NATIONAL INSTITUTE OF SCIENCE COMMUNICATION & INFORMATION RESOURCES (NISCAIR)

Dr K.S. Krishnan Marg, Near Pusa Gate, New Delhi 110 012

Bid Document

Request For Proposal (RFP)

For

Supply of the networking hardware products and their Installation and commissioning.

Bid Document No.3/2(37)/2004-Pur

Date of Issue .30.4..2004

Name of the Firm: ...... ………………………

...... …

......

......

Important Notice

An incomplete offer and/or late bid is liable to be ignored.
Section – I

INVITATION FOR THE BIDS

Supply, Installation & commissioning of the networking hardware products.

1.1 Sealed bids in two parts, i.e., Technical Bid and Financial Bid valid for 60 days are invited for supply of the networking hardware products and their Installation and commissioning at NISCAIR, Pusa Campus, New Delhi-12.Technical Bid and Financial Bid should be submitted in two different envelopes duly sealed and clearly marking the type of content on the envelop, bidder’s name & address on the top of the sealed envelopes.

1.2 Only the authorized distributor/dealers of branded products may participate in the tender having their own maintenance facilities. A valid certificate needs to be submitted by authorized distributor. The firm should have a turn over of Rs. 20 Lakhs or more (submit copies of Income Tax return for last three years) for supply of the networking hardware products and Installation and commissioning of the networking hardware products during the last three years (submit copies of work orders). For installation, the following details must be provided: Contact person, Names of the Engineers/Technicians along with their Designations, Qualifications and Approximate Experience in years.

1.3 The bids complete in all respects addressed to the Director, NISCAIR should reach at the following address latest by 14.30 hours on 07-06-2004.

NISCAIR BOOK Shop

National Institute of Science Communication & Information Resources (NISCAIR)

Dr K.S. Krishnan Marg, Near Pusa Gate, New Delhi 110 012

Phones: 25843182; Fax:25849949 & 25847062;

E-mail:

1.4  The Technical Bid will be opened in the Conference Hall of NISCAIR on the same day (last date of submission of the Bid) at 15:00 hours in the presence of bidders who choose to be present.

.

SECTION – II

TECHNICAL SPECIFICATIONS AND REQUIREMENTS OF EQUIPMENT

2.1 Introduction

The National Institute of Science Communication & Information Resources (NISCAIR) is a constituent unit of the Council of Scientific & Industrial Research (CSIR). The R&D Programmes being under taken at NISCAIR are geared towards meeting the information needs of the different segments of the society. Apart from bringing out a variety of scientific and technical publications, providing information services and training in Science Communication & Information Resources, NISCAIR undertakes consultancy work in designing, editing and publication of journals, books, reports, etc.

NISCAIR is located in Pusa Campus (near Pusa Gate), Dr. K S Krishnan Marg, New Delhi 110012 and 14 Satsang Vihar Marg, New Delhi 110 67.

2.2 Scope of work including System Requirements and Technical Specifications

It is proposed to acquire and install hardware required for LAN/Internet Connection at NISCAIR Pusa Campus, New Delhi-12 so that the future working of the NISCAIR can be automated and modernized to make it conform to the latest trends in Information Technology.

Potential suppliers of IT hardware products are invited to submit their proposals and costing for Supply of the networking hardware products and Installation and commissioning of the networking hardware products that will provide an operational environment for the automated services and on-going maintenance and support for the installed hardware products for the above options at NISCAIR, Pusa Campus, New Delhi.

2.2.1 Requirements and Specifications

The requirements and functional specifications set out in this Section present an overview of the total requirements and associated needs so that supplier(s) can get the total problem prospective. However vendor may visit the site before quoting to understand the requirements.

In broad terms, the requirement is to provide to NISCAIR with a maintainable and sustainable contemporary IT infrastructure facility. This environment is to enable system users effective access for the storage and retrieval of information related to the responsibilities of NISCAIR so that the users are able to access and disseminate information via web for its operations. For awarding the contract, it is essential to bid for all the items in a package. The suppliers are expected to give their proposals in a tabulated form as enumerated in Annexure I A and I B. The detail specifications of the products are as follows:

2.2.1.1 Supply of the networking hardware products:

A) UTP Cat-5e Cables (10 Boxes of 305 Meter)

4 pairs, should confirm or exceed the EIA/TIA 568 B-1 (CAT-5E) standards for physical & electrical specifications. Should be certified by the independent test lab (ETL etc.) for Zero bit error rate Gigabyte Ethernet Performance.

B) Patch cords:

Should confirm or exceed the EIA/TIA 568 B-1 (CAT-5E) standards, factory molded boots on RJ 45 plugs at both ends.

For 10/100 base T Network

4 pair 24 AWG standard

i) 7 Feet Cat 5e Patch Cables RJ-45 (100 Nos.)

ii) 3 Feet Cat 5e Patch Cables RJ-45 (100 Nos.)

C) Jack Panels, 24 ports (5 Nos.)

110 wiring block at rear end & RJ 45 jack on front panel. 19’’ rack mountable, should confirm or exceed the EIA/TIA 568 B-1 (CAT-5E) standards.

D) Wire manager/ Patch cord Minder panel:

19” rack mountable, metallic high strength with metal jumper rings for routing cable assemblies, mounts to the front of 19” rack 1 U height.

E) Information Outlets ( 100 Nos. )

Surface mount box with single RJ 45 socket, should confirm or exceed the EIA/TIA 568 B-1 (CAT-5E) standards. Provision of dust cover, labeling icons & strips.

F) Rack -12U (3 nos.)

19” Rack, wall mount 530 mm depth, 12 U height, front glass door (lockable). Should confirm DIN 41494 & IEC 297 standards. Load bearing capacity of 50 Kgs. Having equipment mounting screws/hardware packets (2 nos.).

a. Supply of PVC channel (conduit) (As per actual)

30 x 25 mm

30 x 15 mm

b. Supply of PVC ducts (grey) (As per actual)

30 x 25 mm

15 x 15 mm

45 x 25 mm

2.2.1.2 Installation and commissioning of the networking hardware products

·  Laying of UTP Cables and Ferruling (As per actual lengths)

·  Termination/punching charges (100 Nos.)

·  Laying of PVC channel (conduit) (As per actual)

30 x 25 mm

30 x 15 mm

·  Supply of PVC ducts (grey) (As per actual)

30 x 25 mm

15 x 15 mm

45 x 25 mm

·  Site certification Pantascanning Testing with Cabling certification and warranty for 15 years for structured cabling (100 Nos.)

Rack Installation-Including jack panel, wire manager and switches etc (3 Nos.)

SECTION – III

INSTRUCTIONS TO BIDDERS

3.0 Submission of Bids

3.1 Sealing and Marking of Bids

( i ) The bids shall be submitted in two separate sealed covers which shall be marked as “Technical Bid” and “Financial Bid”

(ii) The outer envelope containing Technical Bid and Financial Bid shall be addressed to The Director, National Institute of Science Communication & Information Resources & Information Resources (NISCAIR), Dr K S Krishnan Marg, New Delhi 110 012, mentioning bid no. and due date.

(iii) The inner envelopes shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared late.

3.2 Deadline for Submission of Bids

( i ) Bids must be received by NISCAIR at the address given in Section-I not later than the time and date specified on the cover page. In the event of the specified date for the submission of bids being declared a holiday for NISCAIR, the bids will be received upto the appointed time on the next working day.

(ii) The Director, NISCAIR may, at his discretion extend this deadline for submission of bids by amending the bid documents, in which case all rights and obligations of the purchaser and bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

3.3 Late Bids

Any bid received by NISCAIR after the deadline for submission of bids prescribed by the NISCAIR will be rejected and/or returned unopened to the bidder.

3.4 Bid Opening and Evaluation

3.4.1 Opening of Technical Bids by Purchaser

The Purchaser will open all technical bids in the presence of bidders’ representatives, who choose to attend, at the time, on the date and at the place specified in Section-I. The bidders’ representatives present there, shall sign a register evidencing their attendance. In the event of the specified date of the bid opening being declared a holiday for the Purchaser, the bids shall be opened at the appointed time and location on the next working day.

3.4.2 Evaluation of Technical Bid

(i) Detailed technical evaluation will be carried out and the Purchaser will determine the substantial responsiveness of each bid to the Bidding Documents. For purpose of these Clauses, a substantially responsive bid is one, which conforms to all specifications & terms and conditions of the Bidding Documents without material deviations.

(ii) A bid determined as not substantially responsive may be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by correction of the non-conformity.

3.4.3 Opening of Financial Bids

(i) The purchaser will open the financial bids of only those bidders, which have been found to be technically qualified to undertake the job.

(ii) The Financial Bids of the technically qualified bidders shall be opened in the presence of their representatives, who choose to be present, on a specified date and time and Venue.

3.4.4 Evaluation and Comparison of Bids

(ii) Arithmetical errors will be rectified on the following basis: If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the supplier does not accept the correction of errors, its bid will be rejected. If there is a discrepancy between words and figures, whichever is the higher of the two shall be taken as bid price.

(iii) Bidders shall state their bid price for the payment schedule outlined in the clause 4.7. Bids will be evaluated on the basis of this base price. Bidders are, however, permitted to state an alternative payment schedule and indicate the reduction in bid price they wish to offer for such alternative payment schedule. The Purchaser may consider the alternative payment schedule offered by the selected Bidder but it may not be binding on purchaser.

SECTION – IV

GENERAL TERMS AND CONDITIONS OF CONTRACT

4.3 Acceptance Certificate

On successful completion of acceptability test, receipt of deliverables etc., and after the purchaser is satisfied with the working of the system, the acceptance certificate (Annexure – II) signed by the representative of the purchaser and representative of the supplier will be issued. The date on which such certificate is signed shall be deemed to be the date of successful commissioning of the systems.

4.4 Acceptance Test

The acceptance will also involve trouble free operation for 10 consecutive working days. There should not be any additional charges for carrying out acceptance tests. No malfunction, partial or complete failure of any part of equipment should occur.

4.5 Inspection and Tests

(i) The purchaser has right to inspect and/or to test the goods to confirm their conformity to the contract specification at no extra cost to the purchaser.

(ii) Should any inspected or tested goods fail to conform to the specification, the purchaser may reject them and the supplier shall either replace the rejected goods or make all alterations necessary to meet specification requirements free of cost to the purchaser.

4.6 Penalty for delays in the Supply, Installation and Commissioning

1.  In case of delay in supply/performance of contract liquated damages @ 1% per week subject to a maximum of 10% will be imposed.

2.  Installation to the satisfaction of the purchases should be completed within 10 working days from the date of delivery of the goods or as per the activities schedule agreed upon. However, if the above condition is not complied with a penalty of Rs 200/- (Rupees two hundred only) per day per machine/per license copy of software will be levied.

4.7 Payment

1.  70% payment of the cost of the material will be made on receipt of material in good condition and balance 30% and the installation charges will be paid after smooth operation of LAN for a period of 10 days after installation in NISCAIR and signing of joint acceptance certificate.

4.8 Warranty

(i) Supplier warrants that the goods supplied under this contracts are new, unused, of the most recent or current models, and that they incorporate all recent improvements in design and material unless provided otherwise in the contract. The supplier further warrants that all goods supplied under this contract shall have no defect, arising from design, materials or workmanship or from any act or omission of the supplier that may develop under normal use of supplied goods.

(ii) The warranty period should be at least for one year for all the items from the date of final acceptance. The warranty includes free replacement of defective parts and components.

4.9 Maintenance during Warranty

(i) The supplier should provide free maintenance services during the period of warranty.

(ii) The maximum response time for a maintenance complaint from the purchaser (i.e. time required for the Supplier Maintenance engineer to report to purchaser after a request call/fax is made or letter is written) shall not exceed 4 hours.

4.10 Delivery of Goods:

(i) The items shall be delivered at the designated place of installation – FOR Destination by means of open delivery. The system must be supplied in full as per the ordered configuration for acceptance.

(ii)  The items should be original and new as received from the manufacturers. No item earlier used for demonstration or with soiled appearance will be accepted.

(iii)  Items found unsuitable and/or not conforming to the specification and not being able to pass the acceptance test will be rejected. Such items, if any, shall have to be taken back and replaced forthwith at the cost of the bidder.