CoE Hardware Tender

M P STATE ELECTRONICS DEVELOPMENT CORPORATION LTD
(A Govt. of M.P Undertaking)
Tender Document
For
Supply, Installation and Maintenance of Servers, and other
hardware and software components at MAP_IT, Bpl for CoE Project
(Tender no. MPSEDC/CoE/2014/261)
(Scanned copy of all pages of this document is to be submitted duly signed on each page.)
M.P. State Electronics Development Corporation Ltd.
47-A, Arera Hills, Bhopal-462011 (M.P.) Ph.0755-2518300
Fax: 0755-2579824
INVITATION FOR BIDS
Addl. Chief General Manager, MPSEDC Ltd., Bhopal invites sealed
bids, from bidders for Supply, Installation and of Servers, and other
hardware and software components at MAP_IT, Bhopal for CoE
Project. Interested bidders may obtain further information from the
office of MPSEDC ltd.; Bhopal. Bids are invited for the work mentioned
hereunder:
S n Items
A
Scope of Work:
B
C
D
E
F
G
H
I
Cost of tender
document:
Processing Fee:
Description
Supply, Installation and Maintenance of
Servers, SAN
and
other
hardware
and
s o f t w a r e components at MAP_IT, Bhopal
. 5000.00
(non-refundable)
online
. 250/- plus Service Tax
Download of tender
documents:
Last date for submission
of Pre-Bid Queries
Last date of submission
of Bid:
Date of opening of
technical bid:
EMD:
Date 23.01.2014 to 11.02.2014
Address for
communication:
MPSEDC LTD., 47-A, Arera Hills, BHOPAL
(M.P.)BHOPAL (M.P.)
Date 01.02.2014.
Date 11.02.2014 up to 3.00 PM.
Date 11.02.2014 at 4.00 PM.
2,00,000/- to be submitted Online
Note: Tender document can be viewed/ downloaded from the website
www.mpeproc.gov.in,
www.mpsedc.com,
http://mapit.gov.in/
and
http://dit.mp.gov.in/ . Tenderer has to submit the document fee,
processing fee and EMD amount Online.
*All
further
notifications/amendments
www.mpeproc.gov.in only
2
shall
be
posted
on
Letter for Submission of tender
To,
Dated --------, 2014.
Addl. Chief General Manager
MPSEDC Ltd.,
State IT Centre
47-A, Arera Hills
Bhopal (M P)
Ref: “Tender for Supply and Installation of Server & other Hardware and Software Components
against tender No MPSEDC/CoE/2014/261 dated …………… due for opening on ……………
Dear Sir,
Having examined the tender document relating to the Supply and Installation of Server &
other Hardware and Software Components as detailed in your tender, Conditions and scope of
supply, Specifications etc., and having understood the provisions and requirements relating to the
supply and all other factors governing the tender, We hereby submit our offer for the supply of
the proposed items in accordance with terms and conditions and confirm our acceptance to
execute the order within the time period specified in the tender document, at the rates quoted by
us in the accompanying Technical & commercial Bid.
If, after the tender document is accepted, we fail to complete the supply of the items as per the
order. We agree that, M/s. MPSEDC LTD. Bhopal shall have full authority to forfeit the earnest
money and cancel our order with no obligation on their part.
We confirm having deposited earnest money of
(Rupees two lakh only) online, and
general information required is as per annexure attached.
We further confirm that –
i.
ii.
iii.
iv.
We have sufficient qualified manpower and necessary materials and after sales support to
execute the order efficiently in the specified time schedule.
The quoted rates shall be valid till the completion of the order but not less than 90 days.
We further confirm that all chapters of the tender documents have been read, understood
and signed and there is no deviation/discrepancy
We agree to accept the extension order up to 100% quantity within six months of the issue
of the order.
Signature of the Tenderer
With stamp and date
3
GENERAL INFORMATION AND EMD DETAILS
1
EMD Details
Date of Submission of EMD online:
Amount in
2
Name and Address of the Tenderer:
3
Contacts:
4
Telephones:
5
Fax:
6
E-mail:
7
Mobile No:
8
Category of the tenderer (Whether
company,
partnership
firm
or
Proprietary concern)
9
Name of Chief Executive Officer and
Telephone No.
10
Year of Establishment
11
Sales Tax/Commercial Tax/ CST nos.
12
Service Tax No.
13
Income Tax PAN/GIR No.
14
Name and Address of the Banker
15
List of major Clients
of orders executed
and the size
Note: Separate sheets may be attached wherever necessary.
Signature of the Tenderer
With stamp and date
4
Terms and Conditions
Contents of Bidding Documents for the Supply and Installation of Server & other Hardware and
Software Components including O S as per specifications given in B O M, the bidding procedures
and the terms of contract are prescribed here in under:
01.
Eligibility Criteria:
The following are the conditions, which are to be necessarily fulfilled, to be eligible for
evaluation of the proposed solution. Only those interested bidders who satisfy the following
eligibility criteria should respond to this Tender:
• The products offered must be of high quality and manufactured by nationally /
internationally reputed manufacturer having a minimum turnover of
500 Crore (Attach
copy of the audited balance sheet) and ISO 9001 (Services and Manufacturing) and ISO
14001 certifications.
• In case of the representative/ dealer, the representative/dealer must attach tender specific
authorization letter (in the enclosed format in the tender form) from respective
manufacturer for all the products quoted by him.
• In case of dealer the bidder must have turnover more than . 2 crore, for three consecutive
years. Attach copy of the audited balance sheet.
• Bidder or manufacturer must have successfully executed at least 1 project (in the last three
years) for the Supply, Installation of Hardware for a minimum value of
1 crore in the
government sector (attach satisfactory completion from the authorized representatives of
the client along with the work order).
• The Bidder must have working office and service center in the state of Madhya Pradesh for
at least three years (attach copy of MPST / CST / TIN issued by M.P. If the vendor does not
have an office in M.P. he should establish the same within one month of receiving work
order.
02.
Amendment in Bidding Document by the Competent Authority
At any time prior to the deadline for the submission of bids, the competent authority may,
for any reason, whether on it’s own or in response to a clarification requested for by a
prospective bidder, modify the bidding document by way of amendment(s).
The prospective bidders having received the bidding documents will be notified of the
amendment(s) so made in writing and such amendments shall be binding on them.
In order to allow reasonable time to the prospective bidders for taking into account such
amendment(s), in the preparation of their bids, the competent authority, at its discretion,
may extend the deadline for the submission of bids.
5
03.
Bid Price
The bidders shall indicate on the prescribed Price Schedule, including item-wise and final Bid
Price of the items listed
Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the contract
and shall not be subject to variation on any account.
A bid submitted with an adjustable price will be treated as non-responsive and rejected.
04.
The EMD may be forfeited:
If a Bidder withdraws its bid during the period of bid validity specified by the bidder on the
bid Form: or In case of a successful Bidder, if the Bidder fails:
(i)
(ii)
(ii)
To accept the order
To furnish performance security
If the supplier, after accepting the purchase order fails to deliver the material/services
as per the order.
Any alterations, erasures or overwriting shall be valid only if the person or persons signing
the bid initial them.
05.
Technical requirements
The technical specifications as per annexure are the minimum configuration required. Higher
specifications may be considered but no price weight-age for higher specifications shall be
considered.
06.
Warranty support
System should invariably be warranted for a period of three years from the date of
successful installation and commissioning.
07.
Inspection
Purchaser reserves the right to inspect the manufacturer/supplier works prior to supply. The
supplied hardware shall be inspected by the MPSEDC Ltd..
SUBMISSION OF BIDS
08.
Marking of Bids
6
The bidders shall submit EMD, technical bid (containing the technical specifications offered,
literature leaflets, signed tender document etc) and commercial bid separately as per online
submission process.
09.
Payment:
Payment: Payment shall be released by MPSEDC as per the following terms:
Payment –80% of the value of goods supplied shall be released against proof of delivery of
consignment to the destination places as per dispatch instructions on submission of bills in
triplicate. Balance 20% shall be released after successful installation and commissioning of
equipments. The bills for the purpose of payment shall be submitted to MPSEDC, Bhopal. No
interest shall be payable on delayed payments due to what so ever reason.
010. Deadline for Submission of Bids
Bids must be submitted online but not later than the time and date specified in the invitation
of Bids. In the event of the specified date for the submission of bids being declared a holiday
for the office of the competent authority, the bids will be received up to the appointed time
on the next working day.
011. Late Bid
Any bid received after the deadline for submission of bids prescribed by the competent
authority, will not be accepted.
BID OPENING AND EVALUATION OF BIDS
012. Opening of Bids
Since it is a Two-bid system, Technical bid will be opened first by the Committee constituted
for this purpose. If the technical bid specifications offered, EMD and deviations asked (if
any) are found in order, the Committee will open commercial bid only for the eligible
bidders.
In case, the commercial bid is not opened on the same or next day of opening of technical
bid the Committee may decide to open the commercial bid on subsequent dates. In such
case the date, time and place of opening of commercial bid will be intimated to the bidders
or their representatives.
013. Preliminary Examination
Before starting evaluation, the bids will be examined
complete, whether any computational errors have been
have been furnished, whether the documents have been
bids are generally in order. In case of computational error
7
to determine whether they are
made, whether required sureties
properly signed, and whether the
the basic price will prevail.
If bid is determined as not substantially responsive, the competent authority will reject it
and only the substantially responsive commercial bids will be considered.
The process of evaluation of bid is as follows:
(i)
(ii)
(iii)
(iv)
The Committee, appointed by the MPSEDC LTD., will first verify that the Bid Security is
in order and as per requirement of the bid. The Committee will examine the bid on
Eligibility Criteria as specified. The scrutiny of technical proposals will be based on the
Evaluation Criteria determined.
The commercial bid will be opened only for the proposals, which are found eligible and
technically acceptable by the Committee and approved. On the day specified for the
opening of bid, the Committee, appointed by the MPSEDC LTD., will open the
commercial bids of eligible bidders and scrutinize the same minutely.
After scrutiny, the MPSEDC LTD. after having examined the proposal may accept the
same or accept the bid price of any other bidder found suitable or reject all or any
proposal. The decision of the MPSEDC LTD. in this regard shall be final and binding.
The quantity mentioned in the tender document is as per our estimate. However, the
department reserves the right to place order for the less/higher quantity or drop the
items or segregated delivery schedule depending on the actual requirement.
014. Earnest Money Deposit/Performance Security
The EMD of successful bidder shall be converted in performance security for the satisfactory
performance/completion of the complete order (Including warranty period).
015. Contacting the Competent Authority
Any effort on part of a Bidder to influence the Competent Authority or members of
Technical/Monitoring committee, in its decisions on bid evaluation; bid comparison or
contact award may result in rejection of the bidder’s bid.
016. General
(i)
Supply will be complete only when the full quantity is supplied and installed as per
tender condition and accepted by us.
(ii) Bid form shall be duly filled in, signed and complete in all respects
(iii) The price should be inclusive of all taxes and local levies if any. On FOR destination
basis.
(iv) The rates should be free from all escalation. However, all Tax and duty benefits if
applicable should be passed on to us.
(v) Delivery period should not exceed 90 days from the date of order under any
circumstances. The MPSEDC LTD. reserves the right to extend the delivery period, in
the interest of the concerned dept.
(vi) System should invariably be warranted for a period of three years from the date of
successful installation and commissioning.
(vii) The manufacturer authorization should be submitted by bidder Server & other
Hardware Components separately as per the attached form.
Bids not submitted online will be rejected.
Conditional bids are liable to be rejected.
8
MPSEDC LTD. does not bind themselves to accept the lowest or any other tender and
reserve the right to accept or reject any or all the tender in full or in part without assigning
any reason.
MANUFACTURERS
AUTHORIZATION FORM
Ref No: ………………….
Dated:…………………
To,
The Additional Chief General Manager
M.P. State Electronics Dev. Corp. Ltd
47-A, Arera Hills, BHOPAL-462011
Tender No:……………………………………………… Due Date: ……………………….
Dear Sir,
We________________________________________who
are
established
and
Manufacturers of _________________________________________having factories
reputed
At__________________________________________________________________
_________________________________________________(Address of the factory)
do hereby authorize M/s___________________________(Name & Address of agent)
to submit a bid, and subsequently negotiate and sign the contract with you against
the above tender.
We hereby extend our full guarantee, warranty and support and also in meeting warranty
obligations by providing necessary spares in time for the goods & services offered by the above
firm against this tender, as per standard as well as MPSEDC warranty terms.
Yours faithfully
(Name)
(Name of the manufacturer)
9
Note:
This letter of authority should be on the letterhead of the manufacturer and should be
signed by a person competent and having a power of attorney to bind the manufacturer. The
bidder in its bid should include it.
10
Technical Specifications
Note: Bidder has to provide the following items as required.
High End Rack Server
Sl.
No.
1
Item
Feature Requirements
Chassis
2 U Rack Mountable
2
CPU
4 x Intel® Xeon® E5-4650 (2.7GHz/8core/20MB/130W). Server should provide an intelligent
socket that would ease the installation of CPU to avoid
errors caused by mis-inserting processors during
install or upgrade.
3
CPU L3 CACHE
Memory
20MB (1 x 20 MB) L3 cache (MAX)
4
Motherboard
Intel® C600 Series Chipset
5
Memory
512 GB scalable up to 1.5 TB with DDR3 Registered
(RDIMM) memory, operating at 1600MHz Server
should support RDIMM with 3DPC@1066 at 1.35V MHz
6
Memory Protection
Proposed memory should support identifying itself and
authenticate with the server installed to increase
reliability of the server
Advanced ECC
Online Spare
Lockstep mode
7
HDD Bays
Minimum 5 Hot Plug SFF SAS/SSD disks
8
Optical drive Bay
USB DVD-RW
9
HDD carrier
10
Hard disk drive
Hard disk drive should support "Do Not Remove"
caution indicator to avoid human errors in replacing
failed HDD or similar feature
3x Hot plug SFF SAS 10K 300 GB
11
Controller
PCIe 3.0 based SAS Raid Controller with RAID
0/1/1+0/5/5+0 with 512MB battery backed write
cache (onboard or in a PCI Express slot). Controller
should support 512MB/1GB/2GB flash backed write
cache
11
Compliance
12
Networking features
Server should support one of the following:
1. 1Gb 4-port network adaptor supporting advanced
features such as Large Send offload capability, TCP
checksum and segmentation, VLAN tagging, MSI-X,
Jumbo frames, IEEE 1588, and virtualization features
such as VMware NetQueue and Microsoft VMQ.
2. 10Gb 2-port Ethernet adaptor supporting enterprise
class features such as VLAN tagging, adaptive
interrupt coalescing, MSI-X, NIC teaming (bonding),
Receive Side Scaling (RSS), jumbo frames, PXE boot
and virtualization features such as VMware NetQueue
and Microsoft VMQ.
3. 10Gb 2-port Adapter providing Ethernet and iSCSI
or Fiber Channel Over Ethernet (FCoE) connectivity
using Converged Enhanced Ethernet (CEE) standards.
This adaptor should support Hardware acceleration
and offloads for stateless TCP/IP, TCP Offload Engine
(TOE), Fiber Channel over Ethernet (FCoE), Jumbo
frames and iSCSI.
13
Ports
14
Bus Slots
USB 2.0 support With 7 total ports: (2) ports up front;
(4) ports in back; (1) port internal and1 internal
Secure Digital (SD) slot
Six PCI-Express slots, at-least 5 with PCIe 3.0 (two
x16 and three x8 slots)
15
Power Supply
Redundant Power Supplies
16
Fans
Redundant Fans
17
Industry Standard
Compliance
18
Security
ACPI 2.0 Compliant, PCIe 3.0 Compliant, PXE support,
WOL Support, Microsoft® Logo certifications, USB 2.0
Support
Power-on password
Serial interface control
Administrator's password
Server should also support Trusted Platform Module
microcontroller chip that can securely store artifacts
used to authenticate the server platform. These
artifacts can include passwords, certificates and
encryption keys.
19
OS Support
20
Warranty
21
Provisioning
Microsoft Windows Server, Microsoft Windows Server
Hyper-V, Red Hat Enterprise Linux (RHEL), Red Hat
Enterprise Linux Virtualization, SUSE Linux Enterprise
Server (SLES),
Oracle Solaris for x86/x64 based Systems, VMware,
Citrix XenServer
3 year warranty. Pre failure warranty on CPU, Memory
and Hard disks
Essential tools, drivers, agents to setup, deploy and
maintain the server should be embedded inside the
server. There should be a built -in Update manager
that can update firmware of system by connecting
online.
12
22
Remote
Management
23
Server Management
1. System remote management should support
browser based graphical remote console along with
Virtual Power button, remote boot using USB/CD/DVD
Drive. It should be capable of offering upgrade of
software and patches from a remote client using
Media/image/folder; It should support server power
capping and historical reporting and should have
support for multifactor authentication.
2. Remote management port should have at-least 4GB
of NAND Flash to download the firmware from the
website directly or from internal system. Server should
support automated firware update.
3. Server should have dedicated 1Gbps remote
management port
4. Server should support agent-less management
using the out-of-band remote management port.
5. The server should support Active Health System
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.
6. Applications to access the server remotely using
popular handheld devices based on Android or Apple
IOS should be available.
7. Remote console sharing up to 6 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.
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.
13
Should provide an online portal that can be accessible
from anywhere. The portal should provide one stop,
online access to the product, support information and
provide information to track warranties, support
contracts and status. The Portal should also provide a
Personalized dashboard to monitor device heath,
hardware events, contract and warranty status. Should
provide a visual status of individual devices and
device groups. The Portal should be accessible on
premise (at customer location - console based) or off
premise (using internet).
Should support scheduled execution of OS commands,
batch files, scripts, and command line apps on remote
nodes
Should be able to perform comprehensive system data
collection and enable users to quickly produce detailed
inventory reports for managed devices. Should support
the reports to be saved in HTML, CSV or XML format.
Should help to proactively identify out-of-date BIOS,
drivers, and Server Management agents and enable
the remote update of system software/firmware
components.
The Server Management Software should be of the
same brand as of the server supplier.
24
Product
Certifications
Windows and Linux Certification, UL, FCC, Should be in
the in the list of top 5 server brands as per IDC report
published for India during year 2012.
25
OEM Certifications
ISO 9001-14001, ISO 9001-2008
14
Sl. No.
Item
NETWORK LASER PRINTER
Feature Requirements
1
Print speed
Up to 40 ppm
2
First-Page-Out
Less than 12 seconds
3
Resolution
1200 x 1200 dpi
4
Processor
600 MHz or Higher
5
Memory
512 MB
6
Duty Cycle
Up to 150,000 pages
7
Input Capacity
500 Sheets
8
Duplex
Yes - Automatic
9
Paper Sizes
Multipurpose Input Trays (A4 & A3)
15
Complied
(Yes/No)
Sl. No.
Item
COLOR MULTI-FUNCTION PRINTER
Feature Requirements
1
Print speed
Color and black-and-white: Up to 30 ppm
2
First-PageOut
Resolution
As fast as 16 seconds from Ready mode
4
Copying
features
5
Scanning
features
Color copying, reduce/enlarge from 25 – 200%, two-sided
copying, collation, contrast adjustments, image
adjustment, content orientation,
Scanner type: Flatbed, ADF
Scan resolution, optical: Up to 600 dpi
Bit depth: 30-bit
Scan size (flatbed), maximum: A4, Letter, A3
Scan size (ADF), maximum: A4, letter
Scan speed black (normal): Up to 40 ppm
Duplex ADF scanning: Yes
Automatic document feeder capacity: 50 sheets
File types: PDF, JPG, TIFF,
6
Faxing
features
7
Processor
Up to 33.6 kbps, fax forwarding, fax polling, speed dial,
junk barrier, auto redialing, auto fax reduction, Windows
faxing supported, up to 50,000 pages fax memory
600 MHz or Higher
8
Memory
512 MB
9
HDD
Standard / 80 GB
10
Duty Cycle
Up to 200,000 pages
11
Paper Input
12
Duplex
50-sheet ADF, 100-sheet multipurpose tray 1, 500-sheet
trays 2
Yes - Automatic
13
Paper Sizes
3
Up to 1200 x 1200 dpi
50-sheet automatic document feeder (ADF): A3, A4, B4,
B6, letter, legal,
16
Complied
(Yes/No)
SSL VPN APPLIANCE
Complied
(Yes/No)
Feature Requirements
Hardware:
SSL VPN should be appliance based solution with purpose built hardware.
Appliance Should have four Gigabit Ethernet interfaces (4x 10/100/1000Base-T
Ethernet).
SSL VPN solution must Support 100 concurrent users and scalable up to 500
concurrent users on same appliance with no additional license upgrade
Should have minimum 1 Gbps SSL throughput
Should support at least 5 Virtual portal/virtual context and support up to 256
Virtual portals
Must have integrated SSL hardware card for SSL encryption and decryption.
Cluster & failover
The SSL VPN solution must be in high availability mode with 1+1 clustering and
Active-Standby support.
The appliance must provide single management console for cluster configuration
Should provide automated configuration synchronization from one node to
another node in cluster.
Should support configuration rollback function to reset to previously
synchronized configuration.
SSL features
Clientless access
SSL VPN solution should be 100% client less for web based applications
must support for web based SSH access for VPN users
should support URL masking of internal FQDN and IP addresses
should maintain original server access control policies while accessing the file
resources through VPN
must support Single Sign-On (SSO) for web based applications and web based
file server access
Should have secure access solutions for mobile PDAs, Android smart phones, I
pad, IPhones.
Should have support web based not client based access to Desktop PC, servers
and virtual infrastructure remotely through internet or intranet
should support access to thin client applications i.e. Citrix Presentation Server
applications, Microsoft Terminal Services applications and Telnet thin client
Network & Application Access
Should support any IP based application with bidirectional communication i.e.
should support both server and client initiated traffic.
On demand provisioning of L3 VPN client using ActiveX or JAVA applet,
standalone and command line L3 VPN client support
Should support different network pools defined per user or group
Should support IPSEC tunneling within SSL VPN tunnel.
Should support spilt tunnel, full tunneling control, network drive mapping, IP
address assignment based on user, group, DHCP & radius
must provide a single gateway access and common user experience across all
platforms—including Windows®, Windows Vista, Windows Mobile, Linux® and
Macintosh®, Windows 7
17
Should support L4 tunneling of fixed-port TCP applications, including common
mail applications such as Microsoft Exchange and Lotus Notes.
Should have provision to define L4 tunnel policies based on destination ip
address, destination subnet and application executable.
Authentication and Authorization
Should support following Authentication methods:a) Active Directory
b) LDAP
c) Secure ID
d) RADIUS
e) Local database
f) Certificate based authentication
SSL VPN solution must provide ranking of at least 4 authentication methods for
granular authentication of VPN users
Should support multi domain LDAP support.
Should able to restrict the users logins based on Hard disk ID, MAC address and
custom checks
Appliance must support Access control options based on:a) User and group
b) Source IP and network
c) Destination network
e) Service/Port
f) Host name or IP address
g) IP range
h) Subnet and domain
I) Day, date, time and range
End point security
Should able to define device class based on IP Address, IP Range, Registry, OS,
DNS IP, Domain Name, Gateway parameters to support multiple end point
security policies
should support multiple functions to define granular device class and end point
security policies
Should provide provision to configure success and failure URL on system. Users
should able to redirect to appropriate URL based on end point security check.
Appliance should provide options to define end point security policies based on
following options:a) should scan for personal firewalls, anti-virus, OS, service packs
b) should have option to define customized rules for a range of apps, registry
checks, patches
c)Should do cache cleaning when the session is over and when the browser is
closed
Should support two stage security checks for VPN users. Non complied users
should allow to access low level resources i.e. only web based resources.
Application acceleration and Virtualization
Software based compression module on same appliance for HTTP based
applications for improved end user experience on slower links.
Hardware SSL key exchange and bulk encryption; performed in kernel.
Cryptographic functions must be performed by dedicated SSL card and must not
affect the main CPU
SSL VPN solution should support reverse proxy architecture
18
should support 5 virtual portals/contexts and scalable to 256 portals/contexts
on same appliance
Each virtual portal/context must have its own independent portal page,
authentication, authorization and resource access policies to support multiple
communities in organization
Should support network separation for each virtual portal/context
should provide delegate management and role based access control for virtual
portal/contexts
should have provision to limit number of concurrent users per virtual
portal/contexts
Security & management
should have integrated state full SSL firewall module with default "deny all"
implicit policy
should support passive and active layer-7 content filtering
SSL VPN should provide support for AES, DES/3DES, SHA/MD5, TLS protocols.
SSL VPN should provide Role based access control for administration
integration with third party SIEM tools for log event management and
correlation
Integration with out of the box auditing and reporting module for detailed logs
for user authentication, web access, VPN access, and system management
Should support the following monitoring and logging option, User connection
monitoring, event alarms, SNMP integration, Support for central SYSLOG server.
Should have support SSH CLI, Direct Console CLI, SNMP, single console
connection for Cluster, Web GUI for management
The appliance should provide detailed logs and graphs for real time and time
based statistics
Should provide real time statistics on connected users, IP address, TCP
connections, and system utilization should be integrated into appliance.
Product / OEM Evaluation Criteria
OEM (Original Equipment Manufacturer) should provide references for at least 3
similar deployments in INDIA
Proposed SSL solution must be ICSA certified and should be listed vendor on
ICSA LABS with SSL-TLS VPN 3.0 certification
19
Layer 2 Gigabit Switch
S.
No.
1
2
Feature Requirements
Complied
(Yes/No)
Rack Mountable: Mountable in standard 42U, 19" rack.
24 ports, 10/100/1000 Base autosensing with 2 Nos. GBIC/SFP Slots (Number
=2) populated with 1000 Base-Sx modules
Switch with console port CLI based Configuration
3
Min 48 Gbps switching fabric and 35 Mpps forwarding rate for 24 port switch.
4
IEEE 802.3ad support required
5
Link Aggregation Control Protocol (LACP) to aggregate 4x1Gbps i.e. 4Gbps
uplink
Management:
6
7
SSH v2,SNMP v1/v2c/v3,IGMPv1v2v3, RMON I, VLANs, GUI, SSL Web based
interface.
Compatibility with network mgmt. with auto discovery & management.
8
Manageability on per port basis.
9
Per-port broadcast, multicast, unicast storm control to prevent faulty end
stations from degrading overall systems performance.
10
Security:802.1x support, RADIUS support, MAC address based port level
filtering support
11
Quality of Service: The switches should support the aggregate QoS model by
enabling classification, policing/metering & marking functions on a per-port
basis at ingress and queuing/scheduling function at egress
12
The switches should support QoS classification of incoming packets for QoS
flows based on Layer 2, Layer 3 & Layer 4 fields.
13
TFTP & NTP support, Support for syslog
14
Compliant to Standards such as IEEE 802.1x, 802.1w, 802.1s, 802.3x,
802.1D, 802.1p, 802.1Q, 802.3ad, 802.3u, 802.3ab, 802.3z
15
Switch should Support IPv4 and IPv6 protocols
20
Sl. No.
Item
WORKSTATIONS
Feature Requirements
1
Processor
2 x Intel xeon E5-2650, 2.0 Ghz or Higher
2
Chipset
Intel C602
3
RAM
4
Drive Controllers
32GB ECC, DDR3, 1600MHz memory; 16DIMM Slots,
Support up to 512GB of RAM
onboard 6-Channel SATA (RAID 0,1,5,10)
5
Graphics Card
2 x Nvidia quadro 6000 6GB or equivalent latest
6
Bays
2 x External 5.25’’
2 x Internal 3.5’’
7
Slots
8
Ports
Two PCIe x16 Gen 3; two additional PCIe x16 Gen 3 ;
one PCIe x16
Gen 3 wired x4; one PCIe x16 Gen 2 wired x4; One
PCI 32bit/33MHz
Front: 1 x USB 3.0, 3 x USB 2.0, 1 x 1394a
Rear: 1 x USB 3.0, 5 x USB 2.0, 2 x RJ45 Gigabit LAN
ports for redundancy, 1 x Serial
9
10
Webcam,
Headphone
Power Supply
11
Operating System
12
Antivirus
13
Certification and
Additional
Software
14
Warranty
Webcam with minimum 2 Megapixels & Headphone
with Mic
1300W externally accessible, toolless, 80 Plus® Gold
Certified, 90% efficient
Minimum Win 7 Pro 64 Bit or Latest
Preloaded Antivirus (McAfee/Symantec or equivalent
for 3 Years validity)
1. The hardware vendor should supply an automatic
system performance tuning software, which ensures
optimum performance tuning for leading
CAD/CAM/CAE soft wares on Windows.
2. System Software Manager should be available free
of cost.
3. A complete Offline Diagnostics and Asset Discovery
software suite should be supplied along with the
system.
3 years onsite parts and labor warranty for system
and monitor
21
Complied
(Yes/No)
Sl. No.
Item
1
Operating
System &
Clustering
Support
Capacity &
Scalability
2
3
Architecture
& Processing
Power
4
No Single
point of
Failure
5
Disk Drive
Support
SAN Storage 5TB
Feature Requirements
The storage array should support industry-leading
Operating System platforms & clustering including:
Windows Server 2003, Windows Server 2008,
Vmware, Sun Solaris, HP-UX and IBM-AIX etc.
Offered Array shall be scalable to at-least minimum
of 240 numbers of Drives. in a single storage system.
The Storage should be configured with 5 TB of usable
capacity using 450GB or higher FC / SAS 10K RPM or
higher disk to be configured in RAID5.
1. Vendor shall offer minimum Dual controller and
shall be scalable to at-least Quad controllers for
performance and scalability. Controllers shall be true
active-active so that a single logical unit can be
shared across all offered controllers at the same
time.
2. For high performance and availability perspective,
bidder shall ensure that no more than 2 number of
drive shelves are connected to separate dedicated
Back-end ports/Lane.
3. Offered Storage architecture shall be based on
purpose built ASIC / XOR / Separate External Engine
so that there shall be no load on the storage CPU
during Raid Parity calculations.
4. In case vendor doesn’t have above ASIC
functionality then additional 16GB read and write
cache shall be provided per controller pair to balance
the performance.
Offered Storage Array shall be configurable in a No
Single Point of configuration including Array
Controller cards, Cache memory, FAN, Power supply
etc.
1. When using or offering more than 2 controllers
then all the offered controllers shall be
interconnected either in Crossbar / Direct Matrix /
Meshed architecture for maximum performance.
2. The storage array should support dual-ported
300GB / 600GB hot-pluggable Enterprise FC/SAS,
and should support minimum 50GB Solid State drives
and S-ATA (2000GB) drives in the same disk shelf.
6
Cache
3. Offered storage shall be end to end running at
minimum 4Gbps.
The storage array should have a minimum of 16GB
Cache for data and control operation. Cache shall be
used only for data and control operation and shall not
have any overhead of operating system Cache shall
be scalable to 32GB for data and control operations
in the same Storage Array.
22
Complied
(Yes/No)
7
Raid Support
8
Virtualization
The storage array should support hardware based
RAID 0, 0+1, 1, 5 and 6 levels.
1. Offered storage array shall have native
virtualization support so that Raid 1. Raid 5, Raid
1+0, Raid 6 can be carved out from a logical space
instead of dedicating separate physical disks for each
application.
9
Data
Protection
10
Host Ports &
Back-end
Ports
11
Global Hot
Spare
12
Performance
13
Thin
Provisioning
14
Maintenance
2. Every supplied disk shall be able to participate into
multiple and different raid sets simultaneously
Incase of Power failure, Storage array shall be able
to hold data in the cache for at-least 96 hours of time
or de-stage to disk drive so that un-committed
information can be protected.
1. Offered Storage shall have minimum of 12 host
ports scalable to 16 Host Ports for servers’
connectivity and 16 device ports/Lanes scalable to
32device ports/lanes for disk connectivity in a nondisruptive fashion.
2. Offered storage system shall support mixing of FC
and ISCSI ports. Offered storage system shall be
supplied with two additional native IP ports for
storage based replication.
offered Storage Array shall support distributed Global
hot Spare for offered Disk drives.
Storage subsystem shall be supplied with
Performance Management software for real time
performance management in a GUI. Offered Storage
shall have audited third party performance
benchmark where at-least 3 storage vendors have
participated.
1. Offered storage array shall have support for Thin
provisioning and Thin Re-claim to make the volume
thin for an extended period of time.
2.Thin Re-claim (Zero Page reclaim) inside storage
subsystem shall be automatic in nature and there
shall be no need to run any utility inside storage for
same. Thin Re-claim inside storage shall not cause
any overloading of Storage CPU and shall be able to
claim the Zero pages even during peak load without
any performance impact.
Offered storage shall support online non-disruptive
firmware upgrade for both Controller and disk drives.
23
15
Business
Copy
1. Offered Storage shall have support to make the
snapshot and full copy (Clone) on the thin volumes if
original volume is created on thick or vice-versa.
2.The storage array should have support for space
re-claim for deleted thin provisioned snapshot.
3.Vendor shall provide 20% additional capacity for
the overall configured capacity if space re-claim from
deleted thin provisioned snapshot is not supported.
16
Storage
Array
Configuration
&
Management
Software
Performance
and Other
Management
Vendor shall provide Storage Array configuration and
Management software.
17
1. Vendor shall also offer the performance
management software for Storage Array.
2. Storage subsystem shall be offered with Thin
Provisioning software and License for the complete
offered capacity.
18
Upgrade
19
Remote
Replication
3. Storage subsystem shall support non-disruptive
online volume migration from one tier to another tier
and from one raid set to another raid-set without any
interruption into host operations.
Offered storage shall support non-disruptive online
firmware upgrade for both Controllers and disk
drives. Offered storage shall support dynamic
migration of Volume from one Raid set to another set
while keeping the application online.
The Storage array shall also support three ways (3
Data Centers) replication to ensure zero RPO. Offered
storage array shall support incremental replication
after resumption from Link failure or failback
situations.
24
Supply, Installation and Maintenance of Servers, and other
hardware and software components at MAP_IT, Bhopal for CoE
Project
(Tender no. MPSEDC/CoE/2014/261)
Financial Bid
Sl. No.
Item
Qty in
Nos.
1
High end Rack Server ( 4 PROCESSOR , 8 CORE)
2
2
Network Laser Printer
2
3
Color Multi Function Printer
2
4
SSL VPN Appliance
2
5
24 port Layer 2 Gigabit Network Switch
2
6
Dual CPU Intel Workstations
7
San Storage 5TB
8
Microsoft Visual Studio Professional with MSDN
Unit Price .
Total Price .
20
1
10
Total .
VAT .
Grand Total .
Rupees (In words)…………………………………………………………………………………………
…………………………..only)
NOTE:•
The quantity of hardware may be changed as per requirement.
Payment shall be made as per actual quantity installed.
•
We further confirm our acceptance to the terms & conditions of the
tender document.
Signature and Seal of Bidder
25
Supply, Installation and Maintenance of Servers, and other
hardware and software components at MAP_IT, Bhopal for CoE
Project
(Tender no. MPSEDC/CoE/2014/261)
CHECKLIST OF SUBMISSION OF DOCUMENTS
BIDDER NAME:
S.
No.
Particulars
a
Tender document with sign & seal
of bidder(scanned copy)
b
Document Of Incorporation of
Bidder
c
Tin No of Bidder
d
Service Tax No of Bidder
e
PAN No of Bidder
f
Balance Sheet & Profit & Loss A/c
of Last 3 years of Bidder
g
Copy of the audited balance sheet
of Manufacturer
h
Certificate - ISO 9001-14001, ISO
9001-2008
i
List of clients of Bidder (including
size of orders executed)
j
Manufacturer’s Authorization of
ítems quoted
k
Technical Compliance on the
manufacturers letter head with
make & model
l
Document
Submission Status
Satisfactory completion Certificate
along with the work order for the
Supply, Installation of Hardware for
a minimum value of . 100 lakh in
government sector (Bidder /
Manufacturer)
26
Page No in Tender offer
submitted
27