agriculture insurance company of india limited

39
AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13 th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001 INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 1 of 39 REQUEST FOR PROPOSAL (RFP) FOR SUPPLY AND INSTALLATION OF CISCO SAN SWITCH MDS 9396S AT DC & DR InfoTech Department Agriculture Insurance Company of India Ltd. (AIC) 13 th Floor, AMBA DEEP Building, 14, Kasturba Gandhi Marg, New Delhi – 110 001. This document is the property of Agriculture Insurance Company of India Limited (AIC). It may not be copied, distributed, or recorded on any medium, electronic, or otherwise, without AIC’s written permission. Use of contents given in this document, even by the authorized personnel/agencies for any other purpose other than the purpose specified herein, is strictly prohibited as it shall amount to copyright violation and thus shall be punishable under the Indian law.

Upload: others

Post on 31-Dec-2021

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 1 of 39

REQUEST FOR PROPOSAL (RFP) FOR SUPPLY AND INSTALLATION OF

CISCO SAN SWITCH MDS 9396S AT DC & DR

InfoTech Department Agriculture Insurance Company of India Ltd. (AIC)

13th Floor, AMBA DEEP Building, 14, Kasturba Gandhi Marg,

New Delhi – 110 001. This document is the property of Agriculture Insurance Company of India Limited (AIC). It may not be copied, distributed, or recorded on any medium, electronic, or otherwise, without AIC’s written permission. Use of contents given in this document, even by the authorized personnel/agencies for any other purpose other than the purpose specified herein, is strictly prohibited as it shall amount to copyright violation and thus shall be punishable under the Indian law.

Page 2: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 2 of 39

THIS RFP DOCUMENT IS NOT TRANSFERABLE

Bidders are advised to study the RFP document carefully. Submission of Bid shall be deemed to have been done after careful study and examination of the RFP document with full understanding of its implications.

The response to this RFP should be full and complete in all respects. Incomplete or partial Bids shall be rejected. The Bidder must quote for all the items asked for in this RFP.

The Bidder shall bear all costs associated with the preparation and submission of the Bid, including cost of presentation and demonstration for the purposes of clarification of the Bid, if so desired by AIC. AIC will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

Page 3: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 3 of 39

1. INTRODUCTION ............................................................................................................................................. 6

2. SCHEDULE OF EVENTS ................................................................................................................................. 8

3. BACKGROUND ............................................................................................................................................... 9

4. INSTRUCTION TO BIDDERS ..................................................................................................................... 10

4.1 TWO BID SYSTEM .............................................................................................................................................. 10 4.1.1 ENVELOPE B –TECHNICAL BID ................................................................................................................... 10 4.1.1.1 ENVELOPE B1: EMD: ................................................................................................................................... 10 4.1.1.2 ENVELOPE B2: TECHNICAL BID: ............................................................................................................. 10 4.1.2 ENVELOPE C – COMMERCIAL BID .............................................................................................................. 11 4.2 SUBMISSION OF BIDS ......................................................................................................................................... 12 4.3 LATE BIDS ......................................................................................................................................................... 12 4.4 PROPOSAL MODIFICATION ............................................................................................................................... 12 4.5 RESULT NOTIFICATION ..................................................................................................................................... 13 4.6 ADDRESS FOR COMMUNICATION ..................................................................................................................... 13 4.7 NO COMMITMENT TO ACCEPT LOWEST OR ANY BID ........................................................................................ 13 4.8 CORRECTION OF ERRORS .................................................................................................................................. 13 4.9 NON-TRANSFERABLE RFP ............................................................................................................................... 14 4.10 SOFT COPY OF RFP DOCUMENT ...................................................................................................................... 14 4.11 BID VALIDITY PERIOD ........................................................................................................................................ 14 4.12 REJECTION OF BIDS ........................................................................................................................................... 14 4.13 AMENDMENT TO CONTRACT ........................................................................................................................... 14 4.14 CORRESPONDENCE AND NOTICES ................................................................................................................... 14 4.15 SUB-CONTRACTING .......................................................................................................................................... 15 4.16 SELECTION PROCESS FOR BIDDER ..................................................................................................................... 15 4.16.1 OPENING OF BIDS ......................................................................................................................................... 15 4.16.2 PRELIMINARY EXAMINATION OF BIDS ......................................................................................................... 15 4.16.3 CLARIFICATION ON BIDS .............................................................................................................................. 15 4.17 EVALUATION CRITERIA .................................................................................................................................... 15 4.17.1 OBJECTIVE OF THE EVALUATION PROCESS .................................................................................................. 15 4.17.2 TECHNICAL BID EVALUATION ..................................................................................................................... 16 4.17.3 COMMERCIAL BID EVALUATION ................................................................................................................. 16 4.17.4 COMMERCIAL BID EVALUATION CONSIDERATIONS ................................................................................... 17 4.18 AWARD OF CONTRACT ..................................................................................................................................... 18 4.18.1 NOTIFICATION OF AWARD .......................................................................................................................... 18 4.18.2 SIGNING OF CONTRACT ............................................................................................................................... 18 4.18.3 PERFORMANCE BANK GUARANTEE (PBG) ................................................................................................. 19 4.19 FAILURE TO AGREE WITH THE TERMS & CONDITIONS OF THE RFP ................................................................ 20

5. SCOPE OF WORK .......................................................................................................................................... 20

6. PAYMENT TERMS ......................................................................................................................................... 21

7. ANNEXURES .................................................................................................................................................. 23

7.1 ANNEXURE 01 – CURRENT RACK LAYOUT AT DC & DR ................................................................................ 23 7.2 ANNEXURE 02 – COMPLIANCE TO THE SCOPE OF WORK ................................................................................ 26 7.3 ANNEXURE 03 – BILL OF MATERIAL ................................................................................................................ 28 7.4 ANNEXURE 04 - AUTHORIZATION LETTER FORMAT FOR BID OPENING ......................................................... 31 7.5 ANNEXURE 05 - BID UNDERTAKING LETTER ................................................................................................... 32 7.6 ANNEXURE 06 - MANUFACTURERS AUTHORIZATION FORM (MAF) ............................................................. 34 7.7 ANNEXURE 07 - PRO FORMA FOR PERFORMANCE BANK GUARANTEE FORMAT ............................................ 36

Page 4: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 4 of 39

7.8 ANNEXURE 08 - BIDDER’S GENERAL INFORMATION ....................................................................................... 38

Page 5: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 5 of 39

Acronyms & Definitions

As used in the Document

Description

AIC Agriculture Insurance Company of India Limited

AMC Annual Maintenance Charge

BFSI Banking Financial Services and Insurance

Bidder The organization submitting the proposal who will also be the single point of contact for the Company and single point responsibility for

execution of scope and deliverables as required by this Request for Proposal.

BOD Beginning of Day

CD Compact Disk

Cr. Crore

Crop Insurance It is an insurance arrangement aiming at mitigating the financial losses

suffered by the farmers due to damage and destruction of their crops as a result of various production risks.

CVC Central Vigilance Commission

DC Data Center

DR Disaster Recovery

DD Demand Draft

DIT Department of Information Technology

FY Financial Year

GIPSA General Insurance Public Sector Association

HO Head Office

IT Information Technology

PBG Performance Bank Guarantee

PO Purchase Order

RFP Request For Proposal

RO Regional Office

SCB Scheduled Commercial Banks

Service Charges Charges paid to financial institutions for distributing Government

supported insurance schemes, distinct from brokerage and commission.

Rates are fixed and non-negotiable by either insurance company or Financial intermediary. May be subsidized

SEWA System ERP Within AIC VAT Value Added Tax

Page 6: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 6 of 39

1. Introduction

1.1 Introduction of AIC Agriculture Insurance Company of India Limited (AIC) has been formed under the aegis of the Government of India and promoted by 6 Public Sector Companies as a specialty Crop Insurance provider to the Indian farming community. AIC was incorporated on 20thDecember, 2002 with an Authorized Share Capital of INR 15 billion and a Paid-up Capital of INR 2 billion. AIC commenced business operations from 1stApril, 2003, by taking over Crop Insurance operations from its major Promoter, General Insurance Corporation of India.

Currently, AIC covers 25 million farmers under its various crop insurance schemes, making it by far the largest Crop Insurance Company in the world. Of these, more than 86% belong to the small & marginal category. The major challenge was to reach the remotest farmer in the country and service him at an affordable cost. If every last- mile farmer is to be reached by the Company or vice-versa, the service loading on the premium ticket would become financially crippling to him.

Since our Company is engaged in the service of the farming community of the country, the overwhelming majority of whom are poor, we have modelled our resource pattern in accordance with those economic compulsions. Accordingly, to keep our management costs to the ground, the Company functions with only around 300 employees on the rolls, but insures more than 20 million farmers. We operate out of 17 Regional Offices only, but have to deal with around 150 thousand Bank Branches & Primary Agricultural Co-Op. Societies at the grassroots level.

1.2 ANNAPOORNA Project AIC embarked upon enterprise wide IT transformation initiative called ANNAPOORNA. TCS was awarded the project and work commenced in August 2009. Project aimed at turn-key computerization of identified activities of AIC comprising of market facing as well as support functions like Finance, HR, etc. TCS was single point of responsibility for supply, development, implementation and life cycle support for Application Software, Hardware, hosting, and other services etc.

Project ANNAPOORNA, the end-to-end, web-based, integrated, online project, was envisioned as an enabler for streamlining the business processes of the Company and to automate the operational and administrative functions. It covered the whole gamut of IT needs of the Company, from Hardware and Software to Networking and Support. The full Application Stack under Project ANNAPOORNA is presented in the following table:

SL. Functional

Applications Product &

Technology Major Modules

1 Business Operations Application

TCS-B@NCS J2EE framework over Oracle Database

Product Definition, Policy Issuance, Customer Self Service, Claims Management, etc.

Page 7: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 7 of 39

2 Financial Management Application

Oracle E- Business Suite & Credence Software

Accounting, Budgeting, Investment, Taxation, Procurement Management, Asset Management, Statutory Reporting, etc.

3 Business Intelligence & Management Dashboard

Oracle Business Intelligence Enterprise Edition

Data Capture, Analytics, Flexi-Reporting, Dashboard, etc.

4 Human Resource Mgmt. Application

TCS-Energise J2EE framework over Oracle Database

Employee Record Management, Payroll, Settlement & Pension, Leaves & Attendance, Loans & Advances, Claims Management, Non-core Benefit Management, Employee Progression, Training & Development, Recruitment, Employee Self Service, etc.

5 Knowledge Mgmt. Application

Microsoft Office SharePoint Server

E-Library, Knowledge Capture, Parliamentary Questions, etc.

6 Interactive Portal Online Window for E-Services

The above applications are implemented through various Servers, Routers & Firewall, highlights are as detailed below: - SL OEM Hardware Item

1 CISCO Core Switches

2 Juniper L-2 Switches

3 ORACLE OPCA (Oracle Private compute appliance)

4 Oracle T 5-2 Servers

5 Oracle FS 1 Storage

6 Mcafee Firewall & Antivirus

7 Oracle Tape Library

8 HP HP tipping point

The Project also includes value-added Satellite Services detailed as below: -

1 Server Hosting on Data Centre

6 Rack space in both DC & DR, wherein Hardware i.e. Router, Servers, Firewall and other components etc. have been installed. The Data Centre facility is being provided by M/s SIFY. Data Centre located in Bangalore and Disaster Recovery Centre is in Noida.

2 Email Microsoft exchange Email solution provided by M/s RICOH

3 Managed IT Services

CCM.net-automated tool for online reporting, Nagios tool - automatic recording the Average Monthly Packet Loss deployed

Project ANNAPOORNA inter-connects all the AIC touch points through a high speed MPLS network. It also connects AIC to the outside world through a single internet pipe, secured by state-of-the-art Firewalls, Intrusion Detection/Prevention Systems, 2-factor Authentication, etc.”. Network Provider is M/s SIFY technologies. Connected Locations through SIFY MPLS: 18 ROs, Head office, DC (Bangalore) - ILL & MPLS, DR (Noida) – ILL & MPLS, DC-DR (P2P),

Page 8: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 8 of 39

TCS Development Centre, Kolkata; WIPRO Development Centre, Bangalore; ICC Links (under deployment) – Hyderabad & Mumbai. The Project was architected as a seamlessly integrated eco-system to provide a single view of data in an info secure environment. All Applications and Databases are hosted centrally at a Data Centre and mirrored at a Disaster Recovery Centre, located in different seismic zones. 2. Schedule of Events

General Details

RFP Number INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/27.07.2017

Department Name AIC-HO InfoTech Department Mode of RFP Offline Submission

RFP Type Open

Base Currency INR (₹)

Consortium Not Allowed

Subcontracting Not Allowed as per RFP terms

Document Download 11.08.2017 The document can be downloaded from AIC’s website http://www.aicofindia.com/

Start Date Last Date and Time for 01.09.2017 till 1 PM Bid Submission Date and Time for 01.09.2017 from 3 PM onwards Technical Bid Opening

Declaration of The list of eligible bidders will be published on AIC website

Shortlisted Bidder’s for Commercial Bid Opening

Date and Time for will be published on AIC website Commercial Bid

Opening & Reverse Auction Schedule

Declaration of The successful bidder shall be published on AIC website Successful (L1) Bidder

Issue of Purchase Order Within 3 months from the declaration of Successful(L1) Bidder

Bid Validity Period (in Days)

270 days from the date of RFP submission

Documents to be Tender Processing Fee (DD)

submitted physically

DD/Bank Guarantee for EMD

Page 9: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 9 of 39

Other documents supporting Technical Evaluation, etc. as per RFP

document.

Mode of Document Fee Offline Payment Mode of EMD Payment Offline

Payment Details

RFP Fee (Non- Rs. 2,000 refundable) EMD Amount Rs.1,50,000

EMD Payable to & at As per RFP document

BID Submission Information

The Bidders must fulfil the Technical evaluation for being eligible to Bid. For any queries, kindly contact on the details given below. Contact Details of AIC:

Deputy General Manager (IT) InfoTech Department

Agriculture Insurance Company of India Limited 13th Floor, AMBA DEEP Building,

14, Kasturba Gandhi Marg, New Delhi – 110 001

Ph +91 11 46869800, Fax +91 11 46869815 Email – [email protected]

Performance Bank Guarantee

10% of the Contract Value

AIC reserves the absolute right to make any amendments / changes to or cancel any of the above actions or take any other action related to this RFP.

If any of the above dates is declared a holiday for AIC, the event scheduled for that particular date shall take place on the next working day. AIC reserves the right to change the dates mentioned in the RFP.

3. Background

AIC had procured and implemented 4 CISCO SAN Switches MDS9222i at DC (Bangalore) and DR(Noida) location (2 at each location) in the year 2009, the support for which is ending in August 2017. To ensure uninterrupted business, existing SAN switches need to be replaced with newer versions of MDS 9396S switches, compatible with the hardware of the existing Infrastructure. This RFP is issued for procurement of 4 CISCO SAN Switches MDS 9396S at DC & DR (2 at each location). Bidders are required to supply, install, and provide AMC support.

Page 10: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 10 of 39

4. Instruction to Bidders 4.1 Two Bid System The RFP shall be in two parts –TECHNICAL BID and COMMERCIAL BID. Both the Bids must be submitted together in a single envelop (A) super-scribed “INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/27.07.2017”, RFP FOR SUPPLY AND INSTALLATION OFCISCO SAN SWITCH MDS 9396S AT DC & DR”, but in separate sealed covers, giving full particulars, addressed to Deputy General Manager (IT) and duly super scribed as follows: Envelope B : " RFP FOR SUPPLY AND INSTALLATION OF CISCO SAN SWITCH MDS 9396S AT DC & DR at DC & DR – TECHNICAL BID” Envelope C: "RFP for FOR SUPPLY AND INSTALLATION OF CISCO SAN SWITCH MDS 9396S AT DC & DR– COMMERCIAL BID” The Bidders shall be required to submit following documents in two separate envelopes. Two sealed envelopes containing hard copies of Technical Bid and Commercial Bid along with Soft copies must be submitted in the following manner: 4.1.1 Envelope B –TECHNICAL BID

The envelope B – Technical Bid should consist of 2 envelopes, details of each of the component of Technical Bid is provided below: 4.1.1.1 Envelope B1: EMD: A separate sealed envelope shall be prepared for EMD and marked as “Earnest money deposit for RFP No: INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/27.07.2017” 4.1.1.2 Envelope B2: TECHNICAL BID: The hard copy of technical bid shall be bound and placed in sealed envelope along with 1 compact disk (CD) containing the soft copy of technical bid, super-scribed as “Technical Bid for RFP No: INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/27.07.2017” The Technical Bid must be complete in all respects and contain all information asked for, except prices. The Technical Bid must be complete to indicate that all products and services asked for are quoted and should give all required information. The envelope shall also include the CD containing the soft copy of the Technical bid with annexures. However, it should not contain price related information, failing which the bid shall be rejected outright. AIC may reject the bid with technical deviations/variance. All relevant product information such as relevant information, technical specifications sheet etc. should be submitted along with

Page 11: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 11 of 39

the offer. Failure to submit this information along with the offer shall result in disqualification of the Bid. AIC shall not evaluate a Technical Bid in case of non-submission or partial submission of technical details. It is mandatory to provide the technical details in the exact format of Bidder’s information as given in Annexure 08: Bidder’s general Information. The Bid shall not be evaluated by AIC in case of non-adherence to the format or non-submission/ partial submission of technical details as per the format given in the RFP. Soft copy of the response to the Technical Bids should also be provided in MS Word. In case of any discrepancy between the hardcopy and the softcopy, AIC will use the hardcopy submitted by the Bidder for the evaluation. THE TECHNICAL BID SHALL NOT CONTAIN COMMERCIALS. COMMERCIALS ARE TO BE ENCLOSED ONLY IN COMMERCIAL BID COVER. A masked copy of Commercial Bid should be a part of Technical Bid. The two envelopes (B1 EMD and B2 TECHNICAL BID) must be placed in a single sealed envelope super- scribed: “Envelope B: RFP FOR SUPPLY AND INSTALLATION OF CISCO SAN SWITCH MDS 9396S AT DC & DR – TECHNICAL BID”.

4.1.2 Envelope C – COMMERCIAL BID Single, spiral bound hard copy of Commercial Bid in the format given in the RFP. Commercial Bid must be a complete document, bound as a volume and placed in separate sealed envelopes super-scribed as RFP for “INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/27.07.2017” The Commercial Bid must be submitted in hard copy and soft copy as per commercial formats. The Bill of material should be without any conditions. In case there is a discrepancy between hardcopy and softcopy of the Commercial Bid, hardcopy of Commercial Bid shall prevail. Envelopes A, B and C must have the following inscriptions: Top left corner: Contents Top right corner: Bid Reference Number and Due Date Centre: Address of AIC as stated below Bottom left corner: Name, address, contact number and e-mail ID of bidder Bids duly sealed should be submitted at:

Deputy General Manager InfoTech Department

Agriculture Insurance Company of India Limited, 13th Floor, AMBDADEEP Building,

14, Kasturba Gandhi Marg, New Delhi – 110 001

Page 12: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 12 of 39

On or before the last Date and Time for Bid submission. Any other mode of submission, e.g. by fax, e-mail etc. shall not be accepted. Note: The Bid shall be typed in English and signed by the Bidder or a person duly authorized to bind the Bidder to the Contract. The person(s) signing the Bids shall initial all pages of the Bids. All envelopes should be securely sealed and stamped. Bidders are permitted to submit only one Technical Bid and relevant Commercial Bid. More than one Technical and Commercial Bid by the same organization should not be submitted. All Schedules, Formats and Annexures must be stamped and signed by an authorized official of the bidder’s company. The Bidder is expected to examine all instructions, forms and scope of work in the bidding documents. Failure to furnish all information required by the bidding documents or submission of a Bid not in accordance with the bidding documents in every respect will be at the Bidder’s risk and shall result in rejection of the Bid. No rows or columns of the tender shall be left blank. Bids with insufficient information are liable to rejection. 4.2 Submission of Bids AIC expects the Bidders to carefully examine all instructions mentioned in this RFP document before submitting its unconditional compliance as part of the RFP. Failure to furnish all information required or submission of an RFP not in accordance with the terms and conditions of the RFP in every respect will be at the bidder’s risk and may result in rejection of its response. Bids duly sealed should be submitted at:

InfoTech Department 13th floor, Agriculture Insurance Company of India Limited,

AMBDADEEP Building,14, Kasturba Gandhi Marg, New Delhi – 110 001

On or before the last Date and Time for bid submission. Any other mode of submission, e.g. by fax, e-mail etc. will not be accepted. 4.3 Late Bids Any bid received after the due date and time prescribed therefor in this RFP or notified otherwise will be rejected and returned unopened to the bidder. 4.4 Proposal Modification No additions or changes to any Bidder's proposal shall be allowed after the deadline for Bidders to submit their proposals, unless such modification is specifically requested by AIC.

Page 13: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 13 of 39

4.5 Result Notification All Bidders will be communicated of any decision made with respect to their RFP response. AIC shall not be obliged to provide reasons for acceptance/rejection of any response. 4.6 Address for Communication

Point of Contact: Deputy General Manager (IT)

Address:

InfoTech Department Agriculture Insurance Company of India Limited

13th Floor, AMBADEEP Building, 14, Kasturba Gandhi Marg,

New Delhi – 110 001 Email: [email protected]

4.7 No commitment to accept lowest or any Bid AIC shall be under no obligation to accept the lowest or any other offer received in response to this RFP and shall be entitled to reject any or all offers including those received late or incomplete, without assigning any reason whatsoever. AIC reserves the right to make changes in the terms and conditions. AIC will be under no obligation to have discussions with any Bidder, and/or entertain any representation. 4.8 Correction of Errors Bidders are advised to exercise greatest care in entering the pricing figures. No corrigenda or requests for prices to be corrected shall be entertained after the Bids are opened. If there are any corrections in the Bid document, the authorized signatory should initial them all, failing which the figures for such item shall not be considered. Discrepancies in Bids will be corrected as follows: Where there is a discrepancy between the amounts in figures and in words, the amount in words shall prevail. If there is a discrepancy between percentage and amount, the amount calculated as per the stipulated percentage basis shall prevail. Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate will govern unless, in the opinion of AIC, there is an obvious error such as rounding offer, misplacement of a decimal point etc. in which case the line item total shall prevail. Where there is a discrepancy between the amount mentioned in the Bid and the line item total present in the schedule of prices, the amount obtained on totalling the line items in the Bill of Materials shall prevail.

Page 14: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 14 of 39

Where there is a discrepancy in the softcopy and hardcopy of the Bid then, the contents of the hardcopy shall prevail. In case the bidder does not accept the correction of the errors as stated above, the Bid shall be rejected. The amount stated in the evaluation sheet adjusted in accordance with the above procedure, shall be considered as binding, unless it causes the overall price to rise, in which case the Bid price shall prevail. At the sole discretion and determination of AIC, AIC may add any other relevant criteria for evaluating the proposals received in response to this RFP Based on AIC’s requirements as listed in this RFP, the bidder should ensure that the bill of material for the product meet AIC’s requirements and quote for the same. 4.9 Non-Transferable RFP This RFP document is not transferable. 4.10 Soft Copy of RFP Document The soft copy of the RFP document is made available on AIC’s website. 4.11 Bid validity period The offer shall hold good for a period of 270 days from the last date of Bid submission. 4.12 Rejection of Bids AIC reserves the right to reject any or all the bids or scrap the bidding process at any stage without assigning any reason. The Earnest Money Deposits in such event will be returned by AIC. However, the RFP document fee will not be refunded. 4.13 Amendment to Contract No variation in or modification of the conditions of the contract shall be made except by written amendment signed by the parties. 4.14 Correspondence and Notices Any correspondence or notice from one party to another under the terms of the contract shall be served by E-mail, Fax or by hand and the receipt by hand delivery duly acknowledged in writing at the party’s address. A notice shall be effective from the date when delivered.

Page 15: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 15 of 39

4.15 Sub-Contracting The Bidder shall be the single point of contact/reference for AIC. Subcontracting is not allowed under any circumstances whatsoever. 4.16 Selection Process for bidder 4.16.1 Opening of Bids

Bids received within the prescribed closing date and time shall be opened in presence of Bidders’ representatives who choose to attend the opening of the Bids on the specified date and time as mentioned earlier in the RFP document. The Bidder’s representatives present shall sign a register of attendance and they must be authorized by their respective companies to do so. A copy of the authorization letter shall be brought by such representative for verification by AIC. The Bidders’ names, bid modifications or withdrawals, bid prices, discounts, and the presence or absence of the requisite Bid Security and such other details as AIC, at its discretion, may consider appropriate, will be announced at the Commercial Bid opening. AIC reserves the right to take the services of any one or more external agencies for evaluation of the proposal submitted by the Bidder. However, the final decisive parameters would be at the sole discretion of AIC and AIC shall not be liable to disclose either the criteria or the evaluation report/reasoning to the Bidder(s). 4.16.2 Preliminary Examination of Bids AIC shall scrutinize the offers to determine their completeness (including signatures from the relevant personnel), errors, omissions in the Technical & Commercial offers of respective Bidders. AIC may, at its sole discretion, waive any minor non-conformity or any minor deficiency in an offer. AIC reserves the right for such waivers and AIC’s decision in that regard shall be final. 4.16.3 Clarification on Bids During the Bid evaluation, AIC may, at its discretion, ask the Bidders for clarifications with respect to their Bids. The request for clarification and the response shall be in writing. AIC has the right to disqualify the Bidder(s) whose clarifications are found not suitable for the requirement according to the scope of work. 4.17 Evaluation Criteria 4.17.1 Objective of the Evaluation Process The objective of adopting this evaluation methodology is to facilitate the selection of the eligible Bidder who offers the product in accordance with the specifications mentioned in this RFP which is also cost-effective and appropriately meets the business requirements of

Page 16: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 16 of 39

AIC. All bids shall be evaluated by an Evaluation Committee set up for this purpose by AIC. The evaluation will be a two-stage, three-phase process: Phase 1 – Technical Bid Evaluation Phase 2 – Commercial Bid Evaluation The Bidders who qualify the Technical Evaluation will be qualified for commercial bid evaluation. The successful Bidder will, ordinarily, be determined based on the Lowest Commercial Quote (L1) as per the stated Commercial Evaluation process. The bids will be opened in two stages. The evaluation methodology is as under: 4.17.2 Technical Bid Evaluation The Technical Bid Essentials shall be evaluated as per the criterion determined by AIC. AIC will evaluate technical bids on the following broad criteria. Technical Completeness of the bid 100% Compliance with Scope of work i.e. Annexure 02: Compliance to Scope of Work. Manufacturers Authorization Form (MAF) from CISCO as per Annexure -06. The Bidder will be eligible only on submission of MAF from OEM i.e CISCO as per Annexure-06. Only Bidders qualifying the technical evaluation stage will be eligible for commercial evaluation. 4.17.3 Commercial Bid Evaluation Technically qualified bidders as per technical evaluation process shall be eligible for the commercial evaluation process. The commercial bid of only those bidders shall be opened who have been technically qualified on the basis of the technical proposal. AIC will select the lowest commercial bid through reverse auction. In the reverse auction, technically qualified bidders as per technical evaluation process will participate in Reverse Auction process. AIC will notify the auction details, business rules, date & time of reverse auction, to the technically qualified bidders. Reverse Auction shall be carried out only in case AIC receives minimum of three bids

against this RFP.

The bidder with the lowest commercial bid after the successful completion of the reverse

auction process will be declared as L1 bidder.

Page 17: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 17 of 39

4.17.4 Commercial Bid Evaluation Considerations The Bidders who qualify Technical Bid Evaluation, shall be eligible for Phase -2 Commercial Bid Evaluation. The Bidder with the lowest commercials shall, ordinarily, be declared successful L1 Bidder and shall be considered for award of the Contract. The commercial bid of only those bidders shall be opened who have been technically qualified on the basis of the technical proposal. AIC will select the lowest commercial bid through reverse auction. In the reverse auction, technically qualified bidders as per technical evaluation process will participate in Reverse Auction process. AIC will notify the auction details, business rules, date & time of reverse auction, to the technically qualified bidders. Reverse Auction shall be carried out only in case AIC receives minimum of three bids

against this RFP.

The bidder with the lowest commercial bid after the successful completion of the reverse

auction process will be declared as L1 bidder.

The Bidder shall use the format as mentioned in Annexure 03: Bill of Material. Commercial bid valuation shall be considered as below; in case of any kind of discrepancy: If there is a discrepancy between words and figures, the amount in words shall prevail. If there is a discrepancy between percentage and amount, the amount calculated as per the stipulated percentage basis shall prevail. Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate will govern unless, in the opinion of AIC, there is an obvious error such as a misplacement of a decimal point, in which case the line item total shall prevail. Where there is a discrepancy between the amount mentioned in the bid and the line item total present in the schedule of prices, the amount obtained on totalling the line items in the Bill of Materials shall prevail. The amount stated in the correction form, adjusted in accordance with the above procedure, shall be considered as binding, unless it causes the overall price to rise, in which case the bid price shall prevail. If there is a discrepancy in the total, the correct total shall be arrived at by AIC.

Page 18: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 18 of 39

In case the bidder does not accept the correction of the errors as stated above, the bid shall be rejected. At the sole discretion and determination of AIC, AIC may add any other relevant criteria for evaluating the proposals received in response to this RFP. AIC may, at its sole discretion, decide to seek more information from the respondents in order to normalize the bids. However, respondents will be notified separately, if such normalization exercise is resorted to. All liabilities related to non-compliance of this minimum wages requirement and any other law shall be the responsibility of the bidder. The highest technical bidder shall not automatically qualify for becoming selected bidder and for award of contract by AIC. AIC shall not incur any liability to the affected bidder on account of such rejection. The bidder whose technical and commercial bid is accepted will be referred to as “Selected Bidder” and AIC will notify the same to the selected bidder. The final decision on the successful bidder will be taken by AIC. The implementation of the project will commence upon signing of a contract between AIC and the selected bidder based on the evaluation. AIC may at its discretion purchase more SAN switches from the bidder during the period of next 2years from the date of issuance of PO at the same price as quoted by the bidder in the Bill of Material. 4.18 Award of Contract 4.18.1 Notification of Award Following evaluation, a Contract may be awarded to the Bidder whose Bid meets the requirements of this RFP and provides the best value to AIC from both a Technical and Commercial point of view. AIC reserves the right to award the contract in whole or in part. The acceptance of the Bid, subject to Contract, shall be communicated by way of placing a notification of award in writing at the address supplied by the Bidder in the Bid document. Any change of address of the Bidder should, therefore, be notified promptly to the Deputy General Manager (IT) at the address given in this RFP. The PBG shall be submitted within 15 days from notification of award from AIC. 4.18.2 Signing of Contract The Successful Bidder (s) shall be required to enter into a Contract with AIC, within thirty (30) days of the award of the work or within such extended period, as may be specified by AIC. This Contract shall be based on this RFP document, PO and such other terms and

Page 19: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 19 of 39

conditions as may be determined by AIC to be necessary for the due performance of the work, as envisaged herein and in accordance with the Bid. However, the terms and conditions of Purchase Order shall constitute a binding Contract till such a Contract is issued. 4.18.3 Performance Bank Guarantee (PBG) As mentioned above, the Successful Bidder shall furnish an unconditional and irrevocable Performance Bank Guarantee (PBG) for 10% of the Contract value for 7 years and valid for 90 months including claim period of 6 (six) months, validity starting from its date of issuance. The PBG should be submitted within 15 days from notification of award from AIC. AIC subsequently shall issue the Purchase Order. The PBG shall be denominated in Indian Rupees. All charges whatsoever such as premium; commission etc. with respect to the PBG shall be borne by the Successful Bidder. The PBG so applicable must be duly accompanied by a forwarding letter issued by the issuing bank on the printed letterhead of the issuing bank. Such forwarding letter shall state that the PBG has been signed by the lawfully constituted authority legally competent to sign and execute such legal instruments. The executor (BG issuing Bank Authorities) is required to mention the Power of Attorney number and date of execution in his / her favour with authorization to sign the documents. Each page of the PBG must bear the signature and seal of the BG issuing Bank and PBG number. In the event of the Successful Bidder being unable to fulfil its obligations under the Contract for any reason whatsoever, AIC may invoke the PBG. In the event of delays by Successful Bidder in implementation of Project beyond the schedules given in the RFP, AIC may invoke the PBG. Notwithstanding and without prejudice to any rights whatsoever of AIC under the Contract in the matter, the proceeds of the PBG shall be payable to AIC as compensation by the Successful Bidder for its failure to complete its obligations under the Contract. AIC shall notify the Successful Bidder in writing of the exercise of its right to receive such compensation within 14 days, indicating the contractual obligation(s) for which the Successful Bidder is in default. AIC shall also be entitled to make recoveries from the Successful Bidder's bills, Performance Bank Guarantee, or any other amount due to him, the equivalent value of any payment made to him by AIC due to inadvertence, error, collusion, misconstruction or misstatement. The PBG may be discharged / returned by AIC upon being satisfied that there has been due performance of the obligations of the Successful Bidder under the Contract. However, no interest shall be payable on the PBG.

Page 20: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 20 of 39

4.19 Failure to agree with the Terms & Conditions of the RFP AIC reserves the sole right to reject or accept any and all Bids, whether solicited or unsolicited, or to negotiate separately with any Bidder in any manner deemed necessary at its sole discretion. This right includes award of Contract for only part of the scope of work. AIC reserves the right to waive infirmities and minor irregularities in RFP responses received and to accept any portion of a response or all items Bid or to accept modifications to any RFP Response. 5. Scope of Work Overview of Bidder’s Scope of Work The Bidder’s scope of work is detailed below: Supply, commission, install, test, configure and provide AMC support for the CISCO SAN Switches MDS 9396S at DC & DR, any cable/cords or any other component required for successful installation, as per below specification:

Part No. Description At SIFY DC,

Bangalore Qty At SIFY DR, Noida Qty

DS-C9396S-48EK9 MDS 9396S switch, w/ 48 active ports (port-side exhaust)

2 2

DS-CAC-1200W-E 1200W AC Power Supply (port-side exhaust) 4 4

DS-C96S-FAN-E MDS 9396S Fan Tray (port-side exhaust) 4 4

M9396S-PL12 MDS 9396S 16G FC 12-port upgrade license 2 2

DS-9396S-KIT- CSCO MDS 9396S Accessory Kit for Cisco 2 2

CAB-9K10A- EU Power Cord, 250VAC 10A CEE 7/7 Plug,EU 4 4

M93S5K9-NPE-8.1.1 MDS 9300 Supervisor/Fabric, NX-OS NPE SW Release 8.1(1)

2 2

CON-SNTP- C9348E

SNTC-24X7X4 MDS 9396S switch, w/ 48 active ports (port-side exhaust) for service duration of 15 months

2 2

DS-SFP-FC16G- SW= 16 Gbps Fibre Channel SW SFP+, LC 240

The Bidder shall also coordinate with AIC’s existing System Integrator i.e. TCS for the necessary assistance for successful installation, integration and functioning. Bidder shall be responsible for SAN Switch zoning. The Switches need to be implemented on Active-Active mode. AIC may, at its discretion, purchase more SAN SWITCHEs MDS 9396S from the bidder during the period of next 2 years from the date of issuance of PO at the same price as quoted by the bidder in the Bill of Material. AIC reserves the right to change (increase/decrease) the number of quantities. The exact requirements will be provided to the successful bidder and the unit rates provided for these requirements would be considered for those changed requirements.

Page 21: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 21 of 39

Bidder should provide comprehensive on-site 7-year AMC including requisite warranty for any other add on components supplied by the bidder at DC & DR. All the parts of items would be covered under comprehensive warranty. If there is any gap between AIC's requirement and OEM warranty then it will be the responsibility of bidder to fill up the gap. Bidder shall undertake to provide comprehensive AMC support (with parts) at DC & DR for 7 years. The Bidder shall arrange for spare parts from the date of its supply. Further, AIC may, at its discretion, choose not to continue the AMC with the selected bidder by giving a three months’ notice to the selected bidder. The Bidder is required to supply & install the switches within 6 weeks from the date of issuance of PO by AIC. For any delay in supply & installation, the bidder is required to pay 1% of the product & installation cost for per week of delay or part thereof with a maximum penalty of 10% of product and installation cost. Bidder will submit the installation report to the AIC for their verification & signatures. The Following are the Implementation and Migration activity which are required to be done by the Bidder: - S. No. Activities (DR & DC)

1 Switches rack mounting / installation / initial configuration / FC cabling

2 Alias Creation for the initiators and targets on each of the SAN switches

3 Zone configuration on each of the SAN switches in Active-Active Mode

4 Prepare port inventory for each of the SAN switches

5 Monitoring configuration in tool and Automated Configuration backup for new SAN Switches

6 Testing (See if Storage is accessible at hosts) and troubleshooting

7 Old Switches rack unmounting / cable disconnectivity

8 Application & DB switch over & switch back (if required during DC implementation)

9 Application Sanity Testing

6. Payment terms AIC will make payment as per following scheduled terms: Product Cost & Installation Cost 90% of product & installation cost will be paid on delivery and installation, post submission of installation report by the bidder

Page 22: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 22 of 39

10% of product & installation cost will be paid post 30 days from the date of submission of installation report by the bidder. AMC Cost AMC cost will be paid annually in advance. The bidder is required to pay a performance bank guarantee of 10% of the 7 year Total Contract Value. The performance bank guarantee should be valid for a period of 7+0.5 years. The price would be inclusive of all applicable taxes under the Indian law but including local authority cess and any other taxes. The road permit will be arranged by the bidder at their own cost. However, AIC shall sign the document if required. The vendor shall ensure and undertake that the hardware delivered to AIC including all components is brand new. The Bidder shall insure the products in transit till the time of its delivery at AIC’s respective sites.

Page 23: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 23 of 39

7. Annexures 7.1 Annexure 01 – Current Rack Layout at DC & DR The Current Rack Layout at DC and DRC is mentioned below: OVCA Rack Dimensions Height – 42U Width – 23.62 Inches with side panels Depth – 47.24in Power requirement (in KVA) for each OVCA rack. Rated Power of 17.5 kVA for 5 node setup. The count of power sockets & the amps requirement per socket for each OVCA rack: Electrical Input Ratings - 3x1ph. [2W+ground] 230VAC 50/60Hz, max. 32A per phase Datacentre Receptacle – Hubbell CS8265C, No of Power Cords required - 6

Page 24: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 24 of 39

Page 25: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 25 of 39

Page 26: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 26 of 39

7.2 Annexure 02 – Compliance to the Scope of Work Supply, commission, install, test, configure and provide AMC support for the CISCO SAN Switches MDS 9396S at DC & DR, any cable/cords or any other component required for successful installation, as per below specification:

Part No. Description At SIFY DC, Bangalore Qty

At SIFY DR, Noida Qty

DS-C9396S-48EK9 MDS 9396S switch, w/ 48 active ports (port-side exhaust) 2 2

DS-CAC-1200W-E 1200W AC Power Supply (port-side exhaust) 4 4

DS-C96S-FAN-E MDS 9396S Fan Tray (port-side exhaust) 4 4

M9396S-PL12 MDS 9396S 16G FC 12-port upgrade license 2 2

DS-9396S-KIT- CSCO MDS 9396S Accessory Kit for Cisco 2 2

CAB-9K10A- EU Power Cord, 250VAC 10A CEE 7/7 Plug, EU 4 4

M93S5K9-NPE-8.1.1 MDS 9300 Supervisor/Fabric, NX-OS NPE SW Release 8.1(1) 2 2

CON-SNTP- C9348E

SNTC-24X7X4 MDS 9396S switch, w/ 48 active ports (port-side exhaust) for service duration of 15 months 2 2

DS-SFP-FC16G- SW= 16 Gbps Fibre Channel SW SFP+, LC 240

The Bidder shall also coordinate with AIC’s existing System Integrator i.e. M/s TCS for the necessary assistance for successful installation, integration and functioning. Bidder shall be responsible for SAN Switch zoning. The Switches need to be implemented on Active-Active mode. AIC may, at its discretion, purchase more SAN SWITCHEs MDS 9396S from the bidder during the period of next 2 years from the date of issuance of PO at the same price as quoted by the bidder in the Bill of Material. AIC reserves the right to change (increase/decrease) the number of quantities. The exact requirements will be provided to the successful bidder and the unit rates provided for these requirements would be considered for those changed requirements. Bidder shall provide comprehensive on-site 7-year AMC including requisite warranty for any other add on components supplied by the bidder at DC & DR. All the parts of items would be covered under comprehensive warranty. If there is any gap between AIC's requirement and OEM warranty then it will be the responsibility of bidder to fill up the gap.

Page 27: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 27 of 39

Bidder shall undertake to provide AMC support at DC & DR for 7 years. The Bidder shall arrange for spare parts from the date of its supply. Further AIC may, at its discretion, choose not to continue the AMC with the selected bidder by giving a three months’ notice to the selected bidder. AIC may, at its discretion, choose not to continue the AMC with the selected bidder by giving a three months’ notice to the selected bidder. The Bidder is required to supply & install the switches within 6 weeks from the date of issuance of PO by AIC. For any delay in supply & installation, the bidder is required to pay 1% of the product & installation cost for per week of delay or part thereof with a maximum penalty of 10% of product and installation cost. Bidder shall submit the installation report to the AIC for their verification & signatures. The Following are the Implementation and Migration activity which are required to be done by the Bidder: -

S. No. Activities (DR & DC)

1 Switches rack mounting / installation / initial configuration / FC cabling

2 Alias Creation for the initiators and targets on each of the SAN switches

3 Zone configuration on each of the SAN switches in Active-Active Mode

4 Prepare port inventory for each of the SAN switches

5 Monitoring configuration in tool and Automated Configuration backup for new SAN Switches

6 Testing (See if Storage is accessible at hosts) and troubleshooting

7 Old Switches rack unmounting / cable disconnectivity

8 Application & DB switch over & switch back (if required during DC implementation)

9 Application Sanity Testing

Page 28: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 28 of 39

7.3 Annexure 03 – Bill of Material The bidder is expected to quote the costs for all items required for fully complying with the requirements of the RFP and the addenda in the respective sections of the price bid. The prices for the respective sections would be deemed to include all components required to successfully utilize the solution. AIC is not responsible for any arithmetic errors in the commercial bid details sheet committed by the shortlisted bidders, however, if there are any computational errors AIC will evaluate the Bid as per provisions contained in that regard in this RFP. The bidder is expected to specify the details with respect to quantity/rate/etc, wherever applicable. In case the bidder includes/combines any line item as part of any other line item in the commercial bid, then this has to be clearly mentioned in the description indicating the line item which contains the combination. The bidder has to quote for each line item. If any line item is part of the solution proposed in the RFP response, it has to be referenced. If it is not applicable, then the Bidder has to mention Not Applicable (NA). The prices quoted by the Bidder shall include all costs such as, taxes, levies, cess, excise, octroi and custom duties, installation, commissioning, insurance etc. as applicable in India, that need to be incurred. The Bidder has to quote the tax in separate columns. In case of any variation (upward or down ward) in tax quoted separately which has been included as part of the price bid, such variation will be borne by or passed on to AIC. Any new tax introduced by the Government after the submission of bid will be borne by AIC. The entire benefits/ advantages, arising out of fall in prices, taxes, duties or any other reason, must be passed on to AIC. The Bidder may insert additional line items as applicable based on the solution offered in the respective tabs. The Bidders shall quote as per the format of Bill of Material ONLY and a masked replica of the Bill of Material should be enclosed in the technical bid. Bidder is required to cover component by component details for each of the hardware components proposed to AIC. The masked Bill of Materials which would be submitted as part of the Technical Bill of Material should contain "XX" for ALL the corresponding commercial values that will be present in the unmasked Bill of Material that will be part of the Commercial submission. The TCO calculation shall be for the SEVEN-year period. Total Amount Including Tax (INR) will be considered for L1, all amounts in the Bill of Material should be in INR. The Bidder shall, to the extent possible, stick to the same structure of the Bill of Material.

Page 29: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 29 of 39

Hence AIC does not expect the bidders to delete any rows. BOM:

Part No. Description

At SIFY DC, Bangalore Qty

At SIFY DR, Noida Qty

Unit Price (₹)

Total Price (₹)

Tax type/% of tax

Tax Amount (₹)

Total Amount (₹)

A B C D=C X

(A+B)

E D+E

DS-C9396S-48EK9

MDS 9396S switch, w/ 48 active ports (port-side exhaust) 2 2

DS-CAC-1200W-E

1200W AC Power Supply (port-side exhaust) 4 4

DS-C96S-FAN-E

MDS 9396S Fan Tray (port-side exhaust) 4 4

M9396S-PL12

MDS 9396S 16G FC 12-port upgrade license 2 2

DS-9396S-KIT- CSCO

MDS 9396S Accessory Kit for Cisco 2 2

CAB-9K10A- EU

Power Cord, 250VAC 10A CEE 7/7 Plug, EU 4 4

M93S5K9-NPE-8.1.1

MDS 9300 Supervisor/Fabric, NX-OS NPE SW Release 8.1(1) 2 2

CON-SNTP- C9348E

SNTC-24X7X4 MDS 9396S switch, w/ 48 active ports (port-side exhaust) for service duration of 15 months 2 2

DS-SFP-FC16G- SW=

16 Gbps Fibre Channel SW SFP+, LC 240

Year wise AMC cost for 7 years

Page 30: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 30 of 39

Year 1

Year 2

Year 3

Year 4

Year 5

Year 6

Year 7

Implementation/Installation cost

<<Any Other>>

TOTAL BID AMOUNT

Page 31: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 31 of 39

7.4 Annexure 04 - Authorization Letter Format for Bid Opening (To be brought at the time of opening of Bids) To Deputy General Manager (IT), InfoTech Department, Agriculture Insurance Company of India Limited, 13th Floor, AMBA DEEP Building, 14, Kasturba Gandhi Marg, New Delhi – 110 001 Dear Sir, RFP for “INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/27.07.2017 SUB: Authorization Letter for attending the Bid Opening This has reference to your above RFP for “INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/27.07.2017 in AIC. Mr. /Miss/Mr. _________________ is hereby authorized to attend the bid opening of the above RFP for “INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/27.07.2017on behalf of our organization. The specimen signature is attested below: Name: (Specimen Signature of Representative) (Signature of Authorizing Authority) Name of Authorizing Authority: Designation: Company Seal:

Page 32: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 32 of 39

7.5 Annexure 05 - Bid Undertaking Letter To Deputy General Manager (IT), InfoTech Department, Agriculture Insurance Company of India Limited, 13th Floor, AMBA DEEP Building, 14, Kasturba Gandhi Marg, New Delhi – 110 001 Dear Sirs, RFP for “INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/27.07.2017 In accordance with your proposal reference no. ______________________________ dated _______________ M/s______________________________________ having its registered office at ______________________ ________________________ herein after called ‘bidder’ wish to participate in the said proposal for “INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/27.07.2017at Agriculture Insurance Company of India having its office at 13th Floor, AMBA DEEP Building, 14, Kasturba Gandhi Marg, New Delhi – 110 001. An irrevocable Financial Company Guarantee (issued by a nationalized/scheduled commercial Company) against Earnest Money Deposit amounting to Rupees __________, Rupees (in words)___________valid up to __________ is required to be submitted by the bidder, as a condition for participation in the said bid, which amount is liable to be forfeited on happening of any contingencies mentioned in the proposal document. M/s_________________________________ having its registered office at ______________ has undertaken in pursuance of their offer to Agriculture insurance company of India _____________________________________ (hereinafter called as the beneficiary) dated __________ has expressed its intention to participate in the said proposal and in terms thereof has approached us and requested us ___________________________ Company________________________ to issue an irrevocable financial Company Guarantee against Earnest Money Deposit amounting to Rupees ________valid up to _______________. We, the ________________________ Company at _______________________having our Head office at ____________________therefore Guarantee and undertake to pay immediately on first written demand by Agriculture Insurance Company of India, the amount of Rupees_________________ Rupees(in words)___________________________________ without any reservation, protest, demur and recourse in case the bidder fails to comply with any condition of the proposal or any default in violation against the terms of the bid, without the beneficiary needing to prove or demonstrate reasons for its such demand. Any such demand made by said beneficiary

Page 33: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 33 of 39

shall be conclusive and binding on us irrespective of any dispute or difference raised by the bidder. This guarantee shall be irrevocable and shall remain valid up to _______________. If any further extension of this Guarantee is required, the same shall be extended to such required period (not exceeding one year) on receiving instructions in writing, from (______________________________________) on whose behalf guarantee is issued. In witness whereof the Company, through its authorized officer has set its hand stamped on this _____________ Day of ______________2016 at __________________ Signed, sealed and delivered by Mr. ……… For and on behalf of the Guarantor to do so and to affix the seal of the Company, in the presence of (Specimen Signature of Representative) Signature of Authorizing Authority Name of Authorizing Authority Designation: Company Seal:

Page 34: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 34 of 39

7.6 Annexure 06 - Manufacturers Authorization Form (MAF)

(On OEM’s letterhead) Date: To, Deputy General Manager (IT), InfoTech Department, Agriculture Insurance Company of India Limited, 13th Floor, AMBDADEEP Building, 14, Kasturba Gandhi Marg, New Delhi – 110 001 REF No.: INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/27.07.2017 Dear Sir, This has reference to your above RFP for “INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/27.07.2017 at Agriculture Insurance Company of India Limited. Further to our proposal dated _______, in response to the Request for Proposal for “INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/27.07.2017, hereinafter referred to as “RFP” issued by Agriculture Insurance Company of India Limited (“AIC”). We who are established and reputable manufacturers/ producers of ________________________ having factories/ development facilities at (address of factory/ facility) do hereby authorize M/s ___________________ (Name and address of the bidder) to submit a Bid, and sign the contract with you against the above Bid Invitation. We hereby extend our full guarantee and warranty for the Products and services offered by the above firm against this Bid Invitation. We hereby also confirm that the Products and Services proposed are supported by multiple service providers/vendors. We also undertake to provide any or all of the following materials, notifications, and information pertaining to the Products manufactured or distributed by the Bidder: Such Products as AIC may opt to purchase from the Bidder, provided, that this option shall not relieve the Bidder of any warranty obligations under the Contract; and

Page 35: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 35 of 39

In the event of termination of production of such Products: • Advance notification to AIC of the pending termination, in sufficient time to permit AIC to procure needed requirements; and • Following such termination, furnishing at no cost to AIC, operations manuals, standards, and specifications of the Products, if requested. We duly authorize the said firm to act on our behalf in all the activities like installation, configuration, 24x7 Technical support and maintenance obligations. We further certify that, in case the authorized distributor/ system integrator is not able to meet its obligations as per contract during contract period, we, as the OEM, shall perform the said obligations with regard to their items through alternate & acceptable service provider. Place: Date: Seal and signature of the bidder Yours faithfully Authorized Signatory Name Designation Phone No. Fax E_mail

Page 36: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 36 of 39

7.7 Annexure 07 - Pro forma for Performance Bank Guarantee Format

(To be submitted on Non-Judicial stamp paper of appropriate value Purchased in the name of the issuing AIC) Date: Bank Guarantee no.: Deputy General Manager (IT), InfoTech Department, Agriculture Insurance Company of India Limited, 13th Floor, AMBA DEEP Building, 14, Kasturba Gandhi Marg, New Delhi – 110 001 Dear Sirs, In accordance with your proposal reference no. ______________________________ dated _______________ M/s______________________________________ having its registered office at ______________________ ________________________ herein after called ‘bidder’) wish to participate in the said RFP for “INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/27.07.2017, at Agriculture insurance company of India having its office at 13th Floor, AMBA DEEP Building, 14, Kasturba Gandhi Marg, New Delhi – 110 001. An irrevocable Financial Bank Guarantee (issued by a nationalized / scheduled commercial Bank) against Earnest Money Deposit amounting to Rupees __________, Rupees (in words) ___________valid up to __________ is required to be submitted by the bidder, as a condition for participation in the said bid, which amount is liable to be forfeited on happening of any contingencies mentioned in the proposal document. M/s_________________________________ having its registered office at ______________ has undertaken in pursuance of their offer to Agriculture insurance company of India _________________________________ (hereinafter called as the beneficiary) dated __________ has expressed its intention to participate in the said proposal and in terms thereof has approached us and requested us ___________ Bank________________________ to issue an irrevocable financial Bank Guarantee against Earnest Money Deposit amounting to Rupees ________valid up to _______________.

Page 37: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 37 of 39

We, the ________________________ Bank at _______________________having our Head office at ____________________therefore Guarantee and undertake to pay immediately on first written demand by Agriculture Insurance Company of India, the amount of Rupees ____________Rupees_____________________________________________________________ ____________________________________ without any reservation, protest, demur and recourse in case the bidder fails to comply with any condition of the proposal or any default in violation against the terms of the bid, without the beneficiary needing to prove or demonstrate reasons for its such demand. Any such demand made by said beneficiary shall be conclusive and binding on us irrespective of any dispute or difference raised by the bidder. This guarantee shall be irrevocable and shall remain valid up to _______________. If any further extension of this Guarantee is required, the same shall be extended to such required period on receiving instructions in writing, from (______________________________________) on whose behalf guarantee is issued. In witness whereof AIC, through its authorized officer has set its hand stamped on this _____________ Day of ______________2016 at __________________ Signed, sealed and delivered by Mr. ……… For and on behalf of the Guarantor to do so and to affix the seal of AIC, in the presence of Office Seal (Authorized Signatory) Place: Name: Date: Designation: Mobile No: Address:-

Page 38: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 38 of 39

7.8 Annexure 08 - Bidder’s General Information Particulars to be provided by the bidder in the technical proposal RFP for “INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/27.07.2017 S.No. Particulars Details to be furnished by the bidder

1 Name of the bidder

2 Year of establishment and constitution Certified copy of Partnership Deed” Or “Certificate of Incorporation “should be submitted as the case may be.

3 Location of Registered office/Corporate office and address

4 Mailing address & Company website of the bidder

5 Names and designations of the persons authorized to make commitments to AIC

6 Telephone and fax numbers of contact persons

7 Email addresses of contact persons

8 Description of business and business background Service Profile & client profile. Domestic & International presence Alliance and joint ventures

9 Gross revenue of the bidder (not of the group) 2013-14 2014-15 2015-16

10 Net Profit after Tax of the bidder (not of the group) 2013-2014 2014-2015 2015-2016 Documentary proofs are to be enclosed

Details of the similar assignments executed by the bidder (Name of Client, time taken for execution of the assignment and documentary proofs from Client are to be furnished) Details of the bidder’s proposed methodology/approach for providing services to AIC with specific reference to the scope of work

Page 39: AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED

AGRICULTURE INSURANCE COMPANY OF INDIA LIMITED Regd. Office: “AMBA DEEP” (13th Floor), 14, Kasturba Gandhi Marg, New Delhi – 110 001

INFOTECH PROJECT ANNAPOORNA/SAN SWITCH/10.08.2017 Page 39 of 39

Declaration: We hereby unconditionally accept that AIC can at its absolute discretion apply whatever criteria it deems appropriate, not just limiting to those criteria set out in the RFP, in short listing of bidders. All the details mentioned by us are true and correct and if AIC observes any misrepresentation of facts on any matter at any stage, AIC has the absolute right to reject the proposal and disqualify us from the selection process. We confirm that this response, for the purpose of short-listing, is valid for a period of 210 days, from the date of expiry of the last date for submission of response to RFP. We confirm that we have noted the contents of the RFP and have ensured that there is no deviation in filing our response to the RFP and that AIC will have the right to disqualify us in case of any such deviations. Place: Date: Seal & Signature of the bidder