is not immediately refunded by the Seller to the PayingAuthority giving details and particulars of the transactions, Paying

    Authority will have full authority to recover particular contract or anyother pending Government contracts and that no dispute on this accountwould be raised by the Seller.

    (iv) Unless otherwise specifically agreed to in terms of the contract, theBuyer shall not be liable for any claim on account of fresh imposition and/orincrease of Excise Duty on raw materials and/or components used directly inthe manufacture of the contracted stores taking place during the pendency ofthe contract.

    (d) Sales Tax / VAT.

    (i) If it is desired by the Bidder to ask for Sales tax / VAT to be paid asextra, the same must be specifically stated. In the absence of any such

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    13/93Page 13 of93

    stipulation in the bid, it will be presumed that the prices quoted by the Bidderare inclusive of sales tax and no liability of sales tax will be developed upon theBuyer.

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

    (e) Octroi Duty & Local Taxes.

    (i) Normally, materials to be supplied to Government Departments againstGovernment Contracts are exempted from levy of town duty, Octroi Duty,Terminal Tax and other levies of local bodies. The local Town/Municipal Bodyregulations at times, however, provide for such Exemption only on productionof such exemption certificate from any authorised officer. Seller should ensure

    that stores ordered against contracts placed by this office are exempted fromlevy of Town Duty/Octroi Duty, Terminal Tax or other local taxes and duties.Wherever required, they should obtain the exemption certificate from the Buyer,to avoid payment of such local taxes or duties.

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

    bodies if admissible under the said acts or rules.

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    14/93Page 14 of93

    PART IV SPECIAL CONDITIONS OF RFP

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

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

    60 Option Clause. The contract will have an Option Clause, wherein the Buyer canexercise an option to procure an additional 50% of the original contracted quantity in

    accordance with the same terms & conditions of the present contract. This will be applicablewithin the currency of contract. The Bidder is to confirm the acceptance of the same forinclusion in the contract. It will be entirely the discretion of the Buyer to exercise this option ornot.

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

    62. Tolerance Clause. To take care of any change in the requirement during the periodstarting from issue of RFP till placement of the contract, Buyer reserves the right to 10%plus/minus increase or decrease the quantity of the required goods upto that limit without anychange in the terms & conditions and prices quoted by the Seller. While awarding thecontract, the quantity ordered can be increased or decreased by the Buyer within thistolerance limit.

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

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

    including accessories and software at IT WING, MCTE, Mhow.

    (b) 50% of the total project cost will be paid on satisfactory acceptance of completehardware including accessories and software & installation and Integration of all theequipment at IT WING, MCTE, Mhow.

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

    (d) Balance 10% payment shall be made on satisfactory working of the equipmentobserved over a period of four weeks from date of acceptance or date of successfulcompletion of training whichever is later.

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

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    15/93Page 15 of93

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

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

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

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

    (d) CRVs in duplicate.

    (e) Delivery certificate, acceptance certificate, installation, integration certificatetraining completion certificate and satisfactory performance cert.

    (f) Claim for statutory and other levies to be supported with requisite documents /proof of payment such as Excise duty challan, Customs duty clearance certificate,Octroi receipt, proof of payment for EPF/ESIC contribution with nominal roll ofbeneficiaries, etc as applicable.

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

    (h) Bank guarantee for advance, if any.

    (j) Guarantee / Warranty certificate.

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

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

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

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

    Contract.

    (o) User Acceptance.

    (p) Xerox copy of PBG.

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

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

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    16/93Page 16 of93

    the period till performance of all supply Orders placed during the currency of the ratecontract is completed.

    (b) If at any time, during the said period the Seller reduces the sale price, sells oroffer to sell such stores to any person/ organisation including the Buyer or any Dept,of central Govt. or any Department of the State Government or any Statutoryundertaking of the Central or state Government as the case may be at a price lowerthan the price chargeable under the contract, the shall forthwith notify such reductionor sale or offer of sale to the Director general of Supplies & Disposals and the pricepayable under the contract for the stores of such reduction of sale or offer of the saleshall stand correspondingly reduced. The above stipulation will, however, not applyto:-

    (i) Exports by the Seller.

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

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

    (iv) Sale of goods at lower price on or after the date of completion ofsale/placement of the order of goods by the authority concerned under theexisting or previous Rate Contracts as also under any previous contractsentered into with the Central or State Govt. Depts, including their undertakingsexcluding joint sector companies and/or private parties and bodies.

    (c) The Seller shall furnish the following certificate to the Paying Authority alongwith each bill for payment for supplies made against the Rate contract We certify

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

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

    68. Risk & Expense Clause.

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

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

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    17/93Page 17 of93

    other remedies for breach of contract, to cancel the contract wholly or to the extent ofsuch default.

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

    (i) Such default.

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

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

    69. Force Majeure Clause.

    (a) Neither party shall bear responsibility for the complete or partial non-performance of any of its obligations (except for failure to pay any sum which hasbecome due on account of receipt of goods under the provisions of the presentcontract), if the non-performance results from such Force Majeure circumstances asFlood, Fire, Earth Quake and other acts of God as well as War, Military operation,blockade, Acts or Actions of State Authorities or any other circumstances beyond theparties control that have arisen after the conclusion of the present contract.

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

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

    (d) Certificate of a Chamber of Commerce (Commerce and Industry) or othercompetent authority or organization of the respective country shall be a sufficient proof

    of commencement and cessation of the above circumstances.

    (e) If the impossibility of complete or partial performance of an obligation lasts formore than 6 (six) months, either party hereto reserves the right to terminate thecontract totally or partially upon giving prior written notice of 30 (thirty) days to theother party of the intention to terminate without any liability other than reimbursementon the terms provided in the agreement for the goods received.

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

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

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    18/93Page 18 of93

    72. OEM Certificate. In case the Bidder is not the OEM, the agreement certificate withthe OEM for sourcing the spares shall be mandatory as attached at Appendix H. However,where OEMs do not exist, minor aggregates and spares can be sourced from authorizedvendors subject to quality certification.

    73. Export License. Deleted being not applicable.

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

    75. Buyer Furnished Equipment. Deleted being not applicable.

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

    77. Air lift. Deleted being not applicable.

    78. Packing and Marking. Deleted being not applicable.

    79. Quality. The quality of the stores delivered according to the present Contract shallcorrespond to the technical conditions and standards valid for the deliveries of the samestores for in Sellers country or specifications enumerated as per RFP and shall also includetherein modification to the stores suggested by the Buyer. Such modifications will bemutually agreed to. The Seller confirms that the stores to be supplied under this Contractshall be new i.e. not manufactured before (2010), and shall incorporate all the latestimprovements and modifications thereto and spares of improved and modified equipment arebackward integrated and interchangeable with same equipment supplied by the Seller in thepast if any. The Seller shall supply an interchangeability certificate along with the changed

    part numbers wherein it should be mentioned that item would provide as much life as theoriginal item.

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

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

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

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

    83. Joint Receipt Inspection. Deleted being not applicable.

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

    (a) Franking Clause in the case of Acceptance of Goods. The fact that thegoods have been inspected after the delivery period and passed by the InspectingOfficer will not have the effect of keeping the contract alive. The goods are beingpassed without prejudice to the rights of the Buyer under the terms and conditions ofthe contract.

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    19/93Page 19 of93

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

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

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

    (b) The quantity claims for deficiency of quantity shall be presented within45 days of completion of opening board of officers and acceptance of goods. Thequantity claim shall be submitted to the Seller as per Form DPM-22 (Available in MoD

    website and can be given on request).

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

    (d) The description and quantity of the stores are to be furnished to the Selleralong with concrete reasons for making the claims. Copies of all the justifying

    documents shall be enclosed to the presented claim. The Seller will settle the claimswithin 45 days from the date of the receipt of the claim at the Sellers office, subject toacceptance of the claim by the Seller. In case no response is received during thisperiod the claim will be deemed to have been accepted.

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

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

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

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

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

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

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    20/93Page 20 of93

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

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

    (d) The Seller also warrants that necessary service and repair back up during thewarranty period of the equipment shall be provided by the Seller and he will ensurethat the downtime within 0.5 % of the warranty period. This amounts to total maximumdowntime of six days during warranty.

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

    (f) If a particular equipment/goods fails frequently and/or, the cumulative down time

    exceeds 1.5 % of the warranty period, the complete equipment shall be replaced freeof cost by the Seller within a stipulated period of 30 days of receipt of the notificationfrom the Buyer. Warranty of the replaced equipment would start from the date ofacceptance after Joint Receipt Inspection by the Buyer/date of installation andcommissioning.

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

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

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

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

    (k) If the system is down beyond 48 hours, penalty at the rate of Rs 2500/- (RsTwo thousand five hundred only) per day per system will be charged or recovered outof the Bank Guarantee. In case of any system/sub system being down for more than

    seven working days, user has the option to get it repaired from any suitable agency atthe risk and cost of seller, which will be deducted from the Bank Guarantee due toseller.

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    21/93Page 21 of93

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

    87. Annual Maintenance Contract(AMC) / Full Service Maintenance Agreement(FSMA). On expiry of warranty, you will enter into AMC/FSMA for the period of three years ifthe user / maintenance agency so desires. Failure to do so will amount to breach of contract.If the AMC/FSMA is signed, then bank guarantee equal to the cost of AMC/FSMA will bedeposited with concerned maintenance agency during executing AMC/FSMA. Allmaintenance will be provided on site. The rates of AMC/FSMA will be finalised at the time ofPNC. Other terms and conditions governing AMC/FSMA would be examined and finalized atthe time of conclusion of AMC/FSMA. Items of consumable nature, which will not be coveredunder AMC, must be specified while tendering.

    88. In case Buyer wishes to maintain in house or through a third party in case ofunsatisfactory performance during the AMC/FSMA period, you will continue to provide all

    spares/modules required, on payment, to maintain the systems in their original configuration,to the maintaining agency, for a minimum period of three years from the termination of thewarranty. Failure to do so will amount to breach of contract.

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

    90. Renewal of AMC/FSMA. The AMC / FSMA will be renewed every year12 calendar months from its commencement at the option of the user. If the Buyer decides

    to exercise the option to renew the AMC/FSMA on expiry of the previous years AMC/FSMA,the agreement for the renewed AMC/FSMA will be signed with the appropriate authority oneweek prior to the expiry of the previous years AMC/FSMA. All necessary documentation forsigning of AMC will be provided one month prior to the signing of AMC/FSMA.

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

    92. Uptime. The SELLER will guarantee to provide 99.5% uptime during warranty. In

    case of failure to maintain 99.5% uptime, the proportionate loss to the Government will bemade good by the SELLER as described in Paragraph 86 (k) above. Alternatively, warrantymay be extended by the duration for which you have been unable to provide specifieduptime. The discretion to exercise either of these options lies with the Buyer. Details ofuptime shall be submitted by the SELLER, at least one month prior to the expiry of warrantyduly supported by Call Reports. The SELLER will also maintain a record of downtime basedon calls for service made on the SELLER and a quarterly report shall be submitted by theSELLER. If option to extend the warranty period is exercised, Bank Guarantee would beaccordingly extended by the SELLER to cover warranty period.

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    22/93Page 22 of93

    PART V EVALUATION CRITERIA & PRICE BID ISSUES

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

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

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

    (c) The Lowest Bid will be decided upon the lowest price quoted by the particularBidder as per the Price Format given at Annexure II to Appendix E. All taxes andduties (including those for which exemption certificates are issued) quoted by theBidders will be considered. The ultimate cost to the Buyer would be the deciding factor

    for ranking of Bids. Cost of AMC with spares for a period of three years will also beincluded for deciding the lowest bidder. However, payment for AMC will be made atthe time of AMC contract which would be entered into with the vendor at the discretionof the buyer.

    (d) The Bidders are required to spell out the rates of Customs duty, Excise duty,VAT, Service Tax, etc in unambiguous terms; otherwise their offers will be loaded withthe maximum rates of duties and taxes for the purpose of comparison of prices. Ifreimbursement of Customs duty / Excise Duty / VAT is intended as extra, over thequoted prices, the Bidder must specifically say so. In the absence of any suchstipulation it will be presumed that the prices quoted are firm and final and no claim on

    account of such duties will be entrained after the opening of tenders. If a Bidderchooses to quote a price inclusive of any duty and does not confirm inclusive of suchduty so included is firm and final, he should clearly indicate the rate of such duty andquantum of excise duty included in the price. Failure to do so may result in ignoring ofsuch offers summarily. If a Bidder is exempted from payment of Customs duty / ExciseDuty / VAT duty upto any value of supplies from them, they should clearly state thatno excise duty will be charged by them up to the limit of exemption which they mayhave. If any concession is available in regard to rate/quantum of Customs duty /Excise Duty / VAT, it should be brought out clearly. Stipulations like, excise duty waspresently not applicable but the same will be charged if it becomes leviable later on,will not be accepted unless in such cases it is clearly stated by a Bidder that excise

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

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

    (f) The Lowest Acceptable Bid will be considered further for placement of contract / Supply Order after complete clarification and price negotiations as decided by theBuyer. The Buyer will have the right to award contracts to different Bidders for being

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    23/93Page 23 of93

    lowest in particular items. The Buyer also reserves the right to do Apportionment ofQuantity, if it is convinced that Lowest Bidder is not in a position to supply full quantityin stipulated time.

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

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

    Yours faithfully,

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

    Enclosures : As above For Commandant

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    24/93Page 24 of93

    Appendix A(Refer to Para 30 of Tender EnquiryNo 6438/GT/MOL11th /FCT&S/NWLdated 29 Mar 2010)

    ESTABLISHMENT OF NETWORK LAB AT IT WING, MILITARY COLLEGE OFTELECOMMUNICATION ENGINEERING, MHOW

    TO BE SUBMITTED ALONG WITH THE TECHNICAL BID

    SCOPE OF WORK & LAB EXERCISES

    1. The project involves implementing the Routing & Switching equipments at IT Wing,MCTE, Mhow as part of its Modernization plans. The purpose of the project is to enable thetraining of officers and men of the Corps of Signals in the designing, configuring, operating,maintaining and troubleshooting of routed and switched networks using equipments beingprocured and installed in the lab.

    2. The lab will also be used for practical training and project work by the student officersat MCTE, Mhow.

    3. The general requirement is to supply, deliver, install, integrate, test and commissionthe network, hardware and software components along with training, documentation,warranty and maintenance at MCTE, Mhow.

    4. The broad requirements are as follows:

    (a) Supply, installation, configuration, and commissioning of Active Components likeRouters, Switches, etc. as specified in the Bill of Material / Commercials.

    (b) Supply, installation, and commissioning of Passive Components like UTP Cable,UTP Patch Cords, etc. as specified in the Bill of Material/ Commercials.

    (c) Training for 15 working days for customer personnel. The training to beconducted shall be classroom and Lab based and vendor will provide all coursematerial. The course topics to be mutually decided between the customer and vendorduring implementation. Training will be conducted by certified professionals on theequipment supplied. Else vendor will pay a penalty or user has the right to get trainedby other certified professionals and the cost will be borne by the L1 vendor.

    5. The vendor will supply all hardware and software as per specification given in theTechnical Bid/ as accepted by TEC Board.

    6. All hardware and software will be delivered at the location(s) as indicated by thecustomer.

    7. Any additional accessories (not indicated by the vendor in the Commercial Bid)required to establish the network, including cost of installation will be borne by the vendor.

    8. All system software updates will be supplied at no extra cost

    9. The vendor will have to enumerate all Lab scenarios described below.

    10. Document each lab exercise and describe the steps as documentation procedure.

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    25/93Page 25 of93

    11. The user shall follow the steps described in the documentation and on successfulimplementation of the LAB exercise, necessary acceptance will be given.

    Broad LAB Exercises

    12. Div level exercise

    (a) Configure L2 switch.

    (b) Configure MZ, DMZ and Client farm.

    (c) Configure Servers.

    (d) Configure L3 for VLANS.

    (e) Configure L3 for STP.

    (f) Check and capture Logs.

    (g) Configure Router for Local and Rear ward connectivity.

    (h) Port to Mac Binding.

    13. Corps Level

    (a) Configure all of the above.

    (b) Configure Router for WAN Protocol.

    (c) OSPF.

    (d) BGP.

    (e) Configure for Net View.

    (f) RIP.

    (g) Configure Alternate Route to OSPF and RIP and Check Latency and failover.

    (h) Configure RAS.

    (j) Configure ACLs.

    14. Multicasting, Broadcast, Unicast

    15. IDS.

    16. Security Overlay with Firewalls

    17. Audit.

    18. PVST, MSTP

    19. Gateway load Balancing using HSRP, VRRP, etc.20. QOS configuring for Data, Video.

    21. IPv6 configuration

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    26/93Page 26 of93

    22. Dial Up Over ISDN.

    23. AAA configuration

    24. Proposed Lab Simulated Scenarios. The following Routing & Switching Scenarioscan be simulated using proposed networking devices in the proposed lab. The studentofficers should be able to configure any of the following.

    Routing Lab:

    25. Configuring static Routing

    26. Configuring the following IPv4Dynamic Routing Protocol:

    (a) RIP

    (b) EIGRP

    (c) OSPF

    (d) BGP

    (e) Policy Based Routing

    27. Configuring the following IPv6 Dynamic Routing Protocol:

    (a) RIPng

    (b) EIGRPv6

    (c) OSPFv3

    28. Configuring the following WAN protocols: -

    (a) PPP (using PAP, CHAP, MLPPP)

    (b) Frame Relay

    (c) HDLC

    29. Configuring Dial on Demand using ISDN BRI.

    30. Configuring MPLS on routers.

    31. Configuring next hop redundancy with the help of protocols (HSRP, VRRP, GLBP).

    32. Configuring the following QOS features: -

    (a) Bandwidth on Demand

    (b) Classification

    (c) Marking

    (d) Congestion Management

    (e) Congestion Avoidance

    (f) Compression

    (g) RSVP

    33. Configuring the following multicast features and protocols: -

    (a) DVMRP

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    27/93Page 27 of93

    (b) PIM sparse mode

    (c) PIM dense mode

    (d) PIM dense-sparse mode

    (e) IGMP

    34. Filtering the traffic using the following: -

    (a) Standard Access-list

    (b) Extended Access-list

    (c) Named Access-list

    35. Configuring SNMP for sending logs and alert to NMS.

    36. Securing SNMP messages using MD5 authentication.

    37. Configuring Dynamic Multipoint VPN.

    38. Configuring the following encryptions:

    (a) IPSEC

    (b) DES

    (c) 3DES

    (d) AES

    39. Configuring RADIUS and TACAS+40. Configuring Telnet and SSH for remote login

    41. Backup and upgrading routers using TFTP or FTP

    42. Configuring NTP

    L3 Switching Lab:

    43. Configuring link Aggregation using IEEE 802.3ad.

    44. Configure STP (Spanning Tree Protocol) to avoid loop and also able to test various

    types of STP i.e. PVST+, RSTP, MST through which we can influence the STP convergence.

    45. Find the loop caused by UniDirectional link.

    46. Configuring routing between different VLAN (inter VLAN routing).

    47. Transmitting data of multiple VLAN through single link (with the help of trunking).

    48. Configure DTP (Dynamic Trunking Protocol) on L3 Switch.

    49. Configure Routing Protocol (RIP, EIGRP, OSPF, BGP) on Layer 3 Switch in order toutilize the L3 switch capabilities.

    50. Configuring Policy Based Routing (PBR) on L3 Switch.

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    28/93Page 28 of93

    51. Configuring following multicasting features: -

    (a) PIM (Protocol independent Multicast) Sparse mode

    (b) PIM Dense mode.

    (c) IGMP Snooping

    (d) Distance vector Multicast Routing Protocol

    52. Configuring IPv6 on L3 Switch and they are also able to filter IPv6 traffic with the helpof access list.

    53. Configuring the following QOS features: -

    (a) Classification of Traffic

    (b) Marking of Traffic

    (c) Congestion Management (with the help of Queuing)

    (d) Congestion Avoidance

    (e) Prioritizing the traffic

    (f) Rate limit the broadcast and multicast traffic.

    (g) Must able to configure COS and TOS (IP Precedence and DSCP).

    54. Configuring 802.1x authentications on Switch to prevent unauthorized user foraccessing switch and on the basis of user name configure the dynamic assignment of VLAN(VLAN on the fly). For this switch must also support AAA server.

    55. Configuring port based security on Switch.

    56. Configuring SSH for secure remote login and also configure SNMP so that we cansend a log to NMS.

    57. Configuring different privilege level for different user, to prevent any user frommodifying the switch configuration.

    58. Configuring L3 switch as DHCP Server for allocating dynamic IP address to hosts.

    Other Lab Exercises:

    59. Configuring Session initiation protocol, Media gateway control protocol, Signalingcommunication control protocols.

    60. Configuring Dial-peer

    (a) Pots based

    (b) VoIP based

    61. Configuring POE, Music on Hold

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    29/93Page 29 of93

    62. Configure digit collection, consumptions and manipulations.

    63. Configure NAT, VPN, Firewall, QoS, VLans for Voice Traffic.

    64. Configure Wireless access .

    65. Configure Voicemail & Automated attendant.

    66. Configure DID number.

    67. Configure hunt groups and trunk groups, digit manipulation & calling privileges.

    68. Configure Offnet & Onnet calls Using ISR routers

    69. Syndicates will configure VOIP phones as mentioned in technical bid an scope below.Configure Individual User Functions on IP phones, like:

    (a) 4 Digit Dialing

    (b) Call Transfer

    (c) Call Park

    (d) Call Pick-up

    (e) Hold

    (f) Hold in Queue

    (g) Caller ID

    (h) Call Waiting

    (i) Call Forward

    (j) Mute

    (k) Redial

    (l) Do Not Disturb

    (m) Day/Date/Time Display

    (n) Call Length Display

    (o) Missed Calls Display

    (p) Placed Calls Display

    (q) Received Calls Display

    (r) Multi-party Conferencing Calling

    (s) Authentication Code Calling

    (t) Custom Speed Dialing

    (u) OnNet, Local & Long Distance Calling

    (v) 4-digit Dialing

    (w) Auto Attendant

    (x) Hunt Groups

    70. Configure Gateway & Gatekeeper with:

    (a) Single zone

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    30/93Page 30 of93

    (b) Multiple Zone

    71. Configure gatekeeper redundancy

    72. The Integrated comn box configured in hot standby should be able to access from allfour syndicates. Two ICB in two syndicates will act as standby to the two working in the other

    two syndicates and fail over will be demonstrated.

    73. Syndicates to configure for DSLAM and connect using CPE for DSLAM.

    74. Syndicates to configure dial up access using the modem and router RAS facility.

    Company Seal Authorised Signatory of the Company

    Place:Date:

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    31/93

    Page 31 of93

    SYN 1 SYN 2 SYN 3

    DIAL UP DIAL UP DIAL UP

    VOIP VOIP

    ICB

    HOT-ICB

    L3

    L3

    L3

    CONSOLE L2 SW

    CONTROL ROUTER

    R1 R2 R3

    DSLAM DSLAM

    DSLAM

    ADMIN CONSOLE

    LAYOUT OF NETWORK LAB

    Appendix B

    (Refers to Para 30 of Tender

    Enquiry No 6438/GT/MOL11th/

    FCT&S/NWL dt 29 Mar 2010

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    32/93

    Page 32 of93

    SERVERS/

    PCs

    SERVERS/

    PCs

    SERVERS/

    PCs

    CONSOLESCONSOLES CLIENTS

    Appendix B Contd

    (Refers to Para 30 of Tender

    Enquiry No 6438/GT/MOL11th/

    FCT&S/NWL dt 29 Mar 2010)

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    33/93

    Page 33 of93

    Appendix B Contd

    (Refers to Para 30 of Tender

    Enquiry No 6438/GT/MOL11th/

    FCT&S/ NWL dt 29 Mar 2010)

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    34/93

    Page 34 of93

    Appendix B Contd

    (Refers to Para 30 of Tender

    Enquiry No 6438/GT/MOL11th/

    FCT&S/ NWL dt 29 Mar 2010)

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    35/93

    Page 35 of93

    Appendix B Contd

    (Refers to Para 30 of Tender

    Enquiry No 6438/GT/MOL11th/

    FCT&S/ NWL dt 29 Mar 2010)

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    36/93

    Page 36 of93

    Appendix B Contd

    (Refers to Para 30 of Tender

    Enquiry No 6438/GT/MOL11th/

    FCT&S/ NWL dt 29 Mar 2010)

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    37/93

    Page 37 of93

    Appendix C(Refer to Para 30 of TenderEnquiry No 6438/GT/MOL11th/FCT&S/ NWL dt 29 Mar 2010)

    VENDOR QUALIFICATION CRITERIATO BE SUBMITTED ALONG WITH THE TECHNICAL BID

    Qualification/ Eligibility

    1. Experience. The vendor should have the experience of implementing minimumtwo networking projects for Defense organizations over the past three years. The costof such projects implemented should be over Rs 25 lacs each. Enclose two casestudies. The case studies put together should include all relevant building blocks of thetender.

    2. Skills: The organization must have skilled Professionals in the areas oftechnology being offered in the project. The organization must deploy relevant skilledresources for the implementation of the project for required duration.

    3. Technology Ownership: The vendor should be either a direct owner oftechnology or have a direct partnership with the Technology Companies that form thecore building blocks of the tender or a system integrator partner of the OEM, In casethe vendor is a system integration partner of the OEM, a certificate from the OEMclearly stating the relationship with the partner and authorization to the particularpartner with the current date to quote for this specific tender is to be furnished. TheCertificate / Authorization Letter must be enclosed in original duly signed by AuthorizedRepresentative of the OEM with the Technical Offer, failing which the offer will to berejected. The core building blocks for this tender may be classified as:

    (a) Routers(b) Switches(c) DSLAM(d) VOIP(e) RAS

    4. Quality: The vendor must have a sound QUALITY Framework and an excellent

    track record of completing projects on time. Offered Products from OEM should alsoconfirm to ISO 9000 Certifications.

    5. Financials. The requisites for qualifying vendor are as under :-

    (a) The organization should be of repute and be incorporated in India. Annualreports of the vendor or parent should be available for review on request.

    (b) Vendors should be financially strong to undertake such kind of Project andshould furnish the documents like last three years audited balance sheet toestablish the financial soundness of the company and should have made profits

    during last three years. Vendors should have a minimum average annualturnover of Rs 3 (three) crore during last three years and above, and shouldhave been a profitable company for last 3 years.

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    38/93

    Page 38 of93

    (c) Vendors should furnish the latest valid ITCC (Income Tax Clearancecertificate) and should accompany the offer.

    (d) The OEM for the systems should have a sales tax registration in India.

    6. Stability: Vendor should have had a presence in the market for last 4-6 Yearswith experience in offering turnkey IT solutions in the area of both networking andnetwork management. A confirmation regarding this aspect should be submitted alongwith supporting supplementary documents. The vendor should have clear roadmap ofproducts offered that can be supported for the next seven years. The core buildingblock manufacture should be stable and must have experience of more than 3 years inthe given field.

    7. Support Capability. The Vendor shall ensure availability of spares for a periodof at least six years and should submit the commitment latter form OEM. The OEM forhardware should have all India local presence and must guarantee post sale support, in

    the form of spare parts, and technology support. The vendor shall provide thedocumentary proof of backend support, which also includes software update, formOEM.

    8. The vendor should specify item wise Clause by clause compliance to TechnicalSpecification and furnish the complete Bill of Material (BOM) for the offered products inline with the desired specification. The Bill of Martial and Rate schedule should becomplete. Incomplete Bids shall not be accepted.

    9. The Proposed equipment against the tender should be operational and workingin similar kind of environment in India in other Defence & governmentinstitutions/establishments.

    10. To ascertain the eligibility of bidders, following details are required to befurnished:-

    SerNo

    Item Details

    (a) Name of Company(b) Mailing Address

    (c) Telephone and Fax numbers

    (d)Constitution of the Company

    (e) Name and designation of theperson authorized to makecommitments to MCTE

    (f)Email Address

    (g) Year of commencement ofBusiness

    (h) Turnover of company

    2006-2007

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    39/93

    Page 39 of93

    2007-2008

    2008-2009

    Ser

    No Item

    Details

    (j) Profit of the company

    2006-2007

    2007-2008

    2008-2009

    (k) Sales Tax Number

    (l) Income Tax Number

    (m)Whether direct manufacturer orauthorized dealers

    (n) Name and Address ofmanufacturer Eqpt

    (o) TIN No(p)

    Last 3 Year Balance Sheet

    (q) Brief Description of after salesservice facilities available with thevendor Please fill up the followingtable also.

    Service/ Sup(s)port Details

    SerNo

    Item Description

    (r) Own or Franchise

    (s) Postal Address

    (t) Contact numbers

    (u) Number of service engineers

    (v) Service facilities available(Describe)

    (w) Time to report to the location

    Company Seal Authorised Signatory of the CompanyPlace:Date:

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    40/93

    Page 40 of93

    Appedix D(Refer to Para 31 of TenderEnquiry No 6438/GT/MOL11th/FCT&S// NWL dt 29 Mar 2010)

    TECHNICAL SPECIFICATIONS FOR ESTABLISHMENT OF NETWORK

    LABORATORY, IT WING, MILITARY COLLEGE OF TELECOMMUNICATIONENGINEERING, MHOW

    Ser Items/Software/Process/ Functionality with specifications

    1. Router Core with ISDN Support

    (a) The architecture should be based on high speed RISC CPU with high portdensities.

    (b) The Router should be a single box configuration and should be modular, so thatit has the flexibility to use the appropriate choice of interfaces as and whenrequired.

    (c) Forwarding capability should be at least 100 Kpps using 64-byte packet size.(d) Should have at least 2 nos of 10/100 BaseT LAN interfaces.(e) Should provide 4 ports of V.35 supporting n X 64 kbps up to 2 Mbps. The router

    should be capable to scale to 12 ports of same nature.(f) Should provide 1 port of ISDN BRI (S/T) interface(g) Should be capable to provide (if required) hardware assisted IPSec 3DES

    encryption performance up to 50 Mbps.(h) A fully loaded chassis must have less than 80% CPU utilization with the above

    expanded configuration.(j) High Availability Requirements :

    (i) Support for HSRP/VRRP(ii) Should have support for External Power Supply Redundancy. It should bepossible for a Single Power Supply to support a completely loaded chassis.(iii) On power up the Router must use built-in system monitoring & diagnosticsbefore going on line to detect failure of hardware(iv) The software on the router must have online software reconfiguration toensure that changes made to a router configuration take place with immediateeffect.(v) It must be possible to fast boot the router to ensure that software upgradescan be done with minimum network downtime.(vi) Proper environmental design to ensure low failure rates due toenvironmental conditions.(vii) The Router should be capable of booting from a remote node, where theRouter image is present.

    (k) Router Hardware Configuration:(i) It should be modular with following cards/ modules:

    (aa) WAN Interfaces (V.35) 4.(ab) Fixed Fast Ethernet LAN Ports 2.(ac) ISDN BRI Interfaces - 1(ad) All Fast Ethernet interfaces should support full duplex capabilities.

    (l) WAN Interface Support:

    (i) WAN ports should provide up to speed of 2 Mbps.(ii) ISDN - Router should support ISDN BRI & PRI.(iii) Router should support channelised E1.

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    41/93

    Page 41 of93

    (iv) Router WAN ports should have V.35 interfaces.(m) Software Requirements: Router should provide the following protocols:

    (Required)(i) PPP.(ii) MLPPP.(iii) ISDN (BRI/PRI).

    (iv) MPLS.(v) TCP/IP, Frame Relay

    (n) IP Routing Protocols: Should provide following: (Required)(i) RIP(ii) OSPF(iii) BGP, BGP4(iv) EIGRP or equivalent(v) Static & Dynamic Routing(vi) Policy based Routing (PBR)(vii) IPv6 Routing

    (viii) IPv6 Routing for RIPng, OSPFv3(o) Router should support following WAN/Bandwidth optimization features:(i) Bandwidth on demand(ii) Priority queuing (PQ)(iii) Weighted fair queuing (WFQ)(iv) Dial on demand Routing(v) Dial back up(vi) Load balancing on WAN PORTS(vii) RTP Header compression

    (p) Multimedia & QOS Features:(i) Resource Reservation Protocol (RSVP)(ii) Internet Group Management Protocol (IGMP)(iii) Multicast Routing Support such as DVMRP, PIM (Protocol IndependentMulticast)(iv) IP Diffserv(v) Type Of Service (TOS)(vi) Random Early Detection (RED)

    (q) Accounting Features:(i) Network Time Protocol (NTP)(ii) Input & Output interface ports(iii) TCP Flags & Protocol

    (iv) Source & Destination IP addresses(v) Source & Destination TCP/UDP Addresses

    (r) Security Features:(i) Support for Standard Access Lists and Extended Access Lists to providesupervision and control.(ii) Support for Firewalling and IDS (by a software upgrade)(iii) Controlled SNMP Access.(iv) Control SNMP access through the use of SNMP with MD5 authentication.(v) Access Lists on the router to ensure SNMP access only to the SNMPmanager or the NMS workstation.(vi) Optional VPN Acceleration Module.(vii) Optional Intrusion prevention System Module.(viii) IPSec,DES, 3DES and AES Support.

  • 8/8/2019 Tender Enquiry of Network Lab_norestriction

    42/93

    Page 42 of93

    (ix) Support for high-performance intrusion-detection-system (IDS) networkmodule.(x) Support for URL filtering with an optional network module.(xi) Support for Dynamic Multipoint VPNs.(xii) Multiple Privilege Levels.(xiii) Support for Remote Authentication Dial-In User Service (RADIUS) and

    AAA.(xiv) PPP PAP & CHAP support.

    (s) Management Features:(i) SNMP, CLI(ii) RMON support.(iii) Software Upgrade through FTP or TFTP.(iv) TELNET Client and Server.

    (t) Power Requirements:(i) 100V to 240V AC, 48 to 60 Hz.(ii) Power Supply Redundancy Support for future

    (u) Environmental Requirements:(i) Operating Temperature: 0 to 40 C.(ii) Storage Temperature: -20 to +65OC.(iii) Relative Humidity: Maximum 90 % (non-condensing).

    (v) Memory Requirements:(i) Flash Memory Configured for 256MB Flash(ii) DRAM Configured for 768 MB

    (w) Modems / Cables / connectors - For all interfaces for back to backconnectivity and SC cables as required.

    2. Router (Terminal)(a) Terminal Router (32 Async Ports + 2 LAN)

    (b) Router Architecture Requirements:(i) The architecture should be based on high speed RISC CPU with high portdensities.(ii) The Router should be a single box configuration and should be modular, sothat it has the flexibility to us


Recommended