Top Banner
Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry Police) 04 October 2014 Puducherry e-Governance Society (An undertaking of Directorate of Information Technology, Govt of Puducherry) No. 505 II Floor, Kamaraj Salai, New Saram, Puduchery - 605013 Phone/Fax: 0413 2246090 e-Mail: [email protected] Website: dit.puducherry.gov.in
42

Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Mar 12, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’

components at State Data Centre, Puducherry for CCTNS Project (Puducherry Police)

04 October 2014

Puducherry e-Governance Society (An undertaking of Directorate of Information Technology, Govt of Puducherry)

No. 505 II Floor, Kamaraj Salai, New Saram, Puduchery - 605013 Phone/Fax: 0413 – 2246090

e-Mail: [email protected] Website: dit.puducherry.gov.in

Page 2: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 2 of 42

Table of Contents 1 BACKGROUND INFORMATION ................................................................................................................. 4 1.1 Basic Information ................................................................................................................................ 4 1.2 Project Background ............................................................................................................................. 4 1.3 Objectives of CCTNS Project ................................................................................................................ 4 2 GENERAL ................................................................................................................................................. 5 2.1 Instructions to the Bidders .................................................................................................................. 5 2.2 Eligibility Criteria ................................................................................................................................. 5 2.3 Key Timelines ...................................................................................................................................... 6 2.4 Clarification of bidding documents ...................................................................................................... 8 2.5 Bidding Procedure ............................................................................................................................... 8 2.6 Bid Evaluation Procedure .................................................................................................................. 10 2.7 Technical bid documentation: ........................................................................................................... 10 2.8 Award Criterion: ................................................................................................................................ 10 2.9 Signing of Contract ............................................................................................................................ 10 2.10 Performance Bank Guarantee ........................................................................................................... 10 2.11 Liquidated Damage ........................................................................................................................... 11 2.12 Terms of Payment ............................................................................................................................. 11 2.13 Governing Laws ................................................................................................................................. 12 2.14 Terms & Definitions. ......................................................................................................................... 12 2.15 Period of validity of bids ................................................................................................................... 13 2.16 Deadline for submission of bids ........................................................................................................ 14 2.17 Clarification during evaluation of bids ............................................................................................... 14 2.18 Corrupt, fraudulent and unethical practices ...................................................................................... 14 2.19 Use of documents and information ................................................................................................... 14 2.20 Manuals ............................................................................................................................................ 15 2.21 Testing and Inspection ...................................................................................................................... 15 2.22 Packing .............................................................................................................................................. 15 2.23 Transportation .................................................................................................................................. 16 2.24 Hardware & OS Software Installation ................................................................................................ 16 2.25 Spare parts ........................................................................................................................................ 16 2.26 Warranty ........................................................................................................................................... 16 2.27 Maintenance service ......................................................................................................................... 17 2.28 Prices ................................................................................................................................................ 17 2.29 Change orders ................................................................................................................................... 17 2.30 Contract amendment ........................................................................................................................ 18 2.31 Assignment ....................................................................................................................................... 18 2.32 Delays in the vendor’s performance .................................................................................................. 18 2.33 Termination for default ..................................................................................................................... 18 2.34 Force majeure ................................................................................................................................... 18 2.35 Termination for insolvency ................................................................................................................ 19 2.36 Termination for convenience ............................................................................................................ 19 2.37 Resolution of disputes ....................................................................................................................... 19 2.38 Notices .............................................................................................................................................. 20 2.39 Taxes and duties ............................................................................................................................... 20 3 SCOPE OF WORK ................................................................................................................................... 20 3.1 Supply of SDC Components ............................................................................................................... 20 3.2 Installation & Commissioning: ........................................................................................................... 21 3.3 Co-ordination with Stakeholders: ...................................................................................................... 22 3.4 Compatibility of proposed SDC components ..................................................................................... 23 4 ANNEXURES .......................................................................................................................................... 24 I - Technical Specification of SDC Components ............................................................................................... 24 II – Performance Bank Guarantee Proforma .................................................................................................. 31 III – PRICE BID FORMAT ................................................................................................................................. 34 IV - BID FORM ................................................................................................................................................ 35

Page 3: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 3 of 42

V - DECLARATION OF ELIGIBILITY CRITERIA .................................................................................................... 36 VI - Technical Bid Format ............................................................................................................................... 39 VII - MANUFACTURER’S AUTHORIZATION FORM ........................................................................................... 40 VIII – PROJECT EXPERIENCE TEMPLATE .......................................................................................................... 41 IX – BID SUBMISSION CHECKLIST ................................................................................................................... 42

Page 4: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 4 of 42

1 Background Information

1.1 Basic Information

The Crime and Criminal Tracking Network & Systems is being implemented in a ‘shared model’ in

Puducherry wherein the existing hardware and software infrastructure at State Data Centre,

Puducherry shall be utilized for CCTNS project. Whilst implementation by the System Integrator, it

was found that the additional SDC related components will be required to host the Core Application

Software of the CCTNS project at State Data Centre. Therefore, after due deliberations, the

Empowered Committee of CCTNS Project headed by Chief Secretary decided to procure additional

SDC components as detailed in Table 3.1.

1.2 Project Background

Crime and Criminal Tracking Network & Systems (CCTNS is a Mission Mode Project under the

National e-Governance Pan of Govt of India. CCTNS aims at creating a comprehensive and integrated

system for enhancing the efficiency and effectiveness of policing through adopting of principle of e-

Governance and creation of a nationwide networking infrastructure for evolution of IT-enabled-

state-of-the-art tracking system around 'Investigation of crime and detection of criminals'.

1.3 Objectives of CCTNS Project

The objectives of the Scheme can broadly be listed as follows:

Make the Police functioning citizen friendly and more transparent by automating the

functioning of Police Stations.

Improve delivery of citizen-centric services through effective usage of ICT.

Provide the Investigating Officers of the Civil Police with tools, technology and

information to facilitate investigation of crime and detection of criminals.

Improve Police functioning in various other areas such as Law and Order, Traffic

Management etc.

Facilitate Interaction and sharing of Information among Police Stations, Districts,

State/UT headquarters and other Police Agencies.

Assist senior Police Officers in better management of Police Force

Keep track of the progress of Cases, including in Courts

Reduce manual and redundant Records keeping

The CCTNS Project currently covers total 91 sites in Puducherry including 48 police stations, 39

higher offices and 4 Training Centres.

Page 5: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 5 of 42

2 General

2.1 Instructions to the Bidders

The invitation to bid is for “Supply, Installation, Configuration and Commissioning of ‘identified’

components at State Data Centre, Puducherry”. The bidders are advised to study the tender

document carefully. Submission of bids shall be deemed to have been done after careful study and

examination of the tender document with full understanding of its implications.

The tender can be downloaded from https://pudutenders.gov.in and submitted online from 10.00

AM on 04.10.2014 to 3.00 PM on 30.10.2014.

2.2 Eligibility Criteria

Table 1.1 - Eligibility Criteria

S.No Clause Document Required

1

The bidder must be a company registered

under the Companies Act, 1956 of India.

Documentary evidence (Certificate of

incorporation) to be submitted.

2

The bidder shall be an Information Technology

Company in India and should have been in the

business for a period of more than five years.

Photocopy of Memorandum / Articles of

Associations should be submitted.

3

The bidder should have valid VAT Registration

Certificate, Service Tax Registration

Certificate, PAN card & Trade License.

Bidder shall have to submit photocopy of

the documents.

4

The bidder shall have supplied, installed and

commissioned at least 3 similar projects that

meets the below mentioned requirements

during the last 3 years:

a) Supply of similar value. b) Supply of Government Departments

or PSUs within India.

References Work order / Purchase copy

along with proof of completion / Go-Live

certificate for the project to be provided.

5

The bidder should have an annual turnover of

not less than Rs.5 Crores each in the last three

financial years (FY – 2011-12, 2012-13 and

2013-14).

Bidder shall have to submit photocopy of

Audited balance sheet of the above

criteria.

6 Bidder should submit Earnest Money Deposit

(EMD) of Rs. 3, 00, 000.00 (Rupees Three

Lakhs) only in the form of Demand Draft from

Original EMD to be submitted along with

the Bid.

Page 6: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 6 of 42

any Scheduled Bank in favour of “The

convenor, Puducherry e Governance Society,

Puducherry” payable at Puducherry.

7

Bidder should submit Tender Document Fee of

Rs.5, 000.00 (Rupees Five Thousand) only in

the form of Demand Draft from any Scheduled

Bank in favour of “The convenor, Puducherry

e governance society, Puducherry” payable at

Puducherry.

Original demand draft to be submitted

along with the bid document.

8

Manufacturer’s tender specific authorizations

for all items mentioned in the Annexure VI.

Documents as per annexure VI

9

The bidder shall submit a certificate from any

of the authorized signatory of the company

authorizing a person to sign all relevant

papers related to this bid on behalf of the

company.

Duly signed authorisation letter.

10

The bidder shall not have been blacklisted by

any State/Central Government or PSU

Organization or bilateral/multilateral funding

agencies for breach of ethical conduct or

fraudulent practices as on date of submission

of the proposal.

Declaration on bidder’s letter head to be

submitted.

In absence of any of the above, the bid will be treated as non-responsive and summarily rejected.

2.3 Key Timelines

Table 1.2 - Timelines

Sl no Information Details Time line

1 Tender date 04.10.2014 n/a

2 Cost of Tender document Rs. 5, 000/- n/a

Page 7: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 7 of 42

3 Earnest Money Deposit Rs. 3,00,000/- n/a

4 Start date & time of Sale of

Tender

04.10.2014 & 10.00 A.M T

5 Last date & closing time of Sale

of Tender

30.10.2014 & 3.00 P.M T2 = T+27 days

6 Pre-bid meeting Date & Venue 13.10.2014 & 11.00 A.M Office of the Director – IT, Directorate of IT, Puducherry

T3 =T +10 days

7 Release of response clarification

to pre-bid queries

17.10.2014 T4=T+14 days

8 Last date for receipt of bid

proposals in response to Tender

notice

31.10.2014 & 3.00 P.M T5= T+28 days

9 Place, Time and Date of opening

of Technical bid proposals

received in response to the

Tender notice.

31.10.2014 & 4.00 P.M

Office of the Secretary-IT,

Chief Secretariat, Puducherry

T6 = T+28 days

10 Place, Time and Date of opening

of Commercial bid proposals

received in response to the

Tender notice.

07.11.2014 & 3.00 P.M

Office of the Secretary-IT,

Chief Secretariat, Puducherry

T7 = T+35 days

11 Single Point of Contact from the

Society regarding Tender

The Convenor, Puducherry e governance society, Puducherry

12 Address at which proposal in

response to Tender notice is to

be submitted

All the documents to be up

loaded in the website

https://pudutenders.gov.in

13 Website: https://pudutenders.gov.in

14 E-Mail id [email protected]

15 Issue of Letter of Intent T8 = T+45 days

16 Signing of Contract T9 = T+52 days

Page 8: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 8 of 42

2.4 Clarification of bidding documents

A prospective vendor requiring any clarification of the bidding documents may notify PeGS before

4.00 PM on 12.10.2014 PeGS response (including an explanation of the query but without identifying

the source of inquiry) will be published in the website before 17.10.2014. A pre-bid meeting will be

held at the Office of the Director-IT, Directorate of Information Technology, Puducherry at 11.00

A.M. on 13.10.2014.

PeGS will respond to any request for clarification of bidding documents which it receives no later

than bid clarification date mentioned in the notice prior to deadline for submission of bids

prescribed in the tender notice. No clarification from any bidder shall be entertained after the close

of date and time for seeking clarification mentioned in tender call notice.

All enquiries from the bidders relating to this Tender must be submitted through e-mail (or) fax

exclusively to the contact person of PeGS, mentioned below.

The Convenor, Puducherry e-Governance Society, Directorate of Information Technology, #505, PRD Complex, Kamaraj Salai, Puducherry - 605013 e-Mail: [email protected] Phone / Fax: 0413 - 2246090

The queries should necessarily be submitted in the following format:

Pre-bid query Format:

Sl.

No.

Tender

Page No

Tender

Section /

Clause No.

Existing Clause from the Tender Question / Clarification /

Request

1

2

2.5 Bidding Procedure

Interested Bidders are required to submit their bids online through https://pudutenders.gov.in as

per instructions available in the same website. The bidder after purchasing valid “Digital signature

certificate” can only be able to download the ‘e’ tender Notice, Notice Inviting Tender and other

related documents and upload the bid documents online by verifying the Tender Reference

Number/Tender ID assigned for each work from Website https://pudutenders.gov.in.

The Tender Form and Bill of Quantity (BOQ) form can be downloaded and submitted online through

the Website https://pudutenders.gov.in only by those bidders, who are having valid Digital Signature

Certificate

Page 9: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 9 of 42

The cost of tender document and EMD (as noted in the table above) are to be in the form of

Demand draft/ of any Nationalized/Scheduled Bank in favour of the Convenor, Puducherry e-

Governance Society, Puducherry on above mentioned dates. Both the Demand Drafts of EMD and

tender document cost are to be scanned and uploaded in the appropriate section of the e-tender

and the Demand Drafts in physical form are to be submitted to the Convenor, Puducherry e-

Governance Society, Puducherry, in sealed envelope superscribed as Tender fee/EMD for “Supply,

installation and commissioning of components for CCTNS Project” on or before 04.00 PM on

30.10.2014.

On the schedule time and date of opening, the Convenor, PeGS authorizes the opening of tender on

the notified time. Bidders can access the particulars, after opening of tender in the website. PeGS

will not be liable for any delay in submission of tender.

Separate Bid for Technical and Finance:

Offers should be made in two parts namely, “Technical bid” and “Financial bid” and in the format

given in bid document, in the e-Procurement website. EMD copy should be uploaded on e-

procurement website. Tenders will be accepted only from those who have purchased the Bid

Document.

The Technical Bid shall include the following information about the firm and/or its proposal (Refer

the checklist in Annexure VII).

1. Details and documents required as per section 1.2 2. Products Specifications and data sheet for the products detailed out in annexure 1. 3. Details of service centres in South India, preferable in Puducherry. The financial bid should provide cost calculations corresponding to unit price of each item (inclusive

of all taxes) of the schedule-wise components available in the Bill of Quantity (BOQ) form available in

the website.

Language of Bid & Correspondence

The proposal will be prepared by the Bidder in English language only. All the documents relating to

the proposal (including brochures) supplied by the firm should also be in English, and the

correspondence between the Bidder & Puducherry e-Governance Society (PeGS) will be in English

language only. The correspondence by fax/E-mail must be subsequently confirmed by a duly signed

formal copy.

Earnest Money Deposit (EMD)

The firm shall furnish an EMD of <<Rs. 3,00,000.00 (Rupees Three Lakhs) only>> in the form of

Demand Draft from any Scheduled Bank in favour of <<Puducherry e-Governance Society>> payable

at Puducherry. Any bid not accompanied with the EMD shall be rejected. The validity of EMD

instrument will be initially 3 months, and may be extended at the sole discretion of PeGS, if required.

Forfeiture of EMD

Page 10: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 10 of 42

EMD made by Bidder may be forfeited under the following conditions:

If Bidder withdraws the proposal before the expiry of validity period.

During the evaluation process, if a Bidder indulges in any such activity as would jeopardize

the process, the decision of PeGS, Puducherry regarding forfeiture of EMD shall be final and

shall not be called upon question under any circumstances.

If Bidder violates any of the provisions of the terms and conditions of the proposal.

In the case of a successful Bidder, if Bidder fails to accept the work order along with the

terms and conditions.

2.6 Bid Evaluation Procedure

Price bid of the bidders qualifying in the Eligibility Criteria as given in Section 1.2 of this document

will be evaluated.

Bids would be evaluated for entire Schedule (Schedule-wise). Bidders should offer prices for all the

items of Schedule and for the full quantity of an item of Schedule failing which such bid will not be

considered. Technical bid documentation should be in the prescribed format. If a vendor has any

comment to offer about the procedural aspects of this tender, it should be intimated to PeGS in the

Pre-bid query. In case the schedule or procedure of tender processing is revised, the same shall be

communicated by telephone, fax, courier or e-mail as the case may be to all the vendors who have

paid the tender document fee.

2.7 Technical bid documentation: The Technical bid documentation shall be evaluated in two sub-steps. Firstly, the documentation

furnished by the vendor shall be examined prima facie to see if the product /services offered,

technical skill base and financial capacity and other vendor attributes claimed therein are consistent

with the needs of this project and the requirements of the tender document. In the second step,

PeGS may ask vendor(s) for additional information and/or arrange discussions with their

professional, technical faculties to verify claims made in technical bid documentation.

2.8 Award Criterion:

Final choice of firm to execute the project shall be made on the basis of Technical evaluation, and

the bids qualifying the technical evaluation would only be considered for financial bid. The bid with

the lowest value would be awarded as L1.

2.9 Signing of Contract

The successful bidder will sign the Contract with PeGS within 7 days of the Notification of Award.

After signing of the Contract, no variation in or modification of the term of the Contract shall be

made except by mutual written amendment signed by both the parties (i.e. PeGS & Bidder).

2.10 Performance Bank Guarantee

As a guarantee for timely Supply, Installation and Commissioning of equipment as well as

performance of warranty support from the date of final acceptance of systems and pertaining to

proper running of the systems, the bidder will have to submit 10% of the contract value as security

Page 11: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 11 of 42

in the form of Performance Bank Guarantee from any nationalized bank as per format enclosed

(Annexure II).

On receipt of the Letter of Award the bidder should submit a Performance Bank Guarantee (PBG)

equivalent to 10% of the total contract value within three weeks from the date of receipt of Letter of

Award/Order. The PBG should be valid until end of the warranty period. All delivery of the material

will have to be completed within 45 days from the date of acceptance of contract and the bidder has

to ensure all activities leading to the commissioning of the contract to be completed within 60 days

from the date of Signing the Contract.

On receipt of notification of award from the PEGS, the successful bidder shall furnish the

performance security in accordance with the conditions of contract, in the performance security

form provided in the bidding documents or in another form acceptable to the PEGS.

Failure of the successful bidder to sign the contract, proposed in this document and as may be

modified, elaborated or amended through the award letter, shall constitute sufficient grounds for

the annulment of the award and forfeiture of the bid security, in which event the PEGS may make

the award to another bidder or call for new bids.

Time Schedule for Supply, Installation & Commissioning

Activity Timeline

Signing of Agreement with successful bidder ‘T’

Delivery of all the listed Components as mentioned in Annexure I T + 45 days

Installation and Commissioning of all components at State Data

Centre as mentioned in Annexure I T + 60 days

2.11 Liquidated Damage

The scope of work of the Bidder includes the supply and installation of materials mentioned in the

tender document. In the event of failure to meet the work completion in stipulated date/time

liquidated damage may be imposed on the bidder for sum not less than 0.5% of the contract value

for each week or part thereof, subject to a ceiling of 10% of the total contract value including all

taxes & duties and other charges). In the event of Liquidated Damage exceeds 10% of the order

value, PeGS reserves the right to terminate the contract and PeGS will get the job completed by any

other competent party. The difference of cost incurred by PeGS will be recovered from the Bidder.

2.12 Terms of Payment

Payment Terms Amount Supporting

documentation

Successful delivery of all SDC 50% payment of

the total Contract

Purchase Orders of all the items

Page 12: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 12 of 42

Components as mentioned in Table 3.1 value Delivery Challans of all the items Sign off from PeGS

Successful Installation & Commissioning

of all SDC Components as mentioned in

Table 3.1

40% payment of

the total Contract

value

Installation &

Commissioning Report

counter signed by Data

Centre Operator,

Puducherry and System

Integrator of CCTNS

Project

Remaining 10% payment of total

Contract value will be released in 3 equal

yearly instalments in 3 years from the

date of Commissioning.

10% payment of

the total Contract

value

2.13 Governing Laws

This contract shall be governed by and interpreted in accordance with Laws in force in India. The

courts at Puducherry shall have exclusive jurisdiction in all matters arising under the contract. The

Bidder shall keep itself fully informed of all current national, state and municipal law and ordinances.

The Bidder shall at their own expense, obtain all necessary permits and licensed and pay all fees and

taxes required by law. These will be Bidder’s entire obligation regarding any claim of infringement.

2.14 Terms & Definitions.

Definitions:

1. Tender call or invitation for bids means the detailed notification seeking a set of solution(s),

service(s), materials or any combination of them.

2. Specification means the functional and technical specifications or statement of work, as the case

may be.

3. Firm means a company, authority, co-operative or any other organization incorporated under

appropriate statute as is applicable in the country of incorporation.

4. Bidder means any firm offering the solution(s), service(s) and/or materials required in the tender

call. The word vendor when used in the pre award period shall be synonymous with bidder and

when used after award of the contract shall mean the successful bidder with whom PEGS signs the

contract for rendering of goods and services.

5. Technical bid means that part of the offer that provides information to facilitate assessment by

PEGS, professional, technical and financial standing of the bidder, conformity to specifications etc.

6. Financial Bid means that part of the offer, that provides price schedule, total project costs etc.

Page 13: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 13 of 42

7. Two part Bid means the Technical bid and financial bids submitted online to PEGS and their

evaluation is sequential.

8. Goods and services mean the solution(s), service(s), materials or a combination of them in the

context of the tender call and specifications.

9. The word goods when used singly shall mean the hardware, firmware component of the goods

and services.

10. Maintenance period means period mentioned in bid document for maintaining the systems

beyond warranty period.

11. “Contract” means the agreement entered into between the PEGS and the vendor, as recorded in

the contract form signed by the parties, including all attachments and appendices thereto and all

documents incorporated by reference therein;

12. “Contract price” means the price payable to the vendor under the contract for the full and

proper performance of its contractual obligations;

13. “PEGS” means Puducherry e-Governance Society.

14. “Purchaser/ User” means ultimate recipient of goods and services

15. “Vendor or Bidder “means the individual or firm supplying the goods and services under this

contract.

16. “Project site”, where applicable, means the place(s) where goods/services are to be made

available to user.

17. “Day” means calendar day.

18.”Up time” means the time period when specified services with specified technical and service

standards are available to user(s)

19.”Down time” means the time period when specified services with specified technical and service

standards are not available to user(s).

20. Applications - These general conditions shall apply to the extent that they are not superseded by

provisions of other parts of the contract.

21. Standards - The goods supplied under this contract shall conform to the standards mentioned in

the specifications, and, when no applicable standard is mentioned, the authoritative standards

appropriate to the goods’ country of origin shall apply. Such standard shall be the latest issued by

the concerned institution.

2.15 Period of validity of bids Bids shall remain valid for 60 days, after the date of bid opening prescribed by PEGS. A bid valid for a

shorter period shall be rejected as non-responsive.

Page 14: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 14 of 42

In exceptional circumstances, PEGS may solicit the bidders’ consent to an extension of the period of

validity. The request and the responses thereto shall be made in writing. The bid security shall also

be suitably extended. A bidder granting the request will not be permitted to modify its bid.

2.16 Deadline for submission of bids

Bids must be submitted on e-procurement website not later than the bid submission date and time

specified in the tender call notice.

PEGS may, at its discretion, extend this deadline for the submission of bids by amending the tender

call, in which case all rights and obligations of PEGS and bidders previously subject to the deadline

will thereafter be subject to the deadline as extended.

Late bids: Any bid not received by the PeGS contact person by the deadline for submission of bids

will be rejected and returned unopened to the bidder.

2.17 Clarification during evaluation of bids

During evaluation of the bids, PEGS may, at its discretion, ask the bidder for clarification of its bid.

1. PEGS reserves the right at the time of award to increase or decrease the quantity, as indicated in

tender call, from the quantity of goods and services originally specified in the specification without

any change in unit price or other terms and conditions.

2. PEGS reserves the right to accept or reject any bid, and to annul the bidding process and reject all

bids at any time prior to award of contract, without thereby incurring any liability to the affected

bidder(s) or any obligation to inform the affected bidder(s) of the grounds for such decision.

2.18 Corrupt, fraudulent and unethical practices

a.“Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to

influence the action of a public official in the process of contract execution and

b.“Fraudulent practice” means a misrepresentation of facts in order to influence a procurement

process or the execution of a contract to detriment of the purchaser, and includes collusive practice

among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-

competitive levels and to deprive the Purchaser of the benefits of free and open competition:

c.“Unethical practice” means any activity on the part of bidder, which try to circumvent tender

process in any way. Unsolicited offering of discounts, reduction in financial bid amount, upward

revision of quality of goods etc after opening of first bid will be treated as unethical practice.

PEGS will reject a proposal for award and also may debar the bidder for future tenders in PEGS, if it

determines that the bidder has engaged in corrupt, fraudulent or unethical practices in competing

for, or in executing a contract.

2.19 Use of documents and information

The vendor shall not, without prior written consent from PEGS, disclose/share/use the bid

document, contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or

information furnished by or on behalf of the PEGS in connection therewith, to any person other than

Page 15: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 15 of 42

a person employed by the vendor in the performance of the contract. Disclosure to any such

employed person shall be made in confidence and shall extend only as far as may be necessary for

purposes of such performance.

The Vendor shall not, without prior written consent of PEGS, make use of any document or

information made available for the project, except for purposes of performing the Contract.

All project related document (including this bid document) issued by PEGS, other than the contract

itself, shall remain the property of the PEGS and shall be returned (in all copies) to the PEGS on

completion of the Vendor’s performance under the contract if so required by the PEGS.

2.20 Manuals

Before the goods and services are taken over by the user, the Vendor shall supply operation and

maintenance manuals, (together with drawings of the goods and services where applicable).

The Vendor shall provide complete technical documentation of hardware, firmware, all subsystems,

operating systems, compiler, system software and the other software. The manuals, wherever

applicable shall be in English. At least one set of the manuals should be supplied for each installation

sites.

Unless and otherwise agreed, the goods and services shall not be considered to be completed for

the purpose of taking over until such manuals and drawings have been supplied to the user.

2.21 Testing and Inspection The vendor needs to get the factory acceptance test done for the servers and submit necessary

certificates.

a) Post receipt / pre-installation testing:

i) This testing / inspection shall be performed at the Delivery site at the time of delivery of the

equipment and the site inspectors designated by PeGS & CCTNS Project shall inspect the goods

against any physical damage on delivery. The inspectors shall also check the goods delivered against

the specifications ordered. The inspectors shall reject the items, which are not delivered as per the

agreement or any subsequent modifications to the agreement, in terms of specifications. The

inspector shall also receive the goods after inspection.

b) Post installation Acceptance testing / Inspection

i) This testing / inspection shall be performed after the completion of installation at site. The

inspectors designated by PeGS & CCTNS Project shall verify the component level details during this

testing and shall sign the installation report after successful completion of the post installation

testing. Defects / shortcomings brought out in this testing shall have to be attended as per the

contract within the permitted time schedule.

2.22 Packing 1.The vendor shall provide such packing of the goods as is required to prevent their damage or

deterioration during transit to their final destination. The packing shall be sufficient to withstand,

Page 16: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 16 of 42

without limitation, rough handling during transit and exposure to extreme temperature, salt and

precipitation during transit and open storage. Packing case size and weights shall take into

consideration, where appropriate, the remoteness of the goods’ final destination and the absence of

heavy handling facilities at all points in transit.

2.The packing, marking and documentation within and outside the packages shall comply strictly

with such special requirements as shall be expressly provided for in the contract, including additional

requirements, if any, specified in SCC, and in any subsequent instructions ordered by the PEGS.

2.23 Transportation

Transport of the goods to the project site(s) shall be arranged by the vendor at his cost at his own

risk.

2.24 Hardware & OS Software Installation

The vendor is responsible for all unpacking, assemblies, wiring, installations, cabling, interconnection

and commissioning of the delivered components and its integration with the existing SDC setup. The

vendor has to ensure that the delivered items are ready for hosting of CCTNS application and

connecting to power supplies. The vendor will test all hardware operations and accomplish all

adjustments necessary for successful and continuous operation of the computer hardware at the

site in Puducherry.

2.25 Spare parts 1. The Vendor may be required to provide any or all of the following materials, notifications and

information pertaining to spare parts manufactured or distributed by the Vendor.

2. Such spare parts as the PEGS may choose to purchase from the Vendor, provided that this choice

shall not relieve the Vendor of any warranty obligations under the contract.

3. In the event of termination of production of the spare parts, an advance notification to the PEGS

of the pending termination, in sufficient time to permit the PEGS to procure needed requirements

and

4. The Vendor shall ensure availability of spares in stock at his nearest service centre for immediate

delivery such spare parts as: (a) are necessary for a minimum of 5 years of operation after

installation at the Purchaser’s sites (b) are necessary to comply with specifications.

2.26 Warranty

1.The Vendor warrants that the goods and services supplied under the contract are new, unused, of

the most recent or current models, and that they incorporate all recent improvements in design and

materials unless provided otherwise in the contract. The Vendor further warrants that all goods and

services supplied under this contract shall have no defect arising from design, materials or

workmanship or from any act or omission of the Vendor, that may develop under normal use of the

supplied goods in the conditions prevailing in the country of final destination.

2.The warranty period shall be as stated in bid document. The Vendor shall, in addition, comply with

the performance guarantees specified under the contract. If, for reasons attributable to the Vendor,

Page 17: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 17 of 42

these guarantees are not attained in whole or in part, the Vendor shall, make such changes,

modifications, and/or additions to the goods or any part thereof as may be necessary in order to

attain the contractual guarantees specified in the contract at its own cost and expenses and to carry

out further performance tests.

4. PEGS/user shall promptly notify the Vendor in writing of any claims arising under this warranty.

5. Upon receipt of such notice, the Vendor shall, within the period specified and with all reasonable

speed, repair or replace the defective goods and services or parts thereof, without costs to the user.

6. If the Vendor, having been notified, fails to remedy the defect(s) within a reasonable period, the

PEGS/user may proceed to take such remedial action as may be necessary, at the vendor’s risk and

expense and without prejudice to any other rights which the PEGS /user may have against the

Vendor under the contract.

7. The Bidder is required to provide warranty valid for 36 months for all supplied hardware, software

and licenses with no extra cost in commercial part of bid. The bidder would be responsible for the up

keep and maintenance of the infrastructure and necessary deliverables under the scope of work

during the entire warranty period

8. The Bidder shall warrant that the services provided under the contract shall be as per the defined

in the tender.

9. This warranty, for all equipment’s, shall remain valid for 36 months after the complete installation

and final commissioning of the Data Center. The installation will be deemed incomplete if any

component of the equipment or any documentation/media is not delivered

2.27 Maintenance service

The vendor will accomplish preventive and breakdown maintenance activities to ensure that all

hardware, and firmware execute without defect or interruption for at least required up time.

2.28 Prices

Prices charged by the Vendor for goods delivered and services performed under the contract shall

not vary from the prices quoted by the Vendor in its bid, with the exception if any price adjustments

authorized in special conditions of contract or in the request for bid validity extension, as the case

may be. Price quoted shall be inclusive of all applicable taxes, levies, etc

2.29 Change orders

PEGS may, at any time, by written order given to the Vendor, make changes within the general scope

of the Contract in any one or more of the following:

i. The method of shipment or packing;

ii. The place of delivery and/or the services to be provided by the Vendor. If any such change

causes an increase or decrease in the cost of, or the time required for, the vendor’s

performance of any provisions under the contract, an equitable adjustment shall be made in

the contract price or delivery schedule or both, and the contract shall accordingly be

Page 18: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 18 of 42

amended. Any claims by the Vendor for adjustment under this clause must be asserted

within thirty (30) days from the date of the Vendor’s receipt of the change order.

2.30 Contract amendment

No variation in or modification of the terms of the Contract shall be made except by written

amendment signed by the parties.

2.31 Assignment The Vendor shall not assign, in whole or in part, its obligations to perform under this Contract,

except with the prior written consent from PEGS.

2.32 Delays in the vendor’s performance

1. Delivery of the Goods and performance of the services shall be made by the Vendor in accordance

with the time schedule specified by the PEGS in the specifications. If at any time during performance

of the Contract, the Vendor or its subcontractor(s) should encounter conditions impending timely

delivery of the goods and performance of services, the Vendor shall promptly notify the PEGS in

writing of the fact of the delay, it’s likely duration and its cause(s). As soon as practicable after

receipt of the vendor’s notice, PEGS shall evaluate the situation and may at its discretion extend the

Vendor’s time for performance, with or without liquidated damages.

2. A delay by the Vendor in the performance of its delivery obligations shall render the vendor liable

to the imposition of appropriate liquidated damages, unless an extension of time is agreed upon by

PEGS without liquidated damages.

2.33 Termination for default

1.The PEGS, without prejudice to any other remedy for breach of Contract, by written notice of

default sent to the Vendor, may terminate the Contract in whole or in part:

a.if the Vendor fails to deliver any or all of the Goods/services within the time period(s)

specified in the contract, or within any extension thereof granted by the PEGS

b.if the Vendor fails to perform any other obligation(s) under the Contract or

c.if the Vendor, in the judgment of the PEGS has engaged in corrupt or fraudulent practices

in competing for or in executing the Contract.

The supply Order will be placed by PeGS in full, in parts or in excess number as required.

2.In the event PEGS terminates the contract in whole or in part, PEGS may procure, upon such terms

and in such manner as it deems appropriate, goods or services similar to those undelivered, and the

Vendor shall be liable to PEGS for any excess costs for such similar goods or services. However, the

Vendor shall continue performance of the contract to the extent not terminated.

2.34 Force majeure

1. The Vendor shall not be liable for forfeiture of its performance security, liquidated damages, or

termination for default if and to the extent that its delay in performance or other failure to perform

its obligations under the Contract is the result of an event of Force Majeure.

Page 19: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 19 of 42

2. For purposes of this clause, “Force Majeure” means an event beyond the control of the Vendor

and not involving the Vendor’s fault or negligence and not foreseeable. Such events may include, but

are not restricted to, acts of the PEGS in its sovereign capacity, wars or revolutions, fires, floods,

epidemics, quarantine restrictions and freight embargoes.

3.If a Force Majeure situation arises, the Vendor shall promptly notify the PEGS in writing of such

condition and the cause thereof. Unless otherwise directed by the PEGS in writing, the Vendor 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.

2.35 Termination for insolvency PEGS, may at any time terminate the contract by giving 30 days written notice to the Vendor if the

Vendor becomes bankrupt or otherwise insolvent. In this event, termination will be without

compensation to the Vendor, provided that such termination will not prejudice or affect any right of

action or remedy which has accrued or will accrue thereafter to the PEGS.

2.36 Termination for convenience

1. PEGS, may at any time by giving 30 days written notice to the Vendor, terminate the Contract, in

whole or in part, for its convenience. The notice of termination shall specify that termination is for

PEGS/Purchaser’s convenience, the extent to which performance of the Vendor under the Contract

is terminated, and the date upon which such termination becomes effective.

2. The goods that are complete and ready for shipment within thirty (30) days after the vendor’s

receipt of notice of termination shall be accepted by the PEGS at the contract terms and prices. For

the remaining Goods, the PEGS may elect to have any portion completed and delivered at the

contract terms and prices at its discretion.

2.37 Resolution of disputes

1. The State and the SI shall make every effort to resolve amicably by direct informal

negotiations any disagreement or disputes arising between them under or in connection

with the Contract

2. If, after Thirty (30) days from the commencement of such direct informal negotiations, the

State and the SI have been unable to resolve amicably a Contract dispute, either party may

require that the dispute be referred for resolution to the formal mechanism specified in the

below clauses

3. In the case of a dispute or difference arising between the State and the SI relating to any

matter arising out of or connected with this Contract, such dispute or difference shall be

referred to the award of two Arbitrators. One Arbitrator to be nominated by the State and

the other to be nominated by the SI or in case of the said Arbitrators not agreeing then to

the award of an Umpire to be appointed by the Arbitrators in writing before proceeding with

the reference and in case the Arbitrators cannot agree to the Umpire he may be nominated

by the Secretary, Indian Council of Arbitration, State. The award of the Arbitrators in the

event of their not agreeing of the Umpire appointed by them or by the Secretary, Indian

Council of Arbitration, State, shall be final and binding on the parties

Page 20: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 20 of 42

4. The Arbitration and Conciliation Act 1996, the rules there under and any statutory

modification or re-enactments thereof, shall apply to the arbitration proceedings

5. The venue of arbitration and jurisdiction for law shall be Puducherry, India

6. The State may terminate this contract by giving a written notice of termination of minimum

30 days to the SI

7. Continuance of the Contract: Notwithstanding the fact that settlement of dispute(s) (if any)

under arbitration may be pending, the parties hereto shall continue to be governed by and

perform the work in accordance with the provisions under the Scope of Work to ensure

continuity of operations

2.38 Notices

Any notice given by one party to the other pursuant to this contract shall be sent to the other party

in writing or by telex, email, cable or facsimile and confirmed in writing to the other party’s address.

A notice shall be effective when delivered or tendered to other party whichever is earlier.

2.39 Taxes and duties The vendor shall be entirely responsible for all taxes, duties, license fee, road permits etc. incurred

until delivery of the contracted Goods/services at the site of the user or as per the terms of tender

document if specifically mentioned.

3 Scope of Work

3.1 Supply of SDC Components

The selected bidder shall supply the following SDC Components as given in the table below:

Table 3.1 - List of SDC Components to be supplied

Sl

No Name of the item Quantity required

1 Type 1 Servers 1 no

2 Type 2 Server 5 no

3 Backup license 8 no

4 Microsoft Windows 2008 R2 Enterprise edition 7 no

5 MS SQL Server 2008 R2 with SRSSS 1 no

6 IBM Tivoli EMS Agents server & Configuration agents in

the servers 8 no

7 RHEL 7.0 1 no

8 HIPS Agents 8 no

Page 21: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 21 of 42

9 Anti-virus agents 1 pack

10 Additional Router Modules 2 nos

11 Server Maintenance for 1 existing server (3 Years) Refer Annexure I

12 Antivirus Solutions and CAL Agents 332

13 IBM LTO Ultrium 4 Data Cartridge (with barcode) 24 Nos

14 42U Server Rack with PDU 1 no

15 Additional 32GB RAM for Type 1 and Type 2 servers (for price discovery) Per unit

16 AMC (per annum) after warranty for Serial No. 1 and 2 (for price discovery) Per server

Note: For detailed requirement specifications for each of the SDC components, refer Annexure I -

Technical Specification.

3.2 Installation & Commissioning: Requisite space to house the SDC components shall be made available by PeGS at State Data Centre,

Puducherry. The Bidder shall be responsible for installation and commissioning of Data Center

components as mentioned in the Annexure I.

The successful bidder needs to assemble, install, and configurations of servers.

Hardware Maintenance and Support:

The support activities include but not limited to the following activities

O/S installation and other hardware support activities

Initial O/S hardening setup

Submitting RCA report in case of hardware failure

If unresolved remotely, Support should be provided on site within 24hrs of call logging.

Replacement of hardware / Spares should be completed within 48 hours of incident

reporting

Monitoring and Reporting of failure of the systems & applications

Preventive maintenance on a periodical basis

The successful bidder shall provide system integration services to commission the required

Hardware and software infrastructure at the Puducherry State Data Centre.

The successful bidder shall be completely responsible for the installation, commissioning,

testing and certification of the necessary software licenses and infrastructure required to

deploy the Solution at the Puducherry State data Centre.

Successful bidder shall ensure that support and maintenance, performance and up-time

levels are compliant with SLAs. Successful bidder shall coordinate with the Puducherry State

Data Center in isolating the issues between solution stack and common infrastructure

Page 22: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 22 of 42

provided by Puducherry SDC; and in ensuring that they are reported to concerned parties so

that they are resolved in timely manner.

Puducherry UT will provide the premises for installation which is the State Data Center in

kalapet, Puducherry., for hosting the solution.

Application hosting shall be performed by the System Integrator of the CCTNS project, and

necessary support has to be provided by the successful bidder.

The successful bidder has to provide necessary support for the application Integration.

Successful bidder shall ensure that effective Remote Management features exist in solution

so that issues can be addressed by the bidder in a timely and effective manner; and frequent

visits to Data Centre /DRC can be avoided.

After commissioning and testing of the entire system at Puducherry state Data Center, the

bidder shall support the PeGS/CCTNS project team in getting the system audited by a 3rd

party agency identified by CCTNS/ PeGS until the expiry of the warranty period.

For the HP Server available at the data center, which will be the part of the implementation

set up along with the items provided by the bidder, the bidder will ensure call logging to

OEM/Vendor and follow up for resolution of issues if any related to this server. The

successful bidder should ensure calls for logged, escalated and issue is resolved.

All the stake holder need to communicated about the progress of the call at frequent

intervals

The following common Data Centre services will be available:

Power and Cooling

UPS, DG set power backup

Bandwidth and Connectivity terminations, as applicable

LAN

VPN

Firewall

Intrusion Protection System

Fire prevention

Physical security surveillance

Network Operation Centre

Common Data Centre facility Maintenance and Support

Antivirus Software

Tape Library

Necessary System Software

Enterprise Management System (EMS)

SAN Storage

SAN Switches

Necessary CAT6 cables

Rack Fans

3.3 Co-ordination with Stakeholders:

The Bidder should co-ordinate with all stakeholders such as DIT, PeGS, DCO, System Integrator for

CCTNS, SWAN operator, BSNL, SPMU for CCTNS, Puducherry Police department during the entire

process of Supply, Installation and Commissioning of the listed SDC Components.

Page 23: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 23 of 42

3.4 Compatibility of proposed SDC components

The SDC components/items proposed by the bidder would be a part of the State Data Centre setup.

Items proposed by the bidder should be compatible with the SDC center up. Bidders should specify

any additional items/components if required as a separate line item in their financial bid.

Page 24: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 24 of 42

4 Annexures

I - Technical Specification of SDC Components Note: Servers must be from the following OEMs: IBM, HP, Dell, Spark, Fujitsu, Hitachi

Type 1 Server - DATABASE SERVER - 1 nos

Features Specification Required

CPU

X86 Bases processor; Minimum 2x; Six core processor with

2.4GHz or above with 1066Mhz FSB / 2000 MT /s expandable and

with minimum 10MB L2 cache per processor

Chipset Suitable Processor OEM mother board / Chipset

Form Factor 19" Rack mountable and with Rack mountable accessories

Memory 64 GB RAM DDR3 scalable to 128 GB

NIC Dual 10/100/1000 NIC in fail over mode

SCSI Controllers

Dual Port serial attached SCSI controller on boards with RAID 0 &

1 capability

Hard disk drives

Min 500 GB/4 x 146 GB(or higher) ultra III SCSI / SAS / FC hot plug

drives for operating system

Ethernet adapters 4 Ethernet Ports of 10/100/1000 Mbps

SAN Connectivity

Fiber Channel Adapters 2 x 4GBps HBA to connect existing

storage

I/O Expansion I/O expansion for slot for up gradation of Ethernet adapter

Power Supply Redundant power supply

System Management and

Diagnostics

LED lights indicating failing component and onboard diagnostics,

The Volume Manager and File system on the server should

support heterogeneous Storage models from different OEMs.

Software Compatibility MS SQL 2008 R2 Enterprise edition

OS Compatibility Microsoft 2008 R2 enterprise edition

Back up device

Should be able to connect with SAN storage over 4/8 Gbps Fiber

channel

Security

The server should have FIPS certified card based hardware

security module to perform cryptography operations.

Page 25: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 25 of 42

Warranty

3 year onsite warranty. Pre failure warranty on CPU, Memory and

Hard disks

DVD Drive DVD Drive R/W

Remote Management

Remote management port should be able to download the

firmware from the website directly or from internal system.

Server should support automated firmware update.

Server should support agentless management using the out-of-

band remote management port instead of OS and SNMP port on

the OS. This will enable zero downtime updates

The server should support features which monitors and records

changes in the server hardware and system configuration. It

assists in diagnosing problems and delivering rapid resolution

when system failures occur.

Applications to access the server remotely using popular

handheld devices based on Android or Apple IOS should be

available.

5. Remote console sharing with multiple users simultaneously

during pre-OS and OS runtime operation, Console replay -

Console Replay captures and stores for replay the console video

during a server's last major fault or boot sequence. Microsoft

Terminal Services Integration, 128 bit SSL encryption and Secure

Shell Version 2 support. Should provide support for AES and 3DES

on browser. Should provide remote firmware update

functionality. Should provide support for Java free graphical

remote console.

Server Management

The Systems Management software should provide Role-based

security, Should help provide proactive notification of actual or

impending component failure alerts on critical components like

CPU, Memory and HDD. Should support automatic event

handling that allows configuring policies to notify failures via e-

mail, pager, or SMS gateway or automatic execution of scripts.

Hardware Should support scheduled execution of OS commands,

batch files, scripts, and command line apps on remote nodes.

The Server Management Software should be of the same brand

as of the server supplier.

Page 26: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 26 of 42

Type 2 Server – 5 nos (Active Directory Server, Application server, Web Server, Anti virus Server, Mail

server - each 1 nos)

Features Suitable Processor OEM motherboad / Chipset

CPU

X86 Bases processor, Minimum 2x, Six core processor with

2.6GHz or above with 1066Mhz FSB / 2000 MT /s expandable and

with minimum 10MB L2 cache per processor

Chipset Suitable Processor OEM motherboard / Chipset

Form Factor 19" Rack mountable and with Rack mountable accessories

Memory 64 GB RAM DDR3 scalable to 128 GB

NIC Dual 10/100/1000 NIC in fail over mode

SCSI Controllers

Dual Port serial attached SCSI controller on boards with RAID 0 &

1 capability

Hard disk drives

Min 500 GB/4 x 146 GB(or higher) ultra III SCSI / SAS / FC hot plug

drives for operating system

Ethernet adapters 4 Ethernet Ports of 10/100/1000 Mbps

SAN Connectivity

Fiber Channel Adapters 2 x 4GBps HBA to connect existing

storage

I/O Expansion I/O expansion for slot for up gradation of Ethernet adapter

Power Supply Redundant power supply

System Management and

Diagnostics

LED lights indicating failing component and onboard diagnostics,

The Volume Manager and File system on the server should

support heterogeneous Storage models from different OEMs.

DB Compatibility MS SQL 2008 R2 Enterprise edition

OS Compatibility Microsoft 2008 R2 Enterprise edition, RHEL

Warranty

3 year onsite warranty. Pre failure warranty on CPU, Memory and

Hard disks

DVD Drive DVD Drive R/W

Remote Management Remote management port should be able to download the

firmware from the website directly or from internal system.

Page 27: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 27 of 42

Server should support automated firmware update.

Server should support agentless management using the out-of-

band remote management port instead of OS and SNMP port on

the OS. This will enable zero downtime updates

The server should support features which monitors and records

changes in the server hardware and system configuration. It

assists in diagnosing problems and delivering rapid resolution

when system failures occur.

Applications to access the server remotely using popular

handheld devices based on Android or Apple IOS should be

available.

5. Remote console sharing with multiple users simultaneously

during pre-OS and OS runtime operation, Console replay -

Console Replay captures and stores for replay the console video

during a server's last major fault or boot sequence. Microsoft

Terminal Services Integration, 128 bit SSL encryption and Secure

Shell Version 2 support. Should provide support for AES and 3DES

on browser. Should provide remote firmware update

functionality. Should provide support for Java free graphical

remote console.

Server Management

The Systems Management software should provide Role-based

security, Should help provide proactive notification of actual or

impending component failure alerts on critical components like

CPU, Memory and HDD. Should support automatic event

handling that allows configuring policies to notify failures via e-

mail, pager, or SMS gateway or automatic execution of scripts.

Hardware Should support scheduled execution of OS commands,

batch files, scripts, and command line apps on remote nodes.

The Server Management Software should be of the same brand

as of the server supplier.

Page 28: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 28 of 42

Software Items

Item No 3: Microsoft Windows

Server 2008 R2 enterprise edition

(with .Net Frame work 4.0, IIS7)

7 nos

Item No 4: My SQL Server 2008

R2 Enterprise Edition with

reporting services (SSRS), Dotnet

Framework 4.0

1 nos

Item No 5: RHEL 7 1 nos

Anti Virus Solution

Unified protection from viruses, spyware, integrated through one client agent. Simplified

administration through central management to protect the infrastructure with greater efficiency.

Visibility and control - through insightfull, prioritized security reports and a summary dashboard view,

which enable the administrator for visibility and control over malware threats.

It should be able to push agents to 400 client machines located at various geographical locations.

Server shall be placed at SDC and client machines are placed at various locations in Puducherry,

Karaikal, Yanam & Mahe. The client machines are loaded with window operating system. The client

machines are connected to the SDC through VPNoBB connectivity and PYSWAN Connectivity.

Server Maintenance

Annual Server Maintenance cost for 1

nos servers. HP Proliant DL 580 for 1

year And one HCL server.

Server Model : HCL Serial No : 5103A1404779 Processor : Quad Core E5450, 3.0 Ghz Memory : 8 GB DDR 2 667 Hard Disk : 146 GB x 2 SAS Hard Disk Warranty support is required for 3

years.

Page 29: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 29 of 42

EMS Server Agents

EMS Server Agents; IBM Tivoli EMS

solution is already implemented in the

data center. 8 CCTNS project is

planned to be deployed in the data

center. Server performance, health

and management have to be

monitoring; Uptime time, CPU

utilisation, memory utilisation, have to

monitored.

Web/Application/DB Server –

Webserver response time, number of

transactions, concurrent users have to

be monitored

Data base Server – Data base

performance had to be monitored

Application URL monitoring – CCTNS

application url; uptime, performance

has to be monitored.

Tivoli Monitoring agent for Windows Operating System

version 6.2.2 – 7 nos

Tivoli Monitoring agent for RHEL Operating System version

6.2.2 – 1 nos

Tivoli Universal Agent Version 6.2.2 – 1 nos

Microsoft SQL Server agent version 6.2.2 - 1nos

Monitoring Agent for Microsoft Internet Information

Services Version 6.2.2 – 2 nos

HIPS Proventia Agents

HIPS Proventia Agents : HIPS Proventia

is implemented in the data center.

Additional Agents are required for

new server to be implemented in the

data center.

8 nos

Additional Router Modules

Additional Router Modules

Additional WAN interface cards are

required for Router installed in the

SDC.

HP 4 Port 10/100 FIC Module – Part

Code – JF824A

2 nos

Page 30: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 30 of 42

IBM Storage Back up License

IBM storage Back up License.

Tivoli BA (Backup/Archive) client license – 8 nos

Tivoli Data Protection (TDP) extended edition for database –

1 nos

Tivoli Storage agent extended edition (Windows/Linux) for

LAN free backup. (Mandatory for large data backup).- 1 nos

Backup tapes

LTO tape cartridges with bar codes

- IBM LTO Ultrium 4 Data Cartridge

(Barcode Mandatory) for IBM

TS3310 Model tape library 24 nos

Anti virus Agents

Trend Micro server protect version 5.8

agent license for windows and linux

server

7 – windows servers

1 – RHEL Server

Page 31: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 31 of 42

II – Performance Bank Guarantee Proforma (On non-judicial stamp paper of appropriate value to be purchased in the name of executing Bank)

PROFORMA OF BANK GUARANTEE FOR SECURITY DEPOSIT –CUM-PERFORMANCE

GUARANTEE

Ref …………………….. Bank Guarantee no…………….

Date…………………..

PROFORMA OF BG FOR SECURITY DEPOSIT

In consideration of <<Puducherry e-Governance Society, Puducherry)>> (hereinafter called “The

Purchaser”) having agreed to accept from ______________________(hereinafter called “The

Bidder”) Having its Head Office at ______________________, a Bank guarantee for Rs.

_____________ in lieu of Cash Security Deposit

for the due fulfillment by the bidder of the terms & conditions of the Work Order No.

___________________dated____________ issued by the Purchaser for

_______________________________(hereinafter called “the said work order ________________

_______dated____________)”. We ________________ (Name & detailed address of the branch)

(hereinafter called “the Guarantor”) do hereby undertake to indemnify and keep indemnified the

Purchaser to the extent of Rs.__________ (Rupees _________________________) only against any

loss or damage caused to or suffered by the Purchaser by reason of any breach by the bidder of any

of the terms and conditions contained in the said Work Order No. ____________________

dated__________________ of which breach the opinion of the Purchaser shall be final and

conclusive.

(2) AND WE, ____________________DO HEREBY Guarantee and undertake to pay forthwith on

demand to the Purchaser such sum not exceeding the said sum of

________Rupees_______________) only as may be specified in such demand, in the event of the

Bidder failing or neglecting to execute fully efficiently and satisfactorily the order for

_________________________ _______________ Work Order no. , _______________dated

_________

(3) WE __________________________ further agree that the guarantee herein contained shall

remain in full force and effect during the period that would be taken for the performance of the said

order as laid down in the said Work Order No. ________________ dated _______________

including the warranty obligations and that it shall continue to be enforceable till all the dues of the

Purchaser under or by virtue of the said Work Order No. _________________ dated _____________

have been fully paid and its claims satisfied or is charged or till the Purchaser or its authorized

representative certified that the terms and conditions of the said Work Order No.

______________________ dated _________________ have been fully and properly carried out by

the said bidder and accordingly discharged the guarantee.

Page 32: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 32 of 42

(4) We _____________________________ the Guarantor undertake to extend the validity of Bank

Guarantee at the request of the

bidder for further period of periods from time to time beyond its present validity period failing

which we shall pay the Purchaser the amount of Guarantee.

(5) The liability under the Guarantee is restricted to Rs. _________ (Rupees ______________

___________________) only and will expire on ______________ and unless a claim in writing is

presented to us or an action or suit to enforce the claim is filled against us within 6 months from

_______________ all your rights will be forfeited and we shall be relieved of and discharged from all

our liabilities (thereinafter)

(6) The Guarantee herein contained shall not be determined or affected by liquidation or winding up

or insolvency or closer of the Bidder.

(7) The executants has the power to issue this guarantee on behalf of Guarantor and holds full and

valid power of Attorney granted in his favour by the Guarantor authorizing him to execute the

Guarantee.

(8) Notwithstanding anything contained herein above, our liability under this guarantee is restricted

to Rs. __________ (Rupees _________________________) only and our guarantee shall remain in

force up to _______________ and unless a demand or claim under the guarantee is made on us in

writing on or before _______________ all your rights under the guarantee shall be forfeited and we

shall be relieved and discharged from all liabilities there under.

WE, __________________________ lastly undertake not to revoke this guarantee during the

currency except with the previous consent of

the Purchaser in writing. In witness whereof we ___________________________have set and

subscribed our hand on this

________________________ day of _____________________.

SIGNED, SEALED AND DELIVERED

______________________

(Stamp of the executants)

WITNESS

______________________

______________________

Page 33: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 33 of 42

INSTRUCTIONS FOR FURNISHING BANK GUARANTEE

The B.G. should be executed by a Nationalised Bank/ Scheduled Commercial Bank preferably on a

branch located in Puducherry. B.G. from Co-operative Bank / Rural Banks is not acceptable.

A Confirmation Letter of the concerned Bank must be furnished as a proof of genuineness of the

Guarantee issued by them.

Any B.G. if executed on Non-Judicial Stamp paper after 6 (six) months of the purchase of such stamp

shall be treated as Non-valid.

Each page of the B.G. must bear signature and seal of the Bank and B.G. Number.

The content of the B.G. shall be strictly as Proforma prescribed by PeGS in line with Purchase Order

/LOI/ Work Order etc. and must contain all factual details.

Any correction, deletion etc. in the B.G. should be authenticated by the Bank Officials signing the

B.G.

In case of extension of a Contract the validity of the B.G. must be extended accordingly.

B.G. must be furnished within the stipulated period as mentioned in Purchase Order / LOI / Work

Order etc.

Issuing Bank / The Vendor are requested to mention the Purchase Order / Contract / Work Order

reference along with the B.G. No. For making any future queries to PeGS.

Page 34: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 34 of 42

III – Price Bid Format

Sl no Name of the item Quantity

Unit Rate

(inclusive

of Taxes)

(in Rs.)

Warranty and

Support cost

for 3 years

(Inclusive of all

Taxes)

Amount

(inclusive of Taxes)

(in Rs.)

1 Type 1 Servers 1 no

2 Type 2 Server 5 no

3 Backup license 8 no n/a

4 Microsoft Windows 2008 R2

Enterprise edition 7 no

5 MS SQL Server 2008 R2 with

SRSSS 1 no

6

IBM Tivoli EMS Agents server

& Configuring the agents in

the servers 8 no

7 RHEL 7. 0 1 no

8 HIPS Agents 8 no

9 Anti-virus agents 1 pack

10 Additional Router Modules 2 nos

11 Server Maintenance for 1

servers (3 Year)

Refer

Annexure

I

12 Antivirus Solutions and CAL

Agents 332

13 - IBM LTO Ultrium 4 Data

Cartridge (with barcode) 24 Nos

n/a

14 OEM 42U Rack 1 No

Total

Note: Quantities are subject to increase / decrease depending upon current demand.

Page 35: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 35 of 42

IV - BID FORM (Bidders are requested to furnish the Bid Form in the Format given in this section, filling the entire

Blank and to be submitted on Letter Head in original)

To

The Convenor, Puducherry e-Governance Society, Government of Puducherry Sub: Tender for Supply, Installation and Commissioning of ‘Identified’ components at State Data

Centre, Puducherry

Dear Sir,

We the undersigned bidder, having read and examined in details the specifications and other documents of the subject tender no. <<………………>> dated <<……>> do hereby propose to execute the work as per specification as set forth in your Tender documents. The prices of all items stated in the bid are firm during the entire period of work irrespective of date of completion and not subject to any price adjusted as per in line with the bidding documents. We declare that prices stated in our proposal are in accordance with your bidding. We confirm that our bid prices include all other taxes and duties and levies applicable on bought out SDC components, and confirm that any such taxes, duties and levies additionally payable shall be to our account. Earnest Money Deposit: We have enclosed EMD in the form of Demand draft for a sum of Rs.3,00,000/- (DD no. ____________ dated ___________________ drawn on _________________). We declare that items shall be executed strictly in accordance with the specifications and documents irrespective of whatever has been stated to the contrary anywhere else in our proposal. If this proposal is accepted by you, we agree to provide services and complete the entire work, in Accordance with schedule indicated in the proposal. We fully understand that the work completion schedule stipulated in the proposal is the essence of the work, if awarded. We further agree that if our proposal is accepted, we shall provide a Performance Bank Guarantee of the value equivalent to ten percent (10%) of the Order value as stipulated in Price Bid document Dated, this …………………..day of ……………………2014

Thanking you, we remain,

Page 36: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 36 of 42

V - DECLARATION OF ELIGIBILITY CRITERIA

Sl

No Criteria

Documents to

be submitted

Documents

submitted

(Yes/N0)

Reference Page

no.

1

The bidder must be a company

registered under the Companies Act,

1956 of India. Documentary

Certificate of

incorporation

Yes/No

2

The bidder shall be an Information

Technology Company in India and

should have been in the business for a

period more than five years

Photocopy of

Memorandum

/ Articles of

Associations

Yes/No

3

The bidder should have valid VAT

Registration Certificate, Service Tax

Registration Certificate, PAN card &

Trade License.

Valid

photocopy of

the

documents.

Yes/No

4

The bidder shall have supplied, installed

and commissioned atleast 3 similar

projects that meets the below

mentioned requirements during the last

3 years:

a) Supply of similar value. b) Supply of Government

Departments or PSUs within India.

References

Work order /

Purchase copy

along with

proof of

completion /

Go-Live

certificate for

the project

Yes/No

5

The bidder should have an annual

turnover of not less than Rs.5 Crores

(Rs. Five crores) each in the last three

financial years (FY – 2009-10, 2010-11 &

2011-12)

photocopy of

Audited

balance sheet

of the last

three financial

years (FY –

2009-10, 2010-

11 & 2011-12)

Yes/No

Page 37: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 37 of 42

6

Bidder should submit Earnest Money

Deposit (EMD) of Rs. 3,00,000.00

(Rupees Three Lakhs) only in the form

of Demand Draft from any Scheduled

Bank in favour of The Convenor,

Puducherry e-Governance Society

payable at Puducherry.

Draft/Pay

Order

Yes/No

7

Bidder should submit Tender Document

Fee of Rs. 5,000.00 (Rupees Five

Thousand) only in the form of Demand

Draft from any Scheduled Bank in

favour of The convenor, Puducherry e-

Governance Society payable at

Puducherry.

Draft/Pay

Order

Yes/No

8

Manufacturer’s tender specific

authorizations for all items like Server

must be submitted as per format

enclosed (Annexure VI).

As per format Yes/No

9

The bidder shall submit a certificate

from any of the authorized signatory of

the company authorizing a person to

sign all relevant papers related to this

bid on behalf of the company.

Certificate on

Letter

Head

Yes/No

10

The bidder shall not have been

blacklisted by any State/Central

Government or PSU Organization or

bilateral/multilateral funding agencies

for breach of ethical conduct or

fraudulent practices as on date of

submission of the proposal.

Declaration on

Letter

Head

Yes/No

Page 38: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 38 of 42

Authorized Signatory (Signature In full): _______________________________

Name and title of Signatory: _________________________________________

Company Rubber Stamp: ___________________________________________

Page 39: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 39 of 42

VI - Technical Bid Format

# Name of the item Quantity Specifications OEM Make &

Model

Additional

Enhancement

Remark

1 Type 1 Servers 1 no

2 Type 2 Server 5 no

3 Backup license 8 no

4

Microsoft Windows

2008 R2 Enterprise

edition 7 no

5 MS SQL Server 2008

R2 with SRSSS 1 no

6

IBM Tivoli EMS Agents

server & Configuration

agents in the servers 8 no

7 RHEL 7. 0 1 no

8 HIPS Agents 8 no

9 Anti-virus agents 1 pack

10 Additional Router

Modules 2 no

11 Server Maintenance for

1 servers (3 Year)

Refer

Annexur

e I

12 Antivirus Solutions and

CAL Agents 332

13 IBM LTO Ultrium 4 Data Cartridge (with barcode) 24

14 OEM 42U Rack 1 No

Total

Necessary data sheets need to be uploaded into the system.

Page 40: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 40 of 42

VII - MANUFACTURER’S AUTHORIZATION FORM Date:

To

The Convenor, Puducherry e-Governance Society, Puducherry.

Ref: Tender No:________________________________________

WHEREAS _______________________________________ who are official producers of

_______________________________________________ and having production facilities at

__________________________________________________________ do hereby authorize

__________________________________________________________________ located at

_____________________________________________________ (hereinafter, the “Bidder”) to

submit a bid of the following Products produced by us, for the Supply Requirements associated with

the above Invitation for Bids.

When resold by ____________________________, these products are subject to our applicable

standard end user warranty terms.

We assure you that in the event of _________________________, not being able to fulfil its

obligation as our Service Provider in respect of our standard Warranty Terms we would continue to

meet our Warranty Terms through alternate arrangements.

We also confirm that _______________________________is our authorized service

provider/system integrator and can hence provide maintenance and upgrade support for our

products.

We also confirm that the products quoted are on our current product list and are not likely to be

discontinued within from the day of this letter.

We also confirm that the material will be delivered within 45 days from the date of Signing of

Contract.

Name In the capacity of

Signed

Duly authorized to sign the authorization for and on behalf of ________________________

Dated on _________________ day of_____________

Note: This letter of authority must be on the letterhead of the Manufacturer and duly signed by an

authorized signatory.

Page 41: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 41 of 42

VIII – Project Experience template

S. No. Item Details

1 Name of Project

2 Name of Client (Government

department/PSU/ Autonomous Body).

3 Address of Client

4 Contact Person Name & Mobile

/Telephone of Client

5 Total Project Overall Value (INR)

6 Project Start Date

7 Project End Date

8 Brief narrative description of Project

9 Scope of Service Delivery System

10 Tools Deployment

Page 42: Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data Centre, Puducherry for CCTNS Project (Puducherry

Request for Proposal for Supply, Installation and commissioning of ‘Identified’ components at State Data

Centre, Puducherry for CCTNS Project – Puducherry Police

Page 42 of 42

IX – Bid submission checklist

S. No Basic Requirement Documents required

Provided (Y/N)

1 Tender Fee Demand Draft Y/N

2 Power of attorney Copy of Power of Attorney Y/N

3 Particulars of bidders As per Annexure Y/N

4 EMD Demand Draft/Bank Guarantee Y/N

5 Sales Turnover Extracts from the audited balance sheet and profit & loss; OR certificate from Statutory auditor

Y/N

6 Letter of authorization

Letter of authorization Y/N

7 Technical Capability Work order + self certificate of completion

Y/N

8 Local Service Centres Self certified letter by an authorized signatory Y/N

9 Legal Entity Copy of certification of incorporation Y/N

10 Blacklisting A self certified letter from the bidder Y/N

Disclaimer:

This document is published by Puducherry e-Governance Society (PeGS) on behalf of CCTNS Project

(Puducherry Police) towards procurement of Servers and Software.

*** End of Document ***