Supply and Installation of GPON Equipment: G. Chitrapavai Deputy Registrar (Stores & Purchase) Dated: 23.02.2019
Supply and Installation of GPON Equipment: G. Chitrapavai Deputy Registrar (Stores & Purchase) Dated: 23.02.2019
G. Chitrapavai
Dated : 23.02.2019
Deputy Registrar (Stores & Purchase)
Dear Sirs,
On behalf of the Indian Institute of Technology Madras, Tenders are invited for
Tenderers can access tender documents on the website (For searching in the NIC site, kindly go to Tender
Search option and type ‘IIT’. Thereafter, Click on “GO” button to view all IIT Madras tenders). Select the
appropriate tender and fill them with all relevant information and submit the completed tender document online
on the website https://etenders.gov.in/eprocure/app as per the schedule attached.
No manual bids will be accepted. All quotation both Technical bid and Financial bid should be submitted
in the E-procurement portal.
The bidders are required to submit soft copies of their bids electronically
A Submission of Tender :
on the CPP Portal, using valid Digital Signature Certificates. The
instructions given below are meant to assist the bidders in registering on
the CPP Portal, prepare their bids in accordance with the requirements
and submitting their bids online on the CPP Portal.
1
More information useful for submitting online bids on the CPP Portal may
be obtained at:
https://etenders.gov.in/eprocure/app
Both Technical Bid & Price Bid should be submitted separately in online CPP
portal as per the specified format only. Right is reserved to ignore any
tender which fails to comply with the above instructions.
iii. Bidders are advised to register their valid email address and
mobile numbers as part of the registration process. These would
be used for any communication from the CPP Portal.
iv. Upon enrolment, the bidders will be required to register their valid
Digital Signature Certificate (Class II or Class III Certificates with
signing key usage) issued by any Certifying Authority recognized
by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.)
v. https://etenders.gov.in/eprocure/app?component=%24DirectLin
k&page=DSCInfo&service=direct&session=T with their profile.
vi. Only one valid DSC should be registered by a bidder. Please note
that the bidders are responsible to ensure that they do not lend
their DSCs to others which may lead to misuse.
vii. Bidder then logs in to the site through the secured log-in by
entering their user ID / password and the password of the DSC /
eToken.
Guidelines, Terms and Conditions of Tender
i. There are various search options built in the CPP Portal, to
facilitate bidders to search active tenders by several parameters.
These parameters could include Tender ID, organization name,
location, date, value, etc. There is also an option of advanced
search for tenders, wherein the bidders may combine a number of
C Searching for tender search parameters such as organization name, form of contract,
documents location, date, other keywords etc. to search for a tender
published on the CPP Portal.
ii. Once the bidders have selected the tenders they are interested
in, they may download the required documents / tender
schedules. These tenders can be moved to the respective “My
Tender” folder. This would enable the CPP Portal to intimate the
bidders through SMS / email in case there is any corrigendum
issued to the tender document.
iii. The bidder should make a note of the unique Tender ID assigned
to each tender, in case they want to obtain any clarification / help
from the Helpdesk.
2
i. Bidder should take into account any corrigendum published on the
tender document before submitting their bids.
ii. Please go through the tender advertisement and the tender
D Preparation of bids : document carefully to understand the documents required to be
submitted as part of the bid. Please note the number of covers in
which the bid documents have to be submitted, the number of
documents including the names and content of each of the
document that need to be submitted. Any deviations from these
may lead to rejection of the bid.
iii. Bidder, in advance, should prepare the bid documents to be
submitted as indicated in the tender document / schedule and
generally shall be in PDF / XLS formats as the case may be. Bid
documents may be scanned with 100 dpi with black and white
option.
iv. To avoid the time and effort required in uploading the same set
of standard documents which are required to be submitted as a
part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, GSTIN Details, annual reports,
auditor certificates etc.) has been provided to the bidders. Bidders
can use “My Documents” area available to them to upload such
documents. These documents may be directly submitted from the
“My Documents” area while submitting a bid, and need not be
uploaded again and again. This will lead to a reduction in the
time required for bid submission process.
v. All the technical related documents need to be uploaded in
Technical bids for evaluation purpose.
i. Bidder should log into the site well in advance for bid submission
so that he/she upload the bid in time i.e. on or before the bid
submission date and time. Bidder will be responsible for any
delay due to other issues.
E Submission of bids : ii. The bidder has to digitally sign and upload the required bid
documents one by one as indicated in the tender document.
iii. Bidder has to transfer the EMD as applicable by online mode only.
The EMD should be transferred on or before the closure date and
time of the tender. If the EMD is not transferred before the closure
date and time, the tender will be summarily rejected. The EMD
transferred to IIT Madras (as per IIT Madras Account details given
in Clause I (i) and the proof of transfer has to be submitted in the
technical bid. Otherwise, the tender will be summarily rejected.
iv. A standard BOQ format has been provided with the tender
document to be filled by all bidders. Bidders are requested to
note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. Bidders are
required to download the BOQ file, open it and complete the
detail with their respective financial quotes and other details (such
as name of the bidder). If the BOQ file is found to be modified
by the bidder, the bid will be rejected.
v. The server time (which is displayed on the bidders’ dashboard)
will be considered as the standard time for referencing the
deadlines for submission of the bids by the bidders, opening of
bids etc. The bidders should follow this time during bid submission.
vi. The Tender Inviting Authority (TIA) will not be held responsible
for any sort of delay or the difficulties faced during the submission
of bids online by the bidders due to local issues.
3
vii. The uploaded tender documents become readable only after the
tender opening by the authorized bid openers.
viii. Upon the successful and timely submission of bids, the portal will
give a successful bid submission message & a bid summary will be
displayed with the bid no. and the date & time of submission of
the bid with all other relevant details.
ix. Kindly add scanned PDF of all relevant documents in a single PDF
file of compliance sheet.
i. Any queries relating to the tender document and the terms and
conditions contained therein should be addressed to the Tender
Inviting Authority for a tender or the relevant contact person
indicated in the tender.
F Assistance to bidders : ii. Any queries relating to the process of online bid submission or
queries relating to CPP Portal in general may be directed to the
24x7 CPP Portal Helpdesk. The contact number for the helpdesk
is [0120-4200462, 0120-4001002, 0120-4001005]
G General Instructions to : i. The tenders will be received online through portal
the Bidders https://etenders.gov.in/eprocure/app. In the Technical Bids, the
bidders are required to upload all the documents in pdf format.
ii. Possession of a Valid Class II/III Digital Signature Certificate
(DSC) in the form of smart card/e-token in the company's name is
a prerequisite for registration and participating in the bid
submission activities through
https://etenders.gov.in/eprocure/app
iii. Digital Signature Certificates can be obtained from the
authorized certifying agencies, details of which are available in
the web site https://etenders.gov.in/eprocure/app under the
“Information about DSC”.
H Opening of the tender : The online bid will be opened by a committee duly constituted for
this purpose. Online bids (complete in all respect) received along
with scanned copy of EMD (if any) will be opened as mentioned
at “Annexure: Schedule”. Bid received without EMD (if present) will
be rejected straight way. The technical bid will be opened online
first and it will be examined by a technical committee (as per the
eligibility criteria, specification and requirement). The financial
offer/bid will be opened only for the offer/bid which technically
meets all requirements as per the specification.
I Earnest Money Deposit : i. EMD for Rs. 3,50,000/- (Rupees three lakhs fifty thousand only)
(EMD) should be transferred to the following bank account on or
before due date 15.03.19 (Friday), before 2 p.m.
Name : Registrar IIT Madras
Bank : State Bank of India
Account No. : 10620824305
Branch : IIT MADRAS
IFSC CODE : SBIN0001055
ii. The EMD transferred to IIT Madras as per IIT Madras Account
details given above and the proof of transfer has to be submitted
in the technical bid. Otherwise, the tender will be summarily
rejected.
iii. The EMD will be returned to unsuccessful tenderer only after the
tenders are finalized.
4
iv. 5% Performance Guarantee of the order value has to be
submitted by way of Bank Guarantee/DD by the successful
bidder only.
v. In case of successful tenderer, Performance Guarantee will be
retained till the installation and completion of warranty period.
J Marking on Technical Bid : i. The technical Specification for this tender is given in Annexure A.
The tenderer shall go through the specification and submit the
technical bid.
ii. The Technical bid should be submitted in the proforma given as
per Annexure B in pdf format only through online (e-tender).
No manual submission of bid is entertained.
iii. All technical bid should have the page-wise heading as
“Technical Bid” and page no. in all pages with seal and
signature of authorized signatory. The total no. of pages should
be mentioned at the last page of the documents.
iv. The technical bid should consist of all technical details along with
catalogue/brochure and other technical, commercial terms and
conditions.
K Marking on Price Bid : i. Price bid should be submitted in the prescribed proforma
Annexure – C as per BOQ in PDF format through e-tender only.
No manual submission of bid is entertained.
ii. Price bid should indicate item-wise price for all the items
mentioned in the technical bid.
iii. Total value in the price bid should be indicated in figures & words
clearly.
iv. Quote should be in INR
2 Preparation of Tender:
a) You should quote your product as per our specification requirements by mentioning our requirements
and your offer side by side and the rate should be in total as per our requirements. We will not make
any calculation if you have mentioned the rates of items separately.
b) The offer/bids should be submitted through online only in two bid system i.e. Technical Bid and Price Bid
separately.
The online technical bid will be first opened and evaluated. In the screening, the Vendor Eligibility Criteria
and technical evaluations as per ANNEXURE – B will be evaluated. The Price bid of only those bidders whose
vendor eligibility criteria and technical compliance are found to be adequate by the Committee will be
opened.
3 Signing of Tender:
The Tender is liable to be rejected if complete information is not given therein or if the particulars and
date (if any) asked for in the schedule to the Tender are not fully filled in or not duly signed/authenticated.
Specific attention is drawn to the delivery dates and terms and conditions enclosed herewith. Each page of
the technical bid required to be signed and bears the official seal of the tenderers.
If the application is made by a firm in partnership, it shall be signed (with seal)by all the partners of the
firm above their full typewritten names and current addresses or alternatively by a partner holding power
of attorney for the firm in which case a certified copy of the power of attorney shall accompany the
application. A certified copy of the partnership deed along with current addresses of all the partners of the
firm shall also accompany the application.
If a limited company or a corporation makes the application, it shall be signed by a duly authorized
person holding power of attorney for signing the application, in which case a certified copy of the power of
attorney shall accompany the application. Such limited company or corporation may be required to furnish
satisfactory evidence of its existence. The applicant shall also furnish a copy of the Memorandum of Articles
of association duly attested by a Public notary.
5
4 Period for which the offer will remain open:
i. Firms tendering should note the period for which it is desired that their offers should remain open
for acceptance. If the firms are unable to keep their offers open for the specified period they should
specifically state the period for which their offers are being provided, however, the day up to which
the offer is to remain open being declared closed holiday for the Indian Institute of Technology
Madras, the offer shall remain open for acceptance till the next working day.
ii. Quotations qualified by such vague and indefinite expressions such as 'subject to immediate
acceptance', 'subject to prior sale' will not be considered.
iii. The Tender shall remain open for acceptance/validity till: 120 days from the date of opening of
the tender
5 Prices:
i. The prices quoted must be nett. per unit as per the technical specification mentioned in
Annexure B and must include all Shipping, Handling, etc.. The prices quoted by the Tenderer
should be inclusive of GST and other statutory levies (and should be clearly stated to be so) which
will be paid by the Purchaser/if legally leviable at the rate ruling on the date of supply as specified
in the Acceptance of Tender. The percentage of tax etc. included in the price should be indicated
in clear terms. If the inclusive price is not given, we will treat your offered rate as inclusive rate
and comparison be made with others. If at the time of comparison of your offer without taxes etc.
is happen to be lowest, you are bound to supply as per the offered rate, i.e. without taxes etc.
ii. Concessional GST : IIT Madras is eligible for concessional GST @ 5% on IGST and @ 2.5% for
CGST and SGST as per Notification No. 45/2017 – Central Tax (Rate) Dated 14th November
2017 & Notification No.47/2017 – Integrated Tax (Rate) Dated 14th November 2017, for
procurement of Equipment and Consumables for research purpose. At the time of Invoicing, please
state the concessional GST accordingly. During the supply of item, a certificate to this effect will be
issued to your firm.
iii. Hence you are requested to be careful while quoting for tender. The price should be without
customs duty since IIT Madras is eligible for payment of concessional customs duty against
submission of Essentiality Certificate. The customs duty will be payable / reimbursable by us
at the time of clearance on production of necessary proof. Hence these duties need not be
included in the price while quoting. Necessary document will be provided at appropriate time.
No price revision, changes in the specification already given or changes in the terms and
conditions etc. during the period is acceptable.
Failure to comply with any of the instructions stated in this document or offering unsatisfactory explanations
for non-compliance will likely to lead to rejection of offers.
8 Right of Acceptance:
IIT MADRAS reserves the right to reject the whole or any part of the Tender without assigning any reason or
to accept them in part or full.
9 Communication of Acceptance:
Acceptance by the Purchaser will be communicated by Post, if required, and the Company's acceptance
communicated to us formally in writing.
6
10 Warranty: Warranty should be 5 years. Indicate price change (if any) for extra year warranty.
Service : 8 X 5 X NBD
Items should be delivered within 4 weeks from the date of P.O./Award of Contract (AOC). Please indicate
the actual delivery period clearly. No further extension of time will be allowed.
Non delivery of items will lead to cancellation of Purchase Order without any notice. In addition, action
may be taken for removing them from our mailing list.
12 In terms of Rule 173 (iv) of General Financial Rules, 2017 the bidder shall be at liberty to question the
bidding conditions, bidding process and/or rejection of its bid.
13 Conditions of contract:
Tenderer should quote on the basis of the conditions referred to in Para of the invitation to tender and tender
papers. In case these terms and conditions are not acceptable to the tenderer, he should specifically state
the deviation(s) there from in the body of the tender.
14 Transit Insurance: The Purchaser will not pay separately for Transit Insurance.
18 Force Majeure: The Supplier shall not be liable for forfeiture of its performance security, liquidated damages
or termination for default, if and to the extent that, it’s delay in performance or other failure to perform its
obligations under the Contract is the result of an event of Force Majeure.
For purposes of this Clause, "Force Majeure" means an event beyond the control of the Supplier and
not involving the Supplier's fault or negligence and not foreseeable. Such events may include, but
are not limited to, acts of the Purchaser either in its sovereign or contractual capacity, wars or
revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.
If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such
conditions and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Supplier
shall continue to perform its obligations under the Contract as far as is reasonably practical, and
shall seek all reasonable alternative means for performance not prevented by the Force Majeure
event.
19 Risk Purchase Clause: In event of failure of supply of the item/equipment within the stipulated delivery
schedule, the purchaser has all the right to purchase the item/equipment from the other source on the total
risk of the supplier under risk purchase clause
7
20 For Technical Related Queries Contact :
Computer Centre
IIT Madras
Yours faithfully
-sd/-
Deputy Registrar
(Stores & Purchase Section)
8
ACKNOWLEDGEMENT
It is hereby acknowledged that I/We have gone through all the points listed under
understand the terms and conditions and agree to abide by the same.
9
DECLARATION
specialists to handle installation, configuration and solving all types of issues in time.
10
ANNEXURE – A
GPON EQUIPMENT
I VENDOR ELIGIBILITY CRITERIA
S. No. Description
(a) The Supplier/Business partner should have office at Chennai with experts / specialists to
handle installation, configuration and solving all types of issues in time.
1
(b) Supplier/Business partner should have support & RMA (Return Material Authorization)
Repair center in Chennai.
MAF - Manufacturer Authorization Form to be attached for the quoted specification – (MAF to be
2
attached for OLT, ONT, Splitter and Transceiver modules)
The OEM and Supplier/Business partner should have experience in providing GPON Solution
(OLT & ONT) directly or indirectly at least one reasonably large Local Area Network in
Universities/Institutions having more than 1000 GPON nodes.
3 (a) The deployment should be live at present and running for minimum 5 Years.
(b) Certificate from the current organization where it is working
(c) Copy of Purchase order
(d) Installation report
4 The OEM and Supplier/Business partner should have presence in India for the past 10 Years
OLT, ONT and Transceiver OEM and Supplier / Business partner should be ISO 9001 (Quality
5
Management) certified.
SPLITTER OEM and Supplier / Business partner should be ISO 9001 (Quality Management) and
6
OEM should be ISO 14000 Certified.
11
The proposed GPON OLT equipment should support the following services:
(i) High Speed Internet access
6
(ii) VPN Services
(iii) Point-to-Point and Point-to-Multipoint Layer-2 services
The proposed GPON equipment should support the implementation of
(i) VLAN per subscriber model
7
(ii) VLAN per service model or
(iii) the combination of both
12
Protection:
(i) SNI : 802.3ad Static Link Aggregation, G.8032 ERPSv1/v2, Flex Links, Should have 4*1GE &
14
2*10G SFP+ with Flex Link Support
(ii) GPON : G.984.1 Type B supported
Quality of Service:
(i) Classification : 8 priority queues per GEM port, 802.1p TCI, 802.1q CoS, per port IP ToS/DSCP
15 to 802.1p mapping/re-marking, Upstream Policing
(ii) Congestion : Back pressure (802.3x Flow Control)
(iii) Scheduling : SP, WRR, SrTcm and TrTcm,
Management:
(i) Local : 2 Management Port, USB Ports, CLI via USB with multiple Privileges, LCT via MGT-B
(ii) Remote : AEMS, SNMP v1/v2c/3, Telnet, SSH
(iii) ONT/ONUs : Managed over OMCI, VEIP and TR-069
16 (iv) Authentication : RADIUS, TACACS+ management access authentication
(v) Monitoring : RMON, Temperature, Humidity, Fan speed, CPU
(vi) Alarms : Critical/ Major/Minor Severity; Alarm & Event logging, Local Alarm Storage,
Syslog Logging
(vii) Time Sync : NTPv4 (RFC5905)
Operating Requirements:
17 (i) Operating Temperature : -5C to 65C
(ii) Operating Humidity : 5% - 95% non condensing
Physical Requirements:
(i) 19" / 21” / 23” Standard Rack Mountable, Equipment height not more than 1RU
18 (ii) Full Front access Only
(iii) Forced air cooling with field replaceable fan module
(iv) Removable Fan tray with Fan control.
Power Supply:
The GPON OLT equipment shall be operated at 230VAC
AC Input:
19 (i) VOLTAGE RANGE: 180 ~ 264VAC
(ii) FREQUENCY RANGE: 47 ~ 63Hz
(III) AC CURRENT (Typ.): 2A/230VAC
(iv) Rated Power: < 100W
10G Ethernet Multimode SFP+:
(i) Ethernet Standard: 10GBASE-SR
(ii) Media: Multimode Fiber (850nm Wavelength)
20 (iii) Connector: Dual LC Connector
(iv) Distance: 300m
(v) Form Factor: SFP+
(vi) Operating Temperature: 0˚-85˚C
PON SFP Specification (Class C+):
(i) GPON .984.2Amd.1 Class C+ bi-directional optical transceiver
(ii) Single Mode, Single fiber with 1490nm on Downstream (2.488Gbps), 1310nm on the Upstream
(1.244Gbps)
(iii) Class C+ link budget: 32dB
(iv) Hot-swappable
21
(v) SFP (Small Form-factor Pluggable) package with SC/UPC receptacle
(vi) Compliant with TEC GR/PON-01/02 April 2008
(vii) Transmitter power - Min: +3 (dBm)
(viii) Transmitter power - Max: +7 (dBm)
(ix) Receiver power Min: -32 (dBm)
(x) Receiver power Max: -8 (dBm)
13
ONT Specifications:
Proposed ONT shall provide 1 Gigabit Ethernet port
General features:
(i) IEEE 802.1D bridge
(ii) IEEE 802.1p (Quality of Service)
(iii) IGMP Snooping v2/v3
(iv) Minimum of 8 T-CONTs per ONT
(v) Learning MAC addresses ≥ 1024
(vi) MAC Address Limiting
(vii) Dying gasp
VLAN features:
22
(i) IEEE 802.1Q (VLAN)
(ii) Port-Based VLAN
(iii) Q-in-Q or VLAN Stacking
(iv) VLAN Translation
Subscriber Interfaces:
(i) 10/100/1000 Base-T with RJ-45 connector
(ii) Temperature 0 to 50 ºC
(iii) Humidity 5 to 95% non-condensing
(iv) Wall or table mountable
Power Supply:
Power adapter: Input 100-240VAC, 50/60Hz; output: 12VDC, 1. A
Element Management System features: The Management features are the features that provide
the abilities to the end user for configuring, setting and monitoring the equipment, parameters,
status, problems and others of the PON equipment in the network. The proposed PON equipment
should be complied with the following features.
23
Equipment management:
(i) OLT Management
(ii) Remote software upgrade
(iii) Uplink and PON Interface Management
Terminal Management (ONT):
(i) Subscriber Interface Management
24 (ii) Service Management
(iii) Support ONT Create, Activate, Deactivate, Delete with wizards and by manual
(iv) ONT Remote Software upgrade
Fault Management:
(i) Must be fully FCAPS compliant
(ii) Current Alarm Monitoring (Live alarm monitoring)
25
(iii) History Alarm Monitoring
(iv) Event Monitoring
(v) Alarm Filtering
Performance Management:
(i) Equipment Performance Statistics
26
(ii) Interface Performance Statistics
(iii) Export Performance Report
Topology Management:
27 (i) Graphical, geographical, hierarchical and domain based network view
(ii) ONT Auto / Manual Discovery
Security Management:
(i) Support for Multiple User accounts
28
(ii) Support for user group management
(iii) Support for Role based access controls to the user
Database Management:
(i) Manual and Scheduled backups of all NE configuration
29
(ii) Manual and Scheduled backups of EMS database
(iii) EMS Log management
14
OLT and ONT Network Inventory Management:
(i) Support Different Service Profile
30 (ii) Service Profile Management
(iii) VLAN profile Management
(iv) ONT Profile Management
Splitter:
31 Port configuration : 1 x 2, 1 x 4, 1 x 8
Lead Type:
32 (I) In: Bare Fiber, Out : Bare Ribbon
(ii) In & out: φ 0.9 Micron Loose Tube
33 Fiber Length (Input/output) : 50 cm
34 Connector In / Connector Out : SC2/APC
Insertion loss maximum (dB)(CR):
(i) 1x2 Splitter:4.0
35
(ii) 1x4 Splitter:7.2
(iii) 1x8 Splitter:10.5
Uniformity maximum (dB):
(i) 1x2 Splitter:0.6
36
(ii) 1x4 Splitter:0.6
(iii) 1x8 Splitter:0.8
PDL (Polarization Dispersion Loss) (dB):
(i) 1x2 Splitter:0.2
37
(ii) 1x4 Splitter:0.2
(iii) 1x8 Splitter:0.3
Operating Wavelength:
(i) 1xn, 2xn 1260-1360 nm / 1480-1580 nm
(ii) Return Loss (dB) : PC > 50, APC > 55
38 (iii) Directivity (dB) : > 55
(iv) Fiber Type : Single mode Fiber (ITU-T G.652 / ITU-T G657A)
(v) Fiber color : IN – Transparent, OUT – Ribbon
(vi) Operating & Storage Temperature : -40 to + 85 ‘C
Connector Specifications:
(i) Insertion Loss : Mated pair: 0.3 dB max
39 (ii) Return Loss : PC : 50 dB min, APC : 55 dB min
(iii) Ferrule materials : Ceramic (Zirconia)
(iv) Adapter Sleeve : Ceramic (Zirconia)
15
ANNEXURE – B
Technical Bid
Reference
Proof *
Compli- (URL
S. with
Firewall Appliances specifications ance Address
No. page
(YES/NO) with page
No.
No.
1. VENDOR ELIGIBLITY CRITERIA:
(a) The Supplier/Business partner should have office at
Chennai with experts / specialists to handle installation,
configuration and solving all types of issues in time. –
1 (Proof to be submitted as per proforma in Annexure-D)
(b) Supplier/Business partner should have support & RMA
(Return Material Authorisation) Repair center in
Chennai. (Proof to be submitted)
MAF - Manufacturer Authorization Form to be attached for the
2 quoted specification – (MAF to be attached for OLT, ONT,
Splitter and Transceiver modules)
The OEM and Supplier/Business partner should have experience
in providing GPON Solution (OLT & ONT) directly or indirectly
at least one reasonably large Local Area Network in
Universities/Institutions having more than 1000 GPON nodes.
(a) The deployment should be live from the date of tender
3 and running for minimum 5 Years.
(b) Relevant certificate from the current organization where
it is working
(c) Copy of purchase order
(d) Installation report
(Proofs to be submitted)
The OEM and Supplier/Business partner should have presence
4 in India for the past 10 years. (Proof of purchase order to be
submitted)
OLT, ONT and Transceiver OEM and Supplier / Business partner
5 should be ISO 9001 (Quality Management) certified.
(Certificate to be attached)
SPLITTER OEM and Supplier/Business partner should be
6 ISO 9001 (Quality Management) and OEM should be ISO 14000
Certified. - (Certificate to be attached)
* Mandatory
2. TECHNICAL REQUIREMENT:
Specify the proposed solution Brand name, Model no.,
1
Supporting software package details
Quantity required:
(i) OLT with 8 PON : 4 nos.
(ii) ONT with 12 V Adapter : 1311 nos.
(iii) Splitter 1 x 2 : 46 nos.
(iv) Splitter 1 x 4 : 14 nos.
(v) Splitter 1 x 8 : 221 nos.
2
(vi) Transceiver 10 Gbps short range compatible to OLT : 5 nos.
(vii) PON Transceiver 2.5 Gbps compatible to OLT : 40 nos.
(viii) Transceiver 10 Gbps SFP+ short range compatible to Cisco
C6807 : 5 nos.
(ix) Licenses and support software : 1 no.
(x) Supplied products and licenses should be supported for 5
16
years 8 x 5 x NBD warranty from the date of Installation
completion by OEM
17
Ethernet Uplink Trunking Interfaces:
10 (i) 10GE/1GE : 2x SFP+ ports; 802.3ae / 802.3z
(ii) 1GE : 4 x SFP ports; 802.3 / 802.3u / 802.3z
Management Interfaces:
11 (i) Out-of-band : 1 Optical SFP Interface & 1 RJ45
(ii) Telnet/SSH : 1xUSB 2.0 for CLI via Hyper Terminal
Switching:
(i) VLAN support : BBF TR.156 compliant; 1:1, N:1, VBES/TLS;
(ii) VLAN Models : VLAN per customer Model and VLAN per
Service Model with VLAN Translation as required
(iii) Capacity : 88 Gbps Ethernet switching
(iv) Performance : Full throughput non-blocking for all ports;
32K MACs; 4K VLANs; 1K multicast groups, Spanning Tree:STP
(802.1d), RSTP (802.1w)
12
(v) VLAN Mapping : untagged, priority tagged, port based,
802.1q single tagged, 802.1ad (Q-in-Q) double tagged
(vi) Multicast : IGMPv2 (RFC2236), IGMPv3 (RFC3376) snooping
& proxy
(vii) Forwarding : IPv4, IPv6, MAC-forced forwarding
(RFC4562)
(viii) Mirroring : SNI and PON port mirroring
(ix) OAM : Port Stats, PMs for Access & Network Ports,
Security:
(i) DHCPv4/6 : DHCP (RFC2131/3315) snooping, filtering, relay
(ii) DHCP Options : Option 82 (RFC3046)
(iii) PPPoE : PPPoE intermediate agent
(iv) Binding : Port, MAC
(v) Protection : Broadcast / Multicast / DLF packet limit, IP anti-
13 spoofing, MAC spoofing prevention, IP Source guard, Uplink
Loop Detection
(vi) PON : AES, Rogue ONT ONU/ONT detection, isolation and
mitigation, SN, Password. SN+Password Authentication, ONU
Auto Registration & ONU Auto Discovery
(vii) ACLs : Layer 1~4 Packet Filtering (ACL), QoS Policing (IPv4
& Ipv6). CLI Access Control
Protection:
(i) SNI : 802.3ad Static Link Aggregation, G.8032 ERPSv1/v2,
14 Flex Links, Should have 4*1GE & 2*10G SFP+ with Flex Link
Support
(ii) GPON : G.984.1 Type B supported
Quality of Service:
(i) Classification : 8 priority queues per GEM port, 802.1p TCI,
802.1q CoS, per port IP ToS/DSCP to 802.1p mapping/re-
15
marking, Upstream Policing
(ii) Congestion : Back pressure (802.3x Flow Control)
(iii) Scheduling : SP, WRR, SrTcm and TrTcm,
Management:
(i) Local : 2 Management Port, USB Ports, CLI via USB with
multiple Privileges, LCT via MGT-B
(ii) Remote : AEMS, SNMP v1/v2c/3, Telnet, SSH
(iii) ONT/ONUs : Managed over OMCI, VEIP and TR-069
(iv) Authentication : RADIUS, TACACS+ management access
16
authentication
(v) Monitoring : RMON, Temperature, Humidity, Fan speed,
CPU
(vi) Alarms : Critical/ Major/Minor Severity; Alarm & Event
logging, Local Alarm Storage, Syslog Logging
(vii) Time Sync : NTPv4 (RFC5905)
18
Operating Requirements:
17 (i) Operating Temperature : -5C to 65C
(ii) Operating Humidity : 5% - 95% non condensing
Physical Requirements:
(i) 19" / 21” / 23” Standard Rack Mountable, Equipment height
not more than 1RU
18
(ii) Full Front access Only
(iii) Forced air cooling with field replaceable fan module
(iv) Removable Fan tray with Fan control.
Power Supply:
The GPON OLT equipment shall be operated at 230VAC
AC Input:
19 (i) VOLTAGE RANGE: 180 ~ 264VAC
(ii) FREQUENCY RANGE: 47 ~ 63Hz
(III) AC CURRENT (Typ.): 2A/230VAC
(iv) Rated Power: < 100W
10G Ethernet Multimode SFP+:
(i) Ethernet Standard: 10GBASE-SR
(ii) Media: Multimode Fiber (850nm Wavelength)
20 (iii) Connector: Dual LC Connector
(iv) Distance: 300m
(v) Form Factor: SFP+
(vi) Operating Temperature: 0˚-85˚C
PON SFP Specification (Class C+):
(i) GPON .984.2Amd.1 Class C+ bi-directional optical transceiver
(ii) Single Mode, Single fiber with 1490nm on Downstream
(2.488Gbps), 1310nm on the Upstream (1.244Gbps)
(iii) Class C+ link budget: 32dB
(iv) Hot-swappable
21 (v) SFP (Small Form-factor Pluggable) package with SC/UPC
receptacle
(vi) Compliant with TEC GR/PON-01/02 April 2008
(vii) Transmitter power - Min: +3 (dBm)
(viii) Transmitter power - Max: +7 (dBm)
(ix) Receiver power Min: -32 (dBm)
(x) Receiver power Max: -8 (dBm)
ONT Specifications:
Proposed ONT shall provide 1 Gigabit Ethernet port
General features:
(i) IEEE 802.1D bridge
(ii) IEEE 802.1p (Quality of Service)
(iii) IGMP Snooping v2/v3
(iv) Minimum of 8 T-CONTs per ONT
(v) Learning MAC addresses ≥ 1024
(vi) MAC Address Limiting
(vii) Dying gasp
VLAN features:
22
(i) IEEE 802.1Q (VLAN)
(ii) Port-Based VLAN
(iii) Q-in-Q or VLAN Stacking
(iv) VLAN Translation
Subscriber Interfaces:
(i) 10/100/1000 Base-T with RJ-45 connector
(ii) Temperature 0 to 50 ºC
(iii) Humidity 5 to 95% non-condensing
(iv) Wall or table mountable
Power Supply:
Power adapter: Input 100-240VAC, 50/60Hz; output: 12VDC, 1A
19
Element Management System features: The Management
features are the features that provide the abilities to the end user
for configuring, setting and monitoring the equipment,
parameters, status, problems and others of the PON equipment
in the network. The proposed PON equipment should be
23
complied with the following features.
Equipment management:
(i) OLT Management
(ii) Remote software upgrade
(iii) Uplink and PON Interface Management
Terminal Management (ONT):
(i) Subscriber Interface Management
(ii) Service Management
24
(iii) Support ONT Create, Activate, Deactivate, Delete with
wizards and by manual
(iv) ONT Remote Software upgrade
Fault Management:
(i) Must be fully FCAPS compliant
(ii) Current Alarm Monitoring (Live alarm monitoring)
25
(iii) History Alarm Monitoring
(iv) Event Monitoring
(v) Alarm Filtering
Performance Management:
(i) Equipment Performance Statistics
26
(ii) Interface Performance Statistics
(iii) Export Performance Report
Topology Management:
(i) Graphical, geographical, hierarchical and domain based
27
network view
(ii) ONT Auto / Manual Discovery
Security Management:
(i) Support for Multiple User accounts
28
(ii) Support for user group management
(iii) Support for Role based access controls to the user
Database Management:
(i) Manual and Scheduled backups of all NE configuration
29
(ii) Manual and Scheduled backups of EMS database
(iii) EMS Log management
OLT and ONT Network Inventory Management:
(i) Support Different Service Profile
30 (ii) Service Profile Management
(iii) VLAN profile Management
(iv) ONT Profile Management
Splitter:
31 Port configuration : 1 x 2, 1 x 4, 1 x 8
Lead Type:
32 (I) In: Bare Fiber, Out : Bare Ribbon
(ii) In & out: φ 0.9 Micron Loose Tube
33 Fiber Length (Input/output) : 50 cm
34 Connector In / Connector Out : SC2/APC
Insertion loss maximum (dB)(CR):
(i) 1x2 Splitter:4.0
35
(ii) 1x4 Splitter:7.2
(iii) 1x8 Splitter:10.5
20
Uniformity maximum (dB):
(i) 1x2 Splitter:0.6
36
(ii) 1x4 Splitter:0.6
(iii) 1x8 Splitter:0.8
PDL (Polarization Dispersion Loss) (dB):
(i) 1x2 Splitter:0.2
37
(ii) 1x4 Splitter:0.2
(iii) 1x8 Splitter:0.3
Operating Wavelength:
(i) 1xn, 2xn 1260-1360 nm / 1480-1580 nm
(ii) Return Loss (dB) : PC > 50, APC > 55
(iii) Directivity (dB) : > 55
38
(iv) Fiber Type : Single mode Fiber (ITU-T G.652 / ITU-T
G657A)
(v) Fiber color : IN – Transparent, OUT – Ribbon
(vi) Operating & Storage Temperature : -40 to + 85 ‘C
Connector Specifications:
(i) Insertion Loss : Mated pair: 0.3 dB max
39 (ii) Return Loss : PC : 50 dB min, APC : 55 dB min
(iii) Ferrule materials : Ceramic (Zirconia)
(iv) Adapter Sleeve : Ceramic (Zirconia)
21
ANNEXURE – C
3 Splitter 1 x 2 46
4 Splitter 1 x 4 14
5 Splitter 1 x 8 221
Transceiver 10 Gbps short
6 5
range compatible to OLT
PON Transceiver 2.5 Gbps
7 40
compatible to OLT
Transceiver 10 Gbps SFP+
8 short range compatible to 5
Cisco C6807
Licenses and support
9 1
software
Shipping, handling and other charges whichever
is applicable
Total amount
Total amount in words:
SIGNATURE OF TENDERER
ALONG WITH SEAL OF THE
COMPANY WITH DATE
22
Annexure – D
PROFORMA
2 Contact person
4 Phone
5 Mobile
6 E-maid ID
7 Pan No.
8 GST No.
SIGNATURE OF TENDERER
ALONG WITH SEAL OF THE
COMPANY WITH DATE
23
SCHEDULE
Tender Type
OPEN
(Open/Limited/EOI/Auction/Single)
Last Date and Time for Uploading of Bids 15.03.2019, Friday, 2 p.m.
EMD Rs.3,50,000/-
24