Home
terms and conditions of tender no. cdot /tender/2014
Contents
1. 2008 DATE For BANKERS NAME PLACE SEAL ADDRESS PERFORMANCE BANK GUARANTEE GUARANTEE NO AMOUNT GUARANTEE COVER FROM TO LAST DATE FOR LODGEMENT OF CLAIM In consideration of the Centre for Development of Telematics having its office at C DOT Campus Electronics City Phase I Hosur Road Bangalore 560 100 hereinafter referred to as the Purchaser having placed order s 1 Order no and date 2 Order no and date with our constituents M s name of your organization hereinafter referred to as the contractor having their office at address of your organization for the supply and installation of give brief detail of the order placed and our constituents having undertaken to guarantee the faithful performance of the contract during the warranty period as mentioned in the purchase order s referred above we the Banker s name and address do hereby bind ourselves as their guarantors and undertake to be responsible to the purchasers and their successors and assigns for payment ofall or any sums of money losses damage costs charges and expenses that may become due or payable by the contractor in the faithful performance of his said obligations and covenants under the above contract stated therein provided however that the total amount to be so recovered by the purchaser from us shall not exceed Rs Rupees amount of guarantee to be mentioned payable under the said Purchase Order We name and address of the bank d
2. TERMS amp CONDITIONS AND SPECIFICATIONS FOR TENDER NO C DOT TENDER 2014 2015 006 Ref C DOT TENDER 2014 2015 006 29th January 2015 TERMS AND CONDITIONS OF TENDER NO CDOT TENDER 2014 2015 006 1 C DOT is a registered scientific society set up by the Govt of India for pursuing research in Telecommunications C DOT invites sealed quotations from reputed manufacturers OEMs Authorized Distributors Authorized Agents Authorized Representatives Authorized Commercial Enterprises in India and abroad of reputed manufacturers for supply installation testing commissioning warranty and after sales support of the items given in this document for our Delhi and Bangalore offices 2 Tenders should be sealed superscribed Tender No CDOT TENDER 2014 2015 006 SI No ref Item Description and submitted only at the following office PURCHASE GROUP Centre for Development of Telematics Electronics City Phase I Hosur Road Bangalore 560 100 Tel No 080 25119574 25119568 Fax No 080 25119572 and should be submitted on or before the closing date i e 27 02 2015 before 1500 hrs if delivered personally and if the bids are sent by post courier the tender must reach C DOT EEE at the address given above before closing time and closing date C DOT shall not be responsible for delays of any nature including postal and force majeure condition Tenders received after the due date will not be accepted under an
3. specified limits and that the equipment software being su lied is working satisfactorily Such a certificate must be enclosed with the original Shipping Documents Tenders should be complete in all respects and incomplete tenders not complying with the terms amp conditions shall be summarily rejected without any notice 40 ee 41 If at any time during the performance of the Purchase Order the suppliers Encounter conditions impeding timely delivery of goods and performance of service then they should promptly notify C DOT in writing of the fact of the delay the cause of delay and its likely duration C DOT shall evaluate the situation and at its discretion decide to extend the suppliers time for performance C DOT s decision will be final and binding 42 C DOT reserves the right to award work to deserving parties either in full parts The decision of C DOT shall be final and unquestionable 43 a 44 FORCE MAJEURE shall mean and be limited to War hostilities riot or civil commotion earthquake flood or other natural physical disaster and restriction imposed by the Government or their statutory bodies which prevents or delays the execution of the contract In the event of delay lasting over one month if arising out of cases of Force Majeure C DOT will still reserve the right to cancel the order contract 45 Disputes if any arising out of the above tender will be referred to courts having jurisdiction over Delhi
4. 50 Hz OR 220 V 1 phase 50 Hz eFirst Level Spares Like K type Sensor Fuses etc e Operational manual with electrical mechanical Drawing eThree year warranty SL No 5 SPECIFICATION FOR SUPPLY amp INSTALLATION OF UPS Qty 01no Specifications for 40 KVA Modular UPS Requirement Modular UPS system using modules of capacity less than or equal to 10 KVA to support a load of 40 KVA with 40 KVA redundancy in single cabinet with decentralised modular design employing granular parallel architecture and having Static Bypass in each module with the following technical specifications Nominal Power 40kVA 40 KVA Power Factor coso 0 9 Topology On Line Double Conversion VFI Technology HI frequency PWM Passing through Neutral UPS should have multiple control modules to avoid single point of failure Modular Architecture based on less than or equal to 10 KVA Power Modules Possibility to configure the system in internal redundancy in the inverter cabinet Possibility to remove and replace power modules without switching the load on bypass Equipped with batteries of type lead acid sealed free maintenance VRLA AGM Technology installed in a dedicated external battery rack Batteries must guarantee a minimum back up time of Efjminutes in 15 mins dual string i e Two Battery banks for 30 minutes backup at 40 KVA of the load 01 Required features The offer must comply with requirements presented in
5. 92 31 93 68 3 Special Note Vendor should provide input output cabling details to CDOT well in advance SL No 6 SPECIFICATION FOR SUPPLY amp INSTALLATION OF WAN ROUTER QTY 01 no Pre bid meeting on 06 02 2015 15 00 hrs WAN Router Specifications SIN Specification Description 01 Performance Forwarding performance of Minimum 5Gbps Scalable to 10Gbps or higher 02 Form Factor and Router should be Rack mountable modular for expansion slots Modularity high speed modules for scalability 03 High Availabilty The Router should work with our existing Cisco 3945 Router in Active Active and Active Standby mode to meet high availability using VRRP any other protocol redundant router connections etc 04 Network Interfaces a Copper 4 x 10 100 1000 RJ 45 4 SFP transceiver modules to be populated b Fiber 4 x 1GbE 4 SFP transceiver modules to be populated 05 Routing Static IPv4 and IPv6 routes policy based routing static multicast routing MPLS Layer2 and Layer3 etc 06 Dynamic Routing RIPv2 RIPng OSPFv2 OSPFv3 BGP4 BGP4 PIM SM PIM SSM etc 07 IPv6 Readiness Router to be IPv6 ready for all static dynamic multicast QoS protocols Ex Dual stack IPv4 IPv6 ICMPv6 DNSv6 IPv4 IPvG tunnels etc 08 Address Translation Static NAT source NAT and destination NAT with Port Address Translation PAT Dynamic NAT NAT64 etc 09 Features IP based video voic
6. allows the UPS diagnostics remote control via the network and computer remote shutdown within the battery runtime 2 Technical specifications Description Specification Vendor Compliance 1 General Specifications UPS Topology On line double conversion VFI De Centralized Parallel Type of the UPS Modular Scalable redundant based Architecture of the UPS Granular Parallel Architecture In Out phase Configuration Three phase Neutral Neutral Passing through Output wave form on Sinusoidal mains run Output wave form on Sinusoidal battery run Bypass type Static and electro mechanic Transfer time Zero Less than or equal to 10 KVA Each Power modules Power Modules to ensure capacity minimum power loss in case of module failure Inverter Booster Each Power Module Battery Charger Should include Rectifier PFC Automatic Bypass 400 V three phase 4 wire G 3Phase N G Nominal Voltage PF gt 0 99 M Protection for Input Phase seguence Reversal D 20 15 Voltage range 320V 460V 50Hz 4 Hz Frequency autosensing lt 3 al 100 of nominal load gt 0 9 from 50 to 100 of Power Factor nominal load 3 Output with mains AC AC Nominal voltage 400 V three phase 40 kVA 36 KW with redundancy 40 KVA THDiin Nominal power Voltage variation al O static TON Vol
7. commissioning of the items on C I F C DOT Delhi Bangalore premises including customs clearance or F O R on INR basis c Three years comprehensive warranty as per clause 24 or as specifically d Post warranty CAMC after completion of warranty period from the date of acceptance of the equipment to be quoted as per clause 30 as specifically stated in the specifications e Payment terms for post warranty CAMC is deferred payment terms i e on successful completion of services No Advance payment terms shall be acceptable 2 Payment terms As per clause 32 3 Delivery schedule As per clause 31 9 Tenderers should submit the quotes along with E M D of 2 of the total quoted Price inclusive of all taxes and levies separately for each of bid submitted in their in the format enclosed for the said amount This amount will be returned interest free to the unsuccessful tenderers within 6 months from the closing date of the tender or finalization of the tender for the item whichever is later The Bank Guarantee shall be valid for 6 months from the last date of submission of the quotes 10 The EMD is payable by all categories of bidders and quotes without E M D shall be treated as invalid EMD shall be exempted for Govt bodies PSUs amp SSI organizations who are exempted from payment of EMD on production of relevant proof Quotes without E M D shall be treated as invalid rejected EMD submitted in the form o
8. curve to form the output voltage wave N me Oy Ley 7 Control of the PFC inverter and booster circuits in each power module 8 Management of the automatic bypass 9 Management of the battery runtime see relative section 10 Management and recognition of the signals and measurements from each module 11 Management of the user interface see relative section 12 Management and storage of UPS history parameters and data 13 Alarm and events memory with association of the time and date of the events themselves 07 Batteries The maintenance free stationary lead acid batteries shall be of AGM technology and housed in suitable MS rack The positive and negative battery connections should be protected by an adequate fuse holder isolating switch Battery management The following functions must be available Conduction of the battery test either automatically or upon the user s request Battery efficiency test conducted by making an automatic full discharge at programmed or periodic frequencies as required by the user AGM Absorbant glass mat 08 Measurements UPS must be controlled by a microprocessor and must be equipped with a backlit alphanumerical liquid crystal display LCD with 20 characters on 4 lines This display shall be built into the front part of the UPS and there should also be an operating status indicator which shows the operating status and any alarm condition by means of a
9. efficiency one in each power module Intelligent with boost charge and advanced Charging Cycle management Max Charging Current As per design 30 Minutes at full load A provision for Battery Banks paralleling combining should be available in case one UPS is down for Battery Back up maintenance Breaker Separate Breaker to be provided for Batteries 6 Environmental specs Noise level im 50 65 dBA Working temperature from 0 C to 40 C range A C will not be provided Stock temperature range from 20 C to 50 C excluded batteries Humidity range 20 80 not condensing Protection degree 7 Mechanical and Miscellaneous Net Weight batteries with out IP21 Please Specify Dimensions WxHxD Please Specify Colour Please Specify Technology rectifier booster inverter IGBT Communication Interface 2 serial port RS232 1 logic level port 5Dry contacts port Input Output connections 3P N PE Connectors on omega bar Installed Power Modules less than or equal to 10 KVA Power Modules Standards 08 Metering Metering Digital Protection EN IEC 62040 1 EN IEC62040 2 EN IEC 62040 3 CE Input amp Output Voltage Current amp Frequency Battery Voltage amp Current may be on LCD Panel Controller Output Overload Short circuit Trip Battery OV UV Trip Inverter Output OV UV Trip Batte
10. factors for evaluation of the equipment and commitment to the effect that service and support will be provided for the equipment after the expiry of the warranty period abl during the lifetime of the item shall be a decisive factor in the tender evaluation process Tenderers must quote for comprehensive AMC which shall include labour and cost of the material to be replaced if any for the subsequent three years period separately after the expiry of the mandatory warranty period as mentioned above The scope of Comprehensive AMC for a hardware item it is meant that the repair diagnosis troubleshooting parts replacement consumables spares and calibration aspects would be the responsibility of the tenderer Comprehensive AMC in case of a software and embedded software which forms part of a hardware equipment shall mean that all bug fixes patches updates upgrades version release shall have to be supplied by the supplier free of cost during the warranty period 31 32 a b made as per specific warranty amp AMC details incase given in the specifications for each item given in this tender document However C DOT reserves the right to undertake the AMC after successful warranty period In case of software Operating System Equipment Firmware and Equipment OS during Post warranty period all updates and upgrades shall be supplied free of cost to C DOT on pre paid freight basis CAMC covers attending to C DOT calls by t
11. managed in service and maintenance by a single person 03 Redundancy The UPS must be configurable as power redundant system with modules of less than or equal 10 KVA contained in the same cabinet either for single phase or for three phase run This kind of redundancy must guarantee continuous supply and protect whenever one or more modules fail 04 Architecture The architecture of the UPS must be parallel distributed to be more precise the load will be shared between all the power modules in each phase If one or more module fails all the others modules should take the relevant load without any interruptions or any transfer time at the output of the UPS 05 Power module Each Power Module should contain the following functional blocks Inverter Booster Battery Charger Rectifier PFC Automatic Bypass 06 COMMAND BOARD The Command board must be equipped with microprocessor of suitable computation power This command board must manage all the functions of the UPS and shall execute the following jobs Automatic recognition of the number of connected modules Automatic setting of the maximum reactive power that can be provided on the output Individual serial communication with the power modules by a dedicated line Recognition of a faulty module and diagnosis of the relevant fault Synchronization of the output voltage with the input voltage Generation of a reference sine wave
12. only and shall be subjected to Indian laws including the law relating to Consumer Protection 46 The specifications indicated in the tender are as per C DOT s requirement Tenderers have the option of quoting strictly as per the specifications indicated in the tender document or offer any equivalents meeting C DOT s requirement However based on the compatibility the decision of C DOT on acceptance rejection of the same would be final and unquestionable 47 Please note that any falsification suppression of information would lead to tender disqualification 48 C DOT is an R amp D organization and is thus not registered under any State s Sales Tax or Central Sales Tax and thus has no C S T and K S T numbers 49 Exact details of Excise duty Sales Tax VAT and other levies must be clearly indicated Please do not indicate taxes amp levies as applicable It may be noted that C DOT will not be giving ANY CONCESSIONAL FORMS nor will be claiming any MODVAT concessions 50 C DOT can only provide the Excise Duty Exemption Certificates for purchases made from Indian Manufacturers However in case of High Sea Sales Custom Duty Exemption Certificates shall be issued The local Indian suppliers shall be responsible for customs clearance and processing of relevant documentation required for High Sea Sales of the material to C DOT upto the designated 51 In case the date of opening of the tender happens to be an unsc
13. that compliance to the commercial requirement of submission of icc au accepte tol bank SADGA is mandatory Any WARRANTY 24 The tenderer shall warrant that all equipment and services to be supplied shall be NEW and free from defects and faults in design material workmanship and manufacture and shall be of the highest grade and in full conformity with the C DOT specifications Tenderers will be responsible for any defect that may develop arising from faulty material faulty design and bad workmanship in the equipment serviceand shall remedy such defect at their own cost and at site The tenderers are required to submit their quotes with a comprehensive warranty of 3 years on site or as specifically stated in the specifications By the term Comprehensive Warranty for a hardware item it is meant that the repair diagnosis troubleshooting parts replacement and calibration The Comprehensive warranty in case of a software and embedded software which forms part of a hardware equipment shall mean that all bug fixes patches updates upgrades version release shall have to be supplied by the supplier free of cost during the warranty period It may also be noted that during the warranty period it would be the responsibility of the tenderer to get the reguired spares reguired to replace defective parts customs cleared and C DOT would not get any reguired spares Custom cleared using its public funded R amp D institution status unde
14. this tender specifying the eventual deviation Deviations must be indicated in the offer documentation on contrary the requirements will be considered fully covered by the offered equipment SI no Parameter Specificat ions required 01 On Line Double Conversion VFI The Topology of the UPS must be VFI Voltage and Frequency Independent accordingly with classification mentioned in the EN IEC62040 3 Standard in order to guarantee filtered and stable output voltage to the load independent of the input voltage This means that the output is obtained by two converters in cascade In case of anomalies in the input voltage the DC voltage which is supplied to the inverter should be obtained through a booster circuit from batteries to ensure guaranteed output with continuity In case of overloads or faults the automatic static by pass should guarantee the load supply 02 Modularity The UPS must have modular architecture based on identical power modules which can be interchanged and connected in parallel inside the UPS cabinet It is not acceptable to have a system where one or more modules are kept in stand by just as a back up to be used only in case of another module failure Power modules should be equipped with control and self diagnostic circuits in order to easily individuate the faulty module and the specific failure inside it Power Modules must be lighter than 10kg so that it can be
15. 2 GHz Record length 125M per channel for minimum of 2 channels in non interleaved mode Number of channels Analog 4 Digital 16 Sampling rate gt 10 GS s sample rate on minimum of two channels Should be portable weight lt 15Kg Accessories required Active probes gt 1 GHz 2 Nos Passive probes gt 500 MHz 2Nos Should work with nominal AC supply of 230V Frequency of 50 Hz Warranty required for 3 years and AMC for a period of 2 years and beyond that SL No 3 SPECIFICATION FOR SUPPLY amp INSTALLATION OF VECTOR SIGNAL GENERATOR QTY 01 no Technical Specifications for Vector Signal Generator S No Parameter Specification Technical Specifications 1 Output Frequency 5MHz to 3 GHz 2 Output Level 110 dBm to 10 dBm 3 Supported Digital BPSK Modulation Schemes QPSK 8PSK 16QAM 64QAM 4 Frequency resolution lt 0 01Hz 5 Frequency accuracy lt 0 05ppm at 25degC at calibration 6 SSB phase noise lt 125dBc Hz at 20KHz offset measured at 2GHz 7 Modulation accuracy lt 0 8 rms for GSM LTE 8 Multi carrier RF output upto 32 modulated carriers 9 Supported Standards LTE TDD and FDD LTE Advanced TDD and FDD GSM EDGE 10 Support for MIMO 2x2 11 Internal Data Generator PRBS Sequence length upto 23 12 Output and Q Baseband Digital Output land A Analog Output Modulated RF Output 13 Baseband Filter Cosine Root Co
16. 30 days from the date of lodgment of claim by the beneficiary We agree that the guarantee herein contained shall remain in full force and effect for a period of 6 months six months Unless a demand is made on us in writing within one month from the date of expiry of six months we shall be discharged from all liability under this guarantee We further agree that any change in the constitution of the bank or the tenderer shall not affect our liability under this guarantee We further agree that the Beneficiary shall have the fullest liberty without in any way affecting our liability under this guarantee alter any or all of the terms and conditions of the tender Notwithstanding anything contained herein before our liability under this guarantee is restricted to Rs Rupees This guarantee shall remain in force upto a maximum of six months 6 months Unless a demand in writing is made on or before one month from the date of expiry of six months date all your rights under this guarantee shall be forfeited and we shall be relieved and discharged from all liabilities under this guarantee We lastly undertake not to revoke this guarantee during the penance of the above said tender tender contract except with the prior consent of the beneficiary in writing This guarantee must be returned to us in original immediately on the expiry of the validity date Sealed with the common seal of the bank on this the day of
17. Electronics and IT Goods Requirement of Compulsory Registration Order 2012 The supplier has to take proper Indian Standard Number before proceeding for Import through directly or their representative for C DOT This is a mandatory requirement and the list of items covered under this notification is given in Annexure V To be re written In case the Purchase Order is placed on the Principal Supplier through their authorized Indian Agent Distributor Dealer and in the event the authorization of the Indian Agent Distributor Dealer is withdrawn from the Principal Supplier then it shall be the responsibility of the Principal Supplier to continue providing the services and support to C DOT either directly or through their appointed Indian Agent Distributor Dealer In other words the responsibility of the compliance to the C DOT Tender Terms amp Conditions and of providing unconditional technical support shall entirely rest with the Principal Supplier even though the EMD Performance Bank Guarantee might have been submitted by the erstwhile current or any prospective locally authorized agent 39 The Tenderers OEM shall be required to necessarily submit the Test Report Self Certification clearly enunciating that the parameters specifications to which thev have shown compliance in the Compliance Chart have been technically met and adhered to They should further certify that these arameters specifications are within the quoted
18. IN CASE OF IMPORT PURCHASE C DOT is a registered scientific society set up by the Govt of India and therefore enjoys Custom Duty Exemption on imports of all computers software accessories and equipment required for research and development in the field of telecommunications under Customs Notification no 51 96 Hence suppliers are requested to quote in foreign currency on C I F C DOT Delhi Bangalore 33 34 35 premises basis inclusive of customs clearance DO charges and inland transportation charges to the designated premises The payments in case of overseas suppliers are generally made through Sight Draft and or through Letter of Credit at the discretion of C DOT depending on the value of the purchase order and in accordance with RBI guidelines In the event the payments are made through L C then only the L C charges of C DOT s bankers shall be to C DOT s account Payment shall be released within 30 days on receipt of material incase of High Sea Sales shipments There will not be any further revisions amendments relaxation permitted in this regard and the rates altered on this account C DOT will not be responsible for any demurrage on account of late submission non receipt of DO documents In respect of Updates amp Upgrade and other maintenance of Hardware and Software Income Tax will be deducted at Source as applicable and necessary Income Tax Deduction Certificate will be issued by C DOT at the end
19. URE I COMPLIANCE STATEMENT TECHNICAL FOR Ref CDOT TENDER 2014 2015 006 SL C DOT TENDER SPECIFICATION OF DEVIATIONS NO SPECIFICATION MODELS QUOTED IF ANY PLEASE LIST DOWN EACH PLEASE INDICATE THE OF THE TENDER SPECIFICATIONS SPECIFICATIONS IN THIS OFFERED BY YOUR COLUMN MODELS DO NOT JUST SAY COMPLIED COMPLIANCE FOR EACH MODEL OFFERED ARE TO BE GIVEN SEPARATELY ADDITIONAL FEATURES IF ANY NOTE PLEASE FILL UP THE COMPLIANCE CHART FOR EVERY MODEL QUOTED ANNEXURE II COMPLIANCE STATEMENT Tender terms and conditions Ref CDOT TENDER 2014 2015 006 I hereby declare that all the information furnished by us are true to my knowledge I have no objection to C DOT verifying any or all the information furnished in this document with the concerned authorities if necessary I also certify that I have understood all the terms and conditions indicated in the tender document and agreeing to in entirety I am signing this document as an authorized signatory in the capacity of Date Signature Place Name Designation Email ids Mobile Nos Seal of the company Agency ANNEXURE III CHECKLIST FOR THE TENDER CDOT TENDER 2014 2015 006 Z o DESCRIPTION YES 1 Quote to be submitted in two part i e Technical part amp Commercial part separately An undertaking has to be given in the Technical Bid Envelope certifying that the EMD of 2 of the tota quoted price has been kept in financial bid without dis
20. be direct manufacturers or direct Indian arm Office of the Manufacturer or the Authorized Indian Representatives of the Foreign Principals The date of such authorization should be current as on the date of announcement of this tender i e 29 01 2015 and should have a validity of at least six months after the closing date of the tender However it is necessary that the Principal Supplier OEM shall either have direct presence in India or have an authorized Distributor Representative in India and that such offices shall be equipped with adequately trained skilled staff who can undertake repairs calibration and routine maintenance of the tendered equipment 6 Necessary proof must be enclosed with the technical bids failing which your bid shall be summarily rejected C DOT has adopted a two bid system Therefore the tenderers should submit their technical and commercial parts for each tendered item separately marked as Technical Part and Commercial Part The two envelopes should further be put into another envelope and sealed for each individual tender item 7 The Technical Part should contain information on specifications design hardware capacity and other relevant technical details conforming to C DOT requirements in toto It is imperative to note here that the technical part should be accompanied by all data sheets technical literature compliance chart and catalogues for each item in original The sug
21. closing the amount Tender Fee of Rs 1 000 00 or USD 25 00 to be submitted along with the Technical bid Prices quoted with 3 years on site Comprehensive warranty As per clause 24 or as indicated in the specs Post Warranty Comprehensive AMC for three years yearly basis to be quoted As per clause 30 Acceptance for submission of Bank Guarantee for 10 of the PO value valid for a period of three years Equivalent Warranty period from the date of supply installation commissioning of the item in the event the PO is placed to be mentioned in the technical Specific Authorization letter from the OEM datasheets technical literature catalogues year of launch of the product EOL end of life and technical compliance Annexure I amp commercial compliance Annexure II as per clause no 7 SL No 1 SPECIFICATION FOR SUPPLY amp INSTALLATION OF OSCILLOSCOPE WITH 4 CHANNEL AND 4GHz BANDWIDTH QTY 01 no Pre bid meeting to be held on 06 02 2015 14 00 hrs Specification for Oscilloscope 4 Channel 4 GHz and 2 Channel 6 GHz Scope Minimum analog 3dB bandwidth A 4GHz reguired on all channels Minimum analog 3dB bandwidth 6GHz required on atleast two channels Calculated rise time 10 9096 lt 115ps at 4GHz and lt 80ps at 6GHz Minimum Sample rate 10 Gsa s all channels 20 Gsa s half channels Minim Record memory depth gt 500 Krecords full channels gt 1 Mrecords half chann
22. cordance with the terms and conditions of the contract 3 If the tenderer withdraws the tender during the validity period 4 Ifthe tenderer fails to complete their services in accordance with the terms and conditions of the contract or if there is any unexcused delay on the tenderer s part which may warrant forfeiture of E M D amount and or imposition of liquidated damages and or closure termination of the contract for default We the bank abide by your Tender terms and conditions and we shall on demand and without demur pay to you all and any sums upto a maximum of Rs Rupees being the E M D furnished by the tenderer to you in the form of this bank guarantee We further agree that the Beneficiary shall be the sole judge as to whether the Tenderer has failed to perform as per the Tender terms and conditions duly specified by the Beneficiary We further hereby undertake to pay the amount due and payable under this guarantee without any demur merely on a demand in writing from the Beneficiary stating the amount claimed due by way of loss or damage Any such demand made on the bank shall be conclusive and binding upon us as regards the amount Lodgment of claim through Registered Post shall be conclusive evidence of claim made on us by the Beneficiary However our liability under this guarantee shall be restricted to an amount not exceeding Rs Rupees We further agree that the claim made on us shall be settled within a period of
23. cument In case of submission of Security deposit Performance Bank Guarantee in the form of a Bank Guarantee the same must be issued by an Indian nationalised bank or any prime international bank If the performance bank guarantee security deposit of the requisite amount stipulated in the purchase order is not submitted the payments through Letter of Credit or Advance Draft Sight Draft or any other mode shall not be made by C DOT even after the receipt of order acknowledgement Fixed Deposits shall not be considered as Performance Bank Guarantee In the case where a bank guarantee has been submitted against the PBG the validity of the same should be equivalent to the warranty period from the date of acceptance of the item The bank guarantee validity should however commence from the date of written acceptance by C DOT subsequent to installation amp commissioning amp acceptance at C DOT Since the bank guarantee has to be submitted before equipment supply this objective shall be met by issuing necessary amendment to the bank guarantee later after the date of written acceptance by C DOT If the Security Deposit is submitted towards faithful performance through a Demand Draft then the same will be returned after the completion of the warranty period The E M D amount submitted by the successful tenderer will be returned to the supplier only upon the submission of the security deposit performance bank guarantee It should be clearly noted
24. e roduct In case any modules are left out and the same is required for the functioning of the equipment as per our specifications the same needs to be BST Freesat Gael Tenderers shall submit a list of clients in India and abroad to whom they have supplied the equipment items This list should clearly enunciate the address of the premises location of the equipment where such equipment software is installed along with the names of the contact persons and their phone nos fax nos e mail ids The tenderer shall make a detailed presentation amp demonstration to C DOT covering the features of the items being quoted at the time of technical evaluation Price comparison shall be based on the item cost with mandatory warranty period indicated in the specifications only In case the AMC price has not been quoted the financial bid will be summarily rejected However payment of AMC price shall only be released after every quarter or half yearly period No advance payment terms shall be accepted The tenderer shall facilitate visits by the C DOT team to their client installations in India for the purpose direct technical assessment of the equipment at site 17 No relaxation No amendment with respect to the above will be 18 entertained This is for direct imports by C DOT Harmonised Synchronized System Number HSS should be given for all items quoted For details please refer Import Export Policy and C
25. e services Jumbo Frames Port Mirroring VLAN support PPP PPPoE HDLC MLPPP 802 1Q MSTP RSTP etc 10 QoS Features ACLs Priority Queuing Bandwidth Guarantee sharing Traffic Policing DSCP etc 11 Monitoring and RMON SNMPv3 Flow features Syslog statistics RMON Diagnostics alarm using CLI amp GUI loopback testing trace route packet capture 12 Software and Software and Licenses required for above all features in Licensing addition to the latest routing switching security QoS features to be specified and quoted 13 Management Ethernet Console USB Interfaces 14 Reliability and Hot a Internal redundant power supplies N N swappability b Hot swappable Modules 15 Rack mount kit Rack mount kit with all accessories to be provided 16 Support Telephonic Email Web based with user account for S W upgrades updates online fault ticket booking etc 17 Warranty 3 year on site 8X5 NBD with parts replacement Note Vendors to quote individual part numbers with separate line items for anoop Base Item Firmware Network operating system Software features Hardware modules like SFP etc Support and Warranty SL No 7 SPECIFICATION FOR SUPPLY amp INSTALLATION OF OPTICAL SWITCH FOR ROUTER LAB QTY 01 no Pre bid meeting on 06 02 2015 15 00 hrs Specifications for Optical Cross Connect Switch for Router Lab One no of Optical switches required in router development lab for connectivity between equipments l
26. echnical support personnel of the vendor within 24 hours Support 24 7 from vendors software service centers through phone Email Fax etc shall be required and is a must It may also be noted that during the CAMC period it would be the responsibility of the tenderer to get the reguired spares reguired to replace defective arts customs cleared an D would not get any required spares Custom cleare using its public funded R amp D institution status under Customs Notification No 51 96 PAYMENT TOWARDS CAMC will not be made upfront The same shall be made either once in three months or six months or one year as the case may be on submission of an appropriate invoice subject to satisfactory services rendered and accepted by C DOT DELIVERY DATE Time being the essence of the contract the tenderers must indicate the firm delivery date by which the materials will be dispatched by them from the date of receipt of C DOT order They must also clearly indicate the time limit within which various phases shall be accomplished for work orders etc PAYMENT TERMS IN CASE OF LOCALANDIGENOUS PURCHASE C DOT is a public funded R amp D organization set up by the Govt of India Pursuant to notification no 10 97 of Central Excise C DOT is exempted from paying Excise Duty The normal payment terms of C DOT are within 30 days from the date of supply installation commissioning subject to qualitative and quantitative acceptance as the case may be
27. els Display size 12 inch with multitouch Waveform update rate 450 000 waveforms per second Noise floor 9 1mV div 5 00hm lt 150 uVrms at 4GHz and lt 210 uVrms at 6GHz des 1 mV div to 5 V div at 1 Mohm and 1 mV div to 1 V div Input Sensitivity 50 Ohm Time Base range 100 ps div to 50 s div or better Input coupling AC DC Time base resolution 2 5 ps or better 100 120 V 50 60 400 Hz 100 240 V 50 60 Hz 10 auto ranging with Indian Power cord Input Power range and Power cord Ports required USB 100 1000 Base T Video out Trigger out User guide Service guide Programmer manual Certiicate Documentation of calibration Vendor shall state the number of probes supplied by default with the oscilloscope and their bandwidth gt 6GHz bandwidth with Browser tip 4Nos In Browser tip option length from tip to probe head amplifier to be stated Accessories Probe 1 Accessories Probe 2 Differential Other supported tip options to be listed solderin socket etc State whether single ended and common mode measurements supported additionally the single ended bandwidth of the probe to be stated Accessories Front Panel Protection SL No 2 SPECIFICATION FOR SUPPLY amp INSTALLATION OF MIXED SIGNAL OsciLLOSCOPE 2GHZ 10GS s QTY 02 nos Pre bid meeting to be held on 06 02 2015 14 00 hrs Specifications for Mixed signal oscilloscope Analog Bandwidth gt
28. f Fixed Deposits will not be accepted 11 Technical Compliance statement for each tendered item is a pre requisite for evaluation Therefore the same must be submitted with the technical part Any falsification suppression of facts in the compliance statement would lead to the rejection of the quote along with forfeiture of the E M D Corresponding to each technical specification in the compliance statement relevant serial no page no line no etc in the data sheet should be indicated Incomplete compliance statement may lead to rejection of the quote 13 14 15 16 All columns should be clearly filled up and if more than one model is being quoted for then different sheets should be submitted for each model Please do not fill only as Complied in column 3 but also indicate the quantitative specifications Failure to do so may result in the quote not being considered Please highlight the quantitative specifications in your data sheet technical literature If the space is not sufficient then additional sheets may be used The compliance comparison statement should be signed by the authorized signatory The compliance statement should be enclosed with the technical part only Compliance statement with respect to terms and conditions Annexure II stipulated in the tender document should also be provided along with the technical part The tenderers should submit the quotes along with the complete data sheets of th
29. gested ordering information BOM with supplier nos to match C DOT specifications must be indicated in the technical part An undertaking has to be given in the Technical Bid Envelope certifying that the EMD of 2 of the total quoted price has been kept in financial bid without disclosing the amount Tender document Fee of Rs 1 000 00 or USD 25 00 in case the Tender document 1s downloaded from our website specifications design etc Data Sheets Technical literature Catalogues Technical Compliance as per Annexure I Technical quote mentioning the details of make amp model quoted UK Commercial Compliance as per Annexure II ee Scope of Warranty compliance as per clause 24 Scope of Post warranty CAMC compliance as per clause no 30 Cliental list E specifically indicating our tender reference valid for the warranty period in the event the PO is placed Alternatively 90 payment shall be released and balance 10 after expiry of warranty period Check List as per Annexure III 8 The commercial part should contain information on price quoted for equipment upto C DOT designated place payment terms delivery period or as stated in the specifications guarantee period and other relevant information as per below SL No Commercial part should contain 1 Commercial quote containing the price information of the make amp model quoted in the technical part a b Supply installation amp
30. heduled holiday the tender will be opened on the NEXT WORKING DAY at the same time and venue 52 REJECTION FACTORS The quote will be rejected summarily if any of the following is not complied The same has to be filled in annexure III a Quote to be submitted in two part i e Technical part amp Commercial part separately b MEE rma EEE An undertaking has to be given in the Technical Bid Envelope certifying that the EMD of 2 of the total quoted price inclusive of taxes amp levies has been kept in financial bid without disclosing the amount c Tender document fee in the form of Demand Draft in case the documents are downloaded from our website to be submitted along with the Technical Part Only d Prices to be quoted forthe items with three years on site Comprehensive warranty from the date of acceptance as per clause no 24 or as indicated in the specifications e Post warranty Comprehensive Annual Maintenance Contract charges 3 years CAMC after mandatory warranty period should be indicated for subsequent three years on yearly basis as per clause 30 However the warranty CAMC period specifically indicated in the specifications shall override the period indicated in this general terms and conditions f Acceptance for submission of Bank Guarantee for 10 of the PO value valid for a period of three Ant d equivalent warranty period from the date of acceptance in the event the PO is placed g Specific Au
31. ike load generators analyzers switches and routers e Number of minimum ports 144 Duplex e Minimum Switching Capacity 144x144 matrix e Bidirectional dark fiber switching e Fully non blocking e Protocol and speed independent must support 1G 10G STM 1 4 16 e Maximum Insertion Loss 4dB e Connector type LC e Single mode fiber connectivity e Wavelength support 1310nm 1550 nm e Switching must be at optical level rather than converting to electrical and then optical e Network Management Web and CLI based management e Power supply AC 220V 50Hz or DC 48 V e Mountable in 19 data rack SL No 8 SPECIFICATION FOR SUPPLY amp INSTALLATION OF DESKTOPS Slab Qtys 01 100 nos 101 amp above Specification for Desktop Systems SI No Particulars Model Make Quoted by the To be filled by Vendor vendor CPU Clock Speed 1 x Intel Core i7 4790 3 6 Ghz or later 2 RAM 8GB 2 x 4 GB 1600 Mhz DDR3 NON ECC SDRAM upgradable to 16 GB Minimum 4 memory slots 3 Storage 1 x 1 TB 7200 rpm SATA III HDD or later 4 Video Graphics Integrated Monitor 21 5 LED Flat Panel Display 1920X1080 resolution from desktop 5 manufacturer 6 Keyboard mouse Multimedia Internet Keyboard and Optical Mouse from desktop manufacturer 7 Optical Media Drive DVD ROM DVD RW Drive 8 Operating System with Windows 8 1 Professional 64 bit media 9 Network Interface Gigab
32. ipal else quote will not be considered Incomplete quotes and quotes with out data sheet too will not be considered Technical compliance shall be provided with model no and OEM data sheet marking the compliance as per CDOT specs Blank commercial bid shall cover all orderables as per technical compliance If any missing items are there same shall be supplied free of cost
33. it Ethernet 10 100 1000 Mbps LAN interface 10 Ports Minimum 6 USB 2 0 3 0 ports 1 RJ45 1 VGA 2 Line in stereo microphone 2 Line out headphone speaker T Audio Integrated with stereo speakers 12 Bus Slots Minimum One x16 PCI Express free slot 13 Driver accessories Required drivers and cables to be provided 14 Power Supply 220 240 VAC 50 Hz With Indian Power cables 15 Application Software Microsoft Office 2013 Home and Business Edition Original Media with Licenses 16 Anti Virus Software Latest version of Kaspersky license amp media with 3 years support 17 Installation a Hardware inventory Testing of Ports b Onsite disk Partition Minimum 3 OS installation c Stickers giving details of Support warranty to be affixed on the systems after installation 18 Warranty a 3 years Comprehensive onsite warranty support for Hardware and OS from the date of Installation Acceptance by CDOT b Vendor should provide warranty card mandatorily from OEM Warranty from the supplier alone is not acceptable 19 Post Sales Support a Principal Supplier should have a full fledged service center in Delhi and Bangalore b Support should be either from OEM System Integrator participating in this quote c Service response time should be NBD Downtime should not exceed 3 working days Vendor should either service the system or provide standby system with in the specified timeframe d Vendor should provide P
34. o hereby unconditionally and irrevocably guarantee payment without demur and without recourse to the purchaser of sums upto Rs Rupees amount of guarantee in Rs and words on the purchasers first demand in writing making claim for payment to the purchaser by reason of failure on the part of the contractor to fulfill their obligations under the contract We hereby agree that lodgment of claim through registered post shall be conclusive evidence of lodgment of claim We further undertake to settle the claim within 30 days of lodgment of claim This guarantee shall not be revocable by notice or otherwise and is unconditional and without recourse and our liability as surety shall not be impaired or discharged until the contractor has fulfilled all the obligations under the contract and shall not be affected by any change in the constitution of the purchaser Contractor or the bank Notwithstanding anything stated herein above our liability under this guarantee is restricted to Rs Rupees amount of guarantee and shall remain in force till last date of guarantee unless a demand or claim under the guarantee is made on us in writing within one month of the above mentioned date i e before date one month from the last date of guarantee cover all your rights under this guarantee shall be forfeited and we shall be relieved and discharged of all liability hereunder Dated FOR Place Banker s name Address and common seal ANNEX
35. of the year The tenderers are advised to quote taking note of the above and any quote received as NETT will be presumed as inclusive of applicable taxes only on the vendor tenderer by C DOT and the penalty to be imposed will be 0 5 for every 01 week subject to the maximum being 5 Of the total PO value Delay beyond 10 weeks will be treated as an exception and C DOT reserves the right to impose additional penalty at its discretion In case the tenderer fails to deliver the material software or fails to provide services within the quoted delivery period in supercession to the above penalty clause C DOT reserves the right to make alternate procurement and arrangements only at the tenderers cost and risk For this the supplier shall be served wi a notice d 2 weeks under a registered cover and in case of non performance on expiry of the notice 0 the cost of alternate procurement arrangements shall be recovered from the vendor INSPECTION Materials on their arrival at C DOT will be inspected for quality and quantity by C DOT officials and their decision in the matter will be final and binding The rejected material s will need to be collected by the supplier within a reasonable period of time for replacement from our premises and all the charges on the same including packing charges will have to be borne by the supplier only 36 37 39 40 In case of imports replacements need to be received by C DOT on pre paid freigh
36. r Customs Notification No 51 96 Quotes of the tenderers who are unable to quote with 3 years warranty but have quoted with a warranty of 1 year and failed to quote for 2 amp 3 year warranty will not be considered and will be summarily rejected even if they are capable of providing a suitable technical solution in line with C DOT s technical specifications However incase AMC price is indicated the same shall be taken into consideration for 3 EE price comparison No further clarification shall be All statutory levies shall have to be met by the tenderer and or their Indian Representatives towards replacement and repairs during the warranty period Thus the warranty should be comprehensive all paid up and unconditional Ee UNTOU T A T case of any delays in installation commissioning rectification of faults the warranty period shall automatically get extended by a month for delay of 15 days or part thereof Support during warranty period covers attending to C DOT calls by technical support personnel of the vendor within 24 hours Support 24 7 from vendors software service centers through phone Email Fax etc shall be required and is a must 25 Warranty Certificate should be submitted from the date of written acceptance given by C DOT clearly indicating the commencement date and expiry of warranty This 26 Calibration The rates quoted for the warranty period or the post warranty CAMC should No extra charges
37. roof of address in Delhi and Bangalore Note 1 Vendor should mandatorily enclose authorization letter from the Principal else quote will not be considered 2 Incomplete quotes and quotes with out data sheet too will not be considered 3 Technical compliance shall be provided with model no and OEM data sheet marking the compliance as per CDOT specs Blank commercial bid shall cover all orderables as per technical compliance If any missing items are there same shall be supplied free of cost SL No 9 SPECIFICATION FOR SUPPLY amp INSTALLATION OF LAPTOPS QTY 01 no Slab Qtys 01 50 nos 51 amp above Laptop Specification SI No Feature Requirement Details Laptop Model 1 Processor Intel Core 17 4600U processor or later 2 Memory 2x4 GB DDR3 SDRAM 1600 Mhz or 1x8 GB DDR3 SDRAM 1600 Mhz 3 Storage 500 GB HDD DVD ROM DVD RW Drive External 4 Graphics Intel HD Graphics Simultaneous Display on native Display and external Monitor Projector 5 Display 14 LED Backlit Anti glare color display resolution 1600X900 6 Communication Interface 1 10 100 1000 Mbps Ethernet Integrated 2 802 11 b g n WLAN 3 Bluetooth 4 0 7 I O Ports 1 VGA Port 2 Speaker Headphone jack 3 Microphone jack 4 Minimum 3 USB 2 0 or higher ports 5 RJ45 Gigabit Ethernet Port 8 Audio High definition audio integrated microphone and stereo speakers 9 I O de
38. ry Over charging protection Protection against Sustained Input Over Voltage Indications amp Alarms Normal Operation Overload Over Temp Indications Battery Low Indication Inverter UV OV indications Battery Low Pre Alarm with Audio Alarm Converter amp O p Trip Indications Warranty 3 Years on site for UPS and Batteries Comprehensive nT AVALDA Comprehensive on site AMC Charges for 5 more years after warranty should also be mentioned in financial bid separately Installation amp Commissioning is the responsibility of the supplier along with verification of specifications at our sites after installation Or at the factory pre shipment Service Centre should be available at Bangalore amp Delhi NCR All the required spares must be available at Both locations Service Support The Service Centre shall be evaluated by CDOT User Manual amp Service Manual to be supplied Quoted Model should be a stable model minimum 100 UPS of same model 30 40 50 KVA must be sold in last 3 years UPS H w amp S w should be supported for minimum 10 years after installation Customer list with details of UPS Capacity Customer List Model No Qty sold Date of delivery to be provided The UPS Manufacturer must have ISO9001 certification for development production and services The UPS must have CE marking in accordance with European Directives 73 23 93 68 89 336
39. sine alpha 0 1 to 1 0 Guassian Rectangular 14 RF Bandwidth To support LTE and LTE A carrier aggregation upto 100MHz 15 Modulation Bandwidth 2100MHz at RF 16 Fading and noise channel fading andAWGN simulator for LTE and LTE Advanced as per 3GPP rel 8 9 amp 10 General specifications 1 Interfaces Ethernet USB GPIB 2 Power supply 230 VAC 50 Hz 3 Demonstration During technical evaluation 4 Warranty 3 years 5 Interface to Matlab to be provided SL No 4 SPECIFICATION FOR SUPPLY amp INSTALLATION OF BAKING OVENS QTY 02 nos Structure requirement e Internal Dimension 60 W x95 H x50 D cm e External Dimension 90 W x161 H x72 D cm e Outer body steel coated in epoxy anti acid paint eInner structure in stainless steel eStainless steel Heater Door sealing silicon eGlass wool insulation e Ventilation opening with manual flow control e Internal grid shelves adjustable to different height Technical Requirement eForced air Convection eTemperature range 50 to 200 deg centigrade e Accuracy 0 5 C eTemperature uniformity 3 C eHeat up time 50 deg to 200 deg about 45 minutes eControl mode PID e Operator Friendly Programmable Controller Electrical eSolid state Relay etrouble indicator light eTemperature sensor k Type Thermocouple eNichrome heating element eFan Motor Over load Relay Over heat Protector Buzzer 440 V 3 phase
40. t basis and only then will the supplier be allowed to collect the rejected materials from our premises In case we do not receive any response to our letters soliciting the suppliers to collect the rejected material even within 16 weeks from the receipt of the rejected material at C DOT the same may be disposed off by C DOT through auction and the proceeds of such an auction shall be treated as earnings to C DOT Training on the usage of the equipment software should be provided free of cost to authorized personnel of C DOT for a duration mutually decided The nature of training and its modules must be detailed and spelt out Tenderers shall be required to provide complete assistance guidance at site during the SITE PREPARATION and INSTALLATION amp COMMISSIONING same shall be the responsibility of the supplier or their authorized Indian Agents Distributors Representatives Certificate issued by their principals The same must be enclosed in both TECHNICAL and the COMMERCIAL PART not be accepted Authorization Certificate should be obtained from the OEM for each quoted item and the authorization certificate should be obtained prior to the technical part opening The manufacturer or their representative has to get their product registered in Ministry of Communications and Information Technology under gazette Notifications dt 3rd October 2012 20th March 2013 and 25th June 2013 Wee fas ES as per Schedule Column3 ii namely
41. tage variation dynamic 0 100 1 100 095 THDv on nominal power lt 395 linear load THDv on nominal power not linear load lt 5 9o P F 20 7 50Hz 0 5 Hz Free Running 50Hz 1Hz In sync with Input Frequency Synchronized with input Frequency tolerance frequency or t 1 free run 3 1 accordingly with IEC EN62040 3 150 for 1 Minute Overload capability 125 for 10 Minute On Battery amp Mains 110 for 60 Minutes On Battery amp Mains Current Crest Factor gt 95 DC AC gt 90 AC AC 4 Output in battery Run DC AC Efficiency Nominal voltage 400 V three phase Nominal power 40 kVA 36 KW Voltage variation O static 4 Voltage variation dynamic 0 100 1 100 096 THDv on nominal power lt 3 linear load THDv on nominal power not linear load lt 5 P F 0 7 Frequency 50Hz Frequency tolerance 1 free run Current Crest Factor 3 1 accordingly with IEC EN62 040 3 Overload capability 12596 load rate with no 2 min bypass intervention 30 sec 150 load rate with no bypass intervention SMF Sealed maintenance free battery Make Exide Yuasa quanta Amco Rocket All Batteries should belong to the same batch amp same history and should be manufactured less than 3 months earlier at the time of delivery Type Nominal UPS Battery Voltage As per design Battery charger type PWM hi
42. te CDE In case of any delay in providing submission of the above documents and which attracts demurrage will have to be borne by the supplier C DOT is registered with DSIR Ministry of Science amp Technology Govt of India vide registration no TU V RG CDE 629 2006 All quotations received against this tender shall be governed by the terms and conditions indicated in the tender document In the case of successful tenderers E M D amount will be forfeited to C DOT in the following cases without any further intimation 22 23 a If after submission of the quotation the tenderer fails to honour the Purchase Order Work Order Letter of Intent or refuses to comply with any and or all of the terms and conditions of the tender b Ifthe tenderer withdraws the offer during the validity period c If the tenderer fails to submit the 10 Performance Bank Guarantee in accordance with Clause No 22 As per C DOT tendering procedures in respect of hardware items including the software items that may be embedded in the hardware the successful tenderer s shall have to deposit a Security Deposit Performance Bank Guarantee PBG equivalent to 10 of the total order value for a duration upto the 3 years warranty extended warranty AMC or as per the warranty specifically stated in the specifications The same can be deposited through a Crossed Demand Draft favouring C DOT or a Bank Guarantee as per the enclosed format in the tender do
43. th 51 amp above Delhi amp Bangalore The quantities mentioned above are only indicative and may change at the time of ordering at the sole discretion of C DOT 4 Tenderers are requested to study the terms and conditions of the Tender pele and then submit their tenders accordingly Any tender quotation received against this tender and any Purchase rder Work Order Annual Maintenance Contract resulting from this tender shall be governed by the terms and conditions indicated in this tender document and the tenderer quoting against this tender shall be deemed to have read understood and accepted the same unconditionally The intending tenderers are requested to go through the Tender Notice available at C DOT website and comply with all the procedures as prescribed therein This Tender Document is non transferable Only the Manufacturers OEMs Authorized Distributors Authorized Agents Authorized Representatives Authorized Commercial Enterprises purchasing the Tender Document are entitled to submit the quotes to C DOT in their name The authorized Distributor Authorised Agents Authorised Representatives of the OEM are required to enclose the following documents along with the technical part Details of Registration under Shops amp commercial Establishment Details of Registration with Registrar of firms Registrar of companies Service tax registration copy amp VAT registration copy i si 5 The tenderers should either
44. thorization letter from the OEM for participating against our tender datasheets technical literature catalogues year of launch of the product EOL end of life and technical compliance amp commercial compliance LLLLLLLLLLLLLLLLLLLLLLLLL THIS BANK GUARANTEE TOWARDS THE E M D SHOULD BE TYPED OUT ON RS 50 NON JUDICIAL STAMP PAPER GIVING FULL POSTAL ADDRESS OF THE BANK Guarantee No Amount Guarantee Cover From i To Last Date for Lodgment of Claim The Centre for Development of Telematics having its office at C DOT Campus Electronics City Phase I Hosur Road Bangalore 560 100 having floated a Tender for Tender for with Tender no hereinafter referred to as the tender and M s name and address of the party having the intention of participating in the above mentioned we the banker s name and address hereby irrevocably undertake and guarantee to you that in the event of the award of the Contract to the tenderer and subject to the failure of the Tenderer to perform any of the following clauses we undertake to fully compensate the Beneficiary to a maximum amount of Rs Rupees in words as and when the same is claimed from us in writing during the validity of the contract as per the terms and conditions of the tender contract 1 Ifthe tenderer fails to accept the contract with the terms and conditions of the contract 2 If after the acceptance of the contract the Tenderer fails to carry out the services in ac
45. traffic light code Buttons situated near the display should allow the user to Display the operating data Enter the operating parameters Set running parameters 09 Controls The UPS should have the following controls UPS secure powering protection against accidental powering UPS stopping to prevent accidental power outage while allowing the UPS to be quickly shutdown in an emergency The button must remain depressed for at least 3 seconds Buzzer silencer Keyboard to browse the menus on the display set parameters confirming the selected functions and quitting 10 Adjustments The UPS shall be able to allow the following adjustments to be made and shown on the display OUTPUT INPUT BYPASS BATTERIES Voltage Enable synchronizing Enabling Limits Frequency Extended Forced Max runtime with battery Redundancy N X synchronizing interval Actuation sensitivity Max runtime with battery Off line mode after reserve limit Load waiting mode Battery test enabling Auto restart enabling 11 Interface The UPS shall be equipped with Terminals for connecting the EPO Emergency Power Off button Two DB9 female connectors for the RS232 serial interface One DB15 male connector for the logic signal interface One interface with 5 relay outputs contacts to be set NC or NO by operator panel Slot for a SNMP interface that
46. ustom Tariff Excise Tariff of India If any license is required by C DOT for import then the same should be informed to C DOT For indigenous supplies the price quoted must be on F O R destination basis and to the designated place as per tender clause no 37 C DOT is a public funded R amp D organization set up by the Govt of India and pursuant to notification no 10 97 of Central Excise C DOT is exempted from paying Excise Duty Intending tenderers are advised to take note of the above while submitting their quotes Interested tenderers are requested to quote the basic price and the other statutory levies separately and indicate their acceptance to supply the material at its basic cost with applicable levies The exact amount of duties if applicable and the tariff head under which it is applicable must be indicated unambiguously in the commercial part 19 C DOT being a public funded R amp D organization enjoys Customs Duty 20 2 Exemption under Customs Notification No 51 96 Hence tenderers are requested to quote in foreign currency in case the same is being made available from their Principals abroad basis No other terms shall be acceptable The supplier is responsible to provide Cargo Arrival Notice CAN as soon as the shipment is landed in India The supplier should ensure that a pre alert with the invoice packing list to be provided so that necessary time is given for preparation of Customs Duty Certifica
47. vices Full sized Keyboard Integrated Webcam 10 Operating System Microsoft Windows 8 1 Professional 64 bit 11 Application Software Microsoft Office 2013 Home and Business edition Original Media with Licenses 12 Anti Virus Latest version of Kaspersky license amp media with 3 yrs support 13 Battery Backup Minimum 4 Hours 14 Power Adapter 220 250 VAC 15 Weight Less than or equal to 2 7 Kg 16 Installation d Testing of Ports e Onsite disk Partition Minimum 3 OS installation f Stickers giving details of Support warranty to be affixed on the systems after installation 17 Warranty a 3 years Comprehensive onsite warranty including battery b Support for Hardware and OS from the date of Installation Acceptance by CDOT c Vendor should provide warranty card mandatorily from OEM Warranty from the supplier alone is not acceptable 18 Post Sales Support a Principal Supplier should have a full fledged service center in Bangalore and Delhi Contact address to be provided b Support should be either from OEM System Integrator participating in the tender c Service response time should be NBD System downtime should not exceed 3 working days Vendor should either service the system or provide standby Laptop with in the specified timeframe 19 Accessories Original Leather Carrying Case Note Vendor should mandatorily enclose authorization letter from the Princ
48. will be paid by C DOT for calibration during the warranty period and post warranty CAMC period 27 The appraisal of the performance of the material and services provided during the watranty period shall be done by C DOT and the same shall be binding upon the tenderer 28 All upgrades and updates and technical literature during the warranty post warranty period should be shipped to C DOT on pre paid freight basis 29 The tenderers are required to provide the details about the date of manufacturing in case of hardware requirements of C DOT along with support and upgrade road map for product module development and update and upgrade path for software It is also mandatory that any information pertaining to end of life EOL of both Hardware amp Software items being quoted is provided at the time of submitting the Technical amp Commercial part The tenderers who fail to provide such information shall be solely responsible for bearing the cost arising out of obsolescence and or end of life EOL at a later date if they happen to be the beneficiary of C DOT orders Apart from the above the year of launch of the equipment software quoted in the international market must also be indicated in the technical as well as in the commercial part along with estimated life of the equipment and estimated years of support availability for the equipment COMPREHENSIVE ANNUAI MAINTENANCE CONTRACT 30 After sales service is one of the critical
49. with his signature on the spot This will be binding on the company participating in the tender 3 Any queries with regard to the above tender shall be entertained only by means of formal official letters Fax emails tender cdot in on or before 1200 hrs on 04 02 2015 No Technical and Commercial queries shall be entertained after 04 02 2015 It may be noted that it is the sole discretion of C DOT to consider the same or not and to reply only if it is deemed necessary C DOT will not be responsible for any non receipt of letters Fax emails Queries sent to any other official email ids shall not be considered Commercial Part Opening The dates will be intimated subsequently to the technically shortlisted parties only Tenders are invited for the following items the required quantities along with requisite Earnest Money Deposit E M D to be submitted as given herein below REQUIREMENTS Oscilloscope with 4 channels and 4GHz 1 bandwidth on all channels with any 2 Pre bid meeting channels at 6Ghz bandwidth on 06 02 2015 14 00 hrs Mixed signal Oscilloscope 2 GHz 2 10GS s Pre bid meeting on 06 02 2015 14 00 hrs Vector Signal Generator Baking ovens UPS WAN Router 1 Pre bid meeting on 06 02 2015 15 00 hrs Optical Switch for Router Lab 1 Pre bid meeting on 06 02 2015 15 00 hrs Desktops 1 100 Mandatory to have service centre at both 101 8 above Delhi amp Bangalore Laptops 1 50 Mandatory to have service centre at bo
50. y circumstances The schedule of opening of bids is as follows and at the following venue Pre bid meeting Only for the items mentioned in our requirement list Date amp Timings indicated in the item list Last Date of Bid Submission 27 02 2015 1500 hrs Technical Bid Opening 27 02 2015 1530 hrs in the presence of intending bidders onwards at C DOT Bangalore The EMD 2 of your total quoted value including all applicable Taxes should be submitted only in the Financial Commercial part Envelope and without disclosing the amount that the EMD had Bid Rejection Bids without Tender fee and EMD shall be rejected outright Incase the document is downloaded from our website then please ensure that the Tender Document fee of Rs 1 000 JUSS 25 is separately enclosed with the technical bid However separate bid document with separate EMD in commercial financial bid should be submitted Separate bids should be submitted for each item incase vou are participating for multiple items Similarly EMD should also be separately enclosed with each bid However tender fee shall be payable for one item only details of which should be indicated in all the bids Participation of representative during the technical commercial part opening authorized representative whom you have deputed to attend the tender opening should be in a position to answer all the queries raised If any and substantiate the same in writing
Download Pdf Manuals
Related Search
Related Contents
AVR ICP-V24/USB Portable 742.9KB NEC MultiSync MD302C4 Supermicro SC743S1-R760 4U Chassis black Safety relays [データ10]障害者向けサービス オコナー巧緻テスト Philips HDMI cable SWV7489H Manuale Steps for Creating and Uploading Demographics and Early Copyright © All rights reserved.
Failed to retrieve file