hardware tender document
TRANSCRIPT
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.)
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.
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
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
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
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
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.
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
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
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.
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
12
Symbolic block digram for MPED
Internet
Firewall (Different
Make )
+IPS
Public Zone
Intranet Router
De-Militarized Zone
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
13
Militarized Zone
Appln.
Servers
DB
Servers Backup
Servers
Staging
Servers
SAN
FC switchFC switch
LAN users at DC
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
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.
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
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
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
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.
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.
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.
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
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
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
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
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
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
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
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
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
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
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.
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.
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.
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)
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
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
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
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:
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
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.
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)
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.
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
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
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.
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
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.
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
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
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.
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.
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.
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.
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.
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
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
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
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
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.
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,
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
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
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
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)
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
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.
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
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…
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.
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.
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.
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.
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.
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.
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.
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
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
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.
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
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
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
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.
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.
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.
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.
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.
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)
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
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.
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
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
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.
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
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.
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
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.
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.
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.
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.
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.
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
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.
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)
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).
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.
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.
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.
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.
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.
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
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.
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
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
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
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
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.
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.
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.
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
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
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.
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
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
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
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)
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
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
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.
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.
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.
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”.
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.
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
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;
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.
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):
_____________________________________________________________________
_____________________________________________________________________
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.
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.
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
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.
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
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
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
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
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
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
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
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
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
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.
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
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
…………………………………………………….
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:
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. ____________________________________________________
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
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.___________________________ ________________________________________________________________
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
……..………………………………………………
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)
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: --------------------------------
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 ............................................................................
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 ………………………………………………………
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
………………………………………………
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
………………………………………………
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)_______________
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……………………….
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
………………………………………………
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
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.
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
………………………………………………
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)
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
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
………………………………………………
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
………………………………………………
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
………………………………………………