RFP For Up-Gradation of Campus Wide Network at IIM, Raipur: Tender Ref. No.: IIMR/Tender/2024-25/06 Dated 04.06.2024
RFP For Up-Gradation of Campus Wide Network at IIM, Raipur: Tender Ref. No.: IIMR/Tender/2024-25/06 Dated 04.06.2024
RFP For Up-Gradation of Campus Wide Network at IIM, Raipur: Tender Ref. No.: IIMR/Tender/2024-25/06 Dated 04.06.2024
Mail-ID: itdept@iimraipur.ac.in
Web Portal: www. iimraipur.ac.in
Page 1 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
Table of Contents:
03 Eligibility Criteria 09
04 RFP Background 12
05 Scope of Work 18
5.4 Training 25
06 TECHNICAL SPECIFICATIONS 26
Page 2 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
6.1.15 NMS 47
6.1.16 Server 49
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
7.1 Arbitration 64
08 Bid Evaluation 65
Page 3 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
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
Page 4 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
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
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.
Page 6 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
Page 7 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
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
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.
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.
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.
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.
Page 12 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
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
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 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.
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
• 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.
Page 15 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
Page 16 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
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:
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
Internet
Academic Block
Server Room
Upcoming Hostel
HOSTEL-1 HOSTEL-4 HOSTEL-5
HOSTEL-2 HOSTEL-3
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
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
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
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):
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.
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.
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.
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
Page 27 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
Page 28 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
Page 29 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
Page 30 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
Page 31 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
Page 32 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
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
Page 35 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
Page 36 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
Page 37 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
Page 38 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
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
Page 41 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
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
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
Page 51 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
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
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
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.
Page 57 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
Page 58 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
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
Page 63 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
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.
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
Page 66 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
(Marks 4)
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
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.
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.
Page 68 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
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.
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.
Page 71 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
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
Page 73 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
The project is to be completed within the overall proposed timelines of twenty (20) weeks. The activity wise
timeline is as mentioned below:
Page 74 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
Page 75 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
Page 76 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
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
Page 79 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
Annexure-II
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
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
Name:
Page 81 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
Annexure-IV
Letter of Undertaking
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:
Designation:
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
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.
Thanking you
Yours faithfully
Signature of Bidder:
Designation:
Page 83 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
Annexure VI
Note: Certificate from Statutory Auditors / Chartered Accountant certifying above information for
all three years to be enclosed.
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)
*‘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
a. I /We am / are not undergoing insolvency resolution Process or liquidation or bankruptcy proceeding as on
date.
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
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:
• 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
No interest shall be payable by IIM Raipur to the Bidder on Earnest Money Deposit for the period of its currency.
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.
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.
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
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.
Remarks:
Name: Name:
Designation: Designation:
Date: Date
Rubber Seal: Rubber Seal of the institution
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
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.]”.
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
Postgraduate
Degree
Undergraduate
Degree
Diploma
(Authorized Signatory)
Page 96 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
Annexure XV
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,
Page 97 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
FINANCIAL BID
Instructions to Bidders
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.
“….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
Page 99 of 111
RFP for up-gradation of Campus Wide Network at IIM, Raipur
Wireless LAN
Nos
4 Controller (WLC) in 2
.
HA
24 Port Layer 2
Multigigabit Switch
Nos
12 (8 port mGig ports up 9
.
to 10G, 16 ports up
to 1G)
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
.
nnnnn
B = Sum total of last column no. 9 i.e. Total Price nn
42U Network
16 Nos. 1
Rack, Floor Mount
32mm PVC
25 Mtrs. 500
Flexible Pipe
32mm Armoured
26 Mtrs. 500
Flexible Pipe
27 OFC Route Marker Nos. 250
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.
1 1 2 3 4 = 2*3
GTV in Words:______
__________________________________________________________
Annexure XVI
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
I OEM Category
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.
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.
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.
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.