KERALA CO-OPERATIVE MILK MARKETING FEDERATION LTD

Tender No. 11H/CC/PUR/2015 dated 03.06.2015

Work: Supply of network hardware and networking cabling in Cattle Feed Plant, Pattanakkad, , Alapuzha and Central products Dairy, , District in the state of

SECTION - I

Conditions of Tender & Pre-Qualification Bids (To be submitted in Cover II)

MANAGING DIRECTOR KCMMF LTD.

1

CONTENTS

1. Section – I : Conditions of Contract & Pre-qualification Bid

2. Section – II : Price Schedule

2

KERALA CO-OPERATIVE MILK MARKETING FEDERATION LTD.

Office of the Managing Director of KCMMF Ltd., Milma Bhavan, Pattom P.O, Thiruvananthapuram – 695 004. Phone : 0471 –2555980 to 2555985 Fax: - 0471 – 2555992.

Tender No. 11H/CC/PUR/2015 dated: 03.06.2015

Notice Inviting Tender (e-Tender)

E-tenders, are invited from Authorised parties for supply of network hardware and networking cabling in Cattle Feed Plant, Pattanakkad, Cherthala, Alapuzha District as per the details given in the Tender document.

Probable Amount of Contract: .22,00,000 /-

Earnest Money Deposit : .22,000/-

Date from which the Tender forms will be available in the website (www.etenders.kerala.gov.in): 03/06/2015

Last date & time for submission of Tender online: 12.06.2015, 14:00 hours Date & time of opening of PQ bid:15.06.2015, 14:00 hours

The undersigned reserves the right to reject any or all tenders without assigning any reason. Tenders should be submitted online only through the eProcurement portal of Government of Kerala www.etenders.kerala.gov.in.

Sd/-

MANAGING DIRECTOR (KCMMF LTD)

3

A. GENERAL INSTRUCTIONS

1. Name & Scope of Work: - Supply of network hardware, network wiring and testing of all the point connections and the hardware for Cattle Feed Plant, Pattanakkad, and Central Products Dairy, .

2. Submission of Tender: -Tenders are to be submitted online only through the eProcurement portal of Government of Kerala www.etenders.kerala.gov.in.

3. The first online cover should contain pre-qualification bid along with all documents required to be submitted.

The second Cover should contain the price bid in the prescribed form.

The tenderer should duly sign with seal on all the pages of the tender documents before scanning and uploading.

5. The tender should be submitted as follows:

Online Cover I • Pre- qualification bid and documents signed on all pages with seal. • Other details prescribed in E: Pre-qualification conditions. • Additional information on products.

Online Cover II • Price bid in the prescribed form available as BOQ (Bill of Quantities) in the website www.etenders.kerala.gov.in.

Tenderers alone will be responsible for submission of defective tenders and such tenders are liable to be summarily rejected.

6. Opening of Tenders: - The online tenders will be opened on the date and time of opening, as notified.

7. Unless accepted in writing, the conditions of the tender document will be valid and no extension of time for submission of tenders will be granted on any account.

8. The Kerala Co-operative Milk Marketing Federation Ltd., is not bound to accept the lowest price bid offer. Managing Director (KCMMF Ltd) has the absolute right to reject any or all the tenders without assigning any reason thereof.

4

9. Jurisdiction: Even though the supply and installations are to be made at different locations of the State, for the purpose of jurisdiction regarding this tender, the court situated in Thiruvananthapuram City alone will have jurisdiction with regard to the Contract.

10. The language of the tender should be English and the corrections, if any, should be attested under seal with full signature.

11. Only the authorized signatory should submit the tender. Power of Attorney authorizing the person to sign all the documents pertaining to this tender shall be submitted in Cover I.

12. The Kerala Co-operative Milk Marketing Federation Ltd reserves the right to vary the quantities of any item with prior notice for the same price bid quoted and accepted by the Kerala Co-operative Milk Marketing Federation Ltd or decide not to purchase at all.

13. At any time prior to the deadline for the submission of tenders, Kerala Co-operative Milk Marketing Federation Ltd may, for any reason, whether at its own initiative or in response to a clarifications requested by any prospective tenderer, may modify the tender documents by amendments and in such an event, it shall be binding on all tenderers who have submitted the tenders online.

14. Amendments if any will be brought to the notice through the online website www.etenders.kerala.gov.in or www.milma.com to all prospective tenderers, and that will be binding on them.

B. TECHNICAL SPECIFICATIONS 1. Please see the Form X for the specification of the items.

2. Once approved by the KCMMF LTD, no further change in the tender will be allowed

C. COMMERCIAL CONDITIONS

1. Earnest Money Deposit (EMD)

The amount of EMD to be furnished along with the tender is specified in the tender notification. No adjustments against any other pending payments to the tenderer from the KCMMF LTD are allowed. EMD shall be submitted online through SBT Internet banking or NEFT of other banks. Tenders without EMD will be summarily rejected. Bank Guarantee for EMD is not acceptable. 2. Delivery, Installation and testing

The supply of hardware, consumables, network cabling, installation, testing etc shall be done within the stipulated time as per the order.

5

Advance intimation should be given to the consignee before starting the works. The successful tenderer shall be liable to complete all hardware / consumable deliveries, cabling installation and testing of the item supplied within the stipulated period from the date of supply order. The supply, working plan and details shall be intimated to the office of the Managing Director, KCMMF LTD, Milma Bhavan, Pattom P.O., Thiruvananthapuram well in advance.

3. Delivery period The materials shall be supplied, installed and tested as per the conditions of the work order. The supply, installation and testing of all the hardware shall be completed within eight weeks from the date of the supply/work order.

4. Price Price quoted shall be final and inclusive in all respects for delivery, installation/cabling and testing (including warranty period if any) for the period of six months from date of opening of the prequalification (PQ) bid or five months from the date of opening of price bid whichever is earlier. Price variation clause will not be entertained. The prices quoted shall be inclusive of all taxes and duties in full, freight, labour and insurance in full, installation charges and other levies if any. Basic price, duties and taxes etc. may be shown separately with the total cost and any reduction of duties/ taxes will be passed on to the KCMMF LTD.

5. Payment- 75 % payment of network hardware shall be released after safe receipt of materials at site and inspection of the same. The balance 25 % of the hardware and 100% of other items /networking/cabling charges shall be released shortly after successful installation, testing of hardware, testing of all connectivity and completion of all the works and on production of Bank guarantee for the 5% of total purchase order value excluding labour charges (serial no.30 to 48) valid one year from the date of successful completion of the work.

6. Consignee The Consignee for the equipment and accessories shall be the Managing Director, Kerala Co-operative Milk Marketing Federation Ltd., Pattom P.O., Thiruvananthapuram.

7. License The licenses if any shall be in the name of Kerala Co-operative Milk Marketing Federation Ltd.

8. Taxes The percentage of taxes and duties quoted in the tender, if any, should be indicated clearly. During the currency of the supply period the price shall remain firm, however, any increase in statutory levies shall be paid on production of documentary 6

evidence and similarly in case of decrease in levies suitable adjustments shall be made while effecting payment.

9. Transport and handling The expenses for transporting the items to location, installation and testing at the location, etc., will have to be borne by the successful tenderer.

D. GENERAL CONDITIONS

1. The tenders should be submitted online through the website www.etenders.kerala.gov.in.

2. The tender should be in the form prescribed for each tender, which is available in the website www.etenders.kerala.gov.in. TENDERS THAT ARE NOT IN THE PRESCRIBED FORM ARE LIABLE TO BE REJECTED.

3. The rates quoted should be for the unit specified in the schedule attached and should be only in Indian Currency. Quotations in any other currency will be liable to be rejected. The column “Total” should also be correctly filled in.

4. Intending tenderers should submit/upload the tenders through the government e-Procurement site www.etenders.kerala.gov.in on or before the due date and time prescribed in the tender notice.

5. Earnest Money Deposit (EMD): EVERY TENDER SHOULD BE ACCOMPANIED BY AN EARNEST MONEY PRESCRIBED. The earnest money shall only be submitted through online internet banking of SBT and NEFT banking of other bank Bank Guarantee towards earnest money for individual tenders will on no account be accepted. CHEQUES/POSTAL ORDERS/DD WILL NOT BE ACCEPTED. TENDER NOT ACCOMPANIED BY SUFFICIENT EARNEST MONEY WILL BE SUMMARILY REJECTED. The earnest money of the unsuccessful tenderers will be returned as soon as possible after the tenders are finalized, but that of the successful tenderer will be adjusted towards, the security that will have to be deposited for the satisfactory fulfilment of the contract. No interest will be paid for the earnest money deposited. Bank guarantees or other security deposited with Kerala Co-operative Milk Marketing Federation Ltd.(Kerala State) will not be accepted in respect of tenders submitted. Tenders which do not comply with the above conditions will be rejected. 6. The online tenders will be opened on the date & time specified in the tender notice. The price bid will be opened on a later notified date. (a) The rate quoted will be considered firm for acceptance till six months from the date of opening of pre-qualification bid or five months from the date opening of the price bid whichever is earlier. If any tenderer withdraws from his tender before the expiry of the period fixed for 7

keeping the rates firm for acceptance, the earnest money deposited by him will stand forfeited to KCMMF Ltd.

(b) Tenders not stipulating period of firmness of price and tenders with price variation clause and or “subject to prior sale” conditions are liable to be summarily rejected.

(c) Tenders submitted subject to conditions will not be considered. They are liable to be summarily rejected on that sole ground, and the EMD will be forfeited.

7. The final acceptance of the tenders rests entirely with the Managing Director, KCMMF Ltd., who does not bind himself to accept the lower or any bid. But the tenderers on their part should be prepared to carry out order in respect of such portion of the supplies included in their tenders as may be allotted to them. In any case, the decision of the Managing Director, KCMMF Ltd., shall be final and no correspondence shall be entered into, as to why a tender was not accepted or why a portion of the item only was ordered.

8. The successful tenderer shall not assign or transfer the contract or the benefits or liabilities or any part thereof to any other person or persons or body corporate. The successful tenderer shall not underlet or sublet to any person or body corporate the execution of the contract or any part thereof without the consent in writing of the Managing Director, KCMMF Ltd., The Managing Director, KCMMF LTD, shall have absolute power to refuse such consent or to rescind, such consent any time, if he is not satisfied with the manner in which the contract is being executed, and no allowance or compensation shall be made to the successful tenderer or sub-successful tenderer up on such rescission. Provided always that if such consent be given at any time the successful tenderer shall not be relieved from any obligation, duty or responsibility under this contract.

9. In case the successful tenderer becomes insolvent or goes into liquidation or makes or proposes to make any assignment for the benefit of his creditors or proposes any composition with his creditors for the settlement of his debits or carries on behalf of his creditors or in case any receiving order or orders for the administration of his estate are made against him or in case the successful tenderer shall commit any act of insolvency or in case in which under any clause or clauses of his contract, the successful tenderer shall have rendered himself liable to damages amounting to the whole of his security deposits the contract shall thereupon, after notice given by Managing Director, KCMMF Ltd., to the successful tenderer, be determined and KCMMF Ltd may complete the contract at the risk and cost of the successful tenderer in such time and manner and by such persons as the Managing Director, KCMMF Ltd., shall think fit. But such determination of the contract shall be without any prejudice to any right of remedy of KCMMF Ltd against the successful tenderer of his sureties in respect of any breach of contract

8

therefore committed by the successful tenderer. All expenses and damages caused to KCMMF Ltd by any breach of contract by the successful tenderer shall be paid by the successful tenderer to KCMMF Ltd and may be recovered from him under the provisions of the Revenue Recovery Act in force in the State.

Every notice hereby required or authorised to be given may be either given to the successful tenderer personally or left at his residence or last known place of abode or business or may be handed over to his agent personally or may be addressed to the successful tenderer by post at his usual or last known place of abode or business and if so addressed and posted shall be deemed to have been sufficiently served on the successful tenderer on the date on which in the ordinary course of mail a letter so addressed and posted would reach his place of abode or business. The successful tenderer shall intimate KCMMF Ltd any change in his place of business or address or e-mail address.

10. The tenderer shall undertake to supply material/other works according to the specifications prescribed.

11. No representations for enhancement of rate once accepted will be considered.

12. Any attempt on the part of the tenderers or their agents to influence KCMMF Ltd in their favour by personal canvassing will disqualify the tenderers.

13. TELEGRAPHIC / FAX /POSTAL TENDER /MANUAL OFFER WILL NOT BE CONSIDERED. ONLY TENDERS SUBMITTED THROUGH GOVERNMENT OF KERALA e-PROCUREMENT WEBSITE www.etenders.kerala.gov.in WILL BE ACCEPTED.

14. The price quoted should be inclusive of all taxes duties etc. which are or may become payable by the successful tenderer under existing or future laws or supply during the course of executions of the contract. It will be assumed that the prices quoted are inclusive of all such taxes duties etc. and extra claims therefore will not be accepted. 15. If any tenderer has Rate/ Running Contract with Director General Successful tenderers & Disposals, New Delhi for the supply of any of the items of stores mentioned in the schedule hereto, a copy of the same should be enclosed with the tender.

16. Special conditions, if any mentioned in the quotation of the tenderer or in any other communication from him will not be applicable to the contract unless they are expressly accepted in writing by the purchaser.

17. Even in case where no alternate purchases are arranged for the materials not supplied, the proportionate portion of the security deposit based on

9

the cost of the materials not supplied at the rates shown in the tender of the defaulter shall be forfeited and balance alone shall be refunded.

18. All incidental expenses incurred by KCMMF Ltd for making payments outside the District in which the claim arises shall be borne by the successful tenderer.

19. The successful tenderer has to bear all the statutory taxes. KCMMF Ltd will make necessary deductions from the payment and issue certificate to that effect.

20. Tenderer will invariably furnish the following certificate with their bills for payment.

“Certified that the goods on which sales tax (Value Added Tax) has been charged have not been exempted under the Central Sales Tax Act or the State Sales Tax Act or the rules made there under and the charges on account of sales tax on these goods are correct under provisions of the relevant Act or the rules made there under certified further that we (or our branch or agent) are registered as dealers in the sale of ……………………………………… Under registration no………………….. For purposes of sales tax”

21. The Courts situated at the place where the headquarters of the Kerala Co-operative Milk Marketing Federation Ltd., is situated viz Thiruvananthapuram alone will have jurisdiction to entertain civil suits pertaining to this contract.

Managing Director, KCMMF LTD Milma Bhavan Pattom P.O, Thiruvananthapuram

10

E. Pre-qualification conditions:

1. The bidder must be in the business of items to be quoted for the last 5 years in Kerala (attach supporting documents).

2. The bidder should provide Authorisation letter from the OEM of passive components (boq items no.1 to 20 and 25 to 28) and for the active components for which MAF is to be provided.

Sl.No. Item Nos MAF email id of the person who Contact phone in Boq Submitted issued the MAF for number of the (Y/N) verification person who issued the MAF for verification 1 1 to 20 2 25 3 26 4 27 5 28

Tenders without valid MAF and email id & telephone number for MAF verification will be summarily rejected.

3. Bidder need to quote for all the items, else the bid will get rejected

4. All bids submitted shall also include the following information: -

Sl.No. Descriptions a Copy of PAN Card b Copy Kerala Commercial tax certificate c Copy of Service Tax Registration Certification d IT Retur for the previous 3 years e P&L and Balance sheet for the previous 3 years The warranty commitment of 20 years for the item nos 27 & 28, need to f be confirmed by the respective OEM (attach copy of the certificate) Tenders without above said details will be summarily rejected.

The tenderer shall provide documentary evidence to prove his eligibility based on all the above pre-qualification criteria along with the Pre-qualification bid.

If the applicant is a joint venture it shall give all the necessary information as described in section 7 below. To qualify a joint venture, the joint venture must

11 jointly satisfy the criteria set out in this section and a copy of the joint venture agreement shall also be furnished. The decision of Kerala Co-operative Milk Marketing Federation Ltd in the evaluation of prequalification bids will be final and without appeal. Kerala Co-operative Milk Marketing Federation Ltd will not be bound to give any reason for the acceptance or the rejection of any firm on any account, whatsoever.

SUBMISSION OF PRE-QUALIFICATION DOCUMENTS: “The Pre-qualification Information” which is annexed hereto shall be duly completed, signed and the tenderer shall upload the pre-qualification documents, issued by Kerala Co-operative Milk Marketing Federation Ltd and the original shall be submitted to the Office of Managing Director, KCMMF LTD on or before the tender opening date. Original will govern whenever there are any discrepancies between the original and the copy.

LANGUAGE OF APPLICATION: All the information must be submitted in English.

COST INCURRED BY THE APPLICANT: The cost incurred by the applicant in preparing the application, in providing clarifications or attending discussions and conference in connection with the document will not be reimbursed under any circumstances.

METHOD OF APPLYING:

If the applicant is a partnership firm, it shall be signed by the authorized partner/(s) of the firm above their full type written names and current address, or alternatively, by a power of attorney for the firm, by signing the application, in which case, a certified copy of the power of attorney shall accompany the application. A certified copy of the partnership deed and current addresses of all the partners of the firm shall also accompany the application. All the above documents should be scanned and uploaded.

If the application is made by a Company incorporated under Indian Companies Act or having this status, it shall be signed by a duly authorized person holding the Power of Attorney for signing the application, in which case, a certified copy of the Power of Attorney shall accompany the application.

If the application is made by a group of firms or a joint venture consortia, the lead firm shall submit complete information with regard to all the information required, in the forms pertaining to each firm in the group, and shall state in the covering letter attached to the application as to which of the firm shall have the responsibility for applying for bid, submission of bid and completion of contract documents, and furnish evidence admissible in law in respect of the authority assigned to such firm on behalf of the group of firms applying for the bid, submission of bid and for completion of contract documents. The full information and satisfactory evidence pertaining to the

12 participation and responsibility of each member firm or group of firms making the application shall be furnished along with the pre-qualification document duly signed by each firm. The lead firm should be clearly identified and the responsibility of the lead and other firms should by defined by the applicant.

POSTAL DELAY: Kerala Co-operative Milk Marketing Federation Ltd will not be responsible for any kind of postal delay.

INFORMATION TO BE FURNISHED ONLINE BY THE APPLICANT: The firms are required to give complete information online as asked for in the “PRE-QUALIFICATION INFORMATION” (SECTION – II). The various forms attached to this pre-qualification information (Section –II) are to be filled up by the applicant without any alterations or modifications of their own to the details called for. Preparing information in new pro-forma devised by the applicant, avoiding the information intended to be furnished in the prescribed formats or not filling all the details called for in the prescribed formats may make the application liable to be rejected. The details furnished or the replies to the questions should be complete in all respects. In case the information or reply is “NIL” or “NOT APPLICABLE”, etc. it should be invariably mentioned rather than leaving space blank or with some marks. It is desired that the applicants shall indicate all the relevant information on the type of the work done, location of the works, name of project and clients, the date of execution of contract and the amount of work under the relevant columns of the format. Also under the columns “Brief technical description” wherever appearing in the aforesaid formats, the applicant should mention the size of the work done, working methods and site conditions encountered. Forms are to be typed/written neatly and applicant’s name must appear on each page of the application. In the event of space provided in the forms being inadequate for entries, or if the applicant wishes to furnish additional information, it may be inserted on a separate sheet with appropriate references.

DECLARATION BY THE APPLICANT: The declaration by the applicants that they are not having any connection directly or indirectly with KCMMF Ltd.’s employees who are in charge of this work, should be signed and attested in the declaration form attached and uploaded.

OVER WRITING: All overwriting or corrections shall be attested with applicant’s initials in ink under seal.

(Sd/-) MANAGING DIRECTOR, KCMMF LTD

13

DECLARATION BY THE BIDDERS

I,…………………………………………………………………………………………

…… (name of the authorised signatory)

………………………………………………………… hereby declare that I am not in any way related to any Department’s servant who is in charge of or having control of this work. I agree that if, at any stage it is found that this declaration is untrue, the bid security/performance security furnished by me will be forfeited and the contract entered into will stand cancelled. It is understood that the relationship with KCMMF Ltd.’s servant referred to herein will be restricted to my Father, Mother, Son, Daughter, Brother, Sister,

Direct Uncle, Nephew, Father-in-law, Mother-in-law, Brother-in-law, Sister- in-law and first cousins of the officers or officials concerned.

Signature of the authorised signatory of the Applicant/Firm

Place:

Date:

14

FORM – I

1 Name of the Applicant/Firm

2 Nationality of the Applicant/Firm

Head Office address (with Taluk & Panchayat) Fax Number Telephone Number E – Mail 3 Year and place of the establishment of the company

4 Former name of the company, if any

5 The Applicant is a) a propriety firm b) a limited company or limited corporation c) a member of a group of companies d) a subsidiary of a large corporation e) joint venture consortia 6 Number of years of experience in supply and installation of equipments: a) as a prime successful tenderer (i) In own country (ii) Other countries (specify the country) (iii) To whom should references be made

b) in a joint venture (i) In own country (ii) Other countries (specify the country) (iii) To whom the references should be made 7 Are you registered with any Government/ Department/Public Sector Undertaking in , (if yes, give details)

15

8 Do you engage other firms for supply & installation? If so, under what circumstances and the type of works you sublet. Give details.

9 How many years have your organization been in business under your present name? 10 Have you in any capacity ever not completed any work awarded to you? (If so, give the name of project and reason for not completing the work) 11 In how many projects you were imposed penalties for delay? Please give details.

12 How do you describe your firm? (i) Manufacturer. (ii) Successful tenderer. (iii)Total solution provider. (iv) Others (Specify) Select more than one item if necessary.

13 In what other line of business are you financially interested?

14 Do you intend to associate any other organization for the works for which you are bidding? If so, please give full particulars of that organization separately. 15 Have you ever been denied tendering facilities by any Government/Department/Public Sector Undertaking? (Give details)

16 Information regarding any current litigation in which the tenderer is involved.

Signature of the authorised signatory of the Applicant/Firm

16

FORM – II MEMBER OF A GROUP OF COMPANIES (If the applicant is a member of a group of companies please give the following information; otherwise state “not applicable”)

1 Name and address of Group :

2 Name and address and description : of other companies in the Group

3 Name and address of the Bankers :

Signature of the authorised signatory of the Applicant/Firm

17

FORM – III

SUBSIDIARY OF A LARGE CORPORATION (If the applicant is a subsidiary of a large corporation please give the following information; otherwise state “not applicable”)

1 Name and address of parent : organization

2 State the involvement if any, the : parent company have in the project

3 Name and address of the Bankers :

Signature of the authorised signatory of the Applicant/Firm

18

FORM – IV JOINT VENTURE (If the applicant intend to enter into a joint venture for the project please give the following information; otherwise state “not applicable”)

1 Name and address of joint venture :

2 Name and address of all partners of : joint venture

3 Name and address of the Bankers : to the joint venture

Certified that the following documents are attached

1. Details of the responsibility of the firm leading the joint venture and responsibility or other joint venture partners.

2. Details regarding financial participation of each firm in the joint venture.

3. Certified copy of the agreement to the joint venture. Signature of the authorised signatory of the Applicant/Firm

Signature of the authorised signatory of the Applicant/Firm

19

FORM – V

FINANCIAL STATEMENT (Must be given separately for each partner in case of joint venture)

1 Name of firm :

2 Name of partners/Director :

3 Capital : (a) Authorised :

(b) Issued and paid-up 4 (a) What is the maximum annual : value of the project that you can handle? :

(b) What is the maximum value of the project that you have handled so far?

5 Have you ever been declared : bankrupt? (If yes, please give details in separate sheet)

Certified that the following documents are furnished along with the Pre-qualification Bid

1. Balance sheet and profit and loss statement with auditors report for last 3 years.

Signature of the authorised signatory of the Applicant/Firm

Note: Fiscal year of the company can be followed.

20

FORM – VI

KEY TECHNICAL PERSONNEL IN KERALA STATE Sl. Name Designation Qualification Experience Location No. in Years

Signature of the authorised signatory of the Applicant/Firm

21

FORM – VII DETAILS OF OFFICES/SERVICE CENTRES IN KERALA

Complete address with telephone, fax, and email.

Signature of the authorised signatory of the Applicant/Firm

22

FORM – VIII FINANCIAL INFORMATION (LAST 3 YEARS)

1 Working Capital

2 Foreign Investment

3 Turn Over

4 Gross Profit

5 Net Profits after taxation

6 Current ratio (Current assets to current liabilities)

7 Total liabilities to net worth

Signature of the authorised signatory of the Applicant/Firm

23

FORM IX

LIST OF MAJOR CLIENTS

Signature of the authorised signatory of the Applicant/Firm

24

FORM X GUARANTEED TECHNICAL PARTICULARS OF THE PRODUCT QUOTED

General Terms and Conditions; Networking Components - Preferred brands : Panduit, Belden, R&M Items listed in serial number 1 to 20 are to be from the same OEM MAF required from the OEM For item listed in serial number 27 and 28 : Preferred brand:Cisco, HP, Brocade MAF required from the OEM Both the Base Switch and Modules are to be from the same OEM Free replacement warranty 20 years for the base switch and 1 year for the modules For item listed in serial number 25 and 26 Preferred Brand: SE President, Rittal, Panduit All the accessories are to be from the same OEM Specification for Network Cable Infrastructure

Serial Nos as in BOQ Serial No.1. CAT6 UTP Cable

Preferred Brand : Panduit / Belden / R&M Compliance Specifications Remarks Yes/No Quoted Brand : ...... Type: 4 Pair Cable, with integral cross -member pair separator for uniform characteristic impedance Standardization: ISO/IEC 11801 2nd Ed.; IEC 61156-5 2nd Ed.; EN 50173-1; EN 50288-6-1; EIA/TIA 568B.2.1

Cable overall diameter: Ø 6.3 ± 0.12 mm. Should have tensile strength of 100N Cable jacket characteristics: flame-retardant The cable should have 100ohm impedance and tested for data transmission frequencies up to 450MHz  Mechanical Test Ultimate Breaking Strength: >400 N (90 lbf) Minimum Bend Radius: ≥35mm without load, ≥55mm with load  Electrical Test

25

DC Resistance: ≤14.5 /100 m DC Resistance Unbalance ≤2% Mutual Capacitance: 4.4pF/100m max. Capacitance Unbalance: ≤150pF/100m max. Propagation Velocity: 67% approx

Serial No. 2. Information Outlet, CAT6 1 x RJ45, unshielded Preferred Brand : Panduit / Belden / R&M Compliance Specifications Remarks Yes/No Quoted Brand : ...... RJ45 connection module of Category 6, for the establishing of transmission channels of class E with up to 4 plugged connections, complies with Category 6 requirements of the standards ISO/IEC 11801:2002, EN 50173-1: May 2007, DIN EN 50173-1: Dec. 2007 as well as ANSI/TIA/EIA 568-B.2-1, de-embedded tested in acc. with IEC 60603-7-4, interoperable and backwards compatible with Cat.5e and Cat.5 Suitable for 10GBase-T applications in acc. with IEEE 802.3an up to 500 MHz and 55 m Compatible with RJ standard plugs (RJ11, RJ12, RJ45), PCB-free and tool-free Easy-Lock connection of installation cables AWG 24 – 22 (0.5 mm – 0.65 mm) and flexible cables AWG 26/7 – AWG 22/7 Parallel pair termination without crossover in acc. with EIA/TIA 568-A/B, gold-plated bronze contacts for >1000 mating cycles, IDC contacts with single-wire strain relief and >20 insertion cycles, contact resistance <50 mOhm, dielectric strength >1000 Veff Material: halogen-free and heavy-metal free in acc. with EU directives RoHS and WEEE. Housing material: Polycarbonate (UL- 94-V0) Connection module Cat.6, unshielded, with dust cover, mounting plate, cable tie and installation instructions

Serial Nos. 3,4,5 Face plate 1/2/4 Ports Preferred Brand : Panduit / Belden / R&M Compliance Specifications Remarks Yes/No Quoted Brand : ......

Material: ABS or PC + ABS Color pure : white Type: Square or Rectangle type Faceplate Suitable for RJ45 connection modules, connection module ISDN 1/2/4xRJ45

26

Serial No. 6. Back Box for Face Plate Preferred Brand : Panduit / Belden / R&M Specifications Compliance Yes/No Remarks Quoted Brand : ...... Back Box for Face Plate

Serial No.7. 19” 1U 24 Port Unsheilded Patch Panal Preferred Brand : Panduit / Belden / R&M Compliance Specifications Remarks Yes/No Quoted Brand : ...... Patch panel with 19" fastening kit, labeling field, accepting the snap-in type color coding clips in 8 colors Material: sub-rack made of sheet steel (DC01A) 1.5 mm, color :Black, screen made of plastic (ABS), halogen-free Information Outlet or connection module should comply with the specification mentioned above Mounting dimensions 14.9 x 19.5 mm, max. material thickness 1.6 mm

Serial Nos. 8,9& 10 Patch Cord, UTP 4P, CAT6, length 1.0/2.0/3.0m Preferred Brand : Panduit / Belden / R&M Compliance Specifications Remarks Yes/No Quoted Brand : ...... Standardization: Compliant with Cat.6, Class E requirements: ISO/IEC 11801 2nd Edition Compliant with Cat.6 component standards IEC 60603-7-4 and 60603-7-5 Cable shield: U/UTP Number of conductors: 8 Stranding: 4x2 Cable jacket characteristics: cable, metal-free Cable overall diameter: 5.6mm Tube / Wire type: stranded conductor Conductor diameter: 1.02 Plug to have two physically separated levels and all 8 wires need to be separated by dielectrically Colour: Green & Yellow

Serial No.11 CAT6A STP CABLE box of 500 Mtr Preferred Brand : Panduit / Belden / R&M Compliance Specifications Remarks Yes/No

27

Quoted Brand : ...... Type: Pair-shielded 100 Ohm installation cable with overall braided screen, suitable for transmission frequencies of up to 600 MHz Standardization: ISO/IEC 11801 2nd Ed.; IEC 61156-5 2nd Ed.; EN 50173-1; EN 50288-6-1; EIA/TIA 568B.2.1 Cable overall diameter: Ø 6.3 ± 0.12 mm Cable jacket characteristics: flame-retardant Should have tensile strength of 100N Cable jacket characteristics: flame-retardant The cable should have 100ohm impedance and tested for data transmission frequencies up to 600MHz  Mechanical Test Ultimate Breaking Strength: >400 N (90 lbf) Temperature Range: during operation – 20°C…+ 60°C  Electrical Test DC Resistance: ≤16.5 /100 m DC Resistance Unbalance ≤2% Mutual Capacitance: 43 pF/m max. Capacitance Unbalance: ≤1500pF/Km max. Propagation Velocity: 67% approx..

Serial No.12 Information Outlet, CAT6A STP 1 x RJ45, shielded Preferred Brand : Panduit / Belden / R&M Compliance Specifications Remarks Yes/No Quoted Brand : ...... RJ45 connection module of Category 6a/6, for the establishing of transmission channels of class EA and E with up to 4 plugged connections, complies with Category 6 requirements of the standards ISO/IEC 11801:2002, EN 50173-1: May 2007, DIN EN 50173-1: Dec. 2007 as well as ANSI/TIA/EIA 568-B.2-1, de- embedded tested in acc. with IEC 60603-7-4, interoperable and backwards compatible with Cat.5e and Cat.5 Suitable for 10GBase-T applications in acc. with IEEE 802.3an up to 500 MHz and 55 m Compatible with RJ standard plugs (RJ11, RJ12, RJ45), PCB-free and tool-free Easy-Lock connection of installation cables AWG 24 – 22 (0.5 mm – 0.65 mm) and flexible cables AWG 26/7 – AWG 22/7 Parallel pair termination without crossover in acc. with EIA/TIA 568-A/B, gold-plated bronze contacts for >1000 mating cycles, IDC contacts with single-wire strain relief and >20 insertion cycles, contact resistance <50 mOhm, dielectric strength >1000 Veff. Material: halogen-free and heavy-metal free in acc. with EU directives RoHS and WEEE. Housing material: Polycarbonate (UL- 94-V0)

28

Connection module 10G, shielded, with dust cover, mounting plate, cable tie and installation instructions

Serial No.13 24 por Cat 6A STP Patch Panel- Loaded with 10 Nos of I/O Preferred Brand : Panduit / Belden / R&M Compliance Specifications Remarks Yes/No Quoted Brand : ...... Patch panel with integrated cable tie shelf, 19" fastening kit, labeling field, accepting the snap-in type color coding clips in 8 colors Material: sub-rack made of sheet steel (DC01A) 1.5 mm, color blue chromatized, screen made of plastic (ABS), halogen-free, color medium gray (NCS 2502-B) Cable overall diameter: Ø 6.3 ± 0.12 mm Information Outlet or connection module should comply with the specification mentioned above in 1.2 Should have tensile strength of 100N Mounting dimensions 14.9 x 19.5 mm, max. material thickness 1.6 mm

Serial Nos.14 & 15 Patch Cord, STP 4P, LSFRZH, Cat.6, length 1.0/ 2.0 m Preferred Brand : Panduit / Belden / R&M Compliance Specifications Remarks Yes/No Quoted Brand : ...... Flexible cable, S/FTP, 4 x 2 x 0.14 (AWG 26), color gray, mounted on both sides with RJ45 connectors compliant with Cat.6 component standard. Key standard: IEC 60603-7 RJ45 category 6; IEC 60603-7-1 to 5 Complies with requirements of Cat.6 for the establishing of transmission links of class E and class EA in acc. with ISO/IEC 11801: 2002 and EN 50173-1: May 2007 Suitable for 10GBase-T applications in acc. with IEEE 802.3an. Low-smoke in acc. with IEC 61034, flame-retardant in acc. with IEC 60332-3C and halogen-free in acc. with IEC 60754-1 Halogen-free and heavy-metal-free in acc. with the EU directives RoHS and WEEE. Permanent quality assurance through the "GHMT PREMIUM Verification Program" including certificate and test report acc. to DIN EN ISO/IEC 17025. Can accommodate color coding and mechanical coding "Easy Latch", "Data Safe Lock" and "Safe-Clip". Strain-relief function in acc. with TIA/EIA 568-B.1-1

Serial No.16. 12 Core Central loose tube SM direct burial armoured cable Preferred Brand : Panduit / Belden / R&M Compliance Specifications Remarks Yes/No Quoted Brand : ......

Fiber: Single mode (SM) E9/125

29

The outdoor cable for applications in harsh conditions Standardization: ISO/IEC 11801:2002; ITU-T G.652.D ; IEC 60793-2- 50:2004, B 1.3; IEC 60794-1-2 E1; IEC 60794-1-2 E11; IEC 60794-1- 2 E3; IEC 60794-1-2 F1; IEC60332-1; IEC 60332-3C; IEC 61034; IEC 60754-2 It contains a central gel-filled loose tube of a diameter of 2.8 mm for 2 – 16 fibers or 3.5 mm for 18 - 24 fibers The outer sheath is made of a 0.155 mm corrugated steel armor plus a 1.5 mm PE sheath  Testing methods are in accordance with the following standards: IEC 60793-1-XX: 2002; EN 60793-1-XX: 2002 Core: The core is germanium doped Coating: The fiber coating is dual layer UV curable acrylate. Cable jacket characteristics: cable, water-tight, PE Tube/Wire Type: Loose tube, gel filled Cable armoring: Steel armored Single mode fibre provides improved performance across the entire 1260 nm to 1625 nm wavelength spectrum due to its low attenuation in 1383 nm the water-peak region  Dimensional and mechanical properties Property Value Standard 125.0 ± Cladding diameter (μm) IEC/EN 60793-1-20 1.0 Cladding non-circularity (%) ≤ 0.7 IEC/EN 60793-1-20 Core non-circularity (%) ≤ 6 IEC/EN 60793-1-20 Core-cladding concentricity ≤ 0.5 IEC/EN 60793-1-20 error (μm) Primary coating diameter - 242 ± 7.0 IEC/EN 60793-1-21 uncolored (μm) Primary coating diameter - 250 ± 15 IEC/EN 60793-1-21 colored (μm) Primary coating non- ≤ 5 IEC/EN 60793-1-21 circularity (%) Primary coating-cladding ≤ 12.0 IEC/EN 60793-1-21 concentricity error (μm) ≥ 0.7 (≈ 1 Proof stress level (GPa) IEC/EN 60793-1-30 %) Typical average strip force 1.7 IEC/EN 60793-1-32 (N) 1.0≤Fpeak Strip force (peak) (N) IEC/EN 60793-1-32 srip≤ 8.9 Chromatic dispersion coefficient: In the interval 1285 nm – 1330 nm (ps/km • nm) ≤ │3│ At 1550 nm (ps/km • nm) ≤ IEC/EN 60793-1-42 18.0 At 1625 nm (ps/km • nm) ≤ 22.0 Zero dispersion wavelength, λ 0 (nm) 1312 ± 10 Polarization mode dispersion IEC/EN 60793-1-48 (PMD) coefficient, cabled ≤ 0.5 (ps/√km) PMDQ Link Design Value ≤ 0.2 IEC/EN 60794 - 3 (ps/√km)  Optical properties Attenuation (of cable with fibres): In the range 1310 nm - 1625 nm: ≤ 0.39 dB/km, At 1550 nm: ≤ 0.25 dB/km In homogeneity of OTDR trace for any two 1000 metre fibre lengths

30

Max.: 0.1 dB/km Group index of refraction: At 1310 / 1550 / 1625 nm 1.467

Serial No.17 Fiber splice Shelf(LIU) Loaded -12 LC Duplex Preferred Brand : Panduit / Belden / R&M Compliance Specifications Remarks Yes/No Quoted Brand : ...... Splicing and patching box, mounting depth minimum 230 mm, infinitely adjustable over 55 mm, lower level, a two-stage pull-out, serves as storage area for the loose tube working reserve Colour: Grey Material: powder-coated sheet steel Cold – constant  Temperature: Down to minus 10° Celsius  Heat – constant Temperature: Up to 55° Celsius  Damp heat – cyclic Lower temperature: 25° Celsius Upper temperature: 55° Celsius  Vibration test Frequency response: 10 to 150 Hz Excursion: 0.3 mm PP Acceleration: 2g max.  Shock test Acceleration: 15g Extent: 3 pos. + 3 neg. impulses per axis LC pigtail Single mode OS1, OS2 2.5 mtrs Pigtail with semi-tight buffer PA/PBT, Ø 0.9 mm, yellow, single mode G652.D 9/125 μm (OS1, OS2), length 2.5 m Fitted with one SC connector in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connector tuned in accordance with IEC 61755-3-1 and qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Blue connector housing (single mode), material PBT / UL 94 V-0, blue strain relief, material TPE / UL 94 V-0 and plastic dust cover.  Optical specifications (random mated): Performance acc. to IEC 61753-1 (Table A.12): o Insertion loss (IL) grade C for 97% of the tested specimen: ≤ 0.50 dB / typical ≤ 0.25 dB o Return loss (RL) grade 2: ≥ 45 dB (typical ≥ 55 dB)

 Mechanical specifications: Mating cycles: delta IL < 0.2 dB after 500 mating cycles. Pull-out force fiber pigtail: ≥ 5 N Adapter LC-Duplex PC, blue, SM  LC-Duplex adapter single mode in acc. with IEC 61754-4. Adapter qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Body plus flange and two hexagonal nuts M2 plus integral quick- mounting clip for screw mounting Phosphor bronze alignment sleeve, blue plastic housing (single mode) / UL 94 V-0, plastic dust cover

31

 Optical specifications: o Delta insertion loss: ≤ 0.3 dB, testing method acc. to IEC 61300-3-4  Mechanical specifications: o Mating cycles: min. 500 o Pull-out force: min. 70 N (per connector)

Serial Nos. 18&19 LC-SC Duplex Single mode patch cord (1 & 2 Mtr) Preferred Brand : Panduit / Belden / R&M Compliance Specifications Remarks Yes/No Quoted Brand : ...... Patch cord with LSZH jacket, F8 2.0x4.1 mm, yellow, single mode G652.D 9/125 μm (OS1, OS2). Fitted with one LC-Duplex PC and one SC-Duplex PC connector – Connector color: blue Mounted one side with LC-Duplex connectors in acc. with IEC 61754-20. Zirconia (ceramic) ferrule with a PC polished endface geometry, connector qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Blue connector housing (singlemode), blue duplex clip, material PEI / UL 94 V-0, blue strain relief and white plastic dust cover. Mounted one side with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Blue connector housing (single mode), material PBT / UL 94 V-0, black duplex clip, blue strain relief, material TPE / UL 94 V-0 and plastic dust cover  Optical specifications (random mated): o Performance acc. to IEC 61753-1 (Table A.12): o Insertion loss (IL) grade D for 97% of the tested specimen: ≤ 1.00 dB / typical ≤ 0.50 dB o Return loss (RL) grade 3: ≥ 35 dB o Mechanical specifications: o Mating cycles: delta IL < 0.2 dB after 500 mating cycles o Pull-out force patch cord: ≥ 100 N (per connector)

Serial Nos. 20 LC-SC Duplex multi mode 50 micron patch cord (2 Mtr) Preferred Brand : Panduit / Belden / R&M Compliance Specifications Remarks Yes/No Quoted Brand : ...... Patch cord with LSZH jacket, F8 2.0x4.1 mm, multimode G50 50/125 μm (OM3) Fitted with one SC-Duplex PC and one LC-Duplex PC connector Mounted one side with LC-Duplex connectors in acc. with IEC 61754-20. Zirconia (ceramic) ferrule with a PC polished endface geometry, connector qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Connector housing , duplex clip, material PEI / UL 94 V-0, strain relief and white plastic dust cover..

32

Mounted one side with SC-Duplex connectors in acc. with IEC 61754-4. Zirconia (ceramic) ferrule with a PC polished endface geometry, connectors qualified in acc. with IEC 61753-1 for category U (uncontrolled environment). Connector housing material PBT / UL 94 V-0, duplex clip, strain relief, material TPE / UL 94 V-0 and plastic dust cover

 Optical specifications (random mated): 1. Performance acc. to IEC 61753-1 (Table A.12): 2. Insertion loss (IL) grade M for 100% of the tested specimen: ≤ 0.75 dB / typical ≤ 0.35 3. Return loss (RL) grade 4: ≥ 26 dB

1. Mechanical Specifications: Mating cycles: delta II. < 0.2 dB after 500 mating cycles Pull-out force patch cord ≥ 100 N (per connector)

Serial No.21. 40mm HDPE Pipe Specifications Compliance Yes/No Remarks Brand : Reputed Brands (ISI Approved) 40mm HDPE Pipe

Serial No. 22. 50 mm PVC Casing & Caping Specifications Compliance Yes/No Remarks Brand : Reputed Brands (ISI Approved) 50mm PVC Casing & Caping

Serial No. 23. 32mm PVC Casing & Caping Specifications Compliance Yes/No Remarks Brand : Reputed Brands (ISI Approved) 32mm PVC Casing & Caping

Serial No. 24. 25mm PVC Conduit Specifications Compliance Yes/No Remarks Brand : Reputed Brands (ISI Approved) 25mm PVC Conduit

Serial No. 25. 15U 600MM X 500MM Double Section Wall Mount Rack Preferred Brand : SE President, Rittal, Panduit Compliance Specifications Remarks Yes/No Quoted Brand : ...... Property Details 15U. Overall Height 735.5 MM & Usable Height 671.0 Height MM

33

Width 600MM. 500MM. Rear 100MM is fixed to wall and front Depth 400MM deep portion for mounting equipments Front Glass toughened, with easy detachable hinges. Front Door Single Door Rear Door N.A PDU 1U,19” indian round pin socket 6x5Amp, with Power Indicator + 10 Amp fuse and 1.5 meter feed cable Distribution Unit and 3 pin plug . Single PDU offered. Hardware Packet HRDWRE,FRNT PNL,SQR,PKT OF 10 Load Carrying 20KG Capacity Color Grey DIN Standard Confirms to DIN 41494 standards Environmental ROHS Compliant ISO Certification ISO 9001- 2000, ISO 14001-2004 Nano Ceramic pre treatment process using Powder Coating zirconium coat (Thickness 80 to 100 Micron) 19” Mounting Adjustable 19” Mounting Angle pair with U marking Angle position at front Top cover with cable entry cutout & fan with figure Cover Top guard. Cover Bottom Bottom cover with cable entry cutout. Cable Manager CABLE MANAGER, 1U, 19" PVC LOOPS – 2Nos Lock CAM LOCK, COMMON KEY CANTILEVER CANTILEVER SHELF,19",1U/255mmD SHELF FAN FAN 230VAC 90 CFM – 2 Nos.

34

Serial No. 26. SERVER RACK 42U Preferred Brand : SE President/Rittal/Panduit Compliance Specifications Remarks Yes/No Quoted Brand : ...... 1. General Specification: 1.1. The server rack frame should be robust and made of vertical heavy grade aluminum profiles according to IS 1060 H2 standard connected to CRCA steel end frames. 1.2. The 19” mounting angles at front and rear should be fully

recessible. 1.3. The sides shall be covered with steel panels with IS 513 Gr D standard and front and rear section shall be provided with access door fully perforated. 1.4. The rack should be provided with cable access roof and bottom cover for routing cables inside the cabinet. 1.5. The rack should be able to carry load of 850 Kgs. Accessibility should made easy installation and maintenance 2. Overall Dimensions: The server cabinet shall have the overall dimensions of 2068mm (H) x 600mm (W) x 1200mm (D). The rack should have total equipment usable height of 42U

3. 19” Mounting angle: 3.1. The 19” mounting angles should be provided in pairs at front and rear as per the DIN 41494 standard. 3.2. The rear 19” angles at front and rear should be fully recessible. 3.3. Internal dimensions should be as per DIN 41494 / EIA 310-D. 3.4. U marking should be done on the angle from bottom to top for easy management. 4. Front & rear doors and side panels: 4.1. Front and rear doors should be fully perforated (Hexagonal perforation) with minimum perforated area of 65% and cell opening ratio of 70% for better air flow into and outside the rack. 4.2. Doors shall be hinged from inside and easy removable. The side panels should be easily detachable with slam lock. Side panels should have stiffener to provide stiffness. 4.3. Both doors and side panels should be tool less installable. 5. Cable Management: 5.1. The top and bottom covers shall be provided with the cable entry cutouts and should be covered with gland plates. 5.2. The rack shall be provided with 4 numbers of horizontal cable managers with loops for routing the cables horizontally at front in a structured manner without any sagging of cable bunches. 5.3. 2 numbers of Vertical cable managers shall be provided at the rear for routing of data and power cables vertically and avoiding the waterfall of cables

35

6. Thermal Management: 6.1. The rack should be provided with superior ventilation with the

hexagonal perforated door 6.2. The rear doors shall have 4 numbers of fans for enhancing the air flow, which shall be placed at any height of the cabinet. 6.3. Side sealing kit should be provided to cover the space between 19” angle and the side panels in order to avoid leakage of cold air through gaps. Blanking panels to be provided for the empty U spaces to avoid leakage of cold air

6.4. Aisle containment may be provided if the heat load per cabinet increases more than 5 KW 6.5. 20 numbers of tool-less 19” Blanking panels to be provided for the empty U spaces to avoid leakage of cold air 7. Access control - Security: 7.1. The rack shall be provided with swing handle lock with common key for both front and rear door. 7.2. Racks should also be compatible with the intelligent access control for high end authentication. The rack should also be provided with 2 or 3 factor authentication configuration to provide access to the rack. There should be unique pin code or proximity card/smart card and biometric security system. Any combination shall be used for access control. 8. Powder coating: 8.1. Rack shall be powder coated with Nano ceramic pre-treatment process using a zirconium coat. The Powder coating process shall be ROHS compliant. 8.2. Powder coating thickness shall be 80 to 100 microns. 8.3. The colour of the powder coat shall be Black 9. Hardware:

9.1. The rack should be provided with front panel captive hardware set in a pack of 20 which helps in directly mounting the 19” equipments. 9.2. 4 Numbers of heavy duty Caster Wheels to be provided

9.3. Base of the rack shall be provided with base frame for more rigidity, uniform distribution of load and to minimize air mixing and loses

10. PDU: 10.1. The rack should consist of 2 numbers of PDU and it consists

of 12 numbers of Indian round pin octagonal sockets with 16 Amp MCB and Indicator with 3mtr Cable.

11. Grounding: 11.1. All the rack components should be internally, electrically connected and to be provided with the single point extension for cabinet grounding. The rack should also consist of the earthing bar for equipment grounding. 12. Shelf 12.1 : 19" x 725mm Heavy Duty Shelf – 2 Numbers 12.2 : Rotary Keyboard Tray – 1 Number

36

Serial No.27. Rack Mountable 24 x 10/100/1000 Ports, Four 1G/10G Giga Ports populated with 2 x 1 Gbps Single Mode [SM] Modules Preferred Brand : CISCO/HP/BROCADE Compliance Sr. No Specifications Remarks Yes/No A Quoted Brand : ...... Model No...... 1 Architecture 1.1 Shall be 1RU, 19" Rack Mountable 1.2 24 RJ-45 autosensing 10/100/1000 ports 1.3 The switch shall support up to Four 1G/10-Gigabit ports in addition to the above ports. Populated with 2 x 1Gbps Single mode [SM] Modules 1.4 1 RJ-45 serial console port 1.5 1 GB SDRAM and 128 MB flash 1.6 Shall have switching capacity of 128 Gbps 1.7 Shall have up to 95 million pps switching throughput 2 Resiliency 2.1 Shall have the capability to extend the control plane across multiple active switches making it a virtual switching fabric, enabling interconnected switches to perform as single Layer-2 switch and Layer-3 router 2.2 Shall support virtual switching fabric creation across four switches. The ports for virtual fabric creation shall be in addition to the uplink ports mentioned above 2.3 Shall support internal or external redundant power supply 2.4 IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol 2.5 IEEE 802.3ad Link Aggregation Control Protocol (LACP) 3 Layer 2 Features 3.1 Shall support up to 16K MAC Address Table 3.2 Shall support IEEE 802.1Q-based VLANs (4,094 VLAN IDs) 3.3 Shall support Jumbo frames on GbE and 10GbE ports 3.4 Internet Group Management Protocol (IGMP) 3.5 Multicast Listener Discovery (MLD) snooping 3.6 IEEE 802.1AB Link Layer Discovery Protocol (LLDP) 3.7 Shall support Voice VLAN feature to automatically assigns VLAN and priority to devices like IP phones 4 Layer 3 Features (any additional licenses required shall be included) 4.1 Static Routing for IPv4 4.2 Static Routing for IPv6 4.3 Routing Information Protocol (RIP) to provide RIPv1 and RIPv2 routing 5 QoS and Security Features 5.1 Access Control Lists for Layer 2 to Layer 4 traffic filtering 5.2 Traffic classification using multiple match criteria based on Layer 2, 3, and 4 information 5.3 Powerful QoS feature supporting strict priority (SP) queuing, weighted round robin (WRR)

37

5.4 IEEE 802.1x to provide port-based user authentication with multiple 802.1x authentication sessions per port 5.5 Media access control (MAC) authentication to provide simple authentication based on a user's MAC address 5.6 Dynamic Host Configuration Protocol (DHCP) snooping to prevent unauthorized DHCP servers 5.7 Port security and port isolation 6 Management Features 6.1 Configuration through the CLI, console, Telnet, SSH and Web Management 6.2 SNMPv1, v2, and v3 and Remote monitoring (RMON) support 6.3 sFlow (RFC 3176) or equivalent for traffic analysis 6.4 Management security through multiple privilege levels 6.5 FTP, TFTP, and Secure FTP support 6.6 Port mirroring to mirror ingress/egress ACL-selected traffic from a switch port or VLAN to a local or remote switch port 6.7 RADIUS/TACACS+ for switch security access administration 6.8 Network Time Protocol (NTP) or equivalent support 6.9 Shall have Ethernet OAM (IEEE 802.3ah) management capability 6.10 Software Defined Networking Ready with Openflow or equivalent protocol support 7 Environmental Features 7.1 Shall provide support for RoHS and WEEE regulations 7.2 Shall have features to improve energy efficiency like variable-speed fans, shutoff unused ports etc 7.3 Operating temperature of 0°C to 45°C 7.4 Maximum power rating of 150 Watts 7.5 Safety and Emission standards including UL 60950-1; IEC 60950-1; VCCI Class A; EN 55022 Class A 8 Warranty and Support The below Warranty shall be offered directly from the switch OEM. 8.1 Lifetime warranty with advance replacement and next-business-day delivery. 1 Year for the Modules 8.2 Minimum 20 Years warranty for the base Switch

Serial No.28. Rack Mountable 24 x 10/100/1000 Ports, Four 1G/10G Giga Ports populated with 2 x 1 Gbps Multi Mode [MM] Modules Preferred Brand : CISCO/HP/BROCADE Compliance Sr. No Specifications Remarks Yes/No A Quoted Brand: ...... Model No:...... 1 Architecture 1.1 Shall be 1RU, 19" Rack Mountable 1.2 24 RJ-45 autosensing 10/100/1000 ports 1.3 The switch shall support up to Four 1G/10-Gigabit ports in addition to the above ports. Populated with 2 x 1Gbps Multi Mode [MM] Modules 1.4 1 RJ-45 serial console port 1.5 1 GB SDRAM and 128 MB flash

38

1.6 Shall have switching capacity of 128 Gbps 1.7 Shall have up to 95 million pps switching throughput 2 Resiliency 2.1 Shall have the capability to extend the control plane across multiple active switches making it a virtual switching fabric, enabling interconnected switches to perform as single Layer-2 switch and Layer- 3 router 2.2 Shall support virtual switching fabric creation across four switches. The ports for virtual fabric creation shall be in addition to the uplink ports mentioned above 2.3 Shall support internal or external redundant power supply 2.4 IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol 2.5 IEEE 802.3ad Link Aggregation Control Protocol (LACP) 3 Layer 2 Features 3.1 Shall support up to 16K MAC Address Table 3.2 Shall support IEEE 802.1Q-based VLANs (4,094 VLAN IDs) 3.3 Shall support Jumbo frames on GbE and 10GbE ports 3.4 Internet Group Management Protocol (IGMP) 3.5 Multicast Listener Discovery (MLD) snooping 3.6 IEEE 802.1AB Link Layer Discovery Protocol (LLDP) 3.7 Shall support Voice VLAN feature to automatically assigns VLAN and priority to devices like IP phones 4 Layer 3 Features (any additional licenses required shall be included) 4.1 Static Routing for IPv4 4.2 Static Routing for IPv6 4.3 Routing Information Protocol (RIP) to provide RIPv1 and RIPv2 routing 5 QoS and Security Features 5.1 Access Control Lists for Layer 2 to Layer 4 traffic filtering 5.2 Traffic classification using multiple match criteria based on Layer 2, 3, and 4 information 5.3 Powerful QoS feature supporting strict priority (SP) queuing, weighted round robin (WRR) 5.4 IEEE 802.1x to provide port-based user authentication with multiple 802.1x authentication sessions per port 5.5 Media access control (MAC) authentication to provide simple authentication based on a user's MAC address 5.6 Dynamic Host Configuration Protocol (DHCP) snooping to prevent unauthorized DHCP servers 5.7 Port security and port isolation 6 Management Features 6.1 Configuration through the CLI, console, Telnet, SSH and Web Management 6.2 SNMPv1, v2, and v3 and Remote monitoring (RMON) support 6.3 sFlow (RFC 3176) or equivalent for traffic analysis 6.4 Management security through multiple privilege levels 6.5 FTP, TFTP, and Secure FTP support

39

6.6 Port mirroring to mirror ingress/egress ACL-selected traffic from a switch port or VLAN to a local or remote switch port 6.7 RADIUS/TACACS+ for switch security access administration 6.8 Network Time Protocol (NTP) or equivalent support 6.9 Shall have Ethernet OAM (IEEE 802.3ah) management capability 6.10 Software Defined Networking Ready with Openflow or equivalent protocol support 7 Environmental Features 7.1 Shall provide support for RoHS and WEEE regulations 7.2 Shall have features to improve energy efficiency like variable-speed fans, shutoff unused ports etc 7.3 Operating temperature of 0°C to 45°C 7.4 Maximum power rating of 150 Watts 7.5 Safety and Emission standards including UL 60950-1; IEC 60950-1; VCCI Class A; EN 55022 Class A 8 Warranty and Support The below Warranty shall be offered directly from the switch OEM. 8.1 Lifetime warranty with advance replacement and next-business-day delivery. 1 Year for the Modules 8.2 Minimum 20 Years warranty for the base Switch

Serial No. 29. TELEPHONE CABLE Compliance Specifications Remarks Yes/No Brand : Reputed Brands 5 Pair Outdoor/ Weather Proof Areal unarmoured jelly filled Telephone Cables

Serial Nos. 30 to 48. LABOUR CHARGES Compliance No Specifications Remarks Yes/No

30 Laying of CAT6 / CAT6A STP 31 Laying of 12 core OFC cable / Telephone Cable 32 Fiber Splicing Charges 33 Fixing and Termination of I/Os 34 Fixing of 42U Rack, 15U Rack 35 Fixing of 24 Port Patch panel and 12 Port LIU 36 Laying of HDPE 32mm pipe 37 Fixing of PVC Conduit, 25mm 38 Fixing of Casing & Caping, 32mm 39 Fixing of Casing & Caping, 50mm

40

40 Fixing of PVC Back Box 41 Excavation and Refilling of soft soil 42 Road Cutting 43 Route Marking 44 Labelling of Face Plate, Jack Panel, Fiber cables & LIU 45 Fluke Testing and report submission for Copper 46 OTDR Testing and report submission for Fiber terminations. 47 Design Documentation 48 Loading/Unloading Charges

Signature of the authorised signatory of the Applicant/Firm

41

FORM XI

UNDERTAKING

I/We,……………………………………………………………………………………………. hereby agree to adhere to the conditions of Managing Director, Kerala Co- operative Milk Marketing Federation Ltd regarding Delivery, Guarantee, payment and other terms & conditions mentioned in this tender document.

Name and address of the Successful tenderer

42

KERALA CO-OPERATIVE MILK MARKETING FEDERATION LTD

Tender No. 11H/CC/PUR/2015 dated 03.06.2015

Work: Supply of hardware and networking cabling in Cattle Feed Plant, Pattanakkad, Cherthala, Alapuzha District in the state of Kerala

SECTION - II

PRICE SCHEDULE

(to be submitted in Cover – III in the form of BOQ(Bill of Quantities))

43