+ All Categories
Home > Documents > Upgradation of Local Area Network - Directorate …dgft.gov.in/dgftmumbai/html/tenders/Tender for...

Upgradation of Local Area Network - Directorate …dgft.gov.in/dgftmumbai/html/tenders/Tender for...

Date post: 28-May-2018
Category:
Upload: dinhhuong
View: 214 times
Download: 0 times
Share this document with a friend
18
GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY OFFICE OF THE ADDITIONAL DIRECTOR GENERAL OF FOREIGN TRADE NISHTHA BHAVAN, 48, VITTHALDAS THACKERSEY MARG, CHURCHGATE, MUMBAI-20 FAX. : 022- 22063438. EPABX. : 22017716 / 22031074 / 22033097 / 22038094 E. MAIL I.D :- [email protected] Website: http://dgft.gov.in/dgftmumbai/ File No. Addl.DGFT/LAN up gradation/CC/2013-14 Dated 12.02.2014 TENDER NOTICE Upgradation of Local Area Network The Additional Director General of Foreign Trade, Mumbai herewith invites sealed tenders in two-bid system (Technical & Commercial) from authorized dealers/contractors, firms engaged in installation of IT & Networking products, herein after referred as ‘The Vendor’ and having a minimum of three year experience in this field of Local Area Networking. The Vendor will submit bids in two separate envelopes one marked “Technical Bid” and another marked “Commercial Bid” and sealed as per formats given in Annexure-7 & Annexure-8. These two envelopes should be sealed in one big envelope. Interested bidders may kindly send their bids along with application form duly filled and signed as per Annexure-5.The commercial bids of only those bidders will be opened whose Technical bids are found to be technically qualified. EMD (Earnest Money Deposit): –The bids should be submitted with a Demand Draft or Fixed Deposit executed with Nationalised /Scheduled Bank for Rs. 1,25,000/- (Rupees One Lakh Twenty Five Thousand Only ) in favour of Additional DGFT, Mumbai. The NSIC/SSI registered bidders are exempted from submission of EMD. The last date for submission of bids is 27.02.2014(3 pm). The Technical bids will be opened on 27.02.2014 at 3.30 PM. in the conference Room at 2 nd floor.’D’ wing,Nishtha Bhawan,New Marine Lines,Churchgate,Mumbai-400 020.The Tenderers who wish to be present, may so at the above venue. The financial bid will be opened on 28.02.2014 at 11 AM in the same venue. Financial bid of only those bidders would be opened who qualify technically. Those desirous to be present at the time of opening of tenders should carry proper authority letter. Vendor Prequalification conditions: The bidders fulfilling the following criteria are eligible to bid for tender. 1. The firm (vendor) must have a turnover of not less than Rs. One Crore in each of the last three financial years. For this purpose last three financial years would be considered as the one ended on 31.3.2013. 2. The Vender should have valid Sales Tax, Profession Tax, Shop Establishment registration and should be able to produce the copy/ documentary evidence of the same. 3. The Bidding firm/company/vendor should be a registered electrical contractor. 4. The bidder shall be an ISO 9001:2008 Certified Company. 5. The tender shall have experience of minimum 3 years in the similar field with execution of minimum one project of Rs. 50 lakhs along with Government / Semi-Got /Government undertaking/ Private clients. The documentary evidence for each of the above should be enclosed along with self attested performance letter. 6. The Bidder shall attach Manufacturers Authorisation certificate. (The above has to be supported by relevant documents furnished along with the bid)
Transcript

GOVERNMENT OF INDIA

MINISTRY OF COMMERCE & INDUSTRY

OFFICE OF THE ADDITIONAL DIRECTOR GENERAL OF FOREIGN TRADE

NISHTHA BHAVAN, 48, VITTHALDAS THACKERSEY MARG, CHURCHGATE, MUMBAI-20

FAX. : 022- 22063438. EPABX. : 22017716 / 22031074 / 22033097 / 22038094

E. MAIL I.D :- [email protected] Website: http://dgft.gov.in/dgftmumbai/

File No. Addl.DGFT/LAN up gradation/CC/2013-14 Dated 12.02.2014

TENDER NOTICE

Upgradation of Local Area Network

The Additional Director General of Foreign Trade, Mumbai herewith invites sealed tenders in two-bid

system (Technical & Commercial) from authorized dealers/contractors, firms engaged in installation of

IT & Networking products, herein after referred as ‘The Vendor’ and having a minimum of three year

experience in this field of Local Area Networking. The Vendor will submit bids in two separate

envelopes one marked “Technical Bid” and another marked “Commercial Bid” and sealed as per formats

given in Annexure-7 & Annexure-8. These two envelopes should be sealed in one big envelope.

Interested bidders may kindly send their bids along with application form duly filled and signed as per

Annexure-5.The commercial bids of only those bidders will be opened whose Technical bids are found

to be technically qualified.

EMD (Earnest Money Deposit): –The bids should be submitted with a Demand Draft or Fixed Deposit

executed with Nationalised /Scheduled Bank for Rs. 1,25,000/- (Rupees One Lakh Twenty Five Thousand

Only ) in favour of Additional DGFT, Mumbai. The NSIC/SSI registered bidders are exempted from

submission of EMD. The last date for submission of bids is 27.02.2014(3 pm).

The Technical bids will be opened on 27.02.2014 at 3.30 PM. in the conference Room at 2nd

floor.’D’

wing,Nishtha Bhawan,New Marine Lines,Churchgate,Mumbai-400 020.The Tenderers who wish to be

present, may so at the above venue. The financial bid will be opened on 28.02.2014 at 11 AM in the

same venue. Financial bid of only those bidders would be opened who qualify technically. Those

desirous to be present at the time of opening of tenders should carry proper authority letter.

Vendor Prequalification conditions:

The bidders fulfilling the following criteria are eligible to bid for tender.

1. The firm (vendor) must have a turnover of not less than Rs. One Crore in each of the last three

financial years. For this purpose last three financial years would be considered as the one ended on

31.3.2013.

2. The Vender should have valid Sales Tax, Profession Tax, Shop Establishment registration and should

be able to produce the copy/ documentary evidence of the same.

3. The Bidding firm/company/vendor should be a registered electrical contractor.

4. The bidder shall be an ISO 9001:2008 Certified Company.

5. The tender shall have experience of minimum 3 years in the similar field with execution of minimum

one project of Rs. 50 lakhs along with Government / Semi-Got /Government undertaking/ Private

clients. The documentary evidence for each of the above should be enclosed along with self attested

performance letter.

6. The Bidder shall attach Manufacturers Authorisation certificate.

(The above has to be supported by relevant documents furnished along with the bid)

Vendor Prequalification: Only those firms which qualify Vendor Prequalification will qualify for

Technical qualification.

1. Existing Architecture Diagram Annexure-1

2. Proposed Architecture Diagram Annexure-2

3. Bill of Material Annexure-3

4. Technical specification of components Annexure-4

5. Application form Annexure-5

6. Standard terms and conditions of contract (STACs) Annexure-6

7. Format of Technical Bid Annexure-7

8. Format of Commercial Bid Annexure-8

Important dates:

I. Date and time for accepting tender -- Upto 3.00 PM on 27.02.2014

II. Date of and timing for opening of the tender – Technical Bid- 3.30 PM on 27.02.2014

Commercial Bid – 11 AM on 28.02.2014

Sr. No Item E.M.D Performance guarantee in

form of Bank guarantee

(from Nationalized Bank)

1

Upgradation of Local

Area Network

Rs.125000/-

In words – Rupees One Lakh

Twenty Five Thousand Only

Rs. 100000/-

In words – Rupees One Lakh

Only

Scope of work-

The scope of work of this tender is to Upgrade the existing Local Area Network of Additional DGFT

Office, Mumbai in order to make it efficient and reach the highest speed of processing. The Network

Architecture diagram of existing system is given in Annexure-1. The up gradation of the system would

be required to be done as per the proposed Architecture diagram attached at Annexure-2.

Therefore the scope of work will include the Supply, Installation and upgradation work of Local Area

Network which would include the Supply, Installation and Commissioning of Cat6 Cable, Patch Panel,

Casing Patti , Layer 2 52 port Giga switch,UPS and accessories. The bill of material is given in format

attached as Annexure-3.

Technical specification

The Technical specification of each of the items is given in Annexure-4.

Standard Terms & Conditions

The bidder would be required to adhere to the Terms and conditions specified in this Tender as per

Annexure-6.

Downloadable tender document is available on web site http://www.mumbai.dgft.gov.in

(Nitish Suri)

Asstt. Director General of Foreign Trade

For Additional Director General of Foreign Trade

Existing Architecture Diagram

Existing Architecture Diagram Annexure-1

Proposed Architecture Diagram Annexure

Proposed Architecture Diagram Annexure-2

Bill of Material Annexure 3

Sr.no Item Qty

1 Cat6 Cable 23

2 Patch Panel 24

3 Casing Patti/Conduits 4000

4 I/o 400

5 Faceplate 400

6 Back box 400

7 Ferol 10

8 Marker Tie 10

9 Cable Tie 10

10 Patch Cord 1 meter 400

11 Patch Cord 2 meter 400

12 Velcro 50

13 36 U Network Rack 1

14 Layer 2, 48 port Giga switch 10

15 Layer 2 , 24 port Giga switch 2

16 10 KVA UPS 1

17

Termination Point Cable Laying &

Casing, Panel Termination, I/O

Termination, Rack Fixing & Dressing,

Backbox/ Faceplate, Testing

Documentation etc

In required

quantity

Annexure 4

Technical specification of components PASSIVE COMPONENT SPECIFICATION

1. CABLING SYSTEM AND COMPONENT SPECIFICATIONS

• CAT 6 Cable

Parameter Required Specifications

Type Unshielded Twisted Pair 4 Pair , Category 6, TIA / EIA 568-B.2.1

4 pair with ETL test report for channel and zero bit error. All UTP component

should be from the same OEM. The OEM should be ISO 9001:2000 certified.

The cabling should be certified to have application support warranty for next

25 year or higher.

Material:

Conductors 24 AWG solid bare copper

Insulation Polyethylene or polyolefin

Jacket Flame Retardant PVC

Approvals UL Listed

ETL Certified

Operating

temperature

-20 Deg. C to +60 Deg. C and storage temp 75 Deg. C

Frequency tested up

to

Minimum 300 MHz

Packing Box of 305 meters

Propagation Delay

536ns/100M Max

Delay Skew 45ns / 100m Max..

Impedance 100 Ohms + / - 15 ohms

Parameter Required Specifications

Performance

characteristics to be

provided along with

bid

Attenuation, Pair-to-pair and PS NEXT, ELFEXT and PSELFEXT, Return Loss,

ACR and PS ACR

• UTP Jacks

Type PCB based, Unshielded Twisted Pair, Category 6, TIA / EIA 568-B.2.1

Durability

Modular Jack 750 mating cycles

Wire terminal 200 termination cycles

accessories Strain relief and bend-limiting boot for cable

Integrated hinged dust cover

Materials

Housing Polyphenylene oxide, 94V-0 rated

Wiring blocks Polycarbonate, 94V-0 rated

Jack contacts Phosphor Bronze plated with 50 micro-inch gold over 100 micro-inch of nickel.

Approvals UL 1863

Performance

Characteristics to be

provided with bid

Attenuation, NEXT, PS NEXT, FEXT and Return Loss

• Jack Panels

Type

24-port, Modular, PCB based, Unshielded Twisted Pair, Category 6, ANSI/ TIA /

EIA 568-B.2.1

Ports 24

Port arrangement Modules of 6-ports each

Category Category 6

Circuit Identification

Scheme

colour lable/Icons on each of 24-ports

Port Identification 9mm or 12mm Labels on each of 24-ports (to be included in supply)

Height 1 U (1.75 inches)

Durability

Modular Jack ≥ 750 mating cycle

Wire terminal (110

block)

200 termination cycles

Accessories Models with optional cable retention fixture for enhanced strain relief and bend

limiting boot for cable

Materials

Housing Polyphenylene oxide, 94V-0 rated

Wiring blocks Polycarbonate, 94V-0 rated

Jack contacts Phosphorous bronze, plated with 1.27micro-meter thick gold

Panel Black, powder coated steel

Approvals UL 1863

Termination Pattern TIA / EIA 568 A and B;

Performance

Characteristics to be

provided along with

bid

Power summation, ACR, NEXT, ELFEXT and Return Loss

• Faceplates

Type 1-port, White surface box

Material ABS / UL 94 V-0

No. of ports One

Write on labels and Plug in Icon-Icon tree – to be supplied with plate, should be

able to support variety of jacks UTP,STP only

Technical Specifications of Active Components

Layer 2 Giga Switch

General

Number of Ports

For 52 Port: 48 10/100/1000Mbps + 4 SFP

Performance

Switching Capacity

For 52 Port: 104Gbps

64-byte Packet Forwarding rate

For 52 Port: 77.4 Mpps

MAC Address Table: 16K

Physical/Environmental

AC Input: 100 to 240 VAC, 50/60 Hz internal universal power supply

Operating Temperature: -5 to 50 ˚C (41 to 122 ˚F)

Operating Humidity: 0% to 95% non-condensing

Certifications: FCC Class A, CE Class A, ICES-003, VCCI Class A, C-Tick,

BSMI

Safety: CUL, LVD

Layer 2 Features

Should support Loopback detection(LBD)

Should support Port Trunking with 10 Group and 8 Ports per group

Should Support IEEE 802.1D and 802.1w

Should Support HOL Blocking Prevention

Should support LLDP (Link Layer Discovery Protocol) provides IEEE

802.1AB

Should Support Cable Diagnostics

Layer 2 Multicast

Should Support Multicast Filtering (Forwards all unregistered groups,

Filters all unregistered groups)

Should support IGMP v1/v2 Snooping

Should supports 256 IGMP groups

Should supports at least 64 static multicast addresses

Should support IGMP per VLAN

Should supports IGMP Snooping Querier

VLAN

Should Support 802.1Q VLAN with Max. 4K static VLAN groups (Max.

4094 VIDs)

Should Support Asymmetric VLAN

Should Support Auto Surveillance VLAN

Quality Of Service

Should Support 802.1p Quality of Service with 4 queues per port

Should Support Strict and Weighted Round Robin (WRR) Queue Handling

Should Support Port-based Bandwidth Control (Ingress/Egress, min

granularity 10/100/1000 is 64 Kbs)

Should Support QoS based on: 802.1p Priority Queues, DSCP, ToS, IPv6

Traffic Class, TCP/UDP port

Access Control List (ACL)

Should support Max. 50 profiles, Max. 200 rules shared by profiles and

Each rule can be associated with a single port or multiple ports

Should support ACL based on: MAC Address, IPv6 Address

(ICMP/IGMP/TCP/UDP ), 802.1p, DSCP Ethernet type

Security

Should support Broadcast/Multicast/Unicast Storm Control

Should support function to protect the switch against traffic flooding

caused by virus attacks

Should support DHCP Server Screening

Should support smart IP-MAC-Port Binding

Should support Supports DHCP Snooping

Should support ARP Spoofing Prevention

Should support Traffic Segmentation

Should support SSL v1/v2/v3

Should support 802.1X Port-based Access Control

Should support Port Security up to 64 MAC addresses per port

AAA Should support 802.1X Authentication

Should support EAP, OTP, TLS, TTLS, PEAP

Management

Should support Web-based GUI, Single IP Management, Compact CLI,

Should support Telnet Server

Should support RMONv1, SNMP v1/v2c/v3 and SNMP Trap

Should support Backup/Upgrade firmware

Should support Upload/Download Configuration file

Should support ICMP v6

Should support IPv4/v6 Dual Stack

Should support DHCP Auto Configuration

Should support Trusted Host

Should provide Switch Discovery/ Management Utility

Green Technology

Should support IEEE 802.3az EEE

Should support Power saving via LED and port shutoff

Should support Power saving via port standby

Should support Power saving via system hibernation

Should support Power saving via cable length detection

Should support Power saving via link status detection

Technical Specifications of 10KVA UPS

Type 3 phase input - 3 phase output

Capacity 10 KVA

INPUT

No. of Phases 3 Phase – 4 Wire

Voltage Range 310 V – 480 Volt AC

Input Frequency Range 45 – 55 Hz

OUTPUT

Power 8000 W

Load PF Range 0.8 lagging

Phase 3 Phase- 4 Wire

Output Waveform Pure Sine Wave

Voltage 400V ± 2% (P-P), 380V & 415V user selection also available

Frequency 50Hz +/-0.1Hz

Load Crest Factor > 3:1

Output Voltage THD <=3% on Linear Load

Loading Capacity 110% for 8 Minutes/ 125% for 1 Min/ 150% for 13 Sec

BY-PASS

Capacity 125% continues

Maintenance By-Pass Available

BATTERIES

No. of 12V Batteries 30

Voltage 360 V DC

Battery Charging current 10 Amp

Battery Recommendation From 7.2 Ah to 200 Ah

Battery Self Test Automatic & Manual

USER INTERFACE

Communication port RS-232 Server and Client

Operating System Windows95/98/NT/2000/XP

GENERAL

Indication LCD pannel

Alarm Mains Failure, Battery Low, Over Load Short Circuit

Protection Short Circuit , Over Voltage & Under Voltage Protection

Cooling Forced Air Cooling

UPS Efficiency > 90%

Operating Temperature 0-45DegC

Operating Humidity 95% Condensing

Monitoring Software Additional Software available for remote monitoring

Accoustic Noise <45 Db at 1 meter

Protection Class Ip20

UPS Weight(Without Batteries) 155Kg

Annexure_5

To,

Additional Director General of

Foreign Trade, Mumbai Zonal Office,

Mumbai

Madam/Sir,

I / We hereby accept the terms and conditions mentioned in the Tender No. Addl.DGFT/LAN

upgradation/CC/2013-14 dated 12.02.2014 for Upgradation of Local Area Network at the office of

DGFT, Mumbai.

I / We agree that the offer shall remain open for acceptance for a minimum period of three months

from the date fixed for opening the tender and thereafter till it is withdrawn by me/us by notice in

writing duly addressed to the authority opening the tender and sent by registered post or delivered

at the office of such authority.

Demand draft No.(s)/Fixed Deposit Receipt(s) dated __/__/2014 for Rs._______payable at Mumbai

in favour of “Additional DGFT,Mumbai” towards the earnest money is /are enclosed.

I / We understand that, the amount of earnest money will not bear interest and shall be liable to be

forfeited to the Government if I/we fail (i) to keep the offer open for the period mentioned above

and (ii) if this offer is accepted, fail to sign and complete the contract documents as required by the

DGFT, Mumbai or furnish the security deposit as specified under terms and conditions of the

contract. The amount of earnest money may be adjusted towards the security deposit or refunded

to me/us unless the same or any part thereof has been forfeited as aforesaid.

Date:

Full Address: Name in block letters.______________

Telephone No/s

Fax No

Email address.

Annexure 6

STANDARD TERMS AND CONDITIONS OF OPERATING CONTRACT (STACs)

In context of this document following definitions will apply:

(a) Purchaser: - The Purchaser is the DGFT acting through the authority issuing the purchase order.

This term is synonymous to Buyer.

(b) Vendor: - The vendor is the party to whom tender enquiry has been sent. The party may or not

respond to the tender enquiry.

Validity: - The STAC as stipulated hereunder except to the extent agreed to the modified by the

purchaser, in writing, shall supersede conditions stipulated by the Vendor.

Contract:

The contract shall deem to have been concluded by the “acceptance of tender” issued in the form

of a purchase order. The acceptance may be communicated to the Vendor by fax or

registered/speed post. The Vendor is required to acknowledge receipt of the acceptance within 3

working days. However, non-acknowledgement on the part of the Vendor does not affect the

“acceptance of tender” or the conclusion of contract.

All communications by the Purchaser to the Vendor will be deemed to have been made by e-mail,

fax, or registered/speed post to the number or address furnished by the Vendor.

The purchaser shall not be liable for any obligation, monetary or otherwise, that has not been

expressly stated in the contract.

The Vendor shall deem to have indemnified the Purchaser against all claims by third parties relating

to the contract, including but not limited to intellectual property rights.

The Vendor shall not disclose any information provided to him by the Purchaser except to the

extent required to execute the contract.

Effective Date of Contract

The effective date of Contract will be the date on which the work order is issued.

Specifications

The specifications governing the project to be supplied may be provided with the tender enquiry as

an enclosure. A quote received against a tender enquiry shall be deemed to commit the Vendor to

those specifications.

Where an aspect is not covered in the specification, the Vendor shall be required to confirm to the

good quality standards that he had provided in the past to the Purchaser or to any other buyer.

The specification contained in the tender enquiry may be modified if requisite specifications are not

available, by mutual consent in written before the contract is accepted.

Networking Components:

In case of defects occurring to any component during the tender period, the component is to be

replaced by the Vendor within 24 hours free of cost. Similarly, onsite support shall be provided by

the Vendor by way of stationing 1 technician at DGFT office within the project cost, during the

period of tender i.e. 4 weeks.

Price:

When quoting against a tender enquiry, all components of the price of such as the basic price and

different type’s taxes and charges shall be listed separately. Where only ‘rates’ are applicable, they

shall be explained clearly.

The proposed cost by the vendor shall include procurement, implementation, and commissioning

and post warranty annual maintenance contract.

The vendor should submit separate annual maintenance contract with details of the service to be

provided including cost.

FOR COMMERCIAL BID

Note: The cost shall include

1. Supply, installation and commissioning of Local Area Network with appropriate cabling work with

material.

2. Quantity in BOQ is likely to be increased or decreased without assigning any reason.

3. Payment will be calculated on the basis of actual work done.

COMMERCIAL ASPECTS

a) Penalty for downtime

The DGFT may make a complaint about the equipment/service through letter, fax, e-mail, phone,

SMS or any other means as the DGFT thinks fit or convenient. On receiving complaint about

equipment/service, the vendor will respond and repair/replace or provide required services within

24 hours, if failed, penalty shall be levied Rs. 500/- per day

b) Terms of Delivery and Payment:

Payment Terms: - As per current practices, no advance payment is permissible. However, to ensure

cash flow, commensurate with progress of the project and the deliverables, stage

payment schedule is suggested in succeeding paragraphs.

On delivery of the Material 80% payment will be released and balance payment will be release after

successful commissioning.

The invoice has to be submitted in triplicate. The DGFT may at any time, by a written order given to

the Vendor make changes within 15 days of the general scope of the contract in any one or more.

c) Commercial Bid

The Commercial Bids are to correspond to the Technical Bids and contain all costing

details.Commercial bids of only technically qualified vendors will be considered. The information in

commercial bid must be in unitized form so that commercial bid of all firms can be properly

compared and L1 vendor can be clearly established. The DGFT reserves the right to accept or reject

any tender without assigning any reason.

d) Time Frame:-

The vendor should ensure the completion of the work within 4 working weeks (excluding holidays)

from the date of awarding of the contract. A penalty of Rs.5000/-per day will be imposed if the

completion of project goes beyond a period of 4 weeks from the date of award of contract.

NOTE – If L1 is unable to complete this project in 4 weeks, OR if L1 fails to successfully carry out the

work, then L2 will be requested to match L1 rates and carry out the work and so on.

Force majeure:

If either of the parties suffer delay in due execution of their contractual obligation due to the

operation of one or more of the force majeure events such as but not limited to, act of God,War,

food, earthquake, strikes, Lockouts, fire, epidemics, riots, uncontrollable events, civil commotions

etc. the agreed time for the completion of respective obligations shall be extended by a period of

the time equal to the period of the delay occasioned by such events. On the occurrence and

cessation of any such event, the party affected thereby shall give notice in writing to the other

party. Such notices to be given within 15 days of occurrence/cessation of the event concerned. If

the force majeure conditions continue beyond 30 days the parties shall mutually decide about the

future course of action.

Signature of the vendor along with seal

FORMAT FOR TECHNICAL BID Annexure-7

Sr. No.

Particulars Details

1 EMD of Rs.1,25,000/- OR copy of registration with NSIC/SSI for

exemption,if any

2 Turnover- Rs. /- (copy of audited balance sheet to be

enclosed)Income Tax returns for last 3 years

3 Self attested Copy of Valid Sales Tax,Profession Tax, Shop

Establishment certificates

4 Self attested Copy of registration as electrical contractor

5 Work experience for such work(self attested copy to be enclosed)

6

Self attested copy of Manufacturers Authorisation Letter & ISO

9001:2008 Certificate

Note:

1. Self attested Photo copies of above for proof should be attached.

2. Originals should be available for verification at the time of opening tender.

Annexure-8

FORMAT FOR COMMERCIAL BID

Sr.no

Procurement,

Installation

and commissioning work

of Local Area Network

Qty Rate VAT

Service

Tax

Total

Cost

1 Cat6 Cable 23

2 Patch Panel 24

3 Casing Patti 4000

4 I/o 400

5 Faceplate 400

6 Back box 400

7 Ferol 10

8 Marker Tie 10

9 Cable Tie 10

10 Patch Cord 1 meter 400

11 Patch Cord 2 meter 400

12 Velcro 50

13 36 U Network Rack 1

14 Layer 2 48 port Switch 10

15 Layer 2 24 port Switch 2

16 10 KVA UPS 1

17

Installation charges for

Cable Laying & Casing,

Panel Termination, I/O

Termination, Rack

Fixing & Dressing,

Backbox/ Faceplate,

Testing,

Documentation etc Lumpsum

Note: Above cost shall include

1. Procurement, installation and commissioning of Local Area Network.

2. Quantity is likely to be increased or decreased without assigning any reason.

3. Payment will be calculated on the basis of actual work done

Name in block

Signature of the vendor along with seal

Deliverables

1: Network Architecture as per Annexure 2

2: 100% cabling efficiency as per fluke test report.Fluke Test Report should be submitted in the said

regard.

Responsibilities of Vendor and DGFT:

A) Vendor Responsibilities

1. The vendor will have to deploy suitable manpower to supervise the work having knowledge of

Local Area Networking implementation.

2. Vendor shall provide project plan for the procurement, implementation.

3. Vendor shall continue to provide maintenance and support during and after the warranty period.

4. Vendor shall submit the annual maintenance contract for the passive 7 active components

maintenance to be carried out after the expiry of warranty period.

B) DGFT’s Responsibilities:

1. Acceptance of tender

2. Acceptance of passive 7 active components.

3. DGFT office will provide assistance to show the locations, electric points and will ensure that the

site is available for installation as per the schedule stated.

4. The DGFT or his designated officer will check for correctness of the Networking functioning.


Recommended