hardware tender document

175
1 BID DOCUMENT GOVERNMENT OF MADHYA PRADESH OFFICE OF THE EXCISE COMMISSIONER MADHYA PRADESH STATE EXCISE DEPARTMENT MOTI MAHAL, GWALIOR- 474007 BID NO. EC-1/2008 APPOINTMENT OF AGENCY FOR PROVIDING TURNKEY SOLUTION TOWARDS COMMISSIONING, MANAGEMENT & MAINTENANCE OF DATA CENTRE INCLUDING MANAGED WIDE AREA NETWORK WITH SUPPLY & INSTALLATION OF SERVERS, DESKTOP SYSTEMS AND PERIPHERALS FOR IMPLEMENTATION OF INTEGRATED COMPUTERISATION AT STATE EXCISE DEPARTMENT Received Rs……………………….............................. Issued to M/s..……………………….......................... Vide M.R. No…………………………….……………………. Dated……………........................……………............ FOR EXCISE COMMISSIONER, M.P. STATE EXCISE DEPARTMENT, GOVERNMENT OF MADHYA PRADESH, GWALIOR – (M.P.)

Upload: truongdieu

Post on 10-Feb-2017

263 views

Category:

Documents


4 download

TRANSCRIPT

Page 1: hardware tender document

1

BID DOCUMENT

GOVERNMENT OF MADHYA PRADESH

OFFICE OF THE EXCISE COMMISSIONER

MADHYA PRADESH STATE EXCISE DEPARTMENT

MOTI MAHAL, GWALIOR- 474007

BID NO. EC-1/2008

APPOINTMENT OF AGENCY FOR PROVIDING TURNKEY SOLUTION TOWARDS COMMISSIONING, MANAGEMENT &

MAINTENANCE OF DATA CENTRE INCLUDING MANAGED WIDE AREA NETWORK WITH SUPPLY & INSTALLATION OF SERVERS,

DESKTOP SYSTEMS AND PERIPHERALS FOR IMPLEMENTATION OF INTEGRATED COMPUTERISATION AT

STATE EXCISE DEPARTMENT

Received Rs……………………….............................. Issued to M/s..……………………….......................... Vide M.R. No…………………………….……………………. Dated……………........................……………............

FOR EXCISE COMMISSIONER, M.P. STATE EXCISE DEPARTMENT, GOVERNMENT OF MADHYA PRADESH, GWALIOR – (M.P.)

Page 2: hardware tender document

2

OFFICE OF THE EXCISE COMMISSIONER MADHYA PRADESH

MOTI MAHAL, GWALIOR – 474007

Telephone: 0751-2452810 FAX: 0751-2435598

COMPETITIVE BIDDING FOR PROVIDING TURNKEY SOLUTION TOWARDS COMMISSIONING, MANAGEMENT & MAINTENANCE OF DATA CENTRE INCLUDING MANAGED WIDE AREA NEWORK WITH SUPPLY & INSTALLATION OF SERVERS, DESKTOP SYSTEMS AND PERIPHERALS FOR IMPLEMENTATION OF INTEGRATED COMPUTERISATION OF STATE EXCISE DEPARTMENT. BID REFERENCE: BID NO. EC- 1/2008

Date of Commencement of Sale of Bid Document

21st July 2008

Cost of Bid Document Rs 5000 only

Postal Charges (if required) Rs 100 only

Bid Security Rs 20 Lakhs only

Date and Time for Pre-Bid Meeting 5th August 2008 at 12:00 noon.

Last Date and Time for Sale of Bids

20th August 2008 up to 12:00 noon.

Last Date and Time For Receipt of Bids Document

20th August 2008 up to 2:00 PM

Date and Time of Opening of Bids

20th August 2008 at 3.00 PM onwards

Place of sale, submission and Opening of Bids and Pre Bid Meeting

Office of the Excise Commissioner, Madhya Pradesh, Moti Mahal, Gwalior (M.P.) 474007

Address for Communication Office of the Excise Commissioner,

Madhya Pradesh, Moti Mahal, Gwalior (M.P.)

474007, Telephone: 0751-2452810

FAX: 0751-2435598

Note: This Tender Document is not transferable.

Page 3: hardware tender document

3

Table of Contents

SECTION Page

Numbers

Glossary 04

Section I : Notice Inviting Bids(NIB) 07

Section II : Introduction 09

Section III: Scope of Work 14

Section IV: Hardware Specifications 21

Section V : Roles and Responsibilities 87

Section VI: Project Time Schedule 90

Section VII: Instructions to Bidders and General Conditions 91

Section VIII: Payment Schedule 134

Annexure 1 : List of Project Sites 136

Annexure 2 : Request for clarification form 146

Annexure 3 : Bid Form 147

Annexure 4 : Prequalification form 148

Annexure 5 : Techinical Bid covering Letter 153

Annexure 6 : Performance statement form 155

Annexure 7 : Bid Security form 156

Annexure 8 : Technical Deviation Form 157

Annexure 9 : Time Schedule Form 158

Annexure 10 : Commercial Bid covering Letter 159

Annexure 11 : Commercial Deviation Form 161

Annexure 12 : Bill of Material 162

Annexure 13 : Price schedule for Item no. as mentioned in annexure XII 164

Annexure 14 : Item wise Price schedule 165

Annexure 15 :Format for furnishing the roles and responsibility is case of consortium

168

Annexure 16 :Format for List of Computer professionals 169

Page 4: hardware tender document

4

Glossary

Abbreviations

AAA Authentication, Authorization and Accounting

BGP Border Gateway Protocol

Bidder The eligible firms who will participate in tendering process

BOM/BoM Bill of Materials

BPEL Business Process Execution Language

BRI Basic Rate Interface

BSNL Bharat Sanchar Nigam Limited

BU Bottling Unit

CI Configuration Item

CIR Committed Information Rate

CLWH Country Liquor WareHouse

CMDB Configuration Management Database

CPE Customer Premise Equipment

CPU Central Processing Unit

CTD Commercial Taxes Department, GoMP

DDF Digital Distribution Frame

DEO District Excise Office

DMZ De Militarized Zone

ECO Excise Commissioner Office

e-Governance Electronic Governance

EMS Enterprise Management Systems

ESH Extended Service Hours

FC Fibre Channel

FCB First Commercial Bid

FLWH Foreign Liquor Ware House

FMS Facility Management Services

G2B Government to Business

G2C Government to Customer

G2G Government to Government

Gbps Gigabits per second

Page 5: hardware tender document

5

GHz Giga Hertz

GoI/GOI Government of India

GoMP/GOMP Government of Madhya Pradesh

GUI Graphical User Interface

IP Internet Protocol

IPS Intrusion Prevention System

ISDN Integrated Service Digital Network

ISP Internet Service Provider

IT Information Technology

ITB Invitation to Bidder

ITIL Information Technology Infrastructure Library

ITSM Information Technology Service Management

LAN Local Area Network

Mbps Mega Bits per second

MCB Modified Commercial Bid

MCU Multipoint Control Unit

MIS Management Information System

MLLN Managed Leased Line Network

MPED Madhya Pradesh Excise Department

MPED SP MP Sate Excise Department Security Policy

MTBF Mean Time Between Failure

MTTR Mean Time To Repair

MUX Multiplexer

NAD Network Availability for Divisional Level

NMC Network Management Centre alias NOC

NOC Network Operations Centre

O & M Operations and Maintenance

OEM Original Equipment Manufacturer

OFC Optical Fiber Cable

OSPF Open Shortest Path First

PBH Prime Business Hours

PO Purchase Order

POP/PoP Point of Presence

PPP Public Private Partnership

PRI Primary Rate Interface

PSU Public Sector Undertaking

QMC Quaterly Maintenance Charge

QoS Quality of Service

RAS Remote Access Server

RFC Request for Change

RFP Request for Proposal

Page 6: hardware tender document

6

SAN Storage Area Network

SDC State Data Centre

SI System Integrator (Selected Bidder)

SL Service Levels

SLA Service level agreement

SNMP Simple Network Management Protocol

SS Soft Switch

SSL Secured Socket Layer

STM Synchronous Transmission Mode

STPI Software Technology Park of India

TT Trouble Tickets

UPS Uninterrupted Power Supply

UTP Unshielded Twisted Pair

VLAN Virtual LAN

VLSM Very Large Subnet Mask

VPN Virtual Private Network

WAN Wide Area Network

Page 7: hardware tender document

7

SECTION I : Notice Inviting Bids (NIB)

OFFICE OF THE EXCISE COMMISSIONER MADHYA PRADESH, MOTIMAHAL GWALIOR (M.P.)

Invitation of Bid for Appointment of Agency for Providing Turnkey Solution towards Commissioning, Management & Maintenance of Data Center including Managed Wide Area Network with Supply & Installation of Servers, Desktop Systems and Peripherals for Implementation of Integrated Computerisation of the State Excise Department. BID No. - EC-1/2008 Dated ____________ Excise Commissioner, Madhya Pradesh, invites sealed Technical and Commercial Bids for Appointment of Agency for Providing Turnkey Solution towards Commissioning, Management & Maintenance of Data Center including Managed Wide Area Network with Supply & Installation of Servers, Desktop Systems and Peripherals for Implementation of Integrated computerization system of the department. 1. PRINCIPAL ELIGIBILITY CRITERIA:-

(i) The Bidder must be a Company registered under Indian Companies Act, 1956. (ii) The Bidder must have a minimum turnover of Rs. 100 Crores annually during the last

three financial years consecutively. (iii) The Bidder should be established, reputed and reliable Organisation in the field of

setting up of IT infrastructure of similar nature (data center setup, network setup and FMS) and should have implemented minimum three similar Projects in last three years having worth of three Crores each.. In case of consortium, the Prime Bidders will have to satisfy all the above conditions.

2. Interested Bidders may obtain complete set of Bid document on submission of a written

application to the Excise Commissioner, Govt of Madhya Pradesh alongwith payment of a non-refundable fee of Rs. 5000/- (Rupees Five Thousand only) in cash or in the form of Demand Draft in favour of the Excise Commissioner, M.P. payable at Gwalior issued by a Nationalized/Scheduled Bank. The Bid Document may be purchased personally during office hours on all working days from 21st July 2008 to 12:00 noon of 20th August 2008. In case the Bid Document is required to be procured by post, additional charges of Rs. 100/- (Rupees One Hundred) only must be tendered alongwith the written application.

3. A Pre- Bid meeting of prospective Bidders will be held on 5th of August 2008 at 12:00

noon in the Office of Excise Commissioner, Madhya Pradesh, Moti Mahal Gwalior- MP. 4. Address for communication: Office of the Excise Commissioner,Madhya Pradesh, Moti

Mahal, Gwalior (M.P.) 474007, Telephone: 0751-2452810 FAX: 0751-2435598. 5. Bids may be submitted in the Office of the Excise Commissioner, Madhya Pradesh,

Moti Mahal, Gwalior by 2:00 p.m. on 20th August 2008.

Page 8: hardware tender document

8

6. Information about the Bidding Programme

7. Prospective Bidders are encouraged to undertake a preliminary study of the

Department, at their own cost, before they submit their Bids.

8. Excise Commissioner, Madhya Pradesh reserves the right to reject any or all the bids in whole or in part at any time without mentioning any reason thereof.

Excise Commissioner, Madhya Pradesh

Date of Commencement of Sale of Bid Document

21st July 2008

Cost of Bid Document Rs 5000 only

Postal Charges (if required) Rs 100 only

Bid Security Rs 20 Lakhs only

Date and Time for Pre-Bid Meeting 5th August 2008 at 12:00 noon.

Last Date and Time for Sale of Bids 20th August 2008 up to 12:00 noon.

Last Date and Time For Receipt of Bids Document

20th August 2008 up to 2:00 PM

Date and Time of Opening of Bids 20th August 2008 at 3.00 PM onwards

Place of sale, submission and Opening of Bids and Pre Bid Meeting

Office of Excise Commissioner, Madhya Pradesh, Moti Mahal, Gwalior (M.P.) 474007

Address for Communication Office of the Excise

Commissioner,Madhya Pradesh, Moti

Mahal, Gwalior (M.P.) 474007,

Telephone: 0751-2452810

FAX: 0751-2435598

Page 9: hardware tender document

9

SECTION II : Introduction Conceptual Design

The proposed Design has been divided into Hierarchical, Two Layer Architecture as

shown in the diagram below.

1 Multiple Core routers at Excise Commissioner office, Gwalior will form the

Tier-I i.e. Core layer.

2 Remote Branch routers will reside at Tier-II i.e. Access layer.

The Conceptual design of MPED WAN is depicted in the diagram given below:

Excise Dept/

Warehouse/

Bottling

EXCISE WAN LAYOUT

Central HQ

(DC)

Channelized n*E1

Link

256 Kbps LLLink Service Provider

INTR

ANET

External User

2Mbps LL

INTERNET

Intranet Router Internet

Router

Page 10: hardware tender document

10

Data Centre

An exclusive Data Centre requirement is envisaged for MPED to co-locate servers of

various applications and networking and security devices for successful implementation.

This infrastructure will be setup at the Excise Commissioner office Gwalior.

A typical description of the Data centre desired building blocks is as follows

1 Server Room

2 SAN / NAS area

3 Internet Security Area (DMZ)

4 Networking equipments Communication Room

5 Data Centre Operators area (DBA, Sysadmin’s, network administrator’s

operations)

6 UPS and Electrical Panel room.

7 Printer Room (can be outside the Data Centre)

8 Backup and media storage room (Outside data centre)

9 Reception Area/ Conference room

Data centre: Salient Features:

MPED users access through DMZ (De Militarized Zone)

• Internal users (Employee) will access the application through Point-to-Point

Lease Lines.

• Application for internal / Departmental users will be deployed in MZ.

• Redundant firewall will be deployed to create first layer of defense for DMZ.

• IPS will be deployed as second layer of defense for intranet traffic.

• Web servers will access the data base servers in MZ.

• Other servers including antivirus, etc will be deployed in DMZ.

Page 11: hardware tender document

11

Access through Internet DMZ (De Militarized Zone)

• Accessibility of the application for external user / Non Departmental users

through Internet.

• Two Internet links, 2 Mbps each from different Internet Service providers will

terminate on redundant switches through routers.

• Load balancers will connect for link load balancing of Internet traffic.

• Redundant Firewall will be deployed to create first layer of defense for DMZ.

• IPS will be deployed as second layer of defense for Internet traffic.

• Web servers will be load balanced using server load balancers.

• Web servers will access the data base servers in MZ.

• Other servers including Mails, DNS, Proxy, Anti Virus etc will reside in the

DMZ.

Data Storage in MZ (Militarized Zone)

• Second set of redundant firewalls deployed will create one MZ for database /

SAN / storage servers.

• IPS will be deployed as second layer of defense for database servers

Page 12: hardware tender document

12

Symbolic block digram for MPED

Internet

Firewall (Different

Make )

+IPS

Public Zone

Intranet Router

De-Militarized Zone

Mail

Servers

INTRANET

Internet

Internet

Router

Intranet Zone

Core

Switch +

FW

Militarized Zone

Gigabit L2 Switch

Server LBGigabit L2 Switch

Web

Server

Internal DC LAN Zone

L2 Switch

Management Zone

Management Servers

Gigabit L2

Switch

Proxy

server

AV

server

App

ServerDB

Server

Backup

Server

Staging

Server

2Mbps LL

MP Excise DC LayoutExcise Locations

LAN users of DC

FTP

Servers

Page 13: hardware tender document

13

Militarized Zone

Appln.

Servers

DB

Servers Backup

Servers

Staging

Servers

SAN

FC switchFC switch

LAN users at DC

Page 14: hardware tender document

14

Section III: Scope of Work

The scope of work for the selected Vendor is broadly categorized into the following:

Activity

No

Scope of Work Area

Description of Scope of Work/

Deliverables for the Activity

1 Creating Centralized Data Centre

Vendor has major responsibility to create

world-class centralized Data Centre. This

includes supply, installation and

maintenance of required hardware

equipments, Network Operating Systems,

Database Application packages and

required Power Backup.

2 Solution Design The Vendor shall perform the following

tasks:

1. Design of Data Centre Site.

2. Design of LAN, WAN and connectivity

as per requirement with proper

documentation.

Note:

1. The design scope is restricted to suggesting modifications only. The framework is already the part of RFP.

2. The bidder may quote for items that for him are essential to complete the solution. Must required components over and above the given BoM (like extra servers / LICENCEs for EMS etc) would be taken in comparison.

3. Solution Implementation 1. Deployment of required Servers,

Storage, Desktops, Peripherals

and Data Network at specified

locations.

2. Vendor based on the solution

implementation plan, has to

create Logical IP Schemes with

Routing Tables and ACL for

Intranet / LAN and deploy the

same with proper documentation.

3. Creation of logical and physical

Security Plans for Data Centre,

Data Networks and Desktops

Page 15: hardware tender document

15

4. Testing and Acceptance The Vendor must build up an overall plan for testing and acceptance of system, in which specific methods and steps should be clearly indicated and approved by MPED. The acceptance test plan will be defined by the Bidder, agreed and approved by MPED and include all the necessary steps to ensure complete functionality, operation and performance of the system. 1. All levels of testing will be conducted at the installation sites. 2. Testing must demonstrate that the new systems satisfy the operational and technical performance criteria. 3. It is Vendor’s responsibility during the tests to evaluate and recommend any further changes to the infrastructure. Any recommendations for change will be discussed with MPED. 4.Testing Methodology/Techniques The Vendor must outline the methodology that will be used for testing. 5. The Vendor must define the various levels or types of testing that will be performed. 6. The Vendor must provide necessary checklist/documentation that will be required for testing. 7. The Vendor must describe how the testing methodologies will conform to requirements. 8. The Vendor must indicate how one will demonstrate to MPED that all functions in the new system installed have been tested.

Operational Acceptance Tests

1. MPED (with the assistance of the Supplier) may perform the following tests on the System and its Subsystems following Installation to determine whether the System and the Subsystems meet all the requirements mandated for Operational Acceptance.

Page 16: hardware tender document

16

Testing Methodology/Techniques Successful completion of the contract will be gauged through a series of formal acceptance tests performed on all aspects of the system 1. Security

2. Testing Components and Component Integration 3. Testing System Interfaces 4. Testing for 24x7 availability 5. Measuring response time, throughput and availability etc.

User Information Testing

1. The user documents, if applicable, will be reviewed for clarity, ease of use, details of all required system facilities, and details of all system error messages together with sufficient information to allow the replications of errors etc. The acceptance tests shall demonstrate that the Bidder has met each and every requirement specified within the contract and has delivered an effective operational system. Acceptance Milestones The acceptance test process will involve: 1. Vendor (Agency) and MPED signoff the acceptance test result (to be provided by the Agency) sheet for each site. 2. Agency and MPED signoff the final acceptance after the installation of system.

Location of Acceptance Tests All acceptance tests will be performed at office/s of MPED as indicated in the Schedule of Requirements. Acceptance Test Responsibilities Project Management Committee will be responsible for tests and also will be responsible for recommendations of the final rating of all acceptance test results

Page 17: hardware tender document

17

to MPED. At the end of acceptance test, MPED will provide either: A formal letter of acceptance if the Bidder has met contractual obligations, or A statement of which obligations have not been met and must be met before acceptance can be granted Fault Correction The Vendor will be responsible for correcting all faults found during the acceptance process at no extra cost to MPED. Complete System Acceptance

At the end of the System Acceptance period, MPED will acknowledge complete system acceptance in writing to the Vendor upon completion of the following:

All required activities as defined in the bid document including all changes agreed by MPED and delivered by the Vendor and accepted by MPED

All required system functionality as defined in the bid document including all changes agreed by MPED and delivered by the Vendor and accepted by MPED

All required documentation as defined in this bid document including all changes agreed by MPED and delivered by the Vendor and accepted by MPED

All required training as defined in this bid document including all changes agreed by MPED and delivered by the Vendor and accepted by MPED

All identified shortcomings/defects in the systems have been addressed to MPED’s complete satisfaction

The Vendor must agree to above criteria for complete system acceptance and further agree that:

It will provide without additional charge to MPED and in a timely manner, all additional services and products (hardware and Software (if applicable)) not identified and accounted within the proposal as may be necessary to correct

Page 18: hardware tender document

18

all problems which are preventing acceptance.

In order to accept the system, MPED

must be satisfied that all of the work has

been completed and delivered to MPED’s

complete satisfaction and that all aspects

of the system perform acceptably. The

functional/logical acceptance of the

system will only be certified when the

proposed system is installed and

configured at the sites according to the

design and all the detailed procedures of

operating them have been carried out by

the Bidder in the presence of MPED staff.

5. Integration of the required infrastructure

Vendor will support and provide

necessary inputs for Integrating the IT

Infrastructure by coordinating with

Application Developer for commissioning

and smooth maintenance of the system.

Hardware Integration will be taken up

only after Software Integration.

6. Operational Support and Maintenance (O and M)

The Vendor (Agency) shall provide

operational support and maintenance

services for a period of 60 months from

the date of Acceptance of Total Hardware

and Software including Application.The

Application shall be ported on the

supplied hardware within 4 months of the

installations at all sites. The Project will

be declared ‘Go-Live’ and this ‘Go-Live’

date will be the start of warranty of overall

system. The system administration,

security administration, database

administration, network administration

and end-user problem resolution are the

part of operational activity. The

Department will have the option to ask

the Vendor to provide such operational

support and maintenance services for a

further period of up to 12 months, for

which work contract will be issued on the

annual basis on the rates quoted by the

Vendor in the Price Schedule. The

operational support shall ensure that the

Page 19: hardware tender document

19

solution is functioning as intended and

attending to all the problems associated

in operation of the deployed system.

7. Solution Warranty The Vendor warrants that the systems

and overall solution supplied shall have

no defects arising from design or

workmanship or any act or omission of

the service provider. The warranty shall

remain valid for a period of 60 months

from the “Go-Live” date.

8. Comprehensive Training

The Vendor is required to train/retrain if

required the designated technical and

end-user staff to enable them to

effectively operate the system.

The Vendor shall also be responsible for

re-training the operators whenever

changes are made in the solution.

Deliverables for Activity 8:

1. Advance Administration training

for Data Centre Administrators for

10 Days to perform required

tasks.

2. User Training about 10

officers/employees in Class III and

above in MPED, in 2 batches for

deployed system

3. Syllabus and Manual for Training

plan for the departmental users to

be approved by Competent

Authority beforehand.

4. Issue supporting documentation

such as Training material, User

Manuals, Maintenance Manuals,

etc on 1:1 basis.

9. Solution Documentation

Preparation of documents including

Technical and User Manuals, Operational

Manual, Maintenance Manuals, etc.

Bidder shall obtain the sign-off from

Competent Authority for all the

documents submitted for the solution.

Deliverables for Activity 9:

1. Technical, Operational and User

Manuals for operation of the

deployed solution.

Page 20: hardware tender document

20

2. Maintenance manuals for Data

Centre and Networks.

3. Network Diagrams for Data

Centre and Networks

4. Documentation of IP and Subnet

Scheme, Routing Tables and

ACL etc. deployed for Intranet.

5. Documentation of all device

configurations such as firewall

etc.

The successful bidder would be

responsible to keep the entire

above document current for the

total period of support. Bidder is

required to furnish its policy to

achieve the same.

Page 21: hardware tender document

21

4. SECTION IV: Hardware Specifications

Hardware and Networking Components Specifications

4.1) Data Base Server

Feature Description

Server RISC / EPIC Based 64 Bit Processor architecture RISC/EPIC/CISC based 64-bit processor architecture

CPU Speed 1.6 GHz or higher. Vendor should offer the highest clock speed and cache supported on the offered model with latest supported server chipset offered by the vendor.

Offered Servers should have Binary compatibility with the earlier and later generations of processors and Operating System.

Offered Servers should have Hardware Service Processor Support and Diagnostics.

System Performance The populated Server should offer estimated 300000 TPMC upgradeable to 600000 ratings and should be verifyable. Accordingly the No. of CPUs to be Configured The populated Server should offer estimated 300000 TPMC upgradeable to 500000 ratings and should be verifyable. Accordingly the No. of CPUs to be Configured.

TPMCs claimed by each vendor must be derived from published benchmark for the system offered. If the benchmark for the system is not available on the website then the TPMC claimed should be in line with the published benchmark for a more high-end system than the offered server. TPMCs claimed by each vendor must be derived from published benchmark for the system offered. Or OEM should certify its estimated TPMC m than the offered server.

In box Upgradability 100%

Cache L3 cache - at least 24 MB or more L3 cache - at least 18 MB or more

Memory Type To be populated with 32 GB DDR2 RAM

Memory Scalability Scalability upto 256 GB DDR2 RAM

Internal Disks Populated with 4 nos. of 146 GB 15 krpm SCSI/FC/SAS hard disks

I/O Slots Atleast 5 nos. of PCI-X/PCI-Express full-length slots upgradable to 12

LAN Connectivity 4 nos. of Auto sensing 10/100/1000 Ethernet ports with 2 nos. of thernet Adapters

SAN Connectity 4 nos. of 4 Gbps Fibre Channel ports with 2 nos. of HBAs

Removable Media Internal DVD-ROM Drive of latest speed

Internall SCSI/SAS DAT Drive of 36/72 GB

Integrated I/O 2 nos. of 10/100/1000 Mbps Ethernet Ports

Atleast 2 nos. of SCSI/FC/SAS Controllers

Atleast 3 nos. of USB ports

2 nos. of RS-232 serial port for general Use

2 nos. of 10/100Base-T LAN for Remote Management

Partition Mandatory support for Sub-CPU partition and and Whole CPU partition with separate OS instance for each partition

Power & Cooling Redundant Hot Swappable Power Supply & Fans

Racking Server should come with Field Rack Kit

Operating System RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE, Application Clustreing at O S Level

- Dynamic deallocation of PCI slots, (DELETED)

- Dynamic deallocation of RAM,

- Dynamic deallocation of CPU

- Dynamic deallocation of HDD

- Hot swap HDD,

- Hardware RAID,

- Redundant power supplies and cooling fans,

- Dynamic resource management & utilization capability,

- Advanced remote system management capabilityShould be supported

- Error Detection and Notification

Servers offered Should have Support for

- Real time System Monitoring

Warranty On-Site 24x7 for 5 years.

Page 22: hardware tender document

22

4.2) Application Server (Rack mountable 4 U)

Feature Description

CPU Two Intel Xeon MP E7310 1.60 GHz, 4MB cache, 1066MHz FSB Quad core processor or better capable of Quad processing (supplied with 2 Quad core processors as standard, Expandable up to 4 Processors)

Memory 32 GB 667 MHz DDR2 FBD RAM upgrade ability option up to max. 256 GB.

DIMM Slots 8 DIMM Slots to facilitate easy upgradeability and free slots

Raid Hardware RAID 0,1,5 support Controller with Min 256 MB cache (ADDED) Controller with minimum 256 MB cache with support for RAID 0, 1, 5

Mother Board Intel 7300 chipset based Motherboard

Fiber Connect Dual Port Fiber Adapter to connect to SAN

HDD 4 x 146 GB, 15000 rpm SAS Hot Plugable.

Form Factor 4U Between 2U and 5U

Ethernet Interface Integrated Dual Gigabit Ethernet controllers with IO/AT support on Linux & Windows environment

VGA At least 16 MB integrated on motherboard

PCI Slots 1 PCI 32bit, 2 PCI-X 64bit & 2 PCI-e x4 Slots 1 PCI 32bit/PCI Express, 2 PCI-X 64bit & 2 PCI-e x4 Slots

Ports 1serial port, 4+2 USB, 2* PS/2

Keyboard 107 keys OEM PS/2 107 keys PS/2

Mouse OEM PS/2 optical 2 button wheel mouse PS/2

Optical Drive Slim DVD/ CD-RW drive

Power Supply 1+1 Hot Swappable Redundant Power Supply

Cabinet Features Cabinet should have min. 2 System fans with fan speed monitoring.

Mgmt Features CPU Process utilization, device lock, HDD change alert, Autonomous Hardware Event Logging, remote reboot and power off, threshold setting, onboard network controller should be capable of supporting Input-output acceleration technology that is capable of enhancing the network data transfer speed with bypassing the CPU.

Operating System RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE, Application Clustreing at OS Level

Design standard and safety Statndard

UL,FCC,ROHS

Warranty On-Site for 5 years comprehensive

Page 23: hardware tender document

23

4.3) Web Server ((Rack mountable)

Feature Description

CPU 2 x Intel Quad core Xeon E5405 series, scalable upto 4 Processors 2 x Intel Quad core Xeon E5405 series.

Memory 32 GB, FBDIMM DDR2 667 MHz ECC DDR Memory with 64 GB Memory Upradability

DIMM Slots 8 DIMM Slots to faclitate easy upgradability and free slots

Chipset Intel 5000 Series Server class chipset

Mother Board Server Class Mother Board with Server Class Chipset 5000 series having a minimum of 2 PCI slots including next generation 1 no. PCI-express slots and supporting upto 1333 MHz FSB

HDD 4 X 300 GB SAS Hot swap 15k RPM HDDs

Disk Controller Integrated 4 Port SATA II controller SAS Contoller for the SAS HDD. Dual Channel/8-Port

Raid Hardware RAID 0,1,5 support

Form Factor 4U Between 2U and 5U

Ethernet Interface Integrated dual Gigabit ethernet controllers with IO/AT support on Linux & Windows environment Integrated dual Gigabit ethernet controllers with IOAT/TOE support on Linux & Windows environment

VGA At least 16 MB integtrated on motherboard

PCI Slots

4 PCI Express Additional 4 PCI Express(other than 2 on Mother board)

Ports 1serial port, 4+2 USB, Dual Gigabit Ethernet ports, 2* PS/2, 1* VGA

Keyboard 107 keys OEM PS/2 107 keys PS/2

Mouse OEM PS/2 optical 2 button wheel mouse PS/2

Optical Drive Slim DVD ROM drive

Cabinet Features Cabinet should have min. 2 System fans with fan speed monitoring.

Additional Features Virtualization technology, EIST and Execute disable bit

Mgmt Features CPU Process utilization, device lock, HDD change alert, Autonomous Harware Event Logging, remote reboot and power off, threshold setting, onboard network controller should be capable of supporting Input-output acceleration technology that is capable of enhancing the network data transfer speed with bypassing the CPU.

Operating System RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE, Application Clustreing at OS Level

Design standard and safety Statndard

UL,FCC,ROHS

Warranty On-Site for 5 years comprehensive warranty

Power Supply (ADDED)

Hot plug redundant Power Supply

Page 24: hardware tender document

24

4.4) Specification for Mail server (Rack mountable)

Feature Description

CPU 2 x Intel Xeon E5405 , 2.0GHz (1333 MHz FSB) with 12 MB L2 Cache Memory and EM64T

Memory 16 GB, FBDIMM DDR2 667 MHz ECC DDR Memory with 32 GB Memory Upradability on 8 DIMMs

DIMM Slots 8 DIMM Slots to faclitate easy upgradbility

Chipset Intel 5000 Server class chipset

Mother Board Server Class Mother Board with Server Class Chipset 5000 series having a minimum of 6 PCI slots including next generation PCI-express slots and supporting 667,1066 and 1333 MHz FSB Server Class Mother Board with Server Class Chipset 5000 series having a minimum of 2 PCI slots/PCI-express slots and supporting 667,1066 and 1333 MHz FSB

Disk Drives 2 x 176 GB SAS 15K RPM HDDs 2 x 146 GB SAS 15K RPM HDDs

Disk Controller Integrated SAS controller with RAID 0 & 1support

Form Factor 4U Between 2U and 5U

Ethernet Interface Dual Gigabit ethernet controllers with IOAT support on Linux & Windows environment Integrated Dual Gigabit ethernet controllers with IOAT/TOE support on Linux & Windows environment

VGA At least 16 MB integtrated on motherboard

PCI Slots 4 * PCI express

Ports 1 serial ports, 6 USB, Dual Gigabit Ethernet ports, 2* PS/2, 1* VGA

Keyboard

107 keys OEM PS/2 107 keys PS/2

Mouse OEM PS/2 optical 2 button wheel mouse PS/2

Optical Drive DVD ROM

Power Supply Hot Swappable Redundant Power supply

Cabinet Fans Cabinet should have min. 3 Hot Swappable fans.

Management Features

CPU Process utilization, device lock, HDD change alert, Autonomous Harware Event Logging, remote reboot and power off, threshold setting, onboard network controller should be capable of supporting Input-output acceleration technology that is capable of enhancing the network data transfer speed with bypassing the CPU.

Operating System RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE, Application Clustreing at OS Level

Design standard and safety Statndard

UL,FCC,ROHS

Warranty On-Site for 5 years comprehensive

Page 25: hardware tender document

25

4.5 a) DNS/ DHCP Server (Rack mountable)

Feature Description

CPU Intel Quad core Xeon E5405 series, scalable upto 2 Processors

Memory 16 GB, FBDIMM DDR2 667 MHz ECC DDR Memory with 16 GB Memory Upradability

DIMM Slots 8 DIMM Slots to faclitate easy upgradability and free slots

Chipset Intel 5000 Series Server class chipset

Mother Board Server Class Mother Board with Server Class Chipset 5000 series having a minimum of 2 PCI slots including next generation 1 no. PCI-express slots and supporting upto 1333 MHz FSB

HDD 2 X 146GB SAS Hot swap 15k RPM HDDs

Disk Controller Integrated 4 Port SATA II controller SAS controller for the SAS HDD. Dual Channel/8-port.

Form Factor 4U Between 2U and 5U

Ethernet Interface Integrated dual Gigabit ethernet controllers with IO/AT support on Linux & Windows environment Integrated dual Gigabit ethernet controllers with IOAT/TOE support on Linux & Windows environment

Additional LAN Connectivity Dual port Gigabit Ethernet adaptor

VGA At least 16 MB integtrated on motherboard

PCI Slots 1 PCI 32bit, 2 PCI-X 64bit & 2 PCI-e x4 Slots. 1 PCI 32bit/PCI Express, 2 PCI-X 64bit & 2 PCI-e x4 Slots.

Ports 1serial port, 4+2 USB, Dual Gigabit Ethernet ports, 2* PS/2, 1* VGA

Keyboard 107 keys OEM PS/2 107 keys PS/2

Mouse OEM PS/2 optical 2 button wheel mouse PS/2

Optical Drive Slim DVD ROM drive

Cabinet Features Cabinet should have min. 2 System fans with fan speed monitoring.

Mgmt Features CPU Process utilization, device lock, HDD change alert, Autonomous Harware Event Logging, remote reboot and power off, threshold setting, onboard network controller should be capable of supporting Input-output acceleration technology that is capable of enhancing the network data transfer speed with bypassing the CPU.

Operating System RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE, Application Clustreing at OS Level

Design standard and safety Statndard

UL,FCC,ROHS

Warranty On-Site for 5 years comprehensive

Power Supply (ADDED)

Hot plug redundant Power Supply

Page 26: hardware tender document

26

4.5b) FTP Server (Rack mountable)

Feature Description

CPU Intel Quad core Xeon E5405 series, scalable upto 2 Processors

Memory 16 GB, FBDIMM DDR2 667 MHz ECC DDR Memory with 16 GB Memory Upradability

DIMM Slots 8 DIMM Slots to faclitate easy upgradability and free slots

Chipset Intel 5000 Series Server class chipset

Mother Board Server Class Mother Board with Server Class Chipset 5000 series having a minimum of 2 PCI slots including next generation 1 no. PCI-express slots and supporting upto 1333 MHz FSB

HDD 2 X 146GB SAS Hot swap 15k RPM HDDs

Disk Controller Integrated 4 Port SATA II controller SAS controller for the SAS HDD. Dual Channel/8-port.

Form Factor 4U Between 2U and 5U

Ethernet Interface Integrated dual Gigabit ethernet controllers with IO/AT support on Linux & Windows environment Integrated dual Gigabit ethernet controllers with IOAT/TOE support on Linux & Windows environment

VGA At least 16 MB integtrated on motherboard

PCI Slots 1 PCI 32bit, 2 PCI-X 64bit & 2 PCI-e x4 Slots. 1 PCI 32bit/PCI Express, 2 PCI-X 64bit & 2 PCI-e x4 Slots.

Ports 1serial port, 4+2 USB, Dual Gigabit Ethernet ports, 2* PS/2, 1* VGA

Keyboard 107 keys OEM PS/2 107 keys PS/2

Mouse OEM PS/2 optical 2 button wheel mouse PS/2

Optical Drive Slim DVD ROM drive

Cabinet Features Cabinet should have min. 2 System fans with fan speed monitoring.

Mgmt Features CPU Process utilization, device lock, HDD change alert, Autonomous Harware Event Logging, remote reboot and power off, threshold setting, onboard network controller should be capable of supporting Input-output acceleration technology that is capable of enhancing the network data transfer speed with bypassing the CPU.

Operating System RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE, Application Clustreing at OS Level

Design standard and safety Statndard

UL,FCC,ROHS

Warranty On-Site for 5 years comprehensive.

Power Supply (ADDED)

Hot plug redundant Power Supply

Page 27: hardware tender document

27

4.5 c) Antivirus Server ((Rack mountable)

Feature Description

CPU Intel Quad core Xeon E5405 series, scalable upto 2 Processors

Memory 16 GB, FBDIMM DDR2 667 MHz ECC DDR Memory with 16 GB Memory Upradability

DIMM Slots 8 DIMM Slots to faclitate easy upgradability and free slots

Chipset Intel 5000 Series Server class chipset

Mother Board Server Class Mother Board with Server Class Chipset 5000 series having a minimum of 2 PCI slots including next generation 1 no. PCI-express slots and supporting upto 1333 MHz FSB

HDD 2 X 146GB SAS Hot swap 15k RPM HDDs

Disk Controller Integrated 4 Port SATA II controller SAS controller for the SAS HDD. Dual Channel/8-port.

Form Factor 4U Between 2U and 5U

Ethernet Interface Integrated dual Gigabit ethernet controllers with IO/AT support on Linux & Windows environment Integrated dual Gigabit ethernet controllers with IOAT/TOE support on Linux & Windows environment

VGA At least 16 MB integtrated on motherboard

PCI Slots 1 PCI 32bit, 2 PCI-X 64bit & 2 PCI-e x4 Slots. 1 PCI 32bit/PCI Express, 2 PCI-X 64bit & 2 PCI-e x4 Slots.

Ports 1serial port, 4+2 USB, Dual Gigabit Ethernet ports, 2* PS/2, 1* VGA

Keyboard 107 keys OEM PS/2 107 keys PS/2

Mouse OEM PS/2 optical 2 button wheel mouse PS/2

Optical Drive Slim DVD ROM drive

Cabinet Features Cabinet should have min. 2 System fans with fan speed monitoring.

Mgmt Features CPU Process utilization, device lock, HDD change alert, Autonomous Harware Event Logging, remote reboot and power off, threshold setting, onboard network controller should be capable of supporting Input-output acceleration technology that is capable of enhancing the network data transfer speed with bypassing the CPU.

Operating System RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE, Application Clustreing at OS Level

Design standard and safety Statndard

UL,FCC,ROHS

Warranty On-Site for 5 years comprehensive.

Power Supply (ADDED)

Hot plug redundant Power Supply

Page 28: hardware tender document

28

4.5 d) Proxy Server ((Rack mountable)

Feature Description

CPU Intel Quad core Xeon E5405 series, scalable upto 2 Processors

Memory 16 GB, FBDIMM DDR2 667 MHz ECC DDR Memory with 16 GB Memory Upradability

DIMM Slots 8 DIMM Slots to faclitate easy upgradability and free slots

Chipset Intel 5000 Series Server class chipset

Mother Board Server Class Mother Board with Server Class Chipset 5000 series having a minimum of 2 PCI slots including next generation 1 no. PCI-express slots and supporting upto 1333 MHz FSB

HDD 2 X 146GB SAS Hot swap 15k RPM HDDs

Disk Controller Integrated 4 Port SATA II controller SAS controller for the SAS HDD. Dual Channel/8-port.

Form Factor 4U Between 2U and 5U

Ethernet Interface Integrated dual Gigabit ethernet controllers with IO/AT support on Linux & Windows environment Integrated dual Gigabit ethernet controllers with IOAT/TOE support on Linux & Windows environment

VGA At least 16 MB integtrated on motherboard

PCI Slots 1 PCI 32bit, 2 PCI-X 64bit & 2 PCI-e x4 Slots. 1 PCI 32bit/PCI Express, 2 PCI-X 64bit & 2 PCI-e x4 Slots.

Ports 1serial port, 4+2 USB, Dual Gigabit Ethernet ports, 2* PS/2, 1* VGA

Keyboard 107 keys OEM PS/2 107 keys PS/2

Mouse OEM PS/2 optical 2 button wheel mouse PS/2

Optical Drive Slim DVD ROM drive

Cabinet Features Cabinet should have min. 2 System fans with fan speed monitoring.

Mgmt Features CPU Process utilization, device lock, HDD change alert, Autonomous Harware Event Logging, remote reboot and power off, threshold setting, onboard network controller should be capable of supporting Input-output acceleration technology that is capable of enhancing the network data transfer speed with bypassing the CPU.

Operating System RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE, Application Clustreing at OS Level

Design standard and safety Statndard

UL,FCC,ROHS

Warranty On-Site for 5 years comprehensive

Power Supply (ADDED)

Hot plug redundant Power Supply

Page 29: hardware tender document

29

4.5e) Domain Controller Server ((Rack mountable)

Feature Description

CPU Intel Quad core Xeon E5405 series, scalable upto 2 Processors

Memory 16 GB, FBDIMM DDR2 667 MHz ECC DDR Memory with 16 GB Memory Upradability

DIMM Slots 8 DIMM Slots to faclitate easy upgradability and free slots

Chipset Intel 5000 Series Server class chipset

Mother Board Server Class Mother Board with Server Class Chipset 5000 series having a minimum of 2 PCI slots including next generation 1 no. PCI-express slots and supporting upto 1333 MHz FSB

HDD 2 X 146GB SAS Hot swap 15k RPM HDDs

Disk Controller Integrated 4 Port SATA II controller SAS controller for the SAS HDD. Dual Channel/8-port.

Form Factor 4U Between 2U and 5U

Ethernet Interface Integrated dual Gigabit ethernet controllers with IO/AT support on Linux & Windows environment Integrated dual Gigabit ethernet controllers with IOAT/TOE support on Linux & Windows environment

VGA At least 16 MB integtrated on motherboard

PCI Slots 1 PCI 32bit, 2 PCI-X 64bit & 2 PCI-e x4 Slots. 1 PCI 32bit/PCI Express, 2 PCI-X 64bit & 2 PCI-e x4 Slots.

Ports 1serial port, 4+2 USB, Dual Gigabit Ethernet ports, 2* PS/2, 1* VGA

Keyboard 107 keys OEM PS/2 107 keys PS/2

Mouse OEM PS/2 optical 2 button wheel mouse PS/2

Optical Drive Slim DVD ROM drive

Cabinet Features Cabinet should have min. 2 System fans with fan speed monitoring.

Mgmt Features CPU Process utilization, device lock, HDD change alert, Autonomous Harware Event Logging, remote reboot and power off, threshold setting, onboard network controller should be capable of supporting Input-output acceleration technology that is capable of enhancing the network data transfer speed with bypassing the CPU.

Operating System RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User Licence, Application Clustreing at OS Level

Design standard and safety Statndard

UL,FCC,ROHS

Warranty On-Site for 5 years comprehensive

Power Supply (ADDED)

Hot plug redundant Power Supply

Page 30: hardware tender document

30

4.5 f) Management Server ((Rack mountable)

Feature Description

CPU Intel Quad core Xeon E5405 series, scalable upto 2 Processors

Memory 16 GB, FBDIMM DDR2 667 MHz ECC DDR Memory with 16 GB Memory Upradability

DIMM Slots 8 DIMM Slots to faclitate easy upgradability and free slots

Chipset Intel 5000 Series Server class chipset

Mother Board Server Class Mother Board with Server Class Chipset 5000 series having a minimum of 2 PCI slots including next generation 1 no. PCI-express slots and supporting upto 1333 MHz FSB

HDD 2 X 146GB SAS Hot swap 15k RPM HDDs

Disk Controller Integrated 4 Port SATA II controller SAS controller for the SAS HDD. Dual Channel/8-port.

Form Factor 4U Between 2U and 5U

Ethernet Interface Integrated dual Gigabit ethernet controllers with IO/AT support on Linux & Windows environment Integrated dual Gigabit ethernet controllers with IOAT/TOE support on Linux & Windows environment

VGA At least 16 MB integtrated on motherboard

PCI Slots 1 PCI 32bit, 2 PCI-X 64bit & 2 PCI-e x4 Slots. 1 PCI 32bit/PCI Express, 2 PCI-X 64bit & 2 PCI-e x4 Slots.

Ports 1serial port, 4+2 USB, Dual Gigabit Ethernet ports, 2* PS/2, 1* VGA

Keyboard 107 keys OEM PS/2 107 keys PS/2

Mouse OEM PS/2 optical 2 button wheel mouse PS/2

Optical Drive Slim DVD ROM drive

Cabinet Features Cabinet should have min. 2 System fans with fan speed monitoring.

Mgmt Features CPU Process utilization, device lock, HDD change alert, Autonomous Harware Event Logging, remote reboot and power off, threshold setting, onboard network controller should be capable of supporting Input-output acceleration technology that is capable of enhancing the network data transfer speed with bypassing the CPU.

Operating System RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE, Application Clustreing at OS Level

Design standard and safety Statndard

UL,FCC,ROHS

Warranty On-Site for 5 years comprehensive

Power Supply (ADDED)

Hot plug redundant Power Supply

Page 31: hardware tender document

31

4.5 g) Staging Server (Rack mountable)

Feature Description

CPU Intel Quad core Xeon E5405 series, scalable upto 2 Processors

Memory 16 GB, FBDIMM DDR2 667 MHz ECC DDR Memory with 16 GB Memory Upradability

DIMM Slots 8 DIMM Slots to faclitate easy upgradability and free slots

Chipset Intel 5000 Series Server class chipset

Mother Board Server Class Mother Board with Server Class Chipset 5000 series having a minimum of 2 PCI slots including next generation 1 no. PCI-express slots and supporting upto 1333 MHz FSB

HDD 2 X 146GB SAS Hot swap 15k RPM HDDs

Disk Controller Integrated 4 Port SATA II controller SAS controller for the SAS HDD. Dual Channel/8-port.

Form Factor 4U Between 2U and 5U

Ethernet Interface Integrated dual Gigabit ethernet controllers with IO/AT support on Linux & Windows environment Integrated dual Gigabit ethernet controllers with IOAT/TOE support on Linux & Windows environment

Fiber Connect Dual Port Fiber Adapter to connect to SAN

VGA At least 16 MB integtrated on motherboard

PCI Slots 1 PCI 32bit, 2 PCI-X 64bit & 2 PCI-e x4 Slots. 1 PCI 32bit/PCI Express, 2 PCI-X 64bit & 2 PCI-e x4 Slots.

Ports 1serial port, 4+2 USB, Dual Gigabit Ethernet ports, 2* PS/2, 1* VGA

Keyboard 107 keys OEM PS/2 107 keys PS/2

Mouse OEM PS/2 optical 2 button wheel mouse PS/2

Optical Drive Slim DVD ROM drive

Cabinet Features Cabinet should have min. 2 System fans with fan speed monitoring.

Mgmt Features CPU Process utilization, device lock, HDD change alert, Autonomous Harware Event Logging, remote reboot and power off, threshold setting, onboard network controller should be capable of supporting Input-output acceleration technology that is capable of enhancing the network data transfer speed with bypassing the CPU.

Operating System RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE, Application Clustreing at OS Level

Design standard and safety Statndard

UL,FCC,ROHS

Warranty On-Site for 5 years comprehensive

Power Supply (ADDED)

Hot plug redundant Power Supply

Page 32: hardware tender document

32

4.5 h) Backup Server (Rack mountable)

Feature Description

CPU Intel Quad core Xeon E5405 series, scalable upto 2 Processors

Memory 16 GB, FBDIMM DDR2 667 MHz ECC DDR Memory with 16 GB Memory Upradability

DIMM Slots 8 DIMM Slots to faclitate easy upgradability and free slots

Chipset Intel 5000 Series Server class chipset

Mother Board Server Class Mother Board with Server Class Chipset 5000 series having a minimum of 2 PCI slots including next generation 1 no. PCI-express slots and supporting upto 1333 MHz FSB

HDD 4 X 146GB SAS Hot swap 15k RPM HDDs

Fiber Connect Dual Port Fiber Adapter to connect to SAN

Disk Controller Integrated 4 Port SATA II controller SAS controller for the SAS HDD. Dual Channel/8-port.

Form Factor 4U Between 2U and 5U

Ethernet Interface Integrated dual Gigabit ethernet controllers with IO/AT support on Linux & Windows environment Integrated dual Gigabit ethernet controllers with IOAT/TOE support on Linux & Windows environment

VGA At least 16 MB integtrated on motherboard

PCI Slots 1 PCI 32bit, 2 PCI-X 64bit & 2 PCI-e x4 Slots. 1 PCI 32bit/PCI Express, 2 PCI-X 64bit & 2 PCI-e x4 Slots.

Ports 1serial port, 4+2 USB, Dual Gigabit Ethernet ports, 2* PS/2, 1* VGA

Keyboard 107 keys OEM PS/2 107 keys PS/2

Mouse OEM PS/2 optical 2 button wheel mouse PS/2

RAID Support for RAID 0, 1, 5 with SAS Drives

Optical Drive Slim DVD ROM drive

Cabinet Features Cabinet should have min. 2 System fans with fan speed monitoring.

Mgmt Features CPU Process utilization, device lock, HDD change alert, Autonomous Harware Event Logging, remote reboot and power off, threshold setting, onboard network controller should be capable of supporting Input-output acceleration technology that is capable of enhancing the network data transfer speed with bypassing the CPU.

Operating System RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE, Application Clustreing at OS Level

Design standard and safety Statndard

UL,FCC,ROHS

Warranty On-Site for 5 years comprehensive.

Power Supply (ADDED)

Hot plug redundant Power Supply

4.5 i) KVM Switch:

8 Port KVM Switch with necessary cables, connectors and consoles.

Page 33: hardware tender document

33

4.6) System Software Components No. System Software Name Purpose

1 Oracle Database – Enterprise Edition DB

2 Oracle Real Application Cluster DB availability

3 Diagnostic Pack-Database DB Performance + management

4 Tuning Pack-Database DB Performance + management

5 Partitioning Performance Optimization

6 Web Logic Application Server – Premium Edition J2EE Container + Integration

7 Crystal Reports Developer pack Qnty-1 Reporting Tool

8 Oracle Software update licence and Support for 5 years Annual Technical Support.

9 Web Logic Application Server ATS for 5 years Annual Technical Support

10 Hibernate Standard Subscription for 5 years Annual Technical Support

Application Server and Database Server have to run on active-active clustered mode

4.7) Specification for Fiber Channel SAN Solution Specifications for Minimum 5 TB Usable FC SAN Solution

S.N. Feature Required Product Specifications

1 Rack Mount The Proposed SAN Array must be rack mounted (Adequate rack should be supplied)

2 Controller

The Disk Storage array shall support Dual Redundant, hot-pluggable; Active-Active array controllers with latest generation PCI Express interconnect technology for high performance and reliability. Hardware RAID should be achieved using the controllers, which should use a combination of hardware and array microcode/operating environment, to ensure performance and data integrity.

3 Front & Back End FC Connectivity

The Proposed SAN Array should be configured with minimum 4 x 4Gbps FC front end host / switch ports and minimum 2 x 4 Gbps back end disk ports, spread across Dual controllers. This is to confirm that the no of backend ports are 2, i.e. one port per controller .The system shall be configured so that failure of one port does not become a single point of failure.(ADDED)

5 Cache

The Proposed SAN Array should be configured with at least 2GB cache across dual controllers with dual cache mirror interconnect paths. The same should be scalable in future to 16GB Cache across dual controllers. Cache should be mirrored between the Active- Active controllers on separate Inter controller paths. The inter controller paths should be redundant (at least 2 paths) to prevent disruption if one path fails and the interconnect technology should be on a 4Gbps backbone. The cache is revised to 4GB across dual controller, i.e. 2GB cache per Controller. The rest of specifications remain unchanged.

Page 34: hardware tender document

34

6 Disk Support

The Proposed SAN Array should be able to support minimum of 100 disks in the array supplied from Day One and should be expandable in future. Maximum Expansion to be specified in the Remarks Section. Maximum possible expansion will be part of Technical Evaluation also. Scalability of 30 TB is the minimum requirement.

7 Required Disk Space

The Proposed SAN Array should be configured with minimum: � 30 Nos. of 300 GB, FC, 15K RPM, 4 Gbps, Dual Ported Drives � Minimum 5 TB Usable Capacity is required on Raid 5 (4+1) (DELETED) � Above-mentioned Usable Capacity requirements are exclusive of all

necessary required Global hot spares. Hence each spindle capacity type required above should have independent pool of minimum required global hot spares

8 RAID

The Proposed SAN Array should support RAID Levels: 0, 1, 1/0, 3, 5 & 6. If any of the mentioned Raid Groups are not supported by the Bidder/OEM, then kindly propose equivalent features, with supporting whitepaper validation documents from third party agencies. Specification for Fiber Channel SAN Solution RAID 6 is required for protection against dual disk failure.Hence it is required for high availability.There is no change except removing RAID 3 (ADDED)..

9 OS Support

Support for Windows 2000/2003, HP-UX, IBM AIX, LINUX, Solaris OS. Vendors to provide a detailed interoperability list of supported configurations (including OS, HBAs, switches, cluster software, firmware, etc.) and the same should also be available to the customer for quick reference on the vendor’s public domain.

10 Virtual LUN migration

It should provide the following flexibility within the storage system while applications are online with continued data access to the same LUNs (at the LUN granularity level):

a) to migrate LUNs within the array to balance performance across spindles

b) To move data within the array between drives of different capacities & types

c) to migrate LUNs from one level of RAID protection to another (e.g. RAID 5 to RAID 1/0).

11 Redundancy Provision for Redundancy of Disk Drives, Controllers, Fans & Power Supplies

12 Cache Data Backup

In case of power failure, the SAN array must be provided with cache protection mechanism to ensure no loss of data in cache (Cache De-Stage), irrespective of duration of power outage or for minimum 72 hrs. Cache Data Backup:U Both Cache destaging as well as 72 Hours battery backup is acceptable as alternative option (ADDED)

13 SAN security

The Proposed SAN Array should provide mapping of host to LUN, LUN Masking, Audit Logging, Security Administrator role, IP filtering and 2048bit asymmetric encryption support The Proposed SAN Array should provide mapping of host to LUN, LUN Masking and Audit Logging.

14 Dynamic LUN Expansion

The Proposed SAN Array must support storage virtualization via online expansion of LUN’s through both concatenation as well as striping methods.

Page 35: hardware tender document

35

15 Upgradeability / Investment Protection

The Proposed SAN Array should be field upgradeable to higher model in the family through data-in-place upgrade without requiring forklift upgrade of the SAN Arrays. The proposed SAN Arrays should also support NAS Gateway connectivity via FC SAN Switches without requiring forklift upgrade of the SAN Arrays or any Software

16 Management Software

The SAN Management software should be array based and provide GUI / web based management with complete Reporting features like LUN Usage, Empty Space etc. Alternately the SAN management console should be offered in high availability mode so as to ensure that failure of the console does not impact the ability to manage the SAN storage array.

17 Remote Diagnostics

The Proposed SAN Array should support Web based, Email facility for remote service & also support dial-in / dial-out to report errors and warnings.

18 Connectivity The Proposed SAN Array should be able to connect 4-6 hosts on Fiber Channel through Dual Redundant 8 Port, 4Gbps FC Switches with requisite 10 Mtr LC-LC Cables & Accessories (required in pair) .

19

PIT / Snapshot / Clone Software

The SAN Array should support optional Snapshot or Point-in-time Copy functionality for snapshot and full copy of the production LUN’s / volumes.

20

HBA Load balancing, Multi pathing and Auto Failover software

The storage solution should support specialized host-based HBA Load Balancing, Multi pathing & Auto Failover software along with the Storage system for various Operating Systems including but not limited to those mentioned above. Relevant software for this functionality should be proposed for all servers connected to the SAN with dual or more HBAs. Vendors should offer specialized host-based software, not just native OS-based failover drivers/functionality such as MPIO / MPxIO / PVLinks / QLogic FO driver etc.

21 Disaster Recovery Support

The Storage Array should support storage-based data replication in both synchronous, asynchronous mode.

22 SAN Switch

The Proposed SAN Switches should have minimum configuration as below : � 8 x 4 Gbps FC Ports Active Per Switch with expansion possibility of 8

Additional Ports of 4 Gbps FC � 16 ports of 4 Gbps FC with scalabilty of 32 ports per switch. � All Ports Should be auto-sensing 1, 2, and 4 Gbit/sec Fibre Channel � Native E_Port switch Interoperability � 4-port increments through Ports on Demand LICENCEs � Minimum Aggregate bandwidth should be 128 Gbit/sec end to end � Maximum fabric latency should be not more then 1.2 µsec with no

contention, cut-through routing at 4 Gbit/sec � Should support Media types like Small Form-factor Pluggable (SFP)

laser, Short-wave up to 500 meters (1640 feet) and Long-wave up to 10 kilometers (6.2 miles);

23

Warranty, Compliance, ISO and Support

5 Yrs. 24x7x4 On Site Hardware Warranty & 5 yr Software Warranty and Compliance should be on OEM Letter Head. Products should be manufactured under ISO 9001 &14001 units. Pls. provide the valid certificates.

4.8 ) SAN Switches 4 (four) Gbps Fiber Switches, 12 ports or more & relevant S/w with LICENCEs for integration of Servers with Storage. (DELETED)

Page 36: hardware tender document

36

4.9) Tape Library (To be connected to SAN)

Specification Description/Requirement

Tape Autoloader The Tape system should be configured with Two LTO Gen4 Fibre drives and 30 slots and should be scalable to 6 drives and 120 slots.

Bar code reader Bar code reader to be provided

Catridge Capacity Each cartridge should be have at least of 800 GB of native capacity

Data Transfer The Data transfer rate should be at least 120 Mbps uncompressed. Vendor to mention the maximum possible.

Compression 2:1 compression should be possible

Reliability a) The tape media should offer reliability such as servo tracks and read after write verify. b) It should support redundant power supplies and fans.

Management Features

Remote Management software should be supported that helps monitoring of tape library

Standards The tape library should be SNMP and SMI-S compliant

No. of Catridge media

40 Nos. of Bar coded Gen 4 cartridges of 800/1600 GB capacity to be provided along with the Tape Subsystem.

4.10) Backup Software as per specifications

Sl. No. Minimum Specification

1 Should be available on various OS platforms such as Windows 2000/ NT, Linux and UNIX platforms and be capable of supporting backup / restores from various platforms including TRU64 UNIX, HP-UX, IBM AIX, Linux, NetWare. Both Server and Client software should be capable of running on all these platforms

2 The backup solution should also support online backup of databases through appropriate agents.

3 Should have built-in centralized management feature by which all Backup servers can be managed from central location.

4

Ability to backup data from one platform and restore it from another to eliminate dependence on a particular OS machine and for disaster recovery purposes. For example Data backed up from AIX attached tape can be restored through Windows attached tape drives (of course same tape drive) in case AIX server or interface is faulty.

5 Software should have full command line support on above mention operating systems.

6 The backup software should be able to encrypt the backed up data using 256-bit AES encryption.

7 Should have SAN support on above mention operating systems. Capable of doing LAN free backups for all platforms mentioned above.

8 Should have built-in Alert support. This feature should support e-mail, SMS broadcast messages etc.

9 Software should support cross platform Device & Media sharing in SAN environment.

10 Software should have Multi-streaming backup facility. Backup multiple clients’ data on the tape simultaneously.

11 Should have cross platform Domain Architecture for User management.

12 Should have in-built media management & rotation schemes, Should have in-built scheduling system and should have firewall support.

13 The Backup software should have the ability to report inactive files, which will help the customer decide what to backup/archive.

14 Should support backups for clustered servers and support industry popular clusters like HACMP Sun cluster, MSCS, HP service guard, EMC cluster, i.e. should have the ability to backup data from clustered

Page 37: hardware tender document

37

servers from the virtual client, backing up data only once and giving consistent backup in case of failover of nodes.

15 The software should support virtual platform like VMware and should also support software distribution.

16 Should support “Hot-Online” backup for different type of Databases such as IBM DB2, Oracle, MS SQL, Sybase etc.

17 Should support LAN-free Backup / Restore capabilities.

18 Should support clustered configurations of the backup application in a cluster. I.e. backup application should failover as a highly available resource in a cluster.

19 Software should have an inbuilt feature for Tape to tape copy feature (cloning, within the tape library) to make multiple copies of the tapes without affecting the clients for sending tapes offsite as part of disaster recovery strategy.

20 Pricing of the software not to be dependant on the number of CPUs of the UNIX machines. Upgrading the UNIX machines and increasing CPU should not have any commercial implications in terms of renewing LICENCEs or buying additional LICENCEs.

21 Should have the optional ability of staging the backup data on a disk and then de-stage to a tape based on the policy for faster backups.

22 Should support Advance backup to disk backups where backups and restores from the backup media (disk in this case) can be done simultaneously.

23 Should have the ability to configure retries for backups of a client in case the client is not available on the network due to reboot or network failures.

4.11) Gateway ANTI-VIRUS AND ANTI-SPAM

General Features

Antivirus Features

The solution must support mass mailing virus detection

The solution must support mail attachment virus detection

The solution must support Malformed Mail format detection

The solution must have a built in Safe Stamp feature

The solution must have its own Updated Recommended Virus Extensions

The solution must support at least 19 types of Compression algorithms

Files / Email / Messenger scanning - remove viruses from email and instant messaging

Built-in Firewall protection - prevent unknown threats from entering your PC

Rootkit detection

Support Windows® /XP Pro/Vista/2000/2003 and PDA operation systems such as Windows Mobile, Symbian and etc.

Email scanning supported for POP3-compatible email clients

Automatic updates

AntiSpam Features

The solution must support Heuristics-based mail header detection for Spam

The solution must support Heuristics-based scanning of the mail body for Spam

The solution must support administrator defined Anti-Spam exception list (approved list)

The solution must support administrator-defined non-approved list of known spammers.

The solution should be able to detect Spam based on multiple categories (such as general, commercial email, Get rich quick, pornography, Racially insensitive content).

The solution should be able to take action based on the category in which Spam is detected.

The solution must be able to take different action based on the different sensitivity level of Spam detection.

The solution must provide alerts based on action taken on the Spam mail

Page 38: hardware tender document

38

Content Filtering Features

The solution must support Content Filtering

The solution must support Keyword search in message body

The solution must support Attachment scanning for MS Office

The solution must be able to scan by message subject, header, body, and attachment objects

The solution must support Attachment Filtering

The solution must be able to block attachment by file name and extension

The solution must be able to block attachment by real file type (file header based checking)

The solution must be able to block attachment by number

The solution must be able to strip off attachments

The solution must be able to block message by mail size

The solution must be able to block message by attachment size

The solution must support Anti-Spam filtering

The solution must have its own Spam list that should be updated automatically

The solution must have the ability to add legal disclaimers to the message

The solution must be able to postpone sending of over size message

The solution must support recognition of common faults in email

The solution must support Recursive Analysis on message

The solution must Recognize Document formats

The solution must Recognize Image formats

The solution must Recognize Multimedia formats

SMTP Features

The solution must have a Built-in SMTP Engine

The solution must be able to restrict connections by hosts or IP range

The solution must be able to restrict data size per session

The solution must support Domain Based Routing and delivery by DNS

The solution must be able to restrict number of messages per Connection \

The solution must be able to restrict number of Recipients per Message

The solution must support Relay Restrictions - by hosts or IP range

Management Features

The solution must support secure remote access via web browser

The solution must support multiple remote installations

Mail Queue Management

The solution must have an option to view mail delivery queue

The solution must have the ability to check if a mail has been delivered

Quarantine Management

The solution must support multiple quarantine areas

The solution must be able to release/reprocess quarantined mails

The solution must have the ability to see why mails are quarantined and Search quarantined mails by sender/recipient/subject

The solution must support quarantine of unrecognized data format

Performance Enhancements

The solution must support Memory Scanning

Events/Alert/Error Notification

The solution must be able to Notify Sender, Receiver, and Administrator

The notification message should be configurable

Notification Methods should include E-Mail Notification, SNMP & Pager

Logging

The solution must have multiple logging levels: Normal, Operational, and Diagnostic

Page 39: hardware tender document

39

The solution must have MTA/MDA Logging

The solution must have Virus Activity logging

The solution must have Email Policy Violation logging

Updating

The solution must support Automatic/Manual update of Pattern files, Scan Engine and Anti-Spam list with an option of hourly update.

Specifications For Centralised Management Console

Shall manage the anti-virus programs on the network from a single web-based console.

Shall provide network wide virus statistics and analysis.

Shall allow automatic, single point updates of virus pattern files for all the antivirus products from the same vendor.

Must be able to do centralized update to all anti-virus programs on the network.

Shall support Microsoft Internet Explorer browser, using Active X and Java.

It shall be able to monitor remote locations over WAN links for anti virus activity.

Shall provide Incident monitoring and notification

System reporting shall provide Information collected throughout network for analysis of activity; graphical report generation (templates provided)

Shall eliminate the need for platform-specific computer skills when administering the variety of anti-virus programs often found on the network.

Shall install on an NT/2000 server then deploy Agent that register every anti-virus product detected on the network.

Shall be interactive and event-driven communication minimizes network traffic.

Shall allow administrators to enforce an enterprise-wide virus protection policy from one GUI monitor.

Shall provide proactive attack process management, focused on getting attack specific information and policy file to IT administrators before new pattern file available

Shall be able to perform all necessary outbreak related tasks from a single interface

It should support central deployment of Outbreak Prevention Policies to all the managed anti virus products

Shall be able to have Different operator assigned separate access to individual location for job delegation and separation of task and responsibility

Shall utilize Secure communications between Management Server and managed product(s)

Shall be able to Customize software update deployment plans

Specifications For Anti Virus Software For Email & Groupware Applications

Shall be able to scan through minimum of 19 types of compression formats. (Crucial because attachments over e-mail are sent with different compression formats.)

Shall be able to scan through minimum of 20 levels of compression.

shall be able to scan for HTML and VBScript Viruses.

Shall scan for malicious applets and ActiveX controls.

Shall provide mechanism for scanning and remove SPAM (unsolicited junk mail) with the help of rule based scanning to control spam.

Shall provide mechanism for scanning and remove “Offensive” and “Sensitive Contents”.

Shall provide configurable backup option before action is take place.

Shall provide Heart-Beat status check of Real-time scan.

Shall provide Real-Time scanning and cleaning of message body for virus

Shall provide Real-time product Performance Monitor of e-mail statistic.

Shall provide Heuristic/Rules Based Scanning.

Shall scan File Attachment Blocking by extension, file name etc.

Shall provide for following administrative features:

Page 40: hardware tender document

40

Shall provide domain based central management.

Shall provide for following virus notification options :-

(i) Shall notify Virus Outbreak Alert.

(ii) Shall provide Configurable Conditional Notification.

Shall provide for following logging features :-

(i) Shall provide search options by dates.

(ii) Shall provide central log across multiple server.

(iii) Shall provide complete backup log.

(iv) Shall provide complete Quarantine log.

(v) Shall maintain complete updated log of scan engine, pattern and patch files.

Shall provide for following updating features :-

(i) Shall provide automatic/scheduled scan engine update.

(ii) Shall provide automatic/scheduled patch files/versions update.

(iii) Shall be able to “Rollback” previous pattern files and scan engines from the management console.

Shall provide Mass-mailing Virus detection and removal

shall be able to scans only those file types which are potential virus carriers (based on true file type)

Able to scan all email traffic using multi-threaded process

Able to perform different scan Actions based on the virus type (Trojan/ Worm, Joke, Hoax, Virus, other)

Able to provide a Remote Configuration via Web Management Console

Allows administrators to quarantine and store attachments before a new pattern file is available; options to scan messages once the pattern file is available

Allows administrators to easily view information on quarantined emails and attachments.

Options to resend, forward and delete the quarantine items or forward to an administrator mailbox

Shall have Built-in Debug and Diagnostic tools, and context- sensitive help

Shall support automated Outbreak Prevention Services, which is initiated from the management console and is able to block Emails by subject line and attachment name.

Database Selection Scanning – Scans selected database from entire Exchange tree or individual store database

Trusted IP Zone - allows administrator to configure IP addresses or a range of IP for SMEX Web console access.

Shall perform complete scanning of the Exchange 2000 Web Store database after installation

Specifications For Anti Virus Software To Protect Lan Servers

Shall provide domain based central management – organize and manage computers in logical domains.

Shall support Web-based centralized management from the Management Console.

Shall support pattern file roll-back – shall be able to return to past pattern file if problem with new file.

shall be able to remotely uninstall the antivirus software.

Shall offer secure web-based central management.

Shall pre-schedule automatic scan and delivery of updates.

Shall download and distribute virus patterns automatically.

shall support the following platforms: Windows NT/2000 (x86), Netware, Linux (real- time scan), EMC Celerra & NetApp Filer

Shall be ICSA – certified.

Shall be able to scan through minimum of 19 types of compression formats. (Crucial because attachments over e-mail are sent with different compression formats.)

Able to perform different scan Actions based on the virus type (Trojan/ Worm, Joke, Hoax, Virus, other)

shall be able to scan only those file types which are potential virus carriers (based on true file type)

The solution shall be able to block specified ports on all the servers to stop the proliferation of Network viruses which use ports to spread after entering the Network

Page 41: hardware tender document

41

The solution shall be able to block Network Shares on all the servers to stop the proliferation of Network viruses which use Network Shares to spread after entering the Network

Shall be able to support automated attack-specific policy recommendations before a new pattern file is available.(Outbreak Prevention Services)

shall be able to support remote deployment and execution of damage cleanup tools (Damage Cleanup Services)

Shall provide Real-time Reporting and Updates

Shall be certified by the following vendors & products:

Microsoft Windows 2000 Server, Advanced Server & Datacentre Server

Citrix Metaframe Server

IBM xSeries Server

HP/Compaq Datacentre Server

System does not require restarting of the Virus Scanning service after a Pattern update

shall be able to scan Object Linking and Embedding (OLE) File

4.12) Desktop PC

Processor Intel Core2 Duo E4300 Processor (1.8 GHz, 2 MB L2 Cache, 800 MHz FSB)

Chipset Intel Q965 or higher Intel Chipset

Motherboard Intel original or OEM mother board

Memory 512 MB DDR2 SDRAM @ 667 MHz Expandable to 4 GB

Hard Disk Drive 80 GB SATA-II SMART III 10000 rpm

Optical Drive 52 X CD ROM 52X Drive.

Graphics Integrated (on board) Intel Media GMA 3000

Audio Integrated (on board) Audio controller with Internal speaker.

Ethernet Integrated (on-board) 10/100/1000 controller with WOL, ASF 2.0 & PXE

Bays Minimum: 3 (with support for 2 internal Hard drives)

Slots Minimum: 4 x1 PCI Express Slot - 1 no x16 PCI Express Graphics Slot - 1 no and PCI - 2 nos

Ports 1 Parallel, 1 Serial, 8 USB (Ver 2.0), VGA, 2 PS/2 ports

Form Factor Micro Tower

Power Supply Minimum 300 Watts (Surge protected)

Monitor 17" TFT Color with minimum 1280x 1024 @60 Hz resolution with MPRII/TCO & Win XP certification (same make as PC)

Keyboard PS/2 104 keys keyboard (Same make as PC). Keyboard should support Inscript data entry in Hindi

Mouse Optical Scroll Mouse (Same make as PC)

Operating System / Applications

Pre installed Microsoft Windows XP Pro SP2 with Restore / Recovery CD, OS CD and documentation CD with each PC (in absence of OS CD, OEM pack of OS to be supplied). Pre loaded anti virus with free upgrades for one year and with media and manual.

Page 42: hardware tender document

42

Windows Vista Business in lieu of XP Professional down gradable to windows XP Professional SP2. Pre loaded anti virus with free upgrades for one year and with media and manual. Note: If at the time of supply the next version of desktops is available in the market then the vendor may supply next version at the same cost.(ADDED)

Drivers for different Operating systems

Drivers should be freely available on OEM's web site

Recovery Tool Pre loaded software tool that has provision for scheduled backup for restoring OS & data

Diagnostic Tool Pre installed OEM's Diagnostic tool for hardware diagnostics

For OEM: ISO 9001:2000 Compliance And Certification to be submitted For Desktop:

OS certification: Win XP Certification For Monitor: Energy Star and MPRII/TCO

Warranty 5 Years onsite

Note: If at the time of supply the next version of desktops is available in the market then the vendor may supply next version at the same cost.

4.13 a) Laser Printer Black and white (Type 1) Print technology Monochrome Laser

Print speed (black, normal quality, A4)

Atleast 30 PPM

Processor speed 400 MHz

Print quality (black, best quality) Up to 1200 x 1200 dpi

Duty cycle (monthly, A4) Min 80000

paper trays 3

Media types supported Paper (bond, colour, letterhead, plain, preprinted, prepunched, recycled, rough), envelopes, labels, cardstock, transparencies, user-defined.

Standard media sizes A4, A5, B5 (JIS), letter, legal, executive

Standard memory 48 MB

Standard printer languages HP PCL 6, HP PCL 5e, HP Postscript Level 3 emulation, direct PDF printing v1.4 (with at least 128 MB of printer memory) PCL 6, PCL 5e, HP Postscript Level 3 emulation, direct PDF printing v1.4 (with at least 128 MB of printer memory)

Interface Cables for connectivity with PC

to be provided by the supplier

Standard connectivity Hi-Speed USB 2.0 port and fast ethernet integrated print server.

Compatible operating systems Microsoft® Windows® 2000, XP Home, XP Professional, Server 2003; Certified for Windows Vista™;

Power consumption 600 watts maximum (active)

Power requirements 220 to 250 VAC (+/- 10%), 50/60 Hz (+/- 2 Hz)

Warranty 5 Year onsite.

NOTE: Printer must be supplied with Toner (ADDED)

Page 43: hardware tender document

43

4.13b) Laser Printer Black and white (Type 2)

NOTE: Printer must be supplied with Toner (ADDED)

Print technology Monochrome Laser

Print speed (black, normal quality, A4)

Atleast 20 PPM

Processor speed Atleast 400 MHz

Print quality (black, best quality)

Up to 1200 x 1200 dpi

Duty cycle (monthly, A4)

Atleast10000

Standard paper trays 2

Media types supported Paper (bond, light, heavy, plain, recycled, rough), envelopes, labels, cardstock, transparencies, heavy media

Standard input capacity (sheets)

Atleast 200

Standard output capacity (sheets)

Atleast 100

Duplex print options Manual (driver support provided)

Interface Cables for connectivity with PC

to be provided by the supplier

Paper handling optional/input

250-sheet input tray

Paper handling standard/output

125-sheet output bin

Standard media sizes A4, A5, A6, B5, B6, C5, DL

Standard memory Min 32 MB

Standard printer languages

HP PCL 6, HP PCL 5e, HP Postscript Level 3 emulation with automatic language switching. PCL 6, PCL 5e, Postscript Level 3 emulation with automatic language switching

Typefaces 45 scalable TrueType fonts, 35 PostScript

Standard connectivity Hi-Speed USB (compatible with USB 2.0 specifications) port

Compatible operating systems

Microsoft® Windows® 2000, XP Professional, Server 2003; Certified for Windows Vista™;

Power consumption 350 watts maximum (printing)

Power requirements Input voltage 220 to 240 VAC (+/- 10%), 50 Hz (+/- 2 Hz)

Warranty 5-years onsite Warranty.

Page 44: hardware tender document

44

4.14) Dot Matrix Printer

Details Specification

No. of Pins 24 Pin

No. of Columns 136 column

CPS 450 CPS @ draft 15 cpi or More

Atleast 350 pages per hour. 100CPS

Other Requirements: Paralell Port / Interface.

Yes

Built in Indian languages: Hindi and Devnagri for fast printing

1+3 copies (0.42mm)

Interface Cables for connectivity with PC

Yes

Tractor Paper feed with Continusios Staionary Printing. Built in dual Tractor Paper feed with Continusios Staionary Printing. Built in Single Rear feed Tractor

Warranty 5 Years including print-head

Page 45: hardware tender document

45

4.15) UPS Online 30 KVA (2X30 KVA, redundant mode, for Data Centre and 1X30 KVA for users at DC)

30 KVA Online UPS Specifications

Requirement Description

Technology

Inverter device Inverter device IGBT based

Double Conversion True On-line UPS

Overall efficiency 90% (AC-AC)

Inverter efficiency >90%

Input

Input Voltage & Range 415VAC 3Phase, -15%, +10%

Input Frequency Range 50 Hz ± 6%

Input Phase Three Phase with ground

Input current Harmonic THD < 10%

Input Power Factor >0.9

OUTPUT 30 KVA

Voltage 415V AC Three Phase

Voltage Regulation +/-1%

Output Frequency regulation Free running Mode 50Hz ± 0.1Hz

Sync Mode 50Hz ± 2 Hz

O/p Voltage Distortion < 5% (Non-linear load)

< 1% (linear load)

Output Waveform Pure Sine wave

Crest Factor 3:01

Power Factor 0.8 lagging

Battery

Battery Backup 60 minutes on UPS Total backup of data Center Both UPS full load will be 60 Minute .That is 30 Minute on each UPS. Backup for single UPS for users will be 120 Minute (ADDED)

Battery Test Advanced battery test management system with programmable battery testing facility shall be available

Battery Type SMF VRLA type only with Racks & Interconnecting Links

Battery Make Rocket/Amararaja/Emerson/Exide/Quanta

Battery Charging 4-6 hrs depending upon depth of discharge

VDC To specify

Battery Ratings 30KVA: 48960VAH

Transfer Time 0 ms

General

Display LCD Display

Overload capacity 110% for 60 minutes and 125 % for 10 minute

Operating

Temperature 0 to 45 degree centigrade

Noise level <60dB @ 1 Meter

Bypass Automatic Bypass Switch

DG Compatibility UPS to be compatible with DG Set supply and mains supply

Page 46: hardware tender document

46

Isolation O/p Isolation between UPS & Load

Standard RS 232 port for software interface

SNMP interface support

Alarms & Indications All necessary alarms & indications essential for performance monitoring of UPS to be incorporated.

Dimensions Specify dimensions (H x W x D) for UPS & Batteries Set

Certifications ISO 9001 & 14001 certified to Manufacturer

Warranty 5 Years Onsite for UPS and 3 Years Onsite for Batteries.

4.16.a.1) UPS 1 KVA offline (Deleted)

1KVA LINE INTERACTIVE UPS

INPUT PARAMETERS

Voltage Range 145-295V AC

Frequency Range 44-59 Hz

Transfer Time (Typical) 5msec

OUTPUT PARAMETERS

Output Power 600W

Voltage Regulation 230V+/-10%

Frequency Regulation 47-63 Hz

Peak Efficiency 88%

Output Waveform Modified Sine-Wave

Crest Factor >3:1

BATTERY PARAMETERS

Battery Type SMF

Back-up 2 hrs on 1PC & 1 Laser Printer

Recharing of Battery 4-6 hours depending on depth of discharge of battery

ENVIRONMENTAL PARAMETERS

Operating Temperature 0-40° C

Acoustic Noise(at 1 mts) 50dB

Relative Humidity(Non Condensing) 0-95%

Certification ISO 9001 & ISO 14001

OTHERS

Indication & Alarms LED Display with Alarms

PROTECTIONS

Surge Protection Should be available

EMI/RFI Filter Protection Should be available

Short Circuit & Overload Protection Should be available

Warranty 5 Years Onsite for UPS and 3 Years Onsite for Batteries.

Page 47: hardware tender document

47

4.16.a.2) UPS 1 KVA online

1 KVA ONLINE UPS

Requirement Description

Certifications ISO 9001 & 14001 certified to Manufacturer

Technology Rectifier/Inverter device IGBT based

Full Digital Signal Processing Design

Double Conversion True On-line UPS

Overall efficiency >88% (AC-AC)

Inverter efficiency >90%

Input

Input Voltage & Range 120-280V AC, Single Phase on full load

Input Frequency Range 50 Hz ± 10%

Input Phase Single Phase with ground

Input current Harmonic THD < 8%

Input Power Factor 0.99 at full load

OUTPUT

Output 1 KVA

Voltage 220VAC

Voltage Regulation +/-2%

Output Frequency regulation Free running Mode 50Hz ± 1%

Sync Mode 50Hz ± 2%

O/p Voltage Distortion < 5% (Non-linear load)

< 2% (linear load)

Output Waveform Pure Sine wave

Crest Factor 3:01

Power Factor 0.7 lagging

Battery

Battery Backup 120 minute

Battery Type SMF VRLA type only with Racks & Interconnecting Links

Recharing of Battery 4-6 hours depending on depth of discharge of battery

Battery Make Rocket/Amararaja/Emerson/Exide/Quanta

VDC To be specified

Battery Ratings 2KVA: 5040VAH

1KVA:VAH2520

Transfer Time 0 ms

General

Display LED Display

Overload capacity 105-125%-5 minutes

Operating Temperature 0 to 40 degree centigrade

Noise level <45 dB @ 1 Meter

Bypass Automatic Bypass Switch

Surge Protection IEC60664 – 1 ,Level IV

DG Compatibility UPS to be compatible with DG Set supply and mains supply

Standard RS 232 port for software interface

Alarms & Indications All necessary alarms & indications essential for

Performance monitoring of UPS to be incorporated.

Dimensions Specify dimensions (H x W x D) for UPS & Batteries Set

Warranty 5 Years onsite for UPS and 3 Years Onsite for Batteries

Page 48: hardware tender document

48

4.16 b) UPS 2 KVA offline (DELETED)

2KVA Ofline UPS

INPUT PARAMETERS

Voltage Range 155-295V AC

Frequency Range 44-59 Hz

Transfer Time(Typical) 8msec

OUTPUT PARAMETERS

Output Power 1200 W

Voltage Regulation 230V, +/-10%

Frequency Regulation 50Hz,+/-0.2

Peak Efficiency 85%

Output Waveform Modified Sine-Wave

Crest Factor 3: 1

BATTERY PARAMETERS

Battery Type SMF

Back-up 2 hrs on 3 PC & 1 Laser Printer

Recharing of Battery 4-6 hours depending on depth of discharge of battery

ENVIRONMENTAL PARAMETERS

Operating Temperature 0-40° C

Acoustic Noise (at 1 mts) 45dB

Relative Humidity (Non Condensing) 0-95%

OTHERS

Indication & Alarms LED Display with Alarms

PROTECTIONS

Surge Protection Should be avialable

EMI/RFI Filter Protection Should be avialable

Short Circuit & Overload Protection Should be available

Warranty 5 Years Onsite for UPS and 3 Years Onsite for Batteries.

Page 49: hardware tender document

49

4.16 c) 2KVA ONLINE UPS

2KVA ONLINE UPS

Requirement Description

Certifications ISO 9001 & 14001 certified to Manufacturer

Technology Rectifier/Inverter device IGBT based

Full Digital Signal Processing Design

Double Conversion True On-line UPS

Overall efficiency >88% (AC-AC)

Inverter efficiency >90%

Input

Input Voltage & Range 120-280V AC, Single Phase on full load

Input Frequency Range 50 Hz ± 10%

Input Phase Single Phase with ground

Input current Harmonic THD < 8%

Input Power Factor 0.99 at full load

OUTPUT

Output 2 KVA

Voltage 220VAC

Voltage Regulation +/-2%

Output Frequency regulation Free running Mode 50Hz ± 1%

Sync Mode 50Hz ± 2%

O/p Voltage Distortion < 5% (Non-linear load)

< 2% (linear load)

Output Waveform Pure Sine wave

Crest Factor 3:01

Power Factor 0.7 lagging

Battery

Battery Backup 120 minute

Battery Type SMF VRLA type only with Racks & Interconnecting Links

Recharing of Battery 4-6 hours depending on depth of discharge of battery

Battery Make Rocket/Amararaja/Emerson/Exide/Quanta

VDC To be specified

Battery Ratings 2KVA: 5040VAH

Transfer Time 0 ms

General

Display LED Display

Overload capacity 105-125%-5 minutes

Operating Temperature 0 to 40 degree centigrade

Noise level <45 dB @ 1 Meter

Bypass Automatic Bypass Switch

Surge Protection IEC60664 – 1 ,Level IV

DG Compatibility UPS to be compatible with DG Set supply and mains supply

Standard RS 232 port for software interface

Alarms & Indications All necessary alarms & indications essential for

Performance monitoring of UPS to be incorporated.

Dimensions Specify dimensions (H x W x D) for UPS & Batteries Set

Warranty 5 Years onsite for UPS and 3 Years Onsite for Batteries

Page 50: hardware tender document

50

4.16 d) UPS 3 KVA Online

3KVA ONLINE UPS

Requirement Description

Technology

Rectifier/Inverter device IGBT based

Full Digital Signal ProcessingDesign

Double Conversion True On-line UPS

Overall efficiency >88% (AC-AC)

Inverter efficiency >90%

Input

Input Voltage & Range 120-280V AC ,Single Phase on full load

Input Frequency Range 50 Hz ± 10%

Input Phase Single Phase with ground

Input current Harmonic THD < 8%

Input Power Factor 0.99 at full load

OUTPUT

Output 3 KVA

Voltage 220VAC

Voltage Regulation +/-2%

Output Frequency regulation Free running Mode 50Hz ± 1%

Sync Mode 50Hz ± 2%

O/p Voltage Distortion < 5% (Non-linear load)

< 2% (linear load)

Output Waveform Pure Sine wave

Crest Factor 3:01

Power Factor 0.7 to unity

Battery

Battery Backup 120 minute

Battery Type SMF VRLA type only with Racks & Interconnecting Links

Battery Make Rocket/Amararaja/Emerson/Exide/Quanta

Battery Charging 4-6 hrs depending upon depth of discharge

VDC To be specified

Battery Ratings 3KVA: 7200VAH

Transfer Time 0 ms

General

Display LED Display

Overload capacity 105-125%-5 minutes

Operating Temperature 0 to 40 degree centigrade

Noise level <45 dB @ 1 Meter

Bypass Automatic Bypass Switch

DG Compatibility UPS to be compatible with DG Set supply and mains supply

Standard RS 232 port for software interface

Alarms & Indications All necessary alarms & indications essential for

Performance monitoring of UPS to be incorporated.

Dimensions Specify dimensions (H x W x D) for UPS & Batteries Set

Certifications ISO 9001 & 14001 certified to Manufacturer

Warranty 5 Years onsite for UPS and 3 Years Onsite for Batteries

Page 51: hardware tender document

51

4.16 e) UPS 5 KVA online

5KVA UPS

Requirement Description

Technology Rectifier/Inverter device IGBT based

Microprocessor controlled Digital Design

Double Conversion True On-line UPS

Overall efficiency >88% (AC-AC)

Inverter efficiency >90%

Input

Input Voltage & Ranges 180-270V AC, Single Phase on full load

Input Frequency Range 50 Hz ± 8%

Input Phase Single Phase with ground

Input current Harmonic THD < 10%

Input Power Factor >0.97 at full load

OUTPUT

Output 5 KVA

Voltage 220VAC-230V AC

Voltage Regulation +/-1%

Output Frequency regulation Free running Mode 50Hz ± 0.5%

Sync Mode 50Hz ± 4 Hz

O/p Voltage Distortion < 6% (Non-linear load)

< 2% (linear load)

Output Waveform Pure Sine wave

Crest Factor 3:01:00 AM

Power Factor 0.7 to unity

Battery

Battery Backup 60 minute

Battery Type SMF VRLA type only with Racks & Interconnecting Links

Battery Make Rocket/Amararaja/Emerson/Exide/Quanta

Battery Charging 4-6 hrs depending upon depth of discharge

VDC To be specified

Battery Ratings 5KVA: 8640VAH

Transfer Time 0 ms

General

Display LED Display

Overload capacity 110%-125% for 10 minutes

Operating Temperature 0 to 40 degree centigrade

Noise level <45 dB @ 1 Meter

Bypass Automatic Bypass Switch

DG Compatibility UPS to be compatible with DG Set supply and mains supply

Standard RS 232 port for software interface

Alarms & Indications All necessary alarms & indications essential for performance monitoring of UPS to be incorporated.

Dimensions Specify dimensions (H x W x D) for UPS & Batteries Set

Certifications ISO 9001 & 14001 certified to Manufacturer

Warranty 5 Years Onsite for UPS and 3 Years Onsite for Batteries.

Page 52: hardware tender document

52

4.17) DG Set 60 KVA Supply of 60 KVA DG set comprising of Cummins Engine model coupled to 415V 60 KVA Stamford make alternator both mounted on common Base frame with other standard accessories i.e. Control Panel, Fuel tank, Batteries with leads.OEM should comply with following certifications and should enclosed in technical bid ISO 9001:2000, ISO 14001, CPCB Norms Supply of 60 KVA DG set comprising of Cummins Engine model coupled to 415V 60 KVA Stamford make alternator both mounted on common Base frame with other standard accessories i.e. Control Panel, AMF Panel, Fuel tank, Batteries with leads.OEM should comply with following certifications and should enclosed in technical bid ISO 9001:2000, ISO 14001, CPCB Norms 4.18 a) Enterprise Management System (DELETED) Polls devices using SNMP and ICMP protocols which inturn make use of TCP/IP stack.Using ICMP and SNMP spectrum discovers and get meaningful information for that device i.e vendor, type, and version and visualizes network topology in a graphical layout. Polls devices using snmp and icmp protocols which inturn make use of tcp\ip stack.Using icmp and snmp discovers and get meaningful information for that device i.e vendor, type, and version and visualizes network topology in a graphical layout.

Supports mapping and modeling of the infrastructure grouped by network connectivity, physical location of equipment and user groups or departments. Supports manual adjustments to allow administrators to customize the structure, the layout and relationship between modeled elements.

Can discover & provide information of the routing protocols in use, such as OSPF areas, RIP etc.

Supports importing of pre-formatted files to support automated modeling as an alternative to network discovery.

Can give detailed graphical views of switches & VLAN with their relationships. CA Spectrum can also document connectivity changes that were discovered since the last update. Can give detailed graphical views of switches & VLAN with their relationships.

Provides Capacity planning reports to identify network traffic patterns and areas of high resource utilization, enabling to make informed decisions about where to upgrade capacity and where to downgrade or eliminate capacity. It also provided reporting based on error statistics for WAN links.

Has the ability to display port labels on the connected devices on the network map, as configured in the routers in ifAlias labels.

Discover redundant backup links & ISDN lines with proper color status propogation for complete network visualization

Discovery can update router configuration changes like re-indexing of ports, addition/deletion of ports on Network Map with each polling cycle without rediscovery of complete network/individual device.

Provides changing of polling intervals on a need basis through GUI tool hence supports discriminated polling of devices.

Supports scheduled discovery to ensure that the relationship between elements are maintained and up-to-date. It should provide user-configurable discovery control to manage the frequency and scope network discovery, configured using a graphical user interface.

Distributed Architecture we can split SpectroServers across WAN to different location in order to reduce polling traffic across the WAN. It can be use remote pollers to provide for localized polling

Can restrict operator access to different areas of information based on user security rights assigned by the administrator.

Supports concurrent multi-user access to the management system, enabling multiple read-write access to different areas of the management domain.

Page 53: hardware tender document

53

Enables administrator full access to the management system information remotely using ISDN / ADSL or IP dial-up.

Provides vendor-specific device support for the managed network devices in the network using information gathered from MIB2 and vendor-specific extensions.

SNMP V3 Module supports migration to SNMP v3 whenever it is decided to implement in full SNMPv3 as the default management protocol

CORBA API toolkit supports vendor independent interfaces

Discovers Devices on network and stores inventory information of network assets and provides inventory reports as well.

Web Browser access is very user friendly, easy to use in one click console. Help for options can be accessed within web based one click console.

Can create multiple management domains based on geography or responsibility.

Generates average & peak traffic utilization reports based on working hours on a per-node basis.

Can integrated with Ciscoworks to provide all features of Cisco Routers such as Queuing, IPSEC, compression, firewall VPN etc.(ADDED)

Generates alarm in the event of failure of any managed device/ resource.

is able to accept events from all types of elements in the IT infrastructure including network devices; Server’s hardware, software, operating system, database, application, storage, security devices etc.

uses advanced root-cause analysis techniques and Model-based and Policy-based condition correlation technology for comprehensive analysis of network faults.Spectrum provides out of the box root cause analysis with multiple root cause algorithms inbuilt for root cause analysis.Spectrum provides an intuitive User Interface for defining conditional correlation of the events.Spectrum has a strong event correlation engine which can correlate the events on the basis of event pairing.

can accept events related to discrete state changes as well as threshold breaches indicating that the element is no longer operating within “normal/ default/ pre-defined” parameters.

Will be able to improve the event-to-incident/problem resolution process and achieve alignment between IT component events and business-oriented, end-to-end IT services.

Can process events using consolidation, filtering, normalization, enrichment, correlation, and analysis techniques.

Can be configured not to generate multiple alarms of the same type for the same device but only show the number of repeated occurrences.

Provides State-based correlation at the element level.

Spectrum uses Inductive Modelling Technology, which uses intelligent algorithms to suppress events from those devices that are actually available but not reachable due to a known problem.

Correlations based on causal rules e.g., suppress events that are dependent on the events taking place elsewhere can be achieved using CA Spectrum

Supports custom-built correlation rules.

Can diagnose and correlate the failure events information and pinpoint the root cause of the problem using Inductive Modelling Technology, condition based event correlation and policy based event correlation

Triggers automated actions based on incoming events / traps which can also be configured individualy for different devices.

Present event data to the IT operations staff in console screen using color and sound (visual and audible alarms), through spectrum one click console, by e-mail, by logical groupings based on business processes, IT services, departments, geographic regions or any other user-defined groupings.

Can integrate with email /SMS to notify events to concerned people with auto escalation as per pre-defined policy.

Integrates with Service Desk Out of the Box to generate service desk tickets & provide outgoing notification integration to service desk

Has the intelligence and ability to understand impact of devices under maintenance and do not generate alarms for outages introduced by the maintenance work.

Page 54: hardware tender document

54

Provides a user-configurable event to alarm mapping system that sets a differentiation that events do not necessarily need an alarm to be generated.

provides a user-configurable event processing policy that helps to reduce volume of information at the console by classifying events as alarms only if it meets a set of user-specified criteria such as event occurrence frequency, event sequence and duration of event in active state

is capable of correlating events across the entire spectrum of heterogeneous infrastructure components like Routers, Switches etc.

can diagnose root cause out of the box using Inductive Modelling Technology and by defining custom condition based event correlation and policy based event correlation

Has out-of-the-box correlator to enhance root-cause analysis and to significantly reduce the number of events operator receives.

Service Manager can provide an auto-calculated impact analysis of individual element failure to provide the operator and administrator understanding of the impact of the failure onto other elements in the network.

Supports correlation of layer-2 switched information in connector-down circuit, including trunks and meshes.

identifies the impact of infrastructure failures (Identification of root cause of the problem) and manage the application services from business perspective using Spectrum Service Manager

will be able to detect & highlight VLAN faults, spanning tree congestion of LAN etc.

can be configured not to generate multiple alarms of the same type for the same device but only show the number of repeated occurrences.Spectrum alarm roll-up feature can reduce the number of alarms that needs to be managed at the operations centre.

Can ‘filter-out’ symptom alarms and deduce the root cause of failure in the network automatically.

Can generate per link and per location availability for any selectable period taking into account alternate paths available for the location.

Service Manager can manage IT resources in terms of the business services they support, specify and monitor service obligations, and associate users/ Departments/ Organizations with the services they rely on and related Service/ Operational Level Agreements.

Service Manager provides a service definition facility that includes business transaction processes supported by IT resources and allow rules-based monitoring policies that infers the health of the Service based on the collective values of resource attributes.

Service Manager provides a User definition facility wherein you can define person(s) or organization(s) that uses the business Services and enable the association of Users with Services and SLAs.

Service Manager supports Service Level Agreements (SLAs) definition facility that enables defining a set of one or more service Guarantees that specify the Service obligations stipulated in an SLA contract for a particular time period

Provides Root cause analysis of infrastructure alarms to the managed Business Services in determining service outages.

Service Manager enables SLA violation alarms to notify whenever an agreement is violated or is in danger of being violated.

Service Manager provides the capability to designate planned maintenance periods for services and take into consideration maintenance periods defined at the IT resources level.

Service Manager provides the capability of Advanced Correlation for determining Service health, performing root cause analysis, and fault isolation.

Spectrum Service Manager dashboard provides a real time business services Dashboard that will allow the viewing of the current health of required services inclusive of real-time graphical reports.

Report Manager provides a historical reporting facility that will allow for the generation of on-demand and scheduled reports of Business Service related metrics with capabilities for customization of the report presentation.

Can control users’ access to information in both the real-time dashboard and historical reporting facilities.

Generate reports for overall availability on work Centre wise basis based on predefined weight-ages for group of assets.

Page 55: hardware tender document

55

Service Availability as well as Service Performance provides availability, service levels, response time and throughout of various Internet/web Services e.g. DNS, HTTP, SMTP etc.

AR Agents can monitor SAP transactions between users and Server

Provides Capacity planning reports to identify network traffic patterns and areas of high resource utilization, enabling to make informed decisions about where to upgrade capacity and where to downgrade or eliminate capacity. Provides ‘What if’ analysis and reporting to enable understanding the effect of growth on available network resources.

is able to bring out the exact resource crunch in terms of CPU,Memory, bandwidth, Network Issues

Provides Status reports on ‘when and for how long’ a user exceeds network bandwidth utilization of a predefined or threshold limits.

Live Health provides Real time network monitoring and Measurement offend-to-end Network/ system performance & availability to define service levels and further improve upon them.

Provides detailed analysis of performance metrics and response time for the network.

Provides information about how device resources are affecting network performance, document current network performance for internal use and service level agreements (SLA).

Reporting provides intelligent insight into QOS and provides inputs for required QOS settings.

Provides an Executive Summary report that gives an over all view of a group of elements, showing volume and other important metrics for the technology being viewed.

Provides various Capacity Planning reports which provides a view of under-and over-utilized elements. It also provides Report that focuses on resources that are projected to become over-utilized in 90 days

Provides Hot Spot, quick view, and top ten reports that identify elements of possible concern by exceptions, degree of change, and other criteria

Provides various Service Level reports that shows the elements with the worst availability and worst response time-the two leading metrics used to monitor SLAs.

reports allows you to put logo on reports and arrange or change tables and graphs to meet requirements

Provides full-fledged Service Level monitoring and reporting capability. Administrator can define metrics to be measured, measure on such metrics and do comprehensive monitoring and web-based reporting based on availability/downtime/response etc

Provides a Web-based user interface and provide service level reporting using a console. Supports distributed remote collectors across locations, which will be able to gather and measure statistics from the IT infrastructure.

Provides a status view of all data collections and systems involved, group data collections into report groups and assign them individual service goals and business hours.

Service Availability enables you to measure and collect data from, and set service level reporting on ICMP echo (ping), SNMP MIB variable, services like HTTP etc. and resolve Network latency between remote network devices.

Service Availability enables you to measure and collect data from, and set service level reporting on ICMP echo (ping), SNMP MIB variable, services like HTTP etc. and resolve Network latency between remote network devices.

Helps to define service incidents, identifying periods in which data is invalid for specific data collections. Also provides the ability to ignore collected data which is not to be included in the report production.

Provides static network reports with multiple time frames e.g. 15 minute, 30 minute, 1 hour, 24 hour and User definable time frame along with E-mail notification of network reports.

Has built-in Trend Reports

Has built-in At-a-Glance Summary Reports

Hasa built-in Top N Utilization reports

Provides COGNOS based reports to create custom reports

has built-in What-if capacity prediction reports

Live Health enables E-mail notification on a network hardware failure or an out-of-service condition.

Page 56: hardware tender document

56

Live Health enables E-mail notification when pre-defined thresholds are violated.

Live Health enables Script files execution when alarm or network thresholds condition occurs like Packet drop rates, Throughput, Availability, Reachability etc.

Live Health can auto-calculate resource utilization baselines for the entire managed systems and networks and allow user to set corresponding upper and lower threshold limits.

Provides bandwidth reporting using graphical information to depict traffic volumes between network nodes.

Traffic Accountant provides bandwidth reporting using graphical information to depict traffic volumes between network nodes highlighting different color

Provides Historical graphs on the network performance and past trends, and automated process restarts when required.

Provides Latency (both one way and round trip times) report for critical devices and links.

Can determine whether a site’s URL’s are responding. It can display & log, on a continuous basis from multiple locations.

Live Health provides reports on the basis of resource utilization time over a defined threshold, deviation from normal operating baselines and monitored parameters too wrong for too long etc.

Provides in-depth web server performance management, web traffic analysis and online transaction monitoring.

Has Predefined thresholds functionality, corrective actions and automatic alerts to control web application performance.

Monitors all critical web server resources and provide multi levels of thresholds, along with automation of corrective actions.

Provides out-of-the-box performance and alerts as well as web analytics custom reports that are accessible on-demand via any browser.

Provides performance metrics and response time data as collected and summarized hourly, daily, weekly and monthly to help identify performance issues and bottlenecks that may require additional resources or configuration changes.

Integrates with other EMS tools and shall provide all management information at central console.

Provides visualization of real time performance monitoring of applications built on Web server platform.

Provides browser-based console to monitor different web servers from single location.

Will able to monitor 15 second requests, Wait time, Execution time, Memory utilization etc, and be able to analyze server load, visitor profiles, HTTP traffic, broken links, Hourly utilization etc.

Provides alerts when threshold breaches occur & sent via SMS or e-mail and accordingly specific resolution measures shall be taken.

Provides a bi-weekly health report showing details of the overall response times and availability vis-a-vis the last fortnight and data on city wise

Provides a bi weekly report on broad level trends in website performance with recommendations on corrective actions to be taken.

Diagnoses and rectifies the cause of specific, often complex, performance problems experienced by end users.

Checks the availability of baseline performance by suggesting improvements

Provides end user experience monitoring by performing simulated transactions, thereby enabling operators to monitor services in real time.

Integration provides comprise of software modules, which can be distributed to points of presence on the network for a complete view of service availability.

Provides customizable SLA definition.

Provides service tests and historical performance reports viewable via a web server.

Provides Service State change monitoring and shall be able to send events to the central management console only when there is a change in status, allowing operators to prioritize activities and ignore redundant information.

Provides the capability to manage both Microsoft .NET and J2EE applications from the same

Page 57: hardware tender document

57

platform.

Provides monitoirng for Web Services, HTTP Web pages, HTTPS Secure Web pages, etc.

Monitors Mission Critical Applications: ODBC Database Connection

Monitors supported CUSTOM probes

(ADDED)

1. The EMS should have the feature of Polling devices using SNMP and ICMP protocols that in turn make use of TCP\IP stack using ICMP and SNMP discovers and get meaningful information for that device i.e. vendor, type, and version and visualizes network topology in a graphical layout.

2. It should Support mapping and modeling of the infrastructure grouped by network connectivity, physical location of equipment and user groups or departments. Should Support manual adjustments to allow administrators to customize the structure, the layout and relationship between modeled elements.

3. It should be able to discover & provide information of the routing protocols in use, such as OSPF areas, RIP etc.

4. It should support importing of pre-formatted files to support automated modeling as an alternative to network discovery

5. It should be capable of providing detailed graphical views of switches & VLAN with their relationships

6. It should be able to provide Capacity planning reports to identify network traffic patterns and areas of high resource utilization, enabling to make informed decisions about where to upgrade capacity and where to downgrade or eliminate capacity. It should also provide reporting based on error statistics for WAN links.

7. It should have the ability to display port labels on the connected devices on the network map, as configured in the routers in if Alias labels.

8. It should be able to discover redundant backup links & ISDN lines with proper color status propagation for complete network visualization

9. It should have the feature wherein the Discovery can update router configuration changes like re-indexing of ports, addition/deletion of ports on Network Map with each polling cycle without rediscovery of complete network/individual device.

10. It should be capable of changing the polling intervals on a need basis through GUI tool hence supports discriminated polling of devices.

11. It should be able to support scheduled discovery to ensure that the relationship between elements are maintained and up-to-date. It should provide user-configurable discovery control to manage the frequency and scope network discovery, configured using a graphical user interface.

12. It should have Distributed Architecture for split network management that tasks among several SERVERS and provides an integrated user interface and integrated applications, across WAN to different location in order to reduce polling traffic. Remote polling should be supported to provide for localized polling.

13. It should be able to restrict operator access to different areas of information based on user security rights assigned by the administrator.

14. It should supports concurrent multi-user access to the management system, enabling multiple read-write access to different areas of the management domain.

15. It should enable administrator full access to the management system information remotely using ISDN / ADSL or IP dial-up.

16. It should provide vendor-specific device support for the managed network devices in the network using information gathered from MIB2 and vendor-specific

Page 58: hardware tender document

58

extensions.

17. It should have SNMP V3 Module support migration to SNMP v3 whenever it is decided to implement in full SNMPv3 as the default management protocol

18. It should be able to Discover Devices on network and storing inventory information of network assets and provide inventory reports as well.

19. Web Browser access should be very user friendly, easy to use central console. Help for 4 options can be accessed within web based central console. It should be accessible from all the standard web browsers.

20. It should have the feature to create multiple management domains based on geography or responsibility.

21. It should be able to generate average & peak traffic utilization reports based on working hours on a per-node basis.

22. It should generate alarm in the event of failure of any managed device/ resource.

23. It should be able to accept events from all types of elements in the IT infrastructure including network devices; Server’s hardware, software, operating system, database, application, storage, security devices etc.

24. It Should be possible to use advanced root-cause analysis techniques based on event correlation technology for comprehensive analysis of network faults

25. It should accept events related to discrete state changes as well as threshold breaches indicating that the element is no longer operating within “normal/ default/ pre-defined” parameters.

26. It should be able to improve the event-to-incident/problem resolution process and achieve alignment between IT component events and business-oriented, end-to-end IT services.

27. It should be capable of processing events using consolidation, filtering, normalization, enrichment, correlation, and analysis techniques

28. It should have the feature so that it can be configured not to generate multiple alarms of the same type for the same device but only show the number of repeated occurrences.

29. It should be capable of using intelligent algorithms to suppress events from those devices that are actually available but not reachable due to a known problem.

30. It should support custom-built correlation rules.

31. It should be able to diagnose and correlate the failure events information and pinpoint the root cause of the problem, condition based event correlation and policy based event Correlation

32. It should have the feature to Trigger automated actions based on incoming events / traps which can also be configured individually for different devices.

33. It is required to present the event data to the IT operations staff in console screen using color and sound (visual and audible alarms), on console, by e-mail, by logical groupings based on business processes, IT services, departments, geographic regions or any other user-defined groupings.

34. It should be able to integrate with email /SMS to notify events to concerned people with auto escalation as per pre-defined policy.

35. It should be able to Integrate with Service Desk Out of the Box to generate service desk tickets & provide outgoing notification integration to service desk

36. It should have the intelligence and ability to understand impact of devices under maintenance and do not generate alarms for outages introduced by the maintenance work.

37. It should provide a user-configurable event to alarm mapping system that sets a differentiation that events do not necessarily need an alarm to be generated

38. It should provide a user-configurable event processing policy that helps to reduce

Page 59: hardware tender document

59

volume of information at the console by classifying events as alarms only if it meets a set of userspecified criteria such as event occurrence frequency, event sequence and duration of event in active state

39. It should be capable of correlating events across the entire network of heterogeneous infrastructure components like Routers, Switches etc.

40. It should have the feature for diagnosing the root cause by defining custom condition based event correlation and policy based event correlation

41. It should be capable of correlating to enhance root-cause analysis and to significantly reduce the number of events operator receives.

42. It should be capable of providing an automatic impact analysis of individual element failure to provide the operator and administrator understanding of the impact of the failure onto other elements in the network.

43. It should support correlation of layer-2 switched information in connector-down circuit, including trunks and meshes.

44. It should be able to Identify the impact of infrastructure failures (Identification of root cause of the problem) and manage the application services from business perspective.

45. It should be able to detect & highlight VLAN faults, spanning tree congestion of LAN etc.

46. It can ‘filter-out’ symptom alarms and deduce the root cause of failure in the network automatically.

47. It can generate per link and per location availability for any selectable period taking into account alternate paths available for the location

48. Software should be capable of managing IT resources in terms of the supported business services, specify and monitor service obligations, and associate users/ Departments/ Organizations with the services they rely on and related Service/ Operational Level Agreements.

49. It should be capable of providing the facility that includes business transaction processes supported by IT resources and allow rules-based monitoring policies that infers the health of the Service based on the collective values of resource attributes.

50. It should be capable of providing User definition facility wherein one can define person(s) or organization(s) that uses the business Services and enable the association of Users with Services and SLAs.

51. It should be capable of providing Service Level Agreements (SLAs) definition facility that enables defining a set of one or more service Guarantees that specify the Service obligations stipulated in an SLA contract for a particular time period

52. It should provide Root cause analysis of infrastructure alarms to the managed Business Services in determining service outages.

53. It should be capable of providing SLA violation alarms to notify whenever an agreement is violated or is in danger of being violated.

54. It should have the capability to designate planned maintenance periods for services and take into consideration maintenance periods defined at the IT resources level.

55. It should have the capability of Advanced Correlation for determining Service health, performing root cause analysis, and fault isolation.

56. It should be capable of providing a real time business services Dashboard that will allow the viewing of the current health of required services inclusive of real-time graphical reports.

57. It should be capable of providing historical reporting facility that will allow for the generation of on-demand and scheduled reports of Business Service related metrics with capabilities for customization of the report presentation

58. It should be able to control users’ access to information in both the real-time

Page 60: hardware tender document

60

dashboard and historical reporting facilities.

59. EMS should be able to generate reports for overall availability based on predefined weight-ages for group of assets

60. It should provide availability, service levels, response time and throughout of various Internet/web Services e.g. DNS, HTTP, SMTP etc

61. Provision for monitoring of SAP transactions, if required in future between users & Servers should be available.

62. It should provide Capacity planning reports to identify network traffic patterns and areas of high resource utilization, enabling to make informed decisions about where to upgrade capacity and where to downgrade or eliminate capacity. Provides ‘What if’ analysis and reporting to enable understanding the effect of growth on available network resources.

63. It should be able to bring out the exact resource crunch in terms of CPU, Memory, bandwidth, Network Issues

64. It should provide status reports whenever a user exceeds network bandwidth utilization of a predefined or threshold limits.

65. It should have provision for Real time network monitoring and Measurement offend-to-end Network/ system performance & availability to define service levels and further improve upon them.

66. It should have provision of detailed analysis of performance metrics and response time for the network.

67. It should provide information about how device resources are affecting network performance, document current network performance for internal use and service level agreements (SLA).

68. Reporting should provide intelligent insight into QOS and inputs for required QOS settings.

69. It should provide a Summary report that gives an over all view of a group of elements, showing volume and other important metrics for the technology being viewed

70. It should provide various Capacity Planning reports, which provide a view of under-and over-utilized elements. It should also provide report that focuses on resources that are projected to become over-utilized in at least 60 days.

71. It should provide various Service Level reports that shows the elements with the worst availability and worst response time-the two leading metrics used to monitor SLAs.

72. Its reports should allow user to put logo on reports and arrange or change tables and graphs to meet requirements

73. It should provide full-fledged Service Level monitoring and reporting capability. Administrator can define metrics to be measured, measure on such metrics and do comprehensive monitoring and web-based reporting based on availability /downtime/ response etc

74. It should provide a Web-based user interface and provide service level reporting.

75. It should provide a status view of all data collections and systems involved, group data collections into report groups and assign them individual service goals and business hours.

76. It should be able to measure and collect data from, and set service level reporting on ICMP echo (ping), SNMP MIB variable, services like HTTP etc. and resolve Network latency between remote network devices.

77. It should help to define service incidents, identifying periods in which data is invalid for specific data collections. It should also provide the ability to ignore collected data which is not to be included in the report production.

Page 61: hardware tender document

61

78. It should provide static network reports with multiple time frames e.g. 15 minute, 30 minute, 1 hour, 24 hour and User definable time frame along with E-mail notification of network reports.

79. It should be able to send E-mail notification on a network hardware failure or an out-ofservice condition.

80. It should provide E-mail notification when pre-defined thresholds are violated

81. It should provide script files execution when alarm or network thresholds condition occurs like Packet drop rates, throughput, availability, reachability etc

82. It should be able to auto-calculate resource utilization baselines for the entire managed systems and networks and allow user to set corresponding upper and lower threshold limits.

83. It should provide bandwidth reporting using graphical information to depict traffic volumes between network nodes.

84. It should provide bandwidth reporting using graphical information to depict traffic volumes between network nodes highlighting different color

85. It should provide Historical graphs on the network performance and past trends, and automated process restarts when required

86. It should provide Latency (both one way and round trip times) report for critical devices and links.

87. It should determine whether a site’s URL’s are responding. It should display & log, on a continuous basis from multiple locations.

88. It should provide reports on the basis of resource utilization time over a defined threshold, deviation from normal operating baselines and monitored parameters.

89. It should provide web server performance management, web traffic analysis and online transaction monitoring.

90. It should have Predefined thresholds functionality, corrective actions and automatic alerts to control web application performance.

91. It should monitor all critical web server resources and provide multi levels of thresholds, along with automation of corrective actions.

92. It should provide out-of-the-box performance and alerts as well as web analytics custom reports that are accessible on-demand via any browser.

93. It should provide performance metrics and response time data as collected and summarized hourly, daily, weekly and monthly to help identify performance issues and bottlenecks that may require additional resources or configuration changes

94. It can integrate with other EMS tools and shall provide all management information at central console.

95. It should provide visualization of real time performance monitoring of applications built on Web server platform.

96. It should provide browser-based console to monitor different web servers from single Location.

97. It would able to monitor 15 second requests, Wait time, Execution time, Memory tilization etc, and be able to analyze server load, visitor profiles, HTTP traffic, broken links, Hourly utilization etc.

98. It should provide alerts when threshold breaches occur & sent via SMS or e-mail and accordingly specific resolution measures shall be taken

99. It should provide a weekly report showing details of the overall response times and availability vis-à-vis the last fortnight and data on city wise / Network node-wise

100. It should provide a weekly report on broad level in website performance with recommendations on corrective actions to be taken.

101. It should diagnose and rectifies the cause of specific, often complex,

Page 62: hardware tender document

62

performanceproblems experienced by end users

102. It should check the availability of baseline performance by suggesting improvements

103. It should provide end user experience monitoring by performing simulated transactions, thereby enabling operators to monitor services in real time.

104. Integration provides comprise of software modules, which can be distributed to points of presence on the network for a complete view of service availability.

105. It should provide customizable SLA definition.

106. It should provide service tests and historical performance reports viewable via a web server.

107. It should provide service state change monitoring and should be able to send events to the central management console only when there is a change in status, allowing operators to prioritize activities and ignore redundant information.

108. It should provide the capability to manage both Microsoft .NET and J2EE applications from the same platform.

109. It should provide monitoring for Web Services, HTTP Web pages, HTTPS Secure Web pages, etc.

110. It should provide monitoring Mission Critical Applications: ODBC Database Connection

111. It should provide monitoring supported CUSTOM probes

4.18 b) Database Management System Specification

• Monitor performance of Oracle, DB2, MS SQL Server and Sybase multiplatform databases

• Provide thresholds and alarms to proactively react to problems

• Provide scalable architecture to optimize resource use. It should be possible to monitor the Oracle database by installing agents remotely so that the overhead on the database server is minimized

• Tool should provide both real-time and historical information to identify and correct Oracle process bottlenecks and customize environment for efficient operations

• Historical/archival data on the performance of the monitored Oracle database must be available in a relational database like Oracle or in a standard operating system file-based data store

• Provides all information in one tool for performance monitoring the database, database server and application transactions with the database

• Ability to create real-time or historical custom graphs and stacks for comparison, correlation and trending across any collected database or database server

• Provide Windows GUI and Java-browser based performance management console

• Upon install, identify problems and as database objects are changed, recognize automatically without having to manually reconfigure tool

• Support User extensible for site-specific requirements without proprietary programming

• Provide automated notification and event management common services enabling on-demand self management capabilities

• It should be possible to monitor following metrics within Oracle:

o Statistics on Partitioned tables and Indexes o Provide critical lock and enqueue measurements for monitoring and tuning

Parallel DML o Detailed fragmentation measurements like object growth information on cluster

extent, index extent, and rollback segment extent, table extent. Dynamic allocation information to determine the objects NEXT EXTENT Size

Page 63: hardware tender document

63

o Overall Database growth for tablespace sizing and capacity planning o Dynamic allocation activity profiles by tablespace for determining the optimal

default storage parameters for tablespaces, for scheduling tablespace and database rebuilds

o Dictionary cache monitoring to get number of cache slots, used slots, free slots for each of the dictionary caches, number of dictionary cache requests and number of requests that were not found in the cache for individual dictionary caches

o Performance of Library cache to measure the number of library get request hits and the number of pin requests hits per second

o Buffer Cache hit ratio to monitor the buffer cache performance. It should show percentage of hits to the block buffer cache

o Monitor DBWR buffers scanned and free buffers inspected. Provide measurements fro the number of times the LRU list was scanned to find a free block, number of buffers skipped in order to find a free buffer, number of times the database writer (DBWR) was invoked because a process found at least half of the DB_BLOCK_WRITE_BATCH buffers on the dirty list

o Redo logs to provide information on number of redo log buffers created, byte count of redo entries, average redo entry record size, number of redo entries copied to the redo buffer on the redo allocation hatch, number of redo entries that were pre built in user process memory before obtaining the redo allocation latch, number of write operations to the redo log buffer

o Database I/O to provide the information necessary for optimizing the file I/o, balancing disk I/O and projecting disk capacity requirements

o Measurements on disk read operations on a file-by-file basis, measurements on the number of physical block read requests, number of physical blocks read to satisfy those requests, measure database write operations by the DBWR on a file-by-file basis, number of database block write requests, measure disk read and write operations by table spaces

o Measure row-chaining on at the table level, session level and database level o Measure number of index fast full scans initiated using direct read, initiated for

full segments and initiated with rowed endpoints o Measure rollback segment I/O, monitor the size and growth of the rollback

segments o Monitor block contention on a database wide basis and per rollback segment

basis o Monitor percentage of latch contention o Detailed sessions monitoring like reports on number of sessions summarized into

a single username, number of active database logons, duration of the sessions logons, measurements to determine how much total CPU time used by the user calls, measurements on committed and rolled back transactions as well as calls to the kernel, index usage at the session level

o Provide reports on committed transactions per second, average number of calls to Oracle per min, rolled back transactions per second, number of open cursors a session has at the sampling point, logical and physical I/o on the session level, number of times a buffer is written for reasons other than advancement of the checkpoint, I/O requests for blocks in consistent mode, blocks that the application intends to modify (for e.g. INSERT, UPDATE and DELETE), profile data sorting performance at the session level

o Support for Measurement of Parallel Server and Real Application Cluster Oracle Databases

Page 64: hardware tender document

64

4.18 c) Firewall Appliance Specifications (2 Pairs, each pair from different OEM)

Performance The Firewall Throughput should be Up to 650 Mbps.

Should support 3DES/AES VPN Throughput Up to 325 Mbps

Should support upto 5000 IPSec VPN Peers

Should support upto 2500 SSL VPN Peers

Should support upto 400,000 Concurrent Sessions with at least 25,000 new sessions per second

Should have 4 Integrated Gigabit Ethernet, 1 Fast Ethernet and two management ports.

Should support inbuilt support for IPSec VPNs with DES/ 3DES and AES support

Should support upto 100 VLANs

Network Time Protocol (NTPv3) Client

Should have high availability Active/Active and Active/Standby

Should have dedicated Console port

High Availability Requirements

On power up the firewall should use built-in system monitoring & diagnostics before going online to detect failure of hardware.

The firewall should support Stateful failover to prevent session losses to be minimal.

The firewall should support an integrated hardware based VPN accelerator card

The firewall should support in rack serviceability with easy access to the main board.

IKE keepalive should be supported that allows the devices to detect a dead remote peer for IPSec redundancy.

The software on the firewall should support online software reconfiguration to ensure that changes made to a firewall configuration take place with immediate effect.

Intelligent environmental design to ensure low failure rates due to environmental conditions.

High mean time between failure values should be supported to ensure long life of firewall hardware.

Active/Standby failover services as a cost-effective high availability solution,

Deliver advanced Active/Active failover services where both Firewall Security Appliances in a failover pair actively pass network traffic simultaneously and share state information bi-directionally.

Miscellaneous Hardware Requirements The firewall should have a minimum DRAM of at least 1 GB.

The firewall should have a minimum of 64 MB flash memory

Flexible Rack Mounting Configurations

Cable Guides

Support for Health LEDs, LCD etc for all modules to indicate operational status of the module.

Extensive debugging capabilities to assist in hardware problem resolution

Software Requirements RIP Version 2 passive mode support

Support for OSPF

Support for LAN Based Failover

Support for VLAN (802.1Q Trunking)

DHCP server

The firewall should be RFC 1918 compatible with support for Static & Dynamic Network Address Translation and also Port Address Translation

Page 65: hardware tender document

65

Support for bi-directional NAT

Split tunneling VPN support

The firewall should support configurations through a command Line interface as well as a GUI based

Support for cut-through proxy

Support for NAT-T (NAT Transparency)

Support for fix-up (to support fix-up protocols like H.323, SIP, FTP etc)

Network Management The firewall must support FTP or TFTP for easy software upgrades over the network.

Dedicated Out-of-Band Management Interface

Network management services should be provided using standards based protocols like SNMP & SNMP V2

The following MIB’s should be supported:

SNMP get, SNMP trap, MIB II, Firewall MIB, Syslog MIB

Real time alerting & notification features and Syslog support

Fire walling features support includes Application/Protocol Inspection Engines:

L2 transparent firewalling

Advanced HTTP Inspection Engine

Method Policing for HTTP methods defined in the RFC as well as extension methods.

Port 80 Misuse detection

ESMTP Inspection Engine

GTP/GPRS Inspection Engine

NAT and PAT support for MGCP Inspection Engine

NAT support for RTSP Inspection Engine

H.323 Inspection Engine enhancements (T.38 and GKRCS)

FTP Inspection Engine with command filtering support (GET, PUT etc.)

Stateful ICMP Inspection Engine

Sun RPC TCP Inspection Engine

NIS+ Inspection Engine

TCP stream reassembly for Inspection Engines

All inspection engines have the ability to be enabled or disabled via configuration

Ability to configure inspection engines on an interface, network, or host basis

Outbound ACLs

Time-based ACLs

Configuring NAT policy will not be required to pass traffic through the device. NAT no longer a prerequisite for firewalling

Option to pass traffic between interfaces with the same security level

URL filtering performance enhancements

VPN Features support include -: Are You There (AYT) support

TCP based NAT transparency

VPN Hub, client-to-client routing; traffic u-turn on interface

Block VPN clients by OS and type

Support for Diffie Hellman Group 7 (ECC) and Movian VPN Client

OSPF routing and QoS over VPN tunnels

IKE DoS safeguards (Aggressive Mode knob)

Support for n-tiered X.509 certificate chaining

Manual X.509 certificate enrollment (PKCS 10/7 support)

Page 66: hardware tender document

66

4096-bit RSA support

Windows 2000, XP x86 and 64-bit

Windows Vista x86

Mac OS X Power PC and Intel 10.4 and 10.5

Linux Intel (2.6.x kernel)

Should adapts the tunneling protocol automatically to the most efficient method possible based on network constraints. Should provide a DTLS connection for latency-sensitive traffic, such as VoIP traffic or mission critical TCP-based application access. In addition, Should compress data to reduce the amount of data to transmit

Authentication, Authorization and Accounting (AAA) Features:

Support multiple RADIUS accounting servers

Accounting for management traffic - generates AAA accounting records for management connections to the device.

Native Window NT/Active Directory user authentication support (VPN only)

Native SDI/RSA SecurID user authentication support (VPN only)

IPV6 compatibility

Should support IPv6 addressing, dual IP stacks.

Translation of IPV4 on one side to IPV6 on the other side.

Access control and deep inspection firewall services for native IPv6 network environments and mixed IPv4 and IPv6 network environments through dual-stack support.

IPv6-enabled inspection services for applications based on HTTP, FTP, SMTP, ICMP, TCP, and UDP. In addition, ASA supports SSHv2, Telnet, HTTP and HTTPS, and ICMP-based management over IPv6.

Industry Certifications & Evaluations Common Criteria

EAL4+, v7.0.6

EAL4+, 3.1(3.17)

FIPS 140

Level 2, v7.0.6

ICSA Firewall 4.1, Corporate Category

v7.0.4

ICSA IPSec 1.0D

v7.0.4

ICSA Anti-Virus Gateway

v7.1

NEBS Level 3

4.18 d) Mailing Solution: To implement Linux based mail server deployment with scalable infrastructure on a secured and

better-supported platform.

Major Features of the expected solution are:

� Scalability

� Secure Solution

� Enterprise class Central User database repository

Page 67: hardware tender document

67

� Linux based mailing solution following implementable features:-

� Minimum 300 mailboxes of 20 MB each.

� (TLS/SSL Support (IMAP and Postfix)

� SMTP Auth

� Soft Quota Support

� Virtual Users (LDAP)

� Spam Message tagged and filtered in the Mailbox (Bulk)

� Virus Check, Notification to sender on Virus

� Backup of all Virus and Spam Mails in a mail admin mailbox (RHF).

� Trash Auto purge

� Global Address book ( Integrated in the Webmail and Desktop Client)

� Spam Prevention

� Webmail

� Secure Login

� HTML Compose

� Individual user blocklist ( backend file or mysql )

� Password Change Option

� Attachment/Message Size defined as per the requirement.

� Address Book Import and Export.

� Users Filtering Rules.

� Spell Check

� Signatures.

� Save Draft.

� Image attachment- Thumbnail View

� View of Docs.

� Vacation Setting.(optional)

� Web mail features

� Customizable GUI

� Mailbox Quota Display

� Facility to import and export contacts from/to CSV (Comma Separated Values)

file format.

� Spam Filter with Spamassassin Integration (configurable by both admin and user)

with Allow/Block list facility

� Last login information for WebMail users

� Folder Management Utility

� Vacation response facility Displaying Email address and Date & time after login to

WebMail.

� Displaying Disk Quota usage.

Page 68: hardware tender document

68

� Mail attachment Max Size warning.

� Tree-style Folder Menu

� User-customizable preferences and interface: Preset themes only

� Must be compatible with Microsoft Outlook / Outlook Express mail clients

19) Link Load Balancer

MULTI ISP LINK LOAD BALANCER

• Architecture o Should have ASIC Based Architecture o Should have minimum 4 Gigabit Tx Ports and 10 Fast Ethernet ports. o Should have minimum 256MB RAM o Support up to 2,000 IP interfaces o Should provide minimum 1Gbps throughput with 12 Gbps backplane. o Should support Dynamic routing protocols like OSPF, RIP1, RIP2

• Load Balancing Features o Minimum support for 50 internet links o Should provide Load balancing for inbound & outbound traffic o Selection of shortest path to Destination based on load/Hops/response time o Should support load balancing algorithms

� Least amount of Bytes � Least number of users/session. � Cyclic. � weighted Cyclic � SNMP Parameters, like router interface utilization etc

o Should support Static NAT & Dynamic NAT

• In case of link failure device should detect it in not more than 30 seconds

• In case of link failure traffic should be diverted to another link automatically within 30 seconds

• Link Management Feature o Should support Graceful shutdown of links o Should support Graceful Activation of links o Should able to redirect traffic based on Source/Destination IP & port o Should provide details of client routed to each link with IP & port details

• ISP Health Monitoring o Shall provide individual health check for each link o Should do health check on protocols like HTTP, SMTP, POP3, DNS, Ping, FTP

etc o Should able to provide content checking from most common site on internet o Should provide AND , OR mechanism between health check o Should provide GUI interface to configure any health check

• Redundancy o Should support VRRP o Should support transparent & stateful failover between 2 devices o Should have dual 230V 50Hz AC power supply

• QoS, Traffic Shaping & Bandwidth Management o Should provide bandwidth management based on any L3-L7 information o Should support CBQ, WRR, RED mechanism for QoS o Should provide Minimum & Maximum bandwidth allocation limit for traffic shaping o Should provide Two-Way bandwidth management o Should provide traffic classification on the basis of layer-3 to layer-7 information o Should able to classify & limit P2P bandwidth & protocol like Kazaa, Bit-Torrent,

eDonkey, etc

Page 69: hardware tender document

69

• Application Security o Should able to provide protection against 1500 known worms & viruses like

nimda, welchia, slammer, mydoom etc. o IPS Should support 24/7 Security Update Service o Should provide Syn Flood Protection, DOS / DDOS etc o Should perform URL & content based Filtering, custom categories, Keyword

search blocking o Device should perform Antivirus detection & protection at Network gateway.

Management console for Real Time Monitoring o Bi-directional Antivirus Protection o Disruption Free Database Update, Spy ware protection, OS based attack

protection o IPS Should support Real Time signature update o IPS Should support Provision to add static user defined signatures

• Device Management & Reporting o Should provide GUI interface for configuration & reporting o Should provide HTTP / HTTPS interface management o Should provide SSH / Telnet / CLI interface o Should support SNMP V1, V2c, V3 o Should provide Detailed LIVE reporting for traffic on each links o Should provide detailed historic reporting for link traffic

4.20) SERVER LOAD BALANCER

• Architecture o Combination of ASIC and CPU for performance and scalability o Should have minimum 10 x 10/100/1000 BaseT Ports & 4 1000Base-SX Ports o Should have minimum 1 GB RAM and up-gradable up to 4 GB o Support minimum 1,000,000 Concurrent L4 TCP connections o Should capable to handle 100,000 L4 connections per second o Should provide minimum 1 Gbps L7 throughput and can be upgrade to 4 Gbps

throughput. o Should support Dynamic routing protocols like OSPF, RIP1, RIP2.

• Load Balancing Features o Support for 3000 servers o Support for maximum 3000 Virtual IP o Should support load balancing algorithms

� Least amount of Bytes � Least number of users/session. � Cyclic. � weighted Cyclic � SNMP Parameters; like Server CPU utilization, memory utilization and

combination of both. o Should support Client NAT & Server NAT o In case of Server / Application failure device should detect it in not more than 30

seconds o In case of Server failure traffic should be diverted to another Server automatically o Should support following content based Load balancing features o HTTP Header based redirection o URL-Based Redirection o Browser Type Based Redirection o Preferential Treatment (Cookie-Based) o Should Support session persistency Based on: IP, DNS, Cookie-based, URL

Parameters, SSL Session ID-based etc…

Page 70: hardware tender document

70

• Server Management Feature o Should support Graceful shutdown of Servers o Should support Graceful Activation of Servers o Should able to redirect traffic based on Source IP, Destination IP & TCP PORT

• Segmentation: Ability to divide single box in to multiple boxes & operate as independently hence single device can be used to load balance multiple DMZ servers without compromising network security

• Health Monitoring o Should provide individual health check for each Server & Application o Should be able to do health check on protocols like HTTP, SMTP, POP etc o Should able to check the health of Server OS, Application & contents as well o Should provide AND & OR Grouping mechanism between health check for

granular approach for detecting path failure in multi-tier application architecture like core banking solution

o Health Check configuration should be via simple GUI interface and easy to understand, it should not require any scripting or CLI configuration.

• Redundancy o Should Support standard VRRP (RFC - 2338) without any proprietary changes o Should support transparent failover between 2 devices o Should support redundant power supply (230V 50Hz AC)

• Global Server Load Balancing Algorithms o Should support DNS based redirection o Should support HTTP redirection o Should support RTSP Redirection o Should support HTTP redirection as fall back to DNS redirection for avoid failure

because of DNS cache o Should support VIP advertisement via Dynamic Routing

• Support for Bandwidth Management o Should be upgradeable to support bandwidth management based on any L3-L7

information o Should be upgradeable to support CBQ, WRR, RED mechanism for BWM o Should be able to upgrade to provide Minimum & Maximum bandwidth allocation

limit o Should be upgradeable to provide Two-Way bandwidth management o Should be upgrade able to support bandwidth borrowing between 2 policies o Should be upgradeable to limit P2P bandwidth & protocol like Kazaa, Bit-Torrent,

Edonkey etc o System should show real-time & History reports of Bandwidth usage per policy.

• Support for Application Security & Intrusion Prevention o Should be upgrade able to provide protection against minimum1500 known

worms & viruses like nimda, welchia, slammer, mydoom etc. o Should be upgradeable to provide Syn Flood Protection, DOS / DDOS etc o Should perform URL & content based Filtering, custom categories, URL

redirection, Keyword search blocking o Device should perform virus detection & protection at Network gateway. o Management console for Real Time Monitoring o Bi-directional Application attack protection o Spy ware protection, OS based attack protection o IPS Should support Real Time signature update o IPS Should support Provision to add static own attack signatures o Must support historical report for security events.

Page 71: hardware tender document

71

• Device Management & Reporting o Should provide GUI interface for configuration & reporting o Should provide HTTP / HTTPS interface management o Should provide SSH / Telnet / CLI interface o Should support SNMP V1, V2c, V3 o Should provide Detailed LIVE reporting for traffic on each farm o Should provide detailed historic reporting for server traffic

4.21) Intrusion Prevention System A) Internet Gateway Specification:

Platform of the Appliance:

• Available as a plug-n-play appliance. Provide relevant technical specifications.

• Supports open source as the underlying operating system (not a proprietary OS).

• Has serial, monitor, and keyboard interfaces.

• Monitoring interfaces operate at layer 2, thus requiring no IP address or network reconfiguration.

• The appliance has an aggregate traffic handling capacity of 1200 Mbps

• The appliance monitors upto 4 inline segment and has 8 10/100/1000 interfaces for the same.

• The appliance includes includes additional 10/100/1000 Mbps interface for management system.

Installation & Configuration:

• Requires minimal setup and configuration

• Operates effectively and protects against malicious traffic via a default, out-of-the-box configuration.

• Supports both manual and automated security content and product enhancement upgrades.

• Allows full policy configuration and IPS sensor control via encrypted communications with remote management system.

• Allows remote access to initial setup menu via SSH connection. Security Content:

• Consists of vendor’s original threat intelligence and is not overly dependent on information available in the public domain.

• Continuously updated with new threat intelligence, including detailed help text, in an automated fashion and without physical access to the unit.

• Detects and blocks all known, high-risk exploits along with their underlying vulnerability (not just one exploit of that vulnerability).

• Detects and blocks zero-day attacks without requiring an update.

• Reports provide information on latest security issues, cyber attack trends, and statistics.

Page 72: hardware tender document

72

Customization:

• Automatically blocks malicious traffic out-of-the-box and allows additional blocking upon policy customization.

• Can enable/disable each individual signature.

• Each signature should allow granular tuning.

• Supports assigning of ports to custom applications.

• Filters traffic based on IP address or network range, protocol, and service in support of organizational security policy to allow/disallow specific types of activity between hosts.

Updates:

• Supports automated security check and product updates.

• Updates are frequent and regular.

• Vendor provides detailed update history on public web site.

• Security check updates do not require reboot of IPS unit. Performance Consideration:

• Does not introduce network latency.

• Fails open should a power loss occur.

• Notifies console of unit interruption. Console should receive alert and/or provide additional notification to administrator should any component become non-operational or experience a communications problem.

• The alert should specify the type of problem encountered, and users should have the ability to enable tracing mechanisms to determine the exact nature of the issue

Accuracy of Intrusion Detection:

• Accurately detects intrusion attempts and discerns between the various types and risk levels including unauthorized access attempts, pre-attack probes, suspicious activity, DoS, DDoS, vulnerability exploitation, brute force, hybrids, and zero-day attacks.

• Accurately prevent intrusions from occurring. Describe underlying prevention technology.

• Accurately identifies attacks with correct severity level while allowing benign traffic to pass without interruption.

• Accurately respond to intrusion attempts Detection & Prevention Technology:

• Detects and blocks all known, high-risk exploits.

• Employs full seven-layer protocol analysis of over 150 Internet protocols and data file format. Provide list of network and application layer protocols decoded.

• Operates effectively and protects against high risk, high impact malicious traffic via default out of box configuration, should be able to block more than 1000 attacks by default.

• Performs stateful packet inspection

• Detects and blocks malicious web traffic on any port.

Page 73: hardware tender document

73

• Does TCP stream reassembly.

• Does IP defragmentation.

• Protocol anamoly detection

• Does Bi- directional inspection

• Detects attacks within protocols independent of port used

• Does Heuristics

• Does RFC Compliance

• Does Protocol tunneling

• Supports attack recognition inside IPv6 encapsulated packets

• Supports active blocking of traffic based on pre-defined rules to thwart attacks before any damage is done, i.e. before compromise occurs.

• Supports active blocking of traffic based on dynamic responses to pre-defined rules.

• Supports several prevention techniques including drop-packet, tcp-rst, etc. Response Mechanisms:

• Offers a variety of built-in responses including console alerts, database logging, email notifications, SNMP traps, offending packet captures, and packet captures.

Management Console:

• Management Console Software should be able to manage 10 Network Appliances. Hardware specifications to be provided for the Management Console.

• Allows central management of signature updates. Is able to centrally push out updates from one location to multiple heterogeneous networks, server agents.

• Centralized Management Console should manage all the products NIPS, HIPS, End Point Security and Vulnerability Assessment.

• Support for built in ticketing system.

• Granular Management. Allows policy to be assigned

• Policy per device

• Policy per port

• Policy per VLAN tag

• Policy per IP address/range

• Provide automated notification of IPS communications failure

• Integration capability with Arcsight, Tivoli, HPOV Reporting:

• Includes built-in reports. The console should be capable of producing graphical metrics and time-based comparison reporting.

• Built-in reports should include high-level summaries and detailed reports.

• Users should be able to output report data into a variety of different file formats including HTML, PDF, CSV, and Printer.

Certifications:

• One of the vendor product models should have been tested/certified for NSS, Tolly tested and ICSA.

Page 74: hardware tender document

74

Security Maintenance:

• IPS should have 24/7 Security Update Service

• Support Real time Signature update

• Support Automatic signature synchronization from vendor website

• Support Provision to add custom signature B) Internal LAN Specification:

Platform of the Appliance:

• Available as a plug-n-play appliance. Provide relevant technical specifications.

• Supports open source as the underlying operating system (not a proprietary OS).

• Has serial, monitor, and keyboard interfaces.

• Monitoring interfaces operate at layer 2, thus requiring no IP address or network reconfiguration.

• The appliance has an aggregate traffic handling capacity of 400 Mbps

• The appliance monitors upto 4 inline segment and has 8 10/100/1000 interfaces for the same.

• The appliance includes includes additional 10/100/1000 Mbps interface for management system.

Installation & Configuration:

• Requires minimal setup and configuration

• Operates effectively and protects against malicious traffic via a default, out-of-the-box configuration.

• Supports both manual and automated security content and product enhancement upgrades.

• Allows full policy configuration and IPS sensor control via encrypted communications with remote management system.

• Allows remote access to initial setup menu via SSH connection. Security Content:

• Consists of vendor’s original threat intelligence and is not overly dependent on information available in the public domain.

• Continuously updated with new threat intelligence, including detailed help text, in an automated fashion and without physical access to the unit.

• Detects and blocks all known, high-risk exploits along with their underlying vulnerability (not just one exploit of that vulnerability).

• Detects and blocks zero-day attacks without requiring an update.

• Reports provide information on latest security issues, cyber attack trends, and statistics.

Page 75: hardware tender document

75

Customization:

• Automatically blocks malicious traffic out-of-the-box and allows additional blocking upon policy customization.

• Can enable/disable each individual signature.

• Each signature should allow granular tuning.

• Supports assigning of ports to custom applications.

• Filters traffic based on IP address or network range, protocol, and service in support of organizational security policy to allow/disallow specific types of activity between hosts.

Updates:

• Supports automated security check and product updates.

• Updates are frequent and regular.

• Vendor provides detailed update history on public web site.

• Security check updates do not require reboot of IPS unit. Performance Consideration:

• Does not introduce network latency.

• Fails open should a power loss occur.

• Notifies console of unit interruption. Console should receive alert and/or provide additional notification to administrator should any component become non-operational or experience a communications problem.

• The alert should specify the type of problem encountered, and users should have the ability to enable tracing mechanisms to determine the exact nature of the issue

Accuracy of Intrusion Detection:

• Accurately detects intrusion attempts and discerns between the various types and risk levels including unauthorized access attempts, pre-attack probes, suspicious activity, DoS, DDoS, vulnerability exploitation, brute force, hybrids, and zero-day attacks.

• Accurately prevent intrusions from occurring. Describe underlying prevention technology.

• Accurately identifies attacks with correct severity level while allowing benign traffic to pass without interruption.

• Accurately respond to intrusion attempts Detection & Prevention Technology:

• Detects and blocks all known, high-risk exploits.

• Employs full seven-layer protocol analysis of over 150 Internet protocols and data file format. Provide list of network and application layer protocols decoded.

• Operates effectively and protects against high risk, high impact malicious traffic via default out of box configuration, should be able to block more than 1000 attacks by default.

• Performs stateful packet inspection

• Detects and blocks malicious web traffic on any port.

Page 76: hardware tender document

76

• Does TCP stream reassembly.

• Does IP defragmentation.

• Protocol anamoly detection

• Does Bi- directional inspection

• Detects attacks within protocols independent of port used

• Does Heuristics

• Does RFC Compliance

• Does Protocol tunneling

• Supports attack recognition inside IPv6 encapsulated packets

• Supports active blocking of traffic based on pre-defined rules to thwart attacks before any damage is done, i.e. before compromise occurs.

• Supports active blocking of traffic based on dynamic responses to pre-defined rules.

• Supports several prevention techniques including drop-packet, tcp-rst, etc. Response Mechanisms:

• Offers a variety of built-in responses including console alerts, database logging, email notifications, SNMP traps, offending packet captures, and packet captures.

Management Console:

• Management Console Software should be able to manage 10 Network Appliances. Hardware specifications to be provided for the Management Console.

• Allows central management of signature updates. Is able to centrally push out updates from one location to multiple heterogeneous networks, server agents.

• Centralized Management Console should manage all the products NIPS, HIPS, End Point Security and Vulnerability Assessment.

• Support for built in ticketing system.

• Granular Management. Allows policy to be assigned

• Policy per device

• Policy per port

• Policy per VLAN tag

• Policy per IP address/range

• Provide automated notification of IPS communications failure

• Integration capability with Arcsight, Tivoli, HPOV Reporting:

• Includes built-in reports. The console should be capable of producing graphical metrics and time-based comparison reporting.

• Built-in reports should include high-level summaries and detailed reports.

• Users should be able to output report data into a variety of different file formats including HTML, PDF, CSV, and Printer.

Certifications:

• One of the vendor product models should have been tested/certified for NSS, Tolly tested and ICSA.

Page 77: hardware tender document

77

Security Maintenance:

• IPS should have 24/7 Security Update Service

• Support Real time Signature update

• Support Automatic signature synchronization from vendor website

• Support Provision to add custom signature

High Availability

• Shall support redundant CPU

• Shall support Redundant Power supply

• Shall support On-line insertion and removal for cards

• Shall support fast reboot for minimum network downtime

• Shall support Non-Stop forwarding with Stateful Switch Over, allows packet forwarding to continue until route re-convergence is complete.

• Shall support BFD as per IETF

• Shall support Stateful switch-over so that CPU forwarding is not impacted on account of active CPU failure

• Shall support boot options like booting from TFTP server, Network node

• Shall support multiple storage of multiple images and configurations

• Shall support link aggregation using LACP as per IEEE 802.3ad

• Shall support VRRP or equivalent

• The software on the firewall must have online software reconfiguration to ensure that changes made to a firewall configuration take place with immediate effect.

• On power up the platform should use built-in system monitoring & diagnostics before going online to detect failure of hardware.

• The firewall should support active-active failover to avoid single point of failure or session loss in an event of the primary firewall failure

• The Firewall should support Stateful failover to prevent session losses to be minimal.

Protocol Support

• Shall support IPv6 features

• Shall support RIPng and OSPFv3 for IPv6

• Shall support Routing protocols like RIP ver1 (RFC1058)&2 (RFC 1722 and 1723), OSPF ver2 (RFC2328), OSPF on demand (RFC1793), BGP4 (RFC1771), IS-IS (RFC1195)

• Multicast routing protocols support : IGMPv1,v2 (RFC 2236), PIM-SM (RFC2362) and PIM-DM, Multicast VLAN Registration, DVMRP, M-BGP

• Shall support IPSec with 3DES/AES encryption

QoS

• 802.1p class of service (CoS) and differentiated services code point (DSCP) field classification

• Per-port broadcast, multicast, and unicast storm control to prevent faulty end stations from degrading overall systems performance.

• Rate limiting should be provided based on source and destination IP address, source and destination MAC address, Layer 4 TCP/UDP information, or any combination of these fields, using QoS ACLs (IP ACLs or MAC ACLs), class maps, and policy maps.

• Should support 8 queues per port in hardware

Page 78: hardware tender document

78

Security Features:

• Shall support multi-level of access

• SNMPv3 authentication

• SSHv2

• AAA support using RADIUS and/or TACACS, which enable centralized control of the switch and restrict unauthorized users from altering the configuration

• PAP and CHAP authentication for P-to-P links

• Per port broadcast, multicast and unicast storm control to prevent faulty end stations from degrading overall system performance.

• Router ACLs (RACLs) on all ports with no impact on the performance

• Private VLANs (PVLANs) on access and trunk ports

• Unicast MAC filtering

• Unicast port flood blocking

• IP Access list to limit Telnet and SNMP access to router

• Multiple privilege level authentication for console and telnet access

• Time based ACLs for controlled forwarding based on time of day for offices

• IEEE 802.1x support for MAC address authentication

• Dynamic Host Configuration Protocol (DHCP) snooping

• Standard and extended ACLs on all ports

4.22 a) Core Switch

The suggested core switch should have features as under:

→ High back plane speed (600 Gbps or more)

→ The forwarding rate should be scalable to 350 Mpps.

→ The switch should have minimum of 8 payload slots

→ The switch should have atleast 48 10/100/1000 Ethernet Ports

→ Should be a single chassis

→ Should support 10G Should have redundancy at various levels:

→ Should have redundant Power Supply, single power should be sufficient to provide fully loaded chassis.

→ Should support redundant Switching engine.

→ Should have integrated hardware based Firewall

→ Support for 30,000 MAC addresses Layer 2 Features: · Layer 2 switch ports and VLAN trunks · IEEE 802.1Q VLAN encapsulation · Support for atleast 4000 VLANs. · Dynamic Trunking Protocol (DTP) or equivalent · VLAN Trunking Protocol or equivalent · 802.1s · 802.1w · IGMP snooping v1, v2, v3 · Port Trunking technology across line cards

Page 79: hardware tender document

79

Should support below Layer 3 features

· Hot Standby Routing Protocol/VRRP · Static IP routing · IP routing protocols · Open Shortest Path First · Routing Information Protocol · Border Gateway Protocol Version 4 · Global Load balancing Protocol (GLBP) · Multicast Border Gateway Protocol · PIM Sparse Mode, Dense Mode, Bi-directional PIM · IGMP v1, v2, and v3 · IP Version 6 support in hardware · IGMP filtering on access and trunk ports · Distance Vector Multicast Routing Protocol · Internet Control Message Protocol (ICMP) support · ICMP Router Discovery Protocol

Standards

· Ethernet : IEEE 802.3, 10BASE-T · Fast Ethernet : IEEE 802.3u, 100BASE-TX, 100BASE-FX · Gigabit Ethernet: IEEE 802.3z, 802.3ab · 10 Gigabit: IEEE 802.3ae · IEEE 802.1D Spanning-Tree Protocol · IEEE 802.1w rapid reconfiguration of spanning tree · IEEE 802.1s multiple VLAN instances of spanning tree · IEEE 802.1p class-of-service (CoS) prioritization · IEEE 802.1Q VLAN encapsulation · IEEE 802.3af · IEEE 802.3ad · IEEE 802.1x user authentication · 1000BASE-X (GBIC) (Support for SX,LX,ZX) · 1000BASE-X (small form-factor pluggable) · RMON I and RMON II standards

High Availability

· Shall support redundant CPU · Shall support Redundant Power supply · Shall support On-line insertion and removal for cards · Shall support fast reboot for minimum network downtime · Shall support Non-Stop forwarding with Stateful Switch Over, allows packet forwarding

to continue until route re-convergence is complete. · Shall support BFD as per IETF · Shall support Stateful switch-over so that CPU forwarding is not impacted on account of

active CPU failure · Shall support boot options like booting from TFTP server, Network node · Shall support multiple storage of multiple images and configurations · Shall support link aggregation using LACP as per IEEE 802.3ad · Shall support VRRP or equivalent · The software on the firewall must have online software reconfiguration to ensure that

changes made to a firewall configuration take place with immediate effect. · On power up the platform should use built-in system monitoring & diagnostics before going online to detect failure of hardware. · The firewall should support active-active failover to avoid single point of failure or session loss in an event of the primary firewall failure · The Firewall should support Stateful failover to prevent session losses to be minimal.

Page 80: hardware tender document

80

Protocol Support · Shall support IPv6 features · Shall support RIPng and OSPFv3 for IPv6 · Shall support Routing protocols like RIP ver1 (RFC1058)&2 (RFC 1722 and 1723),

OSPF ver2 (RFC2328), OSPF on demand (RFC1793), BGP4 (RFC1771), IS-IS (RFC1195)

· Multicast routing protocols support : IGMPv1,v2 (RFC 2236), PIM-SM (RFC2362) and PIM-DM, Multicast VLAN Registration, DVMRP, M-BGP Shall support IPSec with 3DES/AES encryption

QoS · 802.1p class of service (CoS) and differentiated services code point (DSCP) field classification · Per-port broadcast, multicast, and unicast storm control to prevent faulty end stations

from degrading overall systems performance. · Rate limiting should be provided based on source and destination IP address, source and

destination MAC address, Layer 4 TCP/UDP information, or any combination of these fields, using QoS ACLs (IP ACLs or MAC ACLs), class maps, and policy maps.

· Should support 8 queues per port in hardware Security Features: · Shall support multi-level of access · SNMPv3 authentication · SSHv2 · AAA support using RADIUS and/or TACACS, which enable centralized control of the

switch and restrict unauthorized users from altering the configuration · PAP and CHAP authentication for P-to-P links · Per port broadcast, multicast and unicast storm control to prevent faulty end

stations from degrading overall system performance. · Router ACLs (RACLs) on all ports with no impact on the performance · Private VLANs (PVLANs) on access and trunk ports · Unicast MAC filtering · Unicast port flood blocking · IP Access list to limit Telnet and SNMP access to router · Multiple privilege level authentication for console and telnet access · Time based ACLs for controlled forwarding based on time of day for offices · IEEE 802.1x support for MAC address authentication · Dynamic Host Configuration Protocol (DHCP) snooping · Standard and extended ACLs on all ports

4.22 b) Access Switch (24 – Port) Physical Specification: Should be rack mountable with 24-port 10/100 Mbps and 2 x 10/100/1000BaseT.

General Specification:

o Should have 16 Gbps Switching Fabric o Should have 6.5 million packets per second forwarding rate on 64-byte packets o 8000 MAC address supported o 255 IGMP groups

Page 81: hardware tender document

81

Layer-2 Features o IEEE 802.1Q VLAN encapsulation. Up to 255 VLANs per switch o Support for Automatic Negotiation of Trunking Protocol, to help minimize the

configuration & errors o Centralized VLAN Management. VLANs created on the Core Switches should be

propagated to all the other switches automatically, thus reducing the overhead of creating / modifying / deleting VLANs in all the switches in turn eliminating the configuration errors & troubleshooting.

o Spanning-tree PortFast for fast convergence o 802.1d, 802.1p, 802.1Q, 802.1s, 802.1w, 802.1x, 802.1ab, 802.3ad, o Spanning-tree root guard to prevent other edge switches becoming the root

bridge. o IGMP snooping v1, v2 and v3 o Link Aggregation Protocol (LACP) o Support for Detection of Unidirectional Links and to disable them to avoid

problems such as spanning-tree loops o Should be able to discover the neighboring device of the same vendor giving the

details about the platform, IP Address, Link connected through etc, thus helping in troubleshooting connectivity problems.

o Support for Switch port auto recovery (err disable) to automatically re-enable a link that is disabled because of a network error.

o Should support Multicast VLAN registration o Should support DHCP Server enabling a convenient deployment option for the

assignment of IP addresses in networks that do not have without a dedicated DHCP server

o Should support Local Proxy Address Resolution Protocol (ARP) works in conjunction with Private VLAN Edge to minimize broadcasts and maximize available bandwidth

o Should support LLDP and LLDP-MED including MPED location information. Should exchange link and device information in multivendor networks.

o Should support configuration rollback to replace current configuration with any saved configuration file.

o Should support link state tracking which provides layer2 redundancy in the network when used in conjunction with server teaming.

QoS Features

o Standard 802.1p CoS and DSCP classification using marking and reclassification on a per-packet basis by source and destination IP address, source and destination MAC address, or Layer 4 TCP or UDP port number.

o Control- and Data-plane QoS ACLs o No performance penalty for highly granular QoS functions o Four egress queues per port to enable differentiated management of up to four

traffic types o Weighted tail drop (WTD) to provide congestion avoidance o Strict priority queuing mechanisms o Granular Rate Limiting function to guarantee bandwidth in increments as low as

1 Mbps o Rate limiting support based on source and destination IP address, source and

destination MAC address, Layer 4 TCP and UDP information, or any combination of these fields, using QoS ACLs (IP ACLs or MAC ACLs), class maps, and policy maps.

o Support for Asynchronous data flows upstream and downstream from the end station or on the uplink using ingress policing and egress shaping.

o Up to 64 aggregate or individual policers for per Fast Ethernet or Gigabit Ethernet port.

o Support for Automatic Quality of Service for easy configuration of QoS features for critical applications

Page 82: hardware tender document

82

Network security features

o IEEE 802.1x to allow dynamic, port-based security, providing user authentication o Support for Admission Control features to improve the network’s ability to

automatically identify, prevent, and respond to security threats and also to enable the switches to collaborate with third-party solutions for security-policy compliance and enforcement before a host is permitted to access the network.

o Port-based ACLs (PACLs) for Layer 2 interfaces to allow application of security policies on individual switch ports.

o Unicast MAC filtering to prevent the forwarding of any type of packet with a matching MAC address

o Unknown unicast and multicast port blocking to allow tight control by filtering packets that the switch has not already learned how to forward

o IGMP filtering provides multicast authentication by filtering out no subscribers and limits the number of concurrent multicast streams available per port.

o Support for SSHv2, SNMPv3 to provide network security by encrypting administrator traffic during Telnet and SNMP sessions

o The switch should support Port Mirroring based on port basis / vlan basis to support intrusion prevention system deployment in different VLANs. Should support bidirectional data on mirror port, which allows IDS to take action when an intruder is detected.

o Should be able to allow administrators to remotely monitor ports in a Layer 2 switch network from any other switch in the same network

o RADIUS authentication to enable centralized control of the switch and restrict unauthorized users from altering the configuration.

o MAC address notification to allow administrators to be notified of users added to or removed from the network

o DHCP snooping to allow administrators to ensure consistent mapping of IP to MAC addresses. This can be used to prevent attacks that attempt to poison the DHCP binding database, and to rate limit the amount of DHCP traffic that enters a switch port.

o DHCP Interface Tracker (Option 82) to augment a host IP address request with the switch port ID

o Port security to secure the access to an access or trunk port based on MAC address. After a specific timeframe, the aging feature should remove the MAC address from the switch to allow another device to connect to the same port.

o Multilevel security on console access to prevent unauthorized users from altering the switch configuration

o BPDU Guard feature, to shut down Spanning Tree Protocol PortFast-enabled interfaces when BPDUs are received to avoid accidental topology loops.

o Spanning-Tree Root Guard (STRG) to prevent edge devices not in the network administrator's control from becoming Spanning Tree Protocol root nodes.

o Support for upto 512 access control entries (ACEs). Management

o CLI support to provide a common user interface and command set with all routers and switches of the same vendor

o Remote Monitoring (RMON) software agent to support four RMON groups (history, statistics, alarms, and events) for enhanced traffic management, monitoring, and analysis. Support for all nine RMON groups through the use of a mirrored port, which permits traffic monitoring of a single port, a group of ports, or the entire switch from a single network analyzer or RMON probe

o Time-domain reflectometer (TDR) to diagnose and resolve cabling problems on copper ports

o Layer 2 traceroute to ease troubleshooting by identifying the physical path that a packet takes from source to destination

Page 83: hardware tender document

83

o Domain Name System (DNS) to provide IP address resolution with user-defined device names

o Trivial File Transfer Protocol (TFTP) to reduce the cost of administering software upgrades by downloading from a centralized location

o Network Timing Protocol (NTP) to provide an accurate and consistent timestamp to all intranet switches

o RMON I and II standards o Support SNMPv1, SNMPv2c, and SNMPv3 and Telnet interface support delivers

comprehensive in-band management, and a CLI-based management console provides detailed out-of-band management

4.22 c) Remote Location LAN Switch

Particulars Description

Interface /Slots 1 x 12 ports 10/100/1000 Mbps ports

VLAN features IEEE 802.1Q VLAN encapsulation

Dynamic Trunking Protocol (DTP) or equivalent

Minimum 255 VLAN

Minimum 20 VLANs

Management RS-232 Console port

Accessibility using Telnet, SSH, Console access.

SNMPv1, snmpv2/v3

Standards IEEE 802.1x support

IEEE 802.3x full duplex on 10BASE-T and 100BASE-TX ports

IEEE 802.1d Spanning-Tree Protocol

Power Supply Internal power supply 230 Volt 50Hz input

Miscellaneous All necessary power cords, adapters, data cables, connectors, CDs, manuals, brackets accessories, wire managers, etc. should be provided

4.23a) G.703 & V.35 lease line modems 2 Mbps for DC

4.23b) G.703 & V.35 lease line modems to support 256 Kbps for Remote Locations

Description

Compliance According to ETSI HDSL / G.SHDSL to ITU T G991.2 Standard

Mode of operation

Leased – Unconditioned copper 2 / 4 Wire

Selectable Data Rate

N*64 Kbps up to 2048 Kbps (Synchronous)

Management Features

Standalone to Standalone Management through 10/100 base TX out of band management port, Internal BERT option for diagnostics, Telnet & Web browser for configuration and diagnostics, Dipswitches for loop back, Line protection circuits against lightning and power surges and follow ITU K.21 and UL 1950 standards.

Interface DCE interface G.703, DTE interface V.35.

Page 84: hardware tender document

84

Opearting Range Should support to 10KM for 64 KBPS and 5 KM for 2048 KPBS over 24 AWG (0.5mm) or higher

Cables All necessary cables including power cord

Power Supply Inbuilt support to work in both 230V 50 Hz AC and -48VDC from a single socket and not to be an ordering option

Indicators Power, Test, Alarm/Loss, Sync

Architecture Stand alone unit

Approval Should be TEC approved.

4.24 a) Central Internet Router

Router / Modules having following features / facilities

• Should have atleast 4 interface card slots

• Should have atleast 1 Network Module Slot

• Should have minimum 2 numbers of Serial Ports having support for 2 Mbps/ port Bandwidth with necessary cables

• At least 2 Numbers of on-board Gigabit Ethernet (10/100/1000) interfaces.

• The architecture should be based on high speed CPU.

• Support for Hot Standby Router Redundancy/VRRP, GLBP protocol

• The router should have a minimum of 200,000 pps throughput.

• Support for low speed sync/async interfaces.

• Bandwidth Optimization: i. Dial-Backup ii. Dial-on-Demand iii. Bandwidth on Demand iv. Header and payload Compression Inactivity timeouts

• Support for Webvpn

• Should support below IP Routing Protocols: i. RIP ii. OSPF iii. OSPF Over Demand Circuits iv. IGRP v. Policy Routing VII. Global Load Balancing Protocol (GLBP)

• IPSec, DES, 3DES and AES Support.

• Should have Flash Memory of minimum 64 MB and upgradeable to 256 MB.

• Router must have minimum of 256 MB of DRAM expandable to 1GB to store router configuration.

• Support for Content management / Caching & URL Filtering using inbuilt modules for conserving the WAN bandwidth

• Support for integrated security services (IDS/ IPS / Firewall / IPSec). 4.24 b) Central Intranet Router Specification Hardware Requirements:

o Router should have atleast 12 configurable slots o Router should have atleast 30 Channelized E1 interfaces and should be upgradeable to

36. o Router should have at least three 10/100/1000 BaseT or SFP Gigabit Ethernet Interfaces.

Page 85: hardware tender document

85

Architecture: o Should have support for Data, Voice & Video services. o Should be chassis based & modular architecture for scalability o Should have power supply redundancy. There should not be any impact on the router

performance in case one of the power supplies fails. o All interface modules, power supplies should be hot swappable for high availability. o Should support hardware based VPN (3DES/AES) Encryption card

Performance:

o Shall support high performance traffic forwarding with con-current features like Firewall and encryption.

o Forwarding Capacity shall be a minimum of 2 Mpps (considering 64byte packet size) o Shall support variety of interfaces like V.35, G.703, Channelized E1 interfaces for

provisioning n64Kbps connectivity, E3 & DS3, STM1, Channelized E3 / Channelized STM-1, ATM, Ethernet Interfaces – 1Gbps, 10/100 Mbps, ISDN BRI, PRI, T1/E1 Digital Voice ports

o Should have at least one USB ports for storing OS images. o Shall support Voice traffic optimization with features like LFI, cRTP o Should have minimum of 1GB of RAM and 256 MB of Flash Memory.

High Availability o Shall support, On-line insertion and removal for cards, fast reboot for minimum network

downtime, VRRP or equivalent o Shall support Non-Stop forwarding for fast re-convergence of routing protocols (BGP,

OSPF) o Shall support multiple storage of multiple images and configurations o Shall support link aggregation using LACP as per IEEE 802.3ad o Boot options like booting from TFTP server, Network node & Flash Memory.

Protocol Support

o Router OS should have feature of Routing protocols like RIP ver1 & RIP ver2, OSPFver2, OSPF on demand from day 1

QoS Features:

o Shall support the following o Classification and Marking: Policy based routing, IP Precedence, MPLS exp bits o Congestion Management: WRED, Priority queuing, Class based weighted fair

queuing o Traffic Conditioning: Committed Access Rate/Rate limiting o Signaling: RSVP for Bandwidth reservation o Per VLAN QoS. o Link efficiency mechanisms: cRTP, LFI, MLPPP. Support for Class based cRTP

& time based QoS policies. o Per VLAN QoS. Time Based Shaping and Policing for QoS

Security Features:

Should support o GRE Tunneling, NAT, L2TP tunneling, without any major performance impact. o SNMPv3 authentication, SSHv2 o AAA support using Radius o CHAP authentication for P-to-P links o DoS prevention through TCP Intercept, DDoS protection o IP Access list to limit Telnet and SNMP access to router o Multi-level of access.

Page 86: hardware tender document

86

o Multiple privilege level authentications for console and telnet access through Local database or through an external AAA Server.

o Time based or Dynamic ACLs for controlled forwarding based on time of day for offices o IEEE 802.1x support for MAC address authentication o Should have features to limit the spread of viruses & worms on the desktops /

workstations. Multi-media support:

o Shall support Voice capabilities with Voice pass-through o Shall support H.323, SIP o Shall support Voice based QoS

Debug, Alarms & Diagnostics:

o Support for monitoring of Traffic flows for Network planning and Security purposes o Display of input and output error statistics on all interfaces o Display of Dynamic ARP table o Display of physical layer line status signals like DCD, DSR, DTR, RTS, CTS on all serial

interfaces o Trace-route, Ping and extended Ping o Should have extensive support for SLA monitoring for metrics like delay, latency, jitter,

packet loss, and MOS Management

o Shall have support for Web / GUI based management, CLI, Telnet and SNMPv3 o Shall support Secure Shell for secure connectivity. o Embedded RMON support for four groups – history, statistics, alarms and events o Should have to support Out of band management through Console / external modem for

remote management. 4.24 c) Remote Branches Router Specifications A. Router Architecture requirements

i. The architecture should be based on high speed CPU. ii. The Router should be a Single Box configuration and modular, so that the purchaser

has the flexibility to use the appropriate choice of interfaces as and when required. B. High Availability Requirements

i. Support for Hot Standby Router Redundancy Protocol. ii. The software on the router must have online software reconfiguration to ensure that

changes made to a router configuration take place with immediate effect. iii. It must be possible to fast boot the router to ensure that for software upgrades can be

done with minimum network downtime. iv. High Mean Time between Failure values should be available to ensure long life of router

hardware. v. The router should be capable of booting from a remote node, where the router image is

present. C. Miscellaneous Hardware Requirements

i. Should have 2 onboard 10/100 BaseT Interfaces and atleast 2 WAN Interface Slots. ii. Should have atleast 1 serial port with support up to 2 Mbps bandwidth and necessary

cables.

Page 87: hardware tender document

87

iii. Should support for ISDN BRI port (as and when required) iv. Router must have 32 MB Flash upgradeable to 128 MB v. Router must have 128 MB DRAM upgradeable to 384 MB vi. Extensive debugging capabilities to assist in hardware problem resolution.

D. Performance Requirements

i. The router should have a minimum of 70,000 pps throughput.

E. Router Software Features.

i. Shall support (when required by an software upgrade) IPSec, 3DES,AES Encryption; the IPSec implementation should be IETF compliant

ii. Should support Intrusion Prevention Functionality (when required by an software upgrade)

Other General Specifications: 1. Router OS should have features of below IP Routing Protocols:

i. RIPv1 & v2 ii. OSPF iii. OSPF Over Demand Circuits

2. Network Address Translation (NAT) should be available in the delivered configuration.

3. WAN Protocols:

i. PPP ii. Multilink PPP iii. X.25 iv. Frame Relay v. Compression-Payload and TCP/IP Header

4. Multicasting

i. It should be possible to recognize a wide variety of applications, including web-based and other difficult-to-classify protocols that utilize dynamic TCP/User Datagram Ports (UDP) port assignments. When an application is recognized and classified, a network should be able to invoke services for that specific application.

ii. Internet Group Management Protocol (IGMPv2) iii. Multicast routing support such as DVMRP, Protocol Independent Multicast (PIM) or

MOSPF.

6. Bandwidth Optimization: i. Dial-Backup ii. Dial-on-Demand iii. Bandwidth on Demand iv. Header and payload Compression v. Inactivity timeouts.

7. Accounting: i. Network Time Protocol. ii. Packet & Byte Counts. iii. Start Time Stamp & End Time Stamps. iv. Input & Output interface ports. v. Type of service, TCP Flags & Protocol. vi. Source & Destination IP addresses. vii. Source & Destination TCP/UDP Addresses.

Page 88: hardware tender document

88

8. Security

i. Support for Standard Access Lists and Extended Access Lists to provide supervision and control.

ii. Support for Firewalling and IPS iii. Controlled SNMP Access. iv. Control SNMP access through the use of SNMP with MD5 authentication. v. Implement Access Lists on the router to ensure SNMP access only to the SNMP

manager or the NMS workstation. vi. Support for Dynamic Multipoint VPN. vii. IPSec, DES, 3DES and AES Support. viii. Support for Webvpn ix. Multiple Privilege Levels. x. Support for Remote Authentication Dial-In User Service (RADIUS) and AAA. xi. MD5 Route Authentication. xii. PPP PAP & CHAP support.

Xiii Should support RFC 3547 4.25) 225 No. of Point to Point Links having min. Bandwidth of 256 Kbps (DELETED) 4.26) 42 U Racks - Industry Standard

S. No.

Description

1

Rack 19" (800W) 42U/1000mmD (basic rack includes 1 Pair / 2 Nos of Side Panels) (The basic Rack also includes 2 Pairs / 4 Nos of Reducing Channels - these channels are used to manage cables along the vertical length of the Rack)

2 Front Glass Door with Vented Trims S12C 42U / 800W

3 Rear MS Door (Plain) S12C 42U / 800W

4 Hardware Front Panel (20/Pkt)

5 Ac Main Channel 12 Pts 5Amp flat & round pin

6 Fan Housing Unit 2/4 Fan Posn

7 Fan 230VAC 90CFM (Set of 4 Fans)

8 Cable Manager 1U + H/W (Metallic)

9 Castors Trymn with Ft Brakes (set of 4)

10 Stationary Shelf 627mmD N/W

11 Stationary Shelf 725mmD N/W

12 Earthing kit

4.27) 9 U Racks - Industry Standard

S.No Description

1 Rack S31 Wall Mount 9U / 500 1 Section (Flexibox)

2 Hardware Front Panel 10/Pkt

3 Fan 230VAC 90CFM

4 Cable Manager 1U + H/W

5 AC Distribution Box + H/W (6 Points of 5Amp Sockets - Round Pin)

Page 89: hardware tender document

89

4.28a) 24 Port Patch Panel UTP (Supplying, Installation, testing and comissioning)

4.28 b) 12 Port Patch Panel UTP (Supplying, Installation, testing and comissioning)

4.29) Box (305 M) Cable UTP CAT 6 (Supplying, Installation, testing and comissioning) 4.30a) Patch Cord 7 feet (cat 6) 4.30b) Patch Cord 3 feet (cat 6) 4.31) I/O with GANG Box and faceplate (Supplying, Installation, testing and comissioning) 4.32) MS Office:

Microsoft Office XP Standard Edition with 5 Media and 150 paper LICENCEs. Microsoft Office XP Standard Edition with 5 Media and 100 paper Licences.

4.33) Data Centre

The vendor needs to estimate the items as per the table below. The vendor can modify the list if necessary to meet the total requirements with any miscellaneous items

Data Centre specification for 575-600 sq. ft space with a power design of approximately 27 KW of computer power) expansion

S.No Description Quantity List of makes

1 Physical Security Equipments

CCTV system comprising 3 Nos fixed type colour cameras and 4 Channel 200 GB HDD digital recorders. CCTV system comprising 3 no. of Fixed type colour cameras and 4 Channel 200 GB HDD, PC Based Digital recorder 1

Access Control System comprising 1 nos biometric reader,1 nos. proximity card readers in the data centre area. 1

2 Redundant Power UPS

Supply, installation, testing and commissioning of True Online, 1

Double conversion technology 2 X30 KVA UPS ( Input 3 phase, output 3 phase, 415 V) operating in load bus synchronization mode , harmonic filter & Battery Breaker with 60 minutes battery back-up As per BoM

3 Air conditioners

Air conditioner along with power requirement, power distribution capacity at 21 degree (PEX 130) including floor insulation, floor grills as required for 600 sq, ft area for 30 KVA heat dissipation and 10 to 15 PCs alongwith 15 to 20 Human Resources. Air conditioner along with power requirement, power distribution capacity at 21 degree including floor insulation, floor grills as required for 800 sq, ft area for 30 KVA heat dissipation and 10 to 15 PCs alongwith 15 to 20 Human Resources

As per Requirement

Page 90: hardware tender document

90

4 Fire & Security Equipments

Siemens or Equivalent

Fire Alarm Systems 1

FM200 gas based fire protection for the entire data centre area excluding UPS, staging area & IT support area 1

VESDA 1

(ADDED) Fire & security Equipments with fully secured Convention panel Electrical works & power distribution for powering the above in dual redundant power supply till the racks. Each bidders has to submit a system layout of data centre.

5 Repellants & Detection

Rodent Repellant System for server room area 1

Water Leak Detection System 1

6 Electrical works & Power Distribution for powering the above in dual redundant power supply.

LUMSUM

7 Transient Voltage Surge Suppressors for protection against Surges/Noise req IT equipments in the Data Centre

This to connected to the i/p of each UPS System & Air conditioners with response time 0.5ns & Voltage Protection Level of < 0.8 KV should be listed with UL-1449-2. The TVSS shall provide up to 40dB for RFI & EMI noise attenuation

Liebert or equivalent

4.34) FM Services for Warranty Period

Network & Systems Management Services

(i) Fault Management

a. Identification and resolution of Network, System, Server

faults.

b. Provide Managed Service using an EMS (Enterprise

Management Software) for network monitoring along with

an application traffic management system that monitors,

controls, and accelerates application performance over the

WAN Internet.

(ii) WAN Management

a. Generate trouble ticket using Helpdesk tool after logging a call

with Lease Line/WAN Link Provider and follow up the same.

b. To provide WAN management services and maintain

committed UPTIME by coordinating with Service provider for

restoration installation, commissioning of Lease lines.

c. MIS report will be submitted by the Vendor on monthly basis

and as and when requested by the Competent Authority.

Page 91: hardware tender document

91

d. Maintain an up-to-date comprehensive overall and individual

network topology and lay-out, network and Security

infrastructure configurations, Hardware and Software

inventory, MPED Data Back-up and restore procedure with

policy, Core Services Setup, Password policy documentation

in Soft and Hard copies.

e. The Vendor should have a well-defined and documented

procedure for change management.

(iii) Overall Management

a. Managing and ensuring the services availability include mail,

proxy, DNS, Anti-virus, Database, Web services at optimum

level for MPED users.

b. Managing and operating all the Network Devices, Security

components (and server) Hardware and Operating System

related issues.

c. Ensure availability and optimum utilization of all Networking,

Security components and Server devices.

d. Patch and Up-gradation of Operating System, Firmware,

Signatures, application and necessary patches for all network,

Security and Server devices to ensure smooth operability and

availability of required services.

e. Ensure Confidentiality, integrity and availability of MPED Data

with use of Suitable technologies, Process and best practices.

f. Managing the Database and Web server to ensure high-

availability.

g. Creation, omission and modification of administrative users

required for managing MPED components.

h. Maintaining and managing all the administrative passwords of

MPED components. (This will be done in consultation with the

Competent Authority).

i. Backup of all critical server as per Backup Policy.

j. Creation, omission and modification of end-user’s Id and

password for his day-to-day operations and job profile. This

will include but not limited to:

o Domain Controller

o Management Server

o Proxy Server

o FTP Server

o Database server

o Web Server

Page 92: hardware tender document

92

o Mail Server

o Backup Server

o Anti Virus Server

o Local (host) Machine (iv) It is mandatory for the Projet Manager / Service Head for the Region to meet the MPED representative / incharge Computerization Project in every month and the details of the meeting must be minutized / released.

(ADDED) Helpdesk services to be provided 24x7 for the HO covering Monitoring staff for environmental conditions in 3 shifts and for the data center Operation. Prime Shift coverage on-site and after prime shift on-call for Server Management/Network Management/Database management/Desktop management.Refer the amendment for FM services.

Description Service Window

No. of resources must be available

Qualification

Server Management

Prime shift and on call after prime shift

1 B E / B Tech / MCA having 2-3 yrs of experience in Server Management, REDHAT certified.

Database Management

Prime shift and on call after prime shift

1 B E / B Tech / MCA having 2-3 yrs of experience in Database Management

Network Management

Prime shift and on call after prime shift

1 B E / B Tech / MCA having 2-3 yrs of experience in N/W operations mgmt and on any Enterprise Management suite. CCNA certified

Desktop Management (Remote & at HQ)

Prime shift and on call after prime shift

1 IT Diploma or Higher with 1-2 years experience in operation & maintenance of relevant equipments being used at the customer location.

Helpdesk Services

24X7 4 Graduate / Diploma with at least 1 year of experience in IT Infrastructure operation & maintenance using Helpdesk services

Page 93: hardware tender document

93

SECTION V: Roles and Responsibilities

Business Requirements to be met by the Vendor:

MPED is soliciting provision of the facility of an integrated solution for MPED application. The Vendor must provide a proposal for a totally integrated point-to-point service. The successful Bidder (Vendor) will be responsible for:

1 Providing sufficient staff with adequate range of project and technical experience. 2 Completion of the detailed requirement and gap analysis (if applicable) before

the start of installation. 3 Ensuring quality in all the activities carried out during the installation,

documentation, testing, commissioning and maintenance etc. of the system. 4 Providing MPED with periodic status reports on the completed/ on going and

planned tasks. The periodicity of the report may be finalised in the project plan, which will be delivered after the commencement of the project. However, the minimum periodicity should be once in a fortnight.

5 Documentation of the new systems 6 Training of MPED users and IT staff in installation and trouble shooting of the

deployed solution. 7 Closely coordinating with Application developer and routing consultant to ensure

uninterrupted services to MPED. 8 Successful commissioning of the systems in all Divisional Offices, DEOs, FL

Warehouse, CL Warehouse, Bottling Units, Commercial Tax Depart,ment at Mantralaya, Bhopal.etc (List of all locations is attached at Annexure 1).

9 Co-operate with external agencies to accomplish the commissioning, integration and rollout of the system in the State as per the terms of the contract

10 Provide user training at all specified levels and prepare and issue supporting documentation such as User Manuals, Troubleshooting Manual and Setup Reference Manual. They shall also be responsible for re-training wherever changes are made in the solution.

11 Provide standards-based documentation on all aspects related to the project. 12 Provide ongoing maintenance support, upgrades and enhancements to the

systems for three years from the date of “Go-Live” in the following manner:

a) The Vendor provides warranty for the deployed solution for duration of 60 months, commencing from the date when the system “goes live”. The warranty should include that the solution supplied under this contract shall have no defect arising from design or workmanship or from any act of omission of the Bidder that may develop under normal use of the supplied solution.

b) During warranty period Vendor shall be completely responsible for defect free functioning of solution deployed and shall resolve any solution related issues etc. within duration as prescribed by Competent Authority. The warranty shall include replacement of all the parts except ink / Toner cartridges for printers, which shall be provided by department as per requirement.

Page 94: hardware tender document

94

c) Vendor shall provide latest updated products, patches, version upgrades relevant for solution components. However, these would be implemented before going live.

d) Vendor shall have to provide support for at least three years beyond the end of Warranty period, if required, and firm annual charges for the same, are to be quoted in the Commercial Bid.

e) Vendor will be responsible for coordinating with different agencies and no issues regarding coordination will be considered as impediments in defect free functioning of solution.

13 The system will be audited by third party agency for network and database

security and testing must pass such test according to the prescribed industry standards.

14 The Vendor will be responsible for implementing measures to ensure the overall

security of solution and data. This monitoring shall be through the security controls including:

a) Real time intrusion prevention tools (IPS)

b) Log Report generation tools

c) Network Management System

d) Firewall, Antivirus, Antis Pam and Antispyware.

15 The Vendor shall develop a detailed security policy for solution implementation

and maintenance. The security policy developed by the vendor shall be updated to

keep the security recommendations current and the same shall be implemented for

the solution.

16 The Vendor shall implement and manage the solution in accordance with the

Service Level Metrics as defined in the Bid Document.

17 The Vendor shall coordinate and provide complete support to Competent

Authority in conducting the user acceptance testing

18 Create an organized set of activities for the project & also establish and measure

resource assignments and responsibilities.

19 Construct a project plan and schedule including milestones.

20 Measure Project Deadlines, performance objectives.

21 Submit Progress Reports on a fortnightly basis.

22 Submit Project quality assurance reports.

23 Designing and execution of high availability testing to remove all single points of

failure.

24 Audit of Network and database security mechanisms.

25 Verification of authentication mechanism at Network Level

26 Preparation of manageability compliance document on the following:

a) Remote Monitoring of status and Statistics of all high-level components

b) Management capability to start/ stop/ restart services & systems.

c) Auto discovery of all components manageable through SNMP

d) Auto discovery of all other system components

Page 95: hardware tender document

95

e) Ability to track changes in configurations of the system components to

help track Service

f) System disruptions.

27 Any facility, which is considered important and essential for computerized

operations of the offices under MPED, and not already included in the above list of

activities, will be deemed to be included, and the Bidder is bound to include it in the

scope of work.

28 The System will be subjected to testing for third party for network and security

audit.

The implementation schedule has been provided which reflects MPEDs understanding of the solution needs, the resource implications, etc. The schedule must not exceed the proposed schedule in this bid document. This is considering that the Bidder can plan for optimum resource allocation.

Functional Performance Requirements of the System

The Vendor must provide network functionality and guarantee service quality to provide 99.5 % or more uptime for data centre site, 99 % or more uptime for all other locations.

MPED's intention is to acquire best practice integrated systems with a sound design. In order to achieve this goal, MPED has tried to specify its requirements in the best possible way. However, there are some areas where it is difficult for MPED to specify requirements with a high degree of accuracy without knowledge of exact proposed Solution. In such instances, MPED have offered estimates or other relevant information to enable the Bidder to propose the best solution, which will be subjected to MPED’s approval. The Bidder can also visit the sites before bid submission to have better understanding of MPED’s requirements. Performances of the system will be one of the important factors in the success of the project. MPED expect that Bidders must provide details as to how it plans to deal with the performance issues that usually occur with the system.

Related Information Technology Issues and Initiatives

At the time of release of this document, the following initiatives are under consideration in accordance with the proposed implementation plan for Integrated Computerization of MP STATE EXCISE DEPARTMENT

It is proposed that Installation of Wide Area Network Services for connectivity between various MPED offices using the proposed MADHYA PRADESH State Wide Area Network (SWAN). In case of SWAN not being operational before implementing Integrated Computerization of MP STATE EXCISE DEPARTMENT Bidder would also provide alternative method for data communication system.

Page 96: hardware tender document

96

SECTION VI- Project Time Schedule

For execution of entire work the total time span is approx. 16 weeks. However the Bidder

can submit a detailed activities work plan as per Annexure 9. The list of major activities

to be covered in the time schedule is given below:

Activity No

Scope of Work Area

1. Creating Centralized Data Centre

2. Solution Design

3. Solution Implementation

4. Testing and Acceptance

5. Integration of the required Infrastructure

6. Comprehensive Training

7. Solution Documentation

Page 97: hardware tender document

97

SECTION VII: Instructions to Bidders and General Conditions of Contract

DEFINITIONS

In this Bid Document, the following terms shall be interpreted as indicated:

“Solution” means Providing Turnkey Solution towards commissioning, management, maintenance of Data Centre including managed wide area network with supply and installation of Servers, Desktop Systems and peripherals for implementing Integrated Computerization at MADHYA PRADESH STATE EXCISE DEPARTMENT.

“Software” means the software designed, developed, tested and deployed by the

Application Developer for the purposes of rendering the Services to the Stakeholders of

the Project and includes the source code along with associated documentation, which is

the work product of the development efforts involved in the Project and the

improvements and enhancements effected during the term of the Project, but does not

include the third party software products (except for the customization components on

such products), proprietary software components and tools deployed by the Bidder and

which shall be solely owned by The Competent Authority;

“Bidder” means the vendors participating and submitting their bids as per the tender

time schedule.

“Prime Bidder” means the leading bidder in case of consortium.

“Vendor(SI)” means the successful Bidder of this Bid, who will have to

study,design,develop,implement,operate and maintain the solution deployed for the

Integrated Computerization Project of the MP STATE EXCISE DEPARTMENT as described

in the Bid document.

“Services” means the services delivered to the Stakeholders of the project, namely, the

citizens and the Departmental Officers and their employees using the tangible and

intangible assets created, procured, installed, managed and operated by the Bidder.

“Confidential Information” means all information including Project Data (whether in

written, oral, electronic or other format) which relates to the technical, financial and

business affairs, customers, Bidders, products, developments, operations, processes,

data, trade secrets, design rights, know-how and personnel in connection with this Bid

Document.

“Project Data” means all proprietary data of project generated out of project operations

and transactions, documents and related information including but not restricted to user

data which the Bidder obtains, possesses or processes in the context of providing the

services.

“Deliverables” means the products and services agreed to be delivered by the Bidder

in pursuance of the agreement as defined more elaborately in Scope of work.

Page 98: hardware tender document

98

“Intellectual Property Rights” No goods or services covered under the contract shall

be sold, disposed by the supplier in violation of any right what so ever of third party, and

in particular, but without prejudice to the generality of the foregoing, of any patent right,

trade mark or similar right, or of any charge mortgage or lien.

The Supplier/Bidder shall indemnify the State Govt. / Competent Authority from all

actions, cost, claims, demands, expenses and liabilities, what so ever, resulting from any

actual or alleged infringement as aforesaid and at the expenses of the supplier / Bidder,

the State Govt. / Competent Authority shall be defended in the defense of any

proceedings.

“Replacement Bidder” means any third party that The Competent Authority may

appoint to replace the Successful Bidder upon expiry of the Term or other termination of

this Agreement or the SLA to undertake the Services or part thereof;

“Service Level” means the level of service and other performance criteria that will apply

to the Services as set out;

“Service Level Agreement (SLA)” means the Operation and Maintenance SLA, to be

executed by the Bidder, in terms of the Service Level Requirements set out in the Bid.

“Integrated Computerization of MP STATE EXCISE DEPARTMENT” means integrated

computerization of offices of all the Office of The Commissioner, DEOs, FL Warehouse,

CL Warehouse, Bottling Units etc. and all other locations as per Annexure 1.

“State Government” means the Government of Madhya Pradesh, Madya Pradesh

State Excise Department.

“Committee” means committee constituted by Government of Madhya Pradesh for

monitoring and implementation of computerization project.

“The Competent Authority” means The Excise Commissioner, Madhya Pradesh State

Excise Department, Madhya Pradesh.

“Project Site” means the site/location where the equipment supply/installation/

commissiong is proposed as per Annexure 1. A non-exhaustive list of such site/location

is included in Annexure – 1. However, if any site/location of the Excise Department is

not included in the list, it will be presumed to be included and covered under this

contract.

“Go-Live” means the date of issuance of certificate by the Competent Authority to that

effect after trouble-free running of the deployed solution for at least 60 calendar days

after deployment of solution at all the locations as specified in Annexure 1.

Page 99: hardware tender document

99

“Contract Value” means the price accepted by the Competent Authority as per Price

Schedule.

7.1 APPLICATIONS AND INTERPRETATION OF CLAUSES

1. Provisions under this section shall apply to the extent that provisions in other parts of

the contract do not supersede them.

2. For interpretation of any clause in the Bid Document or Contract Agreement the

interpretation of the Competent Authority shall be final and binding on the Bidder.

7.2 COMPLETENESS OF BID DOCUMENTS

The list of Documents comprising the Bid to be submitted by the Bidder shall be

mandatory to include the following documents duly filled up:

� Bid Form (Annexure 3)

� Pre-qualification Form (Annexure 4)

� Technical Bid Covering Letter (Annexure 5)

� Performance Statement Form (Annexure 6)

� Bid Security Form (Annexure 7)

� Technical Deviation Form –if applicable (Annexure 8)

� Time Schedule Form (Annexure 9)

� Commercial Bid Covering Letter (Annexure 10)

� Commercial Deviation Form -if applicable (Annexure 11)

� Bill of Material (Annexure 12)

� Price Schedule for Item No. 1 to 46, 47 and 48 of the BOM (Annexure 13)

� Item Wise Price Schedule (Annexure 14)

� Format for Furnishing the roles and responsibilities in case of consortium

(Annexure 15)

� Format for list of computer professionals (Annexure 16)

� Soft copy of Bid Document in 2CDs, one for Technical Bid inside the

Technical Bid envelope and another for the commercial Bid, inside the

commercial BID envelope. CD should contain the replica of bids which are

produced in hard copy to department. In case of any mismatch, hard copy

of bid will be considered as final bid.

The Bidders are expected to examine all instructions, forms, terms, project requirements

and other information in the Bid document. Failure to furnish all information required by

the Bid or submission of a Bid not substantially responsive in every respect will be at the

Bidder’s risk and may result in rejection of the Bid and forfeiture of the Bid Security.

7.3 CLARIFICATION OF THE BID DOCUMENT AND PRE-BID CONFERENCE

During evaluation of Bids, the Competent Authority may, at its discretion, ask the Bidder

for clarification of its Bid. The request for clarification and the response shall be in writing

and no change in price or substance of the Bid shall be sought, offered or permitted.

Page 100: hardware tender document

100

Bidders requiring specific points of clarification may communicate to the Competent

Authority, 15 days prior to the Pre-bid meeting, using the Request for Clarification format

as enclosed in Annexure 2 of this Bid.

The Competent Authority will host a Pre-Bid meeting on 5th August 2008 at 12:00

noon. The purpose of the Pre-Bid Conference is to provide Bidders information

regarding the NIB and the solution requirements, and to provide each Bidder an

opportunity to seek clarifications regarding any aspect of the Solution. The Bidders are

requested to preferably submit any questions in writing before the pre-Bid conference.

The format for the same is attached as RFC in Annexure 2.

Competent Authority will endeavor to provide timely response to all questions. The

responses to the queries from all Bidders will be distributed to all Bidders who buy the

Bid Document.

Note: Only those bidders will be allowed to participate in the pre-bid conference that

would have purchased the Bid Document

7.4 AMENDMENT OF BID DOCUMENT BY THE COMPETENT AUTHORITY

7.4.1 At any time prior to the deadline for the submission of Bids, the Competent

Authority may, for any reason, whether on its own or in response to a clarification

requested for by a prospective Bidder, modify the Bid Document by way of

amendment(s).

7.4.2 The prospective Bidder having received the Bid document will be provided copy of

the amendment(s) so made in writing or by Fax and email provided by that bidder and

such amendments shall form a part of the Bid document and therefore binding on them.

7.4.3 In order to allow reasonable time to the prospective Bidders for taking into account

such amendment(s), in the preparation of their Bids,the Competent Authority, at its

discretion, may extend the deadline for the submission of Bids, any time.

7.5 LANGUAGE OF BIDS

The Bid prepared by the Bidder, the correspondences as well as all the document

relating to the Bid exchanged between the Bidder and the Competent Authority, shall be

in English language. Supporting documents and printed literature furnished by the

Bidder may be in some other language, provided, they are accompanied by an accurate

translation of the relevant passages in English, in that case, for purposes of

interpretation of the Bids, the translation shall prevail.

7.6 BID PRICE

7.6.1 The Bidder shall indicate prices on the prescribed Price Schedule (Annexure 13

and 14) in Indian Rupees only.

Page 101: hardware tender document

101

7.6.2 The Bidder is required to ensure the products quoted are industry standard and is

compatible with current hardware, other system software, and application software and

networking equipments.

7.6.3 The Bidder is required to quote their best prices, inclusive of all taxes, levies,

freight, forwarding, handling, insurance, Octroi, inland transportation, local costs etc

incidental to the delivery of goods to their final destination within the State of MADHYA

PRADESH, and for its installation, configuration, tuning, testing, integration,

commissioning and maintenance charges for 60 months after “Go-Live” and training of

personnel required the Bidder is offering.

7.6.4 The required products and equipments quoted by the bidders must have its

specifications equivalent to or superior than those mentioned in the Bid. In case of any

difference in specification of an item with those in the Bid Document, the Committee shall

decide whether specifications of offered product are equivalent / superior or not and its

decision will be final and binding.

7.6.5 During the course of supply, the Bidder, with the consent of Competent Authority,

may supply a superior version, or higher configuration, meeting or exceeding technical

specifications of the contract without any extra cost payable for that.

7.6.6 The rates offered by the Bidder should be firm and free from all escalations. Prices

quoted by the Bidder shall be fixed during Bidder’s performance of the Contract and shall

not be subject to variation on any account. A Bid submitted with a price adjustment /

variation provision will be treated as non-responsive and rejected, pursuant to Clause

7.16 of Preliminary examination.

7.6.7 The Bidder is required to quote price in lump sum which shall include price

for Item No’s 1 to 33 and price for Item No. 34 i.e., Facility Management Services

for warranty period of 5 years; as mentioned in Annexure 13. Bidder must also

submit item-wise prices for all items given in annexure 14. These item-wise prices will be

used for calculating the value of deviations, reductions / increase in quantity & deletion of

items altogether. In addition to this, the Bidder has also to submit price for Item No. 35,

as mentioned in Annexure 13.

7.7 ELIGIBILITY CRITERIA FOR BIDDERS

7.7.1 General Eligibility

This invitation for Bids is open to all reputed IT manufacturers/Vendors that fulfill pre-qualification criteria as specified in the Clause 7.7.2 below. The Bidder should not be under a declaration of ineligibility on account of corrupt, fraudulent and unfair trade practices.

Page 102: hardware tender document

102

7.7.2 Checklist for Establishing Bidder’s Eligibility and Qualifications

The Bidder shall furnish, as part of its Bid, documents establishing the Bidder's

eligibility to Bid (Financial, Technical and Production capability) and perform the

Contract to meet the criteria outlined in Technical Specification, if its Bid is accepted.

S.No. Eligibility Criteria for the Bidder Details along with Page

Number of relevant document

1. Company Registration Number under the Indian Companies Act 1956 – Attested Copy of Certificate of Incorporation. The bidder must provide details of incorporation details of the company.

2. Latest Sales Tax/VAT Clearance certificate and Income Tax Clearance Certificate of last Three Financial years.

3. Minimum average turnover of Rs. 100.00 Crores annually during the last three financial years consecutively. Attested & audited copies of the company’s annual reports for the years 2004-05, 2005-06 and 2006-07 have to be attached along with the bid, duly certified by the CA.

4. Copies of Purchase orders for minimum 3 similar project implemented in India in last three financial years where the cost of each project is minimum Rs. 3.00 crores. The bidder should attach relevant copies of the customer purchase orders, scope of work, deliverables, and time period of execution, project value and satisfactory work completion certificate from client.

5. Authorized by all the OEM(s) whose equipments are being quoted in this bid by the bidder. Bidder should submit an undertaking from the OEM(s) that bidder would deliver the scope of services as mentioned in this document for the required duration i.e. 10 years (7 Years). Attach original undertaking from all OEM’s. The Bidder must also attach undertaking from all OEM’s for prime and direct partnership for selling, support, upgrade and services for the offered products.

6. Undertaking by OEM for delivery of scope of work by the bidder

Page 103: hardware tender document

103

7. ISO 9001:2000 or latest certifications of all the products quoted in this RFP/Tender.

8. Have you ever been blacklisted by any State or Central Government in India?

9. Details of EMD

Type: ________________

Number: ______________

7.8 BID SECURITIES AND ITS AMOUNT

7.8.1 The Bidder shall furnish as part of its Bid, a Bid security of Rupees Twenty Lakhs

only, by way of Demand Draft. The demand draft shall be in favour of the Excise

Commissioner, Madhya Pradesh, Gwalior, payable at Gwalior, issued by a

Nationalized/Scheduled Bank. Bid Security in any other form shall not be entertained.

The Bid Security shall be enclosed with the Pre-Qualification Form (Annexure 4).

7.8.2 Unsuccessful Bidder's Bid security will be returned as promptly as possible after

the expiry of the period of Bid validity prescribed by the Competent Authority pursuant to

Clause 7.9 of period of validity of Bids. The successful Bidder's Bid security will be

discharged upon the Bidders signing the Contract Agreement and furnishing the

Performance Security.

7.8.3 The Bid security may be forfeited -

(a) if a Bidder withdraws its Bid during the period of Bid validity specified in the

Bid Form; or

(b) in case of any variation in Commercial Bid from the Technical Bid, the Bidder

will be asked to amend the Commercial Bid to bring it in line with the

Technical Bid. If the Bidder refuses or fails to amend the Commercial Bid to

the satisfaction of the Committee, it will be presumed that its Bid has been

withdrawn during validity period and its Bid security will be forfeited.

(c) in case of a successful Bidder, if the Bidder fails -

i) to sign the Contract in accordance to Clause 7.23.

ii) to furnish Performance Security in accordance to Clause 7.24.

7.8.4 The Bid Security will remain in force up to and including forty five (45) days after

the period of Bid Validity.

Page 104: hardware tender document

104

7.9 PERIOD OF VALIDITY OF BIDS

7.9.1 Bids shall remain valid for 180 days after the date of Bid opening prescribed by

the Competent Authority, pursuant to Clause 7.15 of the Bid. A Bid valid for a shorter

period may be considered as non-responsive and rejected by the Competent Authority.

7.9.2 The Competent Authority may solicit the Bidder's consent to an extension of the

period of Bid validity. The request and the responses thereto shall be made in writing

(or by fax, followed by a signed confirmation copy). The Bid security provided under

Clause 7.8 shall also be suitably extended. A Bidder may refuse the request without

forfeiting its Bid security. A Bidder granting the request will neither be required nor

permitted to modify its Bid.

7.10 FORMAT AND SIGNING OF BIDS

7.10.1 Format of Pre-qualification Bid

The Pre-qualification Bid will be used to evaluate if the Bidder’s technical skill base and

financial capacity are consistent with the needs of the project and meets the pre-

qualification criteria as mentioned in Clause 7.17. This will be in a separate cover but in

the same envelope as that of Technical Bid.

7.10.2 Format of Technical Bid

a. A printed covering letter, set forth in Annexure 5 on the bidding organization’s

letterhead with all required information and authorized representative’s signature shall

be submitted along with the Technical Bid. The Technical Bid should contain a detailed

description of how the Bidder will provide the required services outlined in this Bid. It

should articulate in detail, as to how the Bidder’s Technical Solution meets the

requirements specified in the Bid. The Technical Bid must not contain any pricing

information. In submitting additional information, it should be marked as supplemental to

the required response. If the Bidder wishes to propose additional services (or enhanced

levels of services) beyond the scope of this Bid, the proposal must include a description

of such services as a separate attachment to the Bid.

b. The technical Bid should entail the details of Tasks to be performed as per detailed

scope of work and technical specifications as given in the Bid covering the following at

the minimum:

i. Overview of the Proposed Solution that meets the requirements specified in the Bid

ii. Overall Solution architecture

iii. Technical architecture

iv. Security architecture

v. Scalability and Performance Requirements

vi. Operational environment

vii. Implementation methodology, project plan and implementation schedule

viii. Project team structure, size and capability (Total Staffing plan including numbers)

Page 105: hardware tender document

105

ix. Project Management, reporting and review methodology

x. Problem escalation methodology

xi. On-site Post Implementation Support Strategy

xii. Quality standards and assurance process to be followed

Xiii. Risk Identification/Mitigation Strategies

xiv. Training Strategies

xv. Key Deliverables (along with example deliverables, where possible).

c. The Technical Bid shall also contain Bidder’s plan to address the key challenges of

the project. Any deviations in the final deliverables between technical and commercial

Bids shall make the proposal as being unresponsive and may lead to disqualification of

the entire Bid. Competent Authority reserves the right to take appropriate action in this

regard.

d. Competent Authority is also open to any suggestions that the Bidder may want to

tender vis-à-vis, the approach adopted for the assignment in the light of their expertise or

experience from similar assignments. However, this should not lead to the submission

date being missed or extended.

e. The Bidder must include the following during Design, Development and

implementation strategy:

i. A detailed Project schedule and milestone chart.

ii. Approach and Methodology for design, development and implementation of

the Solution

iii. Key implementation objectives, key deliverables and an implementation

schedule for the above.

iv. Project Management tools to be used for project.

f. The Plan shall provide a detailed description of the Bidder’s approach providing a total

solution to the scope of work as enumerated. The Bidder shall identify key

implementation objectives, how these objectives will be met and the respective dates on

which deliverables incorporating these objectives will be completed and ready for use.

g. Bidder’s guarantee for accomplishing the implementation schedules for completion of

key deliverables.

h. Bidder should issue a statement undertaking total responsibility for the defect free operation of the solution.

7.10.3 Format of Commercial Bid

a. The Commercial Bid will consist of the following:

i. Bid form (Annexure 3) duly filled in, signed and complete in all respects along with

documents.

ii. The price schedule indicating Bid prices duly filled, signed and complete (Annexure

13 and14).

Page 106: hardware tender document

106

iii. The Bidder shall indicate the prices for various items mentioned in annexure 14 as described in price schedule. The Bidder can quote separately for additional features that are desirable for better performance of the computerization project and are not considered under the scope of this work. The Competent Authority will consider all such offers and may order for inclusion of some of these additional features on payment of the prices accepted by the Competent Authority. However, the final Bid price shown by the Bidder for complete work (excluding additional feature) shall be treated as the Bid price for the project, for comparison of Bids.

iv. Commercial deviations, if any, from the terms and conditions and specifications are

required to be specified in Annexure 11.

b. Unless expressly indicated, Bidder shall not include any technical information

regarding the services in the commercial Bid. Additional information may be submitted to

accompany the proposal. In submitting additional information, it should be marked as

supplemental to the required response. Prices shall be quoted entirely in Indian Rupees

and must separately indicate all applicable taxes and levies.

c. The commercial Bid must be detailed and must cover each year of the contract term.

The commercial Bid must be summarized by completing the price schedule, which is

contained in Annexure 13 and 14 of this Bid. The Bidder must submit the hard copies of

the Commercial Bid in MS Excel format.

7.10.4 Signing of Bid

The original and all copies of the Bid shall be typed or written in indelible ink and shall be

signed by the Bidder or a person or persons duly authorized to bind the Bidder to the

Contract. Written and irrevocable power-of-attorney or any other document establishing

that the signatory is duly authorized shall accompany the Bid. The person or persons

signing the Bid shall make initials on all the pages of the Bid, except for un-amended

printed literature. In case of a company, the resolution of board of directors authorizing

the signatory to sign on behalf of the company will be required. In case of partnership

firm authorization by all the partners will be required.

Any interlineation, erasure or overwriting shall be valid only if the person or persons

signing the Bid makes initials on them.

7.11 SEALING, MARKING AND SUBMISSION OF BIDS

The Bidders shall submit two copies of each technical and commercial Bid separately,

one as original and other as copy Bid in separate sealed envelopes. All the above four

Bid envelopes should be sealed in one separate envelope. All the four envelopes

should be distinctly marked as original technical Bid, copy technical Bid, original

commercial Bid and copy commercial Bid. The Bidders shall also seal the “Pre-

Qualification“ Bid in an inner envelope marked “Pre-qualification Bid”. This inner

envelope shall be sealed inside the envelope containing the Technical Bid. Both inner

and outer envelopes shall be addressed to the address specified in the Notice Inviting

Bids, viz.

Page 107: hardware tender document

107

THE OFFICE OF THE EXCISE COMMISSIONER,

MADHYA PRADESH STATE EXCISE DEPARTMENT,

MOTIMAHAL, GWALIOR (M.P.) 474007

and shall bear the Project name, Bid number, and the words "Do not open before

3:00 P.M. on 20th August 2008''

The inner envelopes shall also indicate the name and address of the Bidder to enable

the Bid to be returned unopened in case it is declared "late".

If the outer envelope is not sealed and marked as required above, the Competent Authority will assume no responsibility for the Bid's misplacement or premature opening. Email or Fax Bids will be rejected. Conditional Bids are liable to be rejected.

7.12 VENUE AND DEADLINE FOR SUBMISSION OF BIDS

a. Bids will be received by the Competent Authority at “The Office Of The Excise

Commissioner, Madhya Pradesh State Excise Department, Motimahal, Gwalior –

474007, M.P.”

b. Last Date and Time of submission: 20th August 2008 upto 2:00 PM.

In the event of the specified date for the submission of Bids being declared a holiday

for the office of the Competent Authority, the Bids will be received up to the appointed

time on the next working day.

The Competent Authority may, in exceptional circumstances and at its discretion, extend

the deadline for submission of bids by issuing an Addendum or by intimating all Bidders

who have been provided the proposal documents, in writing or by facsimile or through

email, in which case all rights and obligations of the project and the Bidders previously

subject to the original deadline will thereafter be subject to the deadline as extended.

7.13 LATE BIDS

Any Bid received by the Competent Authority after the deadline for submission of Bids

prescribed by the Competent Authority, pursuant to Clause 7.12, will not be accepted

and returned unopened to the Bidder.

7.14 MODIFICATION AND WITHDRAWAL OF BIDS

7.14.1 The Bidder may modify or withdraw its Bid after Bid's submission, provided that

written notice of the modification or withdrawal is received by the Competent Authority

prior to the deadline prescribed for submission of Bids pursuant to Clause 7.12 of this

Bid.

Page 108: hardware tender document

108

7.14.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed,

marked and dispatched in accordance with the provisions of Clause 7.12. A withdrawal

notice may also be sent by fax, followed by a signed confirmation copy, which must be

received in the office of the Competent Authority not later than the deadline fixed for

submission of Bids.

7.14.3 No Bid may be modified subsequent to the deadline for submission of Bids.

7.14.4 No Bid may be withdrawn in the interval between the deadline for submission of

Bids and the expiration of the period of Bid validity. Withdrawal of a Bid during this

interval may result in the Bidder's forfeiture of its Bid security, pursuant to Clause 7.8.

7.15 OPENING OF BIDS

The technical Bid along with pre-qualification bid will be opened first by the Competent

Authority or his authorized representative. After its evaluation, if it is found responsive,

then only the commercial Bid will be opened only for the technically qualified Bidders.

7.15.1 The technical Bids and commercial bids will be opened in the presence of

Bidders' representatives (not more than two) at “The Office of the Excise

Commissioner, Madhya Pradesh State Excise Department, Motimahal, Gwalior –

474007, M.P.” The presence of bidder’s representative is not mandatory at the time of

opening.

7.15.2 The date of opening of Commercial Bids will be announced at a subsequent date

and will be informed to the technically qualified Bidders.

7.15.3 The Bidders' names and the presence or absence of the requisite Bid security

and such other details as the Competent Authority, at its discretion, may consider

appropriate will be announced at the opening of Bids. No Bid shall be rejected at Bid

opening, except for late Bids, which shall be returned unopened to the Bidder.

7.15.4 Bids (and modifications sent) that are not opened and read out at Bid opening

shall not be considered further for evaluation, irrespective of the circumstances.

Withdrawn Bids will be returned unopened to the Bidders.

7.16 PRELIMINARY EXAMINATION

7.16.1 Before starting evaluation, the Bids will be examined to determine whether they

are complete, whether any computational errors have been made, whether required

sureties have been furnished, whether the documents have been properly signed, and

whether the Bids are generally in order.

7.16.2 The concerned Committee set up for evaluation of Bids, may waive any minor

infirmity or non-conformity or irregularity in a Bid which does not constitute a material

deviation, provided such a waiver does not prejudice or affect the relative ranking of

any Bidder.

Page 109: hardware tender document

109

7.16.3 Prior to the detailed evaluation, pursuant to Clause 7.17, the concerned

Committee will determine the substantial responsiveness of each Bid to the bidding

documents. For purpose of these Clauses, a substantially responsive Bid is one,

which conforms to all the terms and conditions of the bid documents without material

deviations.

7.16.4 If the concerned Committee determines that a Bid is materially deviating from

the prescribed terms and conditions, then the matter shall be referred to the

Competent Authority, who shall decide whether the deviations of the Bid are material

or not. Decision of the Competent Authority regarding this shall be final and binding.

7.16.5 The Committee’s determination of a Bid's responsiveness is to be based on the

contents of the Bid itself without recourse to extrinsic evidence.

7.16.6 If a Technical Bid is determined as not substantially responsive, the Competent

Authority will reject it and in such a case Commercial Bid will not be opened.

7.16.7 Bid Presentations: The committee may invite each Bidder to make a presentation

to the Competent Authority at a date, time and location decided by the Competent

Authority. The purpose of such presentations would be to allow the Bidders to present

their proposed solutions to the committee and the key points in their Bids.

7.17 Evaluation and Comparison of Bids

Criteria for Evaluation and Comparison of Pre qualification Bids

A three-stage procedure will be adopted for evaluation of proposals, with the pre

qualification being completed before the technical evaluation and thereafter-financial

proposals being opened and compared.

A consortium of companies duly backed up by an Agreement (to be submitted along with

Pre-Qualification bid) is also eligible to participate subject to the following two conditions

and satisfaction of the Tender Evaluation Committee during the evaluation of the tender.

In the event of consortium being unacceptable to the competent authority, the Prime

Bidder may be given an option of going on its own:

• The lead partner of this consortium shall be liable for adherence to all provisions of

this Agreement.

• The consortium will draw upon human, technical and other resources of all the

members during implementation and maintenance of the MPED Project. The

Technical Bid shall include exact details in this regard, so that a consortium is not

artificially created only to improve the score in Technical Bid.

Page 110: hardware tender document

110

The Pre Qualification proposal will be evaluated using the following checklist

S.NO. Pre- Qualification Criteria Required

Details

Relevant

Page No

1 Company Registration Number under the Indian

Companies Act 1956 – Attested Copy of

Certificate of Incorporation. The bidder must

provide details of incorporation details of the

company.

Attach MOU

and Articles of

Associations

2 The Prime Bidder should have annual turnover of

min. Rs 100 Crores for the preceding last three

financial years (from similar activities) i.e. for year

2005-06, 2006-07 and 2007-08. For the year

2007-08, the CA certified Balance Sheet will be

acceptable

Audited

Balance Sheet

3. The Prime Bidder should have average net worth

of Rs. 10 Cr. for last three financial years

CA certificate

should be

enclosed

4 OEM Authorization∗ Authorization

letter from

OEM (Bidder

should submit

an undertaking

from OEM(s)

that bidder

should deliver

the scope of

services as

mentioned in

this document

for the required

duration that is

6 years)

5 The annual turnover (in terms of sales of

hardware) of the OEM (average figure for the last

two years) whose Servers, workstations, UPS,

Please attach

OEM turnover

certificates

∗∗∗∗ OEM Authorisation – All OEM authorizations shall be given along with Technical Bid and any OEM authorisations given so far are not being considered. Point no. 4 above shall be considered as a part of the Technical Bid.

Page 111: hardware tender document

111

S.NO. Pre- Qualification Criteria Required

Details

Relevant

Page No

Generators, AC are sought to be supplied,

should be at least Rs. 1000 Crores, Rs. 500

Crores, Rs. 100 Crores and Rs. 100 Crores

respectively (for Servers, Workstations, UPS, AC

and rest of items). In case of active components,

minimum installation base as indicated in the

declaration should be met.

6 The Prime Bidder should have ISO 9001:2000

certificates or any other equivalent or better

quality certification

Attach

certificates

7 The Prime Bidder should have local presence in

State of Madhya Pradesh (before signing of

Agreement in the event of being awarded the

Contract)

Provide

undertaking by

Prime Bidder

8 The Prime Bidder should have experience in

implementing Similar Projects (Data Centre

setup, Installation and maintenance) and should

have implemented during the last three years:

o One project (including 20 servers and 225

WAN nodes) or,

o Two projects (including 15 servers and 150

WAN nodes) or,

o Three projects (including 10 server and 75

WAN nodes) each.

Attach

experience

certificates

from the

client(s) along

with purchase

order.

9 The Prime Bidder should have Experience in

System Integration, Network Service & Operation

& Maintenance for the last 5 years.

Attach relevant

proof

10 The Prime bidder should not be blacklisted with

any State Government or Central Government

Submit an

undertaking.

11 The Bidder should have deposited the cost of

Tender Document

Yes/ No

12 The Bidder must have a full functioning office & logistic/service Centre for spares replacement and a Service Centre in MP.

Proof of Office / Service Centre in / Undertaking

by OEM to open its office / service Centre in if

not already there

Page 112: hardware tender document

112

S.NO. Pre- Qualification Criteria Required

Details

Relevant

Page No

13 The prime bidder must give acceptance that he will open a nodal office in MP & all the billing will be processed against MP CST number.

Consortium Criteria:

• In case of consortium the prime bidder must be specified.

• The prime bidder cannot be a partner in more than one consortium.

• In case of a consortium, applicant consortia shall have a valid Memorandum of Understanding (MoU)/ agreement (duly registered) among all the members signed by the Chief Executives/ Authorized Signatories of the companies dated prior to the submission of the bid. The MoU/ agreement shall clearly specify the stake of each member and outline the roles and responsibilities of each member. The MoU/agreement shall be exclusively for this project and shall be responsible in case of failure by any member.

• If the bidder (All members of consortium) is a national bidder it should be registered under the Indian Companies Act, 1956. Partnership and Proprietor firm are not allowed.

• The bidder (Each member of the Consortium) shall have company registration certificate, registration under labour laws & contract act, valid sales tax registration certificate, valid Service tax registration certificate and Permanent Account Number (PAN) issued by income Tax department. (Copy of each registration should be provided).

• Attested copy of the company’s annual report has to be attached along with the bid. Bidder should submit an undertaking that Bidder (or any member of the consortium) is as a company/consortium and quoted products are not Black -listed by any Government department/agency in India.

Page 113: hardware tender document

113

Criteria for Evaluation and Comparison of Technical Bids

The technical proposal will be evaluated using the following criteria:

Attribute (s) Category

Points

Criteria Breakdown Points

A. Organizational Capability- 45

A1 WAN Expertise 10

A1.1 Value of WAN projects

implemented or under

implementation (supply,

implementation and

maintenance)

5 There will be one mark

for one project of

minimum 25 crores.

More than 5 projects will

be given maximum 5

marks

A1.2 WAN Experience in

Number of Years

5 >10 Years

9-10 Years

7-8 years

5-6 Years

5

4

3

2

A2: Project Experience and

Security

(Experience certificate)

20

A2.1 Data Centre, and Wide

Area Network Deployment and

Implementation (All Completed

Projects with each having at

least 100 nodes for the last 3

years would be considered).

6 >5 Projects

5 Projects

4 Projects

3 Projects

6

5

4

3

A2.2 No of employees on

company payroll

5 >500

400-499

300-399

200-299

100-199

5

4

3

2

1

A2.3 No of service centres in

MP

3 >3 Locations

1-3 Locations

2

1

A2.4 The Bidder having Rs 500

Crores or more average

Turnover in last three years, in

6 >=500

499-400

399-300

6

5

4

Page 114: hardware tender document

114

Attribute (s) Category

Points

Criteria Breakdown Points

System Integration and

Facilities management services

299-200

199-100

3

2

A3.1: Experience in dealing

with BSNL

5 >=5years

3-4 yrs

1-2 yrs

5

4

3

A3.2: Experience in dealing

with BSNL

5

>5 projects

4 – 3 projects

1 – 2 projects

5

4

3

A4: Relevant Quality

Certifications-

Internationally accepted and

renowned quality certifications

5 >=3 Certifications

2 Certification

5

3

B: Methodology / Process - 10

B1: Proposed Implementation

Plan including week wise

activities.

6

B2: Proposed Training

Management Plan and Change

Management Process

4

C: Hardware/Software and

Tools to be deployed-

25

C1 Configuration, performance

and Scalability of Hardware

and Software.

15 Please refer annexure

for details

C2 Whether Routers &

Switches are from same OEM

3 All the Routers &

Switches from same

OEM

Routers from same

OEM

Switches from same

OEM

3

2

1

C3 Tools for monitoring

compliance with SLA

requirements on a real-time

basis, and interoperable with

the overall solution of MPED

3

Page 115: hardware tender document

115

Attribute (s) Category

Points

Criteria Breakdown Points

proposed by the bidder.

C4 Helpdesk management tool

capable of managing the entire

MPED Facility Management

and fulfilling SLA requirement

4

D: Facility Management

Experience and Methodology

(WAN Projects with over 100

WAN nodes)

25

D1 Number of Facility

Management Projects along

with category type (Mission

Critical, WAN, LAN, Security,

Mailing, Internet, 24x7etc )

other than the projects for

which full implementation has

been done and marks have

been awarded in Part A and B

above-

7 9-10 Projects

7-8 Projects

5-6 Projects

3-4 Projects

1-2 Projects

7

6

5

4

3

D2 Helpdesk, Incident, Problem

Management Plan

3

D3 Documentations

Methodologies (including

Report Generation Skills,

Review Process, Version

Control, confidentiality, etc.)

3

D4 No. Of on going projects

handling at present

7 >= 7

7

6

5

4

3

2

7

6

5

4

3

2

1

D5 Human Resources

Total Resources for providing

Facility Management Services

5

2

Page 116: hardware tender document

116

Attribute (s) Category

Points

Criteria Breakdown Points

b. Details of project Team

dedicated for this project -

Technical Skill Sets,

Experience in Similar Projects,

Certifications relevant to the

role described

c. CV of Project Manager

dedicated for this project

2

1

The financial bids of only those bidders who have scored at least 60% marks in

technical bid evaluation process will be considered for financial bid evaluation.

Note: Bidder has to submit sufficient documents to support their claims for

marks.

Opening & Comparison of Financial Bids

Opening of Bids

• The Bid Security of only technically qualified bidders will be opened.

Those technically qualified bidders who have also deposited the Bid

Security shall be termed Substantially Responsive (i.e. eligible and

technically qualified and have also deposited Bid Security). The decision

of the competent authority in this regard shall be final.

• Bids once submitted cannot be amended.

• Bid Comparison: Financial Bids will be opened and compared (after the

technical evaluation is completed) for those Bidders whose technical bids

reach the minimum threshold standards (i.e. 60% marks) and Bid Security

has been deposited. Bid Security shall be opened only after Technical

Evaluation has been completed and just before Financial Bids are to be

opened. The Bidder is required to quote for all the items as mentioned in

the Price Schedule. Therefore any Bid which does not quote for all items

will be determined to be non- responsive and may be rejected. The

ranking of bidders shall be decided on the basis of bid amount & most

economical option will be considered as L1.

Announcement of Financial Bids

The Financial Bids will be opened, in the presence of Bidders’ representatives

who choose to attend the Financial Bid opening on date and time to be

Page 117: hardware tender document

117

communicated to all the technically qualified Bidders. The Bidder’s

representatives who are present shall sign a register evidencing their attendance.

The name of Bidder, Bid Prices, Discount, etc. will be announced at the meeting.

Evaluation of Financial Bids

• The Commercial Bids of the technically qualified bidders will be

evaluated.

• The Evaluation process proposed for Financial Bid will be based on the

most economical option. Most economical option shall be considered as

L1 & awarded as the successful bidder.

• If the price quoted for Item No. 34, i.e. FMS for 5 years is less than 5% of

the lump sum price quoted for Item Nos 1 to 33, than a notional price

equal to 5% of lump sum price of Item No 1 to 33, will be assumed and

this will be taken for Item No. 34 for the purpose of evaluation of Bid. The

Bidder will however be paid the charges for FMS (Item No 34) according

to price quoted by him and not the notional price.

• The MPED may finalize the Tender & award the Work without any

negotiations. Therefore, the Bidders are advised to make best

possible quotations in the first instance only.

• If required MPED may vary quantity or no of items mentioned or both

from the list of BoM (Specially for items for which item wise rates are

asked separately)

7.18 CONTACTING THE COMPETENT AUTHORITY

7.18.1 Subject to Clause 7.3, no Bidder shall contact on its own, to the Competent

Authority on any matter relating to its Bid, from the time of the Bid opening to the time,

the Contract is awarded.

7.18.2 Any effort on part of the Bidder to influence the Competent Authority or members

of the committee, in its decision on Bid evaluation, Bid comparison or contract award,

may result in rejection of the Bid.

7.19 AWARD OF CONTRACT

A contract will be awarded to the responsive Bidder whose Bid conforms to the

requirements and is, in the opinion of the Competent Authority, the most advantageous

and represents the best value to the computerization project, price and other factors

considered. Evaluations will be based on the Bids, and any additional information

requested by the Competent Authority.

Page 118: hardware tender document

118

7.20 COMPETENT AUTHORITY'S RIGHT TO VARY ACTIVITIES AT THE TIME OF

AWARD

The Competent Authority shall have the right to make any alterations, omissions,

additions or subtractions in items, their quantities along with technical specifications

and/or BoM at the time of award of contract. The Competent Authority will give such

intimation to the successful Bidder, and additional cost/deduction in the Bid prices,

based on the price schedule submitted by him, will be worked out with the Bidder. In

case, the Bidder does not agree for such alterations, the Competent Authority will be free

to award the contract to the next eligible Bidder.

7.21 COMPETENT AUTHORITY'S RIGHT TO ACCEPT OR TO REJECT ANY OR ALL

BIDS

The Competent Authority reserves the right to accept or reject any Bid, and to annul the

Bid process and reject all Bids at any time prior to the award of Contract, without thereby

incurring any liability to the affected Bidder or any obligation to inform the affected Bidder

of the grounds for the Competent Authority's action.

7.22 Notification of Award

Notification to Bidder

Before the expiry of the period of validity of the proposal, the Competent Authority shall

notify the successful Bidder in writing by registered letter or by fax, that its bid has been

accepted. The Bidder shall acknowledge in writing receipt of the notification of award

and will send his acceptance to enter into agreement within seven (7) days.

Notwithstanding anything else contained to the contrary in this Document, the

Competent Authority reserves the right to increase or decrease quantities or even delete

some of the items altogether. The quantities can be altered without any change in the

unit price or other terms and conditions. The competent authority may even vary the

break up of overall quantities of an item in view of techno-commercial reasons. The

variation in the quantity of award shall be notified at the time of placing the order.

7.23 Signing of Contract

7.23.1 The notification of the award

The notification of the award shall constitute signing of the contract/agreement.

However, the Competent Authority may negotiate certain terms with successful

Bidder before signing of the contract/agreement. The signing of agreement will

amount to award of contract and bidder will initiate the execution of the work as

specified in the contract/agreement.

Page 119: hardware tender document

119

7.23.2 Discharge of Bid Security

Upon the successful signing of the agreement, competent authority shall

promptly request the Bidder to provide performance security. On receipt of the

performance security, the bid security will be released.

7.23.3 Expenses for the Contract

The incidental expenses of execution of agreement / contract shall be borne by

the successful bidder.

7.23.4 Failure to abide by the Agreement

The conditions stipulated in the agreement shall be strictly adhered to and

violation of any of these conditions will entail termination of the contract without

prejudice to the rights of the competent authority with such penalties as specified

in the Bidding document and the agreement.

7.23.5 Signing of Service Level Agreement (SLA)

An SLA will be executed by the vendor & the Competent Authority in the

prescribed format for the services under this contract,

7.24 PERFORMANCE SECURITY

7.24.1 Within 21 days of the System Integration Bidder’s receipt of notification of award,

the Bidder shall furnish performance security equal to ten percent (10%) of contract

value, valid up to 60 days after the date of completion of the Computerization project

including 5-year warranty period.

7.24.2 The proceeds of the performance security shall be payable to the Competent

Authority as compensation for any loss (es) resulting from the failure of the System

Integration Bidder to meet out its obligations under the Contract.

The Performance Security shall be denominated in Indian Rupees and shall be in the

form of Bank Draft, issued by a Nationalized/Scheduled Bank, located in India. Such

Performance Security will be valid only after its realization into Government account.

Alternatively, the System Integration Bidder may also deposit this security in the form of

Bank Guarantee of a Nationalized/Scheduled Bank, in the format as prescribed by the

Competent Authority, which is valid for the entire period as mentioned in Clause 7.24.1

above and pledged in favour of the Competent Authority.

The Performance Security will be discharged by the Competent Authority and returned

to the Bidder not later than 60 days following the date of completion of the Bidder's

performance obligations, as mentioned in the bid document.

Page 120: hardware tender document

120

In the event of any contract amendment, the Bidder shall, within 21 days of receipt of

such an amendment furnish the amended performance security, rendering the same

valid for duration of the contract as amended and for further period of 60 days thereafter.

7.25 CORRUPT OR FRAUDULENT PRACTICES

7.25.1 The Competent Authority requires that Bidders observe the highest standard of

ethics during the performance and execution of this contract.

For this purpose the following definitions of unethical behavior will be assumed.

(i)"Corrupt practice" means offering, giving, receiving or soliciting of any thing in

value or favour to influence the action of a public official in the procurement process

or in contract executions, and

(ii)"Fraudulent practice" means a mis-representation of facts in order to influence

procurement process or the execution of a contract to the detriment of the interests

of the department, and include collusive practice amongst Bidder's (prior to or after

Bid submission) designed to establish Bid prices at artificial non-competitive levels

and to deprive the department of the benefits of free and open competition.

7.25.2 In case of any Bidder being found to be indulging in unethical practices and

declared so by the competent authority, the competent authority;

(a) Will reject the proposal for award,

(b) Will declare the firm ineligible, either indefinitely or for a stated period

of time, for bidding in future works.

7.26 Deleted 7.27 Standards of performance

7.27.1 Service Window

MPED Network has to be made available 24 x 365. The service window for MPED

Network Availability shall be as per the Service window defined in table below:

Duration Week Days Timing Details

PBH Monday to Saturday 0900 Hrs to 2100 Hrs

Monday to Saturday 0000 Hrs to 0900 Hrs &

2100 Hrs to 2359 Hrs

ESH

Sunday 0000 Hrs to 2359 Hrs

Page 121: hardware tender document

121

7.27.2 Network Management

7.27.2.1 Network Availability:

The required Network Availability Levels for MPED are:

Components Availability Target (%) PBH Availability Targets (%) ESH

For all offices/Locations 99.5 97

Network availability will be calculated for each network segment individually.

For network, target Network availability is (for segments which are implemented

through the Bidder):

Components Availability Target (%) PBH

At MPED HO 99.5

At other Offices 99

7.27.2.2 Internet Availability

The required Internet Availability Levels for MPED are:

Components Availability Target (%) PBH Availability Targets (%)

ESH

Internet Availability 98 95

Internet availability will be calculated for Overall Internet accessibility.

7.27.2.3 Firewall Availability

The required Firewall Availability Levels for MPED are:

Components Availability Target (%)

Firewall – Intranet & Intranet 99.9

7.27.2.4 IPS Availability

The required IPS Availability Levels for MPED are:

Components Availability Target (%)

IPS – Inbound & Outbound 99.9

Page 122: hardware tender document

122

7.27.2.5 Facility Management

Severity and Criticality Matrix with Response and Resolution Service Levels

Severity Description

One � Core Router at OMPED DC and its network modules,

� Routing engines/ processor of core router

� Ethernet module of Core Routers

� Power supplies of core router (Both)

� Firewalls, Firewall Modules

� Intrusion Protection System

� Anti-Virus Server

� Web Server

� Database Server

� Mail Server

� Proxy Server

� LAN Switch connecting to Core router at State MPED

� Internet Routers & Internet link

� Cables of above listed equipments etc.

� Priority Users like the Hon’ble PS, Commissioner and other senior

officials.

Two � Distribution Routers at Divisions and network modules installed on it.

� Routing engines of Divisions Routers,

� In-built power supplies of Divisions Routers,

� Modem, LAN switches at Division

� Passive cables connecting the above equipments etc

Three � Modem, Leased Lines connecting MPED to Divisional Excise Office

� Division Routers and Network Modules installed on it.

� LAN switches at Division offices

� Lease line connecting various offices

� Passive cable component connecting the above equipments etc.

Four � A functional query or fault that has no business impact for the

organization

7.27.3 Complaint Response and Resolution Service Levels

This table defines the response time frames for each support tier based on problem

severity. The time frames defined are exclusive of traveling time.

MTTA – Mean time to Act/Attend, MTTR – Mean Time to Resolve.

Page 123: hardware tender document

123

Severity 1 Severity 2 Severity 3 Severity 4 Co

mp

one

nts

Servi

ce

Wind

ow

Target

MTTA

Target

MTTR

Target

MTTA

Target

MTTR

Target

MTTA

Target

MTTR

Target

MTTA

Target

MTTR

PBH ¼ Hr 1 Hr ½ Hr 2 hrs 1 Hr 4 hrs 2 hrs 10hrs A

ESH ½ Hr 2 Hrs 1 Hr 4 hrs 2 Hrs 8 hrs NBD NBD

PBH ¼ Hr 1 Hrs ½ Hr 2 hrs 2 Hrs 6 Hrs 4 hrs 10hrs B

ESH ½ Hr 2 Hrs 2 Hrs 4 hrs NBD¤ NBD NBD NBD

Components ����

A Hardware, software systems at MPED DC ((including Modems, LAN, WAN

connectivity, etc.)

B Hardware, software systems At all MPED Offices (including Modems, LAN, WAN

connectivity, etc.)

The above matrix for response and resolution service levels will be

subject to the following terms and conditions

(i) Firstly all the indicators are measured/ calculated every month;

thereafter consolidation will be done for each Quarter.

(ii) Support Calls also include the calls that require escalation to

vendors like hardware call, application related calls.

(iii) The Vendor will have to resolve 98% of calls within defined time

limits. This will be the criterion of FM Performance. However,

repeated calls (more than 4 in a quarter) of similar nature shall

attract penalty for downtime at the same location.

(iv) Breached time lines shall be treated as downtime.

7.27.4 Terms and Conditions

7.27.4.1 Network Availability

(ii) Network Availability is defined as end-to-end connectivity and

accessibility on the network.

(iii) In case of Leased Line/WAN Link Management, a trouble ticket

will be generated after logging a call with Bandwidth Provider;

and Vendor for the same will do follow up, to make it restored at

the earliest.

¤ NBD – Next Business Day

Page 124: hardware tender document

124

(iv) A complaint No.will be generated when a complaint is lodged.

This call logging shall also be automated through E-mail /

Telephone. Time is recorded from that point onwards till the point

the complaint is resolved or The Competent Authority confirm,

whichever is earlier.

(v) If the problem is pertaining to network, then this duration will be

treated as outage. Overall Link outage owing to problems related

to last mile connectivity would also be attributable to Vendor.

(vi) Scheduled and Preventive Maintenance should be planned only

on Non-business hours or Sundays or Holidays. Scheduled and

Preventive Maintenance anytime during Service Hours will be

considered unavailability of service.

(vii) Scheduled and Preventive Maintenance by Vendor for the

Network shall not exceed 24 hours in a quarter subject to a

maximum of 180 minute at a stretch. This will not be applicable

for the first 21 days after commissioning of the link.

(viii) For Scheduled and Preventive Maintenance by Vendor for the

Hardware /or Software /or Active /or Passive shall be done with

written prior intimation to the Competent Authority at least 72

hours in advance.

(ix) Network Link and Network Availability shall not be considered

unavailable for reasons attributable to failure of applications,

equipment, or facilities that are:

i. Acts of omissions or commission of The Competent

Authority, or any use or user of the Service by The

Competent Authority which are unauthorized under this

Agreement, or

ii. Force Majeure events as defined hereafter.

7.27.4.2 Network Management Services

(iv) Fault Management

a. Identifying Network, System, Server faults and getting

them resolved.

b. Provide Managed Service using an EMS (Enterprise

Management Software) for networking monitoring along

with an application traffic management system that

monitors, controls, and accelerates application

performance over the WAN Internet.

(v) WAN Management

Page 125: hardware tender document

125

a. Generate trouble ticket using Helpdesk tool after logging a call

with Lease Line/WAN Link Provider and follow up the same.

b. MIS report will be submitted by the Vendor on monthly basis

and as and when requested by the Competent Authority.

c. Maintain an up-to-date comprehensive overall and individual

network topology and lay-out, network and Security

infrastructure configurations, Hardware and Software

inventory, MPED Data Back-up and restore procedure with

policy, Core Services Setup, Password policy documentation

in Soft and Hard copies.

d. The Vendor should have a well-defined and documented

procedure for change management.

(vi) Overall Management

a. Managing and ensuring the services availability include mail,

proxy, DNS, Anti-virus, Database, Web services at optimum

level for MPED users.

b. Managing and operating all the Network Devices, Security

components (and server) Hardware and Operating System

related issues.

c. Ensure availability and optimum utilization of all Networking,

Security components and Server devices.

d. Patch and Up-gradation of Operating System, Firmware,

Signatures, application and necessary patches for all network,

Security and Server devices to ensure smooth operability and

availability of required services.

e. Ensure Confidentiality, integrity and availability of MPED Data

with use of Suitable technologies, Process and best practices.

f. Managing the Database and Web server to ensure high-

availability.

g. Creation, omission and modification of administrative users

required for managing MPED components.

h. Maintaining and managing all the administrative passwords of

MPED components. (This will be done in consultation with the

Comepetent Authority).

i. Creation, omission and modification of end-user’s Id and

password for his day-to-day operations and job profile. This

will include but not limited to:

o Domain

o Proxy

o Internet

Page 126: hardware tender document

126

o Database server

o Web Server

o Local (host) Machine

7.27.5 Service Delivery

Bidder shall provide the Services from the Operational Service Date. The

Operational Service Date for commencement of Services for the locations of

the MPED shall be mutually agreed between the parties in writing and the roll

out schedule for such multi locations can be appended. In case, Services are

not provided from the agreed Operational Service Date for various phases, it

will be treated as delay in delivery and shall be penalized @ 2% of the gross

bid value per week for that phase by competent authority for delay (subject to

a maximum of 20%).

7.27.6 Relevant Terms of Penalties.

QMC* Quarterly Maintenance Charges

HPQ Hours per Quarter

MPED Head Office

PCD Parameter Core Downtime

PND Parameter Network Downtime – Divisional

PNT Parameter Network Downtime – Rest of Offices

PID Parameter Internet Downtime

*QMC = ¼ of annual charges for FMS for that year + 0.75 % of Lump sum amount of the contract

7.27.7 Network Availability:

7.27.7.1 MPED Headquarters Penalty Chart

Network Availability will be calculated for MPED Headquarters (Excise Commissioner Office, Gwalior) as per the table below:

Availability (in %) Parameter Penalty

>=99.5 -/- -/-

99 PCD1 3.75% of QMC«

98.5 PCD2 7.5% of QMC

98 PCD3 11.25% of QMC

97.5 PCD4 15% of QMC

97 PCD5 25% of QMC

<96.5 PCD6 50% of QMC

« Maintenance Charges (Quarterly)

Page 127: hardware tender document

127

Failure of any of the core equipment at MPED (or multiple equipment at same time)e.g. Core Router, Core Switch, Firewall and IPS, is equivalent to the non-availability of network at MPED level and hence penalty will be determined as per the table mentioned above.

7.27.7.2 MPED Penalty Calculation

As per actual availability of MPED respective penalties can be calculated as:

(PSLC) = PCDx

7.27.7.3 MPED to other offices Network Penalty Chart

Availability (%) Penalty Parameter (PBH) Penalty Parameter (ESH)

>=99.5 -/- -/-

99 PND1 -/-

98.5 PND1 -/-

98 PND2 PND1

97.5 PND2 PND1

97 PND2 PND2

96.5 PND3 PND2

96 PND3 PND2

95.5 PND3 PND3

95 PND4 PND3

94.5 PND4 PND3

94 PND4 PND4

93.5 PND4

93 PND4

92.5

PND5

PND5

<92.5 PND6 PND6

7.27.7.4 MPED to Other Offices Penalty Calculation

As per the previous table for ESH and PBH service window, appropriate parameter is

mapped. Based on this identified parameter actual penalty is calculated for the

respective network.

Parameter Penalty

PND1 5 % of QMC

PND2 10 % of QMC

PND3 15 % of QMC

Page 128: hardware tender document

128

PND4 20 % of QMC

PND5 25% of QMC

PND6 50% OF QMC

STEP 1

Penalty of a Network N1 is sum of actual PNDp (for PBH) and PNDe (for ESH)

respectively as per availability.

N1 = (PNDp + PNDe) /2

In similar fashion, Penalty for the entire Division network required to be calculated and

added.

N2 = (PNDp + PNDe) /2

N3 = (PNDp + PNDe) /2

*

Nx = (PNDp + PNDe) /2

STEP 2

Thus Overall Penalty for Network Availability for Division level is:

(PNAD) = (N1 + N2 + …. Nx) / No. of locations

7.27.8 Network delay

(Durations are considered both for PBH and ESH)

Segment Max. Target HPQ Penalty

>= 2 and < 5 1% of QMC

>= 5 and < 15 2 % of QMC

MPED – other

Excise office

> 90

milliseconds

>= 15 5 % of QMC

Network delay Penalty Calculations:

STEP 1

Network delay is calculated individually as per the above tables.

Network delay of a Network N1 (between MPED-divisional offices) should have

maximum target as 90 milliseconds.

STEP 2

Thus Overall Penalty for MPED Network Performance

(PND) = (N1 + N2 + …. Nx) / No of locations

Page 129: hardware tender document

129

7.27.9 Internet Services

PBH ESH

Parameter Availability (%) Parameter

-/- >=98 -/-

PID1 97.5 -/-

PID1 97 -/-

PID2 96.5 PID1

PID2 96 PID1

PID2 95.5 PID2

PID3 95 PID2

PID3 94.5 PID2

PID3 94 PID3

PID4 93.5 PID3

PID4 93 PID3

PID4 92.5 PID4

PID5 >92.5 PID5

Parameter Penalty

PID1 1.25 % of QMC

PID2 2.5 % of QMC

PID3 5 % of QMC

PID4 12.5 % of QMC

PID5 20% of QMC

Internet Service Availability Penalty Calculations:

STEP 1

Penalty of Internet Services NIN is sum of actual PIDP (for PBH) and PIDE (for ESH)

respectively as per availability.

NIN =(PIDP + PIDE) /2

STEP 2

Thus Overall Penalty for MPED Internet Service Availability

(PIN) = NIN

7.27.10 Firewall Availability

Firewall availability shall be calculated as equivalent to PSLC.

Page 130: hardware tender document

130

7.27.11 Intrusion Prevention System (IPS) Availability

IPS availability shall be calculated as equivalent to PSLC.

7.27.12 Facility Management Performance

FM Performance * Penalty

>=96% to <98% 2 % of QMC

>=94% to <96% 5 % of QMC

>=90% to <94% 7 % of QMC

Less than 90% 10 % of QMC

* Adherence to the time limits given in 7.27.1 (number of cases)

Penalty for Facility Management (PFM) will be applicable as per the above table.

7.27.13 Total penalty per quarter for MPED will be as:

Grand total of all the final figures as per all above sections for penalty calculation:

(PMPED) = Σ {(PSLC), (PNAD), (PNAT), (PNAH)∗∗∗∗, (PND), (PIN), (PFM)}

*Penalty for PFW, PIS shall be equivalent to PSLC.

(i) For any equipment/component which is not repaired within 3 days of reporting of fault,

the competent authority may get these equipments/components by hiring from market

and the rentals for such hiring shall be recoverable from the vendor.

(ii) If an equipment/component remains unrepaired beyond 7 days from reporting of the

fault the competent authority may replace it by purchasing the same from open market

and the cost incurred for such purchase shall be recoverable from the vendor.

(iii) If for more than 10% of a particular equipment/component fault occurs for more than

3 times in a quarter, for which time taken to repair exceeds 3 days on average then

entire lot of those equipment / component will have to be recalled by the vendor and the

entire lot will have to be replaced to the satisfaction of competent authority by new

equipment within 15 days of issue of notice to that effect. If the equipment/component is

not replaced in the defined time limit then competent authority will be free to purchase at

the risk and cost of vendor and will replace them. This will be without prejudice to any

other action which may be taken according to the other provisions of this contract.

Page 131: hardware tender document

131

7.27.14 Testing and Repair

(i) Vendor shall conduct link tests of the network before the Operational

Service Date and provide the test results for scrutiny and acceptance.

(ii) Vendor shall immediately upon receipt of written notification from the

Competent Authority or verbal notification in case of urgency or

emergency, investigate any breakdown of Network and carry out

complete repairs to its network to enable the Competent Authority to use

the Services. All such requests and service calls shall necessarily be

logged in Helpdesk system (either verbal or through internet or in writing)

and trouble tickets are generated for the same.

(iii) In case of major breakdown in network and services, which requires

immediate attention; Vendor will inform the Competent Authority

immediately, about the problem, the Plan of Action and the expected

time for service resumption. The Vendor shall inform the Competent

Authority every 30 minutes till the problem is resolved and service is

restored. However, the Vendor is required to provide the Root-Cause

Analysis Report within 24 hours of service resumption.

(iv) Vendor will provide the Competent Authority with the Monthly report in

respect of downtime.

(v) The Vendor should have to replace/repair the Hardware / Software or

active / passive components those are faulty (partially or complete)

within maximum three days time.

7.27.15 Migration to IP version 6 (IPv6)

(i) During the entire project cycle, Vendor can be asked to migrate to IP

version 6, from IP version 4 (which is de facto standard on present date).

This activity will be carried out on the request of MPED during any time

of the project cycle.

(ii) Vendor has to prepare project plan for this migration activity, and provide

complete support to MPED/DoIT for the smooth transition from IPv4 to

IPv6, whenever desired.

(iii) All expenses or cost for this migration will be borne by Vendor.

(iv) This migration will be done for all Hardware/Software provided by Vendor

supplied during the project. All the required activities, for this IP

migration, shall include addition, deletion, up gradation, change in

hardware/ software of supplied items.

Page 132: hardware tender document

132

7.28 INTELLECTUAL PROPERTY RIGHTS

7.28.1 The Vendor will ensure that there is no violation of intellectual property rights, in

any form, during execution of this project.

7.28.2 The Vendor shall indemnify the Competent Authority from all actions, costs,

claims, demands, expenses & liabilities, whatsoever, resulting from any actual or alleged

infringement as aforesaid and at the expenses of the Vendor the State

Government/Competent Authority shall be defended in the defense of any proceedings

that may be brought in that connection.

7.29 APPLICABLE LAW

The contract shall be interpreted in accordance with the laws of the Govt. of India and

the Government of Madhya Pradesh

7.30 INSPECTIONS AND TESTS

The Competent Authority shall have the right to inspect the work or get it inspected by

his agent or any authorized officer at any stage during the contract period.

Pre-delivery inspection and testing must be done on the bidder site.

All cost occurred for PDI/testing will be borne by the bidder.

7.31 GOVERNING LANGUAGE

The contract shall be written in English language. Subject to Clause 7.5 of Language of

Bid, English version of the Contract shall govern its interpretation. All correspondences

and other documents pertaining to the contract, which are exchanged between the

parties, shall be written in the English language.

7.32 COMPLETION OF PROJECT

Notwithstanding anything contained in the Bid Document, the Project shall be deemed to

be completed only after each of the following Deliverables is handed over to the

Competent Authority:

a. Successful commissioning of the systems in all DEOs, CL Warehouses, FL

Warehouses, Office of The Commissioner, and related offices and locations

mentioned in Annexure 1.Commissioning will be considered complete only when

the Competent Authority issues a certificate to that effect after satisfied with the

trouble free running of the Total System for at least 60 days after “Go-Live”.

Page 133: hardware tender document

133

(List of all locations is attached at Annexure 1)

The commissioning will be considered to be complete, if the System successfully

runs at over 90% of the locations mentioned in the list given as Annexure 1.

b. Provide user training/retraining (if required) at all levels and prepare and issue

supporting User Manuals, Troubleshooting Manual and Setup Reference Manual.

c. Any other deliverables as required by the Competent Authority for ensuring

completion of the project.

d. Security plan in conformity with ISO 27001.

e. Network should have compliance with the security standard of ISMS 27001

7.33 CLAIMS FOR COMPENSATION FOR SUBMISSION OF BID

The Bidder whose Bid is not accepted shall not be entitled to any claim incidental to or

incurred by him through or in connection with his submission of Bid or its consideration

by the competent authority or in the event of State Government or The Competent

Authority opting to modify / withdraw the invitation to Bid or not to accept any of the

Bid(s).

7.34 CHANGE ORDERS

If the Competent Authority requires that any activity/activities, which is not provided for

under the "Scope of work” in the Bid document and the competent authority is convinced

that the same can’t be considered to be deemed to be covered under the scope of work

as mentioned in the Bid document, need to be supplied, then the Competent Authority

may ask the Bidder to work out the requirement of effect for the same. The Competent

Authority after assessing the quantum of work will determine the requirements. If the

System Integration Bidder agrees with the decision of the Competent Authority, he will

proceed to execute the work. The payment will be made for such deployment on the

basis of rates quoted in the Price Schedule (Annexure 13 and 14) of the Bid document.

The total value of such additional work will be limited to 20% of total value of the contract

value.

7.35 ASSIGNMENT

The Vendor shall not assign to any other Vendor, in whole or in part, its obligations to

perform under the Contract, except with the Competent Authority's prior written consent.

7.36 TERMINATION FOR DEFAULT

7.36.1 The Competent Authority after consultation with the State Government may,

without prejudice to any other course of action, for breach of contract, by written notice

of 30 days to the Vendor, terminate the agreement in whole or in part, if:

The Vendor fails to perform any or all of the obligations within the time period(s)

specified in the agreement or any extension thereof granted, by the Competent

Authority.

Page 134: hardware tender document

134

The quality of the delivery of various tasks is not up to the satisfaction of the Competent

Authority.

The Vendor fails to perform any other obligation under the agreement.

In the event of the Competent Authority terminating the contract in whole or in part,

pursuant to clause 7.36.1 above, the Competent Authority may procure at Vendor’s risk

and cost upon such terms and in such a manner as it deems appropriate, items or

services similar to those remaining undelivered. The Vendor shall be liable to pay for any

excess costs incurred by the Competent Authority for such procurement at his risk and

cost. However, the Vendor shall continue with the performance of the contract to the

extent not terminated.

7.36.2 The Vendor shall stop the performance of the contract from the effective date of

termination and hand over all the reports studies etc. to the Competent Authority for

which payment has been made. The Vendor may withdraw items, for which payment has

not been made. No consequential damages shall be payable to the Vendor in the event

of termination.

7.36.3 In case of termination of contract as mentioned in Clause 7.36.1 above, all Bank

Drafts/ FDR's furnished by the System Integration Vendor by way of Performance

Security shall stand forfeited.

7.37 TERMINATION FOR CONVENIENCE

7.37.1 The Competent Authority, by written notice sent to the Vendor, may terminate the

contract, in whole or in part thereof, at any time for its convenience. The notice of

termination shall specify that termination is for the Competent Authority’s convenience

and also the extent to which performance of the Vendor under the contract is terminated,

and the date on which such termination becomes effective.

7.37.2 The Competent Authority shall accept the items/services, which are completed

and ready for delivery within 30 days after the Vendor’s receipt of notice of termination,

at the contract terms and values. For the remaining items/services, the Competent

Authority may elect:

-To have any portion completed and delivered at the contract terms and values; and /or

-To cancel the remaining part of the work and pay to the Vendor an agreed amount

for partially completed items/services.

7.37.3 No consequential damages will be payable to the Vendor in the event of such

termination.

7.38 TERMINATION FOR INSOLVENCY

The Competent Authority may at any time terminate the contract by giving notice to the

Vendor, if the Vendor becomes bankrupt or otherwise insolvent. In this event,

termination will be without compensation to the Vendor, provided that such termination

Page 135: hardware tender document

135

will not prejudice or affect any right of action or remedy, which has accrued or will accrue

thereafter to the Competent Authority.

7.39 VENDOR PERSONNEL

The Vendor shall employ and provide such qualified and experienced personnels as

may be required to perform the services under the agreement. The Vendor shall have an

Office at Gwalior. The Office at Gwalior will be treated as the local support office of the

Vendor.

7.40 DATA PROTECTION

a. In the course of providing the Services the Vendor may be compiling, processing and

storing proprietary data relating to the users.

b. The Vendor is responsible for complying with its respective obligations under the

applicable data protection laws and regulations governing the proprietary Data.

c. The Vendor is required to follow the best practices for the data security regarding all

the data made available to them.

d. The Vendor shall not transfer any Data unless otherwise authorized by The

Competent Authority in this regard.

7.41 CONFIDENTIALITY

a. The Competent Authority may permit the Vendor to come into possession of

confidential public records as per the needs of the project and the Vendor shall maintain

the highest level of secrecy, confidentiality and privacy with regard thereto.

b. Additionally, the Vendor shall keep confidential all the details and information with

regard to the Project, including systems, facilities, operations, management and

maintenance of the systems/ facilities, during implementation or after completion of the

project.

c. The Competent Authority shall retain all rights to prevent, stop and if required take the

necessary punitive action against the Vendor regarding any forbidden disclosure.

d. The Vendor shall ensure that all its employees execute individual nondisclosure

agreements, which have been duly approved by the Competent Authority with respect to

this Project.

e. The aforesaid provisions shall not apply to the information:

(i) Already in the public domain;

Page 136: hardware tender document

136

(ii) Which has been received from a third party who had the right to disclose the

aforesaid information.

(iii) Disclosed to the public due to a court order.

7.42 FORCE MAJEURE

7.42.1 Notwithstanding anything contained in the Bid Document, the Vendor shall not

be liable for forfeiture of security, liquidated damages or termination for default, if and

to the extent that, its delay in performance or other failures to perform its obligations

under the agreement is the result of an event of Force Majeure.

7.42.2 For purposes of this clause “Force Majeure” means an event beyond the control

of the Vendor and not involving the Vendor’s fault or negligence and which was not

foreseeable. Such events may include wars or revolutions, fires, floods, epidemics,

quarantine restrictions and freight embargoes. The decision of the Competent Authority

in consultation with the Government of MADHYA PRADESH, regarding Force Majeure

shall be final and binding on the Vendor.

7.42.3 If a Force Majeure situation arises, the Vendor shall promptly notify to the

Competent Authority in writing, of such conditions and the cause thereof. Unless

otherwise directed by the Competent Authority in writing, the Vendor shall continue to

perform its obligations under the agreement as far as reasonably practical, and shall

seek all reasonable alternative means for performance not prevented by the Force

Majeure event. The Competent Authority may after consultation with the Govt. of M.P,

terminate this agreement by giving a written notice of a minimum 30 days to the Vendor,

if as a result of Force Majeure, the Vendor is unable to perform a material portion of the

services for a period of more than 60 days.

7.43 RESOLUTION OF DISPUTES

7.43.1 The Competent Authority and the Vendor shall make every effort to resolve

amicably by direct informal negotiation, any disagreement or dispute that may arise

between them under or in connection with the Contract.

7.43.2 If, after 30 days from the commencement of such informal negotiations, the

Competent Authority and the Vendor are unable to resolve, amicably a contract dispute,

either party may require that the dispute be referred for resolution to the formal

mechanism specified in the Clause 7.43.3 below.

7.43.3 In all matters and disputes arising there under, the MADHYA PRADESH State

Arbitration Tribunal shall be the sole arbitrator to decide the claim and its decision shall

be final and binding on both the parties. However, during the period of doubt,

disagreement or dispute, both the Vendor and the Competent Authority shall ensure that

the Computerization Project works in a normal way. Such doubts, disputes and

disagreement shall not give any reason or freedom to either the Competent Authority or

the Vendor to interfere in or prevent normal functioning of the Computerization Project.

Page 137: hardware tender document

137

7.44 LEGAL JURISDICTION

All legal disputes between the parties shall be subject to the jurisdiction of the courts

situated in MP only. In case of arbitration, Madhya Pradesh State Arbitration Tribunal will

act as sole arbitrator.

7.45 TAXES AND DUTIES

The responsibility of obtaining all the necessary statutory clearances lies with the

Vendor. The Vendor shall be solely responsible for all taxes, duties, LICENCE fees,

octroi etc. regarding all the items needed for completion of work assigned to him.

7.46 LOCAL CONDITIONS

7.46.1 The Vendor shall be deemed, to have exhaustively examined the Bid Document,

to obtain all information and clarifications on all matters whatsoever, that might affect the

carrying out of the work and to have satisfied himself as to the adequacy of his Bid. He is

deemed to have known the scope, nature and magnitude of the work and as to all work

he has to complete in accordance with the contracts, whatever be the defects, omissions

or errors that may be found in the Bid document.

7.46.2 The bidder/Vendor shall be deemed to have acquainted himself of Government of

India's and Government of Madhya Pradesh taxes & duties, Laws, statutes, regulations,

levies and other charges.

7.46.3 Any negligence or omission or failure on the part of the Vendor in obtaining

necessary and reliable information as stated above or on any other matter affecting the

Vendor shall not relieve him from any risks or liabilities or the entire responsibility for

completion of the work in accordance with the Bid Document.

7.47 NOTICE

7.47.1 Any notice, request or consent required or permission to be given or made in this

contract shall be in writing. Any such notice/ request shall be deemed to have been

given or made when delivered in person to the authorised representative of the party to

whom the communication is addressed, or sent by registered mail, telegram, and fax to

such party at the address specified below:

In case of the Competent Authority:

The Excise Commissioner Madhya Pradesh State Excise Department Moti Mahal Gwalior – 474007(MP)

In case of Vendor: (To be filled at the time of signing of the Contract):

_____________________________________________________________________

_____________________________________________________________________

Page 138: hardware tender document

138

7.47.2 Notice will be deemed to be effective as specified below:

In the case of personal delivery or registered mail -- from the date of delivery.

In the case of telegram -- 72 hours after confirmed transmission.

In the case of fax, e_mail -- 24 hours after confirmed transmission.

7.48 WARRANTY AND MAINTENANCE

a. The successful Bidder shall provide a comprehensive warranty for duration of 60

months, commencing from the date when the system reaches “Go-Live” i.e. “Go-Live” +

60 months.

b. Vendor shall also provide complete maintenance support for all the solution

components as outlined in this Bid for a period of Sixty-Six months from the date of go-

live. i.e. “Go-Live” + 60 months.

c. During the warranty period, the Vendor warrants that the services rendered under this

contract are of most recent version and incorporates all recent improvements in design

unless provided otherwise in the contract. The Vendor further warrants that the services

rendered under this contract shall have no defects arising from design, materials or

workmanship.

d. The Competent Authority shall promptly notify successful Bidder in writing of any

claims arising under this warranty. Upon receipt of such notice, the Vendor shall, within

the warranty period and with all reasonable speed, repair the defect without costs to the

Competent Authority and within time specified and acceptable to the Competent

Authority.

e. If the successful Bidder, having been notified, fails to remedy the defect(s) within the

period specified in the contract, the Competent Authority may proceed to take such

reasonable remedial action as may be necessary, at the successful Bidder’s risk and

expense and without prejudice to any other rights, which the Competent Authority may

have against the Successful Bidder under the contract.

f. During the comprehensive warranty period, the successful Bidder will provide all

product(s) and documentation updates, patches/ fixes, and version upgrades within 15

days of their availability and should carry out installation and make operational the same

at no additional cost to the Competent Authority.

g. The successful Bidder hereby warrants the Competent Authority that:

i. The implemented solution represents a complete, integrated solution meeting all

the requirements as outlined in the Bid and further amendments if any, and

provides the functionality and performance, as per the terms and conditions

specified in the contract.

Page 139: hardware tender document

139

ii. The implemented solution will achieve parameters delineated in the technical

specification/ requirement and shall be appropriately integrated to meet

PROJECT requirements.

iii. The successful Bidder undertakes to ensure the maintenance of the acceptance

criterion/standards in respect of the systems during the warranty period.

7.49 DISQUALIFICATION

a. The proposal is liable to be disqualified in the following cases:

i. Bid not submitted in accordance with this document.

ii. During validity of the proposal, or its extended period, if any, the Bidder increases

his quoted prices.

iii. The Bidder qualifies the proposal with his own conditions.

iv. Bid is received in incomplete form.

v. Bid is received after due date and time.

vi. Bid is not accompanied by all requisite documents.

vii. Information submitted in technical Bid is found to be misrepresented, incorrect or

false, accidentally, unwittingly or otherwise, at any time during the processing of

the contract (no matter at what stage) or during the tenure of the contract

including the extension period if any.

viii. Commercial proposal is enclosed with the same envelope as technical proposal.

ix. In case any party submits multiple bids or if common interests are found in two or

more Bidders, the Bidders are likely to be disqualified, unless additional

bids/Bidders are withdrawn upon notice immediately.

x. Bidder fails to deposit the Performance Security or fails to enter into a contract

within 21working days of the date of notice of award of contract or within such

extended period, as may be specified by the Competent Authority.

b. Bidders may specifically note that while evaluating the bids, if it comes to the

Competent Authority’s knowledge expressly or implied, that some Bidders may have

compounded in any manner whatsoever or otherwise joined to form an alliance resulting

in delaying the processing of Bids then the Bidders so involved are liable to be

disqualified for this contract as well as for a further period of two years from participation

in any of the Bids floated by Competent Authority. It is also clarified that if need arises

the Competent Authority would go in for appointment of outside party(s) to undertake the

work under the captioned Bid.

c. In case the terms and conditions of the contract applicable to this invitation to Bid are

not acceptable to any Bidder, he should clearly specify any deviation, in the format

appended to this Bid Document as Annexure 8 and Annexure 11.

Page 140: hardware tender document

140

SECTION VIII- Payment Schedule

The payment to the successful bidder shall be made as under:

A) Payment for supply, installation, commissioning and integration of components at the Data Centre and all the locations -

S.No. Percentage of Payment

Condition/ Event

1

70% On Delivery# of all equipments / items covered under this tender.

2 15% On successful completion of Installation, Commissioning and Integration of all equipments / items covered under this tender. Proof of Supply, Installation, Commissioning and Integration (Original, Duly sealed & signed) is to be obtained from the Competent Authority. The bills for payment would only be raised after that.

3. 15% 15% Amount will be held back for warranty support period and will be released in equal 20 quarterly installments of 0.75% of project cost depending upon the fulfillment of the SLA and performance.

# on submission of proof of delivery at site(s) the vendor may be paid 60% of the cost of material brought to the site(s). For this purpose the verification of cost of material will be done on the basis of bill submitted by him, but the payment shall not exceed 60% of the Bid Value mentioned in Annexure 13.

B) Payment for Facility Management services & Operations:

S.No. Charges Payable (Per Year ) Instructions for quoting the charges

1. 10% value quoted for FMS for 5 yrs For First year

2. 15% value quoted for FMS for 5 yrs For Second Year

3. 20% value quoted for FMS for 5 yrs For Third Year

4. 25% value quoted for FMS for 5 yrs For fourth Year

5. 30% value quoted for FMS for 5 yrs For Fifth Year

Note: No Advance payment shall be made in any stage.

• The Vendor will quote separately to provide facility management services for the

first 5 years from the Go-live and then for the next one year on extension at

MPED discretion.

• Charges will be paid on the basis of quarterly payment of amount mentioned in

above table per year.

Amendment Delivery of the equipment at Final destination: - Six week(s) from the Date of Purchase Order LD Clause: In case the delivery as mentioned is strictly not adhered to, MPED will impose a penalty as below: a) 1 % per week for first 5 week(s) on undelivered equipments. b) 2 % per week after first 5 week(s), subject to maximum of 20 % of equipment cost

Page 141: hardware tender document

141

LIST OF ATTACHED ANNEXURES

Annexure 1: List of Project Sites

Annexure 2: Request for Clarifications Form

Annexure 3: Bid Form

Annexure 4: Prequalification Form

Annexure 5: Technical Bid Covering Letter

Annexure 6: Performance Statement Form

Annexure 7: Bid Security Form

Annexure 8: Technical Deviation Form

Annexure 9: Time Schedule Form

Annexure 10: Commercial Bid Covering Letter

Annexure 11: Commercial Deviation Form

Annexure 12: Bill of Material

Annexure 13: Price Schedule for Item No. 1 to 31, 32 and 33 of the BOM as

Mentioned in Annexure 12.

Annexure 14: Item Wise Price Schedule.

Annexure 15: Format for Furnishing the Roles and Responsibilities in case of

Consortium.

Annexure 16: Format for List of Computer Professionals.

Page 142: hardware tender document

142

Annexure 1:

LIST OF PROJECT SITES

S.No.

Office Name Exact Address Of The Office District Division

1 2 3 4 5

1. District Excise Office Govt. Bhawan, Lohia Ward, Station Road, Bhaggudhana, Betulganj, Betul

Betul Bhopal

2. CL Bottling Warehouse Lohiya Ward, Station Road, Bhaggudhana, Betulganj, Betul

Betul Bhopal

3. CL Storage Warehouse Near Court Office, Devi Mohalla, Bhainsdehi, Betul

Betul Bhopal

4. CL Storage Warehouse Masod Road, Rajiv Gandhi Ward, Multai, Betul

Betul Bhopal

5. Deputy Excise Commissioner Office

E-5/78, Arera Colony Bhopal,Pin-462016 Bhopal Bhopal

6. CL Bottling Warehouse Jinsi Chouraha, Janahagirabad, Bhopal Bhopal Bhopal

7. FL Bottling Unit M/S United Spirit, Village Sarvar, Ratibad, Sehore, Road, Th- Huzur, Bhopal

Bhopal Bhopal

8. FL Bottling Unit United Sprits, 73- Sector-1, Govindpura, Bhopal

Bhopal Bhopal

9. FL Bottling Unit Ms Jubli Breweries, Village-Jhiranya, Narsinghgarh Road, Bhopal

Bhopal Bhopal

10. Foreign Liquor Warehouse

Godown No. 4& 6 Mahalaxmi Warehouse Compound,Near Sant Aasharam Chouraha,Gandhi Nagar. Bhopal Pin-462036

Bhopal Bhopal

11. State Flying Squad C-100/50, Shivaji Nagar, Bhopal Bhopal Bhopal

12. Ms United Sprits Ltd (FL-10a)

Gram Sarwar, Ratibad, Sehore Road, Th- Huzur, Bhopal

Bhopal Bhopal

13. Ms N.D.Wines Pvt. Ltd. (FL-10a)

Narela Shankari, 2/7, Chhatrasal Nagar, Bhopal

Bhopal Bhopal

14. Ms Nasik Winteners Pvt. Ltd. (FL-10a)

51, M.P. Nagar, Zone-II, Bhopal Bhopal Bhopal

15. Ms United Breweries Ltd, (FL-10a)

45, Ancillary Industrial State, Habibganj, Bhopal

Bhopal Bhopal

16. Ms Milleneium Beer Industries, (FL-10a)

Adjacent To United Breweries Ltd. Godown, 45, Ancillary Industrial State, Habibganj, Bhopal

Bhopal Bhopal

17. Ms United Sprits Ltd (FL-10b)

United Spirit Village, Gram Sarwar, Ratibad Sehore Road, Th- Huzur, Bhopal

Bhopal Bhopal

18. Principal Secretary, Ctd Room No. 341, Vallabh Bhawan, Mantralaya, Bhopal

Bhopal Bhopal

19. Assistant Excise Commissioner Office

Junagarh House,Karbala Road,Bhopal Bhopal Bhopal

20. Brewery Unit Lilasons Breweries Ltd. Industrial Area, Plot No. 80 To 87, 9 D Road, Govindpura, Bhopal

Bhopal Bhopal

Page 143: hardware tender document

143

21. District Excise Office Bhagwan Mahavir Chowk, In Front Of Civil Court, Vardaan Complex, Harda (M.P)

Harda Bhopal

22. CL Storage Warehouse Kul Harda Mohalla, Harda Harda Bhopal

23. District Excise Office Collectorate, Hoshangabad Hoshangabad Bhopal

24. CL Bottling Warehouse Excise Liquor Ware House,Gwaltoli Hoshangabad(M.P)

Hoshangabad Bhopal

25. CL Storage Warehouse Excise Ware House,Raghuwanshipura Sohagpur (M.P.)

Hoshangabad Bhopal

26. CL Storage Warehouse Maheshpuram Colony,Kamson Bareli, Udaipura Road, Distt.Raisen

Raisen Bhopal

27. CL Storage Warehouse Rai Bhawan,Sagar Road,Gairatganj, Raisen Raisen Bhopal

28. District Excise Office Composite Bhawan,Collectorate, Raisen Raisen Bhopal

29. CL Bottling Warehouse Payal Cinema Hall,Raisen-M.P Raisen Bhopal

30. Brewery Unit Som Distilleries And Breweries Pvt. Ltd., Ciklod Road, Rojrachak, Distt-Raisen(M.P)

Raisen Bhopal

31. Distillery Som Distillers Pvt Ltd, Sehatganj,Dist. Raisen(M.P)

Raisen Bhopal

32. CL Storage Warehouse Hoshangabad Road, Obedulla Ganj, Raisen Raisen Bhopal

33. CL Storage Warehouse Rajgarh Road, Vaikunth Marg, Biaora Rajgarh Bhopal

34. CL Bottling Warehouse Muktidham Marg, Narsinghgarh, Rajgarh M.P.

Rajgarh Bhopal

35. Distillery Vindhyachal Distilleries Pvt Ltd, Pilukhedi Tehsil- Narsinghgarh, Rajgarh

Rajgarh Bhopal

36. District Excise Office Bada Mahal Kila Rajgarh Rajgarh Bhopal

37. CL Storage Warehouse Ashok Baramia's House,Old Bus Station, Sarangpur Rajgarh

Rajgarh Bhopal

38. CL Storage Warehouse Bus Stand Zeerapur Rajgarh Bhopal

39. CL Storage Warehouse Near The New Bus Stand,Ashta District ,Sehore

Sehore Bhopal

40. CL Storage Warehouse Bhopal Road Nasrulla Ganj,Sehore Sehore Bhopal

41. District Excise Office Indore-Bhopal Highway,Bhopal Naka,Sehore

Sehore Bhopal

42. CL Storage Warehouse Chhawni, Machhlipul Sehore Sehore Bhopal

43. CL Storage Warehouse Near Railway Station, Ganj Basoda,Dist.Vidisha (M.P) ,Pin-464221

Vidisha Bhopal

44. CL Storage Warehouse Custom Path, Sironj, Dist. Vidisha(M.P) Vidisha Bhopal

45. District Excise Office Near Railway Station,Hospital Road, Vidisha (M.P)

Vidisha Bhopal

46. CL Bottling Warehouse Behind District Excise Office, Near Railway Station Hospital Road Vidisha (M.P)

Vidisha Bhopal

Page 144: hardware tender document

144

47. District Excise Office Polytechnic College Building, Near S.P. Office, Vidisha Road,Ashok Nagar (M.P.)

Ashoknagar Gwalior

48. CL Bottling Warehouse Station Road, Near Tulsi Park, Ashok Nagar Ashoknagar Gwalior

49. District Excise Office Near Collectorate Building Campus, 2nd Floor,Bhind (Mp)

Bhind Gwalior

50. CL Storage Warehouse Near Old Railway Station, Bhuta Bazar Bhind(Mp)

Bhind Gwalior

51. FL Bottling Unit Ms. Gwalior Distillers Pvt. Ltd. Gram Mudia Khera, Ater Road, Bhind

Bhind Gwalior

52. CL Storage Warehouse Cooperative Society Warehouse, Cooperation Campus, Tehsil- Lahar,Dist. Bhind

Bhind Gwalior

53. FL Bottling Unit Ms Goldwater Pvt.Ltd., Plot No.2, Industrial Area, Malanpur, Dist. Bhind (Mp)

Bhind Gwalior

54. District Excise Office Collectorate Building Campus, Civil Lines, Datia (Mp)

Datia Gwalior

55. CL Bottling Warehouse Near Thana Dehat,Bhander,Chungi-Naka, Datia Mp

Datia Gwalior

56. CL Storage Warehouse Manohar Police Station Road, Chachoda, Guna

Guna Gwalior

57. District Excise Office Collectorate Building Campus, A.B. Road, Guna (Mp)

Guna Gwalior

58. CL Storage Warehouse Bajrang Garh Road, Near Railway Crossing, Guna Mp

Guna Gwalior

59. CL Bottling Warehouse Near Railway Bridge, Jawaharganj, Dabra, Gwalior

Gwalior Gwalior

60. Excise Commissioner Office

Moti Mahal, Gwalior Gwalior Gwalior

61. Deputy Excise Commissioner Office

Near Railway Overbridge, Padav, Gwalior Gwalior Gwalior

62. Assistant Excise Commissioner Office

Near Railway Overbridge, Padav, Gwalior Gwalior Gwalior

63. CL Bottling Warehouse Near Vicky Factory, Jhansi Road, Gwalior Gwalior Gwalior

64. Foreign Liquor Warehouse

Sakhia Vilas, Ahead Naka Chandrabadni, Near Jhansi Road Police Station, Jhansi Road, Gwalior (Mp)

Gwalior Gwalior

65. Ms Parnod Richard Pvt. Ltd (FL-10a)

Lal Kothi, Behind Purani Chhawani Police Station, A.B. Road, Gwalior

Gwalior Gwalior

66. Ms Skol Brewery Ltd, (FL-10a)

860 Transport Nagar,A.B Road,Gwalior Gwalior Gwalior

67. Ms Parnod Richard Pvt. Ltd (FL-10b)

Lal Kothi, Behind Purani Chhawani Police Station, A.B. Road, Gwalior

Gwalior Gwalior

Page 145: hardware tender document

145

68. Distillery Gwalior Distillers Ltd., Kuleth Road, Rairu Farm, A.B. Road, Gwalior

Gwalior Gwalior

69. Hologram Numbering Unit R.T.O. Building Campus, Padav, Gwalior Gwalior Gwalior

70. CL Storage Warehouse Near Tehsil Office, Ambah, Morena Morena Gwalior

71. Brewery Unit Tripti Alco Brew Limited, 6 K.M. Distance From Banmore, Shanichara Road to Mahatoli, Morena

Morena Gwalior

72. District Excise Office Collectorate Building Campus, Station Road, Morena

Morena Gwalior

73. CL Bottling Warehouse Mall Godown Road, Morena Morena Gwalior

74. CL Bottling Warehouse M.S. Road, Near State Bank of India, Sabalgarh, Morena

Morena Gwalior

75. District Excise Office New Collectorate Building, Shivpuri Road, Sheopur

Sheopur Gwalior

76. CL Storage Warehouse Opposite Railway Station, Shivpuri Road, Sheopur

Sheopur Gwalior

77. CL Storage Warehouse Brij Kishor Gupta Ka Makan, Vijaypur, Tentra Road, Vijaypur, Sheopur

Sheopur Gwalior

78. CL Storage Warehouse Near Old Tehsil, Karera, Shivpuri Shivpuri Gwalior

79. CL Bottling Warehouse Near Bus Stand, Pichhore, Shivpuri Shivpuri Gwalior

80. District Excise Office Collectorate Building Campus, Near Polo Ground, Shivpuri

Shivpuri Gwalior

81. CL Bottling Warehouse Near Kattha Mill, A.B. Road, Shivpuri Shivpuri Gwalior

82. District Excise Office Distt Excise Office Segon Naka, Anjad Road, Barwani(M.P)

Barwani Indore

83. CL Bottling Warehouse Segon Naka, Anjad Road, Near BSNL Exchange, Barwani(M.P)

Barwani Indore

84. CL Storage Warehouse Liqour Ware House Near BSNL Exchange Khetiya, Barwani

Barwani Indore

85. CL Storage Warehouse Liquor Ware House A B Road, Sendhwa, Barwani

Barwani Indore

86. District Excise Office Mira Hostel, Amravati Road, Burhanpur Burhanpur Indore

87. CL Bottling Warehouse Dakwaki, Niyaamatpur, Burhanpur Burhanpur Indore

88. CL Storage Warehouse Mandi House,Badnawar, Dhar Dhar Indore

89. Distillery Oasis Distillery, Gram Borali, Tahsil Badnawar, Dhar

Dhar Indore

90. District Excise Office Collectorate Compound, Dhar Dhar Indore

91. CL Bottling Warehouse Purani Abkari Road, Dhar Dhar Indore

Page 146: hardware tender document

146

92. CL Storage Warehouse In Front Of Girls H.S. School, Dharmapuri,Dhar

Dhar Indore

93. CL Storage Warehouse Alirajpur Road, Dhar Dhar Indore

94. FL Bottling Unit Silver Oak Kedia Ltd., Plot No. 110, Sector-I, Pithampur, Dhar

Dhar Indore

95. CL Storage Warehouse Court Road Sardarpur, Dhar Dhar Indore

96. Distillery Great Galleon Distillery, Lebur Chowki, Gram Sejwaya, Dhar

Dhar Indore

97. Deputy Excise Commissioner Office

GG-10,Near SICA School,Scheme No:54,Vijay Nagar,Indore(M.P)

Indore Indore

98. Assistant Excise Commissioner Office

Collectorate Motitabela Indore Indore Indore

99. Brewery Unit Madhya Pradesh Beer Product Pvt. Ltd, Sector A 60/62, Sanwar Road, Indore

Indore Indore

100.Ms Bakardi Martiny India Ltd.(FL-10a)

34, United Compound, Lasudiya Mori, Dewas Naka, A.B. Road Indore

Indore Indore

101.Ms Beem Global Spriit (FL-10a)

20, United Compound, Lasudiya Mori, Dewas Naka, A.B. Road Indore

Indore Indore

102.Ms Diyageo India Pvt. Ltd (FL-10a)

Sr United Compound, Lasudiya Mori, Dewas Naka, A.B. Road Indore

Indore Indore

103.Ms Alco Brew Distillary India Ltd.(FL-10a)

80, United Compound, Lasudiya Mori, Dewas Naka, A.B. Road Indore

Indore Indore

104.Ms Khode India Ltd.(FL-10a)

5- Press Complex, A.B. Road, Indore Indore Indore

105.Ms Hsb Agro Ind. Pvt. Ltd.(FL-10a)

United Compound Packy Godam, 22 A Lasudia Mori, Dewas Naka, Indore

Indore Indore

106.Ms Champagne Indage Ltd, (FL-10a)

31, SR Compound, Lasudiya Mori, Dewas Naka, A.B. Road Indore

Indore Indore

107.Ms Ritz Wine Pvt. Ltd, (FL-10a)

Street 16 A, SR Compound, Lasudiya Mori, Dewas Naka, A.B. Road Indore

Indore Indore

108.Ms Hindustan Breweries Ltd.(FL-10a)

136, SR Compound, Lasudiya Mori, Dewas Naka, A.B. Road Indore

Indore Indore

109.Ms Sun Tan Trading India, (FL-10b)

17 Ms Shriram Dharamkanta, Dewas Naka, Indore

Indore Indore

110.CL Bottling Warehouse Warehouse Road, Siyaganj, Indore Indore Indore

111.Foreign Liquor Warehouse

Godown No.9 To 16 United Compound Dewas Naka Gram Lasudia Mori; A-B Road Indore.

Indore Indore

112.CL Bottling Warehouse 123, Simrol Road, Mhow, Indore Indore Indore

113.CL Storage Warehouse Krishi Upaj Mandi Ke Peeche, Alirajpur Alirajpur Indore

114.District Excise Office Yet to be finalized, Alirajpur Alirajpur Indore

Page 147: hardware tender document

147

115.District Excise Office Collector Building N.H.59, Jhabua Jhabua Indore

116.CL Bottling Warehouse Drp Line, Indore Ahemdabad Road, Jhabua Jhabua Indore

117.CL Storage Warehouse Petlawad Road, Block Rupegarh, Jhabua Jhabua Indore

118.District Excise Office Ganja Bhang Godown, Khandwa Khandwa Indore

119.CL Bottling Warehouse Ganja Bhang Godown, Khandwa Khandwa Indore

120.Bhang Godown Ganja Bhang Godown, Khandwa Khandwa Indore

121.CL Bottling Warehouse Old Distillery Road,Barwaha Distt-Khargone Khargone Indore

122.Distillery Agrawal Distilleries Pvt. Ltd., Village Sabalpur,Katkut Road ,Barwaha,Distt Khagone

Khargone Indore

123.District Excise Office Office Of The The District Excise Officer Kila Compound Khargone.

Khargone Indore

124.CL Bottling Warehouse Kila Parisar, Khargone Khargone Indore

125.Distillery Associated Alcohols & Breweries Ltd., Khodigram, Barwaha, Khargone

Khargone Indore

126.District Excise Office Infront Of Methodist Church, Near Bus Stand, Balaghat

Balaghat Jabalpur

127.CL Bottling Warehouse Near Kankarian Poha Mill, Baihar Road, Balaghat

Balaghat Jabalpur

128.CL Storage Warehouse Near Govt. College, Narsinghpur Road At Amarwada, Chhindwara

Chhindwara Jabalpur

129.District Excise Office Collectorate Building,Chhindwara (M.P) Chhindwara Jabalpur

130.CL Bottling Warehouse Old Bail Bazar,Chhindwara(M.P) Chhindwara Jabalpur

131.CL Storage Warehouse Ward No-9 Mutton Market, Jamai, Chhindwara

Chhindwara Jabalpur

132.CL Storage Warehouse House Of Mr Sanjay Nandlal Jain, Ward No-9, Parasia, Chhindwara (MP)

Chhindwara Jabalpur

133.CL Storage Warehouse Ward No. 14 Rajiv Gandhi Market Shopping Complex,Sausar, Chhindwara

Chhindwara Jabalpur

134.District Excise Office Collectorate Building, Dindori Dindori Jabalpur

135.CL Storage Warehouse Near Forest Rest House, Dindori Dindori Jabalpur

136.Deputy Excise Commissioner Office

Above Avtar Bar Near Russel Chowk. Dr. Barat Road-Jabalpur

Jabalpur Jabalpur

137.FL Bottling Unit M/S S.G. Distilleries Gram Pipariya Khurd, Neemkheda, Barela Road, Jabalpur

Jabalpur Jabalpur

138.Foreign Liquor Warehouse

Foreign Liquor Warehouse, Karmeta, Patan Road, Jabalpur (M.P)

Jabalpur Jabalpur

Page 148: hardware tender document

148

139.FL Bottling Unit Redson Distilleries Pvt. Ltd. Richhai, Jabalpur

Jabalpur Jabalpur

140.Assistant Excise Commissioner Office

Room No. 62,63,64 Collectorate Building Jabalpur

Jabalpur Jabalpur

141.CL Bottling Warehouse Kajarwara Ward No.60 Police Station Cantt Jabalpur

Jabalpur Jabalpur

142.CL Storage Warehouse Near Bus Stand, Sihora, Jabalpur Jabalpur Jabalpur

143.District Excise Office Old Collectorate, Katni(M.P) Katni Jabalpur

144.CL Bottling Warehouse Opposite New Collectorate Jhinjhari Katni (M.P)

Katni Jabalpur

145.District Excise Office Collectorate Colony, Mandla Mandla Jabalpur

146.CL Bottling Warehouse Infront Of Bharat Jyoti School, Mandla Mandla Jabalpur

147.CL Storage Warehouse Infront Of Samudayik Swasthya Kendra, Mandla

Mandla Jabalpur

148.CL Storage Warehouse Near Rest House, Railway Station Road, Gadarwara, Narsinghpur

Narsinghpur Jabalpur

149.CL Bottling Warehouse Near Sadar Temple, Narsinghpur Narsinghpur Jabalpur

150.District Excise Office Collectorate Building, Narsingh Bhawan, Narsinghpur

Narsinghpur Jabalpur

151.CL Storage Warehouse Infront of Bus Stand, Lakhnadaun, Seoni Seoni Jabalpur

152.CL Bottling Warehouse Near Barghat Naka Seoni, Distt. Seoni (M.P)

Seoni Jabalpur

153.District Excise Office In Front of Collectorate Building, Seoni(M.P) Seoni Jabalpur

154.District Excise Office In Front Of The Collector Office Jaithari Road Anuppur (M.P.)

Anuppur Rewa

155.CL Bottling Warehouse Near Flour Mill, Chachai Road, Anuppur Anuppur Rewa

156.Deputy Excise Commissioner Office

Shilpi Plaza Block-A.T.A.H. - 06, Rewa (M.P.)

Rewa Rewa

157.Assistant Excise Commissioner Office

Shilpi Plaza Block-A Third Floor, Rewa (M.P.)

Rewa Rewa

158.CL Bottling Warehouse Neem Chouraha, Boda Bag, Rewa (M.P.) Rewa Rewa

159.Foreign Liquor Warehouse

Nh - 7 Satna Road , Padra Rewa , Madhya Pradesh

Rewa Rewa

160.FL Bottling Unit Glasgo Distillery Ltd., Etma Kothar, Amar Patan, Satna

Satna Rewa

161.District Excise Office Joint Govt. Building Dhewari Satna Satna Rewa

162.CL Bottling Warehouse Near Galla Mandi, Satna Satna Rewa

Page 149: hardware tender document

149

163.District Excise Office District Collector Office Shahdol(M.P.) Shahdol Rewa

164.CL Bottling Warehouse Kujri Road, Balpurva, Shahdol Shahdol Rewa

165.District Excise Office Collctorate Building 1st Floor, Room No. -88, Sidhi

Sidhi Rewa

166.CL Bottling Warehouse Amaha Kotwali Road, Sidhi Sidhi Rewa

167.District Excise Office Office Place Yet To Be Finalised, Singroli Singroli Rewa

168.CL Storage Warehouse Thana Road, Tali Baidhan, District – Singroli

Sidhi Rewa

169.District Excise Office Composite Building Collectorate, Umaria Umaria Rewa

170.CL Bottling Warehouse Khalesar Road, Umaria Umaria Rewa

171.CL Storage Warehouse Bus Stand Ke Peeche, Bijawar,Chhatarpur Chhatarpur Sagar

172.District Excise Office Collectorate Ground, Chhatarpur (M.P) Chhatarpur Sagar

173.CL Bottling Warehouse Village Dhadari, P.O Mataguan, Distt. Chhatarpur

Chhatarpur Sagar

174.Brewery Unit Jagpin Brewery, Nowgong, Distt. Chhatarpur (M.P)

Chhatarpur Sagar

175.District Excise Office Joint Collectorate,Dist. Damoh Damoh Sagar

176.CL Bottling Warehouse Near Saraswati Shishu Mandir, Damoh Damoh Sagar

177.CL Storage Warehouse Near Bus Stand,Hata Distt. Damoh(M.P) Damoh Sagar

178.CL Storage Warehouse Power House Ke Peeche, Ajaygarh, Sagar, Panna

Panna Sagar

179.CL Storage Warehouse Near Old Bus Stand, Amanganj, Panna Panna Sagar

180.District Excise Office Mahendra Bhawan, Panna Panna Sagar

181.CL Bottling Warehouse Near Old Bus Stand, Panna- Katni Road, Mohan Vilas Ke Peechhe, Panna

Panna Sagar

182.CL Storage Warehouse Near Farsa Chauraha, Khurai ,Sagar Sagar Sagar

183.CL Storage Warehouse Excise Warehouse Near Bus Stand Rehli. Distt.Sagar(M.P)

Sagar Sagar

184.Deputy Excise Commissioner Office

41, Sneh Nagar, Sagar, Sagar Sagar

185.Assistant Excise Commissioner Office

Poddar Colony, Shivaji Ward, Sagar Sagar Sagar

186.CL Bottling Warehouse Ware House Road, Gopalganj Sagar(M.P) Sagar Sagar

187.Foreign Liquor Warehouse

Baheria Tiraha,Chhatarpur Road,Sagar Sagar Sagar

188.FL Bottling Unit Surya Bottling Pvt. Ltd., Baheria Tiraha, Chhatarpur Road, Sagar

Sagar Sagar

Page 150: hardware tender document

150

189.CL Storage Warehouse Verbar Tiraha, Near Petrol Pump, Jatara, Tikamgarh

Tikamgarh Sagar

190.CL Storage Warehouse Matan Mohalla, By Pass Road, Niwari, Tikamgarh

Tikamgarh Sagar

191.District Excise Office F-2, Civil Lines, Collectorate Campus, Tikamgarh

Tikamgarh Sagar

192.CL Bottling Warehouse Ambedkar Tiraha, Mhow Road, Tikamgarh Tikamgarh Sagar

193.District Excise Office Ujjain Sqaure,A.B.Road,Dewas,Distt-Dewas(MP)

Dewas Ujjain

194.CL Bottling Warehouse Indore-Dewas Road,Near Madhumilan Square,Dewas,Distt-Dewas(MP)

Dewas Ujjain

195.CL Storage Warehouse Indore-Nemawer Road,Kannoud,Distt-Dewas(MP)

Dewas Ujjain

196.CL Storage Warehouse Pathan Mohalla,Near Anand Ashram,Sonkatchh,Distt-Dewas

Dewas Ujjain

197.CL Storage Warehouse Sutar Mohalla, Garoth, Dist Mandsaur Mandsaur Ujjain

198.CL Bottling Warehouse Ratlam Road, Near I.T.C. Choupal Sagar, Mandsaur

Mandsaur Ujjain

199.District Excise Office Neemuch Road, Opposite Y.D. Nagar Police, Station, Mandsaur

Mandsaur Ujjain

200.District Excise Office Collectorate Building, Mhow Nasirabad Road, Neemuch

Neemuch Ujjain

201.CL Storage Warehouse Station Road, Neemuch Neemuch Ujjain

202.CL Storage Warehouse Sharipura, Near Post Office, Rampura, Tehsil Manasa, Neemuch

Neemuch Ujjain

203.CL Storage Warehouse Opposite Railway Satation, Pramila Gunj, Alote, Ratlam

Ratlam Ujjain

204.CL Storage Warehouse Mansapurn Hanuman Road,Opposite Church,Jaora, Dist. Ratlam

Ratlam Ujjain

205.District Excise Office Mahal Wada Ratlam(MP) Ratlam Ujjain

206.CL Bottling Warehouse Nagda Road, Near Maheshwari Protiens, Ratlam (MP)

Ratlam Ujjain

207.Distillery Ratlam Alcohol Plant, Industrial Area, Jaora Road, Ratlam

Ratlam Ujjain

208.CL Storage Warehouse Near M.P.R.T.C. Depot, Agar, Shajapur Shajapur Ujjain

209.Brewery Unit Regent Beer & Wines Ltd., Plot No. 68, Industrial Area, Maksi Road, Shajapur

Shajapur Ujjain

210.District Excise Office Bus Stand,Shajapur (MP) Shajapur Ujjain

211.CL Bottling Warehouse Village Chhota Sankota, A.B. Road, Shajapur (MP)

Shajapur Ujjain

212.CL Storage Warehouse Near Railway Station, Opposite Rokadia Hanuman Mandir, Sujalpur

Shajapur Ujjain

Page 151: hardware tender document

151

213.CL Storage Warehouse Near Bus Stand, Susner, Distt. Shajapur (MP)

Shajapur Ujjain

214.CL Storage Warehouse Near Railway Station,Badnagar, Ujjain Ujjain Ujjain

215.CL Bottling Warehouse Near Moti Kasturi School,Nagda Road,Khachrod, Ujjain

Ujjain Ujjain

216.CL Storage Warehouse Ramlila Maidan,Mahidpur, Ujjain Ujjain Ujjain

217.FL Bottling Unit Mahakal Distillary Pvt Ltd.,Village Munjakhedi Road,Narvar,Dewas Road,Ujjain

Ujjain Ujjain

218.CL Storage Warehouse Hat Maidan,Tarana, Ujjain Ujjain Ujjain

219.Deputy Excise Commissioner Office

20, Subhash Marg, Opposite Railway Station, Malgodam, Ujjain

Ujjain Ujjain

220.Assistant Excise Commissioner Office

20, Subhash Marg, Opposite Railway Station, Malgodam, Ujjain

Ujjain Ujjain

221.CL Bottling Warehouse Industrial Area Near Chakor Park Maxi Road,Ujjain

Ujjain Ujjain

222.Foreign Liquor Warehouse

Behind Hira Mill,Dacha Bhawan,Agar Road Ujjain Ujjain

223.Data Centre Requirement Pc's At Hq

NOTE :- The above list is non-exhaustive. If any site/location of the Excise Department

is not included in the above list, it will be presumed to be included and covered under the

contract.

Page 152: hardware tender document

152

Annexure 2:

REQUEST FOR CLARIFICATIONS FORM

Bid No EC-1 /2008

Bidders requiring specific points of clarification may communicate with the Competent Authority during the specified period using the following format

BIDDER’S REQUEST FOR CLARIFICATION

• Please submit your queries in excel format only (for soft copy). Date : …………

(Signature)…….......……………… Place: ………… In the capacity of: ….....................

Duly authorized to sign Bid for and on behalf of

.......................................................................

Name of the Organization submitting the Request

Name and Position of person submitting the request

Full Postal Address of the Organization including phone, fax and e-mail points of contact

Tel:

Fax:

E-Mail:

Sl.No

Bid Document Reference/ Section No

Page No Topic of Query Points of clarification required

1

2

Page 153: hardware tender document

153

Annexure 3:

BID FORM Bid No EC-1 /2008

To

The Excise Commissioner Madhya Pradesh State Excise Department Moti Mahal, Gwalior – 474007 (M.P.)

Subject: Intent to Bid Having examined the Bid Documents including Annexure, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to take up the work of providing turnkey solution towards Commissioning, Management & Maintenance of Data Centre including Managed Wide Area Network with Supply & Installation of Servers, Desktop Systems and Peripherals for Implementation for integrated computerization of Madhya Pradesh State Excise Department in conformity with the said bidding documents for the sum of Rs …..………….. (Final Bid Price in words) We undertake, if our bid is accepted, to deliver the services in System Integration, in accordance with the time schedule approved by the Competent Authority. We agree to abide by this bid for a period of 180 days after the date fixed for bid opening or for any further period for which bid validity has been extended and it shall remain binding upon us and Bid may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any bid you may receive.

Date …….... (Signature)……………........……….. Place ………… In the capacity of: ……………………

Duly authorized to sign Bid for and on behalf of

…………………………………………………….

Page 154: hardware tender document

154

Annexure 4:

PREQUALIFICATION FORM Bid No EC-1 /2008

A. Particulars of the Organization 1- Name of the organization: - _________________________________________________ 2- Address: _______________________________________________________________ Telephone No (s):_________________________________________________________ Fax No. (s):_____________________________________________________________ 3- Legal Status: ____________________________________________________________ (Attach proof) 4- Ownership: _____________________________________________________________

S.No Name of persons owning more than 5% stake in the Organization

Nationality of the Stake-Holders

Details of restrictions, if any on transfer of stake

5- in case the organization is a public sector undertaking, indicate the percentage share of Govt. holding.

6- Annual Turnover for the last 3 years:

Page 155: hardware tender document

155

De-segregated Turnover from

Sl.No Financial

Year

Total Annual Turn

Over (In Rupees)]

System Integration

Other IT Related Services

Other Areas of Operation

Note: Please attach Balance Sheet and Profit and Loss Statement during these 3 years,

duly audited by Chartered Accountant/ Statutory Auditors.

B. Particulars of the Centre/Unit associated with this project 1. Names and Address of the Centre/Unit __________________________________________ Associated with this project _____________________________________________________ __________________________________________________ 2. Address of the important offices Address 1___________________________________________________________________ Tel No ___________________________________________________ Fax Nos. __________________________________________________ Address 2__________________________________________________ Tel No ____________________________________________________ Fax Nos. ____________________________________________________ Address 3___________________________________________________ Tel No ___________________________________________________ Fax Nos. ____________________________________________________

Page 156: hardware tender document

156

3. Names, Designations, Addresses, Telephone and Fax No. of offices, as well as residences of important persons dealing with the project

Telephone and Fax No S.No Name, Designation and Address

Office Residence

Extent of Responsibility in this

Project

4. Last 3 years' Annual Turnover of the Centre/Unit Associated with the Project

S.No Financial Year

Annual Turnover

Financial value of the largest project handled during the year

Page 157: hardware tender document

157

C. Particulars of System Integration Capabilities of Organization and the Centre/Unit Dealing with this Project.

Details of OEM’s Certifications and Undertakings

S.No Names and Addresses of Centres/Units, independently engaged in System Integration work

Details of Quality Certification Name of OEM Certificate Details

Note: Please attach duly authenticated copies of the certification claimed about the Centre/unit dealing with this project.

D. Particulars of Authorization of the person signing these documents on behalf of the bidder. Name, Designation and Address of the Authorized person _____________________________________________________________ ______________________________________________________________ Name, Designation and Address of the person authorizing for signing the document.________________________________________________________________________________________________________________________________________________________________________________ 3- Details of documents showing that the persons mentioned in entry D (2) Above, is authorized to issue such an authority.___________________________ ________________________________________________________________

Page 158: hardware tender document

158

________________________________________________________________ 4- Type / form of the issued authority (Whether power of attorney/Authorization letter etc) _______________________________________________________ _______________________________________________________________ 5- Extent of liability covered under this Authority.(Give exhaustive list of liabilities covered) ________________________________________________________________________________________________________________________________ Please enclose the original authorization document Date: …….... (Signature)……………........……….. Place: in the capacity of: …………………..

Duly authorized to sign Bid for and on behalf of

……..………………………………………………

Page 159: hardware tender document

159

Annexure 5:

TECHNICAL BID COVERING LETTER

Bid No EC-1 /2008

To The Excise Commissioner Madhya Pradesh State Excise Department Moti Mahal Gwalior - 474007 Ref: Bid: Providing Turnkey Solution towards Commissioning, Management & Maintenance of Data Centre including Managed Wide Area Network with Supply & Installation of Servers, Desktop Systems and Peripherals for Implementation of Integrated Computerization System of MP State Excise Department Dear Sir, Having examined the Bid document, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide the Professional services as required and outlined in the Bid for MPED, Government of Madhya Pradesh. To meet such requirements and provide such services as required are set out in the Bid Document. We attach hereto the Bid technical response as required by the Bid Document, which constitutes our proposal. We undertake, if our proposal is accepted, we will obtain a performance security issued by a Nationalized/Scheduled bank in India, acceptable to the Competent Authority, for a sum equivalent to 10% of the total price as quoted in our commercial proposal for the due performance of the contract. We agree for unconditional acceptance of all the terms and conditions set out in the Bid Document and also agree to abide by this Bid response for a period of 180 days from the date fixed for Bid opening and it shall remain binding upon us with full force and virtue, until within this period a formal contract is prepared and executed, this Bid response, together with your written acceptance thereof in your notification of award, shall constitute a binding contract between us and the Competent Authority. We confirm that the information contained in this bid or any part thereof, including its exhibits, schedules, and other documents and instruments delivered or to be delivered to the Competent Authority is true, accurate, and complete. This proposal includes all information necessary to ensure that the statements therein do not in whole or in part mislead the Competent Authority as to any material fact. We agree that you are not bound to accept the lowest or any Bid response you may receive. We also agree that you reserve the right in absolute sense to reject all or any of the products/ service specified in the Bid response without assigning any reason whatsoever. It is hereby confirmed that I/we am/are entitled to act on behalf of our corporation/company/firm/organization and empowered to sign this document as well as such other documents, which may be required in this connection. The Technical Specifications are appended herewith. Dated this Day ___________(month)____________(Year)_______________ (Signature)

Page 160: hardware tender document

160

(In the capacity of)………………………………………………….. Duly authorized to sign the Bid Response for and on behalf of: (Name and Address of Company) Seal/Stamp of bidder Witness Signature: Witness Name: Witness Address: CERTIFICATE AS TO AUTHORISED SIGNATORIES I, certify that I am …………………………… of the …………………, and that ………………………………………………………………who has signed the above Bid is authorized to bind the corporation by authority of its governing body. Date: …….... (Signature)……………........……….. Place: ......... Name and Designation: --------------------------------

Page 161: hardware tender document

161

Annexure 6:

PERFORMANCE STATEMENT FORM Bid No EC-1 /2008

(SUMMARY PROFILES OF PROJECTS COMPLETED DURING LAST THREE

YEARS)

S No

Name, Address, Telephone Number and Fax No. of the

Organizations

Description of System Integration

Project

Value of Contract (in

Indian Rupees)

Period of Execution

Remarks

1 2 3 4 5 6

The bidder will have to attach full details of computerization projects of value more than Rs.3 crores each for System Integration and maintenance thereof in India, as Annexure to this list. The bidder shall attach completion certificates for abovementioned projects to substantiate the evidence of completion. Date: …………. (Signature)…………………. Place: …………. in the capacity of: ……………

Duly authorized to sign Bid for and on behalf of ............................................................................

Page 162: hardware tender document

162

Annexure 7:

BID SECURITY FORM

Bid No EC-1 /2008

PARTICULARS OF BID SECURITY 1. Name of the Bank ………………………………………… 2. Name, Address, Tel. No. ………………………………………… & Fax No. of Bank Branch ………………………………………… Issuing the draft ………………………………………… 3. Code No. of Bank Branch ………………………………………… 4. Code No. of signatories of ………………………………………… the security 5. Amount of Draft ………………………………………… 6. Bank Draft No. and Date ………………………………………… 7. Valid up to (give date) ………………………………………… Note: Demand Draft of Bid Security as per Clause 7.8.1 of Bid Document should be attached. Date: ………… Signature………………………. Place: ………….. In the capacity of ……………….

Duly authorized to sign Bid for and on behalf of ………………………………………………………

Page 163: hardware tender document

163

Annexure 8: TECHNICAL DEVIATION FORM

Bid No EC-1 /2008

TECHNICAL DEVIATIONS Following are the technical deviations and variations from the requirements of Computerisation Project for the MP Excise Department, Madhya Pradesh. These deviations and variations are exhaustive. Except these deviations and variations, the entire work shall be executed as per bid document.

S No

Clause No.

Page No.

Statement of Deviations and Variations

Reasons for change

Date: …….. (Signature) .........……………………. Place: ……. in the capacity of: ......................

Duly authorized to sign Bid for and on behalf of

………………………………………………

Page 164: hardware tender document

164

Annexure 9: TIME SCHEDULE FORM

Bid No EC-1 /2008

TIME SCHEDULE FOR VARIOUS TASKS

S No

Tasks

Time Duration in Weeks

Proposed Date OF Completion (Specify Weeks After The Date of Work Order ) FROM---- TO---

REMARKS

Date: …….. (Signature) .........……………………. Place: ……. in the capacity of: ......................

Duly authorized to sign Bid for and on behalf of

………………………………………………

Page 165: hardware tender document

165

Annexure 10: COMMERCIAL BID COVERING LETTER

Bid No EC-1 /2008 [Date]

To The Excise Commissioner Madhya Pradesh State Excise Department Moti Mahal Gwalior - 474007 . Ref: Bid: Providing Turnkey Solution towards Commissioning, Management & Maintenance of Data Centre including Managed Wide Area Network with Supply & Installation of Servers, Desktop Systems and Peripherals for Implementation of Integrated Computerization System of MP State Excise Department Dear Sir, Having examined the Bid Document, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to implement the project Solution for MPED, Government of Madhya Pradesh. To meet such requirements and to provide services as set out in the Bid Document following is our quotation summarizing our commercial proposal. Total Cost of Solution INR We attach hereto the Commercial Proposal as required by the Bid Document, which constitutes our proposal. We undertake, if our proposal is accepted, we will obtain a performance security in the format given in the Bid Document issued by a Nationalized/Scheduled bank in India, acceptable to the Competent Authority for a sum equivalent to 10% of the total price as quoted in our commercial proposal of the Bid Document for the due performance of the contract. We agree for unconditional acceptance of all the terms and conditions in the Bid Document and also agree to abide by this Bid response for a period of 180 days from the date fixed for Bid opening and it shall remain binding upon us, until within this period a formal contract is prepared and executed, this Bid response, together with your written acceptance thereof in your notification of award, shall constitute a binding contract between us. We confirm that the information contained in this proposal or any part thereof, including its exhibits, schedules, and other documents and instruments delivered or to be delivered to the Competent Authority is true, accurate, and complete. This proposal includes all information necessary to ensure that the statements therein do not in whole or in part mislead the Competent Authority as to any material fact. We agree that you are not bound to accept the lowest or any Bid response you may receive. We also agree that you reserve the right in absolute sense to reject all or any if the products/ service specified in the Bid response without assigning any reason whatsoever. It is hereby confirmed that I/we am/are entitled to act on behalf of our corporation/company/ firm/organization and empowered to sign this document as well as such other documents, which may be required in this connection. Dated this Day ___________(month)____________(Year)_______________

Page 166: hardware tender document

166

(Signature) (In the capacity of)……………………………

Duly authorized to sign the Bid Response for and on behalf of …………………………………………………………………..

(Name and Address of Company) Seal/Stamp of bidder Witness Signature: Witness Name: Witness Address: CERTIFICATE AS TO AUTHORISED SIGNATORIES I, certify that I am …………………………… of the …………………, and that ………………………………………………………………who has signed the above Bid is authorized to bind the corporation by authority of its governing body. Date: …….... (Signature)……………........……….. Place: .......... Name and Designation……………………….

Page 167: hardware tender document

167

Annexure 11:

COMMERCIAL DEVIATION FORM

Bid No EC-1 /2008

COMMERCIAL DEVIATIONS

Following are the commercial deviations and variations from the requirements of Computerisation Project for the MP Excise Department Madhya Pradesh. These deviations and variations are exhaustive. Except these deviations and variations, the entire work shall be executed as per Bid Document specifications. S.No Clause No.

Page No.

Statement of Deviations and Variations

Financial Effects in Rs.

Date: …….. (Signature) .........……………………. Place: ……. in the capacity of: ......................

Duly authorized to sign Bid for and on behalf of

………………………………………………

Page 168: hardware tender document

168

Annexure 12: BILL OF MATERIAL

Bid No EC-1 /2008

S.No Product Description UOM Qty.

Servers & Desktops & Power

1 DB Server (In Cluster Mode) No.s 2

2 Application Server (In Cluster Mode) No.s 2

3 Web Server No.s 2

4 Mail Server No.s 1

5 a DNS /DHCP Server No.s 1

5 b FTP Server and Backup Server No.s 1 Each

5 c Antivirus server No.s 1

5 d Proxy server No.s 1

5 e Domain Controller Server No.s 1

5 f Management Server (vendor has to quote the quantity of Servers in sync with EMS requirements)

No.s

As per actual.

5 g Staging Server No.s 3

5 h KVM Switch – 8 Port No.s 3

6 System Software Components

No.s Licence to be in sync with hardware Quoted

7 SAN No.s 1

8 SAN Switches

No.s 2

9 Tape Library (will be connected to SAN) No.s 1

10 Backup Software as per specifications No.s

11 Gateway Antivirus No.s 1

12 Desktop PC No.s 812

13 a Laser Printer Black and white Type 1 No.s 15

13 b Laser Printer Black and white Type 2 No.s 230

14 Dot Matrix Printer Nos 62

15 UPS Online 30 KVA No.s 3

16 a.1 UPS Offline 1 KVA No.s 83

16.a.2 UPS Online 1 KVA

No.s 48

131(Added)

16 b UPS Offline 2 KVA 26

16 c UPS Online 2 KVA

05

31(Added)

16 d UPS Online 3 KVA 32

16 e UPS Online 5 KVA No.s 24

17 DG SET 60 KVA No.s 1 at DC

Security and Management Products

18 a Enterprise Network Management System No.s 1

18 b Database Management System No.s 1

Page 169: hardware tender document

169

18 c Firewall No.s 2 Pairs (Each Pair of Different OEM)

18 d Mailing Solution No.s

19 Link Load balancer No.s 2

20 Server Load balancer No.s 4

21 IPS No.s 4

Active Networking Components (WAN & LAN)

22a Core Switch No.s 2

22 b Access Switch No.s 8 (For DC)

22 c Remote location LAN Switch No.s 100

23a G.703 & V.35 lease line modems 2 Mbps for DC. No.s To Be Provided by Service Provider

23 b

G.703 & V.35 lease line modems N*64 Kbps upto 2 Mbps for Remote Location (the quantity may vary as per requirement of service provider)

No. Of pairs 75

24 a Central Intranet Router (Redundant) No.s 2

24 b Central Internet Router No.s 2

24 c Intranet Router for Remote Locations No.s 206

25 Serial Link (256 Kbps) No.s 206

Structured Cabling and Passive Products

26 42 U racks (Supplying, Installation, testing and Comissioning) No.s

4 5 (Added)

27 9 U racks (Supplying, Installation, testing and Comissioning) No.s

212

28a 24 Port Patch Panel UTP (Supplying, Installation, testing and Comissioning) No.s

6 for DC

28 b 12 Port Patch Panel UTP (Supplying, Installation, testing and Comissioning)

93

29a Box (305 M) Cable UTP CAT 6 No.s 85

29b Supply, Installation, termination and laying ISI grade PVC pipe, testing and Comissioning) No.s

As per Actuals

30 a Patch Cord 7 feet No.s 850

30 b Patch Cord 3 feet No.s 850

31 I/O with GANG Box and face plate (Supplying, Installation, testing and Comissioning) No.s

850

32 Microsoft Office XP Standard Edition No.s 5 Media and 100 paper LICENCEs

33 Data Centre Components

34 Facility Management Services for Warranty Period of 5 years

Years 5

35 Facility Management Services & AMC after completion of Warranty Period for next one year

Year 1

Note: The quantity as mentioned above may vary for certain items at the time of implementation, as per the requirement of the department. For any increase or decrease, unit rate shall determine the actual payable amount.

Page 170: hardware tender document

170

Annexure 13

Bid No EC-1 /2008

Price Schedule for Item Number 1 to 33, 34, and 35 of the BOM as mentioned in Annexure 12.

S.No Item No Price In Indian

Rupees (In Figures) Price In Indian

Rupees (In Words)

1 Lumpsum Amount for Item

1 to 33

2 For Item No. 34

Total (S. No 1 and 2)

3 For Item No. 35

Note: (i) Bid Value will be the sum of S. No. 1 and 2 (Item No. 1 to 33 and 34). (ii) S. No. 3 (Item No. 35) is an optional item and its value will not be taken for the evaluation of Bid.

Date: ………. (Signature) .........……………..…………. Place: ……. in the capacity of: ………......................

Duly authorized to sign Bid for and on behalf of

………………………………………………

Page 171: hardware tender document

171

Annexure 14:

Bid No EC-1 /2008

Item Wise Price Schedule

S.No Product Description UOM Qty. Make Model Rate Per Unit

(in Indian Rupee)

Servers & Desktops & Power

1 DB Server (In Cluster Mode) No.s 2

2 Application Server (In Cluster Mode) No.s 2

3 Web Server No.s 2

4 Mail Server No.s 1

5 a DNS /DHCP Server No.s 1

5 b FTP Server and Backup Server No.s 1 Each

5 c Antivirus server No.s 1

5 d Proxy server No.s 1

5 e Domain Controller Server No.s 1

5 f Management Server (vendor has to quote the quatity of Servers in sync with EMS requirements)

No.s As per actual.

5 g Staging Server No.s 3

5 h KVM Switch – 8 Port No.s 3

6

System Software Components

No.s

LICENCE to be in sync with hardware Quoted

7 SAN No.s 1

8 SAN Switches

No.s 2

9 Tape Library (will be connected to SAN) No.s 1

10 Backup Software as per specifications No.s

11 Gateway Antivirus No.s 1

12 Desktop PC No.s 812

13 a Laser Printer Black and white Type 1 No.s 15

13 b Laser Printer Black and white Type 2 No.s 230

14 Dot Matrix Printer Nos 62

15 UPS Online 30 KVA No.s 3

16 a.1 UPS Offline 1 KVA No.s 83

16.a.2 UPS Online 1 KVA

No.s

48 131

(Added)

16 b UPS Offline 2 KVA 26

16 c UPS Online 2 KVA

05 31

(Added)

Page 172: hardware tender document

172

16 d UPS Online 3 KVA 32

16 e UPS Online 5 KVA No.s 24

17 DG SET 60 KVA No.s 1 at DC

Security and Management Products

18 a Enterprise Network Management System No.s

1

18 b Database Management System No.s 1

18 c

Firewall

No.s

2 Pairs (Each Pair of Different OEM)

18 d Mailing Solution No.s

19 Link Load balancer No.s 2

20 Server Load balancer No.s 4

21 IPS No.s 4

Active Networking Components (WAN & LAN)

22a Core Switch No.s 2

22 b Access Switch

No.s 8 (For DC)

22 c Remote location LAN Switch No.s 100

23a

G.703 & V.35 lease line modems 2 Mbps for DC.

No.s

To Be Provided

by Service Provider

23 b

G.703 & V.35 lease line modems N*64 Kbps upto 2 Mbps for Remote Location (the quantity may vary as per requirement of service provider)

No of Pairs 75

24 a Central Intranet Router (Redundant) No.s 2

24 b Central Internet Router No.s 2

24 c Intranet Router for Remote Locations No.s 206

25 Serial Link (256 Kbps) No.s 206

Structured Cabling and Passive Products

26 42 U racks (Supplying, Installation, testing and Comissioning)

No.s

4 5

(Added)

27 9 U racks (Supplying, Installation, testing and Comissioning) No.s

212

28a 24 Port Patch Panel UTP (Supplying, Installation, testing and Comissioning) No.s

6 for DC

28 b 12 Port Patch Panel UTP (Supplying, Installation, testing and Comissioning)

93

29a Box (305 M) Cable UTP CAT 6 No.s 85

29b Supply, Installation, termination and laying ISI grade PVC pipe, testing and No.s

As per Actuals

Page 173: hardware tender document

173

Comissioning)

30 a Patch Cord 7 feet No.s 850

30 b Patch Cord 3 feet No.s 850

31 I/O with GANG Box and face plate (Supplying, Installation, testing and Comissioning)

850

32

Microsoft Office XP Standard Edition

No.s

5 Media & 100 paper

LICENCEs

33 Data Centre Components

34 Facility Management Services for Warranty Period of 5 years

Years 5

35 Facility Management Services & AMC after completion of Warranty Period for next one year

Year 1

Date: …….. (Signature) .........……………………. Place: ……. in the capacity of: ......................

Duly authorized to sign Bid for and on behalf of

………………………………………………

Page 174: hardware tender document

174

Annexure 15

Bid No EC-1 /2008 Format for Furnishing the Roles & Responsibilities in case of consortium

Roles & Responsibilities

Lead Bidder Consortium Partner 1 Consortium Partner 2

Part / Activities (As per Scope of Work in Section

IV)

Project Part 1

Activity 1

Activity 2

Etc....

Project Part 2

Activity 1

Activity 2

Etc....

Project Part 3

Activity 1

Activity 2

Etc....

Project Part 3

Activity 1

Activity 2

Etc....

Project Part 3

Activity 1

Activity 2

Etc....

Project Part 4

Activity 1

Activity 2

Etc....

Date: …….. (Signature) .........……………………. Place: ……. in the capacity of: ......................

Duly authorized to sign Bid for and on behalf of

………………………………………………

Page 175: hardware tender document

175

Annexure 16

Bid No EC-1 /2008

Format for List of Computer Professionals

Name Designation Roles &

Responsibilities

Exp. (in yrs)

Note: In case of consortium list of professionals should be of prime bidder only.

Date: …….. (Signature) .........……………………. Place: ……. in the capacity of: ......................

Duly authorized to sign Bid for and on behalf of

………………………………………………