request for proposal - gujarat informatics limited · 2014-01-13 · request for proposal for up...

51
  Request for Proposal for Up Gradation and Operation & Management of existing Physical Infrastructure& related components of Gujarat State Data Centre Government of Gujarat (January, 2014) Tender no: SW09012014035 Bid Processing fees: Rs. 10,000/- Gujarat Informatics Ltd Block no. 1, 8 th floor, Udhyog Bhavan, Sector-11, Gandhinagar-382017, Gujarat Ph No. 23259232, 23259223 Fax: 23238925. Email: [email protected] www.gil.gujarat.gov.com Date of Pre-Bid Meeting: 23 rd Jan, 2014 at 1500 hrs. Last date for submission of Online Bids (Online): 3rd Feb, 2014 up to 1500 hrs Date of opening of Technical bids: 4th Feb, 2014 at 1600 hrs.

Upload: votuong

Post on 17-Jul-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

 

 

Request for Proposal for

Up Gradation and Operation & Management

of existing Physical Infrastructure& related

components of

Gujarat State Data Centre

Government of Gujarat

(January, 2014)

Tender no: SW09012014035

Bid Processing fees: Rs. 10,000/-

Gujarat Informatics Ltd

Block no. 1, 8th floor, Udhyog Bhavan, Sector-11, Gandhinagar-382017, Gujarat

Ph No. 23259232, 23259223 Fax: 23238925. Email: [email protected]

www.gil.gujarat.gov.com

Date of Pre-Bid Meeting: 23rd Jan, 2014 at 1500 hrs. Last date for submission of Online Bids (Online): 3rd Feb, 2014 up to 1500 hrs

Date of opening of Technical bids: 4th Feb, 2014 at 1600 hrs.

 

RFP for Physical Infrastructure of GSDC  Page 2 

 

Table of Content

Sr. No.

Details Page No.

1 Executive Summary

4

2 Invitation to Bid

2.1 Issuer 2.2 Issuer and Address for Bid Submission & Correspondence 2.3 About the RFP document 2.4 Key events and Dates 

5

3 Eligibility Criteria

8

4 Scope of Work

4.1 Scope of Work for GSDC Physical Infrastructure 4.1.1 Physical Infrastructure Management and Maintenance Services 4.1.2 Documentation Requirements 4.1.3 Training Requirements 4.1.4 Visitor Management System 4.2 Period of Contract 

11

5 Gujarat State Data Centre Layout

5.1 Layout of the Data Centre

18

6 Physical Components

6.1 Power Availability 6.2 Temperature Requirements 6.3 Relative Humidity (RH) requirements 6.4 Precision Air Conditioning 6.5 CCTV Systems 6.6 Access Control System 6.7 Water Leak Detection System 6.8 Intrusion Alarm System 6.9 Pest Repellant System 6.10 Public Address System 6.11 Fire Detection & Alarm System 6.12 Gas based Fire Suppression System 6.13  Comfort Air Conditioning System for other areas 6.14 Civil & Electrical Work 6.15 Building Management System 6.16 MIS Reporting 

19

7 Service Level Agreement

7.1 Physical Infrastructure related SLA 7.2 Civil Work & Minor Work Related SLA 7.3 Fire Suppression System SLA 7.4 MIS reporting related SLA 7.5 IT Infrastructure Related Service Levels

22

 

RFP for Physical Infrastructure of GSDC  Page 3 

 

8 Helpdesk Support services

8.1 Help Desk Support Services for Data Centre Facilities

30

9 Periodic Facilities Audit 32

10 Maintenance Schedule of IT and non- IT components 33

11 Asset Details 35

12 Instructions to the Bidders

12.1 Authentication to Bids 12.2Validation if interlineations in Bid 12.3 Cost of bidding 12.4 Bid Prices 12.5 Firm Prices 12.6 Bid Currencies 12.7 Bid Security 12.8 Bid Validity Period 12.9 Withdrawal of Bids 12.10 Opening of Bids 12.11 Evaluation of Financial Bids 12.12 Contacting the State Implementation Agency 12.13 Exit Management     12.13.1 Exit Management Purpose     12.13.2 Transfer of Assets     12.13.3 Cooperation and Provision of Information 12.14 Confidential Information, Security and Data 

12.15 Employees 12.16 Rights of Access to Information 12.17 Exit Management Plan 12.18 Performance Bank Guarantee 12.19 Change Orders  12.20 Suspension 12.21 Termination 12.22 Force Majeure  12.23 Payments in case of Force Majeure  12.24 Limitation of Liability 12.25 Resolution of Disputes   12.26 Taxes and Duties  12.27 Legal Jurisdiction  12.28 Binding Clause 12.29 Notice

38

13 Technical Evaluation 48

14 Financial Bid Format 50

 

RFP for Physical Infrastructure of GSDC  Page 4 

 

SECTION 1 – Executive Summary

Department of Science & Technology (Govt. of Gujarat) has established Gujarat State Data Centre i.e. GSDC under National eGovernance Plan (NeGP) of Govt. of India. The State Data Center (SDC) provides the infrastructure required for consolidating the databases from the blocks and for providing online services to citizens at villages / urban. The State Data Centre is equipped with IT infrastructure such as firewall service, directory service, web service, database service, portal, integration, management and data storage services, which would be a shared infrastructure to all the departments of Government of Gujarat, who are utilizing the State Data Centre. The State Data Centre is a Tier 2 Data Centre with an uptime of 99.741%. The Gujarat State Data Centre is being managed by a Composite Team comprising of Technical Personnel from National Informatics Centre and Gujarat Informatics Limited. The Composite Team, manages the GSDC on behalf of the Department of Science and Technology. The bidder has to report to the Composite Team for day-to-day activities and all the activities of the bidder are subject to be monitored by the Composite Team.

In this context, the work of IT infrastructure of Gujarat SDC has been awarded to M/s Wipro Limited, whereas the work of physical infrastructure is managed by M/s (n) Code Solutions (A Division of Gujarat Narmada Valley Fertilizer Corporation Ltd.), after the approval of state government and accordingly an agreement to this effect has been signed between the Agencies and Government of Gujarat (GoG).

This document is a Request for Proposal (RFP) for bidders to quote for the AMC (Annual Maintenance Contract) and Operation & Management of State Data Centres (SDC). The successful Bidder shall do the AMC and Operation & Management of State Data Centre (SDC) as per the specifications and the specified scope of work.

The project period for the AMC and Operation & Management of State Data Centre will be from 01.07.2014 to 30.09.2015.

 

RFP for Physical Infrastructure of GSDC  Page 5 

 

SECTION 2 – Invitation to Bid

The invitation to Bid is for “Up-gradation and Operation & Management of Physical Infrastructure of Gujarat State Data Centre”, for the duration of the project as mentioned in Section I.

The Bidders are advised to study the tender document carefully. Submission of Bids shall be deemed to have been done after careful study and examination of the tender document with full understanding of its implications. This section provides general information about the Issuer (i.e. State Nodal Agency/ SIA), important dates and addresses and the overall eligibility criteria for the Bidders.

2.1 Issuer

Gujarat Informatics Limited (GIL) – herein after referred to as SIA (State Implementation Agency)invites proposals on behalf of Department of Science and Technology (DST), Government of Gujarat (GoG), for “Up-gradation and Operation & Management of Physical Infrastructure of the Gujarat State Data Centre as per the scope of the Bid”.

2.2 Issuer and Address for Correspondence

Director (e-Governance) ,

Gujarat Informatics Limited

Block No.1, 8th Floor,

Udyog Bhavan, Sector-11

Gandhinagar-382010

E-Mail: [email protected]

Note: The bid must be submitted online on www.gil.nprocure.com

2.3 About the RFP Document

The Request for Proposal (RFP) document consists of different sections:

Section 1 – Executive Summary

Section 2 – Invitation to Bid

Section 3 – Eligibility Criteria

Section 4 – Scope of Work

Section 5 – GSDC Layout

Section 6- Physical Components

 

RFP for Physical Infrastructure of GSDC  Page 6 

 

Section 7 – Service Level Agreement

Section 8 – Help Desk Support Service

Section 9 – Periodic Facility Audits

Section 10 – Maintenance Schedule of the IT & Non-IT Components of the State Data Centre

Section 11 – Asset Details

Section 12 – Instructions to Bidders

Section 13 – Annexure

2.4 Key Events & Dates

Sr. No.

Information Details

1. Last date for submission of written queries for clarifications on [email protected]

18th January, 2014 up to 1500 hrs.

2. Date and time for Pre bid conference

23rd January, 2014 at 1500 hrs.

3. Last date and time for submission of EMD & Bid Processing fees in GIL (physically)

3rd February, 2014 upto 1500 hrs.

4. Last date and time for submission of bids

3rd February, 2014 upto 1500 hrs.

(online on www.gil.nprocure.com)

5. Date and time for opening of Bids

4th February, 2014 at 1600 hrs.

6. Earnest Money Deposit

(EMD)

25,00,000/-

7. Place for submission of EMD & bid processing fee, EMD, pre-bid meeting and opening of Bids

Conference Room,

Gujarat Informatics Ltd.

Block No. 1, 8th Floor,

Udhyog Bhavan, Gandhinagar

8. Place, date and time for technical Presentation

Will be intimated later

 

RFP for Physical Infrastructure of GSDC  Page 7 

 

9. Contact person for queries Dr. Neeta Shah

Director (e-Governance),

Gujarat Informatics Limited

10. Address for communication Director (e-Governance),

Gujarat Informatics Ltd.

Block No. 1, 8th Floor,

Udyog Bhavan, Gandhinagar

E-mail: [email protected]

Phone: 91-79-23259223

Fax: 91-79-23238925

11. Place, date and time for opening of financial/commercial bids

The place, date and time for opening of financial/commercial proposal will be given to the technically qualified bidders later on.

12. Bid validity 180 days

Any proposal received by the State after the deadline for submission of proposal mentioned in Section 2.4 above will be rejected and returned unopened to the Bidder. The SIA shall not be responsible for any postal delay or non-receipt/ non-delivery of the documents. No further correspondence on the subject will be entertained after the expiry of the dates mentioned in Section 2.4.

  

RFP for Gujarat State Data Centre  Page 8  

SECTION 3 – Eligibility Criteria

The Bidder must possess the requisite experience, strength and capabilities in providing the services necessary to meet the requirements as described in the RFP document. Keeping in view the complexity & volume of the work involved. The Bidder must also possess the Technical know-how and the Financial wherewithal that would be required to successfully provide the required support services sought by the State. The Bids must be complete in all respect and shall cover the entire scope of work as stipulated in the tender document. The invitation to Bid is open to all Bidders who qualify the eligibility criteria as given below:

S. No. Clause Documents required

1 The Bids shall be submitted by only the Bidder; no consortium is allowed in this Bid

Declaration in this regard needs to be submitted

2 The Bidder shall have positive net worth of at least INR 50 Crores as on 31st March 2013, and shall have a positive net worth in each of the following years 2010-2011, 2011-2012, and 2012-2013

A certified document by the Chartered Accountant stating the net worth and average annual turnover of the Bidder

3 The Bidder’s annual turnover shall be at least INR 100 Crores in each of the last three financial years viz; 2010-2011, 2011-2012, and 2012-2013or cummulative of Rs. 300 Crores in last three years)

Copy of audited profit and loss account/balance sheet/annual report of the last three financial years viz 2010-2011, 2011-2012, and 2012-2013 along with CA Certificate

4 (a) The Bidder shall be an established Information Technology company registered under the Companies Act, 1956 and in operation for at least 5 years as on 31.03.2013 and shall have their registered offices in India. (b) The company must be registered with appropriate authorities for all applicable statutory duties/taxes

Valid documentary proof of: Certificate of incorporation Certificate of Commencement Certificate consequent to change of name, if applicable Valid documentary proof of: Central Sales Tax/VAT number Service Tax registration number Income Tax registration/PAN number Income Tax returns for the Financial years 2010-2011, 2011-2012, and 2012-2013

  

RFP for Gujarat State Data Centre  Page 9  

S. No. Clause Documents required

5 Bidder shall have experience of supply, installation, commissioning and annual maintenance services for IT and/or Data Centre and shall have been in the business for a period exceeding three years as on 31.03.2013

Work Orders confirming year and area of activity

Memorandum and Articles of Associations

Relevant legal documentation confirming the acquisition/merger, if any

6 The Bidder must have ISO 9001:2000 certification for system integration or sale, design and development, testing and implementation of Data Center products and solutions

Valid Copy of the Certification stating the location and the scope of the certification

7 The Bidder must have on their roll at least 100 Technically qualified professionals with combination in the following fields (Data Centre Physical Infrastructure Management, Data Centre Commissioning, Building Management System, Servers , Storage , Network & Security ) as on 31.03.2013

Certificate from Bidder’s HR Department for the number of Technically qualified professionals employed by the company with their skill set

8 The Bidder must have implemented/ commissioned at least one Data Centre in India as on 31.03.2013

(The Bidder who must have at least done installation, configuration, Operation & Management of Physical & IT infrastructure of any Data Centre shall be considered)

Work Orders confirming year and area of activity

Valid Work Order and Certificate from the Client in case implementation/ commissioning in Client Data Centre

OR

Declaration from the Company Secretary for providing services to their own Data Centre or for providing services to the customers

Client certificate confirming the services they are getting from the Bidders Data Centre

1.1.1

  

RFP for Gujarat State Data Centre  Page 10  

S. No. Clause Documents required

10 The Bidder shall not be under a Declaration of Ineligibility for corrupt or fraudulent practices or blacklisted with any of the Central / State Government agencies.

Declaration in this regard by the authorized signatory of the Bidder

11 The Bidder shall provide an undertaking that they or their allied agencies/ Subsidiaries are not working as a Consultant / Third Party Auditor in the Gujarat State Data Centre

Declaration in this regard by the authorized signatory of the Bidder

The Bidder has to ensure that while submission of the Bids, all the pages of the Bids are signed by the competent authority / authorized signatory and also all the pages are numbered and properly indexed. If any of the Bids is found to be without proper signature, page numbers and index, it will be liable for rejection.

  

RFP for Gujarat State Data Centre  Page 11  

SECTION 4 - Scope of Work

4.1 Scope of Work for GSDC Physical Infrastructure

The bidder will provide the following components and services under the scope of Supply, Installation/Commissioning, Up-gradation and Operations & Management services, enabling smooth and uninterrupted operations of Gujarat State Data Centre at Gandhinagar situated at following location:

Gujarat State Data Centre

Ground Floor, Statistical Bureau Premises,

Near Police Bhavan, Sector 18,

Gandhinagar – 382018.

4.1.1 Physical Infrastructure Components Supply/Management and Maintenance Services

Supply, commissioning, operation and maintenance of Building Management System.

Proactive monitoring of the entire Physical infrastructure installed at the SDC through Building Management Software.

Round the clock Physical security of the Data Centre. Management of Physical Access to the Data Centre as per the policies set by the

Department of Science and Technology. Monitoring, recording and reporting usual and unusual movements in and around

the Data Centre. Material inward/ outward control as per policies set by the Department of Science

and Technology. Monitoring and managing safety and surveillance equipments like CCTV, Access

Control, Fire detection and Suppression etc. Issuing access control as per approval from the Department of Science and

Technology. Reporting incidents to the Department of Science and Technology. Co-ordinate with respective Trusted personnel and communicate with Authorized

maintenance personnel for various utilities at the Data Centre as required. Manage and monitor Diesel level/ requirements at its full capacity of the DG Set

Prevent the contamination of diesel by diesel bug or any other microorganisms. Ensure the availability of consumables as required for the physical security of the

Data Centre. Cleaning the Data Centre twice a day to maintain dust-free environment inside the

Data Centre.

  

RFP for Gujarat State Data Centre  Page 12  

Vendor Co-ordination for various Infrastructure components of the Data Centre. The bidder shall also provide duty list for each month, random checklist. The bidder shall submit bills with detailed attendance of each personnel deployed

for SDC work. The bidder shall meet the SLAs as mentioned in detail in coming section. The bidder shall install a mechanism which will generate logs for diesel consumed

through the use of tamper proof automatic measurement. Up-gradation of required systems/ subsystems (like intelligent racks etc.) and

check compatibility with current systems/ subsystems. The bidder must maintain N+1 redundancy for all existing and new

systems/subsystems. Temperature and Humidity should be measured at Rack Level, as well as at

floor/room area level. Necessary sensors for monitoring temperature at the Rack level may be supplied by the bidder.

Bidder must keep atleast 2 FM-200 Cylinder as a Backup, so as to meet emergency requirements.

CCTV footage is to be kept to meet legal, regulatory, ISO Policies compliance requirements. The record retention period shall be as per SDC policies.(Policies shall be provided on request)

The bidder shall have to stock and provide adequate onsite and offsite spare parts and components to ensure SLAs are met for entire contract period. The bidder must keep all civil and electrical components (like Tiles, Industrial sockets, cables etc.) as a Backup, so that, it can be immediately replaced at the time of failure.

The bidder should ensure high availability for power on 24x7x365 basis and should maintain all the systems/subsystems for power availability.

Ensure availability of the SDC Infrastructure including but not limited to Power, Cooling, CCTV, Access Control, Intelligent Racks, Fire detection and suppression systems, Rodent Repellent systems, Water leak Detection Systems and other components included as part of physical Infrastructure related services.

Proactive and reactive maintenance, repair and replacement of defective components (IT and Non-IT/ Hardware and Software) related to Physical Infrastructure systems and sub-systems. The cost of repair and replacement shall be borne by the selected bidder.

The selected bidder shall have back-to-back arrangement with the OEMs and shall provide a copy of the service level agreement signed with respective OEMs.

The Bidder shall maintain documentation for installation, testing, commissioning of any system/sub-systems that is installed or upgraded. Detailed Documentation requirements are mentioned in section 4.1.2.

Acceptance test shall be carried out for any system that is installed and/or upgraded.

  

RFP for Gujarat State Data Centre  Page 13  

The bidder shall carry out comprehensive fire drills as per Policy/Guidelines specified by DST and submit drill report DST/GIL on regular intervals.

Bidder shall record all the incidents/issues related to physical infrastructure services, security, systems and Sub-systems in the SDC Helpdesk.

The bidder shall carry out Risk assessment of the Physical Infrastructure as per Policy/Guidelines specified by DST and provide a Risk Assessment report including recommendations.

The bidder shall provide training to resources deployed at SDC periodically. Detailed training requirements are mentioned in the section 4.1.3.

The bidder shall carry out current state assessment on an annual basis to determine the state of all the components installed and maintained, on completion the bidder shall submit a recommendation/up gradation report.

Full compliance to all SDC policies, procedures, processes, guidelines, Government- Acts, Rules & Regulations, etc. The bidder shall provide full compliance/adherence of all activities performed by him/her, to the aforementioned statutes, without any additional cost to GSDC.

The SIA reserves full right to change this scope of work at any given point of time. As and when such changes are made to the scope, the same will be intimated to the bidder.

4.1.2 Documentation Requirements

All Documents to be submitted / maintained by the bidder shall be in accordance with the ISO Policies defined by DST.

The bidder shall agree to a comprehensive SLA Measurement Methodology, to be developed jointly with Department of Science & Technology and SDC’s Third Party Auditor. The SLA Methodology will be the standard reference document for the measurement of the SLAs.

The bidder shall submit documentation for all new components installed/upgraded by them that includes (but not limited to) original delivery notes, original OEM manuals, system configuration documentation, layout plans, Rack layout, cabling system layout, line diagram etc.

The bidder shall also maintain and submit to DST the current Standard Operating procedure documents for all the components/sub-components being maintained as part of Physical Infrastructure services.

The bidder shall submit system generated SLA compliance reports generating from Building Management System for all the defined SLAs.

4.1.3 Training Requirements

The bidder shall give physical security awareness training to the resources deployed at SDC on a periodical basis, covering vulnerable areas of the SDC premises.

The bidder shall provide fire awareness training to members of DST/GIL/Composite Team on a periodical basis and maintain awareness documentation, flyers etc.

  

RFP for Gujarat State Data Centre  Page 14  

All the training materials shall be provided by the bidder. The bidder shall provide training to members of DST/GIL/Composite Team

regarding implementation, operations and management and other aspects or as decided by Government of Gujarat.

The training shall cover all Components & sub-systems(including but not limited to the following) maintained by the DCO:

o Overview of Non-IT Components o Electrical Distribution System o DG systems and Operations o UPS systems and Operations o PAC systems and Operations o Security Systems and Operations o Fire & Smoke –Detection & Suppression Systems & Operations o BMS systems, configuration and Operations o RRS , WLDS, ACS and its Operations

4.1.4 Visitor Management system

The security requirements of the Data Center and infrastructure are challenging and growing increasingly. Visitors shall be screened, registered, signed in quickly and allowed to visit only relevant areas through integration with access control areas integrated with access control devices. These challenges of the visitor management and lobby management activities are seamlessly and efficient managed by Visitor Management system.

The activities shall include:

Provision for storage and use of computerized photo of the visitors Each pass has necessary details of the visitor List of Visitor inside the premises, whenever, required Extensive query support Duration of stay of each visitors Generate a report of all visitors visited in past without delays Details of visitors vehicles like type and registration number Data backup facility Data is stored using latest compression techniques Regular reporting through system generated reports of all Access logs /User

visits / Suspicious or Untoward activity in the premises & surrounding areas of the Data Centre.

  

RFP for Gujarat State Data Centre  Page 15  

For requirement of all above mentioned work, the bidder is required to deploy personnel as per following table:

For Data Centre at Gandhinagar

Sr. No. Description Person Remarks

A PSO(Physical Security Officer/ Supervisor) with Technical Background

4 4 Personnel for GoG Office Hours (per shift one person, One Backup in case of leave arrangement)

B Technical Assistant / Electrician

3 1 Person per shift for maintenance and management of all electronics systems and electrification.

C Security Guard for SDC and NOC

6 Per shift two person

D House Keeping (Office Peon)

2 Person during office hours

Qualifications and Experience of Persons:

PSO (Physical Security Officer) for operations of control room which includes CCTV, ACS, PRS, WLDS, FAS, FSS and other technical components required for smooth functioning of the Data Centre.

Qualification:

Minimum having Diploma in Technical holder Electronics/ Instrumentation/ Computer background, as he would have to handle highly technical components of the Data Centre.

Experience:

Preferably ex-serviceman from Indian Army/ Navy/ Air force or Armed Forces, Para Military forces or State Policeman.

Must be from Technical/ Electronics/ Instrumentation background.

Must have put-in at-least 10 years of services.

Good communication skills to be able to interact with vendors.

  

RFP for Gujarat State Data Centre  Page 16  

Physically fit and not suffering from any diseases which might affect his working.

A working knowledge of computers would enable him to operate the systems as well as prepare any documentation reports etc. As required by the job from time to time.

Must have worked in shifts earlier as well as willing to work in shifts.

Technical Assistant/ Electrical Assistant

Qualification:

Minimum having Diploma/ITI Electrical OR Electrical Supervisor having training in electrical activities.

Experience:

Regular maintenance and daily checkup of DG Set. Transformer and LT switch gear checkup and meter readings. Lighting Maintenance.

Security Guard having Gun license

Qualification & Experience:

Preferably ex-serviceman from Indian Army/Navy/Air force or Armed Forces, Para Military forces or State Policeman.

Good communication skills to be able to interact with visitors of all types. Physically fit and not suffering from any diseases which might affect his working. Should be able to maintain In and Out Man / Machine / Material Movement as

per laid down procedure and policy. Should physically frisk each and every individual and allow to carry only

permitted materials/ equipment’s inside Data Centre as per policy/ guidelines.

Office Peon

Experience:

For cleaning the Data Centre twice a day to maintain dust-free environment inside the Data Centre.

Should be able to use the vacuum cleaner/ blower and its applicability in the Data Centre and its equipments.

Should be able to operate & manage the items, equipments, materials required for cleaning a 2500 sq. feet facility twice a day.

  

RFP for Gujarat State Data Centre  Page 17  

4.2 Period of Contract

Period of contract for the bidder for the Up-gradation and Operation & Management of Gujarat State Data Centre as per scope of work given in this document is as below:

Period of O&M Work Shift Timing

01/07/2014 to 30/09/2015 Single 10:00 AM to 6:00 PM

01/01/2014 to 30/09/2015 Three 07:00 AM to 03:00 PM

03:00 PM to 11:00 PM

11:00 PM to 7:00 AM

Work on 24x7x365 basis

  

RFP for Gujarat State Data Centre  Page 18  

SECTION 5 - GSDC Layout

5.1 Layout of the Data Centre

Gujarat State Data center is divided into an IT and an Non- IT area which is a total of more than 7000 sq. feet, which comprises of Server farm Area, NOC Room, Staging and Storage Area, UPS and Electrical Room, Batteries Room, BMS Control Room and Helpdesk, Reception and Security Area, and others like DG sets etc.

The IT area of the Gujarat State Data Centre is of 2500 sq. feet and the Non-IT area is of 4500 sq. feet.

  

RFP for Gujarat State Data Centre  Page 19  

SECTION 6 - Physical Components

6.1 Power Availability

Reliability on electrical power can affect operations of the State Data Centre. Uninterrupted Power Supplies (UPS) are used to support the load of the critical components of the Data Centre for periods of failure of the electrical power.

The UPS system should assure the Data Centre equipment with continuous power at a solution uptime of 99.49% and with redundancy available up to the load end.

The diesel generator sets (DG sets) are also in a redundancy mode.

6.2Temperature Requirements

The environment inside the SDC needs to be continuously maintained at 20 +- 2 degree centigrade. It is advised that the temperature and humidity be controlled at desired levels. The necessary alarms for variation in temperatures is to be monitored on a 24x7 basis and logged for providing reports.

6.3 Relative Humidity (RH) requirements

Ambient RH levels needs to be maintained at 50% +- 5 non-condensing. Humidity sensors are to be monitored. The necessary alarms for variation in RH has to be monitored on a 24x7 basis and logged for providing reports.

6.4 Precision Air Conditioning

PAC provides sensible cooling capacities at design ambient temperature &humidity with adequate airflow. The PAC should be effectively monitored.

6.5 CCTV System

The Critical area of the Data Centre along with the Non Critical area needs to be under constant video surveillance. The primary objective of a CCTV system is to ensure effective surveillance of the area and also create a record for post event analysis. The CCTV system should provide an on-line display of video images on monitor. The entire setup should be monitored from the control room as well as from NOC on 24x7 basis.

  

RFP for Gujarat State Data Centre  Page 20  

6.6 Access Control System

The objective of the Access Control System is of allowing entry and exit to and from the premises to authorized personnel only with controller to BMS server interface. Access control are provided for doors. These doors are with electric locks, and operate on fail-safe principle. The lock remains unlocked in the event of a fire alarm or in the event of a power failure. 6.7 Water Leak Detection System

The water leak detector is to detect any seepage of water into the critical area and alert the Security Control Room for such leakage. It consists of water leak detection cable and an alarm module.

6.8 Intrusion Alarm System

The common alarm panel is for checking the healthiness of all systems, which are at Data Centre.

6.9 Pest Repellent System

The entry of Rodents and other unwanted pests shall be controlled using non-chemical, non-toxic devices. However periodic pest control using Chemical spray can be done once in 3 months as a contingency measure to effectively fight the pest menace.

6.10 Public Address System

Making public announcement from the Security Control Room and Facility Manager’s room. Clear and crisp announcement should reach to the entire Facility area.

6.11 Fire Detection and Alarm System

Fire can have disastrous consequences and affect operations of a Data Centre. The early detection of fire and employing means for automatic suppression of the fire is important for effective functioning of a Data Centre.

6.12 Gas based Fire Suppression System

Bidder would be responsible for refilling the gas, in case the fire suppression system has to be activated for suppressing fire and the defined time period required to refill the gas is 2-3 weeks. Bidder would be responsible for any accidental damage caused during refilling whereas bidder would be responsible for any accidental damage caused during testing of the equipment.

  

RFP for Gujarat State Data Centre  Page 21  

6.13 Comfort Air Conditioning System for other areas

Comfort Air Conditioning System has to be checked on regular basis for the other areas. 6.14 Civil & Electrical Work

Includes False flooring, False ceiling, doors & locking, Partitioning, Fire Proofing of all surfaces, Furniture & fixtures and Painting and all other electrical repairs. It also includes cement concrete work, masonry work, trench work, storage, glazing and scaffolding work.

6.15 Building Management System

The BMS should perform the following general functions including but not limited to: Building Management & Control Data Collection & archival Alarm Event & Management(Such Events/Alerts should be triggered via email) Reports, Trends& MIS Generation (Only automated monthly report submission via

email to GSDC concern) Maintenance & Complaint Management(Report via email facility to avoid

manual/human intervention) Web base availability of BMS software application Ability of integration with Active Directory /LDAP to serve SSO(Single Sign On). Various alarm events & management to be, generated in the existing SDC

helpdesk Portal and delivered via email and various reports including MIS to be auto generated via email to respective stakeholders.

The proposed BMS tool should be compatible for integration with the existing EMS(Enterprise Management Suite- CA Service Desk & CA Spectrum) tool at SDC.

The BMS tool should be compatible with all existing subsystems of the physical infrastructure. The bidder shall carry out a comprehensive feasibility study to check the compatibility of the proposed BMS tools with the existing subsystems. The bidder may also propose any up gradation/ replacement of any existing subsystems, as deemed necessary. 6.16 MIS Reporting

The bidder shall provide the MIS reports for all the equipment installed in the SDC in a prescribed format and media on a periodic basis. Whenever required by State Government, bidder should be able to provide additional reports in the required format or as per State Government requirement time to time.

  

RFP for Gujarat State Data Centre  Page 22  

SECTION 7 – SERVICE LEVEL AGREEMENT

7.1 Physical Infrastructure related SLA

S.No Measurement Definition Target Penalty 1 Power Availability

(DG, UPS etc…) Availability of Power will be measured up to the socket level in the equipment room that will be providing power to the Racks

Availability = {1- [(Downtime) / (Total Time –Maintenance Time)]}*100 Availability of Power will be measured upto the socket level in the equipment room that will be providing power to the racks.

>=99.74% No Penalty

<99.74% to >= 99.00%

2% of QGR

<99% to >=98.00%

3% of the QGR

<98.00% 5% of the QGR

2 Rack Inlet Temperature

This SLA would measure the temperature at the rack level. The Agency should ensure that the Data Centre temperature is maintained at 20˚ degree +- 2˚ degree Centigrade at Rack Level at all times.

Temperature of 20˚ degree +- 2˚ degree Centigrade at all times. The penalty will be decided on number of instances when the temperature is not in adherence of the acceptable limit for 18˚ to 22˚ C

5- 8 instances per week = 2% of QGR. 9 – 12 instances per week = 4% of QGR. Greater than 12 instances = 6 % of QGR and a letter of warning

3 Humidity The Agency should ensure that the Data Centre humidity is maintained at 50% +5% RH at all times.

50% +5% RH at all times. The penalty will be decided on number of such

5- 8 instances per week = 2% of QGR . 9 – 12 instances per week = 4% of QGR.

  

RFP for Gujarat State Data Centre  Page 23  

Instance. An instance is said to have occurred when the rack inlet temperature goes beyond the permissible limits for greater than 10 minutes. Each additional 10 minutes is counted as an Instance.

Greater than 12 instances = 6 % of QGR and letter of warning

4 PAC System Availability & NTP Server

Availability = {1-[(Downtime) / (Total Time – Maintenance Time)]}*100

>=99.74% No Penalty

<=99.74% to >= 99.00%

2% of QGR

<=99% to >=98.00%

3% of the QGR

<=98.00% 5% of the QGR

5 Availability of the following Systems : Server Racks (IP KVM, PDU, Port Analyzer) CCTV Availability Access Control System Water Leak Detection System Intrusion Alarm System Pest Repellent System Public Address System Fire Detection and Alarm System Gas based Fire Suppression System

>=99.74% No Penalty

<=99.74% to >= 99.00%

2% of QGR

<=99% to >=98.00%

3% of the QGR

<=98.00% 5% of the QGR

  

RFP for Gujarat State Data Centre  Page 24  

Comfort Air Conditioning System for other areas RO Technology based Water System for Precision A/c

6 Physical Security Availability

>= 5 hour 25 min

No Penalty

5 hour 25 mins to 21 hour 36 mins

2% of QGR

21 hour 36 mins to 43 hour 12 mins %

3% of the QGR

<=43 hour 12 mins

5% of the QGR

7.2 Civil Work & Minor Works SLA

Type of Incident Resolution Time Penalty Critical Major Civil Work including the False Flooring, False Ceiling, Doors & Locking, Partitioning, Fire Proofing of all surfaces, Furniture & Fixtures and Painting to be replaced within 1 day of reporting the problem. The Bidder should maintain sufficient inventory(Tiles, Industrial sockets,Cables etc.) to carry out civil and electrical repairs without any disruption to operations.

T No Penalty

T1=T+1 days 0.5% of the QGR for every unresolved call

T2=T1+1 days 1% of the QGR for every unresolved call

>T2 2% of the QGR for every unresolved call

Low Minor Civil Work including cement concrete work,

T No Penalty

T1=T+1 days 0.25% of the QGR for every unresolved call

  

RFP for Gujarat State Data Centre  Page 25  

masonry work, trench work, storage, glazing and scaffolding work to be carried out within 4 days of reporting of the problem

T2=T1+1days 0.5% of the QGR for every unresolved call

>T2 1% of the QGR for every unresolved call

T – 24 hours (from the time of reporting) in case of critical incidents T – 48 hours (from the time of reporting)in case of Low incidents

7.3 Fire Suppression System SLA

S.No Measurement Definition Target Severity Penalty 1 Fire Suppression

system Refilling of fire suppression cylinders in case of discharge during any incident

Refilling within <=10 days

Critical No Penalty

Refilling within >10 days <= 20 days

Medium 2% of the QGR

Refilling within 20days <= 30 days

Low 3% QGR

In case of the fire suppression system installed in the server room area gets discharged/leaked/any accident caused due to the negligence of the Bidder, the cost of refilling the cylinders would be borne by the bidder.

During the time the fire suppression systems installed in the server room gets discharged/leaked; The bidder would make provision for hand held fire suppression systems in the required area.

  

RFP for Gujarat State Data Centre  Page 26  

7.4MIS Reporting related SLA

S.No Measurement Definition Measurement Interval

Target Penalty

1 Submission of MIS Reports(Must be auto generated from BMS tool &submit to GSDC and/or management)

The Bidder shall submit the MIS reports for all the services / components provided. The MIS report should also cover the availability for all components/services managed by the agency

Monthly Report for the previous Month shall be submitted by the 5th of the next Month

No Penalty

Delay beyond the date of submission

0.1% of the QGR for every day’s delay on an incremental basis.

2 Incident Reporting Any failure/incident on any part of the Data Centre infrastructure or its facilities shall be communicated immediately to DST as an exceptional report giving details of downtime, if any. All incidents/failures/faults should be logged into SDC Help Desk portal.

100% incidents to be reported to DST & logged into SDC Help Desk within 1 hour with the root cause, action takenand remedy for the incident.

No Penalty

Delay beyond an hour

1% of the QGRfor every hour’s delay on an incremental basis.

Monthly 100% incident log to be submitted to DST/GIL & Composite Team that comprises exceptional & normal reportable activities by 5th of every Month for the previous Month.

No Penalty

Delay beyond the date of submission

0.1% of the QGRfor every day’s delay on an incremental basis.

  

RFP for Gujarat State Data Centre  Page 27  

S.No Measurement Definition Measurement Interval

Target Penalty

3 Change Management & Reporting

Measurement of quality and timeliness of changes to the Data Centre facilities

Quarterly 100% of changes should follow formal change control procedures. Changes should be implemented on time and as per schedule & without any disruption to business.All changes need to be approved by DST. All Changes should be raised through SDC Help Desk & a separate communication shall be sent to DST/GIL.

No Penalty

Any deviation of the Change Management & Reportingprocedure.

0.01% of the QGR for every single instance of non-compliance.

4 Scheduled Maintenance & Reporting

Measures timely maintenance of the equipment installed at the Data Centre. The Bidder shall provide a detailed equipment maintenance plan on the commencement of the project. The scheduled maintenance should be

Quarterly 100 % of scheduled maintenance should be carried out as per maintenance plan submitted by the Bidder. Any scheduled maintenance needs to be planned and intimated to DST at least 2 working days in advance.

No Penalty

  

RFP for Gujarat State Data Centre  Page 28  

S.No Measurement Definition Measurement Interval

Target Penalty

carried out only after the office hours.

Any deviation of the Scheduled Maintenance & Reporting from the actual target schedule.

0.01% of the QGR for every single instance of non-compliance

5 Implementation of Audit Recommendations

Implementation of audit recommendations by DST or their auditor which has been agreed by Bidder& DST to be implemented.

Quarterly 100% on time to be implemented as per timelines agreed upon with DST/GIL .

No Penalty

Any deviation in the Implementation of Audit Recommendations

0.1% of the QGR for every single instance of non-compliance

6 Maintenance of Inventory & Reporting

The Bidder should maintain an inventory of items that will be required on an ongoing basis. For e.g. tiles, cables etc.

Monthly 100% as per the inventory log committed and maintained by Bidder.

No Penalty

Any deviation in the Maintenance of Inventory & Reporting

0.1% of the QGR for every single instance of non-compliance

  

RFP for Gujarat State Data Centre  Page 29  

7.5IT Infrastructure Related Service Levels

S.No Measurement Target Severity Penalty 1 LAN Availability

(Active and passive components)

99.74% Critical 1% of the QGR for every hour of down time at a stretch or in parts up to total down time of 5 hours. This down time shall be calculated over and above the total hours of down time permissible as per Tier II standards. Beyond 5 hours of down time, 2% of the QGR for every 1 hour of down time at a stretch or in parts.

  

RFP for Gujarat State Data Centre  Page 30  

SECTION 8 - Help Desk Support Services

Bidder to log all the physical infrastructure incidents, Preventive maintenance schedule etc. activities in the Helpdesk as per the incident and Service Desk Management Policy. It is therefore required that the bidder should log all the incidents related to physical infrastructure services on the GSDC helpdesk and co-ordinate with the IT Data Centre Operator and Composite team towards the resolution of the calls/tickets raised in the Service Desk, which falls under their purview.

8.1 Help Desk Support Services for Data Centre Facilities

S.No Measurement Definition Measurement Interval

Target Penalty

1 Resolution Time

“Resolution Time”, means time taken by the Bidder staff to troubleshoot and fix the problem from the time the call has been logged at the Helpdesk till the time the problem has been fixed.

Quarterly 100% calls to be resolved as per SDC’s ISO policy & Procedures.

No Penalty.

Call Violation / Unresolved call

0.01% of the QGR for every 30 minutes of delay on an incremental basis for every unresolved call.

2 Response Time

“Response Time”, means time taken by the Bidder staff to acknowledge the call logged at the Helpdesk and initiate the call resolution process.

Quarterly 100% of calls to be responded to within 30 minutes of the call being logged at the SDC Help Desk.

No Penalty

  

RFP for Gujarat State Data Centre  Page 31  

Call Violation / Unanswered call

0.01% of the QGR for every 30 minutes of delay on an incremental basis for every unresolved call.

The Bidder’s team will be provided a user account in the SDC Helpdesk Portal so as to intimate them regarding the ticket which has been allotted to them. The SLA time period for the resolution of calls/Tickets will be as per SDC’s ISO Policies. The Bidder should comply with ISO processes of SDC.The Bidder should also extend all co-operations to the Composite Team & Third Party Auditor and other Authorized personnel notified by DST/GIL. The Operations & Management of the Bidder will be audited by a Third Party Auditor, appointed by DST/GIL. The payments to the Operations & Management and Annual Maintenance Work provided by the Bidder will be based on the Audit Report submitted by the Third Party Auditor

  

RFP for Gujarat State Data Centre  Page 32  

SECTION 9 - Periodic Facility Audits

DST would conduct periodic audits to check for the compliance of the Data Centre Facility with all the technical specifications as outlined in Scope of Work. The Bidder should also comply with all GSDC Policies, ISO Policies Standards and other rules & regulations as notified from time to time. Any non-compliance to the specifications would qualify the Bidder for a penalty. For every instance of non-compliance (even if it is repetitive in nature) there would be a penalty of 1% of QGR. The penalty would be levied on an additive basis and the accumulated total would be deducted from the payment due to the Bidder in the following month. Though DST would conduct audits periodically, surprise checks can be conducted anytime and for any number of times. Any non-compliance observed during the surprise checks would also qualify the Bidder for a penalty. The penalty would be levied on an additive basis and the accumulated total would be deducted from the payment due to the Bidder in the month in which surprise checks were conducted. S.No Requirement Measurement Penalty 1 CCTV Surveillance &

Security DST/representative of DST would audit a randomly selected sample of the CCTV records. The Bidder should be able to produce all the records at the time of such audit. The bidder should submit monthly availability reports for the CCTV Surveillance & Security.

1% of the QGR for every missing record in the randomly selected sample.

2 Fire Prevention, detection & Suppression

DST/representative of DST would audit randomly selected Fire Extinguishers in the Data Centre. The Bidder is expected to maintain the gas levels as per specifications laid out on the Fire Extinguishers.

1% of the QGRfor every non-compliance.

  

RFP for Gujarat State Data Centre  Page 33  

3 Manpower Availability Attendance details of all Manpower should be maintained and in case of any absence from duty the same should be informed to Composite Team and appropriate competent Personnel should be provided as a backup. Vendor needs to submit BMS-First-In and Last-out record in support of attendance claimed.

PSO: If vendor fails to provide reliever in place of absent person a penalty of Rs. 2000/- per man-day’s will be levied HK/E: If vendor fails to provide reliever in place of absent person a penalty of Rs. 1200/- per man-day’s will be levied

HK=Housekeeper; E=Electrician

SECTION 10 - Maintenance Schedule of the IT & Non-IT Components of the State Data Centre

S.No System/Sub

System Maintenance Hours

Schedule Remarks

1 PAC Unit-1 6 Monthly 2 PAC Unit-2 6 Monthly 3 PAC Unit-3 6 Monthly 4 20 KVA UPS

Unit-2 4 Monthly

5 Rack 2 Quarterly 6 250 KVA DG

Set 6 Monthly

7 Electrical Panel 30 Minute / 6 hrs

Monthly/

8 RO Plant 3 Quarterly 9 Security

Surveillance System

6 Monthly

10 Comfort Air Conditioner System

3 Monthly

11 NTP Server 2 Monthly

  

RFP for Gujarat State Data Centre  Page 34  

12 Data Centre Tiles, Ceiling & Floor

3 Daily (With no downtime)

13 Rodent Repellent System

2 Monthly

14 Water Leak Detector, Fire Alarm, Fire Suppressant, Transducer, Motion Detector, Smoke Detector

3 Monthly

15 Lights, Electrical Fixtures

3 Monthly

Note: It is the responsibility of the Bidder to strictly follow the above mentioned periodic maintenance schedule after obtaining prior approval from Department of Science & Technology. Failure to adhere to the Maintenance schedule will attract penalty as follows: (where, T- The scheduled Maintenance day, calculated from the day of signing of this agreement, as specified in the table above.) The Bidder should submit a Full Maintenance Report after the end of each maintenance activity and get it verified by the Composite Team.

S.No Measurement Definition Measurement Interval

Target Penalty

1 Maintenance schedule of the IT & Non IT components

Scheduled time taken by the bidder to carry out the maintenance activity of all the IT & Non IT components under their purview.

Monthly 100% adherence to the defined maintenance schedule

No Penalty.

Deviation from the defined maintenance schedule

0.1% of the QGR for every single instance of non-compliance

  

RFP for Gujarat State Data Centre  Page 35  

SECTION 11 – Asset Details

Device Manufacturer

Device Model Asset Name Qty

Europlex Optix CISD-480 PTZ Cameras 4

Optix CFD 480 colour fixed dome

Fixed Dome Camera 18

Europlex PSU 1225L Power Supply Unit 5 Europlex Tracerlite DVR System 2 Benq Q7T4 17 inch TFT Monitors 3 Bioscript V Prox Biometric Reader 2 HID Proxpoint Plus Proximity Card Readers 7 HID 5355AGK0009 Pin Pad Reader 3 HID Proxcard II Proximity Cards 250

Europlex Signet 200 Water Leak Detection System-Control Module

1

Europlex Signet 200 Water Leak Detection System-Cabinet

1

Europlex Signet 200 Water Leak Detection System-Alarm Sounder

1

Europlex Signet 200 Water Leak Detection System-Water Cable Sensor

5

Master-Star Electronics Components

Pest Repellent System 8

Star Electronics Components

Pest Repellent System Transducer

82

Europlex EuroNet.NET Building Management System (Software)

1

IBM(CPU) Thinkcenter Building Management System 1

Euronet UC 32 Building Management System-Panel UC 32

1

Europlex M5 EI Controller 7 Aegis EML 1101 Electro Magnet 7

Europlex PSU 1225 & PSU 1225L

Power Supply Unit 4

CE VCP-TTU(Ventilation Control Products)

Room Temperature Sensor 4

CE VCP-RF FU(Ventilation Control Products)

Room Humidity Sensor 6

  

RFP for Gujarat State Data Centre  Page 36  

BOSCH LBB 1946/00 Plena 6 zone call station

Public Address System-Plena Call Station 6 Zone

1

BOSCH LBB 1961/00 Plena BGM source

Public Address System BGM Source

1

BOSCH LBB 1925/100 Plena System Pre-Amplifier

Plena System Pre-Amplifier 1

BOSCH LBB 1935/00 Plena Booster-Amplifier 1 BOSCH LBD 8535/10 Public Address System-Speaker 21

GE (EST) Quickstart Fire Alarm System-Detection Panel

68

GE (EST) Quickstart Fire Alarm System-Manual Call Point

16

GE (EST) Quickstart Fire Alarm System-Alarm sounder

4

Visonic DL 125 C Fire Alarm System-Automatic Speech Dialer

1

Chemetron Fire Systems

FP II-GR+ Fire Suppression System-Suppression Panel

2

GE (EST) Quickstart Fire Suppression System-Gas Release Station

4

GE (EST) Quickstart Fire Suppression System-Gas Abort Station

2

GE (EST) Quickstart Fire Suppression System-Gas Release Nozzle

15

Chemetron FM-200 Fire Suppression System-FM 200Gas Cylinder

12

SAFEX 9 Kg Fire Suppression System-CO2 Gas Cylinder

1

SAFEX 4.5 Kg Fire Suppression System-CO2 Gas Cylinder

1

Liebert Emerson PEX 3100 FAS-100

Precision Air Conditioning 27 TR

4

HITECH Ultraviolet Pvt Ltd

60 LPH RO RO Technology Water System 1

SYNTEX SYNTEX RO Plant Water Tank (5000 Ltr) 1 SYNTEX SYNTEX RO Plant Water Tank(2000 Ltr) 1

Hitachi

Logicool–LRAC022HKD(split) &Microcool Cassette AC

Comfort AC 2 TR 3

SYMMETRICOM

Syncserver S200 Network Time Server 1

  

RFP for Gujarat State Data Centre  Page 37  

APC Netshelter SX AR3150

Racks 35

AMP NET CONNECT

AMPTRAC Network Port Analyzer 7

HP PID380187.371 CPU (Amtrac Analyzer) 1

APC Switched PDU AP7952

PDU 70

Aten CN 6000 KVM Switch 21 DB Electronics INSTA 3000 Static Transfer Switch 8

Liebert Emerson Hipulse-7400M UPS 120 KVA with 68 Batteries of 12 V, 110 AH

2

Emerson Power Network

Hipulse-761608073000

Load Bus Synchronization 1

Liebert Emerson GXT 10000L-MT Lighting UPS 10 KVA 2

Rocket EC 18 -12 Batteries set of 20 Nos. 18 AH,12V

2

Supernovav Gensets (Mitsubishi / Stamford)

S12H-Y1PTA-4 / HC-634Y1

Diesel Generator / Alternator 1

Produit Control System

PON- 319 Electrical Power System-Main Panel

1

Produit Control System

PON- 320 Electrical Power System-UPS DB

2

Emersion Power Network

Hipulse-761608073000

Load Bus Synchronizer 1

Produit Control System

PON- 321 Electrical Power Systems -DB 6

D-Link DES 1016D D-Link Ethernet 16 Port Switch 8

Kotsons B-2007/366 & B-2007/367

900 KVA 3 phase Distribution Transformers

2

Godrej Single leaf& double leaf

Fire doors 7

Unitile USF 1200 access floor panel

False Floor Across datacenter

Armstrong 2*2 metallic grid False Ceiling Across datacenter

ATEN ATEN Master View KVM Switches 38

  

RFP for Gujarat State Data Centre  Page 38  

SECTION 12 – Instructions to the Bidders

12.1 Authentication of Bid

The response Bid shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. A letter of authorization shall be supported by a written Power-of-Attorney accompanying the Bid. All pages of the Bid, except for un-amended printed literature, shall be initialed and stamped by the person or persons signing the Bid. 12.2 Validation of interlineations in Bid

The Bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Bid. 12.3 Cost of Bidding

The Bidder shall bear all costs associated with the preparation and submission of their Bid including cost of presentation for the purposes of clarification of the Bid, if so desired by the SIA. The SIA will in no case be responsible or liable for those costs, regardless of the outcome of the Tendering process. 12.4 Bid Prices

The Bidder shall indicate price in the prescribed format, the unit rates and total Bid Prices of the equipment / services, it proposes to provide under the Contract. Prices shall be shown separately for each item as detailed in the Tender Document. In absence of the above information as requested, the Bid may be considered incomplete and hence rejected. The price components furnished by the Bidder in accordance with format below will be solely for the purpose of facilitating the comparison of Bids by the State and will not in any way limit SIA’s right to contract on any of the terms offered.

The Bidder shall prepare the Bid based on details provided in the Tender Document. It must be clearly understood that the scope of work is intended to give the Bidder an idea about the order and magnitude of the work and is not in any way exhaustive and guaranteed by the SIA. The Bidder shall carry out all the tasks in accordance with the requirement of the Tender Document & due diligence and it shall be the responsibility of the Bidder to fully meet all the requirements of the Tender Document. If during the course of execution of the project any revisions to the work requirements like Technical specifications, Equipment sizing etc. are to be made to meet the goals of the SIA, all such changes shall be carried out within the current price.

  

RFP for Gujarat State Data Centre  Page 39  

12.5 Firm Prices

Prices quoted in the Bid must be firm and final and shall not be subject to any upward modifications on any account whatsoever. However, the SIAreserves the right to negotiate the prices quoted in the Bid to effect downward modification.

The Commercial Bid shall clearly indicate the price to be charged without any qualifications whatsoever and shall include all taxes, duties, fees, levies, works contract tax and other charges as may be applicable in relation to the activities proposed to be carried out. It is mandatory that such charges wherever applicable/payable shall be indicated separately. However, shall there be a change in the applicable taxes,SIAreserves the right to negotiate with the Bidder.

Prices, in any form or by any reason, shall not be revealed before opening of the Commercial Bid, failing which the offer shall be liable to be rejected. If price change is envisaged due to any clarification, revised Bid in a separate sealed cover shall be submitted with prior written permission of SIA.

12.6 Bid Currencies

Prices shall be quoted in Indian Rupees (INR).

12.7 Bid Security

The Bidder shall furnish, as part of their Bid, a Bid security in the form of Demand Draft issued by any Nationalized / Scheduled Bank located in India, of Rs. 25,00,000/- in favour of Gujarat Informatics Ltd.

The Bidder shall be disqualified if the prescribed EMD is not submitted along with the Bid. The EMD (Bid security) of the unsuccessful Bidder/s will be discharged / returned as promptly as possible, but not later than 60 days after the issuance of Letter of Intent (LoI) to the successful Bidder. No interest will be payable by SIA on the amount of the Bid Security.

The Bid security may be forfeited because of the following reasons: o If a Bidder withdraws the Bid or increases the quoted prices during the

period of Bid validity, or its extended period, without the explicit consent of the SIA, if any; or

o In the case of a successful Bidder, if the entity fails within the specified time limit to:

o Sign the Contract; or o Furnish the required Performance Bank Guarantee (PBG)

12.8 Bid Validity Period

  

RFP for Gujarat State Data Centre  Page 40  

Bids shall remain valid for 180 days after the date of opening of bids prescribed by the SIA. A Bid valid for a shorter period may be rejected as non-responsive. However, the prices finalized after opening the tenders shall not increase throughout the period of implementation and operation. The prices of components quoted in the Financial Bid by the Bidder shall remain valid for the project period Extension of Period of Validity In exceptional circumstances, SIA may request the Bidder(s) for an extension of the period of validity. The request and the responses thereto shall be made in writing (or by fax). The validity of EMD shall also be suitably extended.

12.9 Withdrawal of Bids

Written Notice The Bidder may withdraw their Bid after the Bid's submission, provided that SIA receives written notice of the withdrawal, prior to the last date prescribed for receipt of Bids. Signing and Marking of Notice The Bidder’s withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions said earlier. A withdrawal notice may also be sent by fax but followed by a signed confirmation copy, post marked not later than the last date for receipt of Bids.

12.10 Opening of Bids

Decision of the SIA would be final and binding upon all the Bidders.

12.11 Evaluation of Financial Bids

The commercial Bids would be evaluated based on the overall price (including taxes) quoted, the evaluation would be based on L1 criteria. The Bidder who quotes the lowest price shall be considered as L1.

12.12 Contacting the State Implementation Agency (SIA)

Contact by Writing No Bidder shall contact SIA on any matter relating to their Bid, from the time of Bid opening to the time the Contract is awarded. If the Bidder wishes to bring additional information to the notice of SIA , it shall be done in writing. Rejection of Bid Any effort by a Bidder to influence the SIA in their decisions on Bid evaluation, Bid comparison or contract award may result in rejection of the Bidder’s Bid.

  

RFP for Gujarat State Data Centre  Page 41  

12.13 Exit Management

12.13.1 Exit Management Purpose

This Schedule sets out the provisions, which will apply on expiry or termination of the SLA, the Project Implementation, Operation and Management SLA.

The Parties shall ensure that their respective associated entities carry out their respective obligations set out in this Exit Management Schedule.

12.13.2 Transfer of Assets The Bidder shall be entitled to use the Assets for the duration of the exit management period, which shall be the four month period from the date of expiry of contract, or termination of the SLA.

12.13.3 Co-operation and Provision of Information During the exit management period the Bidder will allow the client access to information reasonably required for defining the current mode of operation associated with the provision of the services to enable the client to assess the existing services being delivered.

12.14 Confidential Information, Security and Data The Bidder will promptly, on the commencement of the exit management period, supply to the SIA or their nominated agencies, the following:

Information relating to the current services rendered and performance data relating to the performance of the services; Documentation relating to Gujarat State Data CenterProject’s Intellectual Property Rights; any other data and confidential information related to GSDC. Project data as is reasonably required for purposes of the GSDC Project or for transitioning of the services to the Replacement Bidder in a readily available format.

All other information (including but not limited to documents, records and agreements) relating to the services reasonably necessary to enable the Client and their nominated agencies, or their Replacement Bidder to carry out due diligence in order to transition the provision of the Services to Client or their nominated agencies, or their Replacement Bidder (as the case may be).

  

RFP for Gujarat State Data Centre  Page 42  

12.15 Employees

Promptly on reasonable request at any time during the exit management period, the Bidder shall, subject to applicable laws, restraints and regulations (including in particular those relating to privacy) provide to the SIA a list of all employees (with job titles and communication address) of the Bidder, dedicated to providing the services at the commencement of the exit management period;

To the extent that any Transfer Regulation does not apply to any employee of the bidder, the client or Replacement Bidder may make an offer of employment or contract for services to such employee of the Bidder and the Bidder shall not enforce or impose any contractual provision that would prevent any such employee from being hired by the client or any Replacement bidder.

12.16 Rights of Access to Information At any time during the exit management period, the Bidder will be obliged to provide an access of information to the client, and/or any Replacement Bidder in order to make an inventory of the Assets (including hardware / Software), layouts, diagrams, schematics, documentations, manuals, catalogs, archive data, IP addressing, Live data, policy documents or any other material related to this Gujarat State DataCentre Project.

12.17 Exit Management Plan

The Bidder shall provide the SIA with a recommended exit management plan ("Exit Management Plan") which shall deal with at least the following aspects of exit management in relation to the SLA as a whole and in relation to the Project Implementation, the Operation and Management SLA and Scope of work definition.

a. A detailed program of the transfer process that could be used in conjunction

with a Replacement Bidder including details of the means to be used to ensure continuing provision of the services throughout the transfer process or until the cessation of the services and of the management structure to be used during the transfer;

b. Plans for the communication with such of the DCO, staff, suppliers, customers and any related third party as are necessary to avoid any material detrimental impact on Data Centre Project’s operations as a result of undertaking the transfer;

c. Plans for provision of contingent support to SDC Project and Replacement Bidder for a reasonable period after transfer.

The Bidder shall re-draft the Exit Management Plan annually thereafter to ensure

that it is kept relevant and up to date. Each Exit Management Plan shall be presented by the Bidder to and approved

by the client or their nominated agencies.

  

RFP for Gujarat State Data Centre  Page 43  

In the event of termination or expiry of SLA, Project Implementation, Operation and Management SLA or Scope of Work each Party shall comply with the Exit Management Plan.

During the exit management period, the Bidder shall use the best efforts to deliver the services.

Payments during the Exit Management period shall be made in accordance with the Terms of Payment Schedule.

This Exit Management plan shall be furnished in writing to the DST or the nominated agencies within 15 days from the Effective Date of this Agreement.

12.18 Performance Bank Guarantee 1. The successful Bidder has to furnish a security deposit so as to guarantee his/her

(Bidder) performance of the contract

2. The Successful bidder has to submit Performance Bank Guarantee @ 10% of total

order value within 15 days from the date of issue of Purchase order for the duration

of warranty of any of Nationalized Bank including the public sector bank or Private

Sector Banks authorized by RBI or Commercial Bank or Regional Rural Banks of

Gujarat or Co-Operative Bank of Gujarat (operating in India having branch at

Ahmedabad/ Gandhinagar) as per the G.R. no. EMD-SD/102006/108/DMO Dated

30.03.2012 issued by Finance Department (The draft of Performance Bank

Guarantee is attached herewith).

3. The Performance security shall be payable to the GIL/DST as compensation for

any loss resulting from the SI’s failure to complete its obligations under the

Contract.

4. The Performance Security will be discharged by GIL/DST and returned to the

Bidder on completion of the bidder’s performance obligations under the contract.

5. In the event of any contract amendment, the bidder shall, within 21 days of receipt

of such amendment, furnish the amendment to the Performance Security,

rendering the same valid for the duration of the Contract, as amended for further

period.

6. No interest shall be payable on the PBG amount. GIL/DST may invoke the above

bank guarantee for any kind of recoveries, in case; the recoveries from the bidder

exceed the amount payable to the bidder.

12.19 Change Orders

7. GIL/DST may, at any time, by written order given to the selected bidder to make

changes within the general scope of the Contract in any one or more of the

following:

  

RFP for Gujarat State Data Centre  Page 44  

a. Designs, specifications, requirements or service to be provided under the

Contract are to be specifically developed / rendered for GIL/DST;

b. The place of delivery; and/or the Services to be provided by the selected

bidder.

1. Training of personnel of the GIL/DST in terms of hours/subjects will be without

any additional cost.

2. If any such change causes an increase or decrease in the cost of, or the time

required for, the selected bidder’s performance of any provisions under the

Contract, equitable adjustments shall be made in the Contract value or delivery

schedule, or both, and the Contract shall accordingly be amended. Any claims

by the selected bidder for adjustment under this clause must be asserted within

thirty (30) days from the date of the selected bidder’s receipt of the GIL/DST’s

change order.

12.20 Suspension

GIL/DST may, by written notice to selected bidder, suspend all payments to the

selected bidder hereunder if the SI fails to perform any of its obligations under this

contract including the carrying out of the services, provided that such notice of

suspension.

1. Shall specify the nature of failure.

2. Shall request the selected bidder for remedy of such failure within a period not

exceeding thirty (30) days after receipt by the selected bidder of such notice of

failure.

12.21 Termination

Under this Contract, GIL/DST may, by written notice terminate the selected bidder in the

following ways:

1. Termination by Default for failing to perform obligations under the Contract of if

the quality is not up to the specification or in the event of non-adherence to time

schedule.

2. Termination for Convenience: GIL/DST by written notice sent to the selected

bidder, may terminate the Contract, in whole or in part, at any time for its

convenience. The notice of termination shall specify that the termination is for

GIL/DST’s convenience, the extent to which performance of the selected bidder

under the Contract is terminated, and the date upon which such termination

becomes effective.

  

RFP for Gujarat State Data Centre  Page 45  

a. The work that is complete and ready for rendering / deployment within 30

days after the SI’s receipt of notice of termination shall be accepted by

GIL/DST at the Contract terms and prices. For the remaining services,

GIL/DST may elect:

i. To have any portion completed and delivered at the Contract terms

and prices; and/or

ii. To cancel the remainder and pay to the selected bidder an agreed

amount for partially completed work.

3. Termination for Insolvency: GIL/DST may at any time terminate the Contract by

giving written notice to the selected bidder, if the selected bidder becomes

bankrupt or otherwise insolvent. In this event, termination will be without

compensation to the selected bidder, provided that such termination will not

prejudice or affect any right of action or remedy which has accrued or will accrue

thereafter to GIL/DST.

In all the three cases termination shall be executed by giving written notice to the

selected bidder. Upon termination of the contract, payment shall be made to the

selected bidder for:

1. Services satisfactorily performed and reimbursable expenditures prior to the

effective date of termination

2. Any expenditure actually and reasonably incurred prior to the effective date of

termination

No consequential damages shall be payable to the SI in the event of such

termination.

12.22 Force Majeure

Notwithstanding anything contained in the RFP, the bidder shall not be liable for

liquidated damages or termination for default, if and to the extent that, it’s delay in

performance or other failures to perform its obligations under the agreement is the result

of an event of Force Majeure.

For purposes of this clause “Force Majeure” means an event beyond the control of the

selected bidder and not involving the selected bidder’s fault or negligence and which

was not foreseeable. Such events may include wars or revolutions, fires, floods,

epidemics, quarantine restrictions and freight embargos. The decision of the GIL/DST

regarding Force Majeure shall be final and binding on the selected bidder.

  

RFP for Gujarat State Data Centre  Page 46  

If a Force Majeure situation arises, the selected bidder shall promptly notify to the

GIL/DST in writing, of such conditions and the cause thereof. Unless otherwise directed

by the GIL/DST in writing, the selected bidder 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.

12.23 Payments in case of Force Majeure

During the period of their inability of services as a result of an event of Force Majeure,

the selected bidder shall be entitled to continue to be paid under the terms of this

contract, as well as to be reimbursed for costs additional costs reasonably and

necessarily incurred by them during such period purposes for the purpose of the

services and in reactivating the service after the end of such period.

12.24 Limitation of Liability

In no event shall either party be liable for any indirect, incidental, consequential, special

or punitive loss or damage including but not limited to loss of profits or revenue, loss of

data, even if the party shall have been advised of the possibility thereof. In any case,

the aggregate liability of the bidder, whatsoever and howsoever arising, whether under

the contract, tort or other legal theory, shall not exceed the total charges received as per

the Contract, as of the date such liability arose, from the Purchaser, with respect to the

goods or services supplied under this Agreement, which gives rise to the liability

12.25 Resolution of Disputes

The Parties agree that the avoidance or early resolution of disputes is crucial for a smooth execution of the Contract and the success of the assignment. The Parties shall use their best efforts to settle amicably all disputes arising out of or in connection with this Contract or its interpretation. GIL/DST doesn't go for any arbitration on dispute and department decision will be final and binding on the selected bidder.

12.26 Taxes and Duties

The selected bidder shall fully familiarize themselves about the applicable Domestic

taxes (such as VAT, Sales Tax, Service Tax, Income Tax, duties, fees, levies, etc.) on

amount payable by GIL/DST under the contract. The selected bidder shall pay such

domestic tax, duties, fees and other impositions (wherever applicable) levied under the

applicable law.

The billing should be done in Gujarat only.

  

RFP for Gujarat State Data Centre  Page 47  

12.27 Legal Jurisdiction

All legal disputes between the parties shall be subject to the jurisdiction of the courts

situated in State of Gujarat only.

12.28 Binding Clause

All decisions taken by GIL/DST regarding the processing of this tender and award of

contract shall be final and binding on all parties concerned.

12.29 Notice

Any notice, request or consent required or permitted to be given or made pursuant to

this contract shall be in writing. Any such notice request or consent shall be deemed to

have been given or made when delivered in person to an authorized representative of

the party to whom the communication is addressed, or when sent to such party at the

address mentioned in the project specific Contract Agreement.

 

  

RFP for Gujarat State Data Centre  Page 48  

SECTION 13 – Technical Evaluation

Sl.

No.

Particulars Points System Max.

Marks

A. Organizational Strength

1 Established Information Technology company registered under the Companies Act, 1956 and in operation since how many years as on 31.03.2013 and shall have their registered offices in India.

5 Years = 5 marks

10

6 Years = 6 Marks

7 Years = 7 Marks

8 Years = 8 Marks

9 Years = 9 Marks

10 Years or More = 10 Marks

2 Years of experience of

supply, installation,

commissioning and

annual maintenance

services for IT and/or Data

Centre as on 31.03.2013

5 Years = 5 marks

20

6 Years = 7 Marks

7 Years = 10 Marks

8 Years = 13 Marks

9 Years = 15 Marks

10 Years or More = 20 Marks

3 Average turnover of last

three years as on 31st

March, 2013

Rs. 100 Crores – Rs. 150 Crores = 2

10 Rs. 151 Crores – Rs. 200 Crores = 5

More than Rs. 200 Crores = 10

4 Average Net Worth of last

three years as on 31st

March, 2013

Rs. 50 Crores – Rs. 100 Crores = 2

10 Rs. 101 Crores – Rs. 150 Crores = 5

More than Rs. 150 Crores = 10

B. Manpower Strength

1. Technically qualified

professionals with

combination in the

following fields (Data

Centre Physical

Infrastructure

Management, Data Centre

Commissioning, Building

Management System,

Servers , Storage ,

Network & Security ) as

100 – 125 = 5 marks

15

126 – 150 = 10 marks

More than 150 = 15 marks

  

RFP for Gujarat State Data Centre  Page 49  

Sl.

No.

Particulars Points System Max.

Marks

on 31.03.2013

2.

C. Proposed Manpower

1. Number of resources committed to be deployed on the project

with qualifications, certifications and min. 3 years relevant experience

Best proposal getting the 10 marks,

2nd best proposal gets 5 marks and

the remaining shall get 2 mark

10

Technical Marks (TM) 75

Minimum Qualifying Scores 55

  

RFP for Gujarat State Data Centre  Page 50  

SECTION 14 – Financial Bid Format

Sr. No.

Particular

Unit Rate (Rs.)

Qty. Total (Rs.)

A B C = A+B 1 Monthly charges for Operation

& Maintenance of Physical Infrastructure of Gujarat State Data Centre

14 months

2 Charges for up gradation of Building Management System

1

3 Charges for Up gradation Per Rack

10

4 Charges for providing Visitor Management System

1

Grand Total (Rs.)

Note:

1. Taxes are Extra as applicable at the time of invoicing . 2. We have considered 10 qty. of Rack for evaluation purpose only. The actual

qty. will be based on the requirement. 3. The L1 bidder will be decided based on the grand total. However, the

overall L1 bidder is required to match the item wise L1 rate. 4. The bidder is required to study in person before quoting the rates for better

understanding. 5. The payment will be released on quarterly basis for item no. 1 and other

will be released as on actual after completion of work and UAT.

  

RFP for Gujarat State Data Centre  Page 51  

Abbreviations

ACS Access Control System BMS Building Management System CCTV Closed-circuit Television

DST Department of Science & Technology

GIL Gujarat Informatics Limited FAS Fire Alarm System FSS Fire Suppression System KVA Kilo Volt Ampere KVM Keyboard, Video and Mouse LDAP Lightweight Directory Access Protocol MIS Management Information System NOC Network Operations Center NTP Network Time protocol O & M Operation & Management PAC Precision Air Conditioning PDU Protocol Data Unit PRS Pest Repellant System QGR Quarterly Guaranteed Revenue SIA State Implementing Agency WLDS Water Leakage Detection System