+ All Categories
Home > Documents > NATIONAL INFORMATICS CENTRE SERVICES INC. · national informatics centre services inc. ... national...

NATIONAL INFORMATICS CENTRE SERVICES INC. · national informatics centre services inc. ... national...

Date post: 29-Jul-2018
Category:
Upload: phamtram
View: 218 times
Download: 3 times
Share this document with a friend
151
2016 NATIONAL INFORMATICS CENTRE SERVICES INC. (NICSI) (A Government of India Enterprise under NIC) Ministry of Communications & Information Technology TENDER DOCUMENT FOR EMPANELMENT OF VENDORS FOR SUPPLY, INSTALLATION AND COMMISSIONING OF LOCAL AREA NETWORK (LAN) (Tender No.: NICSI/LOCAL AREA NETWORK/2015/47) H ALL N O . 2&3, 1 ST F LOOR , NBCC T OWER ,15, B HIKAJI C AMA P LACE , N EW D ELHI 110066.T EL 26105054, F AX - 26105212
Transcript

No. 10(28)/2015-NICSI

Page 1 of 151

eoi

2016

NATIONAL INFORMATICS CENTRE SERVICES INC. (NICSI)

(A Government of India Enterprise under NIC)

Ministry of Communications & Information Technology

TENDER DOCUMENT FOR

EMPANELMENT OF VENDORS

FOR

SUPPLY, INSTALLATION AND COMMISSIONING

OF

LOCAL AREA NETWORK (LAN)

(Tender No.: NICSI/LOCAL AREA NETWORK/2015/47)

H A L L N O . 2 & 3 , 1 S T F L O O R , N B C C T O W E R , 1 5 , B H I K A J I C A M A P L A C E , N E W D E L H I –

1 1 0 0 6 6 . T E L – 2 6 1 0 5 0 5 4 , F A X - 2 6 1 0 5 2 1 2

No. 10(28)/2015-NICSI

Page 2 of 151

KEY DATES

File No. 10(28)/2015-NICSI

Tender No. NICSI/LOCAL AREA NETWORK/2015/47

Name of Organization NATIONAL INFORMATICS CENTRE SERVICES INCORPORATED (NICSI)

Date of Issue/Publishing 04.03.2016

Document Download/Sale Start Date 04.03.2016

Clarification Start Date 05.03.2016

Clarification End Date 14.03.2016

Date for Pre-Bid Conference 16.03.2016

Venue of Pre-Bid Conference

Conference hall NATIONAL INFORMATICS CENTRE SERVICES INCORPORATED (NICSI) Hqrs

Last Date and Time for Uploading of Bids

31.03.2016 till 1500 Hrs

Date and Time of Opening of Technical Bids

01.04.2016 at 1530 Hrs

Address for Communication

General Manager (Tender)/Deputy Manager (Tender) Tender Division NICSI, 1st Floor, NBCC Tower Bhikaji Kama Place, New Delhi Email: [email protected] NICSI eProcurement website: http://eproc-nicsi.nic.in

No. 10(28)/2015-NICSI

Page 3 of 151

TABLE OF CONTENTS

DISCLAIMER ....................................................................................................................... 5

1 ABBREVIATIONS .......................................................................................................... 6

2 INTRODUCTION ........................................................................................................... 8

2.1 ABOUT NICSI ............................................................................................................................................. 8 2.2 OBJECTIVE OF TENDER ............................................................................................................................... 8 2.3 TENDER AVAILABILITY ................................................................................................................................ 9

3 SCOPE OF SERVICES ................................................................................................... 10

3.1 LAN SURVEY AND DOCUMENT PREPARATION ............................................................................................ 10 3.2 SUPPLY OF LAN PASSIVE ITEMS/EQUIPMENT’S, LAYING OF CABLES AND INSTALLATION: ............................. 11 3.3 INSTALLATION & CONFIGURATION OF LAN ACTIVE EQUIPMENT’S: .............................................................. 11 3.4 ADDITIONAL SUPPORT FOR LAN ................................................................................................................ 11

3.4.1 Full-time Onsite Support: .................................................................................................................. 12 3.4.2 On-Call Support: ................................................................................................................................ 12

4 WORK ALLOCATION ................................................................................................... 13

4.1 WORK ALLOCATION .................................................................................................................................. 13 4.2 AWARD CRITERIA ...................................................................................................................................... 13 4.3 QUALIFICATION CRITERIA ......................................................................................................................... 13 4.4 BIDDER’S QUALIFICATION CRITERIA ......................................................................................................... 14

4.4.1 Generic qualification Criteria: .......................................................................................................... 14 4.4.2 Specific Pre-qualification Criteria for Category 1A: ....................................................................... 15 4.4.3 Specific Pre-qualification Criteria for Category 1 B: ...................................................................... 16 4.4.4 Specific Pre-qualification Criteria for Category 2: ......................................................................... 16 4.4.5 Pre-Qualification Criteria for Bidder’s Partner OEM: .................................................................... 17

4.5 TECHNICAL EVALUATION .......................................................................................................................... 18 4.6 FINANCIAL EVALUATION ........................................................................................................................... 19

5 BIDDING PROCESS ...................................................................................................... 21

5.1 IMPORTANT DATES .................................................................................................................................... 21 5.2 ONLINE BID SUBMISSION .......................................................................................................................... 22 5.3 EARNEST MONEY DEPOSIT (EMD) ........................................................................................................... 24 5.4 PRE-BID MEETING ..................................................................................................................................... 25 5.5 BID OPENING ............................................................................................................................................ 26 5.6 TECHNICAL EVALUATION PROCESS............................................................................................................ 26 5.7 EVALUATION OF FINANCIAL BIDS .............................................................................................................. 27

6 AWARD OF CONTRACT (EMPANELMENT) ................................................................ 28

6.1 EMPANELMENT PROCESS .......................................................................................................................... 28 6.2 CONDITIONS RELATED TO AWARD OF WORK ............................................................................................... 28 6.3 SECURITY DEPOSIT AND PBG .................................................................................................................... 29 6.4 PAYMENT TERMS ...................................................................................................................................... 29 6.5 SERVICE LEVEL AGREEMENT ..................................................................................................................... 30 6.6 REFUND OF EMD & SECURITY DEPOSIT .................................................................................................... 31

7 OTHER TERMS AND CONDITIONS ............................................................................ 32

7.1 MICRO, SMALL & MEDIUM ENTERPRISES DEVELOPMENT ACT .................................................................. 32 7.2 DOMESTIC MANUFACTURER CLAUSE ......................................................................................................... 33

No. 10(28)/2015-NICSI

Page 4 of 151

7.3 FORCE MAJEURE ....................................................................................................................................... 34 7.4 TERMINATION FOR DEFAULT ..................................................................................................................... 34 7.5 TERMINATION FOR INSOLVENCY ................................................................................................................ 34 7.6 LIMITATION OF LIABILITY ......................................................................................................................... 35 7.7 INDEMNITY ............................................................................................................................................... 35 7.8 ARBITRATION ............................................................................................................................................ 35 7.9 CONCILIATION ........................................................................................................................................... 36 7.10 APPLICABLE LAW ...................................................................................................................................... 36

8 ANNEXURES ................................................................................................................ 37

8.1 ANNEXURE 1: BIDDER’S PROFILE .............................................................................................................. 37 8.2 ANNEXURE 2: COMPLIANCE SHEET FOR OEM ........................................................................................... 38 8.3 ANNEXURE 3: SITE SURVEY DOCUMENT .................................................................................................... 39 8.4 ANNEXURE 4: INSTALLATION CERTIFICATE ............................................................................................... 41 8.5 ANNEXURE 5: SITE NOT READY CERTIFICATE ........................................................................................... 42 8.6 ANNEXURE 6: TECHNICAL SPECIFICATIONS FOR CATEGORY 1 A ................................................................ 43

8.6.1 Table 1: Passive Components ............................................................................................................ 43 8.6.2 Table 2: Racks .................................................................................................................................... 51 8.6.3 Table 3: Fibre Components .................................................................................................................. 54

8.7 ANNEXURE 7: TECHNICAL SPECIFICATIONS FOR CATEGORY 1 B ....................................................................... 63 8.7.1Table 1: Active Components ................................................................................................................... 63

8.8 ANNEXURE 8: TECHNICAL SPECIFICATIONS FOR CATEGORY 2 ......................................................................... 76 8.8.1Table 1: Fiber and GPON Components ................................................................................................ 76 8.8.2 Table 2: Data Centre ............................................................................................................................. 94

8.9 ANNEXURE 9: FINANCIAL BID LETTER ............................................................................................................. 99 8.10 ANNEXURE 10: DETAILED COSTING FOR CATEGORY 1 A ................................................................................101

8.10.1 Table 1: Passive Components .............................................................................................................101 8.10.2 Table 2: Racks ................................................................................................................................... 104 8.10.3 Table 3: Fibre Components ............................................................................................................. 106 8.10.4 Table 4: Services ................................................................................................................................. 112

8.11 ANNEXURE 11: DETAILED COSTING FOR CATEGORY 1 B ................................................................................ 120 8.11.1 Table 1: Active Components ............................................................................................................... 120 8.11.2 Table 2: Survey / Installation and Manpower ............................................................................... 122

8.12ANNEXURE 12: DETAILED COSTING FOR CATEGORY 2 ................................................................................... 124 8.12.1 Table 1: Fiber and GPON Components ............................................................................................ 124 8.10.2 Table 2: Data Center Hardware / Software ................................................................................... 130 8.12.2 Table 3: Services ................................................................................................................................ 134

8.13 ANNEXURE 13: FINANCIAL SELECTION CRITERIA ......................................................................................... 142 8.14 ANNEXURE 14: MANUFACTURER’S AUTHORIZATION FORM .......................................................................... 144 8.15 ANNEXURE 15: PMA FORMAT ...................................................................................................................... 146 8.16 ANNEXURE 16: BANK GUARANTEE FORMAT FOR FURNISHING SECURITY DEPOSIT ...................................... 148 8.17 ANNEXURE 17: BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITY .................................................. 149 8.18 ANNEXURE 18: BANK GUARANTEE FORMAT FOR FURNISHING EARNEST MONEY DEPOSIT ............................ 151

No. 10(28)/2015-NICSI

Page 5 of 151

Disclaimer This Request for Proposal (“RFP”) is issued by National Informatics Center Services Inc (NICSI).

Whilst the information in this RFP has been prepared in good faith, it is not and does not purport to be

comprehensive or to have been independently verified. Neither NICSI , nor any of its officers or employees, nor

any of their advisers nor consultants accept any liability or responsibility for the accuracy, reasonableness or

completeness of, or for any errors, omissions or misstatements, negligent or otherwise, relating to the proposed

Project Insight or makes any representation or warranty, express or implied, with respect to the information

contained in this RFP or on which this RFP is based or with respect to any written or oral information made or to

be made available to any of the recipients or their professional advisers and, so far as permitted by law and

except in the case of fraudulent misrepresentation by the party concerned, and liability therefore is hereby

expressly disclaimed.

The information contained in this RFP is selective and is subject to updating, expansion, revision and

amendment at the sole discretion of NICSI. It does not, and does not purport to, contain all the information that

a recipient may require for the purposes for making a decision for participation in this process. Neither NICSI

nor any of its officers, employees nor any of its advisors nor consultants undertakes to provide any Party with

access to any additional information or to update the information in this RFP or to correct any inaccuracies

therein which may become apparent. Each Party must conduct its own analysis of the information contained in

this RFP, to correct any inaccuracies therein and is advised to carry out its own investigation into the proposed

Project Insight, the regulatory regime which applies thereto and by and all matters pertinent to the Project

Insight and to seek its own professional advice on the legal, financial and regulatory consequences of entering

into any agreement or arrangement relating to the Project Insight.

This RFP includes certain statements, estimates, projections, targets and forecasts with respect to the Project

Insight. Such statements estimates, projections, targets and forecasts reflect various assumptions made by the

management, officers and employees of NICSI which assumptions (and the base information on which they are

made) may or may not prove to be correct. No representation or warranty is given as to the reasonableness of

forecasts or the assumptions on which they may be based and nothing in this RFP is, or should be relied on as, a

promise, representation or warranty.

No. 10(28)/2015-NICSI

Page 6 of 151

1 Abbreviations

S.No. Abbreviations Description

1. ACL Access Control List

2. BG Bank Guarantee

3. CST Central Sales Tax

4. DFPR Delegation of Financial Power Rules

5. DeitY Department of Electronics and Information Technology

6. DSCP Differentiated Services Code Point

7. EIA Electronic Industries Alliance

8. EMD Earnest Money Deposit

9. GFR General Financial Rules

10. GTV Grand Total Value

11. I.T. Information Technology

12. ICT Information and Communication Technology

13. IEC International Electro technical Commission

14. IEEE The Institute of Electrical and Electronics Engineers

15. IGMP Internet Group Management Protocol

16. IP Internet Protocol

17. IPv4 Internet Protocol Version 4

18. IPv6 Internet Protocol Version 6

19. ISO International Organization for Standardization

20. LAN Local Area Network

21. LST Local Services Tax

22. MAC Media Access Control

23. MIB Management Information Base

24. MPLS Multiprotocol Label Switching

25. MSDP Multicast Source Discovery Protocol

26. NIC National Informatics Centre

27. NICSI National Informatics Centre Services Inc.

28. OEM Original Equipment Manufacturer

29. P.O. Purchase Order

30. PACL Port-Based Access Control List

31. PAN Permanent Account Number

32. PBG Performance Bank Guarantee

33. PDF Portable Document Format

34. PoE Power over Ethernet

35. PSU Public Sector Undertakings

No. 10(28)/2015-NICSI

Page 7 of 151

S.No. Abbreviations Description

36. PVC Poly Vinyl Chloride

37. RFC Request for Comment (IETF Specification document)

38. RFP Request for Proposal

39. RIP Routing Information Protocol

40. SFP Small Form-factor Pluggable Transceiver

41. SLA Service Level Agreement

42. SNR Site Not Ready

43. TEC Technical Evaluation Committee

44. TIA Telecommunications Industry Association

45. UT Union Territory

46. VAT Value Added Tax

47. VLAN Virtual LAN

48. WO Work Order

No. 10(28)/2015-NICSI

Page 8 of 151

2 Introduction

2.1 About NICSI

The National Informatics Centre Services Inc. (NICSI) was set up in 1995 as a section 25 Company under National Informatics Centre (NIC), Ministry of Communications & Information Technology, Government of India to provide total IT solutions to the Government organizations. NICSI provides services for a number of e-Governance projects undertaken by NIC, Department of Information technology (DeitY) and other Government departments (including PSU) of Centre and State Govt. Key Operational Objectives:

To provide economic, scientific, technological, social and cultural development of India by promoting the

utilization of Information Technology. Computer-Communication Networks, Informatics etc. by a spin-

off of the services, technologies, infrastructure and expertise developed by the NIC of the Government of

India including its Computer-Communication Network, NICNET and associated infrastructure and

services.

To promote further development of services, technologies, infrastructure and expertise supplementing

that developed by NIC in directions which will increase the revenue earning capacity of NIC.

To develop and promote value added computer and computer-communications services over the basic

infrastructure and services developed by NIC including NICNET.

In furtherance of these objectives, NICSI has been providing various Products & Services to organizations in the Central Government, State Governments and PSUs etc. Products and Services include Hardware, Systems Software, Application Software, Software Development, Intra-Networking, Wide Area Networking, Video Conferencing, I.T. Consultancy, I.T. Implementation Support among others. NICSI’s procurement processes are fully compliant with GFR rules of Government of India.

2.2 Objective of Tender

Through this tender, NICSI envisages empanelling Vendors on all-India basis for Supply, Installation, and

Commissioning of Local Area network (LAN), Structured Cabling, of Active and Passive Networking

Components meeting the client departments/ own requirements, as the case may be. NICSI will empanel the

bidders under 2 (two) categories as detailed in section Error! Reference source not found. for a period of

wo years which can be extended through mutual consent for a further period of one year. NICSI being the

complete ICT solution provider receives enquiries from various user Government departments for the

establishment of LAN, procurement and supply of networking (active and passive) components. In order to

utilize the expertise of private sector agencies and their geographical spread, NICSI intends to set up a panel of

vendors, which shall undertake such tasks for NICSI. NICSI shall study the project requirements in consultation

with the client department and based on the pre-installation site survey, the empanelled vendor shall prepare the

detailed scope for the LAN establishment. The detailed scope shall be used to further call for the technical

presentations from all the empanelled vendors and the most suited partner/vendor for undertaking the

assignment will be contracted on the rates as agreed under this tender.

Sealed tenders, valid for a period of 120 days from the date of opening, are invited from eligible bidders

for NICSI empanelment for Supply, Installation and Commissioning of Local Area Network (LAN) on all

India basis.

No. 10(28)/2015-NICSI

Page 9 of 151

The empanelment will be done as per the Scheme of Categorization, as defined in Section Error!

eference source not found..

NICSI reserves the right to reject any or all bids for inappropriateness or incompleteness or for any other

reason.

2.3 Tender Availability

The tender document will be available at NICSI e-procurement site http://eproc-nicsi.nic.in. Prospective bidders

desirous of participating in this tender may view and download the tender document free of cost from above

mentioned website.

No. 10(28)/2015-NICSI

Page 10 of 151

3 Scope of Services

The sites at which the required work is to be carried out can be NICSI’s own offices or as per its clients/ users

requirement. The empanelled vendors will be required to carry out some/ all of the below mentioned activities.

The detailed scope of work will be given by NICSI as per the requirements of NICSI’s own users or its clients. All

such work performed may be audited by a NIC/NICSI or any other Govt. agency.

3.1 LAN Survey and Document preparation

Agencies empanelled for providing LAN System Integration Services are required to carry out survey for each site

to study the exact requirements, after the placement of job order. The requirement may be

a. Setting up of new LANs b. Extension of existing LAN

Purpose of this exercise is to understand user’s network requirements, take stock of all existing network components & network infrastructure and to gather any other information required for providing required services at each site. This activity should be completed within 15 days after the issuance of order. NICSI will do the necessary coordination required to carry out this activity. Empanelled agency will designate Project engineer for the site to coordinate with NICSI or its users/ client departments as the case may be. Empanelled agency will gather required data as per formats finalized in consultation with NIC. Agency will prepare a detailed Project report for the site which should address LAN design, Engineering, Structured cabling Installation, Commissioning, testing & certification & documentation for easy maintenance. The aspects to be covered in detailed project report are as below:

LAN design - address total LAN node requirement (e.g. survey & prepare list of nodes locations) , modular design with provision for easy additions , meet all the application requirements , capable for data & video , use latest Gigabit fiber / CAT 6A / CAT6 technologies for backbone & edge , use of WLAN in open areas , easy integration with WAN.

Engineering - should prepare LAN IP addressing scheme, create building VLAN for segregation between user departments , creation of VLAN/ VPN across buildings & campus , address all the LAN issues , Switching configuration. The bidder needs to provide NMS and tools required for LAN monitoring. The agency will submit a pre-installation document which will include all above activity & BOM for deployment.

Structured cabling installation - cable routing on building blueprint / plan with scales & distances , integration of existing cabling infrastructure if required , identification of existing cable risers and equipment closets to be used, labeling plan for cabling infrastructure , marking & identification of entire LAN infrastructure , creation of separate cable trays / pathways / raceways if required , documentation/manuals required to be handed over to building administration for safe keep of cabling infrastructure. The proposed NMS must automatically discover manageable elements connected to the infrastructure and map the connectivity between them.

Commissioning , testing & documentation for maintenance – strategy for phase-wise installation & commissioning of LAN , Testing & certification of LAN components & cabling infrastructure , tools & manuals required for maintenance , suggest list of items to be stocked as spares for immediate fault rectification , schedules for periodic onsite maintenance of items, etc. Two copies of the Detailed Project report will be submitted to NICSI Project coordinator in form of printed, hard bound copies & two nos. of soft copies in CD/e-mail and one copy of the document should be given to client. The agency will submit a pre-installation document which will include all above activity & BOM for deployment. NICSI/NIC team(s) from States or Headquarter will coordinate for Survey or Audit whenever required.

No. 10(28)/2015-NICSI

Page 11 of 151

3.2 Supply of LAN Passive items/equipment’s, laying of cables and

installation:

The shortlisted agency will supply all the passive LAN cabling equipment’s as per the Detailed Project Report for

a site, after placement of job order. The list of equipment’s to be supplied & their specifications are at annex of

this RFP.

The installation, commissioning & testing of the passive cabling infrastructure has to be completed within 6

weeks from issue of work order. The warranty for all passive components will be for a period of 1 year from the

date of installation.

All the installation work is to be carried out as per the relevant IEEE standards (ISO/IEC 11801:2002, EIA/TIA

568C.2, EN50173). For this the empanelled agency will post Project Manager, certified in cabling systems/LAN

equipment’s as the case may be, at the site, till the completion of installation & commissioning of the cabling/

LAN equipment’s. The empanelled agency will follow the Project report for the cabling routing plan, labeling of

the cabling infrastructure and the documentation of the cabling infrastructure for maintenance & hand-over

to building maintenance agency.

3.3 Installation & configuration of LAN active equipment’s:

The shortlisted agency will have to supply, install & configure all the active devices like Layer 2 / Layer 3 switches etc. for making the LAN operational at the site. The LAN IP addressing scheme , proxy configuration , creation of in-building VLAN for segregation between user Ministries / departments, creation of VLAN/ VPN across buildings & campus , configuration for all the LAN security issues will be carried out by the empanelled agency as per the Project Report. The empanelled agency will also configure the client nodes for LAN. All the switches, proxy configurations & IP addressing scheme at clients’ site need to be documented for maintenance purposes by the empanelled agency and the copy of the same should be submitted to the client and NICSI. The installation, configuration & testing of LAN active devices has to be completed within 20 days after completion of passive cabling infrastructure installation at the site. The agency will submit a post installation document “Hardware deployment document” which will include all above activities & details of site-wise equipment deployed with corresponding IP address, configuration of switches & related policies e implemented. The warranty for all the active components will be for a period of 5 years from the date of installation. The agency will submit a post installation document “Hardware deployment document” which will include all above activity & site wise equipment deployed with necessary IP address, configuration of switches & related policies deployed.

3.4 Additional Support for LAN

The bidders may also be required to provide additional support in the following categories, as and when

required: a) Full-time Onsite Support, b) On-Call Support

In case the Support is asked by the User Department, the vendor will be required to deploy ‘Incident Reporting

and Management Tool, at no additional cost to the User department, in order to monitor the performance

compliance as per the SLAs. The vendor must provide a web-interface for the tool, and provide the access to the

user Department.

No. 10(28)/2015-NICSI

Page 12 of 151

3.4.1 Full-time Onsite Support:

3.4.1.1 The bidder may be required to provide Full-time onsite support in order to meet the Service Level

Agreements as mentioned in section 6.5.

3.4.1.2 The bidder will be responsible for Preventive maintenance of all the components supplied and

installed under their work order/purchase order. The bidder will have to carry out the preventive

maintenance exercise at least once in 3 months for active components

3.4.1.3 The bidder will be responsible to facilitate the warranty services provided by the OEMs.

3.4.1.4 The bidder will be responsible to provide troubleshooting support for all networking related issues.

3.4.1.5 The on-site support will include provision of dedicated manpower responsible for maintenance,

configuration and smooth functioning of the LAN. An indicative quantity of 1 man-power per 100

nodes can be expected by the User Department.

3.4.1.6 For full-time onsite support, the bidder will have to quote the per unit rates for providing

technically qualified network engineer (manpower). The resource deployed should at least have a

diploma in networking from any of the nationally recognized institutions and should have an OEM

certified networking certification, and shall have a minimum of 3-years experience in network

troubleshooting and related activities.

3.4.2 On-Call Support:

3.4.2.1 The bidder may be required to provide On-call support in order to meet the Service Level

Agreements as mentioned in Section 6.5.

3.4.2.2 The bidder will be responsible for preventive - maintenance of all the components supplied and

installed under their Work Order. The bidder will have to carry out the preventive maintenance

exercise at least once in every 3 months.

3.4.2.3 The bidder will be responsible to facilitate the warranty services provided by the OEMs.

3.4.2.4 The bidder will be responsible for providing troubleshooting support for all the networking related

issues.

3.4.2.5 For On-call support, the bidder will have to quote for the bundle packages, with a free number of

visits, as mentioned in the financial bid formats.

3.4.2.6 Any visits to provide warranty services and preventive maintenance services will not be counted as a

site-visit. Also, issues resolved over call will not be counted as a site-visit.

3.4.2.7 Any repeat visits for an issue, which is unresolved in a single-visit, will not be counted as a site-visit.

3.4.2.8 Any repeat visit for an issue, which was resolved within past 3 months, but is treated as unresolved

by the User Department, will not be counted as a site-visit.

No. 10(28)/2015-NICSI

Page 13 of 151

4 Work Allocation

4.1 Work Allocation

The RFP has been categorized into 2 ( Two) Categories:

The above categorization of Vendors aims to group vendors on the basis of their capability to undertake the

desired activities, considering their ability to supply, install and maintain the LAN connectivity. Based on the

criteria given below, the bidders should bid in a specific category.

4.2 Award Criteria

4.2.1 Bidder, can be empanelled for any of the categories.

4.2.2 A bidder must submit a quote for all components in a specific category.

4.2.3 Any bidder who does not provide a quote for any (at least one) line item in the specific

category will be disqualified.

4.2.4 Technical bids for the bidders complying with the general and specific pre-qualification

conditions, as stipulated in this RFP, will be opened at the specified date.

4.2.5 Bids which qualify the Technical specification, will be opened for Financial Evaluation.

4.2.6 After Financial evaluation, 4 (four) of the bidders will be empanelled in categories 1 A and 1

B while 2 (two) of the bidders will be empanelled for Category 2. However, all it may be

noted that all vendors will have to match the prices of L1 vendor.

In case the bidder violates any condition stated above, the bidder’s bid shall be rejected.

4.3 Qualification Criteria

NICSI shall constitute an Evaluation committee, which shall carry out the entire evaluation process. Vendors are

expected to meet the following Qualification Criteria and Technical Specification basis of requirements for

empanelment in the desired Category.

The Bidder is required to submit all necessary documents for itself, and those supplied by its

OEM, as stated in Sections 4.4 and 4.5 below.

Category Works Criterion

Category 1 A Supply Installation and Commissioning of Fibre, Coppers Passive Components

Category 1 B Supply and Installation of Active components

Active Components

Category 2 Supply Installation and Commissioning of GPON, Fibre and Data Centre Cabling.

GPON

No. 10(28)/2015-NICSI

Page 14 of 151

4.4 Bidder’s Qualification Criteria

The pre-qualification section is divided into two subsections, i.e. Generic qualification criteria and Specific

qualification criteria. Any bidder, irrespective of the category bid for, must comply with the Generic Pre-

qualification conditions. However, agencies bidding for a particular category will be required to comply with the

pre-qualification criteria associated with that category.

The Bidders are required to submit all required documentation in support of the evaluation criteria specified

(e.g. detailed project citations and completion certificates, client contact information for verification and all

others) as required for evaluation of the bids.

4.4.1 Generic qualification Criteria:

S.No. Criteria Documents to be submitted as

qualifying documents

1. The bidder should be an Information Technology

Company registered in India under the Indian

Companies Act 1956/2013 or a partnership registered

under the India Partnership Act 1932 or a Society

constituted under any ministry/Department of the

Government of India and registered under the

Societies Registration Act 1860 with their registered

office in India for the last five years as on 31st March

2015.

Copy of valid Certificate of Registration

attested by Company Secretary/ Authorized

Signatory

2. The bidder must have Net Positive Worth and must

not have any Non-Performing Assets on its Balance

Sheets.

Certificate from Statutory Auditor

3. The bidder should be registered with the Indian

Service Tax department.

Copy of valid Service Tax Registration

Certificate of the firm along with the work

contract Registration no./ CST No. / VAT No.

/LST No. / PAN no. should be provided

4. The bidder should be a single legal entity/ individual

organization. Consortium is not allowed.

Undertaking signed by authorized signatory

5. The Bidder must have valid ISO 9001:2008

Certification.

Copy of valid ISO certificate

6. The Bidder must have minimum one office in each of

the 4 the zones ( North, East, West, South)

Undertaking signed by authorized signatory,

along with the address and phone numbers.

7. Power of Attorney in the name of authorized

signatory authorizing him for signing the bid

documents or related clarifications on bid documents

Power of Attorney in the name of authorised

signatory

No. 10(28)/2015-NICSI

Page 15 of 151

S.No. Criteria Documents to be submitted as

qualifying documents

8. Earnest money deposit as per the category only in the

form of Demand Draft/Pay Order from a commercial

bank in favour of “NICSI” payable at New Delhi.

4.4.2 Specific Pre-qualification Criteria for Category 1A:

S.No. Criteria Documents to be submitted as

qualifying documents

1. Average Annual Turnover during the last three financial

years ( i.e. 2012-13, 2013-14 and 2014-15 ) : Minimum

Rs 6 Cr.

Copy of Audited Balance sheets along with

Profit and loss statements with

highlighted relevant figures (in case the

audited financial statements do not reflect

the above, original Statutory Auditors

certificate on the actual relevant figures).

2. Annual Turnover during each of the last three financial

years ( i.e. 2012-13, 2013-14 and 2014-15 ) from

Network Infrastructure and Services : Minimum Rs 2 Cr

per year.

Original certificate from Statutory

Auditor/Chartered Accountant on the

actual figures.

3. The bidder should have completed at least 5 assignments

for implementation of LAN with one project having

value of 25 Lakh with minimum 500 nodes for any

State/Central Government/Department

/Organisation/PSUs/Institutes Government funded.

Copy of complete work order/ agreement/

purchase order and successful completion

certificate from the client. Certificate from

client should clearly state that the scope of

work was minimum 500 nodes.

4. The bidder should have completed at least 5 assignments

for implementation of Fibre with one project having

value of 25 Lakh for any State/Central

Government/Department /Organisation/PSUs/

Institutes Government funded.

Copy of complete work order/ agreement/

purchase order and successful completion

certificate from the client.

5. The bidder should have at least 4 full-time engineers on

its permanent roll.

Certificate from Head of Human Resource

of bidding vendor for the number of

technically qualified network engineers.

Certificate should be supported with the

list of network engineers with their

names, employee code, highest

educational qualification, years of

experience and valid OEM certifications.

Copy of the ID card and contact no.

6. The bidder shall be, certified by the Original Equipment

Manufacturer (OEM) in all aspects of design,

installation, and testing of the products described herein.

A valid Authorization certificate from the

OEM in the name of bidding organization

is required to be furnished.

No. 10(28)/2015-NICSI

Page 16 of 151

4.4.3 Specific Pre-qualification Criteria for Category 1 B:

S.No. Criteria Documents to be submitted as

qualifying documents

1. Average Annual Turnover during the last three financial

years ( i.e. 2012-13, 2013-14 and 2014-15 ) : Minimum

Rs 20 Cr.

Copy of Audited Balance sheets along with

Profit and loss statements with

highlighted relevant figures (in case the

audited financial statements do not reflect

the above, original Statutory Auditors

certificate on the actual relevant figures).

2. Annual Turnover during each of the last three financial

years ( i.e. 2012-13, 2013-14 and 2014-15 ) from sales/

installation/ maintenance of Active components :

Minimum Rs 5 Cr.

Original certificate from Statutory

Auditor/Chartered Accountant on the

actual figures.

3. The bidder should have completed at least 10

assignments for supply of active components (Switches,

LAN extenders, FOT) with one project having value of

50 Lakh for any State/Central Government/Department

/Organisation/PSUs. Last 3 financial years.

Copy of complete work order/ agreement/

purchase order and/or successful

completion certificate from the client.

4. The bidder should have at least 10 full-time engineers on

its permanent roll.

Certificate from Head of Human Resource

of bidding vendor for the number of

technically qualified network engineers.

Certificate should be supported with the

list of network engineers with their

names, employee code, highest

educational qualification, years of

experience and certifications like CCNA,

Juniper Certified Copy of the ID card and

contact no.

5. The bidder shall be, certified by the Original Equipment

Manufacturer (OEM) in all aspects of design,

installation, and testing of the products described herein.

A valid Authorization certificate from the

OEM in the name of bidding organization

is required to be furnished.

4.4.4 Specific Pre-qualification Criteria for Category 2:

S.No. Criteria Documents to be submitted as

qualifying documents

1. Average Annual Turnover during the last three financial

years ( i.e. 2012-13, 2013-14 and 2014-15 ) : Minimum

Rs 50 Cr.

Copy of Audited Balance sheets along with

Profit and loss statements with

highlighted relevant figures (in case the

audited financial statements do not reflect

the above, original Statutory Auditors‟

certificate on the actual relevant figures).

No. 10(28)/2015-NICSI

Page 17 of 151

2. Annual Turnover during each of the last three financial

years ( i.e. 2012-13, 2013-14 and 2014-15 ) from GPON

and/ or Data Center cabling related works : Minimum

Rs 15 Cr.

Original certificate from Statutory

Auditor/Chartered Accountant on the

actual figures.

3. The bidder should have completed at least 3 assignments

for GPON/ Data Centre related works having value of

50 Lakhs for any State/Central

Government/Department /Organisation/PSUs/

Industry.

Copy of complete work order/ agreement/

purchase order and successful completion

certificate from the client.

4. The bidder should have at least 10 full-time engineers on

its permanent roll.

Certificate from Head of Human Resource

of bidding vendor for the number of

technically qualified network engineers.

Certificate should be supported with the

list of network engineers with their

names, employee code, highest

educational qualification, years of

experience and certifications. Copy of the

ID card and contact no.

5. The bidder shall be, certified by the Original Equipment

Manufacturer (OEM) in all aspects of design,

installation, and testing of the products described herein.

A valid Authorization certificate from the

OEM in the name of bidding organization

is required to be furnished.

4.4.5 Pre-Qualification Criteria for Bidder’s Partner OEM:

S.

No.

Item Insert Value or

check-list the box

Reference of Enclosed Proof,

along with corresponding

page numbers

1 The OEM’s annual sales turnover from sale of

Computer Networking Hardware should at

least be Rs.50 crores (Rupees Fifty Crores),

during last 3 financial years.

The OEM must submit a CA’s certificate

clearly stating the turnover from sale of Fiber

and/ or Passive LAN equipment’s and/ or

Active Components and/or GPON

equipment’s during each of the years 2012-

13, 2013-14 and 2014-15 (quote value in Rs 20.

Crores).

The turnover refers to the company

responding to this tender in partnership with

the SI and not the composite turnover of its

subsidiaries/sister concerns etc.

During

2014-15

Rs.

Crore

During

2013-14

Rs.

Crore

During

2012-13

Rs.

Crore

3 The OEM should be an ISO 9001 and ISO 1. Name of the agency

No. 10(28)/2015-NICSI

Page 18 of 151

4.5 Technical Evaluation

A duly constituted Technical Evaluation Committee (TEC) will first select Bidders on the basis of per-

qualification criteria of this tender. The Bids conforming to the qualification criteria will be considered for

Technical evaluation.

14001 certified Company. The OEM should

enclose a copy of quality certificate from a

recognized institution for their manufacturing

/ assembly/ system integration facilities

located anywhere in INDIA or abroad. This

certification should be from any globally

recognized institution.

2. Name of the

Certificate

3. Validity date

4 The OEM must enclose the copy of the latest

Income TAX return filed.

Enclose the copy of

latest Income Tax

return filed copies.

5 A copy VAT/ST/CST No. allotted by the Sales

Tax Authorities, as well as PAN number of the

firm allotted by the Income Tax authorities

should be submitted.

The OEM should be registered with Service tax

department of the Government.

VAT/ST/CST No.

PAN no.

Service TAX NO.

Enclose copy of the

valid Registration No.

6 A copy of the Registration Certificate /

Certificate of Incorporation of the firm, with

attested copies of Articles of Association (in

case of Registered firm), Byelaws and

certificates of registration (in case of registered

co-operative Societies), partnership deed (in

case of partnership firm) should be submitted.

It is mandatory that the OEM should have had

a registered office in India for at least 5 years

from the date of publishing of this tender.

Companies that have not completed 5 years of

establishment in India will be disqualified.

Registration No.

Name the documents

enclosed.

Specify years of

establishment in India

No. 10(28)/2015-NICSI

Page 19 of 151

4.5.1 The committee may seek written clarifications from the bidders. The primary function of

clarifications in the evaluation process is to clarify ambiguities and uncertainties arising out

of the evaluation of the bid documents. Clarifications provide the opportunity for the

committee to state its requirements clearly and for the bidder to more clearly state its bid.

The committee may seek inputs from their professional, technical experts in the evaluation

process.

4.6 Financial Evaluation

4.6.1 The Financial bids of the technically qualified vendors only will be opened in the presence

of their representatives on a specified date and time at NICSI. Before opening the financial

bids, if NICSI considers necessary, it may ask for revised commercial bids from the short

listed vendors which should be submitted. The revised bids should not be more than the one

quoted earlier by the respective vendor. Any vendor quoting higher rates in their revised

commercial bid will not be considered for further evaluation.

4.6.2 The financial evaluation will be done for all the categories of empanelment independently.

In each category, the bidders will be required to meet the minimum GTV in order to be

considered for empanelment.

4.6.3 The bidders will be required to submit the financial bids in two envelopes, clearly labelled

as “Financial Bid Letter under Category <<mention 1A, 1B and 2

depending on the category applied for>>” and “Detailed Costing under Category

<<mention 1A, 1B and 2 depending on the category applied for>>”.

4.6.4 The Financial bids will be evaluated in the manner explained in Annexure 13: Financial

Selection Criteria.

4.6.5 The decision of NICSI arrived at as above will be final and no representation of any kind will

be entertained. Any attempt by any vendor to bring pressure of any kind may disqualify the

vendor for the present tender and the vendor may be liable to be debarred from bidding for

NICSI tenders in future for a period of three Years.

4.6.6 Any bidder quoting abnormally high or abnormally low prices for any component may be

disqualified by NICSI.

4.6.7 The decision of NICSI arrived at as above will be final and no representation of any kind will

be entertained on the above.

4.6.8 NICSI reserves the right to accept any bid, and to cancel/abort the tender process and reject

all bids at any time prior to award of contract, without thereby incurring any liability to the

affected vendor(s), of any obligation to inform the affected vendor(s) of the grounds for

NICSI’s action and without assigning any reasons.

No. 10(28)/2015-NICSI

Page 20 of 151

4.6.9 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between

the unit price and the total price that is obtained by multiplying the unit price and quantity,

the unit price shall prevail and the total price shall be corrected. If the vendor does not

accept the correction of the errors, its bid will be rejected and EMD forfeited. If there is a

discrepancy between words and figures, the amount in words will prevail.

4.6.10 When deemed necessary, NICSI may seek clarifications on any aspect from the vendor.

However, that would not entitle the vendor to change or cause any change in the substance

of the tender submitted or price quoted. Also it will not imply that vendor’s bid has been

selected for processing.

4.6.11 For Annexure 10 / 11/ 12:

i. Basic cost should include all duties such as custom, excise, etc, Freight, Packaging, Insurance,

Installation/Commissioning, Warranty & any other charges.

ii. Octroi/Entry tax will be paid by the vendor and get reimbursement from NICSI as per actual and

as applicable on production of original receipts.

iii. For all items make and model or part number MUST be given in Annexure 6 / Annexure 7 /

Annexure 8, depending on category, against each item.

iv. VAT / Sale tax and Service tax wherever applicable MUST be clearly indicated in percentage

(%).

No. 10(28)/2015-NICSI

Page 21 of 151

5 Bidding Process

5.1 Important Dates

Important Dates

Publishing Date at NICSI e-procurement site http://eproc-nicsi.nic.in &

http://www.nicsi.com

Document Sale Start Date 04-03-2016

Seek clarification start date 05-03-2016

Seek Clarification end date 14-03-2016

Pre-bid Meeting Date:

16-03-2016 at Hrs at National Informatics Centre Services Inc.,

Hall No. 2 & 3, 1st Floor, 15 NBCC Tower, 15 Bhikaji Cama Place,

New Delhi

Bid submission start date 20-03-2016 at 10.00 AM onwards

Bid submission end date: 31-03-2016 upto 15:00 Hrs

Opening of Tender Bids

(Prequalification &Technical) 01-04-2016 upto 15:30 Hrs

No. 10(28)/2015-NICSI

Page 22 of 151

5.2 Bid Submission

Agencies are advised to study the Bid Document carefully.

5.2.1 A bidder can bid for empanelment in any one of the three categories or all the

categories as per the qualification criteria.

5.2.2 Each category will be treated as different tender, and will not have effect on other

category in any manner, whatsoever.

5.2.3 In each category, one OEM can partner with maximum of 2 bidder’s (SI).

Submission of the Bid will be deemed to have been done after careful study and examination of all

instructions, eligibility norms, terms and requirement specifications in the tender document with full

understanding of its implications. Bids not complying with all the given clauses in this tender document

are liable to be rejected. Failure to furnish all information required in the tender Document or submission

of a bid not substantially responsive to the tender document in all respects will be at the vendor’s risk and

may result in the rejection of the bid.

All the bids must be valid for a period of 120 days from the date of tender opening for placing the initial

order. If necessary, NICSI will seek extension in the bid validity period beyond 120 days. The vendors, not

agreeing for such extensions will be allowed to withdraw their bids without forfeiture of their EMD.

Online Bids (Complete in all respect) must be uploaded on http://eproc-nicsi.nic.in latest by schedule as

mentioned in section 5.1 Important dates.

The online and Physical bids should be submitted as under:-

5.2.4 Online bids (complete in all respect) must be uploaded on NICSI eProcurement

website http://eproc-nicsi.nic.in latest by schedule as mentioned in section 5.1

Important dates.

5.2.5 The Online and Physical bids should be submitted as under:

EN-1

The PDF file containing the scanned copy of Bank Draft(s)/ Bank Guarantee towards

EMD as per details given in Section 5.3 titled ‘EMD_Scan_ForCategory#.pdf’

must be uploaded (PDF format) electronically on http://eproc-nicsi.nic.in.

OR Scanned copy of the valid NSIC certificate, whichever applicable.

The original bank draft(s)/ bank Guarantee /copy of NSIC certificate sealed in

envelopes and superscripted “EMD : Empanelment of Vendors for Supply,

Installation and Commissioning of Local Area Network” with letter specifying

the draft details should be submitted physically to Tender Division, NICSI, Hall No. 2 & 3

, 1st Floor, NBCC Tower-15, Bhikaji Cama Place, New Delhi by schedule as mentioned in

Important Dates.

No. 10(28)/2015-NICSI

Page 23 of 151

EN-2

The PDF file, containing the following information, should be titled as

‘Elig_doc_ForCategory#.pdf’ for “Eligibility Criteria - NICSI Tender for

Empanelment of Vendors for Supply, installation, and commissioning of Local

Area network (LAN)”

i. All the documents asked for eligibility criteria.

EN-3

The PDF file, containing the following information, should be titled as

“tech_bid_ForCategory#.pdf” for “Technical Bid- NICSI Tender for Empanelment

of Vendors for Supply, installation, and commissioning of Local Area network

(LAN)”

i. All the documents asked for Technical Bid and as per Annexure 6 / Annexure 7 /

Annexure 8, depending on category.

EN-4

The RAR file containing XLS files titled as ‘fin_bid_ForCategory#.xls’ for “Financial

Bid- NICSI Tender for Empanelment of Vendors for Supply, installation, and

commissioning of Local Area network (LAN)” and should contain the Financial

Bid.

5.2.6 In place of # in the file names above please mention the category number (1A, 1B or 2)

5.2.7 The envelops/PDF files in EN1, EN2 and EN3 containing the financial bid in explicit/implicit

form will lead to rejection of the bid

5.2.8 The envelops/PDF files not containing the requested details will lead to rejection of the bid.

5.2.9 In case, the day of bid submission is declared Holiday by Govt. of India, the next working day

will be treated as day for submission of bids. There will be no change in the timings.

5.2.10 Tender bid must contain the name, office and after office hour addresses including telephone

number(s) of the person(s) who are authorized to submit the bid with their signatures.

5.2.11 Un-signed & un-stamped bid shall not be accepted.

5.2.12 All pages of the bid being submitted must be signed and sequentially numbered by the vendor

irrespective of the nature of content of the documents.

5.2.13 Ambiguous bids will be out rightly rejected.

5.2.14 NICSI will NOT be responsible for any delay on the part of the vendor in obtaining the terms

and conditions of the tender notice or submission of the tender bids.

5.2.15 Vendors shall indicate their rates in clear/visible figures as well as in words. In case of a

mismatch, the rates written in words will prevail.

5.2.16 Tender process will be over after the issue of empanelment letter(s) to the selected vendor(s).

5.2.17 Bids not quoted as per the format given by NICSI will be rejected straightway.

No. 10(28)/2015-NICSI

Page 24 of 151

5.2.18 No deviation from the tender specifications & terms and conditions will be accepted.

5.2.19 NICSI may, at its own discretion, extend the date for submission of bids. In such a case all

rights and obligations of NICSI and the Agencies will be applicable to the extended time frame.

5.2.20 The offers submitted by fax/Email or any manner other than specified above will not be

considered. No correspondence will be entertained on this matter.

5.2.21 At any time prior to the last date for receipt of bids, NICSI, may, for any reason, whether at its

own initiative or in response to a clarification requested by a prospective vendor, modify the

Tender Document by an amendment. The amendment will be notified on NICSI’s website

http://eproc-nicsi.nic.in and should be taken into consideration by the prospective agencies

while preparing their bids.

5.2.22 In order to give prospective agencies reasonable time to take the amendment into account in

preparing their bids, NICSI may, at its discretion, extend the last date for the receipt of bids.

No bid may be modified subsequent to the last date for receipt of bids. No bid may be

withdrawn in the interval between the last date for receipt of bids and the expiry of the bid

validity period specified by the vendor in the bid. Withdrawal of a bid during this interval may

result in forfeiture of Vendor’s EMD.

5.2.23 The agencies will bear all costs associated with the preparation and submission of their bids.

NICSI will, in no case, be responsible or liable for those costs, regardless of the outcome of the

tendering process.

5.2.24 Printed terms and conditions of the vendors will not be considered as forming part of their bid.

In case terms and conditions of the tender document are not acceptable to any vendor, they

should clearly specify the deviations in their bids.

5.3 Earnest Money Deposit (EMD)

5.3.1 EMD will be as follows :

Category 1A : Rs. 15,00,000/- (Rupees Fifteen Lakhs Only)

Category 1B: Rs. 50,00,000/- (Rupees Fifty Lakhs Only)

Category 2: Rs. 1,25,00,000/- ( Rupees One Crore Twenty Five Lakhs Only)

5.3.2 Earnest Money Deposit (EMD) of amount as mentioned above, as per the desired Category,

must be submitted, by Demand Draft/ Bank Guarantee / Pay Order of any scheduled

nationalized / commercial bank drawn in favor of “National Informatics Centre Services

Incorporated, New Delhi”, payable at New Delhi, physically before bid submission end

date and time as mentioned in Section 5.1. Otherwise submitted bids will be rejected.

However the scanned copy of Demand Draft/ Bank Guarantee / Pay Order must be

uploaded (PDF format) electronically on NICSI eProcurement website http://eproc-

nicsi.nic.in as per the bid submission timelines.

5.3.3 Bank Guarantee will be accepted against the EMD.

No. 10(28)/2015-NICSI

Page 25 of 151

5.3.4 In the absence of Bank Draft/BG of EMD amount, such tenders shall be rejected straightway.

5.3.5 The Earnest Money Deposit (EMD), without any interest accrued will be refunded in any of

following eventual situations:-

5.3.5.1 In the case of those Vendors who fail to qualify the eligibility criteria, or whose

technical bids do not qualify, the Earnest Money Deposit (EMD) will be refunded

without any interest accrued within one month of the acceptance of TEC (Technical

Evaluation Committee)’s recommendations.

5.3.5.2 In the case of those Vendors who are not selected, the Earnest Money Deposit (EMD)

will be refunded without any interest accrued within one month of the acceptance of

FEC (Financial Evaluation Committee)’s recommendations.

5.3.5.3 In the case of Vendor whose tender bid is accepted for empanelment, EMD will be

refunded on receipt of Security Deposit as per empanelment clause.

5.3.6 Forfeiture of Earnest Money Deposit/Security Deposit: The Earnest Money Deposit can be

forfeited if a vendor:

5.3.6.1 Withdraws its bid during the period of bid validity.

5.3.6.2 Does not accept, and / or violates the tender terms and conditions of the contract after

submission of the bid.

5.3.6.3 Successfully gets empanelled, but fails to sign the contract within the stipulated time.

5.4 Pre-bid meeting

5.4.1 NICSI shall hold a pre-bid meeting with the prospective vendors as mentioned in Section 5.1

for any clarifications regarding tender technical specifications and tender terms & conditions.

5.4.2 Queries received, from the vendors, two days prior to the pre bid meeting shall be addressed.

5.4.3 The queries can be sent to NICSI through email at [email protected].

5.4.4 All interested vendors can participate in the pre-bid conference.

5.4.5 The Bidders will have to ensure that their queries for Pre-Bid meeting should reach to the

concerned person designated by NICSI by post and email one day before the pre bid meeting.

NICSI will not be bound to clarify any query after the pre-bid meeting.

5.4.6 The queries should necessarily be submitted in the following format:

No. 10(28)/2015-NICSI

Page 26 of 151

Sl. No RFP Document Reference (s)

(Section & Page Number(s))

Content of RFP

requiring

Clarification(s)

Points of

clarification

1

2

3

4

5.5 Bid Opening

5.5.1 Online bids (complete in all respect) received along with EMD (Physically) will be opened as

mentioned at Section 5.1 in presence of vendors representative if available. Bid received without

EMD will be rejected straight way.

5.5.2 Eligibility Criteria and Technical bids of only those vendors, whose EMD instruments are found

to be in order, will be opened afterwards in the same bid opening session, in the presence of the

vendor’s representatives.

5.5.3 Financial bids of only those vendors, whose bids are found technically qualified, by the

Technical Evaluation Committee, will be opened in the presence of the vendor’s representatives

subsequently for further financial evaluation.

5.5.4 One authorized representative of each of the vendor would be permitted to be present at the

time of aforementioned opening of the bids.

5.6 Technical Evaluation Process

5.6.1 Technical Bids of only bidders which qualify the eligibility criteria evaluation process will be

evaluated based on the parameters as per Section 4.4.

5.6.2 A duly constituted Technical Evaluation Committee (TEC) will evaluate and shortlist Technical

Bids on the basis of parameters/ specifications provided in Section 4.4.

5.6.3 NICSI has the option to ask the vendors for a technical presentation in a short notice.

5.6.4 During the technical evaluation, if any of the parameters is not met, the bid will be summarily

rejected.

5.6.5 Bidder will have to provide valid documentation with reference technical specifications as per

Annexure 6, Annexure 7 and Annexure 8 of this bid.

5.6.6 The TEC will evaluate the Technical bids on the basis of technical specifications given in the

tender document.

5.6.7 The Bidders should ensure proper numbering, specific compliance and reference document

with reference to the specific equipment.

No. 10(28)/2015-NICSI

Page 27 of 151

5.6.8 The TEC has the right to physically verify the compliance of the quoted products with the

required tender specifications, and to test them for reliability & functionality, this may include

site visit to factory

5.7 Evaluation of Financial Bids

5.7.1 The Financial Bids of only those Vendors short listed from the Technical Bids by TEC will be

opened electronically in the presence of their representatives on a specified date and time to be

intimated to the respective Vendors by Tender Division of NICSI, and the same will be evaluated

by a duly constituted Financial Evaluation Committee (FEC).

5.7.2 If NICSI considers necessary, Revised Financial Bids could be called for from the technically

short-listed Vendors, before opening the original financial bids for recommending the final

empanelment.

5.7.3 In the event of revised financial bids being called for, the revised bids should NOT be higher

than the original bids, otherwise the bid shall be rejected and EMD forfeited.

5.7.4 Lowest Quoting Vendor (L1) will be selected as per the “Annexure 13: Financial Selection

Criteria”.

5.7.5 No enquiry shall be made by the vendor(s) during the course of evaluation of the tender, after

opening of bid, till final decision is conveyed to the successful vendor(s). However, the

Committee/its authorized representative and office of NICSI can make any enquiry/seek

clarification from the vendors, which the vendors must furnish within the stipulated time else

bid of such defaulting vendors will be rejected.

No. 10(28)/2015-NICSI

Page 28 of 151

6 Award of Contract (Empanelment)

6.1 Empanelment Process

6.1.1 The Empanelment will be done under two categories, with all its terms and conditions.

6.1.2 All empanelled Bidders shall have to enter into a written agreement with NICSI for honouring

all tender conditions and adherence to all aspects of fair trade practices in executing the

purchase orders placed by NIC/NICSI on behalf of its clients.

6.1.3 In the event of an empanelled Company or the concerned division of the Company is taken

over /bought over by another company, all the obligations and execution responsibilities under

the agreement with the NICSI, should be passed on for compliance by the new company in the

negotiation for their transfer.

6.1.4 In case any selected bidder refuses to sign empanelment within seven days of communication

from NICSI, the offer would be treated as withdrawn and the bidder’s EMD will be forfeited.

6.1.5 In case of empanelled bidder is found in breach of any condition(s) of tender or supply order,

at any stage during the course of supply / installation or warranty period, the legal action as

per rules/laws, shall be initiated against the bidder and EMD/Security Deposits shall be

forfeited, besides debarring and blacklisting the bidder concerned for at least three years, for

further dealings with NICSI.

6.1.6 The bidder should not sublet the work contracted under this empanelment or any part of it to

any other vendor in any form. Doing so shall result in termination of empanelment and

forfeiture of Security deposit. NICSI may, at any time, terminate the empanelment by giving

written notice to the empanelled vendor without any compensation, if the empanelled vendor

becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or

affect any right of action or remedy which has accrued or will accrue thereafter to NICSI.

6.2 Conditions related to award of work

6.2.1 The selected vendor will be eligible to take up engagements as per the category in which it is

empanelled.

6.2.2 Orders will be placed as per NICSI/NIC/ User's requirements on the finally selected panel

vendor(s). The panel will be valid for a period of 2 (Tw0) years in the first instance. It may be

extended for a further period of 1 (one) year depending upon the need for continuity and

contemporariness of the technology and on mutual acceptance.

No. 10(28)/2015-NICSI

Page 29 of 151

6.2.3 All empanelled vendors will have to enter into a written agreement with NICSI for honouring

all aspects of fair trade practices in executing the Work orders placed by NICSI or

organizations supported by NICSI

6.3 Security Deposit and PBG

6.3.1 In case of Bidders whose bids are accepted for empanelment, bidders shall be required to give

Security Deposit which will be equivalent amount the amount of EMD. Security Deposit will be

in the form of Bank Guarantee (BG) of any commercial bank drawn in the name of National

Informatics Centre Services Inc, New Delhi valid till empanelment. The empanelled vendor

will have to renew Security Deposit/ Bank Guarantee (BG) for such further periods till

warranty support.

6.3.2 Empanelled vendors shall be required to give Performance Bank Guarantee (PBG) of 10% (Ten

Percent) of the total purchase order value at the time of bill submission. Performance Bank

Guarantee (PBG) will be of any scheduled commercial bank drawn in the name of National

Informatics Centre Services Inc, New Delhi for a period of warranty + 3 months. This PBG may

be invoked in case of non-compliance of maintenance schedule during warranty period

mentioned in the purchase order.

6.4 Payment Terms

6.4.1 The equipment’s /services should be delivered at the users location as mentioned in the

purchase order/ work order within four weeks of release order to the empanelled vendor.

6.4.2 Under this RFP payments will be made in three different types. Given below is the payment

schedule for payments :

Payment Terms

Percentage of payment released against Bills and Delivery Challan and/or letter from Client/NICSI/NIC

Percentage of payment released against Installation Challan and/or Letter from Client/NIC/NICSI

Percentage of payment released against BG

Monthly Payment for Manpower

Supply of Equipment(s)

80% NA 20% NA

Supply and Installation of Equipment(s)

80% 10 % 10% NA

No. 10(28)/2015-NICSI

Page 30 of 151

Supply and Installation of Equipment(s) and Manpower

80% 10% 10% Monthly Charges as applicable for Manpower

6.4.3 The payment for Support services will be made after deduction of SLA penalties, if any, as per

the Section 6.5.

6.4.4 NICSI reserves the right to reject any work, if found unsuitable and/or not conforming to the

approved specifications. The rejected work, if any, shall have to be redone forthwith at the cost

of the vendor. No payment will be made for the rejected work.

6.4.5 NICSI reserves the right to deduct amount from the bill as may be considered reasonable for

unsatisfactory execution of the work. The decision of NICSI will be final in this regard.

6.4.6 The empanelled vendor(s) shall accept the purchase/work order within two days of from

intimation of purchase / work order issued by NICSI and start executing the purchase/work

orders immediately so as to meet the schedules. Any denial for accepting the purchase/work

order either hand delivered or sent through post/fax/email shall be construed as non-

performance which may lead to cancellation of empanelment and forfeiture of Security

Deposit.

6.5 Service Level Agreement

The service level agreements are classified into 2 types, based on the type of support ordered. The first

type caters to the SLA levels for On-Call Support and the second type caters to the SLA levels for Full time

On-sited Support. The empanelled vendors will have to provide minimum 2 phone numbers and online

system for raising the tickets. NICSI will monitor those call anytime. The data for such complaints need to

be kept for a period of 6 Months.

6.5.1.1 Service Levels for On-Call Support

6.5.1.1.1 Response Time: The response time shall be defined as the minimum time to respond

adequately to any issue raised by the user. The expected response time for this support

category is 4 hours from the time of incident reporting. The official working hours of the

office will be considered for calculation of response time. A penalty equal to 0.5% of the

total value of support services, for delay by every 4 hours, will be levied on the vendor, for

every incident not responded to within the stipulated time.

No. 10(28)/2015-NICSI

Page 31 of 151

6.5.1.1.2 Resolution Time: The resolution time for any issue pertaining to passive components

will be 24 hours. The resolution time for any issue pertaining to the active components

will be 48 hours. The official working hours of the office will be considered for calculation

of resolution time. A penalty equal to 1.0% of the total value of support services, for delay

by every 24 hours, will be levied to the vendor, for every incident not resolved within the

stipulated time.

6.5.1.2 Service Levels for Full-time On-site Support

6.5.1.2.1 Response Time: The response time shall be defined as the minimum time to respond

adequately to any issue raised by the user. The expected response time for this support

category is 1 hour from the time of incident reporting. The official working hours of the

office will be considered for calculation of response time. A penalty equal to 0.5% of the

total value of support services, for delay by every 1 hours, will be levied to the vendor, for

every incident not responded to within the stipulated time.

6.5.1.2.2 Resolution Time: The resolution time for any issue pertaining to passive components will

be 8 hours. The resolution time for any issue pertaining to the active components will be

24 hours. The official working hours of the office will be considered for calculation of

resolution time. A penalty equal to 1.0% of the total value of support services, for delay by

every 24 hours, will be levied to the vendor, for every incident not resolved within the

stipulated time.

6.6 Refund of EMD & Security Deposit

The Earnest Money Deposit (EMD) will be refunded as follows:-

6.6.1 In the case of those bidders who fail to qualify the pre-qualification criteria, the Earnest

Money Deposit (EMD) will be refunded without any interest accrued immediately thereafter.

6.6.2 In the case of those bidders whose technical bids do not qualify, the EMD will be refunded

without any interest accrued within one month of the acceptance of TEC’s recommendations.

6.6.3 In the case of those bidders who are not empanelled, the EMD will be refunded without any

interest accrued within one month of the acceptance of TEC’s recommendations.

6.6.4 In case of those bidders whose tender bids are accepted for the empanelment, EMD will be

refunded on receipt of security deposit. The security deposit in the form of Bank Guarantee

from a scheduled commercial bank for the duration of the selection or extended period, if any,

in favor of NICSI, New Delhi, and shall be renewed by the bidder till Empanelment lasts or the

orders placed are executed, whichever is later. No interest will be payable for the Security

Deposit.

No. 10(28)/2015-NICSI

Page 32 of 151

7 Other Terms and Conditions

7.1 Micro, Small & Medium Enterprises Development Act

7.1.1. If a bidder falls under the Micro, Small & Medium Enterprises Development Act, 2006, then a copy of the registration certificate must be provided to NICSI. Further, the bidder must keep NICSI informed of any change in the status of the company.

7.1.2. Following facilities have been extended to the SSI units registered with NSIC: a. Issue of tender sets free of cost (if any); b. Exemption from payment of earnest money; c. Waiver of security deposit up to the monetary limit for which the unit is registered. The evaluation of bids will be done as per the Ministry of Micro, Small, & Medium Enterprises order dated 23rd March 2012.

No. 10(28)/2015-NICSI

Page 33 of 151

7.2 Domestic Manufacturer Clause

7.2.1 Purchaser reserves the right for providing preference to domestically manufactured electronic

products in terms of the Department of Electronics and Information Technology (DeitY)

Notification no.33(3)/2013-IPHW dated 23.12.2013, Notification No: 8(78)/2010-IPHW dated

10th February 2012, File No: 33(7)/2015-IPHW dated November 16, 2015 read with relevant

Notification and Guidelines issued thereunder. A copy of the aforesaid Notifications/Guidelines

can be downloaded from DeitY and DOT website i.e. URL www.deity.gov.in/esdm and

www.dot.gov.in/sites/default/files/5-10-12.PDF. Purchase preference for domestic

manufacturer, methodology of its implementation, value addition to be achieved by

domestic manufacturers, self-certification, and compliance and monitoring shall be

as per the aforesaid Guidelines/Notifications. The Guidelines may be treated as an

integral part of the tender documents.

7.2.2 Bidders must submit an undertaking on notarized Rs. 100/- stamp paper as per Annexure 8:

PMA AFFIDAVIT as part of the eligibility document.

7.2.3 The percentage of domestic value addition (in terms of BOM) must be mentioned separately in

Technical Bid for each quoted item/product to prove eligibility and avail any applicable

preference at the time of placing of purchase orders.

7.2.4 Bidders who do not provide the undertaking shall not be considered for receiving this preference.

7.2.5 The empanelment of bidders quoting false information will be cancelled and the EMD will be

forfeited. Additionally, furnishing of false information on this account shall also attract penal

provisions as per guidelines/notifications.

7.2.6 Bidders should provide an undertaking which gives address of Factory Details which includes

address and phone. These may be verified by NICSI at any point of time.

Under Make in India scheme, Bidders must submit an undertaking on notarized Rs. 100/- stamp paper,

providing information related to registration, address any other documents that are related to Factory,

Research and Development Center and Network related Software/ content Development Center in India.

No. 10(28)/2015-NICSI

Page 34 of 151

7.3 Force Majeure

7.3.1 If at any time, during the continuance of the empanelment, the performance in whole or in

part by either party of any obligation under the empanelment is prevented or delayed by

reasons of any war, hostility, acts of public enemy, civil commotion, sabotage, fires, floods,

explosions, epidemics quarantine restrictions, strikes, lockouts or acts of God (hereinafter

referred to as "events"), provided notice of happenings of any such event is duly endorsed by

the appropriate authorities/chamber of commerce in the country of the party giving notice, is

given by party seeking concession to the other as soon as practicable, but within 21 days from

the date of occurrence and termination thereof and satisfies the party adequately of the

measures taken by it, neither party shall, by reason of such event, be entitled to terminate the

empanelment, nor shall either party have any claim for damages against the other in respect of

such non-performance or delay in performance, and deliveries under the empanelment shall

be resumed as soon as practicable after such event has come to an end or ceased to exist and

the decision of the purchaser as to whether the deliveries have so resumed or not, shall be final

and conclusive, provided further, that if the performance in whole or in part or any obligation

under the empanelment is prevented or delayed by reason of any such event for a period

exceeding 60 days, the purchaser may at his option, terminate the empanelment.

7.4 Termination for Default

7.4.1 Default is said to have occurred

7.4.1.1 If the vendor fails to deliver any or all of the services within the time period(s) specified in

the purchase order or any extension thereof granted by NICSI.

7.4.1.2 If the vendor fails to perform any other obligation(s) under the empanelment

7.4.1.3 If the vendor, in either of the above circumstances, does not take remedial steps within a

period of 30 days after receipt of the default notice from NICSI (or takes longer period in-

spite of what NICSI may authorize in writing), NICSI may terminate the empanelment /

purchase order in whole or in part.

7.4.2 NICSI may at any time terminate the purchase order / empanelment by giving one month

written notice to the Vendor, without any compensation to the Vendor, if the Vendor becomes

bankrupt or otherwise insolvent

7.5 Termination for Insolvency

NICSI may at any time terminate the purchase order/empanelment by giving four weeks written

notice to the empanelled vendor, without any compensation to the empanelled vendor, if the

empanelled vendor becomes bankrupt or otherwise insolvent

No. 10(28)/2015-NICSI

Page 35 of 151

7.6 Limitation of Liability

Except in the case of gross negligence or wilful misconduct on the part of the empanelled vendor or on

part of any person or company acting on behalf of the empanelled bidder in carrying out the services,

the empanelled vendor, with respect to damage caused by the empanelled vendor to end user / NICSI

/ NIC, shall be liable to end user / NICSI / NIC:

(i). for any indirect or consequential loss or damage; and

(ii). for any direct loss or damage,

only to the extent of

A. the total payments payable under this contract to the empanelled vendor, or

B. the proceeds the empanelled vendor may be entitled to receive from any insurance

maintained by the empanelled vendor to cover such a liability,

whichever of (A) or (B) is higher, plus the security deposit and performance bank guarantees

submitted by the empanelled vendor.

This limitation of liability shall not affect the empanelled vendor’s liability, if any, for damage to Third

Parties caused by the empanelled vendor or any person or firm / company acting on behalf of the

empanelled vendor in carrying out the work.

7.7 Indemnity

The empanelled vendor shall indemnify NICSI/NIC/User departments against all third party claims

of infringement of patent, trademark/copyright or industrial design rights arising from the use of the

supplied software/ hardware/manpower etc and related services or any part thereof. NICSI/NIC/User

department stand indemnified from any claims that the hired manpower / empanelled vendor’s

manpower may opt to have towards the discharge of their duties in the fulfilment of the purchase

orders. NIC/NICSI/User department also stand indemnified from any compensation arising out of

accidental loss of life or injury sustained by the hired manpower / empanelled vendor’s manpower

while discharging their duty towards fulfilment of the purchase orders.

7.8 Arbitration

7.8.1 If a dispute arises out of or in connection with this contract, or in respect of any defined legal

relationship associated therewith or delivered there from, the parties agree to submit that

dispute to arbitration under ICADR Arbitration Rules, 1996

7.8.2 The Authority to appoint the arbitrators (s) shall be International Centre for Alternative

Dispute Resolution (ICADR)

7.8.3 The International Centre for Alternative Dispute Resolution will provide administrative

services in accordance with the ICADR Arbitration Rules, 1996.

7.8.4 Venue of arbitration shall be New Delhi.

No. 10(28)/2015-NICSI

Page 36 of 151

7.9 Conciliation

7.9.1 If a dispute arises out of or in connection with this contract, or in respect of any defined legal

relationship associated therewith or derived there from, the parties agree to seek an amicable

settlement of that dispute by Conciliation under the ICADR Conciliation Rules, 1996

7.9.2 The Authority to appoint the Conciliator(s) shall be the International Centre for Alternative

Dispute Resolution (ICADR).

7.9.3 The International Centre for Alternative Dispute Resolution will provide administrative

services in accordance with the ICADR Conciliation Rules, 1996.

7.10 Applicable Law

7.10.1 The vendor shall be governed by the laws and procedures established by Govt. of India, within

the framework of applicable legislation and enactment made from time to time concerning

such commercial dealings/processing.

7.10.2 All disputes in this connection shall be settled in Delhi jurisdiction only.

7.10.3 NICSI reserves the right to cancel this tender or modify the requirement without assigning any

reasons. NICSI will not be under obligation to give clarifications for doing the aforementioned.

7.10.4 NICSI reserves the right that the work can be allocated to any of the empanelled vendors.

7.10.5 NICSI also reserves the right to modify/relax any of the terms & conditions of the tender.

7.10.6 NICSI, without assigning any further reason can reject any tender(s), in which any prescribed

condition(s) is/are found incomplete in any respect.

7.10.7 NICSI also reserves the right to award works/supply order on quality/technical basis, which

depends on quality/capability of the system and infrastructure of the firm. Bidder(s) are,

therefore, directed to submit the tender carefully along with complete technical features of the

products/systems as well as other documents required to access the capability of the firm.

7.10.8 All procedure for the purchase of stores laid down in GFR and DFPR shall be adhered-to

strictly by the NICSI and subordinates and Bidders are bound to respect the same.

No. 10(28)/2015-NICSI

Page 37 of 151

8 Annexures

8.1 Annexure 1: Bidder’s Profile

Bidder’s Profile 4

S.No Particulars Description

a. Name of the Vendor

b. Type of Incorporation (Sole

Proprietor/ Partnership/ Private

Limited/ Limited Firm)

c. Year of Incorporation

d. Place of Incorporation

e. Whether any Legal/Arbitration

proceedings have been instituted

against the Vendor or the Vendor

has lodged any claim in

connection with works carried

out by them. Mention Yes/No. If

yes, please give details.

f. Service Tax No.:

g. Sales Tax/ VAT No.:

h. CST No.:

i. PAN No.:

j. Valid ISO 9000:2001 certificate.

Copy to be attached

k. Vendor Profile

l. Full Address

No. 10(28)/2015-NICSI

Page 38 of 151

Bidder’s Profile 4

S.No Particulars Description

m. Name of the Top executive with

Designation

Name:

Designation:

Contact Number(Landline):

Contact Number(Mobile):

Email Address:

Complete Communication Address:

n. EMD Details: Amount:

Draft/ Pay Order No/ BG No:

Date:

Bank:

Branch:

8.2 Annexure 2: Compliance Sheet for OEM

Name of the Bidder:

Sl No. Tender No Compliance Page no. Of the Tender Bid

1 Authorised OEM of quoted item Yes/No

2 OEM valid Certificate of ISO 9000:2001

and ISO14000

Yes/No

3 Copies of Balance sheet for last 3 years

showing turnover from LAN

Yes/No

4 Copies of

S.Tax/VAT

Service Tax

PAN

Yes/No

5 Copy of Purchase Order/ Work Order Yes/No

6 Articles of Association etc. Yes/No

No. 10(28)/2015-NICSI

Page 39 of 151

8 Certified copy of MAF Yes/No

Signature :

Date:

Place:

Name:

SEAL:

8.3 Annexure 3: Site Survey Document

Installation Certificate

1 Site Name and Address:

2 Site Contact Name:

Title:

Phone :

Mobile:

Fax:

Email:

3 Is the site owned and maintained by the customer? Yes/No

4 Is this a manned site? Yes/ No

5 Detail the specific cabinet location – floor, room,

footprint position.

6 Please provide the distance between the two location in which cable is to be laid

Type of Cable:

Number of Meter:

Diagram

7 Please provide the amount/ Type of cable which needs to be overhead/ inside cabinet / underground

8 Are additional overhead cable trays, drop posts or other trunking required in order

No. 10(28)/2015-NICSI

Page 40 of 151

9 Is the clearance under the overhead cable tray sufficient?

10 If a raised floor exists, is sufficient space available for routing cables?

11 Number of Active Components to be required. Please provide details like specifications.

12 Number of nodes to be connected.

13 Details of equipment’s to be used with number.

14 Time required to complete installation after getting the

work order

Name of Vendor :

____________________________________________________________

Designation :__________________________________________________

Signature:____________________________________________________

(with official seal)

Date:________________________________________________________

Name of Client :

____________________________________________________________

Designation :__________________________________________________

Signature:____________________________________________________

(with official seal)

Date:________________________________________________________

No. 10(28)/2015-NICSI

Page 41 of 151

8.4 Annexure 4: Installation Certificate

Installation Certificate

1 Vendor Name

2 Project No.

3 Purchase order No. & date

4 Invoice No. with date

5 Equipment Name & Description

6 Equipment serial nos.

7 Date of delivery

8 Date of intimation of call for installation / site

readiness information

(in case of SNR)

9 Installation Date

10 Certificate Equipment (as per ordered configuration) has

been installed successfully

Name of user / NIC Project Coordinator / NICSI Project in charge:

____________________________________________________________

Designation :__________________________________________________

Signature:____________________________________________________

(with official seal)

Date:________________________________________________________

No. 10(28)/2015-NICSI

Page 42 of 151

8.5 Annexure 5: Site Not Ready Certificate

Site Not Ready Certificate

1 Vendor Name

2 Project Number

3 Purchase order No. & date

4 Equipment Name

5 Date of delivery

6 Date of 1st Visit for installation

7 Site not ready reason

8 Tentative date of site being ready for

installation

9 Contact detail of vendor for getting

equipment installed, if site get ready.

10 Certificate There is no delay on the part of vendor in getting

the equipment installed

Name of user / NIC Project Coordinator / NICSI Project in charge:

____________________________________________________________

Designation :__________________________________________________

Signature:____________________________________________________

(with official seal)

Date:________________________________________________________

No. 10(28)/2015-NICSI

Page 43 of 151

8.6 Annexure 6: Technical Specifications for Category 1 A

8.6.1 Table 1: Passive Components

S.No Product Description Specifications Make / Model

Part Code

UTP COMPONENTS

1. UTP COMPONENTS (CAT 6A)

All specifications for components & cabling to be

tested up to 500 Mhz , UL/ETL listed & verified

, should be registered for follow up program ,

UL/ETL marking should be embossed and / or

printed on the passive product and their

packing

1.1 UTP cable 4 pair, should confirm or exceed the EIA/TIA

568 C.2-10 (CAT 6A) standards for physical &

electrical specifications , UL/ETL listed &

verified , Should be certified by independent test

lab for 10G Gigabit Ethernet Performance up to

100 mrts ,23 AWG solid bare copper Jacket:

LSZH

1.2 24 port Patch Panel suitable unshielded CAT6A

19 inch 1U Patch Panel for 24 x RJ45 45 connection module, should confirm or exceed the EIA/TIA 568 C.2 (CAT 6A) standards, Metallic / high strength or equivalent & 1U height, zig-zag/ straight/angular IO placement for better alien cross talk, transmission channels of Class EA with up to 4 plugged connections acc. to ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1 May 2011 (DIN EN 50173-1) and Class F on 2 pairs, complies with Cat. 6A requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1 May 2011, as well the U.S. standard Cat. 6A according to TIA 568-C.2

1.3 48 port Patch Panel suitable unshielded CAT6A

19 inch 2U Patch Panel for 48 x RJ45 45 connection module , should confirm or exceed the EIA/TIA 568 C.2 (CAT 6A) standards, Metallic / high strength or equivalent & 1U height, transmission channels of Class EA with up to 4 plugged connections acc. to ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1 May 2011 (DIN EN 50173-1) and Class F on 2 pairs, complies with Cat. 6A requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1 May 2011, as well the U.S. standard Cat. 6A according to TIA 568-C.2

No. 10(28)/2015-NICSI

Page 44 of 151

S.No Product Description Specifications Make / Model

Part Code

1.4 Wire Manager/Patch Chord Minder panel

19 “ rack mountable, , Metallic / high strength or equivalent jumper rings for routing cable assemblies, mounts to the front of 19” rack & 1 U height

1.5 Information outlets-Unsheilded CAT6A

Surface mount box with RJ 45 socket & gang box , RJ45 connection module of Cat. 6A, for the setting up of transmission channels of Class EA with up to 4 plugged connections acc. to ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1 May 2011 (DIN EN 50173-1) and Class F on 2 pairs, complies with Cat. 6A requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1 May 2011, as well the U.S. standard Cat. 6A according to TIA 568-C.2 , Suitable for 10GBASE-T applications in acc. with IEEE 802.3™ Section Four up to 500 MHz and 100 m, Parallel pair termination without crossover in acc. with TIA 568-A/B, gold-plated bronze contacts for >1000 mating cycles dielectric strength >1000 Veff. PoE and PoE+ compatible according to IEC 60512-99-001 Material: halogen-free and heavy-metal free in acc. with EU directives RoHS 2, re-embedded tested in acc. with IEC 60603-7-41 and 60512-27-100 Connection module Cat. 6A, unshielded, with dust cover, mounting plate UL/ETL listed & verified,

a. Single ( 1-port) b. Dual (2-port) c. Quad (4- port)

1.6 Patch Cord UTP CAT6A Flexible cable, U/UTP, 4 x 2 x AWG 26/7, LSZH, color gray. Low-smoke in acc. with IEC 61034 and halogen-free in acc. with IEC 60754-1. Halogen-free and heavy-metal free in acc. with EU directives RoHS 2. Mounted on both sides with RJ45 connector compliant with Cat. 6A ISO component standard: IEC 60603-7-41 RJ45 category 6A ISO (500 MHz), unshielded. Strain-relief function in acc. with TIA 568-C. For the setting up of transmission channels of Class EA with up to 4 plugged connections acc. to ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1, May 2011 (DIN EN 50173-1). Complies with Category 6A ISO requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1 May 2011, as well as TIA 568-C.2, interoperable and backwards compatible with Category 6 and Category 5e. Suitable for 10GBASE-T applications in acc. with IEEE 802.3™ Section Four up to 500 MHz. Optional: Visual coding, mechanical coding and lock protection. Length - 1mrts Length – 2mrts

No. 10(28)/2015-NICSI

Page 45 of 151

S.No Product Description Specifications Make / Model

Part Code

Length – 3mrts Length – 5mrts Length – 10mrts

2. SFTP COMPONENTS

(CAT6 A )

2.1 SFTP COMPONENTS (

CAT 6A )

All specifications for components & cabling to be

tested up to 500 Mhz , UL/ETL listed, should be

registered for follow up program , UL/ETL

marking should be embossed and printed on the

passive product and their packing

2.2 SFTP cable Pair-shielded 100 Ohm installation cable with

overall braided screen, suitable for transmission

frequencies of up to 650 MHz, 4 x 2 (AWG 23).

Compliant with standards ISO/IEC 11801 ed.

2.2, EN 50173-1: May 2011 (DIN EN 50173-1),

DIN 44332-5, IEC 61156-5 2nd Ed., EN 50288 x-

1, 10GBASE-T in acc. with IEEE 802.3™ Section

Four, tested and certified by independent

laboratory. Low-smoke in acc. with IEC 61034,

flame-retardant in acc. with IEC 60332-1 and

halogen-free in acc. with IEC 60754-2.Outer

jacket color gray, UL/ETL listed, Should be

certified by independent test lab for 10G

Gigabit Ethernet Performance up to 100 mrts ,23

AWG solid bare copper

2.3 24 port Shielded Patch

Panel

19 inch 1U Shielded Patch Panel for 24 x RJ45

45 connection module , should confirm or

exceed the EIA/TIA 568 C.2 (CAT 6A) standards,

, Metallic / high strength or equivalent & 1U

height, zig-zag/ straight/angular IO placement

for better alien cross talk, transmission channels

of Class EA with up to 4 plugged connections

acc. to ISO/IEC 11801 ed. 2.2, June 2011, EN

50173-1 May 2011 (DIN EN 50173-1) and Class F

on 2 pairs, complies with Cat. 6A requirements

of the standards ISO/IEC 11801 ed. 2.2, June

2011, EN 50173-1 May 2011, as well the U.S.

standard Cat. 6A according to TIA 568-C.2

2.4 48 port Shielded Patch

Panel

19 inch Shielded 2U Patch Panel for 48 x RJ45

45 connection module , should confirm or

exceed the EIA/TIA 568 C.2 (CAT 6A) standards,

, Metallic / high strength or equivalent & 1U

No. 10(28)/2015-NICSI

Page 46 of 151

S.No Product Description Specifications Make / Model

Part Code

height, transmission channels of Class EA with

up to 4 plugged connections acc. to ISO/IEC

11801 ed. 2.2, June 2011, EN 50173-1 May 2011

(DIN EN 50173-1) and Class F on 2 pairs,

complies with Cat. 6A requirements of the

standards ISO/IEC 11801 ed. 2.2, June 2011, EN

50173-1 May 2011, as well the U.S. standard Cat.

6A according to TIA 568-C.2

2.5 Information outlets-

shielded

Surface mount box with RJ 45/s socket & gang

box , RJ45 connection module of Cat. 6A, for the

setting up of transmission channels of Class

EA with up to 4 plugged connections acc. to

ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1

May 2011 (DIN EN 50173-1) and Class F on 2

pairs, complies with Cat. 6A requirements of the

standards ISO/IEC 11801 ed. 2.2, June 2011, EN

50173-1 May 2011, as well the U.S. standard Cat.

6A according to TIA 568-C.2 ,

Suitable for 10GBASE-T applications in acc. with

IEEE 802.3™ Section Four up to 500 MHz and

100 m, Parallel pair termination without

crossover in acc. with TIA 568-A/B, gold-plated

bronze contacts for >1000 mating cycles

dielectric strength >1000 Veff. PoE and PoE+

compatible according to IEC 60512-99-001

Material: halogen-free and heavy-metal free in

acc. with EU directives RoHS 2,

re-embedded tested in acc. with IEC 60603-7-41

and 60512-27-100

Connection module Cat. 6A, unshielded, with

dust cover, mounting plate

Material: halogen-free and heavy-metal free in

acc. with EU directives RoHS 2.

Connection module Cat. 6A EL, die-cast,

shielded, dust cover and snap-in frame.

UL/ETL listed,

i) Single ( 1-port) ii) Dual (2-port) iii) Quad (4- port)

2.6 Patch Cord - shielded Flexible cable, S/FTP, 4 x 2 x AWG 26/7,

LSFRZH, color gray. Low-smoke in acc. with IEC

61034, flame-retardant in acc. with IEC 60332-

3C and halogen-free in acc. with IEC 60754-1.

No. 10(28)/2015-NICSI

Page 47 of 151

S.No Product Description Specifications Make / Model

Part Code

Halogen-free and heavy-metal free in acc. with

EU directives RoHS 2.

Mounted on both sides with RJ45 connector

compliant with Cat. 6A ISO component

standard: IEC 60603-7-51 RJ45 category 6A ISO

(500 MHz), shielded. Strain-relief function in

acc. with TIA 568-C.

For the setting up of transmission channels of

Class EA with up to 4 plugged connections acc.

to ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-

1, May 2011 (DIN EN 50173-1). Complies with

Category 6A ISO requirements of the standards

ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1

May 2011, as well as TIA 568-C.2, interoperable

and backwards compatible with Category 6 and

Category 5e. Suitable for 10GBASE-T

applications in acc. with IEEE 802.3™ Section

Four up to 500 MHz.

Optional:

Visual coding, mechanical coding and lock

protection

Length - 1mrts Length – 2mrts Length – 3mrts Length – 5mrts Length – 10mrts

3. UTP COMPONENTS

(CAT6 )

3.1 UTP Components

( CAT6)

All specifications for components & cabling to be

tested up to 250 Mhz , UL /ETL listed & verified

, should be registered for follow up program ,

UL/ETL marking should be embossed and

printed on the passive product and their

packing

3.2 UTP cable 4 pair, should confirm or exceed the EIA/TIA

568 C.2-1 (CAT 6) standards for physical &

electrical specifications, UL/ETL listed &

verified , Should be certified by independent test

lab for 1G Gigabit Ethernet Performance up to

100 mrts. 23 AWG solid bare copper

3.3 24 port Patch Panel 19 inch 1U Patch Panel for 24 x RJ45 45

connection module , zig-zag/straight/angular IO

No. 10(28)/2015-NICSI

Page 48 of 151

S.No Product Description Specifications Make / Model

Part Code

placement for better alien cross talk The

information Outlet should establishing of

transmission channels of class E with up to 4

plugged connections, complies with Category 6

requirements of the standards ISO/IEC 11801

ed. 2.2, June 2011, EN 50173-1, May 2011 (DIN

EN 50173-1) as well as TIA 568-C,

Metallic high strength & 1U height

UL /ETL listed

3.4 48 port Patch Panel 19 inch 2U Patch Panel for 48 x RJ45 45

connection module , zig-zag/ straight/angular

IO placement for better alien cross talk The

information Outlet should establishing of

transmission channels of class E with up to 4

plugged connections, complies with Category 6

requirements of the standards ISO/IEC 11801

ed. 2.2, June 2011, EN 50173-1, May 2011 (DIN

EN 50173-1) as well as TIA 568-C,

Metallic high strength & 1U height

UL /ETL listed

3.5 Information outlets Surface mount box with RJ 45 connection module & gang box , The information Outlet should establishing of transmission channels of class E with up to 4 plugged connections, complies with Category 6 requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1, May 2011 (DIN EN 50173-1) as well as TIA 568-C, Should qualify de-embedded tested in acc. with IEC 60603-7-4. Parallel pair termination without crossover in acc. with TIA 568-A/B, gold-plated bronze contacts for >1000 mating cycles dielectric strength >1000 Veff. PoE and PoE+ compatible according to IEC 60512-99-001 Non PCB and tool less termination Information outlet Cat. 6, unshielded, with dust cover, snap-in frame (gray), cable tie and installation instructions. UL/ETL listed, Single ( 1-port) Dual (2-port) Quad (4- port)

No. 10(28)/2015-NICSI

Page 49 of 151

S.No Product Description Specifications Make / Model

Part Code

3.6 Patch Cord Should confirm or exceed the EIA/TIA 568 C.2-1

standards for CAT 6, Factory molded boots on

RJ 45 plugs at both ends, UL/ETL listed &

verified , Option for colour – Grey, Blue, Red &

Green & cross over cable

Length – 1Mrts Length – 2mrts Length – 3mrts Length – 5mrts Length – 10mrts

4. STP ( Shielded Twisted Pair) COMPONENTS CAT 6

4.1 STP cable CAT 6 4 pair, STP ,should confirm or exceed the

EIA/TIA 568 C.2-1 (CAT 6) standards for

physical & electrical specifications , UL/ETL

listed & verified , Should be certified by

independent test lab for 1G Gigabit Ethernet

Performance up to 100 mrts. 23 AWG solid bare

copper

4.2 24 port STP CAT 6 Patch Panel

19 inch 1U Patch Panel for 24 x RJ45 45

connection module , zig-zag/ straight/angular IO

placement for better alien cross talk The

information Outlet should establishing of

transmission channels of class E with up to 4

plugged connections, complies with Category 6

requirements of the standards ISO/IEC 11801

ed. 2.2, June 2011, EN 50173-1, May 2011 (DIN

EN 50173-1) as well as TIA 568-C, , Metallic /

high strength or equivalent & 1U height

UL /ETL listed & verified

4.3 48 port STP CAT 6 Patch Panel

19 inch 2U Patch Panel for 48 x RJ45 45

connection module , zig-zag/ straight/angular

IO placement for better alien cross talk The

information Outlet should establishing of

transmission channels of class E with up to 4

plugged connections, complies with Category 6

requirements of the standards ISO/IEC 11801

ed. 2.2, June 2011, EN 50173-1, May 2011 (DIN

EN 50173-1) as well as TIA 568-C, , Metallic /

high strength or equivalent & 1U height

UL /ETL listed & verified

No. 10(28)/2015-NICSI

Page 50 of 151

S.No Product Description Specifications Make / Model

Part Code

4.4 Information outlets (STP CAT 6)

Surface mount box with RJ 45 connection module & gang box , The information Outlet should establishing of transmission channels of class E and class EA with up to 4 plugged connections, complies with Category 6 requirements of the standards ISO/IEC 11801 ed. 2.2, June 2011, EN 50173-1, May 2011 (DIN EN 50173-1) as well as TIA 568-C, Should qualify de-embedded tested in acc. with IEC 60603-7-4 Parallel pair termination without crossover in acc. with TIA 568-A/B, gold-plated bronze contacts for >1000 mating cycles dielectric strength >1000 Veff. PoE and PoE+ compatible according to IEC 60512-99-001 Non PCB and tool less termination Information outlet Cat. 6, unshielded, with dust cover, snap-in frame (gray), cable tie and installation instructions. Shield contacting by shield lance with integral cable strain relief, shield material tin-coated bronze, ground contacting through 2 contact fingers for flat connectors 4.8 x 0.5 mm. With EMC cover, dust cover. UL/ETL listed, Single ( 1-port) Dual (2-port) Quad (4- port)

4.5 Patch Cord STP CAT 6 Should confirm or exceed the EIA/TIA 568 C.2-1

standards for CAT 6, Factory molded boots on

RJ 45 plugs at both ends, UL/ETL listed &

verified , Option for colour – Grey, Blue, Red &

Green & cross over cable.

Length – 1mrts

Length – 2mrts

Length – 3mrts

Length – 5mrts

Length – 10mrts

5. Installation & Termination

,Documentation & Site

certification for UTP

Cabling

Laying of UTP E CAT 6 A/ CAT 6 cable with

cable route survey & detailed cable route

diagram , termination of cable with labels &

marking as per approved labeling plan &

documentation

Supply & fixing of Unslotted PVC cable duct

confirming to ASTM standards D638,D792, &

flammability UL 94V-0 in size 15 X 15 mm , 25 x

25 mm ,45 X 25 mm & 45 X 45 mm

Supply & fixing of ISI marked PVC Conduit of

material thickness not less than 1.5 mm ,

Medium Mechanical Strength (MMS) &

flammability UL 94V-0 , OD size of 20 mm ,32

No. 10(28)/2015-NICSI

Page 51 of 151

S.No Product Description Specifications Make / Model

Part Code

mm & 40 mm

Supply & fixing of Metal MS cable tray/ raceway

with covers for mounting on ceiling / floor /wall

, with all connecting fittings & sections for

hanging ,T, cross , L , vertical up /down routing/

branching of cables etc , Size as follows with

required fitting kit & accessories for above

50 mm Height x 100 mm Width 50 mm Height x 200 mm Width 100 mm Height x 300 mm Width Supply & fixing of high quality PVC cable tray/

raceway with covers for mounting on ceiling /

floor / wall , with all connecting fittings &

sections for hanging ,T, cross , L , vertical up

/down routing/ branching of cables etc , Size as

follows with required fitting kit & accessories for

above

50 mm Height x 150 mm Width 100 mm Height x 100 mm Width 100 mm Height x 300 mm Width

Installation & termination of UTP cables on

Patch Panel with wire Manager & on

Information outlet

Performance testing of the laid UTP cable

(Pentascanner report) for Channel Link as per

EIA/TIA TSB-67 standard or higher in particular

wire map ( Short , open, transpose ,reverse ,split

) , NEXT , PSNEXT, FEXT , PSFEXT, ACR,

PSACR, Return Loss , length , propagation delay,

delay skew , Site certification for performance

warranty of 20 years through OEM .

Removal of old UTP / Fiber / Coaxial /RS232 /

telephone cables where ever required.

8.6.2 Table 2: Racks

S.No Product Description

Specifications Make / Model

Part Code

6. Racks

No. 10(28)/2015-NICSI

Page 52 of 151

S.No Product Description

Specifications Make / Model

Part Code

6.1 19 “ Rack , Wall mount 530 mm depth, 9 U height, Front glass door ( lockable, toughened 4mm),

Should confirm To DIN 41494 & IEC 297

standard , Load bearing capacity of 50 Kgs ,

Have following accessories:

19 “ mountable ,1U , Universal power socket

design to fit both round & flat socket with built

in surge protection & over load circuit breaker

, 5 AMP AC power distribution channel made

of high flame retardant & insulating material ,

CE approved with 6 nos sockets ( 1 nos) , with

wall mounting hardware , Copper earthing kit

( 19” copper bar) & equipment mounting

screws/hardware packets (2 nos), Fan tray

with two fans (low noise, good quality, ball

bearing type ,90 CFM). Surface Finish: EC Dip

Coat Primed and Powder Coated to 80-

100micrones with RAL 7035 Light Grey

6.2 19 “ Rack , Wall Mount , 530 mm depth, 12 U height, Front glass door ( lockable, toughened 4mm),

Should confirm DIN 41494 & IEC 297

standard , Load bearing capacity of 50 Kgs ,

Have following accessories:

19 “ mountable ,1U , Universal power socket

design to fit both round & flat socket with built

in surge protection & over load circuit breaker

, 5 AMP AC power distribution channel made

of high flame retardant & insulating material ,

CE approved with 6 nos sockets ( 1 nos),

Copper earthing kit(19” copper Bar) &

equipment mounting screws/hardware

packets (2 nos) , Fan tray with two fans (low

noise, good quality, ball bearing type ,90

CFM). Surface Finish: EC Dip Coat Primed

and Powder Coated to 80-100micrones with

RAL 7035 Light Grey

6.3 19 “ Rack , Floor standing 800 mm depth 24 U height, Front & back door ( lockable), Front glass door(toughened 4mm),

Should confirm DIN 41494 & IEC 297

standard , Load bearing capacity of 500 Kgs ,

Quick release locking sides , front & rear door ,

Have following accessories:

19 “ mountable ,2U , Universal power socket

design to fit both round & flat socket with built

in surge protection & over load circuit breaker

, 15 & 5 AMP AC power distribution channel

made of high flame retardant & insulating

No. 10(28)/2015-NICSI

Page 53 of 151

S.No Product Description

Specifications Make / Model

Part Code

material , CE approved with 5 nos sockets

with individual on/off switch & light indication

( 2 nos) ,Support angles 2 pairs ,475 mm depth

Equipment shelves 475 mm depth – 2 nos

Castors with brakes

Fan tray with four fans ((low noise, good

quality, ball bearing type ,90 CFM)

Copper Earthing Kit ( 19” copper Bar)

Mounting Hardware packets – 5 nos

Surface Finish: EC Dip Coat Primed and

Powder Coated to 80-100micrones with RAL

7035 Light Grey

6.4 19 “ Rack , Floor standing 1000 mm depth 32 U height, Front & back door ( lockable), Front glass door (toughened 4mm),

Should confirm DIN 41494 & IEC 297

standard , Load bearing capacity of 500 Kgs ,

Quick release locking sides , front & rear door ,

Have following accessories:

19 “ mountable ,2U , Universal power socket

design to fit both round & flat socket with built

in surge protection & over load circuit breaker

, 15 & 5 AMP AC power distribution channel

made of high flame retardant & insulating

material , CE approved with 5 nos sockets

with individual on/off switch & light indication

( 4 nos) , ,Support angles 2 pairs ,800 mm

depth

Equipment shelves 800 mm depth – 2 nos Castors with brakes Fan tray with four fans ((low noise, good quality, ball bearing type ,90 CFM) Earthing Kit ( 19” copper Bar) Mounting Hardware packets – 5 nos

6.5 19 “ Rack , Floor standing 1000 mm depth 42 U height, Front & back door ( lockable), Front glass door (toughened 4mm),

Should confirm DIN 41494 & IEC 297

standard , Load bearing capacity of 500 Kgs ,

Quick release locking sides , front & rear door ,

Have following accessories:

19 “ mountable ,2U , Universal power socket

design to fit both round & flat socket with built

in surge protection & over load circuit breaker

No. 10(28)/2015-NICSI

Page 54 of 151

S.No Product Description

Specifications Make / Model

Part Code

, 15 & 5 AMP AC power distribution channel

made of high flame retardant & insulating

material , CE approved with 5 nos sockets

with individual on/off switch & light indication

( 4 nos) ,Support angles 2 pairs ,800 mm

depth

Equipment shelves 800 mm depth – 2 nos

Castors with brakes

Fan tray with four fans ((low noise, good

quality, ball bearing type ,90 CFM )

Earthing Kit ( 19” copper bar)

Mounting Hardware packets – 5 nos

8.6.3 Table 3: Fibre Components

S.No Product Description

Specifications Make / Model

Part Code

Fiber Components

7. Fiber Cable

7.1 Fiber Optic indoor Distribution cable LSZH , tight buffered, Multi mode (MM), support 10 G Ethernet up to 300 m,OM-3

Multimode optical fiber cable , 50/125

micron graded index, ,required for indoor

applications, Fiber should be LSZH , Aramid

yarn for strength, with FRP strength

member , support 10 G Ethernet up to 300

m ,should confirm or exceed the ISO/IEC

11801:2002; IEC 60794-1-2 E1; IEC 60794-

1-2 E11; IEC 60794-1-2 E3; IEC 60794-1-2

F1; IEC60794-1and ITU Recommendation

G.651standards for Fiber and cable

performance specifications.

6 fibers 12 fibers 24 fiber 48 fiber

No. 10(28)/2015-NICSI

Page 55 of 151

S.No Product Description

Specifications Make / Model

Part Code

7.2 Fiber Optic Indoor

/ outdoor loose

tube cable

,Unarmoured,

Multi mode (MM),

support 10 G

Ethernet up to 550

m,OM-4

Multimode optical fiber cable , 50/125

micron graded index, , required for indoor

/outdoor applications, loose tube jelly field,

Water blocked buffer tube , strengthening

members , outer sheath resistant to UV,

moisture , sunlight , suitable for harsh

environment, support 10 G Ethernet up to

550 m ,should confirm or exceed the

ISO/IEC 11801:2002; IEC 60794-1-2 E1; IEC

60794-1-2 E11; IEC 60794-1-2 E3; IEC

60794-1-2 F1; IEC60794-1and ITU

Recommendation G.651standards standards

for Fiber and cable performance

specifications., Required in following

configuration

6 fibers

12 fibers

24 fiber

48 fiber

7.3 Fiber Optic

outdoor armoured

cable (OM

4),multi loose

tube,

Multi mode (MM)

Multimode optical fiber cable , 850nm laser

optimized 50/125 micron graded index,

support IEEE 802.3ae 10 gigabit Ethernet

standard 550m distance , support 10 Gb/s

laser based application as well as LED based

application ,anti rodent , required for

outdoor applications for direct burial, fiber

should be protected inside jelly filled loose

tubes , The outer sheath is made of a 0.155

mm corrugated steel armor , with FRP

strength member, water proof tape, double

layer of HDPE jacket , support 10 G Ethernet

up to 550 m ,should confirm or exceed the

ISO/IEC 11801:2002; IEC 60794-1-2 E1; IEC

60794-1-2 E11; IEC 60794-1-2 E3; IEC

60794-1-2 F1; IEC60794-1and ITU

Recommendation G.651 standards for Fiber

and cable performance specifications.

Required in following configuration

6 fibers

12 fibers

24 fiber

48 fiber

No. 10(28)/2015-NICSI

Page 56 of 151

S.No Product Description

Specifications Make / Model

Part Code

7.4 Fiber Optic

outdoor armoured

cable , loose tube

Single mode (SM) 10 G Ethernet up to 550 m

Single mode optical fiber cable , 9.2/125

micron graded index, anti rodent , required

for outdoor applications for direct burial,

fiber should be protected inside jelly filled

loose tubes , armoring with acrylic coated

good quality steel tape , with FRP strength

member, water proof tape, double layer of

HDPE jacket , should confirm or exceed the

support 10 G Ethernet up to 550 m ,should

confirm or exceed the ISO/IEC 11801:2002;

IEC 60794-1-2 E1; IEC 60794-1-2 E11; IEC

60794-1-2 E3; IEC 60794-1-2 F1; IEC60794-

1and ITU Recommendation G.652.D

standard standards for Fiber and cable

performance specifications. Required in

following configuration

6 fibers

12 fibers

24 fiber

48 fiber

7.5 Optical Fiber

adapters SC type

SC-Duplex adapter in acc. with IEC 61754-4. Body plus flange and two hexagonal nuts M2 plus integral quick-mounting clip. Zirconia (ceramic) alignment sleeve, plastic housing (singlemode) / UL 94 V-0, plastic dust cover. Adapter qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Mechanical specifications: Mating cycles: min. 500 required for terminating 50/125 micron MM fiber 9.2/125 micron SM fiber

7.6 Optical Fiber

adapters LC type

LC-Duplex adapter in acc. with IEC 61754-20. Adapter body plus flange and integral quick-mounting clip and M2 thread, color , Metallic high strength , material X10CrNi18-8. Housing material PBT / UL 94 V-0, zirconia (ceramic) alignment sleeve, integral self-closing metal laser protection flaps, plastic dust covers, allowing optical testing with test lasers without removing the covers. The adapter qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Mechanical specifications: Mating cycles: min. 500 Option: physical lock protection required for terminating 50/125 micron MM fiber 9.2/125 micron SM fiber

No. 10(28)/2015-NICSI

Page 57 of 151

S.No Product Description

Specifications Make / Model

Part Code

7.7 Optical Fiber pigtails SC type, 1 meter length

Pigtail with semi-tight buffer PA/PBT, Ø 0.9 mm, yellow, multimode G651 50/125(OM3/OM4) or single mode G652.D 9/125 µm (OS1, OS2), length 1 m. Fitted with one LC connector in acc. with IEC 61754-20. Zirconia (ceramic) ferrule with a PC polished end face geometry, connectors tuned in accordance with IEC 61755-3-1 and qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). material PEI / UL 94 V-0, strain relief and white plastic dust cover Mechanical specifications: Mating cycles: delta IL < 0.2 dB after 500 mating cycles Pull-out force fiber pigtail: ≥ 5 N required for terminating 50/125 micron MM fiber 9.2/125 micron SM fiber

7.8 Optical Fiber pigtails LC type , 1 meter

Pigtail with semi-tight buffer PA/PBT, Ø 0.9 mm, turquoise, Singlemode G652.D 9/125 µm (OS1, OS2) or multimode G50 50/125 µm (OM3/OM4), length 1 m. Fitted with one LC connector in acc. with IEC 61754-20. Zirconia (ceramic) ferrule with a PC polished endface geometry, connector qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). material PEI / UL 94 V-0, black strain relief and plastic dust cover. required for terminating 50/125 micron MM fiber 9.2/125 micron SM fiber

7.9 Optical Fiber Patch Cord , MM , SC-SC,OM-3

Duplex , 50/125 micron MM fiber , SC connector at both end , length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length - 20 m Length – 30 m

7.10 Optical Fiber Patch Cord , MM , LC-LC,OM-3

Connector color: beige. Lever color: aqua Fiber: OM3 E50/125 G.651 (OM3). Cable: F8 2.0x4.1 mm, aqua. LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length - 20 m Length – 30 m

7.11 Optical Fiber Patch Cord , MM , SC – LC,OM-3

Patch cord with LSZH jacket, F8 2.0x4.1 mm, turquoise (aqua), multimode G50 50/125 µm (OM3), bend-optimized

No. 10(28)/2015-NICSI

Page 58 of 151

S.No Product Description

Specifications Make / Model

Part Code

Mounted on one side with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Beige connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Length – 5 m Length – 10 m Length -20 m Length – 30 m

7.12 Optical Fiber

Patch Cord , SM ,

SC-SC,

Patch cord with LSZH jacket, F8 2.7x5.5 mm, yellow, singlemode G652.D 9/125 µm (OS1, OS2). Mounted on both sides with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors tuned in accordance with IEC 61755-3-1 and qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Blue connector housing (singlemode), material PBT / UL 94 V-0, black duplex clip, 1 x blue and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Optical specifications (random mated): Performance: Insertion loss (IL) Grade C for 97% of the tested specimen: ≤ 0.50 dB / typical ≤ 0.25 dB Return loss (RL) Grade 2: ≥ 45 dB (typical ≥ 55 dB) Length – 3 m Length – 10 m Length --20 m Length – 30 m

7.13 Optical Fiber Patch Cord , SM , LC-LC,

Both sides fitted with one LC-Duplex PC connector. Connector color: blue. Lever color: blue. Fiber: SM E9/125 G.652.D (OS2). Cable: F8 2.0x4.1 mm, yellow. LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length -20 m Length – 30 m

7.14 Optical Fiber Patch Cord , SM , SC-LC,

Both sides fitted with one LC-Duplex PC connector. Connector color: blue. Lever color: blue. Fiber: SM E9/125 G.652.D (OS2).

No. 10(28)/2015-NICSI

Page 59 of 151

S.No Product Description

Specifications Make / Model

Part Code

Cable: F8 2.0x4.1 mm, yellow. LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length -20 m Length – 30 m

7.15 Optical Fiber Patch Cord , MM , SC- SC, OM-4

Patch cord with LSZH jacket, F8 2.7x5.5 mm, turquoise (aqua), multimode G50 50/125 µm (OM4), bend-optimized. Mounted on both sides with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Beige connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Optical specifications (random mated): Performance: Insertion loss (IL) Grade Bm for 100% of the tested specimen: ≤ 0.50 dB / typical ≤ 0.15 dB Return loss (RL) Grade 3: ≥ 35 dB length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length -20 m Length – 30 m

7.16 Optical Fiber Patch Cord , MM , SC- LC, OM-4

Patch cord with LSZH jacket, F8 2.0x4.1 mm, turquoise (aqua), multimode G50 50/125 µm (OM3), bend-optimized. Mounted on one side with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Beige connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Optical specifications (random mated): Performance: Insertion loss (IL) Grade Bm for 100% of the tested specimen: ≤ 0.50 dB / typical ≤ 0.15 dB Return loss (RL) Grade 3: ≥ 35 dB length as below with factory mount ceramic connector at both end

No. 10(28)/2015-NICSI

Page 60 of 151

S.No Product Description

Specifications Make / Model

Part Code

Length – 3 m Length – 10 m Length 20 m Length – 30 m

7.17 Optical Fiber Patch Cord , MM , LC- LC, OM-4

Patch cord with LSZH jacket, F8 2.0x4.1 mm, turquoise (aqua), multimode G50 50/125 µm (OM3), bend-optimized. Mounted on one side with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Beige connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Optical specifications (random mated): Performance: Insertion loss (IL) Grade Bm for 100% of the tested specimen: ≤ 0.50 dB / typical ≤ 0.15 dB Return loss (RL) Grade 3: ≥ 35 dB length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length 20 m Length – 30 m

7.18 LIU , 6/12/ 24/48 fiber , Wall mount enclosure, lockable

Loaded with SC / LC couplers for 6/12/ 24/48 fibers 50/125 micron MM or 6/12/ 24/48 fibers 9.2/125 micron SM, Wall mountable metallic distribution enclosure with lock , should have inbuilt / pre-installed splice tray with all clamps ,

Material: housing, plastic: ASA, UV stabilized

7.19 LIU , 6/12/ 24/48

fiber , 1 U Drawer

style19” Rack

mount enclosure

Loaded with SC / LC couplers & adaptor plates for 6/12/ 24/48 fibers 50/125 micron MM or 6/12/ 24/48 fibers 9.2/125 micron SM, 19” rack mountable metallic distribution enclosure slide & tilt drawer type 1 U/2U , should have inbuilt / pre-installed splice tray with all clamps , harnessing rings , ties etc,

Material: box, powder-coated sheet steel / front panel

7.20 Others

7.21 Installation & Termination of

Fibre optic Joint Enclosure ( Indoor wall

No. 10(28)/2015-NICSI

Page 61 of 151

S.No Product Description

Specifications Make / Model

Part Code

Fiber Joint Enclosure

mount )

Supply & fixing of fiber optic joint enclosure

( reusable) with IP 68 rating . The joint box

should be made of ageing resistant plastic,

corrosion- resistant sheet metal & have a

service life of 20 yr. It should be compact ,

dust free, good sealing performance, capable

of housing 6 , 12, 24 and 48 fiber splice tray

,able to manage necessary OFC bend radius

,fitted with necessary plastic loops, sealing

rings & 4 holes ( for in coming & out going

OFC cables), fitted with SC & LC pigtel

(SM/MM as per requirement of site) & with

all necessary accessories required for above

work.

Working temp: -30 Degree C to + Degree

60 C

Fibre optic joint Enclosure ( out door

, direct burial type )

Supply & fixing of fiber optic joint enclosure

( reusable) with IP 68 rating . The joint box

should be made of ageing resistant plastic,

corrosion- resistant sheet metal & have a

service life of min. 20 yr. It should be

compact , dust free, good sealing

performance, capable of housing 6 & 12 fiber

splice tray ,able to manage necessary fiber

bend radius ,fitted with necessary plastic

loops, sealing rings & 4 holes ( for in

coming & out going OFC cables),fitted with

SC / LC pigtel (SM/MM to be supplied as

per requirement of site)

Working temp: -30 Degree C to + Degree

60 C

7.22 Installation & Termination ,Documentation & Site certification for Indoor & Outdoor Fiber Cabling

Fiber Optic Cable laying with route survey &

documentation with following

- In building laying of fiber in PVC ducts on

wall

Outdoor FO laying with

- Excavation and resurfacing of the soil

(depth 1 m)

- Excavation and resurfacing of the concrete

( depth 1 m)

- Supply and installation/ fixing of 1”

diameter GI pipe under ground and on

surface

- Supply and installation of 1.5” diameter GI

No. 10(28)/2015-NICSI

Page 62 of 151

S.No Product Description

Specifications Make / Model

Part Code

pipe

- Supply and installation of 2” diameter

HDPE PVC jacket for under ground laying

- Supply and installation of 4” diameter

HDPE pipe for under ground laying

- SC connector termination on Fiber Optic

cable

- Supply and installation of buffer tubing kit

- cable pulling pit made of reinforced

concrete and brick walls with removable

covers

- trenchless digging ( manual / with

machine) for

excavation under public road crossing or

Wherever required with in the campus /site

requirement

- Fiber optics cable route marker

- Performance testing of laid Fibre Optic cable by OTDR for continuity , length & db loss as per EIA/TIA-455-60 document for FO test procedures & Documentation of the results

No. 10(28)/2015-NICSI

Page 63 of 151

8.7 Annexure 7: Technical Specifications for Category 1 B

8.7.1Table 1: Active Components

S.No Product Description

Specifications Make / Model

Part Code

8. Active Components

8.1 Switch

No. 10(28)/2015-NICSI

Page 64 of 151

S.No Product Description

Specifications Make / Model

Part Code

8.2 Layer 2 Basic switch 8 port

General Requirements Switch should have minimum 8 10/100 /1000 Base-T ports with additional 2 Nos. of SFP Based ports or 2 x 1G copper Switch should support IEEE Standards of Ethernet: IEEE 802.1d, 802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z, 802.3az 1000BASE-T, 1000BASE-X (mini-GBIC/SFP), 1000BASE-SX, 1000BASE-LX/LH.Switch should support Auto MDI/MDIX.All SFP based ports should be hot swappable.The switch should have IPV4 & IPv6 support from day one. Should Support for IPv6 Ready from day1 .Switch should be certified for EAL/NDPP Performance Requirement Switch should have minimum 10 Gbps switching bandwidth capacity (Gbps) per switch. Switch should have minimum 15 Mpps throughput per switch. Should have support for static routes." "It shall support Jumbo packets up to 9,216-byte frame size to improve Performance of large data transfers." "Should support IEEE 802.1Q VLAN encapsulation and up to 250 active & 4000 vlan id VLANs per switch" Switch should support Voice VLAN. "Should be able to discover the neighboring device of the same vendor Giving the details about the platform, IP Address, Link connected through etc, " Security Requirement "It shall support protected ports to isolate specified ports from all other. Ports on the switch." should support packet collection , flow classification & flow statistic measurement. It shall support port security, MAC lockdown and MAC lockout. Switch Should support VLAN Based, Port Based ACLs. Should support ipv4 & ipv6 static routing. Switch should support Port Security, DHCP Snooping, Dynamic ARP Inspection, and IP Source guard. Should have support ipv6 security like RA guard or equivalent, DHCPv6 guard, IPv6 Binding Integrity Guard or equivalent. It shall support BPDU port protection preventing forged BPDU attacks. "It shall support TACACS+ or RADIUS authentication for secure switch CLI. Logon.""It shall support management access (CLI, Web, MIB) securely encrypted Through SSHv2, SSL, and SNMPv3. Per-port storm control for preventing broadcast, multicast, and unicast storms QoS Requirement It shall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP). It shall support IEEE 802.1p traffic prioritization delivering data to devices based on the priority and type of traffic. Shall have strict priority queuing or high strict priority queue Switch should be capable to Automatically detects devices and configures QoS. Should Support for IGMP v1, v2 and v3, MLD V1, V2 & IGMP Snooping. Management Requirement It shall support SNMPv1/v2c/v3. "It shall support RMON providing advanced monitoring and reporting capabilities for statistics, history, alarms, and events." "It shall have full-featured console port providing complete control of the switch with a familiar command-line interface (CLI)." Troubleshooting Requirement Switch should support Debugging via cli via console, telnet, ssh. Switch should support Traffic mirroring (port, vlan)

No. 10(28)/2015-NICSI

Page 65 of 151

S.No Product Description

Specifications Make / Model

Part Code

8.3 Layer 2 switch 8 port with POE +

General Specifications Switch should have minimum 8 10/100 /1000 Base-T ports all ports supporting POE+ standards, with additional 2 Nos. of SFP Based ports or 2 x 1G copper . Switch should support IEEE Standards of Ethernet: IEEE 802.1d, 802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z, 802.3az, 1000BASE-T, 1000BASE-X (mini-GBIC/SFP), 1000BASE-SX, 1000BASE-LX/LH,Switch should support Auto MDI/MDIX.All SFP based ports should be hot swappable. The switch should have IPV4 & IPv6 support from day one. Should Support for IPv6 Ready from day1 Switch should be certified for EAL/NDPP Performance Requirement Switch should have minimum 10 Gbps switching bandwidth capacity (Gbps) per switch. Switch should have minimum 15 Mpps throughput per switch. Should have support for static routes." "It shall support Jumbo packets up to 9,216-byte frame size to improve Performance of large data transfers." "Should support IEEE 802.1Q VLAN encapsulation and up to 250 active & 4000 vlan id VLANs per switch" Switch should support Voice VLAN"Should be able to discover the neighboring device of the same vendor Giving the details about the platform, IP Address, Link connected through etc, thus helping in troubleshooting connectivity problems" Security Requirement "It shall support protected ports to isolate specified ports from all other Ports on the switch." should support packet collection, flow classification & flow statistic measurement. It shall support port security, MAC lockdown and MAC lockout. Switch Should support VLAN Based, Port Based ACLs. Should support ipv4 & ipv6 static routing. Switch should support Port Security, DHCP Snooping, Dynamic ARP Inspection, and IP Source guard. Should have support ipv6 security like RA guard or equivalent , DHCPv6 guard, IPv6 Binding Integrity Guard or equivalent. It shall support BPDU port protection preventing forged BPDU attacks. "It shall support TACACS+ or RADIUS authentication for secure switch CLI Logon." "It shall support management access (CLI, Web, MIB) securely encrypted through SSHv2, SSL, and SNMPv3. " Per-port storm control for preventing broadcast, multicast, and unicast storms QoS Requirement It shall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP). It shall support IEEE 802.1p traffic prioritization delivering data to devices based on the priority and type of traffic. Shall have strict priority queuing or high strict priority queue Switch should be capable to Automatically detects devices and configures QoS Should Support for IGMP v1, v2 and v3, MLD V1, V2 & IGMP Snooping Advanced monitoring and reporting. Capabilities for statistics, history, alarms, and events." "It shall have full-featured console port providing complete control of the switch with a familiar command-line interface (CLI)." Troubleshooting Requirement Switch should support Debugging via cli via console, telnet, ssh. Switch should support Traffic mirroring (port, vlan)

No. 10(28)/2015-NICSI

Page 66 of 151

S.No Product Description

Specifications Make / Model

Part Code

8.4 24 port managed L2 switch

General Specifications Switch should have minimum 24 10/100/1000 Base-T ports with additional 4 Nos. of SFP ports 1G/10G supporting uplink. Switch should support IEEE Standards of Ethernet: IEEE 802.1d, 802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z, 802.3az 1000BASE-T, 1000BASE-X (mini-GBIC/SFP), 1000BASE-SX, 1000BASE-LX/LH. Switch should support Auto MDI/MDIX. Should Support for IPv6 Ready from day1. Switch should be certified for EAL/NDPP All SFP based ports should be hot swappable. Switch should be 1 RU rack mountable in nature, stacking capability with minimum 40 Gbps for stacking throughput. Performance Requirement The switch should have IPV4 & IPV6 support from day one. Switch should have minimum 128 Gbps switching bandwidth capacity (Gbps) per switch. Switch should have minimum 95 Mpps throughput per switch. "It shall support IEEE 802.1s Multiple Spanning Tree Protocol and provide legacy support for IEEE 802.1d STP and IEEE 802.1w RSTP and static routes." "It shall support Jumbo packets up to 9,216-byte frame size to improve performance of large data transfers." "Should support IEEE 802.1Q VLAN encapsulation and up to 250 active & 4000 vlan id VLANs per switch" Switch should support Voice VLAN. "Should be able to discover the neighboring device of the same vendor giving the details about the platform, IP Address, Link connected through etc, thus helping in troubleshooting connectivity problems". Should support a mechanism to detect connectivity issues with both fiber and copper cabling. Ensures that a partially failed link is shut down on both sides, to avoid L2/L3 protocol convergence issues. "It shall support protected ports to isolate specified ports from all other ports on the switch." It shall support port security, MAC lockdown and MAC lockout. Switch Should support VLAN Based, Port Based ACLs. Should support ipv4 & ipv6 static routing. Switch should support Port Security, DHCP Snooping, Dynamic ARP Inspection, and IP Source guard. Should have support ipv6 security like neighbor discovery, DHCPv6 guard/snooping "It shall support IEEE 802.1X user authentication using an IEEE 802.1Xsupplicant in conjunction with a RADIUS server." It shall support BPDU port protection preventing forged BPDU attacks. Should support packet collection , flow classification & flow statistic measurement. "It shall support TACACS+ or RADIUS authentication for secure switch CLI logon." "It shall support management access (CLI, Web, MIB) securely encrypted through SSHv2, SSL, and SNMPv3. " Per-port storm control for preventing broadcast, multicast, and unicast storms It shall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP). It shall support IEEE 802.1p traffic prioritization delivering data to devices based on the priority and type of traffic. QoS Requirement Shall have strict priority queuing or high strict priority queue. Switch should be capable to Automatically detects devices and configures QoS. Should Support for IGMP v1, v2 and v3, MLD V1, V2 & IGMP Snooping. It shall support SNMPv1/v2c/v3.

No. 10(28)/2015-NICSI

Page 67 of 151

S.No Product Description

Specifications Make / Model

Part Code

8.5 Layer 2 switch 24 port with POE+

General Requirements Switch should have minimum 24 10/100/1000 Base-T ports with additional 4 Nos. of SFP ports . Should support for POE+ Switch should support IEEE Standards of Ethernet: IEEE 802.1d, 802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z, 802.3az 1000BASE-T, 1000BASE-X (mini-GBIC/SFP), 1000BASE-SX, 1000BASE-LX/LH. Switch should support Auto MDI/MDIX. Should Support for IPv6 Ready from day1. Switch should be certified for EAL/NDPP Performance Requirement All SFP based ports should be hot swappable. Switch should be 1 RU rack mountable in nature, stacking & with minimum 40 Gbps for stacking throughput. The switch should have IPV4 & IPv6 support from day one. Switch should have minimum 128 Gbps switching bandwidth capacity (Gbps) per switch. Switch should have minimum 65 Mpps throughput per switch. "It shall support Jumbo packets up to 9,216-byte frame size to improve performance of large data transfers." "Should support IEEE 802.1Q VLAN encapsulation and up to 250 active & 4000 vlan id VLANs per switch" Switch should support Voice VLAN. "Should be able to discover the neighboring device of the same vendor giving the details about the platform, IP Address, Link connected through etc, thus helping in troubleshooting connectivity problems" Proactively runs diagnostics and health checks. Should support a mechanism to detect connectivity issues with both fiber and copper cabling. Ensures that a partially failed link is shut down on both sides, to avoid L2/L3 protocol convergence issues. "It shall support protected ports to isolate specified ports from all otherports on the switch." Security Requirement It shall support port security, MAC lockdown and MAC lockout.Switch Should support VLAN Based, Port Based ACLs.Should support ipv4 & ipv6 static routing. Switch should support Port Security, DHCP Snooping, Dynamic ARP Inspection, and IP Source guard. Should have support ipv6 security like neighbor discovery, DHCPv6 guard/ snooping, “It shall support IEEE 802.1X user authentication using an IEEE 802.1X supplicant in conjunction with a RADIUS server." It shall support BPDU port protection preventing forged BPDU attacks. Should support packet collection, flow classification & flow statistic measurement"It shall support TACACS+ or RADIUS authentication for secure switch CLI logon." "It shall support management access (CLI, Web, MIB) securely encrypted through SSHv2, SSL, and SNMPv3. " Per-port storm control for preventing broadcast, multicast, and unicast storms It shall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP) QoS Requirement Switch should be capable to Automatically detects devices and configures QoS. It shall support IEEE 802.1p traffic prioritization delivering data to devices based on the priority and type of traffic. Switch should be capable to Automatically detects devices and configures QoS. Shall have strict priority queuing or high strict priority queue. Should Support for IGMP v1, v2 and v3, MLD V1, V2 & IGMP Snooping. It shall support SNMPv1/v2c/v3.

No. 10(28)/2015-NICSI

Page 68 of 151

S.No Product Description

Specifications Make / Model

Part Code

8.6 48 port managed L2 switch

Switch should have minimum 48 10/100/1000 Base-T ports with additional 4 Nos. of SFP 1G/10G supporting uplink. Switch should support IEEE Standards of Ethernet: IEEE 802.1d, 802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z, 1000BASE-T, 1000BASE-X (mini-GBIC/SFP), 1000BASE-SX, 1000BASE-LX/LH Switch should support Auto MDI/MDIX. Should Support for IPv6 Ready from day-1. Switch should be certified for EAL/NDPP All SFP based ports should be hot swappable Switch should be 1 RU rack mountable in nature, stacking capability with minimum 80 Gbps for stacking throughput. Switch should support internal redundant power supply The switch should have IPV4 & IPv6 support from day one Switch should have minimum 176 Gbps switching bandwidth capacity (Gbps) per switch Switch should have minimum 130 Mpps throughput per switch Switch shall support IEEE 802.3ad Link Aggregation Control Protocol (LACP) with up to 8 links (ports) per trunk. Switch should support minimum 16000 MAC address per switch "It shall support Jumbo packets up to 9,216-byte frame size to improve performance of large data transfers." "Should support IEEE 802.1Q VLAN encapsulation and up to 1000 active VLANs per switch" Switch should support Voice VLAN Switch should support link aggregation for minimum 8 GE ports and minimum 24 LAG groups. "Should be able to discover the neighboring device of the same vendor giving the details about the platform, IP Address, Link connected through etc, thus helping in troubleshooting connectivity problems" Should support packet collection, flow classification & flow statistic measurement Should support a mechanism to detect connectivity issues with both fiber and copper cabling. Ensures that a partially failed link is shut down on both sides, to avoid L2/L3 protocol convergence issues "It shall support protected ports to isolate specified ports from all other ports on the switch." It shall support port security, MAC lockdown and MAC lockout. Switch Should support VLAN Based, Port Based ACLs. Switch should support Port Security, DHCP Snooping, Dynamic ARP Inspection, and IP Source guard. Should have support ipv6 security like neighbor discovery, DHCPv6 guard/snooping "It shall support IEEE 802.1X user authentication using an IEEE 802.1X supplicant in conjunction with a RADIUS server." "It shall support MAC-based authentication allowing client to be authenticated with the RADIUS server based on client’s MAC address." It shall support BPDU port protection preventing forged BPDU attacks. Should support packet collection, flow classification & flow statistic measurement

No. 10(28)/2015-NICSI

Page 69 of 151

S.No Product Description

Specifications Make / Model

Part Code

8.7 Layer 2 Basic switch 48 port with POE

Switch should have minimum 48 10/100/1000 Base-T ports with additional 4 Nos. of SFP Based ports . Should support POE & POE + . Switch should support IEEE Standards of Ethernet: IEEE 802.1d, 802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z, 1000BASE-T, 1000BASE-X (mini-GBIC/SFP), 1000BASE-SX, 1000BASE-LX/LH. Switch should support Auto MDI/MDIX. Should Support for IPv6 Ready from day1 .Switch should be certified for EAL/NDPP. All SFP based ports should be hot swappable. Switch should be 1 RU rack mountable in nature, stacking capability with minimum 80 Gbps for stacking throughput. The switch should have IPV4 & IPv6 support from day one. Performance Requirement Switch should have minimum 176 Gbps switching bandwidth capacity (Gbps) per switch. Switch should have minimum 130 Mpps throughput per switch. "It shall support Jumbo packets up to 9,216-byte frame size to improve performance of large data transfers." "Should support IEEE 802.1Q VLAN encapsulation and up to 1000 active & 4000 vlan id VLANs per switch" Switch should support Voice VLAN. "Should be able to discover the neighboring device of the same vendor. giving the details about the platform, IP Address, Link connected through etc, thus helping in troubleshooting connectivity problems" Should support packet collection , flow classification & flow statistic measurement. Should support a mechanism to detect connectivity issues with both fiber and copper cabling. Ensures that a partially failed link is shut down on both sides, to avoid L2/L3 protocol convergence issues Security Requirement "It shall support protected ports to isolate specified ports from all other ports on the switch." It shall support port security, MAC lockdown and MAC lockout. Switch Should support VLAN Based, Port Based ACLs. Switch should support Port Security, DHCP Snooping, Dynamic ARP Inspection, and IP Source guard. Should have support ipv6 security like neighbor discovery, DHCPv6 guard/ snooping. "It shall support IEEE 802.1X user authentication using an IEEE 802.1X Supplicant in conjunction with a RADIUS server." It shall support BPDU port protection preventing forged BPDU attacks. "It shall support TACACS+ or RADIUS authentication for secure switch CLI logon." "It shall support management access (CLI, Web, MIB) securely encrypted through SSHv2, SSL, and SNMPv3. " Per-port storm control for preventing broadcast, multicast, and unicast storms QoS Requirement It shall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP). It shall support IEEE 802.1p traffic prioritization delivering data to devices based on the priority and type of traffic. Shall have strict priority queuing or high strict priority queue. Switch should be capable to Automatically detects devices and configures QoS. Should Support for IGMP v1, v2 and v3, MLD V1, V2 & IGMP Snooping Management Requirement It shall support SNMPv1/v2c/v3. "It shall support RMON providing advanced monitoring and reporting capabilities for statistics, history, alarms,

No. 10(28)/2015-NICSI

Page 70 of 151

S.No Product Description

Specifications Make / Model

Part Code

8.8 Layer 3 24 Port switch + 4 SFP

Switch should have minimum 24 10/100/1000 Base-T ports with additional 4 Nos. of SFP Based ports and additional 2 dedicated stacking ports with all accessories for stacking purpose. Switch should support IEEE Standards of Ethernet: IEEE 802.1d, 802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z, 802.3az 1000BASE-T, 1000BASE-X (mini-GBIC/SFP), 1000BASE-SX, 1000BASE-LX/LH Switch should support Auto MDI/MDIX Should Support for IPv6 Ready from day1. Switch should be certified for EAL/NDPP. All SFP based ports should be hot swappable . Switch should be 1 RU rack mountable in nature, stackable with 80Gbps of throughput with minimum of 8 switches in a stack with single IP management Should have internal redundant power supply. The switch should have IPV4 & IPv6 support from day one Switch should have minimum 128 Gbps switching bandwidth capacity (Gbps) per switch. Switch should have minimum 90 Mpps throughput per switch. Switch shall support IEEE 802.3ad Link Aggregation Control Protocol (LACP) with up to 8 links (ports) per trunk. Switch should support minimum 20000 MAC address per switch "It shall support Jumbo packets up to 9,216-byte frame size to improve Performance of large data transfers." "Should support IEEE 802.1Q VLAN encapsulation and up to 1000 active VLANs per switch" Switch should support Voice VLAN. Switch should support link aggregation for minimum 8 GE ports and minimum 12 LAG groups. "Should be able to discover the neighboring device of the same vendor giving the details about the platform, IP Address, Link connected through etc, thus helping in troubleshooting connectivity problems" . Should support a mechanism to detect connectivity issues with both fiber and copper cabling. Ensures that a partially failed link is shut down on both sides, to avoid L2/L3 protocol convergence issues. Switch should support RIPv1,v2,RIPNG,OSPF/v3 ,PBR , ECMP . "It shall support protected ports to isolate specified ports from all other ports on the switch." It shall support port security, MAC lockdown and MAC lockout. Switch Should support VLAN Based, Port Based ACLs. Switch should support Port Security, DHCP Snooping, Dynamic ARP Inspection, and IP Source guard. Should have support ipv6 security like neigbour discovery, DHCPv6 guard/ snooping. "It shall support IEEE 802.1X user authentication using an IEEE 802.1X. supplicant in conjunction with a RADIUS server." "It shall support MAC-based authentication allowing client to be authenticated with the RADIUS server based on client’s MAC address." It shall support BPDU port protection preventing forged BPDU attacks. "It shall support TACACS+ or RADIUS authentication for secure switch CLI. Switch should be capable to Automatically detects devices and configures QoS ." "It shall support management access (CLI, Web, MIB) securely encrypted through SSHv2, SSL, and SNMPv3. " Per-port storm control for preventing broadcast, multicast, and unicast storms QoS Requirement It shall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP) It shall support IEEE 802.1p traffic

No. 10(28)/2015-NICSI

Page 71 of 151

S.No Product Description

Specifications Make / Model

Part Code

8.9 Layer 3 Chassis Switch

The Switch Should support configuration rollback. Shall have basic Routing-Static IP routing and RIP v1/v2, hardware enabled advance IP routing protocols like OSPF, OSPFv3, BGPv4, RIPng and policy based routing, Multicast routing features like PIM-SM/ PIM-DM/ PIMSSM, multicast feature, multicast multipath or ECMP and IGMP v1, v2, v3 The chassis should have Redundant power supply and supervisor/CP modules The switch should have atleast 3TB of throughput and 2.2 bpps of performance. Switch should support 120K unicast routes & 24K Multicast routes for both IPv4 & IPv6 Switch should support 500K MAC address and 4000 VLAN. Have VRF-Lite for L3 virtualization with minimum 64 or above VRF-Lite instances from day one Shall have Filters/Access-List on all ports and management access filter (Access Policies) Shall have 802.1x user authentication and accounting, Port Mirroring based on port basis / VLAN basis to support intrusion prevention system deployment in different VLANs. Should support DHCP snooping to allow administrators to ensure consistent mapping of IP to MAC addresses Should prevents IP spoofing by forwarding only packets that have a source address consistent with the DHCP Snooping table Should be able to shut down Spanning Tree Protocol Port enabled interfaces when BPDUs are received to avoid accidental topology oops Switch Should support VLAN Based, Port Based ACLs. Shall have TACACS+/RADIUS enabled. Shall have strict priority queuing or high strict priority queue Shall have SSHv1 , SSHv2, SNMPv1, SNMPv2, SNMPv3 and NTP support EAL 2 certified /NDPP certified Switch should support Data Confidentially & Integrity standard (802.1AE) Shall have sophisticated QoS and Traffic Management, Per-port QoS configuration, IEEE 802.1p QoS policies, Diff Serv QoS on all ports Shall have priority queuing Shall have IP differentiated service code point (DSCP) and IP precedence Shall have classification and marking based on full Layer 3, 4 headers It shall support RMON providing advanced monitoring and reporting capabilities for statistics, history, alarms, and events. Interface Support: The switch should support 1Gig, 10 Gig, 40 Gig and 100 Gig interfaces The switch should have modules to support 24 Port 10/100/1000 TX 24 Port SFP Ports 24 port SFP+ 10 Gig ports

No. 10(28)/2015-NICSI

Page 72 of 151

S.No Product Description

Specifications Make / Model

Part Code

8.10 Layer 3 Advanced standalone switch

Architecture The Switch should have atleast 48 10/100/1000 Line Rate for 64byte Packets with 4 x 10G Uplinks The Switch should support 4 x 10G or 4 x 1G or 2 x 10G with 2 x 1G Uplink Modules. The Switch should also support DC power supply. The Switch should be Stackable from Day 1 The Switch Architecture should be able to Stack atleast 4 Switches together. The Switch stack should be based on Distributed forwarding Architecture, where in each stack member forwards its own information on network. The Switch Stack Architecture should have centralized control and Management plane with Active Switch and all the information should be Synchronized with Standby Switch. The Switch should support Stateful Switchover (SSO) when switching over from Active to Standby switch in a Stack. The Switch Stack Architecture should be Plug & Play for attaching or removing any switch from the stack without any downtime. The Switch Stack Architecture should allow the end user to stack 24 Port Switch with 48 Port of the same model. The Swich should be based on a Modular OS Architecture. The Switch should have RJ45 & USB Console Ports for Management The Switch should have USB 2.0 for OS Management (uploading, downloading & booting of OS and Configuration) The Switch should have Multicore CPU Architecture. The Switch should have atleast 2GB of Flash for storing OS and other Logs. The Switch should have atleast 2GB of DRAM. The Switch should have atleast 1 10/100/1000 dedicated Ethernet Management Port The Switch should have redundant fans and incase of failure of any one of those the other fans should automatically speed up. Fans should be field replaceable. The Switch should have power savings mechanism wherein it should reduce the power consumption on ports not being used. The switch should be Rack Mountable and should not take space more than 1RU. Switch Performance The Switch should have atleast 200G nonblocking switching bandwidth. The switch should have atleast 148 Mpps of forwarding rate. The Switch should have atleast 240Gbps Stack Bandwidth. The Switch should support atleast 32000 MAC Addresses The Switch should support atleast 24000 IPv4 routes The Switch should support atleast 4000 VLAN ID's The Switch support support 9000 bytes of Jumbo Frames Layer 3 Features The switch should support routing protocols such OSPF, BGPv4, IS-ISv4. The Switch should support IPv6 Routing capable protocols such as OSPFv3 in hardware. The Switch should support Policy Based Routing (PBR) The Switch should support IP Multicast and PIM, PIM Sparse Mode/PIM Dense Mode/ PIM Sparse-dense Mode & Source-Specific Multicast for Wired and Wireless Clients. The switch should support basic IP Unicast routing protocols (static, RIPv1 & RIPv2) should be supported. The switch should support IPv6 & IPv4 Policy Based Routing (PBR) Layer 2 Features The Switch should be able to discover (on both IPv4 & IPv6 Network) the neighboring device giving the details about the platform, IP Address, Link connected through etc, thus helping in troubleshooting connectivity problems.. The switch should support Detection of Unidirectional Links (in case of fiber cut) and to disable them to avoid problems such as spanning-tree loops. The switch should support centralized VLAN Management, VLANs created on the core switch should be propogated automatically.

No. 10(28)/2015-NICSI

Page 73 of 151

S.No Product Description

Specifications Make / Model

Part Code

8.11 UTP to fiber Transceivers

8.12 UTP to fiber transceiver 1 Gbps with ST

1. Up to 1.25Gb/s bi-directional data links 2. “Smart” Digital Diagnostics Functions 3. Extended Operating Temperature Range (0°C to +50°C) 4. Extended Power Supply Voltage (Operate at 3.3V and 5V) 5. Hot-Pluggable 6. Fully metallic enclosure for low EMI 7. Low power dissipation

8.13 UTP to fiber transceiver 1 Gbps with SC/LC

1. Up to 1.25Gb/s bi-directional data links 2. “Smart” Digital Diagnostics Functions 3. Extended Operating Temperature Range (0°C to +50°C) 4. Extended Power Supply Voltage (Operate at 3.3V and 5V) 5. Hot-Pluggable 6. Fully metallic enclosure for low EMI 7. Low power dissipation

8.14 Mini GBIC Transceivers

8.15 1000 Base SX- transceivers with LC connector mm

1. Hot-Pluggable 2. Low power dissipation

8.16 1000 Base LX-transceivers with LC connector sm

1. Hot-Pluggable 2. Low power dissipation

8.17 1000 Base TX -transceivers for copper

1. Hot-Pluggable 2. Low power dissipation

8.18 10 Gig SR transceiver LC connector MM

8.19 10 Gig LR transceiver LC connector SM

8.20 10 Gig ZR transceiver LC connector SM

8.21 40 Gig SR4 transceiver

8.22 40 Gig LR4 transceiver

8.23 24 port 10/100/1000 TX module for chassis switch

No. 10(28)/2015-NICSI

Page 74 of 151

S.No Product Description

Specifications Make / Model

Part Code

8.24 24 port SFP module for chassis switch

8.25 24 port 10 Gig SFP+ module for chassis switch

8.26 LAN extender

8.27 10/100/1000 ethernet LAN extenders on Copper pair

8.28 10/100/1000 ethernet LAN extenders on optical fiber (SX)

No. 10(28)/2015-NICSI

Page 75 of 151

S.No Product Description

Specifications Make / Model

Part Code

8.29 NMS The proposed/ solution must automatically discover manageable elements connected to the infrastructure and map the connectivity between them with no / minimal user input and scripting. Proposed NMS solution must be an application and thereby able to fully utilize the hardware resources (like CPU / RAM address space etc.) and create a highly scalable management platform that can provision for up to many thousands of network device management from a single optimized hardware for the core application. The bidder will have to provide the required hardware for the NMS. The NMS should support. The proposed system must support multiple types of discovery including the following: IP range discovery – including built-in support for IPv6 addresses Import data - from pre-formatted files (IPs, ranges, strings or ports) Seed router based discovery – Using route tables and SNMP MIBs Trap-Based Discovery – whenever new devices are added with capability to exclude specific devices based on IP addresses / IP Address range The proposed solution must also support a self-certification option to support device configuration load and capture thereby enabling users to “self-certify” devices not supported. The system should provide an outage summary that gives a high level health indication for each service as well as the details and root cause of any outage. Root cause analysis of infrastructure alarms must be applied to the managed Business Services in determining service outages. SLA violation alarms must be generated to notify whenever an agreement is violated or is in danger of being violated. The Solution should provide capability to monitor any device based on SNMP v1, v2c. The Solution must be capable of monitoring the availability, health, and performance of core networking devices including but not limited to CPU, memory, temperature, interface bandwidth utilization. The Solution should have the ability ping to check on availability of ports, devices and other unlimited number of systems, without putting any additional licensing cost. The Solution should have the ability to receive SNMP traps and syslog. The Solution should automatically collect and store historical data so users can view and understand network performance trends. The solution should be capable of monitoring network delay/latency and delay variation. The solution should be capable of monitoring packet loss, Packet QOS, Packet Errors on one or more ports. The solution should provide the ability to visually represent LAN/WAN links (including VPN/IPSEC) with displays of related real-time performance data including utilizations. The solution should provide capability to mask the default port speed for accurate % port utilization reporting. The solution should provide capability to add devices from word or excel file by drag and drop functionality and auto configure based on pre-defined settings. The solution must provide support of various flow analysis techniques such as NetFlow, JFlow, and SFlow and must provide the ability to seamless root cause of any network related and traffic anomalies

No. 10(28)/2015-NICSI

Page 76 of 151

S.No Product Description

Specifications Make / Model

Part Code

8.30 Installation ,Configuration, & Documentation of LAN hardware ( L3 switches & L2 switches as built )

Mounting of active component in rack & proper placement with the installed structured cabling system . Configuration :IP addressing , VLAN ,MPLS , ACLs & polices deployment Documentation of installed active component with above configuration ( as built) .

8.8 Annexure 8: Technical Specifications for Category 2

8.8.1Table 1: Fiber and GPON Components

Fiber Components

Specifications Make/Model Part Code

9. Fiber Cable

9.1 Fiber Optic indoor Distribution cable , LSZH, Multi mode (MM), support 10 G Ethernet up to 300 m,OM-3

Multimode optical fiber cable , 50/125

micron graded index, ,required for indoor

applications, Fiber should be LSZH , Aramid

yarn for strength, with FRP strength member

, support 10 G Ethernet up to 300 m ,should

confirm or exceed the ISO/IEC 11801:2002;

IEC 60794-1-2 E1; IEC 60794-1-2 E11; IEC

60794-1-2 E3; IEC 60794-1-2 F1; IEC60794-

1and ITU Recommendation G.651standards

for Fiber and cable performance

specifications.

6 Fiber

12 Fiber

24 Fiber

48 Fiber

96 Fiber

144 Fiber

No. 10(28)/2015-NICSI

Page 77 of 151

9.2 Fiber Optic

Indoor / outdoor

loose tube cable

,Unarmoured,

Multi mode

(MM), support

10 G Ethernet up

to 550 m, OM-4

Multimode optical fiber cable , 50/125

micron graded index, , required for indoor

/outdoor applications, loose tube jelly field,

Water blocked buffer tube , strengthening

members , outer sheath resistant to

UV,moisture , sunlight , suitable for harsh

environment, support 10 G Ethernet up to

550 m ,should confirm or exceed the

ISO/IEC 11801:2002; IEC 60794-1-2 E1; IEC

60794-1-2 E11; IEC 60794-1-2 E3; IEC

60794-1-2 F1; IEC60794-1and ITU

Recommendation G.651standards standards

for Fiber and cable performance

specifications., Required in following

configuration

6 Fiber

12 Fiber

24 Fiber

48 Fiber

96 Fiber

144 Fiber

9.3 Fiber Optic

outdoor

armoured cable

(OM 4), loose

tube,

Multi mode (MM) ,

Multimode optical fiber cable , 850nm laser

optimized 50/125 micron graded index,

support IEEE 802.3ae 10 gigabit Ethernet

standard 550m distance , support 10 Gb/s

laser based application as well as LED based

application ,anti rodent , required for

outdoor applications for direct burial, fiber

should be protected inside jelly filled loose

tubes , The outer sheath is made of a 0.155

mm corrugated steel armor , with FRP

strength member, water proof tape, double

layer of HDPE jacket , support 10 G Ethernet

up to 550 m ,should confirm or exceed the

ISO/IEC 11801:2002; IEC 60794-1-2 E1; IEC

60794-1-2 E11; IEC 60794-1-2 E3; IEC

60794-1-2 F1; IEC60794-1and ITU

Recommendation G.651 standards for Fiber

and cable performance specifications.

Required in following configuration

6 Fiber

12 Fiber

24 Fiber

48 Fiber

96 Fiber

144 Fiber

No. 10(28)/2015-NICSI

Page 78 of 151

9.4 Fiber Optic

outdoor

armoured cable ,

loose tube

Single mode (SM)

Single mode optical fiber cable , 9.2/125

micron graded index, anti rodent , required

for outdoor applications for direct burial,

fiber should be protected inside jelly filled

loose tubes , armoring with acrylic coated

good quality steel tape , with FRP strength

member, water proof tape, double layer of

HDPE jacket , should confirm or exceed the

support 10 G Ethernet up to 550 m ,should

confirm or exceed the ISO/IEC 11801:2002;

IEC 60794-1-2 E1; IEC 60794-1-2 E11; IEC

60794-1-2 E3; IEC 60794-1-2 F1; IEC60794-

1and ITU Recommendation G.652.D

standard standards for Fiber and cable

performance specifications. Required in

following configuration

6 Fiber

12 Fiber

24 Fiber

48 Fiber

96 Fiber

144 Fiber

9.5 Optical Fiber

adapters

SC type

SC-Duplex adapter in acc. with IEC 61754-4.

Body plus flange and two hexagonal nuts M2

plus integral quick-mounting clip. Zirconia

(ceramic) alignment sleeve, plastic housing

(singlemode) / UL 94 V-0, plastic dust cover.

Adapter qualified in acc. with IEC 61753-1 for

category U (uncontrolled environment).

Mechanical specifications:

Mating cycles: min. 500 required for terminating

50/125 micron MM fiber

9.2/125 micron SM fiber

No. 10(28)/2015-NICSI

Page 79 of 151

9.6 Optical Fiber

adapters

LC type

LC-Duplex adapter in acc. with IEC 61754-

20. Adapter body plus flange and integral

quick-mounting clip and M2 thread, color

metallic, material X10CrNi18-8. Housing

material PBT / UL 94 V-0, zirconia (ceramic)

alignment sleeve, integral self-closing metal

laser protection flaps, plastic dust covers,

allowing optical testing with test lasers

without removing the covers. The adapter

qualified in acc. with IEC 61753-1 for

category U (uncontrolled environment).

Mechanical specifications:

Mating cycles: min. 500 Option: physical lock protection required for terminating

50/125 micron MM fiber

9.2/125 micron SM fiber

9.7 Optical Fiber pigtails SC type, 1 meter length

Pigtail with semi-tight buffer PA/PBT, Ø 0.9

mm, yellow, multimode G651

50/125(OM3/OM4) or singlemode G652.D

9/125 µm (OS1, OS2), length 1 m. Fitted with

one LC connector in acc. with IEC 61754-20.

Zirconia (ceramic) ferrule with a PC polished

endface geometry, connectors tuned in

accordance with IEC 61755-3-1 and qualified

in acc. with IEC 61753-1 for category U

(uncontrolled environment). material PEI /

UL 94 V-0, strain relief and plastic

dust cover

Mechanical specifications:

Mating cycles: delta IL < 0.2 dB after 500 mating cycles Pull-out force fiber pigtail: ≥ 5 N

required for terminating

50/125 micron MM fiber

9.2/125 micron SM fiber

No. 10(28)/2015-NICSI

Page 80 of 151

9.8 Optical Fiber pigtails LC type , 1 meter

Pigtail with semi-tight buffer PA/PBT, Ø 0.9

mm, turquoise, Singlemode G652.D 9/125

µm (OS1, OS2) or multimode G50 50/125 µm

(OM3/OM4), length 1 m. Fitted with one LC

connector in acc. with IEC 61754-20.

Zirconia (ceramic) ferrule with a PC polished

endface geometry, connector qualified in acc.

with IEC 61753-1 for category U

(uncontrolled environment). material PEI /

UL 94 V-0, black strain relief and plastic

dust cover.

required for terminating

50/125 micron MM fiber

9.2/125 micron SM fiber

9.9 Optical Fiber Patch Cord , MM , SC-SC,OM-3

Duplex , 50/125 micron MM fiber , SC connector at both end , length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length - 20 m Length – 30 m

9.10 Optical Fiber Patch Cord , MM , LC-LC,OM-3

Connector color: beige. Lever color: aqua Fiber: OM3 E50/125 G.651 (OM3). Cable: F8 2.0x4.1 mm, aqua. LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length - 20 m Length – 30 m

9.11 Optical Fiber Patch Cord , MM , SC – LC,OM-3

Patch cord with LSZH jacket, F8 2.0x4.1 mm, turquoise (aqua), multimode G50 50/125 µm (OM3), bend-optimized Mounted on one side with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Beige connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and dust cover. Length – 5 m Length – 10 m Length -20 m Length – 30 m

No. 10(28)/2015-NICSI

Page 81 of 151

9.12 Optical Fiber Patch Cord , SM , SC-SC,

Patch cord with LSZH jacket, F8 2.7x5.5 mm, yellow, singlemode G652.D 9/125 µm (OS1, OS2). Mounted on both sides with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors tuned in accordance with IEC 61755-3-1 and qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Blue connector housing (singlemode), material PBT / UL 94 V-0, black duplex clip, 1 x blue and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Optical specifications (random mated): Performance: Insertion loss (IL) Grade C for 97% of the tested specimen: ≤ 0.50 dB / typical ≤ 0.25 dB Return loss (RL) Grade 2: ≥ 45 dB (typical ≥ 55 dB) Length – 3 m Length – 10 m Length --20 m Length – 30 m

9.13 Optical Fiber Patch Cord , SM , LC-LC,

Both sides fitted with one LC-Duplex PC connector. Connector color: blue. Lever color: blue. Fiber: SM E9/125 G.652.D (OS2). Cable: F8 2.0x4.1 mm, yellow. LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length -20 m Length – 30 m

9.14 Optical Fiber Patch Cord , SM , SC-LC,

Both sides fitted with one LC-Duplex PC connector. Connector color: blue. Lever color: blue. Fiber: SM E9/125 G.652.D (OS2). Cable: F8 2.0x4.1 mm, yellow. LC connector acc. to IEC 61754-20 Length – 3 m Length – 10 m Length -20 m Length – 30 m

No. 10(28)/2015-NICSI

Page 82 of 151

9.15 Optical Fiber Patch Cord , MM , SC- SC, OM-4

Patch cord with LSZH jacket, F8 2.7x5.5 mm, turquoise (aqua), multimode G50 50/125 µm (OM4), bend-optimized. Mounted on both sides with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Beige connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Optical specifications (random mated): Performance: Insertion loss (IL) Grade Bm for 100% of the tested specimen: ≤ 0.50 dB / typical ≤ 0.15 dB Return loss (RL) Grade 3: ≥ 35 dB length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length -20 m Length – 30 m

9.16 Optical Fiber Patch Cord , MM , SC- LC, OM-4

Patch cord with LSZH jacket, F8 2.0x4.1 mm, turquoise (aqua), multimode G50 50/125 µm (OM3), bend-optimized. Mounted on one side with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Beige connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Optical specifications (random mated): Performance: Insertion loss (IL) Grade Bm for 100% of the tested specimen: ≤ 0.50 dB / typical ≤ 0.15 dB Return loss (RL) Grade 3: ≥ 35 dB length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length 20 m Length – 30 m

No. 10(28)/2015-NICSI

Page 83 of 151

9.17 Optical Fiber Patch Cord , MM , LC- LC, OM-4

Patch cord with LSZH jacket, F8 2.0x4.1 mm, turquoise (aqua), multimode G50 50/125 µm (OM3), bend-optimized. Mounted on one side with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Beige connector housing (multimode), material PBT / UL 94 V-0, black duplex clip, 1 x black and 1 x red strain relief, material TPE / UL 94 V-0 and plastic dust cover. Optical specifications (random mated): Performance: Insertion loss (IL) Grade Bm for 100% of the tested specimen: ≤ 0.50 dB / typical ≤ 0.15 dB Return loss (RL) Grade 3: ≥ 35 dB length as below with factory mount ceramic connector at both end Length – 3 m Length – 10 m Length 20 m Length – 30 m

9.18 LIU 96/144 fiber , Wall mount enclosure, lockable

Loaded with SC / LC couplers for 96/144

fibers 50/125 micron MM or 96/144 fibers

9.2/125 micron SM, Wall mountable metallic

distribution enclosure with lock , should

have inbuilt / pre-installed splice tray with

all clamps , Material: housing, plastic: ASA,

UV stabilized

9.19 LIU , 6/12/ 24/ 48 fiber , Wall mount enclosure , lockable

Loaded with SC /LC couplers for

6/12/24/48 fibers 50/125 micron MM or

6/12/24/48 fibers 9.2/125 micron SM, Wall

mountable metallic distribution enclosure

with lock , should have inbuilt / pre-installed

splice tray with all clamps , Material:

housing, plastic: ASA, UV stabilized

9.20 LIU ,

6/12/24/48

fiber , Drawer

style19” Rack

mount enclosure

Loaded with SC / LC couplers & adaptor

plates for 6/12/24/48 fibers 50/125 micron

MM or 6/12/24/48 fibers 9.2/125 micron

SM, 19” rack mountable metallic distribution

enclosure slide & tilt drawer type 1 U/2U ,

should have inbuilt / pre-installed splice tray

with all clamps , harnessing rings , ties etc,

Material: box, powder-coated sheet steel / front panel

No. 10(28)/2015-NICSI

Page 84 of 151

9.21 LIU , 96/144 fiber ,19” Rack mount drawer style enclouser

Loaded with SC / LC couplers & adaptor plates for 96/144 fibers 50/125 micron MM or 96/144 fibers 9.2/125 micron SM, 19” rack mountable metallic distribution enclosure 1U height with removable back cover , should have inbuilt / pre-installed splice tray with all clamps , harnessing rings , ties etc, Material: box, powder-coated sheet steel / front panel

9.22 Optical splitter Cabinet

Splitter Cabinet with 1x2 Splitter: The splitters should be housed in a 19” Rack mountable unit. The input and outputs should be on SCAPC adapters and should be of 1U size Each unit should accommodate 2 nos of 1x2 Splitters. The splitters should be PLC/FBT type Splitter Cabinet with 2x32 Splitter / 2x16 Splitter . The splitters should be housed in a plinth mountable outdoor IP55 rated unit. The splitters shall be of PLC type. The unit should have the following features: Should be loaded with adequate number of SCAPC Adapters and pigtails so that all the splitter ports can be patched to the incoming and outgoing main and distribution cables. Should have provision for loading up to 24 nos of 24F splice trays, the product should be loaded with adequate number of splice trays for splicing the GPON as well as the conventional fibers The cabinet should have a provision to load at least 6 nos of splitters The cabinet should have document holder The cabinet should be supplied with all the required accessories for installation viz. Fusion splice protectors (40mm), cable ties, IPA, tissue paper, hose clamps, red adhesive tape, grounding accessories, route card, transport tube (non kinking type 3mm diameter), cable ties, foam tape.

No. 10(28)/2015-NICSI

Page 85 of 151

9.23 GPON equipment, which consist of OLT, ONT and ONU, shall comply with the following common features

The proposed GPON equipment, which consist of OLT, ONT and ONU, shall comply with the following common features The proposed GPON equipment shall be

complied with the following ITU-T standard

G.984.1: General Characteristics G.984.2: Physical Media Dependent (PMD) layer G.984.3: Transmission convergence layer specification G.984.4: ONT management and control interface specification GPON System should support high-speed data channel through a single optical fiber with an upstream rate of 1.244 Gbit/s and a downstream rate of 2.488 Gbit/s. Wavelength pattern 1310 nm wavelength for upstream traffic 1490 nm wavelength for downstream traffic 1550 nm wavelength for video service The proposed GPON equipment shall support the following features, Dynamic Bandwidth Allocation (DBA) for upstream traffic, Advance Encryption Standard 128 Bit (AES) for downstream traffic Forward Error Correction (FEC) for upstream and downstream traffic The proposed GPON equipment shall support the following services

High Speed Internet access

VPN Services

Point-to-Point and Point-to-Multipoint Layer-2 services

Voice over GPON, Both Analog and IP Telephones

IPTV Service

CATV Services over GPON The proposed GPON equipment shall support the implementation of

VLAN per subscriber model

VLAN per service model

Or the combination of both The GPON OLT should support

Minimum up to 64 ONTs per PON Port

Minimum up to 2560 ONTs per system

Distance up to 20Km

Class B+ and Class C+ GPON SFPs The uplink interface shall support link aggregation

No. 10(28)/2015-NICSI

Page 86 of 151

Uplink and Downlink Interfaces (minimum requirement)

Uplink interface: 8 x 1GbE (SFP) and 2 x 10GbE (XFP) per Switch card

Downlink Interface: 4+4 GPON Ports (SFPs) per Line card with path protection

The proposed GPON OLT equipment shall support the following features.

DHCP relay agent Option 82 , DHCP Snooping.

PPPoE Intermediate Agent

IGMP proxy and IGMP snooping V1/V2/V3

MAC-Forced Forwarding (RFC4562)

IEEE 802.1Q (upto 4094 VLAN IDs)

IEEE 802.3x (Flow Control)

IEEE 802.1ad (Q-in-Q or VLAN Stacking)

IEEE 802.3ad (Link Aggregation) IEEE 802.1p (Quality of Service)

IEEE 802.1w (RSTP)

IP Anti-Spoofing

Flexible Packet filtering

MAC limit and spoofing prevention

priorities queues per port

802.1p, ToS, DSCP marking/remarking

Scheduling: SPQ, WRR, SP+WRR

Network Time Protocol for real time clock service

Rate control of Broadcast, unknown unicast and Multicast packets

Management Dual 10/100Base-T Out-of-Band management GUI based EMS, CLI, Telnet, RMON, SNMP v1/v2c/v3 Radius, TACACS+ authentication for management access Redundancy and Protection Scheme (OLT only) The GPON OLT equipment shall support the following protection mechanism.

Input power feed redundancy

Control card redundancy Switch/Uplink card redundancy

GPON Line card with optical path protection

Operating Requirements

Operating Temperature: -5C to 50C

Operating Humidity: 5% - 90% non condensing

Physical Requirements

No. 10(28)/2015-NICSI

Page 87 of 151

21" Standard ETSI Rack Mountable, Equipment height not more than 9RU

Full Front access Forced air cooling with field

replaceable air filter

Integrated Fiber management Power Supply

The GPON OLT equipment shall be operated at -48 VDC

Dual(A/B) Power Feeds Should be TSEC Certified Proposed OLT should interoperate with the existing Element Management System, Network and the services Control Card Specifications

1+1 master/slave redundancy option for high availability applications

Fully hot-swappable

Redundant power supply and control plane

Minimum of Two 10/100Base-T RJ-45 ports for EMS

Front-panel telco alarm cut-of (ACO) button

Front-panel critical, major and minor alarm indicator LEDs

Front-panel USB2.0 connector for local craft PC or any other Interface

Minimum 2Giga bit FLASH for software image and configuration data storage

SNMPv3 based management

Switch / Uplink Card Specifications

Hot swappable, with 1+1 master and slave redundancy option

Minimum 28 Gb/s (2 x 10-GbE and 8x1-GbE) uplink and 10Gbps backplane interface to each line card supporting non blocking architecture

Line speed switching

Flexible SNI interface types of 1G (Electrical or Optical)

Switching

Full throughput for all ports (non-blocking)

High capacity packet switching (16K MACs and 4,095 VLANs)

STP (802.1d), RSTP (802.1w)

MAC-forced forwarding (RFC4562) on SNI

Powerful layer 1~ 4 filtering and QoS

No. 10(28)/2015-NICSI

Page 88 of 151

Multicasting: IGMP snooping/proxy, 1024 layer-2 multicast groups

Line-rate unicast packet forwarding and multicast replication

Port based VLAN,802.1Q VLAN, IEEE 802.1ad Q-in-Q VLAN stacking

Independent VLAN learning (IVL)

DHCP relay with Option 82 Flexible SNI networking

802.3ad LAG

SNI interface types: 8 x 1GbE (SFP) and 2 x 10GbE (XFP)

Security

Layer 1~4 packet filtering via access control lists (ACL)

MAC address limiting per port

DHCP packet filtering

DHCP Option 82

MAC restriction per port

Broadcast/multicast/DLF packet limit

Port flood guard for abnormal traffic

Loop detection and blocking QoS

priority queues per port

802.1p, ToS, DSCP marking/remarking

Scheduling: SPQ, WRR, SP+WRR

SrTcm and TrTcm Congestion Control:

Back pressure (802.3x)

Rate control of broadcast, unknown unicast, multicast packets

Synchronization

Free run SONET/SDH Minimum Clock (SMC) internal clock

Redundant BITS/SSU 1544/2048 KHz and 1544/2048 Kbps inputs

Redundant BITS/SSU 1544/2048 KHz and 1544/2048 Kbps outputs per G.812

Automatic holdover (Stratum 3 or 3E local OCXO) on loss of reference inputs

SNI Interface Modules Specifications

Ethernet SFP Specifications

1G Ethernet Copper SFP Ethernet Standard: 1000BASE-T

Media: Copper

Connector: RJ-45

Distance: 100m

Form Factor: SFP

No. 10(28)/2015-NICSI

Page 89 of 151

Operating Temperature: 0˚-85˚C 1G Ethernet Multimode SFP

Ethernet Standard: 1000BASE-SX Media: Multimode Fiber (850nm

Wavelength)

Connector: Dual LC Connector Distance: 550m

Form Factor: SFP

Operating Temperature: 0˚-85˚C 1G Ethernet Singlemode SFP

Ethernet Standard: 1000BASE-LX

Media: Singlemode Fiber (1310nm Wavelength)

Connector: Dual LC Connector

Distance: 10Km

Form Factor: SFP

Operating Temperature: 0˚-85˚C 10G Ethernet Multimode SFP

Ethernet Standard: 10GBASE-SR

Media: Multimode Fiber (850nm Wavelength)

Connector: Dual LC Connector

Distance: 300m

Form Factor: XFP

Operating Temperature: 0˚-85˚C 10G Ethernet Singlemode SFP

Ethernet Standard: 10GBASE-LR

Media: Singlemode Fiber (1310nm Wavelength)

Connector: Dual LC Connector

Distance: 10Km Form Factor: XFP

Operating Temperature: 0˚-85˚C GPON Line Card Specifications

4 GPON active ports and 4 protection ports per card

Hot swappable cards Dual 10 Gbps interface to the

backplane for data-plane redundancy

Dual 1 Gbps interface to the backplane for control-plane redundancy

On-board L2 switch with intelligent QoS & multicast support

Minimum 8K MAC addresses per PON port and 32K MAC addresses per card

4,095 VLANs

T-CONT types 1 to 5 support

1,024 Alloc Ids per PON port and 4,096 Alloc Ids per card

256 allocations in BW MAP PON SFP Specification

No. 10(28)/2015-NICSI

Page 90 of 151

GPON .984.2Amd.1 Class B+ bi-directional optical transceiver

Single Mode, Single fiber with 1490nm on Downstream (2.488Gbps), 1310nm on the Upstream (1.244Gbps)

Class B+ link budget: 28dB

Hot-swappable

SFP (Small Form-factor Pluggable) package with SC/UPC receptacle

Compliant with TEC GR/PON-01/02 April 2008

Transmitter power - Min: +1.5 (dBm)

Transmitter power - Max: +5 (dBm)

Receiver power Min: -28 (dBm)

Receiver power Max: -8 (dBm) ONT Specifications Proposed ONT shall provide 4 Gigabit Ethernet ports and 2 POTS ports General features

IEEE 802.1D

Hybrid Mode supporting both Routed and Bridged modes simultaneously

IEEE 802.1p (Quality of Service)

IGMP Snooping v2/v3

different T-CONTs per ONT

Learning MAC addresses ≥ 256

MAC Address Limiting

Point to Point Protocol over Ethernet (PPPoE)

Internet Protocol over Ethernet (IPoE)

IP DHCP Server

NAT (Network Address Translation) and NAPT (Network Address Port Translation)

DNS (Domain Name System Proxy)

Dynamic DNS

Port Forwarding Dying gasp

VLAN features

IEEE 802.1Q (VLAN)

Port-Based VLAN Q-in-Q or VLAN Stacking

VLAN Translation POTS Voice Specifications

G.711 (A-law and µ-law) and G.729 (A and B) for VoIP Coding

T.38 (Fax over IP) SIP for VoIP protocol

Call feature: Caller ID, Call waiting, Call forward, Call Transfer, Three way conference

No. 10(28)/2015-NICSI

Page 91 of 151

Subscriber Interfaces

10/100/1000 Base-T with RJ-45 connector

POTS interfaces with RJ-11 connector

Physical

Temperature 0 to 50 ºC

Humidity 5 to 95% non-condensing

Wall or table mountable Power Supply

Power adapter: Input 100-240VAC, 50/60Hz; output: 12VDC, 1.5A

In-band or Out-band management

Command Line Interface (CLI) Must support Graphical User

Interface (GUI)

Simple Network Management Protocol (SNMP) base management

Remote loopback test (GPON interface)

Must be based on Client-Server Architecture

Management features The Management features are the features that provide the abilities to the end user for configuring, setting and monitoring the equipment, parameters, states, problems and others of the PON equipment in the network. The proposed PON equipment shall be complied with the following features. Equipment management

OLT Management

Remote software upgrade

Switch Card Management

GPON Line Card Management

Uplink and PON Interface Management

Terminal Management (ONT)

Subscriber Interface Management

Service Management

Support ONT Create, Activate, Deactivate, Delete with wizards and by manual

ONT Remote Software upgrade Fault management

Must be fully FCAPS compliant

Current Alarm Monitoring (Live alarm monitoring)

History Alarm Monitoring

Event Monitoring

Alarm Filtering

No. 10(28)/2015-NICSI

Page 92 of 151

Performance management

Equipment Performance Statistics Interface Performance Statistics

Export Performance Report Topology management

Graphical, geographical, hierarchical and domain based network view

ONT Auto / Manual Discovery Security management

Support for Multiple User accounts

Support for user group management

Support for Role based access controls to the user

Database Management

Manual and Scheduled backups of all NE configuration

Manual and Scheduled backups of EMS database

EMS Log management OLT and ONT Network Inventory Management

Support Different Service Profile

Service Profile Management

VLAN profile Management

ONT Profile Management Input

VOLTAGE RANGE: 90 ~ 132VAC / 180 ~ 264VAC

FREQUENCY RANGE: 47 ~ 63Hz

EFFICIENCY (Typ.): 89%

AC CURRENT (Typ.): 10A/230VAC

INRUSH CURRENT (Typ.): 55A/230VAC

LEAKAGE CURRENT: <2.5mA / 240VAC

Output

DC VOLTAGE: 48V

RATED CURRENT: 20.8A CURRENT RANGE: 0 ~ 20.8A

RATED POWER : 998.4W or suitable output

9.24 Others

9.25 Installation & Termination of Fiber Joint Enclosure

Fibre optic Joint Enclosure ( Indoor wall

mount )

No. 10(28)/2015-NICSI

Page 93 of 151

Supply & fixing of fiber optic joint enclosure

( reusable) with IP 68 rating . The joint box

should be made of ageing resistant plastic,

corrosion- resistant sheet metal & have a

service life of 20 yr. It should be compact ,

dust free, good sealing performance, capable

of housing 6 12 24 48 96 &144 fiber splice

tray ,able to manage necessary OFC bend

radius ,fitted with necessary plastic loops,

sealing rings & 4 holes ( for in coming & out

going OFC cables), fitted with SC & LC pigtel

(SM/MM as per requirement of site) & with

all necessary accessories required for above

work.

Working temp: -30 Degree C to + Degree 60

C

Fibre optic joint Enclosure ( out door ,

direct burial type )

Supply & fixing of fiber optic joint enclosure

( reusable) with IP 68 rating . The joint box

should be made of ageing resistant plastic,

corrosion- resistant sheet metal & have a

service life of min. 20 yr. It should be

compact , dust free, good sealing

performance, capable of housing 6 12 24 48

96 144 fiber splice tray ,able to manage

necessary fiber bend radius ,fitted with

necessary plastic loops, sealing rings & 4

holes ( for in coming & out going OFC

cables),fitted with SC / LC pigtel (SM/MM

to be supplied as per requirement of site)

Working temp: -30 Degree C to + Degree 60

C

9.26 Installation & Termination ,Documentation & Site certification for Indoor & Outdoor Fiber Cabling

Fiber Optic Cable laying with route survey &

documentation with following

- In building laying of fiber in PVC ducts on

wall

Outdoor FO laying with

- Excavation and resurfacing of the soil

(depth 1 m)

- Excavation and resurfacing of the concrete

( depth 1 m)

- Supply and installation/ fixing of 1”

diameter GI pipe under ground and on

surface

- Supply and installation of 1.5” diameter GI

pipe

- Supply and installation of 2” diameter

HDPE PVC jacket for under ground laying

- Supply and installation of 4” diameter

No. 10(28)/2015-NICSI

Page 94 of 151

8.8.2 Table 2: Data Centre

S.No Product Description

Specifications Make / Model Part Code

10. Data Center Software

HUME pipe for under ground laying

- SC connector termination on Fiber Optic

cable

- Supply and installation of buffer tubing kit

- cable pulling pit made of reinforced

concrete and brick walls with removable

covers

- trenchless digging ( manual / with

machine) for

excavation under public road crossing or

Wherever required with in the campus /site

requirement

- Fiber optics cable route marker

- Performance testing of laid Fibre Optic cable by OTDR for continuity , length & db loss as per EIA/TIA-455-60 document for FO test procedures & Documentation of the results

No. 10(28)/2015-NICSI

Page 95 of 151

S.No Product Description

Specifications Make / Model Part Code

10.1 Intelligent Cable Management System

1. Shall provide a graphical user interface (GUI) that will provide all details about the physical layer network in a front of the customer, the GUI is customizable to suit the customer needs.

2. Shall be able to raise work orders to help in planning network “add, move, changes” activity well in advance and a guidance based executions to avoid the chances of mistakes/incident.

3. Shall be able to generate QR codes and

use to tag and identify the network assets in real time. This feature will help to track all IT and non IT assets based on the QR code. By simply scanning the QR code on the asset the customer can identify and trace where it is located in the network.

4. Shall come with ticketing based software

where work orders can be released or assigned to individual technicians. Acknowledgement of the tickets can be monitored and analyzed for future reference.

5. Shall provide detailed and accurate Active and Passive device elevation with rear and front graphical view which will help in maintaining and monitoring the IT infrastructure and spaces.

6. Shall have a Powerful, fully customizable

reporting tool with the support from BIRT reporting. Various formats should be available, such as PDF, Excel, Word etc.

7. Shall come with an i-Phone, i-Pad based mobile application available for processing Move, Add and Changes accurately in real time and for identifying network intelligent and non-intelligent (such as Rack / PDU / Tables etc) assets inside the facility.

8. Security – Receive alerts of unauthorized changes. Alerts – email, logs every physical change in passive network. Response filter should be set to criticality / category of the alarm generated.

9. Shall be able to Automatic discover Switches and end devices and place them in the Data Base.

10. For enhanced security, MAC

address authentication / verification possible for any Move, Add or Changes done in the Network.

No. 10(28)/2015-NICSI

Page 96 of 151

S.No Product Description

Specifications Make / Model Part Code

11. It is be able to detect and track the

devices when they move from one location to another in real time. Note that this detection is be based on SNMP trap information from active components and should strictly not require any addition clients or any signal to be sent to the end device / outlet over the physical layer.

12. The verification of patching information or device detection or movement should use a non-invasive technology i.e. the technology should not use existing pairs of cabling but a method which should not affect the working or standards of cabling / network.

13. Will detect the category and color

of the patch cord inserted in the network and will intimate whether a wrong category of cable has been inserted or not.

14. Will intimate whether the fiber

polarization is correct or not (i.e. whether the TX fiber is connected to the RX fiber on the other side or not).

15. Provides 3 different connection

states of whether the patch cord is managed, unmanaged or no cable.

10.2 Data Center Hardware

10.3 Fiber

10.4 Optical Fiber Cassettes - MPO OM3

MPO cassettes shall house [XG 50/125um OM3, OM4 & single-mode] 12-fiber break out assemblies. Cassettes should be pre terminated and shall have [LC or SC] connectors on the front and [one (12-fiber) or two (24-fiber)] MPO connections on the back. Cassette polarity shall be Pair-Flipped / straight. MPO cassettes shall meet the most recent revision of TIA/EIA-568-C.3 standard, and its published addenda.

No. 10(28)/2015-NICSI

Page 97 of 151

S.No Product Description

Specifications Make / Model Part Code

10.5 Optical Fiber Trunk Cable

12 or 24 fibers, OM3, OM4 and OS2, TIA/EIA-568-C.3 and ISO/IEC 11801 standards complied, Trunk cable should be as per GR-409-CORE and UL/IEC rating for CMR or LSZH, factory pre terminated assemblies with high density MPO connectors. Each trunk cable shall have protective devices to prevent damage to the connectorized ends during installation. Polarity of the assemblies should be available either pair flipped or Straight version. Return loss shall be ≥ 25 dB measured in mated condition against ref. connector at 850 nm. The fiber core shall be bend insensitive fiber. Length- 10 meter, 15 meter, 20 meter, 30 meter and 40 meter.

10.6 Controller Device for Managing MPO cassettes and NMS

Shall fit into the jack panel without occupying the rack space. Shall be Designed to fit inside the rear cable manager without interfering with panel connectivity, does not require additional rack space. Shall have Link and activity status LEDs at the rear of unit. Shall have input voltage of 100-240VAC, 50-60Hz, 0.5A.

10.7 Unloaded LIU for MPO cassettes

1U, 19 Inch Drawer Style rack mountable High D Semi-ANGLED metallic distribution enclosure, angled to provide additional cable management towards side area and can be placed in closed racks, Unloaded with 4 slots and allows easy moves, adds and changes, Can accommodate four MPO Cassettes with 12 or 24 fiber cores of 9/125 micron SM or 50/125 micron MM Fiber

10.8 Copper

10.9 10G Patch

Panel

48/32/24 Port patch panel 1U, Rack-

mount, straight style for 12 Cable

Assemblies. ISO/IEC 11801 2nd edition

Class F A, E A. Each Cassettes should have

minimum 8 individual RJ45 10GBASE-T

transmission ports. Each cassette should

be compatible with the pre terminated 10 G

copper assembly. Each RJ 45 10GBASE-T

interface at the front is backward

compatible to 1000BASE-T). Each cassette

shall accept 2 x MRJ21 receptacles.

No. 10(28)/2015-NICSI

Page 98 of 151

S.No Product Description

Specifications Make / Model Part Code

10.10 10G pre

terminated

Cable

Assembly

10 G copper cable assembly shall be a pre

terminated plug and play assembly. Trunk

cable shall have LSZH (Low smoke zero

halogen) jacket. Each Pre terminated

assembly should support 4 x 10 Gbps no of

ports, reducing the density of total no of

cables required in conventional approach.

Should be available in different versions i.e.

Single connector supporting 4 individual 10

Gbps ports at 180 degree & 45 degrees.

Shall be 100% factory terminated and

factory tested solution.

An equivalent product conforming to the

specified standards and functionality is

acceptable.

Length- 10 meter, 15 meter, 20 meter, 30

meter and 40 meter.

10.11 1G Patch

Panel

Straight/Angled, Shielded/Unshielded,

24/48 ports, 1U with enough space for

labelling, should have High-density small

form factor copper connector interface;

Panel should also be modular and

pluggable, RoHS compliant. It should fit in

the rack supplied.

10.12 1G Cassette 6 ports, shielded/unshielded, High-density,

small form factor connectivity, Factory

terminated and tested cassettes, RoHS

compliant.

10.13 1G cable

assembly

Shall be a 24 pair cabling and patch panel

solution. The small footprint shall reduce

cable bulk in pathways and conduits.

Factory terminated, tested and serialized

cable assemblies and panels. Cassettes and

patch panels break out high performance

24 pair cable to the appropriate wiring

patterns for standards based 10/100 BASE-

T, 10/100/1000BAST-T Gigabit Ethernet,

and other applications.

An equivalent product conforming to the

specified standards and functionality is

acceptable.

Length- 10 meter, 15 meter, 20 meter, 30

meter and 40 meter.

No. 10(28)/2015-NICSI

Page 99 of 151

8.9 Annexure 9: Financial Bid Letter

Name of the Vendor:

Category for which bid is submitted: (Category 1 A / Category 1 B / Category 2 ) :

To

The Managing Director National Informatics Centre Services Inc., Hall No. 2 & 3, 1st Floor, NBCC, Tower 15, Bhikaiji Cama Place New Delhi-110066. Ref. RFP No. ………………………… dated …………………… Sir, We declare: We are eligible to quote against this RFP___________________________________ That we/our principals are equipped with adequate hardware/software and other facilities required for providing services and our establishment is open for inspection by the representatives of NICSI. We hereby offer to provide Services at the prices and rates mentioned in the Financial bid for the scope of work as per the RFP mentioned above. We do hereby undertake, that, In the event of acceptance of our bid, the Services shall be provided as stipulated in the work order and the RFP scope of work, terms and conditions to the Bid and that we shall perform all the incidental services. The prices quoted are inclusive of all charges inclusive of traveling, hardware/software/ manpower etc. for providing the desired services at any location within India. We enclose here with the complete Commercial Bid as required by you. This includes:

A. Financial Bid Letter (Annexure 8) B. Financial Bid (Annexure 9 for Category 1 A, Annexure 10 for Category

1B and Annexure 11 for Category 2) The Grand Total Price in Rupee (GTV), the item-wise details of which is given in Annexure <<Mention Annexure no. for the category>> , is INR ____________________ (INR <<Rupees in words>>). We agree to abide by our offer a period of 90 days from the date fixed for opening of the Quotes and what we shall remain bound by a communication within that time. We have carefully read and understood the terms and conditions of the RFP and the conditions of the contract/empanelment applicable to the RFP and we do hereby undertake to provide the services as per these terms and condition.

No. 10(28)/2015-NICSI

Page 100 of 151

Certified that we are:

A sole proprietorship firm and the person signing the RFP is the sole proprietor/constituted attorney of the sole proprietor,

Or A partnership firm, and the person signing the RFP is the firm and he has authority to refer to arbitration disputes concerning the business of the partnership by virtue of the partnership agreement/by virtue of general power of attorney, Or A company and the person signing the RFP is the constituted attorney.

Or A registered cooperative society and the RFP is signed by the authorized signatory. (NOTE: Delete whatever is not applicable. All corrections/deletions should invariably be duly attested by the person authorized to sign the RFP document.)

We do hereby undertake, that, until a formal contract/empanelment is prepared and executed, this bid, together with your written acceptance thereof, the RFP document and placement of letter of intent awarding the contract/empanelment, shall constitute a binding contract between us.

Dated Signature of Bidder Full Address: List of Enclosures, enclosed. Telephone No. 1. 2. Telegraphic Address 3. 4. 5. FAX No. 6. 7. E-Mail : Company Seal

8.10 Annexure 10: Detailed Costing for Category 1 A

Name of the Vendor:

Category for which bid is submitted: Category 1 A

8.10.1 Table 1: Passive Components

S. No

Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

1. UTP COMPONENTS (CAT 6A)

2. UTP cable ( 305

m Box)

Mtr 30

3. 24 port Patch

Panel suitable

unshielded

CAT6A

No 20

4. 48 port Patch

Panel suitable

unshielded

CAT6A

No 20

5. Wire

Manager/Patch

Chord Minder

panel

No 30

6. Information

outlets-

Unsheilded

CAT6A Single ( 1

-port)

No 100

7. Information

outlets-

Unsheilded

CAT6A Dual ( 2-

port)

No 100

8. Information

outlets-

Unsheilded

CAT6A Quad ( 4-

port)

No 100

No. 10(28)/2015-NICSI

Page 102 of 151

S. No

Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

9. Patch Cord UTP

CAT6A. 1 meter

No 100

10. Patch Cord UTP

CAT6A. 2 meter

No 100

11. Patch Cord UTP

CAT6A. 3 meter

No 100

12. Patch Cord UTP

CAT6A. 5 meter

No 100

13. Patch Cord UTP

CAT6A. 10 meter

No 100

14. SFTP

COMPONENTS

(CAT6 A )

15. SFTP cable CAT 6

A 305 meter box

No 15

16. 24 port Shielded

Patch Panel

No 10

17. 48 port Shielded

Patch Panel

No 10

18. Information

outlets-

Unsheilded SFTP

Single ( 1 -port)

No 20

19. Information

outlets-

Unsheilded SFTP

Dual ( 2-port)

No 20

20. Information

outlets-

Unsheilded SFTP

Quad ( 4- port)

No 20

21. Patch Cord SFTP

CAT6A. 1 meter

No 100

22. Patch Cord SFTP

CAT6A. 2 meter

No 40

23. Patch Cord SFTP

CAT6A. 3 meter

No 40

24. Patch Cord SFTP

CAT6A. 5 meter

No 40

No. 10(28)/2015-NICSI

Page 103 of 151

S. No

Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

25. Patch Cord SFTP

CAT6A. 10 meter

No 40

26. UTP

COMPONENTS

(CAT6 )

27. UTP Components

( CAT6)

28. UTP cable 305 meter Box

No 30

29. 24 port Patch Panel

No 15

30. 48 port Patch Panel

No 15

31. Information

outlets-

Unsheilded CAT6

Single ( 1 -port)

No 10

32. Information

outlets-

Unsheilded CAT6

Dual ( 2-port)

No 10

33. Information

outlets-

Unsheilded CAT6

Quad ( 4- port)

No 10

34. Patch Cord UTP

CAT6. 1 meter

No 10

35. Patch Cord UTP

CAT6. 2 meter

No 10

36. Patch Cord UTP

CAT6. 3 meter

No 10

37. Patch Cord UTP

CAT6. 5 meter

No 10

38. Patch Cord UTP

CAT6. 10 meter

No 10

39. STP ( Shielded Twisted Pair) COMPONENTS CAT 6

40. STP cable CAT 6 No 30

No. 10(28)/2015-NICSI

Page 104 of 151

S. No

Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

305 meter box

41. 24 port STP CAT 6 Patch Panel

No 10

42. 48 port STP CAT 6 Patch Panel

No 10

43. Information

outlets-

Unsheilded STP

CAT6 Single ( 1 -

port)

No 10

44. Information

outlets-

Unsheilded STP

CAT6 Dual ( 2-

port)

No 10

45. Information

outlets-

Unsheilded STP

CAT6 Quad ( 4-

port)

No 10

46. Patch Cord STP

CAT6. 1 meter

No 10

47. Patch Cord STP

CAT6. 2 meter

No 10

48. Patch Cord STP

CAT6. 3 meter

No 10

49. Patch Cord STP

CAT6. 5 meter

No 10

50. Patch Cord STP

CAT6. 10 meter

No 10

51. Total A

8.10.2 Table 2: Racks

S. No. Product Description

Unit Unit Price (All

inclusive) with five

years warranty

(Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All

inclusive) with five

years warranty

(Rs.)

Indicative Quantity for Determining

the L1 vendor/rates

only.

Total Price (All inclusive) with five

years warranty

(Rs.)

No. 10(28)/2015-NICSI

Page 105 of 151

1 2 3 4 5 6 7=4+5+6 8 9=8X7

1. Racks

2. 19 “ Rack , Wall mount 530 mm depth, 9 U height, Front glass door ( lockable, toughened 4mm),

No 20

3. 19 “ Rack , Wall Mount , 530 mm depth, 12 U height, Front glass door ( lockable, toughened 4mm),

No 40

4. 19 “ Rack , Floor standing 800 mm depth 24 U height, Front & back door ( lockable), Front glass door(toughened 4mm),

No 40

5. 19 “ Rack , Floor standing 1000 mm depth 32 U height, Front & back door ( lockable), Front glass door (toughened 4mm),

No 20

6. 19 “ Rack , Floor standing 1000 mm depth 42 U height, Front & back door ( lockable), Front glass door (toughened 4mm),

No 20

Total - - - - - - B

No. 10(28)/2015-NICSI

Page 106 of 151

8.10.3 Table 3: Fibre Components

S.No Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

1. Fiber Cable

2. Fiber Optic indoor Distribution cable , tight buffered, Multi mode (MM), support 10 G Ethernet up to 300 m,OM-3 for 6 Core

Mtr 4000

3. Fiber Optic indoor

Distribution cable ,

tight buffered, Multi

mode (MM), support

10 G Ethernet up to

300 m,OM-3 for 12

Core

Mtr 3000

4. Fiber Optic indoor

Distribution cable ,

tight buffered, Multi

mode (MM), support

10 G Ethernet up to

300 m,OM-3 for 24

Core

Mtr 1000

5. Fiber Optic indoor

Distribution cable ,

tight buffered, Multi

mode (MM), support

10 G Ethernet up to

300 m,OM-3 for 48

Core

Mtr 500

6. Fiber Optic Indoor /

outdoor loose tube

cable ,Unarmoured,

Multi mode (MM),

support 10 G

Ethernet up to 550

m,OM-4 for 6 Core

Mtr 3000

7. Fiber Optic Indoor /

outdoor loose tube

Mtr 1000

No. 10(28)/2015-NICSI

Page 107 of 151

S.No Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

cable ,Unarmoured,

Multi mode (MM),

support 10 G

Ethernet up to 550

m,OM-4 for 12 Core

8. Fiber Optic Indoor /

outdoor loose tube

cable ,Unarmoured,

Multi mode (MM),

support 10 G

Ethernet up to 550

m,OM-4 for 24 Core

Mtr 1000

9. Fiber Optic Indoor /

outdoor loose tube

cable ,Unarmoured,

Multi mode (MM),

support 10 G

Ethernet up to 550

m,OM-4 for 48 Core

Mtr 500

10. Fiber Optic outdoor

armoured cable (OM

4),multi loose tube,

Multi mode MM)

,850nm laser

optimized 50/125

micron, support 10 G

Ethernet up to 550 m

for 6 Core

Mtr 3000

11. Fiber Optic outdoor

armoured cable (OM

4),multi loose tube,

Multi mode MM)

,850nm laser

optimized 50/125

micron, support 10 G

Mtr 1000

No. 10(28)/2015-NICSI

Page 108 of 151

S.No Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

Ethernet up to 550 m

for 12 Core

12. Fiber Optic outdoor

armoured cable (OM

4),multi loose tube,

Multi mode MM)

,850nm laser

optimized 50/125

micron, support 10 G

Ethernet up to 550 m

for 24 Core

Mtr 1000

13. Fiber Optic outdoor

armoured cable (OM

4),multi loose tube,

Multi mode MM)

,850nm laser

optimized 50/125

micron, support 10 G

Ethernet up to 550 m

for 48 Core

Mtr 500

14. Fiber Optic outdoor

armoured cable ,

multi loose tube

Single mode (SM)

Optical 10 G Ethernet

up to 550 m 6 Core

Mtr 3000

15. Fiber Optic outdoor

armoured cable ,

multi loose tube

Single mode (SM)

Optical 12 Core

Mtr 1000

16. Fiber Optic outdoor

armoured cable ,

multi loose tube

Single mode (SM)

Optical 10 G Ethernet

up to 550 m 24 Core

Mtr 1000

17. Fiber Optic outdoor

armoured cable ,

multi loose tube

Single mode (SM)

Mtr 500

No. 10(28)/2015-NICSI

Page 109 of 151

S.No Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

Optical 10 G Ethernet

up to 550 m 48 Core

18. Optical Fiber adaptor SC type 50/125 micron MM fiber

No 1000

19. Optical Fiber connectors SC type 9.2/125 micron SM fiber

No 1000

20. Optical Fiber adaptor LC type 50/125 micron MM fiber

No 1000

21. Optical Fiber connectors LC type 9.2/125 micron SM fiber

No 1000

22. Optical Fiber pigtails SC type, 1 meter length 50/125 micron MM fiber

No 1000

23. Optical Fiber pigtails SC type, 1 meter length 9.2/125 micron SM fiber

No 300

24. Optical Fiber pigtails LC type , 1 meter 50/125 micron MM fiber

No 300

25. Optical Fiber pigtails LC type , 1 meter fiber 9.2/125 micron SM fiber

No 300

26. Optical Fiber Patch cord MM , SC-SC OM 3, 3 M

No 300

27. Optical Fiber Patch cord MM , SC-SC OM 3 , 10 M

No 300

28. Optical Fiber Patch cord MM , SC- SC OM 3, 20 M

No 300

29. Optical Fiber Patch cord MM , SC-SC OM 3 , 30 M

No 300

30. Optical Fiber Patch cord MM ,LC-LC OM

No 300

No. 10(28)/2015-NICSI

Page 110 of 151

S.No Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

3, 3 M

31. Optical Fiber Patch cord MM , LC -LC OM 3 , 10 M

No 300

32. Optical Fiber Patch cord MM , LC -LC OM 3, 20 M

No 300

33. Optical Fiber Patch cord MM, LC -LC OM 3 , 30 M

No 300

34. Optical Fiber Patch cord MM , SC -LC OM 3, 3 M

No 300

35. Optical Fiber Patch cord MM, SC -LC OM 3 SC-LC 10 M

No 300

36. Optical Fiber Patch cord MM , SC -LC OM 3, 20 M

No 300

37. Optical Fiber Patch cord MM , SC -LC OM 3, 30 M

No 300

38. Optical Fiber Patch cord MM , SC-SC OM 4, 3 M

No 300

39. Optical Fiber Patch cord MM , SC-SC OM 4 , 10 M

No 300

40. Optical Fiber Patch cord MM , SC- SC OM 4, 20 M

No 300

41. Optical Fiber Patch cord MM , SC-SC OM 4, 30 M

No 300

42. Optical Fiber Patch cord MM ,LC-LC OM 4, 3 M

No 300

43. Optical Fiber Patch cord MM , LC -LC OM 4 , 10 M

No 300

44. Optical Fiber Patch cord MM , LC -LC OM 4, 20 M

No 300

45. Optical Fiber Patch cord MM, LC -LC OM 4 , 30 M

No 300

No. 10(28)/2015-NICSI

Page 111 of 151

S.No Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

46. Optical Fiber Patch cord MM , SC -LC OM 4, 3 M

No 300

47. Optical Fiber Patch cord MM, SC -LC OM 4 SC-LC 10 M

No 300

48. Optical Fiber Patch cord MM , SC -LC OM 4, 20 M

No 300

49. Optical Fiber Patch cord MM , SC -LC OM 4, 30 M

No 300

50. Optical Fiber Patch cord SM , SC-SC 3 M

No 300

51. Optical Fiber Patch cord SM , SC-SC , 10 M

No 300

52. Optical Fiber Patch cord SM , SC- SC , 20 M

No 300

53. Optical Fiber Patch cord SM , SC-SC , 30 M

No 300

54. Optical Fiber Patch cord SM ,LC-LC, 3 M

No 300

55. Optical Fiber Patch cord SM , LC -LC , 10 M

No 300

56. Optical Fiber Patch cord SM , LC –LC, 20 M

No 300

57. Optical Fiber Patch cord SM, LC -LC , 30 M

No 300

58. Optical Fiber Patch cord SM , SC -LC, 3 M

No 300

59. Optical Fiber Patch cord SM, SC -LC 10 M

No 300

60. Optical Fiber Patch cord SM , SC -LC , 20 M

No 300

61. Optical Fiber Patch cord SM , SC -LC, 30 M

No 300

No. 10(28)/2015-NICSI

Page 112 of 151

S.No Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

62. LIU , 6/12/24, fiber ,

1 U Wall mount

enclosure

No 300

63. LIU , 48 fiber , ,wall mount enclosure

No 50

64. LIU , 6/12/24, fiber , 1 U Drawer style19” Rack mount enclosure

No 200

65. LIU , 48 fiber , ,19”Rack mount enclosure

No 50

TOTAL C

8.10.4 Table 4: Services

S. No. Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

Cost for Services

1. Labor and Other Services

2. Site survey and initial designing - up to 250 nodes

Per site Lumpsum

1

3. Site survey and initial designing - up to 500 nodes

Per site Lumpsum

1

4. Site survey and initial designing - up to 1000nodes or above

Per site Lumpsum

1

5. In-building

laying of UTP

CAT 6A / CAT 6

cable ( per meter

Mts 2ooo

No. 10(28)/2015-NICSI

Page 113 of 151

S. No. Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

)

6. Installation &

Termination of

information

outlets

(including

termination of

CAT 6A / CAT 6

cable on I/O)

Mts 500

7. Installation &

termination of

UTP cables on

Patch Panel CAT

6 / CAT 6A with

wire Manager

No 500

8. Performance

testing of the laid

UTP CAT 6 /

CAT 6A cable

(Penta scanner

report &

documentation)

( per node)

No 500

9. Site certification

for UTP CAT 6

CAT 6A & Fiber

Cabling with 20

yrs performance

warranty ( per

site)

No 500

10. Site Up to 250

nodes

No 200

11. Site Up to 500

nodes

No 200

12. Site Up to 1000

nodes or above

No 100

No. 10(28)/2015-NICSI

Page 114 of 151

S. No. Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

13. Supply & fixing

of marked PVC

duct of size ( Per

Meter )

No

14. 15 X 15 mm No 1

15. 25 x 25 mm No 1

16. 45 X 25 mm No 1

17. 45 X 45 mm No 1

18. supply & fixing of

PVC conduit of

OD size ( Per

Meter )

No

19. 20mm No 1

20. 32mm No 1

21. 40mm No 1

22. Supply & fixing

of Metal MS

cable tray/

raceway with

covers for

mounting on

ceiling / floor

/wall , with all

connecting

fittings &

sections for

hanging ,T, cross

, L , vertical up

/down routing/

branching of

cables etc , Size

as follows with

required fitting

kit & accessories

for above

No. 10(28)/2015-NICSI

Page 115 of 151

S. No. Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

( per running

meter )

23. 50 mm Height x

100 mm Width

1

24. 50 mm Height x

200 mm Width

No 1

25. 100 mm Height x

300 mm Width

No 1

26. Supply & fixing

of High Grade

PVC cable tray/

raceway with

covers for

mounting on

ceiling / floor

/wall , with all

connecting

fittings &

sections for

hanging ,T, cross

, L , vertical up

/down routing/

branching of

cables etc , Size

as follows with

required fitting

kit & accessories

for above

( per running

meter )

27. 50 mm Height x

150 mm Width

No 1

28. 100 mm Height x

100 mm Width

No 1

29. 100 mm Height x

300 mm Width

No 1

No. 10(28)/2015-NICSI

Page 116 of 151

S. No. Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

30. Removal of old

UTP/Fiber /

Coaxial /

RS232/telephone

cables (per

meter)

Mtr 1

31. In building

laying of fiber in

duct / conduit (

per meter)

Mtr 1

32. Outdoor Laying

of Fiber Cable (

Per Meter)

Mtr 1

33. Excavation and

resurfacing of the

soil (depth 1 mtr)

Mtr 1

34. Excavation and

resurfacing of the

concrete ( depth

1 mtr )

Mtr 1

35. Trenchless

digging(

Manual/with

Machine) for

excavation under

public road

crossing or

campus

Mtr 1

36. Supply and

installation/

fixing of GI pipe

under ground

and on surface

Mtr 1

37. 1 inch diameter Mtr 1

38. 1.5 inch diameter Mtr 1

39. Supply and Mtr 1

No. 10(28)/2015-NICSI

Page 117 of 151

S. No. Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

installation/

fixing of 2 inch

diameter HDPE

PVC jacket under

ground or on

surface (per

meter)

40. Supply and

installation/

fixing of 4 inch

HUME pipe

under ground

(per meter)

Mtr 1

41. SC/LC connector

termination on

Fiber Optic cable

No 1

42. Fusion /

mechanical

splicing of SC /

LC type pigtails

No 1

43. Supply and

installation of

buffer tubing kit

No 1

44. Fiber optics cable

route marker

No 1

45. cable pulling pit made of reinforced concrete and brick walls with removable covers

No 1

46. Performance

testing of laid

Fiber Optic cable

for continuity ,

length & db loss

No

No. 10(28)/2015-NICSI

Page 118 of 151

S. No. Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

as per EIA/TIA-

455-60

document for FO

test procedures

&documentation

of the results

47. On-Call Support

48. On-Call support including 2 free site visits per Quarter

Per site Lumpsum

10

49. On-Call support including 4 free site visits per quarter

Per site Lumpsum

10

50. On-Call support including 8 free site visits per quarter

Per site Lumpsum

5

51. Additional cost for each visit in a quarter

Per site Lumpsum

50

52. Full-Time Onsite Support

53. Cost of Technically qualified manpower.

Nos 10

Total - - - - - - D

Gross Total Value:

L1 value calculation for Category 1 A

No. 10(28)/2015-NICSI

Page 119 of 151

GTV = A + B + C + D

No. 10(28)/2015-NICSI

Page 120 of 151

8.11 Annexure 11: Detailed Costing for Category 1 B

Name of the Vendor:

Category for which bid is submitted: Category 1 B

8.11.1 Table 1: Active Components

S.No Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

Switch

1. Layer 2 Basic switch 8 port

No 20

2. Layer 2 switch 8 port with POE +

No 20

3. 24 port managed L2 switch

No 20

4. Layer 2 switch 24 port with POE+

No 20

5. 48 port managed L2 switch

No 10

6. Layer 2 Basic switch 48 port with POE

No 10

7. Layer 3 24 Port switch + 4 SFP

No 5

8. Layer 3 Chassis Switch

No 5

9. Layer 3 Advanced standalone switch

No 5

10. UTP to fiber Transceivers

11. UTP to fiber transceiver 1 Gbps with ST

No 15

12. UTP to fiber transceiver 1 Gbps with SC/LC

No 15

13. Mini GBIC Transceivers

14. 1000 Base SX- transceivers with

No 10

No. 10(28)/2015-NICSI

Page 121 of 151

S.No Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

LC connector mm

15. 1000 Base LX-transceivers with LC connector sm

No 10

16. 1000 Base TX -transceivers for copper

No 10

17. 10 Gig SR transceiver LC connector MM

No 10

18. 10 Gig LR transceiver LC connector SM

No 10

19. 10 Gig ZR transceiver LC connector SM

No 10

20. 40 Gig SR4 transceiver

No 2

21. 40 Gig LR4 transceiver

No 2

22. 24 port 10/100/1000 TX module for chassis switch

No 2

23. 24 port SFP module for chassis switch

No 2

24. 24 port 10 Gig SFP+ module for chassis switch

No 2

25. LAN extender

26. 10/100/1000 ethernet LAN extenders on Copper pair

No 30

27. 10/100/1000 ethernet LAN extenders on optical fiber (SX)

No 30

28. NMS No 30

A

No. 10(28)/2015-NICSI

Page 122 of 151

8.11.2 Table 2: Survey / Installation and Manpower

S. No.

Product Description Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

Cost for Services

1. Site survey and initial designing - up to 250 nodes

Per site Lumpsum

1

2. Site survey and initial designing - up to 500 nodes

Per site Lumpsum

1

3. Site survey and initial designing - up to 1000nodes or above

Per site Lumpsum

1

4. Installation and

Configuration of layer

2 switch ( 24 port / 48

port )

No 70

5. Installation and

Configuration of layer 3

switch

No 15

6. Chassis based Core

switch( with different

type of cards & modules

)

No 5

7. Installation of UTP to Fiber Trans receivers, Mini GBIC and LAN Extenders

No 30

8. On Call

9. On-Call support including 2 free site visits per Quarter

Per site Lumpsum

10. On-Call support including 4 free site visits per quarter

Per site Lumpsum

11. On-Call support including 8 free site visits per quarter

Per site Lumpsum

12. Additional cost for each visit in a quarter

Per site Lumpsum

No. 10(28)/2015-NICSI

Page 123 of 151

S. No.

Product Description Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

13. Full-Time Onsite Support

14. Cost of Technically qualified manpower.

Nos

Total B

Gross Total Value

L1 value calculation for Category 1B

GTV = A+B

No. 10(28)/2015-NICSI

Page 124 of 151

8.12Annexure 12: Detailed Costing for Category 2

Name of the Vendor:

Category for which bid is submitted: Category 2

8.12.1 Table 1: Fiber and GPON Components

S.No Product Description Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

1. Fiber Cable

2. Fiber Optic indoor Distribution cable , tight buffered, Multi mode (MM), support 10 G Ethernet up to 300 m,OM-3 for 6 Core

Mtr 1000

3. Fiber Optic indoor

Distribution cable , tight

buffered, Multi mode (MM),

support 10 G Ethernet up to

300 m,OM-3 for 12 Core

Mtr 1000

4. Fiber Optic indoor

Distribution cable , tight

buffered, Multi mode (MM),

support 10 G Ethernet up to

300 m,OM-3 for 24 Core

Mtr 1000

5. Fiber Optic indoor

Distribution cable , tight

buffered, Multi mode (MM),

support 10 G Ethernet up to

300 m,OM-3 for 48 Core

Mtr 2000

6. Fiber Optic indoor

Distribution cable , tight

buffered, Multi mode (MM),

support 10 G Ethernet up to

300 m,OM-3 for 96 Core

Mtr 3000

7. Fiber Optic indoor

Distribution cable , tight

buffered, Multi mode (MM),

support 10 G Ethernet up to

300 m,OM-3 for 144 Core

Mtr 4000

No. 10(28)/2015-NICSI

Page 125 of 151

S.No Product Description Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

8. Fiber Optic Indoor / outdoor

loose tube cable

,Unarmoured,

Multi mode (MM), support

10 G Ethernet up to 550

m,OM-4 for 6 Core

Mtr 1000

9. Fiber Optic Indoor / outdoor

loose tube cable

,Unarmoured,

Multi mode (MM), support

10 G Ethernet up to 550

m,OM-4 for 12 Core

Mtr 1000

10. Fiber Optic Indoor / outdoor

loose tube cable

,Unarmoured,

Multi mode (MM), support

10 G Ethernet up to 550

m,OM-4 for 24 Core

Mtr 1000

11. Fiber Optic Indoor / outdoor

loose tube cable

,Unarmoured,

Multi mode (MM), support

10 G Ethernet up to 550

m,OM-4 for 48 Core

Mtr 2000

12. Fiber Optic Indoor / outdoor

loose tube cable

,Unarmoured, Multi mode

(MM), support 10 G

Ethernet up to 550 m,OM-4

for 96 Core

Mtr 2000

13. Fiber Optic Indoor / outdoor

loose tube cable

Mtr 3000

No. 10(28)/2015-NICSI

Page 126 of 151

S.No Product Description Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

,Unarmoured, Multi mode

(MM), support 10 G

Ethernet up to 550 m,OM-4

for 144 Core

14. Fiber Optic outdoor

armoured cable (OM

4),multi loose tube, Multi

mode MM) ,850nm laser

optimized 50/125 micron,

support 10 G Ethernet up to

550 m for 6 Core

Mtr 1000

15. Fiber Optic outdoor

armoured cable (OM

4),multi loose tube, Multi

mode MM) ,850nm laser

optimized 50/125 micron,

support 10 G Ethernet up to

550 m for 12 Core

Mtr 1000

16. Fiber Optic outdoor

armoured cable (OM

4),multi loose tube, Multi

mode MM) ,850nm laser

optimized 50/125 micron,

support 10 G Ethernet up to

550 m for 24 Core

Mtr 1000

17. Fiber Optic outdoor

armoured cable (OM

4),multi loose tube, Multi

mode MM) ,850nm laser

optimized 50/125 micron,

support 10 G Ethernet up to

550 m for 48 Core

Mtr 2000

18. Fiber Optic outdoor

armoured cable (OM

4),multi loose tube, Multi

mode MM) ,850nm laser

optimized 50/125 micron,

support 10 G Ethernet up to

550 m for 96 Core

Mtr 3000

19. Fiber Optic outdoor

armoured cable (OM

Mtr 3000

No. 10(28)/2015-NICSI

Page 127 of 151

S.No Product Description Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

4),multi loose tube, Multi

mode MM) ,850nm laser

optimized 50/125 micron,

support 10 G Ethernet up to

550 m for 144 Core

20. Fiber Optic outdoor

armoured cable , multi loose

tube Single mode (SM)

Optical 10 G Ethernet up to

550 m 6 Core

Mtr 1000

21. Fiber Optic outdoor

armoured cable , multi loose

tube Single mode (SM)

Optical 12 Core

Mtr 1000

22. Fiber Optic outdoor

armoured cable , multi loose

tube Single mode (SM)

Optical 10 G Ethernet up to

550 m 24 Core

Mtr 1000

23. Fiber Optic outdoor

armoured cable , multi loose

tube Single mode (SM)

Optical 10 G Ethernet up to

550 m 48 Core

Mtr 1000

24. Fiber Optic outdoor

armoured cable , multi loose

tube Single mode (SM)

Optical 10 G Ethernet up to

550 m 96 Core

Mtr 2000

25. Fiber Optic outdoor

armoured cable , multi loose

tube Single mode (SM)

Optical 10 G Ethernet up to

550 m 144 Core

Mtr 3000

26. Optical Fiber adapter SC type 50/125 micron MM fiber

No 100

27. Optical Fiber adapter SC type 9.2/125 micron SM fiber

No 100

No. 10(28)/2015-NICSI

Page 128 of 151

S.No Product Description Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

28. Optical Fiber adapter LC type 50/125 micron MM fiber

No 100

29. Optical Fiber adapter LC type 9.2/125 micron SM fiber

No 100

30. Optical Fiber Patch cord MM , SC-SC OM 3, 3 M

No 500

31. Optical Fiber Patch cord MM , SC-SC OM 3 , 10 M

No 500

32. Optical Fiber Patch cord MM , SC- SC OM 3, 20 M

No 500

33. Optical Fiber Patch cord MM , SC-SC OM 3 , 30 M

No 500

34. Optical Fiber Patch cord MM ,LC-LC OM 3, 3 M

No 500

35. Optical Fiber Patch cord MM , LC -LC OM 3 , 10 M

No 500

36. Optical Fiber Patch cord MM , LC -LC OM 3, 20 M

No 500

37. Optical Fiber Patch cord MM, LC -LC OM 3 , 30 M

No 500

38. Optical Fiber Patch cord MM , SC -LC OM 3, 3 M

No 500

39. Optical Fiber Patch cord MM, SC -LC OM 3 SC-LC 10 M

No 500

40. Optical Fiber Patch cord MM , SC -LC OM 3, 20 M

No 500

41. Optical Fiber Patch cord MM , SC -LC OM 3, 30 M

No 500

42. Optical Fiber Patch cord MM , SC-SC OM 4, 3 M

No 500

43. Optical Fiber Patch cord MM , SC-SC OM 4 , 10 M

No 500

44. Optical Fiber Patch cord MM , SC- SC OM 4, 20 M

No 500

45. Optical Fiber Patch cord MM , SC-SC OM 4, 30 M

No 500

46. Optical Fiber Patch cord MM ,LC-LC OM 4, 3 M

No 500

No. 10(28)/2015-NICSI

Page 129 of 151

S.No Product Description Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

47. Optical Fiber Patch cord MM , LC -LC OM 4 , 10 M

No 500

48. Optical Fiber Patch cord MM , LC -LC OM 4, 20 M

No 500

49. Optical Fiber Patch cord MM, LC -LC OM 4 , 30 M

No 500

50. Optical Fiber Patch cord MM , SC -LC OM 4, 3 M

No 500

51. Optical Fiber Patch cord MM, SC -LC OM 4 SC-LC 10 M

No 500

52. Optical Fiber Patch cord MM , SC -LC OM 4, 20 M

No 500

53. Optical Fiber Patch cord MM , SC -LC OM 4, 30 M

No 500

54. Optical Fiber Patch cord SM , SC-SC 3 M

No 500

55. Optical Fiber Patch cord SM , SC-SC , 10 M

No 500

56. Optical Fiber Patch cord SM , SC- SC , 20 M

No 500

57. Optical Fiber Patch cord SM , SC-SC , 30 M

No 500

58. Optical Fiber Patch cord SM ,LC-LC, 3 M

No 500

59. Optical Fiber Patch cord SM , LC -LC , 10 M

No 500

60. Optical Fiber Patch cord SM , LC –LC, 20 M

No 500

61. Optical Fiber Patch cord SM, LC -LC , 30 M

No 500

62. Optical Fiber Patch cord SM , SC -LC, 3 M

No 500

63. Optical Fiber Patch cord SM, SC -LC 10 M

No 500

64. Optical Fiber Patch cord SM , SC -LC , 20 M

No 500

65. Optical Fiber Patch cord SM , SC -LC, 30 M

No 500

66. LIU , 6/12/24, fiber , 1 U Wall mount enclosure

No 100

67. LIU , 48/96/144 fiber , No 300

No. 10(28)/2015-NICSI

Page 130 of 151

S.No Product Description Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

,wall mount enclosure

68. LIU , 6/12/24, fiber , 1 U Drawer style19” Rack mount enclosure

No 100

69. LIU , 48/96/144 fiber , ,19”Rack mount enclosure

No 300

70. Optical Splitter 1X2 No 20

71. Optical Splitter 1X4 No 40

72. Optical Splitter 1X8 No 60

73. Optical Splitter 1X16 No 60

74. Optical Splitter 1X32 No 80

75. GPON equipment, which consist of OLT, ONT and ONU

No 10

TOTAL A

8.10.2 Table 2: Data Center Hardware / Software

S. No.

Product Description

Unit Unit Price (All

inclusive) with five

years warranty

(Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All

inclusive) with five

years warranty

(Rs.)

Indicative Quantity for Determining

the L1 vendor/rates

only.

Total Price (All

inclusive) with five

years warranty

(Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

1. Data Center Software

2. Intelligent Cable Management System

Nos of multiuser License

1 multiuser license

3. Data Center Hardware

4. Fiber

5. Optical Fiber Cassettes -

No. 10(28)/2015-NICSI

Page 131 of 151

S. No.

Product Description

Unit Unit Price (All

inclusive) with five

years warranty

(Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All

inclusive) with five

years warranty

(Rs.)

Indicative Quantity for Determining

the L1 vendor/rates

only.

Total Price (All

inclusive) with five

years warranty

(Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

MPO OM3

6. 12 Fiber MPO-LC

Cassettes Pair

Fillped AB/BA

MM OM3

Nos 10

7. 12 Fiber MPO-LC

Cassettes Pair

Fillped AB/BA

MM OM4

Nos 10

8. 24 Fiber MPO-LC

Cassettes (Takes 2

Nos of 12 Core

MPO-MPO

Trunks), AB/BA

MM OM3

Nos 10

9. 24 Fiber MPO-LC

Cassettes (Takes 2

Nos of 12 Core

MPO-MPO

Trunks), AB/BA

MM OM4

Nos 10

10. 12 Fiber MPO-LC

Cassettes Pair

Fillped AB/BA

SM

Nos 10

11. 24 Fiber MPO-LC

Cassettes (Takes 2

Nos of 12 Core

MPO-MPO

Trunks), AB/BA

SM

Nos 10

12. Optical Fiber Trunk Cable

13. OM3 12 Fiber – 10metre

Nos 4

14. OM3 12 Fiber – 20metre

Nos 2

15. OM3 12 Fiber – 40metre

Nos 1

No. 10(28)/2015-NICSI

Page 132 of 151

S. No.

Product Description

Unit Unit Price (All

inclusive) with five

years warranty

(Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All

inclusive) with five

years warranty

(Rs.)

Indicative Quantity for Determining

the L1 vendor/rates

only.

Total Price (All

inclusive) with five

years warranty

(Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

16. OM3 24 Fiber – 10metre

Nos 4

17. OM3 24 Fiber – 20metre

Nos 2

18. OM3 24 Fiber – 40metre

Nos 1

19. OM4 12 Fiber – 10metre

Nos 4

20. OM4 12 Fiber – 20metre

Nos 2

21. OM4 12 Fiber – 40metre

Nos 1

22. OM4 24 Fiber – 10metre

Nos 4

23. OM4 24 Fiber – 20metre

Nos 2

24. OM4 24 Fiber – 40metre

Nos 1

25. OS2 12 Fiber – 10metre

Nos 4

26. OS2 12 Fiber – 20metre

Nos 2

27. OS2 12 Fiber – 40metre

Nos 1

28. OS2 24 Fiber – 10metre

Nos 4

29. OS2 24 Fiber – 20metre

Nos 2

30. OS2 24 Fiber – 40metre

Nos 1

31. Controller Device for Managing MPO cassettes and NMS

Nos 1

32. Unloaded LIU for MPO cassettes

Nos 10

33. Copper

34. 10G Patch

Panel

35. 10G Patch Panel

24 Port

No 10

No. 10(28)/2015-NICSI

Page 133 of 151

S. No.

Product Description

Unit Unit Price (All

inclusive) with five

years warranty

(Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All

inclusive) with five

years warranty

(Rs.)

Indicative Quantity for Determining

the L1 vendor/rates

only.

Total Price (All

inclusive) with five

years warranty

(Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

36. 10G Patch Panel

32 Port

No 10

37. 10G Patch Panel

42 Port

No 10

38. 10G pre

terminated

Cable Assembly

39. Cat 6A, STP

CASSETTE TO

CASSETTE, 10

Meter

Nos 15

40. Cat 6A, STP

CASSETTE TO

CASSETTE, 15

Meter

Nos 15

41. Cat 6A, STP

CASSETTE TO

CASSETTE, 20

Meter

Nos 15

42. Cat 6A, STP

CASSETTE TO

CASSETTE, 30

Meter

Nos 15

43. Cat 6S, STP

CASSETTE TO

CASSETTE, 40

Meter

Nos 15

44. 1G Patch Panel

45. 1G Patch Panel

24 Port

Nos 10

46. 1G Patch Panel

48 Port

Nos 10

No. 10(28)/2015-NICSI

Page 134 of 151

S. No.

Product Description

Unit Unit Price (All

inclusive) with five

years warranty

(Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All

inclusive) with five

years warranty

(Rs.)

Indicative Quantity for Determining

the L1 vendor/rates

only.

Total Price (All

inclusive) with five

years warranty

(Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

47. 1G Cassette Nos 20

48. 1G cable assembly Nos 20

49. Cat 6, UTP

CASSETTE TO

CASSETTE, 10

Meter

Nos 10

50. Cat 6, UTP

CASSETTE TO

CASSETTE, 15

Meter

Nos 10

51. Cat 6, UTP

CASSETTE TO

CASSETTE, 20

Meter

Nos 10

52. Cat 6, UTP

CASSETTE TO

CASSETTE, 25

Meter

Nos 10

53. Cat 6, UTP

CASSETTE TO

CASSETTE, 30

Meter

Nos 10

Total - - - - - - B

8.12.2 Table 3: Services

S. No. Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

Cost for Services

No. 10(28)/2015-NICSI

Page 135 of 151

S. No. Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

Labor and Other Services

15. Site survey and initial designing - up to 250 nodes

Per site Lumpsum

1

16. Site survey and initial designing - up to 500 nodes

Per site Lumpsum

1

17. Site survey and initial designing - up to 1000nodes or above

Per site Lumpsum

1

18. Configuration of

Cable

Management

System

19. Installation of

Optical Fiber

Cassettes

20. Installation of

Fiber Trunk

Cable

21. Installation of

Controller Device

for Managing

MPO and NMS

22. Unloading LIU

for MPO

Cassettes

23. Installation of

10G Patch Panel

24 Port

24. Installation of

10G Patch Panel

32 Port

25. Installation of

10G Patch Panel

No. 10(28)/2015-NICSI

Page 136 of 151

S. No. Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

48 Port

26. Installation of 10

G pre-terminated

Cable Assembly

Length 1o Meter

27. Installation of 10

G pre-terminated

Cable Assembly

Length 15Meter

28. Installation of 10

G pre-terminated

Cable Assembly

Length 2o Meter

29. Installation of 10

G pre-terminated

Cable Assembly

Length 3o Meter

30. Installation of 1

G Patch Panel

31. Installation of 1

G Cassette

32. Installation of 1G

cable Assembly

33. Supply & fixing

of ISI marked

PVC duct of size (

Per Meter )

34. 15 X 15 mm

35. 25 x 25 mm

36. 45 X 25 mm

37. 45 X 45 mm

No. 10(28)/2015-NICSI

Page 137 of 151

S. No. Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

38. supply & fixing of

PVC conduit of

OD size ( Per

Meter )

39. 20mm

40. 32mm

41. 40mm

42. Supply & fixing

of Metal MS

cable tray/

raceway with

covers for

mounting on

ceiling / floor

/wall , with all

connecting

fittings &

sections for

hanging ,T, cross

, L , vertical up

/down routing/

branching of

cables etc , Size

as follows with

required fitting

kit & accessories

for above

( per running

meter )

43. 50 mm Height x

100 mm Width

44. 50 mm Height x

200 mm Width

45. 100 mm Height x

300 mm Width

46. Supply & fixing

No. 10(28)/2015-NICSI

Page 138 of 151

S. No. Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

of High Grade

PVC cable tray/

raceway with

covers for

mounting on

ceiling / floor

/wall , with all

connecting

fittings &

sections for

hanging ,T, cross

, L , vertical up

/down routing/

branching of

cables etc , Size

as follows with

required fitting

kit & accessories

for above

( per running

meter )

47. 50 mm Height x

150 mm Width

48. 100 mm Height x

100 mm Width

49. 100 mm Height x

300 mm Width

50. Removal of old

UTP/Fiber /

Coaxial /

RS232/telephone

cables (per

meter)

51. In building

laying of fiber in

duct / conduit (

per meter)

52. Outdoor Laying

of Fiber Cable (

No. 10(28)/2015-NICSI

Page 139 of 151

S. No. Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

Per Meter)

53. Excavation and

resurfacing of the

soil (depth 1 mtr)

54. Excavation and

resurfacing of the

concrete ( depth

1 mtr )

55. Trenchless

digging(

Manual/with

Machine) for

excavation under

public road

crossing or

campus

56. Supply and

installation/

fixing of GI pipe

under ground

and on surface

57. 1 inch diameter

58. 1.5 inch diameter

59. Supply and

installation/

fixing of 2 inch

diameter HDPE

PVC jacket under

ground or on

surface (per

meter)

60. Supply and

installation/

fixing of 4 inch

HUME pipe

under ground

No. 10(28)/2015-NICSI

Page 140 of 151

S. No. Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

(per meter)

61. SC/LC connector

termination on

Fiber Optic cable

62. Fusion /

mechanical

splicing of SC /

LC type pigtails

63. Supply and

installation of

buffer tubing kit

64. Fiber optics cable

route marker

65. cable pulling pit made of reinforced concrete and brick walls with removable covers

66. Performance

testing of laid

Fiber Optic cable

for continuity ,

length & db loss

as per EIA/TIA-

455-60

document for FO

test procedures

&documentation

of the results

67. Installation of

Splitter

68. Installation of

GPON

No. 10(28)/2015-NICSI

Page 141 of 151

S. No. Product Description

Unit Unit Price (All inclusive) with five years warranty (Rs.)

Excise Duty (Rs.)

Taxes (Rs.)*

Unit Price (All inclusive) with five years warranty (Rs.)

Indicative Quantity for Determining the L1 vendor/rates only.

Total Price (All inclusive) with five years warranty (Rs.)

1 2 3 4 5 6 7=4+5+6 8 9=8X7

69. On-Call Support

70. On-Call support including 2 free site visits per Quarter

Per site Lumpsum

10

71. On-Call support including 4 free site visits per quarter

Per site Lumpsum

10

72. On-Call support including 8 free site visits per quarter

Per site Lumpsum

5

73. Additional cost for each visit in a quarter

Per site Lumpsum

50

74. Full-Time Onsite Support

75. Cost of Technically qualified manpower.

Nos 10

Total - - - - - - C

Gross Total Value :

L1 value calculation for Category 2

GTV = A + B +C

No. 10(28)/2015-NICSI

Page 142 of 151

8.13 Annexure 13: Financial Selection Criteria

The L1 vendor selection and financial evaluation process will be as given below:

8.13.1 STEP 1: GTV Based L1 Selection within a Category

i. On the designated day, at the designated time, in the presence of at maximum of 1 representative of

each bidder, for Category 1 A, Gross Total Value of the XLS financial bids of all the bidders will be

opened to find out the GTV of the financial bid of each bidder.

ii. On the designated day, at the designated time, in the presence of at maximum of 1 representative of

each bidder, for Category 1 B , Gross Total Value of the XLS financial bids of all the bidders will be

opened to find out the GTV of the financial bid of each bidder.

iii. On the designated day, at the designated time, in the presence of at maximum of 1 representative of

each bidder, for Category 2, Gross Total Value of the XLS financial bids of all the bidders will be

opened to find out the GTV of the financial bid of each bidder.

8.13.2 STEP 2: Item-wise L1 Selection across Categories

Category 1 A:

i. After finding the L1 in category 1 A , the detailed financial bids of L1 bidders from each category

will be opened

ii. L2, L3 and L4 vendors will be asked to match the price of L1 bidder.

iii. However all the bidders, i.e. L1, L2, L3 and L4 bidder will have to match the lowest price in each

line item within the Category 1 A.

iv. If any of the bidder does not agree to match the L1 rates, that bidder will be disqualified and the

offer to match the L1 rates would be made to L5, L6, L7 bidders and so on, until a maximum of 4

bidders agree to match the L1 price.

v. After this final GTV will be discovered for Category 1A and 4 lowest bidders will be empanelled.

Category 1 B:

i. After finding the L1 in category 1 B , the detailed financial bids of L1 bidders from each category

will be opened

ii. L2, L3 and L4 vendors will be asked to match the price of L1 bidder.

iii. However all the bidders, i.e. L1, L2, L3 and L4 bidder will have to match the lowest price in each

line item within the Category 1 A.

iv. If any of the bidder does not agree to match the L1 rates, that bidder will be disqualified and the

offer to match the L1 rates would be made to L5, L6, L7 bidders and so on, until a maximum of 4

bidders agree to match the L1 price.

v. After this final GTV will be discovered for Category 1B and 4 lowest bidders will be empanelled

Category 2:

i. After finding the L1 in category 2 , the detailed financial bids of L1 bidders from each category

will be opened

ii. L2, vendor will be have to match the price of L1 bidder.

iii. However all the bidders, i.e. L1, and L2, bidder will have to match the lowest price in each line

item within the Category 2.

No. 10(28)/2015-NICSI

Page 143 of 151

iv. If any of the bidder does not agree to match the L1 rates, that bidder will be disqualified and the

offer to match the L1 rates would be made to L3, L4, L5 bidders and so on, until a maximum of 2

bidders agree to match the L1 price.

vi. After this final GTV will be discovered for Category 2 and 2 lowest bidders will be empanelled

Kindly Note: No prices will be matched across the categories.

8.13.3 STEP 3: Panel Formation Within Category

i. For category 1A, 4 bidders (L1, L2 , L3 and L4) will be empanelled after they accept to match the

lowest price quoted.

ii. For category 1 B, 4 bidders ( L1 ,L2 , L3, L4) will be empanelled after they accept to match the

lowest price quoted.

iii. For category 2 3 bidders ( L1 and , L2 ) will be empanelled after they accept to match the

lowest price quoted.

No. 10(28)/2015-NICSI

Page 144 of 151

8.14 Annexure 14: Manufacturer’s Authorization Form

Ref:

Date:

To,

Manager

Tender Division,

National Informatics Centre Services Inc.,

Hall No. 2 & 3, 1st Floor, NBCC Tower

15, Bhikaiji Cama Place, New Delhi-66

Sub : Manufacturer Authorization for Tender No. ………………………………….

Sir,

We, < OEM > having our registered office at < OEM address>, are an established manufacturer of < name

of quoted item >. We < OEM> solely authorized <bidder’s name> to quote our product for above mentioned

tender.

Our full support is extended in all respects for supply, warranty and maintenance of our products. We also

ensure to provide the service support for the supplied equipment’s for a period of 7 years for Active Components

and 5 years for passive components from the date of installation of the equipment’s as per tender terms. In case

of any difficulties in logging complaint at bidder end, user will have option to log complaint at our call support

center.

We also undertake that in case of default in execution of this tender by the <Bidder Name>, the

<OEM/Company Name> will take all liabilities and responsibilities and necessary steps for successful

execution of empanelment against this tender.

We also undertake that to meet the timelines defined in the Tender, we will ensure that the empanelled Systems

are made available to <bidder> in time. If any product is declared end of life, we will ensure that a suitable

equivalent or higher roll over product is offered through <bidder> to NICSI for due approval and Order

executions thereafter.

No. 10(28)/2015-NICSI

Page 145 of 151

Thanking You

For <OEM>

<(Authorized Signatory)>

Name:

Designation:

Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person

competent and having the power of attorney to legally bind the manufacturer. The Bidder in its bid should

include it.

No. 10(28)/2015-NICSI

Page 146 of 151

8.15 Annexure 15: PMA Format

Format for affidavit of self certification regarding domestic value addition in an

electronic product, to be provided on Rs. 100/- stamp paper

Date: ..........................................

I .............................................................................. S/o, D/o, W/o

......................................................................... , resident of

................................................................................................................................................................ do

hereby solemnly affirm and declare as under:

That I will agree to abide by the terms and conditions of the policy of Government of India issued via

notification no. 8(78)/2010-IPHW dated 10-02-2012, the subsequent revision to the policy issued via

notification no. 33(3)/2013-IPHW dated 23-12-2013 and File No: 33(7)/2015-IPHW dated 16-11-

2015

That the information furnished hereinafter is correct to the best of my knowledge and belief and I

undertake to produce relevant records before the procuring authority or any authority so nominated

by the Department of Electronics and Information Technology, Government of India, for the purpose

of assessing the Domestic Value Addition.

That the domestic value addition for all inputs which constitute the said electronic product has been

verified by me and I am responsible for the correctness of the claims made therein.

That in the event of the domestic value addition of the product mentioned herein is found to be

incorrect and not meeting the prescribed value addition norms, based on the assessment of an

authority so nominated by the Department of Electronics Information Technology, Government of

India for the purpose of assessing the domestic value addition, I will be disqualified from any

Government tender for a period of 36 months. In addition, I will bear all costs of such an assessment.

No. 10(28)/2015-NICSI

Page 147 of 151

That I have complied with all conditions referred to in the notification no. ..............................., wherein

preference to domestically manufactured electronic products in government procurement is provided

and that the procuring authority is hereby authorized to forfeit and adjust my EMD and other security

amount towards such assessment cost and I undertake to pay the balance, if any, forthwith.

I agree to maintain the following information in the company’s record for a period of 8 years and shall

make this available for verification to any statutory authorities:

i. Name and details of the domestic manufacturer (Registered office, manufacturing unit

location, nature of legal entity)

ii. Date on which this certificate is issued

iii. Electronic product for which the certificate has been produced

iv. Procuring agency to whom the certificate is furnished

v. Percentage of domestic value addition claimed

vi. Name and contact details of the unit of the manufacturer

vii. Sale price of the product

viii. Ex-factory price of the product

ix. Freight, insurance and handling

x. Total bill of material

xi. List and total cost value of inputs used for manufacture of the electronic product.

xii. List and total cost of inputs which are domestically sourced. Please attach certificate from

suppliers if the input is not in-house.

xiii. List and cost of inputs which are imported, directly or indirectly.

For and on behalf of .................................................... (Name of firm/entity)

Authorized signatory (To be duly authorized by the Board of Directors)

<Insert Name, Designation and Contact No.>

No. 10(28)/2015-NICSI

Page 148 of 151

8.16 Annexure 16: Bank Guarantee Format for Furnishing

Security Deposit

Whereas National Informatics Centre Services Inc. (NICSI), NBCC Tower 1st Floor, 15, Bhikaji Cama Place, New Delhi-110066 (hereinafter called “NICSI”) had floated a Tender No. ……………………….. dated ……………… regarding Empanelment of Vendors for “SUPPLY, INSTALLATION, MAINTAINANCE AND ONSITE SUPPORT for LAN”, (Hereinafter called “the Tender”).

<Name of Vendor and Address>, having its registered office at <Address of Vendor Registered office> has been empanelled against the said Tender through Empanelment No.: ………………..(hereinafter called the “the Vendor”).

The Section No. 6.3 : Security Deposit of said Tender also provides for submission of a Security Deposit, equivalent to the amount of EMD, through a Bank Guarantee. In fulfillment of this Tender condition, We <Name of Bank>, a Banking company incorporated under the Companies Act, 1956 and carrying on Banking Business under ‘The Banking Regulation Act, 1949’ and having its Registered Office at <Complete Address> and its Corporate office at <Complete Address> and one of its branch Office at <Complete Address> (hereinafter called “the Bank”) at the request of <Name of Vendor>, hereby

guarantee payment to NICSI an amount not exceeding INR <Amount of Security Deposit in Figures> (Amount of Security Deposit in Words) under the following circumstances:

(i) If the Vendor withdraws or amends, impairs or derogates from the Empanelment in any respect within the period of validity of this empanelment.

(ii) If the Vendor: a. Defaults or deemed to have defaulted or in the case of non-acceptance of the purchase orders b. Fails or refuses to execute the empanelment. c. Vendor violates any Tender conditions.

We, <Name and Complete Address of Branch>, do hereby undertake to pay the amount due and payable under this guarantee without any demur, merely on a demand from the NICSI and without the NICSI having to substantiate its demand.

This guarantee will remain in force up to <90 days from the last date of empanelment/extended empanelment (as per the issued empanelment letter)> from <Date of Empanelment (as per issued Empanelment Letter)>, and any demand in respect thereof should reach the Bank not later than the above date.

For (Name and complete Address of Bank)

No. 10(28)/2015-NICSI

Page 149 of 151

8.17 Annexure 17: Bank Guarantee Format for Performance

Security

In consideration of National Informatics Centre Services Inc. (NICSI), NBCC Tower 1st Floor, 15, Bhikaji Cama Place, New Delhi-110066 (hereinafter called “ NICSI”) having agreed to exempt …………….<Name of Vendor> having its registered office at <Registered Office Address of Vendor> (hereinafter called “Vendor “) from the demand under the terms and conditions of the Empanelment No. ……………………….. dated ……………… regarding Empanelment of Vendors for “SUPPLY, INSTALLATION, MAINTAINANCE AND ONSITE SUPPORT FOR LAN ”, (Hereinafter called “the said Empanelment”) of Performance Security for the due fulfillment by the said Vendor of the terms and conditions contained in the said Empanelment, on production of a Bank Guarantee for INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance Bank Guarantee in Words).

2. We <Name of Bank>, a Banking company incorporated under the Companies Act, 1956 and carrying on Banking Business under ‘The Banking Regulation Act,1949’ and having its Registered Office at <Complete Address> and its Corporate office at <Complete Address> and one of its branch Office at <Complete Address> (hereinafter called “the Bank”) at the request of <Name of Vendor>, hereby guarantee payment to the NICSI an amount note exceeding INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance Bank Guarantee in Words) against any loss or damage caused to or suffered or would be caused to or suffered by the NICSI, by reason of any breach by the said Vendor of any of the term or conditions contained in the said Empanelment.

3. We, <Name and Complete Address of Branch>, do hereby undertake to pay the amount due and payable under this guarantee without any demur, merely on a demand from the NICSI, stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the NICSI by reason of breach by the said Vendor, of any of the terms and conditions mentioned in the said Empanelment or by reason of the Vendor’s failure to perform the said Empanelment. Any such demand raised by the NICSI on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our labiality under this guarantee shall be restricted to the amount not exceeding INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance Bank Guarantee in Words).

4. We undertake to pay to the NICSI, any money so demanded not exceeding INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance Bank Guarantee in Words) on demand notwithstanding any dispute or disputes raised by the Vendor in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us under this Bond shall be a valid discharge of our labiality for payment there under and the Vendor shall have no claim against us for making such payment.

5. We, <Name of Bank>, further agree that the guarantee herein contained shall remain in full force and in effect during the period that would be taken for the performance of the said Empanelment plus three months and that it shall continue to be enforceable till all the dues of the NICSI under or by virtue of the said Empanelment have been fully paid and its claim satisfied or discharged or till the NICSI certifies that the terms and conditions of the said Empanelment have been fully and properly carried out by the said Vendor and accordingly discharges this guarantee unless a demand or claims under this guarantee is made on us in writing on or before <Expiry Date>, we shall be discharged from all liability under this guarantee thereafter.

6. We, <Name of Bank>, further agree with the NICSI that the NICSI shall have the fullest liberty, without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Empanelment or to extend time of performance by the said Vendor from time to time or to postpone for any time or from time to time any of the powers exercisable by the NICSI against the said Vendor and to forebear or enforce any of the terms and conditions relating to the said Empanelment and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Vendor or for any forbearance, act or omission on the part of the NICSI or any indulgence by the NICSI to the said Vendor or by any such matter or things whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

7. This Guarantee will not be discharged due to the change in the constitution of the Bank or the Vendor.

No. 10(28)/2015-NICSI

Page 150 of 151

8. We, <Name of Bank>, lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the NICSI in writing.

9. Notwithstanding anything contained herein above:

9.1. Our liability under this Bank guarantee shall not exceed INR <Amount of Performance Bank Guarantee in Figures> (Amount of Performance Bank Guarantee in Words).

9.2. This Bank Guarantee shall be valid up to <Expiry Date>. 9.3. We are liable to pay the guarantee amount or any part thereof under this Bank guarantee only and only

if you serve upon us a written claim or demand before expiry date of this Guarantee. 9.4. After the expiry date is over, the Bank (guarantor) shall stand discharged from all its liabilities under

this Bank guarantee and all your rights under this Bank guarantee extinguished irrespective of the fact weather the Bank guarantee in original is returned back to us or not.

For (Name and complete Address of Bank)

No. 10(28)/2015-NICSI

Page 151 of 151

8.18 Annexure 18: Bank Guarantee Format for Furnishing

Earnest Money Deposit

Whereas National Informatics Centre Services Inc. (NICSI), NBCC Tower 1st Floor, 15, Bhikaji Cama Place, New Delhi-110066 (hereinafter called “NICSI”) having floated a Tender No. ……………………….. dated ……………… regarding Empanelment of Vendors for “SUPPLY, INSTALLATION, MAINTAINANCE AND ONSITE SUPPORT for LAN”, (Hereinafter called “the Tender”).

<Name of Vendor and Address>, having its registered office at <Address of Vendor Registered office> wish to submit its bid against the said Tender (hereinafter called the “the Vendor”).

The Section No. 5.3 : Earnest Money Deposit of said Tender also provides for submission of EMD through a Bank Guarantee. In fulfillment of this Tender condition, We <Name of Bank>, a Banking company incorporated under the Companies Act, 1956 and carrying on Banking Business under ‘The Banking Regulation Act, 1949’ and having its Registered Office at <Complete Address> and its Corporate office at <Complete Address> and one of its branch Office at <Complete Address> (hereinafter called “the Bank”) at the request of <Name of Vendor>, hereby guarantee payment

to NICSI an amount not exceeding INR <Amount of Earnest Money Deposit in Figures> (Amount of Earnest Money Deposit in Words) under the following circumstances:

(i) If the Vendor withdraws or amends, impairs or derogates from the Tender in any respect within the period of validity of Bid of this Tender.

(ii) If the Vendor having been notified of the acceptance of his Tender Bid by the NICSI during the period of its validity. a. If the Vendor fails to furnish the Performance Security to enable NICSI issue of empanelment. b. Fails or refuses to execute the empanelment. c. Vendor violates any Tender conditions.

We, <Name and Complete Address of Branch>, do hereby undertake to pay the amount due and payable under this guarantee without any demur, merely on a demand from the NICSI and without the NICSI having to substantiate its demand.

This guarantee will remain in force up to up to a period of 180 days from <Date of Bid Submission>, and any demand in respect thereof should reach the Bank not later than the above date.

For (Name and complete Address of Bank)


Recommended