Docsity
Docsity

Prepare for your exams
Prepare for your exams

Study with the several resources on Docsity


Earn points to download
Earn points to download

Earn points by helping other students or get them with a premium plan


Guidelines and tips
Guidelines and tips

Sample Request for Proposal Format, Study Guides, Projects, Research of Computer science

Sample Request for Proposal Format

Typology: Study Guides, Projects, Research

2015/2016

Uploaded on 09/11/2021

deba2233
deba2233 🇮🇳

1 document

Partial preview of the text

Download Sample Request for Proposal Format and more Study Guides, Projects, Research Computer science in PDF only on Docsity! Directorate of Economics & Statistics, (Govt. of Tripura) Tender for Supply and Installation of Hardware and Network Equipment at Directorate of Economics & Statistics, Govt. of Tripura 1|Page TENDER NOTICE NO. De NAME AND ADDRESS OF TENDERER : O/o the Deputy Drugs Controller PN Complex,Gurkhabasti, P.O- Kunjaban Agartala, Tripura PIN - 799006 TELEPHONE NUMBER, FAX AND : (0381)-2325868 EARNEST MONEY DETAILS: 1. Rs. 5,000/- by demand draft in favour ofDirector of Health Services, Govt. of Trpura" INSTRUCTIONS TO BIDDERS: 1 DETAILED SPECIFICATIONS OF ITEMS AS PER ANNEXURE(S). 2 DETAILED COMPLIANCE STATEMENT (TECHNICAL & COMMERCIAL) AS PER ANNEXURE(S). 3 GENERAL TERMS & CONDITIONS AS PER ANNEXURE(S). 4 THIS IS A TWO PART TENDER. BOTH TECHNICAL & COMMERCIAL BID ENVELOPES SHOULD BE ENCLOSED AND SEALED IN SEPARATE ENVELOPES SUBSCRIBING THE TENDER NO AND DUE DATE. 5 THE TENDERS DULY COMPLETED, SIGNED, STAMPED AND SEALED IN ONE ENVELOPES ARE TO BE SUBMITTED TO: Documents to be enclosed in Technical Bid: Pp Technical Literature of the products quoted as per the Technical Specifications. b. Technical Compliance as per in SECTION III - Annexure I - II c Proper and latest authorization letter from the Original Manufacturer on their letterhead indicating the Tender number and date Documents to be enclosed in Commercial Bid: a. Commercial bid as per in SECTION III- Annexure III Table of Contents 2|Page 2. Invitation for Bids 2.1 Directorate of Economics & Statistics, Govt. of Tripura, Agartala is looking for vendors for Supply and Installation of Hardware and Network Equipment for providing efficient Network Services access to the offices of Directorate of Economics & Statistics, as per scope of work mentioned at “Clause 3 of section |’. 2.2 Bidders are advised to study all commercial aspects, instructions, forms terms and specifications carefully in the tender document. Failure to furnish all information required in the tender document or submission of a bid not substantially responsive to the tender document in every respect will be at the bidder’s risk and may result in the rejection of the bid. 2.3 Sealed offers prepared in accordance with the procedure enumerated in Section II should be subsite to she Director, Directorate of Economies & Statistics, Govt. of Tripura, 2.4 The tender should indicate specifically Price including all Taxes as applicable. No additional information will be entertained after due date. The Directorate of Economics may reject tenders if they do not carry such information separately and specifically quantitatively. 2.5 Respective Bidder should have local presence/representative at Tripura state. 2.6 The bids should indicate that the rates are for Directorate of Economics & Statistics, Agartala, Tripura. 2.7 Eligible vendor/ manufacturers have to submit their bid for all the items. 2.8 The tender should be submitted in two cover system i.e a and b. There should be proper indication of the contents on each envelope as indicated in Section II. 2.9 The draft for earnest money must be in a separate sealed envelope indicating EMD, the amount, tender Notice number and due date should be enclosed with the bid. 2.10 The tender should clearly indicate the delivery period and validity period of the tender. 2.11 The tender should clearly indicate the availability of onsite after sale service and or maintains facilities for the duration of three years for items quoted. 2.12 The bidders are required to quote for each item separately. Prices must be quoted in Indian currency only (INR). 2.13 The tender should be submitted along with refundable EMD of Rs. 5,000/-(Rupees Five Thousand)in the shape of Demand Draft valid for a period of 6 months in favour of the DRS IRSELORAtelOELEOHOICSESESEGSUGOVETORNABUAR payable at Agartala, Tenders which are not accompanied by earnest money or incomplete in any respect will be rejected out rightly. 2.14 EMD of Successful bidder would be converted to performance security deposit for a period of one year. 2.15 The bidder should be Original Manufacturer or authorised dealer of the equipment and the Tender must be submitted along with the copies of following : e¢ Manufactures license or authority from the manufacturer DUGIDREAOACLOMECOMOMICSEASTAUISHGS reserves the right to reject any or all tenders without assigning any reason whatsoever. 5|Page 2.17 The tenders will be opened on the date and the time indicated in the presence of bidders. If the date of opening is declared to be a holiday, the tenders will be opened on the next working day. 2.18 No advance payment or payment against Performa invoice will be made. Payment will be made after receipt, inspection, installation and testing and final acceptance of the item(s). 2.19 Any damaged or unapproved goods shall be returned at the Bidders risk and cost and the incidental expenditure thereupon shall be recovered from the concerned party. 2.20 Printed conditions of the firm sent along with the quotation, if any, shall not be binding on us. 2.21 Packing list must be put in all packages. 2.22 On acceptance of tender, the date of delivery should be strictly adhered to otherwise, the reserves the right not to accept the delivery in full or in part. The specifically and in case the order is not executed within the stipulated period, will be at liberty to make purchase through other sources, and to forfeit the earnest money of the Bidder. 2.23 Payment of bill will be made through the crossed account payee cheque drawn in favour of bidder or through eRTGS on submission of Invoice and acceptance from the authorised person of O/o the D.D.C. 2.24 Payment will be done by the Directorate of Economics & Statistics, Tripura after successful installation of the items at respective Locations mentioned at Annexure-IV. 2.25 Schedule for Invitation to Tender a) Address at which the tender is to be submitted: Director = b) Latest time and date for receipt of Tender:29/10/2013at 3.00 p.m. c) Place , Time and Date of opening of Technical bids: Place : Agartala, Tripura Time & Date: ——29/10/2013at 3.30 p.m d) Date till which the tender is valid:180 days from the opening of technical bid. e) Place and time of opening of commercial bid will be communicated to bidder through FAX / e-Mail/ post. Supply, Installation of all the equipment will be within 45 Days after the allotment of work order from the Directorate of Economics & Statistics, Tripura. f) Directorate of Economics & Statistics shall not be responsible for any postal delay about non-receipt/non-delivery of the documents. 6|Page 3. Scope of work The successful bidder needs to perform following activities: 3.1 3.2 3.3 3.4 3.5 3.6 3.7 3.8 3.9 3.10 3.11 3.14 7|Page Outdoor Radio Connectivity setup at the branch Offices of Directorate of Economics & Statistics located at Udaipur & kailasahar from O/O the DM Gomati & O/O the DM Unakoti respectively. Supply and Installation of all the Active & Passive Components as per technical Specification given at Annexure I & II and as per quantity given at Annexure-VI and as per locations given at Annexure IV. Indoor LAN work which include UTP Cable Laying through PVC Pipe, Casing including all materials in the Locations given at Annexure IV. Laying and Termination of CAT6 UTP, all cabling must be structured Network Documentation with its Layout Plan (on Paper and CD). All the operating / setup driver's CD’s, operational manuals, stationeries and Similar accessories made available by Equipment vendor would be handed over by the Agency / Contractor / Firm to Directorate of Economics & Statistics , Govt. of Tripura after Successful installation, testing and commissioning work is over. Labeling of Cables, I/O's, Jack Panel, Switches for new connections for clear marking /understanding. Repair / Refurnishing work owing to damage caused due to cabling or any other work related to this Job / Project. There should not be any hanging or uncovered wire. Patch cord should be branded and factory crimped. Equipment furnished shall be complete in every respect with all mountings, fittings, fixtures and standard accessories normally provided with such equipment's and / or needed for erection, completion and safe operation of the equipment's as required by applicable codes though they may not have been specifically detailed in the tender document, unless included in the list of exclusions. All similar standard components / parts of similar standard equipment's provided, shall be interchangeable with one another. The Bidder shall be responsible for providing all materials, equipment's, and services, specified or otherwise, which are required to fulfill the intent of ensuring operability, maintainability, and reliability of the complete equipment covered under this specification within his quoted price. This work shall be in compliance with all applicable standards, statutory regulations and safety requirements in force of the date of award of this contract. The bidder shall also be responsible for deputing qualified personnel for installation, testing, commissioning and other services under his scope of work as per this specification. All required tools and tackles for completing the scope of work as per the specification is also the responsibility of the bidder. The installation of equipments shall be accepted only after installation tests are satisfactorily over. The scope covers design / development of a suitable architecture / layout of the proposed networking system, preparation of bill of materials, pre-dispatch inspection / testing, packing and forwarding, transportation, insurance and carrying out further activities at sites viz. unloading, storage, testing and commissioning including successful completion of acceptance tests and any other services required. have to submit additional information, shall be decided by Directorate ofEconomics _—i| , Agartala, Tripura and its decision shall be final in this regard. Bids of the Bidder failing to adhere to the specified time limit shall be rejected. i) Technical Evaluation Criteria (Refer to Annexure V) : The bidder scoring a total point of 60 or more will be considered a technically qualified bidder which will then be considered for financial evaluation. The bids will be rejected if the technical score is below 60 points. j) Financial Evaluation: Financial bids of only technically qualified bidders shall be evaluated. The bids, found lacking in strict compliance to the commercial bid format shall be rejected straightaway. On opening the financial Bids, the Evaluation Committee shall read out the financial Bid to all the Bidders and note the same. All the financial Bids shall then be ranked according to the financial Bid in increasing order with the Bidder quoting the least amount ranked L1, Bidder quoting next higher figure as L2 and so on. In case there is any tie in financial Bids of one or more Bidder, the Bidder having the higher technical score will be given better ranking. In case the technical scores are also equal, all the technically qualified Bidders shall be asked to resubmit the financial Bid. However, in this case, the revised financial Bids should be less than the lowest financial Bid quoted earlier by the technically qualified Bidders. L1 will be declared as Successful Bidder and his offer will be processed further. 11. Eligibility Criteria 11.1 The Agency should have Local Presence/representative in Tripura. 11.2 The Agency should be a financially sound having minimum annual turnover of ~20 Lakh during last three financial years. 11.3. The Agency should have minimum experience of three years in similar works. 11.4 Attach all documentary proof without which the bid shall be rejected. 11.5 The Agency should be registered and should possess necessary license from statuary bodies/organizations. 11.6 The Agency should possess necessary Service Tax & Income Tax registrations from the competent authority. 10|Page SECTION - Ill ANNEXURE I-TECHNICAL SPECIFICATION FOR ACTIVE COMPONENT Technical Specification for Desktop Computers: Configuration Compliance (YES/NO) Processor Intel Core i5-2400, 3.1 GHz “MB Cache or higher Chipset Intel Q67 or better on OEM Mother Board Bus Architecture 4 PCI (PCI/ PCI Express) 2 GB 1066 MHz DDR3 RAM with 8 GB Memory Expandability. Hard Disk 320 GB 7200 rpm Serial ATA HDD or higher. Drive Monitor 47 cm or larger(18.5 inch or larger) TFT/LED Keyboard 104 keys Mouse Optical with USB interface. Ports 6 USB Ports (with at least 2 in front) , audio ports for microphone and headphone in front. DVD ROM A Drive 8X or better DVD ROM Drive. 10/100/1000 on board integrated Network Port Networking with remote booting facility remote system facility installation, remote wake up, out of band management using any standard management software. os Windows 7 Professional Licensed Version DESKTOP LASER PRINTER Compliance Configuration (YES/NO) Colour Black & white Type Laser printer Paper Size A4 Rosolution 600 x 600 dpi (1200 dpi effective output Interface USB port duty cycle 8,000 pages Memory 32 Mb OFFLINE UPS Configuration Compliance (YES/NO) Capacity 700 VA Output Output Power Capacity : 450 Watts / 700 VA Max Configurable Power: 450 Watts / 700 VA 11|Page Nominal Output Voltage: 230V Input Input Voltage Range: 140-300 VAC P Frequency: 50HZ +/-1Hz Battery Type: 12V / 9Ah Maintenance-free sealed| Lead-Acid battery with suspended electrolyte Battery leakproof Typical Recharge Time: 6 - 8 hrs upto 90% capacity L2 Switch Configuration Compliance (YES/NO) MAC Address 8K Table Size Switch Fabric | 48Gbps Forwarding Capacity Transmission Method Store-and-Forward Diagnostic Per Unit: Power LEDs Per Port: Activity/Link, Speed Qos 802.1p (4 Queues ¢ 10BASE-T, 100BASE-TX & 1000BASE-T Interface Options e 24 nos. of port Power Supply | 100-240VAC, 50/60 Hz Internal Universal Power Environmental RoHS Compliant ¢ Operating: 32° to 104°F (0° to 40°C) Temperature e Storage: 14° to 131°F (-10° to 55°C) Humidity Operating: 5% to 95% RH (Non-Condensing) Warranty years. 2KVA UPS Configuration Compliance (YES/NO) Make Capacity 2KVA (VA) Technology | True On-Line Double Conversion UPS with PWM Technology & SNMP Module Input Voltage 180 - 270V AC @100% load Frequency 50 Hz Power Factor > 0.98 Output Voltage 220V / 230V / 240VAC +/-2% Frequency 50 Hz +/- 0.5% Output waveform Sine wave 12|Page SI. No Features of Access Point (PMP) Complian ce (Yes / No) Remar ks CPEs) per sector. 19 The system should have Multi-colour LED indications for Power, LAN & Wireless activity. 20 The system shall support remote maintenance of radio units. 21 The system shall be scalable in terms of deployment - a system deployment may be small as one sector and one subscriber or as large as thousands of subscribers in a multi sector base station deployment. 22 The system shall have the capabilities of upgrading the Software over the air from central location 23 The system shall allow enabling prioritization of VOIP and Video over data traffic. 24 The system should have self-Interference prevention system. 25 The system should support VLAN 802.1Q feature 26 Wireless systems shall be capable of easy and rapid deployment to avoid lengthy way-leave, access and legal agreements. 27 The system shall be equipped with surge suppressors to protect it from unavoidable lightning conditions. System should support V/H Antenna polarization. System should support operating temperature from - 10 deg Celsius to +60 deg Celsius Web user interface, CLI (Telnet), SSH HTTP/S, SNMP. System should WEEE/RoHS compliance Radio Should be IP65 certified for outdoor deployment. The complete system should support high level of security mechanisms such as AES for end-to-end connectivity to avoid any breaches due to Interference or hacking. 34 The complete system should be type approved by WPC CPE Equipment Notes: 1. These equipment are intended for use at remote locations situated within minimum aerial distance of 15 Kms (LOS) from any of the nearest Base station and should be able to give a minimum throughput of 6 Mbps at 10 db fade margin. Some of the remote installations will be fixed and some will be Semi - fixed type. The details are mentioned in Table. 2. The equipment shall be used for outdoor purposes and shall be weather proof to withstand local conditions such as exposure to rain, thunder & lightning and continuous sunlight. 3. The equipment shall be lightweight for rapid deployment and easy to set-up Features of Customer Premise Equipment (CPE) Complian ce (Yes / No) Remar Blo Zu System must operate in unlicensed band frequency spectrum of ISM-IIl Unlicensed band. Operating frequency range: 5.8 GHz Band 15|Page Features of Customer Premise Equipment (CPE) Complian ce (Yes / No) Remar nNjo zu The Wireless system shall be for outdoor type supported with integrated antenna. w The system proposed shall not use active RF antenna and cables to avoid failures due to moisture/rain etc. System should support a Channel Width 20 MHz & 40 MHz System should use an Access Method of TDD/TDMA Modulation Type should be OFDM based QPSK (3/4), 16 QAM (3/4), 64 QAM (3/4) RF Power output shall be less than 20 dBm. The CPE should be able to support external reflector / Lens in order to increase the system gain. One way latency should not be more than 4 ms. B)Oo) ON O|u] f Oo Receiver Sensitivity should be between -76 to -95 dbm or more. Protocols: IPV4/IPv6, UDP, TCP, ICMP, Telnet, SNMP, FTP Should be manageable from NMS. 12 Inbuilt spectrum analyser for selecting appropriate sub Channels 13 Link Monitoring: Menu driven options for RF link monitoring with parameters like RSSI, Signal level and Uplink/Downlink efficiencies from both Central Point and Remote Point for checking the quality of RF link and for alignment of antenna / radio. 14 Power supply should be Power over Ethernet. 15 Power Consumption of the radio should be less than 10 WwW. 16 System shall have Multi colour LED indications for Power, LAN & Wireless activity. 17 The system shall support remote maintenance of radio units. 18 The system shall be scalable in terms of deployment - a system deployment may be small as one sector and one subscriber or as large as thousands of subscribers in a multi sector base station deployment. 19 The system shall have the capabilities of upgrading the Software over the air from central location 20 The system shall allow enabling prioritization of VOIP and Video over data traffic. 21 Remote location subscriber unit should be able to communicate with the base station synchronization without any distortion or increasing the latency. 22 The system shall be capable of applying different qualities like offering different services types, latency, jitter and bandwidth control for each direction (uplink and downlink) independently. 23 The system shall pass through bridging mode SLA per CPE(CIR/MIR). 24 The system should support VLAN 802.1Q feature. 25 The systems shall be capable of easy and rapid deployment to avoid lengthy way-leave, access and legal agreements. 26 The system shall be equipped with surge suppressors to protect it from unavoidable lightning conditions. 27 The complete system should support high level of 16|Page SI. | Features of Customer Premise Equipment (CPE) | Complian | Remar N ce ks oO. (Yes / No) security mechanisms such as AES for end-to-end connectivity to avoid any breaches due to Interference or hacking. 28 | The system should be type approved by WPC 29 | System should support operating temperature from - 10 deg Celsius to +60 deg Celsius 30 | Web user interface, CLI (Telnet), SSH HTTP/S, SNMP. 31 | System should WEEE/ROHS compliance 32 | Radio Should be IP65 certified for outdoor deployment. VOLTAGE SURGE SUPPRESSOR SL.N | Specifications Complianc | Remar ° e ks (Yes/No) 1 General :The main incoming switchboard (MSB) and distribution boards (DB) shall be equipped with TVSS as defined in the IEEE standard 1100(1999). 2 Technology: The TVSS shall be constructed of Metal Oxide Varistor (MOV) technology and Internal surge capacitors. 3 Modes of Protection: Surge protective devices used for threephase, four-wire circuits shall be connected in all combinations of line-to-line, line-to neutral, line-to-ground, and neutral-toground. (L-L, L-N, L-G, N-G) 4 Surge Current Capacity : 25 kA / 50kA 5 Connection Type : Parallel 6 Protection Level : Shall have a UL listing and labeled 1449-2 suppressed voltage rating of 800V peak. 7 MCOV : The unit shall have a maximum continuous operating voltage (MCOV) rating of minimum 320VRMS 8 Size : The surge protective devices shall be sized per IEEE Std C62.41-1991 and IEEE Std C62.45-1992 9 Response Time : < 0.5 nanoseconds 10 Status Indication : Shall consist of indicator lamps (LED) and form Dry contacts 11 EMI/RFI Attenuation : The TVSS shall provide up to 40dB for RFI & EMI noise attenuation 12 Monitoring Facility : Required for all modes, including N-E 13 Certification : UL 1449-2 Typical Specs for GI Pole at Remote location 1. The foundation for mounting the mast should be properly cemented as per IS 456 17|Page ANNEXURE II-TECHNICAL SPECIFICATION FOR PASSIVE COMPONENT COMPUTER FURNITURE : 7 Compliance Item name Configuration (YES/NO) Computer cum | Size in (LXBXH )mm: 1200 X 750 X 750 mm,Keyboard Printer Table pullout tray, Drawer, shelf, Top made of: Pre-laminated particle Board Computer Size in (WXDXH) mm: 575X650X825,Seat Chair Height: 450+ /-10,Seat Size: 525WX475D, Type: Split Seat & Back, With Arm set RACK 12U Sl. : , Compliance No. Configuration (YESINO) 1 Basic Structure Cabinet should be as per DIN 41494 standards, Basic structure of CRCA Steel (CRCA Should be “IS 513 Gr D” standard) in CKD form, bottom and side frame at least 1.2 mm thickness., It should be able to take load of 40 Kg, With Complete Knock down model—for easy assembling at site. Front Door Front Glass toughened and tinted, with easy detachable hings. Glass Door with lock- should be easily removable type. Side Panel Fixed Side Panel with top & bottom vented for easy air flow. Space Height - It Should Provide 12U Usable Space Width - It should be minimum 600mmW and 19” mounting should be there Depth - It should be minimum 500mm Witch 1U Cable Manager Wall Mounting Provision for easy wall mounting should be there with appropriate anchor fasteners Floor Standing Provision for easy Floor Standing facilities Heat Management Rack must be provided with fan. Fan should be of AC 230V with flow volume of at least 90CFM Powder Details Coating Thickness Powder Coating of 80 to 100 Microns with scratch resistance properties. To avoid corrosion & rusting : Rack to be powder coated with Nano ceramic pre- treatment process using a zirconium coat, Shelving Options Wall mount rack should be provided with 1 fixed shelf (ventilated) for resting various equipment. 10 Power Management Rack should have PDU, 19”, 6x5 Amp with Indicator, 16 Amp switch and 1.5 meter cable with 15 amp molded plug top. 11 Manufacturers Details 1. Manufacturer should have ISO 9001-2008 & 14001-2004 Certifications, 20|Page Certificate needed to be submitted. 2. Process of Manufacturing of rack should have ROHS complied. 24 port patch panel - | Compliance Configuration (VES NO) MAKE Type 24-port, Modular, PCB based, Unshielded Twisted Pair, Category 6, ANSI/TIA/EIA 568- B.2.1 Category Category 6 Circuit Identification | Port labeling for port identification on each of Scheme 24-ports Port Identification Labels on each of 24/48-ports (to be included in supply) Height 1U (1.75 inches) Modular Jack 750 mating cycles Wire terminal (110 200 termination cycles block) Accessories Strain relief and bend-limiting boot for cable or rear cable manager for cable support/ Cable Support accessories Jack contacts Phosphorous bronze, plated with gold Panel Black, powder coated steel Approvals UL listed/ETL Verified Termination Pattern ANSI/TIA/EIA 568 A and B; Performance Attenuation, NEXT, PS NEXT, FEXT and Return Characteristics Loss Information Outlets CAT 6 -single RJ45 Port with Box : | Compliance Configuration (YESINO) Type PCB based, Unshielded Twisted Pair, Category 6, TIA /EIA 568-C.2 and ISO/IEC 11801. Single Gang Face plate capable for UTP and STP Jacks. Modular Jack 750 mating cycles Wire terminal 200 termination cycles Accessories e Integrated bend-limiting strain-relief unit for cable entry e Integrated hinged dust cover, optional e Support cable pair termination process on the jacks at 90 degree angle. e Bidder should have a mechanism to maintain the quality of the termination irrespective of the skill level of the termination staff. Housing Polyphenylene oxide, 94V-0 rated. 110 Blocks polycarbonate, 94V-0 rated 21|Page . Compliance Configuration (YES/NO) Jack contacts Beryllium copper, plated with 1.27 mm [.000050] thick gold in localized area and 3.81 mm [.000150] minimum thick tin-lead in solder area over 1.27 mm [.000050] minimum thick nickel under plate Wiring blocks Polycarbonate, 94V-0 rated, ROHS Compliant ROHS/ELV Compliant UTP CAT-6 Cable Configuration Compliance (YES/NO) MAKE Type Unshielded Twisted Pair, Category 6, ANSI/TIA/EIA 568- B.2.1 Conductors 24 AWG solid bare copper Insulation Polyethylene/ Polyolefin Jacket Flame Retardant PVC Approvals UL Listed ETL verified to ANSI/TIA/EIA 568- B.2.1 Cat6 Operating -20 Deg. C up to +60 temperature Deg. C Frequency tested up | 250 MHz to Delay Skew 25ns-45ns / 100m MAX. Impedance 100 Ohms + / - 6 ohms Performance be Attenuation, Pair-to- provided pair and PS along with bid NEXT,ELFEXT and characteristics to PSELFEXT, Return Loss, ACR and PS ACR UTP Patch Cord (1 Mtr.) Configuration Compliance (YES/NO) MAKE LENGTH 1 Meter Conductor 24 AWG 7 / 32, stranded copper CABLE TYPE UTP CAT 6 ANSI/TIA/EIA 568- B.2.1 Plug Protection Matching coloured boot to maintain bend Radius Warranty 20-year component warranty Category Category 6 22|Page Location wise Equipment Details Computer 10 15 45 2 Desktop Printer 0 0 3 4 4 4 Digital Copier 3 | with Printer (Size A-3) 0 0 4 0 0 Desktop UPS 4 (700 va offline UPS) 0 0 10 10 15 45 5 L2 Switch (} 0 1 1 1 1 6 Computer Furniture 0 0 10 10 15 15, 7 1/0 box 0 0 6 8 8 8 8 UTP cable (No. of Box) (0) (0) a/a a/a a/a a/a 9 Rack 0 0 1 1 1 1 10 24 port patch panel 0 0 1 1 1 1 14 Patch cord (1 Mtr) 0 0 6 8 8 8 2 Patch cord (3 Mtr.) 0 0 6 8 8 8 13 | Wire manager | 0 () 1 1 1 1 14 BTS equipment 1 1 0 0 0 0 15 | BTSSTP Cable | a/a a/a 0 0 0 0 16 | BTS pole 1 1 0 0 0 0 17 | BTSLA 1 1 0 0 0 0 BTS earthing , pole platform 18 | preparation & BTS installation. 1 1 0 0 oO oO Remote Subscriber aa Radio Equipment 0 0 0 0 1 1 20 | CPESTPCable | 0 0 0 0 a/a a/a CPE mounting 21 Pole 0 0 0 0 1 1 22 CPE Lightning arrestor 0 0 0 0 1 1 CPE earthing , 23 | pole platform preparation & | 9 0 0 0 1 4 25|Page CPE installation 2 KVA online 24 | 05 26|Page ANNEXURE V- TECHNICAL BID EVALUATION SHEET Sl. No. Criteria Maximum Points Points Scored 1 Organizational Capability a. Annual Turnover (Bidder having highest 20 turnover will get 20 Marks and other will get on pro rata basis) b. Presence of Service Centre of the product 10 c Experience in Supply & Installation of 20 similar equipment: (>10=10, 10-5=8, 5-2=5) 2 Suitability of the technical proposal Percentage of Technical Specification satisfied (Best Specification will get highest marks. Technical Bid Evaluation Committee will decide suitability of the product and provide the marks) Active Component 30 Passive Components 10 Supply & Installation Period (45-30=5, 10 30-15=8, <15=10) Total 100 NOTE : Please submit all documentary evidence in support of above evaluation criteria 27|Page
Docsity logo



Copyright © 2024 Ladybird Srl - Via Leonardo da Vinci 16, 10126, Torino, Italy - VAT 10816460017 - All rights reserved