Chittaranjan National Cancer Institute

37, S. P. Mukherjee Road,

Kolkata- 700026

Notice Inviting e-Tender No: CNCI/eNIT-11/2017-18

The Director Chittaranjan National Cancer Institute invites online submission of e‐Tender on http://eprocure.gov.in in two-bid pattern(Technical and Financial Bid) for Extension of LAN/WAN network: Supply, Installation and Implementation of the LAN/WAN Connectivity in the part of buildings and integration with existing campus network of CNCI.

Last date of submission of tender--- upto 14.00 hrs. on 01.08.2017

Date and time of opening of tenders---14.30 hrs. on 02.08.2017

Firms interested to participate can view the complete set of tender documents on CNCI website: www.cnci.org.in and/or /http://eprocure.gov.in

Director

CHITTARANJAN NATIONAL CANCER INSTITUTE

37, S.P.MUKHERJEE ROAD, KOLKATA – 700 026

Memo No: ‐D-18 (93)/2004/4908 Date: 10.07.2017

Notice Inviting e-Tender No: CNCI/eNIT-11/2017-18

The Director of CNCI invites e‐Tender in two-bid pattern (Technical and Financial Bid) for Extension of LAN/WAN network: Supply, installation and implementation of the LAN/WAN Connectivity in the part of buildings and integration with existing campus network of CNCI.

Information about the work:

1 / Name of the work / Extension/EXPANSION of Campus network with the existing LAN/WAN:
Supply, installation and implementation of the LAN/WAN Connectivity in the part of buildings and integration with existing campus network of CNCI.
2 / Eligibility of the bidder / The bidder shall be registered/incorporated in India
The bidder shall have valid PAN Number
The bidder shall have valid sales/ service Tax Registration Number or Exemption Certificate Number or GST Provisional ID
The bidder shall have Credential of recent (within last 2 years) relevant (LAN) purchase order of more than 30.00 lakhs in a GOVT. institute.
The bidder shall comply to the technical compliance and terms and condition as mentioned in the Tender.
3 / EMD / Rs. 10,000.00 (refundable)
4 / Time period of completion of work / Within 45 days from the date of placement of order
(Penalty will be charged after the due date). implementation)

Director

1.  Scope & Description of Work:

a.  Installation and configuration of building Switches at required buildings.

b.  CAT‐6 UTP Cable Laying through casing wherever required.

c.  Configuration of LAN/WAN devices.

d.  Documentation of upgradation

2. In the event of e‐filling, intending bidder may download the tender documents from the CNCI website: www.cnci.org.in and/or /http://eprocure.gov.in and submission of Technical Bid and Financial Bid is to be done as per Time Schedule.

Both Technical Bid and Financial Bid are to be submitted concurrently duly digitally signed in the website http://eprocure.gov.in

3.  The Bid/Proposal is to be submitted in two parts. The two parts of the proposal are :‐

(i) / Part – 1 : / Technical bid
(ii) / Part – 2 : / Financial bid

4. Non -statutory cover containing the following documents:

A. The prospective bidder must have the credential of satisfactorily completion as a prime agency during the last 3 (three) years from the date of issue of this notice at least one single work of identical nature having a magnitude of 70 (seventy) percent of the amount put to tender under authority of state / central Govt, state / central Govt. Undertaking / statutory bodies constituted under the statute of the state / central Govt.

N.B: ‐Completion certificate should contain

a) Name of work,

b) Name of client,

c) Amount put to Tender,

d) Schedule month and year of commencement and completion as per work order,

e) Actual month and year of completion.

B.  The prospective bidders must have valid up to date clearance of service tax registration (last receipt of challan) / Income Tax return / Professional Tax clearance certificate / P.T (Deposit Challan) / PAN Card / VAT registration certificate / Voter ID Card for self-identification and Income Tax acknowledgement receipt for latest assessment year.

C.  The vendors who have been delisted of debarred by any government department shall not be eligible in any way.

D.  Vendor must have office in Kolkata, West Bengal.

5. Bids shall remain valid for a period not less than 120 (one twenty days) days from the last date of submission of the Bid. If the bidder withdraws the bid during the validity period of bid, the earnest money as deposited will be forfeited forthwith without assigning any reason thereof.

6. Statutory Cover containing the following documents:

Technical Bid (PART I):

Signed NIT

Instruction to bidder

Scanned copy of Demand drafts (EMD and Tender fees)

All documents related to eligibility mentioned earlier including certificates, credentials

Technical Compliance Statement as enclosed in Annexure I at the end of NIT (Work Schedule and compliance)

Financial Bid (Part II):

BOQ

07. IMPORTENT DATE AND TIME SCHEDULE:

Sl. / PARTICULARS / DATE & TIME
1 / Date of uploading (Publishing) of N.I.T. Documents (Online) / 10-07-2017
2 / Documents download start date (Online) / 11-07-2017
3 / Document download end date (Online) / 01-08-2017
4 / Bid proposal submission start date (Online) / 01-08-2017
5 / Bid proposal submission end date (Online) / 01-08-2017 upto 2.00 PM
6 / Date of submission original copies (EMD) and verification documents which has been submitted online / 01-08-2017 upto 2.00 PM
7 / Bid opening date for technical evaluation (Online) / 02-08-2017 upto 2.30 PM
8 / Date of uploading list for technically qualified bidder(Online) / To be notified during uploading of Technical Evaluation sheet of Tenderers
9 / Date & place for opening of financial proposal (Online) / Within 48 (Forty-Eight) hours after opening of technical proposal
10 / Date of uploading of list of bidders along with their rates through (Online), also if necessary for further negotiation through offline for final rate. / If required will be notified within 48 (Forty-Eight) hours after uploading the offered rates of tenderers.

08. The documents submitted by the bidders should be properly indexed & digitally signed.

Director

CNCI

TECHNICAL BID [PART I]

1.  THE ABOVE STATED NON ‐STATUTORY /TECHNICAL DOCUMENTS SHOULD BE ARRANGED IN THE FOLLOWING MANNER

check boxes beside the necessary documents in the My Document list and then click the tab “Submit Non-Statutory Documents’ to send the selected documents to Non‐Statutory folder.

the tab “Click to Encrypt and upload” and then click the “Technical” Folder to upload the Technical Documents.

Sl.
No. / Category Name / Sub‐Category Description / Detail(s)
A / Certificate(s) / Certificate(s) / 1.  VAT & Service Tax Registration Certificate OR GST Provisional ID & Acknowledgement.
2.  PAN.
3.  P Tax (Challan) (Latest).
4.  Latest IT Receipt.
5.  Annual Turn Over document
6.  Product manufacturer/brand Quoted against each items (Active & Passive) and literature
B / Company Detail(s) / Company Detail ‐1 / 1.  Proprietorship Firm (Trade License) Section –B Form‐II [Structure & Org.]
2.  Partnership Firm (Partnership Deed, Trade License)
3.  Ltd. Company (Incorporation Certificate, Trade License)
4.  Society (Society Registration Copy, Trade License)
5.  Power of Attorney, Memorandum of Association and Articles of Association of the Company.
C / Credential / Credential ‐1 / 1. Similar nature of work done & completion certificate which is applicable for eligibility in this tender.
D / Man Power / Technical Personnel / List of Technical Staffs with Qualifications & Experience along with Structures & Organization.
F / Declaration‐1 / Technical Data / a) The prospective bidder must have the credential of satisfactorily completion as a prime agency during the last 3 (three) years from the date of issue of this notice at least one single work of identical nature having a magnitude of 70 (seventy) percent of the amount put to tender under authority of state / central Govt, state / central Govt. Undertaking / statutory bodies constituted under the statute of the state / central Govt.
N.B: ‐Completion certificate should contain a) Name of work, a) Name of client, c) Amount put to tender, d) Schedule month and year of commencement and completion as per work order, e) actual month and year of completion.
b) The prospective bidders must have valid up to date clearance of Professional Tax clearance certificate / P.T (Deposit Challan) / PAN Card / VAT registration certificate / GST Provisional ID / Voter ID Card for self-identification and Income Tax acknowledgement receipt for latest assessment year
c) The vendors who have been delisted of debarred by any government department shall not be eligible in any way.
G / Declaration II / Technical Data / Filled in and signed Technical Compliance Statement as per Annexure – I(Schedule of work and compliance statement) at the end of the NIT.

Decision Making Committee:

Tender & Works/ICT working Committee constituted as per Order of the Director, CNCI/Hon’ble Tender Committee Member will function as Evaluation Authority for selection of technically qualified vendors.

Opening & evaluation of tender:

1.  Opening of Technical Proposal:

Technical proposals will be opened by the Tender & Works Committee/ICT Working Committee and his authorized representative electronically from the website using their Digital Signature Certificate (DSC).

2.  Intending tenderers may remain present if they so desire.

3.  Cover (folder) for Statutory Documents will be opened first and if found in order, cover (folder) for Non‐ Statutory Documents will be opened

4.  Decrypted (transformed into readable formats) documents of the non‐statutory cover will be downloaded & handed over to the Tender Evaluation Committee.

5.  Pursuant to scrutiny & decision of the Tender & Works Committee the summary list of eligible tenderers & the serial number of work for which their proposal will be considered will be uploaded in the web portals.

6.  During evaluation, the committee may summon of the tenderers & seek clarification / information or original hard copy of any of the documents already submitted & if these are not produced within the stipulated time frame, their proposals will be liable for rejection.

Financial Proposal

7.  The financial proposal should contain the following documents in one cover (folder) i.e. Bill of Quantities (BOQ). The vendor is to quote the rate (Presenting Above / Below / At per) online through computer in the space marked for quoting rate in the BOQ .

8.  Only downloaded copies of the above documents are to be uploaded virus scanned & Digitally Signed by the vendor.

9.Penalty for suppression / distortion of facts:

If any tenderer fails to produce the original hard copies of the documents (especially Completion Certificates and Audited Balance Sheets), or any other documents on demand of the Tender Evaluation Committee within a specified time frame or if any deviation is detected in the hard copies from the uploaded soft copies, it may be treated as submission of false documents by the tenderer and action may be referred to the appropriate authority for prosecution as per relevant IT Act.

a.  Rejection of Bid:

Authority reserves the right to accept or reject any Bid and to cancel the Bidding processes and reject all Bids at any time prior to the award of Contract without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the ground for Employer’s action.

b.  Award of Work order

The Bidder whose Bid has been accepted will be notified by the Tender Inviting & Accepting Authority through acceptance letter / Letter of Acceptance.

The notification of award will constitute the formation of the Contract.

The Agreement in the enclosed form will incorporate all agreements between the Tender Accepting Authority and the successful bidder. All the tender documents including N.I.T. & B O.Q. will be the part of the contract documents.

Director

CNCI

Annexure ‐ I

SHEDULE OF WORKS Cum Technical Compliance Statement

Name of the Work:‐ Extension of LAN/WAN network: Supply, installation and implementation of the LAN/WAN Connectivity in the part of buildings and integration with existing campus network of CNCI

NIeT NO:

Sl. / Particular
A . ACTIVE DEVICES / Qty / Unit / Compliance (Yes/No) / Remarks
1 / Managed Gigabit Layer 3 Switch 24 Port
Technical specification – as per Annexure - 1 / 3 / Each
2 / Managed Gigabit Layer 2 Switch 24 Port
Technical specification – as per Annexure - 2 / 1 / Each
3 / Installation / 4 / Each
Sl. / Particular / QTY / Unit / Compliance (Yes/No) / Remarks
. / B. PASSIVE DEVICES (R &M/ Molex)
1 / CAT-6e UTP CABLE
Technical specification – as per Annexure - 4 / 5 / Boxes
2 / Network switch Rack (42U) 600/1000 With all accessories PDU,
Technical specification – as per Annexure - FAN etc. / 1 / Each
3 / Information outlet with complete set
Technical specification – as per Annexure - 5 / 50 / Each
4 / 24 Port loaded Patch panel
Technical specification – as per Annexure - 6 / 3 / Each
5 / UTP Cat6 Patch cord 1 Mtr.
Technical specification – as per Annexure - 7 / 50 / Each
6 / UTP Cat6 Patch cord 2 Mtr
Technical specification – as per Annexure - 75. / 50 / Each

C. WORK TO BE DONE (Service charges):

Sl. / Items and specifications / Qty / Unit / Compliance (Yes/No) / Remarks
1 / CAT -6 UTP Cable wiring through 1” Casing (presto) / 1525mts. / Mtrs
2 / Installation of Rack, Switches, & Dressing etc. / Lumpsum
Connectivity and integration with the existing network core, Distribution and access Configuration of the network as per user requirements including VLAN, setting up VLAN, IP Address Scheme, AP, NAT, Routing etc. in the switches as certified by the university.
Testing and Monitoring the Performance of the network, bandwidth utilization etc.
Training the officials in the configuration, and operation of the Network
Complete documentation , diagrams of the network structure, configurations, setup etc.
Backup of Switch Configuration software
Fixing I/O Boxes and Installation and Testing / 50 / Each
3 / termination of I/O and Patch panel / 100 / Each
4 / 42 U Rack dressing / 1 / Each

Signature of Vendor with Stamp and Date

Annexure 1

S/N / Features / Compliance
1 / The switch should support 24*10/100/1000 Base-TX (Auto Sensing, Auto MDIX) ports and 4 Gigabit Ethernet (2 combo* Gigabit Ethernet+ 2 1GE/5GE SFP) of the same OEM make
2 / The swathing capacity should be atleast 72 Gbps
3 / The switch forwarding rate with 64-byte packet should be at least 40 Mpps
4 / The switch should support the following LED's System, Link/Act, Speed for easy monitoring. The LEDs can be manually turned off to save on Energy
5 / The switch should support atleast 4000 VLANs simultaneously
6 / The switch should support Port-based and 802.1Q tag-based VLANs, MAC-based VLAN,Management VLAN,Private VLAN Edge (PVE) with multiple uplinks,Guest VLAN Unauthenticated VLAN ,Dynamic VLAN assignment via Radius server along with 802.1x client authentication,CPE VLAN , Voice VLAN , MVR ,Q-in-Q VLAN .
7 / The switch should support Jumbo frames of 9000 bytes
8 / The switch should support 16000 MAC addresses
9 / The switch should support stacking mechanism to connect atleast 8 switches in a single stack.
10 / The switch units should be hot swappable in a stack
11 / The switch should support atleast 8 hardware queues
12 / The switch should support scheduling based on (i) Strict priority and weighted round-robin and (ii) DSCP and class of service (802.1p/CoS)
13 / The switch should support Supports 802.3az on all copper ports
14 / The switch should intelligently adjust signal strength based on cable length.
15 / The switch should support fanless design
16 / Certification - UL (UL 60950), CSA (CSA 22.2), CE mark, FCC Part 15 (CFR 47) Class A

Annexure – 2