indian institute of management calcutta · 5. time & date of submission of tender up to 14:00...

59
1 Tender Form No…….. INDIAN INSTITUTE OF MANAGEMENT CALCUTTA Diamond Harbour Road, Joka, D. H. Road, Kolkata 700104 Telephone: (91) (33) 2467-8300-8306/8313 Home Page: http://www.iimcal.ac.in REVISED TENDER DOCUMENT NAME OF WORK:- SUPPLY, INSTALLATION, TESTING, COMMISSIONING AND MAINTENANCE OF IP SERVER BASED PBX TELEPHONE SYSTEM AT IIMC CAMPUS, JOKA PRICE: Rs. 1000.00 (Rupees One Thousand) only, Payable in the form of DD in favour of INDIAN INSTITUTE OF MANAGEMENT CALCUTTA LAST DATE OF SUBMISSION: 14.09.2016 AT 02.00 p.m. OPENING DATE & TIME: 14.09.2016 AT 02.15 p.m.

Upload: others

Post on 10-Jul-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

1

Tender Form No……..

INDIAN INSTITUTE OF MANAGEMENT CALCUTTA Diamond Harbour Road, Joka, D. H. Road, Kolkata –700104

Telephone: (91) (33) 2467-8300-8306/8313 Home Page: http://www.iimcal.ac.in

REVISED TENDER DOCUMENT

NAME OF WORK:- SUPPLY, INSTALLATION, TESTING, COMMISSIONING AND MAINTENANCE OF

IP SERVER BASED PBX TELEPHONE SYSTEM AT IIMC CAMPUS, JOKA

PRICE: Rs. 1000.00 (Rupees One Thousand) only,

Payable in the form of DD in favour of INDIAN INSTITUTE OF MANAGEMENT CALCUTTA

LAST DATE OF SUBMISSION: 14.09.2016 AT 02.00 p.m. OPENING DATE & TIME: 14.09.2016 AT 02.15 p.m.

Page 2: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

2

INDEX

SL. SECTION PARTICULARS PAGE NO.

1. I Time Schedule for Invitation of Tender 3

2. II Notice Inviting Tender 6

3. III Instruction to Bidders 7-17

4. IV General Conditions of Contract 18-27

5. V Scope of Contract 28

6. VI Terms & Conditions of Service Contract 29

7. VII Technical Specifications including Compliance Sheets 30-48

8. VIII Bill of Quantities 49-50

9. Annexure-A: Price Schedule-I, II, III & IV 51-53

11. Annexure-B: Bid Form 54

12. Annexure-C: Warranty to Quality 55

13. Annexure-D: Special Instructions to Bidders 56

15. Annexure- E: Undertaking to be submitted by the

bidder regarding black-listing etc. 57

16. Annexure- F: Letter of Authorization for attending bid opening

58

Page 3: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

3

SECTION-I

TIME SCHEDULE FOR INVITATION OF TENDERS

1. Tender Enquiry No. & Date

NIT/IIMC/Telephone/34/2016-17 dated 31st August, 2016

2. Date of Issue of Tender

31/08/2016

3. Price of Tender document Rs.1000.00 (Rupees One Thousand) only, payable in the form of DD in favour of Indian Institute of Management Calcutta

4. Time & Date of 1st Pre-Bid Meeting:

Time & Date of 2nd Pre-Bid Meeting:

At 14:30 hrs. on 05.08.2016 At 14:30 hrs. on 16.08.2016

(The tender document has been prepared after taking into consideration the discussions held during the pre-bid meetings)

5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016

6. (i)

Time & Date of the Opening of Technical Bid

At 14:15 hours on 14.09.2016

(ii) Time & Date of the Opening of Financial Bid

(To be intimated later)

7. Minimum validity of tender offered

90 days from the date of opening of the tender

8. Consignee of Equipments

Indian Institute of Management Calcutta, Joka

9. Price to be Quoted in

Price Schedule (Annexure-A)

10. Earnest Money Payable

Rs. 2,00,000.00 (Rupees Two lakhs) only payable in the form of DD in favour of Indian Institute of Management Calcutta

11. Description of Stores (600 Analog expandable up to 2000 in future + 200 IP) Lines IP PBX for IIM Calcutta, as per description in sections VII to IX of the bid document.

12. Delivery Schedule and Completion schedule

Delivery to be made within 60 days and completion of work in all respect including commissioning, within (60+20) i.e. 80 days from the date of issue of Work Order.

13. Liquidated Damages In case, supply is not received within the stipulated period indicated above, penalty shall be levied @ 1.0 % (One per cent) per week of the value of the material not yet supplied, subject to a maximum of 10 % (Ten per cent) of the value of contract.

14.

IIMC is recognized as a Scientific and Industrial Research Organization (SIRO) by the Department of Scientific and Industrial Research under the Scheme on Recognition of Scientific & Industrial Research Organizations (SIROs), 1988 vide F. No. 13/104/1990-TU-V dated 22nd December, 2015, which is valid for a period of three years w.e.f. 01.04.2015 to 31.03.2018. As such, IIMC is entitled to avail Custom/Excise Duty exemption on purchase of equipment, instruments, spares thereof, consumable etc. used for research & development.

Page 4: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

4

Eligibility criteria of the vendors for the work “Supply, Installation, Testing,

Commissioning and Maintenance of IP Server based PBX Telephone System at IIMC

Campus, Joka.”

(All relevant documentary proofs, duly certified by the bidder, need to be submitted):

1. Only Original Equipment Manufacturer (OEM) or their authorized dealers, having

expertise for installation of similar telephone/ communication system, are eligible to apply

for participation in the bid procedure.

2. The applicant should have at least 03 (Three) years’ experience in the relevant telephone/

communication system. The applicant should have their registered establishment in India for

at least last three years (Documentary proof to be attached) and should have their own

Service Centre at Kolkata for at least last three years, towards providing service support

infrastructure including local after-sales service facility along with availability of spare parts

etc. pertaining to the PBX system offered in the tender, for which documentary evidence has

to be submitted with the bid.

3. The average annual turnover of the applicant during the last three years (2013-14, 2014-15

and 2015-16) should be approximately Rs.5,00,00,000.00 (five crores) per year (Balance

sheet duly audited by a registered Chartered Accountant to be provided).

4. The applicant should have credentials for completion in independent status for at least two

(2) similar works through HP/IBM/DELL Server , each costing not less than Rs.30 Lakhs

(Rupees thirty Lakhs), during last three years.

5. The applicant should provide Satisfactory Performance Certificates from the Clients for

minimum two (2) jobs, along with client details including name, contact address, e-mail id,

telephone number etc.

6. The applicant should submit a list of the major installation jobs completed in reputed

organizations (Govt./Semi-Govt./Private) by them for similar system, with not less than 800

lines’ Exchange per job, using HP/IBM/DELL server preferably within India, during last

three (3) years.

7. The applicant should be an ISO certified organization.

8. Any past record of Black-listing during the period of last three years by any Govt./Semi

Govt./Reputed Private Organization will be considered as disqualification for the purpose of

enrolment in the list of pre-qualified bidder.

9. The applicant should have back to back agreement with the OEM for minimum seven years,

whose product is being offered in the tender. The OEM should have their registered

establishment in India for at least three years (Documentary proof to be attached).

10. The applicant should provide details (name, years of experience, qualification, mobile No.

etc.) of the Service Engineers, posted at Kolkata, on their payroll.

11. The applicant should furnish their company profiles containing all details of the Organization.

Page 5: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

5

(Terms and conditions of NIT (Notice Inviting Tender)

The offer should be submitted in three envelope system.

Envelope 1 should contain the Earnest Money Deposit in the prescribed format as mentioned in the NIT.

Envelope 2 should contain the technical compliance sheets, general terms and conditions of other aspects of the work as have been detailed in various Annexures of the tender documents.

Envelope 3 should contain the commercial/financial bid only in the prescribed format as mentioned in Annexure B of the tender document.

A bigger sealed envelope should contain all the above three sealed envelopes super-scribing in the top left hand corner of the cover as “Tender for Supply, Installation, Testing, Commissioning & Maintenance of IP Server based PBX Telephone System at IIMC Campus Joka”.

(i) Envelope 1 will be opened first. On ascertaining the valid EMD in Envelope 1, Technical Bid of the offer will be opened as per time schedule in presence of the participants. Evaluation of the technical bid will be done by IIMC and based on such evaluation report, names of the technically qualified vendors will be announced and intimated to the concerned vendors alongwith time-schedule for opening of commercial bids, through e-mail/letter.

(ii) Commercial bid of only those vendors, who have qualified in the technical evaluation of their bid, will be opened. Regarding selection of technically qualified vendors, the decision of IIMC will be treated as final and binding to the participating vendors.

(iii) Final award of tender will be considered based on techno-commercial evaluation of offer.

(iv) Rates should be quoted both in figures and words. Part offer, conditional offer or conditional rebate will not be considered for acceptance under any circumstances. Institute reserves right to reject any or all such offers without assigning any reason thereof. In case the space provided in the BOQ of tender is not considered as adequate to quote rate in both figure and words, enlarged copy of BOQ may be used. However, the original BOQ issued from this end should also be submitted in bank with the certification regarding submission of enlarged BOQ.

(v) Regarding completion time for the work, schedule as mentioned in the NIT should be adhered strictly.

(vi) Successful bidder should provide Performance Security against the contract as mentioned below, in the form of Performance Bank Guarantee (P.B.G) drawn on any Scheduled Bank, in favour of “Indian Institute of Management Calcutta” and payable at Kolkata in the prescribed format of the Institute. IIMC will retain the said B.G upto the warranty period of the contract. The validity of B.G should accordingly cover the period of warranty of the contract.

Performance Bank Guarantee amounting to 10% (ten percent) of the contract value should be

furnished by the vendor before release of the last 25% payment. However, in case of Dollar

payment by opening Letter of Credit, 15% (fifteen percent) Performance Bank Guarantee needs

to be furnished by the vendor.

Page 6: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

6

SECTION-II

NOTICE INVITING TENDER

Sealed tenders in two parts, Technical and Financial bids, are invited from the short- listed bidders, by Sr. Administrative Officer (Purchase), on behalf of the Director, IIMC for “Supply, Installation, Testing, Commissioning & Maintenance of IP Server based PBX Telephone System at IIMC Campus Joka”, as mentioned in Annexure-A :

1. Tender Enquiry No. & Date

NIT/IIMC/Telephone/34/2016-17 dated 31st August, 2016

2. Date of Issue of Tender

31.08.2016

3. Time & Date of Pre-Bid Meeting

Time & Date of 2nd Pre-Bid

Meeting

At 14:30 hrs. on 05.08.2016

At 14:30 hrs. on 16.08.2016

(The tender document has been prepared after taking into consideration the discussions held during the pre-bid meetings)

4. Time & Date of submission of tender

Up to 14:00 hours on 14.09.2016

5. (i) Time & Date of the Opening of Technical Bid

At 14:15 hours on 14.09.2016

(ii) Time & Date of the Opening of Financial Bid

(To be intimated later)

6. Minimum validity of tender offered

90 days from the date of opening

7. Consignee of Equipments

Indian Institute of Management Calcutta, Joka

8. Price to be Quoted in

Price Schedule (Annexure-A)

9. Earnest Money Payable

Rupees Two Lakhs (Rs.2,00,000/-), in the form of Demand Draft of any of the Scheduled Banks drawn in favour of “Indian Institute of Management Calcutta” and payable at Kolkata.

10. Description of Stores (600 Analog expandable up to 2000 in future + 200 IP) Lines IP PBX for IIM Calcutta, as per description in sections VII to IX of the bid document.

Page 7: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

7

SECTION-III

INSTRUCTIONS TO BIDDERS

1. Definitions:

i) The “IP PBX” means Call Manager Server (in redundant configuration), Media Gateway for all

analog extensions and PRI lines, and any other associated hardware/software.

ii) The “Purchaser” means the Sr. Administrative Officer (Purchase), IIM Calcutta acting on behalf

of IIM Calcutta.

iii) The “Bidder” means the individual or firm who/which participates in this tender and submits

bid.

iv) The “Supplier” means the individual or firm supplying the goods and services under the contract.

v) The “Goods” means all the equipment, machineries, and/or other materials that the supplier is

required to supply to the Purchaser under the contract.

vi)The “Services” means service contract for maintenance of the exchange supplied and

commissioned by the supplier.

vii) The “Purchase Order” means the order placed by the Purchaser on the supplier signed by the

Purchaser including all attachments and appendices thereto and all documents incorporated reference therein. The purchase order shall be deemed as “Contract” appearing in the document.

2. Cost of Bidding:

The Bidder shall bear all costs associated with the preparation and submission of the bid. The Purchaser will, in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

3. Bid Documents:

3.1 The bid documents include: All the documents as mentioned below, except Sl. No. 8, should be submitted in the envelope containing Technical Bid.

1. Time Schedule for Invitation of Tender 2. Notice Inviting Tender 3. Instructions to Bidders 4. General Conditions of Contract 5. Terms & Conditions of Service Contract 6. Scope of Contract 7. Technical Specifications 8. Annexure-A : Price Schedules (To be submitted in the Financial Bid) 9. Annexure-B : Bid Form 10. Annexure-C : Warranty to Quality 11. Annexure-D : Special Instructions to Bidders 12. Annexure-E: Undertaking to be submitted by Bidder regarding blacklisting etc.

13. Annexure-F: Letter of Authorization for attending bid opening.

Page 8: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

8

3.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the

bid Documents. Failure to furnish all information required as per the Bid Documents or

submission of bids not substantially responsive to Bid Documents in every respect will be

at the Bidder’s risk and shall be liable for summary rejection of the bid.

4. Amendment of Bid Documents:

4.1 At any time, prior to the date of submission of bids, the Purchaser may, for any reason,

whether at its own initiative or in response to a clarification requested by a prospective

Bidder, modify the bid documents by amendment.

4.2 The amendments shall be notified in writing or by email to all prospective Bidders

on the address intimated in the EOI submitted by the Bidder and these amendments will

be binding on them and no deviation thereafter will be acceptable under any circumstances.

4.3 In order to afford prospective Bidders, reasonable time in which to take the

amendments into account in preparing their bids, the Purchaser may, at its discretion, extend

the deadline for the submission of bids suitably.

5. Documents comprising the Bid:

The bid prepared by the Bidder shall comprise the following components:

i) Earnest Money Deposit (EMD) furnished in accordance with Clause-10.

ii) Documents establishing goods in conformity to bid documents in accordance with

Clause – 9.

iii) The bid form and price schedule completed in accordance with Clause-7 and 8.

iv) Individual signing on the bid or other documents connected with the contract shall

indicate the full name below the signature and must specify whether he is signing as:

a) A sole proprietor of the firm or constituted attorney of sole

proprietor.

b) A partner of the firm, in which case he must have authority to represent

for arbitration of disputes concerning the business of the partnership firm

either by virtue of the partnership agreement or power of attorney.

c) Constituted attorney of the firm, if it is a Supplier.

v) In case of 6.iv)-b) above, a copy of the partnership agreement or general power of

attorney, in either case, attested by a Notary Public, or affidavit on stamp paper of

all the partners admitting execution of the partnership agreement or the General

Power of attorney should have to be furnished.

Page 9: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

9

vi) In case of partnership firms, where no authority to refer dispute concerning

the business of the partnership has been conferred on any partner, the tender

offer and all other related documents should be signed by every partner of the firm.

vii) A person signing the tender form or any other documents forming the part of the

contract on behalf of another shall be deemed to a warranty that he has authority to sign

such documents and if, on enquiry it appears that the person has no authority to do so,

the Purchaser may, without prejudice to other civil and criminal remedies, cancel

the contract and make or authorize execution of contract/intended contract at the

risk and cost of such person and hold the signatory liable to the Purchaser for all cost

and damages arising from the cancellation of the contract including any loss which the

Purchaser may have on account of execution of contract /intended contract.

6. Bid Form:

6.1 The Price Bid shall be submitted in the bid form and the appropriate Price Schedule

in the format furnished in the Bid Documents, indicating the goods to be supplied, a brief

description of the goods, quantity and prices.

6.2 Incomplete Bids are liable to be summarily rejected.

7. Bid Prices:

7.1 The Bidder shall give the unit prices, total bid prices and other prices of the goods it

proposes to supply under the contract as per the price schedule given in Annexure-A of the

Bid Document.

7.2.1 The Bidder shall give the total composite price for supply of goods, inclusive of all levies

& taxes, packing and forwarding, freight and insurance. The basic unit price and other

component price need to be quoted individually indicating the goods if proposed to supply

under the contract as per price schedule given in Annexure-A. Price of incidental services

should be quoted separately.

7.2.2 The offer shall be in Indian Rupees or in US Dollar, (including the custom clearance of the

consignment). Dollar rate as announced by RBI on the date of opening of the Financial

Bid will be used for conversion and price comparison in Indian Rupees.

7.2.3 Price indicated on the price schedule shall be entered in the following manner:

i. The prices of the goods shall be quoted inclusive of all taxes such as VAT,

Service Tax etc. and other applicable taxes and levies already paid or payable,

insurance and suitable packing required for easy transportation. However, a

break-up of cost for the goods to be supplied must be mentioned, showing the

tax liabilities separately.

ii) The supplier shall quote as per price schedule given in Annexure-B for all the items

given therein.

Page 10: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

10

7.3 The all-inclusive prices quoted by the Bidder shall remain fixed during the period of

original delivery schedule and shall not be subject to variation on any account except as

provided in the contract. If any bid is submitted with an adjustable price, the bid will be

treated as non-responsive and rejected summarily.

7.4 The all-inclusive price quoted by the Bidder shall be in sufficient detail to enable the

Purchaser to arrive at the prices of the equipment/system offered.

7.5 Discount, if any, offered by the Bidders, shall not be considered unless it is

unconditional and specifically indicated in the price schedule. Bidders desiring to offer

discount shall, therefore, modify their offers suitably while quoting and shall quote clearly

net price taking all such factors like discount, free supply etc. into account. 8. Documents establishing Goods’ Conformity to Bid Documents:

8.1 Pursuant to Clause-6, the Bidder shall furnish, as part of his bid, documents

establishing the conformity of all goods and services that he proposes to supply under the

contract.

8.2 The documentary evidence of the “goods and services” in conformity to the Bid

Documents may be in the form of literature, drawings, date and he shall furnish:

i) A detailed description of the good’s technical and performance characteristics.

ii) A clause-by-clause compliance on the Purchaser’s Technical Specifications demonstrating

substantial responsiveness to the Technical Specification and Commercial Conditions. In case

of deviations, a statement of deviations and exceptions to the provision of the Technical

Specifications and Commercial Conditions shall be given by the Bidder. The deviations may

or may not be accepted by the Purchaser.

8.3 For purpose of compliance to be furnished pursuant of clause 9.2 above, the Bidder

shall note that the standards for workmanship, material and equipment and reference to brand

names or catalogue number, designated by the Purchaser in its Technical Specifications are

intended to be descriptive only not restrictive.

9. Bid Security (Earnest Money):

9.1 Pursuant to clause-6, the Bidder shall furnish, as part of his bid, bid security for an amount

equal to Rs.2,00,000/- (Rupees Two Lakhs only).

9.2 The Purchaser shall not pay any interest on the Earnest Money deposited.

9.3 The bid security is required to protect the Purchaser against the risk of Bidders’ conduct,

which would warrant the security’s forfeiture pursuant to Para 10.8.

Page 11: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

11

9.4 The bid security shall be in the form of Demand Draft in favour of “Indian Institute of

Management Calcutta” and payable at Kolkata.

9.5 A bid not secured in accordance with Para 10.1 to 10.4 shall be liable to be

summarily rejected by the Purchaser as non-responsive.

9.6 The bid security of the unsuccessful Bidder will be discharged/ returned promptly after the

expiry of the period of bid validity prescribed by the Purchaser pursuant to clause-11 but

not later than 90 days after the release of the Purchase Order in favour of the successful

Bidder.

9.7 The successful Bidders’ bid security will be discharged upon the Bidder’s

acceptance of the Purchase Order and furnishing the Performance Bank Guarantee, as

mentioned in Clause No. (vi) at Page No.5.

9.8 The full amount of the Earnest Money will be absolutely forfeited:

i) If a Bidder withdraws his bid during the bid validity period of 90 days.

ii) In the case of successful Bidder, if the Bidder fails:

a) To sign the contract in accordance with Clause-28 or

b) To furnish performance security in accordance with Clause-27.

iii) If the successful Bidder seeks modification in the bid in any form,

subsequent to opening of the tenders.

10. Period of Validity of Bid:

10.1 Bid shall remain valid for 90 days after the date of bid opening prescribed by the

Purchaser. A bid valid for a shorter period shall be rejected by the Purchaser as non-

responsive.

11. Format and Signing of Bid:

11.1 The Bid shall be typed or printed and shall be signed by the Bidder or a person or persons

duly authorized by the Bidder. A letter of authorization should be attached in the bid. All

pages of the original bid, except for un-amended printed literature, shall be signed by the

person or persons signing the bid. The bids submitted shall be properly sealed. Unsealed

bids are likely to be rejected.

11.2 The bid shall not contain corrections, erasures or overwriting except as necessary to

correct errors made by the Bidder, in which case such corrections shall be signed and

attested by the person or persons signing the bid on all copies of the bid.

12. Sealing and Marking of Bids:

12.1 The Bidders shall duly seal the bid.

Page 12: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

12

12.2 i) The outer envelope shall be addressed to:

Sr. Administrative Officer (Purchase),

Indian Institute of Management Calcutta.

ii)

Two inner and one outer cover shall bear the Tender Enquiry Number.

iii)

The inner and outer envelopes shall indicate the name and address of the

Bidder to enable the bid to be returned unopened in case it is declared

“LATE”.

iv)

Tenders shall either be sent by registered post or to be dropped in the box

kept in the office of the Sr. Administrative Officer (Purchase), Indian

Institute of Management Calcutta. No separate acknowledgment shall be

issued. The responsibility for ensuring that the outstation tenders are

delivered in time shall rest with the Bidder and the Purchaser shall not be

responsible in any manner, whatsoever.

v)

Bids delivered in person shall be delivered to the Sr. Administrative

Officer (Purchase), Indian Institute of Management Calcutta before 15:00

hrs. on the due date. The Purchaser will assure no responsibility for the

bid’s misplacement or premature opening if the outer envelope is not wax

sealed and marked as mentioned at Para 13.2(iii).

vi) Both Technical and Financial bids shall be submitted in separate envelopes,

duly sealed and both envelopes, alongwith the envelope containing the EMD,

shall again be enclosed in an outer envelope. Financial bid should be as per

the format in Annexure-B and all other relevant details called for with

documentary evidence including VAT & Service Tax Registration

Certificate, Technical Specification, clause-by-clause compliance and various

other details, shall be submitted in Technical bid.

13. Submission of Bids:

13.1 Bids must be received by the Purchaser on the address specified under Para 13.2 not later

than 14.00 hrs. on the due date of receipt of tender.

13.2 The Purchaser has the right to alter the time of submission of the bids and opening of

the bids at his discretion.

13.3 The Purchaser has the power to modify, alter any terms and conditions, as long as they are

uniformly applied to all.

14. Late Bids:

Any bid received by the Purchaser after the date and time for submission of bids

prescribed by the Purchaser shall be rejected and returned unopened to the Bidder.

Page 13: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

13

15. Opening of Bids by Purchaser:

15.1 The Purchaser shall open technical bids in the presence of Bidders or his

authorized representatives (Authorization to be submitted as per Annexure-F) who may

choose to attend at 14.15 hrs. on due date after ascertaining the EMD in Envelope 1 is in

proper format and valid. No offer will be opened without valid EMD.

15.2 The financial bid of technically pre-qualified bidders will be opened by the Purchaser in

the presence of Bidders or his authorized representatives who may choose to attend at a

date and time to be announced by the Purchaser.

15.3 Financial bid of only those Bidders whose technical bid is found acceptable by IIMC will be

opened as per time-schedule to be notified.

15.4 A maximum of two representatives for any Bidder shall be permitted to attend the bid

opening. The Bidder’s representatives who are present shall sign an attendance register.

15.5 The Bidder’s names and other details as the Purchaser, at its discretion, may consider

appropriate will be announced at the opening.

15.6 If the date of opening happens to be an incidental holiday, the bid will be accepted and

opened on the next working day till 14.00 hrs and at 14.15 hrs respectively.

16. Clarification of Bids:

16.1 To assist in the examination, evaluation and comparison of bids, the Purchaser may, at

its discretion, ask the Bidder for the clarification of its bid. The request for clarification and

response shall be in writing. However, no post-bid clarification at the initiative of the Bidder

shall be entertained.

16.2 The Institute does not bind itself to accept the lowest or any tender and reserves

to himself the right of accepting the whole or any part of the tender and of altering

the quantities offered and supplier shall supply the same at the rate quoted.

16.3 If terms and conditions in the Acceptance of Tender (Purchase Order) are in conflict

with terms and conditions outlined herein (invitation to tender), it is to be understood that

those in the Acceptance of Tender (Purchase Order) will govern. In the event of any

ambiguity or discrepancy, the same shall be explained and adjusted by the Purchaser.

16.4 The Purchaser shall have the right to cancel the contract wholly or in part, on account

of any decline, diminution, curtailment or stoppage of the works and in that event, this will

be mutually discussed and settled depending upon the Status of the contract.

16.5 During the period of contract, if so, desired by the Purchaser, the bidder shall visit the

Purchaser at such place as may be prescribed by the Purchaser for discussions on design

matters, progress, expenditure etc. at his own cost.

Page 14: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

14

17. Preliminary Evaluation:

17.1 Purchaser shall evaluate the bids in respect to the substantive responsiveness of the bid

or otherwise. Thereafter, the Purchaser shall carry out detailed evaluation of the

substantially responsive bids. The Purchaser shall evaluate the bids to determine whether

they are complete, whether all the technical compliance are met, whether any

computational errors have been made, whether required securities have been furnished,

whether the documents have been properly signed and whether the bids are generally in

order.

17.2 Arithmetical errors shall be rectified on the following basis:

If there is a discrepancy between the unit price and total price that is obtained by

multiplying the unit price and quantity, the unit price shall prevail and the Purchaser shall

correct the total price. When there is a difference between rates in figures and in words,

the rates which correspond to the amount worked out shall be taken as correct. If the Bidder

does not accept the correction of the errors, his bid shall be rejected.

17.3 Prior to the detailed evaluation, pursuant to Clause-21, the Purchaser will

determine the substantial bid, determined as per responsiveness of these clauses. A

substantially responsive bid is the one that conforms to all the terms & conditions of the

Bid Documents without material deviations. The Purchaser's determination of bid's

responsiveness is final and binding and it will be based on the contents and the materials

submitted by the Bidder itself, without recourse to extrinsic evidence.

17.4 The bids which are determined substantially non-responsive will be rejected by the

Purchaser and shall not, subsequent to the bid opening, be made responsive by the Bidder

by correction of the non-conformity.

17.5 The Purchaser may waive any minor error or non-conformity or irregularity in a bid, which

does not constitute a material deviation, provided such waiver does not prejudice or affect

the relative ranking of any Bidder.

18. Summary Rejection of Bids:

18.1 Any one or more of the following action/commission are likely to cause summary

rejection of bid:

i) Any bid received late without conclusive proof that it was delivered before the

specified closing time.

iii) Any bid not accompanied by required Earnest Money Deposit (EMD).

iv) Any bid received unsealed or improperly sealed.

v) Any conditional bid or bid with conditional rebate.

Page 15: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

15

v) Any bid in which rates have not been quoted in accordance with specified

formats/details as specified in the Bid Document.

vi) Any bid received without VAT, Reg. No. and Service Tax Registration No. etc.

vii) Any effort by a Bidder to influence the Purchaser in the bids evaluation, bid

comparison or contract award decision.

viii) Any bid received with period of validity of bid shorter than 90 days

19. Evaluation and Comparison of Substantially Responsive Bids:

19.1 The Purchaser shall evaluate in detail and compare the bids previously determined to be

substantially responsive pursuant to Clause-19.

19.2 The evaluation for selection of L1 vendor shall be carried out on the total of (Price

Schedule-I + Price Schedule-II + Price Schedule-III) inclusive of all taxes but excluding the

AMC cost. Bidder shall be required to offer the schedule of prices in the prescribed price

schedule format as per Annexure-A as a total composite price inclusive of all taxes. The

basic price and all other components need to be individually indicated in the price schedule.

The Purchase Order shall be issued based on composite price but shall indicate the basic

price for the purpose of VAT and Service Tax. The financial bids shall be evaluated on the

basis of the composite price and the quantity of the individual items.

20 Post Tender Offer and / or Contacting the Purchaser:

20.1 No Bidder shall try to influence the Purchaser on any matter relating to its bid from the time

of the bid opening till the time the contract is awarded.

20.2 Any effort by a Bidder to influence the Purchaser in the Purchaser’s bid

evaluation, bid comparison or contract award decisions shall result in the rejection of the

bid.

21. Purchaser’s Right to vary Tendered Quantities:

21.1 The Purchaser reserves the right at the time of award of contract to increase or decrease

by up to 25% of the quantity of goods and services specified in the Schedule of

Requirements without any change in unit price of the ordered quantity or other terms

and conditions.

21.2 For any add-on order, price will be fixed after adjusting the price according to the taxes and

duties as on date on such order.

Page 16: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

16

22. Purchaser’s Right to Accept Any Bid and to reject any or all the Bids:

i) The Purchaser does not bind himself to accept lowest or any other tender. The

Purchaser reserves the right to accept or reject any bid, and to annul the bidding

process and reject all bids, at any time prior to award of contract without

assigning any reason whatsoever and without thereto incurring any liability to the

affected Bidder or Bidders on the grounds for the Purchaser’s action.

ii) Period of Execution:

a. The stores as specified in this query are to be supplied as per time

period specified in the “Time Schedule”.

b. In case, it is not possible to agree to the time period as specified in this

query, the Bidders may indicate the time period that can be guaranteed by

them. However, the Purchaser is not bound to accept the modified period.

23. Placement of Order:

23.1 Prior to the expiration of the period of bid validity, Purchaser will notify the

successful Bidder in writing by registered letter, mail or fax, that its bid has been accepted.

23.2 Upon the successful Bidder’s furnishing of performance security pursuant to Clause-4 of the

“General Conditions of Contract”, the Purchaser will promptly notify the successful Bidder

and will discharge others’ bid security, pursuant to Clause-11.

24. Annulment of Award:

Failure of the successful Bidder to comply with the requirement of Clause-27 shall

constitute sufficient ground for the annulment of the award and forfeiture of the bid

security in which event the Purchaser may make the award to any other bidder at the

discretion of the Purchaser or call for new bids.

25. Post Tender Offers:

No post-bid clarifications, at the initiative of the Bidders, shall be entertained and any effort

by the Bidders to influence the Purchaser in the Purchaser’s bid evaluation, bid comparison

or award of contract shall result in rejection of the bid.

26. Price for Ordering:

26.1 Payment towards any increase or decrease of taxes and duties will be considered as per

prevailing revised rate published by the Competent Authority.

26.2 In case of delayed supplies after delivery period, the advantage of reduction of

taxes/duties shall be passed on to the Purchaser and no benefit of increase will be permitted

to the suppliers.

Page 17: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

17

27. Placement of Order on Counter Offer:

27.1 The Purchaser is not bound to award contract at the lowest price received in the Tender

and reserves the right to negotiate to decide on fair and reasonable price of the product

tendered.

27.2 All other terms and conditions of the tender shall remain operative even if a counter

offer rate is offered to the Bidders.

28. Signing of Contract:

28.1 The issue of Purchase order shall constitute the award of contract on the Bidder.

28.2 The Competent Authority shall enter into an agreement on behalf of The Purchaser. The

terms and conditions of the agreement will be based on the “General Conditions of

Contract” (Section IV). However, minor modifications, additions or deletions may be done

on mutual consent.

29. Quality Assurance Requirements:

All items of stores shall be tested by the Telephone Department or by the nominated

persons of the Institute, on receipt.

Page 18: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

18

SECTION-IV

GENERAL CONDITIONS OF CONTRACT

1. Application:

The General Conditions shall apply in contract by the Purchaser for the procurement of

goods and services.

2. Standards:

The quality of goods supplied under this contract shall conform to the standards prescribed

in the Technical Specifications and the additional specifications.

3. Patent Rights:

The Bidder shall indemnify the Purchaser against third party claims of infringement of

patent, trademark or industrial design rights arising from use of the goods or any part

thereof.

4. Performance Security:

4.1 Within 15 days after the Bidder’s receipt of the Purchase Order, the Bidder shall furnish

Performance Security equal to Ten (10) percent on the quoted value by the successful

bidder.

4.2 The proceeds of the Performance Security shall be payable to the Purchaser as

compensation for any loss resulting from the Bidder’s failure to complete its obligations

under the contract.

4.3 In case of failure to replace the supply of defective or inferior quality goods to the

Purchaser by Bidder, the performance security shall also be liable to be invoked and

absolutely forfeited for any losses / damages caused to or suffered by the Purchaser by

reason(s) of any breach by the Bidder or violation of any of the terms and agreement.

4.4 The Performance Security shall be in the form of Bank Guarantee in favour of Indian

Institute of Management Calcutta and payable at Kolkata issued by a Scheduled Bank and

in the form provided in the Bid Document.

4.5 The Bank Guarantee will be discharged by the concerned Department of the Institute after

completion of two years warranty period.

4.6 The said Performance security deposit shall be liable to be absolutely forfeited for any

losses/damages caused to or suffered by the Purchaser by reason(s) of any breach by the

Bidder due to violation of any of the terms and conditions of the service contract.

Page 19: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

19

5. Inspections:

5.1 Before furnishing any document bidder(s) are advised to undertake a visit to the site

(during the office hours, on working days) to analyze the site conditions and scope of work,

surroundings, etc., at their own cost and risk. IIMC will provide assistance to show the site

for which prior appointment needs to be taken from the Officer-In-Charge (Telephones),

I.I.M.C. No claims for incomplete assessments, scope of work and site conditions shall be

entertained at a later stage.

5.2 The Telephone Department or any representative of the Purchaser (I.I.M.C) has the right

to inspect the delivered materials for their conformity to the prescribed specifications. In

case the Institute decides to conduct any inspection at the factory premises of the Bidder,

all reasonable facilities and assistance, access to drawings and production data shall be

furnished to the authorized representative of the Institute at no charge to the Institute. All

travel and incidental expenses will be borne by Institute.

5.3 If any inspected goods fail to conform to the specifications, the Purchaser may

reject them and the Bidder shall either replace the rejection of goods or make all

alternations necessary to meet Specification requirements free of cost to the Purchaser.

If any equipment or material or any part thereof, before it is taken over, is found to be

defective or fails to fulfill the requirements of the contract, the authorized representative of

IIMC shall give the Bidder notice setting forth details of such defects or failure and the

Bidder shall make the defective equipment good or after the same to make it comply with

the requirements of the contract forthwith and in any case within a period not exceeding

three months of the initial report the replacement shall be made by the Bidder free of all

charges at site. Should it fail to do so within this time, the Purchaser reserves the

discretion to reject and replace at the cost of the Bidder the whole or any portion of the

equipments as the case may be which is defective or fails to fulfill the requirements of the

contract. The cost of any such replacement made by the Purchaser shall be deducted from

the amount payable to the Bidder.

5.4 Nothing in Clause-5 shall not in any way release the Bidder from any warranty or other

obligations under this contract.

5.5 Inspection etc. shall be as per the provision in the generic specifications attached to the

bid.

5.6 The Purchaser, subsequent to the Issue of Purchase Order, shall decide the

Inspection Authority.

6. Delivery of Goods and Documents:

6.1 Delivery of the goods and documents shall be made by the Bidder in accordance with the

terms specified by the Purchaser in the bid document as well as the Purchase Order and the

goods shall remain at the risk of the Bidder until delivery has been completed and the

Exchange has been commissioned.

Page 20: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

20

6.2 The delivery of the equipment shall commence and shall be completed within time

schedule as specified in schedule of requirements and or as stipulated in the Purchase Order

or amendments thereof. The time schedule shall be deemed to be the essence of the contract.

7. Technical Assistance:

7.1 The Bidder shall provide proper training (both Hardware & Software) to the Technical

Staff of the Telephone Department, for installation, operation and maintenance of the

system free of cost, as required by Telephone Department of IIMC.

7.2 The Bidder shall provide all training materials, documents (pertaining to both Hardware &

Software) and aids.

7.3 The Bidder shall also provide Operators’ training to all operators; user’s training to all

officers/staff & all Faculty members of IIMC free of cost as required by the Institute.

8 . Installation, Testing & Commissioning:

The Bidder shall quote separate price for installation, testing and commissioning of the

equipment that will include the cost of the following:

i. Unpacking, assembling and installing the equipments.

ii. Integration with the existing cable plan and PRI/BSNL/SIP Link. (as applicable)

iii. Providing complete trained manpower, hardware items for assembly and the tools

& plants for the installation & testing.

iv. Testing and commissioning.

No help in terms of manpower, tools etc. shall be provided by the Purchaser.

9. Annual Maintenance Contract:

(i) The Bidder shall enter into an Annual Maintenance Contract (AMC) for the comprehensive

maintenance of the IP PBX, after expiry of two years’ warranty. The Warranty period shall

commence after the “Comprehensive Proof of Concept”, which shall be for a period of 01

(one) month, after successful commissioning of the system. The successful bidder will have to

carry out comprehensive maintenance of the System for the first 05 (five) years, commencing from

the date of expiry of the warranty.

(ii) The Bidder shall be fully responsible for the manufacturers’ warranty in respect of proper design,

quality and workmanship of all the equipment, accessories etc. covered by the tender for a period of 24

months from the date of acceptance of the completion of the Job. The bidder at his own cost shall replace

defective equipment on site within 4 (four) hrs. The Bidder should carry necessary inventory of equipment

locally with this respect.

(iii)Subject to satisfactory performance, payment for the AMC will be made on quarterly basis, post-

completion of the said quarter.

Page 21: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

21

(iv) A Register will be maintained by the Telephone department with all fault logs, date and time.

After rectification of the above faults, representatives of the bidder and the Telephone department will

sign jointly with remarks (if any). The photocopy of the above reports should be attached with the

AMC bills for payment process.

(v) The Institute reserves the right to appoint another agency for Annual Maintenance contract,

if IIMC is not satisfied with the service provider.

(vi) One qualified Service Engineer/ Technician (not below a Diploma Holder in Telecom

Engineering) is to be stationed at the IIMC campus throughout the AMC period of 05 years, on 6 days x 8

hours/day basis and available on call basis thereafter. In case the supplier fails to provide an Engineer on

regular basis, necessary penalty will be imposed. Cost of the same should be included in the AMC

amount.

(vii) The cost of comprehensive AMC shall be inclusive of the cost of repair/ replacement/ up-

gradation of all the items of hardware including IP Phones & software, supplied under the main contract

for IP PBX. The Bidder shall provide all features, software and hardware upgrades as part of AMC.

(viii) To ensure uninterrupted services at all times without deterioration of the quality, throughout the AMC period, the Bidder shall keep in stock and maintain all required materials including PSUs, cards etc. at their Kolkata office as a ready stock in order to enable smooth functioning of the system and minimize the down-time. In case of failure to maintain the same, suitable penalty, as decided by the Competent Authority, shall be imposed on the Bidder.

(ix) Under this contract, the Bidder shall ensure that the IP PBX functions at all time, during the

period of AMC, without any deterioration or breakdown in the services.

(x) The payment in respect of AMC shall be made quarterly and preferably within 30 (thirty)

working days after the submission of the bill. For this purpose, the Bidder shall furnish the bill in

the first week of the next quarter.

(xi) In the event of failure to provide satisfactory maintenance support, the Institute shall be at

liberty to forfeit the payment for the affected period on pro-rata basis. The decision of the Institute in

this regard shall be final & binding on the Bidder.

(xii) If the dissatisfaction in maintenance support continues beyond one quarter, I.I.M.C shall be at

liberty to appoint another agency for AMC, in consultation with the OEM, if required.

(xiii) The Bidder shall enter into a back-to-back agreement with the OEM(s) for providing spares

and support for the period of 07 (2 years’ Warranty + 5 years’ AMC) years of contract. A copy of the

agreement should be attached in the Bid.

(xiv) In case of change of OEM during the contract period/during process of tendering, the bidder

will have to submit the above-mentioned back-to-back agreement with the new OEM.

Page 22: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

22

10. Warranty:

10.1 The Warranty period of two years shall commence after the “Comprehensive Proof of

Concept”, which shall be for a period of 01 (one) month after successful commissioning of the

system.

The Bidder shall provide warranty that all the items to be supplied shall be new and free from all

defects and faults in material, workmanship and manufacture and shall be of the highest grade,

consistent with the established and generally accepted standards for materials of the type ordered

and shall perform in full conformity with the specifications and drawings. The Bidder shall be

responsible for any defects that may develop under the condition provided by the Bidder and under

proper use arising from faulty materials, design or workmanship such as corrosion of the equipment,

inadequate quantity of material to meet equipment requirements, deficiencies in circuit design and

or otherwise and shall incorporate such defects at their own cost when called upon to do so by the

Purchaser who shall state about the defects in writing. This warranty shall survive inspection, for

acceptance of goods, but shall expire except in respect of complaints notified prior to such date, two

years from the date of commissioning of the IP PBX.

10.2. If it becomes necessary for the Bidder to replace or renew any defective portion/ portions of

the equipment under this clause, the provisions of the clause shall apply to the portion/portions of

equipment so replaced or renewed or until the end of the above mentioned warranty period of two

years, whichever may be later. If any defect is not remedied within a reasonable time, the Purchaser

may proceed to do the work at the Bidder’s risk and expenses, but without prejudice to any other rights

that the Purchaser may have against the Bidder in respect of such defects.

10.3 Replacement under warranty clause shall be made by the Bidder free of all charges at

site including freight, insurance and other incidental charges.

11. Payment Terms for Supply of Goods:

11.1 (i) In case of Import, the Letter of Credit will be opened in foreign currency directly in

favour of I.I.M.C. on F.O.B, IIM Calcutta campus basis. Insurance should be covered by the

bidder, up to IIM Calcutta. The custom duty, insurance, freight, as mentioned in the price

schedule, will be paid in Indian rupees.

(ii) In other case, 50% (fifty percent) of the cost of equipment wi l l be pa id on receipt of

stores at site and receipt of Physical Inspection Report. 25% (twenty five percent) will be

paid after installation and successful commissioning of the system. The remaining 25% (twenty

five percent) will be paid after expiry of the period of “Proof of Concept” for one month, after

commissioning of the system. Performance Bank Guarantee amounting to 10% (ten percent) of the

contract value should be furnished by the vendor before release of the last 25% payment. However,

in case of Dollar payment by opening Letter of Credit, 15% (fifteen percent) Performance Bank

Guarantee needs to be furnished.

(iii) The payment for AMC will be made quarterly in equal installment after the successful AMC

services are rendered during the period.

Page 23: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

23

(iv) In case IIMC requires to purchase any related item/accessories in future, no advance payment

will be made to the vendor.

11.2 VAT/ Service Tax shall be paid at the rate quoted by the firm or the prescribed rate, on

actual presentation of the original voucher.

In case, there is any revision in taxes and duties after submission of tender but before issue of

Purchase Order, the same shall be taken into account for the purpose of revision of the all-

inclusive price.

11.3 In case of delayed supplies, increase in taxes and other statutory duties/levies after the expiry

of the delivery date shall be to the Bidder’s account. However, benefit of any decrease in

these taxes/duties shall be passed on to the Purchaser.

11.4 No payment shall be made (for indigenous supplies) for goods rejected at the consignee’s

end due to some valid reason.

11.5 All materials shall be dispatched F.O.R. IIM Calcutta, in case of indigenous supplies, on

FREIGHT PAID BASIS only. The cost of transportation up to the site of installation

shall be borne by the Bidder.

11.6 If required, Excise Duty shall be paid on production of advance payment

Certificate from the Excise authority. The bidder shall give whenever such information is

sought for a satisfactory reply, within one month. Failure to give satisfactory reply shall

result in withholding of future payment of Excise duty to the bidder. The paying authority

also reserves the right to go through the personal ledger account of the Bidder.

12. Transit Insurance:

The Purchaser shall not pay separately for the transit insurance. The Bidder shall be

responsible for all kinds of losses i.e. loss due to theft, damage, shortage or any other

reason, till the receipt of entire quantity of stores in good condition by the consignee in

IIMC’s premises.

13. Prices:

13.1 Increase and decrease of taxes and duties will not affect the price during the originally

offered delivery schedule.

13.2 For any add-on order, price will be fixed after adjusting the price according to the taxes and

duties as on date of such order.

14. Changes in Purchase Order:

14.1 The Purchaser may at any time, by a written order given to the Bidder, make changes

within the general scope of the contract in any one or more of the following:

(i) Drawings, designs or specifications, where goods to be furnished under the

contract are to be specifically manufactured for the Purchaser.

Page 24: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

24

(ii) The method of transportation or packing.

(iii) The place of delivery.

(iv) The services to be provided by the Bidder.

14.2 If any such change causes an increase or decrease in the cost or the time required for

the execution of the contract, an equitable adjustment shall be made in the contract price or

delivery schedule or both and the contract shall accordingly be amended. Any proposal by

the Bidder for adjustment under this clause must be made within thirty days from the date of

receipt of the changes in the order.

15 Sub-Contract:

The Bidder cannot assign/ transfer and sub-contract its interests/ obligations under the

contract without the prior written permission of the Purchaser.

The Bidder shall notify the Purchaser in writing of all sub-contracts awarded under

this contract if not already specified in his bid. Such notification, in his original bid or later

shall not relieve the Bidder from any liability or obligation under the contract.

16 Protective Clause:

16.1 The Purchaser reserves the right to disqualify such Bidders who have a record of not

meeting the contractual obligations against earlier contracts entered into with prestigious

clients.

17. Delays in the Bidder’s Performance:

17.1 Delivery of the goods and performance of services shall be made by the Bidder in

accordance with the time schedule specified by the Purchaser in its Purchase Order.

17.2 Delay by the Bidder in the performance of its delivery obligations shall render the Bidder

liable to any or all of the following sanction, forfeiture of its performance security

imposition of liquidated damages and/or termination of the contract by default.

17.3 If at any time during performance of the contract, the Bidder should encounter

conditions impending timely delivery of the goods and performance of service, the

Bidder shall promptly notify to the Purchaser in writing of the fact of the delay, its

likely duration and its causes(s). As soon as practicable after receipt of the Bidder’s notice,

the Purchaser shall evaluate the situation and may at its discretion, extend the period for

performance of the contract, after mutual discussion with the Bidder.

17.4 In case of delayed supplies after delivery period, the advantage of reduction of

taxes/duties shall be passed on to the Purchaser and no benefit of increase will be permitted

to the Bidders.

Page 25: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

25

18. Liquidated Damages:

18.1 The date of delivery of the stores stipulated in the acceptance of tender should be deemed

to be essence of the contract and delivery must be completed not later than the date

specified therein. Extension will not be given except in exceptional circumstances. Should,

however, deliveries be made after expiry of the contract delivery period without prior

concurrence of the Purchaser, and be accepted by the consignee, such deliveries will

not deprive the Purchaser of his right to recover liquidated damages under Clause-18.2

below. However, when supply is made within 21 days of the contract original delivery

period, the consignee may accept the stores and in such cases the provision of clause-

18.2 will not apply. The grace period of 21 days shall be applicable only for delivery of

stores and not for inspection.

18.2 Should the Bidder fail to deliver the stores or any consignment thereof within the period

prescribed for delivery the Purchaser shall be entitled to recover 1% (one percent) of the

value of the delayed supply for each week of delay or part thereof, subject to maximum of

10% (ten percent) of the value of the delayed supply, provided that delayed portion of the

supply does not in any way hamper the commissioning of the other systems. Where the

delayed portion of the supply materially hampers installation and commissioning of the

systems, liquidated Damage Charges shall be levied by the Purchaser as above on total

value of the Purchase Order. Quantum of liquidated damages assessed and levied by the

Purchaser shall be final and not challengeable by the Bidder and also should not fall under

the preview of arbitration clause.

19. Force Majeure:

19.1 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 shall be prevented or delayed

by reason of any war or hostility, acts of the public enemy, civil commotion, sabotage,

fires, floods, explosions, epidemics, quarantine restriction, strikes, lockouts or act of God

(hereinafter referred to as events) provided notice of happenings of any such eventuality

is given by either party to the other within 21 days from the date of occurrence thereof,

neither party shall be reason of such event be entitled to terminate this contract nor shall

either party have any such 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 may come to an end or cease to exist and the

decision of the Purchaser as to whether the deliveries have been so resumed or not shall be

final and conclusive, provided further that if the performance in whole or part of any

obligation under this contract is prevented or delayed by reason of any such event for a

period exceeding 60 days either party may at his option terminate the contract.

19.2 Provided also that if the contract is terminated under this clause, the Purchaser shall be

at liberty to take over from the Bidder at a price to be fixed by the Purchaser, which shall be

final, all unused, undamaged and acceptable materials, bought out components and stores in

course of manufacture in possession of the Bidder at the time of such termination or such

portions thereof as the Purchaser may deem fit excepting such materials bought out

components and stores as the Bidder may with the concurrence of the Purchaser elect to

retain.

Page 26: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

26

20. Termination for Default:

20.1 The Purchaser may without prejudice to any other remedy for breach of contract by

written notice of default sent to the Bidder to terminate this contract in whole or in part:

i) If the Bidder fails to deliver any or all of the goods within the time period(s)

specified in the contract or any extension thereof granted by the Purchaser pursuant of Clause-5.

ii) If the Bidder fails to perform any other obligation(s) under the contract and

iii) If the Bidder, in either of the above circumstances, does not rectify his failure within a

period of 30 days (or such longer period as the Purchaser may authorize in writing) after receipt

of the default notice from the Purchaser.

20.2 In the event the Purchaser terminates the contract in whole or in part pursuant to Para 17.1,

the Purchaser may procure, upon such terms and in such manner, as it deems appropriate, goods

similar to those undelivered and the Bidder shall be liable to the Purchaser for any excess cost for

such similar goods. However, the Bidder shall continue performance of the contract to the extent,

being not terminated.

21. Termination for Insolvency:

The Purchaser may at any time terminate the contract by giving written notice to the Bidder, without

compensation to the Bidder, if the Bidder becomes bankrupt or otherwise insolvent as declared by the

competent court provided that such termination will not prejudice or affect any right to action or remedy

which has accrued or will accrue thereafter to the Purchaser.

22. Arbitration:

22.1 Except as otherwise provided elsewhere in the contract, if any dispute, difference, question

or disagreement or matter whatsoever, shall, before or after completion or abandonment of work or

during extended period, hereafter arises between the parties, as to the meaning, operation or effect

of the contract or out of or relating to the contract or breach thereof, shall be referred to the sole

arbitrator of the Institute, to be appointed by Director of IIMC, at the time of the dispute.

22.2 If the arbitrator, to whom the matter is originally referred, dies or refuses to act or resigns

for any reason from the position of arbitration, it shall be lawful for the Director of the Institute

to appoint another to act as arbitrator in the manner aforesaid. Such person shall be entitled to

proceed with reference from the stage at which it was left by his predecessor if both the parties

consent to this effect failing which the arbitrator shall be entitled to precede de-novo.

22.3 It is a term of the contract that the party invoking arbitration shall specify all disputes

to be referred to arbitration at the time of arbitration under the clause.

22.4 It is a term of the contract that the cost of arbitration shall be borne by the parties

themselves.

Page 27: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

27

22.5 The venue of arbitration shall be at Kolkata.

22.6 Subject as aforesaid the provisions of the Arbitration and Conciliation Act 1996 and any

statutory modifications or re-enactment thereof rules made thereunder and for the time being in

force shall apply to the arbitration proceedings under this clause.

23. Infrastructure Capability:

The quotations received from manufacturers, authorized dealers or Bidders should give full details

of their infrastructure and other technical and mechanical details and capacity in support of their

bids and the substantial responsiveness of their bids would be decided on critical/technical

evaluation by the Purchaser either by conducting appropriate survey or by technical evaluation

of the bid by a Technical Evaluation Committee to be constituted for its purpose.

23.1 The Purchaser may, if it considers necessary, seek clarification from the Bidder on their

technical and financial offers and can obtain such clarifications in writing by sending queries. No

verbal communication or other measures are to be made.

23.2 The VAT and Service Tax registration certificate is to be enclosed along with the bid

invariably showing the details of items for the manufacturing of which or for sales or resale of

which the firm is registered with the VAT authority, to enable the Purchaser to verify the nature

and the type of business of the firm participating in the tender, for arriving at the eligibility

criterion of selection of technically, financially and commercially responsive bids. Non-

submission of such certificate and details constitute serious deviation of the tender conditions.

*************

Page 28: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

28

SECTION – V

Scope of Contract 1.0 The bid is invited in respect of the following: Supply, installation, testing &

commissioning and maintenance of the IP PBX (Media Gateway) along with specified number of lines.

2.0 Annual Maintenance Contract for IP PBX for five (05) years, after expiry of warranty

period of two (2) years. The warranty period shall commence immediately after the expiry

of the Proof of Concept, which is for one month after commissioning of the system. The

Bidder shall offer the following services to the subscriber:

Sl. No.

Particulars of Services

Frequency

i) Maintenance of lines and subscriber instruments (Analog/ VoIP/Digital/IP etc.)

Attend/resolve within 3 (three) hours

after the complaint registered by

mail/telephone call on all working days.

(Maintenance service for emergency

lines is to be provided f o r 24 hours

on all days including Gazetted

Holidays. This service is to be

provided on a need basis, as and when

required)

ii) a) Any break-down call reported by Phone

call/ by mail.

b) Other fault but not breakdown

a) To be rectified within 3 (three) hours on all days of the week including all Gazetted holidays. b) Other faults but not breakdown shall be attended & rectified within 4 hours.

iii) Thorough servicing Once in a month, total servicing of all the Exchanges, including servers alongwith other related jobs.

iv) Dusting for all Exchanges alongwith all control & peripheral cards/checking of all types of voltage/ thorough check-up of Software & Hardware for all Exchanges

Should be done monthly and recorded in a register of Telephone Department at IIM Calcutta.

v) Provision of one skilled and qualified Service Engineer/Technician (not below a Diploma Holder in Telecom Engineering).

To be stationed at the IIMC campus throughout the AMC period of 05 years, on 6 days x 8 hours/day basis and available on call basis thereafter.

3.0 Comprehensive Annual Maintenance Contract including cost of spares and supplied

items, up-gradation of hardware & software etc. for 05 years from the date of expiry of

two years’ warranty period. If IIMC is not satisfied with existing service provider, then

OEM should extend support through any alternative authorized vendor at the same cost in

consultation with the Officer-In-Charge, Telephone Department, IIMC.

Page 29: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

29

SECTION – VI

Terms & Conditions of Service Contract

1.0 If the Bidder does not commence any work in the manner described in the

contract document or if at any time in the opinion of the Institute:-

i) Fails to carry out the works in conformity with the contract document.

Or

ii) Substantially suspends the work without authority from the Institute.

Or

iii) Fails to carry out and execute the works to the satisfaction of the Institute.

Or

iv) Commits or suffers, or permits breach of any other kind, or observes or persists in

any of the above mentioned breaches of the contract, after notice in writing

shall have been given to the Bidder by the Institute requiring such breach to be

remedied.

Or

vi) If the Bidder abandons the works.

Then in any such case, the Institute shall have the power to enter upon the

premises and take possession thereof and of the materials in stock thereon and to

rescind the contract, and to carry on with the works by the Bidder’s workmen and

the supervisors, as the Institute in its absolute discretion may think proper,

without making any payment to the Bidder.

2.0 The Telephone Exchange premises shall be in possession of the Institute and the Bidder

and its personnel shall be only permitted to enter the premises to maintain the

Telecommunication Services. Whenever the service contract is terminated or concluded

and the Institute decides that the Bidder shall not run the services any more, the Institute

will be entitled to restrain the Bidder and its personnel from entering the Exchange

premises and IIM Calcutta Campus.

3.0 The Officer-in-Charge shall endorse the following certificate on the Maintenance bills,

before passing the bill for payment:

“Certified that the services during the period of the bill have been carried out as per the

scope, terms & conditions of the contract and to the entire satisfaction of the subscribers”.

4.0 The Bidder shall be responsible for the proper behavior of all the personnel employed

on the work and shall exercise a proper degree of control over them. In particular and

without prejudice to the said generality, the Bidder shall be bound to prohibit and prevent

any personnel from trespassing/ acting in any way detrimental or prejudicial to the interests

of the community or of the Institute. The Bidder shall be responsible thereof and relieve the

Institute of all-consequent claims or actions for damages or injury whatsoever. The decision

of the Institute upon any matter arising under this clause shall be final and binding on the

Bidder.

Page 30: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

30

SECTION – VII

Technical Specifications

for

Server Base / IP PBX Telephone System

IIMC desires to deploy a latest SIP (Session Initiation Protocol) enabled IP Based communication

server, fully modular and fully non-blocking type, having distributed Server-Gateway architecture.

Full feature transparency of the Newly Installed System, CLI facility, ISDN PRI, trunks to provide

Level-DID together with all latest features and configuration of a modern Communication Server.

Supply, installation and commissioning of IP Server Based PBX Telephone System associated with

four remote/local units (RLU/Switch)) + one HIPATH-4000 (MDC). We would require 600 (Six

hundred) expandable up to 2000 analog for future and 200 (Two hundred) IP connections with

provision for future expansion alongwith comprehensive maintenance after the end of two years’

warranty as mentioned in details in the scope of the tender.

Page 31: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

31

A. PART ONE : TECHNICAL PART

TECHNICAL BID

(To be submitted in a separate sealed Cover-I super scribed as “Technical Bid”.

The documents submitted should be self-attested)

1. Name & Address of the manufacturer (OEM) and their authorized

dealers/distributors/agency with name, email and telephone/mobile no.

2. Specify whether your firm/company is a manufacturer/authorized

dealer/distributor/Agency

3. Name, Address & Designation of the authorized person (Sole

proprietor/Partner/Director)

4. Have you previously supplied these items to any government/reputed private

organization? If yes, attach the relevant proof.

5. Please attach copy of your company’s Income Tax Return for last 3 years.

6 Please attach copy of balance sheet (duly audited and certified by Chartered

Accountant) for last three (3) years.

7. PAN No. (Please attach copy)

8. VAT/Service Tax Registration Number (Please attach copy)

9. Acceptance of terms & conditions attached (Yes/No). Please sign each page

of terms and conditions as token of acceptance and submit as part of tender

document with Technical Bid. Otherwise your Tender will be rejected.

10. Power of Attorney/authorization for signing the bid documents, if applicable.

11. Details of the DD for Bid Security (EMD) for an amount Rs.2, 00,000.00 in

favour of “INDIAN INSTITUTE OF MANAGEMENT CALCUTTA”.

DD No :

Date :

Payable at: Kolkata

Detail of cost of

Tender for Rs. 1000/-

(One Thousand)

[if downloaded from

website,

DD No.

Date :

Payable at: Kolkata]

Signature/Seal of Bidder

Page 32: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

32

1. REQUIREMENTS

1.1. General Requirement:

a) The bidder must be a reputed manufacturer (OEM) or it’s Authorized Representative for

installation of such System. In case of Authorized Representative, a Letter of Authorization

from OEM, specific to the tender should be enclosed. The bids received without authority are

liable to be rejected. OEM and bidder should submitt at least 07 (seven) years’ service

agreement (service comfort letter) to IIMC for providing service support.

b) The Original Equipment Manufacturer (OEM) should have direct presence in India and they

must have service operation in Kolkata alongwith spare depot, for at least last three years (proof

to be attached).

c) Bidders must submit point-wise Compliance/Deviation statement against each point mentioned

in eligibility criteria and technical specification of the system. Documentary evidence / Data

sheets must be submitted along with offer, wherever it is mentioned, without which the bid shall

not be considered for evaluation and liable to be rejected as Non-responsive bid.

1.2. General Architecture and System Requirement:

a) The proposed PBX System shall be state of art, server and gateway based technology supporting

convergence of Voice, Data, Video and other Value Added Services like Multimedia Call

Handling, Voice Fax & e-mail integration.

b) The Switching system of the PBX should be designed with IP at the core, allowing fully

distributed IP solutions across data networks. It should support 100% IP or a hybrid of

IP/Analog/Digital technologies.

c) The System should support IP Communication Devices (wired and wireless) e.g. IP Phones

(Hard and Soft phones), Mobile IP Phones, multimedia PCs, SIP phones, Video phones (Hard &

soft Phone).

d) The system should support third party open standard phones like Voice SIP phone, Video SIP

phone ( Hard & Soft), Mobile (Wi-Fi), SIP & Analog phones etc. There should not be a card

based solution for IP phones and the IP phones should directly register with the server and not

with the Gateway. The gateway should be used for Analog/TDM/Digital and other connectivity.

The system should have support for intranet & internet Telephone calling from day one. e) The entire network shall be centrally administered for any moves/additions/changes i.e. if a new

numbering scheme is required to be implemented at a gateway in any other location, or an extension no. is to be changed, the same should be possible to be done centrally.

f) Any fault across network should be diagnosed & even rectified immediately. g) All features/functionality will be same across network. There should not be any need to deploy

applications separately at each example. For Example, if voice mail or unified communications application etc. is deployed at A Block, Main Exchange Room, the user can be of any location.

h) The Communication Architecture should be of Server-Gateway type to facilitate a true

distributed architecture with centralized and distributed call control over the IP backbone. Fully non-blocking for the designed capacity. The IP PBX must be highly reliable ensuring uptime at least 99.99%.

Page 33: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

33

i) Proprietary Operating system is not acceptable. The system is to be provided with Open standard operating system like LINUX to provide High Performance, very high level of Security, enhanced functionality & rich feature set. Any 3

rd party application which improves

business process should be easily integrated with the call manager with the help of Open Standard SIP. The system will be based on open standards and must have in-built support for SIP.

j) Server at central location shall reside external to the Gateway and shall not be plugged inside the Gateway for better fault isolation and thereby enhancing redundancy of the system.

k) System should be able to connect existing DSLAM Switches and to provide seamless

connectivity with the Institute LAN connectivity at Residential area, when required.

l) The offered IP PBX should be capable to be configured to support/interwork with 3rd party PBX on QSIG protocol (PRI).

m) Complete voice network should work as single integrated network.

2. ESSENTIAL FEATURES:

1. Seamless Integrity amongst all three Gate-ways + one (HIPATH-4000, 30 channel through PRI)

remote Media Gate way together with (1) Main Media Gateway.

2. Call hunting facilities for all telephones terminating at the Main IP Server Based PBX

Telephone System.

3. Caller ID Storage for missed calls.

4. Caller ID (both incoming and outgoing numbers) display for all extensions.

5. Suspended call waiting & Reclaim call.

6. Last Number Redial, Account Code & Authorization code.

7. Internal Music on Hold & External Music on hold Support.

8. Bridged Appearance with group Paging.

9. Malicious call trace.

10. Two Operator–cum-Attendant Consoles for incoming call distributions on prorate basis.

11. Centralized call billing system.

12. Instrument locking for preventing outgoing calls for all intercom telephone numbers.

13. Call forwarding on no answer or busy.

14. Flexible numbering Scheme.

15. Block or Allow Selective External numbers.

16. Time of Day/and Date routing of Call.

17. Pulse / tone on both mode conversions.

18. Emergency dialing facility.

19. Surge protection for all telephone exchanges / switches and all telephone extensions.

20. Abbreviated dialing facility minimum 100 nos.

21. Dialing facility for Direct Inward Dialing (DID).

22. Group as well as direct call pickup.

23. Password protection of voice mail & outgoing calls.

24. Facility for Fax connection in every Remote switches including Main switch.

25. Executive Overwrite facility

Page 34: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

34

3. TECHNICAL REQUIREMENTS FOR REMOTE GATEWAY (Media Gateway):

1) System Platform: The IP-Based PBX system must provide a truly open platform supporting all

major existing & emerging standards and powerful network management function to provide

the ultimate flexibility.

2) System Flexibility: The IP-Based PBX system should provide maximum flexibility to the user

in terms of Expansion, Programming and Numbering Scheme.

a) Choose the modules with the functions actually needed.

b) Structure the system according to available space.

c) Expansion of the system should be easy & less expensive

3) The system should have the option to connect Battery for backup in case of AC Power supply is

used.

4) The system should be totally 100% non-Blocking.

5) System shall be based on Universal port architecture and it shall not impose any restriction

whatsoever in terms of slots usage for a particular functional benefit.

6) The system should have preferably on board resources for DTMF; web based remote

maintenance, alarm and paging interface. This is required so that system does not occupy any of

the universal slots.

7) The system should be ready for CO, ISDN PRI, SIP (IP TRUNK without additional hardware)

interface cards in any of the universal slots of the system without any external interfaces or

adapters.

8) Numbering scheme shall be flexible / user friendly and programmable between 2 to 6 digits as

per requirements. It shall be possible to add or block the number of digits dialed by the

subscriber / operator as per requirements. All media gateways should work with existing data

networks.

9) Technical Parameters of the Gateway

19” Inch rack Mountable

Electrical : 230V regulated UPS power to be supplied by IIMC

CTI interface : RS 232 C or 10/100/1000 Base T

Environment : Heat Cooling : Fan Tray / Convection

Heat Dissipation: Vendor to mention

Operating Humidity : 20- 80% Relative Non Condensing

Operating Temperature : (0 – 45)◦C

Storage: 20 degree C to +70 degree C

10) Server at central location shall reside external to the Gateway and shall not be plugged inside

the Gateway for better fault isolation and thereby enhancing redundancy of the system.

11) Protocols Support:

Shall support following signaling Protocols:

ISDN PRI

ISDN BRI

VOIP supporting SIP

All the Common Signaling Standards adopted for ISDN / Non-ISDN connections to PSTN

(Public switching Telephone Network).

Page 35: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

35

12) Configuration of Media gateway at various locations

The Gateway should be equipped with the following minimum configuration. No added

advantage will be given for additional capacities.

a) Analog CLI extensions

b) Analog CLI Trunks &

c) Digital CLI extensions, SIP & ISDN PRI

d) With two Ethernet Port minimum: with NIC 10/100/1000

e) IP extensions

f) pair with protection IPMs

g) With all Peripheral cards

h) With all duplicated control

4. TECHNICAL SPECIFICATION OF CALL CONTROL SERVER (IP SERVER)

(HP/IBM/DELL):

Servers hosting the telephony software shall be deployed in duplicated mode. Operating

system as required by OEM. Each of the servers should be equipped with or support:

a) Intel Xeon with 2.6 GHZ Octa Core processor

b) Linux OS

c) 12 GB RAM minimum DDR-4, 2400/3200 MHz

d) 1 TB storage minimum, SAS

e) Integrated PCI 3.0 slots minimum

f) RAID 5

g) Hot pluggable HDD

h) Redundant PSU

i) Rack mountable

j) The IP server should support IPv6.

k) 2 x 10/100/1000 NIC,

l) Keyboard, Mouse & 21” colour Monitor

5. TECHNICAL SPECIFICATION OF PC BASED OPERATOR CONSOLE:

The solution shall be provided with highly featured screen based operator’s application along

with IP Phone. This solution shall be capable of being centralized and distributed across

multiple locations. This application is required for attendants to manage high volumes of calls,

internal and external in a highly efficient manner .The solution shall specifically support the

functionality detailed below. All features shall be available from a screen based operator

console. Documentary evidence should be submitted for all features and functionalities

mentioned below:

a) The operator’s application shall integrate seamlessly with the system directory which shall be

accessible in a searchable format from the operator console. A window should pop up

automatically where the attendant can see activity and contact profile of the extension being

called.

b) Directory Integration (Multiple Queues External, Internal, Recall, Emergency etc.). This

feature shall support the prioritization of emergency calls.

c) Queue Threshold Alarms

d) Call queues monitoring minimum 6 calls on queue

Page 36: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

36

e) Call Transfer ( Supervised and Unsupervised)

f) Call return on no answer, Call Split and Hold

g) Call Information Display (Calling party and called party)

h) Display of Extension status

i) Dial by name from Directory

j) Directory search by Name, Department, Keyword, Best match

k) Call return on no answer to operator who originally handled the call

l) Centralised receptionist

m) Executive overwrite facility

n) Incoming, outgoing, Missed Call details (Minimum 100 nos.)

o) Minimum fault diagnosis & solvation through Operator Console.

Software application should display following information in Screen:

Call handling fields, First-party call field, Routed calls field, Calls on hold field,

Waiting queues fields, Context-sensitive soft keys, Station status, Busy lamp field

window, System or user programmable keys window, Menu bar

Menu Bar should display Application activate, Activate/Deactivate Microphone,

Speaker and switch to hands free

Should display Icons for Phone, Fax, Hunt groups etc to indicate Idle state , including

Busy with internal party, Busy with external party , Absent or Do not disturb

information.

Technical Specification of PC for Operator console (make – HP/DELL)

a) Intel Core i5

b) Intel Chipset

c) Integrated graphics card

d) Microsoft Windows 10 64-bit (will be supplied by IIMC)

e) Supports 8 GB RAM

f) 4 number of USB 2.0/3.0 ports

g) Dual NIC 10/100/1000

h) Minimum 1TB HDD

i) 21” Monitor

j) Standard Keyboard

k) USB Mouse

l) Acoustic Speakers

m) USB Headphone with mike boom (Plantronics/Jabra) and hand-set

n) IIMC requires duplicate backup copy of software for server, console and billing unit (02

copies each).

o) Antivirus (will be supplied by IIMC)

6. TECHNICAL SPECIFICATION OF PC FOR CALL BILLING DETAIL

SOFTWARE (HP/DELL)

a) Intel Core i5

b) Intel Chipset

c) Integrated graphics card

d) Microsoft Windows 10 64-bit (will be supplied by IIMC)

Page 37: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

37

e) Supports 16GB RAM

f) 4 number of USB 2.0/3.0 ports

g) NIC 10/100/1000

h) Minimum 1TB HDD

i) 21” Monitor

j) Standard Keyboard

k) USB Mouse

l) Acoustic Speakers

m) Anti-Virus (will be supplied by IIMC)

7. TECHNICAL SPECIFICATION OF LAPTOP FOR ADMINISTRATION

CONSOLE (HP/DELL)

a) Intel Core i5

b) Intel Chipset

c) Integrated graphics card

d) Microsoft Windows 10 64-bit(will be supplied by IIMC)

e) Supports 16GB RAM or more

f) 2 number of USB 2.0/3.0 ports

g) NIC 10/100/1000

h) Minimum 1TB HDD

i) Min 15” screen size

j) Antivirus (will be supplied by IIMC)

8. TECHNICAL SPECIFICATION OF IP PHONE (SAME MAKE AS IP PBX

FROM OEM ONLY, WE CAN USE IP PHONE OF OTHER AGENCIES

ALSO)

a) At least 3 Line Display

b) Integrated dual LAN mini-switch

c) Two way hands free talking

d) Power over Ethernet support (IP Phone Feature)

e) Support for G.711, G.729 a/b, G.722

f) Support for headset

g) Voice Encryption (needs to be provided from Day 1)

h) LDAP(Lightweight Directory Access Protocols) synchronization

i) Call Log (Call History)

j) Minimum 6 fixed function Keys

k) At least 5 freely programmable soft keys

l) Must support messaging and voice mail

m) NIC 10/100/1000

n) The IP phone should have all necessary SIP features of the offered

communication manager system.

Page 38: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

38

9. TECHNICAL SPECIFICATION OF MDF (MAKE – KRONE)

Required sets of MDF accessories of required capacities shall be supplied, installed and

commissioned satisfactorily. The job includes the Supply, Installation, Testing and

Commissioning of connection modules of suitable capacity, fitted with Integrated Protection

Module (IPM) on all lines and stainless steel back-mount with acrylic cover on these modules.

The job also covers supply, laying and termination of all MDF cables from proposed system to

MDF in required cable racks/trenches. The cable shall be laid on cable rack/trenches in such

manner that rodent entry is blocked. The job also includes necessary civil and fabrication job

required to complete the project in all respect.

10. TECHNICAL SPECIFICATION OF RACK (MAKE: VALRACK, APW)

The racks will be as per rack height unit –”U” as demanded by the gateway chassis units

required at each location with provision free slots. The 19” network enclosures / racks shall

accommodate the Main Communication Server, Gateways, Ethernet switches; Unified

Messaging Server (If a bidder’s UM requires to be hosted in a server and not a high end PC).

All the different kind of components shall have atleast 1 U gap in-between them. The 19”

network enclosure / rack shall have fitted with at least 2 Nos. of Cooling fans, fitted with castor

wheels, metallic / glass front door, rear side should be of perforated steel sheet so as to

provision for ventilation, mechanical access control for locking and unlocking, appropriate

arrangements for providing cable paths so as to maintain aesthetics as well as provide ease of

working.

Page 39: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

39

11. COMPLIANCE SHEET:

Sl.

No

Specifications of IP PBX Systems

Whether

features in

Basic Model

(Yes/No)

Remarks

01. System Architecture and Design

(a) The system should be based on server-gateway architecture

running on Linux OS supporting IP, Analog Digital and IP

Extensions. Servers are to be deployed in dual redundant

configuration geographically (Hot Stand-by/ Active-Active

mode i.e. ongoing calls should not drop).

(b) The IP server(s) should be of industry standard make like

HP/ DELL/IBM etc.

(c) System should provide call control mobility, internal and

external messaging supporting server.

(d) The system should support standards-based multi-site

networking, SIP trunks or advanced networking, to

interoperate with other EPABX's, allowing feature

transparency.

(e) The redundant server must have separate hardware, not

sharing elements like hard drives and RAM etc., to avoid a

single point of failure.

(f) System Should support from day one IP Phones (hard and

soft phones), Mobile IP phones (over Wi-Fi or 3G or latest),

soft clients on multimedia PCs, SIP phones, ISDN phones

etc.,

(g) The system should be scalable, distributable and modular.

(h) The system should have in-built 2 port auto-sensing

10/100/1000 Mbps LAN Switch.

(i) System should support legacy TDM communication

devices i.e. digital and analog 2 Wire telephone instruments

with Caller-id, Fax, modems etc.)

(j) The system should support SIP/PRI/CO Analog Trunks (IP

TRUNK without additional hardware) interface cards in

any of the universal slots of the system without any external

interfaces or adapters.

(k) The system should have internal MOH (Music on Hold),

which should be uploaded using the .Wav file and should

have an audio input port for external MOH connectivity

(l) System should support standards-based CTI integration

with 3rd party applications

(m) The system should support Vow LAN,

systems(GSM/CDMA gateways)

(n) The system should have voice encoding the following

standards:-

(i) G.711

Page 40: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

40

(ii) G.729A/G7.22 WIDE BAND AUDIO

or latest /advance technique.

(o) The system should be suitable to accommodate both Pulse

(DP) and DTMF telephones.

(p) The system should support both IP/TDM DECT technology

and from same OEM

(q) The IP server & software should support IPv6.

02. System Capacity

(a) System should support 2200 users in any mix of IP, Digital,

and Analog.

(b) System should support 60 SIP trunks or more.

(c) System should support Voice Messaging ports for all users.

(d) System should support 12 x 4 audio conferencing ports or

any combination.

03. System Management

(a) System should support SNMP based network management

(b) In case SNMP (Simple Network Management Protocol) is

not available, system should be capable of sending event

notifications minimum 3 email addresses, each with a

different set of alarms

(c) The call server should be 100% non-blocking.

(d) Faults and Alarm management of all the incidents and fault

reports generated by the system, Generated reports and

graphics about the statistics of the alarms and its

correspondent resolution time.

04. Basic Telephone Features

Besides the normal Telephony features, the system should

support the following features.

Call Coverage

Call Forwarding with call hold

Executive overwrite

Call Intrude

Missed call alert

Call Park and call pickup

Ring Back When Free

Suspend Call Waiting

Reclaim Call

Distinctive and Personalized Ringing

Account Codes

Call Barring and time restricted call

Authorization codes

Bridged Appearance

Group Paging

Group Listen

Mobile Twinning

Least Cost Routes

Alternate Route Selection

Page 41: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

41

Flexible numbering Schemes

Time of Day and Date Routing of Calls

Call Recording

Maximum Call Length

PIN Restricted Calling

Time Profiles

Queuing

Queue announcements

Call Detail Recording

SMDR

The system should provide distinctive ring for internal and

external calls.

Boss-Secretary Feature (One touch key for Boss Secretary,

Boss Secretary busy indication Reminder etc.)

Voice-mail Features

(a) System should have minimum 16 port voice mail system for

welcome message.

(b) Centralized Voicemail

(c) All extension should have voice mail capacity and Voice

mail system storage should be dependent on the hard disk

storage capacity.

(d) Voicemail to email option should be available

(e) System should support unified messaging with Microsoft

Exchange or any IMAP compliant email application.

(f) External Fax server integration should be available.

(g) VM should support text-to-Speech functionality

(h) VM should support Dial-by-Name functionality

(i) VM should support Auto Attendant

(j) IVRS (Interactive Voice Response System) functionality

should be available

(k) Voice Messaging System

05. Auto Attendant Features

(a) System should support minimum 8 configurable Auto

Attendants. with greetings per Auto Attendant

(b) System Should support Auto Attendant with automatic time-

out to callback number.

(c) Auto attendant supports Dial by Name and direct Dial by

Number (dial extension number without dialing access

digit).

06. Conferencing Features:

(a) System should have minimum 48-Party meet-me conference

support, simultaneously multiple conference of any

combination from day one.

Page 42: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

42

(b) The conference should have unique PIN codes ensuring

security for conference calls

(c) The Conference should have indication for entry/exit tones

(d) Conferencing should have call recording facility at the time

of conferencing and other specified time.

(e) Conference scheduling facility

(f) Pre-fixed time and date to be scheduled for conference.

07. Terminal Support

System should support the following type of terminals

(a) Analog lines (with minimum 900 ohms loop resistance),

NOTE: Certification from both TEC (Telecom Engineering

Centre) and respective OEM (regarding loop resistance)

should be attached.

(b) Digital Phone

(c) IP Hard Phone

(d) IP Soft Phone

(e) Third party SIP phone

(f) Wireless IP phone

(g) DECT Phone - Optional

(h) SIP Phone RFC 3261/2/3/4/5, 2327 Protocol

8 Trunks Support

(a) System should support i) Analog Trunk, ii) PRI trunk iii)

SS7 and SIP

(b) System should support minimum 60 SIP trunks or more to

be provided from Day 1

9 Video Capability

(a) System should have IP Soft-phone capability with video

support for internal and External.

10 Wireless Support

(a) System should support wireless IP Phones which will work

through the Access Points which are being used for Wireless

Data network supporting.

11 Station Message Dial Recorder

(a) System should be able to store SMDR data

(b) SMDR should be able to send over LAN to a specified IP

address and port number or RS 232 port

12 Mobility Support:

(a) System should support a graphical interface for call control,

running Mobile handsets, also allowing a one-number service

for both incoming and outgoing calls from the same server.

(b) Extension should be graphically interfaced to the mobile

number of a person so that all incoming calls can land to the

extension numbers and/or mobile numbers and can get all the

information. So, call can be attended from any place.

Page 43: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

43

N. B. Any technical bid not complying with the required features and specifications may

be rejected. Necessary product literature highlighting these features should also be included.

13 Call Billing Support:

(a) System should have capability to automatically as well as

manually record (both incoming and outgoing calls) and store

only voicemail box or a central database, for later retrieval.

(b) Supported Recording facility should be provided on the basis

Of the following

· User ID

· Account code

· Hunt Group

· Caller ID

· Incoming call route

· Time profiles etc.

(c) System should support automatic deletion of oldest

recordings, if needed

(d) At the time of dialing, if extension is busy, announcement is

required instead of getting engaged tone.

14 Phone management through PC:

(a) System should support an PC based application for every user

providing easy access to CLI display, telephony features, call

information and call control

(b) Application should support directory synchronization using

LDAP (Lightweight Directory Access Protocol)

(c) Extension should be graphically interfaced to the PC of a

person so that incoming and outgoing calls can be made from

the PC.

(d) Application should allow users to open or close up-to 2

external relays to activate external systems like security

camera etc.

(e) Application should provide to call history of 100 or more

incoming/outgoing/Missed calls each, to every user

15. Licensing:

a) Minimum 600 Nos. of Analog licenses

b) Minimum 200 Nos. of IP licenses

Page 44: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

44

The following information should be filled up by the Bidder

Sl. No. Particulars Details to be provided

alongwith supporting

documents (if any)

1 Call Server:

Make

Model

PBX Software Make

PBX Software Version

2 GATEWAY:

Make

Model

3 IP Phone:

Make

Model

Features

4 PC Based Operator Console:

Make

Model

Features

5 Voice Mail System

Make

Model

6 LAPTOP

Make

Model

Processor

RAM

HDD

OS

Additional Software

NMS Software Make

7 PC

Make

Model

Processor

RAM

8 HDD

OS

Network Rack

Make

Model

Page 45: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

45

Details of Hardware and Software to be supplied:

Hardware

1.

2.

3.

4.

5.

Software

1.

2.

3.

4.

5.

Page 46: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

46

12. Detailed configuration (approximate) required at each location:-

a) Academic Block A: Media Gateway with 360 Analog ports expandable up to 550 ports (Free slots to

be available), 3 nos. ISDN PRI (30 channel), total 16 nos. CO ports; 175 Nos. IP Phones & 02 nos.

Operator Console with Centralised Call billing facility with PC and required software - 01 no. laser

printer (Speed minimum 200 dpi resolution, Make –HP/Samsung). Connectivity with E1 (HICOM-

353) & PRI (New Media Gateway) on temporary basis.

b) Computer Centre: Media Gateway with 48 Analog port expandable to 100 ports (Free slots to be

available), 10 Nos. IP Phone (05 for Library).

c) Tata Hall: Media Gateway with 96 Analog ports expandable to 150 ports (Free slots to be available)

and 05 nos. IP phone.

d) New Teaching Block: Media Gateway with 96 Analog ports expandable to 150 ports (Free slots to

be available) and 10 nos. IP phone + 1 PRI (30 channel) for connectivity with HIPATH system.

Note: - Bidders should consider the following while submitting their proposal:

1. MDF component with IPM Protection (4-level) with in-built GD Tubes and FLOBLO FUSE at

all location for all extension and trunk lines, cabling from System to MDF with PVC channel

and proper dressing.

2. Installation, Commissioning and Integration charges for the complete project.

A. Approximate Distribution of Port (location-wise) in the IIMC Campus

Sl

No. Location

Analog

Port IP Port

CO &

Digital

Port

PRI Port Future

Expansion*

01

Academic Blocks

(A, B, C, New

Academic Block,

Admn. Block,

Engg. Divn.,

Security and

Others)

360 175

16 CO

ports

3 no. PRI of 30

channels (one for

connectivity with

existing HICOM-353).

F-1 card will be

supplied by IIMC

550

02 Computer Centre

48

10

100

03 Tata Hall 96 05

150

04 New Teaching

Block 96 10

1 no PRI for inter-

connectivity with

existing HIPATH 150

TOTAL

600

(present

require

ment)

200

Up to 950 Analog

port (free slot) &

expandable up to

2000 port for

future + 200 IP

Port

Page 47: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

47

*All control & peripheral cards will be of same type for all Media Gateways, So that we can use anywhere.

B. Connectivity across 4 (four) Exchanges:

Connectivity across three + One (HIPATH-4000 with 30 channels) Media Gateway together with

Main Media Gateway should be through multi/single mode Optical Fiber Cable. Prior to installation

and commissioning of this connectivity, necessary examination of existing OFC connectivity to be

done if it is required and if the tests reveal non-functionality of the existing OFC, necessary

replacement/fresh laying work needs to be done which is within the scope of this tender. However,

all charges for the mode of connectivity specified in this paragraph are to be quoted as well. After

installation, each and every trench dug out, should be filled up with earth and well rammed. GI pipe

of adequate size (in the opinion of Indian Institute of Management Calcutta) is to be provided where

any cable is crossing a road, drain, water supply pipelines, electrical cable(s), sewerage pipelines and

water bodies.

C. Connectivity within 4 RLUs in four different areas + 1 existing HIPATH-4000 at MDC

Connectivity within the exchanges including termination, if any, needs to be done by Cat 6 cables

through colored PVC conduits along the ceiling of walls. Installation and commissioning of this

connectivity is within the scope of this tender. The colour of the PVC conduit will be specified by

Indian Institute of Management Calcutta. However, all charges for the mode of connectivity

specified in this paragraph are to be quoted as well.

D. MILESTONES:

Site Preparation: The supplier shall inform to the Institute about the site preparation, if any, needed

for the installation of equipment, immediately after the receipt of the Purchase Order. The supplier

must provide complete details regarding space and all other infrastructural requirements needed for

the equipment, which the Institute should arrange before the arrival of the equipment to ensure its

timely installation and smooth operation thereafter.

The supplier shall visit the Institute and see the site whether the equipment is to be installed and may

offer his advice and render assistance to the Institute in the preparation of the site and other pre-

installation requirements along with a list of authorized personnel for the purpose within 5 working

days from the release of Purchase Order.

Closure: Closure will be defined as attainment of smooth working of the IP Server Based PBX

Telephone System, user documentation and training.

Warranty: The Warranty period shall commence after the “Comprehensive Proof of Concept”,

which shall be for a period of 01 (one) month after successful commissioning of the system. The

supplier will have to provide complete warranty for two years for all supplied equipment including IP

phones. After the warranty period is over, Annual Maintenance Contract (AMC) / Comprehensive

Maintenance Contract (CMC) for 5 (five) years will begin. Financial involvement should be quoted

accordingly. In case, supplier fails to repair/ rectify the equipment during the warranty period,

Institute may employ or pay other person for the repairing of the equipment; all such damages, loss

and expenses shall be recoverable from the supplier on consultation with OEM, if required.

Page 48: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

48

Handover: Handover will take place after “Comprehensive Proof of Concept” with a formal sign-

off.

DEFINITIONS:

Comprehensive Proof of Concept: To ensure smooth working of the IP Server Based PBX

Telephone System for a period of 01 (one) month after which the Warranty period for two (2) years

will start.

Smooth Working of the IP Server Based PBX Telephone System will include: Continuous

availability of two (2) PRI for 30 channel + CO + telephone lines (Both analog and IP) and their

termination at the Main IP Server Based PBX Telephone System + installation of all IP phones.

All features mentioned in the IP Server Based PBX Telephone System should be demonstrated to

Indian Institute of Management Calcutta’s satisfaction. All expenses in this regard are to be borne by

the vendor.

Clarity of incoming and outgoing sound to the full satisfaction of Indian Institute of Management

Calcutta will be final and binding on the vendor.

Page 49: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

49

SECTION – VIII

BILL OF QUANTITIES (BOQ) for Supply, Installation, Testing , Commissioning and

Maintenance of IP Server Base IP PBX (HARDWARE)

Below is the scope, as per specifications mentioned in the tender document

Description

Unit of

Measu

rement

Computer

Centre

Tata

Hall

NTB

Acad.

Blocks:

NAB &

ABC

Reside

ntial

Zone

Total

Nos.

Remarks

Compliance

1) IP Server

(Page-35) No.

1+1

2

2)IP PBX

Media gateway

(Page-34) Set 1 1 1 1

4

3)Analog

Extensions

(port)

No.

48

96

96

360

600

Analog

port

expandable

up to 950

(free slot to

be

available)

4) IP

Extensions (no.

of IP Phone

Licenses) No. 10 05 10 175

200

5)CO

ports(Analog

Trunk) No.

Minimu

m 16

Ports

2

6)PRI (30

Channel)

(Digital Trunk) No.

1 3

4

7) Power

Supply for gate

way – 1 no.

CPU for

gateway – 1 no,

Line card -2

nos. 1 Set

8) MDF (with

all protection

circuits ) Set 1 1 1 1

4

9)Call Billing

Software

(Page-36 & 37) No.

1

1

10)PC based

operator

console (Page-

35 ) No.

2

2

Page 50: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

50

11)Admin

laptop (Page-

37) & printer

No.

1

1

12)PC for

Central Call

Billing System

(Page-36 & 37)

No.

1

1

13)IP Phone

with patch-

cord &

adaptor (Page-

37) No. 10 05 10 175

200

14)

Racks

Lot 1 1 1 1

4

15) 100 pair

distribution

Box (without

protection

circuit) with

required

krone, used for

cabling

purpose only. No. 4

16) 50 Pair

armoured Jelly

Filled Cable

Mtr.

175

17) 20 Pair

armoured Jelly

Filled Cable

Mtr

520

18) 5 years’

AMC (Pg-30) (To be quoted in percentage and should not be more than 10% (ten percent) on the quoted value for Price Schedule-I).

Job

1

Page 51: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

51

ANNEXURE-A

(FINANCIAL BID)

Financial Bid should include the prices as per the following price schedule:

NOTE: ALL QUOTES SHOULD BE IN INR ONLY

PRICE SCHEDULE – I(TO BE SUBMITTED WITH THE PRICE BID ONLY)

[Items related to IP PBX System (Active components)]

Sl. No

Description of Item Basic Unit Price

after

discount,

if any

(without

taxes)

Excise/ Customs

Duty

(As

applicable)

VAT

Total Unit

Price

(Rs.)

Qty Total Price

(Rs.)

1. IP Server from Day 1 2 Nos.

2. License for 200 IP connection for

life time

1 set

3.i) Media Gateway (with 550 Analog Extensions) at Academic Block-A

1 set

ii) Media Gateway (with 100 Analog Extensions) at Computer Centre

1 set

iii) Media Gateway (with 150 Analog Extensions at Tata Hall

1 set

iv) Media Gateway (with 150 Analog Extensions ) Media at NTB

1 set

4. Licenses for 600 analog ports for

life time. .

1 Job

5. PRI Line card (30 channel) 4 nos.

6. C.O. Trunk for 16 ports 2 nos.

7 Power Supply for gate way – 1 no. CPU for gateway – 1 no., Line card -2 nos.

1 Set

8. IP Phones as per specifications 200 nos.

9. Laptop alongwith Printer

1 set

10. PC for Operator Console with

necessary software

02 Nos.

11. PC for Central Call Billing System

alongwith necessary software

11.1 Wired Media-gateway should be provided from Day One. 11.2. Detailed break-up should be provided for each item under Sl. No. 3 in a separate sheet. 11.3. All the rates shall be valid for two (02) years from the issue of the Purchase Order.

Page 52: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

52

PRICE SCHEDULE-II (TO BE SUBMITTED WITH THE PRICE BID ONLY)

[Accessories related to IP PBX System (Passive components)]

11.4. All the rates shall be valid for two (02) years from the date of issue of the Purchase Order.

Sl.

No

Description of Item Basic Unit Price

after

discount,

if any

(without

taxes)

Excise/

Customs Duty (As

applicable)

VAT Any other taxes etc.

Total

Unit

Price

(Rs.)

Qty Total

Price

(Rs.)

1. Supply of 20 pair armoured jelly-filled cable alongwith all necessary accessories including laying with bricks, sand, pipe, PVC channel etc. [From NF1 to D2 : 200 metre and From NTB Exchange to New Power House and residence zone: 320 metre]

520 meter

2. Supply of 50 pair armoured jelly-filled cable alongwith all necessary accessories including overhead laying from A – Block to K block server.

175 meter

3. Cost of 100 pair DB box without protection Circuit but with required Krone. (For 20 & 50 pair cabling job mentioned in above points no. , 2 & 3.)

4 Nos.

4. Cost of required MDF with all

protection accessories, PVC channel &

required Krone at all 4 places to be

used for the Media Gateways at

different places (A-block/computer

Center /Tata Hall /NTB)

4 (four) Nos.

Page 53: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

53

PRICE SCHEDULE- III (TO BE SUBMITTED WITH THE PRICE BID ONLY)

(Installation & Commissioning charges for IP PBX System)

Sl. No.

Description of Item Basic Unit Price after

discount, if any

(without taxes)

Excise/ Custom

Duty

VAT Any

other

taxes

etc.

Total

Unit

Price

(Rs.)

Qty Total

Price

(Rs.)

1. Cost of Installation, testing and commissioning of the entire system (Main Media Gateway + 3 remote Media Gateway).

1 (one) Job

PRICE SCHEDULE- IV (TO BE SUBMITTED WITH THE PRICE BID ONLY)

(Annual Maintenance Contract) Sl. No.

Description of Item Quantity Unit Unit Rate (Rs.)

Taxes etc. (Rs.)

Total Price

(Rs.)

1. Comprehensive Annual Maintenance Contract alongwith cost of all supplied materials including IP phones, spares and all maintenance charges with updated software modification, after the end of warranty period of 2 (two) years. (To be quoted in percentage and should not be more than 10% (ten percent) on the quoted value for Price Schedule-I). The rate should be inclusive of the cost of one Service Engineer/Technician (not below a Diploma Holder in Telecom Engineering), who should be stationed at IIMC campus, Joka on 6 days x 8 hours/ day basis for maintaining the entire system. (The vendor has to comply with all the statutory requirements)

5 years

Per Year

TOTAL FOR PRICE SCHEDULE-IV

…………..

Grand Total: (Price Schedule - I + Price Schedule–II + Price Schedule - III ) =

NOTE: THE L1 VENDOR WILL BE SELECTED ON THE BASIS OF PRICE SCHEDULES

(I + II + III)

(Signature of the Bidder)

Page 54: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

54

Annexure – B

BID FORM Tender No. ………………………………….. Date …………………………..

A: To,

The Senior Administrative Officer (Purchase)

Indian Institute of Management Calcutta

Joke, D H Road

Kolkata- 700 104

Dear Sir,

1. Having examined the terms & conditions of the contract and specifications, the

receipt of which is hereby duly acknowledged, we, undersigned, offer to supply

and deliver the goods, in conformity with the said drawing, conditions of contract

and specifications and services as per the terms & conditions of the contract, for

the sums shown in the schedules of price attached herewith and made part of this

bid.

2. We undertake, if our Bid is accepted, to complete delivery within 50 days and to

complete installation & commissioning job within 65 days calculated from the

date of issue of your purchase order.

3. If our Bid is accepted, we will obtain the Bank guarantees of a Scheduled Bank

for a sum of Rs. ……………….as 10% of the contract sum in Price Schedule for

the due performance of the contract.

4. We agree to abide by this Bid for a period of 90 days from the date fixed for Bid

opening and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

5. Until a formal Purchase Order of Contract is prepared and executed, this

Bid together with your written acceptance thereof in your notification of award

shall constitute a binding contract between us.

6. Bid submitted by us is properly sealed and prepared so as to prevent any

subsequent alteration and replacement.

7. We understand that the Purchaser is not bound to accept the lowest or any bid that

it may receive.

Dated the day of

Signature of Witness____________

In capacity of Address____________

Duly authorized to sign the bid for and on behalf of Signature___________

Page 55: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

55

Annexure – C

WARRANTY TO QUALITY The Bidder shall warrant that the materials / job be supplied / done as per Annexure-A

shall be free from all defects and faults and shall be of the highest grade and consistent

with the established and generally accepted standards for the materials / job of this type

and shall perform in full conformity with the specifications. The Bidder shall be

responsible for any defects that may develop during proper use arising from faulty

design, workmanship inadequate quantity of material to meet the requirements,

inadequate contact protection deficiencies in circuits design or other wise and shall

rectify such defects at his cost, when called upon to do by the Purchaser, who shall state

in writing in what respect the store/job if faulty. The warranty shall survive inspection or payment for and importance of goods/job

but shall expire except in respect of complaints notified prior to such date of installation

or minimum guarantee period of job.

If it becomes necessary for the company, as per contract, to replace or renew any

defective portion (s) of the equipment(s) under this clause, the provisions of the

clause shall apply to the portion(s) of the equipment (s) so replaced or renewed until

the end of the above mentioned period of 24 months, whichever may be late. Similar

provision will be applicable in respect of rectifications made to the job/works. If any

defect is not remedial within a reasonable time, the PURCHASER shall proceed to do the

work / supply at the Bidders’ risk and expenses but without prejudice to any other rights

which the PURCHASER may have against the Bidder in respect of such defects.

Replacement and/or rectification under warranty clause shall be made by Bidders free of

the charges / costs.

*********

Page 56: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

56

Annexure – D

SPECIAL INSTRUCTIONS TO BIDDERS

Following instructions are to be followed while submitting the bids and in case of failure

to comply with any of the instructions by the Bidders, the bids will be liable to be

considered as invalid. 1. The price should be written in words as well as in figures in all the three price

quotations.

2. Last three years’ Balance Sheet and Profit & Loss account, dully certified by

Chartered Accountant must be submitted with the quotation.

3. VAT and Service Tax Registration. No. must be indicated and a copy of the

Registration certificate should be enclosed.

4. EMD valid for 90 days i n D e m a n d D r a f t drawn on any Scheduled Bank in

favour of Indian Institute of Management Calcutta.

5. The authority signing the bid must be duly empowered to do so.

6. Validity should not be less than 90 days.

7. Delivery must be in the name of Indian Institute of Management Calcutta

8. Bidder shall give declaration i n N o n - J u d i c i a l S t a m p p a p e r t o the

effect that he / she / it and / or his/her/its partners etc. have not been

blacklisted / debarred or removed from approved list of Bidders of Central / State

Govt./Public Sector Undertaking etc.

Senior Administrative Officer (Purchase)

Page 57: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

57

*******

Annexure – E

(Bidder has to give an undertaking on a Non-judicial Stamp Paper worth Rs.100/- , duly

notarized.)

I/ We (Bidder) hereby give an undertaking that:

(i) I/ We have not been blacklisted during last three years by any Govt.

Department/ Govt. Autonomous Body/ Institution, etc.;

(ii) I/ We have not submitted any fake/ forged certificates/documents and later, if

any such ‘Certificates/ Documents’ found to be fake/forged or contains willful

wrong/ incorrect information; suitable legal action may be initiated against me/

us/ agency besides ‘forfeiture of Earnest Money Deposit’ and ‘Blacklisting’ etc.

(iii) I/ We shall not withdraw my/ our bid after opening of Technical Bid and if done

so, the IIMC shall be authorized to forfeit the EMD submitted by me/us.

(Signature of Bidder with seal).

Name:

Address: Date:

Page 58: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

58

Annexure –F

LETTER OF AUTHORIZATION FOR ATTENDING BID OPENING

(To be submitted by the Bidder before Bid Opening)

SUB : Authorization for attending bid opening on

. date in the tender of

Following persons are hereby authorized to attend the bid opening for the tender in order

of preferences given below.

ORDER OF PREFERENCE ORDER SPECIMEN

SIGNATURE

I.

II.

Alternative Representative

Signature of Bidder

Or

Officer authorized to sign the Bid

Document on behalf of the Bidder

Note:

1. Maximum of two representatives will be permitted to attend bid opening. In cases

where it is restricted to one, first preference will be allowed. Alternative

representative will be permitted when regular representative are not able to attend.

2. Permission for entry to the hall where bids are opened may be refused in case

authorization as prescribed above is not recovered.

Page 59: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA · 5. Time & Date of submission of tender Up to 14:00 hours on 14.09.2016 6. (i) Time & Date of the Opening of Technical Bid At 14:15 hours

59

***********