Professional Documents
Culture Documents
NOTE: -
1. Please note that the tenders against this tender enquiry are being invited through
e-tendering mode. Submission of Manual tenders in any case shall not be
accepted.
2. In case the due date for opening of tender happens to be a holiday, then tenders
would be received & opened on the next working day at the same time.
3. The firms shall themselves be responsible for issue/renewal of their DSCs. Any
other firm which is interested to quote on the basis of notice board shall be
required to register on E-tendering portal in order to enable them to participate in
the limited tender.
4. The prospective bidders are requested to get clarification from this office and/or
M/s e- procurement technologies in case of any difficulty regarding uploading of
the tender well in time and no last minute request for extension in the date and
time of opening of tender on this account will be entertained.
5. The prospective bidders are requested to be extra cautious in filling the
tender and to get in touch with this office in case of any difficulty and may
visit the IT department, Patiala for seeking clarity of the solution. Once the
tender is opened, no request regarding giving relaxation or for overlooking
any mistake committed by the bidder will be entertained.
6. PSPCL Purchase Regulations 2017 may be referred to on the official website of
the corporation i.e. www.pspcl.in. Details regarding E-tendering is available on
website www.pspcl.in
7. Prospective bidders are requested to get their digital signatures issued/renewed
well in time for ensuring participation in the tender and no request for extension on
this account will be entertained.
-sd-
SE/IT (A & PM),
PSPCL, Patiala.
3
TENDER
SPECIFICATIONS
4
TABLE OF CONTENTS
Annexure– I
1. General Terms and Conditions
(Page no. 5 to 9)
Annexure – III
3. (Page no. 21 to 23) Technical Specifications
Annexure – V
5. (Page no. 25) Statement of Deviations
5
Annexure-I
GENERAL TERMS & CONDITIONS:
1. The following instructions must be carefully observed by all tenderers. Quotations/
tenders not strictly in accordance with these instructions are liable to be rejected.
i) The tender must be complete in all respects. The following points should be
carefully studied in order to ensure submission of a complete and comprehensive
tender. Failure to comply with any of these instructions or to offer brief
explanation for non-compliance is likely to render effective comparison of the
tender as a whole impossible and may lead to rejection of an otherwise
competitively lowest offer.
ii) Telegraphic quotations will not be accepted.
iii) Bids shall be downloaded/ Uploaded on PSPCL e-tendering Website
https://pspcl.abcprocure.com. Quotations/tenders only through e-tendering will be
accepted
iv) The tenders shall be submitted in three parts i.e. Part-I (manual submission),
Part-II & Part-III (both online submission).
5. Tenderers should submit their offer in unambiguous wording failing which PSPCL‟s
interpretation will be final.
6. Tenderers must carefully study the technical specification and general terms &
conditions before preparation of Tender. Rate should be stated in words and figures
both. Complete information as per Annexures attached herewith must be supplied
with tender invariably, failing which the tenders are likely to be ignored.
7. No relaxation whatsoever of any sort, would be given in NIT specifications after the
tenders have been received, opened/processed.
8. The prospective bidders are requested to visit the PSPCL website periodically even
after downloading the specification to check for corrigendum issued, if any. Please
note that corrigendum will NOT be published in newspapers and will be
available only on website.
10. Qualifying Criteria: The bids of only those firms will be accepted which fulfill the
following criteria and documentary proof in this regard shall be uploaded on PSPCL
Website https://pspcl.abcprocure.com on or before the last date and time of bid
submission:-
i) The bidder should have experience of successfully completed similar works i.e.
implementation of any hardware/software solution in data center of any State
Govt./Centre Govt./PSU during the last 7 years ending FY 2018-19. The value of
POs / WOs to be counted towards work experience shall be as under:
a) Three similar complete orders each costing not less than Rs 1.18 Cr.
Or
b) Two similar completed orders each costing not less than Rs 1.48 Cr.
Or
c) One similar completed order each costing not less than Rs 2.36 Cr.
Supporting documents & completion certificates signed by the customer to
be submitted as a documentary proof.
ii) The bidder should have an average annual turnover of Rs. 89 lakh or more
during the last 3 financial years, i.e. 2015-16, 2016-17 and 2017-18. As a matter
of proof, copy of the certificate of turnover for the last 3 years duly certified by the
Charted Accountant with CA‟s Registration Number and Seal on it. Copy of
Balance sheets for the respective years should be provided.
iii) The bidder should have a positive net worth in each of the last 3 financial years
i.e. 2016-17, 2017-18 and 2018-19 (CA Certificate with CA‟s Registration
Number/Seal).
iv) In case the tender is submitted by authorized representative/dealer on behalf of
OEM, a certified and valid copy of authorized dealer/distributorship from OEM
addressed to PSPCL shall be enclosed along with the tender.
8
11. The bidders/ tenderers are required to submit the following documents:
a) An undertaking that they shall not pay any commission etc. or engage any
commission agent or liaison agent for dealing with PSPCL in any matter
including purchase of specification etc. This undertaking is required to be
supplied along with the offer/tender, failing which their offer/tender is likely to be
ignored.
b) A copy of GSTIN registration of the firm.
c) The bidder should have a registered number of Income Tax/PAN and shall
submit a copy of the same along with tender documents.
d) A list of two authorized persons with their signatures duly attested on the firm‟s
letter head so that they may represent on behalf of the firm and participate in the
opening process of the tenders. The firm shall supply one such copy in the
tender and one copy should be with the authorized person, otherwise he will not
be allowed to participate in the opening of tender.
e) An undertaking that the firm has not been blacklisted by any Govt. department /
Semi- Government dept./ Electricity Board/Utility/PSU in the last 3 financial
years. This is required as blacklisted and debarred firms are not be eligible for
participation in the tender.
f) An undertaking confirming that the offer is valid for at least 120 days from the
date of opening and any withdrawal or modification of the offer shall not be
permitted.
g) Documentary evidence (Latest copy of memorandum of Micro Small & Medium
Enterprises filed under section-8 of MSMED Act, 2006 duly acknowledged by
competent authority.) of being a Micro, Small & Medium Enterprise. If the bidder
does not submit the proof at the time of submission of its bid, it shall be
considered as a Large Enterprise.
h) A certificate for the last financial year, duly signed by any
Director/Partner/Proprietor and Chartered Accountant that investment in Plant &
Machinery of the enterprise does not exceed Rs. 25 Lac in case of micro and
Rs. 5.00 Cr in case of small enterprise as prescribed in section 7 (1) a (i) & (ii) of
the MSMED Act, 2006.
i) The tenderers will have to give an undertaking that they agree to the PSPCL
tender specification and any corresponding amendments in toto.
13. Any deviation in Technical and General Terms & Conditions must be indicated in
Annexure-V, otherwise it would be assumed that the material offered is entirely as
per enclosed Technical specification & General terms & conditions are acceptable
to the tenderer in totality. Any deviation found elsewhere in hard copy/soft copy but
not explicitly mentioned/referred in Annexure-V will be ignored and no
communication regarding the same shall be entertained later on.
14. Any firm offering discount on the quoted price after the opening of the tenders will
be out rightly rejected.
15. Negotiations if any will not be held except with the lowest tenderer (L-1)
16. If at any time competent authority desires, the contract can be short closed at any
time by giving one-month notice. No claim on this account shall be entertained.
17. All such Taxes, Duties, Levies and other Charges, for which Tenders will be silent,
the same will be assumed as per PSPCL Terms and Conditions and inclusive in the
rates/ prices quoted by the Tenderers.
18. All terms and conditions of PSPCL Purchase Regulations (applicable w.e.f
10.8.2017) amended up to date will be applicable.
-sd-
SE /IT (A & PM)
PSPCL, Patiala.
10
Annexure-II
1. SUBMISSION OF TENDERS
Notwithstanding anything contained to the contrary in the specifications or tenders
or in subsequent exchange of correspondence, these conditions of contract shall be
binding on the contractor and any change or variation, expressed or implied,
however, made in the said conditions shall not be valid or operated unless
expressly approved by the competent authority. The contractor shall be deemed to
have fully informed himself and to have special knowledge of the provisions of the
conditions of contract here in contained.
2. PRICES
i) The prices should be „Firm' and should be quoted strictly in the Price Bid format
only.
ii) No deviation in any form in the Price Bid Performa is acceptable.
iii) Percentage/specified amount of taxes & duties should be clearly mentioned
otherwise PSPCL reserves the right to reject such offer.
iv) The total cost of the entire job should be inclusive of all prices as mentioned in the
enclosed Price Bid format.
v) No extra cost, other than that mentioned in Price Bid would be taken into account.
vi) The unit rates should be quoted F.O.R. destination through road transportation
which will be treated at par with F.O.R. destination.
3. VALIDITY
The offer should be kept valid for at least 120 days from the date of opening and
any withdrawal or modification of the offer shall not be permitted.
4. SECURITY
i) The successful tenderers shall be required to submit security deposit for faithful
execution of the Purchase Order/Contract at the rate of three percent (3%) of
ordered value rounded off to a multiple of Rs. 10/- on the higher side.
ii) Ordinarily, in the case of successful tenderers, the Earnest Money received with
the tender shall be converted into security deposit. If the amount of earnest
money received with tender falls short, the supplier shall be required to deposit
the additional amount.
iii) The Tenders having Permanent Earnest Money Deposit (PEMD) of Rs. 25 lacs
(Rs. Twenty Five Lacs) with PSPCL and hence exempted from depositing
Earnest Money with Tenders, shall also be required to submit security
Deposit @3% of ordered value in the form of Bank Guarantee/ Demand
Draft/ Cash within 30 days from the award of purchase order/contract.
iv) The following shall be exempted from depositing security against purchase
orders/contracts given to them :-
Public Sector undertakings owned by Pb. Govt./Central Govt./other State Govt.
supplying material directly through units owned by them subject to submission of
documentary evidence of Government ownership. Exemption shall not be
11
5. DELIVERY SCHEDULE
The material shall be required to be delivered, Install/Configure within 30 days from
the date of receipt of Purchase Order.
The delivery shall be made at the O/o SE/IT (A & PM), Ground Floor, Head Office,
The Mall, PSPCL, Patiala with prior intimation to SE/IT (A & PM), PSPCL, Patiala
and after obtaining his consent.
material during random checking, PSPCL reserves the right to reject the entire lot
at the risk and cost of the supplier.
d) In case of repeated shortages/discrepancies, the firm shall be liable for
suspension of business dealings/black listing. This is without prejudice to the other
rights arising/ accruing to the purchaser under various clauses of the Tender
specification & Purchase Order-Cum-Contract.
made liable for loss or damages due to delay or failure to perform the contract
during the currency of Force Majeure conditions, provided that the happening is
notified in writing (with documentary proof) within 30 days from the date of the
occurrence.
The supplies shall be resumed under the contract as soon as practicable after the
happening (event) ceases to exist.
16. WARRANTY
The supplier/Contractor shall be responsible to replace free of cost with no
transportation and insurance expenses to the purchaser upto the destination of
material/equipment, the whole or any part of the material; which under normal and
proper use and maintenance, proves defective in material or workmanship within
the warranty period mentioned in the technical specification. Such replacement
shall be affected by the Supplier/Contractor, within a reasonable time not
exceeding as per the OEM policy/48 hrs whichever is earlier of the intimation of
defects Suppliers/Contractor's responsibility arising out of supply of material or its
use whether on warranties or otherwise shall not in any case exceed the cost of
correcting the defects or replacing the defective part/material and upon the expiry
of the warranty period stipulated above, all such liabilities shall terminate.
The above provision shall equally apply to the material so replaced/repaired by the
Supplier/Contractor under this clause in case the same is again found to be
defective within specified warranty period of its replacement/repair.
“In case the replacement/repair of defective material is not carried out
within six months of intimation of defects, the supplier/contractor shall have to pay
interest@12% per annum on the value of each complete operational unit of
equipment beginning from the date its becoming defective upto date of its re-
commissioning after the replacement/repair.”
17. INSURANCE
i. The rates are required to be quoted on F.O.R. destination basis and it is the
responsibility of the supplier to deliver the goods in sound condition F.O.R.
destination and for that purpose the Supplier may at his option insure the material
against all risks at his own cost during transit for full delivered value of the
material up to destination. All works in connection with making and settling of
claims, if any, with Railway Authorities and or Insurance Company shall be
carried out by the Supplier/ Contractor for which no extra payment shall be made
by the PSPCL. However, necessary assistance required in connection with
making and settling of such claims, if any, shall be provided by the consignees.
15
i. All damages and/or shortages during transit as covered by the insurance shall be
made good immediately on receipt of such information from the consignees
without waiting of settlement of claim. However, in case of apparent damages
and/or shortages, the consignees shall obtain the loss/damage certificate from
the concerned authority and send the same to the Contractors within a period of
thirty days from the date of receipt of material. A certificate shall be submitted by
the Supplier/ Contractors with each bill to the effect that the material has been
duly insured.
ii. The consignees shall report losses and damages to the firm within 30 days of
arrival of the equipment at the site. It will; however be the responsibility of the
supplier timely lodge claims on the insurance underwriters and to arrange
replacement thereof.
iv. The suppliers shall be wholly responsible for the loss, shortages, damages etc.
during transit. Such short supplied, damaged material etc. will have to be
replaced/repaired by Supplier/Contractor free of cost immediately without waiting
for maturing of the Supplier's/Contractor‟s claims with the Road
Transport/Railway Authorities regarding insurance.
In case replacement/repair of defective material is not carried out within six months
of intimation of damages, supplier shall have to pay interest @ 12% per annum on
the payments made by PSPCL, if any, from the date of its payment up to the date of
the re-commissioning of the equipment after replacement/repair or to the date the
default is made good.
ii) In case the GST is applicable and is required to be paid extra as referred to Para-
(i) above, the tenderer should clearly indicate HSN code of item along with present
rate (in percentage) applicable to their company.
iii) The maximum rate (in percentage) up-to which the GST may become leviable/
payable under the prevailing Rules & Regulations applicable to their company,
should also be clearly indicated in their tender.
iv) In case the GST is applicable /payable, necessary certificate of GST claimed/GST
Gate Pass duly authenticated by the authorized representative of GST Authorities,
shall however, be furnished by the supplier along with each consignment. The
supplier should, therefore, clearly indicate in their tender that whether such GST
Gate Passes/Certificates shall be furnished by them or not.
NOTE: The firms indicating nil or concessional rate of GST in their tenders (if any)
will have to absorb GST up to the full rate applicable at the time of tendering.
v) FURTHER any loss due to non-availability of ITC or levy of penalty/interest
payable by PSPCL on account of non-filling of return or non-compliance or any
miss-statement given under the provisions of GST ACT by the firms shall be
recoverable from them.
vi) Further GST at applicable rates on principal supply shall be payable on Freight
and Insurance.
19. INVOICING
The invoices along with other required documents should be submitted in
duplicate to SE/IT (A&PM), Head Office, The Mall, PSPCL, Patiala.
20. CHANGES
No variation or modification or waiver of any of the terms and provisions shall be
deemed valid unless mutually agreed upon in writing by both the Purchaser and
the Supplier.
21. CANCELLATION
The purchaser reserves the right to cancel the purchase order/ contract as a whole
or in part at any time without any financial liability on either side prior to the receipt
of intimation regarding taking in hand the manufacture of material.
During the pendency of the Purchase order/ contract, if lower rates are received
against the subsequent Tender Enquiry/Enquiries, then the supplier, whose overall
contractual delivery period has expired, shall be offered to supply the material at
either of the following rates, whichever is lower, along with any other terms and
conditions at variance from the conditions as contained in the original purchase
order, if any:
a) Rates payable as per the terms and conditions of the Purchase Order less
penalty as applicable
b) Rates received against subsequent Tender Enquiry/Enquiries
In case the supplier refuses to accept the offer, then the purchase order shall be
cancelled without any financial liability on PSPCL.
17
24. JURISDICTION
All legal and arbitration proceeding in connection with the purchase order cum
contract shall be subject to the territorial jurisdiction of the local courts at Patiala
only.
25. TAXES
Income tax and any other taxes imposed by the Govt. /Central Govt. /local bodies
will be deducted from the running bills as per rules.
26. ARBITRATION
a) If at any time any question, dispute or difference, whatsoever, shall arise,
between the Purchaser/PSPCL and the Contractors/Suppliers, upon or in
relation, to or in connection with the Purchase Order/Contract, either party may
forthwith give to the other, notice in writing of the existence of such question
dispute or difference and the same shall be referred for sole arbitration as per the
provisions of the Indian Arbitration Act,1996 (amended upto date) who shall give
a reasoned/speaking awards. The award of the Sole Arbitrator shall be final and
binding on the parties under the provisions of the Indian Arbitration Act, 1996
(amended upto date) and of the rules there-under. Any statutory amendment,
modification or re-enactment thereof for the time being inforce, shall be deemed
to apply to and be incorporated in the Contract/Purchase Order.
b) Upon every or any such reference, the cost and incidental expenses to the
reference and award shall be at the discretion of the Sole Arbitrator so appointed
who may determine the amount thereof or direct the same to be taxed as
between Solicitor and Client or as between party and party shall direct by whom
and to whom and in what manner the same is to be borne and paid.
c) The work under the Contract shall, if reasonably possible, be continued during
the proceedings of the arbitration and no payment due/ payable to the firm by the
Purchaser/PSPCL shall be with-held on account of such proceedings.
28. All other General terms & conditions of PSPCL Purchase Regulations, 2017
amended upto date shall also be applicable. However specific terms & conditions
provided in the Specifications shall overrule the General terms & conditions in
case of any dispute.
29 REVERSE AUCTIONING (RA)
The following procedure and terms & conditions shall be applicable for Reverse
Auction in PSPCL:-
All the Bidders shall be assigned a unique user name and password by e-
tendering agency of PSPCL. Bidders are advised to change the password
after the receipt of initial password from PSPCL to ensure confidentiality. All
bids made from Login IDs assigned to bidders shall be deemed to have been
made by bidders/bidders‟ company/ bidders' authorized representatives.
Bidders shall be required to submit their acceptance to the stipulated terms
and conditions before participating in the R.A.
Online Reverse Auction shall be conducted by PSPCL on pre–specified date
and time for duration of 1 Hour. The bidders may quote the bids from their
own offices /place of their choice. Internet connectivity is to be ensured by
bidders themselves.
All bidders are required to submit their price bid along with submission of
Techno-commercial bid as per schedule. Only those bidders who submit their
original bids within the scheduled time and who are considered technically and
commercially eligible, shall be eligible to participate in RA process.
The „Opening Price‟ i.e. start price for RA shall be decided by PSPCL. Bid
Decrement shall be 0.1% of L-1 Bid Price obtained against a particular tender
enquiry upon the opening of Price Bid of tender.
Bidders shall be able to view the following on their screen along with the
necessary fields during Online Reverse Auction:-
a) Start Price
b) Decrement Value
c) Rank of the bidder
d) Current Bid value of the Bidder (Total Bid Price)
e) Best bid in the Auction (Current L1 price)
19
f) Next Valid Bid (Total Bid Prices to be quoted in order to become L1)
g) Minimum Bid Price (Bidder to enter his minimum Bid Price here)
Bidder may become 'L1 Bidder' by offering a price equal to or lower than the
'Next Valid Bid” and this shall continue as an iterative process.
Auction Extension Time : If a valid bid is placed within 5 minutes of End Time of
the RA, then Reverse Auction duration shall get automatically extended for
another 5 minutes from the existing end time. It may be noted that the auto
extension will take place if a valid Bid comes in those last five minutes. If a bid
does not get accepted as the lowest Bid, the auto–extension will not take place
even if the bid might have come in last five minutes. The above process shall
continue till no valid bid is received in last 5 minutes which shall mark the
completion of reverse auction. The bidders are advised not to wait till the last
moment to enter their bid so as to avoid complications related to internet
connectivity, network problems, system crash down, Power failure etc. No
request for extension in time period of RA due to any of the above reasons shall
be entertained by PSPCL.
If no bid is received within the specified time duration of the online RA, then
PSPCL shall reserve the rights to scrap the online RA process and proceed
with the L-1 Bid Price received through e-tendering for further processing.
After completion of online Reverse Auction, the Closing Price (CP) shall be
considered as L1 rate for further processing including negotiations (if
required). Based on the final price quoted by bidders, the successful bidders
shall be required to submit summary of Final Price in prescribed format
(Summary of Final Price-Reverse auction, Uploaded by PSPCL in Excel
Sheet) within 2 hours of conclusion of the RA. In case a bidder fails to submit
the above Summary, then it may lead to cancellation of bid and call for action
against the bidder which may include forfeiture of EMD/PEMD and suspension
of business dealings etc.
Proxy Bids:-
Proxy bidding feature is a pro-bidder feature to safeguard the bidders' interest
in event of internet failure or to avoid last minute rush. The proxy bidding
feature allows bidder to place an automated bid in the system directly in an
auction and bid without having to enter a new amount each time a competing
bidder submits a new offer. The bid amount that a bidder enters is the
minimum bid price that the bidder is willing to offer. Here, the software shall
automatically bid on behalf of the bidder who has quoted the lowest ”Minimum
Bid Price ”,the price which is one decrement less than the next bidder‟s bid
price. This obviates the need for the bidder participating in the bidding process
until the minimum bid amount is detrimentally reached by other bidders. When
any bidder quotes a price lower than the existing lowest bid amount ,the
bidder(who had earlier submitted lowest proxy bid) has an option to once
again start participating in the bidding process by quoting a price equal to or
lower than the next valid bid price. However it may please be noted that if the
current bid matches the minimum bid of the lowest bidder submitted earlier,
the bid submitted by the lowest bidder will be recognized as the L1 at that
instant. During the course of bidding, the bidder shall not be able to delete or
increase the proxy bid amount but can always reduce the same depending
upon the amount quoted by other bidders. Proxy bids are fed into the system
20
directly by the respective bidders. As such this information is privy only to the
respective bidder(s).
PSPCL shall reserve the rights to cancel/reschedule the RA process/ tender at
any time, with due intimation to all concerned, without assigning any reason.
-sd-
SE/IT (A & PM)
PSPCL, Patiala
21
Compliance
SN Item Description (Yes/No)
Backup Solution each at DC and DRC should have backup software and Disk-Based Backup
Appliance comprising of 3/4/6 TB drives having minimum 150 TB usable capacity. The
1 usable capacity of the proposed appliance must be calculated after RAID 6 and without
deduplication & compression. The storage system should also be scalable to more than 250
TB usable capacity each at DC and DRC.
The backup solution should be compatible with various OS platforms capable of supporting
backup/ restores from various OS platforms including Windows, Linux /Solaris. Both Backup
2 Management Server, Media Server and Client software should be capable of running on all
these platforms.
The backup appliance must be configured as Disk Based Backup Target for PSPCL and may
3 have additional feature of emulated / configured as Virtual Tape Library (VTL) .
4 The backup solution must provide a GUI console for monitoring and management of the
complete backup infrastructure including Backup Software and Backup Appliance.
Backup solution should be a disk based backup appliance with dedicated hardware, OS,
5 security and storage. Vendor should include patch upgrade for backup software, backup
appliance, file system and security updates as and when released.
Backup solution must provide bare metal recovery, deduplication, encryption, database online
backup, backed up data replication etc. with installation of a single agent on clients. Multiple
6
agents/binaries should not be installed on the production servers to achieve all the above
features.
The backup solution must be able to perform agentless backup of VMware environment
7
without the need of any additional proxy host.
The backup solution must be capable of taking online backup of files, applications and
8 databases such as SAP ECC, MS SQL Server, Oracle, DB2, Sybase, MySQL, Exchange,
Sharepoint and open/distributed databases like MongoDB, Bigdata, Hadoop etc.
Backup Solution should support various levels of backup like full, incremental, differential,
9 synthetic and user driven backup along with various retention period.
The backup software must have 55 TB front-end data capacity license which includes agents
10 for all operating systems, applications and databases.The backup software must be of
capacity based license with all enterprise features and functionalities.
All the required or necessary licenses must be perpetual in nature. It should include licenses
11 for all the features such as deduplication, encryption, compression, cloud integration and
backed up data replication etc.
The backup software license should not be tied to the storage device. This means, if Backup
12 Appliance is installed at the DR site, then the appliance should not require separate
deduplication license or any other backup software license.
The backup solution shall be implemented and configured at both DC and DR. The solution
should support a configurable limit on the network bandwidth. If the primary site becomes
13 inoperable, the most recent version of each backed up file must be recoverable at the DR
site.
The backup appliance should have separate dedicated drives for operating system of
14 Appliance and shall not participate in space for data backup. It should have operating system
disks in mirroring and data disks on RAID 6 with at least 2 hot-spare disks.
Backup Solution should have capability to replicate all catalog information along with
15
replication of backup images to DR site.
The backup solution must support data protection of physical systems as well as virtual
16 environments.
The backup solution must have inbuilt capability to protect the backed up data from
17 malware/corruption.
The proposed solution must provide efficient data reduction by using fixed/variable block
18 length deduplication at the source as well as target side.
22
The solution should support de-duplication at source side so that only changed blocks travel
19 through network to backup device. It should also provide Global deduplication across backup
jobs and different workloads.
The backup appliance must support rated write performance of minimum 10 TB per hour and
20 when enabled with source level de-duplication it must have rated write performance of atleast
40 TB/hr.
The disk based backup appliance must also support encryption functionality.To ensure data
21 security, the solution must support data encryption in flight and at rest using a minimum AES
256 bit encryption standard.
The solution should have the ability to perform optimized replication of deduplicated backup
22 data to the DR site.
23 The solution should support instant access and restore of the protected virtual machine.
The Backup solution should be fully integrated with VMware Change Block Tracking for both
24
backups and restore.
It must support VM image level backup as well as provide granular file, folder level
25
backup/restore ability.
The solution should be capable of integration with active directory infrastructure for ease of
26 user rights management along with role based access control to regulate the level of
management.
The backup solution must have in built advanced backup reporting capabilities at no
27 additional cost.
The backup solution should be sized appropriately for backup of current 55 TB data (DB &
filles) in approx. 8-10 hours as per below backup policies:
a. Daily full backup for all data – retained for 4 weeks.
b. Weekly full backup for all data – retained for 1 month.
28 c. Monthly full backup for all data – retained for 12 months.
d. Yearly full backup (for approx. 4 TB file data only) - to be retained for 3 years.
The solution should be quoted with adequate capacity with 10% YOY data growth for entire
duration of 3 years. Any additional software or backup storage capacity (in addition to
minimum 150 TB usable) or any other component required as per sizing needs to be provided
by the bidder.
The backup appliance must provide redundant hot swappable components like redundant
29 power supplies, fan modules, network modules, hot pluggable disk drives etc. for uniterrupted
working of the appliance.
The Backup software must be present as Leaders in the latest 5 published Gartner‟s Magic
30
Quadrant reports for backup software.
31 The backup solution should have minimal foot print in the Data Centre. The bidder must
provide details of the rack, power and cooling requirements.
One Time Design, implementation and knowledge transfer to be done by OEM's own
32
engineer before taking sign off.
The backup appliance should have the ability to perform different backup, restore, replication
jobs simultaneously and must support data transfers through 10 Gbps FC Ethernet SFP/SFP+
in current PSPCL HCI setup. The proposed disk appliance should be offered with minimum 2
33 x 1 Gbps Ethernet, 4 x 10Gbps Ethernet(SFP/SFP+) and 2 Fibre Channel ports of minimum 8
Gbps speed.
All required accessories viz. cables and connectors (SFP/SFP+) etc. are to be supplied by
the bidder. Further, additional servers (if required) shall be supplied by the bidder both at DC
34
and DRC to run the overall backup solution.
Complete solution must be offered with 3 years warranty & (24x7) support directly by the
35 OEM.
23
Notes:
1. Bidder will be responsible for complete configuration of the equipment as per
requirement of PSPCL.
2. All the minimum technical specifications mentioned from serial no. 1to 35 must
be complied by the bidder in toto.
3. In any situation, the support services shall not be withdrawn during the warranty
period.
-sd-
SE/IT (A & PM)
PSPCL, Patiala
24
Annexure-IV
SCHEDULE OF PRICES
Qty Unit GST GST Freight GST GST Any Any Total Total
rate (%) (Rs.) & on on F&I other other unit price
Insuran taxes taxes
F&I (in Rs.) Rate
Sr. Description / /duties
ce (F&I) (%)
No duties (in
(in Rs.) (in %) Rs.)
1 Backup 1
solution
(Appliance +
Software) for
Data Centre &
Disaster
recovery
Centre, PSPCL
Note:-
1) The L-1 bidder will be selected based on the lowest total price.
2) Current rates of taxes/duties to be indicated in the specified column given above.
3) Incomplete or partially quoted & conditional tenders shall be rejected.
The following certificate needs to be given along with the price bid:
1 Certified that I/We (M/S ) have read and
understood the terms and conditions of NIT and the tender specification
including scope of work & I/We undertake to abide by the same.
2 Certified that I/We have quoted the above rates after fully satisfying myself
/ourselves about the job involved and time frame in which the same has to be
executed. All the statutory levies such as GST and any other charges have
been included in the above rates.
Name
Designation
Seal of Company
25
Annexure-V
STATEMENT OF DEVIATIONS
(To be filled by tenderer)
Tenderer shall carefully state below any and all points in this proposal which are
not in accordance with PSPCL‟s Technical Specification and the General Instructions:-
Sr. No. Para no. Technical Deviation, if any.
1.
2.
3.
contd…
Sr. No. Para no. Commercial Deviation, if any.
1.
2.
3.
contd…
Sr. No. Para no. General Deviation, if any.
1.
2.
3.
contd…
We hereby certify that the above mentioned are the only deviations from
Purchaser‟s aforesaid specifications and general conditions.
Dated.
Authorized Signatory
Name:
Designation:
Address and Seal of the firm
Note: The tenderer is to clearly indicate any deviation in technical & general terms and
conditions in this Annexure only. In case, the Technical Specification as well as General
conditions of Tender Specifications are acceptable in totality, the word „NIL‟ shall
invariably be put in the above Columns. In case, nothing is mentioned here then it shall
be presumed that there is no deviation in the offer and terms and conditions of the
specifications are acceptable to the bidder in totality. Any deviation found elsewhere in
hard copy/soft copy but not explicitly mentioned/referred above will be ignored and no
communication regarding the same shall be entertained later on.