Location via proxy:   [ UP ]  
[Report a bug]   [Manage cookies]                

RFP For Up-Gradation of Campus Wide Network at IIM, Raipur: Tender Ref. No.: IIMR/Tender/2024-25/06 Dated 04.06.2024

Download as pdf or txt
Download as pdf or txt
You are on page 1of 111

RFP for up-gradation of Campus Wide Network at IIM, Raipur

RFP for up-gradation of Campus Wide Network at IIM, Raipur

Atal Nagar P. O. - Kurru, Abhanpur, Chhattisgarh - 493661


Telephone: +91-771-2474600

Mail-ID: itdept@iimraipur.ac.in
Web Portal: www. iimraipur.ac.in

Tender Ref. No.: IIMR/Tender/2024-25/06 dated 04.06.2024

Page 1 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Table of Contents:

Sno Description Page


No.
01 Notice Inviting Tender 05

02 Instructions to the Bidders 07

03 Eligibility Criteria 09

3.1 OEM Criteria for Active Components: 10

3.2 OEM Criteria for Passive Components: 11

04 RFP Background 12

4.1 Overview of the Existing Network Setup and Challenges: 13

4.2 Proposed Solution to overcome existing challenges: 14

4.3 Requirements at IIM Raipur Site 16

05 Scope of Work 18

5.1 Proposed BOQ of Active Components: 23

5.2 Proposed BOQ of Passive Components: 24

5.3 Call Flow and Escalation Matrix - Operations & Maintenance 25

5.4 Training 25

06 TECHNICAL SPECIFICATIONS 26

6.1 ACTIVE COMPONENTS 27

6.1.1 Wireless Controller 27

6.1.2 WiFi-6 Indoor Access Points Type I 29

6.1.3 WiFi-6 Indoor Access Points Type II 30

6.1.4 WiFi-6 Indoor Access Points Type III 32

6.1.5 48-Ports Core Switch 33

6.1.6 Access Switch - 12 Ports PoE 35

6.1.7 Access Switch - 12 Ports NonPoE 36

6.1.8 Access Switch - 24 Ports PoE 37

6.1.9 Access Switch - 24 Ports Non - PoE 39

6.1.10 Access Switch - 48 Ports PoE 41

6.1.11 Access Switch - 24 Ports Multigig PoE – Type I 42

Page 2 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.1.12 Access Switch - 24 Ports Multigig PoE – Type II 43

6.1.13 Access Switch - 48 Ports Multigig PoE 44

6.1.14 10G SM Transceiver 46

6.1.15 NMS 47

6.1.16 Server 49

6.2 PASSIVE COMPONENTS 51

6.2.1 CAT6A UTP Outdoor Jelly Filled Double Jacketed CABLE 52

6.2.2 CAT6A U/UTP LSZH CABLE 54

6.2.3 Cat6A Unshielded Modular Jack 56

6.2.4 Cat 6A Unshielded Patch Cords, LSZH, ETL Tested 57

6.2.5 Face Plate, UK Style, Square with Shutters 58

6.2.6 24 Port CAT 6A Patch Panel 59

6.2.7 6 / 12/24 Core Singlemode (9/125μm) G657-A1 Bend Insensitive Fibre optic Cable 60

6.2.8 24/48Fiber 1U Rack Mount Fiber Enclosure (LIU), Splice Trays and Adapter 61

6.2.9 Fiber Patch Cords, LC-LC / SC-LC / SC-SC Duplex, Singlemode OS2, 3MT 62

6.2.10 Pigtail, LC/SC Type, Single mode OS2, 2 MT 63

07 Terms & Conditions of Contract 64

7.1 Arbitration 64

7.2 Special Terms and Condition: 64

7.3 Clarification of Offers 64

7.4 Extension of Delivery Period and Liquidated Damages 64

7.5 Liquidated Damages 64

7.6 Force Majeure Conditions 64

08 Bid Evaluation 65

8.1 Final Selection and Award of Work 67

09 Delivery and Installation Conditions 68

10 AMC and Warranty Support for LAN Infrastructure 68

11 Comprehensive Warranty Support Services & SLA 69

11.1 Service Level Agreement 70

11.2 Category of SLAs 70

Page 3 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

11.3 Penalty for breach of SLA 70

11.4 Escalation and Notifications: 71

11.5 SLA Review Process 71

12 Acceptance Criteria for the Proposed Solution 72

13 Delivery Schedule 74

14 Checklist of the Document to be Submitted with Technical Bid in duly filled formats 75
and signed
15 Annexures 78

Annexure-I 79

Annexure-II 80

Annexure-III 81

Annexure-IV 82

Annexure V 83

Annexure VI 84

Annexure-VII 85

Annexure-VIII 86

Annexure IX 87

Annexure X 92

Annexure XI 93

Annexure XII 94

Annexure XIII 95

Annexure XIV 96

Annexure XV 97

FINANCIAL BID 98

Annexure XVI 108

Page 4 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

1. Notice Inviting Tender


N.I.T. No.: IIMR/Tender/2024-25/06 Date: 04.06.2024
Indian Institute of Management (IIM), Raipur invites bids in two bid systems from reputed,
experienced and financially sound IT Firm for the following IT Services

Name of Work Supply, Installation, Testing & Commissioning of Campus LAN upgradation
including Passive Lan cabling, network switches & Wi-Fi Setup
Tender Type Open tender
The Currency in which Indian Rupees (INR)
payment shall be made
Bid Submission Start Date 05.06.2024 from 03:30 pm
and Time
Bid Submission Close Date 26.06.2024 at 03:30 pm
and Time
Details of Pre-Bid Meeting Online Link:
and Time https://zoom.us/j/6237741074?pwd=UlRReVl3RTB5czNPVU1ZUmN2NFhVUT09
Meeting ID:623 774 1074
Passcode: 707731
Tentative: Date: 14.06.2024
Time: 03:30 pm
Note: Pre-bid Meeting will be held though online mode only through zoom
Bid queries should Bidders are requested to send their pre-bid queries on or before 12.06.2024
reached by at email id itdept@iimraipur.ac.in duly mentioning the subject name pre-bid
query & tender no. IIMR/Tender/2024-25/06 dt.04.06.2024. After the due
date no queries will be entertained. Replies to the queries will be made on
pre-bid meeting and the replies will also be available on CPP portal and the
Institute website on or before 17.06.2024
Date and Time of Opening 27.06.2024 at 03:35 pm
of Technical Bids
Technical Presentation To be informed later
Date and Time of Opening Will be opened online through CPP portal
of Financial Bids
Earnest Money Deposit Rs.28,00,000.00 (Rupees Twenty-Eight Lacs Only)
No. of Covers 02 (Two Packets)
Bid Validity 120 Days
Performance Bank The selected bidder shall be required to submit the Performance Bank
Guarantee (PBG) Guarantee (PBG) equivalent to 5% of the total work order (WO) value. PBG
shall be from any scheduled commercial bank in the name of IIM Raipur for a
period of the contract/WO duration plus 6 additional months.
PBG is required to be submitted within 15 days from the date of issue of work
order.
Purchaser and Place of Bills to be submitted to IIM Raipur. Successful Bidder shall be responsible for
delivery Design, Supply, Installation, Testing & Commissioning of LAN cabling, network
switches, Wi-Fi setup for IIM Raipur, Atal Nagar P.O. - Kurru, Abhanpur,
Chhattisgarh-493661 as per the scope of work mentioned in the tender
document.

Page 5 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

1. This is an open tender. Consortium/JV bids are not allowed.

2. Tender shall be available on CPP portal link available at https://eprocure.gov.in/eprocure/app or IIM


Raipur website https://iimraipur.ac.in/. Interested Bidders are advised to go through instructions
provided at “Instructions to Bidders for e-tendering.”

3. No manual bids shall be accepted. All bids (both Technical and Financial) should be submitted in the
online portal.

4. Bidders are advised to visit the CPP portal for getting themselves updated for information on this
tender. Corrigendum, if any may be issued on the changes required. Reply on pre-bid queries
received by IIM Raipur shall be displayed on tendering portal. Bidders are advised to visit the
webpage regularly and update themselves. The Pre-Bid queries, Corrigendum are part of tender
document and Bidders are supposed to upload the same accordingly, duly signed as per the
guidelines given in the tender document.

Chief Administrative Officer.


Indian Institute of Management, Raipur
Atal Nagar P. O. - Kurru, Abhanpur,
Chhattisgarh 493661

Page 6 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

2. Instructions to the Bidders


2.1 Invitation of Bid
a) IIM Raipur invites responses (“Tenders”) to this Request for Proposal (“RFP”) from OEMs or their
authorized Partners (“Bidders”) for the provision of items as described in this RFP for Supply,
Installation and commissioning of campus wide network upgradation including LAN cabling,
network switches and replacement of existing Wi-Fi setup.
b) Proposals must be submitted online
c) through CPP portal before the due date and time of submission.
2.2 General
a) While effort has been made to provide the accurate background information and requirements
and specifications, Bidders must form their own conclusions about the solution needed to meet
the requirements.
b) All information supplied by Bidders may be treated as contractually binding on the bidders, on
successful award of the assignment by IIM Raipur on the basis of this RFP.
c) No commitment of any kind, contractual or otherwise shall exist unless and until a formal
written contract has been executed by IIM Raipur.
2.3 Compliant Proposals/ Completeness of Response
a) Bidders are advised to study all instructions, forms, terms, requirements and other information
in the tender documents carefully. Submission of the bid shall be deemed to have been done
after careful study and examination of the tender document with full understanding of its
implications.
b) Failure to comply with the requirements set out in this Tender may render the Proposal
noncompliant and the Proposal may be rejected. Bidders must:
i. Include all documentation specified in this Tender;
ii. Follow the format of this tender and respond to each element in the order as set out in this
tender.
iii. Comply with all requirements as set out within this tender.
2.4 Pre-bid Meeting
a) IIM Raipur shall hold a pre-bid meeting with the prospective bidders via video conferencing
on https://zoom.us/j/6237741074?pwd=UlRReVl3RTB5czNPVU1ZUmN2NFhVUT09
Meeting ID:623 774 1074
Passcode:707731
Tentative: Date: 14.06.2024
Time: 03:30 pm
b) The Bidders will have to ensure that their queries for Pre-Bid meeting should reach the IT Dept.
by email : itdept@iimraipur.ac.in with a copy to sysmgr@iimraipur.ac.in on or before 12.06.2024
till 05:30 pm. The queries should necessarily be submitted as per the format (Annexure-XI)
c) IIM Raipur shall not be responsible for ensuring receipt of the bidders’ queries. Any requests for
clarifications post the indicated date and time may not be entertained by IIM Raipur.
2.5 Key Requirements of the Bid
a) This tender does not constitute an offer by IIM Raipur. The bidder’s participation in this process
may result in selecting the bidder to engage towards execution of the contract.
1.2

Page 7 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

2.6 Earnest Money Deposit (EMD)


a) Bidders shall submit, along with their Bid an EMD of INR.28,00,000.00 may be furnished
electronically or in the shape of Demand Draft OR Bank Guarantee issued by any scheduled bank
in favor of IIM Raipur. In the case of EMD submitted through Bank Guarantee, it should be valid
for 120 days from the due date of the tender.
b) EMD of all unsuccessful bidders would be refunded within 30 days of finalization of tender or
within 15 days after award of work to selected bidder, whichever is earlier. The EMD for the
amount mentioned above, of successful bidder would be returned upon submission of
Performance Bank Guarantee.
c) The EMD amount is interest free and will be refundable to the unsuccessful bidders without
any accrued interest on it.
d) The bid / proposal submitted without EMD, mentioned above, will be summarily rejected.
e) The EMD may be forfeited:
• If a bidder withdraws its bid during the period of bid validity.
• In case of a successful bidder, if the bidder fails to sign the contract in accordance with this
RFP.
• If found to have a record of poor performance such as having abandoned work, having been
blacklisted, having inordinately delayed completion and having faced Commercial failures
etc.
• The Bidder being found to have indulged in any suppression of facts, furnishing of
fraudulent statement, misconduct, or other dishonest or other ethically improper activity, in
relation to this RFP
2.7 Submission of Manufacturer Authorization letter
a) Bid specific Manufacturer Authorization Form (MAF) as per format (Annexure X) should be
submitted along with, while submitting the response to RFP failing which the bid is subject to
rejection.
b) The Bidder(s) must submit the technical compliances on their letterhead along with the
Datasheet of the equipment quoted.
c) OEM qualification criteria is not required for Racks, but bidder has to ensure that the rack OEM
should be ISO certified (latest) and should provide make / model no. along with supporting
documentation.
d) For ducts, conduits, pipe and accessories MAF is not required, however make and model needs
to be specified.
2.8 Domestic Manufacturer Clause
a) Supplier must submit an undertaking on notarized Rs. 100/- stamp paper, providing the
information as specified in Annexure xvi. The Supplier also need to specify the category it
belongs to. This is in compliance with Order No. P-45021/2/2017-PP (BE - II), Ministry of
Commerce & Industries (DPIIT) dt. 4th June 2020 or modified time to time.

Page 8 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Eligibility Criteria
a. The bidder should be either an OEM (or) a business partner / channel partner / system integrator duly
authorized by the respective OEMs of active & passive components to quote for this tender.

b. Experience Criteria: The Bidder must have successfully executed the similar projects including LAN
cabling and active network components in centrally funded educational institutions (CFEI) /Central or
State Govt. organizations/Large public Enterprise Companies in the last seven years from the due
date of bid submission. The list of Centrally funded Educational Institute is available at Ministry of
Education, Government of India Website. Bidder must submit copy of relevant Contracts / Work /
Purchase orders executed in the last seven years and documentary evidence for successful
installation / execution / completion of the above orders along with Names, address and contact
details of client(s) shall be uploaded with the bid for verification.

One project of similar nature costing not less than the amount equal to 10 Crores
OR
Two projects of similar nature costing not less than the amount equal 7 Crores each
OR
Three projects of similar nature costing not less than the amount equal to 5 Crores each

‘Similar Projects’ is defined as, Supply, installation and maintenance of IT hardware & System
Networking like network switches, wireless solution, LAN cabling, servers, network security devices.
c. Financial Criteria:
1. The minimum Average Annual Turnover of the Bidder must be INR 40 crores as per their audited
financial statement during three preceding financial years.

2. Average Annual Turnover: Preceding 3 (Three) financial years mentioned in aforesaid BEC refer to
immediate 3 preceding financial years wherever the closing date of the bid is after 30th
September of the relevant financial year. In case the tenders having the due date for submission
of bid up to 30th September of the relevant financial year and audited financial results of the
immediate 3 preceding financial years are not available, the audited financial results of the 3
years immediately prior to that will be considered.

3. Net Worth
Net worth of the Bidder shall be Positive as per the immediate preceding financial year
statement.

4. Working Capital
Working Capital of the bidder must be minimum INR 3 crores as per the immediate preceding last
audited financial year statement.

Only documents (Purchase Order, Completion certificate, Execution Certificate etc.) which have
been referred/ specified in the bid shall be considered in reply to queries during evaluation of
Bids. After submission of bid, only related shortfall documents will be asked for in TQ/CQ and
considered for evaluation. For example, if the bidder has submitted a contract without its
completion/ performance certificate, the certificate will be asked for and considered. However,
Page 9 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

no new reference/ PO/WO/LOA is to be submitted by bidder in response to TQ/CQ so as to


qualify and such documents will not be considered by IIM Raipur for evaluation of Bid.

Any shortfall information / documents on the Audited Annual Report / Financial Statement of the
Bidder and/or line of credit for working capital issued on or before the final bid due date can only
be sought against Commercial queries (CQs). Any information/ documents issued post final bid
due date shall not be considered for evaluation.

d. Bidder should have ISO 9001 and ISO 27001 certification.

e. Bidder should not be blacklisted in India in the last three years and any blacklisting should not be
effective on the date of bid opening. A self-certified undertaking from the authorized signatory to be
submitted as per the format.

f. Power of Attorney (PoA) shall be issued in the name of authorized person signing the bid documents
on behalf of the bidder & it is to be submitted in original.

3.1 OEM Criteria for Active Components:


Compiled Remarks
S.No. Pre-qualification criteria
(Yes/No)
1 Proposed OEM must be present in India for the last 15 years
or more.
Similar deployment in India – OEM should have deployed
similar campus networking solutions in Centrally funded
educational institutions (CFEIs/IIMs)/ Central or State Govt.
organizations/Large public Enterprise Companies in last 7
2 years with minimum 2000 network nodes and minimum 1000
access points successfully deployed in any of these
organizations for a minimum of one year. Proof to be
submitted in the form of Purchase orders/completion
certificate from end customer.
3 Products proposed should have been released and shipments
commenced at least 12 months before date of bid.
OEM should provide an undertaking that the proposed models
are latest and spares support for the models offered will be
available for a period of 8 years from the date of bid
submission.
4
OEM must have at least 15 spare depot centers in India
including one in Raipur so that timely replacement can be
done for IIM. OEM to submit undertaking confirming the same
and providing list of depot Centres on their letterhead
Support during the warranty / AMC period will include back
lining with OEM, advance replacement of faulty parts, labor
5 and onsite support to resolve issues reported by IIM within
the SLA defined by IIM. Bidder to undertake preventive
maintenance visits once every 6 months and do patch updates
Page 10 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

and updates to the latest version in the switches/wireless


controller / access points during these visits.
OEM should have 24*7 TAC (Technical Assistance Centre)
support based in India. OEM should provide direct TAC
6 support to IIM as and when required during the warranty
period. OEM should confirm in their warranty letter that
warranty support part codes considered by bidder includes
direct 24/7 TAC support from OEM to IIM Raipur.
OEM should participate via their authorized partners in this
bid. MAF to be provided to the authorized partner and OEM
7 should submit an undertaking that they will support IIM
Raipur directly or via another partner, if the bidder fails to
fulfil their contractual obligations with respect to support
during warranty or AMC period.
All active networking components (Network switches,
8 Wireless access points, Wireless controller) should be from
the same OEM.
OEM through SI/bidder has to submit “unpriced part coded
9 bill of material” for complete BoQ offered along with technical
compliances on OEM letterhead.

a. OEM Criteria for Passive Components:

S.No Compiled
Pre-qualification criteria Remarks
. (Yes/No)
Passive OEM offered must be present in India for at-least 15
1
years or more.
OEM should have members participating in
Telecommunications Industry Association committee with
presence in all of the Telecommunication subcommittees of
the following:
2
TIA TR-42.1 Subcommittee on Commercial Building
Telecommunications Cabling
TIA TR-42.5 Infrastructure Terms Subcommittee
TIA TR-42.10 Sustainable Information Communications
Technology Subcommittee
3 OEM should be a member of Telecommunications Industry
Association (EIA / TIA) Information.
All cables & components offered should be ROHS complied
4
& the same shall be mentioned in their Data Sheet
5 OEM Should be ISO certified organization
All passive products should be from single OEM & should
have 25 years of channel performance and component
6
warranty.

Page 11 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

4 RFP Background

The Indian Institute of Management Raipur (IIM Raipur) is a business school and an institution of
national importance located in Raipur, Chhattisgarh, India. It is the tenth Indian Institute of
Management (IIM) established by the Government of India.

In today's digital age, a reliable and secure Network Infrastructure including Campus wide Wi-Fi
network is essential for any establishment.

Campus Wi-Fi typically refers to the wireless internet network provided on a college or university
campus. It is an essential service for students, faculty, and staff to access the internet for research,
coursework, communication, and other online activities while on campus.

Some key points related to campus Wi-Fi are.

Availability: Campus Wi-Fi is usually available in various locations across the campus, including
classrooms, libraries, dormitories, outdoor spaces, and common areas. The goal is to ensure that
students and faculty have easy access to the internet wherever they are on campus.

Access Control: To prevent unauthorized access and ensure security, most campus Wi-Fi networks
require users to log in with their university-issued credentials (username and password).

Speed and Capacity: Campus Wi-Fi networks need to provide high-speed and high-capacity
connections to accommodate the needs of many simultaneous users. This is especially important
during peak usage times, such as when multiple students are in a lecture hall or library.

Coverage: Campuses are often large, so Wi-Fi networks must have adequate coverage to reach all
areas. This might require a network of access points strategically placed throughout the campus.

Support for Various Devices: Campus Wi-Fi should be compatible with various devices, including
laptops, smartphones, tablets, and other internet-connected devices.

Security: Maintaining the security of the network is crucial to protect sensitive data and ensure that
only authorized users can access it. This may involve encryption, firewalls, and other security
measures.

Guest Access: Many campuses also offer guest Wi-Fi access for visitors or those who are not part of
the university community. Guest networks are typically separate from the main network to maintain
security.

Bandwidth Management: Sometimes, campus IT departments may need to implement bandwidth


management policies to ensure fair usage among all users. This can help prevent network congestion.

Page 12 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

4.1 Overview of the Existing Network Setup and Challenges:


Currently at IIM Raipur, around 2300 nos. LAN & Voice points have been distributed to end user using
GPON technology in a spread out way. OFC backbone to connect various buildings with server room
as well as the passive cabling are not in a reliable state for operational purpose due to overage of
cables.
Current network system faces several challenges that hinder its efficiency and effectiveness,
prompting the need for a revamp.
• Scalability Issues: As the institute continues to grow in terms of student intake, faculty, and
administrative staff, the current network infrastructure struggles to keep pace. The existing setup is
unable to scalable to a level that is required to accommodate the increasing number of users and
devices connecting to the network.
• Poor Performance: Users experience slow internet speeds, frequent network congestion, and latency
issues, especially during peak hours. This compromises productivity and hampers essential academic
and administrative activities such as online research, course delivery, and communication.
• Inadequate Security Measures: The current setup lacks robust security measures to protect against
cyber threats and safeguard sensitive data. This leaves the institute vulnerable to potential breaches,
data theft, malware attacks, and other cybersecurity risks, posing a significant concern for the
confidentiality, integrity, and availability of information.
• Unreliable Connectivity: Downtime and frequent network outages disrupt academic activities,
administrative operations, and communication channels. Unreliable connectivity leads to frustration
among users and negatively impact’s the institute's reputation.
• Insufficient Bandwidth: The available bandwidth may not meet the increasing demands for high-
speed internet access, multimedia content streaming, video conferencing, and other bandwidth-
intensive applications. This results in network congestion, degraded performance, and a poor user
experience.
• Limited Wireless Coverage: The wireless network coverage across the campus may be inadequate,
resulting in dead zones or areas with weak signals. This restricts mobility and access to online
resources, particularly in areas such as classrooms, libraries, and common areas.
• Complex Network Management: The lack of centralized network management tools and resources
complicates network monitoring, configuration, and troubleshooting processes. Network
administrators face challenges in identifying and resolving issues promptly, leading to prolonged
downtime and service disruptions.

In conclusion, the existing network setup at IIM Raipur suffers from various shortcomings that hinder its
functionality, reliability, and security and hence requires a complete revamp of the Network Infrastructure
including the passive and fibre cabling infrastructure

The RFP being floated is aimed at addressing these challenges through a comprehensive revamp of the
network infrastructure and to ensure seamless connectivity, optimal performance, and enhanced cyber
security posture for the institute.

Page 13 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

4.2 Proposed Solution to overcome existing challenges:

a. Achieving high-performance connectivity with a network bandwidth of 10 Gbps (10 Gigabits per second)
involves several key considerations and components, i.e.

• Hardware Infrastructure: Utilize network switches, routers, and network interface cards (NICs) that
support 10 Gigabit Ethernet (10GbE) interfaces. These devices should have sufficient processing
power and port density to handle the increased bandwidth.
• Fiber Optic Cabling: Deploy high-quality, low-latency fibre optic cables capable of supporting 10GbE
speeds. Single-mode fiber (SMF)
• Network Topology: Design the network topology to minimize latency and optimize throughput.
Consider factors such as link aggregation (using techniques like LACP) for increased bandwidth and
redundancy, as well as proper VLAN segmentation for traffic isolation and security.
• Quality of Service (QoS): Implement QoS policies to prioritize critical traffic types and ensure
consistent performance for latency-sensitive applications such as VoIP or video conferencing.
• Eliminating single points of failure in the core and wireless controller network is crucial for ensuring
high availability and reliability of the network infrastructure. Some of the design elements
incorporated to achieve this include :

Redundant Hardware: Implement redundancy at critical points in the network by deploying


redundant core switches, routers, and wireless controllers. This involves using technologies like
Virtual Router Redundancy Protocol (VRRP) or Hot Standby Router Protocol (HSRP) for routers, and
Virtual Switching System (VSS) or Virtual Port Channel (vPC) for switches.

• Redundant Power Supplies and Power Sources: Equip network devices with dual power supplies and
connect them to redundant power sources (such as uninterruptible power supplies or backup
generators) to ensure continuous operation even in case of power failures.
• Redundant Links and Paths: Configure redundant links between core switches, routers, and wireless
controllers to create alternate paths for traffic in case of link failures. Use protocols like Rapid
Spanning Tree Protocol (RSTP) or Multi-Chassis Link Aggregation (MLAG) to manage redundant links
efficiently.
• High Availability Features: Enable high availability features on network devices, such as stateful
failover and fast convergence mechanisms, to minimize downtime in the event of component or link
failures. This includes technologies like Bidirectional Forwarding Detection (BFD) for fast link failure
detection.

b. Deploying a wireless network with a centralized controller-based architecture using IETF CAPWAP-based
operation involves several steps and considerations. CAPWAP (Control and Provisioning of Wireless
Access Points) is a standard protocol defined by the IETF (Internet Engineering Task Force) for the control
and provisioning of wireless access points (APs) by a centralized wireless LAN (WLAN) controller.

• Network Planning and Design:

Conducted a site survey to assess the wireless coverage requirements and identify optimal AP placement
locations. Determined the number of APs needed to provide adequate coverage and capacity for your
wireless network. Design the network topology, including the placement of WLAN controllers, to ensure
optimal coverage and performance.

Page 14 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

• Selecting WLAN Controllers:


Choose WLAN controllers that support CAPWAP-based operation and provide the scalability, performance,
and feature set required for your deployment. Consider factors such as maximum supported APs, throughput,
redundancy options, and integration with other network management systems.
• Selecting Access Points:
Select wireless APs that are compatible with the chosen WLAN controllers and support CAPWAP for
centralized management and control. Consider factors such as supported wireless standards (e.g., 802.11ac,
802.11ax), antenna configuration, and deployment options (indoor, outdoor).

• Network Configuration:
Configure the WLAN controllers with network settings, VLAN configurations, security policies, and other
parameters as per the network design. Configure CAPWAP settings on both the WLAN controllers and APs to
establish communication and control channels between them.
• AP Deployment:
Install and mount the APs in their designated locations according to the site survey and design specifications.
Connect the APs to the network infrastructure, ensuring proper cabling and power supply. Establishment of a
secure network infrastructure.

c. Establishment of a redundant cluster with dual wireless controllers:


• Implement robust security measures such as WPA2/WPA3 encryption, 802.1X authentication, and
intrusion detection/prevention systems to secure the wireless network.
• Configure firewall rules and access control lists (ACLs) on the WLAN controllers to control traffic
between wireless and wired networks.
d. Scalability achieved through horizontal expansion of the network to support ever-evolving applications
and services.
e. Implementation of redundant configuration of Wireless IPS to collaborate with WLAN controllers,
ensuring secured Wi-Fi service throughout the campus.

Page 15 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

4.3 Requirements at IIM Raipur Site

• Overhaul the existing network backbone to augment/upgrade: This includes a comprehensive


review and enhancement of the core network infrastructure to improve its capacity, reliability, and
performance. It also involves upgrading hardware components such as switches, routers, and cables,
as well as optimizing network configurations.
• Implement a high-performance network backbone with 10G connectivity: This entails installing a
robust backbone network capable of handling high data volumes with 10 Gigabit per second (Gbps)
connectivity speeds. It involves deploying switches, routers, and cables that support 10G Ethernet
standards.
• Deploy a smart network infrastructure capable of sustaining triple play services: Triple play services
typically include voice, video, and data services delivered over a single network infrastructure.
Deploying a smart network infrastructure involves implementing technologies that can efficiently
handle these diverse services without compromising performance.
• Provide a mix of wired and wireless connectivity to new locations as per suitability and
convenience: This suggests offering both wired and wireless connectivity options to accommodate
various user needs and preferences. It involves deploying Ethernet ports for wired connections and
Wi-Fi access points for wireless connectivity in different areas of the campus.
• Ensure wireless access for over 3000 users 24x7x365: There is a need to provide reliable and
uninterrupted wireless access to accommodate a large number of users throughout the year,
including weekends and holidays. It requires deploying sufficient Wi-Fi infrastructure and
implementing measures to manage network congestion and ensure quality of service.
• Seamlessly integrate all network components: This involves ensuring compatibility and smooth
operation among different network components such as switches, routers, access points, and
management systems. It requires proper configuration, testing, and monitoring to achieve seamless
integration.
• Optimize the utilization of existing infrastructure wherever possible: This involves maximizing the
efficiency and effectiveness of existing network infrastructure to minimize costs and resources. It
involves upgrading existing equipment, optimizing network configurations, and implementing
resource management strategies.
• Implement an Enterprise Network Management System for monitoring and managing the entire
campus network: This involves deploying a comprehensive network management system capable of
monitoring, configuring, and managing all network devices and services across the campus. It includes
features such as performance monitoring, configuration management, fault detection, and security
management.
• Conduct training for preliminary maintenance and monitoring of the network system: This entails
providing training sessions or workshops to relevant personnel responsible for maintaining and
monitoring the campus network. The training should cover topics such as basic troubleshooting,
configuration management, and best practices for network maintenance.
• Perform a test run to ensure the proper operation of the entire network: Before fully deploying the
network infrastructure, it's crucial to conduct thorough testing to verify its performance, reliability,
and security. This involves simulating various usage scenarios, conducting stress tests, and identifying
and resolving any issues or vulnerabilities before production deployment.

Page 16 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

NETWORK CONNECTIVITY IN RING TOPOLOGY

Page 17 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

5 Scope of Work

The scope of the RFP covers implementation (including any design modifications based on site requirements)
of the proposed augmentation of campus wide Network Infrastructure including the Wireless network (Wi-Fi)
with the necessary passive and active work. The Network Infrastructure so deployed should be capable to
support partial as well as situation of complete outage of any one site as well as requirement of additional
operational facilities and enhancement of overall throughput. The design is supposed to take care of the
following objectives:

• Establishment of a Server rack setup in Academic building for core devices


• Connecting the required location/buildings containing end-points/nodes to the network backbone in
such a fashion so as to avoid single point of failure in the network and increase path redundancy in a
cost effective manner.
• Providing a secured wireless networking solution at places where traditional wired network
connectivity is difficult to implement and support.
• Utilize Managed Networking equipment to ensure segmentation of the network for better
management and performance.
• Ensure Active Network components are scalable for future expansion and better return on
investment.
• Usage of optimal quantity of passive components.
• Increasing network throughput and availability by designing a resilient and load-sharing architecture
with multiple Layer-3 network routes to overcome device or link failures.
• Implement quality of service to ensure optimum network resource usage, eliminate network
congestion and facilitate smooth flow of data and surveillance video traffic across the network.
• Installation, customization, and commissioning of the Network Components proposed as well as the
solution resulting thereof.
• Maintenance of the same for a period of seven years for passive infrastructure and three years for
active infrastructure in a comprehensive manner post warranty period of one and five years
respectively. Total eight years from the date of acceptance.
• Supporting and coordinating security audit certification as and when needed as per GOI guidelines.
The SI will be responsible for getting the network audited Government of India approved security
auditors. The security audit will be done during the contract period by approved auditors. That is, the
security audit support is under the scope of work and the SI is responsible for getting the audit
certification as per GOI norms. The Security Audit charges to the Empaneled auditor will be paid by
IIM Raipur. The SI will also be responsible for addressing and resolving any identified security
vulnerabilities uncovered during the security audit.

1. Wired Campus

Installation of RJ45 data outlet points: Strategically place RJ45 data outlet points throughout the campus,
including rooms, common areas, and other designated locations.

Connectivity setup: Connect data outlet points to Rack Panels/Computer hubs using 4 pair CAT-6A wiring in
raceways or conduits, ensuring efficient connectivity.

Power supply provision: Providing UPS power supply to Network Racks, Servers, and Computers wherever
necessary to ensure uninterrupted operation will be in IIM Raipur scope.

Cable length management: Ensure that the maximum length of CAT 6a cable from end-user points to Hub or
Edge switches does not exceed 70 meters. Utilize Fibre Optic Cable for longer distances beyond 70 meters.
Page 18 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Redundant connectivity: Establish redundant connectivity paths to the core switch from each building to
ensure seamless connectivity.

Server connectivity: Connect servers to the core switch via Optical Fibre cable for high-speed and reliable
connections.

Infrastructure setup: Install necessary infrastructure components including Rack Panels, Network switches,
patch cords, power supply units, cooling fans, Wire managers, LIUs, Trans-receivers, Fiber patch cord, etc., in
individual buildings/Blocks/floors.

Manhole provision: Construct brick masonry manholes with covers at suitable lengths to facilitate easy
wire/cable pulling and maintenance.

Integration with existing systems: Ensure seamless integration of the wired infrastructure with existing
systems and networks on the campus.

Compliance and standards: Adhere to industry standards and best practices for wired network infrastructure
deployment to ensure reliability, scalability, and security.

The scope of work for the wired campus aims to provide a robust and reliable network infrastructure that
supports the connectivity needs of students, faculty, and staff across the campus premises.

Wireless Network

• Indoor wireless network has to be based on latest IEEE 802.11ax standards and should support multiuser
MIMO (MU-MIMO).
• All Access points should be managed by centralized wireless controller placed in campus datacentre. This
wireless controller should be configured in high availability (HA) preferably in Active/Passive configuration
to avoid any downtime.
• Indoor Access points shall be powered on via POE/UPOE access switches supporting gigabit standards.
The minimum number of Indoor access points estimated are 400 Nos. for proper coverage in the entire
campus. However, bidders keen to participate in this bid are free to do the SITE survey on their own
without any financial implication on IIM Raipur & propose their estimation on APs count. Bidders have to
ensure 100% coverage & no dark spots.
• Network solution to manage both switching and wireless network devices spread across the campus
network.
• Going forward may add additional services like IOT devices etc. Network must be secure enough to add
any new services as & when required.
• New Wi-Fi setup will be used to provide data and internet access to students, faculties, Staff, various
equipment securely & residential users with different levels of access. This may increase over period of
time and may require different set of security policies to access network. Selected SI shall have to define
the security policies accordingly from time to time.
Bidders, who have the capability to provide a TOTAL TURNKEY solution which covers design/development
of a suitable architecture/layout of the proposed networking system, pre-dispatch inspection / testing,
packing and forwarding, transportation, insurance and carrying out further activities at sites viz.
unloading, storage, (space to be provided by the IIM Raipur) further handling, erection, testing and
commissioning including successful completion of acceptance tests and any other services specified.

Page 19 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Page 20 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

HOSTEL BLOCKS LOGICAL CONNECTIVITY WITH 10G OFC REDUNDANT PATH

Internet

Academic Block
Server Room

Core Sw-1 Core Sw-2

Upcoming Hostel
HOSTEL-1 HOSTEL-4 HOSTEL-5

REDUNDANT OFC PATH


Upcoming Hostel

HOSTEL-2 HOSTEL-3

REDUNDANT OFC PATH

Legend:

SM OFC Cable
REDUNDANT OFC PATH
CAT6A UTP Cable

Page 21 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Proposed OFC cabling backbone with Logical Layout

Page 22 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

5.1 Proposed BOQ of Active Components (for bid evaluation purpose only):

Active Components

1 Wi-Fi 6 Access Points 4x4 on 2.4 & 5 GHz – Type I Nos. 275

2 Wi-Fi 6 Access Points 4x4 on 2.4 & 5 GHz – Type II Nos. 140

3 WiFi6 Access Points 4x4 on 2.4GHz and 8x8 on 5GHz – Type III Nos. 1

4 Wireless LAN Controller (WLC) in HA Nos. 2


Core Switch 48-port in Stacking with redundant power supply Including
5 Nos. 2
100GBASE-LR4 QSFP+ transceiver module for SMF
6 12 ports Layer-2 full PoE+ with 2x 10G SFP+ fixed uplinks Nos. 8

7 12 ports Layer-2 Non Poe (12-port 1G, 2x10G SFP+) Nos. 17

24 port Layer-2 PoE+ Access Switch with 24 X 10/100/1000 Mbps PoE+ ports
8 Nos. 28
& 4 X 1/10G SFP+ ports

9 24 ports Layer 2 Non PoE ( 24-port 1G, 4x 1/10G fixed uplinks) Nos. 20

10 48 ports Layer 2 Non PoE ( 24-port 1G, 4x 1/10G fixed uplinks) Nos. 5

11 48 ports Layer 2 PoE+ ( 48-port 1G, 4x 1/10G fixed uplinks Nos. 8


24 Port Layer 2 Multigigabit Switch (8 port mGig ports up to 10G, 16 ports
12 Nos. 9
up to 1G)
13 24 port mGig UPOE+ Switch, 24x 10G Multigigabit (10G/5G/2.5G/1G/100M) Nos. 2

14 48 port 5Gbps Multigigabit UPOE Switch (5G/2.5G/1G/100M) Nos. 5

15 Small form-factor pluggable transceiver - SM (SFP+) Nos. 200


16 NMS with hardware Nos. 1
Hardware with latest Windows Server edition for Domain Controller, DHCP,
17 Lot 1
hypervisor etc.

Page 23 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

5.2 Proposed BOQ of Passive Components (for bid evaluation purpose only):

S. No. DESCRIPTION UOM QUANTITY


1 CAT6A UTP Cable Indoor (Box of 305 Meters) Box 353
2 CAT 6A UTP 12 Port Patch Panel Loaded Nos. 27
3 CAT 6A UTP 24 Port Patch Panel Loaded Nos. 94
4 CAT 6A UTP I/O with Face Plate & SMB Nos. 1955
5 CAT6A UTP Patch Cord-2 Meter Nos. 1955
6 CAT6A UTP Patch Cord-1 Meter Nos. 1955
7 24-Core Fibre Optic Outdoor Armoured cable Mtrs. 14000
8 06-Core Fibre Optic Outdoor Armoured cable Mtrs. 500
9 06-Core Fibre Optic Indoor Armoured cable Mtrs. 3000
10 12 port LIU,1U Rack mount enclosure LC-LC Fully loaded Nos. 69
11 24 port LIU,1U Rack mount enclosure LC-LC Fully loaded Nos. 1
12 48 port LIU,1U Rack mount enclosure LC-LC Fully loaded Nos. 10
13 Optical Fibre duplex Patch Cord, SM, LC-LC, Length 3 m Nos. 210
14 12U network Rack, Wall Mount Nos. 56
15 15U network Rack, Wall Mount Nos. 14
16 42U Network Rack, Floor Mount Nos. 1
17 Cable Manager 1U Nos. 102
18 HDPE Duct Pipe 33/40MM Mtrs. 9000
19 HDPE Duct Pipe 25MM Mtrs. 1500
20 G.I. Pipe 50MM with all accessories Mtrs. 500
21 25mm PVC Pipe Mtrs. 8000
22 40mm PVC Pipe Mtrs. 4000
23 25mm PVC Casing Mtrs. 4000
24 40 mm PVC Casing Mtrs. 2000
25 32mm PVC Flexible Pipe Mtrs. 500
26 32mm Armoured Flexible Pipe Mtrs. 500
27 OFC Route Marker Nos. 250
28 Outdoor OFC cable enclosure jointer Nos. 15
29 Miscellaneous items and accessories Lot 1
Technical manpower charges for One year (One L3 – Specialist and 3
30 Nos.
One L2 – network& Monitoring Resource and One Server Engineer)
31 Comprehensive Annual Maintenance support for Nodes…. years 7

In addition to the above, the selected bidder will depute three (03) technical engineers at IIM Raipur for a period
of one year. The engineers shall have adequate experience in independently managing same/similar projects of
this kind.

1. Engineer | L3 - Specialist - 05 years of Experience


2. Server Engineer - 03 years of Experience
3. Engineer | L2 - Network & Monitoring - 02 Years of Experience

Page 24 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

THE ABOVE BOQ IS INDICATIVE ONLY. ALL BIDDERS SHOULD CONDUCT A DETAILED SITE SURVEY OF THE CAMPUS AND
UNDERSTAND THE REQUIREMENTS COMPLETELY BEFORE SUBMITTING THE TENDER . ANY CHANGE IN REQUIREMENTS AT SITE TO
ENSURE DELIVERY OF THE REQUIRED CAPABILITIES DEFINED ABOVE NEED TO BE CONSIDERED AND BIDDER SHOULD QUOTE
ACCORDINGLY.

5.3 Call Flow and Escalation Matrix - Operations & Maintenance

Operation and Maintenance Support goes through the following phases:

a) Support Call Logging


b) Support Call Resolution
c) Support Call Closure

The subsequent paragraphs describe the various activities that take place in each of the above phases, the
necessary reports and returns that need to be generated and the quality processes that need to be adhered to.

5.4 Training

3 days training shall be imparted by experienced & certified person from the selected SI with sufficient
experience. A considerable practical/ hands-on training shall be included apart from imparting theoretical
training.

The proposed schedule for the same is as below

Schedule for Training :

Sr.No. Topics for Training

1 Basics of Data Networking & logical Connectivity


2 Layer 2 & Layer 3 Switches,Wireless Controller & Access Point
Network Fault identification, Troubleshooting, Administration, Policies formulation and
3
management, Network Monitoring, report generation
4 Network Management Systems installation and handling, usage.

Page 25 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6. TECHNICAL SPECIFICATIONS

Page 26 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.1 ACTIVE COMPONENTS

6.1.1 Wireless Controller


S. No Technical Specifications Compliance
AP should be able to tunnel traffic to remote location to WLC/tunnel aggregator
1
device using protocols like VxLAN/EoGRE/L2TP/Capwap/GRE
Proposed WLC should be an on premise HW appliance based solution. No VM
2
based solutions are accepted.
Support for new Wi-Fi 6 (802.11ax), WPA3 and Enhanced Open and existing
3
standards
4 WLC should have capability to host 2000 APs from day 1.
5 WLC should support 30K or more clients
WLC/ WLAN Tunnel aggregator devices should have 4 nos. of 1/10G SFP+ to
6
connect to LAN
Should support multiple redundancy models like 1+1. On Premise WLC Must
7
support 1+1 or N+1 redundancy
WLC Must support an ability to dynamically adjust channel, power settings and
airtime, based on the RF environment. Radio coverage algorithm must allow
8
adjacent WAPs to operate on different channels, in order to maximize available
bandwidth and avoid interference.
Wireless Controller should support Access Control based on
9
Identity/Role/Device/Time or Application.
10 WLC should have 4K VLANs
11 should supports IPSec/SSL encryption standards
Should support coverage hole detection and correction that can be adjusted on a
12
per WLAN basis.
13 Should support RF Management with 20, 40, 80 & 160 MHz channels
14 Should support Access Control Lists (ACLs).
15 Should support built-in /URL redirection for web authentication
16 Should be able to set a maximum per-user bandwidth limit on a per-SSID basis.
17 Should provide Mesh capability for Mesh supported AP
Must support client roaming as per IEEE standard 802.11r or WLC/APs across
18
layer3 routed boundaries
Should support spectrum analysis and be able to classify different types of
19
interference.
Should provide multiple real-time charts/log showing interferers per access point,
20
on a per- radio, per-channel basis.
System should provide real-time troubleshooting and visualization. Any
21 specialized hardware and software required for the same should be provided by
the vendor.
22 WLC should support Application Visibility and Control (AVC).
Support for configuring media streams with different priority to identify specific
23
video streams for preferential QoS treatment.
24 To deliver optimal bandwidth usage, reliable multicast must use a single session

Page 27 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

between AP and Wireless Controller.


25 Should support IPv4 & IPv6.
For smooth, seamless and easy manageability, operation, interoperability and
26 maintenance, the bidder should offer/quote WLC & WAPs of the same make
(OEM).
Solution should support application visibility and control (applications like Social
27
Media, Video Streaming, Video Conferencing apps, etc.)
The solution should detect and automatically prevent all types of Rogue
28
(unauthorized APs connected to the network) APs.
WLC should support complete WIPS/WIDS support, via integrated or through
29
external appliance
The solution to support automatic packet capture in the event of a client failure
30
or anomalous events.
The WLAN solution should provide an easy GUI view dashboard to use all the
31
settings, configuration, logs, topology view, etc.,
The solution should highlight client connection failures during association,
32
authentication and network entry.
33 The Solution shall support Hitless/rolling and support AP upgrade feature.
The solution must be able to detect and automatically prevent any ad hoc
34 network/ all Wi-Fi enabled devices such as smartphones bridging / ICS when
connected to the network
The solution must support WPA3 - enterprise 192 bit encryption through WLC, if
35
not available on APs.

Page 28 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.1.2 WiFi-6 Indoor Access Points Type I


S. No. Wi-Fi 6 Access Points 4x4 on 2.4 & 5 GHz Technical Specification Compliance
Access Point shall support 4x4 MIMO on both radio interfaces and MU-MIMO
1
technology
Access Point shall be able to support Multigigabit Ethernet, support up to 2.5 Gbps
2
PHY speed using single Cat5e or above(Cat6, Cat6A) cable
Access Point shall be able to powered up using PoE 802.11af provides up to 15.4
3
watts of power per port
4 Access Point shall support hardware driven beamforming
Access Point should have Bluetooth5 radio to support use cases of location, asset
5
tracking and analytics.
Access Point should have 1x 100, 1000, 2500 Multigigabit Ethernet (RJ-45) – IEEE
6
802.3bz
7 Access Point should have USB port for future requirement.
8 Must have atleast 3 dBi Antenna gain on each radios
9 Must Support data rate upto 5Gbps.
Must support minimum of 23dbm of transmit power in both 2.4Ghz and 5Ghz
10
radios. Should follow the local regulatory Norms.
11 Must support AP enforced load-balance between 2.4Ghz and 5Ghz band.
Must incorporate radio resource management for power, channel and performance
12
optimization
13 Must have -98 dB or better Receiver Sensitivity.
Must support Proactive Key Caching and/or other methods for Fast Secure
14
Roaming.
15 Must support Management Frame Protection.
Should support locally-significant certificates on the APs using a Public Key
16
Infrastructure (PKI).
Must support the ability to serve clients and monitor the RF environment
17
concurrently.
Same model AP that serves clients must be able to be dedicated to monitoring the
18
RF environment.
19 Must be plenum-rated (UL2043).
20 Must support 16 WLANs per AP for SSID deployment flexibility.
Access Point Must continue serving clients when link to controller is down. It should
21 also have option to authenticate user through Radius server directly from Access
Point during link unavailability to controller.
22 Must support telnet and/or SSH login to APs directly for troubleshooting flexibility.
23 802.11e and WMM
24 Must support QoS and Video Call Admission Control capabilities.
25 Access point should be Wi-Fi 6 certified

Page 29 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.1.3 WiFi-6 Indoor Access Points Type II


S. No. Wi-Fi 6 Access Points 4x4 on 2.4 & 5 GHz Technical Specification Compliance
Access Point shall support 4x4 MIMO on both radio interfaces and MU-MIMO
1
technology
Access Point shall be able to support Multigigabit Ethernet, support up to 2.5 Gbps
2
PHY speed using single Cat5e or above(Cat6, Cat6a, Cat7) cable
Access Point shall be able to support full features at 802.11at can deliver up to 30
3
watts of power per port
Access Point shall be able to powered up using PoE 802.11af provides up to 15.4
4
watts of power per port
5 Access Point shall support Dual 5GHz radios
Access Point shall have dedicated radio/chipset for spectrum monitoring capabilities,
6 WIPS and off channel RRM without compromising and using the client serving
radios.
7 Access Point shall support hardware driven beamforming
8 Access Point shall be IoT ready (Zigbee) and container support for IOT applications.
Access Point should have Bluetooth5 radio to support use cases of location, asset
9
tracking and analytics.
Access Point should have 1x 100, 1000, 2500 Multigigabit Ethernet (RJ-45) – IEEE
10
802.3bz
11 Access Point should have USB port for future requirement.
12 Must have atleast 4 dBi Antenna gain on each radios
13 Must Support data rate upto 5Gbps.
Must support minimum of 23dbm of transmit power in both 2.4Ghz and 5Ghz radios.
14
Should follow the local regulatory Norms.
15 Must support AP enforced load-balance between 2.4Ghz and 5Ghz band.
Must incorporate radio resource management for power, channel and performance
16
optimization
17 Must have -97 dB or better Receiver Sensitivity.
18 Must support Proactive Key Caching and/or other methods for Fast Secure Roaming.
19 Must support Management Frame Protection.
Should support locally-significant certificates on the APs using a Public Key
20
Infrastructure (PKI).
Must support the ability to serve clients and monitor the RF environment
22
concurrently.
Same model AP that serves clients must be able to be dedicated to monitoring the
23
RF environment.
24 Must be plenum-rated (UL2043).
25 Must support 16 WLANs per AP for SSID deployment flexibility.
Access Point Must continue serving clients when link to controller is down. It should
26 also have option to authenticate user through Radius server directly from Access
Point during link unavailability to controller.
27 Must support telnet and/or SSH login to APs directly for troubleshooting flexibility.
28 802.11e and WMM
29 Must support QoS and Video Call Admission Control capabilities.

Page 30 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

30 Access point should be Wi-Fi 6 certified

Page 31 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.1.4 WiFi-6 Indoor Access Points Type III


Compiled
S. No WiFi6 AP 4x4 on 2.4GHz and 8x8 on 5GHz - Technical Specifications
(Yes/No)
1 Access Point shall support 4x4 on 2.4GHz and 8x8 on 5Ghz
2 Access Point shall be able to powered up using PoE/PoE+/UPoE (.af/.at/.bt)
3 Access Point shall support assurance, packet capture, RF sensing capabilities
5 Access Point shall support encrypted traffic visibility
4 Access Point shall support application visibility and control
Access Point should have BLE/Zigbee radio to support use cases of location, asset tracking
6
and analytics, from Day1
Access Point shall ship with metal/fiber-based mounting bracket for durability and
7
reliability
Access Point shall be able to leverage current Access Point mount kit /cable
8
conduit
Access Point shall provide console based connectivity that uses standard interfaces such
as RJ45/serial USB connection/special SSID for initial config and during disconnected
9
network situations. If serial USB connection is supported by the AP model (10nos of min
3ft serial USB cable to be provided at no extra cost).
10 Access Point should have 1x 1Gbps, 2.5Gbps, 5Gbps multigigabit Ethernet (RJ45).
11 Access Point should have a USB port for future requirements.
12 Must Support min. PHY data rate upto 5 Gbps.
Must support a minimum of 23dBm of transmit power in both 2.4Ghz and 5Ghz radios
13
and should follow the local regulatory Norms.
14 Must support AP enforced load-balance between 2.4Ghz and 5Ghz band.
Must incorporate radio resource management for power, channel and performance
15
optimization
16 Must have -97 dB or better Receiver Sensitivity.
17 Must support Proactive Key Caching and/or other methods for Fast Secure Roaming.
18 Must support Management Frame Protection.
19 Must support the ability to serve clients and monitor the RF environment concurrently.
Same model AP that serves clients must be able to be dedicated to monitoring the RF
20
environment.
21 Must be plenum-rated (UL2043).
Access Point must continue serving clients when the internet link to the controller is
down. It should also have the option to authenticate users through the Radius server
22
directly from Access Point during link unavailability to the controller in the same LAN
segment.
The solution should have high availability of controllers to avoid the single point of failure.
In case both controllers fail, APs should have the capability to serve the clients by
22
converting them to FAT/IAP/Bridge mode automatically or with manual configuration
changes.
23 Must support telnet and/or SSH login to APs directly for troubleshooting flexibility.
24 Must support 802.11e and WMM
25 Must support QoS and Video Call Admission Control capabilities.
26 Access point should be wifi 6 certified.

Page 32 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

27 Must support downlink and uplink OFDMA


28 Must support TWT & BSS coloring
29 Must support WPA3 - enterprise 192 bit encryption
30 Peak integrated antenna gain on each radio with min. 4dBi on 4x4 and min. 5dBi on 8x8

6.1.5 48-Ports Core Switch

S. No Technical Specifications Compliance


1 General Features :
a Switch should have: 48 x 1/10/25G ports
Switch should have minimum 4x40/100G ports, for creating the HA (within the rack)
using stacking/virtual stacking. SM Transceivers for 40G uplinks to be provided,
b
cables/transceivers for stacking for a minimum of two Core switches within each
rack to be included with no additional cost in Day1.
c Switch shall be 1U and rack mountable in standard 19" rack.
d Switch shall have min. 16 GB RAM.
e Switch shall have min. 16 flash.
Switch shall have a hot swappable 1:1 redundant internal power supply and
f
redundant fan.
Switch shall support VSS or equivalent features allowing links that are physically
g connected to two different switches to appear as a single port channel with inter-
switch bandwidth of min. 400Gbps
Shall support In Service Software Upgrade (ISSU) or equivalent hitless failover to
h provide an upgrade of the entire platform or an individual task/process without
impacting hardware forwarding.
Switch shall have hot swappable 1:1 redundant internal power supply and redundant
i
fan, on day1
2 Performance :
Switching system shall have a minimum 2 Tbps of switching fabric and minimum
a
1Bpps of forwarding rate.
b Switching system shall have a minimum 50K MAC Addresses and 4K VLANs.
Switch should support minimum 5K ACLs, 5K Multicast and 30K IPv4, 15K IPv6
c
Routes.
Switch shall support application visibility and traffic monitoring with minimum 50 K
d
netflow/jflow entries, or with minimum sampling rate of 4096 in case of sflow.
e Min. Packet buffer : 30 MB
f The device should be IPv6 ready support or logo certified from day one
3 Functionality :
Should support IEEE Standards of Ethernet: IEEE 802.1D, 802.1s, 802.1w, 802.1x,
a 802.3ad, 802.1ae (256-bit and 128-bit AES)/VXLAN overlay, 802.3x, 802.1p,802.1Q,
1588v2/NTP/SNTP
Switch should support routing protocols like BGPv4, OSPF(v2, v3)/ ISISv4, RIP, Static,
b EVPN, PIM, SSM, BFD, VRF aware BFD, IEEE 802.1ae/VXLAN overlay from day 1 on
the same hardware

Page 33 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Shall have 802.1p class of service, marking, classification, policing and shaping.
c
Should support strict priority queuing.
Switch should support API Driven configuration and support Netconf and Restconf
d
using YANG data model. It should support automation tool like python
Switch should support port security/DHCP snooping/first hop security/Spanning tree
e
root guard or equivalent.
f IPv6 support in hardware, providing wire rate forwarding for IPv6 network
Should support 802.1x authentication and accounting, IPv4 and IPv6 ACLs and
g
Dynamic VLAN assignment.
h Eight egress queues per port for different types.
During system boots or OS upgrades, the system’s software should be checked for
i
integrity.
Switch should support management features like SSHv2, SNMPv2c, SNMPv3, NTP,
j
RADIUS and TACACS+, SSL/SSH, SFTP
Switch OS should support programmability through REST APIs and Python scripting
k
or equivalent
4 Security
Switch should support for sending logs to multiple centralised syslog server for
a
monitoring and audit trail
Protection from unnecessary or DoS traffic by using storm control functions for
b
unicast/multicast/broadcast.
c Storm control (multicast, and broadcast)
d Dynamic Host Configuration Protocol (DHCP) snooping or Equivalent
e BPDU Protection or Equivalent
f STP Root Protection/Equivalent
g Dynamic ARP Inspection/VXLAN ARP/ND suppression

Page 34 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.1.6 Access Switch - 12 Ports PoE

S. No. General Specifications Compliance


1.1 General Features :
1.1.1 Switch should be 1U and rack mountable in standard 19" rack.
1.1.3 Switch should have minimum 2GB RAM and 4GB Flash.
1.2 Performance :
Switch shall have minimum 68 Gbps of switching fabric and 50 Mpps of forwarding
1.2.1
rate. Should be non-blocking and provide wirespeed forwarding rate.
1.2.2 Switch shall have minimum 16 K MAC Addresses and 4000 VLAN IDs
1.2.3 Should support minimum 10K IPv4 routes or more
1.2.4 Switch shall have 1K or more multicast routes.
1.2.5 Switch should support atleast 16K flow entries
1.2.6 Switch should have 6MB or more packet buffer.
1.3 Functionality :
Switch should support IEEE Standards of Ethernet: IEEE 802.1D, 802.1s, 802.1w,
1.3.1
802.1x, 802.3ad, 802.3x, 802.1p, 802.1Q, 802.3, 802.1ae, 802.3u, 802.3ab, 802.3z.
Switch must have functionality like static routing, RIP, REP, PIM, OSPF, VRRP, PBR
1.3.2
and QoS features from Day1.
Switch should support network segmentation that overcomes the limitation of
1.3.3
VLANs using VXLAN and VRFs.
Switch shall have 802.1p class of service, marking, classification, policing and shaping
1.3.4
and eight egress queues.
Switch should support management features like SSHv2, SNMPv2c, SNMPv3, NTP,
1.3.5
RADIUS and TACACS+ .
Switch should support IPv6 Binding Integrity Guard, IPv6 Snooping, IPv6 RA Guard,
1.3.6
IPv6 DHCP Guard, IPv6 Neighbor Discovery Inspection and IPv6 Source Guard.
Switch should support 802.1x authentication and accounting, IPv4 and IPv6 ACLs and
1.3.7
Dynamic VLAN assignment and also have support for MACSEC-128.
Switch must have the capabilities to enable automatic configuration of switch ports
1.3.8
as devices connect to the switch for the device type.
1.4 Interface and Power
Switch shall have 12 nos. 10/100/1000 Base-T POE ports and additional 2 nos of 1G
1.4.1
Base-T and 2 nos. of 10G SFP+ uplinks ports.
1.4.2 Switch should have 240W of Power Budget.
1.5 Certification:
Switch shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards
1.5.1
for Safety requirements of Information Technology Equipment.
Switch shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B or
1.5.2
FCC Class A/B Standards for EMC requirements.

Page 35 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.1.7 Access Switch - 12 Ports NonPoE

S. No. General Specifications Compliance


1.1 General Features :
1.1.1 Switch should be 1U and rack mountable in standard 19" rack.
1.1.3 Switch should have minimum 2GB RAM and 4GB Flash.
1.2 Performance :
Switch shall have minimum 68 Gbps of switching fabric and 50 Mpps of forwarding
1.2.1
rate. Should be non-blocking and provide wirespeed forwarding rate.
1.2.2 Switch shall have minimum 16 K MAC Addresses and 4000 VLAN IDs
1.2.3 Should support minimum 10K IPv4 routes or more
1.2.4 Switch shall have 1K or more multicast routes.
1.2.5 Switch should support atleast 16K flow entries
1.2.6 Switch should have 6MB or more packet buffer.
1.3 Functionality :
Switch should support IEEE Standards of Ethernet: IEEE 802.1D, 802.1s, 802.1w,
1.3.1
802.1x, 802.3ad, 802.3x, 802.1p, 802.1Q, 802.3, 802.1ae, 802.3u, 802.3ab, 802.3z.
Switch must have functionality like static routing, RIP, REP, PIM, OSPF, VRRP, PBR and
1.3.2
QoS features from Day1.
Switch should support network segmentation that overcomes the limitation of VLANs
1.3.3
using VXLAN and VRFs.
Switch shall have 802.1p class of service, marking, classification, policing and shaping
1.3.4
and eight egress queues.
Switch should support management features like SSHv2, SNMPv2c, SNMPv3, NTP,
1.3.5
RADIUS and TACACS+ .
Switch should support IPv6 Binding Integrity Guard, IPv6 Snooping, IPv6 RA Guard,
1.3.6
IPv6 DHCP Guard, IPv6 Neighbor Discovery Inspection and IPv6 Source Guard.
Switch should support 802.1x authentication and accounting, IPv4 and IPv6 ACLs and
1.3.7
Dynamic VLAN assignment and also have support for MACSEC-128.
Switch must have the capabilities to enable automatic configuration of switch ports
1.3.8
as devices connect to the switch for the device type.
1.4 Interface and Power
Switch shall have 12 nos. 10/100/1000 Base-T ports and additional 2 nos. of 1G Base-
1.4.1
T and 2 nos. of 10G SFP+ uplinks ports.
1.5 Certification:
Switch shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards
1.5.1
for Safety requirements of Information Technology Equipment.
Switch shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B or
1.5.2
FCC Class A/B Standards for EMC requirements.

Page 36 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.1.8 Access Switch - 24 Ports PoE

S. No. General Specifications Compliance


1.1 General Features :
1.1.1 Switch should be 1U and rack mountable in standard 19" rack.
Switch should support internal field replaceable unit redundant power supply from day
1.1.2
1.
1.1.3 Switch should have minimum 2 GB RAM and 2 GB Flash.
Switch should have dedicated slot/Ports for modular stacking, in addition to asked
1.1.4 uplink ports. Should support for minimum 80 Gbps of stacking throughput with 8 switch
in single stack.
1.2 Performance :
Switch shall have minimum 128 Gbps of switching fabric and 95 Mpps of forwarding
1.2.1
rate.
1.2.2 Switch shall have minimum 16K MAC Addresses and 4000 VLAN IDs
1.2.3 Should support minimum 10K IPv4 routes or more
1.2.4 Switch shall have 1K or more multicast routes.
1.2.5 Switch should support atleast 16K flow entries
1.2.6 Switch should support 128 or more STP Instances.
1.2.7 Switch should have 6MB or more packet buffer.
1.3 Functionality :
Switch should support IEEE Standards of Ethernet: IEEE 802.1D, 802.1s, 802.1w, 802.1x,
1.3.1
802.3ad, 802.3x, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z.
Switch must have functionality like static routing, RIP, PIM, OSPF(1000 routes), VRRP,
1.3.2
PBR and QoS features from Day1
Switch should support network segmentation that overcomes the limitation of VLANs
1.3.3
using VXLAN and VRFs.
Switch shall have 802.1p class of service, marking, classification, policing and shaping
1.3.4
and eight egress queues.
Switch should support management features like SSHv2, SNMPv2c, SNMPv3, NTP,
1.3.5
RADIUS and TACACS+ .
Switch should support IPv6 Binding Integrity Guard, IPv6 Snooping, IPv6 RA Guard, IPv6
1.3.6
DHCP Guard, IPv6 Neighbor Discovery Inspection and IPv6 Source Guard.
Switch should support 802.1x authentication and accounting, IPv4 and IPv6 ACLs and
1.3.7
Dynamic VLAN assignment and MACSec-128 on hardware for all ports.
Switch must have the capabilities to enable automatic configuration of switch ports as
1.3.8
devices connect to the switch for the device type.
1.4 Interfaces
Switch shall have 24 nos. 10/100/1000 Base-T PoE ports and additional 4 nos. of 10G
1.4.1
SFP+ uplinks ports.
All 24 port should support PoE (802.3af) and PoE+ (802.3at) with a PoE power budget of
1.4.2 370 W from day 1, Switch should capable to increase power budget upto 740W with
additional Power Supply.
1.5 Certification:
1.5.1 Switch shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards for

Page 37 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Safety requirements of Information Technology Equipment.


Switch shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B or FCC
1.5.2
Class A/B Standards for EMC (Electro Magnetic Compatibility) requirements.
Switch / Switch’s Operating System should be tested for EAL 2/NDPP or above under
1.5.3
Common Criteria Certification.

Page 38 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.1.9 Access Switch - 24 Ports Non - PoE


S. No. General Specifications Compliance
1.1 General Features :
1.1.1 Switch should be 1U and rack mountable in standard 19" rack.
Switch should support internal field replaceable unit redundant power supply
1.1.2
from day 1.
1.1.3 Switch should have minimum 2 GB RAM and 2 GB Flash.
Switch should have dedicated slot/Ports for modular stacking, in addition to
1.1.4 asked uplink ports. Should support for minimum 80 Gbps of stacking throughput
with 8 switch in single stack.
1.2 Performance :
Switch shall have minimum 128 Gbps of switching fabric and 95 Mpps of
1.2.1
forwarding rate.
1.2.2 Switch shall have minimum 16K MAC Addresses and 4000 VLAN IDs
1.2.3 Should support minimum 10K IPv4 routes or more
1.2.4 Switch shall have 1K or more multicast routes.
1.2.5 Switch should support atleast 16K flow entries
1.2.6 Switch should support 128 or more STP Instances.
1.2.7 Switch should have 6MB or more packet buffer.
1.3 Functionality :
Switch should support IEEE Standards of Ethernet: IEEE 802.1D, 802.1s, 802.1w,
1.3.1
802.1x, 802.3ad, 802.3x, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z.
Switch must have functionality like static routing, RIP, PIM, OSPF(1000 routes),
1.3.2
VRRP, PBR and QoS features from Day1
Switch should support network segmentation that overcomes the limitation of
1.3.3
VLANs using VXLAN and VRFs.
Switch shall have 802.1p class of service, marking, classification, policing and
1.3.4
shaping and eight egress queues.
Switch should support management features like SSHv2, SNMPv2c, SNMPv3,
1.3.5
NTP, RADIUS and TACACS+ .
Switch should support IPv6 Binding Integrity Guard, IPv6 Snooping, IPv6 RA
1.3.6 Guard, IPv6 DHCP Guard, IPv6 Neighbor Discovery Inspection and IPv6 Source
Guard.
Switch should support 802.1x authentication and accounting, IPv4 and IPv6 ACLs
1.3.7
and Dynamic VLAN assignment and MACSec-128 on hardware for all ports.
Switch must have the capabilities to enable automatic configuration of switch
1.3.8
ports as devices connect to the switch for the device type.
1.4 Interfaces
Switch shall have 24 nos. 10/100/1000 Base-T ports and additional 4 nos. of 10G
1.4.1
SFP+ uplinks ports.
1.5 Certification:
Switch shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950
1.5.1
Standards for Safety requirements of Information Technology Equipment.
Switch shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B
1.5.2
or FCC Class A/B Standards for EMC (Electro Magnetic Compatibility)

Page 39 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

requirements.
Switch / Switch’s Operating System should be tested for EAL 2/NDPP or above
1.5.3
under Common Criteria Certification.

Page 40 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.1.10 Access Switch - 48 Ports PoE


S. No. General Specifications Compliance
1.1 General Features :
1.1.1 Switch should be 1U and rack mountable in standard 19" rack.
Switch should support internal field replaceable unit redundant power supply from day
1.1.2
1.
1.1.3 Switch should have minimum 2 GB RAM and 2 GB Flash.
Switch should have dedicated slot/Ports for modular stacking, in addition to asked
1.1.4 uplink ports. Should support for minimum 80 Gbps of stacking throughput with 8
switch in single stack.
1.2 Performance :
Switch shall have minimum 176 Gbps of switching fabric and 130 Mpps of forwarding
1.2.1
rate.
1.2.2 Switch shall have minimum 16K MAC Addresses and 4000 VLAN IDs
1.2.3 Should support minimum 10K IPv4 routes or more
1.2.4 Switch shall have 1K or more multicast routes.
1.2.5 Switch should support atleast 16K flow entries
1.2.6 Switch should support 128 or more STP Instances.
1.2.7 Switch should have 6MB or more packet buffer.
1.3 Functionality :
Switch should support IEEE Standards of Ethernet: IEEE 802.1D, 802.1s, 802.1w, 802.1x,
1.3.1
802.3ad, 802.3x, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z.
Switch must have functionality like static routing, RIP, PIM, OSPF(1000 routes), VRRP,
1.3.2
PBR and QoS features from Day1
Switch should support network segmentation that overcomes the limitation of VLANs
1.3.3
using VXLAN and VRFs.
Switch shall have 802.1p class of service, marking, classification, policing and shaping
1.3.4
and eight egress queues.
Switch should support management features like SSHv2, SNMPv2c, SNMPv3, NTP,
1.3.5
RADIUS and TACACS+ .
Switch should support IPv6 Binding Integrity Guard, IPv6 Snooping, IPv6 RA Guard, IPv6
1.3.6
DHCP Guard, IPv6 Neighbor Discovery Inspection and IPv6 Source Guard.
Switch should support 802.1x authentication and accounting, IPv4 and IPv6 ACLs and
1.3.7
Dynamic VLAN assignment and MACSec-128 on hardware for all ports.
Switch must have the capabilities to enable automatic configuration of switch ports as
1.3.8
devices connect to the switch for the device type.
1.4 Interfaces
Switch shall have 48 nos. 10/100/1000 Base-T PoE ports and additional 4 nos. of 10G
1.4.1
SFP+ uplinks ports.
All 24 port should support PoE (802.3af) and PoE+ (802.3at) with a PoE power budget
1.4.2 of 740 W from day 1, Switch should capable to increase power budget upto 1440W
with additional Power Supply.
1.5 Certification:
1.5.1 Switch shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards for

Page 41 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Safety requirements of Information Technology Equipment.


Switch shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B or FCC
1.5.2
Class A/B Standards for EMC (Electro Magnetic Compatibility) requirements.
Switch / Switch’s Operating System should be tested for EAL 2/NDPP or above under
1.5.3
Common Criteria Certification.
6.1.11 Access Switch - 24 Ports Multigig PoE – Type I
S. No. General Specifications Compliance
1.1 General Features :
1.1.1 Switch should be 1U and rack mountable in standard 19" rack.
1.1.2 Switch should support internal field replaceable redundant power supply from day 1.
1.1.3 Switch should have minimum 2 GB RAM and 2 GB Flash.
Switch should have dedicated slot for modular stacking, in addition to uplink ports.
1.1.4
Should support minimum 40 Gbps of stacking throughput with 8 switch in single stack.
1.2 Performance :
Switch shall have minimum 272 Gbps of switching fabric and 214 Mpps of forwarding
1.2.1
rate.
1.2.2 Switch shall have minimum 16K MAC Addresses and 250 active VLAN.
1.2.3 Should support minimum 11K IPv4 routes or more
1.2.4 Switch shall have 1K or more multicast routes.
1.2.5 Switch should support atleast 16K flow entries
1.2.6 Switch should support 128 or more STP Instances.
1.2.7 Switch should have 6MB or more packet buffer.
1.3 Functionality :
Switch should support IEEE Standards of Ethernet: IEEE 802.1D, 802.1s, 802.1w,
1.3.1
802.1x, 802.3ad, 802.3x, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z.
Switch must have functionality like static routing, RIP, PIM, OSPF, VRRP, PBR and QoS
1.3.2
features from Day1
Switch should support network segmentation that overcomes the limitation of VLANs
1.3.3
using VXLAN and VRFs.
Switch shall have 802.1p class of service, marking, classification, policing and shaping
1.3.4
and eight egress queues.
Switch should support management features like SSHv2, SNMPv2c, SNMPv3, NTP,
1.3.5
RADIUS and TACACS+ .
Switch should support IPv6 Binding Integrity Guard, IPv6 Snooping, IPv6 RA Guard,
1.3.6
IPv6 DHCP Guard, IPv6 Neighbour Discovery Inspection and IPv6 Source Guard.
Switch should support 802.1x authentication and accounting, IPv4 and IPv6 ACLs and
1.3.7
Dynamic VLAN assignment and MACSec-128 on hardware for all ports.
Switch must have the capabilities to enable automatic configuration of switch ports as
1.3.8
devices connect to the switch for the device type.
During system boots, the system’s software signatures should be checked for
integrity. System should capable to understand that system OS are authentic and
1.3.9
unmodified, it should have cryptographically signed images to provide assurance that
the firmware & BIOS are authentic.
1.4 Interfaces

Page 42 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Switch shall have 16 nos. 10/100/1000 Base-T ports and additional 8 nos. port
1.4.1
supporting 100MB/1G/2.5G/5G/10G Additional 4 nos. SFP+ uplinks ports.
All 24 port should support PoE (802.3af) and PoE+ (802.3at) with a PoE power budget
1.4.2
of 370 W.
1.5 Certification:
Switch shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards
1.5.1
for Safety requirements of Information Technology Equipment.
Switch shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B or
1.5.2
FCC Class A/B Standards for EMC (Electro Magnetic Compatibility) requirements.
Switch / Switch’s Operating System should be tested for EAL 2/NDPP or above under
1.5.3
Common Criteria Certification.
6.1.12 Access Switch - 24 Ports Multigig PoE – Type II
S. No. General Specifications Compliance
1.1 General Features :
1.1.1 Switch should be 1U and rack mountable in standard 19" rack.
1.1.2 Switch should support internal field replaceable redundant power supply from day 1.
1.1.3 Switch should have minimum 2 GB RAM and 2 GB Flash.
Switch should have dedicated slot for modular stacking, in addition to uplink ports.
1.1.4 Should support for minimum 800 Gbps of stacking throughput with 8 switch in single
stack.
1.2 Performance :
Switch shall have minimum 800 Gbps of switching fabric and 320 Mpps of forwarding
1.2.1
rate.
1.2.2 Switch shall have minimum 16K MAC Addresses and 250 active VLAN.
1.2.3 Should support minimum 11K IPv4 routes or more
1.2.4 Switch shall have 1K or more multicast routes.
1.2.5 Switch should support atleast 16K flow entries
1.2.6 Switch should support 128 or more STP Instances.
1.2.7 Switch should have 6MB or more packet buffer.
1.3 Functionality :
Switch should support IEEE Standards of Ethernet: IEEE 802.1D, 802.1s, 802.1w, 802.1x,
1.3.1
802.3ad, 802.3x, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z.
Switch must have functionality like static routing, RIP, PIM, OSPF, VRRP, PBR and QoS
1.3.2
features from Day1
Switch should support network segmentation that overcomes the limitation of VLANs
1.3.3
using VXLAN and VRFs.
Switch shall have 802.1p class of service, marking, classification, policing and shaping and
1.3.4
eight egress queues.
Switch should support management features like SSHv2, SNMPv2c, SNMPv3, NTP,
1.3.5
RADIUS and TACACS+ .
Switch should support IPv6 Binding Integrity Guard, IPv6 Snooping, IPv6 RA Guard, IPv6
1.3.6
DHCP Guard, IPv6 Neighbour Discovery Inspection and IPv6 Source Guard.
Switch should support 802.1x authentication and accounting, IPv4 and IPv6 ACLs and
1.3.7
Dynamic VLAN assignment and MACSec-128 on hardware for all ports.

Page 43 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Switch must have the capabilities to enable automatic configuration of switch ports as
1.3.8
devices connect to the switch for the device type.
During system boots, the system’s software signatures should be checked for integrity.
System should capable to understand that system OS are authentic and unmodified, it
1.3.9
should have cryptographically signed images to provide assurance that the firmware &
BIOS are authentic.
1.4 Interfaces
1.4.1 Switch shall have 24 nos. port supporting 100MB/1G/2.5G/5G/10G.
All 24 port should support PoE (802.3af) and PoE+ (802.3at) with a PoE power budget of
1.4.2
735 W.
1.5 Certification:
Switch shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards for
1.5.1
Safety requirements of Information Technology Equipment.
Switch shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B or FCC
1.5.2
Class A/B Standards for EMC (Electro Magnetic Compatibility) requirements.
Switch / Switch’s Operating System should be tested for EAL 2/NDPP or above under
1.5.3
Common Criteria Certification.
6.1.13 Access Switch - 48 Ports Multigig PoE
S. No. General Specifications Compliance
1.1 General Features :
1.1.1 Switch should be 1U and rack mountable in standard 19" rack.
1.1.2 Switch should support internal field replaceable redundant power supply from day 1.
1.1.3 Switch should have minimum 2 GB RAM and 2 GB Flash.
Switch should have dedicated slot for modular stacking, in addition to asked uplink ports.
1.1.4 Should support for minimum 480 Gbps of stacking throughput with 8 switch in single
stack.
1.2 Performance :
Switch shall have minimum 640 Gbps of switching fabric and 470 Mpps of forwarding
1.2.1
rate.
1.2.2 Switch shall have minimum 16K MAC Addresses and 250 active VLAN.
1.2.3 Should support minimum 11K IPv4 routes or more
1.2.4 Switch shall have 1K or more multicast routes.
1.2.5 Switch should support atleast 16K flow entries
1.2.6 Switch should support 128 or more STP Instances.
1.2.7 Switch should have 6MB or more packet buffer.
1.3 Functionality :
Switch should support IEEE Standards of Ethernet: IEEE 802.1D, 802.1s, 802.1w, 802.1x,
1.3.1
802.3ad, 802.3x, 802.1p, 802.1Q, 802.3, 802.3u, 802.3ab, 802.3z.
Switch must have functionality like static routing, RIP, PIM, OSPF, VRRP, PBR and QoS
1.3.2
features from Day1
Switch should support network segmentation that overcomes the limitation of VLANs
1.3.3
using VXLAN and VRFs.
Switch shall have 802.1p class of service, marking, classification, policing and shaping and
1.3.4
eight egress queues.

Page 44 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Switch should support management features like SSHv2, SNMPv2c, SNMPv3, NTP,
1.3.5
RADIUS and TACACS+ .
Switch should support IPv6 Binding Integrity Guard, IPv6 Snooping, IPv6 RA Guard, IPv6
1.3.6
DHCP Guard, IPv6 Neighbour Discovery Inspection and IPv6 Source Guard.
Switch should support 802.1x authentication and accounting, IPv4 and IPv6 ACLs and
1.3.7
Dynamic VLAN assignment and MACSec-128 on hardware for all ports.
Switch must have the capabilities to enable automatic configuration of switch ports as
1.3.8
devices connect to the switch for the device type.
During system boots, the system’s software signatures should be checked for integrity.
System should capable to understand that system OS are authentic and unmodified, it
1.3.9
should have cryptographically signed images to provide assurance that the firmware &
BIOS are authentic.
1.4 Interfaces
1.4.1 Switch shall have 48 nos. port supporting 100MB/1G/2.5G/5G.
All 48 port should support PoE (802.3af) and PoE+ (802.3at) with a PoE power budget of
1.4.2
640 W.
1.5 Certification:
Switch shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards for
1.5.1
Safety requirements of Information Technology Equipment.
Switch shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B or FCC
1.5.2
Class A/B Standards for EMC (Electro Magnetic Compatibility) requirements.
Switch / Switch’s Operating System should be tested for EAL 2/NDPP or above under
1.5.3
Common Criteria Certification.

Page 45 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.1.14 10G SM Transceiver


S. No Minimum Specifications Compliance
1 Speed 10Gbps
2 Single Mode
3 Make: Same as switch OEM
4 Distance: 10KM

Page 46 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.1.15 NMS
S. No Description Compliance
Solution should have single pane of glass to discover, provision, monitor, manage, analyze
1
and troubleshoot the network
Solution should design the network in a hierarchal manner along with automated
2
provisioning of the devices
Solution should have self-learning capabilities like discovering the devices, getting on
3
boarded using Plug and play and creating a topology automatically
Solution should provide complete inventory of network as well as should do the software
4
or firmware image management
5 Solution should provide support to upgrade and downgrade the firmware
Solution should support workflows defined to complete each configurations step by step
6
e.g. RMA process
Solution should support capabilities like AI/ML to dynamically filter the inventory and
7
provide impacted devices list due to vulnerability.
Solution should have capabilities to monitor the health of network devices, clients
8
connected to the devices and application accessed over the network.
Solution should have capabilities to alert/alarm when the issues detected over the
9 network e.g. device health, link utilization etc. etc. and it should be shown under category
like P1, P2
Solution should have capabilities to analyze the database of client’s connectivity, devices
10 statistics, applications performance statistics and need to come up with remediation plan
in minutes against the issues.
Solution should support Application visibility using DPI, Client level visibility and device
11
health visibility.
Solution should have capabilities like sensors for wired and wireless network to simulates
12 real-world client experiences. Sensors can provide pro-active information about the
health of your network.
Solution should support wireless sensor in terms of AP to do the synthetic probing to
13
capture the health of network pro-actively
Solution should support below for switching
• Client or device DHCP
• Client or device DNS
• Client authentication or authorization Switch
14 • CPU, memory, temperature
• Line card
• Modules
• Power over Ethernet (PoE) power
• Ternary Content-Addressable Memory (TCAM) table
Solution should provide the dashboard capability to show case the wireless readiness
15
status, clients connected using 802.11n; 802.11ac or 802.11ax and location level statistics
Solution should have capabilities like PoE Analytics which provides visibility on the power
16
load and power availability per switch and per port.

Page 47 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Solution should have capabilities to trace the path to reach the destination across the
17
network to understand any security filters available across the path
18 Solution should have capabilities to go back in time and see the cause of a network issue
Solution should have capabilities to capture the wireless network information proactively
19
to analyze wireless performance per access point or per Wi-Fi client.
Solution should capable to provide Weekly and daily report providing executives a
20 summary of how their network is performing with insights into network devices, clients,
and applications.
Solution should have capabilities to classify thousands of network and home-grown
21
applications and network traffic. (Know and custom applications)
22 Solution should support role-based access control (RBAC)
23 Solution should support out of box integration with ITSM using generic APIs
24 Solution should support out of box integration with IPAM using generic APIs
Dashboard should have option of time slider of 24 hrs to check information for a specific
25
time period.
It should have customize dashboard with option to build hierarchical/ building view
26
dashboard.
Dashboard should able to provide root cause analysis and recommendations to fix
27
problem.
Dashboard should provide user experience visibility like Throughput analysis, Roaming
28
pattern analysis, sticky client information, slow roaming, dual band clients prefer 2.4 Ghz.
Dashboard should provide network coverage and capacity information like coverage hole,
29
client capacity, Radio utilization.

Page 48 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.1.16 Server
S. No. Description Compliance
Number of
1 Two nos. of Intel Xeon Gold processor or better
processors
Processor
2 16 core for each processor & Processor cache 30MB L3 or better
core
3 Chipset Intel chipset compatible with the offered processors.
Expansion
4 PCIe 3.0 Minimum 3 nos.
Slots
Processor
5 3.1 GHz or better
speed
6 Form factor 1U/2U
Form factor
7 Rack
chassis
The server should Support upto 8 hot-swappable SAS, NL-SAS and SSD
8
drives.
9 Storage Server should be configured with 6 Nos 2.4 TB 12G SAS from day one.
The Server RAID controller should support the following configurations
10
RAID 0, 1, 5, 6, 10, 50, and 60
Should have at least 24 DIMM slots per server and support minimum up
11
to 1.5TB of DDR4 2666 MHz memory.
The Server should be configured with 64 GB of DDR4 Memory from day
12 Memory
one
Support for advanced memory redundant technologies like Advanced
13
error-correcting code (ECC) and memory mirroring.
System fan
14 Hot plug redundant standard
features
15 Graphic card Integrated graphic controller or better
Network
16 4 X 1Gb Ethernet Network Controller.
Controller
Power
17 Should have redundant hot swap power supply
Supply
18 The server should provide cryptographic firmware updates
19 Capable to stop execution of the BIOS
20 Server should provide Anti-counterfeit
21 Security The server should provide hardware policy-based security
22 The server should provide rack server intrusion detection
23 The server should provide Hardware root of trust
24 The server should provide system lock down
Should support out of band upgrades, Agentless out-of-band
25 management, integrated diagnostics and Power monitoring and
reporting.
Management
The system should provide management of multiple servers from single
26
console
27 The system should provide hardware profile deployment (Single server

Page 49 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

OS group of servers)
The server should support industry standard management protocols like
28
IPMI v2 and SNMP v3
29 One 1-Gbps RJ-45 management port
The server should support multiple management interfaces including
30
web user interface and command line interface.
31 Should have the following ports for server connectivity
32 Ports ● 1 serial port
33 ● 4 USB 3.0/2.0 ports
Operating Windows Server 2019 Standard Edition with 2 Hyper-V containers and all
34
System physical cores in the server licensed.
Remote Management of the server over LAN, WAN with SSL
35
management encryption, virtual media license and KVM over IP
The server should be supplied along with software utilities for system
configuration, OS installation and system information, cables, user
36 Accessories
manual, rack mount kit. Driver software for all The adapters as
per The configuration and required operating system
37 Warranty 5 years Comprehensive Onsite Warranty

Page 50 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.2 PASSIVE COMPONENTS

Page 51 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.2.1 CAT6A UTP Outdoor Jelly Filled Double Jacketed CABLE


Details Specification Compliance
23 AWG solid bard copper, Unshielded Twisted 4 Pair, Category
6A, confirming to TIA 568.C.2, Class EA - ISO/IEC 11801:2002
Type
Amendment 2. Third party channel verified to TIA/EIA-568-C.2,
Category 6A
Conductors Solid Bare Copper 23 AWG
Insulation Polyolefin
Pair Separator X-spline Central Member
Filling Compound Jelly Filled
Barrier Tape - Tri-Laminate - for improved heat transfer and
Barrier Material achieves uniform heat flow dissipation to eliminate hotspots in
cable bundles when delivering remote power.
Inner and Outer Jacket Polyolefin/LLDPE and Polyolefin respectively
Category 6A - TIA 568.C.2
ANSI/ICEA S-99-689
ANSI/ICEA S-107-704 Paragraph 8.2.1 Water Penetration
ANSI/ICEA S-56-434 Outdoor Use
Applicable Standards POE per IEEE 802.3af & POE+ per IEEE 802.3at-2009
ISO/IEC 11801 ed 2 Amendment 2:2010 Class EA
-40C Cold Bend Compliance Per UL1581
Water Penetration per GR 421-CORE para. 4.3.5.1. and ANSI/ICEA
S-107-704 Para. 8.2.1.
OSP Cable, 10 Gigabit Ethernet, Outdoor, Aerial, Burial, Sunlight
Suitable Applications:
Resistant, Noisy Environments, PoE, PoE+
Guaranteed Bandwidth 500 Mhz for 100 MT Channel
Packing Box of 305 meters
Cable Outer Diameter 9.2 mm
Delay Skew 45 ns @ 100M
Bend Radius
92 mm
(Installation)
Maximum Conductor
DCR @ 20°C (Ohm/100 m) = 7.9
DC Resistance:
Maximum Delay: Delay (ns/100 m) = 537
Nom. Mutual
Capacitance (pF/m) < 56
Capacitance
Nom. Velocity of
65 %
Propagation
Temperature Range -40 Deg C to +75 Deg C

Page 52 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Operation
Max. Attenuation: 45.4 dB/100m
Min. PS NEXT : 31.8 dB
Performance
Min. Return Loss: 15.2 dB
characteristics @ 500
Min. PSACR : 0.9 dB @ 300Mhz
MHz
Min. PS ANEXT: 52.0 dB
Min. PS AACRF: 24.2 dB
PoE Compatibility PoE Type 1 (15 W), Type 2 (30 W)
ELV EU Directive 2000/53/EC
Ripcord Should be available under Outer Jacket
RoHS and WEEE and
It should be RoHS , WEEE & BFR Complied
BFR
Jacket Color Black (Sunlight Resistant)

Page 53 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.2.2 CAT6A U/UTP LSZH CABLE


Details Specification Compliance
23 AWG Solid Bare Copper, Unshielded Twisted 4 Pair, Category
Type
6A, confirming to TIA 568.2.D, Class EA - ISO/IEC 11801:2002
Conductors Solid Bare Copper 23 AWG
Insulation Polyolefin
LSZH jacket complying to:
Acid Gas Emission pH per IEC 60754-1: ≥ 4.3
Acid Gas Conductivity per IEC 60754-2: ≤ 10µs/mm
Jacket Smoke density IEC 61034-2: ≥ 60% Light Transmittance
Flame Test: IEC 60332-3-1
Third Party Test Reports of all above parameters should be
available in technical sheet
Pair Separator + Shape Spline
Premise Horizontal Cable, 10 Gigabit Ethernet, 100BaseTX,
100BaseVG ANYLAN, 155ATM, 622ATM, NTSC/PAL Component
Suitable Applications:
or Composite Video, AES/EBU Digital Audio, AES51, RS-422,
Noisy Environments, PoE, PoE+, PoE++
Guaranteed Bandwidth 500 Mhz for 100 MT Channel
Packing Box of 305 meters
Cable Outer Diameter 7.5 mm Max.
Max. Delay Skew 45 ns @ 100M
Bend Radius
50 mm
(Installation)
Maximum Conductor
DCR @ 20°C (Ohm/100 m) < 9.5
DC Resistance:
• ETL/Intertek Test Report for compliance to EN 50173-1 &
ISO/IEC 11801‐1 for Min. 500Mhz or Higher.
• ETL/Intertek Test Report for Alien crosstalk (6 around 1) for
ANEXT, AFEXT, PS ANEXT.
• ETL/Intertek Test Report for testing at elevated temperature
Third Party Verification of 40 Deg C and 60 Deg C respectively min. 500 Mhz or
higher for IL (< 45.5 dB), Propagation Delay (< 538ns) and
Delay Skew (< 45 ns)
• ETL/Intertek 4 connector Channel Test Report
• All above test reports to be submitted along with bid

Nom. Mutual
Capacitance (nF/100m) < 5.6
Capacitance

Page 54 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Temperature Range
-20 Deg C to +60 Deg C
Operation
Max. Attenuation: 45.5 dB/100m
Performance Min. NEXT : 34.5 dB
characteristics @ 500 Min. PS NEXT : 31.5 dB
MHz Min. Return Loss: 17.0 dB
Min. PSACRF : 11.0 dB
IEEE Requirement IEEE 802.3bt Type 1, Type 2, Type 3, Type 4
Average DCR <= 7.5 Ohms @ 20 Deg C,
ETL/Intertek Test
Resistance Unbalance <=1%,
Report Submission
Max. Capacitance Unbalance <= 100pf/100m
ETL/Intertek Tested TIA 568.2.D (Test Report to be submitted)
RoHS Yes

Page 55 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.2.3 Cat6A Unshielded Modular Jack


Parameters Specifications Compliance
Modular Jacks shall meet and exceed channel specification of
Type ANSI/TIA/EIA-568-C.2 Category 6a and ISO/IEC 11801:2002/Amd 1:2002
Ed2 when used as a component in a properly installed UTP channel.
Front Connection RJ 45 : 50uin Gold plated contacts over Nickel
Rear Connection Copper alloy, Gold plated contacts over Nickel or IDC
Connector Body PBT glass reinforced UL94V-0 or Plastic
Jack should support uniform hassle free termination technology and be
Accessories able to ensure performance in each termination without dependency on
expertise of technician.
Termination Front Mated Connection: 750 Cycles Min.
Interface Rear Mated Connection: 20 Cycles Min.
IEEE Specification IEEE 802.3bt type 3 and 4 (up to 100W)
(PoE) UPOE (up to 60W) and Power over HDBase-T (up to 100W)
Performance tests Modular Jacks shall be tested for performance to ANSI/TIA/EIA-568-C.2
Guaranteed
Min. 500 Mhz or higher Guaranteed Bandwidth for 100 MT Channel Link
Bandwidth
Approvals UL Listed, UL2043 Air Handling Spaces
UL Rating UL 94V-0
Other Specifications UL 1863, IEC 60603-7, FCC part 68-F
RoHS EU Directive 2002/95/EC Compliant
The jacks shall not have an integrated spring shutter as the shutter
Feature
malfunctions and causes operational issues in Panel.
Operating
-40° to 70°C
Temperature
Dielectric Strength 1,000 V RMS @ 60 Hz for 1 minute (Signals to Ground)
Insertion Loss: Max. 0.48 dB
NEXT: Min. 37.0 dB
Electrical FEXT: Min. 31.1 dB
Performance @ 500 RL: Min. 12.9 dB
Mhz or higher PSANEXT: Min 56.0 dB
PSACRF: Min 56.0 dB
Balanced TCL: Min 19.0 dB
Termination of cable on IO through Universal Termination Tool to
minimize any manual termination like punch down. All the four pairs
should get crimped and cut together with the help of the tool. Pairs
Termination Process should not be separated in termination process to avoid any cross talk
issue at Jack. Tool-less jack is not required because the tool-less jack is
installer dependent, whereas the termination using a tool has consistent
terminations irrespective of the installer.

Page 56 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Cat6A Jack It should be covered under 25 year warranted solution from OEM.
Third Party Test Enclose 4 Connector ETL/UL/3P Test Report ANSI/TIA – 568 Cat6 6A,
Report ISO/IEC 11801 (Class Ea), EN 50173 (Class Ea) and IEEE 802.3-2012.

6.2.4 Cat 6A Unshielded Patch Cords, LSZH, ETL Tested


Parameters Specifications Compliance
Modular Cord shall meet and exceed channel specification of
ANSI/TIA/EIA-568-B.2 Category 6a and ISO/IEC 11801 2nd edition
Type (2002) & Amendment 2 (2010) up to 500 MHz when used as a
component in a properly installed UTP channel. It should also
comply to EN 50173-1 (2002) & EN 50173-1 Amendment 1 (2009).
Conductor Stranded copper ETP, 7/26AWG
Insulation Foam Polyethylene/PE (1.05 mm +/- 0.05 mm)
Plug Boot Clear boot with PVC material
Plug Housing Polycarbonate (PC)
Phosphor bronze plated with 1.27um gold over 2.54um nickel
Plug contact blade
undercoat
Insertion Life 750 Cycles
Operating/Storage
-20 to +60 Deg C
Temperature Range
Certificate by Intertek (ETL)/UL/3P for the 4-Connectors and 3
Channel compliance Connectors channel testing to the Cat 6A Cabling system as per the
certificate ANSI/TIA 568 C.2 standards, ISO/IEC 11801 and EN 50173-1.
Document to be submitted.
Guaranteed
500 Mhz or Better Guaranteed Bandwidth
Bandwidth
Sheath Material LSZH
Flame Rating IEC 60332-3-22
OD 6.1 ± 0.3 mm

Page 57 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.2.5 Face Plate, UK Style, Square with Shutters


Details Specification Compliance
Type Simplex/Duplex/Quad
Material Fire -retardant Plastic, ABS, White color, UK Style with Shutters
Should be able to accept Cat6A, Cat6 and Cat5e information
Acceptability
outlets
UL Flame Test
UL94V0
(Material)
Compliant RoHS
Dimensions (H x W x D) 86 x 86 x 10 mm

Page 58 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.2.6 24 Port CAT 6A Patch Panel


Parameters Specifications Compliance
CAT 6A patch Panel Conforming to ANSI/TIA/EIA-568 C.2 latest or ISO/IEC:11801 latest
Patch panel
Cat5E, CAT6and Cat6A UTP (shielding is not acceptable)
suitability for
Height of patch panel 1U/2U
For 1U 24 Ports Loaded/Unloaded (Unloaded + Jacks is acceptable)
No. of ports (RJ 45)
For 2U 48 Ports Loaded/Unloaded (Unloaded + Jacks is acceptable)
Cable Management With Rear Cable Management Bar and 2 Rear Cable Management
(Rear side) Bracket
Cable Management 6 Port Removable angled inserts with ability to flip left or right as per
(Front side) requirements
0BASE-T, 100BASE-TX Fast Ethernet, 1000BASE-T (IEEE802.3) , 100VG-
Applications AnyLAN (IEEE802.12), 250 MHz Broadband Video, Voice, T1, ISDN, 155/
622 Mbps ATM , Power over Ethernet (POE, POE+, 4 PPOE)
Modular plug fitting
Assembly of 6 jacks/ 4 assemblies in 24 port 1U panel
(RJ 45)
Plug insertion
≥ 750 mating cycles"
durability
Safety Listing for
c(UL)us Listed
Jacks
Other Specification
UL 1863, IEC 60603-7, FCC part 68-F
for Jacks
UL Flame Test for
UL2043 Air Handling Spaces
Jacks
Termination of cable on IO through Universal Termination Tool to
minimize any manual termination like punch down. All the four pairs
should get crimped and cut together with the help of the tool. Pairs
Termination Process should not be separated in termination process to avoid any cross talk
issue at Jack. Tool-less jack is not required because the tool-less jack is
installer dependent, whereas the termination using a tool has
consistent terminations ir-respective of the installer.

Page 59 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.2.7 6 / 12/24 Core Singlemode (9/125μm) G657-A1 Bend Insensitive Fibre optic Cable
Details Specification Compliance
6/12/24 Core Singlemode 9/125, Central Loose Tube Cables, High
mechanical and full rodent protection provided by Outdoor – Corrugated
Cable
Steel Tape Armor (CST), complying to both 9/125 ITU G.652D & G.657A1 BI
standards
Cable should be suitable for Structured (premises) wiring systems: For
outdoor use in structured (data) wiring systems such as industrial backbone,
Application
campus backbone, building backbone (riser). Suitable for direct burial. Easy
to install in ducts, tunnels and trenches.
Black UV resistant PE outer jacket.
Jacket Water swellable E-glass yarns as strength members and for the longitudinal
watertightness, surrounded by swelling tape.
Loose Tube Std. plywood reel: Ø 1000 * 588 mm, Central tube, jelly filled (non-dripping
Construction and silicon-free).
Core: 9.2 +/- 0.4 um
Cladding: 125 +/- 0.7 um
Loose Tube fibres: Ø 250 ± 15 µm
1310 Wavelength (nm): 0.33 / 0.34 Attenuation typical/ max. (dB/km)
Optical 1550 Wavelength (nm): 0.18 / 0.19 Attenuation typical/ max. (dB/km)
Properties 1625 Wavelength (nm): 0.20 / 0.24 Attenuation typical/ max. (dB/km)
Dispersion (ps/ (nm-km)) @ 1310 nm: ≤ 3.2
Dispersion (ps/ (nm-km)) @ 1550 nm: ≤ 17
Cutoff Wavelength : ≤ 1260 nm
PMD (ps/km) : ≤ 0.06
Storage Temperature Range: -30 to +70 °C
Temperature
Installation Temperature Range: -5 to +50 °C
Range
Operating Temperature Range: -30 to +70 °C
Watertightness according to IEC 60794-1-22-F5
Crush resistance according to IEC 60794-1-21-E3
Bending radii tube (Installation & Operation) >25 mm
Physical Cable Min. Bend Radius Operation (Long Term): 20 x Cable Diam.
Properties Cable Min. Bend Radius Installation (Short Term): 20 x Cable Diam.
Cable Max. Tensile Strength Operation (Long Term): 730 N
Cable Max. Tensile Strength Installation (Short Term): 2220 N
Cable Max. Crush Resistance Operation (Long Term): 11 kN/m
Cable Max. Crush Resistance Installation (Short Term): 22 kN/m
Nominal Cable OD: 9.3 mm Max.
Maximum Attenuation increase for Bend Insensitive Fibers
Bend 9/125 G.657A1 Bend Insensitive
Insensitive 1550 (nm): 0.03dB (Turns 100 Radius 30 mm), 0.25 dB (Turns 10 Radius 15
Optical mm), 0.75 dB (Turns 1 Radius 10 mm)
Properties 1625 (nm): 0.03 dB (Turns 100 Radius 30 mm), 1.0 dB (Turns 10 Radius 15
mm), 1.5 dB (Turns 1 Radius 10 mm)

Page 60 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.2.8 24/48Fiber 1U Rack Mount Fiber Enclosure (LIU), Splice Trays and Adapter
Compliance
Details Specification
(YES/NO)
The fiber management shelf shall have compact design and be
Fiber Management ideal for high density front patching applications.
Shelf Should be fully loaded and factory fitted assembly with no
assembling required during installation at site
Should be mounted directly on any 19" rack or cabinet. It should
Fiber Interface Unit be able to accommodate a variety of Fiber connectors and
terminated to fiber cables using Splicing or other methods.
Fiber LIU should be 1U (1.75”), 19 Inch Rack Mount.
Type 12/24/48 Port should be available in 1U Rack Mount LIU.
LC Type Connectors will be required.
Each 1U LIU should be able to accommodate atleast 48 fibers in
LC type connectors.
24/48 Fiber Splice trays should loaded in LIU with Pigtails, Splice
Tubes, Min. 2 x PG13.5 Gland, Cable Ties and Velcro Straps
Features &
Panel Material – Powdered Coated Steel
Compatibility
Couplers in adapter strip should be Blue Colored
Operating Temp Range: -10⁰C to +60⁰C
Storage Temp Range: -40⁰C to +70⁰C
EU Directive 2011/65/EU (ROHS II)
Min 4 cable entry points at rear of shelf, sealed with rubber
Cable entry ports
grommets.
o Easy access to splicing tray and connectors
Drawer style shelf o Should have front locking latches on both side of shelf, for
preventive sliding
Fiber management guides, secure tie downs and all splicing
accessories like sleeves, cleaning kits, cable markers and
Accessories
grommet shall be packed with panel kit.
Pre-loaded with labeling strips, 2 grounding lugs
Sealed cable inlets for dust and rodent protection.
Dust protection.
Front adapters with dust caps.
Material Min 1.6mm CRCA Sheet steel with powder coating
Fiber / buffer tube Min of 320 mm depth to accommodate fiber slack and buffer
storage tube storage space.
Pigtails loaded in
LC type SM, 900 micron cordage.
Shelf:

Page 61 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.2.9 Fiber Patch Cords, LC-LC / SC-LC / SC-SC Duplex, Singlemode OS2, 3MT
Compliance
Details Specification
(YES/NO)
2mm Duplex Zipcord.
Type
Singlemode OS2
Outside Diameter (Duplex): 2.0mm x 3.0mm or as per design
Jacket Material LSZH (IEC 60332-3, IEC 60754-2, IEC 61034-2)
Length 3 MT
Minimum Cable 2.0/3.0mm: 200 N Tensile Strength
Retention Strength 2.0/3.0mm: 1000 N Crush Resistance
Insertion Loss ≤ 0.3 dB
Return Loss ≥ 55dB @ 1310nm
RoHS Certified Yes
Cable Standards IEC 60794, IEC 60332, UL 1685, NFPA 262
Connector Standards: IEC 61754, TIA 604

Page 62 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

6.2.10 Pigtail, LC/SC Type, Single mode OS2, 2 MT


Details Specification Compliance
Type Optical Fiber Pigtail LC - Simplex, Single mode OS2 , 2 Mtr
Tight Buffer construction (0.9mm)
Feature
Single mode OS2 should be of min 2 Meter Length
Optical Fiber Pigtail should comply with TIA 568 3 D. It shall be
Standard
mentioned in technical datasheet.
Optical Fiber Pigtail should have Max. Tensile Strength of 30N (Short
Minimum Cable Term).
Retention Strength Optical Fiber Pigtail should have Max. Crush Resistance of 100 N/100
(Short Term).
Optical Fiber Pigtail should have Insertion Loss of <=0.3dB @ 1310nm
for OS2 as per TIA/EIA 568-C.3
Optical Performance
Optical Fiber Pigtail should have Return Loss of >=55dB @ 1310nm for
OS2 as per TIA/EIA 568-C.3
RoHS Certified RoHS Complaint

Page 63 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

7 Terms & Conditions of Contract


7.1 Arbitration
All disputes arising out of this contract shall be referred to the Director, IIM Raipur whose decision shall be final
and binding on both parties.

7.2 Special Terms and Condition:


In view of office memorandum F.No.6/18/2019-PPD dated 23rd July 2020 issued by Public Procurement Division,
Department of Expenditure, Ministry of Finance, all tenderers, vendors or service provider should comply to the
restrictions under rule 144 (xi) of General Financial Rules (GFRs). If any of the bidder fail to comply then their
bids shall be rejected.

7.3 Clarification of Offers


To assist in the scrutiny, evaluation and comparison of offers, IIM Raipur may, at its discretion, ask (by
email) some or all bidders for clarifications with regards to their offer. The request for such
clarifications and the response will necessarily be in writing (by email). Failure of a Bidder to submit
additional information or clarification as sought by the institute within the prescribed period will be
considered as a non-compliance and the proposal may get evaluated based on the limited information
furnished along with the bid proposal.

7.4 Extension of Delivery Period and Liquidated Damages


Buyer may, on the request of the Seller or otherwise, extend the delivery date suitably subject to the following
conditions:

The original Delivery Period may be re-fixed by the Buyer without any Liquidated damages subject to Force
Majeure conditions mentioned below and also on the ground/reasons of delay attributable to the Buyer.

7.5 Liquidated Damages:


If the Seller/Service Provider fails to deliver any or all of the Goods/Services within the original/re-fixed delivery
period(s) specified under Delivery Schedule this tender, the Buyer will be entitled to deduct/recover the
Liquidated Damages for the delay, unless covered under Force Majeure conditions aforesaid, @ 0.1% of the
contract value of delayed quantity per day of delayed period as pre estimated damagesnot exceeding 10% of the
contract value of delayed quantity without any controversy/dispute of any sort whatsoever.

7.6 Force Majeure Conditions:


If at any time during the continuance of the Contract, the performance in whole or in part by either party of any
obligation under this Contract shall be prevented or delayed by the reasons of any war, hostility, acts of the
public enemy, epidemics, civil commotion, sabotage, fires, floods, explosion, quarantine restrictions, strikes,
lockouts or act of God (but not including negligence or wrongdoing, predictable/seasonal rain) provided notice
of happening of such event duly evidenced with documents is given by one party to the other within 10 days
from the date of occurrence thereof, neither party shall be by reasons of such event, be entitled to terminate
the Contract nor shall either party have any claim for damages against the other in respect of such

Page 64 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

nonperformance or the delay in performance, and deliveries under the contract shall be resumed as soon as
practicable after such event has come to an end or ceased to exist, and the decision of the Buyer as to whether
the deliveries have been so resumed or not, shall be final and conclusive, Provided further that if the
performance in whole or part of any obligation under this contract is prevented or delayed by reason of any
such event for a period exceeding 90 days, either party may at its option terminate the contract provided also
that the Buyer shall be at liberty to take over from the Seller at a price to be fixed by Buyer, which shall be final,
all unused, undamaged and accepted material, bought out components and Goods in course of manufacture in
the possession of the Seller at the time of such termination or such portion thereof as the Buyer may deem fit
excepting such materials, bought out components and Goods as the Seller may with the concurrence of the
Buyer elect to retain.

• Selected bidder shall have adequate manpower to execute the project successfully at IIM Raipur.
• Consortium/JV is not allowed in this bid.
• Bidders are to submit Unpriced BoQ along with Technical Compliance sheet in the technical Bid.
• Only bidders meeting the minimum criterion as defined above will be considered for further technical
evaluation.
• Participating eligible bidders will be required to give a technical presentation to IIM Raipur of their offered
solution during the course of technical evaluation as per the mutually agreed plan.
• The selected bidder will submit the detailed project plan within one week from the date of issuance of work
order.

8. Bid Evaluation
For the purpose of selection of the bidder, a two bid system evaluation process will be followed. The response to
the tender should be submitted in two parts viz. Technical Bid & Financial Bid. Evaluation will be done strictly on
Eligibility Criteria and Technical Specification as mentioned in this tender.

The Technical Evaluation Committee constituted by the IIM Raipur shall verify the particulars furnished by the
bidder independently and shall examine the bids to confirm that all documents pertaining to the Eligibility
Criteria and Technical Criteria have been provided and shall ascertain the completeness of each document
submitted. If any of these documents or information is missing, IIM Raipur reserves the right to call upon the
missing documents/ Clarification on the submitted documents from the Bidders or reject the bid on account of
unresponsive bid and the rejected bids will be ignored for the further evaluation purpose.

Only those bidders who fulfil the minimum eligibility criteria to participate in this bid will be considered for the
further evaluation purpose i.e., Technical Scores Evaluation.

70% of weightage will be awarded for technical evaluation and 30% weightage will be awarded for financial
evaluation.

Technical Score (Ts) will be assigned out of 100 marks as per the details given in Table below, only those bidders
who score a minimum of 60 marks as per the below mentioned table will be considered for further evaluation of
the financial bid.

Page 65 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

The details submitted by the bidder will be evaluated in the following manner.
S.No. Criterion Marks Max Marks
(100)
1 Number of Min. No. CFEI Central 20
similar projects of (Centrally / PSU /
in last seven Projects Funded State
years Educational
Institutions)
Projects of value more 1 10 7
than 10 Crores
Projects of value more 2 5 3
than 7 Crores
Projects of value more 3 3.5 2
than 5 Crores
Max Marks 20
2 Average 40 upto 45 Crore – 5 Marks 10
Annual
>45 to 50 Crores – 8 Marks
Turnover
> 50 Crores – 10 Marks

3 Understanding a. Integrated Project Management Plan covering the entire 30


of Project scope of work. (12 Marks)
requirements b. Project Plan covering areas including but not limited to (12
Marks):
i. WBS (Work breakdown structure)
ii. Activities, Timelines, Milestones and Deliverables
iii. Site survey
iv. Governance and RACI
(Responsibility assignment Matrix)
c. Risk Management Plan specially to manage project timelines
and deliverables and business continuity plan (6 Marks).

4 Technical The Technical Presentation should cover all the Project 20


Presentation Components and the Bidders approach to successfully implement
the same for Project duration

5 Technical CVs of the Technical Manpower offered to be deployed on the 20


Manpower project – Minimum 4 CVs * of resources including, Project
Manager, Engineer, Resource to be posted on site.

Engineer | L3 - Specialist - 05 years of Experience (Marks 10)

Server Engineer – Specialist – 03 years of Experience (Marks 6)

Engineer | L2 - Network & Monitoring - 02 Years of Experience

Page 66 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

(Marks 4)

* This resource cannot be changed without written consent of IIM


Raipur

8.1 Final Selection and Award of Work

The Final Standing would be evaluated based on a composite score derived out of the technical
evaluation and financial bid. The Financial Score (FS) shall be evaluated based on the financial offer
from the shortlisted bidders.

After opening of the commercial bid proposals of the shortlisted bidders, the Lowest Financial proposal
amongst all opened financial proposals shall be given a financial score (FS) of 100 marks.

The Financial Score (FS) of any other proposal will be determined using the following formula.

FS = 100 x FL/ F

Here, FL is the lowest financial proposal amongst all opened financial proposals and F is the financial
proposal of the applicant whose FS is to be computed.

For the purpose of calculation of composite score (S) for each proposal, the weightage shall be 70% for
Technical Evaluation Score (TE) and 30% for Financial Score (FS) of the respective bidders. The
Composite Score (S) shall be calculated using the following formula.

S = 0.7 × TE + 0.3 × FS

Proposals will be ranked according to their composite scores (S) and, the top scorer H1 will be eligible
for award of work. In case of a tie at the top position between two or more Finalists, the Finalist with
higher Technical Score (TS) shall be given preference.

Page 67 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

9. Delivery and Installation Conditions

At the destination site, the cartons will be opened only in the presence of IIM Raipur Officials and the vendor’s
representative. All delivery of items shall be signed with clear depiction of date on delivery note. Upon
satisfactory installation of the equipment, vendor should obtain signed installation certificate from the official
after making the stock entry at their end and specify the same in the installation certificate. Delivery notes and
Installation certificate in original shall be submitted along with the bills by the vendor for payment.

For site not ready (SNR) case, vendor is required to submit a certificate, duly signed with date and stamp by the
concerned officials. No Penalty will be levied for SNR cases; however, LD on late delivery shall be imposed.
Vendor has to start installation work within 15 days of receipt of site ready notice from user and complete as per
PO terms, failure on the same will invoke the penalty.

10. CAMC and Warranty Support for LAN Infrastructure


AMC and Warranty Support for LAN Infrastructure

S. No. Details Passive Infrastructure Active Infrastructure

1 CAMC and Warranty For a period of minimum 7 years after the For a period of minimum 3 years
Support for all completion of 1st year of normal warranty after the completion of 5th year
Infrastructure (which support from the date of acceptance. The of normal warranty support from
includes all elements support will include movement of nodes the date of acceptance.
installed in the network) within a limited distance such as within a
room.

2 Movement LAN nodes Costing of cables/laying/and other --


other than existing room infrastructure will be charged by the
vendor (System Integrator) as per actual
requirements of the site and will not be
part of the current AMC and warranty
support. The actual charges will be as per
the rates discovered through this tender.

3 Comprehensive AMC SIs are required to quote comprehensive --


Charges AMC charges (for installed passive
infrastructure) based on number of LAN
nodes in the network as per BOQ.

4 Change of SI is required to replace any failed If any equipment needs to be


Component/Equipment components as per clause 2.5 (delivery and changed then bidder can change
During AMC Period installation condition). it with equal or higher make/
model with OEM concurrence.
If any equipment needs to be changed then
bidder can change it with equal or higher
make/ model with OEM concurrence.

Page 68 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

11. Comprehensive Warranty and AMC Support Services & SLA:


a) The warranty for active components would be valid for a period of 05 years from the date of final
acceptance of the equipment by IIM Raipur or 63 months from the date of delivery to the consignee (in
case delay in installation is on part of consignee), whichever is earlier. It will be under CAMC further for
three years.
b) The warranty for passive components would be valid for a period of 01 years from the date of final
acceptance of the equipment by IIM Raipur or 15 months from the date of delivery to the consignee (in
case delay in installation is on part of consignee), whichever is earlier. It will be under CAMC further for
seven years.
c) The bidder should have a centralized helpdesk for logging of complaints. After the call is logged, the
complainant should receive a call back within 1 hour to brief the status of the call logged and the details
of the engineer to whom the call is assigned, for efficient and quick resolution of the problem.
d) There shall be a provision to log complaints/ open support cases directly with OEM on 24 x 7 basis
through Phone/Email/Web for supplied equipment. Problems in equipment which causes
downtime/degradation of services and resolution of which require development of patches, bug fixes
etc. shall be treated by OEM on urgent basis. The OEM shall provide appropriate solution on fasttrack
basis so that desired Service levels. The bidder shall furnish an undertaking from OEM in this regard.
e) The vendor shall provide full details such as postal address/telephone no., email address, contact no. of
Project Manager- Single Point of Contact (SPOC), Technical Expert and Field Engineer deputed for
warranty/AMC support. Vendor to ensure that the manpower for Support is technically competent to
expeditiously provide the support/ resolution of the issue(s) noted during Warranty & AMC period. The
vendor shall deploy adequate technically competent manpower to carry out the awarded work as per
the scope of work.
f) The bidder shall be responsible for any defects (during warranty as well as AMC) that may develop
under the conditions provided by the contract and under proper use, including arising from faulty
materials, design or workmanship such as corrosion, inadequate
quantity of material to meet equipment requirements, inadequate contact protection, in design etc.
and/or otherwise and shall rectify such defects at his own cost when called upon to do so by the IIM.
g) Bidder shall nominate an Account Manager / Senior functionary for day-to-day coordination with IIM
throughout the warranty support service period.

h) The Bidder should arrange to attend site at least once in six months by OEM/Authorized experts for
preventive maintenance/Health checks/updates of equipment.

i) The bidder shall provide Upgrades and Updates for all network & security equipment, software and
hardware as and when released by OEMs and shall be made available free of cost. Software
updates/upgrades shall also be done keeping in view advancement in technology, shortcomings of the
system, security vulnerabilities, or changes required for improving functional efficiency and security
level of the system. The bidder shall ensure complete rollback to original status in case of problem and
shall take necessary system backups before the activity.

j) All the patches installation and upgrades of network equipment are to be carried out by the bidder as
per the recommendations and releases done by the OEM.

Page 69 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

k) Bidder shall ensure all latest updates/patches should be installed after replacement / reinstallation /
maintenance activity of any device.
l) All the equipment shall have on-site warranty and CAMC support i.e. the repair / replacement of faulty
units during the warranty and AMC period has to be ensured at IIM Raipur campus after the complaint is
lodged at the nearest customer support office.

11.1 Service Level Agreement(SLA)


The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define the levels of
service which shall be provided by the Selected Bidder to IIM Raipur for the duration of this Agreement. The
selected Bidder shall regularly review the performance of the services being provided by the Selected Bidder
and the effectiveness of this SLA.

11.2 Category of SLAs


This document provides for minimum level of services required as per contractual obligations based on
performance indicators and measurements thereof. The Bidder shall ensure provisioning of all required services
while monitoring the performance of the same to effectively comply with the performance levels. The services
provided by the Bidder shall be reviewed by IIM Raipur as the following:
a. Adherence to delivery schedule.
b. Regularly check performance of the Bidder against this SLA.
c. Obtain suggestions for changes to improving the service levels.
d. Types of Incidents and requests
e. Time to resolve and number of unclosed tickets.

11.3 Penalty for breach of SLA


S. No. Activity Rate

1 Failure in Any unjustified and unacceptable delay in delivery schedule will render the vendor liable
maintaining the for penalty at the rate of 0.1% (Zero-point one percent) per day to maximum 10% of the
delivery schedule purchase order value whichever is lower after which the purchase order may be
cancelled. Also, user holds the option to complete the delivery through alternate sources
with extra cost of completion to be borne by the defaulting vendor.
2 Failure in 0.1% (Zero-point one percent) per day to maximum 10% of the purchase order value
maintaining the whichever is lower, thereafter IIM Raipur holds the option to complete the installation
installation work through alternate sources with the extra cost of completion to be borne by the
defaulting vendor.
schedule

3 Maintenance Under warranty and AMC support, penalty per day per equipment at the rate of 0.05%
during warranty (Zero-point zero five percent) of the purchase value of the equipment if not repaired
and AMC period within 12/24/48 hours based on the call severity (defined in SLA Section). Maximum
penalty will be limited to 10% (ten percent) of the purchase order value of the
equipment. If system remains down beyond 30 days, IIM Raipur will have option to get it
rectified through alternate source. The cost of repair on such default shall be recovered
from the vendor outstanding payment or PBG.

Page 70 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

4 Replacement of Any system, failing at subsystem level at least three times in three months, displaying
the faulty system chronic system design or manufacturing defects or Quality Control problem will be totally
replaced by the Vendor at his cost and risk within 30 days, from the date of last failure. If
supplier fails to replace the system within 30 days, penalty will be charged at the rate of
0.1% (Zero-point two percent) of system purchase value per day per system up to a
maximum value of 10% (Ten percent) of the purchase order
The penalty mentioned above will be deducted either from the quarterly payment or from the performance guarantee.

Operation and Maintenance Support goes through the following phases:

a) Support Call Logging


b) Support Call Resolution
c) Support Call Closure

11.4 Escalation and Notifications:


The SI ensures that all the stakeholders are notified in a timely manner on the status of event/ticket. SI
Service Desk system notifies users during following events:
1. Logging of ticket.
2. Status change of ticket.
3. Support engineers’-initiated notifications.
In order to ensure issues are resolved within SLA, Successful SI will have to use defined escalation
mechanisms. Below is the standard Functional Escalation process followed for different severity calls. Severity
of calls will be defined by user based on the business impact on the system or equipment type.
Severity of call Type of call Resolution time
Severity-1: Critical Incident 12 Hours
Severity-2: Major Incident 24 Hours
Severity-3: Minor Incident 48 Hours
11.5 SLA Review Process
1. Either IIM Raipur or the selected Bidder may raise an issue, by documenting the business or technical
problem, which presents a reasonably objective summary of both points of view and identifies specific
points of disagreement with possible solutions.
2. A meeting or conference call will be conducted to resolve the issue in a timely manner. The documented
issues will be distributed to the participants at least 24 hours prior to the discussion if the issue is not an
emergency requiring immediate attention.
3. IIM Raipur and the selected Bidder shall develop an interim solution, if required, and subsequently
permanent solution for the problem at hand. The selected Bidder will then communicate the resolution
to all interested parties.
4. Penalties shall not be levied on the successful bidder in case of is a Force Majeure event affecting the
SLA which is beyond the control of the successful bidder.

Page 71 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

12. Acceptance Criteria for the Proposed Solution:

1. Coverage and Capacity Planning

1.1 On-site site survey by the bidder is required to plan LAN and Wi-Fi deployment in each
floor of each building.
1.2. The bidder should provide the location of LAN and Access Points on the floor plan for all
buildings.
2. Physical Installation:
2.1. Inspect installation of network racks, OFC laying, UTP cables, and network switches.
2.2. Configuration check on controller including the policies.
2.3. Test the physical mounting of each access point.
2.4. Test each access point connectivity to the wireless controller.
3. Wired Network Test
3.1. Perform OTDR tests for all OFC links and submit reports.
3.2. Perform end-to-end connectivity test of all UTP links and submit reports.
3.3. Check reachability and latency test on all network switches and submit reports.
4. Wi-Fi Controller Configuration Test:
4.1. Check authorized Wi-Fi set up for each subnet, VLAN, and location, as the case may be.
4.2. Check both authorized user and guest user policies.
4.3. Test each access point if it has the right authorized and guest policy.
4.4. Check Wi-Fi prevention policy for each subnet, VLAN, and location.
4.5. Check the configured alerts and alert delivery methods.
4.6. Check the administrative users and their access rights.
4.7. Check the configured reports (content, delivery frequency, recipient list).
4.8. Check the automatic backup and archival parameters.
4.9. Check archival of logs.
5. Commissioning Test:
5.1. Test for all access points connectivity to the wireless controller.
5.2. Test and verify authorized access points inventory and authorized client inventory.
5.3. Verify external access points list and verify uncategorized / unauthorized client list.
5.4. Verify if all authorized wireless devices are tagged to right location.
5.5. Test for authorized client connection to authorized access point and respective SSID as
per the set authentication policy.
5.6. Test for guest client connection to authorized access points and respective SSID as per
the set authentication policy.
5.7. Test if the access points are operational after shutting down the controller.
5.8. Test if automatic rogue access points prevention is working on all types of rogue APs.
5.9. Test if unauthorized client association to authorized access point is automatically
prevented.
5.10. Test if automatic client Mis-association prevention is working.
5.11. Test if ad-hoc networks are detected and automatically prevented.

Page 72 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

5.12. Test if MAC-spoofing is detected.


5.13 Test is Denial of Service (DoS) attack is detected.
5.14 Testing of deployment of policies, firmware updating remotely through the controller.
5.15 Testing WIPS functionality across the subnet.
5.16 The entire testing exercise should complete in stipulated time.
Documentation and Reports:
6.1. Documentation of the entire project along with testing reports must be submitted to IIM
Raipur.
6.2. Documentation must include complete network diagram, which clearly depicts switch
management IP Address, switch location, AP location, and switch port to each AP etc.
6.3. Documentation must include complete configuration in a step-by-step manner.
Intellectual Property Rights
All intellectual property rights for the work performed under this Tender as far as data is concerned
shall lie with IIM Raipur. This clause is applicable to all data in any form or format designed and
developed for IIM Raipur under this Tender by the vendor. The vendor shall not use such data for any
other purpose during and after the term of contract.
Payment Terms
i) 80% of the Product cost will be released at the time of delivery of equipment’s after inspection,
Installation and acceptance of the material at IIM Raipur campus and certification of receipt by stores
in charge at IIM Raipur.
ii) 10% of the product cost & 50% of the installation cost will be released on completion of installation
and testing of the devices.
iii) Balance 10% of the product cost & 50% of the installation cost will be released 03 months after the
successful commissioning of complete network (active and passive), including submission of FAT
Reports.
iv) Warranty, AMC support and Manpower (based on MPR) bill payment will be released quarterly on
prorate basis after deducting penalties due to SLA breach, if any.
v) Payment will be released subject to deduction of TDS as per rules/laws prevalent at that time.

Performance Security / Performance Bank Guarantee (PBG):


The successful bidder must submit Performance Security / Performance Bank Guarantee (PBG) within
two weeks of the issue date of the order. The PBG will be 5% of the total order value. The performance
security must be valid for eight years and three months from the date of acceptance of successful
installation by IIM Raipur. Performance security may be furnished in the form of Bank Guarantee issued
by a scheduled commercial bank in India (preferably nationalized bank) in favor of “IIM RAIPUR” or
payment through RTGS / NEFT in the following bank details:
Account Name: - IIM RAIPUR
Account No.-1292104000001052
Bank Name: - IDBI Bank
Branch: - IIM Raipur
IFSC Code:-IBKL0001292
No interest will be payable by IIM Raipur on the Performance Security deposited. The Earnest Money
Deposit (EMD) of the successful bidder shall be returned on receipt of Performance Security
(Performance Bank Guarantee / PBG).

Page 73 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

13. Delivery Schedule

The project is to be completed within the overall proposed timelines of twenty (20) weeks. The activity wise
timeline is as mentioned below:

Baseline Timeline (in Week) T= Date of


S. No. Measurement
issue of Purchase Order(PO)
Start of shipment of Material
1. Supply of CAT-6a & fiber cables, cable laying & T+6 weeks
Termination, passive components
Delivery of Hardware/Equipment’s
2. T+12 weeks
Active Components: Switches. WLC, APs
Installation, Configuration, Commissioning of all
3. networking Hardware/ equipment’s and Final T+20 weeks
acceptance test (FAT)
5. Warranty and AMC support Eight (8) Years from the date of FAT

Page 74 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

14. CHECKLIST FOR BIDDERS TO BE SUBMITTED IN DULY FILLED AND SIGNED


Bid Page No. of
Document Submitted
Sl. Name of the Document the attached
Particulars (Yes/No)
No. Document
1. PAN Card
2. Incorporation/Registration certificate of
company
3. GST Registration copy
4. Company Registered Address and Contact Details
5. Tender acceptance letter
6. Non-Blacklisting undertaking
7. Experience Criteria (As per Annexure VII): The
Bidder or its OEM {themselves or through
reseller(s)} should have regularly, manufactured
and supplied same or similar Category Products
to any centrally funded educational institutions /
Central or State Govt. Organization / Large Public
Enterprise Companies for 7 years before the bid
opening date. Copies of relevant contracts to be
submitted along with bid in support of having
supplied some quantity during each of the year.
OEM offered must be present in India for at-least
15 years or more.
8. Bidder Turn Over Criteria (As per Annexure VI):
The minimum average annual financial turnover
of the bidder during the last three years, ending
on 31st March of the previous financial year,
should be 40 Crores as indicated in the bid
document. Documentary evidence in the form of
certified Audited Balance Sheets of relevant
periods or a certificate from the Chartered
Accountant / Cost Accountant indicating the
turnover details for the relevant period shall be
uploaded with the bid.
9. Compliance of OEM Criteria for Active
Component
10. Compliance of OEM Criteria Pre-Qualification for
Passive Component
11. The overall solution submitted by the bidder

Page 75 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

should be a Class-I/ Class-II in line with the Public


Procurement (Preference to Make in India) Order
2017 No. P-45021/2/2017-PP (BE-II) dated 04 Jun
2020. A Self-Declaration Certificate regarding
“Class-I/ Class-II/ Non-local suppliers” for all the
items along with %age of MII content to be
submitted. %age of MII content should be
supported by the declaration of OEM on his
letter head.
12. The bidder should be either OEM or OEM
authorized business partner / Channel partner /
system integrator of reputed brand having
authorization for sales and after sales support.
Bid Specific MAF (Manufacturer Authorization
Form) is required to participate in this tender.
13. Any bidder from a country which shares a land
border with India will be eligible to bid in this
tender only if the bidder registered with the
competent authority. The concerned bidder(s)
are required to attach the relevant valid
Registration Certificate along with the bid for
consideration.
14. Purchase Preference: (if applicable)
Micro and Small Enterprises (MSEs):
15. Purchase Preference: Make in India
16. Payment Terms:
i) 80% of the Product cost will be released at the
time of delivery of equipment’s after inspection,
Installation and acceptance of the material at IIM
Raipur campus and certification of receipt by
stores in charge at IIM Raipur.
ii) 10% of the product cost & 50% of the
installation cost will be released on completion
of installation and testing of the devices.
iii) Balance 10% of the product cost & 50% of the
installation cost will be released 03 months after
the successful commissioning of complete
network (active and passive), including
submission of FAT Reports.
iv) Warranty, AMC support and Manpower
(based on MPR) bill payment will be released
quarterly on prorate basis after deducting
penalties due to SLA breach, if any.

Page 76 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

v) Payment will be released subject to deduction


of TDS as per rules/laws prevalent at that time.
17. Bid validity: 120 days from the date of opening of
the tender.
18. Integrity pact to be submitted by bidder
19. Unpriced BoQ and Technical Compliance sheet
20. Specification Technical Compliance Statement
Note:

The tender will lead to rejection/disqualification if submitted:


1) Submission of tender without the above-mentioned documents
2) It is mandatary for the bidder to assign page numbers to the tender documents and the same must be
mentioned in the above checklist.
3) With incomplete information, subjective, conditional offers and partial offers submitted.
4) Have non-compliance of any of the clauses stipulated in the Tender.
5) With lesser validity period

Signature of the bidder with stamp

Page 77 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

15. Annexures

Page 78 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Annexure-I
Particulars of the Bidder

S. No. Information Required Details to be Furnished


1. Name, address and URL of the bidding Company
Incorporation status of the firm (public limited / private
2.
limited, etc.)
3. Year of Establishment
4. Date of Registration
5. Details of company registration
6. GST Certificate
7. Average Turnover for the last 3 financial years
Name, Address, e-mail ID, Phone nos. and Mobile
8.
Number of Contact Person

Page 79 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Annexure-II

Compliance Declaration Sheet

We hereby confirm that we are complying with the technical specifications and Scope of Work as specified
in the tender document without any deviation and the offer is submitted in accordance with the
technical requirements. All relevant documents in support of our claims are enclosed at the following
pages:

Signature of Bidder:

Name of Bidder:

Designation:

Organization Name:

Contact No.:

Email:

Mobile:

Page 80 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Annexure-III
DECLARATION SHEET

(On Organization Letter Head)

We ……………………………………………………………hereby certify that all the information and data furnished by


our organization with regard to this tender specification are true and complete to the best of our
knowledge. I have gone through the specifications, conditions and stipulations in detail and agree to
comply with the requirements and intent of specification.

We further certify that our organization meets all the conditions of eligibility criteria laid down in this
tender document. Moreover, we will support the project on a regular basis with technology /
product updates and extend support for the warranty.

We further specifically certify that our organization has not been NAME & ADDRESS of the
Blacklisted/ De Listed or put to any Holiday by any Institutional VENDOR/ MANUFACTURER
Agency/ Govt. Department/ Public Sector Undertaking in the last
three years
Phone
E-mail
Contact Person Name
Contact Number
TIN Number
PAN Number
In case of on-line payment of EMD)
UTR No. (For EMD)
Kindly provide bank details of the Bidder in the following format:
a) Name of the Bank
b) Account Number
c) Kindly attach scanned copy of one Cheque book page
to enable us to return the EMD to unsuccessful Bidder

(Signature of the Bidder)

Name:

Seal of the Company

Page 81 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Annexure-IV
Letter of Undertaking

(ON THE LETTER HEAD OF THE BIDDER)

To,
The Director
Indian Institute of Management (IIM) Raipur
Atal Nagar P. O. - Kurru, Abhanpur,
Chhattisgarh 493661

Sir/Madam,
SUBJECT: Selection of System Integrator for Supply, Installation, Testing & Commissioning of LAN
Upgradation including network switches, passive cabling & Wi - Fi setup at IIM Raipur campus

This bears reference to IIM Raipur Bid No. ………. Dated ……. We hereby accept all the terms and conditions for
submitting bid as mentioned in this Bid Document.
We hereby certify that no terms and conditions have been stipulated by us in the Financial Bid.
We warrant that the services do not violate or infringe upon any patent, copyright, trade secret or other
property right of any other person or other entity. We agree that we shall not prevent IIM Raipur from any
claim or demand, action or proceeding, directly or indirectly resulting from or arising out of any breach or
alleged breach of any of the terms & conditions of bid document and contract.
The above document is executed on ……. at (place) and we accept that if anything out of the information
provided by us is found wrong, our bid/ work order shall be liable for rejection.

Thanking you,
Yours faithfully,

Signature of Bidder:

Name of the Bidder

Designation:

Seal of the Organization

Date:

Page 82 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Place:

Annexure V
SELF-DECLARATION – NON-BLACKLISTING

To,
The Director

Indian Institute of Management (IIM) Raipur

Atal Nagar P. O. - Kurru, Abhanpur,

Chhattisgarh 493661

Sir/Madam,
In response to the Tender …………………….. dated ………………………. for Selection of System Integrator for
Supplying, Installation, Testing & Commissioning of LAN Upgradation including network switches , passive
cabling & Wi - Fi setup at I IM Raipur campus, Chhattisgarh.

I/We hereby declare that presently our Company/Service provider M/s


……………………………………………………
is having unblemished record and is not blacklisted for corrupt or fraudulent practices or non- performance
either indefinitely or for a particular period of time by any State/ Central Government/PSU/Autonomous Body
on the date of bid submission.
If this declaration is found to be incorrect then without prejudice to any other action that may be taken, my/
our EMD may be forfeited in full and the tender if any, to the extent accepted be cancelled.

Thanking you
Yours faithfully

Signature of Bidder:

Name of the Bidder:

Designation:

Seal of the Organization:


Date:
Place:

Page 83 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Annexure VI

Annual Average Turnover

S. No. Financial Year Turnover Net worth Working


Capital
1. 2020-21
2. 2021-22
3. 2022-23
TOTAL
AVERAGE

Note: Certificate from Statutory Auditors / Chartered Accountant certifying above information for
all three years to be enclosed.

Signature with Seal of the Chartered Accountant

Signature with Seal of the Bidder

Page 84 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Annexure-VII
Experience
(only those works should be reported which are *similar in nature of works and were completed)

SN Name Owner or Cost of *Similar Project Date of Stipulated Actual date Name and
of sponsoring in crores of rupees commen- date of of address /
work/ organization (Incl. GST) cement as completion completion telephone No.
project per Work of Work of Work of officer to
and whom
location reference may
be made

1
2

(add as many rows as needed)
(Supporting document to be attached)

Signature of the bidder with seal and stamp

*‘Similar Projects’ is defined as, Supply, installation and maintenance of IT hardware & System Networking
like network switches, wireless solution, LAN cabling, servers, network security devices.

Page 85 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Annexure-VIII

PROFORMA FOR DECLARATION ON PROCEEDINGS UNDER INSOLVENCY AND


BANKRUPTCY CODE, 2016

Tender No. : ...................................................................

Name of Work: ...............................................................

Bidder’s Name: ...............................................................

I/ We, M/s. declare that: -

a. I /We am / are not undergoing insolvency resolution Process or liquidation or bankruptcy proceeding as on
date.

b. I /We am / are undergoing insolvency resolution process or liquidation or bankruptcy proceeding as


on date as per Details mentioned below. (Attached detail with technical bid)

Note: Strike out one of the above which is not applicable.


It is understood that if this declaration is found to be false, IIM Raipur shall have the right to reject my / our
bid, and forfeit the EMD, if the bid has resulted in a contract, the contract will be liable for termination
without prejudice to any other rights or remedies (including holiday listing) available to IIM Raipur.

Place:

Date:

Signature of
Bidder:
Name of Signatory:

Page 86 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Annexure-IX
PROFORMA PRE CONTRACT INTEGRITY PACT

GENERAL

This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on day of
the month of …………. 2024, between, on one hand, acting through Shri/Smt. _ , Designation, IIM Raipur
(hereinafter called the “BUYER”/ “IIM Raipur” interchangeably, which expression shall mean and include,
unless the context otherwise requires, his successors in office and assigns) of the First Part

AND

M/s _______________________represented by ________________ , Authorized Signatory


(hereinafter called the “Bidder/Seller” which expression shall mean and include, unless the context otherwise
requires, his successors and permitted assigns) of the Second Part.

WHEREAS the IIM Raipur proposes to procure services towards “Selection of System Integrator for Supplying,
Installation, Testing & Commissioning of Campus Wide LAN upgradation (Both active & passive Equipment at
IIM Raipur campus, Chhattisgarh”).

Bidder/Seller is willing to offer the said services and related items as referred to in the Bid document no.
………………….. Dated ......................................... 2024.

WHEREAS the Bidder is a private company /public company / Government undertaking / Partnership

/ Registered expert agency, constituted in accordance with the relevant law in the matter and the IIM Raipur is
a higher education institution of national importance under Ministry of Education performing its functions.

NOW, THEREFORE,

To avoid all forms of corruption by following a system that is fair, transparent and free from any influence /
prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a
view to:

Enabling the IIM Raipur to obtain the desired services as referred to in the Bid Document No.
………………………………. dated ………2024 at a competitive price in conformity with the defined
specifications by avoiding the high cost and the distortionary impact of corruption on public
procurement and Enabling Bidders to abstain from bribing or indulging in any corrupt practice in order to
secure the contract by providing assurance to them that their competitors will also abstain from bribing and
other corrupt practices and the IIM Raipur will commit to prevent corruption, in any form, by its officials by
following transparent procedures.

Page 87 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

The parties hereby agree to enter into this Integrity Pact and agree as follows:

Commitments of the IIM Raipur

• The buyer undertakes that no official of the IIM Raipur, connected directly or indirectly with the contract,
will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration,
gift, reward, favor or any material or immaterial benefit or any other advantage from the Bidder, either
for themselves or for any person, organization or third party related to the contract in exchange for an
advantage in the bidding process, bid evaluation, contracting or implementation process related to the
contract.
• The BUYER will, during the pre-contract stage, treat all Bidders alike, and will provide to all Bidders the
same information and will not provide any such information to any particular Bidder which could
afford an advantage to that particular Bidder in comparison to other Bidders.
• All the officials of the IIM Raipur will report to the appropriate Government office any attempted or
completed breaches of the above commitments as well as any substantial suspicion of such a breach.
• In case any such preceding misconduct on the part of such official(s) is reported by the Bidder to the IIM
Raipur with full and verifiable facts and the same is prima facie found to be correct by the IIM Raipur,
necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings
shall be initiated by the IIM Raipur and such a person shall be debarred from further dealings related to
the contract process. In such a case while an enquiry is being conducted by the IIM Raipur the proceedings
under the contract would not be stalled.

Commitments of Bidders

• The Bidder commits itself to take all measures necessary to prevent corrupt practices, unfair means and
illegal activities during any stage of its bid or during any pre-contract or post contract stage in order to
secure the contract or in furtherance to secure it and in particular commit itself to the following:
• The Bidder will not offer, directly or through intermediaries, any bribe, gift, consideration, reward,
favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or
inducement to any official of the IIM Raipur, connected directly or indirectly with the bidding process, or
to any person, organization or third party related to the contract in exchange for any advantage in the
bidding, evaluation, contracting and implementation of the contract.
• The Bidder further undertakes that it has not given, offered or promised to give, directly or indirectly
any bribe, gift, consideration, reward, favor, any material or immaterial benefit or other advantage,
commission, fees, brokerage or inducement to any official of the IIM Raipur or otherwise in procuring
the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the
contract or any other contract with the Government for showing or forbearing to show favor or disfavor
to any person in relation to the contract or any other contract with the Government.
• Bidders shall disclose the name and address of agents and representatives and Indian Bidders shall
disclose their foreign principals or associates.

Page 88 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

• Bidders shall disclose the payments to be made by them to agents/brokers or any other intermediary, in
connection with this bid/contract.
• The Bidder further confirms and declares to the IIM Raipur that the Bidder is the original
manufacturer/integrator/authorized government sponsored export entity and has not engaged any
individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to
recommend to the IIM Raipur or any of its functionaries, whether officially or unofficially to the award
to the contract to the Bidder, nor has any amount been paid, promised or intended to be paid to any
such individual, firm or company in respect of any such intercession, facilitation or recommendation, as
the case shall be for satisfactory performance of the proposed terms of Bidder.
• The Bidder will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting and
implementation of the contract.
• The Bidder will not accept any advantage in exchange for any corrupt practice, unfair means and illegal
activities.
• The Bidder shall not use improperly, for purposes of competition or personal gain, or pass on to others,
any information provided by the IIM Raipur as part of the business relationship, regarding plans,
technical proposals and business details, including information contained in any electronic data carrier.
The Bidder also undertakes to exercise due and adequate care lest any such information is divulged.
• The Bidder commits to refrain from giving any complaint directly or through any other manner without
supporting it with full and verifiable facts.
• The Bidder shall not instigate or cause to instigate any third person to commit any of the actions
mentioned above.
• If the Bidder or any employee of the Bidder or any person acting on behalf of the Bidder, either directly
or indirectly, is a relative of any of the officers of the IIM Raipur, or alternatively, if any relative of an
officer of the IIM Raipur has financial interest / stake in the Bidder’s firm, the same shall be disclosed by
the Bidder at the time of filing of Bid.
• The Bidder shall not lend to or borrow any money from or enter into any monetary dealings or
transactions, directly or indirectly, with any employee of IIM Raipur.

PREVIOUS TRANGRESSION

The Bidder declares that no previous transgression occurred in the last three years immediately before signing
of this integrity pact, with any other company in any country in respect of any corrupt practices envisaged
hereunder or with any Public Sector Enterprise in India or any Government Department in India that could justify
Bidder’s exclusion from the bid process.

The Bidder agrees that if it makes incorrect statement on this subject. Bidder can be disqualified from
the Bid process or the contract, if already awarded, can be terminated for such reason.

Page 89 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

EARNEST MONEY DEPOSIT

No interest shall be payable by IIM Raipur to the Bidder on Earnest Money Deposit for the period of its currency.

SANCTIONS FOR VIOLATIONS

i. Any breach of the aforesaid provisions by the Bidder or anyone employed by it or acting on its behalf
(whether with or without the knowledge of the Bidder) shall entitle the IIM Raipur to take all or any one of
the following actions, wherever required:
ii. To immediately call off the pre-contract negotiations without assigning any reason or giving any
compensation to the Bidder. However, the proceedings with the other Bidder(s) would continue.
iii. The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit /Performance Bond (Bank
Guarantee) (after the contract is signed) shall stand forfeited either fully or partially, as decided by the
IIM Raipur and the BUYER shall not be required to assign any reason, therefore.
iv. To immediately, cancel the contract, if already signed, without giving any compensation to the Bidder.
v. To encash the advance bank guarantee, if furnished by the Bidder, in order to recover the payments already
made by IIM Raipur, along with interest.
vi. To cancel all or any other Contracts with the Bidder. The Bidder shall be liable to pay compensation for any
loss or damage to IIM Raipur resulting from such cancellation/rescission and IIM Raipur shall be entitled to
deduct the amount so payable from the money(s) due to the Bidder.
vii. To debar the Bidder from participating in future bidding processes of the Government of India for a minimum
period of five years, which shall be further extended at the discretion of the IIM Raipur.
viii. Forfeiture by way of encashment of Performance bank guarantee in case of a decision by the IIM Raipur to
forfeit the same without assigning any reason for imposing sanction for violation of this Pact.
ix. The decision of the IIM Raipur to the effect that a breach of the provisions of this Pact has been committed by
the Bidder shall be final and conclusive on the Bidder. However, an Independent Monitor(s) shall be
appointed by IIM Raipur, in case of breach of the provisions of the pact.

OTHER LEGAL ACTIONS

The actions stipulated in this Integrity Pact are without prejudice to any other legal action that shall follow in
accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

VALIDITY

The validity of this Integrity Pact shall be governed by the terms of the Bid No………….… towards
complete execution of the contract to the satisfaction of both the IIM Raipur and the Bidder/Seller, including
warranty period, whichever is later. In case the Bidder is unsuccessful, this Integrity Pact shall expire after six
months from the date of the signing of the contract awarding the Bidder with successful Bidder.

Page 90 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Shall one or several provisions of this Pact turn out to be invalid; the remainder of this Pact shall remain valid. In
this case, the parties will strive to come to an agreement to their original intentions.

The parties hereby sign this Integrity Pact at ______________on ________________.

IIM Raipur BIDDER

Name of the Officer: Authorized Signatory

Designation: DIRECTOR Designation:

Witness: Witness:

1. ____________ 1. __________

2. ____________ 2. __________

Page 91 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Annexure X
Original Equipment Manufacturer (OEM) Authorization Form (General Proforma)

No. dated

To,

Sir/Madam,

Bid No.
We who are established and reputed manufacturer of
(name and description of goods
offered) having factories at (address of factory) with factory registration no.
------------------------------------------ do hereby authorize M/s (Name and address of Bidder)
to submit a bid, and sign the contract with you for the goods manufactured by us against the above bid.
We hereby extend our full warranty as per the required conditions of Contracts, for the goods and services
offered for supply by the above firm against this Invitation for Bid. We further certify that we shall support
vendor with all related spares and maintenance during the entire contract period including the period of
warranty as per tender and we also declare that the product proposed in this contract will not be end of life
till the contract period.
We undertake that we will support IIM Raipur directly or via another partner, if the bidder fails to fulfil their
contractual obligations with respect to support during warranty or AMC period.
We also certify that the proposed products meet the technical & functional requirements & also products
quoted are of the latest version.
Yours faithfully,

(Name):

(Name of manufacturers):

Note: This letter of authority should be on the letterhead of the manufacturer or OEM and should be signed by a
person competent and having the power of attorney to legally bind the manufacturer.

Page 92 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Annexure XI
Pre-Bid Query Format

Pre-bid queries should be submitted in .XLS format.

RFP Description

RFP No.
Organization
Address
Contact Person
Contact No.
Mail Id
S.no. Chapter No. Page No. Clause as per RFP Clarification Sought

Page 93 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Annexure XII

INSTALLATION CERTIFICATE

The following goods/equipment, supplied by the Supplier at IIM Raipur have been successfully installed
and commissioned by the Supplier.

Sl. Description of Serial No of Device


No. Equipment (Wherever possible) Make Model Quantity

Remarks:

Signature of Supplier or its representative: Signature of IIM Raipur representative

Name: Name:
Designation: Designation:
Date: Date
Rubber Seal: Rubber Seal of the institution

Verified by NICSI (PMC)

Signature:

Name:

Designation:

Date:

Page 94 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Annexure XIII
Land Border Sharing Declaration

(To be submitted in the Bidder’s Letter head)

I have read the clause regarding restrictions on procurement from a Bidder of a country which shares a
land border with India and on sub-contracting to contractors from such countries.

I certify that this Bidder is not from such a country or, if from such a country, has been registered with
the Competent Authority and will not sub-contract any work to a contractor from such countries unless
such contractor is registered with the Competent Authority.
I hereby certify that this Bidder fulfils all requirements in this regard and is eligible to be considered.
[Where applicable, evidence of valid registration by the Competent Authority shall be attached.]”.

For and behalf of (Name of the Bidder)

(Signature, date & seal of authorized representative of the Bidder)

Page 95 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Annexure-XIV
Format of CV of key personnel proposed to be engaged in the project

(Please attach one sheet per key person)


1. Name:
2. Date of Birth and Age:
3. Position currently being held:
4. Role envisaged for the project:
5. Field specialization:
a. Key projects:
b. Role and actions performed (in each of the key projects):
6. Educational Qualifications*:
Name of the Year of University/Board Marks or Grade
degree graduation Point (Overall)

Postgraduate
Degree
Undergraduate
Degree
Diploma

Any Other (Pl


specify)
* A self-attested copy of each person’s degree/Diploma certificate is to be provided by the bidder.

7. Professional Experience in years:


8. Remarks:

(Authorized Signatory)

Page 96 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Annexure XV

FINANCIAL BID SUBMISSION FORM

To, Dated:____/____/2024

The Director
Indian Institute of Management (IIM) Raipur
Atal Nagar P. O. - Kurru, Abhanpur,
Chhattisgarh 493661

Dear Sir,

We, the undersigned, offer to provide “Selection of System Integrator for Supplying, Installation,
Testing & Commissioning of LAN Upgradation including network switches, passive cabling & Wi -
Fi setup at IIM Raipur campus, Chhattisgarh”.

In accordance with your request for proposal dated ___/___/2023 and certify that no terms and
conditions have been stipulated by us in the Financial Bid.

Our attached Financial Bid is for the amount of [Indicate the corresponding to the amount(s),
currency (ies) {Insert amount(s) in words and figures}].

Please note that all amounts shall be the same as in the schedule of Rates. Our Financial Bid shall
be binding upon by us subject to the modifications resulting from Contract negotiations, if any, up
to expiration of the validity period of the Proposal.

Yours Sincerely,

Authorized Signature {In full and initials}:


Name and Title of Signatory:
In the capacity of:
Address:
E-mail:

Page 97 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

FINANCIAL BID

Instructions to Bidders

1. Financial Bid shall be submitted with full price details.


Financial Bid shall contain only the prices duly filled in as per the format given in the Schedule of
Rates provided in the tender document. Price bid should not have any Commercial and/or
technicalstipulation.

2. Financial Bid Standard form shall be used for the preparation of the price quote according to the
instructions provided.

3. The prices quoted by the Bidder shall be fixed for the duration of the contract and shall not be
subject to adjustment on any account.

4. The changes displayed in the corrigendum/addendum to the bid documents, particularly with the
financial bid should be attached with the Financial Bid Submission Form, in the same packet, duly
signed and stamped by the authorized signatory of the Bidder firm.

5. The financial bid should be filled in all respect and uploaded in “.PDF” format (only) duly signed
and sealed by the authorized representative. In case the financial bid documents are not complete
in all respects the same shall be treated as incomplete at financial bid opening stage and shall be
considered non-responsive.

7. As per section 9, extract is reproduced below:

“….THE ABOVE BOQ IS INDICATIVE ONLY. ALL BIDDERS SHOULD CONDUCT A DETAILED SITE SURVEY OF THE CAMPUS AND
UNDERSTAND THE REQUIREMENTS COMPLETELY BEFORE SUBMITTING THE TENDER . ANY ADDITIONAL REQUIREMENTS AT SITE
TO ENSURE DELIVERY OF THE REQUIRED CAPABILITIES DEFINED ABOVE NEED TO BE CONSIDERED AND BIDDER SHOULD QUOTE
ACCORDINGLY. …”

Bidders are to provide Total Offered Solution Cost (TOSC) calculated based on their own rates as per Table
A, Table B , Table C and Table D.

Page 98 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

Table A- SCHEDULE OF RATES - Product Cost


Make Unit Total Total
Tentative GST GST
S.No. Description & UoM Price Price Price
Quantity ( %) (INR)
Model (INR) (INR) (INR)
1 2 3 4 5 6 7=(5*6) 8(a) 8(b) 9 = (7+8b)

Wi-Fi 6 Access Points 4x4 on


1 Nos. 275
2.4 & 5 GHz – Type I

Wi-Fi 6 Access Points 4x4 on


2 Nos. 140
2.4 & 5 GHz – Type II

WiFi6 Access Points 4x4 on


3 2.4GHz and 8x8 on 5GHz – Nos. 1
Type III

Wireless LAN Controller


4 Nos. 2
(WLC) in HA

Core Switch 48-port in


Stacking with redundant
5 power supply Including Nos. 2
100GBASE-LR4 QSFP+
transceiver module for SMF

12 ports Layer-2 full PoE+


6 with 2x 10G SFP+ fixed Nos. 8
uplinks

12 ports Layer-2 Non Poe (12-


7 Nos. 17
port 1G, 2x10G SFP+)

24 port Layer-2 PoE+ Access


Switch with 24 X
8 Nos. 28
10/100/1000 Mbps PoE+
ports & 4 X 1/10G SFP+ ports

24 ports Layer 2 Non PoE (


9 24-port 1G, 4x 1/10G fixed Nos. 20
uplinks)

48 ports Layer 2 Non PoE (


10 24-port 1G, 4x 1/10G fixed Nos. 5
uplinks)

Page 99 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur

48 ports Layer 2 PoE+ ( 48-


11 port 1G, 4x 1/10G fixed Nos. 8
uplinks

24 Port Layer 2 Multigigabit


12 Switch (8 port mGig ports up Nos. 9
to 10G, 16 ports up to 1G)

24 port mGig UPOE+ Switch,


13 24x 10G Multigigabit Nos. 2
(10G/5G/2.5G/1G/100M)

48 port 5Gbps Multigigabit


14 UPOE Switch Nos. 5
(5G/2.5G/1G/100M)

Small form-factor pluggable


15 Nos. 200
transceiver - SM (SFP+)

16 NMS with hardware Nos. 1

Hardware with latest


Windows Server edition for
17 Lot 1
Domain Controller, DHCP,
hypervisor etc.

CAT6A UTP Cable Indoor


18 Box 353
(Box of 305 Meters)

CAT 6A UTP 12 Port Patch


19 Nos. 27
Panel Loaded

CAT 6A UTP 24 Port Patch


20 Nos. 94
Panel Loaded

CAT 6A UTP I/O with Face


21 Nos. 1955
Plate & SMB

CAT6A UTP Patch Cord-2


22 Nos. 1955
Meter
CAT6A UTP Patch Cord-1
23 Nos. 1955
Meter

24-Core Fibre Optic Outdoor


24 Mtrs. 14000
Armoured cable

Page 100 of 111


RFP for up-gradation of Campus Wide Network at IIM, Raipur

06-Core Fibre Optic Outdoor


25 Mtrs. 500
Armoured cable

06-Core Fibre Optic Indoor


26 Mtrs. 3000
Armoured cable

12 port LIU,1U Rack mount


27 Nos. 69
enclosure LC-LC Fully loaded

24 port LIU,1U Rack mount


28 Nos. 1
enclosure LC-LC Fully loaded

48 port LIU,1U Rack mount


29 Nos. 10
enclosure LC-LC Fully loaded

Optical Fibre duplex Patch


30 Nos. 210
Cord, SM, LC-LC, Length 3 m

12U network Rack, Wall


31 Nos. 56
Mount

15U network Rack, Wall


32 Nos. 14
Mount

42U Network Rack, Floor


33 Nos. 1
Mount

34 Cable Manager 1U Nos. 102

35 HDPE Duct Pipe 33/40MM Mtrs. 9000

36 HDPE Duct Pipe 25MM Mtrs. 1500

G.I. Pipe 50MM with all


37 Mtrs. 500
accessories

38 25mm PVC Pipe Mtrs. 8000


39 40mm PVC Pipe Mtrs. 4000

40 25mm PVC Casing Mtrs. 4000

41 40 mm PVC Casing Mtrs. 2000

42 32mm PVC Flexible Pipe Mtrs. 500

32mm Armoured Flexible


43 Mtrs. 500
Pipe

44 OFC Route Marker Nos. 250

Page 101 of 111


RFP for up-gradation of Campus Wide Network at IIM, Raipur

Outdoor OFC cable enclosure


45 Nos. 15
jointer

Miscellaneous items and


46 Lot 1
accessories

A = Sum total of last column no. 9 i.e. Total Price nnnnnnn

Page 102 of 111


RFP for up-gradation of Campus Wide Network at IIM, Raipur

Table B - SCHEDULE OF SERVICE RATES - Active components Warranty


and CAMC
Unit - Unit -
Five Three
Unit
Mak Tentati years years
Pric Total GS GST Total
S.N e& Uo ve warran CAMC
Description e Price T( (INR Price
o. Mod M Quantit ty suppo
(INR (INR) %) ) (INR)
el y support rt
)
Price Price
(INR) (INR)
6=
6(a) 7=(5* 8(a 9=
1 2 3 4 5 6(a) 6(b) 8(b)
+ 6) ) (7+8b)
6(b)
Wi-Fi 6 Access Points
Nos
1 4x4 on 2.4 & 5 GHz – 275
.
Type I
Wi-Fi 6 Access Points
Nos
2 4x4 on 2.4 & 5 GHz – 140
.
Type II

WiFi6 Access Points


4x4 on 2.4GHz and Nos
3 1
8x8 on 5GHz – Type .
III

Wireless LAN
Nos
4 Controller (WLC) in 2
.
HA

Core Switch 48-port


in Stacking with
redundant power
Nos
5 supply Including 2
.
100GBASE-LR4 QSFP+
transceiver module
for SMF

12 ports Layer-2 full


Nos
6 PoE+ with 2x 10G 8
.
SFP+ fixed uplinks

12 ports Layer-2 Non


Nos
7 Poe (12-port 1G, 17
.
2x10G SFP+)

24 port Layer-2 PoE+


Access Switch with
Nos
8 24 X 10/100/1000 28
.
Mbps PoE+ ports & 4
X 1/10G SFP+ ports

Page 103 of 111


RFP for up-gradation of Campus Wide Network at IIM, Raipur

24 ports Layer 2 Non


Nos
9 PoE ( 24-port 1G, 4x 20
.
1/10G fixed uplinks)

48 ports Layer 2 Non


Nos
10 PoE ( 24-port 1G, 4x 5
.
1/10G fixed uplinks)

48 ports Layer 2 PoE+


Nos
11 ( 48-port 1G, 4x 8
.
1/10G fixed uplinks

24 Port Layer 2
Multigigabit Switch
Nos
12 (8 port mGig ports up 9
.
to 10G, 16 ports up
to 1G)

24 port mGig UPOE+


Switch, 24x 10G
Nos
13 Multigigabit 2
.
(10G/5G/2.5G/1G/10
0M)

48 port 5Gbps
Multigigabit UPOE Nos
14 5
Switch .
(5G/2.5G/1G/100M)

Small form-factor
Nos
15 pluggable transceiver 200
.
- SM (SFP+)

Nos
16 NMS with hardware 1
.

Hardware with latest


Windows Server
17 edition for Domain Lot 1
Controller, DHCP,
hypervisor etc.

nnnnn
B = Sum total of last column no. 9 i.e. Total Price nn

Page 104 of 111


RFP for up-gradation of Campus Wide Network at IIM, Raipur

Table C - SCHEDULE OF SERVICE RATES - Passive components


Installation

Make Unit Total


Tentative GST GST Total Price
S.No. Description & UoM Installation Price
Quantity ( %) (INR) (INR)
Model Price (INR) (INR)

1 2 3 4 5 6 7=(5*6) 8(a) 8(b) 9 = (7+8b)


CAT6A UTP Cable
1 Indoor (Box of 305 Box 353
Meters)
CAT 6A UTP 12
2 Port Patch Panel Nos. 27
Loaded
CAT 6A UTP 24
3 Port Patch Panel Nos. 94
Loaded
CAT 6A UTP I/O
4 with Face Plate & Nos. 1955
SMB
CAT6A UTP Patch
5 Nos. 1955
Cord-2 Meter
CAT6A UTP Patch
6 Nos. 1955
Cord-1 Meter
24-Core Fibre
7 Optic Outdoor Mtrs. 14000
Armoured cable
06-Core Fibre
8 Optic Outdoor Mtrs. 500
Armoured cable
06-Core Fibre
9 Optic Indoor Mtrs. 3000
Armoured cable
12 port LIU,1U
Rack mount
10 Nos. 69
enclosure LC-LC
Fully loaded
24 port LIU,1U
Rack mount
11 Nos. 1
enclosure LC-LC
Fully loaded
48 port LIU,1U
Rack mount
12 Nos. 10
enclosure LC-LC
Fully loaded
Optical Fibre
duplex Patch Cord,
13 Nos. 210
SM, LC-LC, Length
3m

Page 105 of 111


RFP for up-gradation of Campus Wide Network at IIM, Raipur

12U network Rack,


14 Nos. 56
Wall Mount

15U network Rack,


15 Nos. 14
Wall Mount

42U Network
16 Nos. 1
Rack, Floor Mount

17 Cable Manager 1U Nos. 102


HDPE Duct Pipe
18 Mtrs. 9000
33/40MM
HDPE Duct Pipe
19 Mtrs. 1500
25MM
G.I. Pipe 50MM
20 with all Mtrs. 500
accessories
21 25mm PVC Pipe Mtrs. 8000
22 40mm PVC Pipe Mtrs. 4000

23 25mm PVC Casing Mtrs. 4000

24 40 mm PVC Casing Mtrs. 2000

32mm PVC
25 Mtrs. 500
Flexible Pipe
32mm Armoured
26 Mtrs. 500
Flexible Pipe
27 OFC Route Marker Nos. 250

Outdoor OFC cable


28 Nos. 15
enclosure jointer

Miscellaneous
29 items and Lot 1
accessories
C = Sum total of last column no. 9 i.e. Total Price nnnnnnn
The installation cost mentioned above includes expenses for tasks such as excavation, constructing chambers, laying
charges, labor, and related activities as per standards. The work in accordance with the Government of India
standards.

Page 106 of 111


RFP for up-gradation of Campus Wide Network at IIM, Raipur

Table D - SCHEDULE OF SERVICE RATES - Manpower and CAMC of


Nodes
Technical
Description manpower
S.No Tentative Total Price GST ( GST Total Price
Year of service charges for
. Quantity (INR) %) (INR) (INR)
UoM One year
(INR)
1 2 3 4 5=(3*4) 6(a) 6(b) 7 = (5+6b)
Engineer | L3 - Specialist -
1 1
05 years of Experience

Engineer | Server Engineer


2 1
- 03 Years of Experience

Engineer | L2 - Network &


3 Monitoring - 02 Years of 1
Experience
Comprehensive Annual
Maintenance cost of all
4 7 Year
nodes per year

D = Sum total of last column no. 9 i.e. Total Price nnnnnnn


* The Increment for the Manpower (item no. 1,2,3) will be 5-10% on Yearly basis after completion of one year based
on the performance evaluation.

Financial Bid Value – Grand Total Value (GTV):


S.no. Description Value Weightage Contribution of Value in
in GTV GTV

1 1 2 3 4 = 2*3

1 SCHEDULE OF RATES - Product Cost Value of A from table A 80% NNN

2 SCHEDULE OF SERVICE RATES - Active Value of B from table B 20% NNN


components Warranty and CAMC

3 SCHEDULE OF SERVICE RATES - Passive Value of C from table C 40% NNN


components Installation

4 SCHEDULE OF SERVICE RATES - Value of D from table D 100% NNN


Manpower and CAMC of Nodes

Grand Total Value(GTV) – Sum total of column 4 NNNNNNNNNNNN

GTV in Words:______
__________________________________________________________

Page 107 of 111


RFP for up-gradation of Campus Wide Network at IIM, Raipur

Annexure XVI

Undertaking for category by the Bidder (Certified by Cost Auditor)

(To be submitted by bidder)

This is to confirm that the information mentioned below is in compliance with the Order No. P-
45021/2/2017-PP (BE - II), Ministry of Commerce & Industries (DPIIT) dt. 4th June 2020 and is
correct to the best of my knowledge. I also provide consent to IIM Raipur to validate our claim at
any point of time. The bid shall be rejected, and Security Deposit will be forfeited, in case any
discrepancies / any information/ data provided by me in this regard found to be false / incorrect /
misleading.

S. No Particulars Details

(to be filled by the Bidder/ OEM/Supplier)

I OEM Category

a. Category – I Local Supplier

b. Category – II Local Supplier

c. Non – Local Supplier

Authorized Signatory: Date:

Name & Designation: Place:

Page 108 of 111


RFP for up-gradation of Campus Wide Network at IIM, Raipur

INSTRUCTIONS OF ONLINE BID SUBMISSION

Instructions to the Bidders to submit the bids online through the Central Public Procurement
Portal for e Procurement at http://eprocure.gov.in/eprocure/app.

1. Possession of valid Digital Signature Certificate (DSC) and enrollment/registration of the


contractors/bidders on the e-Procurement/e-RFP portal is a prerequisite for e-tendering.

2. Bidder should do the enrollment in the e-Procurement site using the "Online Bidder Enrollment"
option available on the home page. Portal enrollment is generally free of charge. During
enrollment/registration, the bidders should provide the correct/true information including valid
email id. All the correspondence shall be made directly with the contractor/bidders through email id
provided.

3. Bidder need to login to the site through their user I.D./ password chosen during
enrollment/registration.

4. Then the Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued
by SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by CCA India on
eToken/SmartCard, should be registered.

5. The DSC that is registered only should be used by the bidder and should ensure safety of the same.

6. Contractor/Bidder may go· through the RFPs published on the site and download the required RFP
documents/schedules for the RFPs he/she is interested.

7. After downloading / getting the RFP document/schedules, the Bidder should go through them
carefully and then submit the documents as asked, otherwise bid will be rejected.

8. If there are any clarifications, this may be obtained online through the RFP site, or through the
contact details. Bidder should take into account the corrigendum published before submitting the
bids online.

9. Bidder then logs in to the site through the secured log in by giving the user id/ password chosen
during enrolment/registration and then by giving the password of e-Token/Smartcard to access DSC.

10. Bidder selects the RFP which he/she is interested in by using the search option & then moves it to
the 'my RFPs' folder.

11. From my RFP folder, he selects the RFP to view all the details indicated.

Page 109 of 111


RFP for up-gradation of Campus Wide Network at IIM, Raipur

12. It is construed that the bidder has read all the terms and conditions before submitting their offer.
Bidder should go through the RFP schedules carefully and upload the documents as asked;
otherwise, the bid will be rejected.

13. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the RFP
documents/schedule and generally, they can be in PDF/xls/rar/jpg/dwf formats. If there is more
than one document, they can be clubbed together and can be provided in the requested format.
Bidders Bid documents may be scanned with I 00 dpi with black and white option. It is advisable
that each document to be uploaded through online for the RFPs should be less than 2 M.B. If any
document is more than 2 M.B., it can be reduced through rar and the same can be uploaded, if
permitted. However, if the file size is less than I MB the transaction uploading time will be very fast.

14. If there are any clarifications, this may be obtained through the site. Bidder should take
into account the corrigendum published from time to time before submitting the online bids.

15. The Bidders can update well in advance, the documents such as certificates, annual report
details etc., under My Space option and these can be selected as per RFP requirements and then
send along with bid documents during bid submission. This will facilitate the bid submission process
faster by reducing upload time of bids.

16. Bidder should submit the RFP Fee/EMD as specified in the RFP. The original should be
posted/couriered/given in person to the RFP Inviting Authority, within the bid submission due date
& time for the RFP or as indicated in the RFP. Scanned copy of the instrument should be uploaded
as part of the offer.

17. While submitting the bids online, the bidder reads the terms & conditions and accepts the
same to proceed further to submit the bid packets.

18. The bidder has to select the payment option as offline to pay the RFP Fee/EMD as
applicable and enter details of the instruments.

19. The details of the D.D./ any other accepted instrument, physically sent, should tally with
the details available in the scanned copy and the data entered during bid submission time.
Otherwise submitted bid will not be acceptable or liable for rejection.

20. The bidder has to digitally sign and upload the required bid documents one by one as
indicated. Bidders to note that the very act of using DSC for downloading the bids and uploading
their offers shall be deemed to be a confirmation that they have read all sections and pages of the
bid document including General conditions of contract without any exception and have understood
the entire document and are clear about the requirements of the RFP requirements.

21. The bidder has to upload the relevant files required as indicated in the cover content. In
case of any irrelevant files, the bid will be rejected.

Page 110 of 111


RFP for up-gradation of Campus Wide Network at IIM, Raipur

22. If the price bid format is provided in a spread sheet file like BoQ_xxxx.xls, the rates
offered should be entered in the allotted space only and uploaded after filling the relevant columns.
The Price-bid BOQ template must not be modified/replaced by the bidder; else the bid submitted is
liable to be rejected for this RFP.

23. The bidders are requested to submit the bids through online e-tendering system to the
RFP Inviting Authority (TIA) well before the bid submission end date & time (as per Server System
Clock). The TIA will not be held responsible for any sort of delay or the difficulties faced during the
submission of bid online by the bidders at the eleventh hour.

24. After the bid submission (i.e. after Clicking "Freeze Bid Submission" in the portal), the
acknowledgement number, given by the system should be printed by the bidder and kept as a
record of evidence for online submission of bid for the particular RFP and will also act as an entry
pass to participate in the bid opening date.

25. The time settings fixed in the server side & displayed at the top of the RFP site, will be
valid for all actions of requesting, bid submission, bid opening etc., in the e-RFP system. The bidders
should follow this time during bid submission.

26. All the data being entered by the bidders would be encrypted using P.K.! encryption
techniques to ensure the secrecy of the data. The data entered will not viewable by unauthorized
persons during bid submission & not be viewable by any one until the time of bid opening.

27. Any bid document that is uploaded to the server is subjected to symmetric encryption
using a system generated symmetric key. Further this key is subjected to asymmetric encryption
using buyers/bid openers' public keys. Overall, the uploaded RFP documents become readable only
after the RFP opening by the authorized bid openers.

28. The confidentiality of the bids is maintained since the secured Socket Layer 128 bit
encryption technology is used. Data storage encryption of sensitive fields is done.

29. The bidder should logout of the tendering system using the normal logout option available
at the top right hand comer and not by selecting the (X) exit option in the browser.

30. For any queries regarding e-tendering process, the bidders are requested to contact as
provided in the RFP document. Parallelly for any further queries, the bidders are asked to contact
over phone: 0120-4001 002 or send a mail over to cppp-nic@nic.in.

Page 111 of 111

You might also like