CORRIGENDUM AND RESPONSE TO PRE-BID QUERY OF TENDER...
Transcript of CORRIGENDUM AND RESPONSE TO PRE-BID QUERY OF TENDER...
Page 1 of 28
BANASKANTHA DISTRICT COOPERATIVE MILK PRODUCERS' UNION LIMITED
CORRIGENDUM AND RESPONSE TO PRE-BID QUERY
OF TENDER-DIGITAL DAIRY IMPLEMENTATION
FOR BANAS DAIRY
Page 2 of 28
Document contains following Points
1. Corrigendum for Design, Supply, Installation, Integration, Commissioning and Maintenance of GPS-RFID, Plant MIS Dashboard CCC System at Banas Dairy, Palanpur;
2. Reply to Pre-Bid Query. 3. Technical Specification as per Pre-Bid 4. Addition of Items in BOQ (Technical, Commercial) 5. Location & Manpower Details
Detail of Corrigendum for Design, Supply, Installation, Integration, Commissioning and Maintenance of GPS- RFID, Plant MIS Dashboard CCC System at Banas Dairy, Palanpur;
Sr Tender Reference (volume/Clause/page)
Clause in Tender Clause amended as
1 Vol-1/ clause 3, 7 /page 10
Last date and time (deadline) for receipt of proposals (technical and commercial) in response to tender notice along with tender fee and EMD: 21-12-2018 13:30 HRS
10 days extension, 31-12-2018 13:30 HRS
2 Vol-1, 8.5 PRE- QUALIFICATION CRITERIA, Pg No. 33
Financial Strength: The Bidder should have consolidated annual average financial turnover of 35 (Thirty Five) Crore during last three financial years i.e. 2015-16, 2016-17, 2017-18. CA certificate to be submitted for the same.
Financial Strength: The Bidder should have consolidated annual average financial turnover of 30 (Thirty) Crore during last three financial years i.e. 2015-16, 2016-17, 2017-18. CA certificate to be submitted for the same.
3 Vol-1, 8.5 PRE- QUALIFICATION CRITERIA, Pg No. 33
The Bidder should have experience of implementing one IT/ICT project in India minimum order value shall be 25 Cr. Multiple orders for a single client to be considered. OR
The Bidder should have experience of implementing one IT/ICT project in India minimum order value shall be 20 Cr. Multiple orders for a single client to be considered. OR The Bidder should have experience of implementing Two IT/ICT projects in India minimum order value shall
Page 3 of 28
The Bidder should have experience of implementing
Two IT/ICT projects in India minimum order value shall be 15 Cr. Multiple orders for a single client to be considered OR The Bidder should have experience of implementing Three IT/ICT projects in India minimum order value shall be 12 Cr. Multiple orders for a single client to be considered.
be 12 Cr. Multiple orders for a single client to be considered OR The Bidder should have experience of implementing Three IT/ICT projects in India minimum order value shall be 10 Cr. Multiple orders for a single client to be considered.
4 Vol-1/Clause 8.6,II,C /page 34)
The Bidder should have experience of implementation 1 (One) CCC solution integrated with three subsystem like GPS / CCTV /RFID/any other sensor in last 3 Years
The Bidder should have experience of implementation 1 (One) CCC solution integrated with three subsystem like GPS / CCTV /RFID/any other sensor in last 5 Years also On-going project will be considered
5 Vol-1/page 2) Project Completion Time Period: Six month Project Completion Time Period: (08) Eight month 6 Vol-1/Clause 11.13,E
/page 66) NEW ADDITION into BOQ (Commercial and Technical) Technical Support for 2 Years (1 person * 3
Shifts ) for Faridabad, Kanpur and Lucknow Plant 7 Vol-1/Clause 9, Page
41 NEW ADDITION Addition as 9.3 : Incident based penalty to form SLA
Incident based penalty: GPS : Deviation of 25 meter then Rs.100/- CCTV: No Image Capture then Rs.200/- CCTV: No recording then Rs.500/- RFID/Light/Hooter/Boom Barrier : each instance Rs.100/- Boom Barrier: each instance Rs.200/- Workstation/PC: Rs.500/- Server: Rs.5000/- Switch/Router/Firewall: Rs.15000/- IT-Security Breach: Rs.100000/- Manpower: Team Lead : non availability per day Rs.2000/- Team Member: non availability per day Rs.1000/-
8 Vol-1 and Vol-2 NEW ADDITION Approved Make List
As per list
9 Vol-2, Clause 4, Page 56
NEW ADDITION Team Member for Palanpur Technical Expert (Network Engineer-OEM certified)
Page 4 of 28
Addition as 4.25 : PROJECT TEAM QUALIFICATION –
AFTER DEPLOYMENT (O & M PERIOD) Technical Expert (GPS, All Sensors, CTV) Technical Expert (HW,SW,CCTV)
Team Member for Faridabad, Kanpur, Lucknow Technical Expert (GPS)
Addition of Items in BOQ (Technical, Commercial)
A) Technical Support for 2 Years (1 person * 3 Shifts ) for Faridabad, Kanpur and Lucknow Plant B) Network Management Software, Qty 01 C) ISE , Qty 02 (HA Mode)
Response to PRE-BID Query
Sr
Tender Document Reference
(volume/Clause/ page)
Content of Tender requiring clarification
Points of Clarification required
Clarified by Banas
1 Vol-1, 3, Data Sheet, Page: 10 Earnest Money Deposit Is EMD required for bidders registered
with NSIC also ? Required As per Tender
3
Vol-1, 8.5 PRE- QUALIFICATION CRITERIA, Pg No. 33
Bidder should have minimum 75 full time resources with IT/ITeS on its payroll as on date of submission of the bid
75 manpowers are too much. We request you to make it 35 as the no. of people that will be required for this project should be less.
As per Tender
4 Vol-1, 9.3, Page:
40
The Successful bidder has to submit Performance Bank Guarantee @ 20% of order value
Please make it @10% - standard for all goivernment tenders
As per Tender
Page 5 of 28
5 Vol-1, 5.2, Page: 19 Is consortium and JV allowed ? Kindly clarify if 2 or more parties can
form a consrtium and bid in this tender As per Tender
7
Vol-1, 8.5 PRE- QUALIFICATION CRITERIA, Pg No. 33
The Bidder should have experience of implementing one IT/ICT project in India minimum order value shall be 25 Cr. Multiple orders for a single client to be considered OR…..
We understand that in case of large IT projects with longer period of contract duration, Work order along with a work on progress certificate confirming the scope of work and value of works completed will suffice the requirement. Kindly confirm.
Project under O&M period will be considerd, rest as per Tender
8
Vol-1, 8.5 PRE- QUALIFICATION CRITERIA, Pg No. 33
The Bidder should have experience of implementing one IT/ICT project in India minimum order value shall be 25 Cr. Multiple orders for a single client to be considered OR …..
We understand that consolidated value of the orders issued by a single client will be considered to claim the project experience. Kindly confirm.
As per Tender, also refer corrigendum
9
Vol-1, 5.2.1SOLE BIDDER, Pg No. 19
The Sole Bidder must be a System Integrator (SI) company which has the capabilities to deliver the entire scope as mentioned in the tender.
There are Four to Five major components in RFP including GPS-RFID based Vehicle Tracking and monitoring, SITC of IT infra, MIS and other Softwares, Networking etc. though Banas dairy has not allowed consortium in the RFP. Looking to the complexity and verity of solutions to be implemented, we request Banas Dairy to allow participation of consortium having maximum 2 members including Lead bidder instead of allowing "Sub- Contractor". Sub-contractor won't be legally bound with the Banas Dairy and won't be jointly and severally liable for the delivery of the project/specific component although consortium will do. Hence, We request Banas Dairy to allow the consortium of two member in the bid.
As per Tender
Page 6 of 28
10
Volume-1. 8.5, Pre- Qualification Criteria
The main objects of the Memorandum of Association of the Bidder should substantiate that in the ordinary course of its business, the Company is engaged in providing similar services in the information technology field. Bidder should possess ISO 9001: 2008 or higher or CMMI 3 Certification.
Just like Memorandum of Association, the ISO 9001:2008 certificate should also state that the bidder has been evaluated on parameters of services and products necessary for this particular project, proving that the company is engaged in similar services and have been audited on ISO standards.
As per Tender
17
Vol-1, 8.5 PRE- QUALIFICATION CRITERIA, Pg No. 33
Financial Strength: The Bidder should have consolidated annual average financial turnover of 35 (Thirty Five) Crore during last three financial years i.e. 2015-16, 2016-17, 2017- 18. CA certificate to be submitted for the same.
Request to consider 30 Crore instead of 35 crore as average financial turnover
The Bidder should have consolidated annual average financial turnover of 30 (Thirty) Crore during last three financial years i.e. 2015-16, 2016-17, 2017-18. CA certificate to be submitted for the same.
18
8.5 Pre- Qualification
Criteria
The Bidder should haveexperience of implementingoneIT/ICT project in India minimum order value shall be 25 Cr. Multiple orders for a single client to be considered. OR o The Bidder should haveexperience of implementing TwoIT/ICT projects in India minimum order value shall be 15 Cr. Multiple orders for a single client to be considered
Relaxation requested
The Bidder should haveexperience of implementing one IT/ICT project in India minimum order value shall be 20 Cr. Multiple orders for a single client to be considered. OR The Bidder should haveexperience of implementing Two IT/ICT projects in India minimum order value shall be 12 Cr. Multiple orders for a single client to be considered
Page 7 of 28
OR
The Bidder should haveexperience of implementing Three IT/ICT projects in India minimum order value shall be 10 Cr. Multiple orders for a single client to be considered.
43
Tender Document Reference (volume 1/Clause 8.6,II,C/page 34)
The Bidder should have experience of implementation 1 (One) CCC solution integrated with three subsystem like GPS / CCTV /RFID/any other sensor in last 3 Years - 10 Marks.
As per our understanding the all ongoing projects can be considered for Technical evaluation, irrespective of date of purchase order (3 years or 5 years). Kindly confirm our understanding.
The Bidder should have experience of implementation 1 (One) CCC solution integrated with three subsystem like GPS / CCTV /RFID/any other sensor in last 5 Years. Project under O&M period will be considerd with certificate from client.
44
Tender Document Reference (volume 1/Clause 8.6,II,C/page 34)
As all the other parameters asked for purchase orders in last 5 years hence we request to consider the 5 years, ongoing project for parameter 2 also of technical evaluation matrix. Kindly confirm.
5 Years for Technical eveluation
Page 8 of 28
45
Tender Document Reference (volume 1/Clause 3, 7 /page 10)
Request for proposal data sheet We request you to extend the last submission date at least by 15 days, considering the huge scope of project.
Last date and time (deadline) for receipt of proposals (technical and commercial) in response to tender notice along with tender fee and EMD: 31-12-2018 13:30 HRS
2
Who will provide the Servers ? Where will they be hosted ?
Kindly Clarify on the data centre and the infrastructure that will be provided to eligible bidder
Servers are in Bidders Scope, Server Room under Customer Scope
6 What kind of infrastructure will be provided
for setting up of servers like AC, racks, room ets
Please provide relevnt details
Server Room under Customer scope, other items are in bidders' scope
11
Volume 2 / 4.16 Access Layer IT Switch - 24 Port
- Sr. No. 7. Standards & Compliance
(Switch Should support all
the mentioned Standards) /
Page - 45
IEEE 802.3af, IEEE 802.3at
Pls confirm whether all switches should be PoE & PoE+ as 802.3af is standard for PoE and 802.3at is standard for PoE+. If not needed then pls remove these standards from specifications
Bidder may consider POE/POE+ as per requirement
12
Volume 2 / 4.17 Access Layer IT Switch - 48 Port
- Sr. No. 7. Standards & Compliance
(Switch Should support all
the mentioned
IEEE 802.3af, IEEE 802.3at
Pls confirm whether all switches should be PoE & PoE+ as 802.3af is standard for PoE and 802.3at is standard for PoE+. If not needed then pls remove these standards from specifications
Bidder may consider POE/POE+ as per requirement
Page 9 of 28
Standards) /
Page - 47
13
Volume 3 / 1.10 IT and Plant
Network Management -
BoQ for Distribution
Layer IT and OT Network / Page
- 7
BOQ FOR ACCESS LAYER – IT NETWORK
In entire Network BoQ, Network Management Software is not included to manage entire network. We assume that Banas Dairy already has deployed NMS tool. If not then we suggest to get this included in BoQ.
NMS to be proposed by Bidder, refer attached file for specification-prebid
14
Volume 3 / 1.10 IT and Plant
Network Management -
BoQ for Security / Page - 7
Identity Service Engine - Qty - 1
In specifications of Security Identity Service mentioned on Page 4.22 Sr. No. 6 of Volume 2 it is mentioned 'Proposed solution should include two or more appliances to be configured in High Availability'. However in BoQ Qty is mentioned 1 no. Pls clarify whether qty should be considered as per BoQ or as per specs
consider as per specification, HA required, Quantity shall be 02
15
Volume 3 / 1.11 Network
implementation / Page - 7
Network Passive BoQ
We assume that Banas Dairy will allow bidders to quote components from any standard OEM those who adhere to structured cabling standards for network passive Infra . Pls suggest
As per best practise of Network Design and from Standard Network Compnent OEM
Page 10 of 28
16
Volume 2/ Technical Specification
Page no. 36
Technical Specification
We assume that below components need to be considered as per general industry standards and as per requirement 1. UHF RFID Handheld Reader 2. UHF RFID Reader and Writer (R/W) 3. Video Wall (2*2) 4. Public Announcement System 5. Laser Printer 6. Scanner 7. Smoke Detector System 8. Access Control System (RFID/Proximity based) 9. Indoor CCTV Camera Please suggest .
refer attached file for specification-prebid
19
Volume 2, 4.11 - Database Specification, 4.12 - Application Server, 4.13 - Database Server, page 42
It is recommended to go for Hyperconverged Architecture (HCI) for application/database servers with buit in high availability features. Hyperconvergence is an IT framework that combines storage, computing and networking into a single system in an effort to reduce data center complexity and increase scalability. HCI solution will provide better flexibility in scaling, centralized management and more optimization on technical & commercial aspects.
Bidder to offer current technology, (product with end of life annocement shall not be offered)
Page 11 of 28
20
Volume 2, 4.15 - INDUSTRIAL ETHERNET SWITCH – ACCESS LAYER (OT), page 42
The switch should provide 12 port 10/100 Mbps ports for downlink and switch should additionally have 2 GE SFP uplinks. Should be proposed with ruggedized transceivers as per SI solution.
It is recommended to have atleast 4 SFP ports per switch. 2 SFP ports will be consumed for ring connectivity and an extra SFP port may be required for connecting a switch or any other device over fiber. Hence request you to modify the clause as follows for better scalability : "The switch should provide 12 port 10/100 Mbps ports for downlink and switch should additionally have 4 GE SFP uplinks. Should be proposed with ruggedized transceivers as per SI solution."
requirement of 4SFP will be as per solution offering
21
Volume 2, 4.15 - INDUSTRIAL ETHERNET SWITCH – ACCESS LAYER (OT), page 43
ATEX certification, UL/cUL Class I Division 2 Groups A/B/C/D
Request you to modify this clause as : "ATEX certification, UL/cUL Class I Division 2 Groups A/B/C/D or UL/CSA 60950-1"
ATEX certification, UL/cUL Class I Division 2 Groups A/B/C/D or UL/CSA 60950- 1
22
Volume 2, 4.15 - INDUSTRIAL ETHERNET SWITCH – ACCESS LAYER (OT), page 43
Switch should support ARP spoofing, DHCP snooping, DHCP Option 82, Dynamic ARP Inspection (DAI), or equivalent
MACsec is the IEEE 802.1AE standard for providing strong cryptographic protection at Layer 2. MACsec provides secure (encryption and authentication) MAC Service on a frame-by-frame basis. MACsec provides secure communications between stations that are attached to the same LAN. Hence it is recommended that the proposed switches support IEEE 802.1AE for better security. Request you to modify the clause as follows : "Switch should support ARP spoofing, DHCP snooping, DHCP Option 82, Dynamic ARP Inspection (DAI) or equivalent, IEEE 802.1AE"
Switch should support ARP spoofing, DHCP snooping, DHCP Option 82, Dynamic ARP Inspection (DAI) or equivalent, IEEE 802.1AE
Page 12 of 28
23
Volume 2, 4.16 - ACCESS LAYER IT SWITCH - 24 PORTS), page 44
The Switch should have at least 24 10/100/1000 RJ-45 ports with Line Rate for 64byte Packets with additional 2 x 1G SFP uplinks Ports
It is recommended to have atleast 4 SFP uplink ports per switch. 2 SFP ports will be consumed for ring/uplink connectivity and an extra SFP port may be required for connecting a switch or any other device over fiber. Hence request you to modify the clause as follows for better scalability : "The Switch should have at least 24 10/100/1000 RJ-45 ports with Line Rate for 64byte Packets with additional 4 x 1G SFP uplinks Ports."
requirement of 4SFP will be as per solution offering
24
Volume 2, 4.16 - ACCESS LAYER IT SWITCH - 24 PORTS), page 45
The Switch should be capable of Queuing, Policing, Shaping and marking Traffic based on Class of Service (CoS) or DSCP. (Found in HP, not in dell)
Request you to modify the clause as : "The Switch should be capable of Queuing, Policing, Shaping and marking Traffic based on Class of Service (CoS) or DSCP."
The Switch should be capable of Queuing, Policing, Shaping and marking Traffic based on Class of Service (CoS) or DSCP
26
Volume 2, 4.16 - ACCESS LAYER IT SWITCH - 24 PORTS), page 45
Switch should be IPv6 logo ready certified from day 1
Request you to modify the clause as follows for wider participation of OEMs: "Switch should be IPv6 logo ready certified/IPv6 Ready from day 1"
Optional
28
Volume 2, 4.16 - ACCESS LAYER IT SWITCH - 24 PORTS), page 45
IEEE 802.1x, IEEE 802.3ad, IEEE 802.3af, IEEE 802.3at, IEEE 802.3x full duplex on 10BASE- T, 100BASE-TX, and 1000BASE-T ports, IEEE 802.3 10BASE-T specification, IEEE 802.3u 100BASE-TX specification, IEEE 802.3ab 1000BASE-T specification, IEEE 802.3z 1000BASE-X specification,
Please confirm if IEEE 802.3af, IEEE 802.3at support is required?
Optional
Page 13 of 28
29
Volume 2, 4.17 - ACCESS LAYER IT SWITCH - 48 PORTS, page 47
IEEE 802.1x, IEEE 802.3ad, IEEE 802.3af, IEEE 802.3at, IEEE 802.3x full duplex on 10BASE- T, 100BASE-TX, and 1000BASE-T ports, IEEE 802.3 10BASE-T specification, IEEE 802.3u 100BASE-TX specification, IEEE 802.3ab 1000BASE-T specification, IEEE 802.3z 1000BASE-X specification,
Please confirm if IEEE 802.3af, IEEE 802.3at support is required?
Optional
31
Volume 2, 4.17 - ACCESS LAYER IT SWITCH - 48 PORTS, page 47
Switch should be IPv6 logo ready certified from day 1
Request you to modify the clause as follows for wider participation of OEMs: "Switch should be IPv6 logo ready certified/IPv6 Ready from day 1"
Optional
33
Volume 2, 4.17 - ACCESS LAYER IT SWITCH - 48 PORTS, page 46
The Switch should be capable of Queuing, Policing, Shaping and marking Traffic based on Class of Service (CoS) or DSCP. (Found in HP, not in dell)
Request you to modify the clause as : "The Switch should be capable of Queuing, Policing, Shaping and marking Traffic based on Class of Service (CoS) or DSCP."
The Switch should be capable of Queuing, Policing, Shaping and marking Traffic based on Class of Service (CoS) or DSCP
34
Volume 3, 1.10 IT and Plant Network Management - Page 6
Distribution Switch The specifications for Distribution Switch are missing in the RFP. Request you to provide the same.
refer attached file for specification-prebid
35
Volume 2,4.18 CORE SWITCH, page 49
The Switch should have Common Criteria EAL4 or NDPP certified and IPv6 Logo
Request you to modify the clause as follows for wider participation of OEMs: "The Switch should have Common Criteria EAL4 or NDPP certified and IPv6 Logo/IPv6 ready from day 1"
Optional
36
Volume no-1/ Network Material J,Point No 10/ page 69
40 MM HDPE PIPE (In Meter)
Whether the quantity of 4000 units is conformed or needs correction? It should be 40000 as per our understanding. Please clarify.
Bidder to do site survey, Quantity mentioned are indicattive
Page 14 of 28
37
Volume No -2 / 3.9/ 32
MILK TRANSPORTATION TANKER SAFETY (WITHIN / OUTSIDE GUJARAT)
Such solutions have no proven implementation in India and the OEM for such solutions are mainly from abroad. Hence requesting you to share the preferred make for the item so that bidders can procure from the same.
Not in Scope
38
Volume 2 / 4.3 / page 37
Video compression : H.265, H.264, MJPEG
As the latest technology of H.265, H.265+ is available now a days and MJPEG is very old technology so request to keep it optional or remove it.
H.265, H.264 are must
39
Volume 2/4.20/Point 7/Page number 50
Must support 4X4 multiple-input multiple- output (MIMO) with Two spatial streams
If 4x4 then physical rate 1733Mbps on 5GHz
As per Tender, higher will be prefered
40
Volume 2/4.20/Point 10/Page number 50
Must support the physical rate of 850 Mbps on 5GHz radios
If 4x4 then physical rate 1733Mbps on 5GHz
As per Tender, higher will be prefered
41
Volume 2/4.21/Point 2/Page number 51
Must support 3x3 multiple-input multiple- output (MIMO) with three spatial streams
Data rate should be 1366Mbps on 5GHz.
As per Tender, higher will be prefered
42
Volume 2/4.21/Point 2/Page number 51
Must support data rates up to 300 Mbps on 5Ghz radio.
Data rate should be 1366Mbps on 5GHz.
As per Tender, higher will be prefered
46
Tender Document Reference (volume 2/Clause 4,4.5, 19/page 39)
Internal active antenna Provision to mount external active antenna (hardware re- configuration required)
Provision for external antenna must be removed as the external antenna is prone to tampering, so we request you to remove this parameter.
As per Tender
Page 15 of 28
47
Tender Document Reference (volume 2/Clause 4,4.5, 22/page 39)
Storage : 50000 data records (assuming 128 byte/record) – 128 Mbits Default configuration 4 Mbits
we request you to modify the data records capacity to 30000 to 40000 data records as there are other event data also needs to be stored on default memory.
As per Tender
48
With change/clarification of prebid related to Pre- Qualification, Submission date, same will affect relevant clause of tender.
UHF RFID Reader and Writer
Material Specification
Sr. No Parameter Description
1 Antenna Integrated/External antenna
2 Frequency range 865-867 MHz supported : EPC Global Class I Gen2
3 Nominal read range 2 cm to 1 meters 4 Nominal write range 2 cm to 1 meters 5 RFID Reader Protocol Support ISO 18000-6C
6 Communication Interface / Protocol USB or TCP/IP
7 Protocol TCP / IP support to connect to the Ports LAN
8 Data rate Should support 10/100 Mbps
Page 16 of 28
UHF RFID Handheld Terminal
Sr. No. Parameter Specification 1 Frequency 865 MHZ to 867 MHZ 2 Communication Ethernet , Wi-Fi, USB,GPRS 3 Data Capture Options RFID, 1-D laser scanner and 2-D imager
4
Reading distance
The read range shall be adequate to read tags affixed on relevant types/classes of vehicles with the user / operator standing on ground at a reasonable distance
5 Antenna Circularly Polarized or Linear Polarised 6 Protocol EPC Gen 2, ISO 18000-6C and shall comply with the general
conformance requirements of the standard 7 Input 48-key Alpha-Numeric; 28-key Numeric 8 Output 3 in. QVGA color display (320 x 320) touchscreen with backlight 9 Memory 256MB RAM/1GB Flash as shipped, user expandable 10 Environmental IP54; Meets and exceeds MIL-STD 810F 11 Relative Humidity 5-95% non-condensing 12 Operating Temperature -10°C to 50°C 13 Storage Temperature -30°C to 70°C 14 Battery Li-Ion 4,800 mAh @ 3.7Vdc (2X Battery only) 15 Weight Max 1 KG
P.A. System
Sr. No.
Parameter
Technical Specification
1
PAS system Should have the capability to control individual PAS i.e. to make an announcement at select location (1:1) and all locations (1: many) simultaneously. The PAS should also support both, Live and Recorded inputs
2 Speaker Minimum 2 speakers, To be used for Public Address System
3 Connectivity IP Based
Page 17 of 28
4
Access Control Access control mechanism would be also required to establish so that the usage is regulated.
5 Integration With VMS and Command and Control Center
6 Construction Cast Iron Foundation and M.S. Pole, Sturdy Body for equipment
7 Battery Internal Battery with different charging options (Solar/Mains)
8 Power Automatic on/off operation 9 Casing IP-55 rated for housing 10 Operating conditions 0° to 50°C
Distribution Switch
Sr.
NO. Minimum Requirement Specification
1 Switch should have minimum 24 no. of 1/10G SFP/SFP+ ports from Day1 2 Should have 16 GB RAM and 16 GB Flash 3 Switching system shall have minimum 150 Gbps of switching fabric and minimum 250 Mpps of
forwarding rate.
4 Switch should support stacking. When stacked the switch should be able to present itself as one logical switch.
6 Switching system shall have minimum 16K MAC Addresses and 2K Vlan Ids
7 Switch should support minimum 8K ACLs, 8K Multicast and 16K IPv4, 8K IPv6 Routes..
8 Should support IEEE Standards of Ethernet: IEEE 802.1D, 802.1s, 802.1w, 802.1x, 802.3ad,
802.1ae (Min 128-bit AES), 802.3x, 802.1p, 802.1Q.
9 Should have static routing, OSPF, OSPFv3, BGP, VRRP, VRF (Virtual routing and forwarding),
IGMP v1/v2/v3, PIM and multicast routing.
Page 18 of 28
10 Shall have 802.1p class of service, marking, classification, policing and shaping.
11 Switch should support management features like SSHv2, SNMPv2c, SNMPv3, IGMP, Netconf/YANG.
12 Switch should support port security, DHCP snooping, Spanning tree root guard, First Hop Security.
13 IPv6 support in hardware, providing wire rate forwarding for IPv6 network
14 Should support 802.1x authentication and accounting, IPv4 and IPv6 ACLs and Dynamic VLAN assignment.
15 Four egress queues per port for different types. 18 Switch shall conform to UL 60950 /IEC 60950 /CSA 60950 /EN 60950 Standards 19 EAL3/NDPP certification is preferable
Video Wall
Sr. No Specification
1 Configuration: 2 X 2 LED industrial grade Video wall
2 Panel Size: 46‟ Diagonal 3 Panel Type: D-LED DID 4 Resolution: 1920 X 1080 FHD 5 Contrast: Min. 4000:1 6 Brightness: 500 cd/m2 7 5 mm Narrow Bezel 8 Viewing Angle: (H/V) 178/178 9 Response Time: 12 ms
10 Working Voltage: 100V-240V AC, 60/50 Hz
11 Signal Interface -Input: HDMI/ VGA/BNC/ RS232/YBPR
Page 19 of 28
12 Signal Interface –Output:
BNC/RS232
13 Accessories: Wall mount/Standing Structure with Matrix/Multi-output controller
14 Screen Controller Matrix
Laser Printer (with Scanner)
Sr. No Parameter 1 Print – Minimum 18 ppm for A4 size
2 Auto Duplex Printing
3 Scan – 600*600 dpi optical resolution 4 USB connectivity 5 Input Tray : Min 50 A4 sheets capacity
6 OS Compatibility : Windows, Linux
NMS (Network Management Software)
Sr. N0. Parameters Minimum Requirement Specification
1 Administration and Security
2
Administration & Security
NMS should have the ability to establish function-level, role-based permissions (e.g., who can use what functions of the product)
3 The Management System shall support LDAP/AD integration for the user authentication.
4
The Management System shall allow role based authorization with different rights and views assigned to these roles.
Page 20 of 28
5 NMS should support user based roles with different management privileges.
6 RADIUS /TACACS+ authentication is preferable. Alarms/Event Management
1
Alarms/Event Management
NMS should have a centralized, robust switch Syslog management with filtering capability by severity, facility and device IP address.
2 NMS should support Display events and generate alarms.
3 NMS should support Detailed reporting including events and alarms, inventory and outages.
4 Must support customizable performance and interface thresholds alert management
5 Must support and provide alarm notification alert through console, e-mail alert.
6 NMS should provide fault suppression.
7
It should be possible to acknowledge multiple alarms. The timestamp and the user who acknowledged the alarm should be stored in the Management System.
8 The Management System shall be able to categorize alarms, into different severity levels
9 Event history: Event shall be stored with timestamps
API Support
1
API Support
NMS should support Inbound/Outbound Application Programming Interfaces (API's). This could be your own API or 3rd Party integration API's.
2
Northbound and Southbound Interfaces, The Management System shall be able to forward alarms to other systems.
Architecture
Page 21 of 28
1
Architecture
NMS should be available as a hardware or virtual appliance. Bidder should quote necessary server/ appliance as per OEM best practice.
2
The system supports hierarchical deployment where each software system at its own level can run independently, execute permissions separately, and have local portal and collection servers.
3
The system supports integrated management of network devices, hosts. Besides, it can analyze and manage interactions between IT resources, and support a unified monitoring policy, unified alarm policy and view management.
4 The system can provide a one-page summary view of business operation.
5 The Management System shall support local database.
Change and Compliance Management
1
Change and Compliance
Management
NMS should have networking best practices to proactively identify suboptimal configuration settings such as port duplex mismatch, VLAN, IPSLA, QoS, PBR, misconfigurations, and others.
2
NMS should have built-in work flow processes to include Network Configuration Validation, Change Approval Process, and Configuration Deployment Process.
3
NMS product come with pre-defined, out-of-the-box compliance reports.
Page 22 of 28
4
NMS product should detect network device configuration changes (for example, changes to OS version, IP address, hostname, textual configuration files, and hardware, software and modeled (e.g., ACL, VLAN) configuration attributes) for devices in inventory.
5
NMS should have the ability to log configuration changes and who made them.
Configuration Management
1
Configuration Management
Must support device configuration backup and restore feature
2
Must support device configuration comparison feature between two specified configures, and the configuration changes will be highlighted in different color.
3
NMS should have the ability to compare configuration versions using a side-by-side, split- screen display to highlight differences between current captured configuration
4 NMS tool should have the ability to highlight differences in textual configuration files.
5
NMS should have the ability to update individual configuration attributes (rather than uploading entire configuration files to update one attribute)
6
NMS should have the ability to perform changes with a list of command lines (e.g., cut-and- paste CLI commands).
Discovery
1 Discovery Must support discovery of devices through route table, arp table and network number.
Page 23 of 28
2
Provide an estimate of how quickly your Network Configuration & Change Management(NCCM) platform can be up and operational? (i.e. installed configured, fully discovered all devices and able to retrieve and push changes)
3 NMS should support discovery on IPv4.
4
The Management System should be able to automatically discover the network elements as well as their current status and status change with no manual intervention using Different MIBs
5
The Management System should be able to automatically discover the network elements as well as their current status and status change with no manual intervention.
Group Management
1 Group Management
NMS should support Device management capability using device groups
2 Device Grouping Flexibility Inventory Management
1
Inventory Management
NMS product should support push/pull update software on network devices.
2 NMS should provide Interface inventory, display switch ports and connected device’s IP addresses.
3
NMS should support Device inventory displaying detailed hardware components of all managed devices
4 Must support VLAN management Monitoring
1
Monitoring The system has a default monitoring policy. The system provides a recommended monitoring policy, which can be modified as required.
Page 24 of 28
2
The system supports replication of policies and applies replicated policies to other monitored objects to improve the deployment efficiency.
3
The system supports formulation of resource policies in batches, that is, the system can add objects with the same monitoring policy in batches.
4 Be able to collect data about bandwidth utilization, store it and present it via GUI.
5
NMS should have a summary page that shows the number of devices, links, interfaces, license used/available status, and device collection status.
Network Visualization
1
Network Topology
The system sets filtering conditions for creating sub topologies of layer 2 and layer 3 topologies and supports importing layer 2 and layer 3 topologies.
2 The system supports topology customization using devices and pictures provided by the system.
3
The system supports nodes to be deployed using icons or symbols of devices. These icons and symbols are also available for resources and sub networks.
4 Able to add and change backgrounds to have better visual effect
Performance Management
1
Performance
The system supports component extensions such as traffic analysis, log monitoring, and script monitoring to facilitate integrated monitoring of the operation and maintenance of IT resources.
2 The system supports the NetFlow and IPFIX protocols by using Flow technologies.
3
The system supports viewing traffic based on multiple dimensions, such as applications, sources, purposes, and sessions.
Page 25 of 28
4
The system provides traffic flow direction analysis, monitors TCP sessions, and provides the matrix view for TCP sessions to present the statistics for traffic of all network nodes and sessions.
5 Must support historical port utilization and performance report for up to last 180 days
6
User-defined index such as the real-time connection and traffic of the network adapter, and the packet loss rate, utilization, and transmission rate of the network port.
7 Should map call flows through the network to pinpoint problem areas.
8
IP SLA data collection & processing : The Management System shall be able to collect IP SLA data from probes and store them and furthermore processing and presentation
9 Delay: The Management System shall be able to monitor delay via IP sla or probe
10 Latency : The Management System shall be able to monitor latency via IP sla or probe
Provisioning / Template Management
1
Provisioning / Template Management
NMS should Support configuration device templates and should be able to push the templates to device groups.
2 NMS should support workflow based configuration templates.
3
The Management System shall be able to apply templates to network elements groups with predefined alarm element, thresholds etc.
Reporting
Page 26 of 28
1
Reporting
The system should have various built-in report templates of multiple dimensions and angles, including resource report templates, analysis report templates, trend report templates, TOP N report templates, and fault report templates.
2
The system must support creation, modification, deletion, online viewing, import, export, periodical generation of reports.
3 Should support update or define new reports.
4 Show a variety of at least 20 reports with brief descriptions; ensure items below are represented:
5 i. Show variety of “hours of operation” reporting/alerting; 6am-6pm, etc.
6 ii. Detail the flexibility of designing custom reports.
7 iii. What granularity options are there for reports; minute, hourly, daily, weekly, etc.
8 iv. Combine In and Out data for Utilization, conversations, applications etc.
9 viii. TopN reports; highest utilization, worst errors, most discards, etc.
10 Should have data export/viewing capabilities (PDF,CSV)
11 NMS should support each user to create their own custom report/view templates.
Wireless
1
Wireless
Management System should have troubleshooting tools for Wireless devices
2 NMS should support Location Accuracy tools
3 NMS should support Migration analysis for wireless controllers
4 NMS must support RF Profiles 5 NMS should support XML
Page 27 of 28
6 Product must have a coverage planning tool 7 Product must support Choke points and RFID Tags
8 Product should support audit and compliance of configuration templates deployed on controller
9 NMS should be able to monitoring interferences within network
APPROVE MAKE LIST
Equipment Make UHF RFID Reader Honeywell/Zebra/ Intermac/ Impinj or equivalent
UHF RFID Handheld Terminal Honeywell/Zebra/ Intermac/ Impinj or equivalent UHF RFID Reader & Writer Honeywell/Zebra/ Intermac/ Impinj or equivalent
GPS Device Meitrack/Accord/ Autocop/ PrimeEdge/ Concox/Omnicomm or equivalent Cameras Axis/Sony/Panasonic/LG/Honeywell/Samsung/Bosch/Pelco
Video Management software / NVR Axis/Sony/Panasonic/LG/Honeywell/Samsung/Bosch/Pelco/ Milestone/Icatcher/NUUO/Genetec
PC/ Work stations / Server / NAS HP/Dell/Lenovo LED TV/Monitor/Display Sony/ LG / Panasonic/Samsung
Power Cable LAPP/Polycab / Havells CAT-6, Fibre cable, Patch Cord Molex/Finolex/ Digilink/ Dlink/TYCO
Network Switches (Managed, POE & Managed)/NMS Cisco/HP/Dell/WhatsappGold/ManageEngine/Solarwind Network Accessories (passive) Digilink/Molex/Dlink
UPS APC/ETON/NUMERIC/EMERSON-VERIV/HITACHI HDPEPipe Durton/Supreme, 32 mm and 10KG/cm2 with ISI mark
Other ISI mark, as per Industry standard
Page 28 of 28
Location List & Manpower
Sr. No Location Technical Manpower after go-live 1 Palanpur (to cover Gujarat and Rajasthan) Manpower 3 * shift 3 = Total 9
2 Faridabad (to cover NCR and Northern/Eastern UP) Manpower 1 * shift 3 = Total 3
3 Kanpur Dehat (to cover Central/Western/Southern UP) Manpower 1 * shift 3 = Total 3
4 Lucknow (to cover Central/Western/Southern UP) Manpower 1 * shift 3 = Total 3