E-tender for procurement of hardwares and amp_ software for hyd_ ...

19
GOVERNMENT OF INDIA MINISTRY OF MINES INDIAN BUREAU OF MINES INDIRA BHAVAN, CIVIL LINES NAGPUR-440 001 FAX No. : (0712) 2565333 PH No. : (0712) 2534469 E-MAIL : [email protected] Website : www.ibm.gov.in No . 430(31)/2016-17/sto Dated : 06-12-2016 E-PROCUREMENT NOTICE INVITING E-TENDER (NIT) Online e-tender are invited on behalf of President of India from reputed Manufacturers /suppliers / Distributers/ Agents/ Partners etc. in TWO BID System under e-procurement of the following stores through Central Public Procurement Portal CPPP) i.e. http://www.eprocure.gov.in for use in Indian Bureau Of Mines, Civil Lines, Nagpur: Sub: PROCUREMENT OF HARDWARES AND SOFTWARES FOR SETTING UP OF REMOTE SENSING LABORATORY AT INDIAN BUREAU OF MINES HYDERABAD Tender Enquiry No & date 430(31)/2016-17/sto dt 06-12-2016 Start date & Time of Submission of Online Bids 07-12-2016 ( 13:00 Hrs) Last date & Time of Submission of Online Bids 02-01-2017 ( 15:00 Hrs) Date & Time of Opening of e-Tender online 03-01-2017 ( 15:00 Hrs) BID SECURITY/EMD (by way of Demand Draft/ BG/Fixed deposit) Rs 10.00 Lakh (Rupees Ten Lakh Only) As per tender document. ( If due to any exigency, the due date of opening of bids is declared as a closed holiday, the bids will be opened on the next working day at the same time or any other day/time, as intimated by the buyer) Note: For any Corrigendum /addendum please be in touch with IBM portal as well CPP Portal. The invitation of e-tender is subject to fulfilment of instructions and conditions as per schedules below: Section 1 Instruction to Bidders for e-submission of bids online Section 2 Norms for Submission of Bid Security Deposit Section 3 Performance Security Section 4 Terms & Conditions of Contract Section 5 Other Terms & Conditions Section 6 Schedule of Requirements (With Technical Specifications) Annexure I Format of Bank Guarantee for Bid Security. Annexure II Undertaking by the Tenderer Annexure III Information about the Tenderer Annexure IV PFMS of the Bidder Registration form Annexure V Un-price Bid (mandatory) The interested bidders are requested to enroll on the e-procurement module of the Central Public Procurement (CPP) portal (URL:http://eprocure.gov.in/ eprocure/) by clicking on the link “Click here to Enroll”. Enrolment on the CPP portal is free of charge. The entire tender document is also available at our website www.ibm.gov.in. Yours faithfully, (Ravinder Kumar) Asstt. Stores Officer Encl: As above for Controller General

Transcript of E-tender for procurement of hardwares and amp_ software for hyd_ ...

Page 1: E-tender for procurement of hardwares and amp_ software for hyd_ ...

GOVERNMENT OF INDIA

MINISTRY OF MINES INDIAN BUREAU OF MINES

INDIRA BHAVAN, CIVIL LINES

NAGPUR-440 001

FAX No. : (0712) 2565333

PH No. : (0712) 2534469

E-MAIL : [email protected]

Website : www.ibm.gov.in No . 430(31)/2016-17/sto Dated : 06-12-2016

E-PROCUREMENT

NOTICE INVITING E-TENDER (NIT)

Online e-tender are invited on behalf of President of India from reputed Manufacturers /suppliers /

Distributers/ Agents/ Partners etc. in TWO BID System under e-procurement of the following stores

through Central Public Procurement Portal CPPP) i.e. http://www.eprocure.gov.in for use in Indian

Bureau Of Mines, Civil Lines, Nagpur:

Sub: PROCUREMENT OF HARDWARES AND SOFTWARES FOR SETTING UP OF REMOTE

SENSING LABORATORY AT INDIAN BUREAU OF MINES HYDERABAD

Tender Enquiry No & date 430(31)/2016-17/sto dt 06-12-2016

Start date & Time of Submission of Online Bids 07-12-2016 ( 13:00 Hrs)

Last date & Time of Submission of Online Bids 02-01-2017 ( 15:00 Hrs)

Date & Time of Opening of e-Tender online 03-01-2017 ( 15:00 Hrs)

BID SECURITY/EMD

(by way of Demand Draft/ BG/Fixed deposit)

Rs 10.00 Lakh (Rupees Ten Lakh Only)

As per tender document.

( If due to any exigency, the due date of opening of bids is declared as a closed holiday, the bids will be

opened on the next working day at the same time or any other day/time, as intimated by the buyer)

Note: For any Corrigendum /addendum please be in touch with IBM portal as well CPP Portal.

The invitation of e-tender is subject to fulfilment of instructions and conditions as per schedules below:

Section – 1 Instruction to Bidders for e-submission of bids online

Section – 2 Norms for Submission of Bid Security Deposit

Section – 3 Performance Security

Section – 4 Terms & Conditions of Contract

Section – 5 Other Terms & Conditions

Section – 6 Schedule of Requirements (With Technical Specifications)

Annexure – I Format of Bank Guarantee for Bid Security.

Annexure – II Undertaking by the Tenderer

Annexure – III Information about the Tenderer

Annexure – IV PFMS of the Bidder Registration form

Annexure – V Un-price Bid (mandatory)

The interested bidders are requested to enroll on the e-procurement module of the Central Public Procurement (CPP) portal (URL:http://eprocure.gov.in/ eprocure/) by clicking on the link “Click here to Enroll”. Enrolment on the CPP portal is free of charge. The entire tender document is also available at our website www.ibm.gov.in.

Yours faithfully,

(Ravinder Kumar) Asstt. Stores Officer

Encl: As above for Controller General

Page 2: E-tender for procurement of hardwares and amp_ software for hyd_ ...

GOVERNMENT OF INDIA

MINISTRY OF MINES

INDIAN BUREAU OF MINES

STORES SECTION

SECTION–1

Instruction to Bidders for the e-submission of the bids online through e-tender site

(www.eprocure.gov.in) of M/s National Informatics Center (NIC) UNDER TWO BID SYSTEM

1. It is preferred that bidder should submit the Bids through only e-procurement portal

(www.eprocure.gov.in). The e-tender will be opened at the office address:

Assistant Stores Officer

Indian Bureau of Mines

4th Floor, A Block,

Indira Bhavan, Civil Lines,

Nagpur-440001

2. The complete tender in PDF format can be downloaded from the website http://eprocure.gov.in or

www.ibm.gov.in. The bidders who are desirous of participating in e-procurement shall submit their

Technical bids, commercial bids (BOQ) etc. in the standard formats prescribed in the Tender/Technical

documents, displayed at www.eprocure.gov.in. The bidders should upload the scanned copies of all

relevant certificates; documents etc. on www.eprocure.gov.in in support of their Technical

bids/Commercial bids for technical qualification and fill the BOQ document in the website for Finance

bid/ Price bid. The following documents are required to be submitted along with bids.

The Tender is to be submitted through e-procurement portal (www.eprocure.gov.in). No

Tenders will be accepted other than CPP Portal.

3. Bidder should do the registration in the tender site http://eprocure.gov.in/eprocure/app using the

option available (online bidder enrolment). Then the Digital Signature registration has to be done with

the e-token, after logging into the site. The e-token may be obtained from one of the authorized

Certifying Authorities.

4. Bidder then need to login to the site through their user ID / password chosen during registration.

5. The e-token that is registered should be used by the bidder only and should ensure safety of the same.

6. If there are any clarifications, this may be obtained online through the tender site, or through the

contact details. Bidders should take into account the Corrigendum published before submitting the bids

online.

7. The bidder has to submit the tender document online well in advance before the prescribed time to

avoid any delay or problem during the submission process.

Signing of Tender: The bidder should download the Notice Inviting Tender (NIT) and again upload at

the time of submission of tender after verification and signing with his DSC. The bidders should sign

the under taking letter as per Annexure enclosed and upload the scanned copy of the same with NIT.

8. The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the

difficulties faced during the submission of bids online by the bidders.

9. The tendering system will give a successful bid updating message after uploading all the bid

documents submitted and then a bid summary will be shown with the bid number, date and time of

submission of the bid with all other relevant details. The documents submitted by the bidders will be

digitally signed using the e-token of the bidder and then submitted.

10. Bidder should log into the site well in advance for bid submission so that he submits the bid in time,

i.e., on or before the bid submission end time. If there is any delay, due to other issues, bidder only is

responsible.

11. The time settings fixed in the server side and displayed at the top of the tender site, will be valid for

all actions of requesting, bid submission, bid opening etc., in the e-tender system. The bidders should

follow this time during bid submission.

Page 3: E-tender for procurement of hardwares and amp_ software for hyd_ ...

12. The bidder is requested to submit the bids through online e-tendering system to the NIC portal well

before the bid submission end date & time (as per Server system clock).

13. Bidder should ensure that prices should not be indicated anywhere in the un-priced part. The prices

should be indicated only in the price bid (BOQ) nowhere else.

14. Bidders to note that the very act of using DSC for downloading the bids and uploading their offers

shall be deemed to be a confirmation that they have read all sections of the pages of the bid document

including General Conditions of Contract without any exception and have understood the entire tender

document and are clear about the requirements of the tender requirements.

15. The PRICE BID (BOQ) has to be submitted as per the format.

The bidders are invariably required to quote in INR for all the items of the tender. Rates shall be quoted

for all the items given in the BOQ. Incomplete offer shall be summarily rejected.

16. Validity of Tender - The offer should remain valid for 180 Days (Six months) from the date of

opening of tender and that should be clearly mentioned in the bid, failing which the bid will be rejected.

If required the validity of the tender has to be extended by the bidders to finish the tendering process.

17. On the day of Tender opening only Techno-commercial Bid (Technical Bids) will be opened and

the Price/ Commercial bid will be opened on later date for the technically qualified bidders only.

16). The bid security will be returned to the all unsuccessful bidders after finalization of the tender.

17). The CG,IBM reserves the right to accept or reject any tender/ bid in part or parts only with such

conditions as it may be prescribed.

18). Canvassing in any form by the bidder or by any other agency acting on behalf of the bidder

after submission of the bid, may disqualify the said bidder. The CG, IBM decision in this regard

should be final and binding on the bidders.

SECTION - 2 : EARNEST MONEY/BID SECURITY : The earnest money deposit of Rs.

10.00 LAC (Rupees TEN LAC Only) for each item should be deposit along with the offer in the form

of Account Payee Demand Draft or Bank guarantee from any of the Commercial Bank in an acceptable

form in favor of Pay and Account Officer, Indian Bureau of Mines, Nagpur payable at any Commercial

Bank should be accompanied with technical bid otherwise the offer may be treated as invalid. Earnest

money by way of Fixed Deposit receipt, Banker’s Cheque is also acceptable.

EARNEST MONEY DEPOSIT AMOUNT (Rs.) : The earnest money without interest will be

returned to the Un-successful Tenderer (s) within the validity period. Bid Security will be refunded to

the successful Bidder on receipt of Performance Security.

Tenderers who are registered with NSIC /DGS&D under single point registration

are exempted for bid security as per NSIC norms and limits registration of service/

stores as per Tender Schedules are exempted from cost of tender schedule, but

the firm has to submit the copy of valid registration certificate for availing

exemption for submission of Bid Security.

SECTION- 3: PERFORMANCE SECURITY : Performance Security for a period of one year

(12 months) from the date of receipt of the goods in the form of Account Payee Demand Draft, Fixed

Deposit Receipt from a Commercial Bank of repute in India , Bank guarantee from a Commercial Bank

of repute in India in the acceptance form for 10% of the basic cost of equipment should be furnished by

the successful bidder.

SECTION – 4: TERMS AND CONDITIONS OF CONTRACT:

1. The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be

submitted to the Asstt. Stores Officer, IBM, 4th

Floor, A Block, Indira Bhavan, Civil Lines, NAGPUR-

440001. The offer should be submitted separately for each item in two parts i.e. Technical Bid and

Commercial Bid.

Page 4: E-tender for procurement of hardwares and amp_ software for hyd_ ...

a) PRICE BID : The price bid should indicate the item wise prices along with taxes and

discount offer, packing forwarding, transit insurance, freight paid and door delivery

basis including handling/un-loading at Purchaser’s site separately. The Contract prices

shall also include excise duty, Sales tax, any other state or Central taxes and duties

applicable at the time of supply of goods and should be indicated separately in the offer

itself. The post warranty Annual Maintenance Contract charges should be quoted

separately. The Catalogue, technical literature should be enclosed along with tender.

(As per BOQ)

b) Technical Bid : Technical Bid should consist of –

i. All relevant information asked in the general conditions of contract and the specifications

proposed to be supplied.

ii. The infrastructure available at Nagpur for upkeep of the system during the contract period.

iii. Compliance statement in respect of Technical Specifications as per proforma attached.

iv. A list of minimum 3 clients, for similar products in and around Nagpur.

v. A list of minimum 3 clients for similar products is being maintained by them in and around

Nagpur.

vi. Catalogue, Technical literature should be enclosed along with Technical Bid.

vii. EMD to be place in the technical bid.

C) OCTROI : The Octroi exemption certificate will be issued by the Purchaser, as the

Government goods are exempted from payment of Octroi charges.

D) TRANSIT INSURANCE: The transit insurance for the goods arranged by the Vendor.

E) VALIDITY: The prices quoted must be firm during the tenure of the contract and the offer

must remain open for acceptance minimum up to 180 days (Six months) from the date of opening of the

tender. Offer with a validity of less than 180 days will be liable for rejection without any further

reference.

F) PERFORMANCE GUARANTEE : Performance Guarantee of twelve (12) months from the

date of receipt of the items should be specified without which the offers are liable to be rejected.

G) LATE OFFERS : Late/delayed offers, Telegraphic offers and incomplete offers are liable to

be rejected.

2. TERMS OF PAYMENT: 100% payment within 30 days against the pre-receipted bill in

triplicate, after receipt of items in full and good condition, and after their installation/commissioning. E-

Payment shall be made to the Supplier through (ECS) Electronic Clearing System. Please note that the

payment will be released only after confirmation from the consignee that the items have been received

in safe and sound condition.

3. INSPECTION : After the material is received at Indian Bureau of Mines, it shall be inspected.

The purchaser shall have full power to reject all or any portion that he considered defective or inferior

in quality of material. Any portion of the contract work so rejected shall be immediately replaced by

the vendor at his expenses. If in the opinion of purchaser, the said materials can be rectified, the vendor

shall rectify at his own expenses and resubmit the rectified materials for inspection.

4. DESPATCH INSTRUCTION : The consignment should be dispatched on door delivery and

on freight paid basis to Regional Controller of Mines, Indian Bureau of Mines, Hyderabad as per

supply order. Un-loading/Handling and transferring consignment in storage shed of the purchaser will

be arranged by the supplier and not by the purchaser.

5. DELIVERY:-

i) The delivery date is the essence of the contract and suppliers shall, therefore, complete

the contract. Indian Bureau of Mines does not accept partial deliver of order.

ii) Should it appear likely that the execution of the contract work may be delayed for any

reasons beyond the control of the supplier; the supplier should obtain well in advance the

Page 5: E-tender for procurement of hardwares and amp_ software for hyd_ ...

concurrence of the purchaser in writing for extension of delivery date. However, this solely

depends upon the purchaser who has full authority to reject the request for extension of date.

6. LIQUIDATED DAMAGES: In case the supplier defaults in delivery, he should obtain the

approval well in advance in writing from the purchaser, if the purchaser has not accepted the extension

of delivery period the purchaser may forfeit the Performance Security. Also, the advance paid, if any,

against Bank guarantee will be recovered fully from their Banker. Purchaser reserves the right to claim

damages of 2% for delay in supply or defective or substandard goods supplied by the vendor even if the

goods were inspected by the purchaser, prior to receipt at site.

SECTION- 5: OTHER GENERAL TERMS AND CONDITIONS:

1. i) If the Tenderers are the authorized distributors of the Manufacturers, they are requested

to enclose Photostat copy of the letter of their manufacturer appointing them as authorized distributor

for marketing and supplying their product.

ii) The Tenderers should clearly state in their offer that they/their principles possess valid license

required under the Industrial Development and Regulation Act, 1961 wherever applicable and

necessary, for materials offered by them.

iii) Packing list must contain item wise list of contents of each package, case, crate etc. quantity

dispatched. Each package shall be numbered consecutively to indicate individual and total packing

i.e. 1 of 2, 2 of 2, etc.

iv) The registration of the firm viz. VAT/TIN/CENVAT No etc. may be mentioned in the

quotation otherwise quotation will not be considered.

2. All fax, telex, telegram messages from suppliers to purchaser shall be confirmed by registered

post.

3. Tenderers holding valid Industrial Licensee(s) under the Industrial Development and

Regulation Act, 1981, should furnish the particulars of Industrial Income Registration Certificate.

4. Each page of the offer is to be signed and stamped by the tenderer and prices should be

indicated in figures and words.

5. In case of conflict in interpreting the conditions of the documents forming part of this tender

enquiry, the decision of the purchaser shall be final and binding and accepted by the vendor.

6. All question, disputes or differences arising in connection with contract shall be subject to the

exclusive jurisdiction of the courts at Nagpur.

7. ARBITRATION JURISDICTION :- In case of any dispute between IBM and any bidder

regarding interpretation of ore exercise of any terms of these presents, the opinion of IBM shall prevail.

However, if any bidder is aggrieved by such decision, the dispute may be referred to any arbitrator

jointly, appointed by IBM and such applicant and the proceedings will be conducted in accordance with

the Provisions of Indian Arbitration and conciliation Act 1996. The award given in that proceeding shall

be final and abiding on both parties.

8. VENUE OF ARBITRATION :- Nagpur

9. FORCE MAJEURE :- Force majeure shall mean and be limited to the following –

A. Any war or possibilities

B. Any riot or civil commotion, natural physical disaster, impossibility of the use of any Railway

part, Airport, Shipping services or any other means of transport, Power failure etc.

C. Any strike or lock out (only those exceeding 10 days in duration) affecting the performance of

IBM/Bidder obligations.

10. The Department reserves the right to alter the quantity, procure items in part or reject any or all

tenders or to extend the date of opening etc, without assigning any reasons.

11. CANCELLATION : In addition to his right to determine the contract upon fault of the

Page 6: E-tender for procurement of hardwares and amp_ software for hyd_ ...

vendor, the purchaser reserve the right to cancel the contracts any time in whole or in part without

assigning any reasons and the purchaser also reserves the right either to pay or not to the vendor for

either part of the contract work or whole of the contract work executed, if they are not according to

purchaser’s satisfaction.

12. The Vendor should indicate warranty period from the date of installation. Replacement of

defective items will be borne by the vendor at his own cost in case of any manufacturing defects. The

vendor should also indicate post Warranty annual maintenance contract service charges.

13. The price bid should indicate the details as per the enclosed bid sheet Performa.

14. Technical specifications of the items required are given in Section-6.

15. ADDITIONAL REQUIREMENTS :

a) Demonstration of equipment should be arranged at the suppliers expenses and

training for IBM personnel on free of cost for one week.

b) Detailed specifications should be furnished for each item.

c) Spares and Accessories for smooth operation for two years after warranty should be

quoted separately.

d) Installation and Commissioning of the equipment will be responsibility of the

Supplier. Charges if any should be quoted separately.

e) The free services, warranty, Up-gradation maintenance and other facilities provided

should be specified along with the offer, with condition if any.

SECTION-6 : SCHEDULE OF REQUIREMENT

Sl No Description of Item Qty Remarks

1 PROCUREMENT OF HARDWARES AND SOFTWARES

FOR SETTING UP OF REMOTE SENSING

LABORATORY AT INDIAN BUREAU OF MINES

HYDERABAD

Hardware for Workstations and Servers

Server, Storage, Switches, & WorkStation

as per specification given below

(Specify Make & Model in following items)

Quantities are

tentative,

subject to vary

as per

requirement

i Workstation 04 nos.

ii Server 01 no.

iii Storage NAS Specifications for 20 TB Usable Capacity 01 no.

iv Network Switches 01 nos

Hardware for BHUVAN Data Hosting

Router 01

Firewall 01

Network Switch 01

Server 01

Unified Storage System(20TB) 01

Internet line 100mbps 1:1

Workstation 01

SOFTWARE ITEMS WITH INSTALLATION

Lieca Photogrammetry +ERDAS software

1set with 2 licences

ARC GIS Software

Computer desktop systems 05 nos.

Page 7: E-tender for procurement of hardwares and amp_ software for hyd_ ...

TECHNICAL SPECIFICATION FOR HARDWARE FOR WORK STATION

AND SERVER I.E. (workstation Server, Storage, & Switches )

(i) Workstation specifications:

Tower Model

Dual Intel Xeon E5-2687W v3 (10C, 3.1GHz , 25MB Cache) processor or better

128 GB RAM 2133 MHz DDR4 populated with minimum 16GB DIMMs Integrated SAS controller

Hardware RAID controller with RAID 0, 1, 5 and 10

2 X 2TB NL-SAS HDDs 7200 RPM Internal DVD Writer

Dual Integrated Gigabit Ethernet Controller

Graphics card (NVDIA Quadro K5200) with 4 GB/ 8 GB dedicated RAM Ports: 4 or more USB 2.0/3.0 ports ( 2 in front) , 2 X PS/2 Slots: 4 or more PCIe Gen 3 x16 slots

Bays: 4 or more internal HDD drive bays

USB keyboard and USB optical scroll mouse

24” IPS LED true color Full HD monitor with 1900 X 1200 resolution

Fully configured power supplies and cooling fans

All required cables, connectors, drivers/ softwares for motherboard & add-on cards, etc.must be supplied

System Management features; diagnostic LEDs, sub component level diagnostics,failure notification, management software for all h/w & s/w

Compatibility for both Windows and Linux operating systems O.S : MS Windows 8.1 Professional 64-bit with license

(2) Server Specifications:

Form Factor : Max 2U Rack Server

Processors populated with 2 x Intel Xeon E5-2650v3 10-core 2.3GHz or higher

64 GB DDR4 2133 MHz RAM with 16 GB or higher DIMMS

Internal hot pluggable SAS Hard disk drives 4 Nos X 600 GB 10K RPM or higher

Integrated SAS RAID Controller with RAID 0 and 1 3 or more PCI express 3.0 x16 slots and one or more PCI express 3.0 x8 slots

Integrated Graphic controller

2 X 10/100/1000 Mbps Gigabit Ethernet Ports

Dual port 8 Gbps FC HBA adapter populated with SFP modules along with two ~10m optical fiber patch (MM) cables

Dual port 10 GbE SFP+ network cards(NIC) - 2 nos(10G Base SR) populated

modules and ports with four compatible ~10m optical fiber patch cables Internal DVD writer

4 or more USB Ports, 1 VGA and 1 Management port

All power supplies and cooling fans should be fully populated for redundancy

Operating System Support: It should support RHEL, Windows 2012 Server including standard, Data Centre editions, VMware, Citrix Xen Server, etc

Rack mount/ rail kit should be provided along with cable arms to mount the server on rack

Input Power 230V/ 50Hz with power cord suitable to Indian system

Server should have the system management features like diagnostic LEDs, sub component level diagnostics, failure notification, remote management, management software for all h/w & s/w etc.3 years comprehensive onsite warranty, with hard disk media retention

OS: Microsoft Windows Server 2012 Standard Edition or Latest with Licence

Page 8: E-tender for procurement of hardwares and amp_ software for hyd_ ...

Storage NAS Specifications for 20 TB Usable Capacity:

SNo Network storage system specifications

1 The network storage system must be a dedicated & optimized unified NAS-cum-SAN appliance

2 All subsystems of the storage like heads, controllers, storage arrays, OS, NAS & SAN softwares must be fully inter-compatible and provided & supported by the same principals/ OEM

3 Should not be Windows-based or a general-purpose Unix/Linux based file server 4 There must be at least 2 (dual) storage & file controllers with automatic failover 5 High-available and No Single Point of Failure (NSPoF) configuration 6 Must support SSD, SAS & SATA/ NL-SAS disks and enclosures within same storage

system 7 Must provide hardware RAID levels 0, 1,10, 4/ 5 & 6

8 The base unit, expansion disk enclosures and disks must be interconnected with

multiple SAS-2 backend links with failover. All disks must be enterprise-class and dual-ported disks built for 24x7 operations

9 The base unit and disk expansion units must be seamlessly connected in hardware based RAID configurations, not as JBODs. RAID groups and LUNs must be able to span across the enclosures.

10 The storage must support configuring volumes/ LUNs across all the disks on all backend lanes

11 Must support at least 320 dual-ported disk drives without any replacement or upgrade of controllers

12 Must be configured with minimum 48GB of cache/ memory across controllers 13 Must be configured with minimum 4 nos. of 400GB or higher capacity SSD/ Flash

drives with provision to deploy as SSD storage tier or as performance enhancement cache

14 Must be configured with 20 x 900GB SAS-2 SFF drives. These drives must be in addition to the drives used to hold the system’s OS

15 Provision to define/ configure the required RAID levels, RAID groups, data & parity disks and global hot spare disks allocation

16 Must be configured with NFS, CIFS, FC and iSCSI protocols and licenses 17 Must have auto-negotiating 8/ 4/ 2Gbps FC, 1 GbE and10 GbE interfaces

18 Must be configured with following minimum front-end populated interfaces on

the storage system: 6 x 10GbE (Optical 10G Base SR), 4 x 1GbE copper RJ45, 4 x 8Gbps FC, 2 x 10G iSCSI

19 Must have NDMP or equivalent functionality with license 20 Must support heterogeneous client operating systems (on both block and file) which

include all popular flavors of Windows, Linux and virtualization hypervisors (VMWare, Xen, Hyper-V, etc.)

21 Must provide multiple levels of access control including role-based security and auditing.

22 Must have Active Directory and LDAP integration 23 Must provide user/group/directory based file system quotas with access controls 24 Must have minimum 1024 LUNs support with required licenses 25 Configurable snapshots for block level and file level data with both create & restore

Page 9: E-tender for procurement of hardwares and amp_ software for hyd_ ...

functionality

26 The storage system & software must provide auto-tiering along with licenses for dynamic and automatic placement/ movement of data across the right disk storage tiers based on defined policies without any external third party software

27 Must have thin provisioning 28 Must have de-duplication 29 Must have separate LAN ports/ equivalent for management

30 Comprehensive storage management software (Web GUI, CLI) for configuring,

managing & administering block & file storage and associated functionalities including deployment, automation, provisioning, protection and continuous system monitoring, auditing, advanced remote diagnostics

31 This storage must be supplied with its separate storage OEM rack & PDUs from the array manufacturer

32 All required licenses to be provided

33 All required disk expansion enclosures, interconnection cables, fiber patch cables (~10m) for all the configured 10G & FC ports/ interfaces to be supplied

(4) Network Switches:-

SNo Network Switchs - specifications

1 Rack mount with rail kit

2 24 x 10/100/1000Mbps Ethernet copper RJ-45 ports

3 4 uplinks of 10GbE flexibility populated with 10GbE (10G Base SR)

4 160 Gbps switching capacity and 65.5 Mpps throughput

5 Layer2 and Layer3 switching functionality

6 12,000 MAC addresses and 11,000 unicast routes

7 VLANs support, Per VLAN STP

8 Routing protocols like BGP, OSPF, IS-IS, RIP, static route

9 VRRP, Multicast routing protocol and VRF-lite protocols

10 IEEE 802.1AE MACsec for layer 2

11 Automatic Quality of Service for easy configuration of QoS 12 IEEE 802.1x, DHCP snooping, DHCP Option 82, Dynamic ARP

Inspection (DAI), dynamic port based security providing user authentication, IP source guard, dynamic VLANs, Private VLANs, Private

LAN edge, secure shell, SNMPv3, Kerberos, TACACS+, RADIUS

13 VLAN ACLs and port-based ACLs (PACLs)

14 Active traffic monitoring and analysis for IP applications and services 15 SPAN, RSPAN, telnet client, BOOTP, TFTP, RMON, Web-based

management

16 Management console port with cable

17 Redundant power supplies and fans

Page 10: E-tender for procurement of hardwares and amp_ software for hyd_ ...

Technical Specification Hardware for BHUVAN Data Hosting

1. Network Router

1.1 The router should support for the internet link of minimum 100Mbps or above.

1.2 It should have minimum forwarding performance of 300Kpps.

1.3 The Router should support min 3 onboard WAN/LAN ports with 10/100/1000 Mbps

Speed.

1.4 It should support 200 VPN for site to site encrypted communication.

1.5 It should have RJ-45-based ports and integrated Serial port, External USB slots, Serial

console port etc.

1.6 The Router should have 256MB flash memory and 512MB of RAM.

1.7 The Router should support Internal: AC, PoE, and DC supply options and redundant

power supply.

1.8 The Router should support 100 to 240 VAC auto ranging AC input Voltage

1.9 The Router should support include Rack-mount 19in. (48.3 cm) EIA

1.10 The Router should support access control lists (ACLs) and Time-Based Access Lists Using

Time Ranges(ACL)

1.11 The Router should support SSL VPN features such as advanced VPN features, IP Security

(IPSec), IPSec high availability, Stateful Failover for IPSec, Digital Encryption Standard

(DES), Triple DES (3DES), Advanced Encryption Standards for encryption.

1.12 The Router should support Message Digest Algorithm 5 (MD5) hashing algorithms for

data integrity.

1.13 The Router should support secure large Layer 2 or MPLS networks requiring partial or full-

mesh connectivity by providing tunnel-less VPN connectivity using group shared keys.

1.14 The Router should support site-to-site VPNs, GRE-based IPsec VPN and digital certificates.

1.15 The Router should support Reverse Route Injection (RRI), EIGRP, IPSLA

1.16 The Router should support Embedded hardware based cryptography acceleration (IPSEC

+SSL)

1.17 The Router should support IPv4, IPv6 and Static routes.

1.18 It should support Open Shortest Path First (OSPF), BGP, BGP Router Reflector.

1.19 The Router should support Multicast Internet Group Management Protocol (IGMPv2,

IGMPv3)

1.20 The Router should support Class-Based Weighted Fair Queuing (CBWFQ) for Traffic

Management and Weighted Random Early Detection (WRED) for Traffic Management.

1.21 The Router should support Class Based Traffic Policing with CLP Tagging, Class Based

Weighted Fair Queuing (CBWFQ).

1.22 The Router should support Class-Based Frame-Relay DE-Bit Matching and Marking, Class-

Based Policing and shaping.

1.23 The Router should support HSRP/VRRP for IPv6, HSRP MD5 Authentication, HSRP over

ISL, HSRP support for ICMP Redirects, HSRP support for MPLS VPNs.

1.24 The Router should support SNMPv2C, SNMPv3, SNMP over IPv6, TACACS+,

RADIUS.

1.25 Equipment should be provided with hardware replacement warranty and ongoing

software upgrades for all major and minor releases for a period of 3 years.

Page 11: E-tender for procurement of hardwares and amp_ software for hyd_ ...

2. Network Firewall Appliance

2.1 The Firewall should be Hardware based single device, purpose-built security appliance

with hardened operating system and should be an application-aware device.

2.2 The Firewall should support IP Security VPN technologies, Secure Sockets Layer

(IPSec/SSL) VPN technologies.

2.3 The Firewall should support minimum 1Gbps of Firewall Throughput (Multi

protocol/IMIX), Particularly TCP throughput.

2.4 The Firewall should support a DES/AES VPN Throughput of Up to 400Mbps.

2.5 The Firewall should support 1000 IPsec VPN Peer and should have 2 SSL VPN Peers.

2.6 The Firewall should support VPN clustering, VPN load-balancing.

2.7 The Firewall should support 500000 Concurrent Connections and should support

30000 New Connections/ Second

2.8 The Firewall should support 8 Gigabit Ethernet data ports

2.9 The Firewall should support 802.1q VLAN interfaces, 1024 Virtual Interfaces (VLANs)

2.10 The Firewall should support Active/Active, Active/ Standby High Availability feature

2.11 The Firewall should support USB 2.0 Ports, RJ-45 (console and auxiliary) Serial Ports,

Should be provided with OEM supplied Rack Mount Kit for mounting in 19" Rack.

2.12 The Firewall should support minimum 8GB of Memory

2.13 The Firewall should support L2 and L3 (Routed) mode,

2.14 The Firewall should support dynamic, static, and policy-based NAT and PAT services,

should support HTTP, HTTPS, or FTP Filtering.

2.15 The Firewall should support deep inspection services for Web traffic for improved

protection from a wide range of Web-based attacks

2.16 Firewall should support hardware based IPS module and SSL VPN.

2.17 The Firewall should support IPv6-enabled inspection services for HTTP, FTP,

SMTP, ICMP,TCP,UDP

2.18 The Firewall should support DES and AES-128 encryption standards and should support

DoS detection - Protection against SYN flood, IP, ICMP, and application attacks.

2.19 The Firewall should support real time monitoring through external syslog servers and

should support Simple Network Management Protocol (SNMP)

2.20 The Firewall should be accessible through console port, Telnet, SSSHv1, SSHv2.

2.21 The Firewall should support management over IPv6.

2.22 Equipment should be provided with hardware replacement warranty and ongoing

software upgrades for all major and minor releases for a period of 3 years.

3. Network Switch

3.1 It should be populated and enabled with, 24 numbers of 10/100/1000 Ports and should

haver 2X 10 Gbps uplink ports populated with Multimode SFP modules.

3.2 Shall have minimum of 88 Gbps or more forwarding bandwidth and shall have minimum

forwarding rate of 68Mpps or more.

3.3 Shall support up to 32,000 MAC addresses and up to 24,000 unicast routes.

3.4 The Switch should be 1RU and provided with rack mountable kit.

3.5 The switch should have support for Stacking. Stacking should enable in each switches to

function as a single unit.

3.6 Shall support STP and Per-VLAN STP features.

3.7 Shall support Unidirectional Link Detection Protocol (UDLD) to detect unidirectional links

caused by incorrect fiber-optic wiring or port faults and disable on fiber-optic interfaces.

3.8 Should be able to discover the neighboring devices by giving the details about the

platform, IP Address and links connected to the switches.

Page 12: E-tender for procurement of hardwares and amp_ software for hyd_ ...

3.9 Shall have IPv6 unicast routing capability (static, RIP, and OSPF Protocols) to forward IPv6

traffic through configured interfaces.

3.10 Shall have support for OSPF, BGPv4, IGMP and Policy-Based Routing.

3.11 Shall have support for Protocol Independent Multicast (PIM) - PIM-SM & PIM-DM.

3.12 Shall have feature of Granular Rate Limiting function to guarantee bandwidth in

increments as low as 8 kbps.

3.13 Shall have rate limiting support based on source and destination IP address, source and

destination MAC address or any combination of these fields.

3.14 Shall have support for Automatic Quality of Service for easy configuration of QoS features

for critical applications.3.15 Shall support IEEE 802.1x to allow dynamic, port-based

security, providing user authentication.

3.16 Shall support VLAN ACLs (VACLs) on all VLANs to prevent unauthorized data flows from

being bridged within VLANs. Port-based ACLs (PACLs) for Layer 2 interfaces to allow

application of security policies on individual switch ports.

3.17 Shall support standard and extended IP security router ACLs (RACLs) to define security

policies on routed interfaces for control- and data-plane traffic.

3.18 Shall have a mechanism to prevent a malicious user from spoofing or taking over another

user’s IP address by creating a binding table between client’s IP and MAC address, port,

and VLAN.

3.19 Shall support Remote Monitoring (RMON) software agent to support four RMON groups

(history, statistics, alarms, and events) for enhanced traffic management, monitoring and

analysis.

3.20 Shall support remote port mirroring to remotely monitor ports in a layer-2 switch

network from any other switch in the same network.

3.21 Shall support SNMPv1, SNMPv2c, and SNMPv3.

3.22 Shall support both IPv4 and IPv6.

4. Server Specifications

4.1 Form Factor : 2U Rack Server

4.2 Processor: 2 x Intel® Xeon® E5-2650V4 (12 core, 2.2 GHz, 30MB L3, 105W) or higher

4.3 Memory: 64 GB PC3 ECC DDR4 RAM using 16GB DDR4 modules.

4.4 Internal hot pluggable SAS Hard disk drives 4 Nos X 600 GB 10K RPM or higher

4.5 Integrated SAS RAID Controller with RAID 0 and 1

4.6 Integrated Graphic controller

4.7 2 X 10/100/1000 Mbps Gigabit Ethernet Ports

4.8 Dual port 8 Gbps FC HBA adapter populated with SFP modules along with two ~10m

optical fiber patch (MM) cables

4.9 Dual port 10 GbE SFP+ network cards(NIC) - 2 nos(10G Base SR) populated modules

and ports with four compatible ~10m optical fiber patch cables Internal DVD writer

4.10 All power supplies and cooling fans should be fully populated for redundancy

4.11 Operating System Support: It should support major operating systems like RHEL, SUSE

Linux, Windows server 2012 etc.

4.12 Rack mount/ rail kit should be provided along with cable arms to mount the server on

rack

4.13 Input Power 230V/ 50Hz with power cord suitable to Indian system.

4.14 3 years comprehensive onsite warranty.

4.15 OS: Microsoft Windows Server 2012 Standard Edition or higher.

Storage:

Page 13: E-tender for procurement of hardwares and amp_ software for hyd_ ...

5. Unified Storage System(20TB)

5.1 Unified storage system with standards based FC SAN and NAS functionality.

5.2 It must have minimum dual redundant controllers in active-active mode with automatic

fail over to each other in case of failure. The same controller pair should provide all the

required functionality of NAS and SAN.

5.3 High available internal configuration with no single point of failure (NSPoF) architecture

and redundancy features at all levels, controllers, hot swap power supplies, PDUs, cache,

links between subsystems etc.

5.4 The Storage System must have dedicated optimized non general purpose, non-windows

appliance OS.

5.5 Should have cache memory minimum 64GB or above across dual controllers.

5.6 In case of power failure, the arrays must be provided with cache protection mechanism

to ensure no data loss. Data should be safely written to disks and perform graceful

shutdown.

5.7 The storage must be configured with FCP, NFS and CIFS protocols for use with different

applications. The backend must be based on SAS 12Gbps connectivity.

5.8 Should have support for all major operating systems & platforms like Windows Server

variants, Linux variants, UNIX etc.

5.9 Storage Capacity: The storage system must be capable of scalable up to 200 drives or

above, without changing the proposed controller for this requirement.

5.10 It should support SSD, SAS and SATA /NL-SAS. The storage array must support auto tiering

among the disk types.

5.11 It should be configurable for hardware RAIDs 1/10, 5 and 6.

5.12 Storage Capacity SAS: The storage should be supplied with 20TB of net usable capacity,

considering RAID5 (3D+1P), using 600GB 15K RPM 12Gbps SAS 2.5 inch SFF disks, after

excluding overheads due to formatting, RAID configurations, hot spares etc.

5.13 Sufficient disk expansion units/enclosures as required for the number of supplied disks to

be supplied. The bidder must furnish details of the same with full disclosures on

calculations of number of disks.

5.14 FC Ports: The Storage shall be supplied with at least 02 Nos. of 8Gbps/16Gbps FC Ports

per controller or more.

5.15 Ethernet ports:The Storage shall be supplied with at least 02 Nos. of 10Gbps Ports per

controller or more.

5.16 The file systems should have capability to grow online. Configurable snapshots for block

level data with both create & restore functionality. No space / capacity should be

reserved for creating Snapshot.

5.17 The NAS must have active directory and LDAP integration. File system quotas for users,

groups and Access controls on files and folders for users & groups. Ethernet trunking and

link aggregation.

5.18 Remote Diagnostics: The proposed system should support Web based, Email facility for

remote service to report errors and warnings.

5.19 All the licenses must be provided for enabling the storage system as required.

5.20 Multipath and load balancing software must be provided, if it doesn’t support MPIO

functionality of operating system for Linux, windows server OS etc.

5.21 Rack: The storage system must be rack mountable with supply of rack kit. Same storage

OEM rack to be supplied with dual PDUs, caster wheels, lock, adequate room for housing

the capacity.

5.22 The supplied equipment must work with 200-240V, 50Hz AC power supply with Indian

type power outlets. Necessary adapters to be provided by the vendor if required.

5.23 Warranty: Comprehensive on -site warranty (24hrs X 7days) for both the supplied

hardware and software for a period of three (03) years.

Page 14: E-tender for procurement of hardwares and amp_ software for hyd_ ...

5.24 All necessary power cables, fiber cables, SFPs, console cables, patch cords, adapters,

connectors, FC cable for SAN switch connectivity and accessories required for smooth

installation must be supplied.

5.25 The exact make/brand, model numbers, software versions and other technical

specifications must be clearly specified.

6. Internet Line (100 Mbps- 1:1 Line)

7. Workstation Specification

7.1 Processor: 2 x Intel® Xeon® E5-2650V4 (12 core, 2.2 GHz, 30MB L3, 105W) or higher

7.2 Memory: 64 GB PC3 ECC 2133 DDR4 RAM using 16GB DDR4 modules.

7.3 HARD DRIVE: 4X 1TB SATA (7200 rpm) HDD or higher.

7.4 RAID Controller: SATA Controller with RAID supports 0 and 1.

7.5 OPERATING SYSTEM: windows-10 Pro or higher.

7.6 Graphics: NVIDIA Quadro M4000 Graphics Card or above.

7.7 GPU: NVIDIA Tesla K40 Workstation

7.8 PCI Slots: 1x PCIe Gen3 x4, 2 X PCIe Gen3 X 8, 2x PCIe Gen3 x16,

7.9 MONITOR: 24-inch IPS LED Backlit Monitor, Native Resolution of 1920 x 1200 or above. 7.10 LAN: 1 X Gigabit Ethernet 10/100/1000, 1X 10GbE SFP+ Interface along with SFP+ Module

7.11 DVD DRIVE: R/RW

7.12 USB: USB 2.0, USB 3.0

7.13 KEY BOARD: USB Keyboard

7.14 MOUSE: USB Optical Mouse

7.15 Monitor and CPU must be from the same OEM

7.16 All required cables, connectors, drivers/ softwares for motherboard & add-on cards,

etc.must be supplied

7.17 WARRANTY & SERVICE: 3 year onsite warranty

Page 15: E-tender for procurement of hardwares and amp_ software for hyd_ ...

Annexure- I

BANK GUARANTEE FORMAT FOR FURNISHING BID SECURITY

Whereas ................................................................................................................... (hereinafter called the

"tenderer") has submitted their offer dated....................for the supply of...............................................

................................................................................... (hereinafter called the "tender") against the

Purchaser’s tender enquiry No. ……………………………………………KNOW ALL MEN by these

presents that WE.................................................................................................................................

(hereinafter called the "Bank") of.............................................having our registered office at

.................................are bound unto................................................in the sum of...................for which

payment will and (hereinafter called the "Purchaser) truly to be made to the said Purchaser, the Bank

binds itself, its successors and assigns by these presents. Sealed with the Common Seal of the

said Bank this...........day of.............20.....

THE CONDITIONS OF THIS OBLIGATION ARE :

(1) If the tenderer withdraws or amends, impairs or derogates from the tender in any respect

within the period of validity of this tender.

(2) If the tenderer having been notified of the acceptance of his tender by the Purchaser

during the period of its validity.

a. If the tenderer fails to furnish the Performance Security for the due performance of the

contract.

b. Fails or refuses to execute the contract.

WE undertake to pay the Purchaser up to the above amount upon receipt of its first written

demand, without the Purchaser having to substantiate its demand, provided that in its demand

the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or

both the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including 45 days after the period of tender

validity and any demand in respect thereof should reach the Bank not later than the above date.

................

(Signature of the authorized officer of the Bank)

Seal, Name and address of the bank and address of the branch

Page 16: E-tender for procurement of hardwares and amp_ software for hyd_ ...

ANNEXURE – II

(A) PRICE BID UNDERTRTAKING LETTER ( TO BE GIVEN On Company letter head)

To ------------------------------- --------------------------------- ---------------------------------- Sub:- Acceptance of Terms & Conditions of Price bid/ Tender Ref:- Tender No_____________________ Dear Sir, 1. I/We submit the price bid for __________________________ and related activities as envisaged in the bid document. 2. I have thoroughly examined and understood all the terms and conditions as contained in the Bid document, and agree to abide by them.

3. I offer to PROCUREMENT OF DESKTOP COMPUTERS at the rates as indicated in the

price bid (BOQ).

(B) UNDERTAKING : ACCEPTANCE OF TERMS AND CONDITIONS OF TENDER

I/We undertake that all the terms and conditions as laid in the attached pages and anywhere in

the tender and its subsequent corrigendum if any, are accepted by the company and will abide by them.

I/we further undertake that the information given in this tender are true and correct in all respects and we

hold responsibility for the same.

I/We shall be responsible for rejection /cancellation of contract if the goods supplied are not found up to

the mark and for civil/criminal/proceedings and if the materials supplied is found sub-standard or not

accordance with the pre inspection

materials.

Yours faithfully

Date: __________________ (Authorized signatory of the company)

(Company seal)

Place: _________________

Page 17: E-tender for procurement of hardwares and amp_ software for hyd_ ...

ANNEXURE – III

INFORMATION ABOUT THE TENDERER

Sl No Information Required To be Filled in by Tenderer

1 Name of the Tenderer

2 Address of Registered Office and Branches

3 Telegraphic Address and Phone Number, Fax

Number, Email ID etc

4 Composition of Tender (here state whether it is

Hindu Joint Family Business, Proprietorship concern

or Registered Partnership or a Limited Company)

5 Nature of normal business of the Tenderer

6 Experience of similar working (Certificate to support

statement must be enclosed)

7 Any other experience and reference of the Companies

(Attach separate sheet, (if necessary). Copies of

certificates (Award of contract and experience) to

support statement must be attached.

8 Sales / Service Tax Registration no.

9 Details of Turnover

10 Copy of PAN Card and 3 years IT Assessment order

to be attached

Note: Copies of documents are required to be attached for SI.No.5 toll.

Incomplete information and non-submission of copies of supporting document will lead to rejection of

tender.

I/we declare that the above information is true to the best of my / our Knowledge.

Place: Signature of the Tenderer

Date: (Name & Office Seal)

DECLARATION

I/We hereby declare that I/We have not been banned and de-listed by any Government Department /

Financial Institution / Court.

Place: Signature of the Tenderer

Date: (Name & Office seal)

Page 18: E-tender for procurement of hardwares and amp_ software for hyd_ ...

ANNEXURE – IV

GOVERNMENT OF INDIA

MINISTRY OF MINES INDIAN BUREAU OF MINES

STORES SECTION

PFMS REGISTRATION FORM

Details of Vendor

Type

Personal

Name

Detail Address with Pin Code

PAN Number

Service Tax number

TIN Number

TAN Number

Detail Address with Pin Code

Mobile No.

Email Address

Bank Details

Bank Name

Branch Name with Code

Bank Account No.

IFSC Code

Signature of the Authorized

Signatory with Seal & Stamp:_________________________________________

Name of Authorized Signatory:________________________________________

Designation of Authorized Signatory:___________________________________

Page 19: E-tender for procurement of hardwares and amp_ software for hyd_ ...

ANNEXURE – V

Un-price bid (mandatory to be submitted company letter head)

Sl No Description and Model No Qty Rate/%

1 Item description with model No/sizes/dimensions,

technical specification etc.

(The item price need not be mentioned here)

2 VAT/Tax %

3 Excise Duty in %

4 Freight/Charges Loading/Unloading %

5 Duties / Levies if any %

6 Installation & Training Charges

7 Size and Dimension

8 Standard Warranty,

9 Delivery Period

10 Validity of the price bid

Authorised Signatory of the Company

(Name & Office seal)