NATIONAL INSTITUTE OF SCIENCE COMMUNICATION AND INFORMATION RESOURCES (NISCAIR) SVM Campus: 14, Satsang Vihar Marg, New Delhi - 110067 SUMMARY OF NIT



Similar documents
NATIONAL INSTITUTE OF SCIENCE COMMUNICATION AND INFORMATION RESOURCES (NISCAIR) SVM Campus: 14, Satsang Vihar Marg, New Delhi SUMMARY OF NIT

8-(Misc.)/2007-Gen Sir, Sealed tenders are invited for the following as per pre- qualification requirements, Terms & conditions enclosed:

COUNCIL OF SCIENTIFIC & INDUSTRIAL RESEARCH (CSIR)

100 mbps dedicated uncompressed symmetric Internet Bandwidth (1:1) connectivity through optic fiber Leased Line at given location:

INVITATION OF TENDERS

Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi TENDER NOTICE FOR INTERNET CONNECTIVITY

TENDER NOTICE NO. 04/

From. Head, Computer Centre. PEC University of Technology Chandigarh. Memo No. PEC/CC/15/ Dated: Chandigarh the: December 09, 2015

TENDER DOCUMENTS FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI : ( upto 1500 hrs.)

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

TENDER. : NITJ/Pur/01/2013. Ref No/Pur/316/12

Tender for 30Mbps (1:1) Internet Leased Line on RF for Translational Health Science an Technology Institute, Faridabad

MARINE PRODUCTS EXPORT DEVELOPMENT AUTHORITY Panampilly Nagar, Kochi Ph: ,

Inviting Quotation for Internet Leased Line Connection

Prof.& Head, Department of Computer Science & Engineering PEC University of Technology Chandigarh

4 Mbps Internet connectivity Leased Line (1:1 uncompressed and unshared) for National Small Industries Corporation Ltd, New Delhi for one year.

Tender. for Providing the. 155 MBPS Internet Leased Line Connectivity at. Indian Institute of Technology Jodhpur

भ रत य गक स थ न र पड़

TENDER FOR. Supply, Installation, Commissioning and Maintenance of 04 Mbps Internet Leased Line at NSIC Head Office, Okhla, New Delhi for One Year.

CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI TENDER DOCUMENT

Development of application Software for Election Commission

TENDER FOR PROVIDING THE INTERNET LEASED LINE CONNECTIVITY

Office of the Competition Commission of India Hindustan Times House, K.G. Marg, New Delhi

Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department

Tender document. for. Providing Managed Internet Leased Line Network. at Chandigarh Police Headquarters, Sector 9, Chandigarh

COUNCIL OF SCIENTIFIC & INDUSTRIAL RESEARCH ANUSANDHAN BHAWAN, 2 RAFI MARG, NEW DELHI OPEN TENDER NOTICE

FOR "SELECTION OF SERVICE PROVIDER FOR ESTABLISHMENT OF DEDICATED INTERNET LEASED LINE OF 4 MBPS PRIMARY AND 2 MBPS SECEONDARY"

Limited Tender Notice For 2Mbps Internet Leased Line Connection

SOLAR ENERGY CORPORATION OF INDIA NOTICE INVITING TENDER

REQUEST FOR QUOTATIONS

1. Technical Offer Submission Sheet

TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON

TENDER FOR INTERNET LEASED LINE FOR PERMANENT CAMPUS OF THE INSTITUTE AT OKHLA, PHASE-III NEW DELHI

Tender Document for Supply, Implementation & Maintenance of Human Resource (HR) Software

NO.NRCM(S)193/2013 Date: Tender Notice

FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS

TENDER FOR COMMISSIONING, TESTING AND PROVIDING DEDICATED INTERNET CONNECTIVITY AT IIM AMRITSAR CAMPUS

School of Open Learning University of Delhi

NAME OF THE WORK: Leased Line for WAPCOS Gurgaon.

Sd/- Municipal Commissioner Ranchi Municipal Corporation SHORT TENDER NOTICE

Advt.No.: IISER/S&P/2/15-16 Dt. 12 th May 2015 NOTICE INVITING TENDER

E- NOTICE INVITING QUOTATION FOR HANDLING AND FORWARDING OF MEDICINESAND MEDICALEQUIPMENT FOR HAJ -2016

Tender for Supply of Internet Leased Line at Goods And Services Tax Network (GSTN), New Delhi

STATE BANK OF INDIA LOCAL HEAD OFFICE CHENNAI

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES

Oracle Financial Services Applications

Tender Notice. Tender no. : NTSC (O)/EM/F&F/ Date: 8th June, 2015

Tender No: NEDA/Comp/ RMS/ Dated: 03/11/2015

REQUEST FOR PROPOSAL

TENDER DOCUMENT. Name of work: Village-Bhankri, Gurgaon-Faridabad. Expressway, Faridabad (Haryana) CLIENT: EXECUTIVE DIRECTOR, RCB GURGAON

CORE-1, SCOPE COMPLEX, 7, INSTITUTIONAL AREA, LODHI ROAD, NEW DELHI TELPHONE NO:

Address for Communication :

Tender Document for Procurement of Internet Bandwidth

NOTICE INVINTING QUOTATION

a) The prices quoted shall remain fixed during the entire period of consultation and shall not be subject to variation on any account.

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)

Invites Offers from Consulting Actuary

Service Level Agreement for providing Annual Maintenance Services for STPI.in Project

Tender Document for. Centre for Studies in Social Sciences, Calcutta R-1, Baishnabghata Patuli Township, Kolkata

NATIONAL INSTITUTE OF SCIENCE COMMUNICATION AND INFORMATION RESOURCES (NISCAIR) Dr. K. S. Krishnan Marg (Near Pusa Gate), New Delhi

KENYA PLANT HEALTH INSPECTORATE SERVICE (KEPHIS) TENDER FOR PROVISION OF LEGAL SERVICES FOR KEPHIS LAND TITLE DEEDS

TENDER FOR TRAVEL SERVICES

SECTION-I. Mysore /Division / NOTICE INVITING TENDER

Limited Tenders for the work of : Web Hosting Space for UGVCL s website.

Request for Proposal. For Internet Leased Line for. Web Portal Connectivity. Tel: , Fax:

Dated 14 July, Director (A&F) NHIDCL

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER

Ref. REC/Adm. (Estate)/ / Dated

REPUBLIC OF KENYA THE JUDICIARY TENDER DOCUMENT PROVISION OF GROUP LIFE ASSURANCE SCHEME FOR JUDGES OF THE JUDICIARY TENDER NO.

NATIONAL INDUSTRIAL TRAINING AUTHORITY

SOFTWARE TECHNOLOGY PARKS OF INDIA

Delhi Development Authority [Systems Department] Vikas Sadan, INA,New Delhi M/s Dated :

Subject : Annual Contract for Pest Control, Rodent Control and Termite Control to the Commission for the year

TENDER DOCUMENT FOR THE SUPPLY, DELIVERY, INSTALLATION, TESTING AND TRAINING OF E-LEARNING SOLUTION (SOFTWARE AND LEARNING TABLETS)

Prequalification Document for Procurement of Works

Terms and Conditions of Sale

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA BIHAR (INDIA)

National Small Industries Corporation Ltd NSIC Bhawan, Okhla Industrial Estate, Phase III New Delhi-20 Telephone:

JHARKHAND STATE ELECTRICITY BOARD

REQUEST FOR PROPOSAL TO SETTING UP A CALL CENTRE. No SIC/DPU/19/Call Centre/ Nov2008 Dated: 19th Jan, Document Fee: Rs.

TERMS OF REFERENCE. I. Rationale. Scope of Work

15 For clarification and other details Please contact: 1. Asst. Manager Please Note:

TENDER NOTICE FOR SOCIAL MEDIA MONITORING SERVICES (TWITTER) FOR THE EXTERNAL PUBLICITY AND PUBLIC DIPLOMACY DIVISION, MINISTRY OF EXTERNAL AFFAIRS

TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES

TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF DISASTER RECOVERY EQUIPMENT AND REPLICATION SOFTWARE

REQUEST FOR PROPOSAL FOR SUPPLY AND INSTALLATION OF LINK LOAD BALANCER

SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM.

ACTIONAID INTERNATIONAL THE GAMBIA GLOBAL HEALTH FUND TO FIGHT AIDS TB AND MALARIA. GRANT AGREEMENT NUMBER NO: 718 GMB-H-ActionAid

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy)

PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS. (Ref No. Secy/PPC/CVL/01)

Request For Proposal (RFP) for Empanelment of IT Consultants for Bank

Tender notice for INTERNET LEASED LINE SERVICE

REQUEST FOR PROPOSAL SUPPLY &INSTALLATION, OF MOTOR VEHICLE TRACKING SYSTEM TENDER NO. ERC/PROC/4/3/15-16/083

Dear Sir, Purchase of MS Office 2010 Professional

SANITARY SECTION IIT Kharagpur

TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF

INVITATION FOR BIDS (IFB) NATIONAL COMPETITIVE BIDDING (NCB)

Notice Inviting Tender (NIT). Secretary (Marketing)

Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016

Transcription:

NATIONAL INSTITUTE OF SCIENCE COMMUNICATION AND INFORMATION RESOURCES (NISCAIR) SVM Campus: 14, Satsang Vihar Marg, New Delhi - 110067 SUMMARY OF NIT 1. Name of Work: Providing 10 Mbps Dedicated uncompressed symmetric Internet (1:1) Bandwidth through lease Line. 2. Place(s) of Work: NISCAIR, 14 Satsang Vihar Marg, New Delhi 110067 3. Details of Contact Person(s): Mr Mukesh Pund, Incharge, IT Division, NISCAIR 14 S.V. Marg, New Delhi-67 or his authorized representative. 4. Estimated Cost: 16 Lakh for 2 years 5. Time Period: 2 years 6. Cost of Tender: Issued by NISCAIR at a cost of Rs.500/- (Rs.five hundred only) in cash or by Demand Draft. Copy of Tender document can also be seen at NISCAIR website. (http://www.niscair.res.in/) 7. Eligibility Criteria: Refer section II at page 4 8. Last date and time for sale of tender document up to : 30.05.2012(Upto 17.00 hrs) 9. (from NISCAIR Book Shop at Pusa Campus) 10. Last date, time and venue for submission of tender document :31.05.2012(Upto 12.30) (in the Tender Box kept in the NISCAIR Book Shop at Pusa Campus) 11. Earnest Money to be deposited by Cash or Demand Draft : Rs 80,000/- (in favour of Director NISCAIR, payable at NISCAIR Book Shop, Pusa Campus) 12. Date and Venue of opening of Technical Bi d : 31.05.2012 (at 15.00hrs in the Conference Hall, First Floor, Pusa Campus) 1

CONTENTS SECTION - I Invitation for the Bids... 3 SECTION - II Pre-Qualification Requirements of the Internet Service Provider 4 SECTION - III Technical Specifications Requirements...6 SECTION - IV Instructions to Bidders...9 SECTION - V General Terms and Conditions of Contract...12 SECTION - VI Annexure/Formats for Bid Submission 17 2

SECTION I INVITATION FOR THE BIDS 10 Mbps Dedicated uncompressed symmetric Internet (1:1) Bandwidth through Leased Line at NISCAIR, 14, Satsang Vihar Marg, New Delhi-67 1.1 Sealed bids in two parts, i.e., Technical Bid & Earnest Money Deposit (EMD), and Financial Bid valid for 90 days are invited for the 10 Mbps dedicated uncompressed symmetric Internet Bandwidth (1:1) Connectivity through Leased Line (redundant fully fibre optic). All the respective contents, i.e., Technical Bid, Financial Bid and Earnest Money Deposit should be submitted in three different envelopes duly sealed and clearly marking the type of content on the envelop, bidder s name & address on the top of the sealed envelopes. 1.2 The ISP should be Internet Service Provider (ISP) of category A and should be a member of NIXI. The service provider should have sufficient International Gateways to maintain uninterrupted connectivity. Service providers should have their own gateways 1.3 The bidder may inspect the site and have an idea about the nature of work involved in order to make estimates about the cost of work required to be done. 1.4 The bids complete in all respects addressed to the Director, NISCAIR should reach at the following address. NISCAIR BOOK Shop National Institute of Science Communication & Information Resources (NISCAIR) Dr K.S. Krishnan Marg, Near Pusa Gate, New Delhi 110 012 Phones: 25843182; Fax:25849949 & 25847062; Website: www.niscair.res.in 1.5 The bid must be accompanied by a valid EMD for Rs. 80,000/- in the form of DD in favour of Director NISCAIR, New Delhi issued by a Scheduled Bank, and should accompany the original tender which will be opened. All Tenders which are received without earnest money will be rejected. 1.6 The Technical Bid will be opened in the Conference Hall of NISCAIR,Pusa on the same day (31.05.2012) at 15:00 hrs in the presence of bidders who choose to be present and whose EMD is in order. 3

Section II PRE QUALIFICATION REQUIREMENTS OF THE INTERNET SERVICE PROVIDER Following are the specific pre-qualification requirements which should be satisfied by the ISP to be primarily considered for bidding for providing the 10 Mbps uncompressed symmetric (1:1) Internet Services at 14 Satsang Vihar Marg, NISCAIR,New Delhi 110067, at the terms & conditions, mentioned in the appropriate section in this document: 1.1 The ISP should have a Class A ISP license, which should be currently valid. 1.2 The ISP should have ownership in one of the International Cable System 1.3 The ISP should have a. Direct peering (connectivity) with Tier 1 carriers to minimize numbers of hops and latency thereof, to international destinations. b. At least two international Points of Presence. c. Local peering, within India, with at least one other ISP. d. Aggregate international capacity (from international gateway in India up to international Point of Presence) of at least 100 Mbps. 1.4 The ISP should have fully resilient and self-healing network architecture, on fiber medium, for the domestic backbone up to the international gateway in India 1.5 In case ISP s national backbone uses the infrastructure of other licensed National Long Distance Operations (NLDO), the ISP must indicate the capacity available through these other provider networks, as well as indicate the existing SLA with all involved providers which should be complying and committing, atleast 99% service availability including the last mile connectivity, on a 24*7*365 basis. 1.6 The ISP should have fully resilient and self-healing network architecture, on fiber medium, from the international gateway in India, up to the international Points of Presence. 1.7 The international connectivity must have at least one of Trans Atlantic or Trans pacific routes. 1.8 Average latency should not be more than 400ms up to ISP s 1 st Tier 1 peering point. 1.9 The ISP must have adequate support facility in NCR/Delhi to provide 24* 7* 365 customer support and: a. The ISP should have centralized trouble ticketing tool for call logging, monitoring and troubleshooting purpose. b. The ISP should have single Toll Free number for all the call logging and status update. 4

c. The ISP should have well defined capabilities and procedures to track call resolution progress status and provide the updates to the customer. In addition, ISP should have well defined management and technical escalation procedures. 1.10 The ISP should suggest NISCAIR with a Software Tool/Method to measure the Internet Bandwidth provided by the bidder. The Software tool would be procured by NISCAIR if required and the commercials involved (if any ) in the procurement of the software tool will not be covered under this bid. 1.11 The ISP have to provide monthly MRTG Report of usage of Bandwidth and will ensure that NISCAIR is getting 10 Mbps (1:1) Bandwidth If complying all of the above and qualifying to bid, the prospective bidder shall provide appropriate documents stating compliance of the above, put them in a separate envelope along with a compliance statement stating compliance to all the above requirements, super scribe it with Compliance of Pre-qualification requirements and enclose it along with the Technical bid. 5

Section -III INTRODUCTION TECHNICAL SPECIFICATIONS AND REQUIREMENTS NISCAIR has been laying emphasis on reaping the benefits of information technology to effectively serve the national and international community - to be an institution of international standard and repute in the areas of knowledge networking, databases on natural resources, science communication, science popularization and S&T information management systems and services. NISCAIR is functioning from Pusa Campus and 14, Satsang Vihar Marg, New Delhi. NISCAIR has conceptualized and implemented e- Consortium of Scientific Journal. The services for the same are being facilitated from NISCAIR, S. V. Marg. The website and the mail services of the NISCAIR are hosted with in the campus of the Institute using the state-of-the-art technologies. The same can be accessed 24 X 7 X 365 at the URL:http://www.niscair.res.in. The services of other essential software for efficient and effective productivity of the Institute are also working with-in-the campus on 24 X 7 X 365 basis. Editors of various research journals communicate with the authors as well as with the experts through e-mail. NISCAIR is also putting its journals on website with full-text search. Scope of work To cater the Internet bandwidth and connectivity requirement, NISCAIR Intends to hire 10 Mbps dedicated uncompressed symmetric Internet Bandwidth (1:1) Connectivity through Leased Line (redundant fully fibre optic) with assured bandwidth of 10 Mbps worldwide for its location at 14, Satsang Vihar Marg, New Delhi, on end-to-end basis per annum. NISCAIR is indenting to utilize the required bandwidth to be made available uninterrupted for 24 X 7 X 365 basis on reliable media preferably fibre optic for running various common network services such as hosting website, Internet access, web mail etc. The termination of the last mile connection is to be made in NISCAIR 14, Satsang Vihar Marg, New Delhi on Ethernet port of the router (to be provided by NISCAIR) should be connected to the last mile termination through proper interface and the other Ethernet port should be connected to the LAN at above location. The router should be configured for 10 Mbps Internet connectivity with ACLs. If any earthwork is involved inside the premises it should be coordinated with site engineers/scientific Officers. The NISCAIR will provide power supply through UPS connected at Server rooms, NISCAIR 14, Satsang Vihar Marg, New Delhi. 6

The technical requirements with terms and conditions are given below: 1. Link Bandwidth A 10 Mbps Internet Bandwidth with Committed access rate on 1:1 basis till ISP International Gateway. Traffic should be routed to secondary International Gateway once the primary fails. The last mile link will be on Fiber with self-healing architecture. 2. Last Mile connectivity The CISCO router (2600) would be provided by NISCAIR. 3. I P Addresses The bidder shall provide 32 Class C, real IP addresses for exclusive use by NISCAIR 4. The bidder shall do installation & configuration of modems, routers or any such associated Fiber-optic equipment to make the entire system working to provide sustained Internet bandwidth of not less than 10 Mbps. 5. Service provider should guarantee for NISCAIR backbone support for uptime of 99%. 6. Local Loop has to be through Fiber Cable, wherein optical fiber is extended right up to the customer premises 7. Network redundancy has to be built to protect the traffic from cable cuts. 8. Providing last mile connectivity to the NISCAIR premises will be the responsibility of Service Provider. The Service Provider shall meet associated hardware such as modems/converters and so on. 9. Complete detail of service provisioning including offered bandwidth, compression type, termination details etc. are to be clearly stated. 10. Service Provider should provide details of the proposed connectivity, viz., the name of the cable and landing points of the involved cable. 7

11. The last mile connectivity up to NISCAIR premises should not be by third party. 12. In case of any degradation of service at any point during agreement period, the penalty conditions are to be provided. 13. A Service Level Agreement has to be signed between NISCAIR and Service Provider wherein the penalty clause as given below is to be accepted. S.No. Downtime Penalty 1. 2 hrs to 10 hrs of downtime cumulative per quarter 1% of the quarter charge as penalty 2. 10 hrs to 24 hrs of downtime cumulative per 3% of the quarter charge quarter as penalty 3. More than 24 hrs of downtime cumulative per 5 % of the quarter charges quarter as a penalty and review for further continuation of contract 14. The payment mode for One Time Charges will be after acceptance test is completed and for recurring charges will be advance payment of bills on quarterly basis against the 5 % Performance bank guarantee of recurring annual charges. 8

SECTION IV INSTRUCTIONS TO BIDDERS 4.1 Preparation of Bids The bids are to be submitted in two separate sealed envelopes a. Envelop 1 - EMD, Technical Bid and Compliance of Pre-qualification requirements (three separate envelops) b. Envelop 2 - Financial Bid (one envelop) The above two envelops should be properly marked, sealed and kept in one envelop. 4.1.1 Technical Bid: The Technical bid prepared by the bidder shall be provided in the Response Format as shown in Annexure-I 4.1.2 Financial Bid: (i) The financial bid shall indicate the Unit prices (wherever applicable) and total bid prices of the goods it proposes to supply under the contract. (ii) Quoted prices should be firm and inclusive of sales tax, octroi, freight and forwarding charges, handling charges, loading and unloading charges, insurance charges, any other tax/charges applicable and installation, testing and commissioning charges for all products inclusive of all direct and indirect taxes. (iii) (iv) (v) (vi) Prices quoted by the bidder shall be fixed during the bidder s performance of the contract and not subject to variation on any account. A bid submitted with an adjustable price, quotation will be treated as non-responsive and will be rejected. All prices and other information like discount etc. having a bearing on the price shall be written both in figures and words in the prescribed offer form. If there is discrepancy between the price/information, the higher price/information will be treated as final. During the validity of this bid or during the extended period, if any, if the bidder provides services to any other Department/Organization in India at a price lower than the fixed price for the Purchases, the bidder shall automatically pass on the benefits to the Purchaser. Rates should be valid for 90 days from the date of opening of technical Bids. The Financial bid prepared by the bidder shall be provided in the Response Format as shown in Annexure-II 9

4.2 Submission of Bids 4.2.1 Sealing and Marking of Bids (i) The bids are to be submitted in two separate sealed envelopes (ii) a. Envelop 1 - EMD, Technical Bid and Compliance of Pre-qualification requirements (three separate envelops) b. Envelop 2 - Financial Bid (one envelop) The outer envelope containing Technical Bid and Financial Bid shall be addressed to The Director, National Institute of Science Communication & Information Resources & Information Resources (NISCAIR), Dr K S Krishnan Marg, New Delhi 110 012, mentioning bid no. and due date. (iii) The inner envelopes shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared late. ( i ) Bids must be received by NISCAIR at the address given in Section -I not later than the time and date specified on the cover page. In the event of the specified date for the submission of bids being declared a holiday for NISCAIR, the bids will be received upto the appointed time on the next working day. (ii) The Director, NISCAIR may, at his discretion extend this deadline for submission of bids by amending the bid documents, in which case all rights and obligations of the purchaser and bidders previously subject to the deadline will thereafter be subject to the deadline as extended. 4.2.3 Late Bids Any bid received by NISCAIR after the deadline for submission of bids prescribed by the NISCAIR will be rejected and/or returned unopened to the bidder. 4.3 Bid Opening and Evaluation 4.3.1 Opening of Technical Bids by Purchaser The Purchaser will open all technical bids if the EMD is submitted as per requirement in the presence of bidders representatives, who choose to attend, at the time, on the date and at the place specified in Section-I. In the event of the specified date of the bid opening being declared a holiday for the Purchaser, the bids shall be opened at the appointed time and location on the next working day. 10

4.3.2 Clarification of Bids ( i ) During evaluation of the bids, the Purchaser may at its discretion, ask the Bidder for clarification of its bid. The request for clarification and the response shall be in writing and no change in price or substance of the bid shall be sought, offered or permitted. (ii) No Bidder shall contact the Purchaser on any matter relating to its bid, from the time of the bid opening to the time the contract is awarded. Any effort by a Bidder to influence the Purchaser in its decisions on bid evaluation, bid comparison or contract award decisions may result in rejection of the Bidder s bid. 4.3.3 Evaluation of Technical Bid As per Annexure-I 4.3.4 Opening of Financial Bids (i) (ii) The purchaser will open the financial bids of only those bidders, which have been found to be technically qualified to undertake the job, pursuant to Clause 4.3.3. The Financial Bids of the technically qualified bidders shall be opened in the presence of their representatives, who choose to be present, on a specified date and time and Venue. 4.3.5 Evaluation and Comparison of Financial Bid (i) The decision on the award of the leased line will be based on lowest quote of Total charges for 2yrs (11+2*12) as per Annexure-II (ii) The comparison shall be of all-inclusive price of goods, such price to include all costs as well as duties and taxes paid or payable. (iii) Arithmetical errors will be rectified on the following basis: If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the supplier does not accept the correction of errors, its bid will be rejected. If there is a discrepancy between words and figures, whichever is the higher of the two shall be taken as bid price. (iii). Bidders are, however, permitted to state an alternative payment schedule and indicate the reduction in bid price they wish to offer for such alternative payment schedule. The Purchaser may consider the alternative payment schedule offered by the selected Bidder but it may not be binding on purchaser. 11

SECTION V Definitions and Interpretation GENERAL TERMS AND CONDITIONS OF CONTRACT In this contract, the following terms shall be interpreted as indicated: ( i ) The Contract means the agreement entered into between the Purchaser and the Supplier as recorded in the Contract Form signed by the parties, including all the attachments and appendices thereto and all documents incorporated by reference therein; (ii) The Contract Price means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations; (iii) The Services means those services ancillary to the supply of the Goods, such as transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, training and other obligations of the Supplier covered under the Contract; (iv) NISCAIR project site means NISCAIR 14, Satsang Vihar Marg, New Delhi Hiring of 10 Mbps (1:1) dedicated, Internet Bandwidth, (v) The Vendor means the firm(s) providing 10 Mbps (1:1) dedicated Internet Bandwidth under this Contract; (vi) The Site means the NISCAIR 14, Satsang Vihar Marg, New Delhi Time Schedule (i) Potential suppliers should provide detailed activities time schedule, which represents the shortest practical time to complete all necessary tasks and meet the obligations of the requirements which should not exceed 45 days after the placement of order and subject to the approvals by NISCAIR for laying of Fibre cable. All significant activities must be included, including those associated with the delivery, installation and commissioning of the Internet Bandwidth and quality certifications. (ii) The delay in meeting the activities schedule will call for a penalty @ 1% per week subject to maximum 10% of the contract value. NISCAIR may terminate the contract if delay is beyond 10 Weeks. Acceptance Certificate I. On successful completion of acceptability test for 15 days and after NISCAIR is satisfied with the accuracy and completeness of the performance of the Internet Bandwidth, the acceptance certificate signed by the representative of NISCAIR and representative of the Vendor will be issued. The date on which such certificate is signed shall be deemed to be the date of successful commissioning of the Internet Bandwidth. 12

II. The firm should quote additional rate required for each functional process based on the efforts required for implementing the change/functional process. Payment I. The 90% payment for One Time Charges of the contract value will be made by NISCAIR within 30 days from the date of submission of bill after successful provisioning of Internet bandwidth and acceptance test at the site as per the requirement of NISCAIR. The balance 10% of the same would be kept as a security for performance of services during the contract and would be released after satisfactory completion of the contract. The payment of recurring charges / bills will be made on quarterly basis subject to the satisfactory services II. All payment shall be subject to deduction of any amount for which the Service provider is liable under agreement against this contract. Further all payment shall be made subject to deduction of TDS, if applicable as per the income Tax act 1961 and any other tax. Earnest Money Deposit I. EMD of Rs.80,000/-(Rs. eighty thousand only) in the form of Demand Draft or Bank Guarantee as per Annexure IV in favour of Director, NISCAIR, valid for a period upto 45 days beyond the bid validity period (i.e. valid for 135 days from the date of opening of tender) shall be submitted along with the Bid failing which the quotation will be rejected. II. III. In case the successful bidder withdraws his offer within the validity of quotation or before entering into the contract within the bid validity period, his EMD will be forfeited. The bidder will have no right to claim for refund of the EMD. In case the successful bidder does not honour his commitment within the validity of quotation and back out after placing the order with him, the EMD will be forfeited. IV. The EMD if submitted in the form of Demand Draft can be adjusted with the Performance Security if so desired by the successful bidder. If not so, the EMD will be returned to the successful bidder after receipt of Performance Security along with the order acceptance from him. V. No interest will be paid by NISCAIR on the EMD amount. Arbitration Except where otherwise provided in the Contract, all questions and disputes relating to the meaning of the specifications, and instructions herein before mentioned and as to the quality of the materials, as to any question, claim, right, matter or thing whatsoever, in any way arising out of or relating to the Contract, Specification, estimates, instructions, orders or these conditions or otherwise concerning the works, or the execution of the same whether arising during the process of the work or after the completion or abandonment thereof shall be referred to the sole arbitration of a person nominated by 13

the Director General, Council of Scientific & Industrial Research, New Delhi, and if he is unable or unwilling to act to the sole arbitration of some other person appointed by him willing to act as such arbitrator. The submission shall be deemed to be Submission to Arbitration under the meaning of the Arbitration Act, 1940 or any satisfactory modification of re-enactment thereof for the time being in force, conclusive and binding on all parties of the Contract. The Contract shall be governed in accordance with the Indian Laws. Award Criteria I. NISCAIR will award the Contract to the successful Bidder whose bid have been determined to be substantially responsive and has been determined as the best evaluated bid provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily. II. NISCAIR has right to accept any Bid and to reject any of all Bids. NISCAIR reserves the right to accept or reject any bid, in part or full, and to annul the bidding process and reject all bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the NISCAIR s action. III. The initial period of the contract shall be for two years which may be extended later by another one year on the basis of the performance of service provider during the contract period. Notification of award I. Prior to the expiration of the period of bid validity NISCAIR will place a firm order to the vendor or notify the successful Bidder in writing by fax to be confirmed in writing by speed post or hand delivery that his bid has been accepted. II. The notification of Award will constitute the formation of the contract Corrupt or Fraudulent Practices (i) Bidders & Vendors shall observe the highest standard of ethics during the procurement and execution of the contract. (ii) NISCAIR will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question. (iii) NISCAIR will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for this bid, or in executing the contract. Force Majeure clause If at any time, during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract is prevented or delayed by reasons of any war, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, 14

explosions, epidemics quarantine restrictions, strikes, lockouts or acts of God (hereinafter referred to as "events"), provided notice of happenings of any such event is duly endorsed by the appropriate authorities/chamber of commerce in the country of the party giving notice, is given by party seeking concession to the other as soon as practicable, but within 21 days from the date of occurrence and termination thereof and satisfies the party adequately of the measures taken by it, neither party shall, by reason of such event, be entitled to terminate this contract, nor shall either party have any claim for damages against the other in respect of such non-performance or 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 purchaser as to whether the deliveries have so resumed or not, shall be final and conclusive, provided further, that if the performance in whole or in part or any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 60 days, the purchaser may at his option, terminate the contract. Miscellaneous I. It will be imperative on each bidder to fully acquaint itself of all the local conditions and factors which would have effect on the performance of the work and its cost. II. Alterations if any in the tender should be attested properly by the vendor, failing which the tender is liable to be rejected. III. Prices quoted must be firm and final and shall remain constant throughout the period of the contract subject to the guidelines of TRAI and shall not be subject to any upward modifications whatsoever. In the event of decrease in rates, the same benefit is to be passed on to the purchaser from the date of revision of rates. The rates quoted should not be higher than the rates quoted for any other Government Organization. Prices should be inclusive of all taxes, duties, octoroi, license fees, etc. leviable of the services being offered. All prices and discounts etc must be clearly shown in figures and words. The charges quoted should be inclusive of transportation charge, logistics charges and all other expenses related with the visits of the Vendor s personnel in connection with the performance of the contractual obligations by the vendor. IIIA to ensure clause III above, review committee duly constituted by NISCAIR shall Review the market prices on annual basis. IV. The Vendor shall be entirely responsible for all taxes, duties, octroi, license fees, etc., incurred for performance of the services. If there is any reduction in taxes/duties etc. due to any reason whatever, after Notification of Award, the same shall be passed on to NISCAIR. V. The selected Vendor shall perform the services and carry out its obligations under the Contract with due diligence and efficiency, in accordance with generally accepted techniques and practices used in the industry and with professional engineering and training/consulting standards recognized by national/international professional bodies and shall observe sound management, technical and engineering practices. It shall employ appropriate advanced technology and safe and effective equipment, machinery, material and methods. The Vendor shall always act, in respect of any matter relating to this Contract, as faithful advisors to NISCAIR and shall, at all times, support and safeguard NISCAIR s legitimate interests. 15

NISCAIR reserves the right to inspect the performance of the vendor prior to commencement or in between the work progress. The inspection may cover all areas related to the assigned contract order, especially methodology, manpower, infrastructure etc. NISCAIR reserves the right to cancel the contract order assigned to the vendor at any time which includes the time after the completion of assigned work without assigning any reason for the same. In case the contract order is cancelled then the costs incurred will be born by the vendor and under no circumstances the vendor shall be eligible for any payment or damages from NISCAIR. VII. VIII. The initial period of the contract shall be for two year which may be extended later by another one year on the basis of performance of service provider during the contract period reviewed annually. The performance criteria will be the quality of service (Availability, bandwidth, latency and error rate). However, NISCAIR at any time may terminate the Contract by giving written notice to the selected Vendor, without compensation to the selected Vendor, if the selected Vendor becomes bankrupt of otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to NISCAIR. NISCAIR may, by written notice sent to the selected Vendor, terminate the purchase order and/or the Contract, in whole or in part at any time of its convenience. The notice of termination shall specify that termination is for NISCAIR's convenience, the extent to which performance of work under the purchase order and /or the Contract is terminated, and the date upon which such termination becomes effective. NISCAIR reserves the right to: a. have any portion completed at the purchase order and/or the Contract terms and prices; and/or b. Cancel the remainder and pay to the selected Vendor an agreed amount for partially completed Services. 16

SECTION - VI Annexure-I Format of Technical Bid 10 Mbps uncompressed symmetric (1:1) Internet Services at 14 Satsang Vihar Marg, NISCAIR,New Delhi 110 67 (redundant fully fibre optic) Name of the Purchaser: Name and address of the Service Provider: NISCAIR, 14 Satsang Vihar Marg, New Delhi NISCAIR s Requirements Whether the ISP has a Class A ISP license, which is currently valid? Submit Documentary proof. Technical Compliance Whether the ISP has ownership in one of the International Cable System? Whether the ISP have a. Direct peering (connectivity) with Tier 1 carriers to minimize numbers of hops and latency thereof, to international destinations. b. At least two international Points of Presence. c. Local peering, within India, with at least one other ISP. d. Aggregate international capacity (from international gateway in India up to international Point of Presence) of at least 100 Mbps. Whether the ISP have fully resilient and self-healing network architecture, on fiber medium, for the domestic backbone up to the international gateway in India? In case ISP s national backbone uses the infrastructure of other licensed National Long Distance Operations (NLDO), the ISP must indicate the capacity available through these other provider networks, as well as indicate the existing SLA with all involved providers which should be complying 17

and committing, atleast 99% service availability including the last mile connectivity, on a 24*7*365 basis. Whether the ISP have fully resilient and self-healing network architecture, on fiber medium, from the international gateway in India, up to the international Points of Presence? Whether the international connectivity have at least one of Trans Atlantic or Trans Pacific routes? Average latency should not be more than 400ms up to ISP s 1 st Tier 1 peering point. Whether the ISP have adequate support facility in NCR/Delhi to provide 24* 7* 365 customer support and: a. centralized trouble ticketing tool for call logging, monitoring and troubleshooting purpose. b. single Toll Free number for all the call logging and status update. c. defined capabilities and procedures to track call resolution progress status and provide the updates to the customer. In addition, ISP should have well defined management and technical escalation procedures. The ISP should suggest NISCAIR with a Software Tool/Method to measure the Internet Bandwidth provided by the bidder. The Software tool would be procured by NISCAIR if required and the commercials involved (if any) in the procurement of the software tool will not be covered under this bid. The ISP have to provide monthly MRTG Report of usage of Bandwidth and will ensure that NISCAIR is getting 10 Mbps (1:1) Bandwidth Whether the bidder shall perform installation & configuration of modems, routers or any such associated Fiber-optic equipment to make the entire system working to provide sustained Internet bandwidth of not less than 10 Mbps. Are you a member of NIXI? Will you provide a single window service for last mile (redundant fully fibre optic) connectivity and bandwidth? 18

Will you provide 32 Nos. of Class C IP numbers? Will you provide DNS services including reverse lookup? Will you provide service for 99% uptime with 24/7 Service? Will Local Loop be through Fibre Cable, wherein optical fibre is extended right up to the customer premises? Will Network redundancy be built to protect the traffic from cable cuts? (If yes, give details) Will you take the responsibility for providing last mile connectivity to the NISCAIR premises? Will you supply associated hardware such as modems /converters and so on? Is complete detail of service provisioning including offered bandwidth, compression type, and termination details provided? Have you provided details of the proposed connectivity, viz., the name of the cable and landing points of the involved cable? Have you provided Company Profile with following details Organization Structure Date of commencement of ISP service and category IP spectrum assigned No. Of experienced professionals at NCR Customer support strength at NCR Network layout diagram National/International connectivity Service Call escalation procedure with contact details (24/7) List of Clientele Purchase Order copies of similar works undertaken excluding commercial details / Price for the past 3 years Place: Date: Signature of authorized person with seal 19

Format of Financial Bid Annexure-II 10 Mbps uncompressed symmetric (1:1) Internet Services at 14 Satsang Vihar Marg,NISCAIR, New Delhi 110 67 (redundant fully fibre optic) Name of the Purchaser: NISCAIR, 14 S. V. Marg, New Delhi Name and address of the Service Provider: S.No. Particulars (In Rs) One Time Charges: 1. Registration Charges 2. Local Loop Registration Charges 3. Installation Charges 4. Converter G.703 to V.35 5. Configuration of CISCO 2600 Router 6. Any Other One Time Charges (Pl. specify) Annual Recurring Charges: 7. Annual Internet Leased Line Port Charges 8. Annual Last Mile Charges 9. Annual Service Tax 10. Any other Recurring Charges (Pl. Specify) Sub-Total Charges: 11. One Time Charges (1+2+3+4+5+6) 12. Annual Recurring Charges (7+8+9+10) Total Charges 13. 2Yrs (11+2*12) 20

Please note: The ISP will be responsible for providing all hardware (CPE for termination of the circuit) and configuration of routers and other devices. The decision on the award of the leased line will be based on Total Charges for 2 years(11+2*12) of the lowest quote. Place: Date: Signature of authorized person with seal 21

ANNEXURE III PERFORMANCE SECURITY FORM To (Name of Purchaser) WHEREAS.(Name of supplier) hereinafter called the Supplier has undertaken, in pursuance of contract No.. dated. 20 to supply..(description of goods and Services) hereinafter called the order. AND WHEREAS it has been stipulated by you in the said order that the supplier shall furnish you with a Bank guarantee by a recognised bank for the sum specified therein as security for compliance with the Supplier s performance obligations in accordance with the order. AND WHEREAS we have agreed to give the Supplier a Guarantee: THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of (Amount of the Guarantee in Words and figures) and we undertake to pay you, upon your first written demand declaring the supplier to be in default under the order and without cavil or argument, any sum or sums within the limit of (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the.. day of..20. Signature and Seal of guarantors Date..20. Address :.. All correspondence with reference to this guarantee shall be made at the following address: (Name & address of the lab) 22

ANNEXURE -IV BID SECURITY FORM (EMD) Whereas 1 (hereinafter called the Bidder ) has submitted its bid dated.. (date of submission of bid) for the supply of... (name and/or description of the goods) (hereinafter called the Bid ). KNOW ALL PEOPLE by these presents that WE (name of bank) of (name of the country), having our registered office at.. (address of Bank) (hereinafter called the Bank ), are bound unto (name of Purchaser) (hereinafter called the Purchaser ) in the sum of for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors, and assigns by these presents. Sealed with the Common Seal of the said Bank this. day of 20 THE CONDITIONS of this obligation are: 1. If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Form; or 2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of bid validity: (a) fails or refuses to execute the Contract Form if required; or (b) fails or refuses to furnish the performance security, in accordance with the Instructions to Bidders. We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee shall remain in force up to and including forty five (45) days after the period of the bid validity, and any demand in respect thereof should reach the Bank not later than the above date... (Signature of the Bank) 1 Name of Bidder 23