You are on page 1of 63

Hkkjr ljdkj

GOVERNMENT OF INDIA
dsUnzh; yksd fuekZ.k foHkkx
CENTRAL PUBLIC WORKS DEPARTMENT

NOTICE INVITINGTENDER

NIT No. 03/PM/PGIMER/2018-19

TS No. 03/PM/PGIMER/2018-19

NAME OF WORK : - Expansion of Nehru Hospital at PGIMER, Sector-12,


Chandigarh. (SH: SITC of IP PBX & Networking System).

1. ESTIMATED COST : Rs. 1,30,93,100/-


2. EMD : Rs. 2,61,862/-
3. PERFORMANCE GUARANTEE : 5% OF TENDERED AMOUNT
4. SECURITY DEPOSIT : 2.5% OF TENDERED AMOUNT
5. COMPLETION PERIOD : 02 Months

Certified that this NIT contains……pages serially numbered as 1 to …….excluding this


cover page and Index.

This NIT is approved for Rs. 1,30,93,100/- (Rupees One Crore Thirty Lacs Ninety
Three Thousand One Hundred Only) vide NIT No.03/PM/PGIMER/2018-19.

Assistant Executive Engineer (E) Executive Engineer (E)


PGIMER Project Sub Div III(E), PGIMER Project Elect. Division,
CPWD, Sector 7-B, Chandigarh CPWD, Sector 7-B, Chandigarh

Project Manager
PGIMER Project Circle
CPWD, sector-7B, Chandigarh
NIT No.: 03/PM /PGIMER/2018-19

Name of Work:- Expansion of Nehru Hospital at PGIMER, Sector-12,


Chandigarh. (SH: SITC of IP PBX & Networking System).

INDEX
S.NO. DETAILS PAGE NO.

1 Press Notice 1
INFORMATION AND INSTRUCTIONS FOR CONTRACTORS For e
2 2-7
TENDERING
3 CPWD-6 for e-tendering 8-12

4 Receipt of deposition of original EMD 13

5 Form CPWD-7 14-22


6 Bank Guarantee Bond 23-24

7 Integrity Agreement 25-31

8 General & Commercial Conditions 32-36

9 Technical Specification 37-55

10 Price Bid 56-61


PRESS NOTICE

CENTRAL PUBLIC WORKS DEPARTMENT


NOTICE INVITING e-TENDERS

The Executive Engineer (E) PGIMER Project Electrical Division, CPWD, Sector 7B Chandigarh
160019 (Ph. 0172-2791132) e-mail Id: eeiiserpde.chd.cpwd@nic.in on behalf of President of
India invites online percentage rate e-tenders in two bid system i.e. Prequalification and
Price Bid from the specialized firms in the field of SITC of IP PBX & Networking System for
the following work:-

NIT No.:- 03/PM/PGIMER/2018-19. Name of Work: - Expansion of Nehru Hospital at


PGIMER, Sector-12, Chandigarh. (SH: SITC of IP PBX & Networking System).
Estimated Cost : Rs. 1,30,93,100/- Earnest Money : Rs. 2,61,862/- Time of Completion: 2
(Two) Months, Last time & date of submission of bid : 13/09/2018 up to 03:00 PM.

The tender forms and other details can be obtained from the website
www.tenderwizard.com/CPWD or www.cpwd.gov.in & www.eprocure.gov.in

Not to be printed below this line

It is to ensure that the press notice in newspapers published as per instructions given below:

a) Main title “C.P.W.D.” and “NOTICE INVITING e – Tenders” with black background in white letters
should not be
b) more than 9 font size and should be in bold letters.
c) Rest of the matter should not be more than 8 font size and should be in normal form.
d) Press notice upto two works shall be in single column.
e) Website address www.tenderwizard.com/CPWD or www.cpwd.gov.in or
www.eprocure.gov.in
Should be in bold letters and size should not be more than 8 font size.
f) In any case width of press notice shall not exceed width of 2 columns.
g) The advertisement should only be published in classified columns.

If press notice is published in larger size which is not as per the directions mentioned above, no
payment shall be made.

Executive Engineer (E)


PGIMER Project Elect. Division,
CPWD, Sector 7-B, Chandigarh

1
Annexure ‘A’ CPWD
INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING

The Executive Engineer (E) PGIMER Project Electrical Division CPWD, Sector-7B Chandigarh-
160019 (Ph. 0172-2791132) e-mail: eeiiserpde.chd.cpwd@nic.in on behalf of President of India
invites online percentage rate e-tenders in two bid system i.e. Prequalification and Price
Bid from the specialized firms in the field of SITC of IP PBX & Networking System for the
following work:-
Last date & time

Period of Completion
of submission of

Estimated Cost

Earnest Money
bid,
N.I.T No.

original EMD, Time & date


S. No

copy of receipt for of opening of


Name of work & Location
deposition of Prequalificati
original EMD and on bid
other document
as specified in the
press notice
1 2 3 4 5 6 7 8
03/PM/PGIMER/2018-19

Rs. 1,30,93,100/-

Rs. 2,61,862/-
Expansion of Nehru

2 Months
Hospital at PGIMER,
Sector-12, Chandigarh. 13/09/2018 Upto 13/09/2018
1 03:00 PM at 03:30 PM
(SH: SITC of IP PBX &
Networking System).

1. Firms who fulfill the requirements shall be eligible to apply. Joint ventures are not
accepted.

a) Should have satisfactory completed the similar works as mentioned below during the
last Seven years ending 12 September 2018.
b) Three similar works each costing not less than Rs. 52 lakhs, or two similar works
each costing not less than Rs. 79 Lakhs, or one similar work costing not less than
Rs. 105 Lakhs.
Similar work shall mean “Supply, Installation, Testing and Commissioning of IP
PBX & Networking System either combined or separately”. The value of the work
executed by the firm earlier shall be brought to current costing level by enhancing the
value of the work done @ 7% per annum (calculated from the date of actual completion
to the last date of submission of PQ bids.
The firm should submit the copies of completion certificate issued by the offices of the
client not lower than rank of Executive Engineer or equivalent. The completion certificate
must clearly indicate the following (originals shall be produced for verification).

i) The date of completion of work.


ii) Nature and value of the work.
iii) That the work has been completed satisfactorily.
2
Annexure ‘A’ CPWD
iv) Work done amount of completion certificate.

(b) Should have had average annual financial turnover of Rs. 65 Lakhs on construction
works during the last three years ending 31st March 2018 (Scanned copy of
Certificate from CA to be uploaded)

(c) Should not have incurred any loss in more than two years during the last five years
ending 31st March 2018.

(d) Should have a solvency of Rs 52 Lakhs ( scanned copy of original solvency to be


uploaded )
(Solvency not required if applicant is a class I (Composite category) registered
contractor of CPWD)

In addition to this the tenderer has to submit an Affidavit as under:-


“I/We undertake and confirm that eligible similar work(s) has/have not been got
executed through another contractor on back to back basis. Further that, if such a violation
comes to the notice of Department, then I/We shall be debarred for tendering in CPWD
contracts in future forever. Also, if such a violation comes to the notice of Department before
date start of work, the Engineer-in-charge shall be free to forfeit the entire amount of earnest
Money Deposit/ Performance Guarantee.”
1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should
only submit his bid if he considers himself eligible and he is in possession of all the
documents required.

2. Information and Instructions for bidders posted on website shall form of bid document.

3. The bid document consisting of plans, specifications, the schedule of quantities of various
types of items to be executed and the set of terms and conditions of the contract to be
complied with and other necessary documents can be seen and downloaded from website
www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost. Press notice will also be
available on Central Public Procurement Portal (URL http://eprocure.gov.in) through system
link.

4. But the bid can only be submitted after deposition of original EMD either in the office of
Executive Engineer inviting bids or division office of any Executive Engineer CPWD
within the period of bid submission and uploading the mandatory scanned documents
such as Demand Draft/Pay order or Banker’s Cheque or Deposit at call Receipt or Fixed
Deposit Receipts and Bank Guarantee of any Scheduled Bank towards EMD in favour of
Executive Engineer, Chandigarh Central Division-II, CPWD, Chandigarh as mentioned
in NIT, receipt for deposition of original EMD to division office of any Executive
Engineer, CPWD and other documents as specified.
The contractors already registered on the e-tendering portal will have option to continue by
paying tender processing fee up to one year from the date of registration, or to switch over
to (new) registration without tender processing fee any time. All new registrations from
01/04/2015 will be without tender processing fee.

5. Those contractors not registered on the website mentioned above, are required to get
registered beforehand. If needed they can be imparted training on online bidding process as
per details available on the website.

3
Annexure ‘A’ CPWD

6. The intending bidder must have valid class-III digital signature to submit the bid.

7. On opening date, the contractor can login and see the bid opening process. After opening of
bids he will receive the competitor bid sheets.

8. Contractor can upload documents in the form of JPG format and PDF format.

9. Certificate of Financial Turn Over: At the time of submission of bid contractor may upload
Affidavit/Certificate from CA mentioning Financial Turnover of last 3 years or for the period
as specified in the bid document and further details if required may be asked from contractor
after opening of technical bids. There is no need to upload entire voluminous balance sheet.

10. Contractor must ensure to quote rate of each item. The column meant for quoting rate in
figures appears in pink colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is left
blank the same shall be treated as "0". Therefore, if any cell is left blank and no rate is
quoted by the bidder, rate of such item shall be treated as "0" (ZERO).
However, if a tenderer quotes nil rates against each item in item rate tender or does not
quote any percentage above/below on the total amount of the tender or any section/sub
head in percentage rate tender, the tender shall be treated as invalid and will not be
considered as lowest tenderer.

11. The Prequalification bid shall be opened first on due date and time as mentioned above.
The time and date of opening of financial bid of contractors qualifying the prequalification bid
shall be communicated to them at a later date.

12. Pre-bid conference shall be held on 06.09.2018 at 3:00 PM in the O/o Project Manager,
PGIMER Project circle, CGE qtrs, Sector 7 B Chandigarh to clear the doubts of intending
bidders. Bidders should send all their queries by e-mail before pre-bid conference, latest
by12:00 noon on 07.09.2018 to O/o Executive Engineer (E) PGIMER Project Elect
Division, CPWD Chandigarh ( email ID: eeiiserpde.chd.cpwd@nic.in). As a result of pre-bid
conference, certain modifications may be required. Addendum/ Corrigendum shall be
uploaded by the Engineer-in-charge, if felt necessary by him, which shall form part of bid
document.
The bidders are advised to visit the site before attending pre bid conference to have
more clarity about the site conditions and availability of space for execution of work.

13. The department reserves the right to reject any prospective application without assigning
any reason and to restrict the list of qualified contractors to any number deemed suitable
by it, if too many bids are received satisfying the laid down criterion.

14. If it is desired to submit revised financial bid then it shall be mandatory to submit revised
financial bid. If not submitted then the bid submitted earlier shall become invalid.

14.The contractor whose bid is accepted will also be required to furnish either copy of applicable
licenses/registrations or proof of applying for obtaining labour licenses, registration with
4
Annexure ‘A’ CPWD
EPFO, ESIC and BOCW Welfare Board and Programme Chart (Time and Progress) within
the period specified in Schedule F. The letter of award shall be issued to the lowest
contractor only on receipt of applicable labour licenses, registration with EPFO, ESIC and
BOWC Welfare Board or on submitting the proof of applying thereof. No Running Account
Bill shall be paid for the work till the applicable labour licenses, registration with EPFO, ESIC
and BOCW Welfare Board, whatever applicable are received from the contractor by the
Engineer-in-Charge.

15. In terms of OM No. DG/CON/255A dated 10.08.2011, it shall be mandatory to sign the
Integrity Pact by the bidder failing which bidder will stand disqualified from the tendering
process and the bid of the bidder would be summarily rejected in case of manual tendering.
However; where e-tendering is followed, Integrity Pact of the bid document shall be signed
between EE in-charge of Division and the successful bidder after acceptance of the bid.

16. The composite contractor shall have electrical license to execute the electrical work or he
has to associate an electrical contractor to execute the electrical work.

17. The bidder should either himself meet the eligibility conditions for the respective E&M
packages or otherwise he will have to associate an agency meeting the eligibility
requirements for E&M package after award of work and has to submit details of such
agency(s) conforming eligibility conditions as defined in the bid document in Prescribed
Form to the Executive Engineer of Minor within prescribed time limit.
18. The following authorization from manufacturer shall be made available by the bidder along
with submission of the performance guarantee:-

i) Authorization for providing service support / replacement during the guarantee


period of five years.

ii) They will provide the technical support / service after five year on chargeable
basis.

iii) Certificate from manufacturer that the models quoted are in regular production
and will not become obsolete for at least next ten years.

5
Annexure ‘A’ CPWD
Information and instruction for Executive Engineer for e-tendering

1. The Executive Engineer of all divisions of CPWD should receive the original EMD for
tender of other division.

2. The NIT Approving authority/EE at the time of issue of NIT shall also fill and upload the
following prescribed format of receipt of deposition of original EMD along with NIT :-

Receipt of deposition of original EMD

(Receipt No. …………………………………….. / Date ……………………….)

Name of Work : Expansion of Nehru Hospital at PGIMER, Sector-12, Chandigarh. (SH:


SITC of IP PBX & Networking System).

1. NIT No. : 03/PM/PGIMER/2018-19


2. Estimated Cost : Rs. 1,30,93,100/-
3. Amount of Earnest Money Deposit : Rs 2,61,862/-
4. Last Date of Submission of bid : 13/09/2018
(* To be filled by NIT approving authority/EE at the time of issue of NIT and
uploaded along with NIT)

1. Name of Contractor : ………………………………………


2. Form of EMD : …………………………………….
3. Amount of Earnest Money Deposit : ………………………………
4. Date of Submission of EMD : ……………………………………..

(Signature, Name and Designation of EMD


Receiving Officer (EE/AE(P)/AE/AAO
along with Office Stamp)
(# to be filed by EMD receiving EE)
3. The Executive Engineer receiving EMD in original form shall examine the EMD deposited
by the bidder and shall issue a receipt of deposition of earnest money to the agency in a
given format uploaded by tender inviting EE. The receipt may be issued by the
AE(E)/AE/AAO.

4. The Executive Engineer receiving original EMD shall also intimate tender inviting
Executive Engineer about deposition of EMD by the agency by email/fax/telephonically.

5. The original EMD receiving Executive Engineer shall release the EMD after verification
from the e-tendering portal website (www.tenderwizard.com ˃ tender free view ˃
advance search ˃ awarded tenders) that the particular contractor is not L-1 tenderer
and work is awarded.

6. The Tender inviting Executive Engineer will call for original EMD of the L-1 tenderer from
EMD receiving Executive Engineer immediately.

6
Annexure ‘A’ CPWD
19. List of Documents to be up loaded in e-tender within the last date of submission:

1. Treasury Challan/Demand Draft/Pay order or Banker`s Cheque /Deposit at Call


Receipt/FDR /Bank Guarantee of any Scheduled Bank against EMD.
2. Certificates of work experience.
3. Certificate of Financial Turnover from CA.
4. Bank Solvency Certificate
5. Affidavit as per provisions of clause 1.2.2 of CPWD 6 of NIT on non-judicial stamp paper
of value Rs. 100/-.
6. Copy of Certificate of registration for GST/CGST or proof for applied for the same. If the
bidder has not obtained GST registration in the state in which the work is to be taken up,
then in such case the bidder shall upload following undertaking with the bid document “ if
work is awarded to me, I/we shall obtain GST registration certificate within one month from
the date of receipt of award letter or before payment of Ist RA bill.
7. Copy of receipt for deposition of original EMD issued from division office of any Executive
Engineer, CPWD (The EMD document shall be issued from the place in which the office of
receiving division is situated).
8. The contractor has to upload EPFO, ESIC, BOCW Welfare Board or proof of applying for
obtaining labour License registration with EPFO, ESIC, BOCW Welfare Board, if
applicable.

Executive Engineer (E)

PGIMER Project Elect. Division,

CPWD, Sector 7-B, Chandigarh

7
CPWD-6 CPWD
CPWD – 6 FOR e-TENDERING

The Executive Engineer (E) PGIMER Project Electrical Division (Elect) CPWD, Sector 7B Chandigarh -
160019 (Ph. 0172-2791132) e-mail Id: eeiiserpde.chd.cpwd@nic.in on behalf of President of India invites
online percentage rate e-tenders in two bid system i.e. Prequalification and Price Bid from the
specialized firms in the field of SITC of IP PBX & Networking System for the following work:-

Name of Work : Expansion of Nehru Hospital at PGIMER, Sector-12, Chandigarh. (SH: SITC
of IP PBX & Networking System).
The enlistment of the contractors should be valid on the last date of submission of bids. In case the last date
of submission of tender is extended, the enlistment of contractor should be valid on the original date of
submission of bids.

1.1 The work is estimated to cost Rs. 1,30,93,100/- This estimate, however, is given merely as a rough
guide.

1.1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major discipline
will consolidate NITs for calling the bids. He will also nominate Division which will deal with all matters
relating to the invitation of bids.

For composite bid, besides indicating the combined estimated cost put to bid, should clearly indicate
the estimated cost of each component separately. The eligibility of bidders will correspond to the
combined estimated cost of different components put to bid.

1.2 Intending bidders is eligible to submit the bid provided he has definite proof from the appropriate
authority, which shall be to the satisfaction of the competent authority, of having satisfactorily
completed similar works of magnitude specified below:-

Criteria of eligibility for submission of bid documents Conditions:-

1.2.1 Three similar works each costing not less than Rs. 52 lakhs, or two similar works each costing not
less than Rs. 79 Lakhs, or one similar work costing not less than Rs. 105 Lakhs.

1.2.2 Similar work shall mean “Supply, Installation, Testing and Commissioning of IP PBX
& Networking System either combined or separately”

1.2.3 Criteria of eligibility for CPWD as well as non- CPWD contractors.

Three similar works each costing not less than Rs. 52 lakhs, or two similar works each costing not less
than Rs. 79 Lakhs, or one similar work costing not less than Rs. 105 Lakhs.

(all figures rounded to nearest Rs.1 lac ) in last 7 years ending previous day of last date of submission
of bids. The value of executed works shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7 % per annum, calculated from the date of completion to the last date
of submission of bid. This is applicable for 1.2.1 as well 1.2.2. (Modified vide OM DG/MAN/284 dt.
13.8.2013)

To become eligible for issue of bid, the bidders shall have to furnish an affidavit as under :-

I/We undertake and confirm that eligible similar works (s) has/ have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I / We shall be debarred for bidding in CPWD in future forever. Also, if such a

8
CPWD-6 CPWD
violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall
be free to forfeit the entire amount of Earnest Money Deposit / Performance Guarantee. (Scanned
copy to be uploaded at the time of submission of bid)

1.2.3 When bids are invited from non CPWD contractors and CPWD class I contractors as per provisions
of clause 1.2.1 above, it will be mandatory for non CPWD contractors and CPWD class I contractors
to upload the work experience certificate (s) and the affidavit as per the provisions of clause 1.2.2.

But for such bids, Class- I contractors of CPWD are eligible to submit the bids without submission of
affidavit. Therefore, CPWD class-I contractors shall upload separate letter for affidavit that this
documents is not required to be submitted by them. Uploading of this letter is mandatory otherwise
system will not clear mandatory fields.

2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD 7 (or other
Standard Form as mentioned) which is available as a Govt. of India Publication and also available on
website www.cpwd.gov.in. Bidders shall quote his rates as per various terms and conditions of the
said form which will form part of the agreement.

3. The time allowed for carrying out the work will be 2 Months from the date of start as defined in
schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with
the phasing, if any, indicated in the tender documents.

4. The site for the work is available.

5. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and
other necessary documents except Standard General Conditions of Contract Form can be seen from
website www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.

The standard publications like General Conditions of Contract, Delhi schedule of rates 2016 (for civil
and electrical), Specifications for Civil and Electrical works and Delhi analysis of rates 2016 (for civil)
and Delhi analysis of rates 2016 (for electrical) with amendments / correction slips up to the last date
of submission of tender can be seen free of cost from the website www.cpwd.gov.in.

6. After submission of the bid the contractor can re-submit revised bid any number of times but before
last time and date of submission of bid as notified.

7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of
times (he need not re-enter rate of all the items) but before last time and date of submission of bid as
notified.

8. When bids are invited in three stage system and if it is desired to submit revised financial bid then it
shall be mandatory to submit revised financial bid. If not submitted then the tender submitted earlier
shall become invalid.

9. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s Cheque or
Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive Engineer,
Chandigarh Central Division-II, CPWD, Chandigarh) shall be scanned and uploaded to the e-
tendering website within the period of bid submission.

The original EMD should be deposited either in the office of Executive Engineer inviting bids
or division office of any Executive Engineer, CPWD within the period of bid submission. The
EMD receiving Executive Engineer shall issue a receipt of deposition of earnest money
deposit to the bidder in prescribed format (enclosed) uploaded by tender inviting EE in NIT.

9
CPWD-6 CPWD

This receipt shall also be uploaded to the e- tendering website by intending bidder up to specified bid
submission date and time.

A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum
50% of earnest money or Rs. 20 lakh, whichever is less, shall have to be deposited in shape
prescribed above, and balance in shape of Bank Guarantee of any scheduled bank having validity for
Twelve months or more from the last date of receipt of bids which is to be scanned and uploaded by
the intending bidders.

Copy of Enlistment Order, eligibility criteria documents and other documents as specified in Para-19
of “Information and Instructions for bidders for E-tendering” shall be scanned and uploaded to the e-
Tendering website, within the period of bid submission. However, certified copy of all the scanned
and uploaded documents as specified in Para-19 shall have to be submitted by the lowest bidder only
within a week physically in the office of tender opening authority.

Online bid documents submitted by intending bidders shall be opened of those bidders, whose
original EMD deposited with any division office of CPWD and other documents scanned and
uploaded are found in order.

9 A) The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall have to deposit
tender processing fee at existing rates, or they have option to switch over to the new registration
system without tender processing fee any time.

10. The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if:

(i) The bidder is found ineligible.

(ii) The bidder does not deposit original EMD with division office of any Executive Engineer, CPWD (The
EMD document shall only be issued from the place in which the office of receiving division office
situated).

(iii) The bidder does not upload all the documents (including GST registration) as stipulated in the bid
document and the copy of receipt for deposition of original EMD.

(iv) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and
hard copies as submitted physically by the lowest tenderer in the office of tender opening authority.

(v) If a tenderer quotes nil rates against each item in item rate tender or does not quote any percentage
above / below on the total amount of the tender or any section / sub head in percentage rate tender , the
tender shall be treated as invalid and will not be considered as lowest tender.
[[[

11. The contractor whose tender is accepted, will be required to furnish performance guarantee of 5%
(Five Percent) of the tendered amount within the period specified in Schedule F. This guarantee
shall be in the form of cash (in case guarantee amount is less than Rs. 10000/-) or Deposit at Call
receipt of any scheduled bank / Banker’s cheque of any scheduled bank / Demand Draft of any
scheduled bank / Pay order of any Scheduled Bank of any scheduled bank (in case guarantee
amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or
Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the
prescribed form. In case the contractor fails to deposit the said performance guarantee within the
period as indicated in Schedule ‘F’ including the extended period if any, the Earnest Money
deposited by the contractor shall be forfeited automatically without any notice to the contractor. The
earnest money deposited alongwith bid shall be returned after receiving the aforesaid performance
guarantee.

10
CPWD-6 CPWD
The contractor whose bid is accepted will also be required to furnish either copy of applicable
licenses/ registrations or proof of applying for obtaining labour licenses, registration with EPFO, ESIC
and BOCW Welfare board and Programme Chart (Time and progress) within the period specified in
Schedule F.

12. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their tenders as to the nature of the ground and sub-soil (so far
as is practicable), the form and nature of the site, the means of access to the site, the
accommodation they may require and in general shall themselves obtain all necessary
information as to risks, contingencies and other circumstances which may influence or affect their
tender. A bidder shall be deemed to have full knowledge of the site whether he inspects it or not
and no extra charge consequent on any misunderstanding or otherwise shall be allowed. The
bidder shall be responsible for arranging and maintaining at his own cost all materials, tools & plants,
water, electricity access, facilities for workers and all other services required for executing the work
unless otherwise specifically provided for in the contract documents. Submission of a tender
by a bidder implies that he has read this notice and all other contract documents and has made
himself aware of the scope and specifications of the work to be done and of conditions and rates
at which stores, tools and plant, etc. will be issued to him by the Government and local conditions
and other factors having a bearing on the execution of the work.

13. The competent authority on behalf of the President of India does not bind itself to accept the lowest or
any Other bid and reserves to itself the authority to reject any or all the tenders received without the
assigning any reason. All bids in which any of the prescribed condition is not fulfilled or any
condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.

14. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the
tenders submitted by the contractors who resort to canvassing will be liable to rejection.

15. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the tender and the bidders shall be bound to perform the same at the rate
quoted.

16. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in
which his near relative is posted a Divisional Accountant or as an officer in any capacity between the
grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the
names of persons who are working with him in any capacity or are subsequently employed by
him and who are near relatives to any gazette officer in the Central Public Works Department or
in the Ministry of Urban Development. Any breach of this condition by the contractor would
render him liable to be removed from the approved list of contractors of this Department.

17. No Engineer of gazetted rank or other Gazetted Officer employed in Engineering or Administrative
duties in an Engineering Department of the Government of India is allowed to work as a contractor for
a period of one year after his retirement from Government service, without the previous
permission of the Government of India in writing. This contract is liable to be cancelled if either the
contractor or any of his employees is found any time to be such a person who had not obtained the
permission of the Government of India as aforesaid before submission of the tender or
engagement in the contractor’s service.

18. The bid for the works shall remain open for acceptance for a period of Sixty (60) days from the date of
opening of bids if any bidder withdraws his bid before the said period or issue of letter of acceptance,
whichever is earlier, or makes any modifications in the terms and conditions of the bid which are not
acceptable to the department, then the Government shall, without prejudice to any other right or
remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidder shall not
be allowed to participate in the retendering process of the work.

11
CPWD-6 CPWD
19. This notice inviting Tender shall form a part of the contract document. The successful
bidder/contractor, on acceptance of his bid by the Accepting Authority shall within 15 days from the
stipulated date of start of the work, sign the contract consisting of :-

a) The Notice Inviting Tender, all the documents including additional conditions, specifications and
drawings, if any, forming part of the tender as uploaded at the time of invitation of tender and the
rates quoted online at the time of submission of bid and acceptance thereof together with any
correspondence leading thereto.
b) Standard C.P.W.D. Form 7(GCC for CPWD Works 2014) amended upto last date of submission of bid.

20. In case any discrepancy is noticed between the documents as uploaded at the time of submission of
the bid online and hard copies as submitted physically in the office of Executive Engineer, then the
bid submitted shall become invalid and the Government shall, without prejudice to any other right or
remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the tenderer shall
not be allowed to participate in the retendering process of the work.
20.1.1 The main contractor has to associate agency(s) for minor component(s) conforming to eligibility
criteria as defined in the bid document and has to submit detail of such agency(s) to Engineer-in-
charge along with submission of PG. Name of the agency(s) to be associated shall be approved by
Engineer-in-charge.

20.1.2 In case the main contractor intends to change any of the above agency/agencies during the
operation of the contract, he shall obtain prior approval of Engineer-in-charge. The new
agency/agencies shall also have to satisfy the laid down eligibility criteria. In case Engineer-in-
charge is not satisfied with the performance of any agency, he can direct the contractor to change
the agency executing such items of work and this shall be binding on the contractor.

20.1.3 The main contractor has to enter into tripartite agreement with contractor(s) associated by him and
department for execution of minor component(s). Copy of such agreement shall be submitted to EE.
In case of change of associate contractor, the main contractor has to enter into tripartite agreement
with the new contractor associated by him.

20.1.4 The specialized agencies/firms will be made payment to the extent of 90% directly by the Executive
Engineer concerned.

Executive Engineer (E)


PGIMER Project Elect. Division,
CPWD, Sector 7-B, Chandigarh

12
Receipt of Deposition of Original EMD

(Receipt No.__________________Dated___________________)

Expansion of Nehru Hospital at PGIMER, Sector-12, Chandigarh. (SH: SITC of IP PBX &
Networking System).

1. NIT No. : 03/PM/PGIMER/2018-19


2. Estimated Cost : Rs. 1,30,93,100/-

3. Amount of Earnest Money Deposit : Rs. 2,61,862/-


4. Last Date of Submission of bid : 13/09/2018

1. Name of Contractor :
2. Form of EMD :
3. Amount of Earnest Money Deposit :
4. Date of Submission of EMD :

(Signature, Name and Designation of EMD


Receiving Officer (EE/AE(P)/AE/AAO
along with Office Stamp)
(# to be filed by EMD receiving EE)

13
CPWD-7 CPWD

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE : Chandigarh (UT) CIRCLE : PGIMER Project


BRANCH : E & M DIVISION : PGIMER PED
ZONE : NZ-I SUB-DIVISION : PGIMER PESD-III

Percentage Rate Tender & Contract for Works

Tender for the work of:-

Name of Work : Expansion of Nehru Hospital at PGIMER, Sector-12, Chandigarh. (SH: SITC of
IP PBX & Networking System).
To be submitted online by 1500 hours on 13/09/2018 through website
www.tenderwizard.com/CPWD or www.cpwd.gov.in to the Executive Engineer (E) PGIMER Project
Elect. Division, CPWD, Sector-7B, Chandigarh.
(ii) To be downloaded in presence of tenderers/their authorized representative who may be
present at 1530 hours on 13/09/2018 As per Annexure A in the office of Executive Engineer(E)
PGIMER Project Elect. Division, CPWD, Sector-7B, Chandigarh.

Issued to :……… … … …… … … Te ders a ailable online to the agency.


(Contractor)
Sig ature of officer issui g the docu e ts ……..… … … … … … … … … … … … … ……………………
Designation: Executive Engineer (E), PGIMER Project Elect. Division, CPWD, Sector-7B, Chandigarh.

Date of Issue … ….… … … … …… … …… … … … … … … … …… … … … … … … ….

T E N D E R
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F, Specifications
applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of
contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the
conditions of contract and all other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India as per time
schedule of mile stone(s) and within the time specified in Schedule F , viz., schedule of quantities and
in accordance in all respects with the specifications, designs, drawings and instructions in writing
referred to in Rule-1 of General Rules and Directions and in clause 11 of the Conditions of contract
and with such materials as are provided for, by, and in respects in accordance with, such conditions so
far as applicable.
We agree to keep the tender open for Sixty (60) Days / Ninety (90) days from the due date of its
opening/ninety days from the date of opening of bid in case tenders are invited on 2/3 envelope
system (Strike out as the case may be) and not to make any modifications in its terms and conditions.

14
CPWD-7 CPWD

A sum of Rs. 2,61,862/- is hereby forwarded in cash/receipt treasure challan/deposit at call receipt of
a scheduled bank/ fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank
guarantee issued by a scheduled bank as earnest money. If I/we, fail to furnish the prescribed
performance guarantee within prescribed period, I/we agree that the said President of India or his
successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the
said earnest money absolutely. Further, if I/we fail to commence work as specified, I/we agree that
President of India or his successors in office shall without prejudice to any other right or remedy
available in law, be at liberty to forfeit the said earnest money and the performance guarantee
absolutely, otherwise the said earnest money shall be retained by him towards security deposit to
execute all the works referred to in the tender documents upon the terms and conditions contained
or referred to therein and to carry out such deviations as may be ordered, upto maximum of the
percentage mentioned in Schedule F and those in excess of that limit at the rates to be determined
in accordance with the provision contained in Clause 12.2 and 12.3 of tender form. Further, I/we
agree that in case of forfeiture of earnest money or both Earnest Money & Performance Guarantee as
aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

I/We undertake and confirm that eligible similar works (s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/we shall be debarred for tendering in CPWD in future forever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall
be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee”

I/We hereby declare that I/We shall treat the tender documents, drawings and other records
connected with the work as secret/confidential documents and shall not communicate
information/derived there from to any person other than a person to whom I/We am/are authorised
to communicate the same or use the information in any manner prejudicial to the safety of the state.

Dated Signature of Contractor


Witness: Postal Address
Address:
Occupation:

15
CPWD-7 CPWD

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by
me for and on behalf of the President of India for a sum of Rs … … … … … … ………… Rupees … … …
… … … … … … … … … … … … … … … … … … … … … … … ……...… ..
The letters referred to below shall form part of this contract Agreement:-
i)

ii)

iii)

For & on behalf of the President of India.


Signature ………..………………..
Dated…………. Desig atio ……………………..

16
CPWD-7 CPWD

SCHEDULES

SCHEDULE ‘A’

Schedule of quantities As per schedule of work & terms & conditions


attached.

Estimated Cost put to tender - Rs. 1,30,93,100/-

SCHEDULE B
Schedule of materials to be issued to the contractor

Rates in figures & words of


SL No. Description of item Quantity Which the material will be Place of issue
Charged to the contractor
1. 2 3 4 5

………………………………………………NIL……………………………………………………
SCHEDULE C

Tools and plants to be hired to the contractor.

Sl. No Description Hire charges per day Place of issue


1. 2 3 4
…………………………………………………..NIL…………………………………………………

SCHEDULE D
Extra schedule for specific requirements : Not applicable

SCHEDULE E
Reference to General Conditions of Contract: General Conditions of Contract 2014 with amendments issued up to the last
date of submission of Tender.
Name of Work : Expansion of Nehru Hospital at PGIMER, Sector-12, Chandigarh. (SH: SITC of
IP PBX & Networking System).

Estimated cost of work : Rs. 1,30,93,100/-

i Earnest money : Rs. 2,61,862/-

ii Performance Guarantee : 5 % of tendered value.

iii) Security Deposit : 2.5 % of tendered value. (However, performance guarantee @ 2.50% shall be
retained as security deposit after completion of the work).

17
CPWD-7 CPWD

(GENERAL RULES & DIRECTIONS) : CPWD General Specifications for Electrical Works
Part-I (Internal)-2013 and Part-II (External)-
1995 as amended upto date of submission of
tender.
Officer inviting tender : Executive Engineer(E),
PGIMER Project Elect. Division,
CPWD, Sector-7B, Chandigarh.

Maximum percentage for quantity of


items of work to be executed beyond
which rates are to be determined in : See below.
accordance with Clauses 12.2 & 12.3.

Definitions :
2(v) Engineer -in- Charge : Executive Engineer(E),
PGIMER Project Elect. Division,
CPWD, Sector-7B, Chandigarh.
.

2(viii) Accepting Authority : Project Manager,


PGIMER Project Circle,
Sector-7B
CPWD, Chandigarh

2(x) Percentage on cost of materials and : 15%


Labour to cover all overheads and
profits

2(xi) Standard Schedule of Rates : Market Rate & DSR 2018

2(xii) Department : Central Public Works Department.

9(ii) Standard CPWD Contract Form : GCC 2014, CPWD Form-7 modified & Corrected up
to date of submission of tender.
Clause 1
i) Time allowed for submission of Performance Guarantee programme 7 days
chart (Time and progress) and applicable labour licences,
registration with EPFO, ESIC and BOCW Welfare Board or proof of
applying thereof from the date of issue of letter of acceptance.
ii) Maximum allowable extension beyond the period provided in (i) 01 to 08 days (With late fee @ 0.1% per
above day of performance guarantee
amount).
Clause 2
Authority for fixing compensation under Project Manager, PGIMER Project Circle, CPWD, sector 7B
clause-2 Chandigarh

Clause 2A
Whether Clause 2A shall be applicable Not Applicable

Clause 5
18
CPWD-7 CPWD

Number of days from the date of issue of letter 15 days (7 days+8 days with late fees)
of acceptance for reckoning date of start.
Mile stone (s) as per table given below:-

TABLE OF MILE STONE(S)


S. NO. DESCRIPTION OF MILESTONE TIME ALLOWED IN DAYS AMOUNT TO BE WITH-HELD IN
(PHYSICAL) (FROM THE DATE OF CASE OF NON-ACHIEVEMENT OF
START) MILESTONE.
1 Submission of documentary 07 Days 2%
evidence for placing orders for
all the material
2 Supply of All Equipment & 40 Days 2%
associated material
4 Installation of equipment & 50 Days 0.5%
complete system.
5 Testing, Commissioning of the Two Months 0.5%
complete system and handing
over

Time allowed for execution of work : (02) Two Months

Authority to decide:

(i) Extension of time : Project Manager,


PGIMER Project Circle,
CPWD, Chandigarh.

(ii) Rescheduling of milestones : ---------Do-------------


Clause 6, 6A
Clause applicable – (6 or 6A) : Clause 6A applicable
Clause 7
Gross work to be done together
With net payment/adjustment of
advances for material collected,
if any, since the last such payment
for being eligible to interim payment 20 Lacs

Clause-7A:-

Regarding applicability of labour laws:- Yes, Applicable


Related to Labour licensee, registration
of contractor with EPFO, ESIC and
BOCW welfare board i/c Provident Fund

No running account bill shall be paid in the work till the applicable labour licenses, registration with EPFO, ESIC,
BOCW welfare board i/c Provident Fund Code No. if applicable whatever applicable are submitted by the
contractor to the Engineer-in-charge.

19
CPWD-7 CPWD

Clause 10A List of Testing equipment to be


provided by the contractor at site lab NA

Clause 10B(ii)

Whether Clause 10B(ii) shall be applicable : No

Clause-10C:- Applicable

Component of labour expressed as


percent of value of work = 15 %

Clause 10 CA (Not applicable)

Materials Covered Nearest Materials (other than Base Price of all the materials
under this clause : cement, reinforcement bars and covered under
structural steel)for which All India clause 10 CA
Wholesale Price Index to be
followed:
…… NOT APPLICABLE ……………..

Clause 10CC to be applicable in contracts


with stipulated period of completion exceeding (NOT APPLICABLE)
the period shown in the next column.

Schedule of component of other Materials, Labour, POL, etc for price escalation.
Component of Electrical
construction materials expressed as
percent of total value of E & M work X ……… Nil
Component of labour-expressed as
perce t of total alue of ork Y ………. 15 %
Component of P.O.L-expressed as
percent of total value of work Z ………… Nil

Clause 11
Specifications to be followed
for execution of work. NIT SPECIFICATIONS, C.P.W.D. Gen. Specifications for electrical works
(Part-I Internal ) 2013 / Part-II (External 1995) as amended up to date
of submission of tender and I.E. Rules as applicable & as per Terms &
Conditions

Clause 12- Type of Work Project & Original Work

12.2. & 12.3 :


Deviation Limit beyond which clauses 12.2 & 12.3 30% (Thirty percent) on individual items
shall apply for building work
12.5
Deviation Limit beyond which clauses12.2 & 12.3 :
shall apply for foundation work N.A.

Clause 16
Competent Authority for Project Manager, PGIMER Project Circle,
deciding reduced rates. CPWD, Chandigarh.

20
CPWD-7 CPWD

Clause 18
List of mandatory machinery, tools & plants As per requirement at site and as per direction
to be deployed by the contractor at site. of Engineer-in-charge.

Clause 25
FOR TOTAL CLAIMS UPTO 25 LAKHS
Name of the Office Chairman Member-I Member-II Presenting Officer
Executive Engineer (E) Director (Works Executive Executive Engineer (E), Executive Engineer
IISER PED, CPWD, cum TLQA) NR-I Engineer, Chandigarh CED, in charge of the
Chandigarh. Chandigarh Central CPWD, Chandigarh. work
Division-I
FOR TOTAL CLAIMS MORE THAN 25 LAKHS
Name of the Office Chairman Member-I Member-II Presenting Officer
PM,PGIMER Project Chief Engineer, Director (Works Superintending Superintending
Circle NZ-V, Jammu cum TLQA) Engineer, IIT Project Engineer in-charge
NR-I Circle, CPWD, Ropar of the work

Clause 36 ( i )
Requirement of Technical Representative(s) and recovery Rate: -

S.No Designation Discipline Minimum Minimum Number ( Rate of recovery at


Qualification experience of following rates in case of
(years) Engineers) non compliance of Clause
36 (i)

Figures Words

i) Project Elect Engr / Graduate Engineer 2 1 15,000/- Rs. Fifteen


Planning/Site/ Electronic per month Thousand per
billing Engineer Engineer Or Or month per
person
Diploma Engineer 5

respectively

Assistant Engineers retired from Government services who are holding Diploma will be treated at par with Graduate
Engineers.

21
CPWD-7 CPWD

Clause 42 : N/A
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION: -

S. Nos. Description Rates in figures and words at which recovery shall be


made from the contractor
Excess beyond Less use beyond
permissible variation permissible variation

NIL

Executive Engineer(E)

22
Central Public works department

FORM OF PERFORMANCE SECURITY(GUARANTEE)

BANK GUARANTEE BOND

In consideration of the President of India (hereinafter called "the Government") having offered to
accept the terms and conditions of the proposed agreement
between………………………………………and…...…..…………………………….. (hereinafter
called "the said contractor(s)") for the work …………………………………………………………….
(hereinafter called "the said agreement') having agreed, to production of an irrevocable Bank
Guarantee for Rs……………….. (Rupees………………………………………..only) as a security/
guarantee from the contractor(s) for compliance of his obligations in accordance with the terms
and conditions in the said agreement.

1. We ………………………………….(hereinafter referred to as "as Bank")(indicate the name of


Bank) hereby undertake to pay to the Government an amount not exceeding
Rs…………………….(Rupees………………………………………….only) on demand by the
Government.

2. We ………………………………………………….(indicate the name of Bank) do hereby


undertake to pay the amounts due and payable under this Guarantee without any demure,
merely on a demand from the Government stating that the amount claimed is required to meet
the recoveries due or likely to be due from the said contractor (s). Any such demand made on
the Bank shall be conclusive as regards the amount due and payable by the bank under this
Guarantee. However, our liability under this guarantee shall be restricted to an amount not
exceeding Rs………………………(Rupees………….………………………………………only)

3. We, the said bank further undertake to pay the Government any money so demand
notwithstanding any dispute or disputes raised by the contractor(s) 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 liability for payment there under and the contractor(s) shall have no claim against us for
making such payment.

4. We …………………..…………………………… (indicate the name of the Bank)further agree that


the guarantee herein contained shall remain in full force and effect during the period that would
be taken for the performance of the said agreement and that it shall continue to be enforceable till
all the dues of the Government under or by virtue of the said Agreement have been fully paid and
its claim satisfied or discharged or till Engineer-in-Charge on behalf of the Government certifies
that the terms and conditions of the said Agreement have been fully and properly carried out by
the said contractor(s) accordingly discharges this guarantee.

5. We……………………………………………..…………………(indicate the name of Bank)


further agree with the Government that the Government 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 Agreement or to extend time of performance by the said contractor(s)
from time to time or to postpone for any time or from time to time any of the powers exercisable
by the Government against the said contractor(s) and to forebear or enforce any of the terms and
conditions relating to the said agreement and we shall not be relieved from our liability by reason
of any such variation, or extension being granted to the said contractor(s) or for any forbearance,
act of omission on the part of the Government or any indulgence by the Government to the said
contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties
23
would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
contractor(s).

7. We …………………………………………………………lastly undertake not (indicate the name of


bank) to revoke this guarantee except with the previous consent of the Government in
writing.

8. This guarantee shall be valid upto………………………………………………..unless extended on


demand by Government. Notwithstanding anything mentioned above, our liability against this
Guarantee is restricted to Rs.
……………………(Rupees………………………………………………………only) and unless a
claim in writing is lodged with us within six months of the date of expiry or the extended date of
expiry of this guarantee, all our liabilities under this guarantee, shall stand discharged.

Dated the …………Day of……………………………. .for………………………… (indicate the


name of the Bank).

24
To,
………………………..,
………………………..,
………………………..

Sub: NIT No. 03/PM/PGIMER/2018-19 Submission of Tender for the work of: -
Expansion of Nehru Hospital at PGIMER, Sector-12, Chandigarh. (SH: SITC of IP PBX &
Networking System).
Dear Sir,

It is here by declared that CPWD is committed to follow the principle of transparency,


equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition
that the Bidder will sign the integrity Agreement, which is an integral part of tender/bid
documents, failing which the tenderer/bidder will stand disqualified from the tendering
process and the bid of the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of
the same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of
the CPWD.

Yours faithfully

Executive Engineer (E)


PGIMER Project Elect. Division,
CPWD, Chandigarh.

25
To,

Executive Engineer (E),


PGIMER Project Elect. Division
CPWD, Chandigarh.

Sub: Submission of Tender for the work of Expansion of Nehru Hospital at PGIMER,
Sector-12, Chandigarh. (SH: SITC of IP based EPABX & Networking System).

Dear Sir,

I/We acknowledge that CPWD is committed to follow the principles thereof as


enumerated in the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that I/We will sign the enclosed integrity Agreement, which is an integral part of
tender documents, failing which I/We will stand disqualified from the tendering process. I/We
acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN
UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and
spirit and further agree that execution of the said Integrity Agreement shall be separate and
distinct from the main contract, which will come into existence when tender/bid is finally
accepted by CPWD. I/We acknowledge and accept the duration of the Integrity Agreement,
which shall be in the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute and
unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with
terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

26
To be signed by the bidder and same signatory competent / authorised to
sign the relevant contract on behalf of CPWD.

INTEGRITY AGREEMENT

This Integrity Agreement is made at ............... on this ...........day of ...........20......

BETWEEN

President of India represented through Executive Engineer (E), PGIMER Project Elect.
Division, CPWD, Sector 7-B, Chandigarh (Hereinafter referred as the ‘Principal/Owner’,
which expression shall unless repugnant to the meaning or context hereof include its
successors and permitted assigns)

AND

.............................................................................................................
(Name and Address of the Individual/firm/Company)

through .................................................................... (Hereinafter referred to as the


(Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to the meaning or


context hereof include its successors and permitted assigns)

Preamble

WHEREAS the Principal / Owner has floated the Tender (03/PM/PGIMER/2018-19)


(hereinafter referred to as “Tender/Bid”) and intends to award, under laid down
organizational procedure, contract for Name of Work :- Expansion of Nehru Hospital at
PGIMER, Sector-12, Chandigarh. (SH: SITC of IP based EPABX & Networking System).

hereinafter referred to as the “Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the
land, rules, regulations, economic use of resources and of fairness/transparency in its
relation with its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into
this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms
and conditions of which shall also be read as integral part and parcel of the Tender/Bid
documents and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties
hereby agree as follows and this Pact witnesses as under:

Article 1: Commitment of the Principal/Owner


1) The Principal/Owner commits itself to take all measures necessary to prevent
corruption and to observe the following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her


family members, will in connection with the Tender, or the execution of the

27
Contract, demand, take a promise for or accept, for self or third person, any
material or immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with
equity and reason. The Principal/Owner will, in particular, before and during
the Tender process, provide to all Bidder(s) the same information and will not
provide to any Bidder(s) confidential / additional information through which
the Bidder(s) could obtain an advantage in relation to the Tender process or
the Contract execution.

(c) The Principal/Owner shall endeavour to exclude from the Tender process
any person, whose conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees


which is a criminal offence under the Indian Penal code (IPC)/Prevention of
Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned
or if there be a substantive suspicion in this regard, the Principal/Owner will inform
the Chief Vigilance Officer and in addition can also initiate disciplinary actions as
per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s)


1) It is required that each Bidder/Contractor (including their respective officers,
employees and agents) adhere to the highest ethical standards, and report to the
Government / Department all suspected acts of fraud or corruption or Coercion or
Collusion of which it has knowledge or becomes aware, during the tendering
process and throughout the negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to


prevent corruption. He commits himself to observe the following principles during
his participation in the Tender process and during the Contract execution:
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or
firm, offer, promise or give to any of the Principal/Owner’s employees
involved in the Tender process or execution of the Contract or to any third
person any material or other benefit which he/she is not legally entitled to, in
order to obtain in exchange any advantage of any kind whatsoever during
the Tender process or during the execution of the Contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any
undisclosed agreement or understanding, whether formal or informal. This
applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.
c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant
IPC/PC Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the
purpose of competition or personal gain), or pass on to others, any
information or documents provided by the Principal/Owner as part of the
business relationship, regarding plans, technical proposals and business
details, including information contained or transmitted electronically.
d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and
addresses of agents/representatives in India, if any. Similarly
Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and
addresses of foreign agents/representatives, if any. Either the Indian agent
on behalf of the foreign principal or the foreign principal directly could bid in a
tender but not both. Further, in cases where an agent participate in a tender
28
on behalf of one manufacturer, he shall not be allowed to quote on behalf of
another manufacturer along with the first manufacture in a
subsequent/parallel tender for the same item.
e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and
all payments he has made, is committed to or intends to make to agents,
brokers or any other intermediaries in connection with the award of the
Contract.

3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences


outlined above or be an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
indulge in fraudulent practice means a willful misrepresentation or omission of
facts or submission of fake/forged documents in order to induce public
official to act in reliance thereof, with the purpose of obtaining unjust
advantage by or causing damage to justified interest of others and/or to
influence the procurement process to the detriment of the Government
interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
use Coercive Practices (means the act of obtaining something, compelling an
action or influencing a decision through intimidation, threat or the use of force
directly or indirectly, where potential or actual injury may befall upon a person, his/
her reputation or property to influence their participation in the tendering process).

Article 3: Consequences of Breach


Without prejudice to any rights that may be available to the Principal/Owner under law or the
Contract or its established policies and laid down procedures, the Principal/Owner shall have
the following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and
the Bidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner’s
absolute right:
1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract
has committed a transgression through a violation of Article 2 above or in any
other form, such as to put his reliability or credibility in question, the
Principal/Owner after giving 14 days notice to the contractor shall have powers to
disqualify the Bidder(s)/Contractor(s) from the Tender process or
terminate/determine the Contract, if already executed or exclude the
Bidder/Contractor from future contract award processes. The imposition and
duration of the exclusion will be determined by the severity of transgression and
determined by the Principal/Owner. Such exclusion may be forever or for a
limited period as decided by the Principal/Owner.

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the


Principal/Owner has disqualified the Bidder(s) from the Tender process prior to
the award of the Contract or terminated/determined the Contract or has accrued
the right to terminate/determine the Contract according to Article 3(1), the
Principal/Owner apart from exercising any legal rights that may have accrued to
the Principal/Owner, may in its considered opinion forfeit the entire amount of
Earnest Money Deposit, Performance Guarantee and Security Deposit of the
Bidder/Contractor.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a


Bidder or Contractor, or of an employee or a representative or an associate of a
29
Bidder or Contractor which constitutes corruption within the meaning of IPC Act,
or if the Principal/Owner has substantive suspicion in this regard, the
Principal/Owner will inform the same to law enforcing agencies for further
investigation.

Article 4: Previous Transgression


1) The Bidder declares that no previous transgressions occurred in the last 5 years
with any other Company in any country confirming to the anticorruption approach
or with Central Government or State Government or any other Central/State
Public Sector Enterprises in India that could justify his exclusion from the Tender
process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified


from the Tender process or action can be taken for banning of business dealings/
holiday listing of the Bidder/Contractor as deemed fit by the Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage
caused by him and has installed a suitable corruption prevention system, the
Principal/Owner may, at its own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors


1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a
commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be
responsible for any violation(s) of the principles laid down in this agreement/Pact
by any of its Sub contractors/sub-vendors.

2) The Principal/Owner will enter into Pacts on identical terms as this one with all
Bidders and Contractors.

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed
Pact between the Principal/Owner and the bidder, along with the Tender or violate
its provisions at any stage of the Tender process, from the Tender process.

Article 6- Duration of the Pact


This Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor 12 months after the completion of work under the contract or till the
continuation of defect liability period, whichever is more and for all other bidders, till the
Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to be
valid despite the lapse of this Pacts as specified above, unless it is discharged/determined
by the Competent Authority, CPWD.

Article 7- Other Provisions


1) This Pact is subject to Indian Law, place of performance and jurisdiction is the
Head quarters of the Division of the Principal/Owner, who has floated the
Tender.
2) Changes and supplements need to be made in writing. Side agreements have not
been made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by all
the partners or by one or more partner holding power of attorney signed by all
partners and consortium members. In case of a Company, the Pact must be
signed by a representative duly authorized by board resolution.
30
4) Should one or several provisions of this Pact turn out to be invalid; the remainder
of this Pact remains valid. In this case, the parties will strive to come to an
agreement to their original intensions.
5) It is agreed term and condition that any dispute or difference arising between the
parties with regard to the terms of this Integrity Agreement / Pact, any action taken
by the Owner/Principal in accordance with this Integrity Agreement/ Pact or
interpretation thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS


All rights and remedies of the parties hereto shall be in addition to all the other legal rights
and remedies belonging to such parties under the Contract and/or law and the same shall be
deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For
the sake of brevity, both the Parties agree that this Integrity Pact will have precedence over
the Tender/Contact documents with regard any of the provisions covered under this Integrity
Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the
place and date first above mentioned in the presence of following witnesses:

...............................................................
(For and on behalf of Principal/Owner)

.................................................................
(For and on behalf of Bidder/Contractor)

WITNESSES:

1. ..............................................
(Signature, name and address)

2. ...............................................
(Signature, name and address)

Place:

Dated:

31
SECTION I
Commercial and Additional Conditions
1.0 General
1.1 The work shall be executed as per Technical specifications given in the
tender, CPWD General Specifications for Electrical Works (Part I – Internal)
2013, (Part II – External) 1995, (Part-IV Substation) 2013 amended upto date
wherever applicable, as per relevant IS and as per directions of Engineer-in-
Charge. The technical specifications are to be read in conjunction with above
and in case of variations; technical specifications of tender document shall
apply. Nothing extra shall be paid on account of additional features in the
technical specifications as the same are to be read along with schedule of
quantities for the work.

1.2 The Department shall not issue any T & P and nothing extra shall be
paid on account of this.

1.3 The work to be awarded by this tender shall be treated as indivisible


works contract.

2.0 Terms of payment :


The following percentage of contract rates shall be payable against the stages
of work as shown.
Sl No Stage of Work Payment
1 After initial inspection (wherever specified) & delivery
at site in good condition on pro rata basis 80%
2 On completion of installation 10%
3 On commissioning & handing over 10%
3.0 Rates:
No foreign exchange shall be made available by the Department for importing
(purchase) of equipments, plants, machinery, materials of any kind or any other
items required to be carried out during execution of the work. No delay and no
claim of any kind shall be entertained from the Contractor, on account of
variation in the foreign exchange rate.
The rates quoted by the tenderer, shall be firm and inclusive of all taxes
(including works contract tax), GST, octroi, entry tax, duties and levies and all
charges for packing forwarding, insurance, freight and delivery, installation,
testing, commissioning etc at site i/c temporary constructional storage, risks,
over head charges, general liabilities/obligations and clearance from local
authorities. The fee for the inspection of installation by government authorities
shall be reimbursed by the department on production of receipts. The
contractor has to, however, initially make the payment.

32
4.0 Completeness of tender:
All sundry equipment, fittings, unit assemblies, accessories, hardware items,
foundation bolts, termination lugs for electrical connections, and all other items
which are useful and necessary for efficient assembly and installation of
equipment and components of the work shall be deemed to have been included
in the tender irrespective of the fact whether such items are specifically
mentioned in the tender documents or not.
5.0 Inspection and Testing
Refer tender Specifications for various tests to be carried out at site.

6.0 Storage and custody of materials:


The agency has to make their own arrangement. Watch and ward of the stores
and their safe custody shall be the responsibility of the contractor till the final
taking over of the installation by the department.
7.0 Care of the Building :
The work is to be carried out in the 250 bedded hospital at PGI Chandigarh.
Utmost care shall be taken by the contractor while handling and installing the
various equipments and components of the work to avoid damage to the
existing running equipment and building. He shall be responsible for repairing
all damages and restoring the same to their original finish at his cost. He shall
also remove at his cost all unwanted and waste materials arising out of the
installation from the site of work.
8.0 Completion period :
The completion period indicated in the tender documents is for the entire work
of planning, designing, approval of General arrangement drawings, supplying,
installation, testing, commissioning and handing over of the entire installation to
the satisfaction of the Engineer-in-charge.
9.0 Performance Guarantee:
9.1 The tenderer shall guarantee among other things, the following vis-à-vis
specifications:

a. Quality, strength and performance of the materials used.


b. Safe mechanical and electrical stress on all parts under all specified
conditions of operation.
c. Satisfactory operation during the maintenance period.
10.0 Defect Liability Period:
All the equipments shall be guaranteed for a period of 12 months from the date
of taking over the installation by the department against unsatisfactory
performance and / or break down due to defective design, workmanship of
material. The equipments or components, or any part thereof, so found
defective during guarantee period shall be forthwith repaired or replaced free of
cost, to the satisfaction of the Engineer-in-Charge. In case it is felt by the
department that undue delay is being caused by the contractor in doing this,

33
the same will be got done by the department at the risk and cost of the
contractor. The decision of the Engineer-in-Charge in this regard shall be final.
11.0 Power Supply and Water Supply:
Power and water supply will be arranged by the contractor at the site for
installation purpose. However, for testing purpose after complete installation of
the electrical items, electricity supply will be made available free of cost to the
contractor. Contractor will take due care to ensure safety of electrical
installation during execution of work.
12.0 Data and Programme to be furnished by the tenderers:
12.1 After Award of Work:

a. The Contractor shall prepare the programme chart for the execution of
the work showing clearly all activities from the start of work to the
completion, with details of requirements of materials, man power,
equipments and machinery deployment, required for the completion of
the work within the stipulated period and submit the same to the
Engineer-in-Charge within fifteen days after the issue of letter for
commencement of the work. The Contractor shall also submit monthly
programme and progress reports and up date / re-schedule the same
every month. These shall be submitted by the contractor in soft copy
also besides forwarding hard copy of the same.
13.0 The successful tenderer should furnish well in advance three copies of detailed
instructions and manuals of manufacturers for all items of equipments
regarding installation, adjustments, operation and maintenance i/c preventive
maintenance & trouble shooting together with all the relevant data sheets,
spare parts catalogue and workshop procedure for repairs, assembly and
adjustment etc all in triplicate.
14.0 Extent of work :
14.1 The work shall comprise of entire labour including supervision and all
materials necessary to make a complete installation and such tests and
adjustments and commissioning as may be required by the department. The
term complete installation shall not only mean EPABX and LAN System
covered by Technical Specifications but all incidental sundry components
necessary for complete execution and satisfactory performance of installation
with all layout charts whether or not those have been mentioned in details in
the tender documents in connection with this contract.

14.2 The work is turn key project. Any item required for completion of the
project but left inadvertently shall be executed with in the quoted rates.

34
15.0 Compliance with Regulations and Indian standards
15.1 All works shall be carried out in accordance with relevant regulation,
both statutory and those specified by the Indian Standards related to this work.
In particular, the equipment and installation shall comply with the following:

a. Factories Act
b. Indian Electricity Rules
c. I.S. & BS Standards as applicable
d. Workmen's compensation Act
e. Statutory norms prescribed by local bodies
15.2 Nothing in this tender shall be construed to relieve the successful
tenderer of his responsibility for the design, manufacture and installation of the
equipment with all accessories in accordance with currently applicable statutory
regulations and safety codes.

16.0 Indemnity :
The successful tenderer shall at all times indemnify the department,
consequent on this works contract. The successful tenderer shall be liable, in
accordance with the Indian Law and Regulations for any accident occurring due
to any cause and the department shall not be responsible for any accident or
damage incurred or claims arising there from during the period of erection,
construction and putting into operation the equipments and ancillary equipment
under the supervision of the successful tenderer in so far as the latter is
responsible. The successful tenderer shall also provide all insurance including
third party insurance as may be necessary to cover the risk. No extra payment
would be made to the successful tenderer due to the above.
17.0 Erection Tools :
No tools and tackles either for unloading for shifting the equipments for erection
purposes would be made available by the department. The successful tenderer
shall make own arrangement for all these facilities.

18.0 Liaisoning and Co-operation with other agencies:


The successful tenderer shall co-ordinate with other contractors and agencies
engaged in the operation and maintenance of the building so as to make the
execution of this works contract smooth. If any unreasonable hindrance is
caused to other agencies / damage is caused to the existing installation
resulting in loss of work or disruption in services during the course of work,
such expenditure incurred upon restoration and loss of work shall be recovered
from the successful tenderer. Water proofing of pits shall not be damaged
under any circumstances.
19.0 Mobilization Advance :
No mobilization advance shall be paid for this work.

35
20.0 Verification of correctness of Equipment at Destination :
The contractor shall have to produce all the relevant records to certify that the
genuine equipment from the manufacturers has been supplied and erected.
21.0 Painting :
This shall include cost of painting of entire exposed iron work in the installation.
All equipments works shall be painted at the works before dispatch to the site.
22.0 Order of Preference:
Should there be any difference or discrepancy between the description of items
as given in the Schedule of Quantities, technical specifications for individual
items of work (including additional and commercial conditions) and IS Codes
etc., the following order of preference shall be followed:
a. Schedule of quantities
b. Additional and Commercial Conditions
c. Technical specifications specified in the tender
d. General Conditions of Contract for CPWD Works
e. Drawings
f. CPWD General Specifications
g. Relevant IS or any other International code in case IS code is not
available.
23.0 Quality Assurance:

23.1 The technical data sheet and manufacturing drawing of all equipments and
materials as per contract specifications shall be prepared by the respective
manufacturer’s and will be submitted by contractor duly signed before placing
the order or manufacturing the material. The engineer-in-charge shall approve
as per contract conditions.

23.2 All the materials to be used in the work shall be new and of good quality and
shall be got approved from the Engineer-in-Charge before use at site. The
equipment shall be not older more than 6 months from the date of receipt at site
or year of manufacturing should be current. The equipment shall be procured
directly from the manufacturer or authorized dealer and delivery challan/invoice/
proof of dispatch of material of the Agency from where the material is purchased
in support of genuineness of material shall be submitted along with bill for
verification.

23.3 Manufacturer test certificates of all the equipment and material shall be
submitted along with supply.

36
SECTION II
Technical Specifications
1. 10Port L2+ Switch Specifications

SL
Technical specifications
No.
1 Hardware Architecture
1.1 It should have non-blocking wire-speed architecture.
1.3 It should be architected to support real time applications like voice, video, data.
1.4 Minimum 8 interfaces of 10/100/1000 base TX.
1.5 Should support two combo 2 ports of 1000 Base-X.
2 Performance
2.1 Each switch should have non-blocking switching backplane of 20 Gbps or more
2.2 9K Jumbo frames
3 L2 Features
3.1 HW based Source Learning
3.2 IEEE 802.1Q VLAN and VLAN Stacking
3.3 Support for at least 4K VLANs.
3.4 Support for Up to 2k ACLs
3.5 802.1ab, 802.1s and 802.1w
3.6 IP v4: IGMP v1, v2 and v3
3.7 IPv6 : MLD
3.8 Link Aggregation based on 802.3ad across the switches
3.9 Should support minimum 16K MAC Addresses
4 IPv4 and IPv6 Features
4.1 Static routing for IPv4 and IPv6
4.2 RIP v1 and v2 for IPv4, RIPng for IPv6
4.3 Up to 256 IPv4/ 128 IPv6 static and RIP routes.
4.4 Up to 128 IPv4 and 16 IPv6 interfaces
5 Quality of Service
5.1 8 hardware queues per port
5.2 Ingress Policing and Egress Shaping
5.3 802.1p/Tos/Diffserv marking and mapping
5.5 Queu management : SQP, WRR & DRR
6 Security and Management
6.1 Standard and extended ACLs on all ports
6.2 Port Mirroring, Remote port Mirroring and policy based mirroring
6.3 Secure Shell (SSH) Protocol, HTTPS, SSL, LDAP and DoS protection
6.4 IP Anti-Spoofing, IEEE 802.1x, DHCP snooping and DHCP Option 82
6.5 SNMPv1, snmpv2 and v3
6.6 Support management using CLI, GUI using Web interface.

37
Should support software rollback/image rollback which allows return to a prior last
6.7
known good version of software in the event of a system software problem.
6.8 Support FTP/TFTP for upgrading the operating System
6.9 Should support 802.1x on all ports
Each port should support 802.1x and non 802.1x client simultaneously and should support
6.10
minimum 24 clients per port.
7 resiliency and high availability
7.1 Rapid Ring Spanning Tree Protocol (RRSTP)
7.2 IEEE 802.1s Multiple Spanning Tree Protocol: Encompasses IEEE 802.1D STP
and IEEE 802.1w Rapid Spanning Tree Protocol
7.3 IEEE 802.3ad Link Aggregation Control Protocol (LACP) and static LAG
7.4 Dual-home link (DHL) support for subsecond link protection without STP
7.5 Dual image and dual configuration files storage provides backup
8 compliance and certifications
8.1 FCC CRF Title 47 Subpart B (Class A limits. Note: Class A with UTP cables)
8.2 VCCI (Class A limits. Note: Class A with UTP cables)
8.3 EN 55022: 2006 (Emission Standard)
8.4 EN 61000-3-3: 1995
8.5 EN 61000-3-2: 2006
8.6 EN 55024: 1998 (Immunity Standards)
9 Safety agency certifications
9.1 US UL 60950
9.2 IEC 60950-1:2001; all national deviations
9.3 EN 60950-1: 2001; all deviations
9.4 CAN/CSA-C22.2 No. 60950-1-03
9.5 EN 60825-1 Laser, EN 60825-2 Laser

2. 24 Port L2+ Switch Specifications

SL
Technical specifications
No.
1 Switch Scalability and Speed
i Fixed-configuration chassis in a 1U form factor with 24 10/100/1000 Base-T ports and
two fixed 1G/10G SFP+ uplink port .
ii
Switch must support two Nos. 10G stacking port as per site requirements.
iii Minimum 40 Gb/s stacking Bandwidth and Stackable to eight units
iv Minimum Switching capacity 128 Gb/s and Minimum throughput 95 Mpps
v Wire rate at layer 2 and layer 3 on all ports
vi Total number of MAC addresses: 16,000
vii Total number of IPv4 routes: 256
viii Number of VLANs: 4,000

38
ix Jumbo frame size: 9 216 bytes
2 Resiliency and high availability

i Ring Rapid Spanning Tree (RRSTP)optimized for ring topology to provide


less than 100 ms convergence time.
ii Broadcast and multicast storm control to avoid degradation in overall
system performance
iii Unidirectional Link Detection (UDLD) for detecting and disabling unidirectional links on
fiber optic interfaces
IEEE 802.1s Multiple Spanning Tree Protocol (MSTP) encompasses IEEE 802.1D Spanning
iv Tree Protocol (STP) and IEEE 802.1w Rapid Spanning Tree Protocol (RSTP),ITU-T G.8032
Ethernet Ring Protection
v Per-VLAN spanning tree (PVST+), Remote stacking upto 10KM
vi IEEE 802.3ad/802.1AX Link Aggregation Control Protocol (LACP) and static LAG groups
across modules,Path MTU Discovery
vii Virtual Router Redundancy Protocol (VRRP) providing highly available
routed environments
viii
Layer-2 port loopback detection for preventing customer loops on Ethernet access ports
ix Redundant and hot-swappable AC power supplies support only.
x Embedded denial of service (DoS) engine to filter out unwanted
traffic attacks
3 Layer-3 routing and multicast
i Routing Information Protocol (RIP) v1 and v2, RIPng , Static routing
ii DHCP relay , Address Resolution Protocol (ARP)
iii Internet Group Management Protocol (IGMP) v1/v2/v3 snooping
iv Multicast Listener Discovery (MLD) v1/v2 snooping
v Multicast VLAN
vi Layer-2 Control Protocol (L2CP) for tunneling a customer’s L2CP frames, IPv6 Tunneling,
Dynamic Host Configuration Protocol (DHCP)
vii Metro Ethernet Services
viii Minimum stacking upto 8 switches
4 QoS and security
i
Priority queues: Eight hardware-based queues per port for flexible QoS management
ii
Flow-based QoS,Flow-based traffic policing and bandwidth management
iii Egress traffic shaping and DiffServ architecture
Support for endto-end head-of-line (E2E-HOL) blocking prevention, Configurable
iv scheduling algorithms, including Strict Priority Queuing (SPQ), Weighted Round Robin
(WRR) and Deficit Round Robin (DRR)
v Framework for comprehensive user-policy-based NAC

39
Autosensing IEEE 802.1X multi-client,multi-VLAN support, MAC-based authentication for
vi non-IEEE 802.1X hosts, Web based authentication a customizable web portal residing on
the switch

vii Dynamically providing pre-defined policy configuration to authenticated


clients — VLAN, ACL, BW
viii Single/Dual Rate policing with commit BW, excess BW and burst size

ix MAC address lockdown,Access Control Lists (ACLs), DHCP Snooping, DHCP IP and Address
Resolution protocol (ARP) spoof protection , ARP poisoning detection ,IP Source Filtering as
a protective and effective mechanism against ARP attacks

Secure Shell (SSH) with public key infrastructure (PKI) support ,Terminal Access Controller
x Access-Control System Plus (TACACS+) client ,Centralized Remote Access Dial-In User
Service (RADIUS) and Lightweight Directory Access Protocol (LDAP) administrator
authentication , Centralized RADIUS for device authentication and network access control
authorization
xi Support for Precision Timing Protocol (PTP) through IEEE 1588v2
5 Layer-2 specifications
i IEEE 802.1D STP , IEEE 802.1p CoS , IEEE 802.1Q VLANs , IEEE 802.1ad Provider Bridges
Q-in-Q/VLAN stacking
ii IEEE 802.1ak (Multiple VLAN Registration Protocol (MVRP)
iii IEEE 802.1s MSTP ,IEEE 802.1w RSTP, IEEE 802.3x Flow Control,
IEEE 802.3z Gigabit Ethernet , IEEE 802.3ab 1000Base-T , IEEE 802.3ac VLAN Tagging ,
iv IEEE 802.3ad/802.1AX Link Aggregation , IEEE 802.3ae 10 GigE,IEEE 802.3az Energy
Efficient Ethernet (EEE)
v
Jumbo frame support ,Bridge Protocol Data Unit (BPDU) blocking , STP Root Guard
6 Manageability
i
CLI in a scriptable BASH environment via console, Telnet or Secure Shell (SSH) v2
ii WebView Graphical Web Interface via HTTP and HTTPS
iii OpenFlow for the creation of specialized services.

iv Full configuration and reporting using SNMPv1/2/3 to facilitate third-party


network management over IPv4/IPv6
v File upload using USB, TFTP, FTP, SFTP or SCP
vi Multiple software image support with fallback recovery
vii IEEE 802.1AB Link Layer Discover Protocol (LLDP)

viii Policy- and port-based mirroring , Remote port mirroring ,Flow v5 and Remote Monitoring
(RMON), Digital Diagnostic Monitoring (DDM), and Time Domain Reflectometry (TDR)
Switch should support IEEE 802.3af or IEEE 802.3at-compliant end devices
ix

40
7 Compliance and certifications

i The switch shall conform to IEC-60950/CSA-60950/EN-60950/UL-60950 standard for


safety requirements of information technology equipment.

ii The Offered equipment shall have FCC Part 15 (CFR 47) Class A certification or equivalent
international certification for electromagnetic interference.
The offered product series or its operating system series must have achieved Common
Criteria Certification of EAL2+/ NDPP or higher in the Common Criteria certification.
iii

8 Environmental conditions
i
The offered equipment must be able to operate in the following environmental conditions
ii ¨ Operating temperature: 0°C to 40°C
iii ¨ Relative Humidity: 5% to 95% Non condensing
iv The switch shall be powered with 230 V AC power supply.

3. 24 Port PoE+ Access Switch Specifications

SL
Technical specifications
No.
1 Switch Scalability and Speed

i Fixed-configuration chassis in a 1U form factor with 24 10/100/1000 Base-T PoE+ ports and two
fixed 1G/10G SFP+ uplink port .
ii Switch must support two Nos. 10G stacking port as per site requirements.
iii Minimum 40 Gb/s stacking Bandwidth and Stackable to eight units
iv Minimum Switching capacity 128 Gb/s and Minimum throughput 95 Mpps
v Wire rate at layer 2 and layer 3 on all ports
vi Total number of MAC addresses: 16,000
vii Total number of IPv4 routes: 256
viii Number of VLANs: 4,000
ix Jumbo frame size: 9 216 bytes
X switch must provide 390W PoE Power budget.
2 Resiliency and high availability
i Ring Rapid Spanning Tree (RRSTP)optimized for ring topology to provide
less than 100 ms convergence time.

ii Broadcast and multicast storm control to avoid degradation in overall


system performance

iii Unidirectional Link Detection (UDLD) for detecting and disabling unidirectional links on fiber
optic interfaces

41
IEEE 802.1s Multiple Spanning Tree Protocol (MSTP) encompasses IEEE 802.1D Spanning Tree
iv Protocol (STP) and IEEE 802.1w Rapid Spanning Tree Protocol (RSTP),ITU-T G.8032 Ethernet Ring
Protection
v Per-VLAN spanning tree (PVST+), Remote stacking upto 10KM

vi IEEE 802.3ad/802.1AX Link Aggregation Control Protocol (LACP) and static LAG groups across
modules,Path MTU Discovery

vii Virtual Router Redundancy Protocol (VRRP) providing highly available


routed environments

viii
Layer-2 port loopback detection for preventing customer loops on Ethernet access ports
ix Redundant and hot-swappable AC power supplies support only.

x Embedded denial of service (DoS) engine to filter out unwanted


traffic attacks
3 Layer-3 routing and multicast
i Routing Information Protocol (RIP) v1 and v2, RIPng , Static routing
ii DHCP relay , Address Resolution Protocol (ARP)
iii Internet Group Management Protocol (IGMP) v1/v2/v3 snooping
iv Multicast Listener Discovery (MLD) v1/v2 snooping
v Multicast VLAN

vi Layer-2 Control Protocol (L2CP) for tunneling a customer’s L2CP frames, IPv6 Tunneling,
Dynamic Host Configuration Protocol (DHCP)
vii Metro Ethernet Services
viii Minimum stacking upto 8 switches
4 QoS and security

i
Priority queues: Eight hardware-based queues per port for flexible QoS management
ii Flow-based QoS,Flow-based traffic policing and bandwidth management
iii Egress traffic shaping and DiffServ architecture
Support for endto-end head-of-line (E2E-HOL) blocking prevention, Configurable scheduling
iv algorithms, including Strict Priority Queuing (SPQ), Weighted Round Robin (WRR) and Deficit
Round Robin (DRR)
v Framework for comprehensive user-policy-based NAC

vi Autosensing IEEE 802.1X multi-client,multi-VLAN support, MAC-based authentication for non-


IEEE 802.1X hosts, Web based authentication a customizable web portal residing on the switch

vii Dynamically providing pre-defined policy configuration to authenticated


clients — VLAN, ACL, BW
viii Single/Dual Rate policing with commit BW, excess BW and burst size

42
ix MAC address lockdown,Access Control Lists (ACLs), DHCP Snooping, DHCP IP and Address
Resolution protocol (ARP) spoof protection , ARP poisoning detection ,IP Source Filtering as a
protective and effective mechanism against ARP attacks

x Secure Shell (SSH) with public key infrastructure (PKI) support ,Terminal Access Controller
Access-Control System Plus (TACACS+) client ,Centralized Remote Access Dial-In User Service
(RADIUS) and Lightweight Directory Access Protocol (LDAP) administrator authentication ,
Centralized RADIUS for device authentication and network access control authorization
xi Support for Precision Timing Protocol (PTP) through IEEE 1588v2
5 Layer-2 specifications
i IEEE 802.1D STP , IEEE 802.1p CoS , IEEE 802.1Q VLANs , IEEE 802.1ad Provider Bridges Q-in-
Q/VLAN stacking
ii IEEE 802.1ak (Multiple VLAN Registration Protocol (MVRP)
iii IEEE 802.1s MSTP ,IEEE 802.1w RSTP, IEEE 802.3x Flow Control,
IEEE 802.3z Gigabit Ethernet , IEEE 802.3ab 1000Base-T , IEEE 802.3ac VLAN Tagging , IEEE
iv 802.3ad/802.1AX Link Aggregation , IEEE 802.3ae 10 GigE,IEEE 802.3az Energy Efficient Ethernet
(EEE)

v
Jumbo frame support ,Bridge Protocol Data Unit (BPDU) blocking , STP Root Guard
6 Manageability

i
CLI in a scriptable BASH environment via console, Telnet or Secure Shell (SSH) v2
ii WebView Graphical Web Interface via HTTP and HTTPS
iii OpenFlow for the creation of specialized services.

iv Full configuration and reporting using SNMPv1/2/3 to facilitate third-party


network management over IPv4/IPv6
v File upload using USB, TFTP, FTP, SFTP or SCP
vi Multiple software image support with fallback recovery
vii IEEE 802.1AB Link Layer Discover Protocol (LLDP)

viii Policy- and port-based mirroring , Remote port mirroring ,Flow v5 and Remote Monitoring
(RMON), Digital Diagnostic Monitoring (DDM), and Time Domain Reflectometry (TDR)
Switch should support IEEE 802.3af or IEEE 802.3at-compliant end devices
ix
7 Compliance and certifications

i The switch shall conform to IEC-60950/CSA-60950/EN-60950/UL-60950 standard for safety


requirements of information technology equipment.

ii The Offered equipment shall have FCC Part 15 (CFR 47) Class A certification or equivalent
international certification for electromagnetic interference.

43
The offered product series or its operating system series must have achieved Common Criteria
Certification of EAL2+/ NDPP or higher in the Common Criteria certification.
iii

8 Environmental conditions

The offered equipment must be able to operate in the following environmental conditions
¨ Operating temperature: 0°C to 40°C
¨ Relative Humidity: 5% to 95% Non condensing
The switch shall be powered with 230 V AC power supply.

4. 48 Port L2+ Switch Specifications

S
Technical specifications
No.
1 Switch Scalability and Speed
i Fixed-configuration chassis in a 1U form factor with 48 10/100/1000 Base-T ports and
two fixed 1G/10G SFP+ uplink port .
ii Switch must support two Nos. 10G stacking port as per site requirements.
iii Minimum 40 Gb/s stacking Bandwidth and Stackable to eight units
iv Minimum Switching capacity 176 Gb/s and Minimum throughput 130 Mpps
v Wire rate at layer 2 and layer 3 on all ports
vi Total number of MAC addresses: 16,000
vii Total number of IPv4 routes: 256
viii Number of VLANs: 4,000
ix Jumbo frame size: 9 216 bytes
2 Resiliency and high availability
i Ring Rapid Spanning Tree (RRSTP)optimized for ring topology to provide
less than 100 ms convergence time.
ii Broadcast and multicast storm control to avoid degradation in overall
system performance
iii Unidirectional Link Detection (UDLD) for detecting and disabling unidirectional links on
fiber optic interfaces
IEEE 802.1s Multiple Spanning Tree Protocol (MSTP) encompasses IEEE 802.1D Spanning
iv Tree Protocol (STP) and IEEE 802.1w Rapid Spanning Tree Protocol (RSTP),ITU-T G.8032
Ethernet Ring Protection
v Per-VLAN spanning tree (PVST+), Remote stacking upto 10KM
vi IEEE 802.3ad/802.1AX Link Aggregation Control Protocol (LACP) and static LAG groups
across modules,Path MTU Discovery
vii Virtual Router Redundancy Protocol (VRRP) providing highly available
routed environments
viii Layer-2 port loopback detection for preventing customer loops on Ethernet access ports
ix Redundant and hot-swappable AC power supplies support only.

44
x Embedded denial of service (DoS) engine to filter out unwanted
traffic attacks
3 Layer-3 routing and multicast
i Routing Information Protocol (RIP) v1 and v2, RIPng , Static routing
ii DHCP relay , Address Resolution Protocol (ARP)
iii Internet Group Management Protocol (IGMP) v1/v2/v3 snooping
iv Multicast Listener Discovery (MLD) v1/v2 snooping
v Multicast VLAN
vi Layer-2 Control Protocol (L2CP) for tunneling a customer’s L2CP frames, IPv6 Tunneling,
Dynamic Host Configuration Protocol (DHCP)
vii Metro Ethernet Services
viii Minimum stacking upto 8 switches
4 QoS and security
i Priority queues: Eight hardware-based queues per port for flexible QoS management
ii Flow-based QoS,Flow-based traffic policing and bandwidth management
iii Egress traffic shaping and DiffServ architecture
Support for endto-end head-of-line (E2E-HOL) blocking prevention, Configurable
iv scheduling algorithms, including Strict Priority Queuing (SPQ), Weighted Round Robin
(WRR) and Deficit Round Robin (DRR)
v Framework for comprehensive user-policy-based NAC
Autosensing IEEE 802.1X multi-client,multi-VLAN support, MAC-based authentication for
vi non-IEEE 802.1X hosts, Web based authentication a customizable web portal residing on
the switch
vii Dynamically providing pre-defined policy configuration to authenticated
clients — VLAN, ACL, BW
viii Single/Dual Rate policing with commit BW, excess BW and burst size
MAC address lockdown,Access Control Lists (ACLs), DHCP Snooping, DHCP IP and Address
ix Resolution protocol (ARP) spoof protection , ARP poisoning detection ,IP Source Filtering as
a protective and effective mechanism against ARP attacks
Secure Shell (SSH) with public key infrastructure (PKI) support ,Terminal Access Controller
Access-Control System Plus (TACACS+) client ,Centralized Remote Access Dial-In User
x Service (RADIUS) and Lightweight Directory Access Protocol (LDAP) administrator
authentication , Centralized RADIUS for device authentication and network access control
authorization
xi Support for Precision Timing Protocol (PTP) through IEEE 1588v2
5 Layer-2 specifications
i IEEE 802.1D STP , IEEE 802.1p CoS , IEEE 802.1Q VLANs , IEEE 802.1ad Provider Bridges
Q-in-Q/VLAN stacking
ii IEEE 802.1ak (Multiple VLAN Registration Protocol (MVRP)
iii IEEE 802.1s MSTP ,IEEE 802.1w RSTP, IEEE 802.3x Flow Control,
IEEE 802.3z Gigabit Ethernet , IEEE 802.3ab 1000Base-T , IEEE 802.3ac VLAN Tagging ,
iv IEEE 802.3ad/802.1AX Link Aggregation , IEEE 802.3ae 10 GigE,IEEE 802.3az Energy
Efficient Ethernet (EEE)
v Jumbo frame support ,Bridge Protocol Data Unit (BPDU) blocking , STP Root Guard
6 Manageability

45
i CLI in a scriptable BASH environment via console, Telnet or Secure Shell (SSH) v2
ii WebView Graphical Web Interface via HTTP and HTTPS
iii OpenFlow for the creation of specialized services.
iv Full configuration and reporting using SNMPv1/2/3 to facilitate third-party
network management over IPv4/IPv6
v File upload using USB, TFTP, FTP, SFTP or SCP
vi Multiple software image support with fallback recovery
vii IEEE 802.1AB Link Layer Discover Protocol (LLDP)
viii Policy- and port-based mirroring , Remote port mirroring ,Flow v5 and Remote Monitoring
(RMON), Digital Diagnostic Monitoring (DDM), and Time Domain Reflectometry (TDR)
Switch should support IEEE 802.3af or IEEE 802.3at-compliant end devices
ix

7 Compliance and certifications


i The switch shall conform to IEC-60950/CSA-60950/EN-60950/UL-60950 standard for
safety requirements of information technology equipment.
ii The Offered equipment shall have FCC Part 15 (CFR 47) Class A certification or equivalent
international certification for electromagnetic interference.
The offered product series or its operating system series must have achieved Common
iii Criteria Certification of EAL2+/ NDPP or higher in the Common Criteria certification.

8 Environmental conditions
i The offered equipment must be able to operate in the following environmental conditions
ii ¨ Operating temperature: 0°C to 40°C
iii ¨ Relative Humidity: 5% to 95% Non condensing
iv The switch shall be powered with 230 V AC power supply.

5. NMS(Network Management Software)

SL
No. Technical Specification
NMS should be Enterprise class , web-based consolidated network management application
1 for network provisioning, troubleshooting,
performance analysis and configuration operations
2 NMS should support 60 devices from day one and scalable upto 1K devices in future.
3 NMS should provide Detailed discovery of OwnPortfolio and third-party devices
The NMS solution based on Dedicated hardware or virtulized plateform. Virtual Appliance
4 that can be installed on top of any of following hypervisors: VMware ESXi, Microsoft
HyperV and Oracle VirtualBox.
Minimum hardware for the Virtual Appliance should be 32GB RAM, 1TB Hard disk with 8
5 Core Processor.
6 NMS should have below mentioned features from day one.
7 HTML5 topology with overlay display for Wired/wireless devices and virtual chassis

46
8 Easily Customizable map with cluster rendering for large infrastructure

9 Network visualization for logical and physical infrastructure, with actual


neighbor linkage info (IP subnet, Layer 2, LLDP adjacency protocols) and live device status
10 Real-time monitoring and analysis of critical network performance indicators through
visual widgets for LAN and WiFi
11 Advanced alert capabilities through customizable filters and sorting capabilities
12 Rapid troubleshooting and isolation of network issues through one-click mitigation
13 Allows administrators to quickly search and pinpoint device location and associated
devices, based on multiple criteria and live or historical searches
Discovers third-party devices and indicates the nearest device that runs the Own operating
14 system and to which the third-party device can be switched, showing the link on a topology
map
15 Monitors network bandwidth and traffic patterns down to the device port level through
sflow® sampling collection and reporting
16 Provides insight in the network health with advanced graphical analytics on most
problematic switches based on device state (CPU, memory, temperature)
Improves network health by providing capacity trending analysis, application on-port
17 utilization, and potential anomalies in the on-port utilization that could impact network
health and operational performance, thus enabling an enhanced end-user experience

18 Provides Application Visibility through extensive application monitoring, for network-wide


application inventory and use, allowing a better understanding of bandwidth consumption
Allows centralized policy enforcement and application usage policy for the
19 discovered applications by applying QoS policy enforcement such as, rate limiting, blocking
and application prioritization
20 Improves user experience and business outcome with embedded analytics engine, showing
in depth application usage reports and key measurement indicators
21 Provides network administrators with both the tools and the ability to grant access to only
those features and resources operators need.
Provides controls to support IT for best practices. Management rights and access to all
22 devices managed by NMS are granted through operator groups, device groups, and custom
views of the devices with fine granularity on the authorized feature set.
23 Integration to LDAP/Radius Server

6. WLAN Controller

S
Technical description
No
The wireless LAN solution shall be based on IEEE 802.11 and shall be WFA certified for
1 Data and Voice.

47
The wireless LAN solution shall propose a distributed control function (no centralized
2 controller) with inherent support for redundancy, elimination of traffic bottlenecks and
lowered latency.

3 The wireless LAN solution shall rely on a distributed and L2 only data plane.
4 The wireless LAN solution shall propose a centralized management function.
The Wireless LAN solution based on Dedicated hardware or virtulized plateform. Virtual
5 Appliance that can be installed on top of any of following hypervisors: VMware ESXi,
Microsoft HyperV and Oracle VirtualBox.
Minimum hardware for the Virtual Appliance should be 32GB RAM, 1TB Hard disk with 8
6 Core Processor.
The wireless LAN solution should support 100 Access Point and shall scale up to 4000
7 Access Points in future.
8 The wireless LAN solution shall support MAC based authentication.

9 The wireless LAN solution shall support 802.1x based authentication.


The WLAN solution shall include a built-in RADIUS server for 802.1x and MAC
10 authentication that shall not be proposed as a separate product.
The built-in RADIUS server as described above shall be able to interface with an external
11 authentication server (Radius, LDAP, Active Directory): FreeRadius, Microsoft NPS Radius
Server, Microsoft AD, OpenLDAP…
The built-in RADIUS server as described above shall support at least following EAP types:
12 EAP-PEAP, EAP-GTC, EAP-TLS, EAP-TTLS.
The wireless LAN solution shall have the ability to utilize RADIUS attributes to assign each
authenticated user/device to a specific ROLE. A role defines a VLAN and enforces security
and QoS through the use of role-based ACLs and QoS policies that can be directly integrated
13 with the roles defined within existing authentication servers.

The wireless LAN solution shall support following link layer encryption standards:
WPA2_AES, WPA2_TKIP, WPA_AES, WPA_TKIP, DYNAMIC_WEP, WPA_PSK_AES,
14 WPA_PSK_TKIP, WPA_PSK_AES_TKIP, WPA2_PSK_AES, WPA2_PSK_TKIP.

The wireless LAN solution shall propose a Guest management solution based on an
embedded and built-in Captive Portal providing web based authentication for guests and
15 visitors.

The Guests Captive Portal included in the wireless LAN solution shall allow a customizable
16 look & feel.
The Guest management solution shall allow, at least, following authentication methods:
- Username & Password
17 - Access Code
- Simple Term & Condition acceptance

48
The Guest management solution shall allow non-IT staff (e.g., a receptionist) to create
18 temporary guest accounts.
The WLAN solution shall allow guest self-registration and employee sponsored access.
19

The Guest management solution shall allow setting a validity period for an authenticated
device, in order to avoid entering credentials each time a guest access the network.
20

The WLAN solution shall allow automatic and/or manual RF management


21 (channel and power).
The WLAN solution shall be smart enough to guide a new client to the optimal
22 band/channel (2.4GHz/5GHz) considering, at a given time, both the number of associated
clients on each band, and the medium utilization.
When a new client discovers multiple APs to associate to, the new client shall be guided to
23 the AP that has the fewest associated clients, thus allowing smart/dynamic load balancing.

The WLAN solution shall deny connection to an AP when the signal of the client becomes
24 too weak and disconnect a client when the signal becomes too weak.
The WLAN solution shall propose APs that have the ability to scan the air in order to
25 provide interfering/rogue APs and wireless attacks detection, and shall not rely on
dedicated scanning equipment.
The scanning function of the APs shall not impact active voice or video calls (SIP
26 and H.323).
The WLAN solution have wIDS/wIPS capabilities with no additional and dedicated
27 equipment nor additional license.

28 The WLAN solution shall be able to identify Interfering APs.

29 The WLAN solution shall be able to identify and contain Rogue APs.
The WLAN solution shall allow the definition of flexible policies to classify an AP
30 as a Rogue AP.
The WLAN solution shall allow the definition of flexible AP attacks detection policies.
31

The WLAN solution shall allow the definition of flexible client attacks detection policies.
32

The WLAN solution shall be able to blacklist a WLAN client, either manually or
33 automatically after a client attack has been detected.

The WLAN solution shall allow to configure a blacklist duration.


34

The wireless LAN solution shall comply with the 802.11e WMM standard and shall allow
35 for custom QoS tag (802.1p/DSCP) to WMM queue mapping.

49
The WLAN solution shall support traffic Deep Packet Inspection (DPI) capabilities allowing
an administrator to take control of applications (even if they all run on top of the HTTP or
36 HTTPs protocols), including not only blocking applications, but also allowing to prioritize
and rate-limit applications, in future.

The wireless LAN solution shall be able to define and guarantee bandwidth based on the
SSID. It shall also be to define and guarantee bandwidth based on the user/device role.
37

The WLAN solution shall allow to set the maximum number of clients per band/radio and
38 per AP for a specific SSID.

The wireless LAN solution shall propose broadcast traffic optimization mechanisms
39 (including Broadcast filtering and Broadcast/Multicast Key rotation).

Leveraging its IGMP snooping capabilities, the wireless LAN solution shall be able to
40 optimize multicast traffic by converting multicast traffic to unicast traffic.

The wireless LAN solution shall by default identify Voice and Video (SIP and H323)
41 calls and provide appropriate treatment.
The WLAN solution shall support Layer 2 roaming capabilities across APs with no special
42 client-side software required.
The WLAN solution shall support Layer 3 roaming across APs with no special clientside
43 software required.

44 The WLAN solution shall support both Opportunistic Key Caching (802.11k).

45 The WLAN solution shall comply to the 802.11r standard.


The wireless LAN solution shall propose a centralized management function based on an
46 embedded and secure WEB GUI.

The centralized management function shall be able to handle wired equipment (switches)
47 management for a unified management approach.

The WLAN solution shall be able to automatically discover new APs added to the network.
48

WLAN solution shall be able to blacklist a WLAN client, either manually or


49 automatically after a client attack has been detected.
The centralized management function shall allow to display the physical topology of the
50 network.

50
The centralized management function shall allow per equipment configuration and
51 software backup and restore, and bulk backup and restore.
The centralized management function shall allow access to all wIPS/wIDS
52 features.
The centralized management function shall offer, on the basis of an application signature
file, insight at application layer (e.g. facebook.com, youtube.com, salesforce.com…) even if the
53 applications run on top of the HTTP or HTTPs protocols. It shall also allow control of those
applications.

The centralized management function shall allow to display the Wi-Fi coverage quality
54 within a given area ( Heat Map ).

The centralized management function shall allow, before deployment, to determine optimal
55 placement of Access Points (APs) in a location (RF Planning).

Access Point (Type A) Indoor Access Point


The WLAN solution shall propose a 802.11ac wave1 2x2 MIMO indoor dual-radio (2GHz,
1 5GHz) Access Point.
2 Access Point shall have integrated omnidirectional antennas.
3 Access Point shall support up to 16 SSIDs (8 per radio).
The Access Point shall offer up to 1.2 Gbps throughput (867Mbps on the 5Ghz band and up
4 to 300Mbps on the 2.4GHz band).
5 Access Point shall support up to 128 clients.
6 Access Point shall have one 1Gb Ethernet port.
Roaming Parameters supported shall be
- L2 Roaming
7 - Fast BSS Transition (802.11r Roaming)
- Radio Resource Management (802.11k)
- BSS Transition Management (802.11v)
The Access Point shall support 802.3af/at PoE with 10W maximum
8 consumption.
9 The MTBF for the Access Point shall be at least 525600h (60 Years).
10 The Access Point shall propose a Factory reset button.
11 The Access Point shall propose a console port.
Standards Supported
- CE & RoHS, REACH, WEEE, CB Scheme Safety, NRTL
12 - FCC and IC approval and certificates
- EN 60601-1-2 EMC requirements for the Medical Directive 93/42/EEC
- Wi-Fi Alliance (WFA) certified 802.11a/b/g/n/ac
Access Point (Type B) Indoor Access Point
The WLAN solution shall propose a 802.11ac wave2 MU-MIMO indoor dual radio AP Access
1 Point:

51
The Access Point shall have integrated omni-directional antennas or may be equipped with
2 external antennas.
The Access Point shall offer BLE radio support through USB port (BLE
3 dongle).
4 The Access Point shall support up to 16 SSIDs (8 per radio).
The Access Point shall offer up to 2.1 Gbps throughput (1733Mbps on the 5Ghz band and
5 up to 400Mbps on the 2.4GHz band).
6 The Access Point shall support up to 512 clients.
7 The Access Point shall have one 1Gb Ethernet port.
Roaming Parameters supported shall be
- L2 Roaming
8 - Fast BSS Transition (802.11r Roaming)
- Radio Resource Management (802.11k)
- BSS Transition Management (802.11v)
The Access Point shall propose Deep Packet Inspection (DPI) capabilities providing real-
9 time classification of flows at the application level.
The Access Point shall support 802.3af/at PoE with 18.5W maximum
10 consumption.
The Access Point shall support 802.3af/at PoE with 18.5W maximum
11 consumption.
12 The MTBF for the Access Point shall be at least 525600h (60 Years).
13 The Access Point shall propose a Factory reset button.
14 The Access Point shall propose a console port.
Standards Supported
- CE & RoHS, REACH, WEEE, CB Scheme Safety, NRTL
15 - FCC and IC approval and certificates
- EN 60601-1-2 EMC requirements for the Medical Directive 93/42/EEC
- Wi-Fi Alliance (WFA) certified 802.11a/b/g/n/ac
Access Point (Type C) Outdoor Access Point
The WLAN solution shall propose a 802.11ac wave2 MU-MIMO outdoor uggedized dual-
1 radio AP Access Point.
The outdoor ruggedized Access Point shall have integrated omni-directional ntennas or
2 may be equipped with external antennas.
3 The outdoor ruggedized Access Point shall support up to 16 SSIDs (8 per radio).
The outdoor ruggedized Access Point shall offer up to 1733Mbps throughput on he 5Ghz
4 band and up to 400Mbps throughput on the 2.4GHz band.
5 The outdoor ruggedized Access Point shall support up to 512 clients.
6 The outdoor ruggedized Access Point shall have two (2) 1Gb Ethernet port.
Roaming Parameters supported shall be
- L2 Roaming
7 - Fast BSS Transition (802.11r Roaming)
- Radio Resource Management (802.11k)
- BSS Transition Management (802.11v)

52
7. Technical Specifications(EPBAX/IPBAX System)
S No Technical Qualitative Requirements/ Specifications

1. Redundant Industry Standard Server based on IP at core with hot standby


configuration. Each System should be expandable up to 15000 Extensions with
single server and up to 100,000 in network mode.

System Architecture

1.1 The telephony system should be designed with IP at the core Server &
Gateway type communications system, allowing fully distributed IP solutions
across data networks. The system will be call servers based and it should
support traditional TDM or mixed IP-TDM or full 100% IP configurations,
telephony, gateway, end points & all telephony application should be from
same OEM & PRI card should not be installed in any PC / Server

It should support the following devices :-

(i) IP Communication Devices e.g. IP Phones, Video Phones, Multimedia


PCs, SIP phones, Softphones or H.323 terminal devices etc.

(ii) Legacy TDM communication devices (Digital and analog 2 Wire


telephone instruments with Caller-ID

1.2 The call control servers should be fully redundant solution The solution must
provide geographical redundancy by separating the servers over LAN/WAN.
I.e. if the server in the main data center fails, the other server, which is
installed at geographically different location over LAN/WAN should take
over the entire communication network load.

1.3 Call control server / appliance should be Intel based hardware with necessary
configuration to support the desired expandability. No proprietary hardware
is acceptable. It is desired to have support for virtualization. Call Server
should be from industry standard vendors like HP/DELL/LENOVO.
Virtualization technologies i.e. VMware to be supported for call server with
V-Motion. The solution must be delivered in a virtualized environment, however
for redundancy, two separate physical servers to be considered..

Call control server / appliance must be 19” rack-mountable solution &


should have following specification.

i. Intel Xeon 3 GHz Processor or higher


ii. Shall have 4 Cores or higher
iii. Shall have min 8 GB RAM
iv. Shall have 1 TB HDD

53
S No Technical Qualitative Requirements/ Specifications

v. Dual Gigabit Ethernet Port


vi. Shall have DVD+/-RW
vii. Shall Support RAID
1.4 The system should be capable of supporting analog and IP Telephones.
Necessary licenses for the asked users should be enabled from day-1.
However, the IP EPABX system should have the capability to scale up to
15000 users to achieve the future capacity on the same hardware that is
supplied as part of this RFP.

1.5 The system should manage CAC (Call Admission Control) mechanisms to
optimize the usage of the bandwidth in the WAN for multi-site
configurations.

1.6 The system should be capable of supporting a very high traffic and should
support a Busy Hour Completion (BHCC) of 2, 50,000 per hour.

1.7 The IP PBX should be day one ready with full telephony
Feature/Functionality, all necessary hardware should be provisioned from
day one for this. Full SIP (able to connect 3rd Party SIP Phone & SIP Trunk
(Public & Private) capability. The main functions of SIP capability should
provide SIP networking (Public & private) and support SIP endpoints in a
converged communications network.

1.8 All the users to be managed in a single database,

which is managed centrally, no multiple databases & bundling of Telephony


system will not consider to meet Specification & scalability.

1.9 The voice network architecture and call control

functionality should support both SIP & H.323.

1.10 The system should be based on server gateway

architecture with external server running on Linux OS.

1.11 The system should be able to operate with H.323/SIP compliant device and it
should be able to support internal gatekeeper for the same.

1.12 The SIP proxy, SIP registrar should be inbuilt in the system and should
support open SIP stack compliant hard phones or soft phones also.

1.13 IPv6 support from day one & The quoted model should be TEC approved.
Vendor to submit TEC approval certificate along with the bid.

54
S No Technical Qualitative Requirements/ Specifications

1.14 The system should have non blocking architecture at all levels & must
support more than 512 time slot

1.15 The system should support for voice encoding using following standards:-

(i) G.711

(ii) G.729A

(iii) G.722

1.16 Call Switching. Internal calls : Based on the G.711 uncompressed PCM
standard.

1.17 The System should support Network Time Protocol V4.1.2 (RFC 1305) to
synchronize the system date/time of network devices.

1.18 The system should be suitable to accommodate both Decadic Pulse (DP) and
DTMF telephones. The system should support outgoing DTMF transmission
even from Digital phones.

1.19 The system should have non blocking architecture at all levels like System
processing, Switching fabric, power supplies, other resources like DTMF
receivers, R2 Receivers, unlimited 3 or more party conference circuits.

1.20 VoIP Support. System should support VoIP solutions as an integral part of
the system.

(i) The system should be fully compliant to VoIP standards like H.323
and SIP (Session Initiation Protocol). Vendor to give clear compliance for the
requested standards.

(ii) The system should be able to operate with any H.323/SIP compliant
device and it should be able to support internal gatekeeper for the same. If
required, it should be able to inter operate with H.323 standard based
external gatekeepers.

(iii) The SIP proxy, SIP registrar should be inbuilt in the system and
should support any open SIP stack compliant hard phones or soft phones.

(iv) System should support the QOS features for the VOIP implementation.
It should be compliant with both QOS standards (Layer 2 – 802.1 p/q) and
Layer 3- Diffserv/TOS).

55
Central Public Works Department
N.I.T. No: 03/PM/PGIMER/2018-19
Name of work:- Expansion of Nehru Hospital at PGIMER, Sector-12, Chandigarh. (SH: SITC of IP PBX
& Networking System).
SCHEDULE OF QUANTITY
Name of the contractor:-
SL.No Description of Item Qty Unit Rate Amount
Sub Head-A - Networking solutions
Access Switches -I
1 SITC of Access Switch 24POE+ chassis in a
1U, 24x10/100/1000 Base T port PoE, with
2 fixed SFP+ 10-G-ready interfaces and 10G-
ready interfaces, Support for IEEE 802.3af
as well as IEEE, 802.3at-compliant PoE,
Internal AC or DC -redundant power
supplies. with Access Guardian (IEEE
802.1x/MAC/captive portal) with Host
Integrity Check (HIC) enforcement,
Enhanced Voice over IP (VoIP) and video
performance with policy-based QoS, IEEE
02.3at PoE+ support for IP phones, wireless
LAN (WLAN) access points and video
cameras, , Enables deployment of 16 nos 163700 2619200
comprehensive and secure bring your own
device (BYoD) services in enterprise
networks, such as guest management,
device on-boarding, device posturing,
application management, and dynamic
change of authentication (CoA). Should offer
min 390 watt PoE/PoE+ power budget. With
5 year on site next business day
replacement warranty.
(Make: CISCO, Juniper, HP, Alcatel-
Lucent,)

2 SITC of Access Switch 24 chassis in a


1U,24x10/100/1000 Base T port with 2 fixed
SFP+ 10-G-ready interfaces and 10G-ready
interfaces, Internal AC or DC -redundant
power supplies. with Access Guardian
(IEEE 802.1x/MAC/captive portal) with Host
Integrity Check (HIC) enforcement,
Enhanced Voice over IP (VoIP) and video
performance with policy-based QoS,
Enables deployment of comprehensive and
secure bring your own device (BYoD) 3 nos 123800 371400
services in enterprise networks, such as
guest management, device on-boarding,
device posturing, application management,
and dynamic change of authentication
(CoA). With 5 year on site next business
day replacement warranty.
(Make: CISCO, Juniper, HP, Alcatel-
Lucent,)
Name of the contractor:-
3 SITC of Access Switch 48chassis in a 1U,
48x10/100/1000 Base Tport with 2 fixed
SFP+ 10-G-ready interfaces and 10G-ready
interfaces, Internal AC or DC -redundant
power supplies. with Access Guardian
(IEEE 802.1x/MAC/captive portal) with Host
Integrity Check (HIC) enforcement,
Enhanced Voice over IP (VoIP) and video
performance with policy-based QoS,
Enables deployment of comprehensive and
secure bring your own device (BYoD) 3 nos 170000 510000
services in enterprise networks, such as
guest management, device on-boarding,
device posturing, application management,
and dynamic change of authentication
(CoA). With 5 year on site next business
day replacement warranty.
(Make: CISCO, Juniper, HP, Alcatel-
Lucent,)

4 SITC of Access Switch 10 Gigabit Ethernet


chassis. 8 RJ45 10/100/1000 BaseT, 2
SFP/RJ45 combo, 2 SFP Gig ports. 1RU by
1/2 rack width, internal AC PSU, fan less
2 nos 33400 66800
With 5 year on site next business day
replacement warranty.
(Make: CISCO, Juniper, HP, Alcatel-
Lucent,)
5 SITC of 10 Gigabit optical transceiver
SFP+). Supports monomode fiber over
1310nm wavelength nominal) with an LC
connector. Typical reach of 10Km. With 5
34 nos 29600 1006400
year on site next business day
replacement warranty.
(Make: CISCO, Juniper, HP, Alcatel-
Lucent,)
6 SITC of 10 Gigabit SFP+ stacking module.
Supports 2xSFP+ 10 Gigabit ports. With 5
year on site next business day
22 nos 14500 319000
replacement warranty.
(Make: CISCO, Juniper, HP, Alcatel-
Lucent,)
7 SITC of 1M meters long SFP+ direct
stacking cable for 10, 24 and 48 port
models. With 5 year on site next business
22 nos 6200 136400
day replacement warranty.
(Make: CISCO, Juniper, HP, Alcatel-
Lucent,)
8 SITC of 1000Base-LX Gigabit Ethernet
optical transceiver SFP MSA). Supports
single mode fiber over 1310nm wavelength
nominal) with an LC connector. With 5 year
6 nos 7000 42000
on site next business day replacement
warranty.
(Make: CISCO, Juniper, HP, Alcatel-
Lucent,)
Name of the contractor:-
9 SITC of 1000Base-T Gigabit Ethernet
Transceiver SFP MSA) - Supports category
5, 5E, and 6 copper cabling up to 100m
With 5 year on site next business day
8 nos 5500 44000
replacement warranty.
(Make: CISCO, Juniper, HP, Alcatel-
Lucent,)

L3 Switches -II
10 SITC of of 1RU 10GE L3 fixed chassis with
20 10G SFP+ and 2 40G QSFP+, AC
backup power supply. Console and
Ethernet management ports should be
RJ45. min switching capacity 640GB/s
Virtual chassis with minimum 6 switches in
virtual stack, IEEE 802.1s Multiple Spanning
Tree Protocol (MSTP), IEEE 802.1D
Spanning Tree Protocol (STP) and IEEE 2 nos 569000 1138000
802.1w Rapid Spanning Tree Protocol
(RSTP). with 40 Gigabit direct attached
copper cable 1m. With 5 year on site next
business day replacement warranty.
(Make: CISCO, Juniper, HP, Alcatel-
Lucent,)

WiFi Solutions -III


11 Supply, Installation, Testing and
Commissioning of Dual Band (2.4 & 5
GHz)Dual radio 2x2 802.11a/b/g/n/ac AP,
integrated antenna, 1 x 10/100/1000Base-T
RJ-45) w/802.3af POE, 1x 48V DC power
interface, Console port. 56 nos 18100 1013600
With 5 year on site next business day
replacement warranty.
(Make: CISCO, Juniper, HP, Alcatel-
Lucent,)
12 Supply, Installation, Testing and
Commissioning of Outdoor access point.
Dual radio 2x2 802.11ac MU-MIMO,
integrated antenna, 2x 10/100/1000Base-T
RJ-45), 1x USB Console port. 2 nos 39800 79600
With 5 year on site next business day
replacement warranty.
(Make: CISCO, Juniper, HP, Alcatel-Lucent,)

13 Supply, Installation, Testing and


Commissioning of Dual radio 2x22 4x44
802.11a/b/g/n/ac MU-MIMO AP, integrated
antenna, 1x GbE, 1x USB opt BLE), 1x 48V
DC power interface, 1x Console.
2 nos 64300 128600
With 5 year on site next business day
replacement warranty.
(Make: CISCO, Juniper, HP, Alcatel-Lucent)
Name of the contractor:-
14 SITC of WLan Controller
Software/Hardware including following
Specifications Minimum hardware for the
Virtual Appliance should be 32GB RAM,
1TB Hard disk with 8 Core Processor. .
Should be of same make of the offered
access points, device should be enabled for
minimum 70 access point from day 1 and
scalable to support upto 4000 access point
when required with license upgrade, The
offered NMS should be deployable of Linux
and Microsoft Windows Server on Intel
based Hardware for Flexibility, The NMS
should have inbuilt syslog server for
accepting log messages from network 1 no 307000 307000
devices, The NMS shall be able to receive
all error logs from the network devices and
display on a per device context, The NMS
shall support capability to integrate with
Microsoft or Vmware virtualization
framework to provide visibility of the virtual
machines from a single console,t manual
intervention etc as required, With 5 year on
site next business day replacement
warranty.
(Make: CISCO, Juniper, HP, Alcatel-
Lucent,)

Network Management Software -IV

SITC of of Network Management Software


including following Specifications. Should be
of same make of the offered switches,
Management station should be enabled for
minimum 60 active devices from day 1 and
scalable to support upto 500 devices when
required with license upgrade, The offered
NMS should be deployable of Linux and
Microsoft Windows Server on Intel based
Hardware for Flexibility, The NMS should
have inbuilt syslog server for accepting log
15 1 nos 215000 215000
messages from network devices, The NMS
shall be able to receive all error logs from
the network devices and display on a per
device context, The NMS shall support
capability to integrate with Microsoft or
Vmware virtualization framework to provide
visibility of the virtual machines from a single
console, t manual intervention etc as
required. With 5 year on site next
business day replacement warranty.
(Make: CISCO, Juniper, HP, Alcatel-Lucent,)

TOTAL - SH-A 7997000

Sub Head-B - EPBAX/IPBAX solutions


Name of the contractor:-
1 Supply, installation, testing &
commissioning of IP Communication
Solution with following configuration:
300 Nos. IP/SIP Users Expandable upto
15000 Users with single server & 100,000
with full network
02 Nos. ISDN PRI
32 Nos. Analog Users
05 Call centre agent with MIS report
01 Supervisor with MIS report
25 Party Conference bridge
02 No. Operator Console with 26
Programmable keys
2 Nos. Industry StandardAppliance Server
(Cisco/Dell/HP/Lenovo) 1 set 2774000 2774000
Rack Mountable Gateway with Redundant
Gateway Controller cards
Remote Maintenance Facility
System Configuration & management Tool
1 No. Call Accounting Software
DISA & DOSA Facility
60 Ports Integrated Multi-Level Automated
Attendant
Cloud-based, enterprise-grade UC Solution
Providing IM/Telephony Presence, click to
call (dial by name, answer, release), Call
Log, P2P Audio/Screen Sharing for All
Users
(Make: CISCO, NEC, Simens, Alcatel-
2 Entry Level IP/SIP with Dual 1Gig Ports
(Make: CISCO, NEC, Simens, Alcatel- 250 set 5510 1377500
Lucent, Avaya)
3 MID Level IP/SIP Phone with Dual 1 Gig
Ports
50 set 9600 480000
(Make: CISCO, NEC, Simens, Alcatel-
Lucent, Avaya)
4 Analog Phone Telephone ( Type -1 )
with CLIP and speaker 32 set 2000 64000
(Make: Beetel, Alcatel, Panasonic)
TOTAL SH-B 4695500

Sub Head-C - Fiber (Passive )


1
SITC of LC-Type 48-Core Fully loaded LIU
with Pigtails, Adapter Plate, Singlemode 1 No 24000 24000
(Make: Legrand, Molex, Systimax)
2
SITC of LC-Type 06-Core Fully loaded LIU
with Pigtails, Adapter Plate, Singlemode 6 Nos 8000 48000
(Make: Legrand, Molex, Systimax)
3 SITC of Duplex Patch Cords - 2 Mts
14 Nos 1900 26600
(Make: Legrand, Molex, Systimax)
4 SITC of 6 - Fibers multitube type Single
Mode Armoured Optical Fiber 2500 Mtrs 50 125000
(Make: Legrand, Molex, Systimax)
5
Providing, Laying and fixing 25 mm dia GI
pipe (Medium class) in ground complete
with GI fittings including trenching ( 75 mm 1000 Mtrs 177 177000
deep) and re-filling etc as required
(Make: Jindal, Tata, Parkash Surya, Zenith)
TOTAL -C 400600
Name of the contractor:-
ABSTRACT OF COST
Sub Head-A - Networking solutions 7997000
Sub Head-B - EPBAX/IPBAX solutions 4695500
Sub Head-C - Fiber (Passive ) 400600
Total 13093100

Percentage
above or
below the
CONTRACTOR BID
Estimated estimated % in
cost cost Figures Total Cost
13093100 0.00

You might also like