(SCHEDULE-A)
S.NO. OF TENDER
FILE NO.
Name of the party in whose
Favor the Tender form has
Been issued: -
::
_______________________________________________
XX-317/Up-Gradation of Wireless Network/2011-12/St.
_______________________________________________
______________________________________________
______________________________________________
The Director,
All India Institute of Medical
Sciences, Ansari Nagar.N.Delhi-29
Dear Sir,
1. I/We hereby submits our tender for Up-gradation of existing wireless network of 2.4/ 5.8 GHz license
free wireless equipment with accessories and cabling on turnkey basis which includes Supply, Installation
& Commissioning of latest equipment as per the specifications provide in this document and integration
with the existing network installed at AIIMS campus.
2. I/WE now enclosing herewith the Bank Guarantee/FDR/D.D. No dated.
for Rs.6,00,000.00 (Rupees Six Lakhs only) drawn in favor of the DIRECTOR, AIIMS, NEW DELHI
towards EMD/Bid Security. Tenders not accompanied with fresh EMD/Bid Security (along with Technical
Bid Part-I) shall be summarily rejected.
3. I/We have gone through all terms and conditions of the tender documents before submitting the same.
& hereby agrees to all the terms and conditions, stipulated by the AIIMS, in this connection including
delivery, service, penalty etc.
4. I/We have noted that over written entries shall be deleted unless duly out & rewritten and initialed.
Tenders are duly signed (No thumb impression should be affixed).
5. I/We undertake to sign the contract/agreement within 7 (seven days) from the issue of the letter of
acceptance if required, failing which our/my security money/ bid security deposited may be forfeited and
our/my name may be removed from the list of suppliers at the AIIMS New Delhi-29.
NOTE: ALL TERMS & CONDITIONS SUCH AS RATES AND TAXES ETC, HAS BEEN INDICATED
SEPARATLY IN THE QUOTATION. DURING THE RATE CONTRACT PERIOD BASIC PRICE
EXCEPT GOVT. LEVIES OF THE ITEM WILL NOT BE CHANGED. OTHER TERMS AND
CONDITIONS ARE ALSO AS PER YOUR REQUIREMENT.
Yours faithfully
Signature of Tenderer with full Address.
WITNESS______________________________________
WITNESS______________________________________
WITNESS______________________________________
WITNESS______________________________________
1
Document cost
in rupees
Rs.1000/-
Date of opening of tenders has been indicated in the tender forms. Tender form containing detailed
specification/ items along with terms and conditions can be had from the office of the Stores Officer (DO), Ist Floor,
Animal House Bldg. AIIMS, New Delhi- 110029 against requisite Pay Order/Demand Draft towards the cost of tender
documents (Non-refundable) as mentioned above in favor of the Director AIIMS, New Delhi-110029 along with
request on firms printed letter head. (Postal Orders/ Cash are not acceptable). The bid security as mentioned
above will have to be deposited through Bank Guarantee/ Demand Draft in favor of the Director AIIMS, New Delhi
along with the tender. No interest is payable on EMD/Bid Security Deposits.
THE BIDDERS MAY DOWNLOAD THE TENDER DOCUMENTS DIRECTLY FROM THE WEBSITE
AVAILABLE AT www.aiims.edu, www.AIIMS.ac.in and www.tender.govt.in. IN SUCH CASE, THE BIDDERS
ARE REQUIRED TO SUBMIT THE TENDER COST FEE as mentioned in the tender notice (NONREFUNDABLE) BY WAY OF SEPARATE DEMAND DRAFT DRAWN IN FAVOUR OF DIRECTOR, AIIMS, New
Delhi, India, AND THE SAME SHOULD ESSENTIALLY BE ENCLOSED ALONGWITH THE TECHNO
COMMERCIAL BID.
Tender form will be supplied by post/ per bearer on receipt of request on firms printed letterhead along
with the requisite demand draft/ pay order for each set separately between 2.00 p.m. & 4.30 p.m. on all full working
days and on Saturday from 11.00 a.m. to 1.00 p.m. up to 27.06.2012 (If the last date for sale, submission & opening
of tender falls on any Government declared holiday, the next working day will be considered as last date for the
same).
1.
2.
3.
4.
5.
1. Tender should be addressed to the Director, All India Institute of Medical Sciences, Ansari Nagar, New
Delhi-29 and submitted to the Office of the Stores Officer, (Main) under sealed cover failing which the
tender shall be rejected.
2. The Director, AIIMS New Delhi reserves the right to cancel/reject full or any part of the tender at any
stage, which, do not fulfill the conditions, stipulated in the tender. No correspondence will be entertained
in this regard.
3. Mixed quotations will not be considered for acceptance.
4. TENDER SHOULD INVARIABLY BE SUBMITTED IN TWO BID SYSTEM CONTAINING TWO
PARTS AS DETAILED BELOW:
PART-I: - TECHNO-COMMERCIAL BID IN ONE SEALED COVER CONTAINING ONLY TECHNICAL
SPECIFICATION OFFORED ALONGWITH LITRATURE, PAMPHLETS, DRAWING ETC. THIS COVER
SHOULD CONTAIN COMPLETE TECH. SPECIFICATIONS, MAKE, MODEL, NAME OF SUPPLIER/
MANUFACTURER & COMMERCIAL TERMS ETC. OFFERED.
PART-II: - PRICE BID/FINANCIAL BID IN SEPARATE SEALED COVERS CONTAINING PRICE
DETAILS ONLY. BOTH THE SEALED ENVELOPES (PART-I & II) SHOULD THEN BE PUT IN
OUTERCOVER INDICATING THEREON:
1.
2.
3.
4.
5.
PLEASE NOTE THAT PRICES SHOULD NOT BE INDICATED IN THE TECHNO- COMMERCIAL BID
(PART-I). THE PRE-QUALIFICATION DOCUMENTS INCLUDING E.M.D./BID SECURITY AS
REQUIRED IN THE TENDER DOCUMENT SHOULD INVARIABLE BE ACCOMPANIED WITH THE
TECHNO-COMMERCIAL BID.
NOTE: -TENDERS SUBMITTED WITHOUT FOLLOWING TWO-BID SYSTEM PROCEDURE AS
MENTIONED ABOVE WOULD BE SUMMARILY REJECTED.
5. The tender forms be clearly filled in ink legibly or typewritten giving full address of the tenderers. The
tenderers should quote in figures as well as in words. Alterations/overwriting/cuttings unless legibly
attested by the tenderers, shall disqualify the tenders. The tenders should be signed by the tenderer
himself/themselves or their authorized agent on their behalf (Authorization may be enclosed, if
applicable).
3
6. The basic price in Indian Rupees should be quoted, unit wise, both in figure and words separately for
each items inclusive of packing, forwarding, freight, insurance and installation charges at site etc.
7. THE INSTITUTE IS NOT AUTHORIZED TO ISSUE C/D FORMS.
8. THIS TENDER DOCUMENT AND SUBSEQUENT RATE CONTRACT WITH THE APPROVED FIRM
ARE NON-TRANSFERABLE.
9. The tenderers should take care that the rates and amounts are typed in such a way that interpolation is
not possible; no blanks should be left which would otherwise, make the tender rejected.
10. The rates quoted will be valid for 39 months w.e.f. date of award of tender or till finalization of new
tender which ever as earlier.
11. Complete Technical details along with make, model number, complete specification,
pamphlets, and literature of the systems highlighting the special features of their offer should be
supplied along with the quotation.
12. Quotation strictly should be as per tender specifications/conditions. No deviations in the specifications
of the items would be accepted. Quotations no adhering to the specifications will be out rightly rejected.
13. The Institute shall have the right to reject any tender at any stage without assigning any reason
thereof. No correspondence, whatsoever, will be entertained in this regard.
14. AIIMS or its representative shall have the right to inspect or to evaluate the software/hardware to
confirm their conformity to the ordered specifications. The supplier shall provide all reasonable facilities
and assistance to the inspector at no charge to AIIMS. In case any inspected or tested features fail to
conform to the specifications, AIIMS may reject them and supplier shall either replace the rejected goods
or make all alterations necessary to meet specification required free of cost to AIIMS.
15. The tenderers shall clarify/state whether he/they are accredited agent or sole representative
indicating principals and agent quoting on behalf of their manufacturers/principals must attach authority
letter in their favor. The bids received without authority letter are liable to be rejected. No piece meal
solution will be accepted; complete solution as above by single vendor is required.
16. Handwritten quotations shall not be accepted.
17. Delivery prospects with definite date of delivery at destination taking into cognizance transit facilities
must be indicated.
18. EACH TENDER SHOULD BE ACCOMPANIED WITH AN EMD/BID SECURITY AMOUNTING TO
Rs. SIX LAKHS (RUPEES SIX LAKHS ONLY) BY WAY OF DEMAND DRAFT/ FDR/ BANK
GUARANTEE DRAWN IN FAVOUR OF DIRECTOR, AIIMS, NEW DELHI, FAILING WHICH THE
TENDER SHALL NOT BE CONSIDERED FOR ACCEPTANCE AND WILL BE OUTRIGHTLY
REJECTED. IN CASE OF BANK GUARANTEE/ FDR, IT SHALL BE VALID FOR 39 MONTHS FROM
THE DATE OF OPENING AND THE SAME SHOULD BE FROM ANY SCHEDULED BANK (AS PER
THE LIST ENCLOSED). CASH/CHEQUE IS NOT ACCEPTABLE AT ALL. THE EMD/BID SECURITY
DEPOSITED AGAINST OTHER TENDERS CANNOT BE ADJUSTED OR CONSIDERED FOR THIS
TENDER. NO INTEREST IS PAYABLE ON EMD/BID SECURITY.
19. On completion of the contract in all respect, the security deposit made by the vendor will be refunded
to the firm on demand without any interest on presentation of No demand certificate from the
Department and the Stores Accounts Section.
20. In case the vendor fails to comply with the terms and conditions of the contract or fails to carry out the
servicing/maintenance, the institute shall be entitled to forfeit the security money and removal of their
name from list of contractors.
21. The vendors will attend to any number of breaks down emergency calls without extra payment and
the calls will be attended immediately.
22. In case of any component failure, the vendor will procure/provide these parts and set the
machines/equipments in order immediately. The Vendors are requested to give detailed tender in their
own forms.
23. In case of non supply of material within the due date i.e. with in the date of delivery, the Director,
AIIMS, New Delhi will have the right to impose penalty as deemed fit and resort to risk purchase in full or
part thereof at his/her discretion, his/her decision shall be final and binding.
24. Force Majore Clause :-Any failing of omission to carry out the provision of the contract by the
supplier shall not give rise to any claim by any party, one against the either, if such failure of omission or
arises from an act of God, which shall include all acts of natural calamities such as fire, flood, earthquake
hurricane or any pestilence or from civil strikes, compliance with any stature and/or regulation of the
Government, lookouts and strikes, riots, embargoes or from any political or other reasons beyond the
suppliers control including war (whether declared or not) civil war or state or insurrection, provided that
notice or the occurrence of any event by either party to the other shall be given within two weeks from the
date of occurrence of such an event which could be attributed to force major conditions.
25. Excise Duty & other such levy imposed by the Govt. of India from time to time will be authorized extra
on demand with adequate proof thereof.
26. No payment shall be made for rejected material. The tenderer would remove rejected items
immediately at their own cost. In case these are not removed, these will be disposed off in a manner as
deemed fit by the authorities at the risk and responsibility of the suppliers without any further notice.
27. Tenderers submitting tenders would be considered to have considered and accepted all the terms
and conditions. No inquiries verbal or written shall be entertained in respect of acceptance or rejection of
the tender.
28. TENDER SHALL BE REJECTED IF THE COPY OF SALES TAX REGISTRATION CERTIFICATE
(Now called as VAT)/Service Tax Registration Certificate. Sales tax (VAT)/Service Tax and other
statutory levies should be shown separately and should not be included in the basic price. Otherwise it
will not be considered.
29. Any action on the part of the tender to influence anybody in the said Institute will be taken as an
offence and the tender submitted by the firm will subsequently be rejected and the vendor may be liable
to be debarred from bidding for AIIMS tenders in future for a period of three years.
30. FALL CLAUSE :-The price charged for the Stores/Equipments, under the reference, by the supplier
shall in no even exceed the lowest price at which the supplier the Stores/Equipments of same identical
description to any other person/organization/ Institution during the currency of the contract as per fall
clause adhered by D.G.S.& D. If at any time, during the said period the supplier reduced the said prices
of such/Stores/Equipment or sales such stores to any other person/organization/ Govt. Institution/ Co.
Operative Stores at price lower than the quoted price, he shall forthwith notify such reduction or sale to
the Director, All India Institute of Medical Sciences and the price payable for the Stores supplied after the
5
date of coming into force of such reduction or sale shall stand correspondingly reduced and should
attach an undertaking on non-judicial stamp paper of Rs 10/- duly attested otherwise quotation
shall be summarily rejected.
32. PAYMENT: The payment for services rendered shall be made direct to the party by the Accounts
Officer (Stores Accounts) on presentation of bills on triplicate duly prereceipted along with a certificate
from the Departments.
33. ARBITERATION CLAUSE: - If at any time, any question, dispute or difference whatever shall arise
between the two parties (AIIMS on the one hand and vendor on the other hand) in relation to the
purchase either of the parties may give to the other notice in writing the existence of such a question,
dispute or difference and the same shall be referred to two arbitrators, one to be nominated by the firm.
Either party shall serve such a notice of the existence of any question, dispute or difference in connection
with this purchase within 30 days of the beginning of such dispute failing which all right or claims shall be
deemed to have been forfeited and absolutely barred. Before proceeding with the reference the
arbitrators shall appoint/nominate an umpire. In the event of the arbitrators not agreeing in their award the
umpire appointed by them shall enter upon the reference and his award shall be binding on the parties.
The venue of the arbitrator shall be at AIIMS. The provision of the Indian Arbitration and Reconciliation
Act 1996 and of rules framed if under and any statutory modifications thereof shall be deemed to apply
and be incorporated for the supply, installation, installation and commissioning etc. Upon every or any
such reference the cost of any incidents to the reference and awards respectively shall be at the
discretion of the arbitrators on in the event of their not agreeing of the Umpire appointed by them who
may determine the amount thereof or direct the same to be fixed as between solicitors and client or as
between parties and shall direct by whom and in what manners the same shall be borne and paid.
34. The court of Delhi will have the jurisdiction to try any matter, dispute or reference between the parties
arising out of the contract. It is specifically agreed that no court outside and other the court shall have
jurisdiction in the matter.
35. NON BLACKLISTING CLAUSE: - The tenderer shall furnish a non-blacklisting certificate attested by
a Notary that the firm has not been blacklisted in the past by any government/ Private institution. The
tenderer/Supplier has to give an affidavit on non-judicial stamp paper of Rs.10/- duly attested that there is
no vigilance/CBI case pending against the firm/supplier and the firm has not been blacklisted in the past
by any Govt. or Private Organization.
36. The tenderer shall furnish following certificates invariably along with techno-commercial bid, as
applicable, otherwise quotation shall be summarily rejected: a) A declaration by the proprietor of the firm, in case, the firm is proprietorship firms on non- judicial
stamp paper of worth Rs. 100/- duly attested.
b) An attested copy of partnership deed duly registered by the Registrar of Firms, in case, of partnership
firm.
c) An attested copy of article of memorandum with constitution of firm and guidelines, in case, of private
limited firm with name, photo & signatures of all Directors.
d) Latest VAT returns receipt
e) Financial standing from Banker or CA
f) Turnover: - The bidders annual turnover in this area should be at least Rs.5 caror (Rupees Five Caror)
in each of last three financial years. Attach documentary evidence (Audited balance sheet) for
6
confirmation regarding turnover. The turnover refers to a company and not the composite turnover of its
subsidiaries/sister concern etc. for year 2008-09, 2009-10 & 2010-11.
g) Declaration regarding storage of sufficient no. of spares and deployment of personnel to ensure
uninterrupted services.
h) Vendor should have ISO-9000 OR ISO-27000 Certification and proof regarding this must be enclosed
with technical bid.
37. A proof of address, telephone number and Fax number shall be submitted. A surprise visit to the
premises by the representatives of the Institute shall be made to assess the firms capacity and standing.
38. A duly constituted Technical Selection Committee will shortlist the Technical Bids on the basis of
technical parameters including possible visit to inspect manufacturing/repairing or service station/working
facilities, if considered necessary. Based on the Technical details infrastructure, vendors will be shortlisted further and the names of short listed vendors will be announced to the respective vendors only
whos Technical Bids qualify for opening of the Financial/Commercial Bids. The Commercial Bids of only
vendors, shortlist from the Technical Bids will be opened in the presence of their representatives on a
specified date and time to be intimated to the respective vendors, and the same will be evaluated by a
duly constituted Committee.
39. Tender by Tele-fax/telegram/fax/e-mail will not be accepted.
40. If the tenderer gives a false statement on any of the above information, the firm/supplier will
not be considered and their quotation/tender shall be deemed to be rejected and the security
deposited will stand forfeited.
41. Any defective item displaying manufacturing defects or Quality Control Problem will be totally
replaced with new one by the Vendor at his cost and risk within 5 days of rerouting such defects. Failure
of which entail forfeiture of the EMD/Security Deposit. In case these are not replaced/removed, those will
be auctioned at the risk and responsibility of the suppliers without any further notice.
42. AIIMS will not be responsible for any delay on the part of the vendor in obtaining the terms and
conditions of the tender notice or submission of the tender bids.
43. THE FORWARDING LETTER/ UNDERTAKING (SCHEDULE-A) DULY SIGNED SHOULD
INVARIABLY BE RETURNED ALONG WITH QUOTATIONS FURNISHED FAILING WHICH THE
TENDER SHALL BE REJECTED.
44. IN CASE THE TENDER DOCUMENTS DOWNLOADED FROM THE WEBSITE: THE BIDDERS MAY DOWNLOAD THE TENDER DOCUMENTS DIRECTLY FROM THE WEBSITE
AVAILABLE AT www.aiims.ac.in, www.aiims.edu. & www.aiims.tenders.Gov.in IN SUCH CASE,
THE BIDDER ARE REQUIRED TO SUBMIT THE TENDER COST FEE OF Rs. 1000/- (NonRefundable) BY WAY OF SEPARATE DEMAND DRAFT DRAWN IN FAVOUR OF DIRECTOR, AIIMS,
AND THE SAME SHOULD ESSENTIALLY BE ENCLOSED ALONGWITH THE TECHNO
COMMERCIAL BID. THE BIDDERS SHOULD SPECIFICALLY SUPERSCRIBE, DOWNLOADED
FROM THE WEBSITE ON THE TOP LEFT CORNER OF THE OUTER ENVELOPE CONTAINING
TECHNO-COMMERSCIAL BID & PRICE BID SEPARATELY. IN NO CASE, THE TENDER COST FEE
SHOULD BE MIXED WITH EMD AMOUNT. THE TENDERS NOT FOLLOWING THE ABOVE
PROCEDURE WILL BE SUMMARILLY REJECTED.
45. TENDERS SHOULD BE SUBMITTED IN TWO PARTS PART-I CONTAINING TECHNOCOMMERCIAL BID IN ONE SEALED COVER AND PART-II CONTAINING PRICES BIDS/FINANCIAL
BIDS. IN OTHER SEALED COVER. ALL THE PREQUALIFICATION DOCUMENTS INCLUDING EMD
AS REQUIRED IN THE TENDER DOCUMENT SHOULD INVARIABLY BE ACCOMPANIED WITH THE
TECHNOCOMMERCIAL BID. TENDERS SUBMITTED WITHOUT FOLLOWING AS PRESCRIBED
ABOVE WILL BE SUMMARILY REJECTED.
Note: a) If the above-mentioned certificates/documents are not submitted along with the tender, such
offers will not be considered and will be out rightly rejected.
b) Any tenderer /supplier giving false information shall be disqualified and removed from the rate
contract. No business, henceforth, will be done with the firm/supplier.
for 24x7 operations for facility management & user support (user training, account creation coordination,
logs, controls, hand holding, running and up keeping of systems, any other network/access related work
etc.,), trouble shooting / maintenance done for first three years, (on 3 shifts)) to be stationed at the site
(AIIMS) for the system and the network being created. The sitting space for these engineers, AIIMS
Internal landline for the user support facility will be provided by the AIIMS. Implementation of temporary
network would be done by vendor as and when required by AIIMS at no additional cost to AIIMS.
13. Any Complaint/breakdown call reported should be attended the same day within 2 hours by the 1st
level local resident engineers. Further any complaint/breakdown call requiring repair/replacement/ stand
by equipments/2nd level support are to be rectified with 4 hours if reported before 6.00 pm and if reported
after 6.00 pm shall be attended by 11.00AM next day.
14. The Simple operational difficulties etc., to be attended and sorted out within 2 hours of the complaint.
The vendor will maintain a complaint register with cell phone for complaints and all the calls for the
complaints to be registered and a complaint no. to be given to the user for further reference.
15. The vendor should have enough spare parts and backup of configurations and setup etc., to provide
standby in case of any repair in the equipments, cables, software etc., and the repair/replacement of the
original equipment should be done within 5 days.
16. The penalty clause: The total uptime of the network/systems/equipments should be 99 % taking care
of the SLAs. AP / other equipments failure for more than specified downtime, a penalty of Rs.100 per day
per access point or part of the day shall be recovered from the security deposit.
17. Wireless equipments shall be long range outdoor router / access (indoor) points for PMP and other
equipments required shall be optimized for cost and efficiency.
18. Seamless connectivity throughout the zone for mobile users with laptops / PDAs.
19. Coverage & Availability
No black hole/ low signal within zone, there should not be any information access/communication
black hole in any of the hostel rooms/corridors etc. The WLAN should be designed in such a way that
there is no or minimum interference between the wireless devices i.e. AP or any other wireless
devices like medical equipment etc.
All in campus locations should be connected with central location i.e. computer facility with fibre links
and a redundant wireless link, so that failure of one link does not disconnect the users. AIIMS has
1Gbps internet link available at computer facility.
20. The WLAN should allow roaming across all the locations.
21. Secure, user authenticated access, login, password, and usage logs etc., to be provided by the
vendor in coordination with central Computer Facility. There should be option for
centralized/uniform/universal access for access/login in all wireless/wired LAN of AIIMS.
22. Content filtering, firewalling, bandwidth balancing and overall access control should be thro the UTM
installed at central computer facility at AIIMS.
11
23. The system installation should be fine tuned/optimized for both cost and efficiency to meet the
requirement no: 4 as above.
24. Initially the Hostels will be given the Internet access feed from the Internet leased line landing at
Computer Facility, AIIMS. However incase of availability of a completely separate new leased line set up
for the hostels, the same also need to be taken in to account by the vendor for later integration /
compatibility etc.,
25. The vendor should have offices in Delhi or NCR region and should have atleast 10 engineers having
very good knowledge of wireless network deployments.
26. The vendor/bidder must be reputed manufacturer or his authorized representative of the type of
solution/products/equipments offered. In case of representative, the authorization letter from the
manufacturer/distributor must be submitted. No piece-meal solutions shall be accepted; single vendor
should submit complete solution.
27. The bidder should have implemented similar solution (Secure wired/Wi-Fi LAN solution) with
more than 4000 users (minimum one such supply order) or with more than 2000 users (minimum
two such supply orders) deployed in India in last five years.
28. AIIMS may call the vendor for the demonstration of the proposed solution/ equipments at AIIMS for
evaluation at no cost/charge to AIIMS.
29. AIIMS would give preference to a more reliable & secure solution. Vendor should clearly submit a
detailed methodology to carry out the required work. Vendor should follow standard procedures for all the
project activities i.e. all the cables should be of latest industry standard and should be laid within conduits
as per the latest standard laying procedure.
30. The complete up-gradation of network and implementation of wireless controller should be done in
phased manner in consultation with AIIMS Computer Facility to make sure minimum disturbance to the
users.
31. The complete project should be executed within 3 (three) months from the date of supply order from
AIIMS. Vendor should submit the project plan in the technical bid.
32. AIIMS or its representatives shall have the right to inspect or evaluate the hardware, software etc., to
confirm their conformity to the ordered specifications. The supplier shall provide all reasonable facilities
and assistance to the inspector at no charge to AIIMS. In case inspected tested features fail to confirm to
the specifications, AIIMS may reject them and the supplier shall either replace the rejected goods or
make all alterations necessary to meet specifications required, free of cost to AIIMS.
33. Vendor should provide required battery backup for all the devices for one hour of power outage.
34. It the present Wi-Fi hardware cannot be integrated in the proposed solution, vendor may provide
buy-back arrangement for the existing hardware in order to reduce the project cost. Final decision in this
matter will be taken by appropriate authority and will be informed at the time of award of contract.
35. Design of the Wireless Network in its deployment should adhere to Governments norms defined and
should comply with all its security measure.
12
36. Any permission if required from the Municipal corporation/Regulatory authorities for laying the fiber
optic cable has to be obtained by the vendor
37. After warranty period all the equipments, cable and accessories has to be handed over to Computer
Facility, AIIMS in perfect working condition.
38. All the active network devices should be of the same manufacturer enable seamless integration and
ease of management through the NMS proposed by the vendor.
39. All the equipments wireless/wired should be ipV6 Ready.
13
Annexure - 1
Location wise details of existing wireless Outdoor Access Points
HOSTEL No.
1
2
3
4
5
6
7
8
9
10
11
MM
MMN
RPC-1
RPC-2
FTA
3 TYPE
F TYPE
CF*
TOTAL
14
Annexure 2
Technical specifications for Wireless access points
Sr.
No.
Wi-Fi AP Specifications
3
4
5
6
7
8
9
10
11
12
13
Transmit Power
Adaptive modulation for Wi-Fi
Configurable datarate
Security Encryption
Security Encryption
Security Encryption
Security Encryption
Security Encryption
14
15
16
DHCP support
Static IP Support
Frequency Band
17
18
19
20
21
22
Power Supply
23
Interface Types
24
25
26
27
28
Brief Description
AP shall support 802.11 a/b/g/n standards
Wi-Fi shall support channel allocations as per the Indian Wi-Fi
Standards (Vendor to provide datasheet)
CPE/AP should radiate as per the EIRP limit set for the Indian
Standards (Vendor to provide supporting ETA approval certificate from
WPC & other bodies)
802.11 a/b/ g/n: OFDM
Support for Wireless Multi Media
Minimum Radio Tx Power of 23 dBm. Vendor to specify the Transmit
Power per Channel
BPSK, QPSK, 16QAM, 64QAM DSSS-CCK
It should be possible to manually configure datarate on Wi-Fi Interface
WEP, WPA, WPA2, AEP, EAP, AES. 802.1X between CPE/AP
CPE/AP shall support 128 bit WEP
4 default transmit keys
WPA2 Pass Phrase
4 WEP Keys
CPE/AP interface should support DHCP mode (DHCP IP transparently
received from the Network DHCP Server)
CPE/AP interface should support Static IP
2.4 GHz and 5.8Ghz
CPE/AP must support auto channel scanning/ selection during
initialization. AP should have the capability to assign non-overlapping or
least interfering channels on its own. It should be able to detect
interfering from both other WLAN AP and non Wi-Fi device like medical
equipment etc and adjust channel allocation accordingly for best
performance.
In Client Mode CPE/AP should not broadcast SSID on LAN side but only
associate to AP SSID on WAN side
It should be possible to provide equal access to all active users by AP.
It should be possible to bind MAC of PC in the CPE/AP
Power over Ethernet to avoid electrical cable for aesthetic purpose. POE
should comply to 802.3aT.
CPE/AP should have provision for separate power input as per Indian
Standards (Vendor to specify the power requirement rating with AC or
DC)
10/ 100/1000 Base
Wi-Fi CPE /AP should be certified for complete outdoor/indoor
installation and conform to latest NEMA standards
CPE/AP should be configurable in Bridge Mode/ Router Mode.
CPE/AP should be configurable in Repeater Mode
Basic Access Control: Black listing /MAC address filtering, etc
CPE/AP should support utilities like ping, telnet, management protocols
like SNMPv1, SNMPv2, SNMPv3
15
Compliance
(Comply/
Not
Comply)
29
30
31
32
33
Power supply
16
100 Mbps
8 Km ( Min)
ISM 2.4 GHz or 5.8 Ghz
20 MHz
To be specified by the Vendor
< 1 in 1000000
-80 dbm min
8 dbi
802.11 a/b/g/n
Adjustable
3 db antenna beam width 60 degrees azimuth and
elevation
<1.5:1
HP and VP both
40 yr.
-40 deg Celsius to +55 deg Celsius
190 Km/hr
All the mast and out door equipments should
be rust proof and weather proof .
IPV4/IPv6,UDP,TCP,ICMP,Telnet,SNMP ,FTP
Routing and bridging support , Should be manageable
from NMS proposed ,Full VPN and QOS pass through
POE (Power over Ethernet)
17
Annexure 3
Technical specification of wireless/Wired controller
The Proposed equipment i.e. Wireless/Wired controller should have following Technical standards for
wireless network
Sr.
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
18
Compliance
(Comply/
Not
Comply)
23
24
Subscriber Control
25
26
27
Authentication
28
Subscriber
Control
29
&
Session
19
Annexure 4
Technical specification of NMS for Wired Network
NMS (commercial grade optional), GUI driven which can manage proposed LAN system. It should be
able to manage the proposed Wired/Wireless LAN equipment.
NMS software Requirements
NMS should work on multiple operation platforms and should offer integrated functions like device
management, VPN monitor/deployment, software upgrades management, configuration file management
and fault and performance management, User group-based privilege management.
Centralized network monitoring
For centralized network monitoring functions NMS should support: Unified topology view of devices in network - physical & logical topology shows every wireless
network element and its connection
Automated topology discovery with dynamic topology map refresh single click on topology map
nodes opens device panel view
Inform network, link or device status change by topology color change prompt
Polling the entire network periodically with configured time interval
Topology filtering filters network device users most concern
Fast query of topology nodes and locate it in navigation tree & topology view
Network auditing: Network administrators can audit wireless LAN controller and access point
configurations by network location, mobility group, or device.
Network Configuration Center
The NMS should provide the following functionality: Managing various types and configuration of devices. Managing quick recoveries from failures
and upgrades / software updates of devices.
Network Configuration Center to implement configuration file, backup/restore, bulk update, baselining configuration file, enabling trace & comparison of configuration file changes.
Query current version of software on device.
Analyze prerequisites for upgrade
Centralize backup device software versions
Unified upgrade device software - Searching out devices with lower version according to defined
version criteria for any upgrade operation
Bulk device upgrade
Upgrade authentication
Device Management and fault detections
NMS's Device Manager Module to provide network element management for routers. Panel
management, configuration functionality, query and monitoring of various services should provide
user with an easy and convenient way to monitor device runtime state and locate device failure.
NMS should support for most port faults and location detection tools, path tracking and port
loopback tests.
NMS should support MAC address / IP address port backward searching to locate the original
port forwarding illegal packet and then disable it in time.
It should provide access to network devices to authorized individuals only.
20
Remote management
NMS should support for RMON management to conduct device remote monitoring compliant
with RMON-MEB standard.
Statistics groups configuration and data browsing
History groups configuration and data browsing
Alarm groups configuration and data browsing
Event groups configuration and data browsing
Extended alarm groups configuration and data browsing
Additional Features / Software system for Wireless Network Management System
Must support Intuitive GUI and simplified ease-of-use so that IT staff can easily configure,
monitor, and troubleshoot their wireless networks with minimal training.
Hierarchical maps Creation so IT staff can quickly access different buildings, floors, and regions
for better visibility and control.
Policy management templates for Uniform QoS, security, and Radio Frequency (RF)
management policies can be easily created and enforced across an entire enterprise or
deployment including outdoor mesh deployments. This should be done in a scalable fashion
using global templates.
Complete wireless LAN intrusion detection and LAN protection using Customized signature files
to protect against unauthorized intrusion and RF attacks; automated alarms to enable rapid
response to mitigate risk Secure access Authentication and authorization. Support other firewall
services also.
Client troubleshooting using which Network administrators can quickly and easily troubleshoot
problems with a client, debugging Layer 1 to Layer 3 client problems using a step-by-step
method.
Reporting with extensive customizable reports to allow network managers to monitor network
activity and system information including inventory, performance, security, access points, clients,
radio utilization, RF management, configuration history, and alarms.
Must support Windows, Linux systems. Customizable secure guest access: Organizations can
keep their wireless networks secure while providing customers, vendors, and partners with
controlled access to their Wireless LANs.
Wireless LAN planning tools: Accurate RF prediction tools to increase the effectiveness of
wireless LAN planning and Design.
21
Annexure 5
Active Components
S.No.
1
2
i
3
i)
4
5
i)
ii)
iii)
6
B.
S.
No.
1
2
i)
ii)
3
i)
ii)
iii)
4
5
5a
Description
Qty
20
1
1
2
18
6
Passive components
Description
Denomination
per site
Qty
1
per meter
per meter
7200
4800
per meter
per meter
per meter
per meter
3600
1200
600
24000
per unit
20
20
23
per node
480
per node
480
per unit
per unit
per unit
18
2
1
per meter
5920
per meter
per meter
178
59
per meter
per meter
592
4736
per meter
5328
Nos.
60
per connector
360
per core
180
per meter
per unit
per unit
per unit
per unit
24000
480
20
482
482
per meter
5920
per unit
15
8
per unit
360
iv)
12
per unit
30
1
All the above calculations for Wired Network components are tentative only.
Single mode fiber to be used for 10 Gbps back bone and 1 Gbps connectivity from
individual hostels to backbone.
Venders should provide their own calculation & details.
Networking
Switch
(Core)
S.
No.
(c)
1.6
(a)
(b)
(c)
(d)
(e)
1.6
(a)
(b)
(c)
(d)
1.7
(a)
(b)
1.8
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
26
S.
No.
1.9
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
1.10
(a)
27
Passive Components
The entire network shall be based on structured Cat6 cabling system. All UTP cables shall be
connected to the patch panel at one-end and Information Outlets (I/O) on the other. Factory crimped
patch cords shall be used for connecting PCs through I/O boxes and between patch panel and switch
ports. Generally 1M patch cords shall be used for interconnection between patch panel and switch ports
and 2M patch cords shall be used for connection between I/O box and PCs.
1.
All fiber cable cores at the end location shall be terminated on fiber optic patch panel through
SC/MT-RJ connectors. F/O patch cords (factory crimped) shall be used for connecting F/O ports of
the switch to the F/O patch panel. Fusion based splicing technique shall be applied to limit the
attenuation within permissible limit as per standard. Splicing with Pigtail termination on F/O patch
panel shall be adopted at all branched off locations.
Care shall be taken to limit the losses in various fiber optic components as per following details:
Component Loss
Single Mode Fiber 1310 nm : 0.35 0.4 dB/km
1550 nm : <= 0.22 dB/km
Multimode Fiber 850 nm : 3 4.1 dB/km
1310 nm : 0.6 1.1 dB/km
Optical connectors 0.1 0.75 dB Fusion splices 0.1 dB
2. All the Switches, Patch panels, and splicing units shall be housed in suitable enclosures.
3. Fiber Optic Cable
Fiber optic cables shall be of Single mode (9/125 mm) as per ITU-T G.652 standard and shall support
optical source wavelength of 1310 & 1550 nm. The F/O cable shall be armored and shall be suitable
for underground laying. Cables shall be flexible enough to allow safe bend. The F/O cable shall be of
6/12 cores with core identification mark.
4. Fiber Optic Patch Panel
Fiber optic patch panel shall have powder coated aluminum body with wall/rack mounting
arrangement. The panel box shall have enough space to provide storage of the excess cable.
Rubber grommets shall be provided at the cable entry points, for tight sealing. The panel shall
be complete with required adapters, couplers and connectors etc.
5. Fiber Patch Cords
Fiber patch cord shall be used to connect the fiber patch panel & F/O ports of switches. The patch
cord shall be SC-SC or SC-LC or SC-MTRJ type as per requirement. The length of the patch cord
shall be 1 meter minimum. The pat ch cords shall conform to TIA/EIA/ITU specification. The patch
cords shall be factory connectorised.
6. UTP Cables
All UTP cables shall be of solid 4 pair, PVC insulated Category-6 type. UTP cables shall conform to
TIA/EIA standards.
7. UTP Information Outlets (I/O)
All UTP cabling shall be terminated at the node end on to a single port I/O box. The I/O box shall be
of plastic and shall be suitable for termination of Cat-6 UTP cable. The I/Os shall have spring
shuttered front access for the cable to prevent entry of dust. The keystone jack (RJ 45) shall be of
high performance type with easy snap-in & removal and high plug insertion life. The I/O Boxes shall
conform to relevant TIA/EIA standards.
28
29
Annexure 6
Boys Hostel
S.No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
2.
CFtoHostelNo.7
Hostel7to1
Hostel7to2
Hostel7to3
Hostel7to4
Hostel7to5
Hostel7to6
Hostel7to8
Hostel7toBBDL
Hostel7toRPC2
OnWallDistance
300Mtrs.
200Mtrs.
250Mtrs.
300Mtrs.
400Mtrs.
300Mtrs.
320Mtrs.
200Mtrs.
130Mtrs.
500Mtrs.
UndergroundDistance
80Mtrs.
20Mtrs.
30Mtrs.
50Mtrs.
50Mtrs.
50Mtrs.
80Mtrs.
70Mtrs.
80Mtrs.
100Mtrs.
TotalDistance
(Appx.)
380Mtrs.
220Mtrs.
280Mtrs.
350Mtrs.
450Mtrs.
350Mtrs.
400Mtrs.
270Mtrs.
210Mtrs.
600Mtrs.
Girls Hostel
S.No.
1.
2.
3.
4.
5.
Location
Location
CFtoHostelRPC2
HostelRPC2toH9
HostelRPC2toH10
HostelRPC2toH11
HostelRPC2toRPC1
OnWall
Distance
Underground
Distance
550Mtrs.
200Mtrs.
150Mtrs.
300Mtrs.
350Mtrs.
50Mtrs.
50Mtrs.
50Mtrs.
70Mtrs.
20Mtrs.
Total
Distance
(Appx.)
600Mtrs.
250Mtrs.
200Mtrs.
370Mtrs.
370Mtrs.
Location
MasjidMothResidentDoctorHostel
MasjidMothNursesHostel
FTA(A.V.Nagar)
AyurVigyanNagar(TypeIII)
JPNATC(RajNagar)
FType(AnsariNagar)
30
Remarks
Route&DistanceMeasurementto
besurveyedandestablished.
HostelOFCDistribution
Hostel2
Hostel3
Hostel1
Hostel4
CoreSwitch
ComputerFacility
DistributionSwitch
Hostel7
OFC
Hostel5
BBDL
Hostel8
Hostel6
10Gbps
OFC
RPC1
OFC
DistributionSwitch
RPC2
Hostel11
31
Hostel9
Hostel10
Technical Bid
I. Please provide complete details about your understanding of the requirements and the solution
proposed in details with diagram etc:
II. Also provide PoInt wise Technical compliance statement for the required specifications as in Annexure
1, 2, 3, 4 & 5.
III. Please Provide Equipment proposed and list of Materials with complete original product literature/
details
S.
No.
1
2
3
4
Description
Item Make,
Model, Part
Number
IV. The vendor should provide the complete technical details and specifications of the particular model,
make, warranty of the proposed equipment in the proposed solution.
V. Prices should not be quoted in the technical bid
VI. The vendor should provide neat and clear network diagram with complete details of equipment
locations, network route, speed, throughput, signal strength proposed etc., and the coverage area of the
hot zone.
VII. Vendor should provide connectivity and network diagram for each location
VIII. Vendor should provide complete breakup of all the equipments with their quantities.
32
S.No.
1
2
3
4
5
Description
Total No. of
proposed
equipment
(qty.)
Item Make,
Model,
Part
Number
Unit
Price
Total Price
1. The prices should include 3 year comprehensive warranty/guarantee with 24x7 onsite support and 2
years AMC (for 4th and 5th year) after warranty period of 3 years.
2. AIIMS may execute these requirements of wireless connectivity in full or in parts or in phases at
different locations.
VENDER SHOULD PROVIDE THE FOLWING DETAILS ALSO:
1. Requirements and the solution proposed in details with diagrams etc. (part of Technical bid)
2. Provide point wise Technical Compliance statement for the required specifications as in Annex.-1, 2
& 3 (part of Technical bid).
3. Provide equipment proposed, list of materials with quantities & services with complete original
product literature/ details (part of Technical bid).
33