• No results found

Office of the Commissioner & Inspector General of Registration and Stamps, Telangana, Hyderabad

N/A
N/A
Protected

Academic year: 2022

Share "Office of the Commissioner & Inspector General of Registration and Stamps, Telangana, Hyderabad "

Copied!
153
0
0

Loading.... (view fulltext now)

Full text

(1)

Request for Proposal (RFP)

Identification of Service Provider for Supply of Hardware, Manpower, Consumables, Commissioning and Maintenance of

the CARD Project under BOOT Model

For

Office of the Commissioner & Inspector General of Registration and Stamps, Telangana, Hyderabad

issued by

Telanngana State Technology Services Limited, Boorgula Ramakrishna Rao Bhavan, C-block, 1stfloor, Tank bund Road, Hyderabad-500 063, Telangana, India.

Telephones: 91 (40) 23224289, (40) 23223865

Fax: 91 (40) 23227458, Email:mngdirector-tsts@telangana.gov.in

(2)

Table of Contents

Table of Contents ... 2

Disclaimer ... 6

1. INVITATION FOR NATIONAL COMPETITIVE BIDDING ... 8

1.1. Issuer ... 8

1.2. Issuer and Address for Correspondence ... 8

1.3. Key Events & Dates ... 8

1.4. Purchase of RFP ... 10

1.5. Pre Bid Conference ... 10

1.6. Amendment of RFP Document ... 10

2. PROJECT PROFILE ... 11

2.1. Introduction ... 11

2.2. Objective of Project: ... 11

2.3. Key Performance Indicators ... 11

3. SCOPE OF WORK ... 13

3.1. Overall Scope ... 13

3.1.1. Scope of System Hardware & System Software Supply ... 14

3.1.2. Installation, Commissioning and System Integration ... 15

3.1.2.1. Design, Install Networking Solution ... 15

3.1.2.2. Operation and Maintenance ... 15

3.1.2.3. Helpdesk Services ... 15

3.1.2.4. Facility Management & Maintenance Services ... 15

3.1.2.5. Supply of Consumables ... 16

3.1.2.6. Security Management ... 16

3.1.2.7. Network Management and Maintenance ... 16

3.1.2.8. Asset Management ... 16

3.2. Scope of services ... 16

3.2.1. The services includes ... 16

3.2.2. Virus Prevention, Detection and Removal ... 17

3.2.3. Preventive Maintenance ... 17

3.2.4. Maintenance Services will NOT cover the following ... 17

3.3. Acceptance Testing and Commissioning ... 18

3.4. Roles & Responsibilities ... 18

3.4.1. Stakeholders & responsibilities ... 18

3.4.1.1. IGRS Department ... 18

3.4.1.2. TSTS ... 18

3.4.1.3. Existing Service Provider ... 18

3.4.1.4. NIC ... 18

3.4.1.5. Prospective Service Provider ... 18

(3)

3.5. Network Connectivity ... 19

3.6. Existing Applications ... 20

3.7. Minimum Technical Requirement and Specifications ... 20

3.7.1. Compliance Statement Format ... 20

3.7.2. Networking Products ... 20

3.7.3. Data Rate ... 20

3.7.4. Environment ... 21

3.7.5. Product Genuineness Compliance ... 21

3.7.6. Desktop (D1) ... 21

3.7.7. Desktop (D2) ... 22

3.7.8. Higher end Laser Printer ... 23

3.7.9. Lower end Laser Printer ... 23

3.7.10. Dot matrix printer ... 24

3.7.11. Duplex Scanner ... 24

3.7.12. 3KVA and 6KVA UPS ... 25

3.7.13. Branch Switch ... 26

3.7.14. Branch router ... 27

3.7.15. Single Finger Print Scanner for Authentication ... 29

3.7.16. Digital Camera for certified copies and shooting of private attendance. ... 30

3.7.17. Web camera ... 30

3.7.18. Network Racks... 30

3.7.19. Branch Cabling ... 31

3.7.20. Indoor IR Dome Camera ... 31

3.7.21. 4/8 Channel POE Network Video Recorder ... 31

3.7.22. Work Station for recording registration process through security cameras ... 32

3.7.23. WAN Optimizer Branch Offices ... 33

3.7.24. 42” HD 24X7 Operational Display Monitor ... 36

3.7.25. IRIS Device ... 36

3.8. Operation and Management Project Plan ... 37

3.9. Resource Team Required... 37

3.10. Network Management ... 39

3.11. Hardware Maintenance ... 40

3.12. Branch Infra Management... 40

3.13. Help Desk Services ... 40

3.14. Asset Management ... 41

3.15. Asset Transfer ... 41

3.16. Managed Services ... 41

3.17. Monitoring and Management Services ... 41

(4)

3.18. bidder Coordination ... 42

3.19. SLA Management ... 42

3.20. Escalation Management ... 42

3.21. Reports and Reviews ... 42

3.22. Project Team CVs ... 43

3.23. Maintenance Standards mean ... 43

3.24. Handing over of equipment... 43

3.25. Consumables: ... 45

4. SERVICE LEVEL AGREEMENT ... 46

4.1. Definitions ... 46

4.2. Maximum Admissible Downtime ... 46

4.3. Help Desk Services ... 47

4.4. Service Level Agreement and Compliance Standards: ... 47

4.5. Penalty beyond Time limit ... 47

4.6. Penalty for manpower resource ... 48

5. PROJECT IMPLEMENTATION ... 49

5.1. Implementation Plan ... 49

5.1.1. Pre-implementation Planning and Design ... 49

5.1.2. Supply of Equipment and Infrastructure ... 49

5.1.3. Installation, Commissioning & System Integration ... 50

5.1.4. Implementation Project Team ... 50

5.1.5. Acceptance Testing Plan ... 50

5.1.6. Timelines ... 51

6. Instruction to Bidders ... 52

7. Bid Submission... 55

8. Bidding procedure ... 58

9. Preparation of Bids ... 62

10. Bid Opening and Evaluation ... 65

10.7.1. Pre- qualification criteria ... 66

10.7.2. Existing asset value ... 67

11. General Conditions of Contract (GCC) ... 74

12. Special Conditions of the Contract (SCC) ... 94

12.1. Subject Matter of Contract ... 94

12.1.1. Contract Agreement ... 94

12.1.2. Key Personnel for Client ... 94

12.1.3. Key Personnel for bidder... 94

12.2. Contract signing ... 94

12.3. “Effective Date” ... 94

(5)

12.4. Local office: ... 94

12.5. “Go-Live” ... 94

12.6. “Project Co-ordination” ... 94

12.7. “Project site” ... 94

13. Payments ... 95

Contract Price & Payments ... 95

a. Payment Schedule ... 95

b. Contract Price & Payments ... 96

c. Payment Authority ... 96

d. Taxes ... 96

e. Price Adjustments ... 96

f. Retention of money towards performance security ... 96

g. Advance Payment ... 96

h. Insurance to men, machine and material ... 96

i. Subcontract ... 97

j. Infrastructure arrangement by bidder ... 97

k. Delays in the Supplier’s Performance (Liquidated Damages) ... 97

l. Penalty for operational issues ... 97

m. Penalty beyond Time limit ... 98

n. Penalty for Human resources ... 98

14. Exit Management ... 99

Forms & Annexures ... 102

(6)

Disclaimer

All information contained in this Request for Proposal (RFP) is provided in good interest and faith. This is not an agreement and is not an offer or invitation to enter into an agreement of any kind with any party. Though adequate care has been taken in the preparation of this RFP document, the interested firms shall satisfy themselves that the document is complete in all respects. The information is not intended to be exhaustive. Interested parties are required to make their own enquiries wherever required. Intimation of discrepancy, if any, should be given to the specified office immediately. If no intimation is received by this office by the date mentioned in the document, it shall be deemed that the RFP document is complete in all respects and the participating firm is satisfied that the RFP Document is complete in all respects.

The Commissioner & Inspector General of Registration and Stamps Department, Telangana, Hyderabad, reserves the right to reject any or all of the applications submitted in response to this RFP document at any stage without assigning any reasons whatsoever. The Department also reserves the right to withhold or withdraw the process at any stage with intimation to all who submitted the RFP Application. TSTS/The Registration & Stamps Department reserve the right to change/ modify/ amend any or all of the provisions of this RFP document. Such changes would be posted on the websites e-procurement and TSTS websites.

Neither the Department/TSTS nor their employees and associates will have any liability to any prospective applicant interested to apply or any other person under the law of contract, the principles of restitution or unjust enrichment or otherwise for any loss, expense or damage which may arise from or be incurred or suffered in connection with anything contained in this RFP document, any matter deemed to form part of this RFP document, the award of the assignment, the information and any other information supplied by or on behalf of Commissioner & Inspector General of Registration and Stamps Department or their employees and Prime Applicant/ Consortiums or otherwise arising in any way from the selection process for the Assignment.

Information provided in this document or imparted to any respondent as part of the RFP process is confidential to Department/TSTS and shall not be used by the respondent for any other purpose, distributed to, or shared with any other person or organization.

(7)

Proprietary and confidential

No part of this document can be reproduced in any form or by any means, disclosed or distributed to any person without the prior consent of Commissioner and IGRS, Hyderabad except to the extent required for submitting.

The contents of this document are subject to modification by the Committee based on views obtained from the participants in pre-bid conference.

(8)

1. INVITATION FOR NATIONAL COMPETITIVE BIDDING

The invitation to bid is for “Identification of Service Provider for Supply of Hardware, Manpower, Consumables, Commissioning and Maintenance of the CARD Project for Commissioner and Inspector General of Registration and Stamps Department,(IGRS)” for a period of five years on BOOT model. The bidders are advised to study the tender document carefully. Submission of bids shall be deemed to have been done after careful study and examination of the tender document with full understanding of its implications. This section provides general information about the Issuer (i.e. Telangana State Technology Services Limited), important dates and addresses and the overall eligibility criteria for the bidders.

1.1. Issuer

Telangana State Technology Services Limited (TSTS) invites proposals for “Supply of Hardware, Consumables, Installation, Commissioning, Maintenance & Operations of the CARD Project for IGRS as per the scope of the bid”. The scope of work and requirement of this project has specified in this RFP.

1.2. Issuer and Address for Correspondence The Managing Director,

Telangana State Technology Services Limited 4th Floor, B Block, BRKR Bhavan, Tankbund Road, Hyderabad 500063, Telangana, India

Phone No. – 040-2322 4935

Email address: mngdirector-tsts@telangana.gov.in bvrao-tsts-ts@telangana.gov.in

Any proposal received by the TSTS after the deadline for submission of proposals mentioned in Section 1.4 will be summarily rejected and returned unopened to the bidder. TSTS shall not be responsible for any postal delay or non-receipt/ non delivery of the documents. No further correspondence on the subject will be entertained.

1.3. Key Events & Dates

Bid Reference No. TSTS/HWP1/CARD/0007/2017

Bid calling date 12/04/2017

Pre-bid conference (Date, Time) 18/04/2017, 12.30PM Pre-bid conference venue

Telangana State Technology Services Ltd., BRKR Bhavan, B-block, 4th floor, Tank bund Road , Hyderabad, Telangana

Bid Closing date and time 25/04/2017, 3.00PM

Opening of the prequalification bids 25/04/2017, 3.30PM

Technical bid opening date and Time Will be opened for qualified vendors in the pre qualification stage Commercial Bid Opening date and time Will be opened for the qualified

vendors at technical evaluation stage.

(9)

1. Interested eligible bidders may download the detailed advertisement from www.tsts.telangana.gov.in / https://tender.eprourement.gov.in or bidders may contact the concerned officer at the office of the Managing Director, 4th floor, B-Block, BRKR Bhavan, Tankbund Road Hyderabad-63 during office hours from 10.30 A.M. to 05.00 P.M.

2. Bids will be opened in the presence of bidders’ representatives who choose to attend on the specified date and time.

Bid Document Price Rs.50,000/-

Eligibility for attending Pre-bid Meeting Proof of purchase of Tender Document from TSTS

The Business model for the Project

Build Own Operate & Transfer (BOOT) on an equated quarterly installment (EQI) for 5 years

TSTS Contact persons Managing Director

General Manager - 9963029391 Manager(HWP1) - 9963029403

Email mngdirector-tsts@telangana.gov.in

rpushpa-tsts@telangana.gov.in bvrao-tsts-ts@telangana.gov.in

Tender Subject Identification of Service Provider for Supply

of Hardware, Manpower, Consumables, Commissioning and Maintenance of the CARD Project under BOOT Model for Commissioner and Inspector General of Registration and Stamps Department, Telangana

EMD / Bid Security (INR)Tender Category Rs.1 Crore

EMD/Bid Security Payable To In the form of Demand Draft/ BG in favor of Managing Director, TSTS.

Validity of EMD 135 days from the date of opening of Pre-

Qualification bids.

Up to 31/08/2017

Validity of Bid 90 days from the date of bid opening.

Period Of Contract 5 years from the date of acceptance

Implementation cum Performance Security Deposit 10% on the total contract value Period of submission of Implementation cum

Performance Security Deposit

Within 7 days from the receipt of letter of notification of award.

Period of signing the contract Within 10 days from the receipt of letter of notification of award

(10)

3. In the event of the date specified for opening of bid being declared as a Government holiday for office of TSTS, the opening of bids will be the following working day at the appointed time.

1.4. Purchase of RFP

A complete set of bidding document prepared by TSTS may be purchased by interested bidders on submission of a written application addressed to “The Managing Director, Telangana State Technology Services Ltd, BRKR Bhavan, Hyderabad” by paying a non-refundable amount indicated above in section 1.3. The payment can be made in the form of Demand Draft / Cashier’s Cheque / Certified Cheque drawn in favor of “The Managing Director, Telangana State Technology Services Ltd., payable at Hyderabad, India”. The bid Document may also be downloaded, in which case proof of payment of Bid document cost should be enclosed with the bid. Failure to pay Bid Document cost will make bidder ineligible for participating in Bid process.

1.5. Pre Bid Conference

TSTS shall organize a Pre Bid Conference on the scheduled date and time in the Telangana State Technology Services Ltd, BRKR Bhavan, B-block, 4th floor,Tank bund Rd , Hyderabad, Telangana. TSTS may incorporate any changes in the RFP based on acceptable suggestions received during the interactive Pre Bid Conference. The decision of TSTS regarding acceptability of any suggestion shall be final in this regard and shall not be called upon to question under any circumstances. The prospective bidders shall submit their questions in writing not later than Date and Time indicated above. It may not be possible at the Pre Bid Conference to answer questions which are received later.

However, prospective bidders are free to raise their queries during the meeting and responses will be conveyed to all the prospective bidders by way of hosting amendments/ clarifications on the website i.e. at www.tsts.telangana.gov.in / https://tender.eprocurement.gov.in in accordance with the respective clauses of the RFP on completion of the Pre Bid Conference and all participants (purchased bid document) would be communicated the pre-bid Minutes. Only those prospective bidders who have purchased the bid document or submitted D.D. for the cost of bid document shall be permitted to take part in the Pre Bid.

1.6. Amendment of RFP Document

At any time till 7 days before the deadline for submission of bids, TSTS may, for any reason, whether at own initiative or in response to a clarification requested by a prospective bidder, modify the bidding document by amendment. All the amendments made in the document would be published in the website of www.tsts.telangana.gov.in / https://tender.eprocurement.gov.in. All such amendments shall be binding on all the bidders.

The bidders are also advised to visit website www.tsts.telangana.gov.in / https://tender.eprocurement.gov.in on regular basis for checking necessary updates. TSTS also reserves the rights to amend the dates mentioned in clause 1.3 of this volume for bid process.

Managing Director Telangana State Technology Services Limited

(11)

2. PROJECT PROFILE 2.1. Introduction

The Department is primarily responsible for registration of documents (testamentary & non- testamentary) by administering Registration Act, 1908. The Government of Telangana as part of its vision to provide good governance to its citizens, initiated steps to harness the potential of IT to provide integrated services to the citizens by deploying the tools of Information and Communication Technology (ICT) so as to enhance Quality, Transparency, Convenience, Certainty and Accountability in providing such services. Managing Director,TSTS. Hyderabad calls for the services of a suitable partner to set up and give operational support to Registration and Stamps Department. The primary responsibility of the vendor would be to;

• Supply of Hardware

• Supply of Consumables

• Maintenance of the Hardware and Network connectivity by placing Facility Management Engineers (FME) at all district headquarters.

2.2. Objective of Project:

The department is the first government department in the State of Telangana to computerize the processes under the project titled as CARD. The State Government with a view to provide better services to the citizens through this department had out-sourced the non-core functions of the department. Following summarizes the broad project objectives:

• To select a service provider cum supplier for effective maintenance of the system.

• Supply, installation and setting up of the necessary Hardware, Consumables etc.,

• Establish effective and efficient Infrastructure monitoring & management practices to ensure reliability, availability, quality of services and security of the Information Systems

• Help department to focus on addressing the issues in service delivery & administration

• The bidders should incorporate/adhere the Security and Interoperability Guidelines issued by DIT/NIC/ GoT while preparing solution for the department. These guidelines can be collected from the TSTS contact person.

The operations of the CARD project are spread over 141 Sub-Registrar Offices, 12 District Registrar Offices, 6 Deputy Inspectors-General Offices, 25 Audit & Chits Offices, Commissioner

& Inspector- General of Registration and Stamp office and State Data Center (SDC). The department keeping in view the objects of the Government and also to use modern technology without involving itself in procurement and installation has come up with a proposal to hand over non-core functions to the vendor having good reputation and experience.

2.3. Key Performance Indicators

• The system to be made available to the users during office hours,usually, from 9.00 AM to 9.00 PM

• To consolidate CARD Data at Central Server for delivery of Citizen Services

• Sharing of Data with other Government Departments on Intra operability Standards

• Maintenance of the Department Portal for anytime anywhere access

• Centralized Architecture of the Application & Database.

(12)

• Standardization of Systems

• Improved Scalability

• Faster Implementation cycle times

Stable and Predictable Physical and Technical Environment

(13)

3. SCOPE OF WORK

The scope of work to be undertaken by the bidder is setting up and operating the infrastructure is categorized as under:

• Supply Hardware under buyback of existing hardware, Manpower resource, Consumables, Commissioning of Systems & maintenance and Network monitoring.

• The bidder shall maintain and operate the system to ensure an uptime as indicated in RFP.

3.1. Overall Scope

The broad scope of work will include the following:

1. Supply of Hardware: The Hardware, Consumables, Security Products and Peripherals required as per the specifications at the respective locations across the State. The details are given in Annexure V. The bidder should replace the existing hardware (Annexure VII) in all Sub-Registrar Offices, District Registrar Offices and other Offices totaling to 161 locations with new upgraded configuration on buy back scheme of existing hardware.

2. Deploy all Hardware, Consumables, System Software, CARD application to various locations and ensure Installation &Commissioning of the setup.

3. Coordinate with the existing solution provider “NIC” for software related issues &

arrange for installation of latest versions/patches.

4. Maintain the Hardware and system software as per the SLA

5. Install all specified software (application & system) at various locations and provide for system software up-gradation whenever necessary.

6. Install firewall and its update patches at regular intervals.

7. Install Security Cameras at SRO offices to capture registration proceedings of each document and enable the department to provide a copy of such recording in CD or any other reliable electronic media and their maintenance at regular intervals.

8. Supply of Technical Manpower for System Maintenance.

9. Any new hardware/software required by the department for this project is to be procured and supplied and maintained on cost basis.

10. Appoint FME/ technicians and managers

11. Provision of Facility Management Services - Comprehensive Maintenance – The maintenance service will be comprehensive and will include cost of labour, any faulty / damaged parts repair / replacement, complete standby equipment replacement etc.

The bidder shall provide free of cost all such spare-parts / modules /units that may be required during preventive or corrective maintenance. In case of providing replacement / standby following points should be noted:-

a. Replacement will cover replacement of complete units including RAM, CPU, SMPS, motherboard, fan, hard disk, other storage devices, printer heads, connectors, hubs, switches, routers, modems, printer drum, printer assemblies, printer’s logic card, printer’s transfer kit, monitors, mouse, keyboard, speakers, microphone, floppy drive, CD-drive, power cables, printer cables, patch cords, All Scanner parts, All Jet printer parts, Biometric Devises (i.e., Camera, Thumb

(14)

Impression etc) and any other hardware required for smooth functioning of system.

b. The new item is either to be equivalent or higher quality compatible product. It will be the bidder responsibility to have back to back arrangement with reputed brand parts / machine manufacturers / authorized service providers.

c. The engineer who replaces the equipment has to record in the Feedback / call report that the equipment has been replaced.

d. End Customer reserves the right to reject any item, if found unsuitable and/or not conforming to the approved specifications or failing repetitively &

frequently. The rejected items, if any, shall have to be taken back and replaced by good quality equipment forthwith at the cost of the bidder. During installation at site if any part is found to be defective or broken, it will be replaced with new one by the bidder at their cost and risk.

e. In case the equipment is damaged due to negligence on part of bidder while conducting repairs or its maintenance/performing his duty under the award of contract, then it would be the responsibility of the bidder to replace the equipment without any additional costs within such period and in such manner that it would not affect the functioning of the end customer.

12. Supply of toners and ribbon cartridges: It will be the bidder responsibility to have back to back arrangement with reputed manufactures/suppliers of toners and ribbon cartridges.(See Annexure V for more details)

3.1.1. Scope of System Hardware & System Software Supply

1. The Vendor shall supply the necessary Desktops, Printers, Scanners, consumables, Networking equipment, UPS, Batteries, Security, Cameras and Biometric devices required software for provisioning of services and also for hardware, help/ service desk, service level management, etc. and other related items at the required DRO/SRO/DIG/HO offices including transportation of the items safely and delivery to the various locations within the State.

2. The bidder shall be responsible for end-to-end implementation by replacing hardware at the DRO/SRO/DIG/HO offices and shall quote and provide/ supply any item(s) of latest make and model not included in the bill of materials, but required for successful implementation and commissioning of network, DRO/SRO Infrastructure as well as their management.

3. The bidder shall be responsible for providing updates on all the system software for the project including provisioning of updates for antivirus and firewalls on a regular basis.

bidder shall update software within 30 days of release or availability of such updates in India.

4. All requisite CARD application software except Antivirus will be provided by the department. But the installation, updation, patch management and maintenance are responsibility of the bidder. The OS in client systems to be supplied and maintained by the bidder must be compatible CARD.

(15)

3.1.2. Installation, Commissioning and System Integration

The scope of installation, commissioning & system integration shall mean to install, configure and integrate the all the hardware, Networking, consumables and integrating & making the CARD application functional during the contract period, adhering to essential security and technical specifications (Annexure V)

The selected bidder shall procure and supply all IT (Active and Passive) components. The selected bidder would be required to undertake all the necessary works related to installation of all the components. Installation shall mean to install and configure / integrate every component and subsystem component, required for functioning of the CARD Application.

3.1.2.1. Design, Install Networking Solution

The scope of networking solution shall include the following main steps:

• Carrying out the installation of all equipment as per the standards to ensure successful integration.

• Configure for optimal routing, load balancing as per the requirements of C&IGRS

• Carry out on an ongoing basis configuration and fine-tuning of subsystems to achieve overall optimal network performance and highest security.

• Design and implementation of Network so as to integrate the existing LANs at the DRO/SRO offices/CIG Office and SDC at Gachibowli.

• The successful bidder is required to install the Networking management System (NMS) at the Head office and also to provide the required Server compatible for deployment of NMS.

3.1.2.2. Operation and Maintenance

The bidder shall provide monitoring and management services for an agreed service window during the agreed contractual period from the date of signing the contract. The scope of the services for overall Physical and IT infrastructure management during the contract period shall include Monitoring, Administration and Management of the entire Registration and Stamps department IT infrastructure(including Data Center). The entire stack of monitoring and management services shall include the following:

• Help Desk Services

• Security Management

• Network Management

• Asset Management

• Consumables supplies 3.1.2.3. Helpdesk Services

There shall be a Help Desk provided by the bidder at HO of C&IG Office, which will have a toll free number and all the maintenance calls will be logged in a chronological fashion. Call tracker software must be provided and used by the bidder.

3.1.2.4. Facility Management & Maintenance Services

The overall management and maintenance of System for providing efficient services to the users.The overall management and maintenance of System includes administration of Servers,

(16)

Desktops, Printers, Scanners, Biometric devices, Cameras, Peripherals, MPLS, VPN, UPS and the services running on them.

3.1.2.5. Supply of Consumables

The vendor shall supply consumables viz. toners and ribbons as prescribed in Annexure V.

3.1.2.6. Security Management

All the issues related to the security including but not limited like Anti Virus. Fire Walls etc should be taken care

3.1.2.7. Network Management and Maintenance Ensuring that the network is functional at all times

3.1.2.8. Asset Management

The overall management and maintenance of System includes administration of Servers, Desktops, Printers, Scanners, Biometric devices, Cameras, Peripherals, MPLS, VPN, UPS and the services running on them.

3.2. Scope of services

3.2.1. The services includes

1. In case of providing Standby equipment for continuity of service –

a. it should be of equivalent capacity and performance e.g. Laser Printer in case of Laser Printer, DeskJet in case of DeskJet is to be provided by the bidder before removing the defective equipment.

b. In case different model is provided as standby then printer Cartridges / Ribbon / Toner will also be provided by the bidder. The standby equipment arrangement will be allowed for maximum of 10 days only, beyond 10 working days, the action will be taken as per penalty clause.

2. All software related problems need to be attended and rectified as required for proper functioning of Computers. All software required for maintenance i.e. O.S. etc. will be provided by the bidder.

3. All network related problems need to be attended and rectified for proper functioning of the Network. This includes troubleshooting & maintenance of LAN Cable, LAN Components, Network connectivity, in the existing setup/configuration including the replacement of faulty network cables, I.O Box (including routers, switches etc.), removable Jacks (RJ-45).The bidder should be fully responsible for making Internet connectivity functional, as per installed plan.

4. The bidder has to check periodically that Phase and Neutral cables are placed rightly in Switches and there is proper earthing and voltage. If anything is not in order that must be brought into the notice of user in writing.

5. All the equipment will be given some serial number which will be under AMC. A sticker is to be pasted on the equipment containing Serial number of the equipment, AMC w.e.f., AMC up to, and Complaint centre mobile no. / Telephone no., and Name of the AMC firm.

6. The bidder will be responsible for maintaining records of the entire inventory under AMC. If any major repair requires shifting of equipment to workshop of the bidder then

(17)

transportation for shifting of equipment will be arranged by the bidder. Ladder or any other thing required to execute the job is to be arranged by the bidder at no cost to end customer. bidder shall provide assistance in relocating or shifting equipment to the end customer/office.

7. The bidder will be responsible for taking backup, transfer of Data from one system to other or its restoration if the repair process demands.

8. In case the equipment is damaged due to negligence on part of bidder while conducting repairs or its maintenance/performing his duty under the award of contract, then it would be the responsibility of the bidder to replace the equipment without any additional costs within such period and in such manner that it would not affect the functioning of the department.

3.2.2. Virus Prevention, Detection and Removal

1. Antivirus software / firewall supplied bybidder shall be installed / loaded on every machine and has to do the detection & removal of all types of viruses and also updation of latest signatures regularly.

2. Viruses are to be prevented, detected and removed on all types of operating systems / environments.

3. Anti-virus software should be maintained. All types of viruses are to be covered including Worm, Trojan Horses, Macro Viruses, E-mail viruses, Spy ware, Spam, Virus Hoax, Logic Bomb (Time Bomb), Malware, Sentinels, Malicious Software etc.

4. For effective security solutions, bidder may suggest Antivirus Software/System to be deployed in writing to end customer.

3.2.3. Preventive Maintenance

1. Preventive maintenance shall be done for all the Computers/Printers/

UPSs/Batteries/Scanners/Biometric etc. monthly once (Proper cleaning and dust removal through Blower/Vacuum cleaner). Blower/Vacuum cleaner is to be arranged by the bidder.

2. Preventive maintenance will include inspection of each system, scanning for virus, scanning of hard disk for any defects/problems therein, resolving minor technical problems, and to obtain a satisfactory working certificate from the user after cleaning of the system i.e. PC/ Monitor / Printer / Keyboard/ CD-ROM drive / FDD/ Scanner and other accessories.

3. A separate call/feedback report is to be filled up for the preventive maintenance and a copy of the same is to be submitted along with the Performance Report. Integrated with ticket log software.

4. For better understanding all other items shall be covered under preventive maintenance other then the items specifically mentioned under 4.2.4.

3.2.4. Maintenance Services will NOT cover the following

• Equipments already under warranty

• Damage due to mishandling by end customer.

(18)

3.3. Acceptance Testing and Commissioning

a. The bidder has to complete the installation and Commission and communicate to the Department.

b. TSTS will mobilize the team for conducting the Acceptance test as per the schedule.

c. On receipt of communication from department, TSTS teams will conduct the acceptance as per the standard procedure of TSTS.

d. On completion of the Acceptance test, TSTS will issue certification of completion of work with respect to Installation of the products, compliance to specifications, delivery of services on the infrastructure

e. TSTS will issue Commissioning & Acceptance Certificate.

Commissioning shall involve the completion of the supply and installation of the required components and making the system available to the department for carrying out live Operations and getting the acceptance of the same from the department. Testing and Commissioning shall be carried out before the commencement of Operations.

3.4. Roles & Responsibilities

The important roles of the stakeholders associated with the project are given below:

3.4.1. Stakeholders & responsibilities 3.4.1.1. IGRS Department

1. To enter into contract agreement with selected bidder

2. Coordinate with NIC for software updates & issue to selected bidder for installation 3. If required, coordinate with the existing service provider for Handover & Take over by

selected bidder.

4. Based on acceptance certificate, declare the effective date for the BOOT contract and release the quarterly payments to the bidder.

5. Co-ordinate with IT&C department, in preparation of Backup, Security policy, business continuity plan and other Policy documents.

3.4.1.2. TSTS

1. To identify the prospective service provider through tender process

2. To conduct Final Acceptance Test (FAT) of the Installed System & issue Acceptance Certificate within 30 days after communication from the successful bidder/

department on completion of installation & readiness for testing.

3.4.1.3. Existing Service Provider

To coordinate during Handover Process &Knowledge Transfer 3.4.1.4. NIC

NIC shall make necessary changes in the front-end forms to make it compatible with new hardware and OS. Whenever changes proposed in process by department, the same will be incorporated.

3.4.1.5. Prospective Service Provider

1. The successful bidder should open 12 Offices in Registration District Headquarters.

(19)

2. 24x7 monitoring of the IT infrastructure Server Management - Periodic system upgrades / updates, Vulnerability Assessment etc.

3. 24x7 availability of help desk.

4. Data Transfer: The transfer of the old data available if any, in existing systems to the new systems will be the responsibility of the prospective bidder.

5. Migration of identified application infrastructure on to the new infrastructure.

Existing service provider facilitates the migration of the application & data.

6. The bidder in consultation with the solution service provider should update all patches released.

7. The bidder shall setup the Helpdesk. bidder should apply for Toll Free number and pay all the bills during the contract period.

8. The bidder to provide documentation as the project undergoes various stages of implementation.

9. Indicative list of documents & reports to be submitted during the contract period:

a. Project Commencement: Project Plan in MS Project giving out micro level activities with milestones & deadlines.

b. Delivery of Material: Original Manuals from OEMs.

c. Process Documentation: The bidder shall be responsible for preparing process documentation related to the operation and maintenance of each and every component installed.

d. The selected bidder shall be responsible for documenting configuration of all devices and keeping back up of all configuration files, so as to enable quicker Tracking the changes in hard / soft configurations, changes to applications, changes to policies, applying of upgrades / updates / patches, etc.

e. Plan for changes to be made - draw up a task list, decide on responsibilities, coordinate with all the affected parties, establish and maintain communication between parties to identify and mitigate risks, manage the schedule, execute the change, ensure and manage the port change tests and documentation.

3.5. Network Connectivity

Branch LAN cabling should be done as per the standards of the industry. Each SRO should be wired for at least 12 connections considering the future requirement. Necessary passive materials (Information Outlets, Patch Panels, 1Mtr and 2 Mtr Patch Cords) should be supplied.

a. Patch panel should be of 24 ports only.

b. Factory crimped patch cords should be supplied.

c. The Switch, Router, and Patch Panel should be kept in network at each SRO.

d. The Department is integrated with SWAN and State Data Center and department is contemplating to provide 2 mbps MPLS VPN to all SRO in addition to SWAN and in the place of present secondary connectivity. The bidder should provide all the required interfaces in the router for the connectivity provided and future requirement.

Schematic WAN and LAN diagram is given for reference to the bidders.

(20)

3.6. Existing Applications

The CARD application is developed by NIC and implemented in all 141 SROs. The application is in central architecture model. The client is on Win XP and Oracle 11g. The application is developed in VB and Oracle Forms. The database is on Oracle platform running on Redhat Linux.

3.7. Minimum Technical Requirement and Specifications 3.7.1. Compliance Statement Format

1. Compliance for each and every proposed product should be provided in the following format only. bidders are asked to provide compliance details for each specification of every product.

2. Datasheets and brochures to substantiate the specifications should be provided.

3. Manufacturers Authorization: The bidder should submit valid letter from the OEMs confirming following:

a. Authorization for bidder

b. Confirm that the products quoted are not end of life products

c. Undertake that the support including spares, patches for the quoted products shall be available for next 5 years

d. Letter should be provided for all components, if the bidder is not the manufacturer of the proposed product. bidder shall submit manufacturer authorization in the format as given in the Annexure III.

3.7.2. Networking Products

All Routers (including WiFi), Firewalls and Switches should ensure Interoperability of Network and Security functionalities.

3.7.3. Data Rate

a. Should support 64 - 2304 kbps on 2-wire

(21)

b. Should support 64- 4608 kbps on 4 wire 3.7.4. Environment

a. Able to withstand in 0 to 45 degree Celsius or 122 degree F b. Humidity: up to 90% non-condensing

3.7.5. Product Genuineness Compliance

bidder should provide an undertaking on the quoted product genuineness. The undertaking should be provided in the following format.

"All products supplied against this tender will be genuine, new and procured directly from the OEM or through their Authorized channels. Refurbished products, counterfeit products, products procured from unauthorized sources or grey market will not be supplied.

Documents will be provided to verify the source and date of purchase"

bidder should place order for warranty with OEM for the project period of 5years. Proof of such ordering should be provided to IGRS after award of contract.

Products proposed in the bid for all categories must be from OEMs listed in Gartner Magic Quadrant.

3.7.6. Desktop (D1)

S.No. Feature Minimum Specification

1 Processor X86 processors with 3.2GHz, 06 MB Cache, 4 Core/threads OR higher

2 Chipset Intel Q170 chipset or higher or equivalent AMD Chipset

3 Motherboard OEM Mother board

4 Memory 8GB DDR4 RAM @2133MHz or higher scalable up to 32GB 5 Hard Disk Drive 500 GB SATA 7400rmp HDD or higher

6 Graphics Integrated Graphics

7 Audio High Definition Integrated Audio

8 Ethernet Integrated Gigabit (10/100/1000 NIC) LAN

9 Slots Minimum 3 Full height PCI/PCIe Slots

10 Bays Minimum 3 bays or higher

11 Ports Total Minimum 8 USB Ports : 2 Nos. X 3.0USB Ports, 6 Nos. X 2.0USB Ports or higher. Four ports should be in front side.

Other Ports: 1 No. VGA, 1 No. Display/DVI port, 1 No. RJ45 and Audio in & out , Parallel Port

12 Form Factor Tower Model

13 Power Supply OEM Power supply with minimum 240 watts or higher 85 % energy efficiency

14 Monitor/Keyboard/Mouse 18.5” TFT Color Monitor or higher

104 Keys, USB Keyboard , Same make as PC Optical, USB, Scroll Mouse, Same make as PC

(22)

15 Operating System Genuine Microsoft Windows 10 Pro 64-bit

16 Security TPM 1.2 Security Chip

17 Compliance And Certification

ISO 9001:2008 or higher for OEM EPEAT Registration,

Windows 10 Certification

Energy star Compliance version 5.0 or higher 18 Information Accessibility

Accessories

With all necessary accessories, cables and driver media

3.7.7. Desktop (D2)

S.No. Feature Minimum Specification

1 Processor X86 processors with 3.4GHz, 08 MB cache, 4 Core/threads OR higher

2 Chipset Intel Q170 chipset or higher or equivalent AMD Chipset

3 Motherboard OEM Mother board

4 Memory 16GB DDR4 RAM @2133MHz or higher scalable up to 64GB 5 Hard Disk Drive 1TB SATA HDD or above

6 Graphics Integrated Graphics

7 Audio High Definition Integrated Audio

8 Ethernet Integrated Gigabit (10/100/1000 NIC) LAN

9 Slots Minimum 4 Full height PCI/PCIe Slots

10 Bays Minimum 3 bays or higher

11 Ports Total Minimum 10 USB Ports : 4 Nos. X 3.0 USB Ports, 6 Nos. X 2.0 USB Ports or higher. Four ports should be in front side.

Other Ports: 1 No. VGA, 1 No. Display/DVI port, 1 No. RJ45 and Audio in & out, Parallel Port, HDMI requires

12 Form Factor Tower Model

13 Power Supply OEM Power supply with 240 W watts and minimum 90 % energy efficiency

14 Monitor/Keyboard/Mouse 18.5” TFT Color Monitor or higher

104 Keys, USB Keyboard , Same make as PC Optical, USB, Scroll Mouse, Same make as PC 15 Operating System Genuine Microsoft Windows 10 Pro 64-bit

16 Security TPM 1.2 Security Chip

17 Compliance And Certification

ISO 9001:2008 or higher for OEM EPEAT Gold Registration,

Windows 10 Certification

Energy star Compliance with version 5.0 or higher

(23)

18 Information Accessibility Accessories

With all necessary accessories, cables and driver media

3.7.8. Higher end Laser Printer

S.No. Item Specifications

1 Technology Laser Printer

2 Print Speed in A4 40 PPM or above

3 First page out (from sleep mode)

Less than 10 seconds 4 Print Resolution 1200 x 1200 dpi or more

5 Processor Speed 750 MHz or more

6 Memory 128 MB or more

7 Duplex Printing Automatic Duplex Printing

8 Duty cycle 50,000 pages or higher

9 Network Connectivity 10/100/1000 Gigabit network 10 Paper Input Tray Capacity 250 sheets or more

11 Output Tray Capacity 100 sheets or above

12 Supported Operating Systems Windows, 7, 8, 10, Linux, Mac 13 Power Consumption (Maximum) Power save option: Yes

Energy star compliance

14 Additional Solution One set of Original Full Toner Cartridge to be supplied along with the Printer. Printer should support

consumable alerts when toner is low.

15 Accessories With all necessary accessories, cables and driver media 3.7.9. Lower end Laser Printer

S.No. Item Specifications

1 Technology Laser Printer

2 Print Speed in A4 28 PPM or higher 3 First page out (from sleep mode) Less than 8 seconds 4 Print Resolution 600X 600 dpi or more

5 Memory 128 MB or more

6 Duplex Printing Automatic Duplex Printing

7 Duty cycle 8,000 Pages or above

8 Network Connectivity 10/100 Ethernet network 9 Paper Input Tray Capacity 150 sheets or more 10 Output Tray Capacity 100 sheets or more

(24)

11 Supported Operating Systems Windows 7, 8, 10, Linux, Mac 12 Power Consumption (Maximum) Power save option: Yes

Energy star compliance

13 Additional Solution One set of additional Original Full Toner Cartridge to be supplied along with the Printer. Printer should support consumable alerts when toner is low.

14 Accessories With all necessary accessories, cables and driver media

3.7.10. Dot matrix printer

S.No. Item Specification

1. Make Must be specified

2. Model Must be specified. All the relevant product brochures and manuals must be submitted.

3. Print Head 24 Pin

4. Print Modes Draft and LQ

5. Print Width 80 Column minimum

6. Print Speed(Minimum) 400 CPS @ 12 CPIin high speed draft mode 300 CPS @ 10 CPIin draft mode

100 CPS @ 10 CPIinLQ mode

7. Print Method Impact Dot Matrix

8. Character Set EPSON or equivalent

9. Paper Feed Push or Pull

10. Paper Type Cut Sheet&Fan-Foldcontinuousstationary 11. Print head life Minimum 300 Million characters

12. Ribbon life Minimum 3 million characters

13. MTBF 10000 POH

14. Data buffer Minimum 64 KB

15. Print attributes BoldItalics, underline,wide-font,superand sub- scripting

16. Emulation EPSON,IBM

17. Interface Centronics Parallel with cable and USB or serial interface

18 Bilingual The printer should have bilingual(Devanagiri &

English) capability

19 Accessories With all necessary accessories, cables and driver media 3.7.11. Duplex Scanner

S.No Item Specifications

1 Scanner Type Flatbed, ADF

(25)

2 Technology CIS

3 Speed 30 PPM / 60 IPM or above

4 ADF Capacity 30 sheet single pass duplex ADF(DARD/RDAF) with multi feed detection

5 Duty Cycle 4000 pages or above per day

7 Scan Resolution 1200 dpi with closable resolutions (75; 150; 200; 240; 300;

400; 500 & 600)

8 Bit depth/Grayscale levels 48-bit; Grayscale Levels: 256 9 Scan size Legal size Flatbed & Legal size ADF

ADF with legal size paper support 10 Connectivity USB 2.0 or higher and LAN

11 Twain support Twain version 2.1 or above 12 Scan File Formats PDF, TIFF, JPEG

13 Scan Features OCR; Blank page removal; Auto orientation; Auto colour detect; Auto crop; Auto exposure; Hole removal;

Straighten content; Erase edges; Clean up background;

Auto threshold; Colour drop out

14 Bundled Software TWAIN Driver, ISIS Driver, Wbidder Driver, Kofax VRS with scan utility software for adjusting scan pages

16 Accessories With all necessary accessories, cables and driver media

17 Support Maintenance support for 5 years

3.7.12. 3KVA and 6KVA UPS

S.No Specifications

. Double Conversion online with Galvanic Isolation/PF@ 0.96 Corrected IGBT Based DSP with 4 hours battery backup (with minimum of 28800VAH Tubular/SMF Batteries of Exide/ Quanta/ Panasonic/Orchid/ Make)

3KVA: Double Conversion online with Galvanic Isolation/ IGBT Based DSP with 12V X 1200 AH or higher, SMF Batteries ( Exide/ Quanta/ Panasonic/Orchid/Numeric Make) 6KVA : Double Conversion online with Galvanic Isolation/ IGBT Based DSP with 12V X 2400 AH or higher, SMF Batteries ( Exide/ Quanta/ Panasonic/Orchid/Numeric Make)

2 Voltage Range : Wide range from 180-280 VAC, 46 – 54 Hz, Phase : Single Phase with ground Active PFC : 0.95 or higher

Voltage Range : 230V AC +/- 2%, 50HZ +/- 2%, Phase : Single Phase, Output Wave Form : Pure Sign Wave , Crest Factor: 3:1, AC-AC Efficiency : 85% or higher, Power Factor: 0.8 or higher

3 Built in EMI and RFI filter

4 Built in Spike and Surge Protection

5 LCD Display with all parameters (ACI/P, O/P& DC Voltage, ,Load Percentage, Frequency, etc)graphics LCD display

6 Single phase input and Single phase output

(26)

7 With SNMP Management.

8 Battery Health Monitoring 9 Auto/Manual static bypass

10 With compatible Tubular Batteries

With Required Input/output Cables ( 3Mtrs to 5Mtrs Length on both sides) to complete the installation of UPS systems and provide required input and output sockets to connect to input and output side.

With required accessories, connecting cables and driver media, Power cables should be supplied

3.7.13. Branch Switch

S. No General Features

1 The Switch Should have Minimum 24 Port 10/100/1000 Mbps Base-T and Minimum two One Gigabit SFP uplink ports.

2 Switch should support IPv4 & IPv6 Static routes

3 Auto-negotiation on all ports automatically selects half- or full- duplex transmission mode to optimize bandwidth.

4 Automatic media-dependent interface crossover (MDIX) automatically adjusts transmit and receive pairs if an incorrect cable type (crossover or straight-through) is installed.

Performance and Scalability

5 The Switch should support non-blocking architecture with minimum switching capacity of 52 Gbps

6 The Offered switch should support minimum 39 mpps of forwarding rate 7 MAC address table - Minimum 8K (8192) MAC addresses or higher layer 3 Switching features

8 Static Routing/ Layer 3 switching between VLAN's. IPv4 routing should support Static Route

9 Should support classless inter domain routing (CIDR) or equivalent layer 2 Switching features

10

Switch should support Standard 802.1d Spanning Tree support, Fast convergence using 802.1w (Rapid Spanning Tree [RSTP]), enabled by default 2 instances are supported, Multiple Spanning Tree instances using 802.1s (MSTP)

11

Switchs should support for up to 4096 VLAN IDs simultaneously, Port- based and 802.1Q tag-based VLANs,MAC-based VLAN,Management VLAN Private VLAN Edge (PVE)

/protected ports/port isolation , with multiple

uplinks,GuestVLAN,UnauthenticatedVLAN,Dynamic VLAN assignment via Radius server along with 802.1x client authentication.

12 Switch should support Dynamic Host Configuration Protocol (DHCP) and Internet Group Management Protocol (IGMP) snooping.

13 Dynamic Trunking Protocol (DTP) or equivalent facilitates dynamic trunk configuration across all switch ports.

IPv6 Features

14 The switch should be on the approved list of IPv6 Ready 15 The switch should support IPv6 QoS

16 IPv6 First Hop Security: RA Guard, DHCPv6 Gurad/DHCP snooping

(27)

System Management and Administration 17 Switch should support Software upgrades 18 Switch should support SNMPv2 and SNMPv3

19 Switch should support IPv6 Management including Neighbor discovery, Logging, Telnet, SSH, Web, SNMP, NTP and DNS

20 Switch should be managable through CLI, Web Interfce, SSHv2 and HTTP/HTTPs

Warranty

21 Switch should be provided with hardware replacement warranty and ongoing software upgrades for all major and minor releases for a period of 5 years.

3.7.14. Branch router

S.No. Specifications

Hardware Requirements

1 Device should have 2 expansion slots and minimum 2 x 10/100/1000BaseT WAN ports, 2 x 1G SFP Fiber WAN ports and 4 x 10/100/1000BaseT LAN ports

2 Device should have 1 x RJ-45 Console port and 1 x USB port

3 The Device should be provided with minimum 2GB DRAM and and 512MB Flash 4 Should support T1/E1and Serial Interfaces

Performance Requirements

5 The Device should support a Routing / Firewall multiprotocol forwarding throughput of minimum 500Mbps, VPN throughput of 250Mbps and should support 128 VPN tunnels 6 Should support a Route table size of minimum 128K IPv4 / IPv6 Routes

7 Device should have all licenses required for Firewall, VPN, Switching & Routing functionality on day one

Quality of Service (QoS ) requirements

8 Devices should support Class-based queuing with prioritization

9 It should be possible to configure maximum bandwidth and guaranteed bandwidth 10 Devices should support Queuing based on VLAN/DLCI/ interface, bundles, or filters 11 Devices should support Marking, policing, and shaping

12 Devices should support congestion management features like WRED Routing protocol support

13 The Device should support IPv4 and IPv6 routing from day 1 14 Should support 200kpps of routing throughput

15 Devices should support RIP v1/v2, OSPFv2/v3, BGP and IS-IS

16 Should support MPLS (LDP), MPLS traffic engineering and MPLS fast reroute 17 The Device should support Policy Based Routing, Source Based Routing and ECMP 18 Device should support Virtual private LAN service (VPLS)

19 Device should support virtualization with virtual routers HA Features

20 Device should support VRRP

21 Should support stateful high availabilty with active/active dual box clustering 22 Should support firewall session synchronization

23 Should support on box monitoring with route and interface failover support

(28)

24 Should support Dial on-demand backup interfaces L2 / L3 Feature Support

25 Should support 802.1q VLAN with support for min. 64 VLAN 26 Should support Link Aggregation 802.3ad / LACP

27 Should support Jumbo Frames

28 Should support Spanning Tree Protocol (STP) 802.1D, RSTP 802.1w, MSTP 802.1s on all Ethernet ports

29 Should support 802.1x Port based and multiple supplicant authentication on all Ethernet ports

30 Should have an internal DHCP server

31 All Ethernet ports on the appliance should support full enterprise services including OSPF, BGP, PIM and IPv6 routing such as OSPFv3.

Multicast Features

32 IPv4 Multicast features including IGMP v1/v2/v3 and PIM-SM, PIM-SSM and PIM-DM 33 Should support Session Description Protocol (SDP), Distance Vector Multicast Routing

Protocol (DVMRP)/ Multicast Source Discovery Protocol (MSDP), Security Features - Required on Day 1

34 Devices should have Stateful Firewalling

35 Devices should support Network attack detection and support DoS/DDoS attack prevention

36 Device should support protection from protocol and traffic anomaly 37 Should support GRE and IPSec VPN

38 Should support a Group VPN solution based on RFC 3547 - Group Domain of Interpretation (GDOI)

39

Should support role of Group VPN server and provide support for maintaining security policies, authenticating the Group Members and providing the session key for encrypting traffic. This function can be offered as integrated with VPN Concentrator or as a dedicated seperate appliance

40 Devices should support TCP reassembly for fragmented packet protection and Brute force attack mitigation

41 Device should support SYN cookie protection and Zone-based IP Spoofing

42 Devices should support Network address translation (NAT) with support for Source NAT with PAT and Destination NAT with PAT, Persistent NAT and IPv6 Address translation Security Features - Required with additional license

43 All additional features shall be available on hardware / software based.

44 Should support an Application Firewall with Application Visibility and Control 45 Should support Intrusion Prevention System (IPS) with stateful signatures 46 Should support category and reputation based URL Filtering

Management and Troubleshooting

47 Device should have Console, Telnet or Web for management 48 Devices should support Software upgrades through Web or CLI 49 Devices should support SNMPv2 and SNMPv3

50 Extensive debugs on all protocols

(29)

51 Device should have flow monitoring and accounting services

52 Device should have SLA monitoring features with support for Sessions, packets &

bandwidth usage

53 Device should support configuration rollback to a previous configuration 54 Device should support data plane log export in Syslog

Warranty

55 Device should be provided with hardware replacement warranty and ongoing software upgrades for all major and minor releases for a period of 5 years.

3.7.15. Single Finger Print Scanner for Authentication

Parameters UIDAI Specification

Minimum Platen Area Optical/multispectral/capacitance technology Platen area must be 15.24 mm x 20.32 mm or more

<2% FRR in Aadhaar authentication set up (at FAR of 0.01%). Should follow guidelines and other requirements specific to the technology published by STQC.

Image quality Must be listed on “bidderFIS Certified Product List” posted on

https//www.fbibiospecs.org/bidderFIS/Default.aspx under “PIV Single Finger Capture Devices” OR

Lab Test conformance report showing compliance to ISO 19794-4 OR Any other equivalent conformance report (to be approved for equivalence by expert committee appointed by Competent Authority

Extractor Quality MINEX compliance

Number of Minutiae generated by extractor to be in conformance to ISO Specification. Tested for at least 12 Minutiae points generated under test conditions.

NFIQ Quality Software Inbuilt NFIQ quality software either at device level or extractor level.

Resolution Minimum 500 DPI with 5% margin on the lower side Grey scale/ Image type 8 bit, 256 levels

Extractor & Image Template Standard

ISO 19794-2 for fingerprint minutiae template and ISO 19794-4 for Fingerprint Image Template Maximum Acquisition

time(Placement to Template)

< 2 secs Audio/Visual

indication

A/V indication either at device level or at application level for indicating various events like:

a) Indication for placing finger

b) Start of capturing

c) End of capturing

Liveness Detection Preferable Latent detection Preferable

Platen Rugged, minimum IP 54 rating preferable, Prefer scratch resistant features

(30)

Preferred Operating Temperature

0 to 45 degree Centigrade Preferred Storage

Temperature

0 to 50 degree Centigrade Preferred Humidity 10 to 90%

ESD >= 8Kv

Environment, health and safety

ROHS certification

Safety UL or IEC60950 compliance

EMC compliance FCC class A or equivalent

Connectivity 1. Standard USB connectivity for PC based application.

2. Connectivity for POS devices.

3.7.16. Digital Camera for certified copies and shooting of private attendance.

Image ratio w:h 4:3,3:2,16:9

Pixels 8 Mega Pixel or above.

Sensor size 1/2.5" (5.75x4.31mm,0.24cm²)

Pixel density 33 MP/cm²

Sensor type CCD

ISO rating Auto,80,100,200,400,800,1250

Zoom wide(W) 36 mm

Zoom tele(T) 108 mm(3 x)

Digital zoom Yes,5x or above

Auto Focus Yes

Auto focus type Multi-zone, Center-spot

Normal focus range 60 cm or above

Macro focus range 13 cm

White balance override 4 positions

Aperture range F2.7-F4.8

Min shutter 1/2 sec

Max shutter 1/1400sec

Built-in Flash Yes

Exposure compensation -2 to +2 EVin0.5 steps

Metering Multi-pattern, Center weighted, spot

Movie Clips Yes,640x480at15 fps,320x240at30 fps

Self-timer 2 or10 sec

Storage types SD/MMC card, Internal

3.7.17. Web camera

Function Night Vision

Interface USB

Pixels 8 Mega Pixel

Supported Operating systems Windows 7 or above 3.7.18. Network Racks

S.No Specification

1 Network Rack 12 U – Industrial standard network Rack

(31)

2 Depth 500mm

3 Front Glass door with lock and key 4 Cable vent at top and bottom

5 Power manager with 5 Points (5/15A) 6 Cable Manager

7 Fan tray with 2 fans 3.7.19. Branch Cabling

a. All passive components should be CAT-6 (Patch Panel, IO, Patch Cords, UTP Cables, etc)

b. Cabling should be done as per the standards of structured cabling with site certification.

c. Switches, Routers etc, and Patch Panel should be housed in a network rack.

d. Cable numbering should be provided by adding necessary ferrules at both ends.

Information Outlets, patch cords should be provided for present and futuristic requirements of the department

3.7.20. Indoor IR Dome Camera

S.No. Technical Specification

1 IR Dome camera IP

2 Megapixel progressive scan CMOS,H.264&MJPEG dual-stream encoding, Max 25fps@2M,1080P(1920×1080), DWDR, Day/Night(ICR),

3DNR,AWB,AGC,BLC,Multiplenetwork monitoring: Web viewer, ,3.6mm fixed lens(2.8mm,6mm optional)Max. IR LEDs Length 20m, IP66, PoE/POE+.

2 UL, CE FCC certified product.

3.7.21. 4/8 Channel POE Network Video Recorder

S.No. Technical Specification

A System

1 Main Processor Dual-core embedded processor or equivalent 2

Operating System

Embedded LINUX B Video

1 IP Camera Input 4/8 channel

2 Two-way Talk 1 channel Input, 1 channel Output, BNC C Display

1 Interface 1 HDMI, 1 VGA

2 Resolution 1920×1080, 1280×1024, 1280×720, 1024×768 3

OSD Camera title, Time, Video loss, Camera lock, Motion detection, Recording

D Recording

1 Compression H.264 / MJPEG

2 Resolution 1080P(1920×1080) / 720P(1280×720) / D1 (704×576/704×480) 3 Record Rate 400/480fps@D1, 200/240fps@720P , 100/120fps@1080P

References

Related documents

Commissioner Telangana Bhavan State Sector Schemes. 1 Office of

In exercise of the powers conferred by sub-section (2) of Section 7 of the Registration Act, 1908 (Act 16 of 1908) and in supercession of all other notifications issued in this

3 Collective bargaining is defined in the ILO’s Collective Bargaining Convention, 1981 (No. 154), as “all negotiations which take place between an employer, a group of employers

Harmonization of requirements of national legislation on international road transport, including requirements for vehicles and road infrastructure ..... Promoting the implementation

On receipt of notification of award from the TSTS, the successful bidder shall furnish the performance security in accordance with the conditions of contract, in the

On receipt of notification of award from the TSTSL , the successful bidder shall furnish the performance security in accordance with the conditions of contract, in the

On receipt of notification of award from the TSTSL, the successful bidder shall furnish the performance security in accordance with the conditionsof contract, in the

On receipt of notification of award from the TSTS, the successful bidder shall furnish the performance security in accordance with the conditions of contract, in the