Request for Proposal For Empanelment of OEM for Supply, Installation [PDF]

Nov 9, 2016 - For the General Bid, Bidders should upload attested scanned copies of the following basic documents along

3 downloads 4 Views 7MB Size

Recommend Stories


Request For Proposal for
And you? When will you begin that long journey into yourself? Rumi

Request for Proposal in PDF
Don't fear change. The surprise is the only way to new discoveries. Be playful! Gordana Biernat

request for proposal for design
Seek knowledge from cradle to the grave. Prophet Muhammad (Peace be upon him)

Request for Proposal
If your life's work can be accomplished in your lifetime, you're not thinking big enough. Wes Jacks

Request for Proposal
Sorrow prepares you for joy. It violently sweeps everything out of your house, so that new joy can find

Request for Proposal
Do not seek to follow in the footsteps of the wise. Seek what they sought. Matsuo Basho

request for proposal
Don’t grieve. Anything you lose comes round in another form. Rumi

Request for Proposal
We may have all come on different ships, but we're in the same boat now. M.L.King

REQUEST FOR Proposal (RFP)
Stop acting so small. You are the universe in ecstatic motion. Rumi

REQUEST FOR PROPOSAL (RFP)
Happiness doesn't result from what we get, but from what we give. Ben Carson

Idea Transcript


Request for Proposal For Empanelment of OEM for Supply, Installation, and AMC of Server, Computer, Laptop and Peripheral items NIT Number: JAP-IT/OEM/HW/2016

Jharkhand Agency for Promotion of Information Technology (An Autonomous body under Department of e-Governance & Information Technology, Govt of Jharkhand) Ground Floor, Engineers Hostel – II, Near Golchakkar, Dhurwa, Ranchi, Jharkhand Phone : 0651-2401040, 2401067, 2401041, 2401044 Fax : 0651-2401040

Contents 1.

GENERAL INSTRUCTIONS____________________________________............................ 4 1.1

ISSUER ................................................................................................................................................ 4

1.2

CONTACT PERSON ............................................................................................................................. 4

1.3

KEY EVENTS & DATES ........................................................................................................................ 5

1.4

Procurement of RFP Document ........................................................................................................ 6

1.5

Pre Bid Conference ............................................................................................................................ 6

1.6

Amendment of RFP Document ......................................................................................................... 7

1.7

Venue and Deadline for submission of proposal ............................................................................. 7

1.8

Eligibility criteria................................................................................................................................ 7

1.9

EPANELMENT OF BIDDERS ................................................................................................................ 9

1.10

DELIVERY AND PENALTY ................................................................................................................... 9

1.11

INSTALLATION SCHEDULE AND PENALTY ....................................................................................... 11

1.12

PAYMENT TERMS ............................................................................................................................ 11

1.13

WARRANTY & MAINTENANCE ........................................................................................................ 13

1.14

PRICE VARIATION CLAUSE............................................................................................................... 14

1.15 1.16 2.

3.

FORCE MAJEURE .......................................................................................................................... 14 EARNEST MONE Y/SECURITY DEPOSIT AND TENDER FEE .............................................................. 15

NOTICE INVITING TENDERS ..................................................................................... 16 2.1

Instructions ...................................................................................................................................... 17

2.2

DOCUMEN TS TO BE FURNISHED WITH GENERAL BID .................................................................... 19

2.3

e-Procurement related instructions ................................................................................................ 20

GENERAL BID ............................................................................................................... 21 3.1

Indicative e-Forms (it may be changed and uploaded after corrigendum if any) ........................... 21

3.2

CHEKLIST .......................................................................................................................................... 25

3.3

BIDDER UNDERTAKING .................................................................................................................... 27

3.4

GENERAL TERMS AND CONDITIONS ................................................................................................ 30

SPECIAL NOTE TO BIDDERS .......................................................................................................................... 34 3.5

4.

BID EVALUATION.............................................................................................................................. 35

3.5.1

GENERAL AND TECHNICAL EVALUATION ................................................................................. 35

3.5.2

FINANCIAL EVALUATION .......................................................................................................... 36

TECHNICAL BID ........................................................................................................... 37

4.1

BID LETTER ....................................................................................................................................... 37

4.2

BACKGROUND .................................................................................................................................. 39

4.3

TECHNICAL SPECIFICATIONS ............................................................................................................ 39

4.3.1 5.

List of immediate hardware requirement ............................................................................... 39

Financial Bid................................................................................................................. 168

1. GENERAL INSTRUCTIONS____________________________________ The Jharkhand Agency for Promotion of Information Technology (JAP-IT) intends to purchase Server, Computer, and Laptop on rate contract model. The invitation to the bid is for “Empanelment of OEM for Supply and Installation of Server, Computer, and Laptop with 3 years onsite comprehensive warranty and AMC for additional 2 years”. Submission of bids shall be deemed to have been done after careful study and examination of the RFP document with full understanding of its implications. This section provides general information about the Issuer, important dates and addresses and the overall eligibility criteria for the bidders. 1.1

ISSUER

Jharkhand Agency for Promotion of Information Technology (herein after referred to as JAP-IT) is an autonomous body under Department of e-Governance & Information Technology, Govt of Jharkhand, invites proposals from leading manufacturers in the respective Industry for “Empanelment of OEM for Supply and Installation of Server, Computer, and Laptop under 3 Years warranty and subsequently carrying out AMC for a period of additional 2 years from the date of warranty expiry”. 1.2 CONTACT PERSON CEO, Jharkhand Agency for Promotion of Information Technology, Ground Floor, Engineers Hostel – II, Near Golchakkar, Dhurwa, Ranchi, Jharkhand Phone : 0651-2401040, 2401067, 2401041, 2401044 Fax : 0651-2401040

1.3 KEY EVENTS & DATES Sl. No

Particular

Details

1.

Tender Reference

JAP-IT/OEM/HW/2016

2.

Tender issuing Authority

JAP-IT

3.

Name of the Project

Supply, Installation, Commissioning, of Rate contract for a period of one year with 3 years warrantee and AMC for additional 2 years

Cost of the Tender document

Rs. 15,000/- ; A Demand Draft in favor of CEO, JAPIT, payable at Ranchi.

Earnest Money Deposit

Rs. 2,00,000/- ; A Demand Draft in favor of CEO, JAPIT, payable at Ranchi.

Date of commencement

09/Nov/2016 of issue of tender document

Last date and time for queries for Pre-Bid meeting

24/Nov/2016

4.

5. 6. 7.

8.

9.

PreBid Meeting

Date: 25/Nov/2016 , Time 3:30 PM, JAP-IT Near Golchakkar, Dhurwa, Ranchi-834004

Last Date and Time, original Bid security and cost of

14/Dec/2016, 5:00 PM

tender document

Last date & Time For online 10. submission of Bids Date 11. Bids

of opening of Technical

Date of opening of Commercials 12. Bid

14/Dec/2016 , 4:00 PM 16/Dec/2016 , 4:00 PM

Will be announced later JAP-IT,

Address of Communication/Purchase of 13. Tender document/Submission of Proposals

Engineers Hostel No. – 1, Near Golchakkar, Dhurwa, Ranchi-834004 Tel: 0651 – 2401040, 2401041 Fax: 0651 – 2401040

14. 15.

Contact E-mail Id

[email protected] and [email protected]

Contact Person

OSD JAP-IT, DoIT

A copy of the tender document should be downloaded from http://www.jharkhand.gov.in and http://jharkhandtender.gov.in . The cost of tender document should be paid along with the submission of the tender as per the above said schedule.

1.4 PROCUREMENT OF RFP DOCUMENT The RFP document can be downloaded from the website www.jharkhand.gov.in orhttps://jharkhandtenders.gov.in. In order to attend the pre-bid meeting and response for his/her queries. Bidder has to pay the cost of tender document in form of demand draft along with the tender document at the time of final tender submission or can pay the amount through Demand Draft to the last date of tender submission. The cost of tender document is Rs. 20,000/- (Rupees Fifteen Thousand Only) which is non-refundable. This fee shall be paid in form of demand draft of any nationalized bank located in India, payable at Ranchi, drawn in favour of C.E.O “Jharkhand Agency for Promotion of Information Technology” 1.5 PRE BID CONFERENCE The JAP-IT shall organize a Pre Bid Conference on the scheduled date and time at JAP-IT, Ranchi. The JAP-IT may incorporate any changes in the RFP based on

acceptable

suggestions

received

during

the

interactive

Pre-Bid

Conference. The decision of the JAP-IT regarding acceptability of any suggestion shall be final in this regard and shall not be called upon to question under any circumstances. The prospective bidders shall submit their questions in writing to reach JAP-IT on or before date and time mentioned in section 1.3. It may not be possible at the Pre Bid Conference to answer questions which are received late. The responses will be conveyed to all the prospective bidders (by way of hosting amendments / clarifications on the website i.e. at www.jharkhand.gov.in, https://jharkhandtenders.gov.in) in accordance with the respective clauses of the RFP and no participant would be intimated individually about the response of the JAP-IT. Maximum 2 (two) personnel from each bidder will be allowed to participate in the

pre-bid conference. 1.6 AMENDMENT OF RFP DOCUMENT JAP-IT may, for any reason, whether at own initiative or in response to a clarification requested by a prospective Bidder, modify the bidding document by amendment. All the amendments made in the document would be published in the website of www.jharkhand.gov.in and /or

www.jharkhandtenders.in . All

such amendments shall be binding on bidders. The bidders are also advised to visit the aforementioned websites on regular basis for checking necessary updates. The JAP-IT reserves the rights to amend the dates mentioned in clause 1.3 of this volume for bid process. 1.7 VENUE AND DEADLINE FOR SUBMISSION OF PROPOSAL Proposals for " Empanelment of OEM for Supply and Installation of Server, Computer, and Laptop with 3 years onsite comprehensive warranty and AMC for additional 2 years" must be uploaded in the sitewww.jharkhandtenders.in as per defined schedule in section 1.3. JAP-IT shall not be responsible for any delay in uploading the documents. No further correspondence on this matter will be entertained. 1.8 ELIGIBILITY CRITERIA 1. A Bidder should be an Original Equipment Manufacturer (OEM) for last ten years. 2. OEM should be an ISO 9001:2008 certified Company. The bidder should enclose a copy of quality certificate from a globally recognized institution for their manufacturing /assembly / system integration facilities anywhere located in INDIA or abroad. 3. The bidder’s annual sales turnover from sale of computer systems should be at least Rs. 100 Crores (Rupees Hundred Crores) during the each fiscal year i.e. 2012-13, 2013-14 & 2014-15. Bidders must submit copy of audited balance sheet as proof of turnover, highlighting the turnover part. Bidder may attach CA certificate in this regard. 4. In last three years, Bidder or Authorized partners must have completed the one purchase order amounting Rs. 5 Cr. anywhere in India, Or Two purchase orders of Rs. 3 Crores anywhere in India

Or Three purchase orders of Rs. 2 Crores anywhere in India Or Five Purchase orders of minimum each of Rs. 1 Crores anywhere in India. 5. The Bidders or Authorized partners must have executed one single order of minimum 500 Desktop Computers/ Laptops issued by Govt. Departments/ PSUs/ nationalized banks in past three years anywhere in India. 6. The Bidders or Authorized partners must have state wide infrastructure support in the form of franchises or OEM service centres in at least 6 Divisional HQs and Service engineer support. The contact details of service centre and service engineer must be attached with the bid. In case service centres are not available in all 6 Divisional HQs, then bidder should furnish an undertaking that within 3 months of agreement it will be started. 7. The registration number of the Bidders or Authorized partners along with the CST/ VAT No. allotted by the sales tax department, as well as PAN number of the firm allotted by the income tax department should be submitted, failing which bidder’s bid would become invalid & same shall be rejected. 8. The Bidders or Authorized partners should be registered with Service Tax department of the Government of India. Enclose copy of the valid Registration No. 9. Bidder at the time of bidding should not have been blacklisted by any State Government or by any State agencies in India. 10.The Bidders or Authorized partners should have following certification/ documentation a. ISO 9001, and ISO 14001 certification. b. ROHS (Restriction of Hazardous Substances) Compliance c. UL (Underwriting Laboratories) 60950 / ERTL (Electronics Regional Test Laboratory d. Energy Star 4.0 The Bidders are requested to furnish documents to establish their eligibility for each of the above clauses. If tender were not accompanied by all the above documents mentioned, the same would be rejected. Request for subsequent submission of any of the above document may not be entertained. However, JAP-IT reserves the right to seek fresh set of documents or seek clarifications on the already submitted documents. All documents should be submitted electronically in PDF format. However, Financial Bid should be submitted in XLS format. Upon verification / evaluation, if in case any information furnished by the Bidder during evaluation is found to be false / incorrect, their bid / empanelment shall be summarily rejected / terminated and no correspondence on the same shall be entertained. THE BID SUBMITTED BY ANY BIDDER NOT FULFILLING THE ELIGIBILITY

CONDITIONS CONSIDERED

/CRITERIA

STIPULTED

ABOVE,

WILL

NOT

BE

1.9 EPANELMENT OF BIDDERS 1. The empanelment will be valid for a period of 12 (Twelve) months in the first instance from the date of empanelment. It may be extended for a further period depending upon the need of JAP-IT’s project requirements with mutual consent. 2. All empanelled Bidders shall have to enter into a written agreement with JAPIT for honouring all tender conditions and adherence to all aspects of fair trade practices in executing the purchase orders placed by JAP-IT on behalf of its clients. 3. In the event of an empanelled Company or the concerned division of the Company is taken over /bought over by another company, all the obligations and execution responsibilities under the agreement with the JAP-IT, should be passed on for compliance by the new company in the negotiation for their transfer. 4. If the name of the product is changed due to any reason, the renamed product should have equivalent or superior technical specifications. 5. In case any selected bidder refuses to sign empanelment within 15 days of communication from JAP-IT, the offer would be treated as withdrawn. Every bidder will be asked to match L1 rates for "In Lieu of items" based on price quoted by bidders in this tender. 6. In case of empanelled bidder is found in breach of any condition(s) of tender or supply order, at any stage during the course of supply / installation or warranty period, the legal action as per rules/laws, shall be initiated against the bidder andEMD/Security Deposits shall be forfeited, besides debarring and blacklisting the bidder concerned for at least three years, for further dealings with JAP-IT. 7. JAP-IT may, at any time, terminate the empanelment by giving written notice to the empanelled OEMs without any compensation, if the empanelled OEM becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to JAP-IT. 1.10 DELIVERY AND PENALTY

1) The schedule to be given for delivery at site is to be strictly adhered to in view of the strict time schedule for implementation of various Projects. Any unjustified and unacceptable delay in delivery beyond the delivery schedule as per Purchase Order (which shall not be more than as mentioned in Table 1 from the date of Purchase Order) will render the vendor liable for liquidated damage at the rate 1% (one percent) per week subject to a maximum of 6 weeks, six (6%) and thereafter JAP-IT holds the option for cancellation of the order for pending supply, and procure the same from any other Manufacturer, forfeiting the EMD/Security deposit of the OEM. Also, JAP-IT has option to procure the items from alternate source at the risk and cost of the defaulting OEM (Vendor). Proof of Delivery/Installation duly signed by the JAP-IT / User / Department local officials, with his name, date of delivery, designation and office seal, legibly recorded, should reach JAP-IT within 30 days after the date on which the item(s) was delivered / installed. Computer/Laptop/Printer/others Sl. No. 1 2 3

Quantity

Delivery Period

1-50 51-200 201 and above

4 weeks 5 weeks 6 weeks

Server and Storage Sl. No. 1 2 3

Quantity

Delivery Period

1-5 6-25 25 and above

6 weeks 8 weeks 9 weeks

2) If the delivery, of whole or in part, is delayed beyond 4 weeks from last date of delivery as given in the purchase order, JAP-IT will have option to cancel the purchase order to the extent of unfulfilled part of the purchase order. JAP-IT will be free to procure the remaining items from alternate sources at the cost and risk of the defaulting vendor. JAP-IT can cancel the order and impose a cancellation charge of 2% in addition to LD penalty of the value of unsupplied items, which will be recovered from the pending bills or BG/Security Deposit or by raising claims. In extreme case, JAP-IT reserves the right to forfeit the Bank Guarantee /Security Deposit of the bidder.

3) JAP-IT will impose penalty on total value of purchase order (as per clause no 1 of this section) if the delivery of more than 20% of the total order value is delayed beyond the last date of delivery. If the delivery is delayed for the item(s) whose value is equal or less than 20% of the total order value, the penalty shall be applicable on the delayed equipment only. 4) The agency shall provide System manual and User manual along with each item supplied, even if more than one item is ordered for a single location. 5) If the delivery, of whole or in part, is done in those locations / offices that is not specified in the list (provided by JAP-IT), the penalty of late delivery will be imposed as per the above clauses. 1.11 INSTALLATION SCHEDULE AND PENALTY 1) Bidder should install these items at specified site without any additional charge. Installation should be completed within 15 Days (Fifteen Days) from the scheduled or actual date of delivery whichever is later for all locations. If the scheduled date of delivery /installation falls on holiday / nonworking day (at the delivery location), the next working day shall be treated as due date of delivery / installation. The delay in installation will carry a penalty of 0.2% (point two percent) for a period of 15 days and 0.4% (point four percent) per day for next 15 days subject to maximum 30 days in total. Thereafter, JAP-IT holds the option to get the procured item install through alternate sources at the risk and cost of the defaulting vendor. A sticker mentioning the service support call centre number of the vendor should be pasted on each supplied item. An installation certificate as per format given in Annexure-C must be obtained from user or local govt. officials as then case may be. 2) For Site Not Ready (SNR) cases (if applicable), vendor requires to submit SNR certificate as per Annexure- (B): SNR signed by user or local govt. officials / User Department. However, regarding readiness of site, the decision of the User Department/JAP-IT/ Local Govt. officials will be final. No penalty will be imposed for SNR cases, however, vendor has to install the items within 15 days as per above clause of receipt of Site Ready notice from User/JAP-IT / Local govt. officials else it will attract penalty as per above clause recoverable from Bill. 3) The items to be supplied should work under the specified Operating Systems viz. Windows and Linux (all versions). It shall be the responsibility of the Vendors supplying the items to provide appropriate device drivers and solutions for these system software platforms. 1.12 PAYMENT TERMS 1) A bill/ Invoice need to be submitted (Three copies) in the name of JAP-IT , Ranchi soon after the delivery of the items along with a copy of the duly receipt delivery challan.

2) The vendor has to submit the self-certification letter before claiming the payment, stating that they have delivered (in case of payment after delivery)/ installed (in case of payment after installation) the equipment’s/ items properly as per purchase order (P.O. no. --- and date---) in the specified sites (site names as annexure or write here) which has been provided by JAP-IT . If whole or part of specified items are not found in the specified sites (as list provided by JAP-IT), it will be assumed that their delivery has not been done and penalty may be imposed on vendor as per clause mentioned in section 1.10. Delivery & installation has to be done by the same vendor at the correct address on their own cost. 3) The payment will be made to vendor as per following:

S.No .

Percentage (%) of payment

Condition/ Milestone

1.

0%

No Advance payment shall be made.

2.

80%

On successful delivery at respective locations. Delivery certificate (Original, Duly sealed & signed) is to be obtained from the end user. The bills for payment would only be raised after that.

3

10%

On successful installation and/or commissioning at respective locations. It is essential to have no complaint from the user regarding performance/ shortcoming of the installed System. Specification for Supplied item will be checked by JAP-IT or by authorized agency. It is also essential to have the satisfactory verification report from authorized agency.

4.

10%

After 12 months of successful performance at places of Installation. During these twelve months period, it is essential to have no complaint Or, Payment may be released after submitting the equal amount of Bank Guarantee after 3 months from the date of installation if no complaints are received from user in this period.

Note: Remittance charge on payment made shall be borne by the bidder.

4) Payments shall be subject to deductions of any amount for which the empanelled vendor is liable under the empanelment. Further, all payments shall be made subject to deduction of TDS (Tax deduction at Source) as per the Income-Tax Act, 1961 and any other taxes. 5) With every invoice an undertaking by bidder is to be submitted as “rates charged are reasonable and competitive with the current market price”. 1.13 WARRANTY & MAINTENANCE 1) All items shall be quoted with Three Years on-site comprehensive warranty support from the date of installation including free spare parts, kits etc excluding the consumable Note: One year onsite warranty would be for battery of UPS and laptop adapter. 2) If site gets ready and equipment is installed within 6 months of date of delivery then warranty will start from installation date. But, in case, site does not get ready even after 6 months from the date of delivery, then warranty will start after 6 months from the delivery date. 3) All empanelled vendors shall have to enter into a written agreement with JAP-IT for honouring all tender conditions and warranty maintenance support, through a mechanism suitable to vendor and JAP-IT. 4) All empanelled vendors shall have to maintain an on-line fault booking & monitoring system for complaints including submission of Quarterly Reports or reports as and when required by JAP-IT. Empanelled vendor has to provide a link, so that, reports can be viewed and downloaded. 5) The vendor should fulfil the following conditions during warranty period:a. Any failure in the System should be rectified within maximum period of 48 hours of lodging complaint at Divisional Head Quarter Districts in the State. Normal transit time not exceeding 24 hours additionally will be allowed if the Site happens to be other than Divisional Head Quarter Districts in the State. b. If any of the system is down beyond 48 hours at Divisional Head Quarter Districts in the State or 72 hours (at other Sites) as the case may be, penalty will be levied per day per item/system at the rate of 0.25%. Maximum penalty during the warranty period will be to 5% of the equipment value in a year. Beyond that JAP-IT reserves the right to terminate the rate contract and forfeit the PBG submitted by the vendor. c. Any item failing at sub-component level more than three times in three months, displaying chronic system design or manufacturing defects or Quality Control problem will be replaced by the vendor at his cost and risk within 30 days, from the date of last failure. 6) On completion of the Warranty period, the Security Deposit without any interest accrued shall be released after satisfying that proper support has

been provided during warranty period of three years for all the items. If considered necessary, suitable amount of penalty shall be recovered from the Vendor out of their due payments or from their Security Deposit or by raising claims, while releasing the Security Deposit. 7) If vendor refuses to honour this extended warranty support, vendor may be debarred from participating in similar future tenders. 8) The bidder will have to intimate to JAP-IT in written regarding the expiration of warranty period before 3 (three) months from the date of expiry of warranty of equipment’s/ items.

1.14 PRICE VARIATION CLAUSE 1) During the validity of the empanelment including the extended period, if any, if the Bidder sells any empanelled item to any other Department/Organization at a price lower than the price fixed for JAP-IT, the Bidder must voluntarily pass on the price difference to JAP-IT with immediate effect. Similarly, in the event of lowering of Government levies subsequent to the finalization of the panel, the Bidder shall automatically pass on the benefits to JAP-IT, and in the event of increasing of Government taxes/ levies subsequent to the finalization of the panel, JAPIT shall consider the case on merit and the pro-rata benefits to the vendor may be considered if full reference with documentary evidence is submitted. 2) Bidder must have to pass on the current revised rate (less than the current market price) on quarterly basis which cannot be higher rates of empanelled rates in the rate contract. 3) During the validity of the panel, JAP-IT may ask the technically short listed Bidders to re-quote the prices based on new / advanced configurations due to technological upgradation and the Bidder(s) will be selected on the basis of procedure as per clauses under the tender document. The time difference between such re-quotes will be minimum three months except in case of the union budget.

1.15 FORCE MAJEURE Neither party shall be responsible to the other for any delay or failure in performance of its obligations due to any occurrence commonly known as Force Majeure which is beyond the control of any of the parties, including, but without to, fire, flood, explosion, acts of God or any Governmental body, public disorder, riots, embargoes, or strikes, acts of military authority, epidemics, strikes, lockouts or other labour disputes, insurrections, civil commotion, war, enemy actions. If a Force Majeure arises, the Bidder shall promptly notify JAP-IT in writing of such condition and the cause thereof. Unless otherwise directed by JAP-IT, the successful

bidder shall continue to perform his obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. The successful bidder shall be excused from performance of his obligations in whole or part as long as such causes, circumstances or events shall continue to prevent or delay such performance.

1.16 EARNEST MONE Y/SECURITY DEPOSIT AND TENDER FEE 1) The General Bid should also contain relevant supporting documents and Earnest Money Deposit (EMD) of Rs. 15,00,000 (Rupees Fifteen Lakhs only) by Demand Draft/ Irrevocable Bank Guarantee (valid 210 days) of any nationalized/ scheduled bank drawn in favour of JAP-IT, Ranchi & Tender Fee of Rs. 20,000 (Rs. Twenty Thousand only) through online payment mode only. 2) The Earnest Money Deposit of the unsuccessful bidders will be refunded without any interest within one month of the issuance of empanelment of bidder. 3) In the case of bidders whose tenders are accepted for undertaking the work assigned, this successful bidder will submit a Performance Security deposit which will be Rs 15 Lakh(Rs. Fifteen Lakhs). The same would be a Bank Guarantee and would have to be submitted at the time of agreement with 15(Fiftee) month validity from date of signing of the agreement. 4) The successful bidder will also submit an acceptance of the LoI within seven days. 5) Earnest Money Deposit of the successful bidder will be refunded on receipt of Security Deposit from the bidder. Performance Security deposit will be in the form of irrevocable Bank Guarantee drawn in the name of "Jharkhand Agency for Promotion of Information Technology." valid for the entire warranty period. If AMC is required by user office, then BG @ 10% of AMC Value has to submitted by the vendor on receiving the work order for AMC. Validity of the same should be atleast six months more than AMC period.

2. NOTICE INVITING TENDERS

(An Autonomous body under Department of e-Governance & Information Technology, Govt of Jharkhand) Ground Floor, Engineers Hostel – II, Near Golchakkar, Dhurwa, Ranchi, Jharkhand Phone : 0651-2401040, 2401067, 2401041, 2401044 Fax : 0651-2401040

Tender Ref. No. : JAP-IT/OEM/HW/2016

e-Tender Notice

Empanelment of OEM for Supply and Installation of Server, Computer, and Laptop with 3 years onsite comprehensive warranty and AMC for additional 2 years

e-Tenders are invited from the Original Equipment Manufacturers by Jharkhand Agency for Promotion of Information Technology for Empanelment of vendors for Supply and Installation of Server, Computer, and Laptop under three years warranty & AMC for additional Two years. The details of the tender document are available on the from http://www.jharkhand.gov.in and http://jharkhandtender.gov.in.

CEO, JAP-IT

2.1 INSTRUCTIONS There are three parts of tender document papers namely:General Bid Technical Bid Financial Bid 1. The tender should be submitted through e-Tendering / e-Procurement portal only. No other form of tender submission will be valid for evaluation. 2. Tenders duly filled and accompanying all supporting documents should be uploaded in the e-Procurement / e-Tendering portals per the defined

schedule in section 1.3, after which no tender would be accepted and would be liable for outright rejection. 3. The bidders can submit the EMD in form of DD prior to the last date of tender submission. The online bids will be opened at The Jharkhand Agency for Promotion of Information Technology,3rd floor, Office Chamber of Secretary, IT , Project Building, Dhurwa, Ranchi 834 001, Jharkhand. The Technical Bids of only the Bidders short listed from the General bids will be opened. Similarly, the Financial Bids of only the Bidders short listed from the Technical bids will be opened. 4. Tenders should be fully in accordance with the requirements of the General Terms and Conditions. 5. Appropriate forms furnished with this specification shall be used in filling quotation. Incomplete, illegible and unsealed tenders will be rejected. 6. All offers should be made in English. Conditional offers and offers qualified by such vague and indefinite expression such as “Subject to immediate acceptance”, “Subject to prior sale” etc. will not be considered. 7. The Price and conditions of the offer should be valid for at least a period of 365 days from the date of issue of LOI. Quotations/ Bids with validity of less than 365 days may be rejected. 8. Modification of specifications and extension of closing date of tender, if required, will be made by an Addendum. This will be uploaded in our website, https://jharkhandtenders.gov.in. 9. Bidders shall carefully examine the tender documents and the technical specification and fully inform themselves as to all the conditions and matters, which may in any way, affect the work or the cost thereof. 10. Should a bidder find discrepancies in or omissions from the specification or other documents, or should there be any doubt as to their meaning, he should at once notify JAP-IT. This however does not entitle the bidder to ask for time beyond the due date fixed for receipt of tenders. 11. Submitted tender forms, with overwritten or erased or illegible rate or rates not shown in figures and words in English, will be liable for rejection. In case of discrepancy between words and figures noted against each items of the tender and between unit rates and the total amount, the decision of the tender issuing authority (JAP-IT) will be final and binding on the bidders. Total of each item and grand total of whole tender should be clearly written. Corrections in the tender, if unavoidable, should be made by rewriting with dated initial of the bidder after scoring out of the wrong entries. Clerical and arithmetical mistakes may result in rejection of the tender. 12. The terms of payment delivery and acceptance applicable in this case and indicated in the General Terms and Conditions JAP-IT on behalf of the

13.

14.

15. 16.

State Govt. or its JAP-IT may, in exceptional cases, consider alternative terms than those specified. In comparing tenders and in making awards JAP-IT may consider such factors as compliance with the specifications, relative quantity of supply, ability to provide repairs and maintenance service, the time of delivery and such other conditions as it may consider relevant. Request from the bidder in respect of additions, alterations, modifications, corrections etc. of both terms and conditions or rates after opening of the tender will not be considered. The bidder shall make its own arrangements, for supply, installation and commissioning of materials at destination. While tenders are under consideration, bidders and their representatives or other interested parties, are advised to refrain from contacting by any means Purchaser's personnel or representatives, on matters relating to the tenders under study. JAP-IT if necessary will obtain clarification on tenders by requesting such information from any or all the bidders either in writing or through personal contact as may be necessary. The bidder will not be permitted to change the substance of his offer after the tenders have been received in JAP-IT. Any attempt by any bidder to bring pressure of any kind, may disqualify the bidder for the present tender and the bidder may be liable to be debarred from bidding for JAP-IT tenders in future for a period of three years.

2.2 DOCUMEN TS TO BE FURNISHED WITH GENERAL BID Documents advised to be furnished along with General Bid (in the following order). For the General Bid, Bidders should upload attested scanned copies of the following basic documents along with the bid. 1. The copy of Jharkhand Sales Tax, Registration number allotted by Commercial Tax, Department, Govt. of Jharkhand. The OEMs (bidders) who are not registered with Jharkhand Sales Tax, if selected, should get themselves registered with Jharkhand Sales Tax before receiving award of contract or purchase order. Or else they have to pay entry tax. 2. Copy of PAN/TIN number of the Bidder / Manufacturer allotted by the Income Tax Authorities. 3. The attested copy of the bidder/ Manufacturer Registration No. allotted by Service Tax Department.

4. Proof of annual turnover of the Bidder (audited P/L account or CA certified financial) has to be submitted. 5. Bidder should attach self-certified photo copy of Purchase orders as per eligibility criteria. 6. Certificate of Registration of Manufacturer as per eligibility criteria. Registration number of the firm along with the CST/BST/VAT/TIN No. allotted by the sales tax authorities should invariably be given in the tender bid. 7. The valid income Tax Clearance Certificate should also be given. 8. Necessary detailed technical write-up highlighting the features of the system offered. 9. Reports published in journals comparing the offered product with other similar products. 10. Any other document which the bidder feels necessary to support his bid. 11. The Manufacturer should also furnish the following with the General Bid a. The address of the OEM’s Country Office & Local office in Jharkhand (along with telephone/ mobile /fax /e-mail/web address). b. The details of Service Network (Service station with Address, Officer-incharge, No. of service engineers, Area Covered etc.) available across Jharkhand. 12. Bidder has to furnish an undertaking for providing all sort of technical help to their local office or their system integrator. Note: In case the Bidder/Authorized Partner has no local presence in Jharkhand he may furbish an under taking for establishing the same within 30 days from the Awarding of Contract. 2.3 E-PROCUREMENT RELATED INSTRUCTIONS 1. 1.The bidder shall submit his bid/tender on e-Procurement platform at https://jharkhandtenders.gov.in. 2. The bidder must have the Class II/III Digital Signature Certificate (DSC) and e-Tendering User-id of the e-Procurement website before participated in the e-tendering process. The bidder may use their DSC if they already have the DSC. They can also take DSC from any of the authorized agencies or they may contact on our e-Procurement help desk. For user-id they have to get registered themselves on e-procurement website https://jharkhandtenders.gov.inand submit their bids online on the same. Offline bids shall not be entertained by the Tender Inviting Authority for the tenders published in e-procurement platform. 3. The bidders shall submit their eligibility and qualification details, Technical bid, Financial bid etc., in the online standard formats given in eProcurement web site at the respective stage only. The bidders shall upload

the scanned copies of all the relevant certificates, documents etc., in support of their eligibility criteria/technical bids and other certificate/documents in the e-Procurement web site. The bidder shall sign on the supporting statements, documents, certificates, uploaded by him, owning responsibility for their correctness/authenticity. The bidder shall attach all the required documents for the specific tender after uploading the same during the bid submission as per the tender notice and bid document. 4. All the required documents should be attached at the proper place as mentioned in the e-forms otherwise the tender of the bidder will be rejected. 5. EMD/BOQ Cost to be paid at the JAP-IT office on or before last date of submission of bids. 6. The tender opening will be done online only. Any corrigendum or date extension notice will be given on the e-Procurement website only.Tender Document can be downloaded from http://jharkhandtenders.gov.in.eProcurement helpline No. : 0651-2400178 Note: Bidders are advised to familiarize themselves adequately with the Jharkhand Government e-procurement systems, well in advance, to avoid last minute technical glitches/errors preventing successful uploading of bid within specified time frame

3. GENERAL BID 3.1 INDICATIVE EFORMS (IT MAY BE CHANGED AND UPLOADED AFTER CORRIGENDUM IF ANY) Jharkhand Agency for Promotion of Information Technology (An Autonomous body under Department of e-Governance & Information Technology,Govt of Jharkhand) Tender Form Details of the firm participating in the tender no. – JAP-IT/OEM/HW/2016 1 Name of Bidder

2

Name & Designation of Authorized Signatory

3

Registered Office Address Factory/Go-down Address Year of Establishment Type of Firm

4 5 6

7 8 9 10

Public

Private

Partnership

Proprietary

Put enter "Yes" Telephone Number(s)/ Mobile Website Fax No. Email Address

I . The Tender fee amounting to Rs. 20,000/- (Rupees Twenty Thousand only) has been deposited Vide DD No. / net banking ref no. (if payment made online) Dated Copy of this is attached as EMD_TDFEE_DOC II. Following documents are attached towards the proof of earnest money deposited. Sl. No. Instrument of Earnest Amoun Number Starting Expiry Money Deposited (EMD) T date for date for FD/DD/Banker's Cheque EMD BG EMD BG (Local Only)/ePayment/Others DD/MM/ YYYY

If exem pted mark (Yes)

DD/MM/ YYYY

Note1: Earnest Money Deposit (EMD) for Rs. 15,00,000.00 (Fifteen Lakh Only) as per details given below, by Demand Draft/pay order/e-Payment/Irrevocable Bank Guarantee(valid for 3 months from last date of submission of tender) of any nationalized/ scheduled bank drawn or others in favour of Jharkhand Agency for Promotion of Information Technology, Ranchi (Copy of this is attached as EMD_TDFEE_DOC)

III. ELIGIBILITY CRITERIA: a) OEM must have minimum ten years manufacturing experience.

(Copy of this is attached as OEMCERT10_DOC)

b) Turnover criteriaTurnover from past three years each audited-Rs. 100 Crores. Details of present / past turnover of our firm is given as below

Sl. No.

Turnover (In la Rs.)

Year 2014-2015 2013-2014 2012-2013 Copy of audited financial statement is attached as TURNOVER100CR_DOC c) Order Value criteria for schedule I- Experience of similar supplies of order value and completion certificate in Jharkhand( In any of the year of the last three financial years ) of: i. One order for Rs. 5.00 Crores or more or ii. Two orders for Rs. 3.00 Crores each or iii. Three orders for Rs. 2.00 Crores each or iv. Five orders for minimum Rs. 1.00 Crores each Details of the orders given to our firm is given below: Sl.No. Date of Order No of Orders Name of Ordering Value of authority the Order in INR

Copy of original orders is attached as ORDER5_3_2_1_CR_DOC (As the case may be) d) Experience Criteria for Presence in Ranchi - Experience of executing 500 Desktops PC in single order in Govt. / PSU / BANK with multi location supply in last three years. The details are given below: Details of the orders given to our firm is given below:

Sl. No.

Date of Order

No of Orders

Name of Ordering authority (Govt. / PSU / Bank)

Value of the Order in INR

Copy of original orders is attached as EXP500PC_DOC (e) PAN - (Bidder must quote their PAN.) The details of bidder’s PAN is as follows: Name of the bidder Copy of PAN is attached as PAN_SERVICETAXREG_SIGNEDTD_QC_DOC (f) Service Tax Registration No and CST/ VAT – (Bidder must quote their Service Tax Registration Number and CST/ VAT) The details are given below: Name of the bidder Service Tax no allotted by Service Tax Department Copy of Service tax registration No is attached as PAN_SERVICETAXREG_SIGNEDTD_QC_DOC ( g) Digitally Signed copy of entire Original Tender Document and Corrigendum and with one page undertaking by the firm submitted ( format is annexure after this tender form) Copy of entire original tender document and corrigendum and with one page undertaking by the firm is attached as PAN_SERVICETAXREG_SIGNEDTD_QC_DOC (h) Quality Certification- The Bidder Should have as per section 1.8 (10) Copy of Quality certificates is attached as PAN_SERVICETAXREG_SIGNEDTD_QC_DOC. (i) Contact details: Contact details of service centre and service engineer as paer section Section 1.8, Corrigendum and Annexure – A Copy of Contact Details is attached as SC_DOC. (J) Bid Letter: As per section 4.1 Copy of Bid letter is attached as BIDLET_DOC.

Declaration: I do hereby declare that copies of above documents have been attached at the right and correct hyperlink provided with the correct document name in the next page. In case documents have been attached at wrong place, our tender is liable to be rejected.

Signature & Seal of the Bidder

3.2 CHEKLIST Evaluation will be done as per the information provided in the checklist. Hence unattached checklist may be rejected. S.No .

Checklist Item Description

Document Name

Submission of

EMD_TDFEE_DOC

1 Tender

Page no. (Please fill)

Document attached (YES/NO)

2 3

4

5

6

document Fee Submission of EMD (if not attached then proof of exemption) OEM Certificate for last 10 years Bid Letter Turnover Eligibility Criteria (100Crore) One purchase order amounting Rs. 5 Cr (in Jharkhand) Two purchase orders of Rs. 3 Crores each (in Jharkhand) Three purchase orders of Rs. 2 Crores each (in Jharkhand) Five Purchase orders of Rs. 1 Crores each (in Jharkhand) Experience of handling Govt. / PSU/ BANK order in Jharkhand in last three years. Within single order and multi locations supplies of

EMD_TDFEE_DOC

OEMCERT10_DOC BIDLET_DOC TURNOVER100CR_DOC

ORDER5_3_2_1_CR_DOC

ORDER5_3_2_1_CR_DOC

ORDER5_3_2_1_CR_DOC

ORDER5_3_2_1_CR_DOC

EXP500PC_DOC

minimum 500 desktop. PAN number allotted by the Income Tax Authorities, 7 copy only. Manufacturer' s Regd. No. allotted by Service Tax Dept. of Govt. of India and CST / VAT, copy of certificate only One Page of Undertaking of RFP and Corrigendum by the firm submitted Quality Certificates Contact details of service centre and service engineer 8 Others

PAN_SERVICETAXREG_SIGNEDTD_QC _DOC_ SC_DOC

PAN_SERVICETAXREG_SIGNEDTD_QC _DOC_ SC_DOC

PAN_SERVICETAXREG_SIGNEDTD_QC _DOC_ SC_DOC

PAN_SERVICETAXREG_SIGNEDTD_QC _DOC_ SC_DOC PAN_SERVICETAXREG_SIGNEDTD_QC _DOC_ SC_DOC

Others_Doc

Note:-Attachments will be attached at right places otherwise it will be rejected. I do hereby declare that the following self-attested copies of the documents submitted with the tender document 3.3 BIDDER UNDERTAKING Undertaking by the Bidder

I have read all the terms, conditions, enclosures and the whole tender document No…... Dated ……………..) (Page number 1 to ____) and corrigendum (if any) No….., Dated…….(page no1 to page no…… ) and understood the contents. As a token of acceptance of all the terms of tender, I am hereby submitting the

entire tender document and the full corrigendum electronically in PDF format by using the allotted digital signature. I am also authorized by my firm to fill in this tender and therefore I am submitting this in the form of undertaking. Apart from that agree to abide by the following: 1. Certificate of satisfactory past performance (last 3 years) has been enclosed. 2. We will ensure that a minimum of 98% uptime, calculated on an annual basis is achieved for the supplied items. 3. We shall give benefit of any price reduction found by the time of placing the supply order. 4. We agree to accept partial order if it is placed. 5. We have quoted rates of items for 3 years comprehensive on-site (COS) warranty, with spare and labour. 6. We agree to maintain/support the quoted items after warranty period as well. In case the item quoted is imported, direct shipment of the entire machine/item including add- ons from OEM, is ensured & would be provided. It is undertaken that no item supplied is used/reprocessed or refurbished in any manner either in part or otherwise. 7. We have state wide infrastructure support in the form of franchises or service centres in than 6 Divisional Offices or 24 Service Engineer’s at various Districts. 8. We have not been blacklisted by any State or by any State agencies in India. 9. The above document is executed on / /2016 at (place) and we accept that if anything out of the above information is found wrong during the bid process or in period of empanelment of items, our tender or empanelment shall be liable for rejection/cancellation. 10. We hereby undertake that all the components/ parts/ assembly are original and no duplicate parts are used in the entire manufacturing process.

Name of Person: ___________________________________________ Complete Address: _________________________________________

Signature & Seal of the Bidder

Undertaking of Authenticity for all IT harware To, CEO, Jharkhand Agency for Promotion of Information Technology Ground Floor, Engineers Hostel – II, Near Golchakkar, Dhurwa, Ranchi, Jharkhand Sub: Supply of Server, Computer and Laptop. Ref: Your Tender No …………………….dated ………..

We hereby undertake that all the components/parts/assembly/software used in the equipment under the above shall be original new components/parts/assembly/software only from respective OEMs of the products and that no refurbished/duplicate/second hand components/ parts/ assembly/ software are being used or shall be used. We also undertake that in respect of licensed operating system if asked for by you in the purchase order, the same shall be supplied along with the authorized license certificate (eg Product Keys on certification of Authenticity) and also that it shall be sourced from the authorized source(eg Authorized Channel). Should you require, we hereby undertake to produce the certificate from our OEM supplier in support of above undertaking at the time of delivery/installation. It will be our responsibility to produce such letters from our OEM supplier’s at the time of delivery or within a reasonable time. In case of default and we are unable to comply with above at the time of delivery or during installation, for the Server, Computer, and Laptop already billed, we agree to take back the item supplied without demur, if already supplied and return the money if any paid to us by your in this regard. We (system OEM name) also take full responsibility of both Parts & Service SLA as per the content even if there is any defect by our authorized Service Centre/Reseller/Sl etc. Authorized Signatory: Name: Designation: Place:

3.4 GENERAL TERMS AND CONDITIONS Note: Bidders should read these conditions carefully and comply strictly while sending /submitting their tenders. 1) Items under the contract: The detailed Technical Specifications of the Systems proposed are given in the Technical Bid Section. 2) Opening and Validity of the Bids: The Technical Bids of only the bidders, short listed from the General bid, will be opened. The bids will be opened on scheduled date and time even in case of absence of the bidders. Financial bid should be valid for a minimum period of 365 days from the date of tender opening for placing the initial order.

3) JAP-IT reserves the right to cancel / abrogate the whole or a part of this tender document without assigning any reason (s). 4) In the event the Bidder / company or the concerned division of the Bidder’s Company is taken over / bought over by another company, all the obligations under the agreement with JAP-IT , should be passed on for compliance by the new company in the negotiation for their transfer. 5) The Bidder will have to enter into written agreement with JAP-IT. for honouring all aspects of fair trade practices in executing the purchase orders placed by JAP-IT. by responding to this tender. 6) Change in Product Name: If the name of the product is changed for describing substantially the same in a renamed form, then all techno financial benefits agreed with respect to the original product, shall be passed on to JAP-IT and the obligations with JAP-IT. taken by the Bidder with respect to the product with the old name shall be passed on to the product so renamed. 7) All the terms and conditions for the supply, testing and acceptance, payment terms, deduction, penalty etc. will be as those mentioned herein and no change in the terms and conditions by the bidders will be acceptable. Alterations, if any must be done 24hrs before the time of closing (last date and time) of submissions. Such alterations in the tender bids should be attested properly by the bidder, failing which, the tender will be rejected. 8) JAP-IT will not be responsible for any delay on the part of the bidder in obtaining the terms and conditions of the tender notice or submission of the tender bids. 9) For all the parts/controller cards/devices, the make and model should be mentioned in the technical bid with complete details. 10) The Successful Bidder must open a local office (If non-existent) within the geographical and administrative boundaries of the State of Jharkhand within one month from the Awarding of Contract. 11) The system must be supplied in full as per specified configuration for acceptance. The acceptance tests will include the running of the evaluation test as conducted during selection of the bidder. The system must give same performance results as shown during initial benchmark/evaluation tests. The delivered systems, in addition to meeting the evaluation test, should also contain the same subsystem (Branch/Manufacturer) as were given at the time of initial evaluation tests. Failure to fulfil any of the above-mentioned conditions will entail damage, deduction or cancellation of the purchase order along with forfeiture of

the EMD/Security Deposit. 12) Testing and acceptance: Normally, testing and acceptance of the systems will be done at the actual sites of installation or at JAP-IT Stores. However, wherever it is considered necessary, testing and acceptance may be done at the time of delivery or Factory premises of the Manufacturer. In that case the items which are accepted after testing should be sealed inside carton under the joint signature of the representatives of JAP-IT and Manufacturer's representative and then sent along with the packing list giving serial numbers and part numbers of all possible items and copy of the acceptance test report to the site and install within 10 days without any additional charges. All aspects of safe delivery shall be the exclusive responsibility of the manufacturer. JAP-IT reserves the right to reject any item, if found unsuitable and / or not conforming to the approved specifications. The rejected items, if any, shall have to be taken back and replaced by good quality equipment forthwith at the cost of the bidder. No payment will be made for the rejected items. At the destination site, the cartons will be opened only in the presence of Manufacturer's representative and the intact position of the seal for not being tampered with shall also form the basis for certifying the receipt in good condition. During installation at site, if any item is found to be defective or broken, it will be replaced with new one by the Manufacturer at their cost and risk within 30 days. 13) A pre-receipted bill/ Invoice shall be submitted in triplicate in the name of Jharkhand State Electronics Development Corporation or designated authority. It shall be done soon after the delivery along with a copy of the duly receipted delivery challan. The payment of the bills will be made after complete delivery/ testing and acceptance of the systems and on submission of 10% of the order value as Performance Bank Guarantee. 14) The bidder should provide the system manual and user manual along with each system. 15) This shall be binding on the Bidder/ Manufacturer under the terms and conditions of the purchase order to be placed on finalization of the tender process. Hardware vendor should provide all kinds of after sales support during the warranty period. 16) Penalty will not be charged if delivery and installation is delayed due to Departmental reason e-g. Site not ready etc. 17) The bidder shall enter into agreement with JAP-IT not to supply the items covered under "Rate Contract" either directly or indirectly through its Authorized Business Partners or third party sellers at a rate less than the 'contract rate' to

any organization, Department, PSUs, organization or in market located in Jharkhand. Prices for similar specification shall not be acceptable higher than DGS&D (if rates are available in DGS&D) current Rate Contract or market price (whichever is lower). If failing above, JAP-IT reserves the right to reject the Bid. 18) During the validity of the Contract including the extended period, if the bidder sells any system or sub-system of the same or equivalent configuration to any other Department /Organization in the state of Jharkhand at a price lower than the price fixed for JAP-IT., the Manufacturer/ bidder shall voluntarily pass on the price difference to JAP-IT , failing which JAP-IT may consider it as excess payment and reserves the right to recover the excess money paid on account of lowering of prices. 19) The bidder should quote minimum price for each item as per stipulated specifications. In case, the items matching to the stipulated specifications are not available with the Bidder, he can offer alternatives with same specifications. However, he must get this clarified in the pre-bid meeting in writing failing which JAP-IT reserves the right to reject the Bid with non confirmative specifications. 20) In case JAP-IT. shows that the market rates have come down from the time earlier when rates were finalized or selection of new system configuration based on market trends, JAP-IT will ask the technically short-listed bidders to re-quote the prices and the Vendor will be selected on the basis of procedure given earlier. The time difference between such re-quotes will be minimum 1 month. 21) JAP-IT reserves the right to reject any or all the tenders without assigning any reason whatsoever. JAP-IT would not be under obligation to give any clarification to such rejected tenders. JAP-IT may decide not to procure any particular item even after opening the bids. 22) Prices should be quoted in Indian National Rupees (INR). 23) All disputes are subject to jurisdiction within the geographical and administration confines of Ranchi only. 24) Terms of delivery: Free delivery at site i.e. at user/ consignees’ destination place including freight & forwarding Insurance. 25) Insurance: Transit Insurance, it will be responsibility of supplier for safe arrival of stores in full and good conditions at consignee's place and purchaser will not pay separately for transit insurance. 26) The suppliers shall attend to the complaint within 24 hours of its logging and

intimate / display the status of the same to the JAP-IT / Onsite Users. They will also submit the status report of complaints to JAP-IT on Quarterly basis duly giving a summary of the total complaints received, complaints settled and complaints outstanding with reasons thereof for review of the same by. In case the Quarterly Reports are not submitted by the suppliers or the same are not satisfactory, JAP-IT reserves the right to take administrative action including short-closure of the rate contract. SPECIAL NOTE TO BIDDERS A) After finalization of financial bid agreement will be signed only with OEM. OEM may authorize their authorized channel partner for supply and installation activity. B) Only one Agent or Subsidiary or distributor who enters into direct agreement with OEM and not through any intermediately channel can be considered as a valid Channel Partner. C) Authorized channel partner of OEM must fulfill the following eligibility criteria:

a) The channel partner’s annual sales turnover must be 5 Cr or more during each financial year of 2012-13, 2013-14, 2014-15. b) The channel partner must have executed the purchase order of 200 computers/ laptops in multi-location. c) The channel partner must have the registration number of VAT allotted by the Sales Tax department of Govt. of Jharkhand. D) The foreign manufacturer has to declare with documentary evidence that they have adapted/ tropicalized the equipment to suit Indian climatic conditions and can prove the performance of the same at the premises in India. (Testing facilities required at firms premises are for functional and performance parameters only and not for type testing and environmental testing as these testings have to be got done from Govt. lab) The firms meeting these conditions, in addition to other conditions of registration in vogue, shall only be considered for registration as `supplier of imported stores'. Mere submission of test report for environmental testing will NOT be treated as sufficient unless above declaration is also furnished by the importer, along with their application for registration and tender enquiry. E) Supplier of Imported stores must submit a notarised affidavit from their foreign principal (OEM) that the product/model number being quoted against the tender is currently undergoing production and have NOT been discontinued by them. The OEM shall further undertake that they shall continue to provide support to the product/model no. being quoted, during their warranty period. Such an undertaking shall be submitted at the time of registration, bidding and

during EACH inspection.

3.5 BID EVALUATION 3.5.1 GENERAL AND TECHNICAL EVALUATION 1. A duly constituted TENDER COMMITTEE will first select Bidders on the basis of eligibility criteria of this tender. The Bids conforming to the eligibility criterion will be considered for further evaluation. 2. The bidders should be ready with the quoted items immediately after submitting their bids. The TENDER COMMITTEE will short list the Technical bids configuration wise on the basis of technical parameters. If required, the short listed Bidders may be asked to bring one of each quoted model or improved latest model of same make as per specifications set out in the tender for technical evaluation, along with their own test and measuring equipments/software at JAP-IT HQ or any other site as may be finalized by JAP-IT, as per schedule to be intimated to them. In case of improved model, the improved model should not be inferior in any specification than the quoted model. During Technical Evaluation the quoted product shall be physically verified for the required tender specifications, tested for reliability, functionality, benchmarked and other features as decided by the TENDER COMMITTEE). In case the vendor fails to bring the quoted products within the prescribed limit given by the JAP-IT for evaluation, the bid may be rejected and EMD forfeited. TENDER COMMITTEE may decide to inspect the equipments at Bidder’s/OEM’s premises. 3. If during the technical evaluation, any of the System fails then no subsequent chance will be given to the Bidder. However, alternate item (1) of already quoted make and model or (2) improved latest model of same make on account of technological trends which meets all the tendered technical specifications and superior in specifications then the quoted model, if available instantly on the spot could be considered by TENDER COMMITTEE for evaluation only once. Based on the demonstration/evaluation test results, Bidders will be short listed. Financial bids of only technically qualified Bidders will be opened. In their own interest the bidders are advised to ensure that the Items brought by them for evaluation conform to all tendered technical parameters/specifications and are functional. Systems not meeting complete tender specifications will not be considered for evaluation. 4.

For Technical Evaluation, Bidders have to ensure the availability of

appropriate specialist, along with every type of documentation and consumable required, from their organization for interacting with TENDER COMMITTEE and evaluation team. If the required specialist along with proper documentation is not made available by Bidders, then such defaulting Bidders will automatically be debarred from the tender evaluation process. 3.5.2 FINANCIAL EVALUATION 1. The Financial Bids of only technically qualified bidders will be opened electronically on a specified date and time duly notified. The financial bids will then be passed on to a duly constituted Evaluation Committee for evaluation. If JAP-IT considers necessary, revised Financial Bids can be called from the technically short listed Bidders, before opening the original Financial Bids. In that case, the revised bids should not be higher than the original bids (except in case of increase in Govt. taxes / levies / foreign exchange fluctuations) otherwise the bid will be rejected & EMD will be forfeited of such defaulting bidders. 2. Bidders have to quote the price which will be not more than DGS&D rate. If items are not listed in DGS&D then those items price must be less than market price. 3. Bidder quoting Price should not be more than DGS&D rate. If found any higher price quoted for those items may not be included in the rate contract. 4. The rate will be finalized based on the Lowest (L1) rate quoted for any item by the technically qualified bidder. 5. Bidder may be asked to match the L1 rate of item after opening of financial bid. 6. The bidder who quoted the lowest rate in financial bid will be given priority during the placing of purchase order by JAP-IT. 7. In case of L2,L3,L4 bidders agree to match the L1 rate of items then work order will be given as per following ratio( in terms of monetary value) . i) In case of only L2 agrees to match L1 items rates work order will be given in the ratio of 60:40. ii) In case of only L2,L3 agrees to match L1 items rates work order will be given in the ratio of 50:30:20. iii) In case of only L2,L3,L4 agrees to match L1 items rates work order will be given in the ratio of 40:30:20:10.

4. TECHNICAL BID 4.1 BID LETTER To, CEO, Jharkhand Agency for Promotion of Information Technology Ground Floor, Engineers Hostel – II, Near Golchakkar, Dhurwa, Ranchi, Jharkhand Reference: Tender Number ……. Dated …… Sir, We hereby declare: i. We are the OEM/ authorized agents of the manufacturers of the Quoted Items in our solution. ii. That we are equipped with adequate maintenance and service facilities within India for supporting the offered items. Our maintenance and service facilities are open for inspection by representatives of Government of Jharkhand. We hereby offer to supply the Items and provide the services at the prices and rates mentioned in the attached commercial bid. iii. In the event of acceptance of our bid, we do hereby undertake: a. To supply the equipment and commence services as stipulated in the schedule of delivery forming a part of the attached technical bid. b. We affirm that the prices quoted are inclusive of delivery, installation, and commissioning charges and all sales/service taxes. (Octroi and any local levies will be charged on actual on submission of proof of remittance.) c. We affirm that the prices quoted are not higher than DGS&D current Rate Contract and market prices for similar specifications. iv. We enclose herewith the complete Technical Bid as required by you. This includes: 1. Bid particulars 2. This bid letter 3. Schedule of delivery and installation 4. Warranty and Maintenance 5. Manufacturer’s Authorization Form(s) We agree to abide by our offer for a period of 365 days from the last date of submission of commercial bid prescribed by Government of Jharkhand and that we shall remain bound by a communication of acceptance within that time. We

have carefully read and understood the terms and conditions of the tender and the conditions of the contract applicable to the tender. We do hereby undertake to provision as per these terms and conditions. We hereby certify that the Bidder is a Directorate and the person signing the tender is the constituted attorney. Bid Security in the form of a Bank Guarantee issued by _ (bank), valid till / / (dd/mm/yyyy), for an amount of Rs. 15,00,000/- (Rupees Fifteen Lakhs) is enclosed in the cover containing pre-qualifying requirements. We do hereby undertake, that, until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and notification of award of contract, shall constitute a binding contract between us.

Signature of Bidder (with official seal)

4.2 BACKGROUND There is requirement of various items in JAP-IT in line with the demands from various Departments. The requirement will be procured as per the rate contract with empanelled vendor. 4.3 TECHNICAL SPECIFICATIONS 4.3.1 LIST OF IMMEDIATE HARDWARE REQUIREMENT Sl. No. Equipment’s 1 Cloud A Server 2 1. Cloud A-San Storage 3 4 5 6

7

Cloud A-Virtual Tape Library (VTL) Cloud A- UTM

Cloud A-Router Cloud A - SAN Switch Cloud A -RHEL 7.0 or higher, Cloud A -Windows 2012 or higher, Cloud A- Cloud and management

Description As above As above

Qty 10 01

As above

01

UTM

01

At least 4 Gigabit port At least 24 Gigabit port RHEL 7.0 or higher Windows 2012 or higher

02 02 04 06

Cloud and management

10 servers

Note: Compliance sheet in context of specification of cloud hardware infrastructure provided by respective bidders against each of the items should be supported with OEM’s Data Sheet. Deviation to specification only is accepted in case of higher specification, other deviation will leads to non-compliance of the product and bidders also.

2. Cloud A - Server Sl. No

Items

Specification

1

Processor

At least 2 latest processor Intel Xeon E5-4667 v4 or Equivalent (18 Core, 2.2 GHz), each having minimum of 18 core

2

Socket

4 (Half Populated)

3

Memory

At least memory of 1 TB DDR-4 ECC RDIMM/LDIMM (with half of the slot should be populated) scalable up 2 TB

4

Internal Hard Disk Drive

Minimum 24 Hot Plug SFF SAS/SSD disk bays should be supported. At least 2 TB usable with Raid 5 or above

4

I/O slots, USB/Serial/VGA/SD ports

At least I/O slots of 7 PCI Gen 3 slots & 3 USB 3.0 ports or higher, 1 Serial, 1 VGA & 1 SD port and Internal DVD/ROM drive.

5

RAID support

Support for RAID 5 and above.

6

Networking Ports

At least 2 x Internal Dual Gigabit adapter, optional 10G adapter without consuming any extra slot

7

Connectivity with Storage

At least Dual port 2 x 16 Gbps FC HBA (scalable upto 4)

8

Graphics

Integrated Graphics with at least 16MB Video Memory

9

Operating System Supports

Latest in windows, Opens Source & Virtual and Cloud

10

Server Management

OEM embedded controller with IPMI 2.0 compliance and Server Management Tool from same OEM

11

Power

Redundant Platinum rated efficient Power Supply to sustain above configuration. Power Supply with 80+ Gold certified for better utilization.

12

Cooling

Hot swap and redundant cooling unit and all fans should be fully populated.

Compliance in Yes/No

Additional Management with industry standard compliance

User-selectable power cap (subsystems throttle to maintain the specified power cap), ACPI 2.0 Compliant, PCI 3.0 compliant, PXE and WOL Support, IPv4 and IPv6 support

14

Standard certifications

The quoted server models should have the following Certifications: Microsoft Windows Server2012 R2, Microsoft® Windows® HPC Server 2012, Novell SUSE Linux Enterprise Server, Red Hat Enterprise Linux(Latest), Sun Solaris, Microsoft® Windows Server® 2012 Hyper-V, VMware® ESXi Version 6.0, Citrix® XenServer, FCC, UL, ROHS

15

Form Factor

Max. 4U Rackable form factor with sliding rails

16

OEM certification

The server OEM must be ISO-14001 or Green peace or equivalent certified

17

Warranty support (part/labor/onsite) in year

5x5x5

13

3. Cloud A-San Storage Sl. No

Feature

Specification Offered Storage array shall be supplied with

1

Capacity

minimum of 25 TB using 600GB 15k rpm SAS-2 disks in RAID5 or higher including automated Policy driven tearing feature. Hot spares in the ratio of 1HS per 30disks should be configured.

2

Scalability

Offered Array shall be scalable to at-least 50% of present capacity using additional disks and enclosures only. Controller should be configured as per this rating.

3

Host Connectivity

FC, iSCSI

High Availability

Storage Array shall be configured in a no single point of failure configuration including array controller cards, cache memory, fan, Power supply etc.

4

Compliance in Yes/No

5

6

7

Fiber Channel Ports

Offered Storage shall have minimum of 4 Fiber channel 16 Gbps host ports and four numbers of 10Gbps ISCSI ports across controllers

Controller

System should be configured with minimum Dual Controllers in true active- active mode such that a single logical unit can be shared across all offered controllers in symmetrical fashion, while supporting all the major functionalities like Thin Provisioning and Data Tiering. Storage backend should be based on 12 Gbps SAS with minimum 4 SAS controllers. Storage array shall support configuring volumes/LUNs across all the disks on all backend lanes.

Cache

The storage array should have a minimum of 64 GB DRAM Cache. Cache shall be used only for data and control operations and should not handle any overhead of operating system. Cache shall be used for both read and write operations. The storage array should support use of SSD as cache and 400GB of SSD as cache should be provided along with necessary software. This cache should be able to accelerate read Operation. The storage must be provided with suitable monitoring license to see the promotions/utilization of extended cache Storage shall have API integration for a. VAAI, VASA, vCenter Operations Manager · IO Ports Physical · Drives · Disk Group,

8

Array Integration

· Volumes Capacities · Performance · Response times · IO Sizes · Health b. SRM, Peer Persistent, Fail over clustering etc.

from the same OEM offering storage. c. Solution should support ODX, Thin Provisioning, SCOM and SCVMM etc. d. Open Stack based cloud for block access. 9

10

RAID

Operating System & Software Support

Array should support equipment/item based RAID 0, 1, 5, 6 and 10. Windows Server 2008 & Windows Server 2012 and above Enterprise Linux ( Redhat and Suse), VMWare , Clouds OS/ Virtualization,

11

12

Application performance

Application from a storage perspective should be configurable from a latency and IOPS bandwidth perspective to deliver better cloud services. Configuration flexibility for both is essential.

Processing Power

Offered Storage architecture shall be based on purpose built ASIC or dedicated Equipment/item engine in addition to the controllers as mentioned above such that there shall be no load on the storage CPU during raid parity calculations. a. Offered Storage shall support to make the snapshot and full copy (Clone) of thin/thick volumes as thin volume. b. The storage array should have support for controller based snapshots functionality

13

Snapshot / Point in time copy / Clone

c. Storage array shall have functionality to reclaim the space from thin provisioned deleted snapshot automatically. Vendors shall provision atleast 10% additional capacity over and above the actual requirements, if space re-claim from thin provisioned deleted snapshot is not possible automatically. d. Storage shall have support for application consistent integration with VMWare, Hyper-V, MS SQL, Oracle, Exchange etc.

a. Offered storage shall provide dynamic migration of volume from one Raid set to another set while keeping the application online. 14

15

Storage Tiering

Features

b. For effective data tiering, Storage subsystem shall provide automatic policy based Sub-Lun Data Migration from one Set of drive Tier to another set of drive tier. a. The storage array must be configured with required licenses to enable thin provisioning to allow physical allocation of just the storage that is needed or over provisioning of capacity. This license should be configured for entire supported capacity of the array. b. The Storage array should support SED (Self Encryption Disk) c. The Storage array should support Block Compression or Block De-duplication to enhance the overall efficiency of the array.

16

Management

Storage shall have GUI based management for provisioning, performance management, tiring, PiT/snapshot, Clone, Replication, storage shall have API based integration to view end to end integration from vCenter.

17

3 Way DR support

The Storage array should support three way replication in native fashion without using any third party replication appliance.

Software License

The system must be configured with perpetual licenses for operation of storage device, iSCSI application along with client agent to be installed on server, backup agent, partitioning and for unlimited number of hosts in high availability. Multipath and load balancing software for all SAN connected servers shall be provided. The storage box should be licensing ready from day one.

18

19

Data Protection

The Storage array must support end-to-end data protection using industry standard mechanism

20

Warranty

5 years comprehensive warranty inclusive of parts and labor.

4. Cloud A - SAN Switch Sl. No

Specifications

1

Switch solution should be highly available with no single point of failure.

2

Switch shall support minimum 48 ports x 16Gbps FC ports or higher with all port licenses.

3

The switch should have capability to interface with HBA of different makes and model from multiple OEM, supporting multiple Operating Systems, including,

4

Management S/W to provide topology view of switches, HBA Cards, Storage and SAN Fabric should be offered. Support for web based management and configuration for remote administration

5

Switch should have dual hot swappable power supply.

6

Switch should support non-disruptive Micro code/Firmware upgrade All required accessories and cables, etc. as applicable to meet the above specification and hence the proposed solution.

7

Should support proactive fault detection and alerting capability to avoid any hotspots in the fabric. Switch shall support diagnostics features such as port mirroring, Syslog, Online system health, Port-level statistics etc

8

Should support features such as Quality of Service (QoS) to help optimize be possible to define high, medium and low priority QOS settings to expedite high priority traffic. Should support Port security and Port Zoning. It should support be possible to define high, medium and low priority QOS settings

Compliance in Yes/No

to expedite high priority traffic.

9

Should support Port security and Port Zoning. It should support

10

5 years comprehensive warranty inclusive of parts and labor.

11

Rack Mountable in standard rack

5. Cloud A- LTO SL.No

Item

Description

1

Description

At Least LTO-7

12

Maintenance

Head-cleaning cartridge used when indicated by drive, integrated sweep cleaning brush

13

Drives

2 x LTO-7 Drives shall be provided with minimum of 40 slots.

Compliance in Yes/No

6. Cloud A- UTM S.NO.

Items

Description Must have a 64-bit equipment/item platform Must be based on Multicore Parallel Processing Architecture Firewall throughput of 10,000 Mbps.

1

Application Throughput

Minimum 2400 Mbps of Antivirus Throughput Minimum 3,000,000 Concurrent sessions Minimum 2800 Mbps of IPS throughput Minimum 1200Mbps UTM throughput

Compliance (Yes/No)

Minimum 80,000 New Sessions/second Minimum 800 Mbps of IPSec VPN throughput and 400 Mbps of SSL VPN throughput 10nos. of 10/100/1000 Ethernet ports & 4GB of Compact Flash Identity based Firewall Intrusion Prevention System Gateway Anti-virus Gateway Anti-spam Web Content & Application Filtering Bandwidth Management Inbuilt-on Appliance Reporting

2

General Features

Network: OSPF, Round Robin load balance, RIPv2, BGP, equal & unequal cost load balance, High Availability, QoS, etc. Round Robin Balance, Server Load Balancing. Support for user authentication over SMS. Country Based Blocking, FQDN support and should support MIX mode deployment Support for ICAP and Link Aggregation 4 Eye Authentication feature for data integrity. User/IP/MAC binding functionality to map username & IP address & MAC address

3

Gateway Antivirus, Anti-Spyware and Anti-Spam

Checkmark Certified. Virus, Worm, Trojan Detection and Removal, Automatic Virus signature database update, Real-Time blacklist, MIME header check, and Redirect spam mails to dedicated email address, image-spam filter, Spam Notification, Zero hour Virus outbreak protection. Recurrent pattern Detection Technology for AS. Self Service Quarantine area.

4

5

6

7

8

9

Web and Application Filtering:

Checkmark Certified.URL, Keyword, File type block, Block Java applets, cookies, ActiveX, Block malware, phishing, pharming URL, block P2P application, anonymous proxies, Customized block on group basis. Minimum of 82 categories with more than 42 million URLS supported with more than 5000 application support.

Intrusion Prevention System (IPS)

Checkmark Certified. For different attacks like Mail Attack, FTP Attack, HTTP Attack, DNS Attack, ICPM Attack, TCP/IP Attack, DOS and DDOS Attack, TelNet Attack. Signatures: Default (3000+), Custom , IPS Policies: Multiple, Custom, User-based policy creation, Automatic real-time updates from CR Protect networks, Protocol Anomaly Detection

Web Application Firewall (WAF)

Should have On appliance WAF with Positive Protection Module, Protection against SQL Injections, Cross Site Scripting (XSS), Session Hijacking, URL tampering, Cookie Poisoning, Extensive Logging and reporting with subscription. If WAF is external Appliance should be quoted separately with 900 Mbps throughput & 3 year subscription licenses.

VPN

IPsec, L2TP, PPTP and SSL as a part of Basic Appliance, VPN redundancy, Hub and Spoke support, 3DES, DES, AES, MD5,SHA1 Hash algorithms, IPsec NAT Transversal, VPNC Certified.

Load Balance

For Automated Failover/Failback, Multi-WAN failover, WRR based Load Balancing. High availability: Active-Active. QoS, OSPF, RIPv2, BGP, Policy routing based on Application and User support Round Robin Load Balancing.

Bandwidth Management

Application and user identity based bandwidth management, Multi WAN bandwidth reporting, Guaranteed and Burstable bandwidth policy. Bandwidth for User, Group, Firewall Rule, URL and Applications.

10

Monitoring and Reporting System

Includes reports for Centralized management, Monitoring & Logging, Command line interface. Monitoring Gateways, Monitoring suspicious activity and alerts, Graphical real-time and historical monitoring, email notification of reports, viruses and attacks reports. IPS, Web filter, Antivirus, Anti-spam system reports. IP and User basis report, 45+ Compliance reports and 1000+ drilled down reports on the appliance. If external then at least 250+ GB storage.

11

License for UTM (Unified Threat Management)

Three Years for Gate Way Antivirus, spyware, Anti-Spam, content and application filtering, IPS, WAF and 24*7 supports License. License period will be counted after activation. Product or OEM should attain ISO 9001 certification as well as should attain ISO for its Support Services

12

Standard Certification

Proposed appliance should support On appliance reporting for logs and reports with min 240 GB internal Storage. The Firewall should be ICSA Labs certified and EAL4+ certified for appliance

Note: Currently Cyberoam has been used at JAP-IT Data Centre, proposal is required for HA thus Cyberoam with same model (Model: 2500 iNG) is preferred.

7. S.NO.

Items

Cloud A-Router Description

1

4 integrated 10/100/1000 Ethernet ports with 1 port capable of RJ-45 or SFP connectivity

2

4 Enhanced High-Speed WAN Interface Card slots

3

4 Gigabit port Router

2 onboard/integrated DSP/VPM slots digital signal processor (DSP) slots

4

1 internal service module slot for application services

5

DRAM at least 515 MB

Compliance (Yes/No)

6

External USB 2.0 or higher Flash Memory Slots

7

Fully integrated power distribution to modules & Redundant Power Slot

8

Onboard hardware acceleration for VPN encryption

9

Secure collaborative communications with Group Encrypted Transport VPN, Dynamic Multipoint VPN, or Enhanced Easy VPN

8. Cloud A- Switch S.N

Items

Description

1

24 auto sensing 10/100/1000Base-T ports

2

4 SFP ports, 2 10Gbps stacking ports, 1 RJ-45 console port

3

Forwarding bandwidth 16 Gbps

4

Flash Memory at least 64 Mb

5

Memory DRAM at least 128 Mb

6 7

24 Port Manageable Gbps Switch

Port security and Port Zoning Port & MAC based access control

8

Multi-layer ACL based on:VLAN

9

MultiLink Trunking (MLT)

10

Single IP address management

11

Switch should have dual hot swappable power supply

12

Compliance (Yes/No)

5

years comprehensive warranty inclusive of parts and labor.

Cloud A and Hypervisor SN

Specifications Cloud software requirements

Compliance (Yes/No)

1 2 3 4 5

6

7 8 9 10 11

1

2 3 4 5 6

Solution should be capable of allowing applications to self-service compute, network and storage infrastructures automatically based on workload demand. Solution should be able to abstract compute, network, and storage resources for the application and user self-service regardless of hypervisor, server, network and storage hardware. Solution should have orchestration layer for provisioning, work flow management and change management. Solution should be capable of orchestrating compute and storage resource placements based on flexible policies to maximize hardware utilization. Solution should be capable of decoupling applications and application infrastructure configurations in portable containers, referred in some cases as images/templates. Solution should be capable of supporting multi-tenancy to run cloud services (compute, network and storage) for multiple users/ departments and their applications on a single platform while dynamically and automatically managing the isolation of virtual machines into secure pools. Solution should be able to isolate and allow secure authenticated access to infrastructure services. Solution must support hypervisor platforms like KVM/ Xen server, Hyper-V and Vmware Solution should be deployable on a wide variety of open source and proprietary host Operating Systems The Cloud Solution should support Automatic Patch Notification & Security Alerts All the components of the Cloud Solution (Host Hypervisor and Cloud Management Framework) should include both Updates and Upgrades Hypervisor Virtualization software should be based on hypervisor technology which sits directly on top of Hardware (Bare Metal) Solution should be able to run various operating systems like MS Windows desktop version and MS Windows Server edition, various flavors of Linux(Redhat, Suse, etc) and any other open source OS working on x86 architecture. Solution should have the capability for creating Virtual Machines templates to provision new servers Virtualized Machines should be able to boot from SAN Solution should allow for taking snapshots of the Virtual Machines to be able to revert to an older state, if required Solution should be able to dynamically allocate and balance computing capacity across collections of hardware resources of one physical box aggregated into one unified resource pool

7 8 9 10 11 12 13 14 15 16 17

1 2 3

1 2 3 4 5

Solution should support Live Migration of Virtual Machine from one host to another. Solution should cater for the fact that if one server fails all the resources running on that server shall migrate to another set of virtual servers without manual intervention . Should support auto-scaling feature at cloud infrastructure layer to ensure while dynamically scaling up/down virtual machines. Software should have the capability to create Virtual Machines with required number of virtual CPUs. Solution should allow Virtual Machines consume RAM dynamically in such a way that if some of the VMs in Physical machine are not utilizing the RAM, this RAM can be utilized by some other VM in the same physical machine which has a requirement Solution should have power saving features The Hypervisor Environment should have Common Criteria Certifications (EAL, OSPP and FIPS) The Cloud Solution should support Automatic Updates (Minor Releases) and Automatic Upgrades (Major Releases) for the Host Hypervisor The Hypervisor Environment should be certified with all Server H/W's from all major Server Vendors. All the components of the Cloud Solution (Host Hypervisor and Cloud Management Framework) should include both Updates and Upgrades Solution should support p2v migration Storage Virtualization Solution should integrate with SAN and infrastructure from leading Vendors so as to leverage high performance shared storage to centralize Virtual Machine file storage for greater manageability, flexibility and availability Solution should have the ability to thin provision disks to avoid allocating all storage space upfront Solution should provide the capability to migrate the Virtual Machine files from one storage array to another storage server. Network Virtualization Solution should allow configuring each Virtual Machine with one or more virtual NICs. Each of those network interfaces can have its own IP address and even its own MAC address Solution should allow for creating virtual switches that connect virtual machines Solution should support configurations of 802.1 q VLANs that are compatible with standard VLAN implementations from other vendors. Solution should take advantage of NIC teaming capabilities. Solution should ensure inter VM configuration happens through virtual switch

6

1 2 3 4

5

6

1 2 3 4 5 6

7

8

The Solution shall deliver above listed all network capabilities with network equipment of Cisco, HP, etc. Security Solution should offer automated and approval based upgrades for Virtual Machines delivering cloud infrastructure. Solution must offer Identity, Authentication and Role based access to User Departments Infrastructure - Machines (Virtual or Physical), Application or Common Services. Solution must offer Policy based administration by putting Virtual Machines in logical groups and apply relevant policies Solution should support VLAN isolation by supporting multiple networks per resource pool. Solution should provide security on the hypervisor, as well as guest VMs. It should provide the ability to apply security to virtual machines and security policies that can follow the machines as they move in the cloud. It should provide policy control and security to support cloud service delivery. Solution should support multiple roles and permissions based on the rights on Cloud Management Console. Cloud Management Solution should provide a simple to use intuitive Web and experience for Cloud Administrator and User Departments. Private Cloud Administrators should be able to easily configure, deploy, and manage services through a highly intuitive service-centric interface, while using a library of standard templates. Solution should be able to offer choice to select multi operating systems such as Windows 2008, Windows 2012 RHEL / SUSE Linux, etc. Solution should offer Service catalog listing availability of Cloud infrastructure like Virtual Machines, Applications , Common Services offered by state Data center Private cloud. Solution should provide comprehensive service catalog with capabilities for service design and lifecycle management, a web-based self-service portal for users to order and manage services. Solution should offer Registration, Signup, Forgot Password and other standard pages (Profile, Billing or Contact information) or integration with existing Active directory setup. Solution should enforce password policies (complex password, change password in some days etc) Solution should be able to offer choice of various hardware profiles, custom hardware profile, Selection of operating systems, VLAN, Storage. Solution should automate provisioning of new (Virtual, Application or Common Services) with approvals. The approval workflow should be configurable and should be specific to a department

9 10 11 12

13

14

16 17 19 20 21 22 23 24 25 26

Solution should allow creation of library hosting various Operating System, that can be selected while creating new virtual servers. Solution should track ownership and utilization of virtual machines, applications and common services at tenant level. Solution should allow for implementing workflows for provisioning, deployment, decommissioning all virtual assets in the cloud datacenter. Solution should have the ability to manage Virtual Assets across the major multiple virtualization platforms (Microsoft Hyper-V, VMware, Xen/KVM,etc). Solution should have Show-Back (to check the usage patterns and reporting for the application) and the same solution should have the capability to be updated into Charge-Back whenever this functionality is required. Solution should offer Reporting Engine which can be used to extract Usage, Consumption data, Statistics in reports or dash boards. Examples for such reports can be usage reports by tenant, by region, or by virtual machine reporting usage of memory consumption, CPU consumption’ Solution should allow selecting various Operating System as well as option of installation of additional software's on the provisioned Virtual Machines to User Department while Requesting for provisioning of new virtual servers from Self-service GUI. User Department should be able to see consumption information for Department’s cloud infrastructure Cloud Automation framework should provide capability for Roll based Access for performing specific tasks. Private Cloud Administrators should be easily be able to take resources offline and online Private Cloud Administrators/Application Managers should be able to create, manage, services using a web-based interface that presents a customized view of resources based on their role in the organization Solution should identify idle, underutilized capacity percentage to provide inputs to the capacity management function such that informed decisions can be taken. Solution should provide a mechanism to automatically assess high volumes of workloads and determines optimal placement on virtual machines across the enterprise’s shared resource pools Solution should have the ability to develop highly customized workflows and easy user interface. Solution should have web based interface Integration Capabilities. Orchestration Solution should be open and interoperable and has rich integration capabilities that support interfaces from command line interface and web services.

27

1

It should support provisioning for multiple platforms including MS Windows, Linux, etc on x86 (32 and 64 bit) architecture. Monitoring Capabilities Solution should be able to monitor User Department Virtual Resources independent of the platform and solution/service they are running.

2

Solution should monitor all the critical operating system level services and should check for their status like running, not running, paused.

3

Solution should be able to send the reports through e-mail to predefined user with pre-defined interval. Solution should also have the SMS alerting agent for configuring alerts as may be required 9.

Cloud A-Virtual Tape Library (VTL)

SN

Specifications

1

Proposed disk based backup appliance should be able to interface with various industry leading server platforms and operating systems. Must support LAN/SAN based D2D backup and VTL backup simultaneously via NFS v3, CIFS, FC protocols Must support inline data duplication using variable block length deduplication technology. Must support industry leading backup software like EMC Networker, Symantec NetBackup, CommVault and HP Data Protector etc. Should Support deduplication at backup server/ host level so that only changed blocks travel through network to backup device. Must have the ability to perform different backup or restore jobs simultaneously. Must support single management pane for backup software and multiple backup devices for ease of management. Must supports communications and data transfers through 8GB SAN, 10 Gb & 1 Gb Ethernet LAN Should support capacity on demand feature that allows the storage allocation associated with a virtual tape cartridge to be consumed upon write and not creation. Should support backup write performance of 10TB/hr or more for data DE duplication at backup storage and 20TB/hr or more for client side deduplication with configured capacity. Should have min 50TB usable capacity and scalable to 150TB usable with only capacity expansion shelves Must support up to 32 virtual tape libraries, 128 virtual drives,

2 3 4 5 6 7 8 9 10 11 12

Compliance (Yes/No)

13 14 15 16 17 18 19 22

32,000 slots Should support different retentions for primary and DR backup storage Replication Should support bi-directional, many-to-one, one-tomany, and one-to-one replication Should support Link Aggregation Control Protocal (LACP) and VLAN tagging Should support IP Aliasing, ethernet failover and aggregation Should support 256 bit AES encryption for data at rest and data-in-flight during replication. Should support retention lock feature which ensures that no data is deleted accidently. Must support RAID 6 technologies with 3TB/4TB disk drives on SATA/SAS technology. Should support auto support remote health check for OEM to monitor the system health.

Sl. No

Items

Specification

1.

Cloud A –RHEL License

RHEL 7.0 or higher

Sl. No

Items

Specification

1.

Cloud A -Windows License

Windows 2012 or higher

Sl. No

Items

Specification

1.

Cloud A- Cloud and management License

Cloud and management for above

Compliance in Yes/No

Compliance in Yes/No

Compliance in Yes/No

B. Other Requirements: Cloud B- Server – 1 Sl. No

Items

Specification

1

Processor

At least 2 latest processor Intel Xeon E5-4667 v4 or Equivalent (18 Core, 2.2 GHz), each having minimum of 18 core

2

Socket

4 (Half Ppopulated)

3

Memory

At least memory of 512 GB DDR-4 ECC RDIMM/LDIMM (with half of the slot should be populated) scable up 1 TB

4

Internal Hard Disk Drive

Minimum 16 Hot Plug SFF SAS/SSD disk bays should be supported. At least 2 TB usable with Raid 5 or above

4

I/O slots, USB/Serial/VGA/SD ports

At least I/O slots of 7 PCIe Gen 3 slots & 3 USB 3.0 ports or higher, 1 Serial, 1 VGA & 1 SD port and Internal DVD/ROM drive.

5

RAID support

Support for RAID 5 and above.

6

Networking Ports

At least 2 x Internal Dual Gigabit adapter, optional 10G adapter without consuming any extra slot

7

Connectivity with Storage

At least Dual port 2 x 16 Gbps FC HBA (scalable upto 4)

8

Graphics

Integrated Graphics with at least 16MB Video Memory

9

Operating System Supports

Latest in windows, Opens Source & Virtual and Cloud

10

Server Management

OEM embedded controller with IPMI 2.0 compliance and Server Management Tool from same OEM

Power

Redundant Platinum rated efficient Power Supply to sustain above configuration. Power Supply with 80+ Gold certified for better utilization.

11

Compliance in Yes/No

12

Cooling

Hot swap and redundant cooling unit and all fans should be fully populated.

13

Additional Management with industry standard compliance

User-selectable power cap (subsystems throttle to maintain the specified power cap), ACPI 2.0 Compliant, PCI 3.0 compliant, PXE and WOL Support, IPv4 and IPv6 support

14

Standard certifications

The quoted server models should have the following Certifications: Microsoft Windows Server2012 R2, Microsoft® Windows® HPC Server 2012, Novell SUSE Linux Enterprise Server, Red Hat Enterprise Linux(Latest), Sun Solaris, Microsoft® Windows Server® 2012 Hyper-V, VMware® ESXi Version 6.0, Citrix® XenServer, FCC, UL, ROHS

15

Form Factor

Max. 4U Rackable form factor with sliding rails

16

OEM certification

The server OEM must be ISO-14001 or Green peace or equivalent certified

17

Warranty support (part/labor/onsite) in year

5x5x5

Cloud B-Server – 2 Sl. No

Items

Specification

1

Processor

At least 2 processor, each having minimum of 16 core, 50MB Cache and 2.1 Ghz

2

Socket

4 ( Half Populated)

3

Memory

At least memory of 128 GB DDR-4 ECC RDIMM /LDIMM (with a scalability of upto 12TB).

4

Internal Hard Disk Drive

At least 1TB usable with Raid 5 using SAS 10K RPM Drives. System should support a minimum of 16 Drives in the same system.

5

I/O slots, USB/Serial/VGA/SD ports

At least I/O slots of 7 PCIe Gen 3 slots & 4 USB ports or higher, 1 Serial, 1 VGA.

Compliance in Yes/No

6

RAID support

Support for RAID 5 or above.

7

Networking Ports

At least 2 x Internal Dual Gigabit adapter, optional 10G adapter without consuming any extra slot

8

Connectivity with Storage

At least Dual port 16 Gbps FC HBA (scalable upto 2 Cards)

9

Graphics

Integrated Graphics with at least 16MB Video Memory

10

Operating System Supports

Windows Server 2012 R2 Enterprise

11

Server Management

OEM embedded controller with IPMI 2.0 compliance and Server Management Tool from same OEM

12

Power

Redundant Power Supply (N+1, hot-swappable)

13

Cooling

Hot swap and redundant cooling unit and all fans should be fully populated.

14

Additional Management with industry standard compliance

IPv4 and IPv6 support and compliance

15

Standard certifications

The quoted server models should have the following Certifications: Microsoft Windows Server2012, Novell SUSE Linux Enterprise Server, Red Hat Enterprise Linux, VMware® ESXi, FCC, UL, ROHS

16

Form Factor

Max. 4U Rackable form factor with sliding rails

17

OEM certification

The server OEM must be ISO- 9001, 14001 and 20000 and Green peace or equivalent certified

18

Warranty support (part/labor/onsite) in year

5x5x5

Cloud B-Server – 3

Sl. No

Items

Specification

1

Processor

At least 2 processor, each having minimum of 16 core, 50MB Cache and 2.1 Ghz

2

Socket

4 (Half populated)

3

Memory

At least memory of 128 GB DDR-4 ECC RDIMM /LDIMM (with a scalability of upto 12TB).

4

Internal Hard Disk Drive

At least 1TB usable with Raid 5 using SAS 10K RPM Drives. System should support a minimum of 16 Drives in the same system.

5

I/O slots, USB/Serial/VGA/SD ports

At least I/O slots of 7 PCIe Gen 3 slots & 4USB ports or higher, 1 Serial, 1 VGA.

6

RAID support

Support for RAID 5 or above.

7

Networking Ports

At least 2 x Internal Dual Gigabit adapter, optional 10G adapter without consuming any extra slot

8

Connectivity with Storage

At least Dual port 16 Gbps FC HBA (scalable upto 2 Cards)

9

Graphics

Integrated Graphics with at least 16MB Video Memory

10

Operating System Supports

Windows Server 2012 R2 Enterprise

11

Server Management

OEM embedded controller with IPMI 2.0 compliance and Server Management Tool from same OEM

12

Power

Redundant Power Supply (N+1, hot-swappable)

13

Cooling

Hot swap and redundant cooling unit and all fans should be fully populated.

14

Additional Management with industry standard compliance

IPv4 and IPv6 support and compliance

Compliance in Yes/No

15

Standard certifications

The quoted server models should have the following Certifications: Microsoft Windows Server2012, Novell SUSE Linux Enterprise Server, Red Hat Enterprise Linux, VMware® ESXi, FCC, UL, ROHS

16

Form Factor

Max. 4U Rackable form factor with sliding rails

17

OEM certification

The server OEM must be ISO- 9001, 14001 and 20000 and Green peace or equivalent certified

18

Warranty support (part/labor/onsite) in year

5x5x5

Cloud B-Server – 4 Sl. No

Items

Specification

1

Processor

At least 2 processor, each having minimum of 4 core, 50MB Cache and 2.1 Ghz

2

Socket

4 (Half populated)

3

Memory

At least memory of 16 GB DDR-4 ECC RDIMM /LDIMM (with a scalability of upto 12TB).

4

Internal Hard Disk Drive

At least 500 GB usable with Raid 5 using SAS 10K RPM Drives. System should support a minimum of 16 Drives in the same system.

5

I/O slots, USB/Serial/VGA/SD ports

At least I/O slots of 7 PCIe Gen 3 slots & 4 USB ports or higher, 1 Serial, 1 VGA.

6

RAID support

Support for RAID 5 or above.

7

Networking Ports

At least 2 x Internal Dual Gigabit adapter, optional 10G adapter without consuming any extra slot

Compliance in Yes/No

8

Connectivity with Storage

At least Dual port 16 Gbps FC HBA (scalable upto 2 Cards)

9

Graphics

Integrated Graphics with at least 16MB Video Memory

10

Operating System Supports

Windows Server 2012 R2 Enterprise

11

Server Management

OEM embedded controller with IPMI 2.0 compliance and Server Management Tool from same OEM

12

Power

4 x 1200 W or higher 80 PLUS® platinum-level efficiency, easy-swap power supply units (N+1 redundant, hot-swappable)

13

Cooling

Hot swap and redundant cooling unit and all fans should be fully populated.

14

Additional Management with industry standard compliance

IPv4 and IPv6 support and compliance

15

Standard certifications

The quoted server models should have the following Certifications: Microsoft Windows Server2012, Novell SUSE Linux Enterprise Server, Red Hat Enterprise Linux, VMware® ESXi, FCC, UL, ROHS

16

Form Factor

Max. 4U Rackable form factor with sliding rails

17

OEM certification

The server OEM must be ISO- 9001, 14001 and 20000 and Green peace or equivalent certified

18

Warranty support (part/labor/onsite) in year

5x5x5

Cloud B-Server – 5 Sl. No

Items

Specification

1

Processor

At least 2 processor, each having minimum of 8 core,

Compliance in Yes/No

50MB Cache and 2.1 Ghz 2

Socket

4 (Half populated)

3

Memory

At least memory of 64 GB DDR-4 ECC RDIMM /LDIMM (with a scalability of upto 12TB).

4

Internal Hard Disk Drive

At least 300 GB usable with Raid 5 using SAS 10K RPM Drives. System should support a minimum of 16 Drives in the same system.

5

I/O slots, USB/Serial/VGA/SD ports

At least I/O slots of 7 PCIe Gen 3 slots & 4 USB ports or higher, 1 Serial, 1 VGA.

6

RAID support

Support for RAID 5 or above.

7

Networking Ports

At least 2 x Internal Dual Gigabit adapter, optional 10G adapter without consuming any extra slot

8

Connectivity with Storage

At least Dual port 16 Gbps FC HBA (scalable upto 2 Cards)

9

Graphics

Integrated Graphics with at least 16MB Video Memory

10

Operating System Supports

Windows Server 2012 R2 Enterprise

11

Server Management

OEM embedded controller with IPMI 2.0 compliance and Server Management Tool from same OEM

12

Power

4 x 1620 W 80 PLUS® platinum-level efficiency, easyswap power supply units (N+1 redundant, hotswappable)

13

Cooling

Hot swap and redundant cooling unit and all fans should be fully populated.

14

Additional Management with industry standard compliance

IPv4 and IPv6 support and compliance

15

Standard certifications

The quoted server models should have the following Certifications: Microsoft Windows Server2012, Novell SUSE Linux Enterprise Server, Red Hat Enterprise Linux, VMware® ESXi, FCC, UL, ROHS

16

Form Factor

Max. 4U Rackable form factor with sliding rails

17

OEM certification

The server OEM must be ISO- 9001, 14001 and 20000 and Green peace or equivalent certified

18

Warranty support (part/labor/onsite) in year

5x5x5

Cloud B-Server – 6 Sl. No

Items

Specification

1

Processor

At least 2 processor, each having minimum of 8 core, 50MB Cache and 2.1 Ghz

2

Socket

4 (Half populated)

3

Memory

At least memory of 64 GB DDR-4 ECC RDIMM /LDIMM (with a scalability of upto 12TB).

4

Internal Hard Disk Drive

At least 300 GB usable with Raid 5 using SAS 10K RPM Drives. System should support a minimum of 16 Drives in the same system.

5

I/O slots, USB/Serial/VGA/SD ports

At least I/O slots of 7 PCIe Gen 3 slots & 4 USB ports or higher, 1 Serial, 1 VGA.

6

RAID support

Support for RAID 5 or above.

7

Networking Ports

At least 2 x Internal Dual Gigabit adapter, optional 10G adapter without consuming any extra slot

8

Connectivity with Storage

At least Dual port 16 Gbps FC HBA (scalable upto 2 Cards)

Compliance in Yes/No

9

Graphics

Integrated Graphics with at least 16MB Video Memory

10

Operating System Supports

Windows Server 2012 R2 Enterprise

11

Server Management

OEM embedded controller with IPMI 2.0 compliance and Server Management Tool from same OEM

12

Power

4 x 1200 W or higher 80 PLUS® platinum-level efficiency, easy-swap power supply units (N+1 redundant, hot-swappable)

13

Cooling

Hot swap and redundant cooling unit and all fans should be fully populated.

14

Additional Management with industry standard compliance

IPv4 and IPv6 support and compliance

15

Standard certifications

The quoted server models should have the following Certifications: Microsoft Windows Server2012, Novell SUSE Linux Enterprise Server, Red Hat Enterprise Linux, VMware® ESXi, FCC, UL, ROHS

16

Form Factor

Max. 4U Rackable form factor with sliding rails

17

OEM certification

The server OEM must be ISO- 9001, 14001 and 20000 and Green peace or equivalent certified

18

Warranty support (part/labor/onsite) in year

5x5x5

Cloud B-Server – 7 Sl. No

Items

Specification

1.

Compatibility Requirements

Compatible with Supplied Rack, Networking Switches,

2.

Description

Blade Chassis shall accommodate the specified maximum number of Blade Servers with hot

Compliance in Yes/No

swappable HDD, Interconnect Modules, Power supplies, Fans and Management Modules. Should Provide common resources essential for the Blade Servers like Power, Network Fabric, Internal/External Storage etc. Mounting

The Rack shall include all accessories so that it can be mounted on an Industry Standard 19” 42U Rack.

Blade Bay

Blade Chassis(s) to be capable of accommodating adequate quantities of Full/Half Height Hot Pluggable Blade Servers with Dual I/O Connectors. Number of blade bays should be sufficient to support the number of processors providing equivalent processing power as mentioned in the technical specs of Blade Servers. Blade Chassis should have at least one Blade slot empty for future scalability.

Modules

Redundant 10G Ethernet Modules per blade. Redundant FC Modules with minimum 14 ports. Redundant Management Module Chassis should be configured with integrated IP KVM switch Module for managing the Blade chassis locally as well as remotely.

Chassis Connectivity

Should provide complete I/O redundancy to blade servers to provide maximum uptime. Chassis shall have required number of Managed Ethernet Switches / Modules to provide at least two in number 10 Gbps ports for each Blade Server.

7.

Power Modules

Chassis should be fully loaded with all the Power supplies with N+N redundancy. It shall be supplied with the PDUs to connect Power Cables to the Chassis power input terminals

8.

Form Factor

Blade Chassis should than 10U height or more

9.

System Panel

LED/LCD panel to provide power-on, location, over temperature, information and system error conditions and access control

Fan / Cooling

It shall be fully populated with fans for cooling with adequate redundancy built in for the entire enclosure & its components (assuming all blade slots are populated.

3.

4.

5.

6.

10.

11.

Management Module (Internal to chassis or external but in the same rack) must provide a single point of control for intelligent management of the entire console including chassis and all blade servers.

12.

It should provide setup & control of Enclosure and should report asset and inventory information for all the devices in the Enclosure.

13.

It should report thermal & power information on per server & per Enclosure basis

14.

It should provide KVM functionalities & access for all the Server Blades from the Management Module Management Software / Solution

15.

Chassis should support Management or Virtualisation software to provide blade failover to a standby blade whenever any blade in the production fails.

16.

Should support iSCSI boot

17.

It should also have the capability to enforce policies in the system BIOS settings and configuration, so once administrators define a common policy for a server BIOS, all subsequent deployments use this policy.

18.

Built in high availability for the management Modules and software

19.

Virtualization

Must support virtualization through popular hypervisors like Hyper-V etc. Both bare metal and OS based hypervisors to be supported. Chassis Management Software must not interfere with hypervisor and private cloud management software.

21.

Support / Warranty

Minimum 5 Years On-site comprehensive warranty with spares.

Cloud B-Server – 8 Sl. No

Items

Specification

1

CPU

Four number of latest generation Intel 8 E5-4600v4 processor or Equivalent(16 Core)

2

Memory

512 GB DIMMS scalable to at least upto 1 TB, using DDR4 Load Reduced DIMM (LRDIMM) memory modules. Should be capable of identifying and reporting whether genuine OEM memory is installed. Each LRDIMM should work at 2133MHz, 1. 2V even after populating all the DIMMs in the channel.

3

Memory Protection

Advanced ECC with multi-bit error protection and memory online spare mode

4

HDD Bays

Up to 8 SFF/4 LFF max, HDD/SSD

5

Optical drive Bay

One optional optical drive bay to install DVD-ROM or DVD-RW .

6

Hard disk drive

7

Controller

Embedded 6Gb/s SATA controller RAID controller with RAID 0/1/5 for SATA Disk.

8

Networking features

1Gb 2-port network adaptor supporting advanced features such as TCP segmentation offload, VLAN tagging, MSI-X, Jumbo frames, IEEE 1588, and virtualization features such as VMDQ.

9

Connectivity with Storage

At least Dual port 2 x 16 Gbps FC HBA (scalable upto 4)

10

Bus Slots

Three PCI-Express 3.0 slots, atleast two x8 and one x16 slots

11

Power Supply

Redundant Power Supplies

12

Fans

Redundant hot-plug system fans

13

Industry Standard Compliance

ACPI 2.0b Compliant PCIe 3.0 Compliant PXE Support WOL Support

3*300GB hot plug SFF SAS/SSD/SATA Drives

Compliance in Yes/No

Microsoft® Logo certifications RHEL/ ASHRAE A3/A4

14

Embedded system management

15

Operating Systems and Virtualization Software Support

16

17

Should support monitoring ongoing management, service alerting, reporting and remote management with embedded Gigabit out of band management portServer should support configuring and booting securely with industry standard Unified Extensible FirmwareSystem should support RESTful API integrationSystem management should support provisioning servers by discovering and deploying 1 to few servers with Intelligent ProvisioningSystem should support embedded remote support to transmit hardware events directly to OEM or an authorized partner for automated phone home support RHEL 7.1 (at least1 year)/ Microsoft Windows, VMware

Secure encryption

System should support Encryption of the data on both the internal storage and cache module of the array controllers using encryption keys. Should support local key management for single server and remote key management for central management for enterprise-wide data encryption deployment.

Warranty

Server Warranty includes 5-Year Parts, 5-Year Labor, 5-Year Onsite support with next business day response.

Cloud B-Server – 9 Blade Server Sl. No

Items

Specification

2

CPU

Two latest generation Intel 8 Core E5-2600v4 processor or higher

Memory

1 TB DIMMS scalable to at least up to 2 TB, using DDR4 Load Reduced DIMM (LRDIMM) memory modules. Should be capable of identifying and reporting whether genuine OEM memory is installed.

3

Compliance in Yes/No

Each LRDIMM should work at 2133MHz 4

Memory Protection

Advanced ECC with multi-bit error protection and memory online spare mode

5

HDD Bays

2 SAS/SATA/SSD Bays

7

Hard disk drive

8

Controller

Embedded 6Gb/s SATA controller RAID controller with RAID 0/1 for SATA Disk.

Networking features

10Gb 2-port network adaptor supporting advanced features such as TCP segmentation offload, VLAN tagging, MSI-X, Jumbo frames, IEEE 1588, and virtualization features such as VMDQ.

Industry Standard Compliance

ACPI 2.0b Compliant PCIe 3.0 Compliant PXE Support WOL Support Microsoft® Logo certifications USB 3.0 Support ASHRAE A3

Embedded system management

Should support monitoring ongoing management, service alerting, reporting and remote management with embedded Gigabit out of band management port Server should support configuring and booting securely with industry standard Unified Extensible Firmware System should support Restful API integration System management should support provisioning servers by discovering and deploying 1 to few servers with Intelligent Provisioning System should support embedded remote support to transmit hardware events directly to OEM or an authorized partner for automated phone home support

Security

Power-on password Serial interface control Administrator's password TPM 1.2 UEFI

9

13

14

15

2*300GB hot plug SFF SAS/SSD/SATA Drives

16

Operating Systems and Virtualization Software Support

RHEL 7.1 (at least1 year)/ Microsoft Windows, VMware ,Citrix

17

Secure encryption

System should support Encryption of the data on both the internal storage and cache module of the array controllers using encryption keys. Should support local key management for single server and remote key management for central management for enterprise-wide data encryption deployment.

18

Warranty

Server Warranty includes 5-Year Parts, 5-Year Labor, 5-Year Onsite support with next business day response.

Cloud B- Reverse Proxy (3 VM), Staging (2 VM) Sl. No

Items

Specification

1

Chassis

1 U Rack Mountable

2

CPU

Two latest generation Intel 8 Core E5-2600v4 processor or higher

3

Memory

16 GB DIMMS scalable to at least upto 256GB, using DDR4 Load Reduced DIMM (LRDIMM) memory modules. Should be capable of identifying and reporting whether genuine OEM memory is installed. Each LRDIMM should work at 2133MHz

4

Memory Protection

Advanced ECC with multi-bit error protection and memory online spare mode

5

HDD Bays

4 LFF max, SAS, SATA, SSD

6

Optical drive Bay

One optional optical drive bay to install DVD-ROM or DVD-RW .

7

Hard disk drive

8

Controller

3*300GB hot plug SFF SAS/SSD/SATA Drives Embedded 6Gb/s SATA controller RAID controller with RAID 0/1 for SATA Disk.

Compliance in Yes/No

9

Networking features

10Gb 2-port network adaptor supporting advanced features such as TCP segmentation offload, VLAN tagging, MSI-X, Jumbo frames, IEEE 1588, and virtualization features such as VMDQ.

10

Connectivity with Storage

At least Dual port 2 x 16 Gbps FC HBA (scalable upto 4)

11

Bus Slots

Three PCI-Express

12

Power Supply

Redundant Power Supply(N+1))

Industry Standard Compliance

ACPI 2.0b Compliant PCIe 3.0 Compliant PXE Support WOL Support Microsoft® Logo certifications ASHRAE A3

14

Embedded system management

Should support monitoring ongoing management, service alerting, reporting and remote management with embedded Gigabit out of band management port Server should support configuring and booting securely with industry standard Unified Extensible Firmware System should support Restful API integration System management should support provisioning servers by discovering and deploying 1 to few servers with Intelligent Provisioning System should support embedded remote support to transmit hardware events directly to OEM or an authorized partner for automated phone home support

15

Security

Power-on passwordSerial interface controlAdministrator's passwordTPM 1.2UEFI

16

Operating Systems and Virtualization Software Support

13

17

Secure encryption

RHEL 7.1 (at least1 year)/ Microsoft Windows, VMware ,Citrix System should support Encryption of the data on both the internal storage and cache module of the array controllers using encryption keys. Should support local key management for single server and remote key management for central management for enterprise-wide data encryption deployment.

18

Warranty

Server Warranty includes 5-Year Parts, 5-Year Labor, 5-Year Onsite support with next business day response.

Cloud B-Operating System Sl. No

Specification

1

The operating system (including all variants) should have been certified on hardware from leading OEM.

2

Operating system should also include upgrades, updates and web & telephonic support from OS vendor.

3

The product should have Product life cycle upto 10 years or end of life.

4

The OS should be EAL 4+ Certified

5

The Bidder shall propose Linux operating system and Linux compatible solution components. An alternate operating system can be proposed only if any solution is not compatible with Linux. The alternate operating system proposed should be latest version from the OEM.

6

The source code of the operating System should be freely available from the OEM

7

The Enterprise grade Server operating system should support the essential network services like Directory Services (LDAP V3 ), DNS, DHCP, Radius, Web Server, Application server, Cluster services (High Availability and Fail over Support), Load Balancer ,with virtualization support.

8

The OS should conform to TCP/IP communications standards interface based on Internet Standards. The OS should support protocols / services / standards including, but not limited to, IPv4, IPv6, ICMP, IP Multicasting, User Datagram Protocol, SNMP, HTTP, SSL with support for X.509 certificates, Domain Name Service, Telnet, SFTP, NFS, CIFS, SMB, Bootstrap Protocol, DHCP, Network Time Protocol, etc.

9

Support of large files and file systems on a single host

10

The proposed OS should support both hardware and software level clustering and should support Clustered File System.

11

The proposed OS should support pre-compiled applications using Java Run Time Engine (JRE) and should have in-built Java Virtual Machine and Java Class Libraries.

Compliance in Yes/No

12

The OS should have a robust architecture built for reliability and availability. The OS should support features including, but not limited to, the following:

12.1

• Online isolation of failed processor, memory and disk adapter

12.2

• Online reconfiguration of CPU, Memory and I/O without interruption or suspension of the services.

12.3

• Aggregation and load balancing across network adapters.

12.4

• Dynamic kernel patching without reboot.

13

Should have Fiber Channel over Ethernet (FCoE)

14

Should have for iSCSI extension for RDMA (iSER) initiator and target

15

Support for I/O load balancing and multiple pathing for storage subsystem and networking

16

OS should also support mandatory access control for file system, processes & users.

17

The OS should support of Security Enhanced features and be capable of managing public key infrastructure (PKI).

18

Especially Indict languages (Unicode) Support within OS

19

OS should support System Security Services Daemon which Manages communication with centralized identity and authentication stores, predictable caching for network accounts, handle multiple domains of user data and authentication

20

The OS should support multiple virtualization hypervisor i.e. VMware, Hyper-V, KVM, XEN etc.

21

OS should support Reliability, Availability, and Serviceability (RAS) features i. Physical memory hot add Iii. Advanced Error Reporting (AER) for PCIe devices iv. CPU logical on-lining / off-lining

22

OS should support security features like mandatory Access Control for OS level security hardening as per CBEC’s security practices

23

OS should integrate with CBEC’s Identity management server for features like SSO, auditing, logging & should also have graphical admin control.

24

OS should have Kernel Level Virtualization support

25

OS should support high availability of application in its environment

26

OS should support Cluster file system for application in its environment. Each member of the cluster thus has direct access to the same storage device and all

cluster nodes access the same set of files. 27

OS should support Network load balancer functionality to provide redundancy for web, application & database servers, networking, and storage.

28

Should have Graphical User Interface, also accessible remotely via industry standard protocols viz. RDP/VNC/web browser based console.

Cloud B- Antivirus Sl. No

Specification

1

Endpoint Protection should provide 5-layers of protection-

1.1

Network: Network threat protection should analyze incoming data and blocks threats while they travel through the network before hitting the system. Rulesbased firewall and browser protection should be included to protect against webbased attacks.

1.2

File: Signature-based antivirus should eradicate malware on a system to protect against viruses, worms, Trojans, spyware, bots, adware, and rootkits.

1.3

Reputation: It should correlate tens of billions of linkages between users, files, and websites to detect rapidly mutating threats. By analyzing key file attributes, Endpoint protection should accurately identify whether a file is good and assign a reputation score to each file, effectively protecting against targeted attacks while reducing scan overhead by up to 70%.

1.4

Behavior: It should leverage artificial intelligence to provide zero-day protection and stop new and unknown threats by monitoring nearly 1,400 file behaviors while they execute in real-time to determine file risk.

1.5

Repair: Power Eraser to aggressively scans infected endpoints to locate Advanced Persistent Threats and remove tenacious malware. Remote support enables the administrator to trigger the Power Eraser scan and remedy the infection remotely from the Endpoint Protection management console.

2

End point Protection should provide granular policy controls, including:

2.1

2.1. System Lockdown: Should enhance protection for business critical systems by only allowing whitelisted applications (known to be good) to run or by blocking blacklisted applications (known to be bad) from running. Finger printing of applications should from centralized console.

2.2

Application and Device Control: Should help prevent internal and external security breaches by monitoring application behavior and controlling file access, registry

Compliance in Yes/No

access, processes that are allowed to run, and devices information can be written to.

2.3

Host Integrity Checking & Policy Enforcement: Should allow administrator to run script on their endpoints to verify and report compliance; quarantine location and peer-to-peer enforcement lockdown and isolate a non-compliant or infected system.

2.4

Location Awareness: Should automatically detects what location a system is connecting from, such as a hotel, hotspot, wireless network, or VPN and adjusts the security to offer the best protection for the environment.

2.5

Endpoint Protection should able to block devices based on Windows Class ID and should include USB,

2.6

Infrared, Bluetooth, Serial, Parallel, fire wire, SCSI and PCMCIA. Solution should also be able to block and give read/write/execute permission for mentioned devices.

3

Endpoint Protection should be able to deploy flexible and different security policies depending upon the

3.1

AND/OR relationship of following network triggers – e.g. IP address (range or mask) - DNS Server, DHCP

3.2

Server , WINS Server , Gateway Address , TMP Token Exists (hardware token) , DNS Name Resolves to IP, Policy Manager Connected, Network Connection (wireless, VPN, Ethernet, dialup)

4

Endpoint Protection should combine NIPS (network) and HIPS (host) both with Generic Exploit Blocking

4.1

(GEB) for one signature to proactively protect against all variants, Granular application access control and behavior based technology mentioned above.

5

If the host is non-compliant with security policies, Endpoint Protection must automatically initiate a restoration action, which can include running command line, downloading and executing/inserting a file, running scripts , remediating by setting required registries keys , rechecking the host for compliance, and ultimately granting access for the compliant host to the network.

6

Endpoint Protection must have reports that incorporate multi-dimensional analysis and robust graphical reporting in an easy-to-use dashboard.

7

Endpoint Protection must have group update provider reduces network overhead and decreases the time it takes to get updates by enabling one client to send updates to another, enabling more effective updates in remote locations.

8

Endpoint Protection solution should scan POP 3 email traffic including email clients Microsoft outlook, lotus notes and outlook express.

9

Endpoint Protection’s Desktop Firewall rules should be configurable depending upon the adapters including Ethernet, wireless, Dialup, VPN (Microsoft PPTP, Nortel, Cisco.

10

Endpoint Protection Desktop Firewall rules should be configurable depending upon the state of screen saver "ON" & "Off".

11

Endpoint Protection must prevent clients from downloading full definition packages.

12

Endpoint Protection must have reduced-size windows client package for embedded systems and VDI environments with a static base and function. The reduced-size should be 80% to 90% smaller than the standard-size client.

13

Virtual Optimization

13.1

Endpoint Protection protects your high-density virtual environment while maintaining performance levels superior to agentless solutions and providing endto-end security visibility.

14.1

VMware vShield Integration to allow higher VM density and reduces I/O and CPU usage.

14.2

Virtual image exception to whitelists files from a standard virtual machine image to optimize scanning

14.3

Resource leveling to randomize scan and update schedules to prevent resource utilization spikes.

14.4

Shared Insight cache to scans files once, shares the results between clients, and deduplicates file scanning to reduce bandwidth and latency.

14.5

Virtual client tagging to automatically detects and reports whether the client is running in a virtual environment, making it easier to set different policies for virtual machines.

14.6

Offline image scanning to find threats in offline virtual machine images.

14.7

Scan throttling for virtualization to detect disk load and reduces scan speed to prevent utilization spikes.

15

Endpoint Protection solution should provide early launch anti-malware (ELAM) protection for the computers in network when they start up and before third-party drivers initialize.

16

Endpoint Protection solution should provide Clean Wipe tool to remove itself only on demand

Cloud B-Server NAS 24 TB Sl. No

Items

Specification

Model Name 1

Processor

At least 2 processor, each having minimum of 18 core

2

Socket

4 (half of the socket should be populated)

3

Memory

At least memory of 16 GB

4

Hard Disk Drive

At least 24 TB with Raid 5 or above and Extendable upto 50TB

5

Host Interface

At least I/O slots of 5 PCIe Gen 3 slots & 2 USB 3.0 ports or higher, 1 Serial, 1 VGA & 1 SD port and Internal DVD/ROM drive.

6

RAID support

Support for RAID 5 and above.   

7

Networking Ports 

1Gb Ethernet (4) and

8 Gb Fibre Channel (8) and

10Gb Ethernet (8) Ports per controller

Host interface type and number of ports per controller. 1 Gb Ethernet standard, 10 GbE SFP, 10GbE-T, 8Gb FC optional can be added in any configuration up to max quantity 4

Operating System Supports

Latest in windows

9

Power

Redundant Platinum rated efficient Power Supply to sustain above configuration. Power Supply with 80+ Gold certified for better utilization.

10

Cooling

Hot swap and redundant cooling unit and all fans should be fully populated.

11

Standard certifications

The quoted server models should have Certifications: latest Microsoft Windows Sever

12

Form Factor

Max. 2U Rackable form factor with sliding rails

8

Compliance in Yes/No

13

OEM certification

The server OEM must be ISO-14001 and Green peace or equivalent certified

14

Warranty support (part/labor/onsite) in year

5x5x5

Cloud B-SAN Expansion Enclosure (Up-gradation up-to 35 TB of Model 1814-20A)

Sl. No

Feature

Specification

1

Part Number & Make

1814-52A & IBM

2

Capacity

3

Expansion Bay

16 & Hot-swap

4

Host Connectivity

FC, iSCSI

5

Drive Compatibility

SATA and SAS

6

High Availability

Storage Array shall be configured in a no single point of failure configuration including array controller cards, cache memory, fan, Power supply etc.

7

Fiber Channel Ports

Offered Storage shall have minimum of 4 Fiber channel 4 Gbps host ports and four numbers of 1Gbps ISCSI ports across controllers

8

Support for EXP Units

2 EXP520s per DS5020

9

RAID

Array should support equipment/item based RAID 0, 1, 5, 6 and 10.

Offered Storage array shall be supplied with Expansion upto 35 TB

Compliance in Yes/No

10

Power

Redundant Platinum rated efficient Power Supply to sustain above configuration. Power Supply with 80+ Gold certified for better utilization.

11

Cooling

Hot swap and redundant cooling unit and all fans should be fully populated.

12

Form Factor

Max. 4U Rackable form factor with sliding rails

13

Warranty

5 years comprehensive warranty inclusive of parts and labor.

RACK SERVER - TYPE -I

2 * Intel / AMD Latest Processor with Min. 4 Core / 2.6 Ghz / 10MB Cache) E5-2600 V4 Series MEMORY 32 GB DDR3 RDIMM MEMORY, Memory Scalable Up to Min. 384GB 2 x 600 GB SAS 10K Hot Plug drives needs to be proposed Eight-port 12Gbps PCI Express (PCIe) RAID controller supporting 6Gbps SAS 1Gb 4-port network adaptor should be provided CD-DVD RW, Ports: 4 USB ( Min. one front USB), 1 serial port,

COMPLIANCE (Yes/No) Make and Model no: Make and Model no:

REMARKS

For Type 1, 2, 3, 4 Min. 2 PCI Express Slots Hot Plug Redundant power supply, Server Management and Diagnostic Software, OPERATING SYSTEM SUPPORT: Microsoft Windows Server, Red Hat Enterprise Linux (RHEL), SUSE Linux Enterprise Server (SLES), Vmware Other software support 1 U Rack Mountable 3 Years Next business day onsite warranty by OEM with 3 years support contract from OEM with 3 years support contract from OEM

RACK SERVER - TYPE -II Make and Model no:

2 * Intel / AMD Latest Processor with Min. 8 Core / 2.1 Ghz / 16MB Cache) MEMORY 32 GB DDR3 RDIMM MEMORY, Memory Scalable Up to Min. 384GB 5xHot Plug 600 GB SAS Drive 10K rpm, 2.5 inch Eight-port 12Gbps PCI Express (PCIe) RAID controller supporting 12 Gbps SAS 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 Net Queue and Microsoft VMQ. Internal/External CD-DVD RW, Ports: 8 USB ( Min. 2 front USB), 1 serial port,

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

OEM USB Keyboard, OEM Optical Scroll Mouse, For Type 1, 2, 3, 4 Min. 2 PCI Express Slots Hot Plug Redundant power supply, Size up to 4U, 19” Rack mountable Server Management and Diagnostic Software, OPERATING SYSTEM SUPPORT: Microsoft Windows Server, Red Hat Enterprise Linux (RHEL), SUSE Linux Enterprise Server (SLES) 3 Years Next business day onsite warranty by OEM with 3 years support contract from OEM with 3 years support contract from OEM

RACK SERVER - TYPE -III

Dual-socket Server 1U Server 1 * Intel / AMD Latest Processor with Min. 4 Core / 2.4 Ghz / 10MB Cache) MEMORY 16 GB DDR3 RDIMM MEMORY, Memory Scalable Up to Min. 384GB 2 x 600 GB SAS 10K Hot Plug drives needs to be proposed Atleast 8 HDD bays supporting SAS, SATA/NL- SAS and SSD drives Internal DVD-ROM drive 1Gb 4-port network adaptor should be provided

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

Eight-port 12Gbps PCI Express (PCIe) RAID controller supporting 3Gbps Integrated Graphics with atleast 8MB Video Memory Internal DVD-ROM OEM embedded controller with IPMI 2.0 compliance and Server Management Tool from same OEM 4 USB 2.0 Ports(2 each on rear and front), 1 Serial, keyboard, mouse, VGA Port Hot Plug Redundant Power Supply to sustain above configuration. Power Supply with 80+ Gold certified for better utilization. Hot plug and redundant fans Server Should Support User-selectable power cap (subsystems throttle to maintain the specified power cap), ACPI 2.0 Compliant, PCI 3.0 compliant, PXE and WOL Support, IPv4 and IPv6 support OPERATING SYSYTEM SUPPORT: Microsoft Windows Server, Red Hat Enterprise Linux (RHEL), SUSE Linux Enterprise Server (SLES), Vmware The server OEM must be ISO 9001:2008 certified The quoted server model must have published benchmark on spec.org/tpc.org 3 Years Next business day onsite warranty by OEM with 3 years support contract from OEM with 3 years support contract from OEM

RACK SERVER - TYPE -IV Make and Model no:

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

2U Server 2 * Intel / AMD Latest Processor with Min. 6 Core / 2.1 Ghz / 15MB Cache) TYPE – I, II, IV: MEMORY 32 GB DDR3 RDIMM MEMORY, Memory Scalable Up to Min. 384GB 2 x 300 GB H/S SAS Hot Plug Hard Disk Drives Atleast 8 HDD bays supporting SAS, SATA/NL- SAS and SSD drives Internal DVD-ROM drive For Type 1, 2, 3, 4 Min. 2 PCI Express Slots PCIe 3.0 based SAS Raid Controller with RAID 0/1/1+0/5/5+0 with 512MB battery backed write cache Integrated Graphics with atleast 8MB Video Memory Internal DVD-ROM OEM embedded controller with IPMI 2.0 compliance and Server Management Tool from same OEM 4 USB 2.0 Ports(2 each on rear and front), 1 Serial, keyboard, mouse, VGA Port Hot Plug Redundant Power Supply to sustain above configuration. Hot plug and redundant fans Server Should Support User-selectable power cap (subsystems throttle to maintain the specified power cap), ACPI 2.0 Compliant, PCI 3.0 compliant, PXE and WOL Support, IPv4 and IPv6 support

OPERATING SYSYTEM SUPPORT: Microsoft Windows Server, Red Hat Enterprise Linux (RHEL), SUSE Linux Enterprise Server (SLES), Vmware The server OEM must be ISO 9001:2008 certified The quoted server model must have published benchmark on spec.org/tpc.org 3 Years Next business day onsite warranty by OEM with 3 years support contract from OEM with 3 years support contract from OEM

RACK SERVER - TYPE –V

4-socket Server Intel Xeon Processor with min 32 cores and at least 3 GHz. The cores could be in 4 CPU octacore configuration MEMORY 64 GB DDR3 RDIMM MEMORY, Memory Scalable Up to Min. 3 TB 2 x 600 GB H/S SAS Hot Plug Hard Disk Drives upgradeable upto 5 drives At least 5 HDD bays supporting SAS, SATA and SSD drives Internal/External DVD-ROM drive For Type 5 Min. 6 PCI Express Slots PCIe 3.0 based SAS Raid Controller with RAID 0/1/1+0/5/5+0 with 512MB battery backed write cache Integrated Graphics with at least 8MB Video Memory OEM embedded controller with IPMI 2.0

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

compliance and Server Management Tool from same OEM 5 USB 2.0 Ports(at least 1 in front), 1 Serial, keyboard, mouse, VGA Port Hot Plug Redundant Power Supply to sustain above configuration Hot plug and redundant fans Server Should Support User-selectable power cap (subsystems throttle to maintain the specified power cap), ACPI 2.0 Compliant, PCI 3.0 compliant, PXE and WOL Support, IPv4 and IPv6 support

Microsoft Windows Server 2012/Red Hat Enterprise Linux (RHEL)/SUSE Linux Enterprise Server (SLES), Vmware

The server OEM must be ISO 9001:2008 certified The quoted server model must have published benchmark on spec.org/tpc.org Maximum 4U Rack mount form factor 5 Years Next business day onsite warranty by OEM with 5 years support contract from OEM with 5 years support contract from OEM

Blade Chassis:

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

Chassis of up to 10 U height to accommodate min 16 hot pluggable half height blades or 8 full-height blades with SAS hard disks/8 hot pluggable full height servers with hot plug SAS hard disks. Minimum 6 I/O bays with minimum 3 fabric support. Shall provide common resources for the Blade Servers like power, System Management, Cabling, Ethernet Management and extension, External fibre Channel Storage switching and connectivity. Chassis with all redundancy features. High-Availability Dual Path Midplane or passive midplane for providing two-way communication paths for Ethernet, Fiber Channel, KVM Switches, Power Supply and Management Signals and should be able to support with minimum throughput of 5 Tb/s. (OEM to submit test certificate to this effect.) Redundant 10 GBPS Ethernet module (with atleast 4 no. of 10 GBPS uplink) and Redundant Gigabit Ethernet module (with atleast 4 no. of 1 GBPS uplink) has to be provided. Fiber Channel Module to connect to External SAN switch Dual redundant management modules to communicate with the system management processors on the blade server. Dual hot swap variable speed blowers/fans for Cooling the

chassis fully redundant and all populated

Power Supplies shall be hot swappable and shall be supplied in adequate numbers so as to ensure n+n redundant power supply is there for completely populated chassis sufficient to power the fully populated chassis. Shall provide support for remote console management, power on/off blades, modules shall monitor power status, operating system, temperature, disks, blowers, power modules system diagnostic programs provided through the management s/w.Real Time Power/Thermal Monitoring and Management Real Time System AC Power Consumption with resetable peak and minimum values System level power limiting and slot based power prioritization Interactive colour LCD/LED panel for local trouble shooting & wizard based set up. Control panel display to show health of the systems including power-on, over temperature ,other information and system error conditions. VGA & 1 USB ports for KVM and a Internal/External DVD-ROM drive 3 Years Next business day onsite warranty by OEM with 3 years support contract from OEM with 3 years support contract from OEM

Dual-socket Blade Server (entry level) 1 x Intel® Xeon® E5-2623v4 (2.4GHz/4core/10MB/80W) Processor has to be provided Latest OEM chipset supporting an optimized for the above processor RAM (min/max): 16 GB/192GB DDR-3 ECC RDIMM 2 x 300 GB H/S 6 GB/s SAS Hard Disk Drives. Integrated PCI 3.0 based SAS Raid Controller with RAID 0, 1 At least Two PCIemezannine slots Integrated Graphics with at least 8MB Video Memory OEM embedded controller with IPMI 2.0 compliance and Server Management Tool from same OEM Microsoft Windows Server Red Hat Enterprise Linux (RHEL) SUSE Linux Enterprise Server (SLES) Canonical Ubuntu Vmware The server OEM must be ISO 9001:2008 certified The quoted server model must have published benchmark on spec.org/tpc.org

3 Years Next business day onsite warranty by OEM with 3 years support contract from OEM with 3 years support contract from OEM

Dual-socket Blade Server (high end)

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

Same Configuration as Dual-socket Blade Server (entry level), but 2 x Intel® Xeon® E5-2630 v4 (2.6GHz/6core/15MB/7.2GT-s QPI/80W has to be provided. Memory scalability should be 512 GB 3 Years Next business day onsite warranty by OEM with 3 years support contract from OEM with 3 years support contract from OEM

4 socket Blade Server

4 x Intel Xeon E5-4610v4 (2.3GHz/8core/16MB/95W) Processor has t be proposed. Latest OEM chipset supporting an optimized for the above processor RAM (min/max): 32 GB/256 GB DDR-3 ECC RDIMM 2 x 300 GB H/S 6 Gb/s SAS Hard Disk Drives . Integrated PCIe 3.0 SAS Raid Controller with RAID 0, 1 with 512MB of Flash backed write cache onboard At least Two PCIe mezzanine slots Integrated Graphics with atleast 8MB Video Memory

OEM embedded controller with IPMI 2.0 compliance and Server Management Tool from same OEM Microsoft Windows Server Red Hat Enterprise Linux (RHEL) SUSE Linux Enterprise Server (SLES) VMware Citrix XenServer The server OEM must be ISO 9001:2008 certified The quoted server model must have published benchmark on spec.org/tpc.org

3 Years Next business day onsite warranty by OEM with 3 years support contract from OEM with 3 years support contract from OEM

Network Attached Storage (NAS)

NAS Entry Level

The NAS should be based on Windows or Unix OS. Should be supplied with dual processor The NAS should have option for SAS/NL-SAS Drives

The storage system should be provided with 16 GB memory and should be scalable up to 32 GB memory.

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

The storage system should support minimum 4 front end ports of 1 Gb Ethernet. The support for 10 G iscsi also should be there for future upgradeability to 10 G Ethernet. The NAS must support replication

NAS should support snapshot feature and licence for complete configured capacity should be provided for the same. 6 TB usable space on RAID 5 with 7.2K RPM NLSAS/SATA drives. The NAS should be scalable up to 100 TB with NL-SAS Drives. The NAS should support snapshot and license should be provided for configured capacity CIFS, NFS, FTP

Industry leading Operating System platforms including: Windows Server® 2012, Sun Solaris®, HP-UX®, IBMAIX®, Linux® 2.6 and above, RHEL-5®, VMware®, Hyper-V®. Must Support RAID 0, 1, 5, 10, 50, 6

Entire system must be manageable from a web- based single, secure interface without requirements for a separate management device or server. Management software should be supplied with NAS.

Firmware should be upgradeable for functionality improvement and enhancements. 3 Years 24x7 support for Hardware and free patches and major version upgrades to all software capabilities that are mentioned above

Storage Area Network (SAN)

SAN Entry level

Dual Controller FC host based SAN array.

2u Rack mountable model.

The SAN should support intermixing of 6Gbps SAS, NLSAS in a single enclosure. The SAN should have option for 6 Gbps SAS, NLSAS/SATA and should support SSD drives. The SAN should support 10K, 15K and 7.2 RPM drives and SSD drives. The storage system should support minimum 4 front end ports of 8 Gb FC or 4 Front end ports of iSCSI across dual controller.

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

SAN should support snapshot feature.

The SAN should support replication

Should support minimum 64 host and license for 64 host should be provided. SAN should support cloning/disk copy.

5 TB usable on 15K RPM

The SAN should be scalable upto 180 drives.

8 GB cache across dual controller. Must support either Cache battery backup for a minimum of 72 hours during power failure to prevent possible data loss or cache de staging to disk or using any equivalent technology. Multipathing software license for 10 windows/linux machine should be provided or native MPIO support. Industry leading Operating System platforms including: Windows Server® 2012, Linux, Vmware, Hyper- V RAID 0, 1, 5, 10, 6 Support

Entire system must be manageable from a web- based single, secure interface without requirements for a separate management device or server.

Management software should be supplied with SAN.

Firmware should be upgradeable for functionality improvement and enhancements. Must support non- disruptive upgrade. 3 Years 24x7 support for Hardware and free patches and major version upgrades to all software capabilities that are mentioned above

SAN Mid range

Storage must feature native iSCSI.

The array should have option for SAS and NL- SAS 6 Gbps drives. The array should be equipped with 2 array controllers

Min 16Gb cache.

Min 4*1Gb iSCSI ports or 4 Fc ports,

Thin Provisioning, Snapshot, snapshot restore, clone and replication with licence. 10 TB usable space on RAID 6 with NL-SAS drives.

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

Storage should be scalable to 100 drives across controllers. The array should support atleast 64 host and licence for 64 host should be included. Industry leading Operating System platforms including: Windows Server® 2012, Linux® 2.6 and above, RHEL-5®, VMware®, Hyper-V®. RAID 5,6 and 10 support.

Report failures and status to a SNMP server and monitor and report performance data. Audit Log for all system changes.

The system should be rated for 99.999% availability and should be supplied with Redundant Power Supplies Support for Cache Destage capability in the event of long power outages or battery backup of more than 60 hours 3 Years 24x7 support for Hardware and free patches and major version upgrades to all software capabilities that are mentioned above

SAN High end

The Storage system must have at least two controllers running in

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

an active-active mode with automatic failover to each other in case of one/any controller failure. The system should have 64 GB cache across the two controllers. On a controller power failure, the cache data must be destaged and no cache data loss should be permitted RFP Supply, Installation, Commissioning, and AMC of Computers, Servers, Laptops The system should have 64 GB cache across the two controllers. On a controller power failure, the cache data must be destaged and no cache data loss should be permitted 1.The storage shall support 12Gbps SAS and NLSAS drives. It should also support SSD drives. 2.The storage shall be supplied with 5 TB usable on 15K RPM SAS Drives. The system shall be configured with 4x4Gbps FC ports and 4 * 1 GBPS ISCSI ports. The system should support RAID 1+0, RAID 5 and RAID 6. The storage should be scalable to at least 200 drives

There should be a provision for minimum of 1 global hot spare disks per 30 drives. The storage shall have the ability to expand LUNS/Volumes on the storage online.

Storage should support Thin Provisioning and license for the same should be provided from day one for configured capacity System should have redundant hot swappable components like disks, power supplies, fans etc. The storage shall also support clones and snapshots. License for the same should be provided from day one for configured capacity. Also licensee to restore snapshot should be provided. All the licenses on the storage system must be provided for the offered capacity provided. Easy to use GUI based or web enabled administration interface for configuration, storage management. Storage management alerting and reporting tools also should be bundled with the storage. Support for industry-leading Operating System platforms including: LINUX , Microsoft Windows, HP-UX, SUN Solaris, IBMAIX, etc. Multipathing software for 10 server required with the solution. The proposed system should support Web based, Email facility for remote service & also support dial-in / dial- out to report errors and warnings

The proposed system must be rack mounted (Adequate storage OEM rack should be supplied) 3 Years 24x7 support for Hardware and free patches and major version upgrades to all software capabilities that are mentioned above

Standalone Drive

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

SAS 6 Gbps LTO 7 tape drive

Tape Library

The tape library shall support LTO-7 drives

The tape library should be offered with 1 Nos of LTO-7 FC drives and should have headroom to add 1 more drives in the future. The tape library should have redundant power supply

The tape library should support 8 Gbps Fiber Channel interface. The tape library should provision for minimum of 24 slots.

The tape library should have a barcode reader.

The tape library should be offered with a rack mount kit The tape library should offer web management interface to check system status, run diagnostics, view system logs, check and set configurations, verify drive operations, upgrade the drive and library firmware. The tape library should be covered under the warranty for 3 years with onsite response 24X7 including hardware, firmware and any management software and labor by the OEM.

Specification LTO Ultrium 6 Tape Catridge

Tape drive type : LTO Ultrium 7

Data cartridge: LTO Ultrium 6 (rewritable), LTO Ultrium 6 write once read many (WORM) Cleaning cartridge : Universal cleaning cartridge

Physical characteristics Dimensions (internal drive) (W x H x D) : 146 mm x 82.5 mm x 205.5 mm (5.74 in. x 3.24 in. x 8.09 in.) Weight (internal drive) : 2.8 kg (4.0 lb) Reliability Mean time between failures (MTBF) : 250,000 power-on hours at 100% duty cycle Error rate (calculated): 1 x 1017 bytes per

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

permanent read error Error rate (validated) : 1 x 1014 bytes per permanent read error,1 x 1013 bytes per permanent write error Operating temperature : 10°C – 40°C (50°F – 104°F) Relative humidity : 10% – 80% (noncondensing) Electrical power : 5 V at 3.0 A, 12 V at 1.1 A (steady state) Power dissipation : 7.5 W (idle, with cartridge), 27.0 W (read/write) Open systems support: Microsoft Windows 2000; Microsoft Windows Server 2003; HP- UX 11.0, 11i; Linux (Red Hat Enterprise Server 4, SUSE Linux Enterprise Server 9; IBM AIX® Version 5.1, 5.2, 5.3; and Novell NetWare) Warranty: The tape library should be covered under the warranty for 3 years with onsite response 24X7 including hardware, firmware and any management software and labor by the OEM.

Category – 1 – AIO – AMD

Form Factor All-in-One. Operating System Microsoft Windows 10 Professional 64 bit with along with Media, License and recovery CD. Processor :4th Generation AMD A8 with Min. 3.0 Ghz Chipset Compatible chipset Motherboard OEM mother board Memory 4GB upgradable up-to 8 GB 1600 MHz DDR3

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

(SODIMM) Graphics Integrated Graphics Hard Drive Min. 500 GB SATA @ 7200 RPM Optical Drive Min. 8X DVD +/- RW Wireless Communication Wi-Fi & BT Monitor Minimum 19.5" inch or higher LED Screen Keyboard 104 Keys or higher OEM Wirless Keyboard Mouse OEM Wireless Mouse Ports Min. 4 USBs, 1 VGA Power cable Required power cable for connecting PC to the existing UPS. LAN Integrated Gigabit Ethernet LAN 10/100/1000 Power Supply Adapter based suitable power supply Certification FCC, Energy Star compliant/ EPEAT GOLD, ROHS. Latest Windows and Linux Certifications OEM Recovery Tool Desktop must be supplied with OEM pre- loaded tool for desktop mange ability including OEM's own automatic Data back-up and recovery tool 3 year onsite comprehensive warranty Category – 2 – AIO-AMD Form Factor All-in-One. Operating System Microsoft Windows 10 Professional 64 bit with along with Media, License and recovery CD. Processor Latest Generation AMD A10 with Min. 3.2 Ghz

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

Motherboard OEM mother board Memory 8GB upgradable up-to 16 GB 1600 MHz DDR3 (SODIMM) Graphics Integrated Graphics Hard Drive Min. 500 GB SATA @ 7200 RPM Optical Drive Min. 8X DVD +/- RW Wireless Communication Wi-Fi & BT Monitor Minimum 19.5" inch or higher LED Screen Keyboard 104 Keys or higher OEM Wirless Keyboard Mouse OEM Wireless Mouse Ports Min. 4 USBs, 1 VGA Power cable Required power cable for connecting PC to the existing UPS. LAN Integrated Gigabit Ethernet LAN 10/100/1000 Power Supply Adapter based suitable power supply Certification FCC, Energy Star compliant/ EPEAT GOLD, ROHS. Latest Windows and Linux Certifications OEM Recovery Tool Desktop must be supplied with OEM pre- loaded tool for desktop manageability including OEM's own automatic Data back-up and recovery tool

Category 3 AIO – Intel

COMPLIANCE (Yes/No) Make and Model no:

6th Generation Intel Core i7-6700 (3.4 GHz/4.0 GHz, 8 MB, 4 cores);

REMARKS

Intel H110 or higher OEM Motherboard 8GB expandable upto 32GB DDR4 2133 MT/s via two DIMM slots Side: 1 x USB 3.0 (One of the USB port is charging port) 1 x SD Card Reader(Optional) Headphone/Mic Rear: 3 x USB 2.0 1 x Display Port 1 x RJ45 1 x Audio Out 1 x Serial(Optional) 2 x PS/2 ports(Optional) 8X DVD Writer Integrated Graphics 20 inch or above, Non-Touch IPS Display, Resolution 1600x900 or above upto 2TB SATA(5400 RPM)/ 1TB SATA(7200 RPM)/ 1TB SSHD/ 512GB SSD 10/100/1000 Gigabit Ethernet WiFi (Optional) AIO ODD Bay, 2.5" Drive Bay USB Keyboard Mouse 1 MP webcam & mic 90 W 89% efficient active PFC(internal)/120 W 89% efficient active PFC(internal), if external the warranty should be equal to AIO Windows 10 Professional 64 bit Energy Star 6.0, EPEAT Certified

TPM Security Chip Power on Password, Administrator Password and security lock slot Category 4 AIO – Intel Intel Core i5-4th generation or above (3.3 GHz/3.9 GHz, 6 MB, 4 cores); Intel H110 or higher OEM Motherboard 8 GB upto 32GB DDR4 2133 MT/s via two DIMM slots Side: 1 x USB 3.0 (One of the USB port is charging port) 1 x SD Card Reader(Optional) Headphone / Mic Rear: 3 x USB 2.0 1 x Display Port 1 x RJ45 1 x Audio Out 1 x Serial(Optional) 2 x PS/2 ports(Optional) 8X DVD Writer Integrated Graphics 20 inch or above, Non-Touch IPS Display, Resolution 1600x900 or above upto 2TB SATA(5400 RPM)/ 1TB SATA(7200 RPM)/ 1TB SSHD/ 512GB SSD 10/100/1000 Gigabit Ethernet WiFi (Optional) AIO ODD Bay, 2.5" Drive Bay USB Keyboard Mouse 1 MP webcam & mic

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

90 W 89% efficient active PFC(internal)/120 W 89% efficient active PFC(internal), if external the warranty should be equal to AIO Windows 8.1 Energy Star 6.0, EPEAT Certified TPM Security Chip Power on Password, Administrator Password and security lock slot

Category 1 LAPTOP – Intel

5th Generation Intel® Core TM i5-5200U (2.2GHz, 3 MB L3 cache, 2 cores) or higher CPU Supportive Chipset

Integrated Graphics

8GB RAM upgradable to 16GB

Integrated HD Graphics

1 TB 5400 rpm SMART SATA II With 3 axis Hard Disk Protection System, Integrated/External SuperMulti DL Drive

Not more than 14.0-inch diagonal LED-backlit HD antiglare (1366 x 768 resolution) Stereo Sound

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

Integrated stereo speakers

Integrated microphone (dual-microphone array)

Stereo headphone/line out / Stereo microphone in JAP-IT 720p HD webcam RFP Supply, Installation, Commissioning, and AMC of Computers, Servers, Laptops Integrated Gigabit Ethernet (10/100/1000 NIC)

Integrated 802.11 b/g/n

Bluetooth v4.0

Spill-resistant, 81 and above Backlit Keyboard

Touchpad with gestures support, two-way scroll

Lithium Ion Battery approx to 7 hours or more

External not more than 65-watt AC adapter

Media Card Reader - One (1) 2 USB 3.0 1 USB 2.0 (power port) 1 HDMI 1 headphone/microphone combo 1 AC power 1 RJ-45 1 VGA MS Windows 8 Pro 64 Bit

Fingerprint Sensor, TPM 1.2

Hard Disk Encryption

Metal Alloy Hinges

Not more than 1.85 Kg with base and battery, Thickness 25.4 mm or lesser EPEAT-Gold

3 yrs comprehensive onsite warranty including battery

Category 2 LAPTOP – Intel

6th Generation Intel® Core TM i7-6500U (2.5GHz, 4 MB L3 cache, 2 cores) or higher CPU Supportive Chipset

Integrated Graphics

8GB RAM upgradable to 16GB

Integrated HD Graphics

1 TB 5400 rpm SMART SATA II With 3 axis Hard Disk Protection System, Integrated/External SuperMulti DL Drive

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

Not more than 14.0-inch diagonal LED-backlit HD antiglare (1366 x 768 resolution) Stereo Sound

Integrated stereo speakers

Integrated microphone (dual-microphone array) JAP-IT Stereo headphone/line out / Stereo microphone in RFP Supply, Installation, Commissioning, and AMC of Computers, Servers, Laptops 720p HD webcam

Integrated Gigabit Ethernet (10/100/1000 NIC)

Integrated 802.11 b/g/n

Bluetooth v4.0

Spill-resistant, 81 and above Backlit Keyboard

Touchpad with gestures support, two-way scroll

Lithium Ion Battery approx to 7 hours or more

External not more than 65-watt AC adapter

Media Card Reader - One (1) 2 USB 3.0 1 USB 2.0 (power port) 1 HDMI

1 headphone/microphone combo 1 AC power 1 RJ-45 1 VGA MS Windows 8 Pro 64 Bit

Fingerprint Sensor,TPM 1.2

Hard Disk Encryption

Metal Alloy Hinges

Not more than 1.85 Kg with base and battery,Thickness 25.4 mm or lesser EPEAT-Gold

3 yrs comprehensive onsite warranty including battery

Category 3 LAPTOP – AMD

Processor : AMD APU A10-7300, 1.9 GHz with Turbo Boost Upto 3.2 GHz, Quad Core Chipset & Motherboard : AMD A60M chipset or higher. Memory : 8 GB DDR3 RAM expandable upto 16 GB with 8GB

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

HDD : 500 GB 5400 rpm(min.) SATA

Display : 14" (35.6 cm) or above (TFT) active Matrix wide screen display. Resolution : 1366x768 WXGA or higher

Video Controller : Inbuilt with processor

Wireless Connectivity : Integrated wireless 802.11 b/g/n. Integrated Blue Tooth DVD Writer : DVD Writer 8X and Integrated stereo speaker Key Board : Key Board with Touch Pad

Expansion Port : 3USB,10/100/1000 Ethernet card, RGB or SVideo or VGA/HDMI, 3 in one card, Headphone, microphone. Operating System: Windows 8 professional preloaded with license, Restore/ Recovery Media, CD and documentation CD Power Supply : 230V, 50Hz AC Supply with rechargeable Battery Pack Comprising of Li-Ion / Li-Polymer battery Suitable for approx. 3 hrs. operation complete with battery charger/adaptor. Weight : Less than 2.5 Kg. with DVD Writer.

Carry Case : To be provided.

Category 4 LAPTOP – AMD

Processor : AMD APU A8-7410, 2.2 GHz, Quad Core, 2 MB cache with AMD Radeon R5 graphics. Chipset & Motherboard : AMD A60M chipset or higher. Memory : 4 GB DDR3 RAM expandable upto 8 GB. HDD : 500 GB 5400 rpm(min.) SATA

Display : 14" (35.6 cm) or above (TFT) active Matrix wide screen display. Resolution : 1366x768 WXGA or higher

Video Controller : Inbuilt with processor

Wireless Connectivity : Integrated wireless 802.11 b/g/n. Integrated Blue Tooth DVD Writer : DVD Writer 8X and Integrated stereo speaker Key Board : Key Board with Touch Pad

Expansion Port : 3USB,10/100/1000 Ethernet card, RGB or SVideo or VGA/HDMI, 3 in one card, Headphone, microphone. Operating System: Windows 8 professional preloaded with license, Restore/ Recovery Media, CD and documentation CD Power Supply : 230V, 50Hz AC Supply with rechargeable Battery Pack Comprising of Li-Ion / Li-Polymer battery Suitable for approx. 3 hrs.

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

operation complete with battery charger/adaptor.

Weight : Less than 2.5 Kg. with DVD Writer.

Carry Case : To be provided.

Category 5 LAPTOP – AMD

Processor : AMD APU A6-7310, 2.0 GHz, Quad Core, 2 MB cache with AMD Radeon R4 graphics. Chipset & Motherboard : AMD A60M chipset or higher. Memory : 4 GB DDR3 RAM expandable upto 8 GB. HDD : 500 GB 5400 rpm(min.) SATA

Display : 15" ± or active Matrix wide screen display. Resolution : 1366x768 WXGA or higher

Video Controller : Inbuilt with processor

Wireless Connectivity : Integrated wireless 802.11 b/g/n. Integrated Blue Tooth DVD Writer : DVD Writer 8X and Integrated stereo speaker Key Board : Key Board with Touch Pad

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

Expansion Port : 3USB,10/100/1000 Ethernet card, RGB or SVideo or VGA/HDMI, 3 in one card, Headphone, microphone. Operating System: Windows 8 professional preloaded with license, Restore/ Recovery Media, CD and documentation CD Power Supply : 230V, 50Hz AC Supply with rechargeable Battery Pack Comprising of Li-Ion / Li-Polymer battery Suitable for approx. 3 hrs. operation complete with battery charger/adaptor. Weight : Less than 2.5 Kg. with DVD Writer.

Carry Case : To be provided.

Category 6 LAPTOP – Intel

5th Generation Intel® Core TM i3-5200U (2.0GHz, 2 MB cache) or higher CPU Supportive Chipset

Integrated Graphics

4GB RAM upgradable to 16GB

Integrated HD Graphics

1 TB 5400 rpm SMART SATA II With 3 axis Hard Disk Protection System,

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

Integrated/External SuperMulti DL Drive

Not more than 15.0 ± inch diagonal LED-backlit HD antiglare (1366 x 768 resolution) Stereo Sound

Integrated stereo speakers

Integrated microphone (dual-microphone array)

Stereo headphone/line out / Stereo microphone in JAP-IT 720p HD webcam RFP Supply, Installation, Commissioning, and AMC of Computers, Servers, Laptops Integrated Gigabit Ethernet (10/100/1000 NIC)

Integrated 802.11 b/g/n

Bluetooth v4.0

Spill-resistant, 81 and above Backlit Keyboard

Touchpad with gestures support, two-way scroll

Lithium Ion Battery approx to 7 hours or more

External not more than 65-watt AC adapter

Media Card Reader - One (1) 1 USB 3.0 2 USB 2.0 (power port) 1 HDMI 1 headphone/microphone combo 1 AC power 1 RJ-45 1 VGA MS Windows 10 Pro 64 Bit Fingerprint Sensor, TPM 1.2 Hard Disk Encryption Metal Alloy Hinges Not more than 1.85 Kg with base and battery, Thickness 25.4 mm or lesser EPEAT-Gold 3 yrs comprehensive onsite warranty including battery Compliance in Yes/No

CALLING TAB General Size/ Dimensions : 7 inch ± .5 inch Processor : 1.2 GHz Quad core SIM : one or more than one , 4G LTE Language Support : Hindi & local language fonts, in addition to English Platform

Operating System : Android 4.4 (5) lollipop) OR higher / windows 8.1/ios Memory

RAM: 2 GB or above

Remarks if any

Storage

Internal Storage: 16 GB or above Expandable: 64 GB or above Display Screen: 7" Touchscreen with 800 x 480 pixels,

400 nits brightness Camera Primary Camera: at least 5 Megapixels or above other Features: Autofocus Battery Battery type : 3500 mAh or above Connectivity Wi-Fi: Yes

USB: Yes, 1 x Micro USB ( Supporting usb 2.0) even if tab is put on charging Bluetooth: V3 Supports Network: 2G, 3G, 4G, LTE through Sim Navigation GPS: Yes Map Support : Yes with Flip cover with Kick stand of Fibre or synthetic leather 3 Years Carry in Comprehensive Manufacturing warranty at District head quarter of Jharkhand JAP-IT RFP Supply, Installation, Commissioning, and AMC of Computers, Servers, Laptops

TABLET WITH DETACHABLE KEYBOARD

Specification

Details

MAKE/MODEL

Tablet with Detachable Keyboard

PROCESSOR

1.2 GHz Quad Core Processor or higher

FLASH MEMORY (SDSL OT) RAM Display

GRAPHICS

AUDIO BLUETOOTH WEBCAM Storage

WIRELESS DEVICE

INTERFACES KEYBOARD & TOUCH, PAD DEVICE

Micro SD card minimum 32 GB Support, Min 2GB RAM Min 8" HD screen with minimum 3 point multi touch and good Sunlight legibility Intel® HD Graphics with 3D graphic s hardware supporting Microsoft® acceleration, DirectX® 11, OpenGL® 3.2, Open CLTM v1.2 High-definition audio support , Clear Loud Speaker Built-in microphone Enabled 4.0 or higher Minimum 5MP Rear Camera with auto focus, 2MP Front Camera minimum 16GB internal Storage Wireless LAN 802.11bgn or higher, BT 4.0 or higher with AGPS, satellite based GPS tracking and sim slot Supporting both 2G and 3G Networks 1*Micro USB 2.0, 1* HDMI® (Optional), 1 Audio combo port for Headphone and Microphone 86-/87-/91key keyboard with international language support, Multigesture touchpad, supporting twofinger scroll; pinch; gestures to open Cortana, Action Center, multit asking; application commands , qwerty Detachable Bluetooth/USB Keyboard, The device should have a stand mechanism for the tablet with an ergonomic design when used with the keyboard

Compliance in Yes/No

Remar ks if any

ACCESSORIES (COST INCLUDED)

Power Adapter compatible with the machine. The device should be able to charge seamlessly even when the Keyboard is connected

BATTERY & BACKUP

Minimum 4000MAh Battery

CARRY CASE

Should come with carry Bag or Back pack, The device should be enclosed in a case covering all ports that can be used as a Dock /stand with minimum level of drop/spill/Dust protection or IP-52 Certified

WEIGHT

Not exceeding 1.3 KGS including battery and docking Keyboard

OPERATING SYSTEM

Preloaded Android 5.0 or Above

CERTIFICATE

For product: FCC, CE, OR BIS, ROHS or Equivalent for OEM: Quality Certification ISO 90012008. Production Environment Certification ISO 14001.

WARRANTY

3 years comprehensive on site warranty , 1 year on battery and adapter

Tablet low range STORAGE Memory Card Slot type : Microsd Card Expandable Storage Capacity 32 GB

Compliance in Yes/No

Remarks if any

Internal Storage 8 GB GENERAL In The Box Tablet 3G via Dongle No Voice Call No Processor 1.3 GHz MEMORY RAM 1 GB CAMERA Primary Camera 2 MP

2 MP

MULTIMEDIA (PRINTER I) MONO LASER PRINTER

Print Speed

Atleast 14 ppm A4

First Page Out

As fast as 9 seconds

Resolution

atleast 600 x 600 dpi

Std. Memory

2 MB

Duty Cycle

atleast 5,000 pages

Duplex

Manual two-sided printing

Network

No

Paper Size

A4

Client Operating Systems

Microsoft Windows

Warranty

3 Years Comprehensive Onsite Warranty

Cartridge capacity

1500 A4 Size

Compliance in Yes/No

Remarks if any

( PRINTER II) MONO Laser Duplex and Network printer

Print Speed Resolution

Duplex

Compliance in Yes/No

Remarks if any

A4 atleast 1200 x 1200 dpi 128 MB atleast 100,000 pages Automa tic

Network

Yes

Paper Size

A4

Client Operating Systems

Remarks if any

atleast 40 ppm,

Std. Memory Duty Cycle

Compliance in Yes/No

Microsoft Windows

Warranty

3 Years Comprehensive Onsite Warranty

Cartridge capacity

1500 A4 Size

(PRINTER III) COLOR LASER

Print Speed

Black: atleast 17 ppm, letter; atleast 16 ppm, A4 Colour: atleast 4 ppm, letter; atleast 4 ppm, A4

Resolution

at leats 600 *600 dpi

Std. Memory

32 MB DRAM

Duty Cycle

atleast 15,000 pages

Duplex

Manual (Driver support Provided)

Network

No

Paper Size

A4

Client operating Syayem

Microsoft windows, MAC

Warranty

3 year comprehensive onsite warranty

Cartidge Capacity

1500-2000 A4 size

(PRINTER VI) COLOR LASER

Print Speed

Black: atleast 17 ppm, letter; atleast 16 ppm, A4 Colour: atleast 4 ppm, letter; atleast 4 ppm, A4

Resolution

at leats 600 *600 dpi

Std. Memory

32 MB DRAM

Duty Cycle

atleast 15,000 pages

Duplex

Manual (Driver support Provided)

Network

No

Paper Size

A4

Client operating Syayem

Microsoft windows, MAC

Warranty

3 year comprehensive onsite warranty

Cartidge Capacity

2000 & above

(PRINTER IV) MFP Heavy duty

Compliance in Yes/No

Remarks if any

Compliance in Yes/No

Remarks if any

Print Speed

at least 25 ppm, A3

Resolution

at least 1200 x 1200 dpi

Std. Memory

256 MB

Duty Cycle

at least 100,000 pages (A4)

Duplex

Automatic

Network,ADF

Yes

Paper Size

A4,A3

Client Operating System

Microsoft windows, Mac

Warranty

3 Years comprehensive onsite warranty

Cartridge capacity

9000-10000 A4 Size

(PRINTER V) MONO MFP

Print speed

at least 30 ppm A4

Resolution

(1200 x 1200 dpi)

Copying features

at least 99 multiple copies

Compliance in Yes/No

Remarks if any

Scanning features

Scanner type: Flatbed, ADF Scan resolution, optical: at least 600 dpi Bit depth: 24-bit Scan size (flatbed), maximum: 297 x 216 mm(11.7* 8.5 in) Scan size (ADF), maximum: 216 x 355.6 mm(8.5 *14 in) Scan speed black (normal): atleast 20 ppm Automatic document feeder capacity: Standard, 50 sheets Color flatbed scanner or ADF; scan input modes: front-panel scan, copy, fax, email; file types: PDF, JPG, TIFF, MTIFF

Processor

400 MHz

Std Memory

256 MB

Duty Cycle

atleast 50,000 pages

Duplex

Automatic

Paper Size

A4

Client Operating Systems

Microsoft Windows, MAC

Warranty

3 Years Comprehensive Onsite Warranty

Cartridge capacity

5000 A4 Size

( PRINTER VII) MONO Laser wireless Duplex and Network printer

Print Speed

Resolution

at least 40 ppm, A4 at least 1200 x 1200 dpi

Compliance in Yes/No

Remarks if any

Std. Memory Duty Cycle

128 MB at least 100,000 pages Automa

Duplex

tic

Network

Yes

Paper Size

A4

Client Operating Systems

Microsoft Windows

Warranty

3 Years Comprehensive Onsite Warranty

Cartridge capacity

1500 A4 Size

mobile / TAB and wireless printing

Yes

FLAT BED SCANNER

Scanner Type

Flatbed

Preview Speed

at least 10 sec

Resolution (Optical/HW)

at least 1200 dpi optical at least 1200 x 1200 dpi hardware

Bit depth

48-bit

Scan Formats

Windows®: BMP, JPEG, GIF, TIFF, TIFF Compressed, PNG, PCX, FlashPix (FPX), PDF, PDF searchable, RTF, HTM, TXT; Macintosh: TIFF, JPEG, GIF, FlashPix, Plain Text, PDF, HTML, Rich Text

Duplex

No

Client Operating Systems

Microsoft Windows, MAC

Compliance in Yes/No

Remarks if any

Warranty

3 Years Comprehensive Onsite Warranty High speed Document Scanner

Compliance (Yes/No) Model no.

Specifiaction Size: Feeder Capacity : Resolution:

A3/A4/Legal 500 Sheet 600dpi

Scanning Mode :

Simplex, Duplex, Color, Grayscale, Black and White, Error Diffusion, Advanced Text Enhancement (Two Types)

Scanning Speed:

130 ppm

Type:

Remarks if any

Sheet Fed & Flat Bed

Projector Only

Compliance in Yes/No

Projection System

Digital Light processing/ liquid Crystal Display

Resolution

1024X768/1280x800

Brighness

atleast 3000 lumens

Projection size

30" to 300"

Lamp Life

Std 4500 hours

Input Signal

NTSC, PAL, SECAL, NTSC4.43, PAL-M, PAL60

Zoom Ratio

1.1 (Auto Zoom and Manual)

Remarks if any

Connection Terminal

Built in Speaker

Weight Power Source

Mini D-SUB 15 pin x1, RCA 1 pin x 1, USB-typeminiBX1, HDMIX1 2 Watt mono Less than 3 KG 100-240 V, 50/60 Hz

Digital Photocopier & MFDs Paper size

Paper capacity

Memory

A3, A4 2 trays of 500 sheets capacity or 2 Trays of each capacity 250 sheets (as Specified) for blank paper and a 50 sheets bye pass tray. Print: 1GB, Copy/print (shared): 1GB, Speed-25 PPM or more

Power requirements

AC voltage ±10%, 50/60 Hz

Power consumption (max.)

Energy star 2 rating

Photo Copy Resolution Zoom range in Photocopy

i)Paper Size : A3 ii)Speed: 30 ppm or more iii)HDD: Min. 64 GB or more iv)Photocopy Resolution: Scan (colour): 600 x 600 dpi Scan (B/W): 600 x 600 dpi, 600 x 400 dpi 25 to 400% (25 to 200% using DSPF) in 1% increments

Compliance in Yes/No

Remarks if any

Print Colour

Black

Features

Network Print, Network Scan, Photocopy, USB

Interface

USB 2.0, Ethernet

Scan Resolution

100, 150, 200, 300, 400, 600 dpi

Supported OS Cartridge capacity

Windows Server 2003/2008, Windows 2000/XP, Vista, Windows 7,8, Mac Vista, 5000 A4 Size

Duty Cycle

80,000 pages or higher

Item Name: Digital Duplicator

Digital Duplicator

Min. Specification Type

Digital, printer controller built-in

Print paper size

A4, A3

Print Speed

60 - 130 sheets per minute (B4 and below), 60 – 120 sheets per minute (A3)

Print paper weight

47-209g/m2

Resolutions

Scanning- 400 x 400 dpi, Printing- 600 x 600 dpi

Zoom

50 - 200% (in 1% steps)

Colour printing

By replacing colour drum

Power Source

220 - 240 V, 50/60 Hz

Power Consumption

Master making: 340 W

Compliance (Yes/No)

Remarks if any

Printing: 270W(135 ppm) Energy saver mode: Below 8W Interface

Cartridge capacity

USB 2.0, Ethernet 10 base-T/100 base-TX, Wireless LAN (IEEE 802.11b) 5000 A4 Size

Nano Router

Interfaces required from day-1 and future support The Router should have 2 number of 10/100/1000BaseT ports which can be used for both LAN and WAN connectivity. The Router should have 1 number of 2 Mbps Serial port with necessary cable for modem connectivity from day one The Router should be capable of supporting 3G Multimode SIM Based CDMA and HSPA+ interface from day one and 4 G interface should support in future road map in the same hardware. The Router should have 8 number of Gigabyte port 10/100/1000BaseT L2 Switch-ports inbuilt with router from Day-1 RAM & Flash - requirement from day-1 The Router should be loaded with minimum of 2 GB Flash memory and minimum 1 GB DDR3 DRAM. Bidder can propose better solution. Hardware Architecture The Router should be capable of supporting a WAN Bandwidth of 10 Mbps when all the IPv4/IPV6 Routing, Firewall, VPN and other Security features enabled. The IPv4, IPv6 Routing and Security features to be supported from day one. The router should support both multi-core processor and multiprocessor architecture provided other performance

Compliance (Yes/No) & Model no.

Remarks

parameters are matched.

The Router should support a fabric which will allow high-bandwidth module-to-module communication without compromising routing performance The Router should support out of band management access via USB port, Aux and Console Ports (up to 115.2 kbps) from day one. The Router should have adequate hardware and software with required licenses to deliver the desired features or Bidder can propose better solution from day 1.

The Router should have 1 External USB 2.0 slots The Router should support AC Power-supply 100 to 240 VAC auto ranging AC input voltage and Operating Temperature range of 0 to 40ºC The Router should have 19" Rack-mount kit. Security - features to be enabled from day-1 The Router should support 802.1x and Time-Based Access Lists Using Time Ranges (ACL), extended and standard ACL support from day one. The Router should have firewall to check for granular Layer 2-7 pattern matching. The Router should support protection of the route processor from unnecessary or malicious levels of traffic, including DoS attacks The Router should support Firewall features. The Router should support Stateful Failover for IPSec , GRE-based IPsec VPN and IP Sec High Availability from day one. The Router should support Onboard hardware VPN acceleration

The Router should support GRE, IP-IP and IPSEC tunnel from day one. RFP Supply, Installation, Commissioning, and AMC of Computers, Servers, Laptops

The Router should support Advanced Encryption Standard (AES; 128, 192, and 256) for encryption and 3DES as well The Router should support SHA-1 hashing algorithm for data integrity and required digital signature(Optional) The Router should support established VPN capabilities over public networks The Router should support scalable and flexible way to establish virtual full-meshed IPSec connectivity for Ipv6 The Router should support ease of administration and management of point-to-point VPNs by actively pushing new security policies from the central headend router to remote sites from day one. The Router should support the ability for static routes to be automatically inserted into the routing process for the VPN networks Encapsulation - features to be enabled from day-1 The Router should support Generic Routing Encapsulation (GRE) Tunnel The Router should support Ethernet, 802.1q VLAN and Serial V.35 The Router should support Point-to-Point Protocol (PPP) and Multilink Point-to-Point Protocol (MLPPP) Protocols - All IPv4 and IPv6 Routing features to be enabled from day-1 The Router should support a dynamic routing protocol with an unequal WAN link level load balancing & Faster Convergence to the Central WAN Links .

The Router should support IPv4 (Internet Protocol Version 4), IPV6 andf IPv4/IPv6 Dual Stack from day one. The Router should support IPV4 based STATIC, OSPF, BGP and IPV6 based STATIC, OSPF, BGP routing or equivalent from day one The Router should support IPV6 to IPV4 Tunneling The Router should support Border Gateway Protocol (BGP) and Multicast BGP with IPV4 and IPV6 from day one. The Router should support Policy-Based Routing with IPv6 for Traffic Management The Router should support Multicast Internet Group Management Protocol (IGMPv2 and IGMPv3 ) The Router should support IGMP Snooping, Fast leave and IGMP Static Group Range Support The Router should support IGMP Version 3 - Explicit Tracking of Hosts, Groups, and Channels The Router should support Protocol Independent Multicast sparse mode (PIM SM), Multicast Source Specific Multicast (SSM) The Router should support Equal Cost Multipath (ECMP) The Router should support Multicast Source Discovery Protocol (MSDP) The Router should support Unicast Reverse Path Forwarding Management - features to be enabled from day-1 The Router should support SNMPv,1,2& 3 (SNMP Version 3) from day one The Router should support Syslog, Secure Shell SSH Version 1, 2 Server and Client Support from day one The Router should support SNMP, IPv4/IPv6, TACACS+ and AAA AAA support using Radius and/or TACACS from day one.

The Router should support mechanisms for measuring service-level indicators, including delay, jitter, and availability (Optional) The Router should support mechanism to monitor network performance for Multiprotocol Label Switching (MPLS) network monitoring (Optional) The Router should support Sflow/Netflow or equivalent to capture flow data, export the same to a corresponding collector capable of analyzing the flows to aid in troubleshooting The Router should support onboard automation for fault detection, troubleshooting, recovering and event management capability The PC based GUI should provide smart wizards for easy configuration setup The Router should be supplied with a PC based Management tool for simplifying the WAN Routing, LAN, Firewall, VPN and IPS configurations Shall have support for Web based management, CLI, Telnet and SNMPv3 from day one. The Router should support identification of flows by Looking at the Source IP, Destination IP, Source Port, Destination Port, protocol type, input interface and Type of Service Console cable and other required cable for accessing router from day one. QoS Traffic Management The Router should support Class-Based Weighted Fair Queuing (WFQ) and Weighted Random Early Detection (WRED) for Traffic Management The Router should support Hierarchical QoS for Traffic Management - Class-Based Marking, Policing and Shaping The Router should support 802.1p CoS) The Router should support Percentage-Based Policing , Shaping

and Packet Classification Based on Layer3 Packet-Length (optional) Performance Routing - features to be enabled from day-1 Should support high performance traffic forwarding with concurrent features like Security, Voice and video enabled from day one. The Router should support selection of the best path for each application based upon reach ability, delay, loss, jitter and Mean opinion score (optional) The Router should support Deep inspection mechanism recognizing and classifying applications The Router should support HSRP/VRRP MPLS Feature Support The Router should support MPLS Layer 2 VPN and MPLS Layer 3 VPN. The Router should support Layer 2 Tunneling Protocol. The Router should support Bidirectional Forwarding Detection (BFD) from Day one The Router should support Operations, Administration, and Maintenance (IEEE802.1ag) Standards - to be enabled from day-1 The Router should support UL 60950-1, IEC 60950-1 and EN 60950-1 Safety Standard The Router should support TIA/EIA/IS-968 Telecom Standard 3 Year onsite comprehensive warranty HD1080p60 Videoconferencing system working over IP HD Video Conferencing system should be capable of working over IP networks with the following essential components and

Compliance (Yes/No)

Remarks

features:Specifications 1.H.323 and SIP standards compliant 2.H.263 and H.264 Video protocols 3.G.711, G.722, G.722.1 audio protocols 4.H.281 far end camera control 5.Built-in Acoustic echo canceller with Noise Reduction 6.Should support high definition video resolution of 1080p60fps for live video for both Transmit and receive 8.Should have required audio and video outputs to connect with Two (2) HD monitors with 5 mtrs. connecting cables 9.Should have inputs for connecting One (1) nos. of High Definition PTZ cameras of 1080p60 resolutions and one content/presentation Device (laptop/PC) simultaneously 10.Should have input to connect directly a Laptop/PC for content/Presentations at 1920x1280, 1280x720, SXGA, XGA, WXGA, WSXGA resolution along with Audio using DVI/HDMI/VGA interfaces. Suitable Connecting cable of 5 mtrs. Length for connecting Laptop/Desktop using HDMI and VGA (15 Pin D-sub) interfaces needs to be supplied. 11.“Should have One (1) motorized Pan-Tilt-Zoom HD camera of 1080p60 resolution with minimum of 10x optical zoom, auto focus and white balance features. Cameras should be controllable from hand held remote control / Touch pad controller supplied as a part of VC system. Mounting structures required to mount the cameras on top of LCD/wall/ceiling should also be supplied. The HD cameras should be capable of working in normal illumination conditions. Each of the cameras should be supplied with minimum of 3 mtrs. Connecting cable” 12.“Shall have inputs to connect 2 or more Microphones to the system directly or through daisy chain” 13.2 nos. of high quality table microphones along with minimum

7.5mtrs. Cable should be supplied. 14.One Line level audio input to connect with external audio system 15.One Line level audio output to connect with external audio system 16.Easy to use infra-red hand held remote control with operating distance of 25 feet 17.Global Directory / Centralized directory support 18.Should have 100/1000 Mbps auto speed Ethernet port 19.Should work with IPv4 and IPv6 addressing schemes 20.Should support QOS (Quality of Service) definitions 21.Should support H.460.X Firewall traversal protocol 22.“Shall be upgradable to operate for Multipoint with atleast 3 additional locations in continuous presence mode by installing suitable Software License / through hardware device. Dial-in and Dial-out to other Videoconferencing systems shall be possible using same VC system remote Controller.” 23.Serial/Ethernet control port for integrating with external control system 24.Should be interoperable with H323/SIP complied HD1080p30, HD720p60, HD720p30 and Standard Definition Videoconferencing endpoints, MCU and Gateways 25.Should operate on 230v, 50 Hz Power supply with 3 pin Plug/Top

S. N I

Items

Minimum Specification

Compliance (Yes/no)

Power Booster

Capacity-10 KVA Double Phase

Remarks

I/P Voltage- 320V AC - 450 V AC O/P Voltage 220V + or - 5% AC Freq - 45-50 Hz II

Inverter

Capacity: 5 KVA I /P Voltage- 48V DC O/P Power- 220V + or - 5% Freq - 45-50 Hz Output waveform- True Sine Wave < 4% THS Protection from: Short circuit, Over tempreture, Battery Over/under voltage, over load.

III

SMF Battery

Volt-2V RFP Supply, Installation, Commissioning, and AMC of Computers, Servers, Laptops

Type: Sealed Maintenance Free AH-200 AH Non-spillable, useable in any position. Maintenance free IV

Power Plant to Charge Battery

I/P Power- 220V AC

Bank (SMR-

Ampere:-25-50 Amps.

Power Plant)

SMR Module:- 4

O/P Power 48V DC

V

Power Accessories (MCB, Change Over Switch)

3 MCB - 63 Amps (for Mains), 3 MCB- 32 Amps(for A/C & Power Plant), 3 MCB- 10 Amps (for lights in control room, buffer room and fire alarm), 4 MCB- 16 Amps (for Routers), 32 Amps C/O Switch (from JSEB to DG & Vise-Versa), 15 Amps Switch & Socket-2 (for 2 A/C and 1 testing), 5 Amps Switch & Socket14 (8 in Control Room & 6 in Buffer Room), 5 Amps switches for lights. Applicable power cable for connectivity (All products should be ISI mark)

VI

Air conditioner-with Stabilizer

Type: Split Capacity: 1.5 Ton BIS energy Star rating -3 Stabilizer: Capacity 4 KVA Input Voltage- 160 - 260 V Output Voltage- 220 V AC + 10 % RFP Supply, Installation, Commissioning, and AMC of Computers, Servers, Laptops

VII

Chemical Earthling (Including installation)

Chemical Earthling using Electrode of size 50 mm dia, 3 meter long connected with 32X4 mm GI internal strip complete with excavation, civil works, cast iron cover with back fill compound. The voltage between Neutral & Earth not to exceed 2 volts.

(The said earthing pit shall be completed taking into account the load of 15 kVA)

VIII

Lease Line modem

G.SHDSL (G.991.2) Standard with TCPAM coding 2-Wire Leased Line operation upgradeable to 4-wire for double data rates or greater range Data Rates of nx64 Kbps upto 2,304 Kbps on 2-wire or 4,608 Kbps on 4wire Range over 5.5 Km on a single 0.5mm (24 AWG) twisted copper cable pair or 7.5 Km on two pairs at 2.3 Mbps. Exceeds 10 Km at lower speeds. Supports V.35, V.36, RS530, X.21 & G.703/E1 interfaces Compatible with Framed & Unframed E1 Signal on G.703 interface with support for both 120 Ohms Balanced (RJ45) or 75 Ohms

Unbalanced (BNC) Embedded channel for Control & Supervision Transmit Clock selectable from Internal, G.703/DTE or Recovered. Sleek Front-Panel with LCD (optional), 4 Keys and 10 LEDs for Configuration and Status Information NMS port for Status Monitoring and Diagnostics from a PC compatible with any SNMP Manager software Local, Digital Remote & Far-end Loop- Backs AC or DC Switched mode power supply (Built-in) Provides multi stage protection against line surge Rugged Aluminum Casing Required cable and accessories to Install/ make functional the above material at location will be provided by the supplier

MODEM Line Code

TCP AM as per ITU-T-G.991.2 (G.SHDSL)

Line Rate

(R+8 KBPS)/3, where R is the Data Rate

Compliance (Yes/No)

Remarks

Line Type

2- Wire or 4- wire Unconditional twised copper wire

Connector

RJ45

Line Impedance

135 Ohms Balanced

Line Voltage

48 VDC and 50db. The camera should have an Auto/Manual Iris The camera should have a 10 X Optical ZOOM

Optical Zoom 7 Video Interface 8 Video Signal Support 9 Control Port 11

The camera should have a standard Video Output either through USB or through HDMI, DVI or better. The camera should support Video format of 1280x 720 @30p or higher The camera should have an RS 232 port for Communication, EIA/RS-232(Bidirectional) The camera should have atleast 40 Position Presets

Presets 12 Pan Range 13 Tilt Range 14 Accessory

The camera should have a Pan Rotation Angle of -160 degrees to +160 Degrees or better The camera should have a Tilt Rotation Angle of -20 degrees to + 20 degrees or better The camera should be supplied with IR remote control as an included accessory.

Camera Webcam with Digital Zoom for teacher

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

S.N Parameter

Specifications

1

Sensor

2

Focus

Should have True Colored 16:9 HD CMOS Sensor The camera should be Focus free

Lens

F2.8 super fine lens

Resolution

3 4

Viewing Angle

5

Interface

6 7

Colour Depth White Balance Flicker

8 9

Power

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

support upto 1920 x 1080 should have a minimum of 58 or more +/- 5 degree diagonal The system should have a USB 2.0 or better interface 24 bits The system should have an auto White balance Should Support 50 Hz, 60 Hz The System should be USB Powered

Echo cancellation PA system S.NO

Parameter

Specifications

Speaker for Virtual Classroom 1

Speaker size RMS Nominal Impedance: Frequency Range Maximum Output

2

8 ohms 85 Hz to 22 kHz It should have a Peak Output of 100W

Microphone Mixer for 2 nos wireless microphone USB/SD/MMC Microphone input Guitar Input Aux IN Accessories Master Volume

3

15 inches or more woofer size It should have an RMS Output of 80 W

It should support SD/MMC/USB It should support Microphone Input Yes It should have Aux input Port Bluetooth function E Out It should have separate Master Volume Knob

Microphone for Virtual Classroom Microphone It should have Microphone priority Priority Microphone frequency 20 Hz to 20 kHz range

Wireless Microphone

4

5

2 Wireless hand held Mic

Echo Cancellation (DSP) for Virtual Classroom microphone 32 KHz sampling frequency; Frequency 100Hz-16KHz bandwidth Controller tail It should have a tail length of length 240 ms. Noise 8dB (Low), 14dB (Medium) and Reduction 20dB (High) Suppressed to room level to Residual Noise prevent pumping noise It should have a Low delay (10 Delay msec) Rechargeable Total Audio system should have Battery powered 12V battery backup

E-podium S.N

Parameter

Specifications

1

System Body

Top and Body should be Metal

2 3

4 5 6 7 8 9 10 11 12 13

Touch Screen Monitor

The system should have a Top Sliding Mechanism. The angle of the tablet Monitor should be electrically adjustable with the help of Switch The system should consist of 48.1cm or 19 Inches Touch Screen Monitor. The monitor should be LED backlit. The monitor should have a native resolution of 1440 x 900 The monitor should come with a USB port for PC Connection. The monitor should have a Luminosity of 250 cd/m^2 or more. The monitor should have a 15 Pin HD ports or DVI Input port. The monitor should have a DC input voltage of 12VDC, 4A. The monitor should support Win 7 or higher. The monitor should have an Electromagnetic Sensor Method. The monitor should support Power Supply of 100 ~ 250VAC.

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

14

System Controller

15

16

17 18 19 20 21

22

Gooseneck Microphone

23 24 25 26

Wireless Microphone

27 28

29 30 31

32

Amplifier

33 34

DSP

The controller should consist of 2 VGA Inputs for PC and laptop The system should consists of 1 no. VGA Output for Projector and 1 number VGA Output for Monitor. The system should consist of Audio Input for 1 no Gooseneck MIC, 1 No Wireless MIC, 1 No of wireless Lapel 2 Audio inputs for PC. The system should have Sound Output with 1 No RCA Audio. The system should support 1 Ports of Composite video In. The System should support IR Learning. The system should come with Three LAN Ports. The System should have 2 numbers Projector Controls, 1 No Screen Control Ports, IR receiver, 1 number Program input Control, 1 no Firmware input Control The Microphone should have a frequency response of 40 Hz to 17,000 Hz or better. The Microphone should have a Cardioids Polar Pattern. The Microphone should come up with standard 3 PIN XLR Connector. The Cartridge should be a 20mm Condenser The Microphone should have Frequency band of UHF 900 MHz~ or better. The microphone should have at least 32 number of Channels. The microphone should have at least Step 8 Digital Variable Squelch Control Method The microphone should have a ±10ppm Frequency Stability. The microphone should have a Auto Scan Receive Mode. The Microphone should have a frequency response of 40Hz to 17000 Hz or better. The Amplifier should consist of a 300 Watts (150 WattsX2) at 4 Ohms. The Amplifier should have S/N Ratio of >80dB. The DSP should have a 100% Full Duplex Echo Cancelling – no attenuation during full-duplex.

35

It should have an Acoustic Echo Cancelling of > 40dB The processor should have a Noise Reduction > 10dB It should have delay of 10msec or better The processor should have a Convergence of 40dB/sec or better even during full duplex. Should support audio boost

36 38 39

43 46

Notebook or Laptop Interface

The system should consist of the atleast following ports on the interface VGA port, HDMI Port, Audio port, 2 USB Ports, Power Outlet.

7 inches Touch Panel

It should have a resolution of 800X480. It should have a viewing area of 154(H)mm X 92(V)mm. It should have RS232 Interface.

Wall Mount Speakers

The System should come up with 2 Wall Mount Speakers. The Speakers should come with 4.25 Inches Driver and 1 inch High Frequency Driver. The Speaker should have a 70 Watts Low Impedance Power. The speaker should have a maximum SPL of 104dB at 1m. Below that would not be accepted. The speaker should be IP64 Certified. The two way speaker should have an 8 Ohm impedance. The speakers should be CE Certified.

47 49 50 51 52

Visualizer

Parameter

Specifications

Shooting Area

A minimum of 300×245 mm shooting area is desirable.

Zoom

It should have a 12× optical zoom and 13x digital

Focus

It should have Auto/Manual Focus option.

Image Sensor

It should have a 1/3" Image Sensor

Total Pixel

It should have a minimum of 50,00,000 Pixels .

COMPLIANCE REMARKS (Yes/No) Make and Model no:

Resolution

It should have Full HD (1920 x 1080) or more

Video Frame rate

30fps

Aspect Ratio

16:9

Image Memory

Minimum 8 image capture

Split screen

Split Two Half Right / Left

Image Effect

Color/BW, Negative, Mirror, Text/Graphic, Brightness control, Freeze, Electric Volume Control

Camera Rotation

350 Degree horizontally and Vertically

Base Lamp

Should have base lamp for Biological specimen capture or Xray type doc scan copy.

Signal Support White Balance Multimedia Function VGA Input

It should support the following resolutions 1024×768; 1280×1024; 1360×768; 1920×1080 or more. It should have option of Auto/ Manual White Balance. It should have the following Functions: Color/Black-White, Mirror, Rotate, brightness control, freeze. It should have Atleast 2 VGA Inputs.

Desktop - AMD - I AMD A10-8750, 3.6 GHz/4.0 GHz 4MB Cache or higher/ AMD Pro A88650B APU with Radeon R7 Series Graphics (3.2 GHz, 2 x 2 MB shared caches, 4 cores)/AMD Pro A6-8550B APU with Radeon R5 Series Graphics (3.7 GHz, 1 MB cache, 2 cores) Chipset compatible with the processor OEM Motherboard

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

4 GB DDR 3 RAM expandable to 16GB; Two DIMM slots; Non-ECC dualchannel upto 1600 MT/s DDR3 SDRAM 1TB HDD, 7200 RPM SuperMulti DVD Writer Integrated Graphics High Definition Integrated Audio with Internal Speaker Integrated Gigabit (10/100/1000 NIC) LAN 1 x PCIex16, 1xPCIex1, 1xPCI (2) 3.5” Internal drive bays (1) ODD bay Rear I/O (2) USB 2.0 ports, (2) USB 3.0 Ports (1) VGA video port; (1) DisplayPort/DVI-D/HDMI Port (1) RJ-45 network connector (2) RS-232 serial port (1) Parallel Port 3.5mm audio in/out jacks PS/2 keyboard and mouse ports Front I/O (2) USB 2.0 ports 3.5mm headphone/microphone combo jack 20" or Higher LED TFT MT ( Micro Tower) 180W Active PFC power supply with 85% efficiency PS/2 104 keys keyboard (Same make as PC) PS/2 2 Button Scroll Mouse (Same make as PC) Genuine Microsoft Windows 10 Pro 64-bit 3 yrs OEM Onsite warranty

Desktop - Intel - I Intel® 6th Generation Core i3 6100 3.7GHz, 3MB Cache processor or higher Intel® Q Series Chipset or higher OEM Motherboard 4GB DDR 4 with Four DIMM slots; Non-ECC dual-channel upto 2133 MT/s DDR4 SDRAM, Memory Expandable to 64 GB 1- TB SATA 6.0-Gb/s Hard Drive 7200 RPM SuperMulti DVD Writer Intel HD Graphics (integrated) High Definition Audio (all ports are stereo), with Internal Speaker Integrated Gigabit (10/100/1000 NIC) LAN

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

3 PCI/PCI Express Slots Min. 4 bays (4) USB 3.0 ports (4) USB 2.0 ports(with atleast 2 on the front side) PS/2 keyboard and mouse ports (1) VGA video port and 1 DVDI/Display /HDMI port (1) RJ-45 network connector Rear Line In, Line Out , Mic In jacks 20" or Higher LED TFT MT ( Micro Tower) 300W Active PFC, 85% efficient Power supply PS/2 104 keys keyboard (Same make as PC) PS/2 2 Button Scroll Mouse (Same make as PC) TPM 1.2 Security Chip filed upgradable to version 2.0 Preinstalled OEM Microsoft Windows 10 Pro (64-bit) 3 yrs OEM Onsite warranty ROHS and Win certification Energy Star ver 5.2 EPEAT Qualified

Desktop - Intel - II Intel® 6th Generation Core i5 6500 3.2GHz, 6MB Cache processor or higher Intel® Q Series Chipset or higher OEM Motherboard 4GB DDR 4 with Four DIMM slots; Non-ECC dual-channel upto 2133 MT/s DDR4 SDRAM, Memory Expandable to 64 GB 1- TB SATA 6.0-Gb/s Hard Drive 7200 RPM SuperMulti DVD Writer Intel HD Graphics (integrated) High Definition Audio (all ports are stereo), with Internal Speaker Integrated Gigabit (10/100/1000 NIC) LAN 3 PCI/PCI Express Slots Min. 4 bays (4) USB 3.0 ports (4) USB 2.0 ports(with atleast 2 on the front side) PS/2 keyboard and mouse ports (1) VGA video port and 1 DVDI/Display /HDMI port (1) RJ-45 network connector Rear Line In, Line Out , Mic In jacks 20" or Higher LED TFT

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

MT ( Micro Tower) 300W Active PFC, 85% efficient Power supply PS/2 104 keys keyboard (Same make as PC) PS/2 2 Button Scroll Mouse (Same make as PC) TPM 1.2 Security Chip filed upgradable to version 2.0 Preinstalled OEM Microsoft Windows 10 Pro (64-bit) 3 yrs OEM Onsite warranty ROHS and Win certification Energy Star ver 5.2 EPEAT Qualified

Desktop - Intel - II Intel® 6th Generation Core i7 6700 3.4GHz, 8MB Cache processor or higher Intel® Q Series Chipset or higher OEM Motherboard 4GB DDR 4 with Four DIMM slots; Non-ECC dual-channel upto 2133 MT/s DDR4 SDRAM, Memory Expandable to 64 GB 1- TB SATA 6.0-Gb/s Hard Drive 7200 RPM SuperMulti DVD Writer Intel HD Graphics (integrated) High Definition Audio (all ports are stereo), with Internal Speaker Integrated Gigabit (10/100/1000 NIC) LAN 3 PCI/PCI Express Slots Min. 4 bays (4) USB 3.0 ports (4) USB 2.0 ports(with atleast 2 on the front side) PS/2 keyboard and mouse ports (1) VGA video port and 1 DVDI/Display /HDMI port (1) RJ-45 network connector Rear Line In, Line Out , Mic In jacks 20" or Higher LED TFT MT ( Micro Tower) 300W Active PFC, 85% efficient Power supply PS/2 104 keys keyboard (Same make as PC) PS/2 2 Button Scroll Mouse (Same make as PC) TPM 1.2 Security Chip filed upgradable to version 2.0 Preinstalled OEM Microsoft Windows 10 Pro (64-bit) 3 yrs OEM Onsite warranty ROHS and Win certification Energy Star ver 5.2

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

EPEAT Qualified

Writing Pad with Stylus COMPLIANCE (Yes/No) Make and Model no:

Specification

REMARKS

Reversible tablet for both right- and lefthanded users Pressure Sensitivity for Varied Effects With the included pen, the Intuos Creative Pen &Tablet senses 1,024 levels of pressure

USB Support- USB 2.0 High Speed, USB 3.0 compatible Operating System- Any OS Features: Accuracy: +/- .02 in (+/- 0.5 mm) or better Compatibility: Windows 7/8, Vista SP2, XP SP3, Mac OS X.10.5 or higher Resolution 4000 LPI, Report Rate 255 RPS, Pressure Sensitivity 2048 levels

The narrow tip and 255 pressure levels enable precise entry Stylus

Integrated Attendance Device Type

Specifications for Single Fingerprint Scanner Device Specification STQC certified Single Finger-Print biometric device for Aadhar Authentication with driver, in built template extractor software/SDK(mandatorily with license, if required)(STQC Certificate for the device must be submitted) API/SDK for Android (4.0 and above) platform. Device should be plug and play with any android(4.0 and above) tablet without need of any additional license to be deployed. The device should have integrated micro USB or standard USB type connector.

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

Device must come with connector cables to allow connection of the device to micro USB and standard USB ports. Vendor has to provide all necessary technical support for integration of their device drivers with attendance software and associated UIDAI applications. (STQC Certificate for the integrated bio-metric device must be submitted) Specifications of Android Tablet: Processor - 1.0 GHz or above RAM - 512 MB or above Internal Storage - 4GB or above Expandable storage through micro SD, minimum 8 GB USB Port - Minimum one Micro USB port and an optional additional USB Port (USB port should provide power supply to biometric device and support USB OTG) Front facing Camera - VGA resolution Internal Speakers - to be available Touch Screen - 7" Capacitive touch screen and minimum 800x480 pixel resolution or above,16 M Colors GSM SIM card slot - To be available Min. Battery backup - up to 120 minutes SAR values - within acceptable range Charger Port - Separate charging port on the tablet shall be available. AC adapter for 230V +/-10%,50Hz operation shall be provided. Micro USB host cable Connectivity Requirements Data Support - Mandatory 3G mobile data support Wi-Fi Support - WIFi IEEE 802.11b/g/n S/W Requirements - Android 4.0 Operating System or Above Full featured Web Browser Application to be deployed on android tablet will require rooted Android OS Android Tablet and Single Fingerprint Scanner should be integrated in a rugged casing,The Rugged Casing should comply with the following The casing should be made of inflexible, solid material and can be of polycarbonate / thick plastic / acrylic / other tough material. It should be of black colour and should have a glossy / matte finish. Acrylic casings must have a thickness of at least 5 mm. Casing should be durable and should be able to withstand rough daily operational usage. The casing should not suffer any damage or disfiguration on being dropped from a height of up to 2 meters.

Tablet should be vertically oriented in the casing. This is important because the attendance application to be deployed is designed to run in vertical mode only. The casing should be designed to cover/hide the android task bar of the tablet. This is required to prevent misuse of any other functionality of the tablet. The casing should have provision to access the power/reset button of the tablet. The access should be easy but controlled. The vendor thus should make arrangements to provide an external tool to perform the power on/off and/or reset function of the tablet through the casing. The fingerprint scanner should be ergonomically placed to support ease of usage for biometric attendance in standing posture of the users.

Executive Video conference – Type 1 Technical Specifications The solution should be an OEM integrated executive video phone with a minimum 14" touch screen display, codec, inbuilt integrated camera , inbuilt Microphones and speakers. All the components 14" display , codec, camera, Size and Form microphones should be from the same Factor OEM. The codec should be tightly integrated with the 14" screen, so that less space is occupied on the Executive's table. The system should also function as a PC Monitor and should have document camera capability. Protocols and H.264 and 1080p with 16:9 aspect ratio, Video Resolution SIP and H.323 The system should support resolutions Data Sharing up to 1080p with BFCP standard Audio standards G.722,G.711, G.729 or equivalent supported Network Wired 2 x 10/100/1000 The system should be interoperable with Interoperability any H.323 Gatekeeper or SIP registrar

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

Android/equivalent Operating System

Executive Video conference – Type 2 Technical Specifications The solution should be an OEM integrated executive video phone with a minimum 22" or higher touch screen display, codec, inbuilt integrated camera, inbuilt Microphones and speakers. All the components 22" or better display, Size and Form codec, camera, microphones should Factor be from the same OEM. The codec should be tightly integrated with the 22" screen, so that less space is occupied on the Executive's table. The system should also function as a PC Monitor and should have document camera capability Protocols and H.264 and 1080p with 16:9 aspect Video Resolution ratio, SIP and H.323 The system should support Data Sharing resolutions up to 1080p with BFCP standard Audio standards G.722,G.711, G.729 or equivalent supported Network Wired 2 x 10/100/1000 The system should be interoperable Interoperability with any H.323 Gatekeeper or SIP registrar Android/equivalent Operating System

COMPLIANCE (Yes/No) Make and Model no:

REMARKS

5. FINANCIAL BID SL. No

Item Code

1

Cloud A - Server

2

Cloud A-San Storage

3

Cloud A - SAN Switch

4

Cloud A- LTO

5

Cloud A- UTM

6

Cloud A-Router

7

Cloud A- Switch

8

Cloud A and Hypervisor

9

Cloud A-Virtual Tape Library (VTL)

10

Cloud A -RHEL 7.0 or higher

11

Cloud A -Windows 2012 or higher

12

Cloud A- Cloud and management

13

Cloud B- Server – 1

14

Cloud B-Server – 2

15

Cloud B-Server – 3

16

Cloud B-Server – 4

17

Cloud B-Server – 5

18

Cloud B-Server – 6

19

Cloud B-Server – 7

20

Cloud B-Server – 8

21

Cloud B-Server – 9 Blade Server

22

Cloud B- Reverse Proxy (3 VM),

Destination Unit Price with 3 years warranty (COS) Without Tax

Make and model

AMC for 2 Years after warranty period per Item

SL. No

Item Code

Staging (2 VM) 23

Cloud B-Operating System

24

Cloud B- Antivirus

25

Cloud B-Server NAS 24 TB

26

Cloud B-SAN Expansion Enclosure

27

RACK SERVER - TYPE -I

28

RACK SERVER - TYPE -II

29

RACK SERVER - TYPE -III

30

RACK SERVER - TYPE -IV

31

RACK SERVER - TYPE –V

32

Blade Chassis:

33

Dual-socket Blade Server (entry level)

34

Dual-socket Blade Server (high end)

35

4 socket Blade Server

36

NAS Entry Level

37

SAN Entry level

38

SAN High end

39

Standalone Drive

40

Tape Library

41

Specification LTO Ultrium 6 Tape Catridge

Destination Unit Price with 3 years warranty (COS) Without Tax

Make and model

AMC for 2 Years after warranty period per Item

SL. No

Item Code

42

Category – 1 – AIO – AMD

43

Category – 2 – AIO-AMD

44

Category 3 AIO – Intel

45

Category 4 AIO – Intel

46

Category 1 LAPTOP – Intel

47

Category 2 LAPTOP – Intel

48

Category 3 LAPTOP – AMD

49

Category 4 LAPTOP – AMD

50

Category 5 LAPTOP – AMD

51

Category 6 LAPTOP – Intel

52

CALLING TAB

53

TABLET WITH DETACHABLE KEYBOARD

54

Tablet low range

55

(PRINTER I) MONO LASER PRINTER

56

( PRINTER II) MONO Laser Duplex and Network printer

57

(PRINTER III) COLOR LASER

58

(PRINTER VI) COLOR LASER

59

(PRINTER IV) MFP Heavy duty

60

(PRINTER V) MONO MFP

61

( PRINTER VII) MONO Laser wireless Duplex and Network

Destination Unit Price with 3 years warranty (COS) Without Tax

Make and model

AMC for 2 Years after warranty period per Item

SL. No

Item Code

printer 62

FLAT BED SCANNER

63

High speed Document Scanner

64

Projector Only

65

Digital Photocopier & MFDs

66

Digital Duplicator

67

Nano Router

68

HD1080p60 Videoconferencing system working over IP

69

Power Booster

70

Inverter

71

SMF Battery

72

Power Plant to Charge Battery Bank

73

Power Accessories (MCB, Change Over Switch)

74

Air conditioner-with Stabilizer

75

Chemical Earthling (Including installation)

76

Lease Line modem

77

Modem

78

AIO Projector 1

79

AIO Projector 2

Destination Unit Price with 3 years warranty (COS) Without Tax

Make and model

AMC for 2 Years after warranty period per Item

SL. No

Item Code

80

TV 32 inch

81

TV 40 inch

82

TV 55 inch

83

Backup software

84

Archival Software

85

ADF SCANNER

86

Docking station for the Laptop quoted

87

Web Camera

88

External Hard Disk 1 TB with USB Cable and casing

89

External Hard Disk 2 TB with USB Cable and casing

90

300 GB SAS 10K RPM Hot Plug HDD 2.5 inch

91

600 GB SAS 10K RPM Hot Plug HDD 2.5 inch

92

8GB DDR3 RAM ( for LAPTOP)

93

8GB DDR3 RAM ( for Server)

94

8 GB RAM for AIO Desktop

95

Cartridge of (PRINTER I) MONO LASER PRINTER with 1500 pages capacity

96

Cartridge of (PRINTER II) MONO Laser Duplex and Network printer with 1500 pages (A4 Size) capacity

97

Cartridge of (PRINTER III) COLOR LASER with 1500-2000 pages (A4

Destination Unit Price with 3 years warranty (COS) Without Tax

Make and model

AMC for 2 Years after warranty period per Item

SL. No

Item Code

Size) capacity 98

Cartridge of (PRINTER IV) MFP Heavy duty with 9000-10000 A4 Size pages capacity

99

Cartridge of (PRINTER V) MONO MFP with 5000 A4 Size pages capacity

100

Cartridge of (PRINTER VI) COLOR LASER with 2000 & above pages (A4 Size) capacity

101

Cartridge of ( PRINTER VII) MONO Laser wireless Duplex and Network printer 1500 A4 Size pages capacity

102

Cartridge of Digital Photocopier & MFDs with 5000 pages capacity

103

Cartridge of Digital Duplicator with 5000 pages capacity

104

Bilingual keyboard in lieu of Keyboard.

105

15” to 16" LED Monitor in lieu of 18.5” TFT Monitor for Desktop

106

19” to 20" LED Monitor in lieu of 18.5” TFT Monitor for Desktop

107

21” to 22" TFT Monitor in lieu of 18.5” TFT Monitor for Desktop

108

64GB DDR3 RAM in liu of 32GB( for Server)

109

128GB DDR3 RAM in liu of 32GB( for Server)

110

256GB DDR3 RAM in liu of

Destination Unit Price with 3 years warranty (COS) Without Tax

Make and model

AMC for 2 Years after warranty period per Item

SL. No

Item Code

32GB( for Server) 111

516GB DDR3 RAM in liu of 32GB( for Server)

112

8 GB DDR3 RAM in lieu of 4 GB DDR3 RAM( for LAPTOP)

113

16 GB DDR3 RAM in lieu of 8 GB DDR3 RAM( for LAPTOP)

114

8 GB DDR3 RAM in lieu of 4 GB DDR3 RAM( for AIO )

115

16 GB DDR3 RAM in lieu of 8 GB DDR3 RAM( for AIO)

116

Overhead Scanner for all types of document.

117

Codec for VC for virtual classroom

118

Interactive Device and white board

119

Camera 10X optical zoom for students

120

Camera Webcam with Digital Zoom for teacher

121

Echo cancellation PA system

122

E-podium

123

Visualizer

124

Executive Video conference – Type 1

125

Executive Video conference – Type 2

126

Desktop - AMD - I

Destination Unit Price with 3 years warranty (COS) Without Tax

Make and model

AMC for 2 Years after warranty period per Item

SL. No

Item Code

127

Desktop - Intel - I

128

Desktop - Intel - II

129

Desktop - Intel - III

130

Writing Pad with Stylus

131

Integrated Attendance Device Type

Destination Unit Price with 3 years warranty (COS) Without Tax

Make and model

AMC for 2 Years after warranty period per Item

Smile Life

When life gives you a hundred reasons to cry, show life that you have a thousand reasons to smile

Get in touch

© Copyright 2015 - 2024 PDFFOX.COM - All rights reserved.