Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of...
Transcript of Puducherry e-Governance SocietyRequest for Proposal for Supply, Installation and commissioning of...
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
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
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
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.
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.
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
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
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
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
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
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
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.
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.
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
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,
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,
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
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.
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
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
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
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.
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.
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.
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.
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.
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.
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.
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
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
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.
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
______________________
______________________
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.
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.
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,
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
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
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: ___________________________________________
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.
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.
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
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 ***