0% found this document useful (0 votes)
140 views120 pages

C-Dot TenDoc

This document is a request for proposal for the design, build, site preparation, supply, installation, testing and commissioning of a Network Operation Centre (NOC) setup on a turnkey basis at C-DOT campus in Delhi. It provides general information for bidders such as contact details, critical dates for the tender process, instructions for site visits, pre-bid meetings, bid submission and EMD. The technical specifications and scope of work are outlined, including civil works, electrical works, NOC infrastructure requirements, managed operation and maintenance services. Project management roles and review mechanisms are also defined. Various annexures are attached providing further details such as layout plans, tender acceptance formats, performance bank

Uploaded by

sachin gupta
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
140 views120 pages

C-Dot TenDoc

This document is a request for proposal for the design, build, site preparation, supply, installation, testing and commissioning of a Network Operation Centre (NOC) setup on a turnkey basis at C-DOT campus in Delhi. It provides general information for bidders such as contact details, critical dates for the tender process, instructions for site visits, pre-bid meetings, bid submission and EMD. The technical specifications and scope of work are outlined, including civil works, electrical works, NOC infrastructure requirements, managed operation and maintenance services. Project management roles and review mechanisms are also defined. Various annexures are attached providing further details such as layout plans, tender acceptance formats, performance bank

Uploaded by

sachin gupta
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

Tender No.

C-DOT/Del/Tender/2023-2024/001

REQUEST FOR PROPOSAL


OF

DESIGN & BUILD, SITE PREPARATION,


SUPPLY, INSTALLATION,
TESTING & COMMISSIONING
OF
NETWORK OPERATION CENTRE (NOC)
SETUP FOR TSOC PROJECT
ON TURNKEY BASIS
AT
C-DOT, DELHI

Centre for Development of Telematics


C-DOT Campus, Mehrauli, New Delhi - 110030.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 1 of 120


Contents

1 INTRODUCTION ................................................................................................................................... 5
2 GENERAL INFORMATION AND INSTRUCTIONS TO BIDDERS ............................................... 6
2.1 CONTACT INFORMATION .............................................................................................................. 6
2.2 CRITICAL DATES ............................................................................................................................... 6
2.3 DOWNLOADING TENDER DOCUMENTS ................................................................................... 7
2.4 VISIT TO THE SITE (C-DOT CAMPUS, DELHI) ............................................................................ 7
2.5 PRE-BID MEETING ............................................................................................................................. 7
2.6 SUBMISSION OF BID.......................................................................................................................... 9
2.6.1 ONLINE SUBMISSION OF BID...................................................................................................... 9
2.6.2 INSTRUCTIONS FOR SUBMISSION OF BIDS ............................................................................ 9
2.6.3 ASSISTANCE TO BIDDERS – CPP PORTAL ............................................................................... 9
2.6.4 EARNEST MONEY DEPOSIT (EMD) ............................................................................................ 9
2.6.6 BID DOCUMENTS ......................................................................................................................... 11
2.6.7 BID DOCUMENT DETAILS.......................................................................................................... 11
2.6.8 SIGNATURES IN THE TENDER DOCUMENT BY THE BIDDER ......................................... 14
2.7 RATES IN TENDER DOCUMENTS................................................................................................ 14
2.8 WARRANTY TERMS ........................................................................................................................ 14
2.9 COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC) TERMS ................. 14
2.10 RIGHT TO ACCEPT OR REJECT A BID ...................................................................................... 15
2.11 SUB-CONTRACTING ..................................................................................................................... 16
2.12 AMENDMENTS BY C-DOT ........................................................................................................... 16
3 TECHNICAL SPECIFICATIONS AND SCOPE .......................................................................... 17
3.1 BRIEF SCOPE OF TENDER .............................................................................................................. 17
3.1.1 GENERAL CONDITIONS ............................................................................................................. 17
3.1.2 PROJECT EXECUTION PLAN ..................................................................................................... 18
3.1.3 SERVICE LEVEL AGREEMENT (SLA) ....................................................................................... 18
3.1.4 SPACE ALLOCATION .................................................................................................................. 19
3.1.5 GENERAL DESIGN REQUIREMENTS ....................................................................................... 19
3.1.6 Brief Scope of TSOC NOC Activities ............................................................................................ 20
3.2 SCOPE OF WORK & TECHNICAL SPECIFICATION................................................................. 21

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 2 of 120


3.2.1 SCOPE OF WORK........................................................................................................................... 21
3.2.2 CIVIL, FLOORING & FURNITURE RELATED WORK ............................................................ 21
3.2.3 SCOPE OF ELECTRICAL WORK................................................................................................. 31
3.2.4 SCOPE OF NOC INFRASTRUCTURE......................................................................................... 32
3.2.5 Technical Specification for NOC Infrastructure & Installations............................................... 33
3.2.6 SCOPE OF MANAGED OPERATION & MAINTENANCE (O&M) SERVICES ................... 48
3.2.7 COMMON SPECIFICATIONS FOR QUOTED ITEMS ............................................................. 50
3.3 PROJECT MANAGEMENT.............................................................................................................. 50
3.3.1 ROLES AND RESPONSIBILITIES ................................................................................................ 50
3.3.2 PROGRAM MANAGEMENT ....................................................................................................... 51
3.3.3 REVIEW MECHANISM ................................................................................................................ 52
3.3.4 ESCALATION MECHANISM ..................................................................................................... 52
3.4 LIST OF MAKES/BRANDS/MODELS .......................................................................................... 52
3.5 DETAIL OF UNPRICED BOQ FORMAT ....................................................................................... 56
4 CRITERIA OF EVALUATION OF ACCEPTED BIDS & SELECTION .......................................... 57
4.1 ELIGIBILITY CRITERIA ................................................................................................................... 57
4.2 TECHNICAL COMPLIANCE .......................................................................................................... 59
4.3 DELIVERY & SITC ............................................................................................................................. 60
4.4 EVALUATION OF TECHNICAL BID ............................................................................................ 60
5 CRITERIA OF EVALUATION OF ACCEPTED BIDS ................................................................ 61
5.1 CLARIFICATION OF OFFERS ........................................................................................................ 61
6 OTHER TERMS, CONDITIONS AND GUIDELINES ..................................................................... 62
7 DISPUTE SETTLEMENT ..................................................................................................................... 66
8 ANNEXURES ........................................................................................................................................ 67
ANNEXURE-A: TECHNICAL ANNEXURES ..................................................................................... 67
ANNEXURE-A.1: LAYOUT PLAN OF THE NETWORK OPERATION CENTRE ....................... 67
ANNEXURE-A.2: VIDEO WALL FRAME LAYOUTS ....................................................................... 68
ANNEXURE -B: TENDER ACCEPTANCE LETTER .......................................................................... 69
ANNEXURE -C: DECLARATION LETTER FOR RULE 144 ............................................................. 71
ANNEXURE -D: FORMAT OF PBG (BOND FORM) DURING WARRANTY PERIOD............... 73
ANNEXURE -E: Bidder’s Profile ........................................................................................................... 75
ANNEXURE -F: Format of Technical Compliance Statement ........................................................... 77

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 3 of 120


ANNEXURE -G: Price Bid Undertaking ............................................................................................... 78
ANNEXURE -H: Non-Disclosure Agreement (NDA) ........................................................................ 79
ANNEXURE -I: Proof of site visit by bidder ........................................................................................ 86
ANNEXURE -J: Proforma for Contract ................................................................................................. 87
ANNEXURE -K: EMD FORMAT........................................................................................................... 98
ANNEXURE -L: Self Certification regarding Local Content (LC) .................................................... 99
ANNEXURE -M: INDICATIVE BOQ (Bill of Quantity) ................................................................... 101
ANNEXURE -N: INTEGRITY PACT .................................................................................................. 114

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 4 of 120


1 INTRODUCTION

CENTRE FOR DEVELOPMENT OF TELEMATICS (henceforth referred as “C-DOT”) is


scientific society set up by the Government of India under Department of
Telecommunications (DoT), registered under the Societies Registration Act, 1860, for
pursuing research and development in the sector of telecommunications. It provides
solutions for current and future requirements of telecommunications and converged
networks including those required for rural applications.

C-DOT invites signed online quotations through CPP portal


https://eprocure.gov.in/eprocure/app on single-stage two-bid system (Technical and
Financial bids) to commission the Network Operation Centre (hereinafter referred to as
“NOC”) for TSOC Project at C-DOT Campus, Mandi Road, Chhatarpur, Mehrauli, New
Delhi-110030.

Through this document, C-DOT invites bids for Design & Build, Site Preparation,
Supply, Installation, Testing, and Commissioning of the Network Operation Centre
Infrastructure comprising of:

 Civil Work
 Electrical Work
 NOC Room Access Control System and CCTV with DVR
 NOC Infrastructure (including Video Wall, Video Conferencing Solution,
Interactive Touchscreen Panel, Display Panels and other Infrastructure)
 Operation and Maintenance (O & M)
 Documentation
 Other related items/activities

on Turnkey basis from the bidders having adequate skill sets and experience as per
Scope of Work mentioned in section 3 of this document.

The designated space of the NOC is at C-DOT Campus, New Delhi, Block 7, 2nd floor,
Main R&D building.

C-DOT intends to build a modern and state of art Network Operation Centre, within the
aforementioned premises. The activity shall have to be carried out with minimal
disruption to the office functioning. The layout diagram as shown in ANNEXURE –A.1
and A.2 is tentative and the bidder may, at his discretion and with the approval from the
concerned authorities of C-DOT, modify the layout of the NOC considering the
requirements of C-DOT.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 5 of 120


The entire project shall be completed at site within 20 weeks from the date of release of
Purchase Order.

All the terms and conditions of this Tender document, will be binding on the Bidders.
These terms and conditions shall become part of the Purchase Order, to be placed on the
contractor by C-DOT, as a result of the bidding process.

The Bidders are advised to study the Tender Document carefully. Submission of Bid shall
be deemed to have been done after careful study and examination of the Tender
Document with full understanding of its implications.

2 GENERAL INFORMATION AND INSTRUCTIONS TO BIDDERS


The English version of the tender document shall always prevail and be considered to
be valid, in case of any discrepancy or inconsistency between the English version and its
Hindi translated version.

2.1 CONTACT INFORMATION


All communications regarding this tender are to be sent to:
Address: Manager- Purchase
Centre for Development of Telematics
C-DOT Campus, Mehrauli
New Delhi – 110030
Phone: 011-26598236, 011-26598135
E-mail: [email protected]

2.2 CRITICAL DATES


Critical dates related to this tender are:
Table1: Critical Date Sheet
Event Date and time
Start of bid document downloading 07-Sep-2023, 0900 hrs
Start of visit to the site (C-DOT Delhi Campus) * 11-Sep-2023, 0900 hrs
Start of seeking clarification 11-Sep-2023, 0900 hrs
End of visit to the site 15-Sep-2023, 1700 hrs
End of seeking clarification 18-Sep-2023, 1400 hrs
Pre-bid meeting 20-Sep-2023, 1100 hrs
Start of bid submission 21-Sep-2023, 1000 hrs
End of bid submission 03-Oct-2023, 1400 hrs
Technical Bid opening 04-Oct-2023, 1400 hrs
Financial Bid opening Will be informed later

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 6 of 120


*Office working hours (9:00 hrs TO 17:00 hrs) excluding Saturdays, Sundays and public
holidays.

In case the Bid opening date happens to be an unscheduled holiday, the bids shall be
opened on the next working day at the same time.

2.3 DOWNLOADING TENDER DOCUMENTS

The Tender document is a non-transferable document. The tender documents consisting


of specifications and schedule of quantities, and terms and conditions, may be
downloaded on or after publication of this tender from C-DOT website www.cdot.in
(for reference only) and CPP portal https://eprocure.gov.in/eprocure/app.

2.4 VISIT TO THE SITE (C-DOT CAMPUS, DELHI)

Since this is Turnkey project, the Interested Bidders are requested to MANDATORILY
visit the site (C-DOT Campus, Delhi). The bidders shall visit the site during the dates
indicated in section 2.2, to assess the scope and extent of the work to be carried out as
part of this tender. The bidders can visit the site at a maximum on two occasions. The
bidders must ensure that the complete scope of work is fully understood without any
ambiguity as C-DOT would not allow any further visit after the end date of site visit.
Only those bidders who have visited the site, would be allowed to participate in the
pre-bid meeting.

The following officials may be contacted for site visit:


 Mr. Suryabansh Yadav, Email: [email protected], Phone: +91-9873600785
 Mr. Vikas Yadav, Email: [email protected], Phone: +91-7289028972
 Mr. Shive Narayan, Email: [email protected], Phone: +91-11-26598475/
9871675460

2.5 PRE-BID MEETING


1. Pre-bid meeting of all Bidders, who have visited the site, will be held on the date as
indicated in the Section 2.2 Critical Dates of this document, at C-DOT Campus,
Mehrauli, New Delhi-110030. The Bidders can seek clarification on the complete tender
documents available on CPP Portal. The Bidders shall submit their points for
clarifications as per schedule given in Critical Dates. Written clarification and
amendments, where necessary, will be uploaded in CPP portal. The Bidders are advised
to check the portal before submitting their bids. Clarifications and Corrigendum issued
will form a part of the tender documents. In view of clarifications as above, the Bidders

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 7 of 120


shall sign and attach the clarifications/documents along with the bid as called for in the
tender documents. All queries shall be submitted to [email protected] in the given ‘xls’
format indicated below:

Name of the Bidder:


Sr. No. Section / Page Clause Reference Query C-DOT
No Response

2. If no such clarification is sought, it will be deemed that the Bidder has


completely understood the parameters and requirements as indicated,
enunciated and described in the tender document and is complying with the
same at the time of submission of the bid.

3. The Bidder may also note that no request for clarifications will be entertained
after the dates indicated in section 2.2.

4. Replies to such queries will be uploaded on CPP Portal only. It will be bidder’s
responsibility to check the same on the portal.

5. The bid shall be submitted in conformance with the clarifications and


amendments, as necessary, issued by C-DOT. In the event fresh request for
clarifications are found to be additionally attached with the bid submitted by
the Bidder, the bid will be considered as not eligible and will be liable to be
rejected.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 8 of 120


2.6 SUBMISSION OF BID

2.6.1 ONLINE SUBMISSION OF BID

Bids submitted online through CPP portal on or before the end of bid submission date as mentioned
in Section 2.2 Critical Dates, shall only be considered. Bids sent through fax, e-mail or any offline mode
will not be considered.

Not more than one bid shall be submitted against this tender, by one Bidder.

Please note that, in this document, the terms, Financial Bid, Commercial Bid and Price Bid are used
interchangeably, and refer to the same. Similarly, Bidder, Contractor, Supplier and Agency are used
interchangeably, and refer to the same.

2.6.2 INSTRUCTIONS FOR SUBMISSION OF BIDS

The bidders are required to submit their bids electronically through the portal
(https://eprocure.gov.in/eprocure/app) using valid Digital Signature Certificates (DSC). The
instructions given below are meant to provide assistance in registering on the CPP Portal, prepare their
bids in accordance with the requirements and submitting their bids online on the CPP Portal. More
information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app?page=HelpForContractors&service=page

2.6.3 ASSISTANCE TO BIDDERS – CPP PORTAL

Any query relating to the process of online bid submission or queries relating to CPP Portal in general
may be directed to the 24*7 CPP Portal Helpdesk on: - +91 120 4001 002, +91 120 4001 005, +91 120 6277
787 or send e-mail for technical support to [email protected].

The prospective bidders are advised to upload the documents at least one day before the last date for
uploading of documents, in order to avoid the possibilities of any last-minute surprises. The Purchaser does
not take any responsibility towards technical snags pertaining to CPP Portal and/or connectivity issues.

2.6.4 EARNEST MONEY DEPOSIT (EMD)

i. Bidders shall submit EMD of Rupees Ten lakhs (INR 10,00,000.00) as per format specified in
ANNEXURE -K: EMD FORMAT, in the form of BG/DD in a sealed envelope at the office of C-
DOT, New Delhi, before the last date specified for submitting bids. Bids without EMD will be
rejected outright.
ii. C-DOT will not be responsible for delays of any nature including due to postal and/or force
majeure delays. Original instrument in respect of EMD received after end of bid submission day

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 9 of 120


will not be accepted – the bid will be rejected out rightly and no communication pertaining to the
same will be entertained.
iii. The sealed envelope containing EMD amount through DD/BG will be opened only at the time
of technical bids opening and, if the EMD DD/BG is not found to be in order, the bid will be
rejected.
iv. If EMD is submitted in BG form, the validity of the same should be 6 months from the end date
of bid submission. If any extension of validity of the EMD is required, the same shall be done by
the bidder as per instruction of C-DOT. The Bidder is not allowed to modify the bid for the
extended period. In case of DD, the validity is to be extended by the bidder before the expiry till
the required period.
v. EMD amount can also be paid to C-DOT through online transfer like NEFT/RTGS, as per
following bank details:
Beneficiary Name : Centre for Development of Telematics (C-DOT)
Account Number : 0347101002508
Bank & Branch : Canara Bank, C-DOT Branch Chhattarpur, New Delhi
IFSC : CNRB0008657
Account Type : Savings
vi. EMD shall be exempted for Government bodies, Central/State PSUs, SSI & MSE organizations
(who are exempted from payment of EMD) on production of relevant certificate as a proof
according to GeM GTC.
vii. The EMD of the Bidder may be forfeited, if the Bidder withdraws his bid or modifies his offer in
a manner unacceptable to C-DOT during the period of validity of tender. The EMD of the Bidder
may also be forfeited, if bidder fails to sign the Contract or to furnish the Performance Bank
Guarantee for contract.
viii. The EMD of the unsuccessful Bidders will be refunded by C-DOT within 06 (six) months after
acceptance of the bid. No interest will be paid on the EMD.

2.6.5 TERMS AND CONDITIONS FOR SUBMISSION OF BID

The Bidder is advised to study the terms and conditions of the tender carefully and submit the bids
accordingly. Any bid/quotation received against this tender and resulting from this tender will be
governed by the terms and conditions indicated in this tender document and the Bidder quoting against
this tender will be deemed to have read, understood and accepted the same unconditionally.

It is mandatory to provide the technical details in the exact format of Technical Details column given in
the technical specifications. The offer may not be evaluated by C-DOT in case of non-adherence to the
format or non-submission / partial submission of technical details as per the format given in the tender.
C-DOT will not allow/permit changes in the technical specifications once it is submitted. The relevant
product or service information, brand and model number offered, printed product brochure, technical
specification sheets etc. should be submitted along with the offer. Failure to submit this information
along with the offer could result in disqualification.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 10 of 120


The Bidder shall submit the bid strictly according to the terms and conditions of the tender documents
and not stipulate any deviation. The Bidder shall seek clarification, if any, in the pre-bid meeting. C-
DOT will upload the clarifications on CPP Portal, if any, after the pre-bid meeting which will form the
part of the tender document. The Bidder shall submit his bid strictly in conformity with such documents
and no deviation in any manner will be acceptable in the bid to be submitted by the Bidder.

At any time prior to the date of submission of tender, the C-DOT may, for any reason, modify the tender
documents by the issuance of an addendum/clarification. The same shall be considered to form a part
of this tender document.

2.6.6 BID DOCUMENTS


The documents to be submitted by the Bidder are:

Part I: Technical bid documents, along with addenda/corrigenda, if any


Part II: Financial bid documents, along with addenda/corrigenda, if any.

2.6.7 BID DOCUMENT DETAILS

Details and documents to be submitted along with the bid are:

Part I: Technical bid documents

The technical bid shall contain the following documents:

1. Following technical documents, to be uploaded as an individual PDF files for each required
document

 Index of technical documents.


 Brief Introduction of the Bidder – Background, Experience along with ANNEXURE –E
‘Bidder’s Profile’
 Statement of Services to be subcontracted and details of Sub contractors
 Duly signed MOUs between the Bidder and his Sub-contractors
 Compliance Statement as per format in ANNEXURE -F including all subsections of
“Section 3: TECHNICAL SPECIFICATIONS AND SCOPE” of the document.
 Price Bid Undertaking as per ANNEXURE -G duly signed and stamped
 Scanned copy of TENDER document duly signed and stamped
 A document mentioning year of launch and EOL of all the equipment.
 Proforma for Contract of 3-years Warranty and Post Warranty CAMC of 3 years inclusive of
SLAs as per ANNEXURE –J
 Integrity Pact duly signed as per Annexure - N

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 11 of 120


 List of Clients clearly enunciate the address of the premises, with phone nos. /fax nos. email
and the names of the contact persons. C-DOT may at its discretion carry out
verification/inspection of the site(s).
 List of OEMs and authorization certificates from all OEMs
 Manpower and resource deployment plan for the project. This should consist of a Program
Manager and other Managers, domain expertise, etc. in the areas of NOC infrastructure
implementation.
 List of relevant documents along with copies of these documents as per Criteria for
technical evaluation of section 4.4.
 Schedule of Delivery and Project Implementation
 Copy of documents required as per “section 3.2.2 Common Specifications for quoted items”.
 Software details (if applicable)

2. Following technical documents, to be uploaded as an individual PDF files for each required
document:

 Technical details of design, make & model quoted along with detailed specifications, etc.
including Data Sheets/Technical literature/Catalogues having proper tags w.r.t. the
technical specifications of the tender along with the complete technical documentation clearly
mentioning the relevant product information, its brand and model number offered, supported
by printed product brochure, manuals, part nos. of the BOM for all the items quoted
 Eligibility Criteria documents as per Section 4.1 to be enclosed. C-DOT reserves the right to
summarily reject the bid in case the same is not adhered to. No clarifications will be acceptable
by C-DOT incase, the same is not enclosed with the Technical Bid.
 The escalation matrix as per section 3.3.4.
 An undertaking by bidder for insurance as per section 5 (xiii).
 An undertaking by bidder for not publicizing as per section 5 (xvi).
 As quantity of items depend on the design proposed by bidder, the detailed UNPRICED BoQ
(individual line items with quantities in BoQ) shall be submitted mandatorily. The bid will be
rejected, in case the detailed UNPRICED BoQ is not submitted.

3. Following EMD related details to be clubbed and uploaded as a single PDF file:
 Transaction details of submission of EMD For Rs.10,00,000.00 (Rupees Ten Lakhs only),
including GST, by online transfer of the amount in favor of ‘Centre for Development of
Telematics’, as per the Bank details / Scanned copy of an EMD mentioned in clause 2.6.4

4. Following declaration/undertaking, duly filled, signed, stamped and date affixed, to be


clubbed and uploaded as a single PDF file:

1. ‘Tender Acceptance Letter’ as per ANNEXURE -B.


2. ‘Declaration Letter for Rule 144’ as per ANNEXURE -C.
3. Integrity Pact as per Annexure – N
4. Acceptance for submission of PBG (Performance Bank Guarantee), as per ANNEXURE -D,
for 3% of the PO value (excluding CAMC) for a period of ‘total warranty period plus 03

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 12 of 120


months’ and 3% of CAMC Value before the expiry of warranty period and signing of CAMC
agreement for a period of CAMC plus 02 month.
5. PoA (Power of Attorney) of the signatory of the Bidder.

5. Following Statutory related documents/details required, to be clubbed and uploaded in single


PDF file:

1. The Bidder should be registered & incorporated in India under the Companies Act,
1956/2013. The company should be operational in India for at least the last five financial
years as on date of RFP.
2. Self-Attested copies of PAN
3. Self-Attested copies of GST Registration
4. Valid Income Tax Returns and Balance Sheet for the last 05 financial years

 Bidders are requested to upload the technical documents of their products as part of the technical
bid. However, the Bidder shall provide any additional technical document as may be required by
the Technical Evaluation Committee

 The technical bid should not contain any price information; non-compliance to this stipulation
will lead to rejection of the submitted Bid.

Part II: Financial bid documents

The financial bid shall comprise of the following:


 The financial bid should be strictly as per the Price bid format of BoQ (Bill of Quantity) in the
form of an Excel file along with signed and scanned PDF file of same. Since quantity depends on
design proposed by the bidder, the total price against each line item shall be quoted in the BoQ
mandatorily
 Detailed PRICED BoQ which shall include prices of individual line items with total quantities
shall be submitted as PDF files. The bid will be rejected, in case the detailed PRICED BoQ is
not submitted as per Section 3.5.
 Quotations should be valid for a period of at least 06 (six) months from the end of bid
submission date.
 Incomplete quotes and quotes without data sheet will not be considered.
 If there is any missing item, which is not covered in submitted financial, offer and, the same is
required for functioning of the equipment, the same shall be supplied free of cost by the
successful bidder.
 Addenda or corrigenda, if any, issued to the financial bid documents.
 The Purchaser may seek Bidder’s consent for extension of the validity period. Such request and
the response to the same shall be made in writing only. The bidder agreeing to the request for
extension of validity period shall not seek to modify the previously submitted bid.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 13 of 120


2.6.8 SIGNATURES IN THE TENDER DOCUMENT BY THE BIDDER

The tender document should be signed on each page by the Bidder or his duly authorized
representative. Tender documents should be accompanied by a certified true copy of an absolute PoA
(Power of Attorney) in favour of the signatory to the documents.

The tender shall contain the name, residence and place of business of person or persons submitting the
tender and shall be signed by the Bidder with his usual signature. Partnership firms shall furnish the
full names of all partners in the tender. It should be signed in the partnership's name by all the partners
or by duly authorized representatives followed by the name and designation of the person signing. A
copy of constitution of the firm with names of all partners shall be furnished. Bid by a corporation shall
be signed by an authorized representative and a PoA on that behalf shall accompany the bid.

2.7 RATES IN TENDER DOCUMENTS

The Bidder is not permitted to quote his rates in units other than the units mentioned in the tender
documents against the individual items. In case the rates are quoted in units other than the unit
mentioned in the tender documents, the units mentioned by the Bidder will be ignored and units
mentioned in the tender documents will be deemed to apply for evaluation of the bid as well as the
execution the items.

2.8 WARRANTY TERMS

The contractor shall warrant that all the items to be supplied shall be new and free from all defects and faults
in materials used, workmanship and manufacture, and shall be of the highest grade and consistent with the
established and generally accepted standards for items of the type ordered and shall perform in full
conformity with the defined specifications and drawings. The contractor shall be responsible for any defect
that may develop under the conditions provided by the contract and under proper use, and shall remedy
such defects at his own cost during the warranty period of three (03) years from the date of handing over
the project to C-DOT. If any such defect is not remedied by the contractor within a reasonable time, C-DOT
may proceed to get the defects remedied from other sources at the contractor’s risk and expenses.

It may be noted here that all equipment supplied shall not be reaching the End of Life within eight years
(8 years) from the date of successful commissioning of the project, failing which the contractor shall have
to replace the item(s) with a new model meeting all specifications at his cost.

Replacement under warranty clause shall be made by the contractor free of all charges at site of work,
including freight, insurance and other incidental charges.

2.9 COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC) TERMS

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 14 of 120


The contractor shall be required to enter into a CAMC, conforming to the already prescribed SLAs, while
acceptance of the PO with a warranty period of three (03) years and CAMC for further period of Three
(03) years. Year wise CAMC shall be quoted by the Bidder explicitly as per BoQ format. The calculated
CAMC amount for Three (03) years shall be included for calculating the bid value. Terms and conditions
of the CAMC shall be governed as per a separate agreement. The CAMC charges shall be paid after the
completion of each quarter.
I. CAMC is required to be quoted for 03 years after the completion of the warranty period.
II. CAMC Charges will be paid on deferred quarterly basis, subject to satisfactory completion of
services that is to be confirmed by C-DOT.
III. During the CAMC period, responsibility for the preventive maintenance and repairs in the
supplied Solution shall rest with the successful Bidder. The successful Bidder shall attend to all
the hardware and software problems on site and replace any defective parts at no extra cost to
the Purchaser.
IV. The Bidder must quote for comprehensive on-site CAMC, which shall include labor and cost of
the material, strictly as per SLA terms, for a period of 3 (three) years after the expiry of 03 years
warranty period as mentioned above.
V. PO for 03 years of CAMC support will be issued separately by C-DOT, Entering into CAMC for
a lesser number of years (pro-rata charges to apply) shall be at the discretion of C-DOT.
VI. The cost of all the spares and consumables shall have to be borne by the bidder during warranty
and CAMC period.
VII. In case of software, Operating System, Equipment Firmware and Equipment OS, during
installation, integration, acceptance testing, warranty period, extended warranty period and
CAMC, all updates, upgrades, licenses including renewals, etc. shall be supplied and installed
free of cost. The support shall have to be mandatorily on-site. The time limit within which such
calls shall be attended to shall be only based on the SLAs mentioned in this document.

2.10 RIGHT TO ACCEPT OR REJECT A BID


I. The right to accept or reject the bid will rest with C-DOT and C-DOT reserves its right to reject
any or all the bids received without assigning any reason whatsoever.
II. Incomplete compliance statement or compliance statement in a different format other than
prescribed may lead to rejection of the bid. (as per section 4.2 Technical Compliance)
III. If the Bidder withdraws his bid, i.e., Part II (financial bid), before the said validity period, or
makes any modifications in terms and conditions of the bid, then, C-DOT, without prejudice to
any right or remedy, will be at liberty to take appropriate action.
IV. Canvassing in connection with tenders is strictly prohibited and the bids submitted by the
Bidders, who resort to canvassing, will be liable to rejection.
V. A bid in which any of the prescribed conditions is not fulfilled or is incomplete or is modified in
any respect, will be rejected. Any document found incorrect or insufficient will be liable to be
rejected. C-DOT reserves the right to investigate all/any of such documents at any time.
VI. C-DOT reserves the right to reject or accept any part or the full tender without indicating any
reason whatsoever.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 15 of 120


VII. Disputes, if any, arising out of the above tender will be referred to courts having jurisdiction
over New Delhi only and shall be subjected to Indian laws including the law relating to
consumer protection.
VIII. C-DOT shall be under no obligation to accept any or all offers received in response to this tender
notice and shall be entitled to reject any or all offers including those received late or incomplete
offers, without assigning any reason whatsoever. C-DOT reserves the right to make any changes
in the terms and conditions of purchase. C-DOT will not be obliged to meet and have discussions
with any bidder, and or to listen to any representations. C-DOT reserves the right to accept or
reject, fully or partially, any or all offers without assigning any reason. The decision of C-DOT in
this regard shall be final and no further correspondence in this regard will be entertained.

2.11 SUB-CONTRACTING
The Bidder may choose to sub-contract any of the services/ components, mentioned under Scope of
Work as described in this document. However, the timely completion of deliverables/ milestones shall
be the responsibility of the contractor and such arrangement, in no way, shall relieve the contractor from
any liability or responsibility during the contract including warranty and post warranty obligations.
However the manpower for operation and maintenance shall have to be on bidders’ pay roll. C-DOT
shall also not be responsible for any cost incurred (of whatsoever nature) due to sub-contracting, over
and above what is due to the contractor under the scope of work.

2.12 AMENDMENTS BY C-DOT

C-DOT reserves the right to modify the issued TENDER Document, prior to submission of bids, by way
of issuing written amendment and suitably extending the due date of submission of bids, if required.
All corrigendum shall be uploaded at CPP portal.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 16 of 120


3 TECHNICAL SPECIFICATIONS AND SCOPE

3.1 BRIEF SCOPE OF TENDER

The scope of work under the proposed contract involves the successful bidder to Design & Build, Site
preparation; Supply, Installation, Testing and Commissioning of Network Operation Centre on a
Turnkey basis to complete the system with every aspect.

A visit by the prospective bidders is mandatory before pre-bid so that all the necessary requirements
(including measurements) of the Network Operation Centre are understood and the quotes are
comprehensive. No queries or clarifications would be entertained after the pre-bid meeting.

3.1.1 GENERAL CONDITIONS

Bidders are required to visit & study the infrastructure at Network Operation Centre site to understand
the scope clearly. The visit to site shall be done on dates indicated in section 2.2.
For installation & commissioning work, it shall be the responsibility of the Bidder to arrange and provide
requisite tools, testing & measurement equipment etc. for carrying out the installation job as per industry
practice and safety norms at their own cost.

The Bidder shall ensure that no equipment / structure / setup get damaged due to their activities. Any
damages caused to C-DOT’s property due to Bidder’s negligence shall be repaired/replaced by the
bidder at his own risk and cost.

 In order to declare the Network Operation Centre setup to be complete, the Bidder has to
complete all the aspects of the NOC activity as mentioned in the scope of work.
 The successful Bidder shall carry out the following activities:
 Providing the layout designs of the Network Operation Centre
 Providing detailed design documents for all the Network Operation Centre subsystems under
scope.
 Preparation and submission of detailed specifications and bill of materials of the Network
Operation Centre components.
 Preparation and submission of detailed execution and coordination drawings of all the
subsystems.
 Turnkey Implementation of the Network Operation Centre
 Project Management during the implementation period of Network Operation Centre.
 Providing final built drawings of all the system/subsystems on commissioning of Network
Operation Centre.
 Providing Schedule of work completion, weekly progress reports, and milestones achieved etc.
as part of project management deliverables.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 17 of 120


 Providing detailed proof of Warranty and Service Support documents from respective OEMs
(wherever applicable).
 Complete the entire work and make all the systems operational (Supply, Installation &
commissioning, Acceptance of the systems and handing over to C-DOT within 20 weeks of the
Order).
 Providing Warranty and O&M Service Support on 24*7 basis.
 Furnishing an undertaking for providing products /services support as per the requirement
along with uninterrupted, timely supply of spare parts for all the equipment / system at least for
08 (Eight) years including the warranty period along with upgrade support (if required).

3.1.2 PROJECT EXECUTION PLAN

The schedule and plan shall have to be submitted by the successful bidder within 02 weeks of receiving
the Purchase Order. The Schedule and the Plan for all relevant components and system(s) would require
approval by C-DOT. In case C-DOT is not satisfied with execution plan for installation/configuration,
the party must resubmit solution within 01 weeks.

Plan shall generally comprise of the following activities at Network Operation Centre Site:
 Verification of the BoM (along with measurements of all parameters of quoted items having
variable units of consumption)
 Checking of the Configuration as per the Purchase Order. In case the supplier has supplied a material
of higher configuration/rating, the quoted configuration/rating shall be accepted.
 Performance and load testing plan for all the supplied items as per the specification of the tender.

3.1.3 SERVICE LEVEL AGREEMENT (SLA)

Service Level Agreement (hereinafter referred to as SLA) clearly defines the levels of service which shall
be provided by the Agency/contractor to C-DOT for the duration of this contract. The complete details
of SLA Performa, Terms and Conditions, Penalty etc. to be referred vide ANNEXURE - J.

1. The Service Level Agreement (SLA) is defined in this document for all the deliverables and
Operation &Maintenance services during the Warranty & CAMC Period. These Service levels
are defined as the minimum requirement.
2. These SLAs are associated with penalty clauses to have desired uptime availability and delivery
of service to C-DOT. The successful party will maintain logs for each of the services provided
and shall provide necessary reports which help ascertain the service levels and calculation of
penalty.
3. Root cause analysis data for each event to be maintained along with solutions deployed and to
provide status reports (in hard copy and soft copy formats).The Bidder shall provide necessary
training to the C-DOT personnel.
4. Bidders shall also provide two sets of hard copies along with soft copy for each module of
training material for all the modules.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 18 of 120


3.1.4 SPACE ALLOCATION

The proposed Network Operation Centre area is located at C-DOT, Delhi. Since this is Turnkey project,
the Interested Bidders are requested to MANDATORILY visit the site for ascertaining and assessing the
space. The layout Plan (not up to the scale) of the site is enclosed as ANNEXURE –A.1 & A.2 in this
document. The bidder is expected to plan individual space allocation for various facilities of the
Network Operation Centre. The area of each facility shall be suggested by the bidder keeping in view
the best utilization of infrastructure and the effective delivery of services. Network Operation Centre is
located in the Block 7, 2nd floor having an approximate area of 2400 sqft.

3.1.5 GENERAL DESIGN REQUIREMENTS

C-DOT Network Operation Centre design and solution is completely Bidder/SI’s responsibility in this
project. However, while doing so, the bidder must consider the
considerations/assumptions/suggestions as mentioned in this document. In case there is any
discrepancy or contradiction, the same may be brought to the notice of C-DOT during pre-bid meeting
only.

The following are general design requirements. The requirements are not limited to the following and
the best practices and standards prevalent for the Network Operation Centre have to be adhered to
while designing. The successful bidder has to execute the project according to the detailed scope as
mentioned in the RFP.

I. The scope of the work shall comprise of supply, installation, testing, commissioning training and
handing over of all materials, equipment, hardware, software, appliances including civil works
that are not specifically mentioned in the specifications and design details but are required for
successful commissioning of the project. It shall also include the necessary labor to commission
said system complete with all the required components strictly as per the latest ISO standards for
processes and procedures.
II. The successful bidder has to submit the coordinated drawing for the entire solution.
III. The successful bidder shall be responsible for performing verification tests at their factory and at
site to ensure all proposed software and hardware are functioning as per design at their own cost.
The decision to waive off this requirement would solely be at the discretion of C-DOT.
IV. The successful bidder shall take the necessary clearance / approval of the drawings, design,
quality of material, make and model of the quoted material etc. prior to the execution of the
project.
V. Any Partitions or Brick walls requiring any repair will be in scope of bidder. Removing of wall
and relocation of devices (if required) with all material required will be in scope of bidder.
VI. The design of the ceiling in NOC Room should maintain the existing AC and Fire
infrastructures.
VII. The walls, partitioning surfaces shall be treated adequately for surface correction and evenness.
The Interior walls and ceilings shall be painted with best quality acrylic emulsion fire retardant
paint of approved shade, to create aesthetic ambience.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 19 of 120


VIII. The NOC Room shall be designed with sufficient room acoustics to minimize the ambient noise.
IX. The Network Operation Centre shall achieve high-availability by implementing fully
redundant, fault-tolerant, and concurrently maintainable IT and support infrastructure.
X. The Network Operation Centre shall be designed in a modular fashion such that it is able to
scale up with the IT hardware deployment progressively and Technology up-gradation.
XI. The design and implementation of the relevant areas of the Network Operation Centre shall be
done keeping in view Availability, Flexibility and Modularity.
XII. The Network Operation Centre shall follow high-efficiency design in equipment type / capacity
selection to achieve high overall operational efficiency at optimized expenses.
XIII. The Network Operation Centre shall be designed with adequate optimization to have maximum
availability of all critical facilities. The Redundancy will be assigned at various levels to ensure
minimum MTTR (Mean Time to Repair) and solutions will be designed at various levels in all the
concerned areas so as to achieve maximum availability.
XIV. The currently prevailing infrastructure in the C-DOT Campus location should be used to the
extent possible after assessing their reusability keeping in view the requirement. Wherever
additional infrastructure is required, the bidder shall quote for the respective heads.

3.1.6 Brief Scope of TSOC NOC Activities

The NOC will be functioning on 24x7 basis for installation, upgradation and monitoring of hundreds of
ISP site nodes and big-data servers deployed in TSOC (Telecom Security Operation Centre) project at
DC (Data Centre), DR (Disaster Recovery) sites.

Scope of TSOC NOC activities.

1. NOC space approximately 2400 Sq. feet (80 feet x30 feet)
2. Active LED Video Wall (23 feet x4.4 feet or above) for NOC Room
3. Display of 98 inch, 2 Nos in NOC room for side walls
4. Customized furniture for 24 persons in NOC Room
5. PC, webcam and conferencing gooseneck microphone for each seat and separate Laptop/PC &
conferencing gooseneck microphone for podium
6. Customized furniture for 15 persons in Conference/training room adjoining NOC Room
7. Display of 98 inch & 75-inch, Video Conferencing setup, Pen Display for conference room
8. Manager Room
9. Staff Room/Rest Room
10. Server Room
11. Store Room
12. Dry Pantry
13. Comfort cooling
14. Dual source UPS AC power
15. Acoustic, echo suppression based interior work with carpet on floor as per design
16. Theme based painting on walls
17. Networking & electrical cabling inside the allotted space

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 20 of 120


18. Supply installation, testing & commissioning of complete setup of NOC room with 24 input
sources of display on video wall in given layouts, as mentioned in diagram. Also, SITC includes
setup of all devices in Conference Room
19. Warranty of 3 year from date of acceptance
20. Separate price quotation for 3-year CAMC after completion of 3-year Warranty
21. Back-to-Back OEM support for 3 year warranty and 3 year CAMC period for all major supplied
items of NOC

3.2 SCOPE OF WORK & TECHNICAL SPECIFICATION

3.2.1 SCOPE OF WORK

The Bidder shall perform the following tasks as per C-DOT requirement and satisfaction for the areas
mentioned in section 3.1.6 of this document:

1. Designing
2. Site Preparation,
3. Supply,
4. Installation,
5. Configuration,
6. Documentation (Drawings as per plan and as built) and Acceptance Test Plan,
7. Acceptance Testing,
8. Training
9. Handover to C-DOT with full functionality
10. Support for the Network Operation Centre Solution
11. Operation &Maintenance

The general specifications shall be of the best available quality in the market with EN/UL/ISO/BIS/ISI
certification whichever is applicable. In any case no work shall be accepted below the latest CPWD
specifications (as applicable). The selected bidder shall ensure an uptime more than 99.982% on a quarterly
basis for a period of minimum eight years after Go Live. The Network Operation Centre solution to be setup
at the site comprising of following tasks as per specifications mentioned in this document

3.2.2 CIVIL, FLOORING & FURNITURE RELATED WORK

The scope of work to be undertaken by the bidder for Design, Supply, Installation, testing,
Commissioning, Operations and Maintenance of the proposed C-DOT Network Operation Centre at
Delhi as per the scope mentioned below.

The work to be undertaken by the bidder for setting up and operating the proposed Network Operation
Centre C-DOT, has been categorized as under:

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 21 of 120


A. DEMOLITION/DISMANTLING WORKS

Dismantling work shall be carried out in the proposed area for the NOC.

 Existing ceiling, flooring, partitions, lightings, wirings, doors, windows etc., as may be
dismantled/demolished or utilized if required as per the requirements of the Network Operation
Centre with the prior approval of C-DOT.
 The malba/ debris shall be disposed to the suitable location as directed by Engineer In charge.
 Existing system for centralized cooling in the proposed NOC setup area shall be reutilized.

B. BRICK WORK/CEMENT CONCRETE WORK:

Any Brick Walls/cement plasters will be constructed to aesthetic look and match to the original design
of C-DOT Campus and Network Operation Centre wherever damaged or required. These walls will be
finished with POP and painting/finishing works.

C. PARTITIONS/ WALLS IN NOC ROOM:

Construction of Partition walls, as shown in the Layout in ANNEXURE –A.1 to be done till the ceiling
height using the Mild-Steel Frame Structure, Gypsum Board on one side and Acoustic Panel inside along
with all finishing work. Loading capacity of the wall must be sufficient to take the load of video wall
which may be up to 500 kg.

GYPSUM PARTITIONS
100mm GYPSUM board partition with two layer of 12.5 mm thick Gypsum Board on each side of the
frame- screw fixed with drywall screws of 25mm & 35mm at 300mm center to either side of 48mm. Stud
(0.5mm thick having one flange of 34mm and another flange of 36mm made of GI Steel) placed at 610mm
c/c in 50mm floor and ceiling channel (0.5mm thick have equal flanges of 32mm made of GI steel)
anchored to the floor & true ceiling using suitable anchor fasteners or metal screws with PVC plugs. The
boards are to be fixed to the framework with joints staggered to avoid leakage through joints. Rate to
include making provisions in panels, grooves and finishing the same to fix soft board(0.45x1.8m) and
whiteboard (1.2mx3.2m) fixed flush on the partition. Note soft board and whiteboards will be paid for
separately. Rate also to include making openings for glass panels, ducts, services and doors by providing
concealed frames on all sides, framework above false ceiling and any other provisions reqd. to facilitate
the same, all hardware etc. all complete. 100 mm overall thickness partition with 12.5 mm thick double
skin fire rated board conforming to IS: 2095: part I

Straight Smart Glass Partition (12mm thick toughened glass)


Full height glass partitions walls shall be made of 12mm toughened glass with frame-less structure with
switchable transparent & opaque with switch button. Proper structure shall be made to ensure the fixing
of glass from RCC slab above false ceiling and holding channels on flooring.
Straight and vertical structural members shall not be visible. Glass shall be fitted on extrusion with tool
less technology and having a provision for replacing glass with perforated sheet/acoustic tile by
removing the glass.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 22 of 120


NOTE: - The nature of installation shall be replaceable, expandable and flexible to cater the future
expansion/technical up-gradation

Switchable Film Technical Data

Product Basic Specification


Thickness Total Thickness 0.47mm
PDLC Thickness 0.38mm
AB Glue 90µm
Protective Film 35µm
PET Film 50µm
Sheet Width Adhesive 1800mm, Lamination 2100mm

Product Performance
Operation Voltage ON 60V
Power Consumption ON <=5W/m2
Viewing Angle ON >=160
UV Blocking Rate OFF >=99%
Infrared Blocking Rate OFF >=60%
Response Time OFF->ON, ON<- <=200ms
OFF
Operating -30C to 95C
Temperature
Lifetime 10-15 Years
Switching Times >= million times
Transparency 88% to 89.5%
Haze 3.76%

Certification of Switchable Film

1. IP67
2. ISO 9001:2015
3. CE

TOUGHENED GLASS PARTITION


Providing and fixing 12mm frameless self-standing toughened glass of required height and length with
mirror polished edges, fixed as per specified layout with patch fittings fixed as and where required,
specially ordered stainless steel patch fittings as legs, tees, junctions, angles, glass to glass connectors,
wall to glass connectors, L angle connectors, 2 way glass connectors with SS patti with double sided bolt
including all Stainless steel bolts with nuts etc. used as and where required as per layout plan, glass to
be of required length with proper support with all gap filled with silicon sealant glass to have holes/
cut outs to accommodate patch fittings, all complete as per entire satisfaction of Engineer-in-charge.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 23 of 120


D. ACOUSTICS TREATMENT ON NOC ROOM WALLS

Acoustic treatment shall be constructed for Network Operation Centre as per room dimension and the
layout diagram in ANNEXURE -A.1.

Blank portion of the walls on 3 sides (1 brick wall and 2 gypsum walls) to be treated with Acoustics
Paneling made of Fabric/ Slated Wooden Panel, Glass-wool and Wooden Membranes. Combination of
Fabric Panel and Slated Panel must be to meet functional requirements and Aesthetic Glass-Wool to be
filled in space made (24" x 24" x 3") of wooden or equivalent log (3" x 1.5"). It must be covered with either
Slated wooden Panels or 2 layers combining Perforated Gypsum Board (10 mm thick) or Fabric.

E. FALSE CEILING WORK

False ceiling shall be constructed for Network Operation Centre as per room dimension and the layout
diagram in ANNEXURE -A.1.

False ceiling to be made with 2x2 sq ft Gypsum tiles of approved make, white colour, to be fitted in
Aluminium T Channel, hangers, Grid at the level covering the beam and overhead services of the room.
Room Lighting, AC duct openings and Fire control systems with sensors should also be fitted in the
false ceiling at appropriate locations.

Providing and fixing false ceiling at all height including providing and fixing of frame work made of
special sections, power pressed from M.S. sheets and galvanized with zinc coating of 120 gms/sqm (both
side inclusive) as per IS : 277 and consisting of angle cleats of size 25 mm wide x 1.6 mm thick with
flanges of 27 mm and 37mm, at 1200 mm centre to centre, one flange fixed to the ceiling with dash
fastener 12.5 mm dia x 50mm long with 6mm dia bolts, other flange of cleat fixed to the angle hangers
of 25x10x0.50 mm of required length with nuts & bolts of required size and other end of angle hanger
fixed with intermediate G.I. channels 45x15x0.9 mm running at the spacing of 1200 mm centre to centre,
to which the ceiling section 0.5 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each
having lips of 10.5 mm, at 450 mm centre to centre, shall be fixed in a direction perpendicular to G.I.
intermediate channel with connecting clips made out of 2.64 mm dia x 230 mm long G.I. wire at every
junction, including fixing perimeter channels 0.5 mm thick 27 mm high having flanges of 20 mm and 30
mm long, the perimeter of ceiling fixed to wall/partition with the help of rawl plugs at 450 mm centre,
with 25mm long dry wall screws @ 230 mm interval, including fixing of gypsum board to ceiling section
and perimeter channel with the help of dry wall screws of size 3.5 x 25 mm at 230 mm c/c, including
jointing and finishing to a flush finish of tapered and square edges of the board with recommended
jointing compound jointing tapes , finishing with jointing compound in 3 layers covering upto 150 mm
on both sides of joint and two coats of primer suitable for board, all as per manufacturer's specification
and also including the cost of making openings for light fittings, grills, diffusers, cutouts made with
frame of perimeter channels suitably fixed, all complete as per drawings, specification and direction of
the Engineer in Charge but excluding the cost of painting with : 12.5 mm thick tapered edge gypsum
fire resistant board conforming to IS: 2095-Part I

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 24 of 120


F. FLOORING

Trench cutting of (Wide x Depth) 9” x 2” to be done for raceways/ conduits required for laying the
services. After completing the work, floor to be resurfaced to initial condition. Entire floor to be carpeted
with 2 ft x 2ft Carpet tiles of appealing aesthetic look. Multi-Level Loop, Carpet Yarn: PP; Pile Height
up to 4.5 mm; Pile weight: 500g/sq mt to 600g/sq mt, Back Support: PVC/ Eco Backing Bitumen with
Non-Woven.

Vitrified Tiles flooring:


Providing and laying Vitrified tiles in different sizes (thickness to be specified by the manufacturer),
with water absorption less than 0.08% and conforming to IS: 15622, of approved brand & manufacturer,
in all colours and shade, in skirting, riser of steps, laid with cement based high polymer modified quick
set tile adhesive (water based) conforming to IS: 15477, in average 6 mm thickness, including grouting
of joints (Payment for grouting of joints to be made separately .Size of Tile 600x600 mm

Carpet Flooring
Providing and laying of Carpet Tile over NOC area, Cabin, Conference room area. The floor which
receives the carpet to be thoroughly cleaned as per manufacturer's specification. The carpet is to be laid
over a bed of manufacturer's approved adhesive spread evenly over the entire floor. The rate shall
include cutting, trimming, fixing and clearing away of residual material to a location as directed.
Suggested specification is as under
Pile material: 100% Olefin Polypropylene
Pile yarn weight: 800gsm +/- 5%
Stitches per 100mm; 40
No of Tufts per meter square :> 225000
Total thickness: 7mm
Backing type: PVC reinforced glass fibre
Electrostatic and flame resistance: yes

Raise Flooring
Providing and fixing Access Floor panel of 600x600x32 mm medium grade Filled Steel without
Lamination of 800H grade (FS800H). Access Floor panel shall be steel welded construction with an
enclosed bottom pan with uniform pattern of 64 hemispherical cones. The top and bottom plates of Steel
Gauges: top 0.6 mm and bottom 0.7 mm fused spot welded together (minimum 64 welds in each dome
and 20 welds along each flange). The panel should be corrosion resistant epoxy coated for lifetime rust
protection and cavity formed by the top and bottom plate is filled with Pyrogrip non-combustible
Portland cementitious core mixed with lightweight foaming compound. The access floor shall be factory
finished with Anti-static High Pressure laminate with Non Warp technology upto 1mm thickness for
superior adhesion and Surface flatness within 0.75mm.The panel is to withstand a Concentrated Load
of 363 kgs applied on area 25mm x 25mm without collapse in the centre of the panel which is placed on
four steel blocks. The panel will withstand and Uniformly Distributed Load (UDL) minimum 1250
kg/sqm and, an impact load of 50kg all complete as per the approved manufacturers specification and
as per the direction of Engineer-in-charge. All specification must be printed on the side of the panel to
ensure the quality of the product.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 25 of 120


G. WOODEN FURNITURE (Storage Boxes/Almira, Staff Room & Manager Room Table)

Bidder may provide storages boxes/Almira in NOC Room for storing required documents of daily
routine work of operators. Manager Room & Staff Room Table for normal working.
While selecting furniture, ergonomics, ease of maintenance, fire and moisture resistant properties and
saving the environment aspect must be taken care of. The Ply to be used shall be ISI mark and laminated
to have aesthetic look.

H. CHAIRS & CONFERENCE TABLE

Chairs shall be ergonomically designed in such a manner that long hour seating does not become
tiring.

The minimum requirement for a chair is as follows.

 Mid Back Chair


 Mesh Back & Silver Epoxy Backbone
 Synchronized Mechanism
 4-Way Adjustable Armrest
 Gas lift for Seat height adjustment
 Standard 5-prong P/Nylon Base
 BIFMA & GREEN GUARD certified
 Chair seat made up of insert moulded Polyurethane Foam upholstered with foam laminated
mesh fabric (Titch Make), insert moulded foam assembled over a load bearing plastic eat cover,
back is made up of two-piece injection moulded frame, inner frame upholstered with mesh fabric
and mounted on the main assembly, back adjustable lumbar support for achieving comfortable
seating posture.
 Arm rests should be adjustable with 120- 160 mm adjust ability with PU padded Base: Black nylon
base with nylon castors. Chair should be of 360-degree swivel Posture Control with multi pointer
locking and synchro tilt mechanism and hydraulic gas lift gas lift to allow 90-100mm of height
adjustment. Seat size 440-550 mm depth, Seat width of 530-550 mm Seat Height of420-510 mm
with hydraulic height adjustability of 90-100mm.
 Sub assembly back size 550- 620mm height. Chair back should be connected to four directional
adjustable lumbar supports for achieving comfortable seating posture. Effective back height from
Seat-570mm, polyurethane foam for seat having density 65-70 kg/m3. Pedestal made of nylon
base fitted with 5 nos. twin wheel castors (castor wheel dia. 60-70 cm), base pedestal dia 60-70mm
and pitch center dia.700-720mm with castors with twin wheel castors injection moulded in Nylon
etc. all complete.

Conference Table

 The conference/meeting room furniture shall conform to high standard of engineering as mentioned
in the document; meeting the specified codes, standards and designs.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 26 of 120


 The furniture top shall be made up of minimum 25mm thick MDF board with molded Polyurethane
(PU) Edge.
 The under structure shall be made up of 18mm thick MDF board with 2mm thick PVC edge banding
tape.
 Accessories: Flap
 Cable Trays and Wiring: - The furniture shall be designed with cable trays to allow for continuous &
concealed cable management across the furniture
 Dimension as per space available & sufficient for 15 persons

I. CONTROL DESK/TECHNICAL FURNITURE

Technical Specifications: - The control room console solution shall conform to high standard of
engineering as mentioned in the document; meeting the specified codes, standards and designs. It shall
be capable of performing 24X7 operations under the specified environmental condition in compliance
to control room ergonomic norms i.e. ISO 11064. All the certificates and reports mentioned below and
in BOQ shall be submitted along with the technical bid

Structure: -
Made of heavy-duty extruded vertical and horizontal aluminium profiles. The extrusions shall be duly
powder coated with 40+ microns over all surfaces. All sheet metal parts shall be finished with a durable,
black, electrostatic powder coating. OEM shall have a valid trademark registration certificate issued by
the Government of India for the Control Desk proposed in this tender. Valid Trademark registration
certificate to be submitted along with the technical bid.

To allow future extension and expansion, a weld-free system shall be proposed. Interconnecting joints
shall not be visible. The structure shall be rigid enough to withstand BIFMA X5.5 tests. OEM shall have
had BIFMA X5.5 certificate for at least seven years prior to April 1st, 2023. The structure shall allow easy
assembly of hinged shutters, slat wall, gland plate, and monitor arms in extremely rigid manner. Valid
certificate of BIFMA X5.5 from authorized agencies to be submitted along with technical Bid.

The EPD (Environmental product declaration) of Control Desk shall be verified in accordance with
ISO 14025 (from UL/Intertek) for Impacts on Environment by Control Desk. Valid report/document
from UL/Intertek to be submitted along with the technical bid

Table top: - The material of the working surface shall be minimum 25 mm thick MDF with High-
Pressure laminate. The proposed Control Desk’s life cycle should be assessed (from approved LCA
consultant) for environmental impacts associated with all the stages of a product's life for cradle to grave
analysis. Valid report/document from UL/Intertek to be submitted along with the technical bid.

Slat Wall: - Slat wall shall be made of approximately 2mm thick extruded aluminum (aluminum alloy).
The proposed Control Desk shall be UL Listed and valid certificate to be submitted along with the
technical bid.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 27 of 120


Modular removable PU nosing: The front edge of consoles is the component which comes in frequent
contact of the operator.The soft polyurethane edge is meant to prevent injury (accidental impact) to
operator during emergency and it also reduces the contact stress. In case of damage to this edge the desk
design shall permit quick & easy replacement within half an hour without taking any shutdowns or
removal of the tabletops. Audit certified design feature of modular PU Edge: High-density poly-
urethane moulded on industrial grade aluminum core to form 50mm deep tapered edge to be installed
on worktop. In case of damage or wear, the edge shall be mechanically replaceable within 30 minutes
without opening or removing the worktop. Valid UL audit certificate to be submitted along with the
technical bid. Extruded PU edging/PVC T-beading shall be deemed unacceptable.

Monitor Arm: - The Console shall feature ergonomic display mounting arms. It shall enable quick &
easy replacement of VESA mounts & arm extensions as per the ergonomic. UL audit certified design
feature of monitor arm assembly shall have auto lock, push & remove feature for quick release of VESA
mounts and modular arm extensions for ease in maintenance and fixing of monitor by one technician
within 30 seconds without using any tools. Valid UL audit certificates to be submitted along with the
technical bid.

The proposed control desk shall be ANSI/BIFMA e3-2019 certified/tested at least for level 3 from
UL/Intertek as per Furniture Sustainability Standard to identify the sustainability level of the furniture
with respect to the environmental, health & wellness, and social impacts applicable to product(s). Valid
certificate to be submitted along with the technical bid.

Shutters & Side Legs: - Front, and back shutters shall be of 18 mm Laminated MDF Board with premium
finish. Side leg shall be of 25mm of the same finish. The proposed console shall be Greenguard Gold
certified. Control Room Solution Provider shall have this certificate for at-least three years prior to April
1st, 2023. Valid certificate from UL/Intertek to be submitted along with the technical bid.

Cable Trays and Wiring: - The Console shall be designed with vertical and horizontal cable trays to
allow for continuous cable management between the cabinets. Wire shall be routed into the cabinet
through gland plate. The proposed console shall be RoHS Certified/tested from UL/Intertek and the
valid certificate/ test report shall be submitted along with the technical bid.

Hardware: - All bolts shall be of SS material to avoid rust due to environment. The remaining hardware
shall be Nickel Plated MS.

J. POWER SUPPLY POINTS & ROOM LIGHTING

Sufficient Power Supply 5Amp/ 15Amp sockets & switches for all the equipment’s shall be provided
across the NOC room.

Sufficient Ceiling Lighting in the room.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 28 of 120


 Ceiling Tiles lights of 2ft x 2ft, 36 W, 3000 to 4000 lmns, Flicker Free Lighting Effects, THD<10%.
Total no. of lights required: 6 nos.
 Round Ceiling lights of 4-inch min. warm white in colour. To be fitted in the ceiling near walls.
Room lighting shall be constructed for Network Operation Centre as per room dimension and
the layout diagram in ANNEXURE -A.1

K. NETWORK I/O BOXES

Installation of 10 I/O Boxes with RJ45 Female sockets, connected with network cable CAT6 shall be
provided. The Patch cords of sufficient length to be provided for backend connectivity with the C-DOT

Network Operation Centre.

This will provide network data connectivity to the work stations and voice port connectivity in the NOC
room. Network connection must also be made for CCTV Camera, NVR, Door Lock and Access Control
Machine.

L. FIRE CONTROL SYSTEM

Four Powder Based 5 Kg ABC Fire Extinguisher to be installed in False Ceiling

Microprocessor Based DIP switch based Addressable Module, signaled through 2 core cable from panel
with facility to connect to Smoke Detectors/ Heat Detectors, and established addressable protocol-based
communication with the main control panel with facility to send separate alarm for fire through 2 core
cable. The Addressable Flat Indicating unit shall be able to identify and communicate Short Circuit,
Open Circuit, and Normal & Fire/Emergency Alarm status in all input unit lines.

 Amplifier 250W for P.A. System,


 Eight Addressable Smoke Detectors
 Four Response Indicators,
 Two Heat Detectors
 2Cx1.5Sqmm Armored Cable as per requirement
 One Fire Control Panel, if required.

M. AIR-CONDITIONER DUCTING

Existing Centralized Air-Conditioning System for NOC shall be maintained while provisioning the
cooling requirement in NOC room. This may require openings in the existing HVAC ducts and required
extension to False Ceiling. There may be need to make 2-3 more openings, if possible, with controllable
grills in AC ducts like already installed one.

Additional split AC of 1.5 Ton can be provisioned in NOC [2 No], Server Room [2 No] & Conference
Room [2 No] if existing ducts are not sufficient

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 29 of 120


Replacement of existing return Air opening grill of HVAC inside the NOC Room to match aesthetics.

One Return Air Opening in AHU is required in adjacent lab (Test Bed Lab), similar to the existing return
duct, as the existing air openings require closing for soundproofing.

To open the air-conditioning In-let & Out-let ducting at suitable position in ceiling.

N. MASONRY WORKS

Any masonry work, if required, shall be done by the bidder. Such work should be of fine quality,
mainly for Return Air Duct in the existing lab.

Finishing
Providing and applying white cement based putty of average thickness 1 mm, of approved brand and
manufacturer, over the plastered wall surface to prepare the surface even and smooth complete.
Wall painting with acrylic emulsion paint, having VOC (Volatile Organic Compound) content less than
50 grams/litre, of approved brand and manufacture, including applying additional coats wherever
required, to achieve even shade and colour.
Providing and applying two coats of fire retardant paint on cleaned wood / ply surface @ 3.5 sqm per
litre per coat including preparation of base surface as per recommendations of manufacturer to make
the surface fire retardant

O. HARDWARE AND METALS

Any hardware/metals will be taken into consideration by bidders to work for the Network Operation
Centre. The hardware throughout shall be of high quality and ISI mark wherever possible. Fitting
generally shall be brass oxidized, unless otherwise specified and shall be suitable for their intended
purpose. Screws are to match the finish of the article to be fixed, and to be round or flat headed or
counter sunk as required. Aluminum and stainless steel shall be of reputed manufacturer and suitable
for the application.

P. DOORS AND LOCKS

Doors for NOC room with lock to be provisioned. Doors are designed in such a way that access control
systems at entry and exit of doors can be installed. Door frame should be powder coated.

Providing and fixing 12 mm thick frameless toughened glass door shutter of approved brand and
manufacture, including providing and fixing top & bottom pivot & spring type fixing arrangement and
making necessary holes etc. for fixing required door fittings, all complete as per direction of Engineer-
incharge

METAL FIRE RETARDANT DOOR- Two hour’s fire rated double skin steel door constructed from
1.25mm thick galvanized steel sheet formed to provide a 46mm thick fully flush door shell with lock

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 30 of 120


seam joints at stile edges and the internal construction of the door should be specially designed Honey
Comb structure with reinforcements at top, bottom and stile surround. The door frames and door
shutters should be primed with Zinc-Phosphate Staving Primer and finished with Polyurethane
Aliphatic grade or epoxy paint as per approved manufacturer specifications. This Door is required to be
with Panic bar. The Fire Doors are to be fully insulated and shall be tested as per IS: 3809-1979, ISO: 834-
1975, IS: 3614 (PART-II)- 1992 and BS 476 (PART- 20 & 22)- 1987 under live fire conditions from Central
Building Research Institute (CBRI), Roorkee, National Test House, Kolkata for Stability, Integrity and
Insulation for 2 Hrs. The wired glass is to comply with both BS 476: PART 22 and BS 6206 relating to fire
resistant and impact performance

Q. SAFETY, SECURITY (CCTV, ACCESS CONTROL SYSTEM, ETC)

The Access Control system shall have the option of authorization through Biometric and Proximity Card
for the entries. The access control system should be centrally manageable.

An access control system consisting of a central PC, intelligent controllers, proximity readers, power
supplies, proximity cards, and all associated accessories is required to make a fully operational on-line
access control system.

The scope of work involves supply, installation, testing and commissioning of Tamper Proof Access
Control system and IP Based CCTV Camera and Network Video Recorder (NVR)

The NVR and CCTV Camera must be of same OEM.

R. GENERAL HOUSEKEEPING DURING THE PROJECT EXECUTION

The successful bidder will remove the dismantled/demolished material with prior permission from
the client on a daily basis.

3.2.3 SCOPE OF ELECTRICAL WORK


The scope for required Electrical architecture is given below:

A. ELECTRICAL DISTRIBUTION – MINIMUM REQUIREMENTS

Power requirement of NOC infrastructure is estimated to be 20 kVA UPS Power Supply and 10 KVA
Raw Power.

B. REQUIRED RAW POWER & UPS POWER.

Required dual UPS power input shall be provided by C-DOT. Bidders have to visit the site to get the
same from existing UPS panels from Basement. 2 “TPN 6 way” with 63A Input 4 pole MCBs & 4 Nos.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 31 of 120


of 4 core MCBs of 32/40A or required nos. of Output MCBs 10A-32A as required to be installed at the
Block in or near NOC room, one for each UPS Supply. These TPNs are to be connected by 4 Core 16
Sq. mm Copper Cable with 10 Sq. mm earthing Green Copper cable from UPS Panels which may be
around 175-200 m each and Some cable Trays are already available at basement some more Cable
Trays may be required at Basement for its routing which should be similar to or better than existing
ones.

There should be 2-4 nos. of “TPN 4 Ways” to be installed at different locations for providing UPS
Power in that area. These TPN 4 Way must have input 4 Pole MCBs 32A/40A, and Output 10 Nos of
Single Pole MCBs 10A-16A and to be supplied from TPN 6 Way by 4 Core 10 Sq. mm Copper Cable
with 6 Sq. mm earthing Green Copper cable.

 The required UPS wiring along with MCBs for the NOC Room is in the scope of bidder from
existing UPS Panels.
 All lighting shall be connected to raw power, except 1-2 Emergency lights to be connected to
UPS supply.
 All required Power Sockets & Switches in modular power boxes in NOC Room shall be
provided by the bidder.
 All electrical cabling from TPN to switches/sockets should be by 3 core 2.5 Sq.mm flexible
Copper cable.
 Cabling for ACs should be through 4 Sq. mm 3 Core flexible Copper cables, if required.

C. LIGHT FIXTURE

Electrical Lights: It is provisioned to have energy efficient LED Lights in the NOC Room.

 Lights of 2x2 LED Panels (36W each) suitable for NOC Room are required to be done.
 All the lights will have occupancy sensors and dimmers.
 One or two LED light(s) will be powered from UPS for emergency purpose as per requirements.
 All cabling for lighting should be through 2.5 Sq.mm Copper wires including earthing

3.2.4 SCOPE OF NOC INFRASTRUCTURE

To Supply, Install, Test and commission all the audio-visual devices for NOC Room operations, which
includes setting up a Video Wall, LED Display Panels (in Room and Lobby) and Interactive Panel also getting
desired feed from work stations (6 work-stations and 1 provision input source for laptop) and displaying
video/images in required layouts from work-stations, and to setup conferencing tile microphones system
integrated with camera for video conferencing. Following is the brief of the scope of work:

To SITC of NOC Room with Main Video Wall Display made of Active LED in the given size, other LED
Displays, Interactive Panel, Pen Display and Video Conferencing, Acoustics and Other interior works

To Setup Active LED Video Wall as per the given specifications and requirements

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 32 of 120


 Input: To Setup 12 Desktop Laptop workstations and make provision for 2 laptop input. To fetch
the display (screen) from these input sources and display it on video wall, in desired layout and
also on LED Display Panels, Interactive Panels, and Monitors.
 Output : The screen must be displayed on video wall as per the given layouts (Quad View on one
side and single 1 view on another side or vice-versa)as depicted in the given layouts
(ANNEXURE – A.2)
 Pre-defined scenarios: Solution must provide facility to create and select pre-defined scenarios of
different layouts of display, outputs and inputs.
 Control & Selection: Facility to select the scenario by a touch controller, placed on working table.
Touchscreen must mainly be used for imparting training and video conferencing from a dedicated
workstation.
 Video Conferencing: 1 dedicated workstation must be used, Camera and audio system must be
connected to it. Camera must have provision to be installed both under the Video Wall and
Touchscreen Panel.
 Ceiling Tile Microphones must be installed to cover the entire room for capturing audio of
participants in the room.
 To undertake the work of interiors including Acoustics treatment on wall, fabrication of partition
walls, False Celling along with lights and carpeting on floor.
 To make furniture, including wooden cabinets for housing CPUs, cabinet for files, working table
and supply of chairs as per specifications. Cabinet housing CPUs must have proper ventilation
for air circulation.
 To do the networking, install Door Access System and CCTV enables security system as per
specifications.

3.2.5 Technical Specification for NOC Infrastructure & Installations

Supply, Installation, Testing and Commissioning (SITC) of Network Operation Centre on a Turnkey
basis to complete the system with every aspect. Below are the sub-section mentioning the Bill of
Material (BOM) of the items required for NOC infrastructure and installations.

TSOC NOC Items

1. LED Video Wall, Controllers and HDMI Cables etc. in NOC Room
2. NOC Room Conferencing Setup - Video & Audio
3. NOC Room - Input Source and Other Required Devices
4. Digital Display
5. Conference Room Setup
6. Installation Job Work
7. Interior Work
8. Technical Furniture
9. Access & Security Control
10. Other required items e.g. Printer

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 33 of 120


3.2.5.1 LED Video Wall Screen Technical Specifications for NOC Room

S.N. Parameter Parameter Description Remarks


1 Video Wall Size Size should be min [Width 7100 mm to 7300 1 Video Wall of
mm and min height 1330 mm to 1500mm]. It given size
must be achieved by combination of Video
Wall Cabinets of size as mentioned below.
2 Video Wall Micro LED (Indoor) Chip on Board / Flip Chip
Technology (CoB) or Mini LED (4in1 Pack)
3 Surface Coating OEM to protect surface
4 Cabinet Depth Less than 50 mm
Size
5 LED Panel OR Min 580mm x 300mm or above
Cabinet Size
6 LED Panel OR Max 10 Kg or Lower
Cabinet Weight
7 Total Resolution Min. 5760 x 1080 pixels
8 Pixel Pitch (mm) Less than 1.26mm
9 Pixel Density 629000 pixel/m2 or Higher
10 Processing 12 Bit or Higher
11 LED Micro LED (Indoor) / Flip Chip (Chip On
Configuration Board) or Mini LED (4in1 Pack)/RGB flip chip
Micro LED COB Technology with a LED
lifetime of minimum 100,000 hours or better
12 Pixel per Tile Minimum 480 x 270 px (HxV)
13 Horizontal Minimum 170° ±5°
Viewing Angle
14 Vertical viewing Minimum 170° ±5°
15 Refresh Rate Minimum 3840Hz or higher refresh rate for
flicker free experience on video wall
16 Cabinet Aspect 16:9
Ratio
17 Material Die-casting Aluminum
18 Brightness Manual / Automatic
Control
19 Color Between 3200K - 9000K adjustable
Temperature
20 Video Frame Minimum 60Hz or better
Rate
21 Future Compatibility to show 3D content
Expansion (3D
Compatibility)

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 34 of 120


22 HDR Compatible HDR10 / HDR10+ / HDR10 Pro
23 Operating Hours 24x7x365
24 Operating Temp 10 ~+40 / Humidity 10~80%RH
& Humidity
Range
25 Brightness On screen brightness minimum 600 cd/m2 or
better
26 Brightness Minimum brightness uniformity should be 95%
Uniformity
27 Colors 280 Trillion Colors or higher
28 Contrast 8000:1 or better
29 Power Input Must support 100 to 240 VAC
30 Power Saving Power Saving Standby Mode with 14 watt or
less per cabinet
31 IP Protection Min IP20 or better
32 Redundant Dual Power Supply in Cabinets to avoid single
Power point of failure
33 Service access Maintenance and installation of video wall
should be from FRONT only
34 Maintenance Maintenance of tiles or LED's should be Easy
and Damage free process
35 Certifications Video wall should have all safety and
(Bidder to international certificates : Minimum FCC,
provide proof of NRTL/UL/TUV/BIS/CB/ETA/CE
certifications)
36 Serviceability (1) Maintenance covering up to 2 years of
operation with same colour and brightness
matching from day 1
(2) OEM should have a direct presence in India
for past 5 years with direct OEM or its
representative owned office & support center in
Delhi/NCR.
(3) 2% Spare LED Modules along with Cards to
be supplied in Spares to be kept at Site
(4) The supplier’s maintenance contracts must
cover batch compatible LED modules during
the duration of the contract
37 The cabinet shall Input Power <Max> : 270W/Sq.Mt Input
have the Voltage : 100 to 240 VAC Frequency : 50 - 60 Hz;
following power The cabinet shall support sleep mode for power
consumption consumption saving; The cabinet shall be
and features supported remote control for easy operation;

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 35 of 120


All the cables are connected from inside of the
cabinets, no cables exposed outside the cabinet
38 Country of To be disclosed by Bidder
Origin of LED
Screen and LED
Controller needs
to be Declared
39 Warranty & On-Site warranty of installed LED Video Wall,
Operation LED Video Wall Mount, LED Manager, LED
Compatibility Video Wall interface Controller and Software is
for 3 years from the date of installation.
40 3 Year CAMC Bidder shall provide 3 year CAMC after
after warranty completion of 3 year warranty

3.2.5.2 Video Wall Controllers Technical Specifications & Accessories

S.N. Parameter Parameter Description Remarks


1 Video Wall Minimum 8.29 Million Pixels to support
Controller 4K/UHD each input and Output display video
signals with resolution of Minimum 3840 x 2160
pixels.
Video Wall Controller must be compatible with
Video wall in case of different OEM and
certified by any of the OEM, where same OEM
of Video Wall controllers are not available.
2 Inputs Minimum 8.29 Million Pixels to support
4K/UHD each input and Output display video
signals with resolution of Minimum 3840 x 2160
pixels
3 Output Minimum 3 x HDMI , 1 x DP / HDMI or more
to connect multiple sources on the video wall
4 Processing Up to 4:4:4 Signal Processing (True 4K)
Power
5 Scaling (Up- Video Wall Controller must have built-in up-
Scaling/ scaling and downscaling capabilities
Downscaling)
6 Failover Support Should have capability to prevent blackout of
video wall on failure of any input source
7 3rd Party Yes
Integration

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 36 of 120


8 Loading Min 3840*2160@60HZ or more
Capacity/ Input
Resolution
9 Certifications of Minimum certifications: BIS/CB/FCC
Controller
10 Operating Windows/ Webos/ Android/ Tizen/ Linux
System
11 Storage/ 12 Gb or higher
Memory
12 Original Original Configuration Software of Same OEM
Configuration as LED, Original Digital Signage Software of
Software Same OEM as LED, and Original Monitoring
Software of Same OEM as LED needs to be
supplied along with Micro LED.
13 Other Features Ambient Light Sensor; Brightness & Chroma
Required Adjustment; Easy operation Remote Control/
Touch Control Panel for usage; Digital Signage
Software to Divide Screen and Play Multiple
contents including URL, Streaming etc;
Monitoring Software for checking Following
Factors through Network:(1) Temperature(2)
Signal Status(3) LED power(4) Ethernet
Connection Status(5) Main/ Sub Signal
Status(6) Pixel Defect / Line Defect of LED
Module
14 Mounting Complete Video Wall to be installed using 1 Complete
Structure Aluminum 40 x 40 mm T-Slot Profile structure. structure for given
Size should as per video wall video wall
15 HDMI Cables HDMI Cables of various length to connect all
the Desktops/ to Video Wall Layout Controller
and further to connect Video Wall Controller to
Video Wall Interface Controller. HDMI Cable
must have conductor Material: Bare Copper
26AWG (7/0.160), 24AWG (7/0.20); Cables
must have triple screening; HDMI Cables must
have type A, 24K gold–plated connector with
self-lock mechanism
16 Video Wall Video wall Controller- 4U Chassis, Hardware
Layout based Video Wall Controller for 1080p / 4k60
Controller 4.4.4 environment & must be 8K ready with
FPGA technology or equivalent.
4U chassis must have minimum 16 slots to
insert inputs and outputs cards, Video wall

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 37 of 120


processor must have minimum 3 canvas,
Minimum 12 Gigapixels of overall design
canvas space, capable to show 64 windows on
each canvas with no visible latency and
minimum upto 56 no 1080p high bandwidth
outputs, Up/Down/Cross Conversion scaling,
must support resolution (1280x720P) 50, 60Hz;
(1920x1080i) 50, 60Hz; 4k60 4:4:4 or better.
System should have minimum 12 HDMI
supporting minimum 1080p resolution &
Should have provision to go upto 4K by adding
necessary cards.
System should have minimum 4 HDMI output
supporting minimum 4k resolution without
compromising the resolution on any panel,
color, pixels and aspect ratio The Video wall
Controller must have options to go 360 degreee
rotation, must be capable to handle multiple
video walls from a single chassis, multi-user
control options to choose from Software, app,
3rd party control and button panels.
Each canvas should support symmetric and
asymmetric both kind of Video wall with
Picture in picture, Multi windowing & source
overlaying, Adjustable bezel compensation
features or better, Live dashboard to switch
pre-sets, EDID manager, Custom Resolution
Editor, De-embedded audio out & minimum 50
pre-sets should be saved permanently in the
system, HDCP Compliant, Secure
communications: for keeping information safe
with HTTPS SSL connectivity and experience
RESTful multi-user control with remote
monitoring or equivalent, must support
Creation mosaics, square walls, expansive edge
blends and power your LED walls with pixel-
perfect performance, Must have redundant
power. Control: Dashboard on software,
Mobile application for Android and IOS both,
Tablet application for Android and IOS both,
Button Panels & for 3rd party Automation
device Lan & Rs-232.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 38 of 120


3.2.5.3 NOC Room Input source & other requirements
S.N. Parameter Parameter Description Remarks
1 Desktop Workstations with Processor 12th Gen Intel®
Workstations Core™ i9-12900K or above; OS Windows 11 Pro; Qty: 22 nos.
with Monitor RAM 16 GB; Storage 512 SSD/ HDD or more;
Ports : USB 3.2, USB 2.0, HDMI, DP, RJ45, Audio
Jack; Microphone Jack; Audio (Line Out), Wifi, ;
to be supplied with Monitor of size 22" or more
(monitor and workstation must be of same
make), Keyboard and Mouse.
Work Station display can be dual & extended mode both
2 Desktop Workstations with Processor 12th Gen Intel® Qty: 2 nos.
Workstation Core™ i7-12900K or above; OS Windows 11 Pro;
with Monitor RAM 16 GB; Storage 512 SSD/ HDD or more;
and 4 Gb Graphic Ports : USB 3.2, USB 2.0, HDMI, DP, RJ45, Audio
Card having Jack; Microphone Jack; Audio (Line Out), Wifi, ;
4xHDMI Output to be supplied with Monitor of size 22" or more
(monitor and workstation must be of same
make), Keyboard and Mouse.
Must have PCIe slot for inserting 4 GB DDR5
Graphic Card having 4xHDMI outputs.
3 Device Software or Hardware based control system
Controller with required perpetual licenses to control
devices mentioned in the BOQ via suitable
control methods and ports. Should support
integration with OEM Touch Screen Panel and
iOS/Windos devices as wireless touch
controller
4 10” Touch Panel 10-inch or larger touch Screen Controller. High
Definition, Multi-touch Touch Screen Controller
with 24-bit color display or better. Viewable
Screen Dimensions (diagonal) – 10.07-inch or
large, Resolution - 1920 × 1200 or better,
Brightness - 380 Nits or better, Aspect ratio –
16:10 or better, Power – PoE, Mounting – Wall
and Tabletop, Orientation - Vertical /
horizontal. Configurable LEDs on both sides.
Sensors - Ambient Light Sensor, Proximity
Detection or more. Should include table
mounting system.
5 Network Switch 10-Port PoE+ Gigabit network switch with 125W
power budget. Should support Multicast
Management and QoS for traffic management.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 39 of 120


To supplied along with Dual Band WiFi access
point router.
6 AV Rack with 27U Rack with FAN 230V AC 90 CFM, Front
Fan & PDU toughened glass, back steel door and foldable
side panels, PDU 19 HORIZONTAL 6, SOCKET
5/15 AMP WITH SWITCH AND INDICATOR
AND 2.5 MTR CABLE AND 3 PIN PLUG,qty-
01, CASTOR, HY, DTY, THR QOT W/O BRAKE
AND WITH BRAKE -qty -1set
7 Network Network cable complying with Cat6A enhanced Q: As per
Ethernet Cable premise Horizontal Cable (minimum 625 MHz) requirement
and other 4 pair, having 23 AWG solid bare copper
accessories conductors. Bidder to suply sufficient length of
cable to connect all the devices. Also supply
other necessary accessories for the integration
and commissioning
8 Multifunctional NOC Room shall have a Multifunctional heavy Qty: 01
heavy duty duty colour digital copier-printer-scanner
colour digital Printer Type:Print, Scan, Copy
copier-printer Print Method:PrecisionCore Heat-Free
scanner Technology
Maximum Monthly Duty Cycle:Up to 45,000
pages *2
Maximum Resolution:4800 x 1200 dpi
Maximum Copies from Standalone: 999 copies
Reduction / Enlargement: 25 - 400%, Auto Fit
Function
Max Copy Resolution: 600 x 1200 dpi
Scanner Type: Flatbed colour image scanner
Sensor Type: CIS
Optical Resolution: 1200 x 2400 dpi
9 Laser printer A4 Size Black & White Laser Multifunction Qty:01
Printer,
Perfect for Home & Office
Print speed up to 30 ppm (black)
USB; Mobile printing
Copy, Scan are optional
10 98” 4K LED 4K LED Display having Diagonal Size - 98 Qty:02
Display inches or above; Panel Technology - IPS
(Inplane Switching); Native Resolution - 3840 x
2160 (UHD); Brightness - Minimum 500cd/m2
or above; Refresh Rate - 120 Hz or above;
Contrast Ratio - Minimum 1300:1 Dynamic CR
- 500,000:1 Viewing Angle(H x V) - 178 x 178;

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 40 of 120


Response Time - 8 ms or less; Orientation -
Landscape & vertical , Haze 1% , ; Operation
Hours compatibility - 24 X7 Hr grade or
Higher; Interface : Input Ports - HDMI- 3 or
more,DP-1,DVI-D-1, Control ports - RS232C IN
& Out, RJ45-1 ( for Network);USB - 1 or more;
Output - DP-1, Audio Out - Yes; Required
Features : Internal Memory (8 GB), Built-in Wi-
Fi, Temperature Sensor, Auto Brightness
Sensor, Current Sensor, Embedded CMS (Local
Contents Scheduling, Group Manager), USB
Plug & Play, Background Image (Booting Logo
Image, No Signal Image), Fail Over, Sync Mode
(RS-232C Sync, Local Network Sync), Multi-
screen (PIP, PBP(4)), Screen Share, Play via
URL, Screen Rotation, External Input Rotation,
Tile Mode Setting (Max. 15 × 15), Setting Data
Cloning, SNMP, ISM Method, Control
Manager, Smart Energy Saving, Wake on LAN,
Beacon, HDMI-CEC3), SI Server Setting,
webRTC

3.2.5.4 Conference Room Setup requirements


S.N. Item Item Description Remarks
1 98" 4K LED 4K LED Display having Diagonal Size - 98 Qty:01
Display inches or above; Panel Technology - IPS (Inplane
Switching); Native Resolution - 3840 x 2160
(UHD); Brightness - Minimum 500cd/m2 or
above; Refresh Rate - 120 Hz or above; Contrast
Ratio - Minimum 1300:1 Dynamic CR -
500,000:1 Viewing Angle(H x V) - 178 x 178;
Response Time - 8 ms or less; Orientation -
Landscape & vertical , Haze 1% , ; Operation
Hours compatibility - 24 X7 Hr grade or Higher;
Interface : Input Ports - HDMI- 3 or more,DP-
1,DVI-D-1, Control ports - RS232C IN & Out,
RJ45-1 ( for Network);USB - 1 or more; Output -
DP-1, Audio Out - Yes; Required Features :
Internal Memory (8 GB), Built-in Wi-Fi,
Temperature Sensor, Auto Brightness Sensor,
Current Sensor, Embedded CMS (Local
Contents Scheduling, Group Manager), USB
Plug & Play, Background Image (Booting Logo

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 41 of 120


Image, No Signal Image), Fail Over, Sync Mode
(RS-232C Sync, Local Network Sync), Multi-
screen (PIP, PBP(4)), Screen Share, Play via URL,
Screen Rotation, External Input Rotation, Tile
Mode Setting (Max. 15 × 15), Setting Data
Cloning, SNMP, ISM Method, Control Manager,
Smart Energy Saving, Wake on LAN, Beacon,
HDMI-CEC3), SI Server Setting, webRTC
2 75" 4K LED 4K LED Display having Diagonal Size - 75 Qty:01
Panels inches or above; Panel Technology - IPS (Inplane
Switching); Native Resolution - 3840 x 2160
(UHD); Brightness - Minimum 500cd/m2 or
above;Refresh Rate - 120 Hz or above; Contrast
Ratio - Minimum1100:1 Dynamic CR - 500,000:1
Viewing Angle(H x V) - 178 x 178;Response
Time - 8 ms or less;Orientation - Landscape &
vertical , Haze 3% ; Operation Hours
compatibility - 24 X7 Hr grade or Higher;
Interface : Input Ports - HDMI- 3 or more,DP-
1,DVI-D-1, Control ports - RS232C IN & Out,
RJ45-1 ( for Network); USB - 1 or more; Output -
DP-1, Audio Out - Yes; Required Features : Wi-
FI connectivity - Built in; Wireless Access Point -
Yes; Memory (Built-In) - 8 GB or high; Processor
(SOC) - Quadcore or Higher with 2GB RAM or
Higher; Built in OS - Windows10/
Webos/Android/ Tiezen, SNMP support; Web
Link; Wake on LAN; Fail over - Yes; Internal
Memory; Screen Share, Video Tag (4);
Multiscreen Feature - PIP & PBP - Required;
HDMI-CEC; SI Server Settings; Power Supply -
100-240V~, 50/60Hz;Power Type - Built-In
Power; Built-In Speakers - Yes; Safety - UL ,BIS,
FCC Class "A" ,ISO24001
3 Digital Signal Open Architecture Fixed or chassis based
Processor for Digital Signal Processor with minimum 12
Ceiling Tile Mic/Line inputs with Phantom Power and 12
Microphone Line outputs. Minimum 16 assignable &
routable AEC channels @200ms tail length.
Minimum 8x8 Dante channels and support for
up to 128x128 Network audio channels via
Dante/AES67 or similar protocol. POTS and SIP
Softphone integration for Audio conferencing.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 42 of 120


Configurable 16x16 or more USB Audio
channels. USB port for AV USB Bridging for
emulating USB Audio (Speakerphone) and USB
Video (Camera) driver for software or web-
based conferencing applications. A/D-D/A
converters - 24 bit or better, Sample rate - 48 kHz
or better, Input frequency response of 20 Hz to
20 kHz @ +21dBu or better, Input dynamic range
> 109 dB or better. Third party device control via
Ethernet, RS232 ports. Dual Ethernet ports for
redundancy and configurations.
4 Ceiling Tile Ceiling array microphone with beam forming
Microphone technology or individual auto zone
configurations. Should provide active speaker
angles or zone detection for Camera preset
recalling with DSP and control system. Power -
PoE, Network Protocol supported - Dante and
AES67. Frequency response - 160 Hz to 18,000
Hz or better, SNT - 83 dB (A) or better, Dynamic
range - 93 dB (A) or better, MAX SPL - 104 dB
SPL or better.
5 Network Switch Dual channel class-D amplifier. Wattage per
for Audio Channel - 200 watts/channel into Low-Z loads
(8Ω/4Ω)/ 70V/100V or better. Power sharing or
bridge mode for maximum output. Signal to
Noise ->100 dB or better, Frequency Response-
20Hz-20kHz or better, Input Impedance->10 kΩ
balanced/unbalanced or better, Front and Rear
Panel indicators for Power, per channel Signal,
Protect/Limit etc. Should be rack/surface
mountable with brackets included.
6 POE Line Array Column surface-mount loudspeaker.
Speakers Transducer- (x16) 2.75-inch weather treated
paper cone woofer or better. Frequency range-
90 Hz – 17 kHz or better, Rated Power e- 200
watts (rms) or better. Sensitivity- 89dB or better.
Coverage - 160 x 30 degrees. Ingress Protection -
IP-54 or better. Powder coated aluminum
enclosure or similar. Powder coated aluminum
grille or similar. Pan-Tilt mounting bracket
should be included.
7 22" Pen Display FULL HD 21.5” Creative Pen Display with
Resolution 1920 x 1080 . Active Area: 18.7 x 10.5

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 43 of 120


in. Brightness: 210 cd/m2 (typ). Contrast Ratio
1000:1. Viewing Angle 178˚. Pen Technology
Patented electromagnetic resonance technology.
Display Technology: IPS, Included Adjustable
Stand and Pen with 3 replacement nibs
(standard) and nib removal tool. Port: HDMI
port, USB-A port. Response Time: 22ms or better
8 12x Optical 4K Network PTZ Conference camera with
Zoom Camera minimum 12x optical zoom & 80-degree
horizontal coverage. Low Noise CMOS 4K
image sensor with User-configurable resolution
and quality for IP streams (up to 1080p). HDMI
resolutions up to 4K30 or better and SDI-3G
resolution up to 1080p60 or better. Image
rotation controls to allow for inverted mounting
using ceiling bracket. Minimum Illumination -
0.5 Lux @ (F1.8, AGC ON) or better, Horizontal
Rotation Range - ±170°, Vertical Rotation Range
- -30° to +90° or better, White Balance controls-
Auto, indoor, outdoor, one-push, manual,
specified color temperature or better. Camera
should be able to transmit video via network to
USB endpoint connected for video conferencing.
Camera should support Automatic positioning
based on the signal from ceiling tile microphone.
Power – PoE & AUX. Shall include wall
mounting bracket included
9 Device Software or Hardware based control system
Controller with required perpetual licenses to control
devices mentioned in the BOQ via suitable
control methods and ports. Should support
integration with OEM Touch Screen Panel and
iOS/Windows devices as wireless touch
controller.,
10 10” Touch Panel 10-inch or larger touch Screen Controller. High
Definition, Multi-touch Touch Screen Controller
with 24-bit color display or better. Viewable
Screen Dimensions (diagonal) – 10.07-inch or
large, Resolution - 1920 × 1200 or better,
Brightness - 380 Nits or better, Aspect ratio –
16:10 or better, Power – PoE, Mounting – Wall
and Tabletop, Orientation - Vertical /
horizontal. Configurable LEDs on both sides.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 44 of 120


Sensors - Ambient Light Sensor, Proximity
Detection or more. Should include table
mounting system.
11 Network Switch 10-Port PoE+ Gigabit network switch with 125W
power budget. Should support Multicast
Management and QoS for traffic management.
To supplied along with Dual Band WiFi access
point router.
12 HDMI Splitter 8 x 9 4K HDMI Seamless Matrix Switch with
4x1 Scaler. supports Resolution up to 4096 x 2160,
HDMI 2.0 and HDCP 2.2. Audio Output: 1,
Control: RS-232/Ethernet, Compliance: HDMI
(3D, Deep Color, 4K), HDCP 2.2 Compatible,
Consumer Electronics Control (CEC)
with required number of 4K Tx-Rx - HDMI to
HDBT TX RX Kit. Should support 4K upto 40
meters and 1080P upto 70 meters
13 HDMI, CAT6 HDMI Cables of Various lengths capable to pass As per design
Cables and other through 4k resolution; CAT6 cables and other requirement
accessories necessary accessories to integrate and
commission all the devices in a solution
14 Desktop Workstations with Processor 12th Gen Intel® Qty:01
Workstations Core™ i9-12900K or above; OS Windows 11 Pro;
with Monitor RAM 16 GB; Storage 512 SSD or more; Ports :
USB 3.2, HDMI, DP, RJ45, Audio Jack;
Microphone Jack; Audio (Line Out), Option to
expand HDMI/USB Type-C/ DP Port; WLAN,
Wifi, Bluetooth; Expansion Options for
Serial/DP/HDMI/TypeC-
DP/VGA/Thunderbolt 4; to be supplied with
Monitor of size 22" or more (monitor and
workstation must be of same make), Keyboard
and Mouse.
15 USB 3.0 Extn. USB Active Extender Cable. MAX. DATA As per Room
Cable RATE: 5 Gbps, Connector - USB Type A Male to Dimensions. Refer
Type A Female. Cable Composition: 2 pair the Room Layout
24AWG + 1 pair 26AWG + 2 wires 22AWG Sheet
+drain wires 24AWG
16 AV Rack with 27U Rack with FAN 230V AC 90 CFM, Front
Fan & PDU toughened glass, back steel door and foldable
side panels, PDU 19 HORIZONTAL 6, SOCKET
5/15 AMP WITH SWITCH AND INDICATOR
AND 2.5 MTR CABLE AND 3 PIN PLUG,qty-

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 45 of 120


01, CASTOR, HY, DTY, THR QOT W/O BRAKE
AND WITH BRAKE -qty -1set

3.2.5.5 Interior Work & Furniture

S.N. Item Item Description Remarks


1 Partition Walls To erect partition walls made of Gypsum As per design
Board on 2 sides over GI Stud Channel as requirement
per the attached Layout. Walls must be
finished with Pop putty and Emulsion
paint.

NOC and Conference Room Partition to


be done with Smart Glass
2 Partition Walls To erect partition walls made of Gypsum As per
with Acoustic Board on 1 side and Wooden Slated requirement
Treatment Acoustic Panel over GI Stud Channel as
per the attached Layout. The inner gap
must be filled with Acoustics Fiber Wool.
Walls must be finished with PoP putty and
Emulsion paint.
3 Glass Doors with Size : 7' x 3' with SS fittings and door As per design
SS Handle and closing machine requirement
Closing
Mechanism
4 Executive Chairs Executive chairs with medium back Q: 25
support, premium quality of high density
foam and leatherette. Chair must have
comfortable hand supports, 360 degree
revolving mechanism, pneumatic height
adjustment mechanism, and wheel
castors. The colour combination must
match to other kind of chairs as
demanded. Executive Chairs must be
placed in NOC Room, Conference Room,
Manager Room, Server Room and Staff
Room.
5 Chairman Chair Chairman Chair with high back support, Q: 5
premium quality of high density foam and
leatherette. Chair must have confortable
hand supports, 360 degree revolving
mechanism, pneumatic height adjustment

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 46 of 120


mechanism, and wheel castors. The colour
combination must match to other kind of
chairs as demanded. Chairman Chair is
required for Conference Room
6 Furniture Technical Furniture/Control Desk & As per
Conference Room Table requirement
7 Sofa Set NOC Room : 3 Seater Sofa, Qty -2 As per
Manager Room : 2 Seater Sofa, Qty - 1 requirement
8 Carpet NOC Room, Conference room & Manager As per
room requirement
9 False Ceiling NOC Room, Conference room & Manager As per
Room, Staff Room etc. requirement
10 False Flooring NOC room and same level flooring on As per
conference room So that NOC room may requirement
be extended with conference room
(Tapered flooring at passages)
11 Lighting Fixture, All lights, fans as per design of NOC
wall Fans and facility
Electrical fittings
12 Pantry Counter Pantry counter with storage box for 24
with Storage Box hour operation facility of NOC
13 Paint work Theme based goof quality paint in all
exterior walls of NOC
14 Curtains Curtains as per design of NOC
15 AC Ducting AC ducting to be prepared as per NOC
Work design
16 Cable race ways All cable should be inside cable race ways
17 Bunk Bed One double height Bunk Bed with Sleep
well mattress, Bombay dyeing bedsheet
and Pellow etc.

3.2.5.6 Access Control System


S.N. Item Item Description Remarks
1 CCTV Camera NOC room & conference room access can
System with be monitored from manager room
NVR
2 Fire Fighting Fire-fighting system to be prepared as per
System NOC design
3 Door Access Biometric door access system shall be
Machine installed for NOC room & Conference
room

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 47 of 120


3.2.5.7 Other General information

Power Supply Power Supply Sufficient Power Supply 5Amp/ 15Amp sockets &
Points
switches for all the equipment.
Networking I/O Boxes Installation of 10 I/O Boxes with RJ45 Female sockets,
connected with network cable CAT6 (these cables lines
will be provided by C-DOT), 10 Patch cords of
sufficient length
Door Access System Door Access System SITC of Door Access Machine having at least 1500
fingerprint templates, RFID Cards at least 1500, Log
capacity up to 100000, and Finger print sensor of 500
DPI. Identification Speed: <= 1sec, Display: at least 2.8”
TFT Screen, Communication: TCP/IP, USB-host Inbuilt
Battery Backup. It must be supplied with software for
accessing log/ records and configurations To install
EM Lock on the door and push button and to integrate
the same with Door Access Machine
CCTV Security IP Based CCTV Dome Type Motorised IP Based CCTV Camera
System Camera (Indoor), 1/2.8-inch Progressive Scan CMOS, 1920
×1080@30fps, 2.7 mm to 13.5 mm manual/motorized
(with -Z) vari-focal lens, Digital WDR (Wide Dynamic
Range), IP67, IK10, PoE and WDR
CCTV Security Network Video 8-Ch Network Video Recorder, Network Interface: 1 RJ-
System Recorder (NVR) 45 10/100/1000 Mbps self-adaptive Ethernet interface,
USB Interface: Front panel: 1 × USB 2.0; Rear panel: 1 ×
USB 3.0, Incoming Bandwidth upto 80 Mbps,
Recording resolution: “12 MP/8 MP/6 MP/5 MP/4
MP/3 MP/1080p/UXGA/720p/VGA /4CIF/DCIF/
2CIF/CIF/QCIF”. Hard-Disk: 2 SATA interfaces for
2HDDs at least 8 TB. NVR to be supplied with 22"
Monitor, required accessories. NVR and CCTV Camera
must be of same OEM.
Rodent repellent Rodent repellent for Emits ultrasonic sound waves to create an acoustically
NOC hostile environment that repels rodents, No Chemical
or Poison, No Audible sound to human
Note: If any item is missing and required then it has to be included free of cost.

3.2.6 SCOPE OF MANAGED OPERATION & MAINTENANCE (O&M) SERVICES

A. ON-SITE SUPPORT

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 48 of 120


The bidder shall be able to provide the onsite operations support for the day-to-day operations and
issue resolutions such as:

 Problem Resolution / Troubleshooting during entire contract period of 06 (eight) years which
includes 03 (three) years of warranty and 03(three) years of CAMC.
 Coordination with offsite technical support and the Help Desk.
 Any other related services not included in this document.

C-DOT has the right to ask for a change of maintenance/support personnel without citing any reason.
The bidder shall arrange a replacement within 1 working day having the same or higher competency
level. The support manpower/ team should be always available on site and should be reachable on
telephone till the successful resolution of the issue.

Spares: Successful Bidder shall maintain spare of important (possible) components at CDOT premises
for immediate replacements/ repairs. Out of above-mentioned quantities of AV over IP Encoder,
Decoders and HDMI Splitters, 1 no. of each shall be counted as spare. The total cost of all spares must
be not more than 5% of the Bid Value.

B. SCOPE OF DOCUMENTATION
The successful bidder shall provide detailed design, documentation, make, and model efficiency
including user, system, and operation manuals along with the necessary diagrams, design drawings and
detailed bifurcation of Bill of Quantity (BOQ) along with detailed description.

The drawing (to be submitted before execution or as on when required) may include but not limited to
the following

 Site layout
 Equipment placement layout
 All drawing for Electrical scheme including single line diagram All GA drawing of equipment
 Power Sockets, Wiring Drawing, Grounding and Earth Lights fixture layout
 Furniture placement Network cabling
 Ceiling drawing with AC outlet and Fire pipe outlets Sectional views
 3D drawing as required Others relevant drawings
 Drawings as per plan and as built shall be handed over in hard copy as well as in soft copy
 Manual of operation and maintenance will be handed over in hard copy as well as in soft copy
 The Bidder should prepare & submit along with the bid documents, datasheets of the hardware
used in the system.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 49 of 120


 The Bidder shall also submit a copy of CCE approval letter for the cylinder proposed to be used (if
any). These documents shall be attached to the bid.
 Documentation of the Installed Network with the Diagram and labeling details of the I/O's and Patch
Panels and Penta Scanning Results of UTP Nodes will be submitted in soft as well as hard copy.
 Any other diagram/documents wherever applicable for the Network Operation Centre shall be
submitted in hard copy and soft copy.

C. SCOPE OF OTHER WORKS

Since this is a Turnkey project, the bidders shall include any other components/equipment required for
completion of this project and submit their bid accordingly. Bidders will have to do the work which is
not written or partially written in this document but required for the Network Operation Centre to
design, operate or for aesthetic look. C-DOT Committee may also propose any work related for the
Network Operation Centre and bidders will have to accept the same.

3.2.7 COMMON SPECIFICATIONS FOR QUOTED ITEMS

The bidder shall ensure for the compliance of below criteria for the items/equipment to be quoted for
the Network Operation Center:
1. Items or the devices meeting at least above-mentioned specifications or higher, will be accepted.
Except those parameters which are already mentioned as maximum or in given range.
2. LED/Display manufacturer should have registered office in India from 10 years (Incorporation
Certificate Required).
3. LED/Display manufacturer/authorized representative should have registered Service office in
Delhi & NCR from 5 years with skilled manpower to provide onsite Service support through Toll-
free/Website.
4. LED/ Display manufacturer should have GSTN, PF certificates.
5. OEM/ Its Authorized Representative must provide 3 years of warranty on all the above active
electronic devices and should be able to provide 5 years of support on parts from the date of
Bidder's Tax invoice to CDOT.
6. Bidder must be authorized by OEM. Bidder must obtain and submit bid specific MAF/
Authorization Letter on the letter head of OEM for Video Wall, Technical control desks

3.3 PROJECT MANAGEMENT

3.3.1 ROLES AND RESPONSIBILITIES

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 50 of 120


The following matrix shall broadly govern the roles and responsibilities of the Contractor and C-DOT
under the complete Scope of Work:

S.N. Activities Contractor C-DOT


1 Overall Project Management Ownership P
2 Preparation of the Project Plan P
3 Approval of Project Plan P
4 Site Handover to contractor P
5 Access to the facilities and movement of material/ S P
equipment as per the requirement
6 Engineering and Execution Drawings submission P A
7 Requisition for Access Passes for Working Staff P A
8 Making Detailed Bill of Material P
9 Submitting samples / material, for make and quality P A
approval
10 Supply Installation Testing & Commissioning of In- P
scope works
11 Approval for Design Guidelines submitted by Bidder P
12 Formulation of Acceptance Test Procedures P A
13 Availability of test Equipment/instrument P A
14 Co-ordination between subcontractors P
15 Storage Space, Project Insurance and Physical P
Security of Equipment at site
16 Arranging weekly review meetings P S
17 Tracking Project Plan P S
18 Regulatory Approvals – Municipal Committee; P S
Electrical; Pollution Control Board, Landlord,
Approval for Electrical
19 Final Acceptance Testing S P
20 Documentation and Training P S
21 Project commissioning and Hand over to C-DOT P A
22 Project takeover by C-DOT S P
Legends: P = Primary S = Secondary A= Approval (With Approval from C-DOT)

3.3.2 PROGRAM MANAGEMENT


The bidder shall appoint a Project Manager to head a team of technical experts for each area of work
head under the contract. The project manager shall be responsible for all the coordination work at site
and represent the contractor in review meetings. The technical experts of the contractor shall also make
themselves available on-site for any clarifications/technical discussions, if required.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 51 of 120


3.3.3 REVIEW MECHANISM
Weekly review shall be done with the C-DOT team to assess the progress of the project. Weekly status
report shall be submitted one day before the scheduled review meeting.

3.3.4 ESCALATION MECHANISM


The bidder shall provide an escalation matrix (including names and contact details of responsible
persons from bidder’s organization) at the time of bid submission for smooth execution of the project. It
is the responsibility of the bidder to ensure that no issue is pending for more than two days after
escalation by C-DOT.

3.4 LIST OF MAKES/BRANDS/MODELS


List of APPROVED Makes/Brands/Models of the major components/ equipment is given. Bidders
should adhere to the same for the Proposed Network Operation Centre.

LIST OF APPROVED MAKES/BRANDS/MODELS

Civil Works & Furniture


1. Fire Rated Gypsum Partitions India Gypsum/Boral
2. Fire rated Painting International
Paints/Newkem/Promat/Asian
3. Technical Furniture/ Featherlite/ Evans/ Winsted/ Pyrotech
Control Desk Workspace/ Tresco
4. Aluminium Section Jindal/ Indal/ Balco/ Hindalco/ Indoalusis
(Mahavir)
5. Cement L&T/ACC/Birla Super /JK Cement/Gujarat
/Ambuja/Ultratech/Zauri/Jaypee
6. Reinforcement steel SAIL/TISCO/RINL/Rathi Udyog
7. Float glass (IF ANY) Modi Float/Asahi India/ Saint Gobain
8. Pre-laminated board Anchorlam/ Novapan/ Bhutan Board/
Green Lam/Mayur
9. Paints and distemper Asian Paints/ Shalimar/ Berger/ ICI/
Nerolac
10. Antistatic flooring (IF ANY) LG Luck Strong Galaxy/ type 86115/ Tri
Polarcon
11. Adhesive(IF ANY) Dunlop/ Fevicol/ Vamicol/ Pidilite
12. Water proofing compound, FOSROC/ CICO/ Pidilite/ Sika/ BASF
hardener and construction
chemicals(IF ANY)
13. Aluminum hardware ISPA or approved equivalent
14. Gypsum board India Gypsum/ Saint Gobain/ USG/ Lafarge
15. Glass film 3M/ Llumar

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 52 of 120


16. Wall putty Birla White/JK White
17. Fire door Sukri/ Aadhunic/ Promat/ Shaktimet
18. Anti-termite treatment Pest Control (India) Ltd/ Post Con India
19. Lock Ebco/ Godrej/ Harrison
20. Smart Glass Modigaurd/SaitGobin/Royaltint
21. Chairs Godrej, Feather lite, CPM Systems, Nilkamal
22. SOFA Godrej, Durian, Nilkamal

S.N. Item Description MAKES/BRANDS/MODELS


1 LED Video Wall LG/ Samsung/ Sony/
Barco/Delta/VideoWallIndia
2 Video Wall Controllers from LG/ Samsung/ Sony/
compatible with Video Wall OEM Barco/Delta/VideoWallIndia/Novastar
3 AV Over IP Encoder Lumens/ Cypress/ Crestron
4 AV Over IP Decoder Lumens/ Cypress/ Crestron
5 AV Over IP Master Controller Lumens/ Cypress/ Crestron
6 Multi-Viewer Cum Matrix Cypress/ Extron/ Crestron/Aten
7 USB 3.2 Hub Switch Aten/ Extron/ Crestron
8 HDMI Splitter Cypress/ Extron/ Crestron
9 Power Management System Cypress/ Extron/ Crestron
10 Network POE Switch Netgear/ Cisco/ Aruba
11 Wifi Router Cisco/ Dlink/ Netgear
12 VC Camera Lumens/ Sony/ Panasonic/QSC
13 Device Controller AMX/ Crestron/ Extron/QSC
14 10” Touch Panel AMX/ Crestron/ Extron/QSC
15 Audio Digital Signal Processor Yamaha/ Shure/ QSC
16 Microphone Yamaha/ Shure/ Sennheiser/ATDSC
17 Network Switch for Audio Yamaha/ Cisco/ Netgear
Conference System
18 POE Line Array Speakers Yamaha/ Shure/ QSC
19 Dual Touch Pen Display AHA/ Wacom
20 Network Ethernet Cable Kramer/ Belden/ Crestron
21 HDMI Cable Kramer/ Belden/ Crestron
22 A/V Rack Valrack/ APW
23 98”, 75” 4K LED Display Panel LG/ Samsung/ Sony/ Barco
(Smart LED TV)
24 Desktop Workstations HP/ Dell/ Lenovo/ Fujitsu
25 Multifunctional heavy duty HP/ Epson/ Sharp/ Cannon
colour & laser black & white
digital printer/ copier/ scanner

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 53 of 120


26 Desktop Workstation with HP/ Dell/ Lenovo/Custom
Monitor and 4 Gb Graphic Card
having 4xHDMI Output
27 22" Pen Display AHA/ Wacom/ Sony

Electrical Work
1. MCB ABB / Schneider / Siemens/Havells/
L&T/ Legrands
2. LT Cables KEI/Polycab/Finolex/Havells
3. Wires KEI/Polycab/Finolex/Havells
4. Modular Switches & Sockets Crabtree / Legrand /Havells/Anchor
5. FRLS PVC Conduits Universal / Precision
6. Light fixtures - LED type Philips / GE/Havells/ Syska/ Jaguar
7. TPN 6 Way / 4 Way L&T/ABB

Networking Equipment
1. Switches CISCO /JUNIPER/Arista/HPE
2. Fiber cables Molex/ Commscope/ Veldon/
Commscope/ AFL/ Corning/Belden
3. Copper Cables (if any) Molex / Schneider / AFL/
Corning/Belden

Fire Control System


1. Powder based Fire Extinguisher Kalpex/ Safeguard
2. Microprocessor Based DIP Pyrox/ Ravel/ Agni
switch based Addressable
Module
3. P.A. System Ahuja
4. Smoke / Heat Detectors Pyrox/ Ravel/ Agni
5. Response Indicators Pyrox/ Ravel/ Agni

Access Control System


1. Contact less Access Readers HID /Cardax / Axis/Honeywell/eSSL
(Proximity/Smart}
2. PIN type Readers HID /Cardax / Axis/Honeywell/eSSL

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 54 of 120


3. Biometric Card Readers Bioscrypt/ HID /
Axis/Morpho/Honeywell/eSSL
4. Emergency Break Glass unit KAC / Agni/eSSL
5. EM Door Locks BEL / Dorma / Ebelco / Honeywell/eSSL
6. Access Controllers HID / Axis/ Lenel/Honeywell/eSSL
7. Access Control Software HID / Axis / Lenel/Honeywell/eSSL
8. CCTV Camera Honeywell/ Dlink/ Prama
9. CCTV Network Video Recorder Honeywell/ Dlink/ Prama
(NVR)
Note: “Equiv.” means any equivalent brand

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 55 of 120


3.5 DETAIL OF UNPRICED BOQ FORMAT

Detail Price BOQ FORMAT

S.N. Item Make & Quantity Unit Price GST % Total Price Total Price
Description per Model without without GST with GST
technical Specs GST
Design & build, site preparation, supply, installation, testing & commissioning of
Network Operation Centre on turnkey basis including 03 years Warranty
1
2

Comprehensive Annual Maintenance Contact (CAMC) after 3 years warranty period
1 CAMC charges
for 4th year
2 CAMC charges
for 5th year
3 CAMC charges
for 6th year

Note

 The Bidder shall furnish the detailed Bill of Material (BOM) for each item. The
detailed Bill of Material should clearly mention all the components including
quantities constituting the NOC. There should not be any difference in the items
and quantities in the priced (for Financial Bid) and unpriced (for technical Bid)
BOMs.
 Breakup of the quoted price to be submitted in the format as above. Refer Section
3 of the Tender Document for line item details.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 56 of 120


4 CRITERIA OF EVALUATION OF ACCEPTED BIDS & SELECTION

4.1 ELIGIBILITY CRITERIA

The Bidder should fulfill the following mandatory requirements in order to qualify
as an eligible Bidder and shall submit the corresponding supporting documents as
part of his bid.

a) Make in India: Only Class-I Local Supplier and Class–II Local Supplier as
defined under the Revised Public Procurement (Preference to Make in India) order
2017, issued vide DPIIT Order No. P-45021/2/2017-PP (BE-II) dated 16th September,
2020 and further as amended from time to time, if any, shall be eligible to bid in the
tender. All rulings with respect to Local content, Class-I Local supplier/Class-II Local
supplier shall be as per the cited order. The bidder shall submit the Declaration of
Local Content (LC) as per ANNEXURE -L in the technical bid.

b) The Bidder should be registered & incorporated in India under the Companies
Act, 1956/2013. The BIDDER shall submit registration certificates along with the bid. The
company should be operational in India for at least the last five financial years as on date
of RFP.

c) Consortium of companies/ firms are not allowed to participate in the tender.

d) The BIDDER should have supplied, installed and commissioned along with
providing O&M services currently to at least two (2) number of Network Operation Centers
(NOC)/Data Centres (DC) for items (as Civil, Electrical, air-conditioning, Videowall etc.)
with each purchase order value of 5.0 Crore or higher. These NOC/Data Centres should have
been built in India within the last five years (i.e. FY 2018-19 to 2022-23). Copy of successful
completion certificate from the customer along with Purchase Order should be provided.

The BIDDER should have undertaken the required activities in the aforesaid Network
Operation Centers (NOC) built by them.

e) The BIDDER should have worked successfully on similar SLAs (without the
contract having been cancelled) as has been described in this document. Documentary
evidence from clients/customers in the name of the BIDDER shall be submitted along
with the bid. In cases where the BIDDER is unable to furnish evidence, he must give an
undertaking for the same.

f) The bidder must be a profit-making company in the last three financial years
ending 31st March 2023. The average annual turnover of the BIDDER in the preceding
Three financial years as on the date of bid opening shall not be less than Rs.10.00 Crores.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 57 of 120


The bidder shall have to submit their audited balance sheet for the last 3 fiscal years i.e.,
2020-2021, 2021-2022 & 2022-23.

g) Details & brief description of Projects and self-certification for successful


completion of the projects clearly indicating the complete scope of work shall be
submitted along with the bid.

h) The validity of the certificate shall be continuing at the time of submission of


the bid. A copy of the latest certificate shall be enclosed with the bid.

i) The BIDDER should hold a valid GST registration and a copy of the same shall
be furnished along with the PAN No. and PF/ESI no. The Bidder should be an established
company for more than 5 years in INDIA and should have an ISO 9001, ISO14001 and
ISO 45001 certification. Certificate should be at least 6 months before bid date

j) The Bidder shall not be insolvent, bankrupt or being wound up, not have its
affairs administered by a court or a judicial officer, not have its business activities
suspended and must not be the subject of legal proceedings for any of the foregoing
reasons. An undertaking in this regard has to be submitted by the bidder.

k) The Bidder shall not have, and their directors and officers not have, been
convicted of any criminal offence related to their professional conduct or the making of
false statements or misrepresentations as to their qualifications to enter into a
procurement contract within a period of five years preceding the commencement of the
procurement process, or not have been otherwise disqualified pursuant to debarment
proceedings. An undertaking in this regard has to be submitted by the bidder.

l) The bidder should not have been blacklisted in the past by any Govt. Agency.
An undertaking to the effect that “the bidder should not have been banned/blacklisted
by any Govt. Department, Central Govt. Unit/PSU/Financial Institutions/court during
preceding three years till date”, is to be submitted.

m) Bidders/OEMs must have a full-fledged service and support Centre at Delhi/NCR


and are able to provide services to their customer’s onsite. The Bidder must submit details of
their office and the responsible officer. The bidder must also give details about their support
management at least one of the already commissioned NOC facilities provided as proof.
Certification about the same from the authorized signatory of the customer (on their
official letterhead) regarding the satisfactory service delivery shall also be submitted.

o) There must be a dedicated technical person or team to support installation and


post maintenance work for the NOC.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 58 of 120


p) The bidder shall provide a list of the OEMs / main technology partners along
with the bid whose equipment/solutions are being offered in the bid. Only one
combination for the whole set of equipment shall be quoted. Alternative technology
options within the bid are not acceptable and such bids shall be rejected.

q) The bidder shall submit valid documents from all the OEMs, whose equipment
/ solutions are being offered in the bid, with regard to being their authorized Indian
representative. The date of such authorization should be current as on the date of release
of the tender and should have a validity of at least another six months, thereafter.

r) The bidder shall submit a joint undertaking/MAF duly signed by themselves


and all the OEMs for their proposed major equipment/ solution, to provide support as
per tender terms & conditions, to C-DOT for a minimum period of six (6) years. The
Bidder shall have back-to-back support agreements for major items as Video Wall,
Technical Control Desk for the entire duration of contract. A copy of such undertaking
shall be made available to C-DOT at the time of submission of the bid. Technical bids will
not be accepted without OEM agreements with the components in the following areas of
work

 NOC Infrastructure including technical furniture


 Desktop Workstations
 Access Control System
 Networking Infrastructure,

The decision in this regard would be at the discretion of C-DOT.

4.2 TECHNICAL COMPLIANCE

Technical Compliance statement strictly as per the format in ANNEXURE -F for each
tendered item is a prerequisite for evaluation. Therefore, the same must be submitted
with the technical bid. Any falsification / suppression in the compliance statement
would lead to the rejection of the bid with forfeiture of the Bid Security.
Corresponding to each technical specification in the compliance statement, relevant
serial no. / page no. / line no. etc., in the data sheet should be indicated and
highlighted. Incomplete compliance statement or compliance statement in a different
format may lead to rejection of the bid. It is mandatory to attach the compliance
statement, signed by the concerned authority, of the respective terms and conditions
enclosed with the technical specifications.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 59 of 120


4.3 DELIVERY & SITC

The delivery of all the items along with installation and commissioning of the entire
project, shall be completed at site within 20 weeks from the date of Purchase Order.

In case the delivery along with installation and commissioning schedules (i.e. 20 weeks
from the date of PO) are not adhered to, liquidated damages (LD)/penalties shall be
imposed on the vendor/bidder by C-DOT and the penalty to be imposed will be @ 0.5%
for every week or part thereof subject to the maximum being 5% of the total PO value
(inclusive of all Taxes & Levies). Delay beyond this period will be treated as an exception
and C-DOT reserves the right to cancel the purchase order.

In case the party fails to deliver the material/software or services even beyond the extra
time allowed with penalty as mentioned above, C-DOT reserves the right to make
alternate procurement and arrangements only at the suppliers’ 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.
However CAMC value shall not be considered for the calculation of LD/Penalty.

No counter terms and conditions will be accepted by C-DOT. Bids not complying to C-
DOT terms & conditions will be summarily rejected. No clarifications will be entertained.

4.4 EVALUATION OF TECHNICAL BID

Technical Evaluation criteria: Shall be based on the technical compliance given by the
vendor along with technical presentation.

The eligible BIDDERS are required to give a presentation at C-DOT of their proposed
solution in detail. During the presentation the complete compliance statement (in C-
DOT prescribed format), elaborate layout diagrams (Civil, Electrical, Air Conditioning
and Structured cabling etc.), BOQ and details of quoted products along with product
brochures and drawings shall be available in soft copy format which can be displayed
using a projector. The presentation shall be a complete walk through of the proposed
solution and shall not deviate from the submitted bid. The technical team of the Bidder
shall be present during the presentation to answer the queries regarding their quoted
solution. The BIDDER will be informed about the date of presentation two days in
advance.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 60 of 120


5 CRITERIA OF EVALUATION OF ACCEPTED BIDS

Bids will be evaluated as per the sequence given below:


1. Technical evaluation: Bids to be evaluated first for technical compliance as per
the specifications given as mentioned in section 4.4.
2. Financial evaluation:
a. Price bids of only the technically qualified bidders to be opened for financial
evaluation.
b. Procedure for arriving at L1, the lowest quoted Bidder:
 L1 shall be decided based on the lowest quoted price in totality which
includes cost with 03-year warranty and 03-year CAMC rates.
 GST will not be considered for deciding L1.

5.1 CLARIFICATION OF OFFERS

To assist in the scrutiny, evaluation and comparison of offers, C-DOT may, at its
discretion, ask some or all bidders for clarification of their offer. The request for such
clarifications and the response will necessarily be in writing. Response to such
clarifications by bidder shall be submitted well within the due date and time, failing
which the bid may not be processed. Any unsolicited clarification initiated by the
bidder shall not be entertained by C-DOT.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 61 of 120


6 OTHER TERMS, CONDITIONS AND GUIDELINES

(i) Performance Bank Guarantee (PBG):

 The successful Bidder, after placement of Purchase Order by C-DOT, shall


submit Performance Bank Guarantee for an amount equal to 3% of the Total
PO value (excluding CAMC price) within 30 days from receipt of PO, and shall
remain valid for the duration up to the total warranty period plus 3 months;
towards faithful performance of the Bidder during the term of the contract
including warranty obligations. The same can be deposited through a crossed
DD in favour of ‘Centre for Development of Telematics’ or a PBG in the format
provided in issued by a nationalized or scheduled bank. If the security deposit
or PBG of the requisite amount stipulated in the PO is not submitted, payments
will not be made by C-DOT, even after the receipt of order acknowledgement.
Fixed Deposits will not be considered as PBG. EMD shall be released within 1
month of verification of received PBG.
 The successful bidder shall have to submit a Performance Bank Guarantee
(PBG) within 30 (thirty) days from the date of acceptance of Work Order /
Purchase Order.
 However, a penal interest at the rate of 15% per annum on PBG value shall be
charged for the delay beyond 30 (thirty) days, i.e., from 31st day after the date
of acceptance of Work Order / Purchase Order. Applicable penalty will be
deducted from first payment, as and when due to the bidder, after fulfilling
all other required payment terms and conditions.
 In case, extension of time is denied by the competent authority or the bidder
fails to submit the requisite PBG even after 60 days, the purchaser reserves the
right to cancel the purchase order.
 Any payment for the supply of items / services rendered shall not be made
till PBG is submitted by the bidder.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 62 of 120


 In case the Work Order / Purchase Order is cancelled due to non-submission of PBG,
EMD submitted by the bidder shall also be forfeited and/or further action of
debarment/blacklisting may also be taken against the defaulting bidder.
 All decision of the purchaser / competent authority, in this regard, shall be binding on the
bidder.
 Before the completion of the three years warranty period, the bidder must submit a PBG of 3
percent of the CAMC PO value for a further period as specified in the PO plus three
months.

(ii) The Purchaser reserves the right to amend the commercial terms & conditions, scope of
supply and the technical specifications and publish them before the specified last date of
submission of the Bid.

(iii) The Purchaser reserves the right to cancel the tender process partially or entirely before
placement of Purchase Order, without assigning any reasons thereof.

(iv) The Purchaser reserves the right to reject any OEM or its subsidiary, who is found to
indulge in any corrupt or fraudulent practices, while competing for this tender.

(v) The Purchaser reserves the right to declare a Bidder ineligible, either indefinitely, or, for
a stated duration, for being awarded a contract, if, at any stage of the bidding process, it is found
that the Bidder has engaged in corrupt or fraudulent practices, before, during or after the
award/execution of contract.

(vi) If, at any time, during the performance of the Purchase Order, the Bidder encounters
conditions impeding timely delivery of material, 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 for the Bidders, the time for performance. C-
DOT’s decision in this regard will be final and binding.

(vii) FORCE MAJEURE shall mean and be limited to War hostilities, riot or civil commotion,
earthquake, flood or other natural physical disaster and striction 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.

(viii) Payment Terms:

Percentage of Total
Milestone
Contract Value to be
paid (excluding
CAMC)

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 63 of 120


Delivery and verification of all major equipment, accessories 60%
etc. as per the BoM of the tender (required for the project), as
certified by the C-DOT representative.
Installation, Commissioning & Acceptance Testing of Network 20%
Operation Centre with IT Load.
Post successful running of Network Operation Centre for a 20%
month with actual IT load, as certified by C-DOT Representative
Payments towards CAMC shall be done on deferred quarterly Deferred
basis on submission of an appropriate invoice subject to quarterly
satisfactory services rendered & accepted by C-DOT. basis

Note:
 Payments to be made for the above milestones will be subject to recovery, if any, for the
defects noticed in the work undertaken by the contractor till the handing over of the
Network Operation Centre.
 Payment will be made only after receipt of back-to-back agreements with all OEMs
(wherever applicable) and submission of valid PBG.
 It may please be noted that deduction of penalty due to delayed delivery and installation
& commissioning shall be deducted from the milestone payment.

(ix) INSPECTION: Materials, on their arrival at sites specified by C-DOT, will be inspected
for transit damage and short shipment against invoice / delivery note /copy of PO by C-DOT
officials. The part code mentioned in the PO should match with the part-codes mentioned in
Invoice/Packing list. Any deviation/ difference, has to be certified by the OEM with appropriate
reason for the same and shall provide a fool-proof mechanism for BOM verification, acceptable
to C-DOT. The bidder shall install, commission and test the installation as per scope defined in
this document under C-DOT site officer’s directions. The installation report shall be sent /
emailed to C-DOT to enable them to assess readiness of the site for installation and
commissioning of the application software. The rejected material(s) will need to be collected by
the supplier within a reasonable period of time from C-DOT premises and all the charges on the
same will have to be borne by the supplier. Replacements will have to be delivered at the site by
the vendor before he is allowed to collect the rejected materials (except any type of storage media
like hard disk, tapes, DVDs etc.) from the site. All formalities for import of replacements etc., if
needed, will have to be taken care of by the vendor. In case we do not receive any response to our
letters asking the suppliers to collect the rejected material within 10 weeks from the receipt of the
rejected material at site, the same may be disposed of through auction, and the proceeds thereof
shall be treated as earnings to the purchaser.

(x) The Purchaser shall release payments after 30 days of receipt of Bill subjective to
satisfactory completion of work confirmation certification from user group, as per terms and
payment milestones agreed and mentioned in the PO, to the successful Bidder, on completion of
the specified milestones. All payments made to the successful Bidder shall be subject to deduction

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 64 of 120


of applicable taxes as per applicable rules/laws. No requests for advance payment will be
entertained. Please note that GST Number of C-DOT, New Delhi is 07AAATC3895K1ZD.

(xi) In case of any ambiguity in interpretation of any clause in this tender, the interpretation
of Purchaser shall be final.

(xii) INSURANCE: The contractor shall procure in his name a Contractor’s All Risk (CAR)
Insurance Cover towards optimizing the risks associated with the contract and submit an
undertaking in this regard.
(xiii) WORK DISRUPTION: In no circumstances the project work shall be disrupted unless
otherwise directed by C-DOT. If there is any disruption of work due to reasons other than what
involves C-DOT, the same shall be restarted within two days failing which C-DOT may get the
work completed at the Risk and Cost of the contractor.

(xiv) NON-DISCLOSURE AGREEMENT (NDA): Successful Bidder shall be required to


sign NDA with C-DOT on Non-Judicial Stamp Paper of Value of Rs. 100/-. as per ANNEXURE
–H.

(xv) INDEMNITY: The contractor shall indemnify, protect and save C-DOT against all
claims, losses, costs, damages, expenses, action suits and other proceedings, resulting from
infringement of any patent, trademarks, copyrights etc. or such other statutory infringements in
respect of all components used/deployed by him under the Contract.

(xvi) PUBLICITY: Any publicity relating to the work to be carried out in C-DOT towards this
Network Operation Centre is strictly prohibited. No information of any nature related to this
project shall be disclosed to any third party unless otherwise necessary for sub-contracting
purposes. The bidder must give an undertaking in this regard duly signed by them.

(xvii) SAFETY OF C-DOT PROPERTY: The contractor shall ensure that adequate precautions
are exercised by his personnel working under the Contract towards safety of C-DOT property
and all his personnel adhere and comply with prescribed discipline, safety and security norms of
C-DOT.

(xviii) LIMITATION OF LIABILITY: Except as provided in any applicable laws/rules, the


aggregate liability of the supplier under this Tender shall be limited to 100% (one hundred
percent) of basic value of the respective Contract (contemplated by the Tender) Price. For
clarification, such limitation, shall not apply to liability arising out of (i) breach of Confidentiality
or Intellectual Property related obligations under this Contract; (ii) fraudulent or criminal acts or
omissions or willful default of the supplier; (iii) damages to equipment / structure / setup of this
Project. Amount indemnified by Supplier to purchaser under this Clause shall be liable to GST.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 65 of 120


7 DISPUTE SETTLEMENT

In case any dispute arises between the Purchaser and successful Bidder with respect to this tender,
regarding its interpretation, implementation or alleged material breach of any of its provisions,
both the parties hereto, shall endeavor to settle such dispute amicably. If the parties fail to bring
about an amicable settlement within a period of 30 (thirty) days, dispute shall be referred to the
sole arbitrator mutually appointed by the two parties. If the sole arbitrator is not appointed
mutually by both parties, then the Courts at New Delhi shall have exclusive jurisdiction for
appointment of the arbitrator. Arbitration proceedings shall be conducted in accordance with the
provisions of the Indian Arbitration and Conciliation Act, 1996 and Rules made there under, or
any legislative amendment or modification made thereto. The venue and seat of the arbitration
shall be New Delhi. The language of arbitration shall be English. The common cost of the
arbitration proceedings shall initially be borne equally by the parties and finally by the party
against whom the award is passed. Any other costs or expenses incurred by a party in relation to
the arbitration proceedings shall ultimately be borne by the party as the arbitrator may decide.
All legal disputes and matters, if any, shall be settled, entertained and decided by the courts of
law at New Delhi, India.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 66 of 120


8 ANNEXURES

ANNEXURE-A: TECHNICAL ANNEXURES

ANNEXURE-A.1: LAYOUT PLAN OF THE NETWORK OPERATION CENTRE

Option-1:

Proposed indicative Layout of NOC Room

Note: The Layout is not up to scale.

Option-2:

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 67 of 120


ANNEXURE-A.2: VIDEO WALL FRAME LAYOUTS

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 68 of 120


ANNEXURE -B: TENDER ACCEPTANCE LETTER

(To be given on Company’s Letter Head)

Date:

To,
Centre for Development of Telematics (C-DOT)
C-DOT Campus,
Mandi Road, Mehrauli
New Delhi-110030

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No: _________________________________________


Name of Tender / Work: _______________________________________

Dear Sir,

1. I/ We have downloaded / obtained the Tender document(s) for the above mentioned
‘Tender/Work’ from the web site(s) namely:
_________________________________________________________________________________
_____________________________________________________________________ as per your
advertisement, given in the above-mentioned website(s).

2. I / We hereby certify that I / we have read the entire terms and conditions of the Tender
documents from Page No. _______ to ______ (including all documents like annexure(s),
schedule(s), etc.), which form part of the contract agreement and I / we shall hereby abide by the
terms / conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organization have also
been taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the Tender conditions of above-mentioned Tender


document(s) / corrigendum(s) in its totality / entirety which include but not limited to supply,
installation, testing and commissioning of the entire components of the Network Operation
Centre and provide support during warranty period and post warranty CAMC period.

5. I / We do hereby declare that our Firm has not been blacklisted/ debarred by any Govt.
Department/Public sector undertaking.

6. I / We hereby confirm that we will provide services as per the terms and conditions of the
contract awarded, failing which C-DOT will be free to make alternate arrangements at our risk
and cost. We also confirm that in case of unsatisfactory services, C-DOT has the right to take any
legal course of action against us.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 69 of 120


7. I / We certify that all information furnished by our Firm is true & correct and in the event that
the information is found to be incorrect/untrue or found violated, then your department/
organization shall without giving any notice or reason therefore or summarily reject the bid or
terminate the contract, without prejudice to any other rights or remedy including the forfeiture
of the full said earnest money deposit absolutely

Yours Faithfully,
(Signature of the bidder, with Official Seal)

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 70 of 120


ANNEXURE -C: DECLARATION LETTER FOR RULE 144
(To be given on Company’s Letter Head)

To,
Centre for Development of Telematics
New Delhi

Ref: Your Tender / Enquiry No. ……………………………………...…. Dated …………………

Bidder Name: ………………………………………………………………………………………

I, the undersigned, …………………………………………………………..(full name), do hereby


declare in my capacity as……………………………………………… … … ………………,Authorized
signatory of M/s. ……………………………………………… … … ………………having registered
address at …………………………………………………………………………(referred to as the
Bidder), that:

We, the bidder is desirous of participating in the Tender/Enquiry process in response to your
captioned Tender and in this connection, we hereby declare, confirm and agree as under:

A) We, the Bidder have read and understood the contents of the Office Memorandum & the
order (Public Procurement No. 1) both bearing no. F. No. 6/18/2019/PPD dated 23 rd July 2020
issued by Department of Expenditure, Ministry of Finance, Government of India on insertion of
Rule 144(xi) in the General Financial Rules (GFRs) 2017 and the amendments & clarifications
thereof, regarding restrictions on availing / procurement of goods and services, of any bidder
from a country which shares a land border with India.
B) In terms of the above and after having gone through the said amendments & clarifications
including in particular the words defined therein (which shall have the same meaning for the
purpose of this Declaration cum Undertaking), I/we the Bidder hereby declare and confirm that:

* We, the Bidder are not from such a country which shares a land border with India, in
terms of the said amendments to GFR, 2017.

OR

* We, the bidders are from such a country which shares a land border with India and
has/have been registered with the competent authority i.e. the Registration Committee
constituted by the Department of Promotion of Industry and Internal Trade, as stated under
Annexure I to the aforesaid Office memorandum / Order and we submit proof of registration
herewith.

OR

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 71 of 120


We, the Bidder are from such a country which shares a land border with India, however, Our
Country has been extended lines of credit by Government of India or/and Government of India
is engaged in development projects in our Country.
(* Delete whichever is not applicable)

C) We, the Bidders agree and undertake that if the contract/Purchase order is awarded to us,
we will not sub-contract or outsource the contract /order, and / or any part thereof unless such
subcontract Outsourcing is permitted by Centre for Development of Telematics (C-DOT) in
writing, in which case the aforesaid OM and clarifications shall be equally applicable to such sub-
contractor/vendor. We shall comply with the aforesaid OM and subsequent clarification issued
in pursuance to the aforesaid OM, from Government of India from time to time. Thus, subject to
the aforesaid OM & clarifications thereof, we shall not sub-contract or outsource the work to a
contractor from such countries which shares a land border with India, unless such sub-contractor
is registered with the Competent Authority and proof of same is obtained.
1. We, the bidders hereby confirm that we fulfill all the eligibility criteria as per
Tender/Enquiry and are not ineligible from participating in the Tender / Enquiry in view of the
above Office Memorandum, Order and clarification issued in pursuance to the aforesaid OM,
from Government of India from time to time. We the bidder, also certify that this
bid/product/any component of the product fulfils all requirements in this regard and is eligible
to be considered. We also agree and accept that if our declaration and confirmation, herein, is
found to be false at any point of time including after awarding the contract, Centre for
Development of Telematics (C-DOT) shall be within its right to forthwith terminate the contract
/ bid without notice to us and initiate such action including legal action against us.

2. This declaration cum undertaking is executed by us through our Authorized signatory/ies


after having read and understood the Office Memorandum and Order (Public Procurement No.
1) both bearing F. No. 6/18/2019/PPD of 23rd July 2020 of Ministry of Finance, Department of
Expenditure, Public Procurement Division, Government of India and clarification issued in
pursuance to the aforesaid OM from Government of India from time to time,

Executed at ____________________ on this _________day of _____________________

Authorized Signatory

M/s ______________________________

_________________________________

Signature

Name____________________________

(Seal of the Bidder)

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 72 of 120


* Note: Where applicable, evidence of valid registration by the competent authority shall be attached.

ANNEXURE -D: FORMAT OF PBG (BOND FORM) DURING WARRANTY PERIOD

1. In consideration of the CENTRE FOR DEVELOPMENT OF TELEMATICS having agreed


to exempt…………………………………...…………….. (hereinafter called ‘the said Contractor(s)’)
from the demand, under the terms and conditions of an agreement/ Purchase
Order No. …...……………….……………dated……………......made
between………………………………..…..and…………………………………for the supply of
…………..…………………………………….. (Hereinafter called ‘the said Agreement’) of Security
Deposit for the due fulfilment by the said Contractor(s) of the terms and conditions contained in
the said Agreement, of production of the Bank Guarantee for…………………………..
we…………………………… [name of the Bank] (hereinafter referred to as ‘the Bank’) at the
request of …………….………… [the said Contractor(s)] do hereby undertake to pay to the
CENTRE FOR DEVELOPMENT OF TELEMATICS an amount not exceeding……………….
against any loss or damage caused to or suffered or would be caused to or suffered by the
CENTRE FOR DEVELOPMENT OF TELEMATICS by reason of any breach by the said
Contractor(s) of any of the terms or conditions contained in the said Agreement.

2. We ……………………………… [name of the Bank] do hereby undertake to pay the amounts


due and payable under this Guarantee without any demur, merely on a demand from the
CENTRE FOR DEVELOPMENT OF TELEMATICS stating that the amount claimed is due by way
of loss or damage caused to or would be caused to or suffered by the CENTRE FOR
DEVELOPMENT OF TELEMATICS by reasons of breach by the said Contractor(s) of any of the
terms or conditions contained in the said agreement. Any such demand made on the Bank shall
be conclusive as regard the amount due and payable by the Bank under this guarantee where the
decision of the CENTRE FOR DEVELOPMENT OF TELEMATICS in these counts shall be final
and binding on the bank. However, our liability under this guarantee shall be restricted to an
amount not exceeding…………………….

3. We undertake to pay the CENTRE FOR DEVELOPMENT OF TELEMATICS any money so


demanded not withstanding any dispute or disputes raised by the Contractor(s)/Supplier(s) in
any suit or proceeding pending before any court or tribunal relating thereto our liability under
this present being absolute and unequivocal. The payment so made by us under this bond shall
be valid discharge of our liability for payment there under and the Contractor(s)/Supplier(s) shall
have no claim against us for making such payment.

4. We ………................……………[name of the Bank] further agree that the Guarantee therein


contained shall remain in full force and effect during the period that would be taken for the
performance of the said agreement and that it shall continue to be enforceable till all the dues of
the CENTRE FOR DEVELOPMENT OF TELEMATICS under or by virtue of the said Agreement
have been fully paid and its claims satisfied or discharged or till ……………....………………
[office/department] (CENTRE FOR DEVELOPMENT OF TELEMATICS) ……………… certifies

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 73 of 120


that the terms and conditions of the said agreement have been fully and properly carried out by
the said contractor (s) and accordingly discharges this guarantee. Unless a demand or claim under
this Guarantee is made on us in writing on or before the expiry of Thirty-Nine months (as
stipulated in the Purchase Order) from the date thereof, we shall be discharged from all liabilities
under this guarantee thereafter.

5. We ………………………………… [name of the Bank] further agree with the CENTRE


FOR DEVELOPMENT OF TELEMATICS that the CENTRE FOR DEVELOPMENT OF
TELEMATICS shall have the fullest liberty without our consent and without affecting in any
manner our obligation hereunder to vary any of the terms and conditions of the said agreement
or to extend time of performance by the said Contractor(s) from time to time or to postpone for
any time or from time to time any of the powers exercisable by the CENTRE FOR
DEVELOPMENT OF TELEMATICS against the said Contractor(s) and to forbear or enforce any
of the terms and conditions relating to the said agreement and we shall not be relieved from our
liability by reason of any such variation, or extension being granted to the said Contractor(s) or
for any forbearance, act or omission on the part of CENTRE FOR DEVELOPMENT OF
TELEMATICS or any indulgence by the CENTRE FOR DEVELOPMENT OF TELEMATICS to the
said Contractor(s) or by any such matter or thing whatsoever which under the law relating to the
sureties would, but for this provision, have effect of so relieving us.

6. This Guarantee will not be discharged due to change in the constitution of the Bank or the
Contractor(s)/Supplier(s).

7. We……….……….………………… [name of the Bank] lastly undertake not to revoke this


Guarantee during its currency except with the previous consent of the CENTRE FOR
DEVELOPMENT OF TELEMATICS in writing.

Dated the …… day of ………………….

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 74 of 120


ANNEXURE -E: Bidder’s Profile

(To be given on Company’s Letter Head)

Bidder Particulars for <Tender NUMBER>dated <DD/MM/YYYY>


S Area of the details to be provided Responding Firm’s/Company Details
.No. to be provided
1. Name of the Bidder
2. Address of the Bidder
3. Telephone number of the Firm/company

4. Name of the contact person to whom all


references shall be made regarding this tender
5. Designation of the person to whom all references
shall be made regarding this tender
6. Address of the person to whom all references
shall be made regarding this tender
7. E-mail address of the Firm/company

8. Website address of the Firm/company

9. Details of 1. Registration Number


Registration of the Firm/company
2. Name of the place where
the firm/company was
registered
3. Date when the company
was registered
4.Product /Service for which
registered
5. Validity Period, if
applicable
10. Goods and Service Tax Registration No. (GST
No.)
11. PAN No.
12. Average Annual Turnover for the last Three (3)
audited financial Years 2020-21, 2021-22 and
2022-23)
13. Details of ownership of the firm (Name and
Address of the Board of Directors, Partners etc.)

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 75 of 120


14. Name of the authorized signatory who is
authorized to quote in the tender and enter into
the Contract (Power of Attorney to be submitted)
15. Name of the Bankers along with the branch (as
appearing in MICR cheque) & Account #
16. Status of Firm/company like Pvt. Ltd. etc.

17. Locations and 1. Delhi or NCR region


addresses of the 2. The corporate address
offices. 3. The official address of the
service delivery centre.
18. Name and 1. Name of the Project
contact details Manager assigned for
of the Project
Manager 2. Contact details viz;
telephone number, official
address of the
Project Manager assigned.

Signature of Bidder with Stamp

Date:

Place:

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 76 of 120


ANNEXURE -F: Format of Technical Compliance Statement

Technical Compliance Statement

(To be given on Company’s Letter Head)

(“Technical Specifications”)

Section / Subsection/Item

S. Clause Details Complied / Not Deviation Reason


No. No. Complied

(Signatures of Authorized Signatory of the Bidder)

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 77 of 120


ANNEXURE -G: Price Bid Undertaking

(To be given on Company’s Letter Head)

Date ………….. Tender reference No. C-DOT/Del/Tender/2023-2024/001

Tender
Name

From
…………………………………………………..

…………………………………………………..
…………………………………………………..

[Full name and address of the Bidder]

I certify that,

1. I have submitted the price bid for above mentioned tender and related activities as
envisaged in the tender document.

2. I have thoroughly examined and understood all the terms and conditions as contained in
the tender document.

3. I offer to work at the rates as indicated in the price bid, inclusive of all applicable
taxes/charges except GST.

Yours faithfully,

[Name, signature and seal of authorized representative]

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 78 of 120


ANNEXURE -H: Non-Disclosure Agreement (NDA)

(To be given on Notarised Rs. 100/- Stamp Paper)

NON - DISCLOSURE AGREEMENT

This Agreement made on this _____ day of __________, ______ (the ‘Effective Date’)

BETWEEN:
(1) Centre for Development of Telematics (C-DOT), the Telecommunication Technology Centre
of Government of India, having its Corporate Office at C-DOT Campus, Mandi Road, Mehrauli,
New Delhi
– 110 030, India.

AND

(2) (Name of the Company/Organization) having its Registered Office at

_________________________________________________________________________

(Hereinafter referred to, individually, as the “Party” and collectively, as the “Parties”)

Background:
i) The Parties are, or will be, evaluating, discussing and negotiating a potential contractual
relationship concerning the _____________________________________________________

_____________________________________________________(the ‘Project’).

ii) The Parties may, in these evaluations, discussions and negotiations, disclose to each other
information that is technically and /or commercially confidential.
iii) The Parties have agreed that disclosure and use of such technical and/or commercial
confidential information shall be made and, on the terms, and conditions of this Agreement.

Now it is agreed as follows:

1.0 Definitions:
In this Agreement the following terms shall, unless the context otherwise requires, have the
following meanings:

1.1 ‘Disclosing Party’ means the Party disclosing Confidential Information to the other Party
under this Agreement.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 79 of 120


1.2 ‘Receiving Party’ means the Party receiving Confidential Information from the other Party
under this Agreement.

1.3 ‘Confidential Information’ means any information, which shall include but is not limited to,
design, fabrication & assembly drawings, know-how, processes, product specifications, raw
materials, trade secrets, market opportunities, or business or financial affairs of the Parties or
their customers, product samples, inventions, concepts and any other technical and/or
commercial information, as well as any ideas, techniques, works of authorship and formulae
related to the current, future and proposed products and services of the party disclosing the
Confidential Information, disclosed directly or indirectly and in any form whatsoever (including,
but not limited to, disclosure made in writing, oral or in the form of samples, models, computer
programs, drawings or other instruments) furnished by the Disclosing Party to the Receiving
Party under this Agreement.

Such Confidential Information shall also include but shall not be limited to: (a) Information
disclosed by the Disclosing Party in writing marked as confidential at the time of disclosure; (b)
Information disclosed by the Disclosing Party orally which is slated to be confidential at the time
of disclosure; (c) Information disclosed in any other manner is designated in writing as
Confidential Information at the time of disclosure; or

Notwithstanding anything mentioned in the preceding para of this definition, Confidential


Information will also include any information whose nature makes it obvious that it is
confidential.

“Confidential Information” does not include information which the Receiving Party can
demonstrate to be any of the following: (i) at the time of disclosure, publicly known or generally
available to the public through no act or omission on the part of the Receiving Party or its officers,
employees or representatives; (ii) known to the Receiving Party or was in possession of such
information before receipt under this agreement; (iii) legitimately disclosed to the Receiving
Party by a third party without violation of any obligation of confidentiality under this Agreement
or otherwise; or (iv) independently developed by the Receiving Party without use of, reference
to, or reliance on the Confidential Information disclosed.

1.4 ‘Affiliate’ means any legal entity which, at the time of disclosure to it on any Confidential
Information, is directly or indirectly controlling, controlled by or under common control with
any of the Parties. “Control” means ownership of more than 50% of the outstanding shares or
other ownership interest representing the right to vote for members of the board of directors or
other managing officers, of an entity.

1.5 ‘Contemplated Agreement’ means any future legally binding Agreement between the Parties
in respect of the Project envisaged under this Agreement.

2.0 Non-Disclosure of Confidential Information:

2.1 In consideration of the disclosure of Confidential Information by the Disclosing Party (or
Parties) to the Receiving Party (or Parties) solely for the Purpose, the Receiving Party (or Parties)

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 80 of 120


undertakes whether by itself, its successors and heirs, not to disclose Confidential Information to
any third party, unless in accordance with Clause 4.

2.2 The Receiving Party shall be liable for:


(a) any loss, theft or other inadvertent disclosure of Confidential Information, and
(b) any unauthorized disclosure of Confidential Information by persons (including, but not
limited to, present and former employees) or entities to whom the Receiving Party (or Parties)
under this Agreement has the right to disclose Confidential Information, except where, the
Receiving Party (or Parties) has used the same degree of care in safeguarding such Confidential
Information as it uses for its own Confidential Information of like importance and in no event
less than a reasonable degree of care; and upon becoming aware of such inadvertent or
unauthorized disclosure the Receiving Party (or Parties) has promptly notified the Disclosing
Party (or Parties) thereof and taken all reasonable measures to mitigate the effects of such
disclosure and to prevent further disclosure.
(c) For disclosure of information shared by C-DOT with any other party (party/parties other
than the one authorized under the terms of this agreement). In case the information is being
shared with associated party or subsidiaries of the receiving party after obtaining due/prior
permission of C-DOT, then such other party shall be bound by the terms of this agreement signed
by the receiving party. Any unauthorized disclosure of the confidential information shall be
considered as breach of this agreement.

2.3 The Receiving Party understands and agrees that:


(a) any information known only to a few people to whom it might be of commercial interest
and not generally known to the public is not public knowledge;
(b) a combination of two or more parts of the Confidential Information is not public knowledge
merely because each part is separately available to the public.

2.4 The Receiving Party acknowledges the technical, commercial and strategic value of the
Confidential Information to the Disclosing Party and understands that unauthorized disclosure
of such Confidential Information will be injurious to the Disclosing Party.

3.0 Use of Confidential Information:

The Receiving Party is entitled to use the Confidential Information but only for the Purpose of
this Agreement.

4.0 Permitted Disclosure of Confidential Information:

4.1 The Receiving Party may disclose in confidence Confidential Information to any of its
Affiliates and employees, in which event the Affiliate and employee shall be entitled to use the
Confidential Information but only to the same extent the Receiving Party (or Parties) is permitted
to do so under this Agreement. The Receiving Party (or Parties) agrees that such Affiliates or
employees are subject to confidentiality obligations no less restrictive than those of this
Agreement.

4.2 The Receiving Party (or Parties) may disclose Confidential Information to its officers,
Directors, professional advisors, sales representatives, consultants, contractors, sub-contractors,

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 81 of 120


agents or similar persons and entities having a need to receive such information to carry out the
Purpose. The Receiving Party agrees that such Affiliates or employees are bound by a written
agreement, or by a legally enforceable code of professional responsibility, to protect the
Confidential Information subject to confidentiality obligations no less restrictive than those of
this Agreement.

4.3 Notwithstanding Clause 2.1, the Receiving Party shall not be prevented from disclosing
Confidential Information, where (i) such disclosure is in response to a valid order of a court or any
other governmental body having jurisdiction over this Agreement or (ii) such disclosure is otherwise
required by law, provided that the Receiving Party, to the extent possible, has first given prior written
notice to the Disclosing Party and made reasonable efforts to protect the Confidential Information in
connection with such disclosure.

5.0 Copying and Return of Furnished Instruments:

5.1 The Receiving Party (or Parties) shall not be entitled to copy samples, models, computer
programs, drawings, documents or other instruments furnished by the Disclosing Party (or
Parties) hereunder and containing Confidential Information, unless and to the extent it is
necessary for the Purpose.

5.2 All samples, models, computer programs, drawings, documents and other instruments
furnished hereunder and containing Confidential Information shall remain the Disclosing Party’s
property.

5.3 At any time upon request from the Disclosing Party (or Parties) or upon the conclusion of the
Purpose or expiry of this Agreement, the Receiving Party (or Parties), at its own cost, will return
or procure the return, promptly and in any event within 14 days of receipt of such request, of
each and every copy of Confidential Information given by the Disclosing Party (or Parties), and
satisfy the Disclosing Party (or Parties) that it no longer holds any further Confidential
Information.

6.0 Non-Disclosure of Negotiations

Except as provided in Clause 4, each Party agrees that it will not, without the other Party’s prior
written approval, disclose to any third party the fact that the Parties are discussing the Project.
The Parties acknowledge that the provisions of this Agreement shall apply in respect of the
content of any such discussions. The undertaking set forth in this Clause 7 shall survive the
termination of this Agreement.

7.0 Term and Termination:

7.1 This Agreement shall become effective on the Effective Date. The provisions of this
Agreement shall however apply retroactively to any Confidential Information, which may have
been disclosed in connection with discussions and negotiations regarding the Project prior to the
Effective Date.

7.2 This Agreement shall remain in force for five (5) years from the Effective Date, except to the
extent this Agreement is superseded by stipulations of the Contemplated Agreement.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 82 of 120


7.3 The rights and obligations of each Party with respect to all Confidential Information of the
other Party that is received under this Agreement shall survive the termination of this Agreement
between the parties and shall be binding upon the Recipient’s heirs, successors and assigns.
Those terms and conditions of this Agreement, which are, by their nature, construed to survive
the term of this Agreement, shall also survive the expiration or termination of this Agreement.

7.4 The Receiving Party shall: (a) promptly return all originals, copies, reproductions and
summaries of the CONFIDENTIAL INFORMATION furnished by the Disclosing Party upon the
written request of the Disclosing Party after termination or expiration of this Agreement; and/or
(b) at the Disclosing Party’s instruction, destroy or delete the same. In the event of such
destruction or deletion, the Receiving Party shall certify in writing to the Disclosing Party, within
fourteen (14) days, that such destruction or deletion has been accomplished.

8.0 Warranty:

The Discloser warrants that it has the right to make the disclosures under this Agreement. Each
party makes no warranties, express or implied or otherwise, regarding its Accuracy,
Completeness or Performance. No other warranties, including warranties against Infringement,
are made by either party under this agreement. All information exchanged under this
agreement is provided "As Is". Disclosing party accepts no responsibility or liability for any
expenses, losses or actions incurred or undertaken by or against recipient as a result of its use
of confidential information.

9.0 Intellectual Property Rights:

All Confidential Information disclosed herein shall remain the sole property of the Disclosing
Party and the Receiving Party (or Parties) shall obtain no right thereto of any kind by reason of
this Agreement. “The parties recognize and agree that nothing in this Agreement shall be
construed as granting any property rights, by license or otherwise, to any Confidential
Information of the other party, or to any invention or any patent, copyright, trademark, or other
intellectual property right that has issued or that may issue, based on such Confidential
Information. Without limiting any other restriction set forth in this Agreement, neither party (or
Parties) shall make, have made, use, import, offer to sell or sell for any purpose any product or
service or other item using incorporating or derived from any Confidential Information of the
other party, nor make any filing for or registration of any rights in or to any intellectual property
right based on, incorporating or derived from any such Confidential Information, absent separate
written approval which approval may be granted or refused by the party in its sole discretion.

10.0 Future Agreements:

Nothing in this Agreement shall obligate either Party to enter into any further Agreements.

11.0 Amendments:

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 83 of 120


Any amendment to this Agreement shall be agreed in writing by both Parties and shall refer to
this Agreement.

12.0 Severance:

If any term or provision in this Agreement is held to be either illegal or unenforceable, in whole
or in part, under any enactment or rule of law, such term or provision or part shall to that extent
be deemed not to form part of this Agreement, but the validity and enforceability of the
remainder of this Agreement shall not be affected.

13.0 Employees:

Recipient shall not use any information obtained under this Agreement to solicit any employees of
the Discloser, or to assist others to solicit such employees, to leave his or her employment with the
Discloser.

14.0 Governing Law and Dispute Settlement:

This Agreement shall be governed by and construed in accordance with the laws of India. Any
legal suit, action, or proceeding relating to the construction, meaning, scope, operation or effect
of this contract or validity or breach of this Agreement, shall at first be settled through
amicable negotiation between the Parties in good faith and by all reasonable and appropriate
means. If the Parties are unable to resolve the dispute, then it shall be referred to and finally be
resolved in accordance with the Arbitration and Conciliation Act, 1996 (as amended from time
to time). The language of arbitration shall be English. The venue of arbitration proceedings
shall be New Delhi.

Each Party irrevocably submits to the exclusive jurisdiction of courts at New Delhi, in any such
suit, action, or proceeding.

15.0 General:

15.1 Upon 45 days written notice, the Disclosing Party (or Parties) may audit the use of the
programs, materials, marketing materials, services, and such additional disclosed resources. The
Receiving Party (or Parties) agrees to co-operate with the Disclosing Party’s audit and to provide
reasonable assistance and access to information.

15.2 The Disclosing Party (or Parties) shall not have any liability to the Receiving Party (or Parties)
for any claims made by third parties arising out of their use of the Disclosing Party’s trademarks
(including “Logo”) or marketing materials. The Receiving Party (or Parties) agrees to indemnify
the Disclosing Party (or Parties) for any loss, liability, damages, cost or expense (including
attorney’s fees) arising out of any claims, which may be made against the Disclosing Party (or
Parties) arising out of their use of the Logo or marketing materials where such claim relates to
their activities, products or services. Notwithstanding above, the Receiving Party (or Parties)
shall have no obligation to indemnify the Disclosing Party (or Parties) with respect to a claim of
trademark or copyright infringement based upon their use of the Logo or marketing materials,
as expressly permitted under this Agreement.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 84 of 120


15.3 This is agreement is being entered into on a non-exclusive basis. The parties are free to enter
into further agreements and negotiations with other parties, provided confidential information
of each party under this agreement is not disclosed and the same shall be protected against any
unauthorized disclosure as per the prudence of an ordinary man.

15.4 The Receiving Party shall disclose of any similar agreements explicit or otherwise, for similar
purpose/application with in its own organization, or any other third party.

15.5 In the event of a breach or threatened breach by the Receiving Party (or Parties) of any
provisions of this Agreement, the Disclosing Party (or Parties), in addition to and not in limitation
of any other rights, remedies or damages available to the Disclosing Party at law or in equity,
shall be entitled to a temporary restraining order / preliminary injunction in order to prevent or
to restrain any such breach by the Receiving Party (or Parties), or by any or all persons directly
or indirectly acting for, on behalf of, or with the Receiving Party (or Parties).

IN WITNESS WHEREOF, this Agreement was duly executed on behalf of the Parties on the day
and year first above written.

For and on behalf of For and on behalf of

C-DOT M/s___________

Sign : _____________________ Sign : _____________________


Name : Name :

Title : Title :

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 85 of 120


ANNEXURE -I: Proof of site visit by bidder

Proof of Site Visit by Bidder

(To be given on Company’s Letter Head)

This is to certify that M/s…………………………………………………………has visited C-

DOT Site, NOC area for the tender No.…................... on date …………. This visit

includes survey of all the areas defined in the bid for the purpose of NOC Build.

(Signature of Authorized Representative of Bidder) (Signature of Authorized Representative of C-DOT)

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 86 of 120


ANNEXURE -J: Proforma for Contract

Proforma for Contract

(on a Non Judicial Stamp Paper)

THIS AGREEMENT made the on____________ day of_________ 2023

BETWEEN

The Centre for Development of Telematics (C-DOT) (hereinafter referred to as “the Purchaser”)
which expression shall unless repugnant to the context or meaning thereof mean and be deemed to
include its authorized agents, representatives and permitted assigns of the First Part.

AND

The Party (hereinafter referred to as “the Agency (AGENCY)”) which expression shall unless
repugnant to the context or meaning thereof mean and be deemed to include their successors and
permitted assigns having its registered office at ____________________________________ of
the Second Part

WHEREAS

(a) The Purchaser had invited bids vide its Tender No. …………………………………dated
………
(hereinafter referred to as “Tender”) for “Appointment of an agency for Design, Site Preparation,
Supply, Installation, Testing, Commissioning, Operations and Maintenance of Infrastructure
built for the establishment of a Network Operation Centre on Turnkey basis at C-DOT at Delhi”
(the “Contract”)

(b) That M/s _______________ (hereinafter referred to as the “AGENCY”) had submitted its
proposal dated______ for the provisioning of services in accordance with the requirements as set out
in the Tender dated ____ and have emerged as the Successful Bidder for the execution of the
Contract. The Successful bidder has been appointed as the Agency by the Purchaser vide No. ____
dated ______ and the Agency has agreed to provide services as are represented in the Tender,
including the terms of this Contract, the Schedules attached hereto and in accordance with the terms
of the Tender, and in terms of the discussions, negotiations and clarifications in relation to the

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 87 of 120


implementation of the scope of work. (The tender document along with all the correspondences
exchanged between the Purchaser and the Agency forms an integral part of this contract).

Whereas the tender document states that a Service Level Agreement is a condition precedent for the
execution of the Contract.

In consideration of the foregoing and the mutually agreed covenants and terms of the service level
contract the purchaser and the agency hereby agree as is outlined in the tender document.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

I. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the General Conditions of Contract referred to.

II. The following documents shall be deemed to form and be read and construed as part
of this Agreement viz:

a. the Scope of Work

b. the General Conditions of Contract

c. the Service Level Agreement (SLA)

III. In consideration of the payments to be made by the Purchaser to the AGENCY as


hereinafter mentioned, the AGENCY hereby covenants with the Purchaser to provide the Services
and to remedy defects therein in conformity in all respects with the provisions of the Contract.

IV. The Purchaser hereby covenants to pay the AGENCY in consideration of the provision of the Services
and the remedying of defects therein, the Contract Price or such other sum as may become payable under
the provisions of the Contract at the times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance
with their respective laws the day and year first above written

For the Purchaser: For the Agency:

(Sign and seal of the Authorised personnel) (Sign and seal of the Authorised personnel

Witness: Witness:

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 88 of 120


Purpose of this Agreement

1. Scope of Work

The scope of work under the proposed contract involves the successful bidder to Design & Build,
Site preparation; Supply, Installation, Testing and Commissioning of Network Operation Centre
on a Turnkey basis to complete the system with every aspect.

The successful Bidder shall carry out the following activities:


a. Providing the layout designs of the Network Operation Centre
b. Providing detailed design documents for all the Network Operation Centre subsystems
under scope
c. Preparation and submission of detailed specifications and bill of materials of the Network
Operation Centre components
d. Preparation and submission of detailed execution and coordination drawings of all the
subsystems
e. Turnkey Implementation of the Network Operation Centre
f. Project Management during the implementation period of Network Operation Centre.
g. Providing final built drawings of all the system/subsystems on commissioning of Network
Operation Centre
h. Providing Schedule of work completion, weekly progress reports, milestones achieved etc
as part of project management deliverables
i. Providing detailed proof of Warranty and Service Support documents from respective
OEMs (wherever applicable)
j. Complete the entire work and make all the systems operational (Supply, Installation &
commissioning, Acceptance of the systems and handing over to C-DOT within 20 weeks of
the Order).
k. Providing Warranty and O&M Service Support on 24*7 basis.
l. Build and maintain the infrastructure necessary for the establishment of the Network
Operation Centre
m. Furnishing an undertaking for providing products / services support as per the requirement
along with uninterrupted, timely supply of spare parts for all the equipment / system at
least for 08 (Eight) years including the warranty period along with upgrade support (if
required)
n. The exact scope and area of services provided as part of this Contract Agreement are detailed
in SECTION 3 TECHNICAL SCOPE AND SPECIFICATION” and annexures therein of this
tender

2. General Conditions of Contract

a. Bidders are required to visit & study the infrastructure at Network Operation Centre site
to understand the scope clearly

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 89 of 120


b. For installation & commissioning work, it shall be the responsibility of the Bidder to
arrange and provide requisite tools, testing & measurement equipment etc. for carrying
out the installation job as per industry practice and safety norms at their own cost
c. The Bidder shall ensure that no equipment / structure / setup get damaged due to their
activities. Any damages caused to C-DOT’s property due to Bidder’s negligence shall be
repaired/replaced by the bidder at his own risk and cost
d. In order to declare the Network Operation Centre setup to be complete, the Bidder has to
complete all the aspects of the NOC activity as mentioned in the scope of work
e. The successful bidder shall be responsible for performing verification tests at their
factory and at site to ensure all proposed software and hardware are functioning as per
design at their own cost. The decision to waive off this requirement would solely be at
the discretion of C-DOT
f. The successful bidder shall take the necessary clearance / approval of the drawings, design,
quality of material, make and model of the quoted material etc. prior to the execution of the
project
g. The NOC Room shall be designed with sufficient room acoustics to minimize the
ambient noise
h. The Network Operation Centre shall be designed in a modular fashion such that it is able
to scale up with the IT hardware deployment progressively and Technology up-gradation.
i. The currently prevailing infrastructure in the C-DOT Campus location should be used to
the extent possible after assessing their reusability keeping in view the requirement.
Wherever additional infrastructure is required, the bidder shall quote for the respective
heads.

3. Service Level Agreements (SLA) & Targets with Applicable Penalties

The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly
define the levels of service(s) which shall be provided by the Agency to C-DOT for the
duration of this contract which includes SITC, 03 years of Warranty and 05 years of CAMC.

The benefits of this SLA are to:


a. Trigger a process that applies C-DOT and the Agency management attention to some aspect of
performance when that aspect drops below an agreed upon threshold, or target
b. Makes explicit the expectations that C-DOT has for performance
c. Helps C-DOT control the levels and performance of Agency services.

The Agency and C-DOT shall maintain a monthly contact to monitor the performance of the
services being provided by the Agency and the effectiveness of this SLA

This Service Level Agreement is between the Agency and C-DOT.

This SLA scope provides for the minimum level of services required as per contractual obligations
based on performance indicators and measurements thereof. The Agency shall ensure provisioning

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 90 of 120


of all required services while monitoring the performance of the same to effectively comply with
the performance levels.

The services provided by the Agency shall be reviewed by the C-DOT and C-DOT shall:
a. Check performance of the Agency against this SLA over the review period and consider any
key issues of the past period’s performance statistics including major incidents, service
trends, etc
b. Discuss escalated problems, new issues and matters still outstanding for resolution
c. Review of statistics related to rectification of outstanding faults and agreed changes
d. Obtain suggestions for changes to improve the service levels

In case desired, C-DOT may initiate an interim review to check the performance and the obligations of
the Agency.

C-DOT has the right to review and revise the SLA.

The following measurements and targets shall be used to track and report performance on a regular
basis. The targets shown in the following table are applicable for the duration of the contract.

The table below summarizes the SLA terms for the services to be offered by the successful bidder:

S/N SLA Terms Description


1 Availability “Availability” shall mean the time for which the services and facilities
offered by the Agency are available for conducting operations from the

equipment hosted in the Network Operation Centre.


2 Downtime “Downtime” is the time the services and facilities are not available to C-
DOT
and excludes the scheduled outages planned in advance for the Network
Operation Centre.
3 Incidence “Incidence” refers to any event / abnormalities in the functioning of the

Network Operation Centre Equipment / Services that may lead to


disruption
in normal operations of the Network Operation Centre services.
4 Incidence The outage or performance related issues impacting the
availability/performance
Categorization and leading to unavailability of the services. Resolution of incidence as per
below
priority Levels:
Critical: Incidents, which require immediate action(s) and whose
resolution
shall require additional investment in component or time or shall involve
coordination with OEMs. These incidents shall impact the overall

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 91 of 120


functioning of the NOC.
Medium: Incidents, whose resolution shall require replacement of
hardware
or software parts, requiring significant interruption in working of that
individual component, for example, installation of operating system,
replacement of switch, etc.
Low: Incidents, whose resolution shall require changes in configuration of
hardware or software, which will not significantly interrupt working of
that
component.
‘Planned Maintenance’ refers to unavailability of services due to
infrastructure
maintenance activities such as configuration changes, upgradation or
changes to
5 Planned any supporting infrastructure. Details related to such planned
maintenance shall
Maintenance be approved by the C-DOT or authorized authority and shall be notified to
all the
concerned stakeholder in advance (at least seven working days). It is
desirable
that such maintenance shall be taken on Sundays or other Government
holidays
to the extent possible.
6 Unplanned ‘Unplanned Outage’ refers to an instance in which Service(s) cannot
be provided to the users or the stakeholders
7 Escalation The Agency shall provide at least three level contacts (L1, L2, and L3)
escalation matrix (including names and contact details of responsible
persons from Agency) at the time of bid submission for smooth
commissioning and operation of the NOC. It is the responsibility of the
successful bidder to ensure that no issue is pending for more than two
days after escalation by C-DOT. It is the responsibility of the Agency to
immediately inform the concerned authority in C-DOT for the changes in
contact officers and escalation matrix. The escalation matrix support shall
be provided by the Agency throughout the entirety of the contract which
includes the SITC, warranty (03 years), and CAMC periods (03 years)
8 Incidence
Resolution # Severity Initial Response Time Issue Resolution Time
1 Critical 30 Min 1Hour
2 Medium 60 Min 6 Hour
3 Low 240 Min 24 Hour
∙ Priority “Critical” Incident - Within 1 hr
∙ Priority “Medium” Incident - Within 6 hr
∙ Priority “Low” Incident - Within 24 hr

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 92 of 120


Note: Incidents will be logged as per the escalation matrix provided by the
successful bidder with an agreed mechanism. The successful bidder will
have to resolve the incident and provide necessary updates and co-ordinate
with the stakeholders. Root Cause should be identified for all incidents; if
root cause is not identified then additional penalties will be levied

9 Change Measurement of quality and timeliness of changes to the Network


Management Operation Centre facilities and the service(s).
10 Maintenance of The Agency should maintain an inventory of items that will be required on
Inventory an ongoing basis for maintenance. For e.g. Multifunction Printer Cartridge,
Encoder, Decoder, Keyboard, Mouse, Cables etc
100% as per the inventory committed by Agency

Appropriate Penalties will be recovered from the quarterly payment if successful bidder is
not able to achieve required Service levels as mentioned below:

S.N. SLA Target Penalties


1 Delay in the delivery 100% as per the
Delay beyond schedules, penalties
schedules (i.e. 8 committed inventory and
shall be imposed on the
weeks from the date as per the agreed vendor/bidder by C-DOT @0.5% for
of PO implementation every week or part thereof subject to
timelines maximum being 5% of total PO value.
Delay beyond this period shall be
treated as an exception and C-DOT
reserve the right to cancel the PO
2 Delay in 100% as per the Delay beyond schedules, penalties
implementation committed inventory and shall be imposed on the
(Installation, as per the agreed vendor/bidder by C-DOT @0.5% for
Testing, implementation every week or part thereof subject to
commissioning) of timelines maximum being 5%of total PO value
NOC at the site Once the maximum penalty reached,
location the C-DOT may terminate the
contract and Forfeit the PBG
In case the party fails to deliver the
material/software or services even
beyond the extra time allowed with
penalty as mentioned above, C-DOT
reserves the right to make alternate
procurement and arrangements only
at the suppliers’ 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

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 93 of 120


period, the cost of alternate
procurement /arrangements shall be
recovered from the vendor.
3 Availability/Uptime 99.00% Any failure/ incident on any part of
of NOC the Network Operation Centre
infrastructure infrastructure or its facilities shall be
communicated immediately to C-
DOT as an exceptional report giving
details of downtime, if any
Penalty in case of Downtime:
99.00% or Better= NIL
98.50% to 98.99%=0.50% of PO value
98.00 to 99.49% = 1.00% of PO value
95.00 to 98% = 1.50% of PO value
Less than 95% = 5% of PO value
4 Delay in resolution As per SLA Critical: 0.25% of PO value for every
of 1 Hours Delay in resolution over and
support/incidents above the incidence Resolution time
by successful bidder as provided in the above table at
This will be valid point 8
and applicable Medium: 0.25% of PO value for
throughout the every 3 Hours delay in resolution
entirety of the over and above the incidence
contract includes Resolution time given above
the 03 Year Low: 0.25% of PO value for every 6
Warranty and 03 Hours delay in resolution over and
Year CAMC period above the incidence Resolution time
as provided in the above table.
The LD/ penalty shall be capped at
5% of the total PO value GST
Inclusive for delay in resolution of
support/incidents for all the devices
installed in NOC CAMC value shall
not be considered for the calculation
of LD/Penalty.
5 Change 100% of changes should 0.25% of the PO value for every non-
Management follow formal change compliance
control procedure. The LD/ penalty shall be capped at
All changes need to be 5% of the total PO value GST
approved by C-DOT. It Inclusive for every non-compliance
should be implemented of Change request
on the time and as per
schedule without any
disruption of the services

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 94 of 120


4. CONFIDENTIALITY

Definitions:

"Confidential Information" means all information hereafter disclosed by the Purchaser to Agency,
whether directly or through a third person, concerning its business and technical capabilities, processes,
plans, designs, business methods, customer list, financial information, marketing plans, other business
information or products. This information may be in the form of documents, electronic media, charts,
graphs or other physical form, and also includes oral, visual or written information. Confidential
Information includes information gathered by a party by visits to the other party's offices and factories.
Information shall no longer be considered Confidential Information under the following circumstances
also:

a. the information becomes generally available to the public other than as a result of a disclosure in
violation of this Agreement by a Party or its Representatives
b. the information is received by a party from a source other than the other party or its representative
provided that such source is not prohibited from disclosing such information
c. the information is already known to the receiving party on a non-confidential basis prior to its
disclosure the information is already known to the receiving party on a non-confidential basis prior
to its disclosure
d. the information is developed by a party independently of the Confidential Information received
from the other party, provided such independent development is accomplished by personnel who
had no access to the Confidential Information
e. the information is disclosed in a product marketed by a party
f. the information is approved for release upon the written permission of the Discloser
g. the information is required by law to be disclosed by the Receiver, in which case the Receiver shall
first inform the Discloser of all relevant facts relating to such a disclosure and shall provide such
opportunity as is possible in the circumstances for the Discloser to object to such disclosure and shall
provide reasonable assistance to the Discloser in seeking to prevent such disclosure

5. COVENANT NOT TO DISCLOSE

The Agency will not use Confidential Information received from Purchaser (C-DOT) or its
Representatives except for the purposes for which the same is being extended to it. The Agency shall
protect and safeguard all Confidential Information received from the Purchaser (C-DOT). The Agency
shall not disclose Confidential Information received from the Purchaser to any other Person except to its
employee, advisors, or any other person on a need to know basis, who have prior to the disclosure of or
access to any such Confidential Information agreed in writing to receive it under terms of this agreement.
The Agency may, however, disclose Confidential Information least as restrictive as those specified in this
agreement.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 95 of 120


The Agency shall use at least the same degree of care in safeguarding the Confidential Information as it
uses or would use in safeguarding its own Confidential Information and shall take necessary steps to
protect the Confidential Information from any unauthorized or inadvertent use.

6. RETURN OF MATERIAL

All confidential information shall remain the property of Purchaser (C-DOT) and the Agency shall return
the promptly redeliver all Confidential Information received from Purchaser (C-DOT) upon termination
of Agreement or upon written request from Purchaser (C-DOT) at any time during the course of
contemplated communications. The Agency shall not retain any copies, extracts or other reproductions
of such Confidential Information.

7. GOVERNING LAW AND JURISDICTION

This Agreement shall be construed according to and governed by the laws of India. In the event of any
dispute between the Parties arising under this Agreement, either Party may notify the other in writing of
the substance of the complaint or the Parties shall use their best efforts to resolve such dispute amicably
through discussion. The dispute is not settled within 30 (thirty) days of notification, unless the Parties
otherwise agree in writing, such dispute shall be finally settled by binding arbitration at New Delhi
(India). The arbitration shall be conducted under the terms of and in accordance with the Indian
Arbitration and Conciliation Act, 1996. The proceedings shall be conducted in English.

In the event that any lawsuit is commenced by either party to enforce the provisions of this Agreement,
the party who prevails in the lawsuit or on any claim therein will be entitled to recover from the other
party, in addition to any damages, such reasonable legal fees and other expenses incurred in connection
therewith as the court may determine.

8. NON WAIVER

It is expressly agreed that a failure or delay by any party to require the enforcement of his rights
under any of the article of this Agreement shall not be construed as a waiver by such Party of any of
its rights nor will it affect in any way the validity of this Agreement or any of its provisions, or the
right to enforce such provisions at any time thereafter.

9. SEVERABILITY

Should any or one or several of the provisions of this Agreement be or become invalid, this shall
not affect the validity of the other provisions. The Parties agree to replace the legally invalid
provision, if possible, by an effective provision whose economic effect is as similar as possible to the
original provision, and the Parties agree that this new provision shall be deemed to have been
agreed upon from the time when the original provision became invalid.

10. ASSIGNMENT OF RIGHTS AND OBLIGATIONS OF THE AGREEMENT

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 96 of 120


The Agency shall not assign or transfer this Agreement or part of this Agreement or any rights or
obligations thereunder to or for the benefit of any third party without the prior written consent from
the contractor/ Purchaser and any assignment without such consent shall be null and void and would
lead to termination.

11. ENTIRE AGREEMENT AND MODIFICATION

This Agreement shall constitute the entire agreement between the Parties with respect to the
transactions contemplated herein and shall not in any manner be supplemented, amended or modified
except by a written instrument executed on behalf of each of the Parties by their duly authorized
representatives.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with
their respective laws the day and year first above written, duly executed by its authorized
representative.

For the Purchaser:

(Sign and seal of the Authorised personnel)

Witness:

Signature: _________________

Name:

Address
For the Agency:

(Sign and seal of the Authorised person

Witness:

Signature: _________________

Name:

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 97 of 120


ANNEXURE -K: EMD FORMAT

Whereas.................................. (hereinafter called "the Bidder") has submitted its bid


dated........................for Tender No…………………………………… dated..............................
KNOW ALL MEN by these presents that WE....................... of.................... having our registered
office at ................. (Hereinafter called "the Bank") are bound unto Centre for Development of
Telematics (C-DOT) (hereinafter called "the Purchaser") in the sum of Rs.................... For
which payment will and truly to be made to the said Purchaser, the Bank binds itself, its
successors and assigns by these present.

THE CONDITIONS of the obligation are:


1. If the Bidder withdraws or amends its bid or impairs or derogates from the bid in any respect
during the period of bid validity specified by the Bidder on the Bid form or extended
subsequently;
or
2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the
period of bid validity.
(a) fails or refuses to execute the Contract, if required; or
(b) fails or refuses to furnish the Performance Security within the specified time,
in accordance with the instructions to Bidders.
We undertake to pay to the Purchaser up to the above amount upon receipt of its first written
demand, without the purchaser having to substantiate its demand, provided that in its
demand, the purchaser will note that the amount claimed by it is due to it owing to the
occurrence of one or both of the two conditions, specifying the occurred condition or
conditions.

This guarantee will remain in force and valid as specified in section 2.6.4 of the tender
document and any demand in respect thereof should reach the Bank not later than the
specified date/ dates.

(Signature of the Bank Officer)

Rubber stamp of the bank:


Place: ………………… Authorized Power of Attorney Number:
…………………………………..
Date: ………………… Name of the Bank officer:
…………………………...……..
Designation: ……………………………………………...….
Complete Postal address of Bank: ………………………..

Name & Signature of witness ……………………………………………………………..…


Address of witness Telephone Numbers ………………………………………..

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 98 of 120


ANNEXURE -L: Self Certification regarding Local Content (LC)

(To be given on Company’s Letter Head)

Format for Self-Certification regarding Local Content (LC) for Telecom Product, Services
or Works

Date: _______________

………………………………………………………………………..… S/o, D/o, W/o


..............................................., Resident of .................................................................................... do
hereby solemnly affirm and declare as under.

That I agree to abide by the terms and conditions of Department of Telecommunications,


Government of India issued vide Notification No. ......................................... dated...................

That the information furnished hereinafter is correct to best of my knowledge and belief and I
undertake to produce relevant records before the procuring entity or any other authority so
nominated by the department of Telecommunications, Government of India for the purpose
of assessing the LC.

That the LC for all inputs which constitute the said Telecom Product/Services/Works has
been verified by me and I am responsible for correctness of the claims made therein.

That in the event of the LC of the Telecom Product/Services/Works mentioned herein is found
to be incorrect and not meeting the prescribed LC norms, based on the assessment of an
authority so nominated by the Department of Telecommunications, Government of India and
I will be liable as under clause 9 (f) of Public Procurement (Preference to Make in India) Order
2017.

I agree to maintain all information regarding my claim for LC in the Company’s record for a
period of 2 years and shall make this available for verification to any statutory authorities.

I. Name and details of the Local supplier (Registered Office, Manufacturing unit
location, nature of legal entity)
II. Date on which this certificate is issued.
III. Telecom Product/Services/Works for which the certificate is produced.
IV. Procuring agency to whom the certificate is furnished.
V. Percentage of LC claimed
VI. Name and contact details of the unit of the manufacturer
VII. Sale price of the product
VIII. Ex-Factory Price of the product
IX. Freight, insurance and handling
X. Total Bill of Material

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 99 of 120


XI. List and total cost value of inputs used for manufacture of the Telecom Product/
Services/Works
XII. List and total cost of inputs which are locally sourced. Please attach LC certificate
from local suppliers, if the input is not in-house
XIII. List and cost of inputs which are imported, directly or indirectly

For and on behalf of


_____________________________________

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 100 of 120


ANNEXURE -M: INDICATIVE BOQ (Bill of Quantity)

S.No Description Unit QTY Remarks


1 Civil Work
A FLOORING
P/F vetrified tiles 12 mm thick (mirror polished) of approved
quality and shade for corridor flooring, with 4"skirting &
wall in required positiion with ready made tile adhesive
mortar of approved quality, including backing coat of cement
mortar 1:3 (1:cement, 3:fine aggregate),joint filling with white
1 slurry, cleaning, curing complete all as directed by the Sqm 20
Engineer. The leveling of base floor to be included, laid in
pattern in desired shade with adhesive 600 x 600 with
pigmented additives to match shade of the stone, cleaning,
cost to be inclusive of chemical treatment of approved
AQUA SEALANT on surface etc complete as per directed.
CARPET FLOORING:
Providing and installing 500mm x 500mm Or 300x1200mm
Carpet Tiles with secondary backing of P.V.C The rate shall
2 Sqm 100
include cutting, trimming, fixing and clearing away of
residual material to a location as directed. The rate shall also
include supplying and laying of a protective
Antistatic Vinyl flooring
P/F Homogeneous Compact anti-static flooring of 2mm
3 thickness in tile or role form. Cost should include providing Sqm 20
and fixing of copper strip grid under the vinyl floor and
same should be connected with the earthing all complete.
B Ceiling
Mineral Fiber Ceiling
P/F False Ceiling of Mineral fiber board at appropriate
height should be installed concealing any cabling tray and
electrical lighting wiring in all areas except server/network
room.
The False Ceiling tile should be Dust free type and of
Noncombustible material. Main tee of size 3000 x 24mm at
2 Sqm 100
every 1200 mm C/C max and rotary stitched 1200 mm
Armstrong cross tee at every 600 mm c/c and 600mm
Armstrong cross tee at every 1200mm c/c max and wall
angle all around the wall to form a grid of 600 mm x 600 mm
and suspending the grid using 2mm GI rod and 6 mm raw
plug at every 1200 mm intervals at the main tee and laying
the Ceiling tiles of size 595 mm x 595 mm x 15 mm over the

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 101 of 120


formed grid having fire rating of 60 minutes as per BS 476/23
of 1987, Noise reduction Coefficient (NRC) of 0.50-0.60, to
resist temperature and humidity conditions up to 40degree
(104deg. F) and humidity of 99% RH should be installed.
All overhead cable trays will be secured to a rigid frame that
carries the load either to the roof structure or to the floor slab.

Metal ceiling
P/F The False Ceiling tile should be Dust free type and of
Noncombustible material. Main tee of size 3000 x 24mm at
every 1200 mm C/C max and rotary stitched. 1200 mm
Armstrong cross tee at every 600 mm c/c and 600mm
Armstrong cross tee at every 1200mm c/c max and wall
angle all around the wall to form a grid of 600 mm x 600 mm
2 Sqm 20
and suspending the grid using 2 mm GI rod and 6 mm raw
plug at every 1200 mm intervals at the main tee and laying
the Ceiling tiles of size 595 mm x 595 mm x 15 mm over the
formed grid having fire rating of 60 minutes as per BS 476/23
of 1987, Noise reduction Coefficient (NRC) of 0.50-0.60, to
resist temperature and humidity conditions up to 40degree
(104deg. F) and humidity of 99% RH should be installed.
C Partitions
P/C 115MM thick Brick wall in cement mortar (1:4) with
150mm high R.C.C. patli With reinforcement as per design at
every 1000 mm height to match with cill & lintel level, raking
out joint, watering and curing (without plaster), including all
scaffolding, staging, curing, raking of joints for all lifts etc.
1 complete and as directed. Rate shall include providing RCC Sqm 90
binders in mix proportion 1:2:4, 75mm thick reinforced with
2 nos. of 8 mm dia Fe 415 bars with 8 mm dia TOR steel tie
bars at 300 mm c/c, RCC binders to be at every 1 meter
interval from floor level , all complete and as directed. -
Without Plaster
Providing , fixing and finishing of 75mm thick Gypsum
partition on Aluminium frame work of thickness 30x20mm at
600 x 600 intervals from finished floor to ceiling with one
2 Sqm 75
layer of 12.5 mm thk gypsum board on either side with Glass
wool insulation in between finished with mesh tape, POP, all
supports from ceiling and floor level.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 102 of 120


Punning with 1" thick layer of super fine plaster of paris
(anhydrous gypsum) applied over selected existing plastered
surface on walls and columns finished smooth, surface
3 Sqm 190
prepared by hacking and applying a coat of slurry if
required.(Internal surfaces of External wall & AAC Partiton
walls).Make: India Gypsum or Saint Gobain or Equivalent.
Providing and Applying approved Emulsion Low VOC paint
in three or more coats of approved brand and shade to
internal sufaces (walls / partitions/ ceiling or any other
location as directed),to give an even shade to the approval of
the engineer, including thoroughly brushing the surface free
from foreign matter, sand papering smooth, filling in all
holes and cracks , applying lambi / palti and rubbing down
4 Sqm 230
the surface, lambi/palti sandwitched with two coats of
approved primer, rate to include all tools, labour, scaffolding,
primer as required completed as directed by the engineer.

Note: Flat area in horizontal vertical plane will be measured


for payment. No additional payment will be made for
grooves, cornices, vatta, mouldings etc.
Provide and apply fire retardant paint of approved make and
shade to give an even shade over
a primer coat as per manufacturers’ recommendations after
applying painting putty to level and plumb. Final finishing
shall be with 2 coats of fire retardant paint.
5 Sqm 65
Walls of all Data Centre and other critical areas like power
rooms, equipment rooms etc must also be coated with fire
retardant paint. Paint must withstand minimum 1000
degrees temperature. Paint should be water based and
confirming to greenseal-11 VOC requirements.
P/F 12 mm thick Toughened smart glass partition with all
6 Sqm 22
accessories and fixing arrangement
D DOORS
P/F 2 Hours Rated Metal Powder Coated Fire Check Door &
1 frame as per Manufacturers specifications complete with door nos 1
closer, handles, lock & vision panel etc single leaf-1200X2100
P/F 12mm thk Toughened Single leaf Glass door -1200 X
2 nos 2
2100mm
P/F Wooden doors/ Flush door of 1200 X 2100 with wooden
3 nos 2
frame complete with locks , handles etc.
E MISCELLANEOUS
Making of Holes, recesses in walls and closing the same with
1 proper finish with approved fire resistant sealant / painting Sqm 2
for passage of refrigerant pipes, drain pipes & cables.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 103 of 120


Cleaning and removal of malba, removal of debris from site
2 Lot 1
on daily basis. House keeping at site for project duration
Supply/Laying of PCC 1:4:8 or 1:2:4 to complete 75 mm thk.
3 Sqm 20
With Top Layer smooth finish for levelling of floor
MISCELLANEOUS works for DRY Pantry, Store room & Staff
4 Lot 1
area, Manager Room
Total

2 Furniture (Manager & Staff Room, Dry Pantry )

1 Providing & fixing of 1200x750 mm Manager table nos 1


2 Medium Back chairs (visitor chair) nos 7
3 Executive chair nos 1
4 Bunk Bed Nos 1
5 Two Seater Sofa Nos 1
6 Hard Plastic/Wooden Chair Nos 5
7 Table for Pantry Room Nos 1
Total

3 Electrical Works
6 way TPN DB UPS for UPS power Incomer - 63A FP -01nos.
A nos 3
Outgoing – 32/16A SP MCB - 18nos.
6 way TPN forRaw power LPDB Incomer - 63 FP MCB -
B nos 1
01nos., Outgoing - 32/16A SP MCB - 18nos.
1100/650 V Grade, PVC insulated, Single/multi Core, multi
strand Unarmoured (YY)/armoured- YWY Copper
C Conductor Cables. The cables shall be laid in cable tray & all
single core cables shall
be laid in trefoil form with necessary clamps.
1 4CX16 Sqmm Copper YY mtrs 240
2 4CX10 Sq.mm Copper YY mtrs 60
Providing end termination of cables with supply of suitable
cable glands with earth clips, solder less crimping type
D
copper sockets for
Copper cables.
1 End Termination mtrs 6
2 End termination mtrs 2
E FLEXIBLE CABLES
Wiring of surface conduit system with 2mm thick FRLS
conduits & 1100 V grade, multistrand copper conductor,
FRLS-PVC insulated wires asper IS694, for phase, neutral &
1
earth, shall include end termination. The conduits shall be
complete with bends, JBs etc.. There is no sub- circuit
measurements. The laying cost shall also

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 104 of 120


include supports/anchor rods for conduits & chipping works
if necessary.

3Cx1.5 sq.mm cable(YY) with PVC-FRLS insulated outer


1 sheath & multi strand copper conductors, unarmoured, cable mtrs 600
to be laid in 2mm thick 25mm dia PVC/FRLS conduits.
3Cx2.5 sq.mm cable(YY) with PVC-FRLS insulated outer
2 sheath & multi strand copper conductors, unarmoured, cable mtrs 700
to be laid in 2mm thick 25mm dia PVC/FRLS conduits.
3Cx4 sq.mm cable(YY) with PVC-FRLS insulated outer
3 sheath & multi strand copper conductors, unarmoured, cable mtrs 500
to be laid in2mm thick 25mm dia PVC/FRLS conduits.
F POINT WIRING
Wiring of light points/socket outlets with 1100 V grade,
stranded copper conductor, FRLS-PVC insulated wires, 3x1.5
Sq.mm for switch control & 3x2.5 Sq.mm wires for MCB
control, in surface mounted / concealed 19mm dia 2mm
thick FRLS-PVC conduits with modular type switches. The
qouted rate shall include necessary bends, junction boxes &
fixing accessories. The point wiring shall be terminated to
suitable terminal blocks for connecting fixtures. Wiring of
Submains/circuit mains in concealed or surface conduit
system with 2mm thick FRLS conduits & 1100 V grade, multi
strand copper conductor, FRLS-PVC insulated wires asper
IS694, for phase, neutral & earth, shall include end
termination. The conduits shall be complete with bends, JBs
etc.. There is no sub-circuit and circuit measurements. The
laying cost shall also include supports/anchor rods for
conduits & chipping works if necessary.
1 Primary light points nos 9
2 Secondary light Points nos 30
G POWER RECEPTACLES.
Supply, installation of switched socket outlets, modular
socket outlets and switches mounted seperately for group
control on wall and modular type partition with front plate &
accessories including civil works like chipping etc. All
sockets shall be provided with suitable stickers to indicate
the UPS/RP sourcColour of plates(Glossy plates) : UPS
power - Grey
Raw power - Blacke, ckt. Nos. etc.. Wiring of
Submains/circuit mains in concealed or surface conduit
system with 2mm thick FRLS conduits & 1100 V grade, multi
strand copper conductor, FRLS-PVC insulated wires asper
IS694, for phase, neutral & earth, shall include end

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 105 of 120


termination. The conduits shall be complete with bends, JBs
etc. There is no sub-circuit and circuit measurements. The
laying cost shall also include supports/anchor rods for
conduits & chipping works if necessary. Socket details :

1 3 x 6A multi socket controlled by 16A switch, excluding box nos 24


2 2 x 6A multi socket controlled by 16A switch, excluding box nos 5
1 x 6/16A twin socket controlled by 16A switch, including
3 nos 7
box
H EARTH ELECTRODES AND EARTH STRIPS
Earthing Pits
CU pipe chemical Earth Electrode using 38 mm dia class B
CU electrode complete as per IS 3043 with chemical
1 compound (maintenance free earthing), brick masonry nos 4
chamber 300x300mm, with cast iron frame and heavy duty
cover.
1.2 Earthing Strips
25 x 3 mm CU. strip for body earthing of panels run on Cable
1 mtrs 500
Trays / Walls /Ceiling/ Floor.
I MS perforated cable tray
MS perforated cable tray shall be made out of 2.0mm thick
CRCA sheet, the cover shall be made out of 1.6mm thick
CRCA sheet & shall be preforated whereever specified. The
cable tray shall be powder coated with siemens grey shade.
The cable tray shall have M6 threaded bush for earthing for
every single length. The
joints shall be flush & fastended from inside without sharp
edges.
1 Cable tray : 300 mm(W) x 40(H) mm mtrs 50
2 Cable tray :150 mm(W) x 40(H) mm mtrs 30
Metal Raceways : Floors
Supply and fixing in position of following size of under floor
GI raceways [consists of body & cover] for distributing
cabling in screed floor installations. Raceway should be made
up of Pre galvanized sheet conforming to IS 277 with
thickness of 1.6mm consists of Body and Openable cover
3
with 275 GSM coating. Raceway should be supplied with
required accessories such as fixing brackets and coupling
plates as required. Raceway should be confirmed with the
standard EN 60-670 and EN 50085-2-2, IP 20 & IK08 in recess
/ on surface including chasing the wall/floor complete as
required of following configurations:

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 106 of 120


a 300 x 38 mm Raceway with 3 compartments. mtrs 60
b 250 x 38 mm Raceway with 3 compartments. mtrs 40
c 100 x 38 mm Raceway with 1 compartments. mtrs 20
Metal Junction Box : Floors
Supply and fixing in position height adjustable under floor
crossover Junction box for Raceways for direct access to cables
at the intersection of Raceways supplied completely with base
and cover plate [lid]. Junction box should be made of Pre
galvanized sheet consist of body and cover. Height of the
4
junction box should be adjustable from minimum 65mm.
Junction box should be supplied with the metal cover for
protecting the junction box during constructions at site. It
should be confirmed with the standard EN 50085-2-2
including all accessories complete as required of following
sizes:
a Box : 400 x 400 x 65-90mm [1mm base & 3mm lid] nos 9
Cover Plate : 400 x 400mm
b Box : 300 x 300 x 65-90mm [1mm base & 3mm lid] nos 5
Cover Plate : 300 x 300mm
c Box : 150 x 150 x 65-90mm [1mm base & 3mm lid] nos 3
Cover Plate : 150 x 150mm
5 First aid kit nos 2
6 Lighting fixtures
Recess mounted light fixture 36/40 W LED 600mmx600mm
a nos 10
with electronic ballast
Recess mounted down light fixture 15W LED with electronic
b nos 25
ballast
Recess mountable stand-alone PIR presence detector. The
device should be able to Switch & Regulate a Lighting load of
atleast 8 DSI Ballasts based on Human Presence availability.
c nos 3
Detection coverage of 6m dia when mounted at a Height of
3m. The device should be equipped with a Field adjustable
delay timer (5 - 60 mins).
2.1 Modification & Realignment of HVAC duct as per
Lot 1
requirement & 1.5 ton split AC (N+N) for Server room
Total

4 Conference Room Setup


1 98” Digital display as per specifications nos 1

2 75” 4K LED Panel as per specifications nos 1


Digital signal processor for ceiling tile microphone as per
3 nos 1
specification

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 107 of 120


4 Ceiling Tile Microphone as per specifications. nos 2

5 Network Switch for Audio as per specifications nos 1

6 POE Line Array Speakers as per specifications. nos 2

7 22" Pen Display as per specifications. nos 1

8 12x Optical Zoom Camera as per specifications nos 1

9 Device Controller as per specifications nos 1

10 10” Touch Panel as per specifications nos 1

11 Network Switch as per specifications nos 1

12 HDMI Splitter 4x1 as per specifications nos 1

HDMI, CAT6 Cables and other accessories as per


13 lot 1
specifications
Desktop Workstations with Monitor as per specifications
14 nos 2

15 USB 3.0 Extn. Cable - 50 ft as per specifications lot 1

16 AV Rack with Fan & PDU as per specifications nos 1

5 NOC Room Digital Display


98” Digital display as per specifications
1 nos 2

6 NOC Room Input source


1 Desktop Workstations with Monitor as per specifications nos 22

Desktop Workstation with Monitor and 4 Gb Graphic Card


2 nos 2
having 4xHDMI Output as per specifications

3 Device Controller as per specifications nos 1

10” Touch Panel as per specifications


4 nos 1

5 Network Switch as per specifications nos 1

6 AV Rack with Fan & PDU as per specifications nos 1

Network Ethernet Cable and other accessories as per


7 lot 1
specifications
Multifunctional heavy duty color digital copier-printer
8 nos 1
scanner as per specifications
9 Laser printer as per specifications Nos 1
Total

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 108 of 120


7. Items Of Building Management System
A SITC Fire Detection Alarm & Gas Based Suppression
1 Supply, installation, testing and commissioning of gas release
panel, Approved by reputed lab for Indian conditions,
No. 1
complete in all respect. Above Items are to be installed as per
the site requirements.
2 Supply, Installation, testing and commissioning of
Conventional Gas Release Switch. Above Items are to be No. 2
installed as per the site requirements.
3 Supply, Installation, testing and commissioning of
Conventional Gas abort switch. Above Items are to be No. 2
installed as per the site requirements.
4 Supply, Installation, testing and commissioning of
Conventional Hooter cum flasher (Sounder CUM Strobe). No. 3
Above Items are to be installed as per the site requirements.
5 Supply, Installation, testing and commissioning of Fire Alarm
Control Panel two zone. This includes AC power supply, 240
No. 1
volts with battery backup i.e. 2x12V, 7AH SMF Lead Acid
batteries.
6 Supply, Installation, testing and commissioning of Heat
detector with automatic function self test, complete with base
No. 2
as per site requirement. Above Items are to be installed as per
the site requirements.
7 Supply, Installation, testing and commissioning of multi
criteria smoke detector with automatic function self test,
No. 34
complete with base as per site requirement. Above Items are
to be installed as per the site requirements.
8 Supply, Installation, testing and commissioning of Hooter
cum flasher (Sounder CUM Strobe) with (Sound output of
minimum 85 db) complete with all respects as per site No. 7
requirements. Above Items are to be installed as per the site
requirements.
9 Supply, installation, testing and commissioning of Manual
Call Point complete with all respects as per site requirements. No. 3
Above Items are to be installed as per the site requirements.
10 Supply, installation, testing and commissioning of control
module capable of operating from detector and control system
No. 5
or by manual leaver available on the control head. Above
Items are to be installed as per the site requirements.
11 Supply, installation, testing and commissioning of Relay
No. 2
Module. Item are to be installed as per the site requirements.
12 Supply, installation, testing and commissioning of Isolator
Module. Above Items are to be installed as per the site No. 3
requirements.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 109 of 120


13 Supply, Laying and testing of 2 Core 1.5 Sq. mm. copper multi
stand Shielded FRLS cable. This also includes provision of one
Mts 700
MS Clip at the distance of 3 meters or as per requirement for
laying of cable.
14 Supply, installation of 6Kg ABC Type Stored Pressure Fire
nos 6
Extinguisher
B CCTV Surveillance System
1 Supply, installation, testing and commissioning of 4MP Entry
IR Fixed-focal Dome Network Camera High-Definition IP
Camera of reputed make. Complete in all respect, with 3-year No. 12
warranty at site. Above Items are to be installed as per the site
requirements.
2 Supply, installation, testing and commissioning of 16 Channel
1.5U 4K&H.265 Pro Network Video Recorder (V2.00) of
reputed make. Complete in all respect, with 3-year warranty No. 1
at site. Above Items are to be installed as per the site
requirements.
3 Supply, installation, testing and commissioning of Software
An Economical Surveillance System Storage, Resource
Binding, Playback, High Cost-effective, High Reliability,
Emap, organization Management, Video Wall, Device
Management, Access Control, Live View, Video Intercom,
Job 1
Event Management, Face Recognition, 3rd Party cameras IP
ONVIF can be added. This also includes license for 240
cameras complete in all respect, of reputed make, with 3 year
warranty at site. Above Items are to be installed as per the site
requirements.
4 Supply, installation, testing and commissioning of 8TB
Surveillance Special Hard Disc of reputed make for storage of
approximate 30 days recording. Complete in all respect, with No. 1
3-year warranty at site. Above Items are to be installed as per
the site requirements.
5 Supply, installation, testing and commissioning of 32" LED
Screen, Full HD, 24x7 Application of reputed make. Complete
No. 1
in all respect, with 3-year warranty at site. Above Items are to
be installed as per the site requirements.
6 Supply, installation, testing and commissioning of following
items of reputed make. Complete in all respect, with 3-year
warranty at site. Above Items are to be installed as per the site
requirements.
a RJ 45 Connector No. 50
b 16 Port, PoE enable, Gigabyte Network Switch No. 1
c 6 U RACK with cable manager, Fan, extension cord, Glass
No. 1
front with lock and key.
d CAT 6 Patch Cord 1 Mtrs No. 12
e CAT 6 Patch Panel 24 Port No. 1

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 110 of 120


f HDMI Cable 10 Mitr length No. 1
g CAT 6 Wire Including Laying of Wire Mts 1015
7 Supply, laying and fixing of PVC conduit pipe 25mm ISI Mark,
Medium Class for laying in surface or recess along with the
accessories i.e. PVC band, junction box, saddle etc. This also
Mts 300
includes painting in case of surface conduit or cutting the wall
and making good the same complete with all respects as per
site requirements.

C Access Control System


1 Supply, installation, testing and commissioning of 4 Door/8
Reader Access Panel with 5Amp SMPS and Cabinet of reputed No. 1
make.
2 Supply, installation, testing and commissioning of 125KHz
Proximity Access Control Reader W/O tamper Switch and No. 4
RS232 of reputed make.
3 Supply, installation, testing and commissioning of Fingerprint
No. 2
USB Reader of reputed make.
4 Supply, Installation, testing and commissioning of Enterprise
version of software with Attendance Management (MS
Access), upto 1600 users, Client-server architecture with a
backend of Oracle and SQL, Multi-user operation with
Job 1
multilevel security, Weigand bits configuration possibility
from 26 bits to 64 bits, Door wise local & timed anti-passback
facility, Door interlocking capability, 65,000 Controllers
supported on a single platform.
5 Supply, installation, testing and commissioning of Electro
Magnetic Lock 900 LBS holding fail safe with LED Double leaf No. 4
of reputed make.
6 Supply, installation, testing and commissioning of All-in-One
PC System (AMD Ryzen 3-3250U or equivalent/ 8GB/ 256GB
nos 1
SSD + 1TB HDD/Win 10/MS Office 2019) Display 23.8
diagonal of reputed make.
7 Supply, Installation, Testing and commissioning of following
items complete in all respect of reputed make,
a 4 Port Gigabyte Network Switch No. 1
b 8 Core control wire 1.5 sq mm Including Laying as per
Mts. 600
requirement.
c Cat 6 Wire Including Laying of Wire Mts. 300
8 Supply, laying and fixing of PVC conduit pipe 25mm ISI
Marke, Medium Class for laying in surface or recess along
with the accessories i.e. PVC band, junction box, saddle etc.
Mts. 200
This also includes painting in case of surface conduit or cutting
the wall and making good the same complete with all respects
as per site requirements.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 111 of 120


D Vesda System
1 PVC Conduit 25 mm Dia Meter 30
2 VESDA-E VEP with LEDs, 1 pipe, Plastic Enclosure Nos 1
3 Xtrlais 2A 38AH PSU - Style E Nos 1
4 18AH X 12VDC SLA Battery Nos 2
5 Hooter Nos 1
6 PSU for Hooter Nos 1
7 End cap Nos 4
8 Cable 2C*1 sq. mm cable Meter 20

E Water Leak Detection System


1 4 Zone Water Leak Detector Panel with Modbus Connectivity Nos 1
2 WLD-CS10 Water Leak Sensor Cable Nos 3
3 Hooter Nos 8
4 Cable 2C*1 sq. mm cable Meter 20
5 PVC Conduit 25 mm Diameter Meter 20

F Rodent Repellent System


1 Ultrasonic Rodent Repellent System Nos 2
2 Ultrasonic Rodent Repellent Transducer Nos 45
3 Rodent Wire Meter 300
4 PVC Conduit 25 mm Dia Meter 100

G GAS SUPPRESSION SYSTEM ( Server and UPS area)


25Bar Novec UL listed.
1 140Ltrs (317lb) 25 bar Sapphire Assembly (UL) Nos. 2
2 Novec 1230 Fluid Factory fill per KG Kg's 250
3 Supervisory presure switch - standard (Close on fall) Nos. 1
4 Electrical actuator 24VDC Nos. 1
5 Local Manual Actuator Nos. 1
6 Pneumatic Actuator Nos. 1
7 Actuation Hose, SWL, SS BR, 24'', 1/4'' FML Nos. 1
8 25 mm union adaptor (1" NPT) Nos. 2
9 50 mm union adaptor (2" NPT) Nos. 2
10 50 mm (2”) Check Valve Assembly Nos. 2
11 Male adaptor (1/4 NPT X 1/4 BSPP) Nos. 1
12 Male Connector (7/16 - 20 x 1/4'' NPT) Nos. 1
13 Male Tee (7/16-20 x 1/4 in. NPT) Nos. 1
14 Male elbow (7/16-20 x 1/4 in. NPT) Nos. 1
15 Discharge pressure switch - standard Nos. 1
16 Warning plate for DO NOT ENTER Nos. 1
17 Warning plate for VACATE AREA Nos. 1
18 Cylinder bracket for 120L / 140L / 180L Smless cyl Nos. 6

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 112 of 120


19 Discharge Nozzles are designed to provide the as per flow
rate and distribution of FK 5-1-12 to total flood a hazard area Nos. 10
: 180 deg. / 360 deg.
20 Piping and supports :-
a Manifold: - CS seamless pipe confirming to ASTM A 106Gr.
Lot 1
B, Sch- 80(As per flow cal.)
b Pipes: - CS seamless pipe confirming to ASTM A 106Gr. B,
Nos 1
Sch- 40(As per flow cal.)
Total
8 Video wall & Other Items
A SITC of Video Wall (7296mm X 1368mm) with controller Set 1
B Control & Conference Room Interior & Furniture Lot 1
C Split AC for NOC & Conference Room No 6
Total

9 Any Other charges


A Installation charges (if any) No 1
B Additional required items list [if any]) Set 1
C Coffee/Tea/Soup M/c Setup [for 30 persons] No 1
Total

10 CAMC for 3 years Lot 1

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 113 of 120


ANNEXURE -N: INTEGRITY PACT

INTEGRITY PACT

Between

Centre for Development of Telematics (C-DOT) hereinafter referred to as “The


Principal”, and …………………………………………… hereinafter referred to as
“The Bidder/ Contractor”

Preamble

The Principal intends to award, under laid down organizational procedures,


contract/s for………………………………………The Principal values full compliance
with all relevant laws of the land, rules, regulations, economic use of resources and
of fairness / transparency in its relations with its Bidder(s) and / or Contractor(s).

In order to achieve these goals, the Principal will appoint Independent External
Monitors (IEMs) who will monitor the bid process and the execution of the contract
for compliance with the principles mentioned above.

Section 1 – Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent
corruption and to observe the following principles:-

a. No employee of the Principal, personally or through family


members, will in connection with the bid for , or the execution of a
contract, demand, take a promise for or accept, for self or third
person, any material or immaterial benefit which the person is not
legally entitled to.

b. The Principal will, during the bid process treat all Bidder(s) with
equity and reason. The Principal will in particular, before and
during the bid process, provide to all Bidder(s) the same
information and will not provide to any Bidder(s) confidential /
additional information through which the Bidder(s) could obtain an
advantage in relation to the bid process or the contract execution.

c. The Principal will exclude from the process all known prejudiced
persons.

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 114 of 120


(2) If the Principal obtains information on the conduct of any of its
employees which is a criminal offence under the IPC/PC Act, or if there
be a substantive suspicion in this regard, the Principal will inform the
Chief Vigilance Officer and in addition can initiate disciplinary actions.

Section 2 – Commitments of the Bidder(s)/ Contractor(s)

(1) The Bidder(s)/ Contractor(s) commit themselves to take all measures


necessary to prevent corruption. The Bidder(s)/ Contractor(s) commit themselves
to observe the following principles during participation in the bid process and
during the contract execution.

a. The Bidder(s)/ Contractor(s) will not, directly or through any other


person or firm, offer, promise or give to any of the Principal’s employees involved
in the bid process or the execution of the contract or to any third person any
material or other benefit which he/she is not legally entitled to, in order to obtain
in exchange any advantage of any kind whatsoever during the bid process or
during the execution of the contract.

b. The Bidder(s)/ Contractor(s) will not enter with other Bidders into
any undisclosed agreement or understanding, whether formal or informal. This
applies in particular to prices, specifications, certifications, subsidiary contracts,
submission or non- submission of bids or any other actions to restrict
competitiveness or to introduce cartelization in the bidding process.

c. The Bidder(s)/ Contractor(s) will not commit any offence under the
IPC/PC Act or such relevant laws, rules, regulations and guidelines; further the
Bidder(s)/ Contractor(s) will not use improperly, for purposes of competition or
personal gain, or pass on to others, any information or document provided by the
Principal as part of the business relationship, regarding plans, technical proposals
and business details, including information contained or transmitted
electronically.

d. The Bidder(s)/Contractors(s) of foreign origin shall disclose the


name and address of the Agents/representatives in India, if any. Similarly the
Bidder(s)/Contractors(s) of Indian Nationality shall furnish the name and address
of the foreign principals, if any. Further details as mentioned in the “Guidelines
on Indian Agents of Foreign Suppliers” shall be disclosed by the
Bidder(s)/Contractor(s).Further, as mentioned in the Guidelines all the payments
made to the Indian agent/representative have to be in Indian Rupees only. Copy
of the “Guidelines on Indian Agents of Foreign Suppliers” is placed at (page nos.
6-7)

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 115 of 120


e. The Bidder(s)/ Contractor(s) will, when presenting their bid,
disclose any and all payments made, is committed to or intends to make to agents,
brokers or any other intermediaries in connection with the award of the contract.

f. Bidder(s) /Contractor(s) who have signed the Integrity Pact shall


not approach the Courts before and while representing the matter to IEMs and
shall wait for their decision in the matter.

(2) The Bidder(s)/ Contractor(s) will not instigate third persons to


commit offences outlined above or be an accessory to such offences.

Section 3 - Disqualification from bid process and exclusion from future contracts

If the Bidder(s)/Contractor(s), before award or during execution has committed a


transgression through a violation of Section 2, above or in any other form such as
to put their reliability or credibility in question, the Principal is entitled to
disqualify the Bidder(s)/Contractor(s) from the bid process or take action as per
the procedure mentioned in the “Guidelines on Banning of business dealings”.
Copy of the “Guidelines on Banning of business dealings” is placed at (page nos.
8-17).

Section 4 – Compensation for Damages

(1) If the Principal has disqualified the Bidder(s) from the bid
process prior to the award according to Section 3, the Principal is
entitled to demand and recover the damages equivalent to Earnest
Money Deposit/ Bid Security.
(2) If the Principal has terminated the contract according to Section
3, or if the Principal is entitled to terminate the contract according to
Section 3, the Principal shall be entitled to demand and recover from
the Contractor liquidated damages of the Contract value or the
amount equivalent to Performance Bank Guarantee.

Section 5 – Previous transgression

(1) The Bidder declares that no previous transgressions occurred in


the last three years with any other Company in any country
conforming to the anti-corruption approach or with any Public
Sector Enterprise in India that could justify his exclusion from the
bid process.

(2) If the Bidder makes incorrect statement on this subject, he can

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 116 of 120


be disqualified from the bid process or action can be taken as per the
procedure mentioned in “Guidelines on Banning of business
dealings”.

Section 6 – Equal treatment of all Bidders / Contractors / Subcontractors

(1) In case of Sub-contracting, the Principal Contractor shall take


the responsibility of the adoption of Integrity Pact by the Sub-
contractor.

(2) The Principal will enter into agreements with identical


conditions as this one with all Bidders and Contractors.

(3) The Principal will disqualify from the bid process all bidders
who do not sign this Pact or violate its provisions.

Section 7 – Criminal charges against violating Bidder(s) / Contractor(s) /


Subcontractor(s)

If the Principal obtains knowledge of conduct of a Bidder, Contractor or


Subcontractor, or of an employee or a representative or an associate of a Bidder,
Contractor or Subcontractor which constitutes corruption, or if the Principal has
substantive suspicion in this regard, the Principal will inform the same to the
Chief Vigilance Officer.

Section 8 – Independent External Monitor

(1) The Principal has appointed _________*1________ as the


Independent External Monitor for this Pact after approval by
Central Vigilance Commission. The details of the appointed IEM is
available on the Principal’s official website. The task of the Monitor
is to review independently and objectively, whether and to what
extent the parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the


representatives of the parties and performs his/her functions
neutrally and independently. The Monitor would have access to all
Contract documents, whenever required. It will be obligatory for

1 “C-DOT is in the process of appointment of IEM in consultation with CVC and orders are awaited. The details of IEM shall be
intimated after appointment of IEMs in C-DOT.
Till the appointment of IEMs, any complaint on the tendering process may be sent to the Procurement Section Head of C-
DOT ([email protected]) and the same will be submitted to IEM after his appointment for his advice/systemic improvement in
the tendering process, if any. The above shall be complied by the participant bidders along with their bids without fail.”

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 117 of 120


him / her to treat the information and documents of the
Bidders/Contractors as confidential. He/ she reports to the EDR,
C-DOT.

(3) The Bidder(s)/Contractor(s) accepts that the Monitor has the


right to access without restriction to all Project documentation of the
Principal including that provided by the Contractor. The Contractor
will also grant the Monitor, upon his/her request and
demonstration of a valid interest, unrestricted and unconditional
access to their project documentation. The same is applicable to
Sub-contractors.

(4) The Monitor is under contractual obligation to treat the


information and documents of the Bidder(s)/ Contractor(s)/ Sub-
contractor(s) with confidentiality. The Monitor has also signed
declarations on ‘Non- Disclosure of Confidential Information’ and
of ‘Absence of Conflict of Interest’. In case of any conflict of interest
arising at a later date, the IEM shall inform Executive Director, C-
DOT and recuse himself / herself from that case.

(5) The Principal will provide to the Monitor sufficient


information about all meetings among the parties related to the
Project provided such meetings could have an impact on the
contractual relations between the Principal and the Contractor. The
parties offer to the Monitor the option to participate in such
meetings

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 118 of 120


(6) As soon as the Monitor notices, or believes to notice, a violation
of this agreement, he/she will so inform the Management of the
Principal and request the Management to discontinue or take
corrective action, or to take other relevant action. The monitor can in
this regard submit non- binding recommendations. Beyond this, the
Monitor has no right to demand from the parties that they act in a
specific manner, refrain from action or tolerate action.

(7) The Monitor will submit a written report to the Executive


Director, C-DOT within 8 to 10 weeks from the date of reference or
intimation to him by the Principal and, should the occasion arise,
submit proposals for correcting problematic situations.

(8) If the Monitor has reported to the Executive Director, C-DOT,


a substantiated suspicion of an offence under IPC/ PC Act and such
similar laws, and the Executive Director, C-DOT has not, within the
reasonable time taken visible action to proceed against such offence
or reported it to the Chief Vigilance Officer, the Monitor may also
transmit this information directly to the Central Vigilance
Commissioner.

(9) The word ‘Monitor’ would include both singular and plural.

Section 9 – Pact Duration

This Pact begins when both parties have legally signed it. It expires for the
Contractor, 12 months after the last payment is made under the contract, and for all
other Bidders 6 months after the contract has been awarded. Any violation of the
same would entail disqualification of the bidders and exclusion from future
business dealings.

If any claim or discrepancy is made or lodged by any bidder or the principal, during
this time, the same shall be binding and continue to be valid despite the lapse of
this pact as specified above, unless it is discharged / determined by Executive
Director of C-DOT.

Section 10 – Other provisions

(1) This agreement is subject to Indian Law. Place of


performance and jurisdiction is the Registered Office of the
Principal, i.e. New Delhi.

(2) Changes and supplements as well as termination notices

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 119 of 120


need to be made in writing. Side agreements have not been
made.

(3) If the Contractor is a partnership or a consortium, this


agreement must be signed by all partners or consortium members.

(4) Should one or several provisions of this agreement turn out to


be invalid, the remainder of this agreement remains valid. In this
case, the parties will strive to come to an agreement to their
original intentions.

(5) Issues like Warranty / Guarantee etc. shall be outside the purview of
IEMs.

(6) In the event of any contradiction between the Integrity


Pact and its Annexure, the Clause in the Integrity Pact will
prevail.

(For & On behalf of the Principal) (For & On behalf of Bidder/Contractor)

Name: Name:
Designation__________________ Designation__________________

Place: Place:

Date: Date:

Witness 1 Witness 1:
Designation__________________ Designation__________________
Address Address

Witness 2 Witness 2:
Designation__________________ Designation__________________
Address Address

[END OF DOCUMENT]

Tender No. C-DOT/Del/Tender/2023-2024/001 Copyright © C-DOT Page 120 of 120

You might also like