terms & conditions - cdot.in sl.no.2 to 15.pdf · commercial enterprises in india and abroad of...

107
TERMS & CONDITIONS AND SPECIFICATIONS FOR TENDER NO. C-DOT/TENDER/CAPITAL ITEMS/2017-2018/004 Sl.No 2 to Sl.No.15

Upload: duongcong

Post on 13-Apr-2018

218 views

Category:

Documents


1 download

TRANSCRIPT

TERMS & CONDITIONS

AND

SPECIFICATIONS

FOR

TENDER NO.

C-DOT/TENDER/CAPITAL

ITEMS/2017-2018/004 Sl.No 2 to

Sl.No.15

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 2

Ref: C-DOT/TENDER/CAPITAL ITEMS/2017-2018/004 17th January , 2018

TERMS AND CONDITIONS OF

TENDER NO. CDOT /TENDER/CAPITAL ITEMS/2017-2018/004 for

Sl.No.2 to Sl.No. 15

1. C-DOT is a registered scientific society set up by the Govt. of India for pursuing research in Telecommunications. C-DOT invites sealed quotations from reputed manufacturers / OEMs / Authorized Distributors / Authorized Agents / Authorized Representatives / Authorized Commercial Enterprises in India and abroad of reputed manufacturers for supply, installation, testing, commissioning, warranty and after sales support of the items given in this document for our Delhi and Bangalore offices. Separate tender document alongwith terms and conditions/specifications is enclosed for item Sl.No. 1.

2. Tenders for each items should be separately sealed and superscribed “Tender No.

CDOT/TENDER/CAPITAL ITEMS/2017- 2018/004, Sl.No. ref., Item Description and

submitted only at the following office only:

PURCHASE GROUP

Centre for Development of Telematics

Electronics City, Phase I, Hosur Road,

Bangalore 560 100

Tel No.080-25119574/25119568

Fax No.080-25119572 and should be submitted on or before the closing date, i.e. 22-02-2018 before (1400 hrs.), if delivered personally and if the bids are sent by post/courier, the tender must reach C-DOT, Bangalore at the address given above before closing time and closing date. No request for extension of Due Date shall be entertained under any circumstances.

C-DOT shall not be responsible for delays of any nature including postal and force majeure

condition. Tenders received after the due date will not be accepted under any

circumstances. The schedule of opening of bids is as follows and at the following venue:

Pre-bid meeting : Only for the items mentioned in our requirement list /

Date & Timings indicated in the item list.

Last Date for submission of queries 29-01-2018 , 1500 hrs

Pre-bid Meeting (for Selected items 01-02-2018 , 11.00AM

Onwards as per details indicated in the

list.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 3

Last Date of Bid Submission 22-02-2018 1400 hrs

Technical Bid Opening 22-02-2018 1430 hrs onwards in

the presence of intending bidders at C-DOT, Bangalore office

The EMD @2% of your total quoted value(including all applicable GST levies) should be

submitted only in the Financial/Commercial part Envelope and an undertaking letter to be

enclosed in the technical bid for the same(without disclosing the amount) stating that the EMD

had been enclosed in the financial bid for each bid.

Bid Rejection : Bids without Tender fee and EMD shall be rejected outright. Incase the

document is downloaded from our website, then please ensure that the Tender Document fee of

Rs 1,180/- [US$ 25/- ] is separately enclosed in the technical bid.

Only one Tender fee in the form of Demand Draft only is applicable for

any number of items should be kept in a separate envelope.

However, separate bid document with separate EMD in financial bid should be

submitted for each of the item being quoted. Consolidated EMD shall not be

accepted and the bid shall not be considered.

IMPORTANT: Separate bids should be submitted for each item, incase you are participating for

multiple items. Similarly, EMD should also be separately enclosed with each bid. However,

tender fee shall be payable for one item only, details of which should be indicated in all the bids.

Participation of representative during the technical / commercial part opening authorized

representative whom you have deputed to attend the tender opening should be in a position to

answer all the queries raised (If any) and substantiate the same in writing with his signature on

the spot. This will be binding on the company participating in the tender.

3. Any queries with regard to the above tender shall be entertained only by means of formal

official letters/emails([email protected]) on or before 29-01-2018 by 1500hrs in .xls format

only.

No Technical and Commercial queries shall be entertained after 29-01-2018 , 3PM.

It may be noted that it is the sole discretion of C-DOT to consider the same or not and to reply

only if it is deemed necessary. C-DOT will not be responsible for any non-receipt of

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 4

letters/Fax/emails. All the queries should be sent to the following email id

only>[email protected]. Queries sent to any other official email ids shall not be considered.

Commercial Part Opening : The dates will be intimated subsequently to the technically shortlisted

parties only. Tenders are invited for the following items, the required quantities, along with requisite

Earnest Money Deposit (E.M.D) to be submitted, as given herein below.

REQUIREMENTS :

Sl.No. Item Description Qty

Pre-Bid Meeting &

Timings at

Bangalore office

BANGALORE REQUIREMENTS

1

HARDWARE AND SOFTWARE FOR

DATACENTRE (Separate Tender

document alongwith Terms & Conditions

enclosed)

Turnkey

basis

02-02-2018 from 10.00

hrs onwards

2 Channel Fader 1 01-02-2018 @11.00 hrs

3 LTE Traffic Generator & Analyzer

Requirement 1 01-02-2018 @11.30 hrs

4 EnodeB Simulator Requirement

1 01-02-2018 @ 12.00 hrs

5 LTE EPC Simulation Requirement

1 01-02-2018 @ 12.30 hrs

6 Network Management Tools 1

7 RFID reader

1

8 Projectors 7

9 Vector Signal Generator 1

10 Signal and Spectrum Analyzer 1

DELHI REQUIREMENTS

11 Programmable Environmental Chamber 1

12 Multiport Multi-Protocol Network Tester 2 01-02-2018 @ 14.00 hrs

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 5

13 Polishing Machine 1

14 Printer Management Software 1

CONSOLIDATED REQUIREMENTS(Delhi & Bangalore)

Mandatory to have service center at both Delhi & Bangalore

15 Printers(Both Delhi & Bangalore) As per

Annexures

Note:

The quantities mentioned above are only indicative and may change at the time of

ordering at the sole discretion of C-DOT. Conditional offer shall not be accepted.

The bidder shall make a detailed Presentation & demonstration to C-DOT, covering the features

of the items being quoted at the time of technical evaluation.

Tenderers are requested to study the terms and conditions of the Tender carefully and

then submit their tenders accordingly. Any tender/quotation received against this tender

and any Purchase Order/Work Order/Annual Maintenance Contract resulting from this

tender shall be governed by the terms and conditions indicated in this tender document

and the tenderer quoting against this tender shall be deemed to have read, understood and

accepted the same unconditionally.

The intending tenderers are requested to go through the Tender Notice available at

C-DOT website and comply with all the procedures as prescribed therein.

Replies to all Queries/Corrigendum(if any) shall only be up-loaded in our website:

www.cdot.in

This Tender Document is non-transferable. Only the Manufacturers / OEMs / Authorized

Distributors / Authorized Agents / Authorized Representatives / Authorized Commercial

Enterprises purchasing the Tender Document are entitled to submit the quotes to C-DOT

in their name.

The authorized Distributor/Authorised Agents/Authorised Representatives of the OEM are

required to enclose the following documents along with the technical part.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 6

a. Details of Registration under Shops & commercial Establishment

b. Details of Registration with Registrar of firms/Registrar of companies

c. GST registration copy.

d. Bidders without GST No. shall not be accepted under any circumstances.

e. Proof of office address at Delhi and Bangalore.

The tenderers should either be direct manufacturers or direct Indian arm / Office of the

Manufacturer or the Authorized Indian Representatives of the Foreign Principals. The date of

such authorization should be current as on the date of announcement of this tender i.e., 17-01-

2018 and should have a validity of at least six months, after the closing date of the tender.

However, it is necessary that the Principal Supplier [OEM] shall either have direct presence

in India or have an authorized Distributor / Representative in India, and that such offices

shall be equipped with adequately trained skilled staff, who can undertake warranty

support, repairs, calibration and routine maintenance of the tendered equipment.

For items which are required at both the locations, it is MANDATORY to have

permanent office set-up at both the locations. Necessary proof must be enclosed with the

technical bids failing which your bid shall be summarily rejected.

7. C-DOT has adopted a two bid system. Therefore, the tenderers should submit their

technical and commercial parts for each tendered item separately, two separate sealed

envelopes marked as “Technical Part” and “Commercial Part”. The two envelopes should

further be put into another envelope and sealed for each individual tender item. EMD to be

kept in Financial part only. An undertaking letter to be enclosed in the technical bid that

they have complied to this clause.

8. The Technical Part should contain information on specifications, design, hardware,

capacity and other relevant technical details conforming to C-DOT requirements in toto. It is

imperative to note here that the technical part should be accompanied by all data sheets,

technical literature, compliance chart and catalogues for each item in original. The

suggested ordering information (BOM with supplier part nos.) to match C-DOT

specifications must be indicated in the technical part.

Bids without Compliance Chart shall not be accepted. Any queries raised by C-DOT must

be replied with proper justification/documentation within the set timelines, failing which

C-DOT shall not consider the technical bid.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 7

Sl.No. Technical part should contain:-

a. An undertaking has to be given in the Technical Bid Envelope, certifying that the

EMD of 2% of the total quoted price inclusive of GST has been kept in financial bid

(without disclosing the amount).

b. Tender document Fee of Rs. 1,180.00 or USD 25.00, in case the Tender

document is downloaded from our website. Bids without tender fee shall be summarily

rejected.

c. Technical quote mentioning the details of make & model quoted,

specifications, design etc.

d. Data Sheets/Technical literature/Catalogues

e. Technical Compliance as per Annexure–I. Proper cross-reference to be

explicitly indicated in the compliance statement.

f. Commercial Compliance as per Annexure – II

g. Year of launch of the Software/Hardware/EOL of the equipment

h. It is mandatory to enclose Un-Priced Blank Commercial Part with detailed BOM.

i. Scope of Warranty (compliance as per clause 24). Wherever explicit warranty terms

are mentioned in the specs the same shall be applicable.

j. Scope of Post-warranty CAMC (compliance as per clause no. 30). Wherever explicit

AMC terms are mentioned in the specs the same shall be applicable for commercial

computation..

k. Cliental list

l. Authorisation certificate from the OEM specifically indicating our tender reference,

failing which your bid shall be summarily rejected.

m. Acceptance for submission of Bank Guarantee for 10% of the PO value valid for the

warranty period in the event the PO is placed. Incase PBG cannot be submitted, 90%

payment shall be released and balance 10% after expiry of warranty period. Bids not

complying to this clause shall be commercially rejected.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 8

n. Check List as per Annexure – III

9. The commercial part should contain information on price quoted for equipment upto

C-DOT designated place, payment terms, delivery period, or as stated in the

specifications/ guarantee period and other relevant information as per below.

Sl.No Commercial part should contain:-

1

Commercial quote containing the price information of the make & model quoted

in the technical part.

EMD amount @2% of the quoted price inclusive of GST. OPTIONAL ITEMS

PRICE MAY NOT BE TAKEN INTO ACCOUNT FOR COMPUTING THE

EMD. However, incase more than one model/option is quoted, then the EMD

should be calculated on one maximum value Model with Options only.

Supply, installation & commissioning of the items on C-DOT Delhi/Bangalore

premises including Customs Duties(if applicable after submission of

CDEC)customs clearance, DO Charges, inland transportation or F.O.R on INR

basis. It is mandatory to provide price break-up of the items quoted.

Three years comprehensive warranty(as per clause 24 or as specifically stated in

the specifications). C-DOT shall avail exemption incase of Custom Duty and

GST as per Govt notification.

Post-warranty CAMC after completion of warranty period from the date of

acceptance of the equipment to be quoted as per clause 30 (as specifically stated

in the specifications)

Payment terms for post-warranty CAMC is deferred payment terms i.e on

successful completion of services. No Advance payment terms shall be

acceptable.

2 Payment terms –As per clause 32. No Advance payment or payment against

delivery shall be accepted.

3 Delivery schedule : As per clause 31. Bidders may also indicate their firm delivery

schedule on receipt of PO. Penalty shall be applicable incase the delivery schedule

indicated in your offer is not adhered.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 9

10. Tenderers should submit the quotes along with E.M.D. of 2% of the total quoted Price

inclusive of GST separately for each of bid submitted in their financial bid. E.M.D. amount

should be submitted by way of a crossed demand draft favoring "C-DOT-Bangalore" or by way

of Bank Guarantee (in the format enclosed) for the said amount. This amount will be returned

interest free, to the unsuccessful tenderers within 6 months from the closing date of the tender

or finalization of the tender for the item, whichever is later. The Bank Guarantee shall be

valid for 6 months from the last date of submission of the quotes. Incase on opening of technical

bid, EMD is not found, bids shall be summarily rejected.

11. The EMD is payable by all categories of bidders and quotes without E.M.D. shall be treated

as invalid. EMD shall be exempted for Govt. bodies / PSUs, SSI & MSME organizations (

who are exempted from payment of EMD ) on production of relevant proof. Bids without

E.M.D. shall be treated as invalid/rejected. EMD submitted in the form of Fixed Deposits

will not be accepted.

12. Technical Compliance statement for each tendered item is a pre- requisite for

evaluation. Therefore the same must be submitted with the technical part. Any

falsification / suppression of facts in the compliance statement would lead to the rejection of the

quote, along with forfeiture of the E.M.D. Corresponding to each technical specification in the

compliance statement, relevant serial no. / page no. / line no. etc., in the data sheet should be

indicated.

The template of compliance comparison statement is enclosed in Annexures I & II All

columns should be clearly filled up and, if more than one model is being quoted for,

then different sheets should be submitted for each model. Please do not fill only as

“Complied” in column 3, but, also indicate the quantitative specifications.

Failure to do so may result in the quote not being considered.

Please highlight the quantitative specifications in your data sheet / technical literature. If space

is not sufficient, then additional sheets may be used. The compliance comparison

statement should be signed by the authorized signatory. If the compliance comparison

statement is not filled up/incomplete Compliance Statement, then the quotations are liable to

be rejected.

The compliance statement should be enclosed with the technical part only.

Compliance statement with respect to terms and conditions(Annexure-II) stipulated in the

tender document should also be provided along with the technical part.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 10

The tenderers should submit the quotes along with the complete data sheets of the

product. The vendor should also give the compliance of the item being offered with

C-DOT specifications by highlighting on the data sheet with the relevant serial no. of

C-DOT specifications written against the highlighted data.

No clarifications shall be taken by C-DOT incase detailed compliance is not enclosed.

In case, any modules are left out and the same is required for the functioning of the

equipment as per our specifications, the same needs to be supplied Free of Cost. No

additional financial implication shall be permitted and no revised commercial offer submission

shall be allowed under any circumstances..

13. Tenderers shall submit a list of clients in India and abroad, to whom they have

supplied the equipment/items. This list should clearly enunciate the address of the

premises / location of the equipment, where such equipment/software is installed, along

with the names of the contact persons and their phone nos./fax nos./e-mail ids .

14. The tenderer shall make a detailed presentation & demonstration to C-DOT, covering the

features of the items being quoted at the time of technical evaluation.

15. Price comparison shall be based on the item cost with mandatory warranty period

indicated in the specifications only. In some specific cases the comprehensive AMC price for

the specific period as mentioned in the specifications shall be taken into consideration for price

comparison.

In case, the AMC price has not been quoted, the financial bid will be summarily rejected. No

revised offer will be entertained under any circumstances. However, payment of AMC price

shall only be released after every quarter or half-yearly period. No advance payment terms for

AMC shall be accepted.

The Foreign Exchange Rupee parity shall be as on date of the commercial bid opening,

based on TT(selling) rate given by RBI.

16. The tenderer shall facilitate visits by the C-DOT team to their client installations in India,

for the purpose direct technical assessment of the equipment at site.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 11

17. All overseas banking charges shall have to be borne by the supplier. No relaxation shall be

permissible in this regard. No amendment with respect to the above will be entertained. This is

for direct imports by C-DOT. Harmonised Synchronized System Number (HSS)

should be given for all items quoted. For details, please refer Import Export Policy and

Custom Tariff of India. If any license is required by C-DOT for import, then the same should

be informed to C-DOT.

For indigenous supplies, the price quoted must be on F.O.R. destination basis and to the

designated place as per tender clause no. 36.

18. C-DOT is a public funded R&D organization set up by the Govt. of India and

Registered under GST. GST No is Bangalore–29AAATC3895K1Z7 and

Delhi –07AAATC3895K1ZD. The exact amount of GST along with HSN code, under

which applicable, must be indicated unambiguously in the commercial part after taking

into consideration applicable GST exemption as per notification mentioned below.

19.C-DOT, being a public funded R & D organization, enjoys Customs Duty Exemption

under Customs Notification No.51/96. Accordingly, the Tenderers are requested to

ascertain the Customs duty payable for their respective item after utilizing the Customs Duty

Exemption (CDE) certificate.

Any Additional Duties after utilizing our Exemption Certificates whatsoever, in case applicable

shall be borne by the supplier only. C-DOT shall only provide Customs Duty Exemption

Certificate under customs notifications 51/96 Only. Bidder are required to make note of it and

quote accordingly.

C-DOT being an Public funded Research institute, funded by the Central Government of

India R& D organization is entitled to avail benefits under the following GST Notifications

viz. Notifications No. 45/2017 & Notification No. 47/2017 enclosed, except for item Sl.No.1

of the tender document.

Tenderers are requested to quote in foreign currency in case the same is being made

available from their Principals abroad, on DDP C-DOT, Delhi/Bangalore office

premises. No other terms shall be acceptable.

C-DOT shall not be responsible for Customs clearance, inland transportation upto C-DOT

Premises. The same has to be taken care by the supplier as stated above. Pl quote

accordingly.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 12

C-DOT shall only be providing Customs Duty Exemption Certificate as per above notification.

The supplier is responsible to provide Cargo Arrival Notice (CAN) as soon as the shipment is

landed in India. The supplier should ensure that a pre-alert with the invoice/packing list to be

provided so that necessary time is given for preparation of Customs Duty Certificate (CDE). In

case of any delay in providing/submission of the above documents and which attracts

demurrage will have to be borne by the supplier.

20. C-DOT is registered with DSIR, Ministry of Science & Technology, Govt. of India, vide

registration no. TU/V/RG-CDE(629)/2006.

21. All quotations received against this tender shall be governed by the terms and

conditions indicated in the tender document. In the case of successful tenderers, E.M.D.

amount will be forfeited to C-DOT in the following cases, without any further intimation:-

a) If, after submission of the quotation, the tenderer fails to honour the Purchase

Order/Work Order/ or refuses to comply with any and/or all of the terms and conditions of the

tender.

b) If the tenderer withdraws the offer during the validity period.

c) If the tenderer fails to submit the 10% Performance Bank Guarantee in

accordance with Clause No.22.

22. As per C-DOT tendering procedures, in respect of hardware items (including the software

items that may be embedded in the hardware), the successful tenderer(s) shall

have to deposit a Security Deposit / Performance Bank Guarantee (PBG) equivalent to

10% of the total order value for a duration upto the 3 years warranty/extended warranty/AMC

or as per the warranty/AMC specifically stated in the specifications. The same can be deposited

through a Crossed Demand Draft favouring C-DOT or a Bank Guarantee as per the

enclosed format in the tender document. In case of submission of Security

deposit/Performance Bank Guarantee in the form of a Bank Guarantee, the same must be

issued by an Indian nationalized bank or any prime international bank. If the performance

bank guarantee / security deposit of the requisite amount stipulated in the purchase order is

not submitted, the payments through Letter of Credit or Advance Draft/Sight Draft or any

other mode shall not be made by C-DOT, even after the receipt of order

acknowledgement,. Fixed Deposits shall not be considered as Performance Bank Guarantee.

In the case where a bank guarantee has been submitted against the PBG, the validity of the

same should be equivalent to the warranty period from the date of acceptance of the

item. The bank guarantee validity should, however, commence from the date of written

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 13

acceptance by C-DOT, subsequent to installation & commissioning & acceptance at C-

DOT. Since the bank guarantee has to be submitted before equipment supply, this

objective shall be met by issuing necessary amendment to the bank guarantee later, after the

date of written acceptance by C-DOT. If the Security Deposit is submitted towards faithful

performance through a Demand Draft, then the same will be returned after the completion

of the warranty period. The E.M.D. amount submitted by the successful tenderer will be

returned to the supplier, only upon the submission of the security deposit/performance

bank guarantee.

23. It should be clearly noted that compliance to the commercial requirement of

submission of security deposit/performance bank guarantee is mandatory. Any quote

enunciating the non-acceptance to this clause is liable to be rejected.

WARRANTY

24. The tenderer shall warrant that all equipment and services to be supplied shall be

NEW and free from defects and faults in design, material, workmanship and manufacture

and shall be of the highest grade and in full conformity with the C-DOT specifications.

Tenderers will be responsible for any defect that may develop arising from faulty

material, faulty design and bad workmanship in the equipment/service and shall remedy

such defect at their own cost and at site.

The tenderers are required to submit their quotes with a comprehensive

warranty of 3 years on-site or as specifically stated in the specifications. By the term

“Comprehensive Warranty” for a hardware item, it is meant that the repair, diagnosis,

troubleshooting, parts replacement and calibration.

The Comprehensive warranty in case of a software and embedded software which forms

part of a hardware equipment shall mean that all bug fixes/ patches / updates / upgrades /

version release shall have to be supplied by the supplier

free of cost during the warranty period.

It may also be noted that during the warranty period, it would be the

responsibility of the tenderer to get the required spares (required to replace defective

parts) customs cleared and C-DOT would not get any required spares Custom cleared

using its public funded R&D institution status under Customs Notification No. 51/96.

Bidders who are unable to quote with 3 years warranty but have quoted with a warranty of

one year and failed to quote for 2nd & 3rd year warranty, will not be considered and will

be summarily rejected, even if they are capable of providing a suitable technical solution in line

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 14

with C-DOT‟s technical specifications. However, incase AMC price is indicated, the same shall

be taken into consideration for 3 years price comparison. No further clarification shall be taken

or entertained.

All statutory levies shall have to be borne by the tenderer and/ or their Indian

Representatives towards replacement and repairs during the warranty period. Thus the

warranty should be comprehensive, all paid up and unconditional.

The warranty shall commence from the date of written acceptance by C-DOT,

subsequent to installation & commissioning.

In case of any delays in installation / commissioning / rectification of faults, the warranty period

shall automatically get extended by a month for delay of 30 days, or, part thereof. The same

shall have to be reflected in the warranty certificate and updated on OEM‟s website/database.

Support during warranty period covers attending to C-DOT calls by technical support personnel

of the vendor within 24 hours. Support(24 * 7) from vendors' software/service centers, through

phone/Email/Fax, etc shall be required and is a must. All updates/upgrades must be supplied

free of cost during the warranty and AMC period.

25. Warranty Certificate should be submitted from the date of written acceptance given

by C-DOT clearly indicating the commencement date and expiry of warranty. This is a

mandatory requirement.

26. Calibration

The rates quoted for the warranty period or the post warranty CAMC, should also include

calibration charges, for equipment/instruments supplied. No extra charges will be paid by

C-DOT for calibration during the warranty period and post warranty CAMC period.

27. The appraisal of the performance of the material and services provided during the

warranty period shall be done by C-DOT and the same shall be binding upon the

tenderer.

28. All upgrades and updates and technical literature during the warranty / post warranty period

should be shipped to C-DOT on pre-paid freight basis.

29. The tenderers are required to provide the details about the date of

manufacturing in case of hardware requirements of C-DOT , along with support and upgrade

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 15

road map for product/module development and update and upgrade path for software. It is also

mandatory that any information pertaining to end of life (EOL) of both Hardware &

Software items being quoted ,is provided at the time of submitting the Technical &

Commercial part. The tenderers who fail to provide such information shall be solely

responsible for bearing the cost arising out of obsolescence and/or end of life (EOL) at a later

date, if they happen to be the beneficiary of C-DOT orders.

Apart from the above, the year of launch of the equipment / software quoted in the international

market must also be indicated in the technical as well as in the commercial part, along with

estimated life of the equipment and estimated years of support availability for the equipment.

COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT(CAMC)

30. After sales service is one of the critical factors for evaluation of the equipment, and

commitment to the effect that service and support will be provided for the

equipment after the expiry of the warranty period and during the lifetime of the item, shall be a

decisive factor in the tender evaluation process. Tenderers must quote for comprehensive

onsite AMC (which shall include labour and cost of the material to be replaced, if any)

for the subsequent three years period separately after the expiry of the mandatory

warranty period as mentioned above.

The scope of CAMC for a hardware item, it is meant that the repair, diagnosis,

troubleshooting, parts replacement, consumables spares and calibration aspects would be the

responsibility of the tenderer. Comprehensive AMC in case of a software and embedded

software which forms part of a hardware equipment shall mean that all bug fixes/ patches /

updates / upgrades / version release shall have to be supplied by the supplier free of cost during

the onsite warranty period.

The Comprehensive AMC must be quoted by all the suppliers for the subsequent

three years period over and above the warranty period. Quotes without CAMC charges

will be summarily rejected.

The price comparison shall be made as per specific Warranty & AMC(if indicated in the

specifications) for each item given in this tender document. However, C-DOT reserves the

right to undertake the AMC after successful warranty period.

In case of software, Operating System, Equipment, Firmware and Equipment OS, during

Post warranty period, all updates and upgrades shall be supplied free of cost to C-DOT on

pre-paid freight basis. CAMC covers attending to C-DOT calls by technical support

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 16

personnel of the vendor within 24 hours. Support (24 * 7) from vendors‟ software/service

centers, through phone/Email/Fax, etc shall be required and is a must.

It may also be noted that during the CAMC period, it would be the

responsibility of the tenderer to get the required spares (required to replace defective

parts) customs cleared and C-DOT would not get any required spares Custom cleared

using its public funded R&D institution status under Customs Notification No. 51/96.

PAYMENT TOWARDS CAMC will not be made upfront. The same shall be made

either once in three months or six months or one year as the case may be on submission of an

appropriate invoice subject to satisfactory services rendered and accepted by C-DOT.

31. DELIVERY DATE : All items given in the requirements are required within 4-8

weeks from the date of receipt of PO. Time being the essence of the contract, the

tenderers must indicate the firm delivery date by which the materials will be dispatched

by them from the date of receipt of C-DOT order. They must also clearly indicate the

time limit within which various phases shall be accomplished for work orders, etc.

32. PAYMENT TERMS:

a) IN CASE OF LOCAL/INDIGENOUS PURCHASE

The normal payment terms of C-DOT are within 30 days from the date of

supply/installation/commissioning subject to qualitative and quantitative acceptance as the

case may be.

C-DOT DOES NOT ACCEPT ANY REQUESTS FOR ADVANCE PAYMENT. Commercial

Bids shall not be considered with Advance Payment terms.

b) IN CASE OF IMPORT PURCHASE

C-DOT is a registered scientific society set up by the Govt. of India and therefore

enjoys Custom Duty Exemption on imports of all computers, software, accessories and

equipment required for research and development in the field of telecommunications, under

Customs Notification no. 51/96.

The payments in case of overseas suppliers are generally made through Sight Draft, Wire

transfer(within 30 days of receipt of material ) and/or through Letter of Credit at the

discretion of C-DOT, depending on the value of the purchase order and in accordance with RBI

guidelines. Payment shall made within 30 days from the date of receipt and installation of

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 17

the material in case of High Sea Sales shipment. All documentation charges & customs

clearance and transportation to C-DOT premises shall be the responsibility of the supplier.

In the event the payments are made through L/C, then only the L/C charges of C-DOT‟s

bankers shall be to C-DOT‟s account. However, all overseas/ beneficiaries‟ bankers‟ banking

charges shall be to the beneficiary's account.

In case of the Tax Deduction at Source(TDS), the supplier has to take note that for all the

import Purchases(incase of Software & Warranty/AMC services), the deductions will be

made in accordance to the Indian Tax Law. ie., TDS as per Double Taxation Agreement(DTA).

It is mandatory on the part of the supplier to provide us the Tax Residential Certificate(TRC),

Form 10(F), Permanent Establishment(PE) certificate and Permanent Account Number(PAN)

details for the above said tax remittance. In case, if the supplier is not in a position to provide

these details then the additional financial implication (as applicable) for not providing such

information will be charged to the supplier (the amount will be deducted) while making the

payment.

NOTE : THE SUPPLIER HAS TO GIVE EXPLICIT COMPLIANCE FOR THE ABOVE

CLAUSE. It is specifically applicable in ALL Import cases for software and Warranty/AMC.

In respect of Updates & Upgrade and other maintenance of Hardware and Software,

Income Tax will be deducted at Source as applicable and necessary Income Tax Deduction

Certificate will be issued by C-DOT at the end of the year.

The tenderers are advised to quote taking note of the above and any quote received as

„NETT‟ will be presumed as inclusive of applicable taxes only.

There will not be any further revisions/amendments/ relaxation permitted in this regard and

the rates altered on this account. C-DOT will not be responsible for any demurrage on account

of late submission/non-receipt of DO documents. Proper shipment pre-alerts to be intimated

2 weeks in advance along with proper invoices in order to prepare the Custom Duty

Exemption Certificates. The same is also applicable for local items for preparation of GST

exemption Certificates.

33. In case the delivery schedules are not adhered to and the supplies get delayed beyond

schedules, penalties shall be imposed on the vendor/tenderer by C-DOT and the penalty

to be imposed will be @ 0.5% for every 01 week subject to the maximum being 5%. Of the

total PO value. Delay beyond 10 weeks will be treated as an exception and C-DOT

reserves the right to impose additional penalty at its discretion.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 18

34. In case the tenderer fails to deliver the material/software or fails to provide services within

the quoted delivery period in supersession to the above penalty clause, C-DOT reserves the

right to make alternate procurement and arrangements only at the tenderers cost and risk.

For this, the supplier shall be served with a notice of 2 weeks under a registered cover and in

case of non-performance, on expiry of the notice period, the cost of alternate procurement

/arrangements shall be recovered from the vendor.

35. INSPECTION: Materials, on their arrival at C-DOT, will be inspected for quality

and quantity by C-DOT officials and their decision in the matter will be final and

binding. The rejected material/s will need to be collected by the supplier within a

reasonable period of time for replacement from our premises and all the charges on the same

including packing charges will have to be borne by the supplier only.

In case of imports, replacements need to be received by C-DOT (on pre-paid freight basis) and

only then will the supplier be allowed to collect the rejected materials from our premises. In

case we do not receive any response to our letters soliciting the suppliers to collect the rejected

material even within 16 weeks from the receipt of the rejected material at C-DOT, the same may

be disposed off by C-DOT through auction, and the proceeds of such an auction shall be

treated as earnings to C-DOT.

36. Training on the usage of the equipment/software should be provided free of cost to

authorized personnel of C-DOT for a duration mutually decided. The nature of training

and its modules must be detailed and spelt out. Incase of High value equipment and Software

detailed on-site training has to be provided for minimum 7 days. Training cost, if any, may be

explicitly indicated separately.

37. Tenderers shall be required to provide complete assistance/guidance at site during the

SITE PREPARATION and INSTALLATION & COMMISSIONING.

The scope of the tender includes Installation and Commissioning, warranty support,

training and subsequent AMC support(as indicated in the specifications) given in this

document. The same shall be the responsibility of the supplier or their authorized Indian

Agents / Distributors / Representatives.

Back to Back Warranty/AMC agreements must be signed with the OEMs for

proper warranty and after sales support.

38. The authorized Distributors/Dealers/Agents must enclose the Authorization

Certificate issued by their principals. The same must be enclosed in both

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 19

TECHNICAL and the COMMERCIAL PART. Otherwise, the technical part shall not be

accepted. Authorization Certificate should be obtained from the OEM for each quoted item and

the authorization certificate should be obtained prior to the technical part opening. The

specific Authorization Certificate from the OEM should be current as on the date of

announcement of this tender i.e., 17-01-2018.

39. In case the Purchase Order is placed on the Principal Supplier through their

authorized Indian Agent / Distributor / Dealer and in the event the authorization of the Indian

Agent / Distributor / Dealer is withdrawn from the Principal Supplier, then it shall be the

responsibility of the Principal Supplier to continue providing the services and support to

C-DOT either directly or through their appointed Indian Agent / Distributor / Dealer.

In other words, the responsibility of the compliance to the C-DOT Tender Terms & Conditions

and of providing unconditional technical support shall entirely rest with the Principal Supplier,

even though the EMD / Performance Bank Guarantee might have been submitted by the

erstwhile, current or any prospective locally authorized agent.

40. The Tenderers/ OEM shall be required to necessarily submit the Test Report /Self

Certification clearly enunciating that the parameters / specifications to which they have

shown compliance in the Compliance Chart have been technically met and adhered

to. They should further certify that these parameters / specifications are within the

quoted / specified limits and that the equipment / software being supplied is working

satisfactorily. Such a certificate must be enclosed with the original Shipping Documents.

Tenders should be complete in all respects and incomplete tenders not complying with

the terms & conditions shall be summarily rejected without any notice.

41. Quotations should be valid for a period of at least 6 months from the closing date of

the tender, failing which the bids shall not be accepted.

42. In case of any merger/acquisition, the Warranty/AMC and all terms and conditions of the

Tender/PO shall be honoured for the period of contract

43. If, at any time, during the performance of the Purchase Order, the suppliers Encounter

conditions impeding timely delivery of goods and performance of service, then they should

promptly notify C-DOT, in writing, of the fact of the delay, the cause of delay and its

likely duration. C-DOT shall evaluate the situation and at its discretion, decide to extend the

suppliers, time for performance. C-DOT‟s decision will be final and binding.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 20

44. C-DOT reserves the right to award work to deserving parties either in full/parts. The

decision of C-DOT shall be final and unquestionable.

45. C-DOT reserves the right to reject/accept any part or full Tender(s) without any reason

whatsoever.

46. FORCE MAJEURE shall mean and be limited to War hostilities, riot or civil

commotion, earthquake, flood or other natural physical disaster and restriction imposed by

the Government or their statutory bodies which prevents or delays the execution of the

contract. In the event of delay lasting over one month, if arising out of cases of Force

Majeure, C-DOT will still reserve the right to cancel the order/contract.

47. Disputes, if any, arising out of the above tender will be referred to courts having

jurisdiction over Delhi only and shall be subjected to Indian laws including the law relating to

Consumer Protection.

48. The specifications indicated in the tender are as per C-DOT‟s requirement. Tenderers have

the option of quoting strictly as per the specifications indicated in the tender document or offer

any equivalents meeting C-DOT‟s requirement. However, based on the compatibility, the

decision of C-DOT on acceptance/rejection of the same would be final and unquestionable.

49. Please note that any falsification / suppression of information would lead to tender

disqualification.

50. Exact details of GST and other levies must be clearly indicated. Please do not

indicate GST & levies “as applicable”. Price break-up of all items must be explicitly

indicated.

51. In case of High Sea Sales, Custom Duty Exemption Certificates shall only be issued

on submission of Invoice alongwith CAN(Cargo Arrival Notice). The local Indian suppliers

shall be responsible for customs clearance and processing of relevant documentation

required for High Sea Sales and delivery of the material to C-DOT upto the designated

place. Any Additional Duties(whatsoever) after utilizing our Customs Duty Exemption

Certificate in case applicable shall be borne by the supplier only. Payment shall made within 30

days from the date of receipt and installation of the material in case of High Sea Sales shipment.

53. In case, the date of opening of the tender happens to be an unscheduled holiday, the

tender will be opened on the NEXT WORKING DAY at the same time and venue.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 21

54. REJECTION FACTORS :

The quote will be rejected summarily if any of the following is not complied. The same has to

be filled in Annexure III.

a. Quote to be submitted in two part i.e. Technical part & Commercial part separately

b. Separate EMD amount for each quoted item to be submitted along with the

Commercial/Financial part only. An undertaking has to be given in the Technical Bid

Envelope, certifying that the EMD of 2% of the total quoted price(inclusive of GST) has been

kept in financial bid (without disclosing the amount)

c. Tender document fee in the form of Demand Draft(in case the documents are

downloaded from our website) to be submitted along with the Technical Part Only.

d. Prices to be quoted for the items with three years on-site Comprehensive warranty from

the date of acceptance as per clause no. 24 or as indicated in the specifications.

e. Post-warranty Comprehensive Annual Maintenance Contract charges (3 years CAMC)

after mandatory warranty period should be indicated for subsequent three years (on yearly

basis) as per clause 30.

The Warranty/CAMC period specifically indicated in the specifications shall override the

period indicated in this general terms and conditions. In case, the AMC price has not been

quoted, the financial bid will be summarily rejected incase the bidder does not agree to accept

the same free of cost. No revised offer will be entertained under any circumstances.

f. Acceptance for submission of Bank Guarantee for 10% of the PO value valid for a period of

three years(for equivalent warranty period) from the date of acceptance in the event the PO is

placed.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 22

g. Specific Authorization letter from the OEM for participating against our

tender/datasheets/technical literature / catalogues, year of launch of the product, EOL (end

of life) and technical compliance & commercial compliance.

h. In case of any technical Clarifications from our Technical Evaluation Committee(TEC)

during the Technical scrutiny, if the bidder does not provide information within the

stipulated deadline given by the TEC, C-DOT shall be constrained to Technically Reject

the bid.

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

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 23

THIS BANK GUARANTEE TOWARDS THE E.M.D SHOULD BE TYPED OUT ON

RS.50/- NON-JUDICIAL STAMP PAPER GIVING FULL POSTAL ADDRESS OF THE

BANK.

Guarantee No :

Amount :

Guarantee Cover From : To :

Last Date for

Lodgment of Claim :

The Centre for Development of Telematics having its office at C-DOT Campus, Electronics City, Phase

I, Hosur Road, Bangalore 560 100, having floated a Tender for (Tender for ______________________)

with Tender no. hereinafter referred to as the tender, and M/s (name and address of the party) having

the intention of participating in the above mentioned, we, the (banker's name and address) hereby

irrevocably undertake and guarantee to you that in the event of the award of the Contract to the

tenderer and subject to the failure of the Tenderer to perform any of the following clauses, we

undertake to fully compensate the Beneficiary to a maximum amount of Rs. _____________(Rupees

____________________________________ (in words) as and when the same is claimed from us in

writing during the validity of the contract as per the terms and conditions of the tender contract.

1. If the tenderer fails to accept the contract with the terms and conditions of the contract.

2. If after the acceptance of the contract, the Tenderer fails to carry out the services in

accordance with the terms and conditions of the contract.

3. If the tenderer withdraws the tender during the validity period.

4. If the tenderer fails to complete their services in accordance with the terms and conditions of the

contract or if there is any unexcused delay on the tenderer‟s part which may warrant forfeiture of

E.M.D. amount and or imposition of liquidated damages and or closure/termination of the contract

for default.

We, the bank, abide by your Tender terms and conditions and we shall on demand and without demur,

pay to you all and any sums upto a maximum of Rs. _________(Rupees

_____________________________________________________________)

being the E.M.D. furnished by the tenderer to you in the form of this bank guarantee. We

further agree that the Beneficiary shall be the sole judge as to whether the Tenderer has failed to

perform as per the Tender terms and conditions duly specified by the Beneficiary.

We further hereby undertake to pay the amount due and payable under this guarantee without any

demur merely on a demand in writing from the Beneficiary stating the amount claimed due by way

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 24

of loss or damage. Any such demand made on the bank shall be conclusive and binding upon us as

regards the amount. Lodgment of claim through Registered Post shall be conclusive evidence of claim

made on us by the Beneficiary.

However, our liability under this guarantee shall be restricted to an amount not exceeding

Rs._________Rupees ________). We further agree that the claim made on us shall be settled within a

period of 30 days from the date of lodgment of claim by the beneficiary.

We agree that the guarantee herein contained shall remain in full force and effect for a period of 6

months (six months). Unless a demand is made on us in writing within one month from the date of

expiry of six months, we shall be discharged from all liability under this guarantee.

We further agree that any change in the constitution of the bank or the tenderer shall not affect our

liability under this guarantee.

We further agree that the Beneficiary shall have the fullest liberty without in any way affecting our

liability under this guarantee alter any or all of the terms and conditions of the tender.

Notwithstanding anything contained herein before our liability under this guarantee is restricted to

Rs._______(Rupees_________). This guarantee shall remain in force upto a maximum of six months

(6 months). Unless a demand in writing is made on or before __________ (one month from the date of

expiry of six months (date) all your rights under this guarantee shall be forfeited and we shall be

relieved and discharged from all liabilities under this guarantee.

We lastly undertake not to revoke this guarantee during the penance of the above said

tender/tender contract except with the prior consent of the beneficiary in writing.

This guarantee must be returned to us in original immediately on the expiry of the validity date.

Sealed with the common seal of the bank on this the.............day of..............2008

DATE : For BANKERS NAME

PLACE : SEAL, ADDRESS

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 25

PERFORMANCE BANK GUARANTEE

GUARANTEE NO :

AMOUNT :

GUARANTEE COVER FROM : TO :

LAST DATE FOR

LODGEMENT OF CLAIM :

In consideration of the Centre for Development of Telematics having its office at C-DOT Campus,

Electronics City, Phase I, Hosur Road, Bangalore 560 100, hereinafter referred to as the Purchaser

having placed order(s): 1. (Order no and date) 2. (Order no and date), with our constituents

M/s ___________________________ (name of your organization) hereinafter referred to as the

contractor, having their office at (address of your organization) for the supply and installation of (give

brief detail of the order placed) and our constituents having undertaken to guarantee the faithful

performance of the contract during the warranty period as mentioned in the purchase order(s) referred

above, we the (Banker's name and address), do hereby bind ourselves as their guarantors and undertake

to be responsible to the purchasers and their successors and assigns for payment of all or any sums of

money, losses, damage, costs, charges and expenses, that may become due or payable by the

contractor, in the faithful performance of his said obligations and covenants under the above contract

stated therein provided however that the total amount to be so recovered by the purchaser from us

shall not exceed Rs. ____ (Rupees ______________________________) amount of guarantee to be

mentioned) payable under the said Purchase Order. We,____________________

___________________________ (name and address of the bank) do hereby unconditionally and

irrevocably guarantee payment, without demur and without recourse to the purchaser of sums upto Rs.

_________ (Rupees _______________________________________) amount of guarantee in

Rs.___________ and words) on the purchasers first demand in writing making claim for payment to the

purchaser by reason of failure on the part of the contractor to fulfill their obligations under the contract.

We hereby agree that lodgment of claim through registered post shall be conclusive evidence of

lodgment of claim.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 26

We further undertake to settle the claim within 30 days of lodgment of claim. This guarantee shall not

be revocable by notice or otherwise and is unconditional and without recourse and our liability as

surety shall not be impaired or discharged, until the contractor has fulfilled all the obligations under

the contract and shall not be affected by any change in the constitution of the purchaser, Contractor or

the bank.

Notwithstanding anything stated herein above our liability under this guarantee is restricted to

Rs.___________ (Rupees ____________________________________ amount of guarantee) and shall

remain in force till (last date of guarantee) unless a demand or claim under the guarantee is made on us

in writing within one month of the above mentioned date, i.e., before (date one month from the last

date of guarantee cover) all your rights under this guarantee shall be forfeited and we shall be relieved

and discharged of all liability hereunder.

Dated: FOR

Place: (Banker's name)

Address and common seal

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 27

ANNEXURE-I

COMPLIANCE STATEMENT (TECHNICAL) FOR _______________________

Ref: C-DOT/TENDER/CAPITAL ITEMS/2017-2018/004, Sl.No.2 to 15

SL

NO.

C-DOT TENDER

SPECIFICATION

SPECIFICATION OF

MODELS QUOTED

DEVIATIONS

IF ANY

PLEASE LIST DOWN

EACH OF THE TENDER

SPECIFICATIONS IN THIS

COLUMN

PLEASE INDICATE THE

SPECIFICATIONS OFFERED

BY YOUR MODELS

(DO NOT JUST SAY

COMPLIED)

COMPLIANCE FOR EACH

MODEL OFFERED ARE TO

BE GIVEN SEPARATELY.

ADDITIONAL FEATURES

IF ANY

NOTE: PLEASE FILL UP THE COMPLIANCE CHART FOR EVERY MODEL QUOTED

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 28

ANNEXURE-II

COMPLIANCE STATEMENT (Tender Commercial terms and conditions)

Ref: C-DOT/TENDER/CAPITAL ITEMS/2017-2018/004 Sl.No.2 to 15

I hereby declare that all the information furnished by us are true to my knowledge.

I have no objection to C-DOT verifying any or all the information furnished in this document

with the concerned authorities, if necessary. I also certify that I have understood all the terms

and conditions indicated in the tender document and agreeing to, in entirety.

I am signing this document as an authorized signatory in the capacity of

________________________.

Date : Signature:

Place: Name:

Designation:

Email ids:

Mobile Nos.

Seal of the company / Agency

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 29

ANNEXURE-III

CHECKLIST FOR THE TENDER CDOT/TENDER/CAPITAL ITEMS/2017-2018/004, Sl.No. 2 to 15.

SL.NO. DESCRIPTION YES NO

1 Quote to be submitted in two part i.e. Technical part & Commercial part separately

2 An undertaking has to be given in the Technical Bid

Envelope, certifying that the EMD of 2% of the total

quoted price(inclusive of GST) has been kept in

financial bid (without disclosing the amount).

3. Tender Fee of Rs. 1,180.00 or USD 25.00 to be

submitted along with the Technical bid.

4 Prices quoted with 3 years on-site Comprehensive

warranty (As per clause 24) or as indicated in the specs.

5 Post-Warranty Comprehensive AMC for three

years(yearly basis) to be quoted (As per clause 30).

6 Acceptance for submission of Bank Guarantee for 10% of the PO value valid for a period of three

years(Equivalent Warranty period) from the date of

supply/installation, commissioning of the item in

the event the PO is placed (to be mentioned in the

technical part)

7. Specific Authorization letter from the

OEM, datasheets/technical literature / catalogues,

year of launch of the product, EOL (end of life) and

technical compliance Annexure–I & commercial

compliance Annexure – II , as per clause no.7

8 In case of any technical Clarifications from our

Technical Evaluation Committee(TEC) during the

Technical scrutiny, if the bidder does not provide

information within the stipulated deadline given by the

TEC, C-DOT shall be constrained to Technically

Reject the bid.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 30

SL No.1

TENDER TERMS & CONDITIONS

AND SPECIFICATIONS

FOR

Hardware and Software For DataCentre

On Turnkey basis(Separate Tender

Document enclosed).

To Be Quoted in Indian Rupees Only.

QTY. As per BoM given in the document

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 31

SEPARATE TENDER DOCUMENT CONTAINING DETAILED

SPECIFICATIONS, TERMS & CONDITIONS ENCLOSED

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 32

SL No.2

SPECIFICATION

for

Channel Fader

(Pre-bid meeting on

[email protected])

QTY. 1no.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 33

Channel Fader Specifications

Sl.No. Requirements Requirement

Type (M/O) Compliance Remarks

1 Channel Specifications

1.1 Standard Channel Models M

1.1.1 GSM, WLAN,SCM and SCME M

1.1..2 3GPP LTE

1.1.2.1 Support for Bands 3,Band 7,Band 13, Band 40 , Band 41

M

1.1.2.2 Should be upgradeable for any LTE bands without changing the basic hardware / platform; should be modular upgrade

M

1.1.2.3 Quote for each LTE band supported by vendor should be quoted separately with committed road-map for the same.

M

1.2 Optional Channel Models

1.2.1 TETRA, ITU 3G, DVB-T/H, IMT-Adaance Models , High-speed train model scenarios, Birth/death and moving propagation scenarios

O

1.2.2 Winner,Winner+ O

1.2.3 Should be upgradable to LTE Advanced evaluation models Separate quote should be provided for the same

M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 34

1.3 Custom Channel Modeling

1.3.1 User-friendly interface to program/tool to create new or edit existing channel models

M

1.3.2 Custom Channel Modeling tool kit for external PC

M

1.4 Fading Profiles

1.4.1 Rayleigh,Rician,PureDoppler, Extended Pedestrian A model (EPA), Extended Vehicular A model (EVA), Extended Typical Urban model (ETU) as per 3GPP 36.141

M

1.4.2 Constant,Nakagami,,Lognormal,Suzuki,flat,rounded,Gaussian,jakes,Butterworth,ray-tracing applications

O

1.4.3 user-defined profiles, third-party models from simulation tools M

1.5 Delay Profiles

1.5.1 Sinusoidal sliding delay,linear sliding delay,3GPP birth-death, 3GPP sliding delay group, user-defined, defined profiles from third party simulation tools

M

1.6 MIMO Configuration

1.6.1 1x1, 2x2, 2x1/1x2, 4x4, 4x1/1x4, 4x2/2x4, 8x1/1x8, 8x2/2x8, 8x4/4x8, 8x8

M

1.6.2 Should be upgradable to 10x10,16x8, 64 x 8 and Separater quote should be provided for the same individually with vendor committed road map

M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 35

1.6.3 Unidirectional and Bidirectional M

1.6.4 Single or Multiple independent or full sychronised SISO,MIMO,MISO,SIMO M

1.6.5 MANET /Mesh carrier aggregration,CoMP and relaying transmission schemes

M

1.7 Support for upto 128 digital channels independently controllable via GUI for fading ,doppler, path amplitude and path phase offset

M

1.8 Support for Channel Bandwith

Up to 20MHz M

1.8.1 Should be upgradable to 100MHz Separate quote shall be provided for the same

M

1.9 Number of independent fading paths per channel

1.9.1 up to 24 M

1.9.2 Should be upgradable up to 48 and Separater quote should be provided for the same individually with vendor committed road map

M

1.10 Internal interference generators which LTE fully configurable and synchronous M

1.10.1 AWGN Range of SNR: -30 to +30dB Setting resolution: 0.1 dB Settable modes: SNR, Eb/No

M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 36

1.10.2 CW M

1.11 Programmable propagation Delay M

1.11.1 0 to 3000 micro second with resolution of 0.1ns

M

1.12 Relative path loss

1.12.1 up to 40dB with resolution of 0.1dB M

1.13 RF local oscillatiors

1.13.1 up tp 8 internal carrier frequencies M

1.13.2 up to 8 external carrier frequencies M

1.14 BypassMode (Identity Matrix) --No correlation,No fading , No multiplath M

1.15 BulterMode (Bulter Matrix) --No correlation,No fading , No multiplath M

1.16 Maximum Doppler shift upto 4000 Hz M

2 RF Specifications M

2.1 RF Input signal level and setting resolution

2.1.1 400 MHz to 4200MHz : -50dBm to +25dBm RMS with resolution 0.1dB M

2.1.2 4200 MHz to 6000MHz : -40dBm to +25dBm RMS with resolution 0.1dB M

2.2 RF Output signal level and setting resolution

2.2.1 400 MHz to 4200MHz : -120dBm to -5dBm RMS with resolution 0.1dB M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 37

2.2.2 4200 MHz to 6000MHz : -120dBm to -

15dBm RMS with resolution 0.1dB M

2.2.3 Peak Output level

2.2.3.1 400 MHz to 4200MHz : max +16dBm M

2.2.3.2 4200 MHz to 6000MHz : max +6dBm M

2.4 RF Input frequency range 400 to 6000MHz

M

2.5 Error Vector Magnitude (EVM) < - 45 dB typically

M

2.6 Noise floor < -165dBm at a set output level of -45dBm

M

2.7 RF port VSWR 1.5 : 1 M

3 Other Specifications

3.1 Input and Output Power measurement M

3.2 Fully automatic phase and amplitude calibration should be provided M

3.3 Geometric channel modeling tools for user-defined multi-link mimo,beam-forming and smart scenario testing

M

3.4

Hardware platform should scalable and software platform should be upgradable for additional or new features for future requirements

M

4 Physical Specifications M

4.1 Power 100-240 V AC, 50-60Hz , power sockets or connectors should be compatabile to the Indian standards.

M

4.2 Support indoor and outdoor environment M

5.0 Warranty – Onsite 3 years comprehensive M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 38

SL No.3

SPECIFICATION

FOR

LTE-TRAFFIC GENERATOR &

ANALYZER

(Pre-bid meeting on

[email protected])

QTY. 1no.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 39

LTE Traffic Generator & Analyzer Specifications

Sl.No. Requirements Requirement

Type (M/O) Compliance Remarks

1 LTE Traffic Generator&Analyzer Generic Requirements

1.1 TheLTE Traffic Load_Generator&Analyzer should be compliant to 3GPP Release 9 and 10 . It should be upgradable to Release 11,12,13 in future.

M

1.2 Quotes for Rel9 and Re110 can be provided together

M

1.3 Quotes for Rel 11,Rel12 and Rel13 should be provided individually along supported vendor road-map commitment wrt each release. CDOT has right to select any release for upgradation individually.

M

1.4 The LTE Traffic Load_Generator&Analyzer should be backward compatibility with Release 12,11,10,9 should be possible .

M

1.5 TheLTE Traffic Load_Generator&Analyzer should support the following RF bands :

1.5.1 Support for Bands 3,Band 7,Band 13, Band 40 , Band 41

M

1.5.2 Should be upgradeable for any LTE bands without changing the basic hardware / platform; should be modular upgrade

M

1.5.3 Quote for each LTE band supported by vendor should be quoted separately with committed road-map for the same.

M

1.6 Hardware can be resused for a smooth transition in to testing for 5G technology.

O

2 Testing capabilities

2.1 Should support for End-to-End QoS validation by completely surrounding the RAN (enodeBs) as the device under test to load and anlayze the real word traffic scenario by simulating other eNode-Bs,EPC(MME, ePDG, PCRF, SGW, HSS and PDN Gateway) and the UEs/mobile subsrcibers, IMS core simulation and IP services simulaton

O

2.2 EPC Simulator ; Pls refer the " LTE EPC Simulator" sheet

O

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 40

2.3 Should support for End-to-End QoS validation by completely surrounding the RAN (enodeBs) and EPC(MME,SAE GWs as the system under test to load and anlayze the real word traffic scenario by simulating the of UEs/mobile subsrcibers, IMS core simulation and IP services simulaton Please refer figure:'Traffic load generator & analyzer test scenario' attached along with the specs

M

2.4 Support for integration with Third party Real EPC and EPC Simulator

M

2.5 Support for integration with Third party eNodeBs M

2.6 Should support LTE UE emulation that enables eNodeB layer 1 to layer 7 test solution. (Please refer the LTE-UE Emulator Spec sheet )

M As applicable

2.7 Simulation of all LTE network elements and verification of all interfaces (S1 through S12, Uu and X2)

M As applicable

2.8 Should simulate at least 128 active users in a single sector and 1000 connected UE s.

M

2.9 It should be scalable upto 1024 active users and 4000 connected UE s in the step-size of 128 and 500 respectively. Quote them separately. This should be supported with Vendor road-map commitment.

M

2.10 Interworking tests the Intrat-LTE,Inter-LTE and Inter RAT with the UTRAN and GERAN networks (2G and above)

M

2.11 Control test traffic mix and intensity using network objective to indepenently manage control and user planes.

M

2.12 Test interworking with trusted and non-trusted non 3GPP networks (IMS and WiFi)

M

2.13 Support to test and benchmark the User Plane and Control plane capacity and performance.

M

2.14 Interface to 3rd party UE simulators M

2.15 Integrity check for all confgiurations to be provided M

3 Management,Co-ordination and Controller applications

3.1 UE emulator Contoller application with GUI: An LTE-UE Emulator application to verifty the EUTRAN by providing the necessary configuration and control tools to simulate multiple UE s and execute high load test scenarios.

M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 41

3.2 EPC Controller application with GUI: An EPC controller application to verify the LTE UE and LTE -EUTRAN by providing the necessary configuration and controls tools to excecute high load test simulating LTE core network elements.

M As applicable

3.3 Centraliased Mangagment and Co-ordination Application(EnodeB wrap around applicaation): An eNodeB wrap aroun application to combine the LTE UE emulator controller application and EPC controller application to totally surrond and verify the eNodeB by enabling the configuration and simulation of LTE UE and EPC network elements.

M

3.4 Support for Automation via scripting , GUI for all the above controller applications

M

3.5 Support for analyzing results and report generation with Statistics of load testing

M

3.6 Report Generation template can be customised M

3.7 Remote access to the Equipment O

4 eNodeB Functional testing

4.1 Support to validate eNodeB functionality by assessing full protocol stack from Layer 1 to Layer 7 as per 3GPP Releases as below:

M

4.1.1 Radio Resource Management M

4.1.2 Radio Bearer Control M

4.1.3 Radio Admission Control M

4.1.4 Connection Mobility Control M

4.1.5 Dynamic allocation of resources to UEs in both uplink and downlink (scheduling)

M

4.1.6 IP header compression and encryption of user data stream

M

4.2 Selection of an MME at UE attachment when no routing to an MME can be determined from the information provided by the UE

M

4.3 Routing of User Plane data towards Serving Gateway

M

4.4 Scheduling and transmission of paging messages (originated from the MME)

M

4.5 Scheduling and transmission of broadcast information (originated from the MME or O&M)

M

4.6 Measurement and measurement reporting configuration for mobility and scheduling

M

4.7 Performance characteristic measurements of the eNode B and other network elements (SGW, MME)

M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 42

4.8 Negative testing to confirm system reaction to error conditions

M

4.9 Security validation (PDCP, ROHC, RRC ciphering and integrity protection, NAS signaling security)

M

4.10 Full handover testing – Inter LTE ,Intra LTE and Inter RAT

M

4.11 LTE Direct provides ability to run NAS,RRC,PDCP over IP directly

O

5 eNodeB Perfomance Benchmarking

5.1 Determine the total eNodeB's cell/sector throughput capacity

M

5.2 Benchmark the control plane performance of eNodeB

M

5.3 Perform service quality validation with subscriber modeling with mix of voice, video and data testing

M

5.4 Incremented until the eNode B’s capacity has been exceeded, Access the maximum number of subscribers(active) within a cell/sector up to maximum of 11 bearer per UE.

M

5.5 Validates concurrent support of multiple media streams per UE

M

5.6 Support AMR NB/WB, G.711, G.723, G.726, G.729 for voice/audio

M

5.7 Support H.261, H.263, MPEG-2, MPEG-4 for video M

5.8 Support IPv4, IPv6 and IPsec M

5.9 QoS analysis (Policy management and QoS

mechanisms for converged voice, video, and

data traffic)

M

5.10 QoE measurements (Measuring quality of

end-user experience)

M

6 Tools to be provided

6.1 BERT/BLERT testing M

6.2 Traffic generator for voice , data and video M

6.3 Voice Quality tester with QoE measurements(PEVQ)

M

6.4 Video quality tester with QoE measurements(POLQA,PESQ)

M

6.5 Customizable Test report preparation with required list of Quality parameters

M

6.6 Provision to verify there is reliable radio link between UE and Network

M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 43

6.7 IP pass-through - which allows any external IP client or server applications to transmit payload traffic such as FTP and HTTP sessions to the device under test.

M

7 Monitoring and Control Interface to the LTE_Traffic_Generator & Analyzer:

7.1 LAN Port : Ethernet 1000 Base T with RJ 45 / Any other to be specified by vendor . Number of port should be in accordance to the capacity specified.

M

7.2 PC Interface: PC Requirement details to be provided by vendor

M

8 Physical and Mechanical Specifications

8.1 Supply Power : 110-240V AC , 50-60 Hz . Power supply sockets to be compatible to Indian standards also.

M

8.2 Standard Rack Mountable O

9 Demonstration

9.1 End to End Demonstration has to done with the Industry Standard RAN(EnodeBs) and EPC Nodes which are the DUT/SUT with the solution provided by the vendor in the CDOT,Bangalore Campus.

M

9.2 While Demonstration the Industry Standard EnodeBs and EPCs should be provided by Vendor itself.

M

10 Support

10.1 Support for end-to-end testing with given solution using the CDOT-EnodeB and/or CDOT-EPC as DUT/SUT. This has to be explicitly quoted separately

M

11 Training

11.1 Full hands-on trianing on the usage of solution to be given at CDOT,Banglore campus as part the tender.

M

12 Upgradation

12.1 Offline upgradation of software M

13 Warranty – Onsite 3 years comprehensive M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 44

SL No. 4

SPECIFICATION

for

EnodeB Simulator

(Pre-bid meeting on

[email protected])

QTY. 1no.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 45

EnodeB_Simulator Specifications

Sl.No. Requirements Requirement

Type (M/O) Compliance Remarks

eNodeB_Simulator Generic Specifications

1 The eNodeB Simulator should be compliant to 3GPP Release 9 and 10 . It should be upgradable to Release 11 / 12 /13.

M

2 Quotes for Rel9 and Re110 can be provided together. Quotes for Rel 11,Rel12 and Rel13 should be provided individually along supported vendor road-map commitment wrt each release. CDOT has right to select any release for upgradation individually. The eNodeB Simulator should backward compatibility with Release 12,11,10,9 should be possible .

M

3 The eNodeB Simulator should be able operate in all RF Frequency Bands(TDD and FDD) of the LTE Bands

M

3.1 Support for Bands 3,Band 7,Band 13, Band 40 , Band 41

M

3.2 Should be upgradeable for any LTE bands without changing the basic hardware / platform; should be modular upgrade

M

3.3 Quote for each LTE band supported by vendor should be quoted separately with committed road-map for the same.

M

3.4 Channel Bandwidth to be Supported M

3.4.1 1.4,3,5,10 and 20MHz M

3.4.2 Should be upgradable upto 40MHz and 100MHz. Separate Quote should be provided with vendor-committed road map.

M

4 Shall emulate and simulate in the following cell configurations as Macro and Femto

M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 46

4.1

Macro EnodeB

M

4.1.1 Max User Capacity per EnodeB : M

4.1.1.1 1000 RRC connected Subscribers and 512 Scheduled Subscribers

M

4.1.2 Power Output : (should be confiuragable) M

4.1.2.1 > 0 dBm and < + 24 dBm (for one transmit

antenna port) M

4.1.2.2 > 0 dBm and < + 21 dBm (for two transmit

antenna ports) M

4.1.2.3 > 0 dBm and < + 10dBm (for four transmit

antenna ports) O

4.2 Femoto EnodeB O

4.2.1 Max User Capacity per EnodeB : O

4.2.1.1 32 RRC connected Subscribers and 4 Scheduled Subscribers

O

4.2.2 Power Output : (should be confiuragable) O

4.2.2.1 > 0 dBm and < + 20 dBm (for one transmit

antenna port) O

4.2.2.2 > 0 dBm and < + 17 dBm (for two transmit

antenna ports) O

4.2.2.3 > 0 dBm and < + 14dBm (for four transmit

antenna ports) O

5 Sectors M

5.1 Shall support from Omni to tri sectors M

6 MIMO M

6.1 2X2 M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 47

6.2

Should be upgradable to 4X4, 8x8 ,10x10. Should be explicitly quoted separately with vendor committed road-map.

M

7 Shall support distrubuted architecture,comprised of a E-UTRAN baseband unit(BBU) and Remote radio unit(RRH)

O

8 Shall support the exposing the following Digital interface to test third party RRH(DUT)

M

8.1 Common Public Radio Interface (CPRI) Version 4.1 or higher

M

8.2 OBSAI version 4.2 or higher version O

9 Shall support indoor and outdoor envivornment M

9.1 Operating Temperature : 0 to 50 degree celsius. M

10 Shall provide a mechanism for troubleshooting and monitoring subscriber sessions and interfaces.

M

11 Shall support multiple instances of eNodeB in the simulator in different LTE bands and bandwidths.

M

12 Shall support multiple instances of eNodeB in the eNodeB-simulator with one sector to trisector.

M

13 The EnodeB simulator should be able to simulate and emulate all the interfaces with EPC and UE . Presently X2, S1, Uu Interface is required . It should be able to upgrade to newer Interface as per Rel 11/12/13

M

14 The vendor should provide a kit of readymade test suite . The vendor should provide the list of test cases supported as part of the same .

M

15 The test cases from the Test Suite needs to be demonstrated during the Technical Evaluation

M

16 There should be provision to create new test cases also . There shall be clearly defined API's to create new test cases .

M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 48

17 Graphical User Interface M

17.1 Easy to use GUI. Most of the parameters should be configured through GUI.

M

17.2 CLI support in addition to GUI support. M

18 There should be provision to set message parameter values in all interfaces viz between eNodeB-core network , between UE-eNodeB , Between eNodeB's.

M

19 Open API for automation M

20 Script based automation M

21 Test results should be easy to interpret. It should mention the exact point of failure, if testcase is failed

M

22 It shall be possible to take backup of test suites with configuration data and restore them

M

23 Message Sequence for a test case should be shown graphically

O

24 IPV4 and IPV6 to be supported M

25 Shall support the Third party Real EPC and Simulated EPC which is compliant as per 3GPP Rel 10 or later, based on the respective eNodeB Rel configuration.

M

26 Combination of real and simulated core network elements should be supported.

O

27 There should be provision for Co-Existance of simulated eNodeB and third party real eNodeB in test setup in order to do X2 Interface testing .

M

28 eNobeB_simulator User Capacity M

28.1 Macro EnodeB

28.1.1 eNodeB should support at least 128 simultaneouly scheduled/active subscribers in a single sector(with atleast 11Bearers for each scheduled subscribers).A scheduled scubscriber has data to be sent uplink or downlink and is queud in the scheduler.

M

28.1.2 eNodeB should support simultanesouly 1000 connected subscribers in a single sector.

M

28.1.3 It should be scalable upto 1024 active users and 4000 connected UE s in the step-size of 128 and 500 respectively. Should be explicitly quoted separately. This should be supported with Vendor road-map committment.

M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 49

28.2 Femto EnodeB O

28.2.1 eNodeB should support at least 4 simultaneously scheduled subscribers(with atleast 4Bearers for each scheduled subscribers).A scheduled scubscriber has data to be sent uplink or downlink and is queud in the scheduler.

O

28.2.2 eNodeB should support at least 32 simultaneously RRC connected subscribers.

O

28.2.2 eNodeB should support at least 32 simultaneously RRC connected subscribers.

O

28.3 eNobeB_simulator shall support subscribers capacity to be pooled between all sectors.

M

29 eNodeB_simulator Functional Requirements M

29.1 shall support 3GPP Release 9 Physical Layer 1 specifications

M

29.2 shall support 3GPP Release 9 Radio Layer 2 and 3 specifications

M

29.3 shall support RRC signaling procedures specified in 3GPP TS 36.331.

M

29.4 eNodeB shall support RLC behaviour as specified in 3GPP TS 36.322.

M

29.5 shall support PDCP behaviour as specified in 3GPP TS 36.323.

M

30 eNodeB Interface Requirements M

30.1 S1 Interface Requirements M

30.1.1 shall suppport 3GPP Release 10 or later . It should be upgradable to Release 11 / 12 /13.

M

30.1.2 shall suppport Ethernet. M

30.1.3 Shall support either IPv4 and IPv6, shall be configurable

M

30.1.4 As a minimum,S1 interface shall independently fulfil the requirements of relevant S1 specifications(36.41x series)

M

30.2 X2 Interface Requirements M

30.2.1 shall support 3GPP Release 10 or later . It should be upgradable to Release 11 / 12 /13.

M

30.2.2 shall support Ethernet. M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 50

30.2.3 Shall support either IPv4 and IPv6 , shall be configurable

M

30.2.4 As a minimum,X2 interface shall independently fulfil the requirements of relevant X2 specifications(36.42x series)

M

30.3 Operation & Maintenance M

30.3.1 Shall support TR069 compliant interface towards EMS

M

30.3.2 Shall support integration with third party EMS servers

M

30.3.3 Shall maintain a system log and core dump logs M

30.3.4 Shall display the count for the total number of UE s connected to it

M

30.3.5 Shall support KPI as specified in 3GPP TS 32.450

M

31 Base Station Conformance tests M

31.1 Predefined conformance test suites covering all successful and failure scenarios on S1 , X2 and Uu interface will be provided as per 3GPP specification same to be demonstrated

M

31.2 Shall be able to configure the all E-TM models for Transmitter conformance test as per 3GPP standard 36.104 and 36.141

M

31.3 There should be provision to measure and display the following parmeters for Receiver and Performance conformance test as per 3GPP standard 36.104 and 36.141

M

31.3.1 Throughput M

31.3.2 Packet lost M

31.3.3 Latency M

31.3.4 Delay M

31.4 There should be provision to source or accept the external trigger to perform the RF conformance as per 3GPP standard 36.104 and 36.141

M

31.5 It should be up gradable to release 11,12,13 feature with same hardware

M

31.6 It should support testing of eNodeB for 3GPP 36.101 , 36.104 and 36.141 compliances

M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 51

32 eNodeB Sychronization M

32.1 In-built GPS support O

32.2 External connector option to input the GPS signal to be provided

M

33 VLAN M

33.1 Shall support configurable use of VLANs compliant to 802.1Q on any Ethernet interfaces

M

33.2 Shall be able to flexibly map traffic onto one or VLANs

M

33.3 Shall provide VLAN separation for O&M and X2 traffic.Two separate VLANs on a common physical interface

M

34 eNodeB Security Ipsec support M

34.1 shall support Ipsec and IKEv2 for the backhaul transport according to the 3GPP specification.

M

34.2 shall support the user of indirect X2 connections M

35 eNodeB_simulator relative speed requirment

35.1 Stationary (0Km/h) M

35.2 Pedestrian (upto 10 km/h) M

35.3 Typical Vehicular1 (upto 50km/h) M

35.4 Typical Vehicular2 (upto 100km/h) O

35.5 High speed Vehicular (upto 120 km/h) O

36 eNodeB_simulator other requirements

36.1 An end to end network diagram for testing with the tool to be provided

O

36.2 Sample test reports to be provided M

36.3 The vendor should be able to provide the capacity upgrade in step size : Step size : 200-256

M

36.4 All the license supplied to be Perpetual and floating License configuration

M

36.5 A detailed documentation for Test setup and configurable data needs to be provided .

M

36.6 There should be a provision to do SON level testing using X2 Interface.

M

36.7 Should be able to test multiple dedicated bearers with a different QCI for each UE

M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 52

36.8 Two CC support should be provided for Carrier Aggregation . It should be upgradable to 3/4/5 CC for Carrier Aggregation .

M

36.9 All necessary electrical, Optical and RF cable needs to be provided

M

36.10. Interworking between 3GPP releases : It should be able to choose the functionalities of the protocol stack as per 3GPP releases.

O

36.11 Should explicitly quote separately for eNodeB_simulator based on User capacity in above step-size.

M

36.12 CDOT will decide to buy in this step size to reach the MAX UE capacity based on the need .

M

36.13 CDOT reserves the right to choose/decide the quantity that will be purchased .

M

36.14 CDOT reserves the right to increase the capacity over multiple purchase order released during the warranty/AMC period .

M

36.15 All relevant standard specifications referred are in default 3GPP specifications Release 10 or later. Same should be upgradable.

M

36.16 External Reference Frequency : 10 MHZ IN and

OUT O

36.17 Shall support VoLTE testing M

37 Monitoring and Control Interface to the eNodeB_simulator:

M

37.1 LAN Port : Ethernet 1000 Base T with RJ 45 / Any other to be specified by vendor . Number of port should be in accordance to the capacity specified.

M

37.2 PC Interface: PC Requirement details to be provided by vendor

M

38 Physical and Mechanical Specifications

38.1 Supply Power : 110-240V AC , 50-60 Hz . Power supply sockets to be compatible to Indian standards also.

M

38.2 Standard Rack Mountable / Desktop O

39 Demonstration

39.1 End to End Demonstration has to done with the Industry Standard RAN(EnodeBs) and EPC Nodes with vendor's EnodeB which is the DUT/SUT with the solution provided by the vendor in the CDOT,Bangalore Campus.

M

39.2 While Demonstration the Industry Standard EnodeBs , EPCs and other specific infra should be provided by Vendor itself.

M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 53

40 Support

40.1 Support for end-to-end testing with given solution using the CDOT-EnodeB and/or CDOT-EPC as DUT/SUT. This has to be explicitly quoted separately

M

41 Training

41.1 Full hands-on training on the usage of solution to be given at CDOT,Banglore campus as part the tender.

M

42 Upgradation

42.1 Offline upgradation of software M 5.0 Warranty – Onsite 3 years comprehensive M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 54

SL No.5

SPECIFICATION

FOR

LTE-EPC Simulation

(Pre-bid meeting on

[email protected])

QTY. 1no.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 55

LTE_EPC Simulation Specifications

Sl.No. Requirements Requirement Type

(M/O) Compliance Remarks

1 LTE EPC Simulation Generic Requirements

1.1 The LTE EPC Simulator should be compliant to 3GPP Release 9 and 10 . It should be upgradable to Release 11,12,13 in future.

M

1.2 Quotes for Rel9 and Re110 can be provided together M

1.3 Quotes for Rel 11,Rel12 and Rel13 should be provided individually along supported vendor road-map commitment wrt each release. C-DOT has right to select any release for upgradation individually.

M

1.4 The LTE EPC Simulator should be backward compatibility with Release 12,11,10,9 should be possible .

M

1.5 TheLTE Traffic Load_Generator&Analyzer should support the following RF bands :

1.5.1 Support for Bands 3,Band 7,Band 13, Band 40 , Band 41 M

1.5.2 Should be upgradeable for any LTE bands without changing the basic hardware / platform; should be modular upgrade

M

1.5.3 Quote for each LTE band supported by vendor should be explicitly quoted separately with committed road-map for the same.

M

1.6 The LTE EPC Simulator Hardware can be resused for a smooth transition in to testing for 5G technology.

O

1.7 Support for Automation via scripting , GUI and interaction with centralized Management and Co-ordination system.

M As applicable

1.8 Support for Remote accessibility M

1.9 SIM Support : ISIM and USIM needs to be supported M

2 Testing capabilities

2.1 Should support the simulation of EPC, IMS and eNB in a single unit for validation of S1 and X2 interfaces

M

2.2 Should support the simulation of eNB along with EPC with or without IMS for validation of X2 interfaces. Please refer LTE Enode Simulator Sheet for the specs of the same.

M

2.3 Should support extensive VoLTE testing support based on IR.92 and IR.94

M

2.4 Should support simulation of extremely dense heterogeneous networks for validation of X2 links and SON features

M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 56

2.5 Should support of advanced features, such as IPSec, IRAT mobility and location-based services

M

2.6 Should have Easy-to-use graphical interface with the ultimate fl exibility needed to test proprietary and negative scenarios

M

2.7 Should support Continous data transfer during hand-overs M

2.8 Should support Mobile-to-Mobile call M

2.9 Should support multiple dedicated bearers with traffic flow template(TFT) filtering

M

2.10 Should support of IPv4 and IPv6 UE s M

2.11 Should support IPv4 and IPv6 eNodeBs M

2.12 Should support multiple tracking area codes(TACs) M

2.13 Should support multiple SGWs per eNodeB under one MME

M

2.14 Should support X2 HO, with and with-out SGW relocation M

2.15 Should support S1 HO, with and with-out SGW relocation M

2.16 Should support IPSec support for S1-MME and S1-U M

2.17 Should support IKEv1 and IKEv2 support for both IPv4 and IPv6

M

2.18 Should support X2-based handover over Ipsec for IPv4 and IPv6

M

2.19 Should support Ipsec NAT with dynamic IP assignment to the endpoint

M

2.20 Should support Jumbo frames M

2.21 Should support Framentation and reassembly M

2.22 Should support the following GTP-C features M

2.22.1 support to validate default and dedicated bearers, network and UE initiated, deletion and modification of the bearers(with a maximum of 11 per UE)

M

2.22.2 Support to perform with configurable event intervals and mobility paths between eNodeBs (x2 and s1 -direct), plus s1 based handovers with indirect data forward tunnels

M

2.22.3 support to test any mix of IPv4 and IPv6 for control and user planes

M

2.22.4 Impair GTPv2 Information Elements (IE)s and define negative behaviour ( Bearer Drop and Rejection) and node failures

M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 57

2.23 Should support the following GTP-U features M

2.23.1 Support to configure multiple activities per UE,each having a distinct layer 7(L7) protocol and data rate profile;multiple L7 activities can be mapped to distinct UE ranges,in any combination, giving each range an individual traffic profile and mix.

M

2.23.2 Support to validate multiple access point names(APNs) and QoS via DSCP control

M

2.23.3 Support to configure each L7 activity (Prebuilt TFT can be manually override with user defined options) as below:

M

2.24 Simulated Users M

2.24.1 Throughput M

2.24.2 Connections/sec M

2.24.3 BHCA M

2.24.4 Concurrent connections/sessions M

3 Techinical Requirements

3.1 Should support the comprehensive eNodeB testing of following

M

3.1.1 S1 Control and User plane testing M

3.1.2 X2 control plane testing M

3.1.3 VoLTE Service testing M

3.1.4 Cellular IoT(LTE-M) testing M

3.1.5 Inter-RAT mobility test scenarios M

3.1.6 Handover testing M

3.1.7 Self-organizing network (SON) testing M

3.1.8 Transparent user-plane routing M

3.1.9 Testing of location-based services, e.g., ETWS(Earth-quake Tsunami Warning systems and the CMAS (Commercial Mobile Alert system)

M

3.1.10 Portable EPC for Field trails M

3.1.11 eNB stress testing under maximum load M

3.2 While load-testing ,should support to simulate heavy loads of control plane and user-plane traffic.

M

3.3 Should have Integrated IMS(IP Multimedia Subsystem) Core simulation.

M

3.4 Should have option to disable or Enable the Integrated IMS core simulation.

M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 58

3.5 Should have option to interface with third party Integrated IMS core , when the internal IMS core simulation is disabled.

M

3.6 Should have option to interface with third party Integrated IMS core , when there is no Integrated IMS core simulation

M

3.7 Should support for default and dedicated bearers with a maximum of 11 per UE

M

3.8 Should also support to simulate the Security Gateway in order to verify the S1 procedure over Internet Protocol Security(Ipsec)

M

3.9 Should support to report of following Statistics: M

3.9.1 Calls in progress M

3.9.2 Completed calls M

3.9.3 Graceful completed M

3.9.4 Successful calls M

3.9.5 Busy-hour call attempts(BHCA) M

3.9.6 Failed calls M

3.9.7 Average successful call attempts M

3.9.8 Current successful call attempts per second M

3.9.9 Success rate M

3.9.10 Failure rate M

3.9.11 Call status M

3.9.12 Counters for failure causes, e.g., lost message or timeout

M

3.9.13 Total number of active service flow at any given time for uplink and downlink

M

3.9.14 Call rate at any given time :success and failure calls

M

3.10. Protocols should be compliance to the following 3gpp releases:

M

3.10.1 3GPP TS 23.401 M

3.10.2 3GPP TS 29.274 M

3.10.3 3GPP TS 23.402 M

3.10.4 3GPP TS 29.060 M

3.10.5 3GPP TS 36.304 M

3.10.6 3GPP TS 29.061 M

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 59

3.10.7 3GPP TS 23.228 M

3.10.8 3GPP TS 23.298 M

3.11 Protocols should be compliance to the following RFCs as applicable:

M

3.11.1 RFC 4866 M

3.11.2 RFC 2131 M

3.11.3 RFC 3736 M

3.11.4 RFC 3633 M

3.11.5 RFC 768 M

3.11.6 RFC 4861 M

3.11.7 RFC 4960 M

3.11.8 RFC 3927 M

3.12 Physical and Mechanical Specifications

3.12.1 Supply Power : 110-240V AC , 50-60 Hz . Power supply sockets to be compatible to Indian standards also.

M

3.12.2 Standard Rack Mountable O

4 Demonstration

4.1 End to End Demonstration has to done with the Industry Standard RAN(EnodeBs) and Real 'UEs(Mobiles and LTE Dongles, with their SIM cards) which are the DUT/SUT with the solution provided by the vendor in the C-DOT,Bangalore Campus.

M

4.2 While Demonstration, the Industry Standard EnodeBs and Real UEs should be provided by Vendor itself.

M

5 Support

5.1 Support for end-to-end testing with given solution using the CDOT-EnodeB and/or Real UEs as DUT/SUT. This has to be quoted separately

M

6 Training

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 60

6.1 Full hands-on training on the usage of solution to be given at C-DOT,Banglore campus as part the tender.

M

7 Upgradation

7.1 Offline upgradation of software M

8.0 Warranty – Onsite 3 years comprehensive

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 61

SL No.6

SPECIFICATION

For

NETWORK MANAGEMENT TOOLS

QTY. 1no.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 62

SPECIFICATIONS FOR NETWORK MANAGEMENT TOOLS

1. IT INFRASTRUCTURE MANAGEMENT: to include monitoring of:

a. Physical & virtual servers, storage arrays, UPS, printers etc

b. Virtual servers – to support:

c. Vmware

d. Xen

e. Hyper-V

f. Application / Process / services (on standard & non standard ports)

g. System resources and performance

h. To support Windows, UNIX, Linux Operating Systems

i. Features to include monitoring of:

j. Element health (CPU, RAM, Disk utilization)

k. Performance metrics

l. Availability

m. Uptime

2. NETWORK MANAGEMENT: to include management of:

Network devices like routers, switches, firewalls, wireless devices etc

Performance metrics like interface utilization, Input/Output pkt drops, CRC errors etc

Network interface availability & uptime

Router performance and interfaces (packets in/out, bytes in/out, packet loss)

WAN links (RTT, bandwidth utilization, traffic rate)

3. NETWORK ANALYSIS TOOL - To be capable of monitoring in real time:

Network bandwidth and be able to perform traffic analysis using NetFlow

Individual applications, including those that run on non-standard ports

Trends in bandwidth utilization for planning inclusive of historical trends

Data, Voice and Video with SLA compliance feature.

Network anomalies and threats

To be able to send an alert if a pre-set threshold is crossed.

To be able to generate detailed reports.

To be possible to integrate with IT infrastructure management tool.

To support the following protocols:

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 63

1. Netflow v5 & v9

2. sFlow

3. Jflow

4. IPFIX

NOTE: Above tools should support:

(a) Distributed monitoring

(b) Web interface for user and admin access

(c) Customizable dashboard and user views

(d) Historical and Real time trend graphing ability

(e) SNMP v2c & v3

(f) SMS & Email alerting

(g) Accessibility using mobile apps

(h) Escalation of alerts

(i) Detailed reporting

(j) Installation on Linux

(k) IPv6 protocol

(l) Compilation of vendor SNMP MIBs into the management solution

(m) Plug-ins for extension of functionality

SCOPE OF WORK:

Installation of all above modules on seperate Linux systems on-site including:

Hardening of Linux (RHEL / CentOS) system

Installation of packages required for installation of above

Installation and configuration of above management software

Element side management configuration of 10 servers / IT eqpt, 10 network elements and 10

interfaces for network monitoring for polling & traps

Email and SMS alert configuration for above.

Minimum one day training on site to include:

.a User level activities like adding and configuring a device for monitoring

.b Administrative level functions like backup / restore of configuration

BILL OF MATERIALS

SN ITEM QTY

1 IT Infrastructure & Network

management tool

Perpetual license

To be able to monitor 500 IP devices

2 Network Analysis tool Perpetual license

To be able to monitor 100 interfaces

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 64

3 Support for IT Infrastructure &

Network management tool

3 years - To include security updates &

upgrades and access to support forums

4 Support for Network Analysis tool 3 years - To include security updates &

upgrades and access to support forums.

5 Installation as per Scope of Work – to

be quoted as optional

One time

NOTE:

All features listed above are required and vendor’s quote to be all inclusive of any

required modules. Each module having commercial implication to be quoted line-item

wise.

Authorization from OEM to be enclosed by vendor.

Vendor to be based in Bangalore - supporting document to be enclosed with quote.

Each of the items in the Bill of Materials to be to be quoted as separate line items.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 65

SL No 7

SPECIFICATION

for

UHF HAND HELD READER

QTY. 1no.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 66

SPECIFICATIONS FOR UHF HAND HELD READER

Sl

NO.

Particulars

1 Protocol EPC Global Class 1 Gen 2, ISO 18000-6C

2 Read Range >6m

3 Antenna Polarisation Linear/Vertical/Horizontal or equivalent

4 Frequency range 865 – 868 Mhz

5 Output Power 2W

6 Memory Min 256 MB

7 External memory 32 GB SD

8 Bar Code scanning 1D/2D

9 Connectivity ETHERNET, USB, Wifi 802.11 b/g/n

10 Cradle To be provided

11 Display Min 3.5” Touch Screen and Backlight

12 Keyboard Alpha Numeric Keypad

13 Support Tags EPC Global Class 1 Gen 2, ISO 18000-6C

14 Working Hours Min 8 hours

15 Read Rate Min. 100 tags/sec

16 Installation and

Training

Onsite

17 Warranty Comprehensive 3 years onsite from the date of

installation/acceptance

14 Compliance Chart Should be provided else quote will not be

considered

15 Authorisation Letter

from OEM

Should be provided else quote will not be

considered

16 Technical Data

Sheets

Should be provided else quote will not be

considered

17 Demonstration Technical short listed vendor shall provide a

demonstration before placing P.O

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 67

SL No. 8

SPECIFICATION

FOR

PROJECTORS

QTY. 7 nos.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 68

LCD Projector Specification

Sl

No.

Item Specification

1 Product Model/Number

2 Display Technology LCD

4 Native Resolution 1024x768

5 Brightness 3000 ANSI Lumens or higher

6 Data Compatibility VGA, SVGA, XGA, SXGA, UXGA

7 Minimum Image size generated 50 Inches

8 Maximum Image size generated 200 Inches

9 Projection Distance 5-20 feet

10 Projection Mode Front

11 Lamp life Min 3000 Hours

12 Zoom Lens Required

13 Digital Keystone correction Required

14 Zoom / Focus Manual

15 Mount Type Front Floor, Front Ceiling, Rear Floor,

Rear Ceiling

16 Audio Built in Speakers ( Preferred ) -10W

17 Connections D Sub 15 Pin VGA in, S Video,

Component Video input, 1 x HDMI

18 Network Interface 10/100 Mbps

19 Warranty Comprehensive one year from the

date of installation/acceptance by

CDOT

20 Operating Voltage 220-250VAC, 50 Hz Indian Power

Cords

21 Accessories Mounting kit, 50 mts HDMI Cable,

VGA Cable to be provided

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 69

Note:

Vendor should provide compliance chart and authorization letter from the

principal

Incomplete quotes and quotes with out data sheets too will not be considered

Shortlisted vendor should arrange for a demo of the Projector offered

Remote Control, Carry Bag, Mount Kit with cables and the required

accessories to be provided along with the Projector.

Mounting on site to be done by vendor

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 70

SL No.9

SPECIFICATION

FOR

VECTOR SIGNAL GENERATOR

QTY. 2nos.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 71

Specification for Vector Signal Generator

Sl No Parameters Values

1 Frequency range 100KHz to 6GHz

2 Frequency Resolution 0.01 Hz or better

3 Frequency Stability

(a) Ageing rate for reference frequency < 2 x 10¯⁶/year

(b) Temperature stability of reference

frequency < 2 x 10¯⁶

Note: For 3(a) & (b) above OEM declaration shall also be acceptable

Spectral Purity

4 (a) SSB Phase Noise at 1GHz, on 20 KHz

offset and 1Hz Bandwidth :

< -130 dBc

(b) Harmonics at 3GHz at level 0 dBm : < -28 dBc

(c) Non Harmonics(>10kHz carrier

offset) : < -50dBc

5 Reverse power protection 2 W

6 Output level

(a) Range : -120 dBm to +18dBm or better range,

N-Type Output

(b) Resolution : 0.1 dB

(c) Total accuracy for levels >-120dBm

@25°C

<+/-1dB

8 IQ Modulation BW Internal/External

9 Output I and Q Baseband Digital Output

I and Q Analog Output

Digital IF Output

Modulated RF Output

10 Baseband Filter Cosine, Root Cosine (alpha = 0.1 to

1.0),

Guassian, Rectangular

11 RF Bandwidth To support LTE and LTE-A carrier

aggregation upto 100MHz as per Rel10

is preferable, but not less than 80MHz

and upgradable to Rel-11,12,13.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 72

12 Supported Digital modulation systems BPSK, QPSK, 8PSK, 16QAM,

64QAM, 256QAM or Should be

upgradable for 256 QAM.

13 Supported Digital standards 1) LTE Rel-9/10/11/12, 3GPP

FDD/TDD

2) GSM/EDGE/EDGE Evolution to

be quoted as Option

14 Internal Data Generator PRBS, Sequence length upto 23

15 Fading and Noise In-built channel fading and noise

simulator for LTE and LTE-

Advanced upto 3GPP Rel.12

16 MIMO 1X1, 2x2, 2x4, 4x2, 4x4, 8x8 Or

upgradable to 8x8

17 Software-General Purpose Analog I/Q Input

Custom I/Q Map

Digital I/Q Input

FSK, MSK, PSK, ASK, Pulse, QAM

I/Q Waveform

Jitter Injection

MATLAB

Multitone, NPR

Noise (AWGN)

Real-Time I/Q

18 Common public radio Interface (CPRI) for RRH Testing or Payload Generation: Generator to be supported as inbuilt or as Add-On Feature, to be quoted separately as Option

Version 4.2 and upgradable to Version

6.0

19 Signal Generation All Receiver Tests as per 3gpp-36.141

Chapter-7 should be supported.

Modules for compliance testing to be

supported for Band 3, 40, 41. All

Available bands

may be quoted separately as optional

items.

20 General specifications

(a) RF Ports N, Return Loss better than 20dB

(b) Reference Input (Synchonisation) 10 MHz only, (square wave or sine

wave)

(c) Reference Output (Synchronisation) 10 MHz only, Impedance 50 Ω

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 73

(d) Interfaces Ethernet, USB ,GPIB, CPRI

(e) Power supply 230 VAC, 50 Hz

(f) Environmental 0 to 50 deg C

(g) EMC compliance CISPR Standard

(h) Warranty 3 years

(i) Upgradability Upgrade support to be available

beyond 3GPP Release 12

(j) Demonstration Required as a part of Technical Evaluation

(k) Training Required at the time of delivery

21 Whether Generator can be combined with

Analyser in single instrument

Yes

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 74

SL No.10

SPECIFICATION

FOR

SIGNAL & SPECTRUM ANALYZER

QTY. 1no.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 75

Specification for Vector Signal/Spectrum Analyser

S.No. Parameter Specification

1. Frequency Specification

a Frequency Range

DC Coupled DC to 13 GHz

AC Coupled 10 KHz to 13 GHz

b Frequency Reference ,Internal

Aging/Yr 1 x 10-7

Temp. drift 1 x 10-7

Calibration accuracy 1 x 10-7

c Frequency Counter resolution 0.001 Hz

d. Frequency Span Range 0Hz(Zero Span),

10 Hz to max. frequency

e. Analysis Bandwidth To support LTE and LTE-A

carrier aggregation upto

100MHz as per Rel10 is

preferable, but not less than

80MHz and upgradable to

Rel11,12,13

2. Time Specification

Trigger Free run, video, external, IF

Power, RF burst

3. Bandwidth Specification

RBW Range 1 Hz to 10 MHz,

(Additionally, 20,50,80MHz

assuming carrier aggregation

testing requirements)

VBW Range 1 Hz to 10 MHz,

(Additionally, 20,50,80MHz

assuming carrier aggregation

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 76

testing requirements)

4. Input power Avg. Max. Input power +30 dBm

5. Phase Noise Freq Offest dBc/Hz

100 Hz -80

1 KHz -95

10 KHz -100

100 KHz -110

1 MHz -130

10 MHz -140

6. Displayed average noise level 9 KHz to 100 KHz -140 dBm

Upto 13 GHz -145 dBm

7. Frequency Measurement

Readout Accuracy 1Hz

Counter accuracy 1Hz

8. Power measurement functions

a. ACPR (upto 12 channels)

b. Occupied BW

c. Spurious emission mask

d. Burst Power measurement

(single & multiple)

e. C/N, C/No

f. RF signal power vs time

9. Phase noise measurement Required

10. Signal Tracking feature Required

11. Display

Log scale & linear scale

Scale units DBm, dBmV

12. Ext Ref & Trigger Ext Ref Input & output BNC female, 50 Ohms

Ext Ref Freq. 10MHz, 13MHz/26MHz

Trigger input/output BNC female, 50 Ohms

13 Signal Analysis All Transmitter Tests as per

3gpp-36.141 Chapter-6

should be supported

Modules for compliance

testing

and analysis to be

supported for Band 3, 40,

41. All Available bands

may be quoted separately

as optional items.

14 CPRI Analysis Common Public Radio

Interface (CPRI) for RRH

Testing: To be supported as

inbuilt or as Add-On

Feature, to be quoted

separately as Option.

Version 4.2 and upgradable

to Version 6.0

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 77

15 MIMO Analysis 1X1, 2x2, 2x4, 4x2, 4x4,

8x8 Or upgradable to 8x8 DL MIMO Analysis

16. General Specification

A RF Ports N, Return Loss better than

20dB

B Reference Input

(Synchonisation)

10 MHz only, (square wave

or sine wave)

C Reference Output

(Synchronisation)

10 MHz only, Impedance 50

Ω

D Interfaces Ethernet, USB ,GPIB, CPRI

E Temperature range 00 C to 50

0 C

F EMC compliance CISPR Standard

G Input Supply 230 V AC, 50 Hz

H Upgradability Upgrade support to be

available beyond 3GPP

Release 12

17. Warranty 3 years

18. Demonstration Required as a part of

Technical Evaluation

19. Training Required at the time of

delivery

20 Whether Analyser can be

combined with Generator in

single instrument

Yes

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 78

SL No.11

SPECIFICATION

FOR

PROGRAMMABLE ENVIROMENTAL

CHAMBER

QTY. 1no.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 79

S.N C-DOT Technical specifications for programmable Environmental Chamber

A. Technical Requirements.

1. Parameters

Supported

Should be able to support:

1. Test Space Volume: Minimum 2000 Litres (Inner Chamber capacity)

2. Test Space Dimension: minimum (1400mm, width) x (1200mm, height) x (1100mm,

depth). However to meet 2000 Ltrs volume capacity, inner chamber dimensions may be

kept more than the specified values.

3. Temperature range: -40 °C to +120 °C

4. Temperature deviation: ±0.1 K to ±0.5 K

5. Humidity range: 10 % r.H to 98% r.H

6. Humidity Deviation: ±1 % r.H to ±3% r.H

2. Electrical

requirement

3phase 100-240VAC/400VAC ± 10%, at 50Hz

3. Nominal power Optimal Power consumption

4. Material 1. Material of test space should be stainless steel grade 1.4301/ SUS304

2. Chamber exterior should be zinc-coated steel with powder-coated.

5 Entry ports Minimum 2 ports should be standard with 50 mm & 125 mm in diameter.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 80

6

Chamber

Requirement.

1. The test chamber should consist of a stainless-steel container and should be welded vapor

tight. The test chamber should be easy to clean and should have smooth surfaces, rounded

edges and shelf supports. Chamber should have air guidance through baffle plates in the test

chamber for optimum temperature distribution

2. The exterior of chamber should be made from lightweight corrosion-resistant, self-

supporting, galvanized sheet-steel and power coated preferably RAL 9002.

3. The test chamber should be completely sealed by a door. It should be provided with an

observation window with improved lighting. The door opens fully for easy access and

should be equipped with high quality insulation.

4. The humidity of the test space air should be measured according to the internationally valid

psychometric measuring principle.

5. Chamber should have provision for protection against condensation. It should consist of a

dehumidifying evaporator which prevents condensation forming on the specimens as they

heat-up after tests at low temperatures.

6. Chamber should have provision for specimen protection against temperature limits. In

addition to the programmable limit value in controller.

7. Heated Window on door preferable with minimum size 400 mm x 400 mm.

8. Light provision inside the test chamber to see DUT status.

9. Door should be supplied with lock & key

10. Chamber should have fault diagnosis system.

11. Chamber should be supplied with color touch panel. It should be suitable for graphical &

tabular view. It should allow a convenient input of fixed values and program operation with

graphic display of set points and actual values, the operating time and number of remaining

cycles etc. including help function.

7 Refrigeration Refrigeration system should be air-cooled, based on R404A with a ozone depletion potential of

zero (ODP = 0.00)

8. Controller Controller should be programmable with inbuilt-memory for minimum 80 programs. It

should be a self-monitoring, digital 32 bit measuring and control system and should

have been designed for the use in environmental test systems. It should handle all the

functions necessary for control and programming.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 81

9 Temperature

and Humidity

recorder

A recorder with Recording range: -40 °C to 120°C temperature and 0 to 100% RH is provided.

Including digital display.

B. General Requirements

1. Interfaces 1. Interfaces should be Ethernet & USB as standard

2. Dimensions System should be compact and single enclosure type. One box solution.

3. User Control 1. Local GUI for operation and control

2. Touch screen type monitor

a. 5.7-inch color LCD/LED with interactive input system using touch keys

b. Temperature & humidity/ timer settings and operating condition

c. Temperature, humidity, other operating parameters, and a record of previous operation

are also displayed in graph form

d. Easily recognizable set values: set point (SP) / proportional value (PV) are also added

on the color LED controller

3. Option for remote operation

4. Recorder 6-point dots type recorder with digital display

4. Accessories All accessories (e.g. LCD monitor, mouse, keyboard etc.) to be supplied along with the

equipment.

5. Internal storage Instrument should have enough hard disk memory to save test reports and the various

configurations. These reports should be able to be exported via USB.

6. Safety 1. Leakage breaker for power supply

2. Over current protector

3. Overheat/ overcool protectors

4. Switch-off after alarm for over heating

5. Water empty indication / alarm

6. Door opening alarm

7. Vice lock door closing equipment

7. Documentation One set of complete documentation like: User manuals [installation, operations etc.]

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 82

8. Consumables Consumable kit (if any) for three years of operation, will be provided.

9. Water supply

system

Water supply system to supply pure water for humidification.

a. Cartridge type water tank for easy water supply or better.

b. Maintenance can be done easily from the front side

c. A central window allows to check the amount of water remaining easily.

10. Training On-site training to be provided for operations and maintenance.

11. Installation &

commissioning

Free of cost by supplier.

12 Warranty 3 years warranty from date of commissioning to be provided. The vendor should quote for the

AMC / warranty for 4th and 5

th year.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 83

SL No.12

SPECIFICATION

For

MULTIPORT MULTIPROTOCOL

NETWORK TESTER

(Pre-bid meeting on

[email protected])

QTY. 1no.

Specifications for 1G/2.5G/10G Multi-Protocol Analyzer (Multi-Port)

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 84

(1/10G Multi-Protocol: CPRI, FC, STM 64/16, Ethernet Analyzer)

1. Mainframe features

a. Instrument should be Chassis based solution and Rack mountable.

b. Should have 40 ports total: as per following details:

i) 40 Ports simultaneous support for Ethernet (with LAN & WAN support) or CPRI,

working at 10G/1G/2.5G data rates.

ii) 20 Ports simultaneous support for SDH, OTN or Fiber Channel working at 10G/1G/2.5G

data rates.

iii) All ports working in dual mode full duplex independently, supporting below interfaces and run

in parallel /simultaneously.

1. 10G/1G Ethernet Interfaces (40 Ports)

2. STM 64/STM 16 SDH Interfaces (20 Ports)

3. OTU2/2e/1/1e Interfaces (20 Ports)

4. Fiber Channel Interface up to 10G including all standard configurations(20 Ports)

5. CPRI interface up to 9.8G including all standard configurations (40 Ports)

c. All Ports should also be working in „Through mode‟.

d. Support of standard commercial SFP and XFP or SFP+ (Quotation for SFP/XFPs/SFP+ should be

included in bid to equip all the ports), all quoted modules should be single mode and LR type.

e. Local GUI via built-in touch screen and support for Remote operation via web browser.

f. There should be clear indication of pass/fail for the test running.

g. Scripting support to be provided via Tcl/Tk and C libraries and LabView drivers.

2. Features for 10G interface

2.1 SDH: STM-64

a. Mapping: SDH VC-4-64c, VC-4-16c, VC-4-4c, VC-4, AU-3/VC-3, VC-12.

b. Payload: Test pattern or higher layer application test pattern.

c. Test pattern: PRBS 2 31–1, 2 23–1, 2 15–1, 2 11–1, 2 31–1 inv., 2 23–1 inv.2 15–1 inv., 211–1 inv.,

Digital Word 32 bits.

d. Alarm Insertion: LOF, MS-AIS, MS-RDI, AU-AIS, AU-LOP, HP-UNEQ, HP-PLM, HP RDI, RS-

TIM, HP-TIM, HP-RDI-C, HP-RDI-S, HP-RDI-P.

e. Error Insertion: Random, FAS, B1, B2, B3, MS-REI, HP-REI, Bit error.

f. Error insertion modes: Single error, rate, single burst, continuous burst.

g. Through Mode testing.

h. Overhead generation and analysis.

i. Pointers sequence generation and analysis.

j. Service Disruption Test.

k. Round Trip Delay measurement.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 85

2.2 Ethernet: 10GE Interface

a. 10G LAN Support

b. 10G WAN Support

c. Testing covers the generation and analysis MAC/IP layer traffic.

d. MAC frame size of 64 to 1518 bytes, jumbo frames and user defined (64 to 1518 bytes +

VLANs/labels).

e. VLAN Support of 4096 VLAN Tagging and same number of VLAN support for Q-in-Q traffic.

f. Error Insertion Modes: Once, rate, burst once, burst cont.

g. Inserting any of the following PRBS patterns in the Ethernet payload: 231-1, 223-1, 220-1, 215-1,

211-1, 29-1 and user definable pattern (inverted or non-inverted).

h. Up to 10 traffic profiles.

i. Real-time QOS, service disruption and packet jitter analysis per flow.

j. RFC 2544 suite (auto measurement) including throughput, back-to-back, frame loss, packet jitter and

latency measurements.

k. Y.1564 capability.

l. IPV4, IPV6, VLAN, Q-in-Q (up to 3 Tags), MPLS, TCP, UDP frame structures with multiple traffic

streams.

m. Measurement of Round Trip Delay in an Ethernet network.

n. Loopback testing.

o. Clear indication of historical occurrence of alarms and errors. Indications of test status to pin point

passed and failed.

p. Capturing of the filtered traffic and saving it into a pcap file format and later playback using Wire-

Shark on board the test set without external PC.

q. Multi-service Ethernet testing, including Y.1564 methodology support, for Layer 2 through 4 CoS

verification for up to 10 streams.

2.3 OTN features: OTU2/1e/2e

a. Signal Generation and analysis for OTU1, OTU2, OTU1e and OTU2e traffic.

b. FEC generation and analysis.

c. Intrusive through mode testing.

d. Timing: Recovered from Rx, Internal (Stratum 3), Recovered from External (BITs/SETs).

e. Generating and monitoring of OPU, OTU and ODU Layer errors and alarms.

f. Support for all TCM layers.

g. Mapping of 10 GbE, STM-64 client signal inside ODU2. Mapping of ODU0 with 1GE and

SDH/SONET clients should be available.

h. Error Insertion Modes: Once, rate, burst once, burst cont.

i. Service Disruption measurements.

j. Round Trip Delay measurements.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 86

3. Features for 2.5G interface

3.1 SDH: STM-16

a. Mapping: VC-4-16c, VC-4-4c, VC-4, AU-3/VC-3, VC-12.

b. Payload: Test pattern or higher layer application test pattern.

c. Test pattern: PRBS 2 31–1, 2 23–1, 2 15–1, 2 11–1, 2 31–1 inv., 2 23–1 inv.2 15–1 inv., 211–1 inv.,

Digital Word 32 bits.

d. Alarm Insertion: LOF, MS-AIS, MS-RDI, AU-AIS, AU-LOP, HP-UNEQ, HP-PLM, HP RDI, RS-

TIM,HP-TIM, HP-RDI-C, HP-RDI-S, HP-RDI-P.

e. Error Insertion: Random, FAS, B1, B2, B3, MS-REI, HP-REI, Bit error.

f. Error insertion modes: Single error, rate, single burst, continuous burst.

g. Through Mode testing.

h. Overhead generation and analysis.

i. Pointers sequence generation and analysis.

j. Service Disruption Test.

k. Round Trip Delay measurement.

3.2 OTN features: OTU1

a. Signal Generation and analysis for OTU1 traffic.

b. FEC generation and analysis.

c. Intrusive through mode testing.

d. Timing: Recovered from Rx, Internal (Stratum 3), Recovered from External (BITs/SETs).

e. Generating and monitoring of OTL, OPU, OTU and ODU Layer errors and alarms.

f. Support for all TCM layers.

g. Mapping of 2.5G client signal inside ODU1.

h. Error Insertion Modes: Once, rate, burst once, burst cont.

i. Service Disruption measurements.

j. Round Trip Delay measurements.

4. Features for 1G interface

4.1 Ethernet: 1GE Interface

a. Testing covers the generation and analysis MAC/IP layer traffic.

b. MAC frame size of 64 to 1518 bytes, jumbo frames and user defined (64 to 1518 bytes +

VLANs/labels)

c. VLAN Support of 4096 VLAN Tagging and same number of VLAN support for Q-in-Q traffic

d. Error Insertion Modes: Once, rate, burst once, burst cont.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 87

e. Inserting any of the following PRBS patterns in the Ethernet payload: 231-1, 223-1, 220-1, 215-1,

211-1, 29-1 and user definable pattern (inverted or non-inverted)

f. Up to 10 traffic profiles

g. Real-time QOS, service disruption and packet jitter analysis per flow

h. RFC 2544 suite (auto measurement) including throughput, back-to-back, frame loss, packet jitter and

latency measurements

i. Y.1564 capability

j. IPV4, IPV6,VLAN, Q-in-Q (up to 10 Tags), MPLS,TCP, UDP frame structures

k. Measurement of Round Trip Delay in an Ethernet network

l. Loopback testing

m. Clear indication of historical occurrence of alarms and errors. Indications of test status to pin point

passed and failed

n. Capturing of the filtered traffic and saving it into a pcap file format and later playback using Wire-

Shark on board the test set without external PC

o. Multi-service Ethernet testing, including Y.1564 methodology support, for Layer 2 through 4 CoS

verification for up to 10 streams

p. TCP/IP network configuration test suite including, TCP client, DNS lookup and ARP monitor

5. CPRI: 1G/2.5G/10G Interfaces a. CPRI base transceiver station (BTS) emulation from 1.2G to 9.8G all data rates as per standard

(614.40 Mbps, 1.229 Gbps, 2.458 Gbps, 3.072 Gbps, 4.915 Gbps, 6.144 Gbps, 8.110Gbps. 9.830

Gbps, 10.138 Gbps and 12.165 Gbps).

b. CPRI remote-radio-head (RRH) emulation from 1.2G to 9.8G rates.

c. CPRI framed and unframed BER from 1.2G to 9.8G rates with pseudorandom bit sequence (PRBS)

patterns and latency measurements.

d. CPRI Alarms and errors insertion.

e. Intrusive and non-intrusive through mode testing.

f. Delay measurement.

g. Service disruption time (SDT) measurements.

6. Fiber Channel Interfaces

a. Highly scalable and variable transport speeds from 1G to 10 G data rates (1.06G, 2.12G, 4.25G,

8.5G, 10.51G Data rates configurable)

b. All standard data rates and interface as per INCITS T11 standard

c. Capable of optical power measurement for all interfaces

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 88

d. Tx. / Rx. port capability for simultaneous traffic generation and reception at 100 % wire speed for

different data rates supported on fiber channel up to 10G full-duplex networks and at all frame sizes

including minimum frame size to Jumbo frames

e. RFC Like Testing

• Adapts RFC 2544 testing methodology to FC circuits

• Allows for automated test routines and results analysis

• Allows for the saving of specific test configurations and routines

The MSAM provides an automated test routine and results analysis that can be configured to automatically verify the optimal buffer credit size to meet the desired SLAs of the link by:

i) Finding the optimal buffer size

ii) Calculating the minimum buffer credit size for the specified throughput at each frame length

iii) Measuring throughput at various buffer credit sizes Switches

7. General Requirements

a. Quote should include all interface modules as per the fully loaded instrument.

b. Ethernet Port for control/access through LAN.

c. USB Port for storing the results.

d. Equivalent or better 22” LCD display for the operation and configuration of instruments.

e. Instrument should have enough hard disk memory to save test reports and the various configurations.

These reports should be able to be exported via USB.

f. Interfaces should be on selection basis.

g. Eye safety Class 1 for Laser of all pluggable optics.

h. Power supply input: 100–260 VAC ±10% at 50Hz.

i. Environmental Conditions:

Operating temperature: 5 °C to 40 °C

Storage temperature: –20°C to 60°C

Relative humidity: Up to 95% non-condensing

j. All accessories (e.g. mouse, keyboard etc. if required) to be supplied along with the equipment.

k. One set of complete documentation like: User manuals [installation, operations etc.] and Bill of

material.

l. Consumable kit (if any) for three years of operation, will be provided.

m. On-site training to be provided.

n. 3 years warranty to be provided.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 89

ADDITIONAL FEATURE:

OTN: 1. Monitoring on Rx with Tx Laser OFF

2. ODU multichannel with parallel generation and analysis of ODU 0/1/flex with mixed mapping

3. Overhead byte multi-frame sequence capture

4. EFEC I.4 and I.7 support

5. ODU multiplexing:

a. Both ODU0 and ODU-flex testing capability for data rates up to ODU1/ODU2

b. Mapping of 1Gbe client signal inside ODU0 for further mapping to ODU1/ODU2

6. Generation and analysis of PCS and FC-2 layer traffic

7. Testing on OPU layer:

Injecting and monitoring of different payload type labels. Payload Types shall include;

Experimental, Asynchronous, Bit Synchronous, ATM, GFP, Virtual Concatenation, Bit Stream

Timing, Bit Stream No Timing, ODU Mux, Reserved Future Standardization, Reserved

Proprietary, NULL Test, PRBS Test, and Not Available

8. OTU layer errors and alarms:

a. Injecting and monitoring of BIP-8, BEI, FAS, MFAS

b. Errors reporting in count and rate

c. Insertion of „single errors‟ and user provisional „error rates‟

d. Generating and monitoring of LOF, OOF, LOM, OOM, AIS, TIM, BDI, IAE, BIAE

alarms

9. Following tests on ODU layer:

a. Injecting and monitoring of BIP-8, BEI, TCMi-BIP-8, TCMi-BEI (i-1 to 6) errors

b. Errors reporting in count, rate and seconds

c. Insertion of „single errors‟ and user provisional „error rates‟

d. Generating and monitoring of AIS,BDI, OCI, LCK, FSF, BSF, FSD, BSD alarms

e. Generating and monitoring of ODU TCM alarms: TCMi-AIS, TCMi-LTC, TCMi-OCI,

TCMi-LCK, TCMi-BDI, TCMi-IAE, TCMi-BIAE (i= 1 to 6)

f. Monitoring of ODU TIM and TCMi-TIM

g. Generation and Analyzing of Fault Type Indication and Fault Location Information

__________________________________________________________________________________

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 90

SL No.13

SPECIFICATION

for

POLISHING MACHINE

QTY. 1no.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 91

Polishing Machine

Polishing machine

S.No. Parameters Description

1 Applicable Connectors

LC/UPC, LC/APC, SC/UPC, SC/APC

2 Pressure Source Spring snap-lock

3 Film Size 7cm

4 Polishing capacity min 2 connector

General Requirements

1 Power supply 100-240VAC, 50/60Hz

2 Accessories Polishing fixture (i) LC/PC I.P.C. Connector Holder, 2 axis (qty 1) (ii) LC/APC I.P.C. Step Connector Holder, 2 axis (qty 1) (iii) SC/PC I.P.C. Connector Holder, 2 axis (qty 1) (iv) SC/APC I.P.C. Conical Ferrule-Connector Holder, 2 axis (qty 1)

Polishing Pad (i) 70mm diameter size, 5mm thickness 70 shore hardness rubber polishing pad (qty 6) (ii) 70mm diameter size, 5mm thickness 80 shore hardness rubber polishing pad (qty 10) (iii) 70mm diameter size, 5mm thickness 90 shore hardness rubber polishing pad (qty 6) (iv) 70mm diameter size, 5mm thickness 80 shore hardness glass polishing pad (qty 6) (v) 70mm diameter size, 4.9mm thickness glass polishing pad (qty 2)

Polishing film (i) 70mm diameter size, 30um Silicone Carbide polishing film (qty 220) (ii) 70mm diameter size, 9um diamond polishing film (qty 22) (iii) 70mm diameter size, 3um diamond polishing film (qty 22) (iv) 70mm diameter size, 1um diamond polishing film (qty 20 ) (v) 70mm diameter size, Silicone Dioxide UPC finish polishing film (qty 120) (vi) 70mm diameter size, 50um spacer (qty 22)

Ferule Pro (automatic desktop cleaner with 1 pce cassette) (qty 1), Cassette for Ferule pro (qty 5), Cable Holder (qty 1), Allen wrench set(qty 1),

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 92

Plastic water bottle (qty 2), Double sided tape (qty 1), AC/DC adapter (qty 1), grease (qty 1), Transit case (qty 1), shoulder strap for transit case(qty 1), Operating Manual and Process Manual

3 Warranty & servicing 1. At least 3 years of warranty preferentially on-site. Also servicing should be provided free of cost during this period. 2. AMC should be quoted separately for next 2 year after expiry of 3 year warranty period. And this will not get included in price comparison

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 93

SL No.14

SPECIFICATION

For

PRINTER MANAGEMENT

SOFTWARE

QTY. 1no.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 94

Printer Management Software Specification

In C-DOT a significant nos. of networked laser printers are installed in

multiple VLANs ( Please refer to the enclosed diagram). The intent is to

control the access of these printers by putting them in a single Virtual LAN

(to be called a printer VLAN) and restrict the access through a print

manager server containing the printer management software. The clients

would be firing printouts from their respective desktop/laptop computers

having MS-WINDOWS, Linux and Mac OSes. Client machines would be in

various other VLANs.

Following are the expected features of the Printer Management Software

implementation:

1. The Printer Management Software will be installed on a single server

and through which all print request from all user/machine will

passed to printer.

2. Direct printing to IP based printer would be stopped.

3. Only the print server would have access to the printer VLAN(i.e. Print

server acting as bridge between all the client machine and the

printers).

4. It shall be necessary to authenticate a user before he or she is

allowed to do so. However, every print job shall not pop up an

authentication window. It shall rather be a one-time

authentication of a user from one machine for a limited duration,

which shall be configurable. Beyond this time duration the user

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 95

shall be asked for authentication again. An LDAP based

authentication system shall be implemented for this purpose

(Primary Domain Controller is not available in C-DOT) which shall

cater to all types of Operating Systems.

5. It is expected that each printout shall start with a banner page

showing the username, machine name, machine IP Address, Date,

Time and filename. The banner should be configurable by admin

user (With username, IP address/host name with time-stamp).

6. There shall be an administrator configurable Quota for each user or a

class of users. The quota shall be based on number of pages and

also based on file size.

7. It shall be possible to generate daily, weekly, monthly report as well

as instant reports as and when required. The report window

should be configurable by the administrator. The report should

include printer-name, user name, name and size of the printed

document, IP address of the machine with date, time and page

count.

8. The printer Management Software shall support all operating systems

e.g. Linux (RHEL5 and above, Ubuntu 12.04 and above, CentOS

etc), Windows (Windows Vista and above) and MacOS based

client machines. All necessary software updates shall be provided

free of cost for the next three years for all Operating systems.

9. It should have capability to manage all network based Laser jet

printer and independent of printer manufacturer.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 96

10. The Printer Management Software should be centrally

manageable (Web based management is required).

11. The OS needed for the Printer Management Software as well as

the LDAP Server (in case it is required to be on different Server)

shall be provided along with the printer Management Software.

12. The software shall be capable of handling the daily workload of

50+ printers each concurrently printing 2000+ pages

13. The supplier shall be responsible for the implementation of the

entire solution.

14. The entire solution shall be under warranty of three years during

which all updates, upgrades, bug-fixes etc. shall be provided free

of cost. There shall be a monthly pre-scheduled visit of the

engineer on-site to verify and address any configuration and/or

performance issue.

15. In addition to the above, the support engineer shall respond to

the support call within 4 hours during the day if the call is logged

before 12 noon. In case the call is logged in the AN, the engineer

shall visit the site the very next day morning at 0900 hours. The

resolution time for any problem causing a downtime shall be not

more than 24 hours(hardware fault notwithstanding).

16. An on-site training shall be provided by the supplier once every

year for the three years of warranty support.

17. After the completion of three years of Warranty, C-DOT shall be at

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 97

the liberty to choose whether to enter into an AMC or not. Per

year AMC charges beyond three years of warranty shall be quoted

as part of the bid.

18. The supplier shall provide as-built-document for the entire

solution including all configuration worksheet.

19. The payment term would be 80% on successful implementation

and commissioning (It shall be based on successful Acceptance

Testing which would include testing of all features mentioned

above) and thereafter 20% on successful operation for one month

after commissioning.

20. 10% PBG shall be submitted after the commissioning.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 98

Print Server (Printer Management Software)

VLAN2 VLAN3 VLAN1

Client Client

Client

Client Client Client Client Client

Client

Printer VLAN

Core Switching/Routing

Engine

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 99

SL No.15

SPECIFICATION

For

PRINTER AS PER ANNEXURE I, II, III

& IV

QTY. 12nos.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 100

Annexure-I – Qty 5nos.

A4 Laser B/W Network Laser Printer Specifications

1. Speed A4: 40 ppm or more.

2. Memory: Min 256 MB

3. Print Technology: Monochrome Laser

4. Print Resolution: 1200x1200 dpi or more

5. Duplex Printing: Yes

6. Language Support: PCL6,PCL5,Postscript level 3 Emulation, Direct PDF Printing

7. Paper Handling Input: 1 x 250 Sheets Tray and 1 x 100 Sheet Multipurpose manual tray. Also

1 x 500 sheets tray.

8. Paper Output: 1 x 100 Sheet output bin

9. Media Size: A4

10. Media Types: Paper (Bond,letterhead,photo,plain, printed, prepunched, recycled, rough),

cardstock,transparencies,labels,envelopes

11. Connectivity: USB, 1 x 10/100/1000 Base TX.

12. Networking Protocol: TCP/IP: IPv4,IPv6

13. Operating Systems supported: Windows Server 2008 and later, Windows 8.1 and later, Ent

Linux 6 and later.

14. Spares: (a). Vendor Should clearly specify the parts that are covered under warranty and

parts not covered under warranty

(b). Cost and Yield per Cartridge should be clearly indicated.

(c). Parts other than Cartridges which are considered as consumables should be clearly indicted

with cost,yield.

15. Warranty: (a). Comprehensive – 3 years onsite

(b). Warranty to commence from the date of installation/acceptance by CDOT.

(c). Warranty certificate from the Principal to be provided.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 101

16. Support: (a). The support for the printer shall be available from the Principal/Authorized

supplier for a minimum period of six years from the date of commissioning.

(b). Support shall be available directly from the Principal/Authorized supplier only

(c). Vendor should have full-fledged Service center at New Delhi

(d). Service Center address should be mentioned.

17. Operating Voltage: 220-250 V AC/50 Hz

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 102

ANNEXURE-II Qty-2nos.

A4 Color Network Laser Printer Specification

1. Speed A4: 25 ppm or more.

2. Memory: Min 256 MB

3. Print Technology: color

4. Print Resolution: 600x600 dpi or more

5. Duplex Printing: Yes

6. Language Support: PCL6,PCL5,Postscript level 3 Emulation, Direct PDF Printing

7. Paper Handling Input: 1 x 250 Sheets Tray and 1 x 50 Sheet Multipurpose manual tray.

Also 1 x 550 sheets tray.

8. Paper Output: 1 x 150 Sheet output bin

9. Media Size: A4,A5,A6,B5(JIS),B6(JIS),16K(195x270 mm, 184 x 260 mm, 197 x 273 mm),

10 x 15 cm, Oficio (216 x 340 mm), postcards(JIS single, JIS double), envelopes(DL,C5,B5)

10. Media Types: Paper (Bond,letterhead,photo,plain, printed, prepunched, recycled, rough),

cardstock,transparencies,labels,envelopes

11. Connectivity: USB, 1 x 10/100/1000 Base TX.

12. Networking Protocol: TCP/IP: IPv4,IPv6

13. Operating Systems supported: Windows Server 2008 and later, Windows 8.1 and later, Ent

Linux 6 and later.

14. Spares: (a). Vendor Should clearly specify the parts that are covered under warranty and

parts not covered under warranty

(b). Cost and Yield per Cartridge should be clearly indicated.

(c). Parts other than Cartridges which are considered as consumables should be clearly indicted

with cost, yield.

15. Warranty: (a). Comprehensive – 3 years onsite

(b). Warranty to commence from the date of installation/acceptance by CDOT.

(c). Warranty certificate from the Principal to be provided.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 103

16. Support: (a). The support for the printer shall be available from the Principal/Authorized

supplier for a minimum period of six years from the date of commissioning.

(b). Support shall be available directly from the Principal/Authorized supplier only

(c). Vendor should have full-fledged Service center at New Delhi

(d). Service Center address should be mentioned.

17. Operating Voltage: 220-250 V AC/50 Hz

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 104

ANNEXURE-III Qty-4nos.

A3 Color Laser Printer Specification

1. Speed: Black(A3): 22 ppm or more

Colour(A3): 22 ppm or more.

Black(A4): 35 ppm or more

Colour(A4): 35 ppm or more

2. Memory: Min 1 GB

3. Print Technology: Colour

4. Print Resolution: 600 x 600 dpi or more

5. Duplex Printing: Yes

6. Language Support: PCL6,PCL5,Postscript level 3 Emulation, Direct PDF Printing

7. Paper Handling Input: 1 x 500 Sheets Tray and 1 x 100 Sheet Multipurpose manual tray.

8. Paper Output: 1 x 500 Sheet output bin

9. Media Size: A3,A4,A5,A6,RA3,SRA3,B4,B5,10 x 15 cm envelopes(DL,C5,B5)

10. Media Types: Paper (Bond,letterhead,photo,plain, printed, prepunched, recycled, rough),

cardstock,transparencies,labels,envelopes

11. Connectivity: USB, 1 x 10/100/1000 Base TX.

12. Networking Protocol: TCP/IP: IPv4,IPv6

13. Operating Systems supported: Windows Server 2008 and later, Windows 8.1 and later, Ent

Linux 6 and later.

14. Spares: (a). Vendor Should clearly specify the parts that are covered under warranty and

parts not covered under warranty

(b). Cost and Yield per Cartridge should be clearly indicated.

(c). Parts other than Cartridges which are considered as consumables should be clearly indicted

with cost,yield.

15. Warranty: (a). Comprehensive – 3 years onsite

(b). Warranty to commence from the date of installation/acceptance by CDOT.

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 105

(c). Warranty certificate from the Principal to be provided.

16. Support: (a). The support for the printer shall be vailable from the Principal/Authorized

supplier for a minimum period of six years from the date of commissioning.

(b). Support shall be available directly from the Principal/Autorized supplier only

(c). Vendor should have full-fledged Service center at New Delhi

(d). Service Center address should be mentioned.

17. Operating Voltage: 220-250 V AC/50 Hz

***** End of Tender document*****

Note: Tender Specs & Terms and Conditions for Sl.No. 1 is enclosed separately

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 106

Annexure-IV – Qty 1no

Laser Printer A4 Colour Networked Duplex Printer Specification Sl No Particulars

1 Speed Letter, Black

Letter, Colour

45 ppm or more

45 ppm or more 2 Memory Minimum 256 Mb expandable to 1 GB or more 3 Print Technology Laser 4 Print Resolution 600 x 600 dpi or more 5 Duplex Printing Yes, Duplex unit to be provided 6 Language Support PCL 6, PCL 5, Postscript Level 3 Emulation, Direct PDF

Printing 7 Paper Handling Input ( Min )

2 x 500 Sheets tray and

1 x 50 Sheet Multipurpose manual tray 8 Paper Output (Min) 1 x 100 Sheet output bin 9 Media Size A4 10 Media Types Paper , transparencies 11 Connectivity USB , 1 x 1000 Base TX ( Internal ) 12 Networking Protocol TCP/IP : IPV4, IPV6 13 Operating Systems Supported Windows Server 2008 and later, Windows 8.1 and later,

Ent. Linux 6 and later 14 Spares Vendor should clearly specify the parts that are

covered under warranty and the parts not covered

under warranty

Cost and Yield per Cartridge should be clearly

indicated

Parts other than Cartridge which are considered as

consumables should be clearly indicated with cost,

yield

CDOT/TENDER/CAPITAL ITEMS 2017-18/004 SL.NOS. 2 - 15 Page 107

14 Warranty Comprehensive – 3 Years onsite

Warranty to commence from the date of

installation/acceptance by CDOT

Warranty Certificate from the Principal to be provided

mandatorily 15 Support 5. Directly from the Principal/Authorised supplier

only

6. Vendor should have full fledged Service centre at

Bangalore

7. Bangalore Service Centre address to be mentioned 16 Operating Voltage 220-250 VAC/50 Hz

Note :

Authorised letter from the principal to be enclosed mandatorily.

Required cables, accessories and software drivers to be provided

Cost of the a Cartridge to be quoted separately

**************END OF THE DOCUMENT************