You are on page 1of 41

E-PROCUREMENT TENDER NOTICE

SOFTWARE TECHNOLOGY PARKS OF INDIA


No. 76 & 77, 6
th
Floor, Cyber Park, Electronics City,
Hosur Road, Bangalore 560 100

Tel: +91-80-6618 6000 6007 Fax: +91 80 2852 1161 email: cog@blr.stpi.in

Ref. No. STPIB/ADMIN/COG/2014-15/13 31
st
July, 2014

STPI invites e-procurement (only online mode through
https:/ / www.eprocure.gov.in/ eprocure/ app) open Tender under Two Bid Systems (Technical
Bid & Commercial Bid) for Supply, Installation, Testing, Commissioning and acceptance of the
following equipment at the respective STPI locations, as per the Technical specifications and
scope of works mentioned in this RFP:

Table 1:
S no Item Description and Quantity Address for Delivery
1 Server (2 Nos)
2
Storage Area Network (SAN) (1 No.)
+ SAN Switch (2 Nos)
Software Technology Parks of India
No.76 & 77, 6th Floor,
Cyber Park, Electronic City
Bangalore - 560 100
3 Server (1 No)
4 SAN (1 No.) +SAN Switch (1 Nos)
Software Technology Parks of India
Ganga Software Technology Complex,
Sector 29, Noida-201303


Earnest Money Required : Rs. 80,000.00
Tender Form Fee Cost : Rs. 1,000.00 +5.5% Vat
CRITICAL DATES SHEET
Published on http:/ / eprocure.gov.in 31
st
July, 2014
Bid Document download/ Sale Start Date 31
st
July, 2014
Clarification Start Date 31
st
July, 2014
Clarification End Date 11
th
August, 2014 at 13:00 Hrs
Pre-bid meeting 11
th
August, 2014 at 15:00 Hrs
Bid Submission Start Date 14
th
August, 2014 at 16:00 Hrs
Bid Submission End Date 28
th
August, 2014 at 14:30 Hrs
Technical Bid Opening Date 28
th
August, 2014 at 15:00 Hrs
Commercial bid opening Date & Time Shall be intimated after technical evaluation





Page

2
Note: -
i. Pre-bid Conference will be held at STPI, No. 76 & 77, 6
th
Floor, Cyber Park, Electronics
City, Hosur Road, Bangalore 560 100 on 11
th
August, 2014 at 15:00 Hrs.
ii. All details, regarding the subject tender are available on our websites www.blr.stpi.in
and https:/ / www.eprocure.gov.in/ eprocure/ app . Any change / modification in the
tender enquiry will be intimated through above websites only. Bidder are therefore,
requested to visit our websites regularly to keep themselves updated.
iii. Manual bids will not be accepted.
iv. For submission of E-bid, bidders are required to get themselves registered with
https:/ / www.eprocure.gov.in/ eprocure/ app website along with class II or III digital
signature certificates issued by CCS under IT Act 2003. The detailed procedure is
available in the website under the tab Help for Contractors, Information about DSC,
Bidders manual kit etc.
v. Cost of Tender Document and Earnest Money should reach to No. 76 & 77, 6
th
Floor,
Cyber Park, Electronics City, Hosur Road, Bangalore 560 100 before the last date for
submission of bids failing which offer will be liable for rejection. Bidders, however,
have to attach scanned copies of Earnest Money and Tender cost documents along with
their e-tender.
vi. Any queries relating to the process of online bid submission or queries relating to CPP
Portal are available at https:/ / www.eprocure.gov.in/ eprocure/ app . Further, any
clarifications, in general may be directed to the 24x7 CPP Portal Helpdesk on Toll Free
No. 18002337315.
Sd/ -
Director, STPI - Bangalore
Page

3


INSTRUCTIONS TO BIDDER


Online bids under two envelope/ cover system is hereby invited on behalf of Software
Technology Parks of India Bangalore for Supply, Installation, Testing and Commissioning
of 3 No. of Server with RHEL Operating System and 2 No. of SAN and 3 No. of SAN
switches at STPI Bangalore and STPI Noida as per Table 1 above, with Product Warranty
for a minimum period of 3 years, as per the technical specification and scope of works
detailed in this RFP. Tender forms can also be downloaded from the website
www.blr.stpi.in & www.eprocure.gov.in

1.0 This section of the bidding documents provides the information necessary for bidders
to prepare online responsive bids, in accordance with the requirements of the Employer. It
also provides information on online bid submission, opening, evaluation and contract
award.

1.1 INSTRUCTIONS FOR ONLINE BID SUBMISSION:

The bidders are required to submit soft copies of their bids electronically on the Central
Public Procurement (CPP) Portal, using valid Digital Signature Certificates. The
instructions given below are meant to assist the bidders in registering on the CPP Portal,
prepare their bids in accordance with the requirements and submitting their bids online on
the CPP Portal.

1.2.1REGISTRATION:

(i) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal by using the Click here to Enroll option available on the home
page. Enrolment on the CPP Portal is free of charge.
(ii) During enrolment / registration, the bidders should provide the correct/ true
information including valid email-id & mobile no. All the correspondence shall be
made directly with the contractors/ bidders through email-id provided.
(iii) As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.
(iv) For e-tendering possession of valid Digital Signature Certificate (Class II or Class III
Certificates with signing key usage) is mandatory which can be obtained from
SIFY/ TCS/ nCode/ eMudra or any Certifying Authority recognized by CCA India on
Page

4
eToken/ SmartCard.
(v) Upon enrolment on CPP Portal for e-tendering, the bidders shall register their valid
Digital Signature Certificate with their profile.

(vi) Only one valid DSC should be registered by a bidder. Bidders are responsible to
ensure that they do not lend their DSCs to others which may lead to misuse and
should ensure safety of the same.
(vii) Bidders can than log into the site through the secured login by entering their user ID
/ password and the password of the DSC / eToken.


1.2.2PREPARATION OF BIDS

(i) For preparation of bid, Bidders shall search the tender from published tender list
available on site and download the complete tender document and should take into
account corrigendum, if any published, before submitting their bids. After selecting the
tender document same shall be moved to the My favourite folder of bidders account
from where bidder can view all the details of the tender document.

(ii) Bidder shall go through the tender document carefully to understand the documents
required to be submitted as part of the bid. Bidder shall note the number of covers in
which the bid documents have to be submitted, the number of documents - including the
names and content of each of the document that need to be submitted. Any deviations
from these may lead to rejection of the bid.

(iii) Any clarifications, if required, then same may be obtained online through the tender
site, or through the contact details given in the tender document.

(iv) Bidder should get ready in advance the bid documents to be submitted as indicated in
the tender document/ schedule in PDF/ xls/ rar/ zip/ dwf formats. If there is more than
one document, they can be clubbed together using zip format.

(v) Bidder can update well in advance, the documents such as experience certificates,
Financial reports, PAN, TIN, service tax, VAT, registration certificate and other relevant
details etc., under My Space option, which can be submitted as per tender requirements.
This will facilitate the bid submission process faster by reducing upload time of bids.





Page

5
2.0 BID SUBMISSION:

Only Online Bids need to be submitted on https:/ / eprocure.gov.in/ eprocure/ app . The
tenders shall be of 2 bid system (Technical Bid & Commercial Bid). Manual bids will not be
accepted.

The following instruction may be followed by the bidders while submission of their bids
on online mode.

(i) Bidder should log into the site well in advance for bid submission so that he/ she
upload the bid in time i.e. on or before the bid submission time.

(ii) Bidder should prepare the Tender Fee and EMD as per the instructions specified in
the NIT/ tender document. The originals should be submitted to the Tender Inviting
Authority, on or before the last date & time of bid submission. Bidder should send the
EMD & Tender fee through Indian postal Service/ Courier services. The details of the
DD/BC, physically sent, should tally with the details available in the scanned copy and
the data entered during bid submission time. Otherwise the uploaded bid will be
rejected.

(iii) While submitting the bids online, the bidder shall read the terms & conditions (of CPP
portal) and accepts the same in order to proceed further to submit their bid.

(iv) Bidder shall select the payment option as offline to pay the Tender Fee/ EMD and
enter details of the DD/ BC.

(v) Bidder shall digitally sign and upload the required bid documents one by one as
indicated in the tender document.

(vi) Bidders shall note that the very act of using DSC for downloading the tender
document and uploading their offers is deemed to be a confirmation that they have read
all sections and pages of the tender document without any exception and have
understood the complete tender document and are clear about the requirements of the
tender document.

(vii) Bidder shall note that each document to be uploaded for the tender should be less
than 2 MB. If any document is more than 2MB, it can be reduced through zip/ rar and the
same can be uploaded. For the file size of less than 1 MB, the transaction uploading time
will be very fast.

(viii) Utmost care shall be taken for uploading Schedule of quantities & Prices and
any change/ modification of the price schedule shall render it unfit for bidding.

Bidders shall download the Schedule of quantities & Prices i.e. Schedule-A, in XLS format
Page

6
and save it without changing the name of the file. Bidder shall quote their rates both in
figures and words in white background cells, thereafter save and upload the file in
financial bid cover (Price bid) only. If the Schedule of Quantities & Prices file is found to
be modified by the bidder, the bid will be rejected.
(ix) The bidders are cautioned that uploading of financial bid elsewhere i.e. other than in
cover 2 will result in rejection of the tender.
(x) Bidders shall submit their bids through online e-tendering system to the Tender
Inviting Authority (TIA) well before the bid submission end date & time (as per Server
System Clock). The TIA will not be held responsible for any sort of delay or the
difficulties faced during the submission of bids online by the bidders at the eleventh
hour.
(xi) After the bid submission (i.e. after Clicking Freeze Bid Submission in the portal),
the bidders shall take print out of system generated acknowledgement number, and
keep it as a record of evidence for online submission of bid, which will also act as an
entry pass to participate in the bid opening.
(xii) Bidder should follow the server time being displayed on bidders dashboard at the
top of the tender site, which shall be considered valid for all actions of requesting, bid
submission, bid opening etc., in the e-tender system.
(xiii) All the documents being submitted by the bidders would be encrypted using PKI
(Public Key Infrastructure) encryption techniques to ensure the secrecy of the data. The
data entered cannot be viewed by unauthorized persons until the time of bid opening.
The confidentiality of the bids is maintained using the secured Socket Layer 128 bit
encryption technology.

Part I should comprise acceptance of our terms & conditions of contract as per
Annexure F of Part 1e, Copy of certificate authorized by OEM/ authorized partner of
OEM , Audited balance sheet for previous 3 years, IT returns for past 3 years,
Customer PO/ completion certificate indicating the proof of having provided similar
services to Govt. Departments / Public sector Undertakings / IT organizations for
past 3 years, Copy of the PAN Card, Sales & Service tax registration
certificate/ TIN/ VAT, Registration / Incorporation of the firm/ company, Earnest
Money Deposit of Rs.80,000.00 (Rupees eighty Thousand only) in the form of Bankers
Check/ Demand Draft drawn on any Nationalized/ Commercial Bank in favour of The
Director, STPI Bangalore and other supporting documents.

Part Ia General Terms And Conditions
Part Ib Scope of Work
Part Ic Technical Specification
Part Id Annexures and checklist
Page

7
Part Ie Tender Acceptance Letter and Declaration

Part II should be the price offer to be submitted separately as per BOQ format. The
price offer will be considered only of those parties who submitted all documents
indicated in check list of Part I of tender and are found competent on the basis of
information submitted in Part I.

Bidders are requested to submit their most competitive rates. It may please be noted
that incomplete tenders will NOT be accepted.

1. Contents of Technical Bid: The bidder should upload the scanned copy of all the
following document as part of the Technical Bid in the stipulated format.

(a) Financial status: - The annual turnover of the bidder for the last three years
viz., the audited financial report for the last three years.
(b) Documentary evidence of experience having successfully completed similar
works during the last 3 years. (PO copies and completion certificate).
(c) Copy of certificate authorized by OEM / OEM certificate for all the
equipment(s) listed in this RFP.
(d) Copy of the PAN Card
(e) Copy of Sales & Service tax registration certificate / TIN/ TAN/ VAT as
applicable.
(f) Copy of Registration / Incorporation of the firm/ company.
(g) Documents evidence for having support center at Bangalore and Noida/
NCR region along with trouble call escalation matrix to be filed.
(h) Duly Filled and signed Technical Compliance Sheet as per Annexure-B in
part 1-d (Tech-Compliance )
(i) Duly filled (and signed) details of proposed product as per Annexure C in
part 1-d (Components and Products).
(j) Duly filled and signed checklist as per Annexure-E in part 1-d
(k) Duly filled and signed Tender acceptance Letter as per Annexure-F in part
1-e
(l) Product Datasheets, Brochures of the proposed products etc.
(m) Copy of EMD and tender fee details.
(n) Declaration as per Annexure G in part 1-e
(o) Declaration from the OEMs of all the equipment w.r.t product warranty, End of
Life, End of Support etc as per RFP terms.
(p) Acceptance to training terms as per RFP
(q) Any other related documents.

2. Contents of Price Bid:
The price bid is as per the BoQ in XLS format, filled BoQ to be uploaded in the e-
procurement portal.

Page

8
3. Bidders should not be under a declaration of ineligibility for corrupt and fraudulent
practices. The declaration to be submitted as per format specified in Annexure -G

4. STPI-B reserves the right to cancel/ withdraw the bid without assigning any reasons
for such decision. STPI-B also reserves the right to award to any bidder or cancel the
orders issued to any bidder without assigning any reason thereof. Such decision will
not incur any liability whatsoever on the part of STPI-B consequently.

5. Bidders shall adhere to the procedure and processes laid down in this document and
shall follow fair and ethical practices of trade.

6. Deadline for Submission of Bids

a. Bids must be submitted online within the due time, date specified in the tender.

b. STPI-B may extend this deadline for submission of bids by amending the bid
documents. This will be suitably notified in the websites www.blr.stpi.in and
https:/ / www.eprocure.gov.in/ eprocure/ app

7. STPI-B reserves the right to accept the offer in full or in parts or reject summarily.

8. Comparison of Bids: STPI-B will compare the bids, from the short listed bidders.

9. The bidding process is stipulated in the tender document clearly. In case of any
clarifications about bidding process/eligibility criteria the bidders may seek
clarification during the pre-bid meeting or through mail to cog@blr.stpi.in
prior to pre-bid meet. The clarifications sought after the pre-bid meet will not
be entertained.

10. The award of contract shall be hosted on website www.blr.stpi.in /
http://eprocure.gov.in/eprocure/app . The reason for non-selection shall be
disclosed provided the bidder requests for the same in writing. The bidders
may seek clarification by writing mail to cog@blr.stpi.in













Page

9


PART-I a


GENERAL TERMS AND CONDITIONS OF TENDER & CONTRACT


1. The tender should be submitted online only on
https:/ / www.eprocure.gov.in/ eprocure/ app.

2. Quotations should be for Supply, Installation, Testing & Commissioning of 3 nos
of Servers with RHEL Operating System and 2 SAN & 3 SAN Switch with Product
Warranty for a minimum period of 3 years. Partial Bidding is not permitted.

3. Bid validity:
a. The tender submitted should be valid for 120 days from last date of opening
of commercial bid.

b. STPI-B may ask for the bidders consent to extend the period of validity.
Such request and the response shall be made in writing only. The bidder is
free not to accept such request without forfeiting the EMD. A bidder
agreeing to the request for extension will not be permitted to modify his bid.

c. Bid evaluation will be based on the bid prices without taking into
consideration the above corrections.

4. Only net rates with break-up should be quoted for the period of the arrangement.
Tenderers/ bidders are advised to exercise greatest care in offering the rates

5. Tender Fee and Earnest Money Deposit (EMD)

a. Tender Fee of Rs. 1,000.00 +5.5% VAT and Earnest Money Deposit of Rs.
80,000.00 in the form of a Bankers Cheque or Demand Draft drawn on any
Commercial/ Nationalized Bank in favour of The Director, STPI-Bangalore
payable at Bangalore. The same should reach The Director, Software
Technology Parks of India, No.76 & 77, 6th Floor, Cyber Park, Electronic
City, Bangalore - 560 100, before the last date for submission of bids failing
which offer will be liable for rejection. Bidders, however, have to attach
scanned copies of Earnest Money Deposit along while submitting the bids
online. Bids submitted without EMD will stand rejected. EMD will not be
accepted in the form of cash / cheque. No interest is payable on EMD.

b. The EMD will be returned to the bidder(s) whose offer is not accepted by
STPI-B within one month from the date of the placing of the final order(s) on
the selected bidder(s). In case of the bidder(s) whose offer is accepted, the
Page

10
EMD amount will be converted as Security deposit till the warranty period
plus 60 days.

c. However if the return of EMD is delayed for any reason, no interest /
penalty shall be payable to the bidder.

d. The successful bidder, on award of contract / order, must send the
contract/ order acceptance in writing, within 7 days of award of
contract/ order, failing which the EMD will be forfeited.

e. The EMD shall be forfeited, if the bidder withdraws the bid during the
period of bid validity specified in the tender.

6. The contracts concluded by STPI-B are subjected to the final approval of their
Management.

7. Interpretation of the clauses in the Tender Document / Contract Document

In case of any ambiguity / dispute in the interpretation of any of the clauses in this
Tender Document, The Director, STPI-Bs interpretation of the clauses shall be final
and binding on all parties.

8. AWARD OF CONTRACT

Award Criteria

a. STPI-B shall award the contract to the eligible bidder whose bid has been
determined as the lowest evaluated commercial bid.

b. STPI-B reserves the right to award the contract partly or wholly to one or
more tenderers.

9. ELIGIBILITY CRITERIA

a) The Bidder shall be either an Original Equipment Manufacturer (OEM) or an
authorized certified partner of an OEM for past 2 years for the proposed
products ie., Server, SAN & SAN Switch, having support center at Bangalore
and Noida / NCR region. Copy of certificate authorized by OEM / OEM
certificate and documentary evidence for having support center in Bangalore
and Noida / NCR region along with trouble call escalation matrix to be filed.

b) Annual financial turn over during the last 3 year ending 31st March of previous
year should be at least Rs. 50 lakhs every year. (i.e, 2010-11, 2011-12 & 2012-13).
Audited balance sheet and IT returns for the last three years to be filed.

Page

11
c) Experience of having successfully completed similar works such as supply,
installation, testing and commissioning of Server, SAN during the last 3 years
ending should be either of the following.
3 similar completed works costing not less than Rs. 15.00 Lakhs
2 similar completed works costing not less than Rs. 20.00 Lakhs
1 similar completed work costing not less than Rs. 40.00 Lakhs

Definition of similar work: Supply, installation, testing and commissioning of
SAN, and Server to any central / state Govt. offices/ PSU/ private units.

Documentary evidence of experience having successfully completed similar
works during the last 3 years. (PO copies and completion certificate).

Apart from the above, following documents to be filed:

d) Copy of the PAN Card, Sales & Service tax registration certificate / TIN/ TAN/
VAT as applicable
e) Copy of Registration / Incorporation of the firm/ company
f) Duly Filled and signed Technical Compliance Sheet as per Annexure-B in part
1-d (Tech-Compliance )
g) Duly filled (and Signed) details of proposed product as per Annexure C in
part 1-d (Components And Products).
h) Duly filled and signed checklist as per Annexure-E in part 1-d
i) Duly filled and signed Tender acceptance Letter as per Annexure-F in part 1-e
j) Product Datasheets, Brochures of the proposed products etc.
k) Copy of EMD and tender fee details.
l) Declaration as per Annexure -G in part 1-e
m) Declaration from the OEMs of all the equipment(s) w.r.t product warranty, End of
Life, End of Support etc as per RFP terms.
n) Acceptance to training terms as per RFP
o) Any other related documents.

Documentary proof for the above shall be submitted. The scanned copy of the
document should be uploaded at the time of online submission.











Page

12


Part-Ib


Detailed Scope of Work for supply, installation, testing and commissioning of 3
Server, 2 nos of SAN and 3 SAN Switch.

1. Scope: The Bidder has to supply 3 Number of Server hardware with Operating
System (RHEL with HA License), 2 Number of SAN and 3 Number of SAN Switch in
accordance with the specifications mentioned in Section IV. The Bidder shall ensure
the successful installation, configuration, testing and commissioning of 3 no of Server
hardware with Operating System , 2 no of SAN with 3 SAN Switch in the existing
network of STPI-Bangalore and STPI Noida as per the BOM.
2. Installation & Testing:
(a) Proposed Product should be seamlessly integrated with existing STPI-B
which consists of Cisco, Juniper, D-link, Extreme, Huwaei make equipments, failing
which STPI-B have all rights to reject the product and the bid.
(b) Bidder has to Configure & Test the SAN Replication between STPI Bangalore and
STPI Noida through Internet.
(c ) Bidder has to Configure the RAID in Server & SAN as Per STPI Requirements.
(d) Bidder has to configure the Server, SAN and SAN Switch as per STPI Requirement
(e ) Bidder has to create , configure & map the volume from SAN in the SERVER as
per STPI Requirement in both the Locations i.e STPI Bangalore and STPI Noida.
(f) Configuration and testing of Asynchronous Replication (within Minimum 30
Minutes Time period) between STPI Bangalore and STPI Noida office using VPN for
volume mapped from SAN is in the scope of installation of SAN for the bidder.
(g ) Bidder has to demonstrate the Usage of SSD as Fast / Extended Cache .
(g) The Connectivity & Architecture Diagram is shown below for testing and
installation purpose . Ref Diagram -1 (PTO)



Page

13



Diagram -1 : (Architecture Diagram)
3. Documentation: The supplier shall provide the following documents:
i. Installation Report
ii. Product manuals
iii. Warranty Certificates
iv. Operation Manuals ( with Architecture Diagram and IP Details )
v. Test Report- Bidder has to Test the SAN Replication between STPI
Bangalore and STPI Noida .
5. Training: Successful bidder has to provide the training along with the training
materials on the proposed product for a minimum of 10 members for a
minimum duration of 2 days at the premise of STPI Bangalore or in the
premises of successful bidder at Bangalore. The contents of the training are
attached in annexure D which covers the Training requirement of STPI.
Page

14
5. Warranty Period support: The Bidder has to provide Warranty Period Support,
including hardware support for minimum period of 3 Year from the date of successful
installation and acceptance by STPI. This warranty should cover both parts and
support onsite.
OEM has to authenticate above mentioned warranty period and the
certificate of the same should be produced.
The Support for the Server , SAN and SAN Switch is on 24 x7 onsite with 4
Hours Response Time in STPI Bangalore and STPI Noida
The Operating System (Red Hat Enterprise Linux with HA license) Support
and standard Subscription is for 1 Year.
OEM should have not announced the End of Sale, End of Support and
End of Life for the proposed product. Declaration from OEM to be
submitted.
OEM should support the proposed product for at least 7 years from the date
of delivery. Declaration from OEM to be submitted.
6. Delivery/Execution of order: Bidder has to supply the products/ equipments
within 12 weeks from the date of issue of Purchase Order to the delivery
address mentioned at below Table. The installation, configuration, testing and
commissioning should be completed by the Bidder within four weeks upon the
supply of products / equipment at site as per the POA provided by STPI-
Bangalore. The end to end supply, Installation & Commissioning needs to be
completed within 14 weeks from the date of receipt of Purchase Order. In case
of delay, penalty clause shall be applicable as per prevailing norms. (0.5 % of
PO cost per week with maximum of 4 weeks delay). Delay beyond 4 weeks
lead to cancellation of PO, forfeiture of EMD and disallowing of participation in
future STPI tenders. In case the product/ Equipment is not complying to the
technical specification as per Annexure B, the product / Equipment shall be
rejected with forfeiture of EMD and the necessary information will be circulated
to the concerned authorities including NSIC authorities (for the bidders
registered with NSIC), disallowing of participation of the bidder in future
tenders of STPI and others.



Page

15
Delivery:
The items are to be delivered to the following locations:
Sl. No Particulars Qty
Location
(Delivery
and
Installation)
2
STPI
Bangalore
1.
Supply of Server hardware with all
accessories (As per the Technical
Specification mentioned in the RFP
document clause number part 1c)
1
STPI Noida
2
STPI
Bangalore
2.
Supply of Red Hat Enterprise Linux
License (2 Socket) with 1 Year
Subscription & Standard Support 1
STPI Noida
3.
Supply of Red Hat Enterprise Linux
High Availability License (2 Socket)
with 1 Year Subscription & Standard
Support
2
STPI
Bangalore
1
STPI
Bangalore
4.
Supply of Storage Area Network (SAN)
with all accessories & Replication
License (As per the Technical
Specification mentioned in the RFP
document clause number part 1c)
1
STPI Noida


2
STPI
Bangalore
5.
Supply of SAN Switch with necessary
accessories like cables, connectors etc.,
as per annexure 1
STPI Noida
6.
Installation & Commissioning Lump sum
STPI
Bangalore
and STPI
Noida
7.
Training Lump sum
STPI
Bangalore
8.
Any additional Hardware / software
required to meet the scope of works
and specification mentioned in
Technical Specification in Part Ic
Lump Sum-
As per
requirement




Page

16

7. Support Centre: The bidder or OEM should have support Centre at Bangalore &
Noida (or NCR). The bidder or OEM should furnish the Escalation matrix
including names, locations, complete postal address, telephone numbers and FAX
numbers of all technical support centers and also alternate contact persons
including bidder. Any change in the above details shall have to be intimated in
writing by the supplier to the in charge of the employer at the earliest.
8. Payment: No advance payment will be made. 90% payment will be released after
completion of supply, installation, testing, acceptance, training & submission of
warranty certificate and 10% payment will be released after completion of warranty
period plus 60 days or 100% payment will be released on submission of 10% Bank
Guarantee of total order value. The validity of the Bank Guarantee shall be three
year plus 60 Days of the warranty period (subjected to acceptance of product).
9. Liquidity Damages: Purchases/ Contracts are subjected to Liquidity Damages.
Deviation in any of the terms of the PO with due acceptance from STPI will not
attract any liquidity damages. The following liquidity damages are levied if there is
a delay in the schedule defined in the Purchase Order:
a) Within one week from schedule timeline - 0.5% of order value
b) Every successive weeks - 0.5% of order value
c) Maximum 2 % of order value for 4 weeks beyond 4 weeks will lead to
cancellation of PO and forfeiture of EMD amount.
10. Non Disclosure Agreement (NDA)
The successful bidder has to enter into NDA agreement as per the Annexure - H.
The NDA shall be submitted along with the acceptance of the Purchase Order.
Page

17
Part-Ic
TECHNICAL SPECIFICATION

STPI-Bangalore proposes to procure 3 number of Servers with RHEL Operating
System and 2 number of SAN and 3 number of SAN Switches. The Server, Operating
System, SAN and SAN Switch model to be proposed by the bidders shall meet all the
specifications mentioned in the table below:
(A) Server 3 Nos ( STPI Bangalore -2 Nos and STPI Noida -1 No.)
Sl.
No
Specifications
Compliance
Yes/No
Remarks if
any
1
2 Numbers of IntelXeonProcessor(x64) Hexa
Core Minimum of 2.4 GHz or above with 15 MB
or higher L3 cache ,E5 -2600 Series processor and
support for Virtualization Technology

2 Intel chipset and Intel Quick path Interconnect
3
4 number of 600GB hard disk, 10K RPM with 6
Gbps SAS or better with Hot plug features

4
3 number of PCI 64 bit or 3 PCI Express(64 bit) or
more

5
64 GB DDR3 Memory with 8 GB / 16 GB DDR3
DIMM Module (Upgradeable to 192 GB ) or
more

6 Rack Mountable Server , Max 2U Rack Space
7
(a) 4 Numbers of Gigabit Ethernet Port
(b)1 Number of Remote Management Port having
virtual console with License(if any)
(c)Server should be offered with 2 Nos of 8Gbps
Dual port FC-HBA's on 2 separate PCI-E slots
along with the necessary cables to SAN Switch.

8
Dual Power Supply(Redundant) 230v AC with 90
% or more efficiency ,50 Hz with Indian standard
sockets

9 Minimum 3 USB 2.0 Port and 1 Serial Port
10
Hardware Raid levels 0,1 & 5 with 512 MB
Nonvolatile / battery backed cache

11
Windows 2012(64bit), Red hat 6(64bit) ,Ubuntu or
Novel Certified, Compliance & Support

12 Redundant cooling Fan
13
Server should be offered with DVD Read Write
Drive

14 18 TFT or better
Page

18
15 Standard Keyboard and Mouse
16
Server should be offered with Sliding rail kit for
rack mount

17
Onsite Comprehensive warranty of 3Years (24x7
Onsite Support , 4 Hours Response Time)
including BIOS/ firmware up-gradation .



(B) Operating system Red Hat Enterprise ( OS - 3 License + 2 HA License)
Sl.
No
Specifications Quantity
Compliance
Yes/No
Remarks
if any
1
Red Hat Enterprise Linux 6 or Latest
(2 Socket ) with 1 Year Subscription
and standard support

3 Nos ( One for
Each Server)

2
Red Hat Enterprise Linux 6 with
High Availability (HA) add-on
License with 1 Year Subscription
and standard support

2 Nos (for
Servers at STPI
Bangalore)



(C ) SAN 2 Nos ( STPI Bangalore -1 Number and STPI Noida -1 Number)

Sl.
No
Specifications
Compliance
Yes/No
Remarks
if any
1.
The storage array shall be configured with dual
redundant active-active array Controllers with
minimum of 8 GB total cache across two storage
controllers for disk I/ O operations. The cache
must be dedicated for READ/ WRITE I/ O only.
Cache calculations must not include OS/ S
overheads. The Storage should support for 16 GB
of Cache up-gradation.
LUN must be accessed by both the controller
simultaneously.

2.
Storage subsystem shall support, SSD, SAS,
NLSAS or SATA Drives in the same device array.

3.
Multi-path & Load balancing software for all SAN
connected servers shall be provided.

Page

19
4.
Storage should not have any single point of failure
which includes storage controllers, disk drives,
power supplies, cooling fans, data path and power
cords that are fully redundant and hot-swappable
to ensure maximum availability.

5.
The storage array must have complete cache
protection mechanism either by destaging data to
disk or providing complete cache data protection
with battery backup for up to 72 hours or more.

6.
Storage should support industry leading operating
system platforms and clustering including
windows Server 2008, 2012, UNIX , Linux 2.6,
RHEL and VMware etc.,.

7.
The Storage array should support Operating
system clustering especially RHEL. Any software
or license required to enable connectivity to all
these OS should be included.

8.
Storage should be configured with 6TB usable
capacity with 600 GB, 10K RPM, 2.5 / 3.5 inch SAS
disks and configured in RAID Level 6.

9.
Storage should be configured with 200 GB x2 SSD
disks with RAID Level 1.
This SSD Drive should act as Fast / Expanded
CACHE for the SAN.
Please include auto-tiering software ( if
any )required to achieve Fast / Expanded Cache
from SSD for the Entire SAN Capacity

10.
Storage should be offered with necessary software
to configure and manage the storage space, RAID
configuration, logical drives allocation, snapshots
and clones. Necessary software to restore these
clones/ snapshots must be configured for the
entire capacity of the storage installed.

11.
Should support hot-swappable physical drive
capacity expansion with the addition of extra hard
disks

12.
Should be able to support clustered and individual
servers at the same time.

13.
Storage should be offered with web based
management software

14.
Storage array should support hardware based data
replication at the array controller level across all
models of the offered family

Page

20
15. Storage should support servers to boot from SAN.
16.
Storage must support hardware RAID and
supported RAID levels must be 0,1,5, 6 & 10

17.
Should provision for LUN masking, SAN Security
and fiber zoning.

18.
Storage software must provide the storage
performance monitoring and management
software and functionality of proactive monitoring
of Disk drive and Storage system for all possible
hard or soft disk failure. CPU ,I/ O, Latency etc.

19.
Storage should be scalable up to additional usable
capacity of 6TB with RAID Level 6.

20.
Should be able to take "snapshots" of the stored
data.

21.
All the necessary software to configure and
manage the storage space, RAID configuration,
logical drives allocation, snapshots (including
snap clones or equivalent ) for configured capacity
etc.

22.
Storage Subsystem should have remote replication
feature and also should be able to replicate within
the same family. It should be able to replicate the
changed volume. It Should support FCIP/ IP
replication.

23.
Storage should be offered with 4 x Front end 8
Gbps Fiber Channel (FC) Ports across controllers
and Backend 4 SAS lanes of 6Gbps SAS across
controllers. There should be at least 1 -1 Gbps
iSCSI Port for Replication per controllers.
There should be 1 dedicated Management port.

24.
Storage should provide automatic rerouting of I/ O
traffic from the host in case of
primary path failure.

25.
Storage should also support Asynchronous and
Synchronous Data Replication (the changed block
within the volume) to the DR Site in a
heterogeneous Network through internet.

26.
Storage solution should offer separate 1 hot spares
per 6 disks for RAID Level 6

27.
The proposed system must be mounted on a
standard rack

28.
Configuration and testing of Asynchronous
Replication (within Minimum 30 Minutes Time

Page

21
period) between STPI Bangalore and STPI Noida
office using VPN for volume mapped from SAN is
in the scope of installation of SAN.
29.
Storage should be covered under the
comprehensive warranty for 3 Years (24 x7 Onsite ,
4 Hours Reponse time), from the date of
installation & acceptance including hardware,
firmware and any management software by the
OEM.

30.
Should Support for native multi pathing,
clustering & Interoperability

Should Support for Storage virtualization



(D ) SAN Switch (8 Port ) 3 Nos ( STPI Bangalore -2 Number and STPI Noida -1
Number)

Sl.
No
Specifications
Compliance
Yes/No
Remarks
if any
1.
SAN Switch should be offered with 8 Nos of
8Gbps SFP Ports with 15 Nos. of 5 Meters
Cable,

2.
Switch port should be of Full Duplex of speed
of 4 and 8 Gbps with Auto sensing of 4 and 8
Gbps port speeds.

3. SAN Switch offered with Rack Mount Kits
4.
SAN Switch should have Universal ports self-
configurable as E,F ports

5.
SAN switch must have dedicated Management
port

6.
Management Control :
a. IPv4/ IPv6 management (web based)
b. Industry-standard Command Line
Interface (CLI)
c. SNMP v1/ v2C,v3


7.
Non disruptive subsystem maintenance and
Non disruptive microcode / firmware
upgrades.

Page

22
8.
SAN Switch shall support ACL based security,
port zoning and LUN zoning

9.
Necessary cables compatible for connectivity
between proposed SAN Storage and servers.

10.
SAN switch should be covered under the
comprehensive warranty for 3 Years (24 x7
Onsite, with 4 Hour Response Time) from the
date of installation and acceptance including
hardware,
firmware and any management software and
labour by the OEM


11.
Should be compliant with Storage Networking
Industry Association (SNIA) Storage
Management Initiative Specification (SMI-S).
































Page

23
Part-Id

Annexure A

Bill of Material w.r.t Supply, installation, testing and commissioning of Server, SAN
and SAN Switch


Sl. No Particulars Qty
Location
(Delivery and
Installation)
2 STPI Bangalore
1.
Server with all accessories (As per the
Technical Specification mentioned in
the part 1c of the RFP document.) 1 STPI Noida
2 STPI Bangalore
2.
Red Hat Enterprise Linux License (2
Socket) with 1 Year Subscription &
Standard Support
1 STPI Noida
3.
Red Hat Enterprise Linux High
Availability License (2 Socket) with 1
Year Subscription & Standard Support
2 STPI Bangalore
1 STPI Bangalore
4.
SAN with all accessories & Replication
License (As per the Technical
Specification mentioned in Part 1c of
the RFP document )
1 STPI Noida
2 STPI Bangalore
5.
SAN Switch with cable and connectors
as Part 1c of the RFP document. 1 STPI Noida
6.
Installation, testing & Commissioning Lump sum
STPI Bangalore
and STPI Noida
7.
Training Lump sum STPI Bangalore
8.
Any additional Hardware / software
required to meet the scope of the RFP
and the specification mentioned in
Technical Specification in Part Ic of the
RFP document
Lump Sum-
As per
requirement


Page

24

Annexure B

Technical Compliance

Bidder has to complete the below Compliance Sheet mentioning complied or not
complied against every specifications.

General Compliance
Sno Description
COMPLIANCE
(Complied/Not
Complied)
Remarks
1 Acceptance of General Terms & Conditions as
per RFP

2 Onsite Comprehensive warranty of 3 Years
(24x7 Onsite Support , 4 Hours Response
Time) from the date of acceptance by STPI



(A) Compliance sheet for Server (Qty -3)


Sl.
No
Specifications
Compliance
Yes/No
Remarks if
any
1
2 Numbers of IntelXeonProcessor(x64) Hexa
Core Minimum of 2.4 GHz or above with 15 MB
or higher L3 cache, E5 -2600 Series processor and
support for Virtualization Technology

2 Intel chipset and Intel Quick path Interconnect
3
4 number of 600GB hard disk, 10K RPM with 6
Gbps SAS or better with Hot plug features

4 3 PCI 64 bit or 3 PCI Express(64Bit) or more
5
64 GB DDR3 Memory with 8 GB / 16 GB DDR3
DIMM Module (Upgradeable to 192 GB ) or
more

6 Rack Mountable Server , Max 2U Rack Space

7
(a) 4 Numbers of Gigabit Ethernet Port
(b)1 Number of Remote Management Port having
virtual console with License(if any)
(c)Server should be offered with 2 Nos of 8Gbps
Dual port FC-HBA's on 2 separate PCI-E slots
along with the necessary cables to SAN Switch.

Page

25
8
Dual Power Supply(Redundant) 230v AC with 90
% or more efficiency ,50 Hz with Indian standard
sockets

9 Minimum 3 USB 2.0 Port and 1 Serial Port

10
Hardware Raid levels 0,1 & 5 with 512 MB Non
volatile / battery backed cache

11
Windows 2012(64bit), Red hat 6(64bit) ,Ubuntu or
Novel Certified, Compliance & Support

12 Redundant cooling Fan
13
Server should be offered with DVD Read Write
Drive

14 18 TFT or better
15 Standard Keyboard and Mouse
16
Server should be offered with Sliding rail kit for
rack mount

17
Onsite Comprehensive warranty of 3Years (24x7
Onsite Support , 4 Hours Response Time)
including BIOS/ firmware up-gradation






(B)Compliance sheet for Operating System (Qty -3 +2 HA License)

Sl.
No
Specifications
Quantity Compliance
Yes/No
Remarks
if any
1
Red Hat Enterprise Linux 6 or Latest (2
Socket ) with 1 Year Subscription and
standard support
3 Nos
( One for
Each
Server)

2
Red Hat Enterprise Linux 6 High
Availability add-on License with 1 Year
Subscription and standard support
2 Nos (for
Servers at
STPI
Bangalore)









Page

26

(C ) Compliance sheet for SAN (Qty -2)

Sl.
No
Specifications
Compliance
Yes/No
Remarks
if any
1.
The storage array shall be configured with dual
redundant active-active array Controllers at least 8
GB total cache across two storage controllers for
disk I/ O operations. The cache must be dedicated
for READ/ WRITE I/ O only. Cache calculations
must not include OS/ S overheads. The Storage
should support for 16 GB of Cache upgradation.
LUN must be accessed by both the controller
simultaneously.

2.
Storage subsystem shall support, SSD ,SAS,
NLSAS or SATA Drives in the same device array.

3.
Multi-path & Load balancing software for all SAN
connected servers shall be provided.

4.
Storage should not have any single point of failure
which includes storage controllers, disk drives,
power supplies, cooling fans, data path and power
cords that are fully redundant and hot-swappable
to ensure maximum availability.

5.
The storage array must have complete cache
protection mechanism either by destaging data to
disk or providing complete cache data protection
with battery backup for up to 72 hours or more.

6.
Storage should support industry leading operating
system platforms clustering including windows
Server 2008, 2012, UNIX , Linux 2.6 , RHEL,
VMware etc.

7.
The Storage array should support Operating
system clustering especially RHEL. Any software
or license required to enable connectivity to all
these OS should be included.

8.
Storage should be configured with 6TB usable
capacity with 600 GB 10K RPM 2.5 / 3.5 inch SAS
disks and configured in RAID Level 6.

Page

27
9.
Storage should be configured with 200 GB x2 SSD
disks with RAID Level 1.
This SSD Drive should act as Fast / Expanded
CACHE for the SAN .
Please include auto-tiering software ( if
any )required to achieve Fast / Expanded Cache
from SSD for the Entire SAN Capacity

10.
Storage should be offered with necessary software
to configure and manage the storage space, RAID
configuration, logical drives allocation, snapshots
and clones. Necessary software to restore these
clones/ snapshots must be configured for the
entire capacity of the storage installed.

11.
Should support hot-swappable physical drive
capacity expansion with the addition of extra hard
disks

12.
Should be able to support clustered and individual
servers at the same time.

13.
Storage should be offered with web based
management software

14.
Storage array should support hardware based data
replication at the array controller level across all
models of the offered family

15. Storage should support servers to boot from SAN.
16.
Storage must support hardware RAID and
supported RAID levels must be 0,1,5,6 & 10

17.
Should provision for LUN masking, SAN Security
and fiber zoning.

18.
Storage software must provide the storage
performance monitoring and management
software and functionality of proactive monitoring
of Disk drive and Storage system for all possible
hard or soft disk failure. CPU ,I/ O, Latency etc.

19.
Storage should be scalable up to additional usable
capacity of 6TB with RAID Level 6.

20.
Should be able to take "snapshots" of the stored
data.

21.
All the necessary software to configure and
manage the storage space, RAID configuration,
logical drives allocation, snapshots (including
snap clones or equivalent) for configured capacity
etc.

Page

28
22.
Storage Subsystem should have remote replication
feature and also should be able to replicate within
the same family. It should be able to replicate the
changed volume. It Should support FCIP/ IP
replication.

23.
Storage should be offered with 4 x Front end 8
Gbps Fiber Channel (FC) Ports across controllers
and Backend 4 SAS lanes of 6Gbps SAS across
controllers. There should be at least 1 -1 Gbps
iSCSI Port for Replication per controllers.
There should be 1 dedicated Management port.

24.
Storage should provide automatic rerouting of I/ O
traffic from the host in case of
primary path failure.

25.
Storage should also support Asynchronous and
Synchronous Data Replication (the changed block
within the volume)to the DR Site in a
heterogeneous Network through internet.

26.
Storage solution should offer separate 1 hot spares
per 6 disks for RAID Level 6

27.
The proposed system must be mounted on a
standard rack

28.
Configuration and testing of Asynchronous
Replication between SAN (STPI Bangalore and
STPI Noida office using VPN) volume mapped
from SAN is in the scope of installation of SAN.

29.
Storage should be covered under the
comprehensive warranty for 3 Years (24 x7 Onsite ,
4 Hours Response time ) , from the date of
installation & acceptance including hardware,
firmware and any management software by the
OEM.

30.
Support for native multi pathing, clustering &
Interoperability
Support for Storage virtualization









Page

29

(D ) Compliance sheet for SAN Switch (Qty -2)

Sl.
No
Specifications
Compliance
Yes/No
Remarks
if any
1.
SAN Switch should be offered with 8 Nos of
8Gbps SFP Ports with 15 Nos. of 5 Meters Cable,

2.
Switch port should be of Full Duplex of speed of 4
and 8 Gbps with Auto sensing of 4 and 8 Gbps port
speeds.

3. SAN Switch offered with Rack Mount Kits
4.
SAN Switch should have Universal ports self-
configurable as E,F ports

5.
SAN switch must have dedicated Management
port

6.
Management Control :
a. IPv4/ IPv6 management (web based)
b. Industry-standard Command Line Interface
(CLI)
c. SNMP v1/ v2C,v3

7.
Non disruptive subsystem maintenance and Non
disruptive microcode / firmware upgrades.

8.
SAN Switch shall support ACL based security, port
zoning and LUN zoning

9.
Necessary cables compatible for connectivity
between proposed SAN Storage and servers.

10.
SAN switch should be covered under the
comprehensive warranty for 3 Years (24 x7 Onsite,
with 4 Hour Response Time) from the date of
installation and acceptance including hardware,
firmware and any management software and
labour by the OEM


11.
Storage Networking Industry Association (SNIA)
Storage Management Initiative Specification (SMI-
S) compliance.



(Signature of authorized signatory with seal & date)

Page

30

Annexure C

Components and Products


In Response to technical requirements kindly fill-up the details of Component &
Products in the following format:
SL.
No.
Product
Proposed
(Model
No)
Details
(Individual
Modules/ features/
Tech Capabilities
etc)
Quantity
Brand
name
and
Name of
the OEM
List of brochures
attached relevant
to the proposed
product






Note: Should be submitted along with Technical Bid.



(Signature of authorized signatory with seal & date)
Page

31


Annexure D

Training Requirements (2 Days )

Sl.
No.
Topics to be Covered
1
Proposed Product Knowledge (SAN)
- Architecture of Product
- Operating System Details
- Others
2
Basic Management:
- Equipment Handling procedures
- Mode of Access (SSH, Console, GUI)
- Basic Commands
- Trouble Shooting
3
Configuration Management:
- RAID
- Replication Configuration and Management
- Clustering
4
System Management:
- Backup & Restore of Operating System of SAN ,SAN
Switch
- Backup & Restore of Configuration
- NTP, SNMP.

Page

32
Annexure E
Check List
Sl No. Description Compliance
1
Tender Fee & EMD details Submitted / Not Submitted
2 Copy of OEM certificate / certificate authorized
by OEM
Submitted / Not Submitted
3
Audited financial report of past 3 years Submitted / Not Submitted
4
IT returns for past 3 years Submitted / Not Submitted
5 Customer PO or satisfactory certificate past 3
years
Submitted / Not Submitted
6
Copy of the PAN Card, Submitted / Not Submitted
7 Copy of Sales & Service tax registration
certificate/ TIN/ VAT,
Submitted / Not Submitted
8 Copy of Registration / Incorporation of the
firm/ company,
Submitted / Not Submitted
9
Technical Compliance Sheet as per Annexure- IV Submitted / Not Submitted
10
Components & Products as per Annexure V Submitted / Not Submitted
11 Bid validity for 120 days after the date of bid
opening
Complied / Not Complied
12
Declaration as per format Annexure G
Submitted / Not Submitted
13
Acceptance letter as per Annexure F
Submitted / Not Submitted
14
Support center details and escalation matrix Submitted / Not Submitted
15
Acceptance to warranty terms as per RFP Complied / Not Complied
16 Declaration from Declaration from the OEMs of
all the equipment w.r.t product warranty, End of
Life, End of Support etc as per RFP terms.

Submitted / Not Submitted
17
Product datasheet / brochures Submitted / Not Submitted
18
Acceptance to training terms as per RFP Submitted / Not Submitted
19
Uploaded BoQ (the price bid) as per format in XLS Submitted / Not Submitted
20 OEM should support the proposed product for at
least 7 years from the date of delivery
Submitted / Not Submitted


Signature of authorized signatory with seal & date
Page

33
Part 1-e
Annexure F
Tender Acceptance Letter

(To be submitted duly signed format (Scanned Copy) by the authorized signatory
on Company Letter Head)
Date:.
To,
The Director,
Software Technology Parks of India
No. 76 & 77, Cyber Park, 6
th
Floor,
Electronics City, Hosur Road, Bangalore - 100

Sub: Acceptance in respect of Terms & Conditions of Tender document for Supply,
Installation, Testing and Commissioning of 3 No. of Servers, 2 No of SAN & 3 Nos
of SAN Switch at STPI Bangalore and STPI Noida.
Ref: STPB/ADMIN/COG/2014-15/13. Dated. 31.07.2014

Sir,
1. I/ We have downloaded/ obtained the tender document(s) for the above mentioned
Tender/ Work from the web site https:/ / www.eprocure.gov.in/ eprocure/ app .
.07
2. I/ We hereby certify that I/ we have read all the terms and conditions of tender
document from Page No. _______ to ______ (including the Scope of Works,
Technical Specifications, all Annexure(s)/ Paras, etc., which shall form part of the
contract agreement and I/ we shall abide hereby by all the terms & conditions
contained therein.

3. The corrigendum(s) issued from time to time by your department/ organization too
has also been taken into consideration, while submitting this acceptance letter.

4. I/ We hereby unconditionally accept all the terms and conditions of above
mentioned tender document and corrigendum(s) as applicable.

5. In case any provisions of this tender are found violated, then your
department/ organization shall without prejudice to any other right or remedy be
at liberty to reject my bid including the forfeiture of earnest money deposit.

6. I/ We confirm that our bid shall be valid upto 120 days from the date of opening of
Bid.

7. I/ We hereby certify that all the statements made and information supplied in the
enclosed Annexures/ Paras etc. furnished herewith are true and correct.

8. I/ We have furnished all information and details necessary for demonstrating our
qualification and have no further prominent information to supply.
Page

34

9. I/ We understand that you are not bound to accept the lowest or any bid you may
receive.

10. I/ We certify / confirm that we comply with the eligibility requirements as per Bid
documents.

Seal and Sign of Bidder
Name and Address:






































Page

35

Annexure G



DECLARATION

I hereby certify that the information furnished above is full and correct to the best of
my/ our knowledge. I understand that in case any deviation is found in the above
statement at any stage, the supplier will be blacklisted and will not be permitted to
have any dealing with the STPI-Bangalore in future.





Seal and Sign of Bidder
Name & Address:

Page

36



Special Instructions to the Contractors/Bidders for the e-submission of the bids
online through e procurement tender site

1. Bidder should do the registration in the tender site http:/ / eprocure.gov.in
using the option available. Then the Digital Signature registration has to be
done with the e-token, after logging into the site. The e-token may be obtained
from one of the authorized Certifying Authorities such as MTNL/ SIFY/ TCS /
nCode/ eMudhra.

2. Bidder then login to the site thro giving user id / password chosen during
registration.

3. The e-token that is registered should be used by the bidder and should not be
misused by others.

4. The Bidders can update well in advance, the documents such as certificates,
purchase order details etc., under My Documents option and these can be
selected as per tender requirements and then send along with bid documents
during bid submission.

5. After downloading / getting the tender schedules, the Bidder should go thro
them carefully and then submit the documents as asked, otherwise, the bid will
be rejected.

6. If there are any clarifications, this may be obtained online thro the tender site,
or thro the contact details. Bidder should take into account of the corrigendum
published before submitting the bids online.

7. Bidder, in advance, should get ready the bid documents to be submitted as
indicated in the tender schedule and they should be in PDF/ xls / rar/ dwf
formats. If there is more than one document, they can be clubbed together.

8. Bidder should get ready the EMD as specified in the tender. The original should
be posted/ couriered/ given in person to the Tender Inviting Authority, within
the bid submission date & time for the tender.

9. The bidder reads the terms & conditions and accepts the same to proceed
further to submit the bids.

10. The bidder has to submit the tender document online well in advance before the
prescribed time to avoid any delay or problem during the submission process.

Page

37
11. After the bid submission, the acknowledgement number, given by the e-
tendering system should be printed by the bidder and kept as a record of
evidence for online submission of bid for the particular tender.

12. The details of the Earnest Money Deposit document submitted physically to the
Dept and the scanned copies furnished at the time of bid submission online
should be the same otherwise the Tender will be summarily rejected.

13. The Tender Inviting Authority (TIA) will not be held responsible for any sort
of delay or the difficulties faced during the submission of bids online by the
bidders.

14. The bidder should see that the bid documents submitted should be free from
virus and if the documents could not be opened, due to virus, during tender
opening, the bid is liable to be rejected.

15. The time settings fixed in the server side & displayed at the top of the tender
site, will be valid for all actions of requesting, bid submission, bid opening etc.,
in the e-tender system. The bidders should follow this time during bid
submission.

16. All the data being entered by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered will
not viewable by unauthorized persons during bid submission & not be viewable
by any one until the time of bid opening. Overall, the submitted tender
documents become readable only after the tender opening by the authorized
individual.

17. The confidentiality of the bids is maintained since the secured Socket Layer 128
bit encryption technology is used. Data storage encryption of sensitive fields is
done.

18. The bidders are requested to submit the bids through online e - tendering
system to the TIA well before the bid submission end date & time (as per Server
System Clock).

19. The bidder should logout of the tendering system using the normal logout
option available at the top right hand corner and not by selecting the (X)
option in the browser.

20. If the bidder submits the bid in manual form, he should have already registered
in the tender site and he has to inform the registration ID in the bid submitted
otherwise his tender will not be considered.
For any other queries, the bidders are asked to contact through
Mail: cppp-nic@nic.in
Page

38

Annexure -H

REF: - STPIB/Admin/COG/2014-15/13 Date

NON-DISCLOSURE AGREEMENT
THIS AGREEMENT is valid till one year from the date of work order, and is made by
and between SOFTWARE TECHNOLOGY PARKS OF INDIA, an Society under
Dept. of Electronics and Information Technology, Ministry of Communications &
Information Technology, Govt. of India herein referred to as DISCLOSING PARTY
whose address is Cyberpark, 6th Floor, No. 76 & 77, KEONICS Electronic City, Hosur
Road, Bangalore 560 100, India, and M/s. .

Both the parties shall mean and include their successors at Office from time to time,
legal representatives, administrators, executors and assigns, etc.

This agreement shall govern the conditions of disclosure by disclosing party to
Recipient of certain confidential and proprietary information that is oral, written, or in
computer file format. Examples of Confidential Information include the identities of
companies, consultants and other service providers used by disclosing party, both
foreign and domestic, in connection with disclosing partys business, supplier lists,
supplier information, computer databases containing customer, product and vendor
information, designs, drawings, specifications, techniques, models, documentation,
diagrams, flow charts, research and development process and procedures, know-how,
new product or new technology information, financial, marketing and sales
information and projections, product pricing, profitability, marketing techniques and
materials, marketing timetables, strategies and development plans, trade names and
trademarks not yet disclosed to the public, business methods and trade secrets, and
personnel information.

1. Purpose of Disclosure. Disclosing party is disclosing the Confidential
Information to Recipient in order for Recipient to evaluate the possibility of
using disclosing partys services like Call Centers/ Contact Centers Projects,
Business Process Outsourcing covering all different kind of Verticals,
Information Technology Services, Back and Transaction Processing Services,
Business Analysis, Business Process Re-engineering, Data Analysis, Quality
Analysis and the Statutory & Datacom services etc.
2. Confidentiality Obligations of Recipient. Recipient hereby agrees:
(a) Recipient will hold the Confidential Information in complete confidence and
not to disclose the Confidential Information to any other person or entity, or
otherwise transfer, publish, reveal, or permit access to the Confidential
Information without the express prior written consent of Disclosing Party.
Page

39
(b) Recipient will not copy, photograph, modify, disassemble, reverse engineer,
decompile, or in any other manner reproduce the Confidential Information
without the express prior written consent of disclosing party.

If any Confidential Information is delivered to Recipient in physical form, such
as data files or hard copies, recipient will return the Confidential Information,
together with any copies thereof, promptly after the purpose for which they
were furnished has been accomplished, or upon the request of disclosing party.
In addition upon request off disclosing party in writing/ email Recipient will
destroy materials prepared by Recipient that contain Confidential Information.
(c) Recipient shall use Confidential Information only for the purpose of evaluating
Recipients interest in using disclosing partys services, and for no other
purpose. Without limiting the generality of the previous sentence, Recipient
specifically agrees not to sell, rent, or otherwise disclose any of disclosing
partys Confidential Information either in full or part to any competitor of
disclosing party, nor will Recipient use the Confidential Information to directly
or indirectly contact or contract with any of disclosing partys employees,
vendors, contractors and agents who carry out or otherwise fulfill the services
on behalf of disclosing party (its Affiliates). Recipient shall promptly notify
disclosing party of any disclosure or use of Confidential Information in
violation of this Agreement for which disclosing party shall indemnify the
Recipient for that part.

3. Exclusions. None of the following shall be considered to be Confidential
Information:
(a) Information which was in the lawful and unrestricted possession of
Recipient prior to its disclosure by disclosing party;
(b) Information which is readily ascertainable from sources of information
freely/ easily available in the general public;
(c) Information which is obtained by Recipient from a third party who did not
derive such information from disclosing party.
4. Remedies. Recipient acknowledges that disclosing partys Confidential
Information has been developed or obtained by the investment of significant
time, effort and expense and provides disclosing party with a significant
competitive advantage in its business, and that if Recipient breaches its
obligations hereunder, disclosing party will suffer immediate, irreparable harm
for which monetary damages will provide inadequate compensation.
Accordingly, the disclosing party will be entitled, in addition to any other
remedies available at law in equity, to injunctive relief to specifically enforce the
terms of this Agreement. Recipient agrees to indemnify disclosing party against
any losses sustained by disclosing party, including reasonable attorneys fees,
by reason of the breach of any provision of this Agreement by Recipient.
Recipient further acknowledges that disclosing partys business would be
severely hurt if Recipient were to directly contract with its Affiliates without the
participation of disclosing party. Therefore, if Recipient directly or indirectly
Page

40
contracts with any of disclosing partys Affiliates whose identity and/ or
particulars are disclosed to Recipient pursuant to this Agreement

(Except Affiliates with whom Recipient had a demonstrable prior existing
business relationship). In the event of circumvention, by the Recipient whether
directly or indirectly, the disclosing party shall be entitled to a legal monetary
penalty award, equal to the maximum consulting service/ consulting fee,
commission/ profit originally expected or contemplated to be realized from
such transaction(s). This payment levied against and paid immediately by the
party engaged in circumvention and also in addition includes all legal expenses
in the recovery of these funds if collected through legal action by either party.
This penalty shall not apply when the alleged Circumventure does not result in
a transaction being concluded. The parties acknowledge it would be extremely
difficult or impossible to accurately it would be extremely difficult or
impossible to accurately fix the actual damages that disclosing party would
suffer in the event of a breach of the aforementioned obligations, and that the
liquidated damages provided for herein are a reasonable estimate of disclosing
partys actual damages, which shall be fixed by the arbitrator who shall also be
in the same business.

5. No Rights Granted to Recipient. Recipient further acknowledges and agrees
that the furnishing of Confidential Information to Recipient by disclosing party
shall not constitute any grant or license to Recipient under any legal rights now
or hereinafter held by disclosing party.

6. Miscellaneous Provisions:
(a) This Agreement sets forth the entire understanding and Agreement between
the parties with respect to the subject matter hereof and supersedes all other
oral or written representations and understanding. This Agreement may
only be amended or modified by a writing signed by both parties.
(b) If any provision of the Agreement is held to be illegal, invalid or
unenforceable, the legality, validity and enforceability of the remaining
provisions will not be affected or impaired.
(c) This Agreement is binding upon the successors, assigns and legal
representatives the parties hereto, and is intended to protect Confidential
Information of any successors or assign of disclosing party.
(d) Each Provision of this Agreement is intended to be valid and enforceable to
the fullest extent permitted by law. If any provision of this Agreement is
determined by any court of competent jurisdiction or arbitrator to be invalid,
illegal, or enforceable to any extent, that provision shall, if possible, be
construed as though more narrowly drawn, if a narrower construction
would avoid such invalidity, illegality, or unenforceability, be served, and
the remaining provisions of this Agreement shall remain in effect/ force.
Page

41
(e) The terms and conditions governing the provision of the agreement shall be
governed by and construed in accordance with laws of the union of India
and shall be subject to the exclusive Jurisdiction of the courts of Bangalore.
1. Any or all disputes arising out or in connection with this agreement shall so
far as may be possible to settled amicably between the parties within a
period of thirty days from such dispute(s) arising.
2. However failing such amicable settlement all disputes and differences out of
the construction of or concerning anything contained in or arising out of or
in connection with this agreement as to the rights, duties or liabilities arising
it, to the parties shall be referred to a panel of three arbitrators, for
conducting Arbitration in accordance with the provisions of Arbitrations
and Conciliation Act 1996.
3. It is agreed that each party shall appoint one arbitrator and the third
arbitrator from the same business.
4. The appointment of arbitrators shall be done within a period of three
months from the date of receipt of notice from the aggrieved party
requesting to refer the matter to arbitration in case amicable settlement fails.
5. The parties shall mutually ensure and co-operate with each other in the
arbitral proceedings, so that the same can be concluded and awarded within
a period of six months from the date of commencement of the arbitral
proceedings.
6. The arbitral proceedings shall be conducted in English, both parties shall be
bound by the award passed and delivered by the arbitral tribunal and shall
not attempt to challenge the authenticity of the award, before any authority
or courts or any other statutory body.
7. The venue of arbitration shall be Bangalore.

(f) If any litigation is brought by either party regarding the interpretation or
enforcement of this Agreement, the prevailing party will recover from the
other all costs, attorneys fees and other expenses incurred by the prevailing
party from the other party.




Signed on behalf of Signed on behalf of
M/s Software Technology Parks of India M/s. .


Signature: Signature:
Name: Name:
Designation with seal: Designation with seal:


Date: Date:

You might also like