request for proposal for...amendment of tender: in case of any discrepancy between the press...

57
Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter Page 1 of 57 RFP No: CMGI/ PCU/DR-HRMS/2019/581/1082 , Date: 10. 09.2019 REQUEST FOR PROPOSAL FOR Supply, Install & Support of Equipment for Establishment of Data Recovery Site for HRMS which may be placed in Bhubaneswar e-Tenders are invited from eligible Service Providers by Centre for Modernizing Government Initiative (CMGI) for “Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS. Period of Contract : The contract would be for three years from the commencement date of the contract. Please note that Contract can be cancelled unilaterally by the customer in case services are not received satisfactory within the contracted period. Amendment of Tender: In case of any discrepancy between the Press Advertisement, other detailed provisions of the tender document and the updated version on the web (up to 6.00 P.M. on 04.10.2019, the web-version will prevail. At any time prior to on 04.10.2019, the Procurement & Contracting Unit, CMGI reserves the right to add / modify / delete any portion of this document by issuance of an addendum, which would be published on the web site cmgi.org.in/ https://tendersodisha.gov.in and will be binding on the bidders . Schedule of Events : Sl. Events Date, Time 1. Start date of issue of RFP document 10.09.2019 2. Last date and time for Submission of Queries 17.09.2019, 5.00 PM 3. Pre-Bid Conference 20.09.2019, 3.30 PM 4. Issue of Corrigendum 24.09.2019 5. Last date and time for Submission of Bid through https://tendersodisha.gov.in 09.10.2019, 5.00 PM 6. Opening of general and technical bids 15.10.2019, 3.30 PM 7. Opening of Financial bids 18.10.2019, 3.30 PM

Upload: others

Post on 01-Mar-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 1 of 57

RFP No: CMGI/ PCU/DR-HRMS/2019/581/1082 , Date: 10. 09.2019

REQUEST FOR PROPOSAL

FOR

Supply, Install & Support of Equipment for Establishment of Data Recovery Site for HRMS which may be placed in Bhubaneswar

e-Tenders are invited from eligible Service Providers by Centre for Modernizing Government Initiative (CMGI) for “Supply, Install & Support of Equipment for

Establishment of Data Recovery Site of HRMS. Period of Contract : The contract would be for three years from the commencement date of the contract. Please note that Contract can be cancelled unilaterally by the customer in case services are not received satisfactory within the contracted period. Amendment of Tender: In case of any discrepancy between the Press Advertisement, other detailed provisions of the tender document and the updated version on the web (up to 6.00 P.M. on 04.10.2019, the web-version will prevail. At any time prior to on 04.10.2019, the Procurement & Contracting Unit, CMGI reserves the right to add / modify / delete any portion of this document by issuance of an addendum, which would be published on the web site cmgi.org.in/ https://tendersodisha.gov.in and will be binding on the bidders .

Schedule of Events :

Sl. Events Date, Time

1. Start date of issue of RFP document 10.09.2019

2. Last date and time for Submission of Queries 17.09.2019, 5.00 PM

3. Pre-Bid Conference 20.09.2019, 3.30 PM

4. Issue of Corrigendum 24.09.2019

5. Last date and time for Submission of Bid through https://tendersodisha.gov.in

09.10.2019, 5.00 PM

6. Opening of general and technical bids 15.10.2019, 3.30 PM

7. Opening of Financial bids 18.10.2019, 3.30 PM

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 2 of 57

Table of Content

1 Fact Sheet .................................................................................................................. 4

2 Background Information ............................................................................................. 6

2.1 Basic Information...................................................................................................... 6

2.2 Project Background .................................................................................................. 6

2.3 HRMS-Odisha: An Overview .................................................................................... 6

2.4 Current Status .......................................................................................................... 6

2.5 Challenges Encountered .......................................................................................... 6

2.6 Stakeholder Details .................................................................................................. 7

3 Instructions to the Bidders .......................................................................................... 8

3.1 General .................................................................................................................... 8

3.2 Compliant Tenders / Completeness of Response ..................................................... 8

3.3 Pre-Bid Meeting & Clarifications ............................................................................... 8

4 Key Requirements of the Bid .................................................................................... 10

4.1 Right to Terminate the Process .............................................................................. 10

4.2 RFP Document Fees .............................................................................................. 10

4.3 Earnest Money Deposit (EMD) ............................................................................... 10

4.5 Authentication of Bids ............................................................................................. 10

4.6 Preparation and Submission of Proposal ................................................................ 10

4.7 Bid Evaluation process ........................................................................................... 11

4.8 Criteria for Evaluation ............................................................................................. 12

4.9 Technical Evaluation .............................................................................................. 13

4.10 Commercial Bid Evaluation .................................................................................... 13

4.11 Appointment of System Integrator .......................................................................... 14

5 Terms and Conditions: Post Award of Contract ........................................................ 17

5.1 Termination Clause ................................................................................................ 17

5.2 Liquidated Damages (LD) ....................................................................................... 17

5.3 Acceptance Tests ................................................................................................... 18

5.4 Audit by Third Party ................................................................................................ 18

5.5 Penalty ................................................................................................................... 18

5.6 Dispute Resolution Mechanism .............................................................................. 18

5.7 Notices ................................................................................................................... 19

5.8 Force Majeure ........................................................................................................ 19

5.9 Failure to agree with Terms and Conditions of the RFP ......................................... 19

6 Specifications ........................................................................................................... 20

6.1 Network Architecture Diagram ................................................................................ 20

6.2 Bill of Materials: ...................................................................................................... 21

7 Scope of Project ....................................................................................................... 39

8 Deliverables & Payment Terms ................................................................................ 41

8.1 Deliverables ........................................................................................................... 41

8.2 Payment Terms ...................................................................................................... 42

Form 1: Compliance Sheet for Pre-qualification Proposal ............................................. 44

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 3 of 57

Form 2: Particulars of the Bidders ................................................................................. 45

Form 3: Project Experience of the Bidder ...................................................................... 46

Form 4: List of Item wise OEM Authorisation ................................................................. 47

Form 5: Manufacturers'/ Producers‟ Authorization Form ................................................ 48

Form 6: Bank Guarantee for Earnest Money Deposit (EMD) ......................................... 49

Form 7: Compliance Sheet for Technical Proposal ........................................................ 51

Form 8: Letter of Proposal ............................................................................................. 52

Appendix II: Commercial Proposal Templates ....................................................................... 53

Appendix III: Templates ........................................................................................................ 54

Form 11: Performance Bank Guarantee ........................................................................ 54

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 4 of 57

Objective : To Implement a secondary data center to ensure Project continuity in such situations. If the primary data center goes down, the secondary data center must be able to instantly take over operations. This presupposes that all critical data is available at both sites – always. Our Primary Data Center is at STPI Bhubaneswar and proposed Disaster Recovery Site may be at OSDC, OCAC, Bhubaneswar or IT Data Center, Secretariat, Bhubaneswar.

Fact Sheet This Fact Sheet comprising of important factual data on the tender is for quick reference of the bidder.

Clauses Topic

1

The intent of this RFP is to invite proposals from the agencies (also referred to as „bidders‟) to enable the CMGI to select a System Integrator (also referred to as Implementation Partner) to supply servers, networking equipment and storage required for Establishment of Data Recovery (DR) Site of HRMS proposed to be located at the State Data Centre of Government of Odisha with necessary system software of Open Source technology provided by the department (CMGI) and then provide support for a period of 5 years for smooth functioning of the DR Site.

2

A pre-Bid meeting will be held on 06.09.2019 at 3.30 PM at Center for Modernizing Government Initiative (CMGI), A-2, 1st Floor, Toshali Bhawan, Satya Nagar, Bhubaneswar, Odisha.

The name, address, and telephone numbers of the Nodal Officer is: Executive Director, A-2, 1st Floor, Toshali Bhawan, Satya Nagar, Bhubaneswar, Odisha.. eMail: [email protected]

3

RFP document can be downloaded from http://www.cmgi.org.in/ https://tendersodisha.gov.in . The bidders are required to submit the

Document fee of Rs.10,400/- (Rupees Ten Thousand Four Hundred) only by Demand Draft in favour of Executive Director, CMGI and payable at Bhubaneswar from any of the scheduled commercial bank along with the Proposal.

Earnest Money Deposit of amount Rs.15,00,000/- (Rupees Fifteen Lakh) only by Demand Draft in favour of Executive Director, CMGI and payable at Bhubaneswar from any of the scheduled commercial bank OR Bank Guarantee as mentioned in Appendix I- Form 6.

Bidders must submit An original copy and one additional copies of each proposal along with one copy of non-editable CD for Prequalification & Technical Proposal. Bidder must submit only one original copy of the Commercial Proposal.

4 The Proposal should be filled by the Bidder in English language only.

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 5 of 57

Clauses Topic

The proposals should be submitted through Odisha Tenders Portal (https://tendersodisha.gov.in) only. No other method of submission of RFP shall be entertained.

Bid Evaluation Process - Evaluation Committee will assess the General Bids responsiveness to the Eligibility Criteria defined in the tender Document. The Technical Proposal of only the bidder who qualifies in General Bid should be opened. Bids in compliance to the Specification of the Equipment in the Technical Bid will be treated as substantially responsive and shall be eligible for further financial evaluation. Commercial proposal of the bidders who qualifies in Technical Evaluation should be opened. Least cost selection method will be adopted during selection of bidder i.e. (Final award of work will be done on the least cost on total price.)

Proposals/ Bids must remain valid 180 days after the last submission date.

The bidder should quote price in Indian Rupees only. The offered price must be exclusive of taxes and duties. The taxes as appropriate & applicable would be paid at the prevalent rates.

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 6 of 57

1 Background Information

1.1 Basic Information CMGI invites responses (“Tenders”) to this Request for Proposals (“RFP”) from OEMs

Agencies/ authorized Partners (“Bidders”) for the provision of Hardware, Network and System Software as described in Section 6 & 7 of this RFP, “Specifications“ and “Scope of Project”.

Any contract that may result from this RFP Process will be issued for a term of 5 years (“the Term”) which would include the hardware supply, warranty and maintenance support.

Proposals must be received not later than 18-Sep-2019, 5.00 PM. Proposals that are received after the deadline WILL NOT be considered in this procurement process.

1.2 Project Background Government of Odisha in General Administration Department took an initiative to

implement Human Resources Management System for all 3.75 lakh regular employees working in 6,500 DDO offices under 40 Departments across the state. Objective of Human Resources Management System is to ensure a) All human resources management activities will be transacted electronically, so as to provide quick disposal of HR issues of the employees and incentivize them to perform efficiently, b) HRMS will accurately project, account and monitor revenue expenditure and enable efficient utilization of Government resources, c) The decision makers will have a scope for effective planning and utilization of existing manpower by identifying their skills and d) Time and energy of Government employees both at managerial and micro level will be saved by the automated HRMS leading to optimum utilization of their services for the purpose of public.

1.3 HRMS-Odisha: An Overview HRMS-Odisha, an application to manage all regular employees, is indigenously

developed and implemented by Government of Odisha through Center for Modernising Government Initiative. This is an internet based application software developed using Java/ J2EE technology. Oracle database, Oracle Application Server, Oracle Internet Directory, Oracle Portal is used at different layers of the system. HRMS-Odisha maintains well defined, updatable Government structure such as Department, Office, Post and Cadre. HRMS provides Management Information System (MIS) for HR Managers at all levels. It also provides automatic alerts to employees and HR managers to take HR Actions on time. Decision Support System (DSS) are provided to HR managers for taking effective HR decisions. Each employee is identified with Unique Employee Identification Number and a unique user id and password is provided to every employee. E-Service Books of employees are available on web and can be updated online by authorized users. Automated Payroll module of HRMS allows recording of Budget-Allotment-Expenditure. HRMS is successfully integrated with i-OTMS since May 2012. Monthly salary bills of 5,000 offices are being submitted online to treasuries through i-OTMS.

1.4 Current Status Till date Service Book of 3.47 lakhs regular employees is entered into HRMS and

verified by 6,232 offices of all Departments. Service Record of 2.46 lakh non-regular employees is entered. Unique Employee Id and Password is issued to 3.4 lakh employees to access HRMS. HRMS -Payroll has been restricted in implementation to 5,000 out of 6,500 DDOs due to inadequate server capacity. Service Book of 2.5 lakh employees is dynamically updated on regular basis and coverage of employee is growing every month at the rate of 200 offices per month. 23,000 Salary Bills are submitted every month electronically and Token and Treasury Voucher No is obtained from iOTMS online.

1.5 Challenges Encountered The existing HRMS server was designed to cater services to 1,000 offices and 1 lakh

employees. Currently it is providing only payroll services to 2.5 lakhs employees in 5,000

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 7 of 57

offices. Due to overload the server halts abruptly and there is interruption in services. As a result of poor performance of the server, now it is not possible to render services to remaining offices. The existing server needs to be expanded to roll out HRMS to all offices of Government of Odisha. Also other process automation modules such as recruitment, training, loan, leave, performance appraisal etc are to be implemented for speedy disposal of HR related issues of employees. The employees will start using the HRMS to put forward all requests for each G2E1 services. Mobile applications will be integrated to the system for the convenience of employees and authorities.

1.6 Stakeholder Details Proposed system have basically two types of stakeholders, those are Primary Stake-

holders and Secondary Stakeholders. Category wise list of stakeholders their numbers and role in the system is given below for reference:

1.6.1 Primary Stakeholders

Stakeholders Role Current Strength

Projected Strength

General Administration Department System Administration 1 1

Administrative Departments (AD) Cadre Management, Issuing Orders, Viewing MIS, Accessing Decision Support Tools, Dashboards etc

40 40

Director of Treasuries and Inspection Employee bill Processing 1 1

Heads of Departments (HoD) Cadre Management, MIS 104 104

Accountant General/ Controller of Accounts etc

GPF/ TPF/ PPF management

3 3

OPSC/ OSSC/ OSSSC Recruitment processes 3 3

Training Institutions Training processes 3 3

Administrative Tribunals HR Litigation Processes 2 2

Drawing & Disbursing Offices (DDO) Maintaining Service Book, Generating Pay bill etc

6,500 10,000

Employees Put forward request for G2E Service, Viewing approvals, pay slip and related accounts

3.75 Lakh

10 Lakh

1.6.2 Secondary Stakeholders

Stakeholders Role Current Strength

Projected Strength

Citizen using computers/ internet For searching of responsible authority (employee) for a particular service for a particular locality.

50Lakhs 75Lakhs

1 Government to Employee (G2E) services

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 8 of 57

2 Instructions to the Bidders

2.1 General While every effort has been made to provide comprehensive and accurate

background information and requirements and specifications, bidders must form their own conclusions about the SI support required. Bidders and recipients of this RFP may wish to consult their own legal advisers in relation to this RFP.

All information supplied by Bidders may be treated as contractually binding on the Bidders, on successful award of the assignment by the CMGI on the basis of this RFP.

No commitment of any kind, contractual or otherwise shall exist unless and until a formal written contract has been executed by or on behalf of the CMGI. Any notification of preferred bidder status by the CMGI shall not give rise to any enforceable rights by the Bidder. The CMGI may cancel this public procurement at any time prior to a formal written contract being executed by or on behalf of the CMGI.

This RFP supersedes and replaces any previous public documentation & communications, and bidders should place no reliance on such communications.

2.2 Compliant Tenders / Completeness of Response Bidders are advised to study all instructions, forms, requirements, appendices and

other information in the RFP documents carefully. Submission of the bid / proposal shall be deemed to have been done after careful study and examination of the RFP document with full understanding of its implications.

Failure to comply with the requirements of this paragraph may render the Proposal non-compliant and the Proposal may be rejected. Bidders must: Comply with all requirements as set out within this RFP. Submit the forms as specified in this RFP and respond to each element in the

order as set out in this RFP Include all supporting documentations specified in this RFP

2.3 Pre-Bid Meeting & Clarifications

2.3.1 Bidders Queries CMGI shall hold a pre-bid meeting with the prospective bidders on 20-Sep-2019, 3.30 PM at Center for Modernising Government Initiative (CMGI), 1st Floor, A-2, Toshali Bhawan, Satya Nagar, Bhubaneswar, Odisha.. The Bidders will have to ensure that their queries for Pre-Bid meeting should reach at the following address: The Executive Director, Center for Modernising Government Initiative (CMGI), 1st Floor, A-2, Toshali Bhawan, Satya Nagar, Bhubaneswar, Odisha. eMail: [email protected]

only by email on or before 17-sep-2019. The queries should necessarily be submitted in the following format:

Sl. No.

RFP Document Reference(s) (Section & Page Number(s))

Content of RFP requiring Clarification(s) Points of Clarification

1

2

3

CMGI shall not be responsible for ensuring that the bidders‟ queries have been received by them. Any requests for clarifications post the indicated date and time may

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 9 of 57

not be entertained by the CMGI.

2.3.2 Responses to Pre-Bid Queries and Issue of Corrigendum The Nodal Officer notified by the CMGI will endeavor to provide timely response to all queries. However, CMGI makes no representation or warranty as to the completeness or accuracy of any response made in good faith, nor does CMGI undertake to answer all the queries that have been posed by the bidders. At any time prior to the last date for receipt of bids, CMGI may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the RFP Document by a corrigendum. The corrigendum (if any) & clarifications to the queries from all bidders will be posted on the http://www.cmgi.org.in and emailed to all participants of the pre-bid conference. Any such corrigendum shall be deemed to be incorporated into this RFP. In order to provide prospective Bidders reasonable time for taking the corrigendum into account, CMGI may, at its discretion, extend the last date for the receipt of Proposals.

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 10 of 57

3 Key Requirements of the Bid

3.1 Right to Terminate the Process CMGI may terminate the RFP process at any time and without assigning any reason.

CMGI makes no commitments, express or implied, that this process will result in a business transaction with anyone.

This RFP does not constitute an offer by CMGI. The bidder's participation in this process may result in CMGI selecting the bidder to engage towards execution of the contract.

3.2 RFP Document Fees RFP document can be downloaded from http://www.cmgi.org.in. The bidders are

required to submit the document fee of Rs.10,400/- (Rupees Ten Thousand Four Hundred) only by Demand Draft in favour of Executive Director, CMGI and payable at Bhubaneswar from any of the scheduled commercial bank along with the Proposal. Proposals received without or with inadequate RFP Document fees shall be rejected.

3.3 Earnest Money Deposit (EMD) Bidders shall submit, along with their Bids, EMD of Rs.15,00,000/- (Rupees Fifteen

Lakh) only, in the form of a Demand Draft from a scheduled commercial bank OR Bank Guarantee (in the format specified in Appendix I: Form 6) issued by any nationalized bank in favor of Executive Director, CMGI, payable at Bhubaneswar, and should be valid for 180 days from the due date of the tender / RFP.

EMD of all unsuccessful bidders would be refunded by CMGI within 180 days of the bidder being notified as being unsuccessful. The EMD, for the amount mentioned above, of successful bidder would be returned upon submission of Performance Bank Guarantee as per the format provided in Appendix III.

The EMD amount is interest free and will be refundable to the unsuccessful bidders without any accrued interest on it. The bid / proposal submitted without EMD, mentioned above, will be summarily rejected.

The EMD may be forfeited:

If a bidder withdraws its bid during the period of bid validity.

In case of a successful bidder, if the bidder fails to sign the contract in accordance with this RFP.

3.4 Authentication of Bids A Proposal should be accompanied by a power-of-attorney in the name of the

signatory of the Proposal.

3.5 Preparation and Submission of Proposal

3.5.1 Proposal Preparation Costs The bidder shall be responsible for all costs incurred in connection with participation in the RFP process, including, but not limited to, costs incurred in conduct of informative and other diligence activities, participation in meetings/ discussions/ presentations, preparation of proposal, in providing any additional information required by CMGI to facilitate the evaluation process, and in negotiating a definitive contract or all such activities related to the bid process. CMGI will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

3.5.2 Language The Proposal should be filled by the bidders in English language only. If any supporting documents submitted are in any language other than English, translation of

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 11 of 57

the same in English language is to be duly attested by the Bidders. For purposes of interpretation of the documents, the English translation shall govern.

3.5.3 Venue & Deadline for Submission of proposals Proposals, in its complete form in all respects as specified in the RFP, must be

submitted only through Government of Odisha e-Tender portal (https://tendersodisha.gov.in) on or before 17.09.2019, 5.00 PM.

Bids received after the due date and the specified time (including the extended period if any) for any reason whatsoever, shall not be entertained and shall be returned unopened.

The bids submitted by Courier/telex/ telegram/ fax/ e-mail etc. shall not be considered. No correspondence will be entertained on this matter.

The bids submitted by hand will not be accepted.

CMGI reserves the right to modify and amend any of the above-stipulated condition/criterion depending upon project priorities vis-à-vis urgent commitments.

3.6 Bid Evaluation process CMGI will constitute a Committee to evaluate the responses of the bidders.

The Committee constituted by the CMGI shall evaluate the responses to the RFP and all supporting documents / documentary evidence. Inability to submit requisite supporting documents / documentary evidence, may lead to rejection.

The decision of the Committee in the evaluation of responses to the RFP shall be final. No correspondence will be entertained outside the process of evaluation with the Committee.

The Committee may ask for meetings with the bidders to seek clarifications on their proposals.

The Committee reserves the right to reject any or all proposals on the basis of any deviations.

Each of the responses shall be evaluated as per the criterions and requirements specified in this RFP.

3.6.1 Tender Opening

The Proposals submitted up to 5.00 PM on 09-Oct-2019 through Government of Odisha e-Tender portal (https://tendersodisha.gov.in) will be opened at 3.30 PM

on 15-Oct-2019 by CMGI or any other officer authorized by CMGI.

3.6.2 Tender Validity The offer submitted by the Bidders should be valid for minimum period of 180 days from the date of submission of Tender.

3.6.3 Tender Evaluation Initial bid scrutiny will be held and incomplete details as given below will be treated as non-responsive. If Proposals;

Are not submitted in format as specified in the RFP document Received without the Letter of Authorization (Power of Attorney) Are found with suppression of details With incomplete information, subjective, conditional offers and partial offers

submitted Submitted without the documents requested in the checklist.

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 12 of 57

Have non-compliance of any of the clauses stipulated in the RFP with lesser validity period

All responsive Bids will be considered for further processing as below. CMGI will prepare a list of responsive bidders, who comply with all the Terms and Conditions of the Tender. All eligible bids will be considered for further evaluation by a Committee according to the Evaluation process defined in this RFP document. The decision of the Committee will be final in this regard.

3.6.4 Selection method Least Cost method of selection shall be followed. The bidder will be ranked in order of the cost in financial bids after qualifying the technical bid.

3.7 Criteria for Evaluation

3.7.1 Pre-Qualification (PQ) / Eligibility Criteria

Sl. No.

Basic Requirement

Specific Requirements Documents Required

1 Sales Turnover in Hardware Sales & Maintenance services

Annual Average Turnover of the last three financial years (as per the last published Balance sheets), should have a minimum of 10 Crores that is generated from Hardware supply and their associated maintenance services, packaged software etc.

The company should have made profit in the three financial years, 2015 – 16, 2016-17, 2017-18.

Extracts from the audited Balance sheet and Profit & Loss; OR Certificate from the statutory auditor for last three FY ending 2013-14

2 Letter of authorization from OEM

The bidder should be an OEM or their authorized representative. In case of authorized representative, a letter of authorization from original manufacturer must be furnished.

Letter of authorization; as per template provided

3 Technical Capability

Hardware supplying agency must have successfully undertaken at least the following numbers of systems implementation with engagement(s) of value specified as below : One project of similar nature cost not less than INR 5 Crores; OR Two projects of similar nature cost not less than INR 3.5 Crores each; OR Three projects of similar nature cost not less than INR 2.5 Crores each.

Completion Certificates from the client / Work Order/ MoU / Phase Completion Certificate from the client

Definition of “similar nature” of work: Supply, installation, Testing, and commissioning of System Software, Servers, Storage etc.

The bidder must have expertise/ track record of implementation of Oracle Database and Application Software.

Bidder must exhibit Completion Certificates from at least two clients; OR

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 13 of 57

Sl. No.

Basic Requirement

Specific Requirements Documents Required

Work Order/ MoU + Self Certificate of Completion; OR Work Order/ MoU + Phase Completion Certificate from the client.

4 Quality Certifications

a)ISO 9001 Copy of Certificate

5 Legal Entity The bidder should be a Company registered under the Companies Act, 1956 since last 5 years. Also the company should be registered with the Odisha VAT Authorities & should have up to date VAT Clearance Certificate.

Certificates of Incorporation, Odisha VAT Registration Certificate and Up-to-Date VAT clearance Certificate

6 Local Service Centres

The bidder should have presence in Odisha with support Centers at Bhubaneswar.

A Self certified letter by authorized signatory

7 Blacklisting A self-certified letter by the authorized signatory of the bidder that the bidder has not been blacklisted by any Central / State Government / Public Sector or under a declaration of ineligibility for corrupt or fraudulent practices as of date of publication of this RFP must be submitted on original letter head of the bidder with signature and stamp.

A Self certified letter by authorized signatory

The bidders who meet the pre-qualifications/ eligibility requirements would be

considered for Technical evaluations.

3.8 Technical Evaluation The Product offered should meet all the technical and functional specifications given in the section “Specification” and “Scope of Work”. Non-compliance to any of the technical and functional specification may attract rejection of the proposal. The datasheet of OEM for all products indicating all technical parameters must be enclosed with the technical proposal. The Bidder must highlight relevant point on the submitted datasheet.

Bidders who qualify the technical evaluation will be considered for commercial bid evaluation.

3.9 Commercial Bid Evaluation The Financial Bids of technically qualified bidders will be opened on the prescribed date in the presence of bidder representatives.

The Bidder, who has submitted the lowest Commercial bid, shall be selected as the L1 and shall be called for further process leading to the award of the assignment.

Only fixed price financial bids indicating total price for all the deliverables and services specified in this bid document will be considered.

The bidder should quote price in Indian Rupees only.

The offered price must be exclusive of taxes and duties. The taxes as appropriate &

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 14 of 57

applicable would be paid at the prevalent rates.

Any conditional bid would be rejected.

Errors & Rectification: Arithmetical errors will be rectified on the following basis: “If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If there is a discrepancy between words and figures, the amount in words will prevail”.

3.10 Appointment of System Integrator

3.10.1 Award Criteria CMGI will award the Contract to the successful bidder whose proposal has been determined to be substantially responsive and has been determined as the most responsive bids as per the process outlined above.

3.10.2 Right to Accept Any Proposal and To Reject Any or All Proposal(s) CMGI reserves the right to accept or reject any proposal, and to annul the tendering process / Public procurement process and reject all proposals at any time prior to award of contract, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for CMGI‟s action.

3.10.3 Notification of Award Prior to the expiration of the validity period, CMGI will notify the successful bidder in writing or by fax or email, that its proposal has been accepted. In case the tendering process / public procurement process has not been completed within the stipulated period, CMGI, may like to request the bidders to extend the validity period of the bid. The notification of award will constitute the formation of the contract. Upon the successful bidder's furnishing of Performance Bank Guarantee, CMGI will notify each unsuccessful bidder and return their EMD.

3.10.4 Performance Guarantee The CMGI will require the selected bidder to provide a Performance Bank Guarantee, within 21 days from the Notification of Award, for a value equivalent to 10% of the total cost of ownership. The Performance Guarantee should be valid at least till 60 days of beyond contractual obligation. The selected bidder shall be responsible for extending the validity date and claim period of the Performance Guarantee as and when it is due on account of non-completion of the project and Warranty period. In case the selected bidder fails to submit performance guarantee within the time stipulated, the CMGI at its discretion may cancel the order placed on the selected bidder without giving any notice. CMGI shall invoke the performance guarantee in case the selected Vendor fails to discharge their contractual obligations during the period or CMGI incurs any loss due to Vendor‟s negligence in carrying out the project implementation as per the agreed terms & conditions.

3.10.5 Signing of Contract Post submission of Performance Guarantee by the successful bidder, CMGI shall enter into a contract, incorporating all clauses, pre-bid clarifications and the proposal of the bidder between CMGI and the successful bidder.

[It may be noted that the contract for hardware sales and services is a relatively simpler contract agreement which refers to all the terms and conditions of this RFP and corrigendum]

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 15 of 57

3.10.6 Failure to Agree with the Terms and Conditions of the RFP Failure of the successful bidder to agree with the Draft Legal Agreement and Terms & Conditions of the RFP shall constitute sufficient grounds for the annulment of the award, in which event CMGI may award the contract to the next best value bidder or call for new proposals from the interested bidders.

In such a case, the CMGI shall invoke the PBG of the most responsive bidder.

3.10.7 Fraud and Corrupt Practices The Bidders and their respective officers, employees, agents and advisers shall observe the highest standard of ethics during the Selection Process. Notwithstanding anything to the contrary contained in this RFP, the CMGI shall reject a Proposal without being liable in any manner whatsoever to the Bidder, if it determines that the Bidder has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice (collectively the “Prohibited Practices”) in the Selection Process. In such an event, the CMGI shall, without prejudice to its any other rights or remedies, forfeit and appropriate the Bid Security or Performance Security, as the case may be, as mutually agreed genuine pre-estimated compensation and damages payable to the Authority for, inter alia, time, cost and effort of the Authority, in regard to the RFP, including consideration and evaluation of such Bidder‟s Proposal.

Without prejudice to the rights of the CMGI under Clause above and the rights and remedies which the CMGI may have under the LOI or the Agreement, if an Bidder or Systems Implementation Agency, as the case may be, is found by the Authority to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice during the Selection Process, or after the issue of the LOI or the execution of the Agreement, such Bidder or Hardware Supplier shall not be eligible to participate in any tender or RFP issued by the CMGI during a period of 2 (two) years from the date such Bidder or Hardware Supplier, as the case may be, is found by the CMGI to have directly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as the case may be.

For the purposes of this Section, the following terms shall have the meaning hereinafter respectively assigned to them:

“corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the action of any person connected with the Selection Process (for avoidance of doubt, offering of employment to or employing or engaging in any manner whatsoever, directly or indirectly, any official of the CMGI who is or has been associated in any manner, directly or indirectly with the Selection Process or the LOI or has dealt with matters concerning the Agreement or arising there from, before or after the execution thereof, at any time prior to the expiry of one year from the date such official resigns or retires from or otherwise ceases to be in the service of the CMGI, shall be deemed to constitute influencing the actions of a person connected with the Selection Process); or (ii) save as provided herein, engaging in any manner whatsoever, whether during the Selection Process or after the issue of the LOA or after the execution of the Agreement, as the case may be, any person in respect of any matter relating to the Project or the LOA or the Agreement, who at any time has been or is a legal, financial or technical consultant/ adviser of the CMGI in relation to any matter concerning the Project;

“fraudulent practice” means a misrepresentation or omission of facts or disclosure of incomplete facts, in order to influence the Selection Process;

“coercive practice” means impairing or harming or threatening to impair or harm,

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 16 of 57

directly or indirectly, any persons or property to influence any person‟s participation or action in the Selection Process;

“undesirable practice” means (i) establishing contact with any person connected with or employed or engaged by CMGI with the objective of canvassing, lobbying or in any manner influencing or attempting to influence the Selection Process; or (ii) having a Conflict of Interest; and

“restrictive practice” means forming a cartel or arriving at any understanding or arrangement among Bidders with the objective of restricting or manipulating a full and fair competition in the Selection Process.

3.10.8 Conflict of Interest The Vendor shall disclose to CMGI in writing, all actual and potential conflicts of interest that exist, arise or may arise (either for the Vendor the Bidder‟s team) in the course of performing the Service(s) as soon as practical after it becomes aware of that conflict.

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 17 of 57

4 Terms and Conditions: Post Award of Contract

4.1 Termination Clause

4.1.1 Right to Terminate the Process CMGI reserves the right to cancel the contract placed on the selected bidder and recover expenditure incurred by CMGI under the following circumstances:

The selected bidder commits a breach of any of the terms and conditions of the bid.

The bidder goes into liquidation, voluntarily or otherwise.

An attachment is levied or continues to be levied for a period of seven days upon effects of the bid.

If the selected bidder fails to complete the assignment as per the time lines prescribed in the RFP and the extension if any allowed, it will be a breach of contract.

Reserves its right to cancel the order in the event of delay and forfeit the bid security as liquidated damages for the delay.

If deductions of account of liquidated damages exceeds more than 10% of the total contract price.

In case the selected bidder fails to deliver the quantity as stipulated in the delivery schedule, CMGI reserves the right to procure the same or similar product from alternate sources at the risk, cost and responsibility of the selected bidder.

After award of the contract, if the selected bidder does not perform satisfactorily or delays execution of the contract, CMGI reserves the right to get the balance contract executed by another party of its choice by giving one month‟s notice for the same. In this event, the selected bidder is bound to make good the additional expenditure, which CMGI may have to incur in executing the balance contract. This clause is applicable, if for any reason, the contract is cancelled.

CMGI reserves the right to recover any dues payable by the selected Bidder from any amount outstanding to the credit of the selected bidder, including the pending bills and/or invoking the bank guarantee under this contract.

4.1.2 Consequences of Termination In the event of termination of the Contract due to any cause whatsoever, CMGI shall be entitled to impose any such obligations and conditions and issue any clarifications as may be necessary to ensure an efficient transition and effective business continuity of the Service(s) which the Vendor shall be obliged to comply with and take all available steps to minimize loss resulting from that termination/breach, and further allow the next successor Vendor to take over the obligations of the erstwhile Vendor in relation to the execution/continued execution of the scope of the Contract.

Nothing herein shall restrict the right of CMGI to invoke the CMGI Guarantee and other guarantees, securities furnished, enforce the Deed of Indemnity and pursue such other rights and/or remedies that may be available CMGI under law or otherwise.

The termination hereof shall not affect any accrued right or liability of either Party nor affect the operation of the provisions of the Contract that are expressly or by implication intended to come into or continue in force on or after such termination.

4.2 Liquidated Damages (LD) CMGI has the right to cancel the order at any point of time once the delivery is

delayed. Liquidated damages for late delivery at 0.5% (Zero Point Five percent) of the undelivered portion of order value per week will be charged for every week‟s delay in the specified delivery schedule subject to a maximum of 10% of the order value.

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 18 of 57

For e.g. If Server is delivered but delivery of power cord, to be supplied along with Server, is delayed then LD would be calculated on the total cost of the Server and not on the cost of the power cord alone.

Liquidated damages for late commissioning at 0.5% (Zero Point Five percent) of the order value per week will be charged for every week‟s delay in commissioning to a maximum of 10% of the value of the order value.

Please note that the above LD for delay in delivery and delay in commissioning are independent of each other and shall be levied as the case may be.

CMGI reserves it‟s right to recover these amounts by any mode such as adjusting from any payments to be made by CMGI to the bidder. Liquidated damages will be calculated on per week basis.

4.3 Acceptance Tests Selected bidder in presence of the CMGI authorized officials will conduct acceptance

test at the site. The test will involve installation and commissioning and successful operation of the hardware, software, communication equipment etc. No additional charges shall be payable by the CMGI for carrying out these acceptance tests.

4.4 Audit by Third Party CMGI at its discretion may appoint third party for auditing the activities of onsite

services and operations of entire services provided to the CMGI.

4.5 Penalty The Bidder shall perform its obligations under the agreement entered into with the

CMGI, in a professional manner.

In the event of failure of maintaining the uptime SLA, penalty of 0.5% of the cost of concerned hardware equipment per day would be levied subject to a maximum of 10% of the total project cost.

CMGI may recover such amount of penalty from any payment being released to the vendor, irrespective of the fact whether such payment is relating to this contract or otherwise.

If any act or failure by the bidder under the agreement results in failure or inoperability of systems and if the CMGI has to take corrective actions to ensure functionality of its property, the CMGI reserves the right to impose penalty, which may be equal to the cost it incurs or the loss it suffers for such failures.

CMGI may impose penalty to the extent of damage to its any equipment, if the damage was due to the actions directly attributable to the staff of Bidder.

CMGI shall implement all penalty clauses after giving due notice to the bidder.

If the Bidder fails to complete the due performance of the contract in accordance with the specification and conditions of the offer document, the CMGI reserves the right either to cancel the order or to recover a suitable amount as deemed reasonable as Penalty / Liquidated Damage for non-performance.

4.6 Dispute Resolution Mechanism The Bidder and the CMGI shall endeavor their best to amicably settle all disputes

arising out of or in connection with the Contract in the following manner:

The Party raising a dispute shall address to the other Party a notice requesting an amicable settlement of the dispute within seven (7) days of receipt of the notice.

The matter will be referred for negotiation between CMGI and the Authorized Official of the Bidder. The matter shall then be resolved between them and the agreed course of action documented within a further period of 15 days.

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 19 of 57

In case any dispute between the Parties, does not settle by negotiation in the manner as mentioned above, the same may be resolved exclusively by arbitration and such dispute may be submitted by either party for arbitration within 20 days of the failure of negotiations. Arbitration shall be held in Bhubaneswar and conducted in accordance with the provisions of Arbitration and Conciliation Act, 1996 or any statutory modification or re-enactment thereof. Each Party to the dispute shall appoint one arbitrator each and the two arbitrators shall jointly appoint the third or the presiding arbitrator.

The “Arbitration Notice” should accurately set out the disputes between the parties, the intention of the aggrieved party to refer such disputes to arbitration as provided herein, the name of the person it seeks to appoint as an arbitrator with a request to the other party to appoint its arbitrator within 45 days from receipt of the notice. All notices by one party to the other in connection with the arbitration shall be in writing and be made as provided in this tender document.

Each Party shall bear the cost of preparing and presenting its case, and the cost of arbitration, including fees and expenses of the arbitrators, shall be shared equally by the Parties unless the award otherwise provides. The Bidder shall not be entitled to suspend the Service/s or the completion of the job, pending resolution of any dispute between the Parties and shall continue to render the Service/s in accordance with the provisions of the Contract/ Agreement notwithstanding the existence of any dispute between the Parties or the subsistence of any arbitration or other proceedings. The place of jurisdiction of dispute resolution mechanism will be at Bhubaneswar.

4.7 Notices Notice or other communications given or required to be given under the contract shall

be in writing and shall be faxed/e-mailed followed by hand-delivery with acknowledgement thereof, or transmitted by pre-paid registered post or courier. Any notice or other communication shall be deemed to have been validly given on date of delivery if hand delivered & if sent by registered post than on expiry of seven days from the date of posting.

4.8 Force Majeure Force Majeure is herein defined as any cause, which is beyond the control of the

selected bidder or CMGI as the case may be which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affect the performance of the contract, such as:

Natural phenomenon, including but not limited to floods, droughts, earthquakes and epidemics

Acts of any government, including but not limited to war, declared or undeclared priorities, quarantines and embargos

Terrorist attack, public unrest in work area provided either party shall within 10 days from occurrence of such a cause, notifies the other in writing of such causes. The bidder or CMGI shall not be liable for delay in performing his/her obligations resulting from any force majeure cause as referred to and/or defined above. Any delay beyond 30 days shall lead to termination of contract by parties and all obligations expressed quantitatively shall be calculated as on date of termination. Notwithstanding this, provisions relating to indemnity, confidentiality survive termination of the contract.

4.9 Failure to agree with Terms and Conditions of the RFP Failure of the successful bidder to agree with the Terms & Conditions of the RFP shall

constitute sufficient grounds for the annulment of the award, in which event CMGI may award the contract to the next best value bidder or call for new proposals from the interested bidders or invoke the PBG of the most responsive bidder.

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 20 of 57

5 Specifications CMGI desires a full complement of the Bill of Material specified in the RFP.

5.1 Network Architecture Diagram

Fig 1.0

WEB SERVER (A)

Application Server (A)

DB server (A)

WEB SERVER (A)

Application Server (A)

DB server (A)

SAN Switch1

SAN Switch 2

3PAR Storage

Server Firm Switch (10 Gig)

FIREWALL

Server Firm Switch (10 Gig)

10 Gig

10 Gig

10 Gig

10 Gig

10

Gig

10

Gig

8 Gig

8 Gig

8 Gig

8 Gig

Application Server (A)

Application Server

(A)

FIREWALL

Tape Library

8 Gig

LOAD BALANCER

LOAD BALANCER

Management

Backup Server

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 21 of 57

5.2 Bill of Materials BILL OF MATERIALS

Item UoM Quantity

Blade Chassis Set 01

Application Server (Two Socket Server) Set 06

Database Server(Four Socket Server) Set 02

Storage Set 01

Network Switch Set 02

Firewall Set 01

Server Load Balancer Set 01

RHEL Premium Set 10

PaaS and CaaS solution for JBOSS EAP Set 01

RedHat JBOSS EAP Set 01

SCOPE OF WORK

a) All the equipment proposed by the bidder must be supported by OEM for minimumperiodof6 years from date of publication of the RFP.

b) All the equipment proposed by bidder must be IPv6 ready certified (Else, declaration from OEM must be submitted)

c) All the hardware equipment proposed by the bidder shall have 5 years 24x7 support from the OEM (Support part numbers to be submitted)

d) All the software proposed by the bidder shall have 5 years 24x7 support from the offered software OEM (Support part numbers to be submitted)

e) Bidder needs to propose backup solution such that when required backup taken in DR site could

be restored in DC. It is bidder‟s responsibility to understand backup solution deployed in DC and

quote additional hardware/software as required to fulfill this requirement.

MINIMUM TECHNICAL REQUIREMENTS

BLADE CHASSIS

Parameter Minimum Requirement

Blade Chassis Solution to house the required number of blade servers in smallest number of enclosures.

Should support full height and half height blades in the same enclosure, occupying a max of 10U rack height

Enclosure should support Intel Xeon processors based 2 CPU and 4 CPU blades

Should support technology built-in to every chassis for Auto-Discovery of resources

Should support linking multiple enclosures together to form single management ring to reduce complexity and provide single console of management for connected enclosures

Interconnects support

Should support housing of FCoE, Ethernet, FC and SAS interconnect fabrics offering redundancy feature. Chassis

should have No Single Point‐of-Failure Architecture with adequate numbers of Interconnect Bays. Should support aggregation of multiple enclosures to consolidate data centre network connections, reduce hardware and to scale network

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 22 of 57

bandwidth across multiple enclosures. Layer 2 network traffic should be switched within enclosure aggregation (without using top of the rack switch)

Converged Interconnect

1. Redundant Interconnect modules to should support aggregate 40Gbps downlink bandwidth to the Blades in redundancy supporting carving virtual NIC and virtual HBA

2. Each virtual HBA should support to transport either Fibre Channel over Ethernet/CEE or Accelerated iSCSI protocol

3. Should support at least 40Gbps for external uplink to Ethernet and 64Gbps bandwidth for FC uplinks

4. Any other intermediate switch/modules if required should be included in solution with 1:1 non-blocking architecture

5. Redundant connectivity must be provisioned for each blade server where each such connectivity should allow bandwidth allocation of minimum 10Gbps for Ethernet, 8Gb for FC/FCoE and 2Gbps for Management.

External Connectivity a) Chassis should be provisioned with redundant Ethernet modules as well as redundant FC modules.

b) Minimum 6 nos 40Gbps QSFP/QSFP28 ports shall be provisioned per each Ethernet module populated with 40G-SR BiDi Transceivers.

c) Minimum 12 nos 16Gb FC ports shall be provisioned per each FC module.

Power Supply 1. The enclosure should be populated fully with power supplies of the highest capacity available with the vendor. Power supplies should be supplied with N+N redundancy

2. Power supply should be N+N redundant even when the chassis is fully populated with highest watt processor available in the processor category from Intel in offered model

3. Should offer a single phase power subsystem enabled with technologies for lower power consumption and offering Platinum energy efficiency.

Cooling Each blade enclosure should have a cooling subsystem consisting of redundant hot pluggable fans or blowers enabled with technologies for improved power consumption and acoustics

System Software Management/controlling software‟s have to be from the hardware OEM.

Chassis Management Capabilities

1. Solution should support redundant physical management appliances within/ outside the enclosure with failover and high-availability

2. Should support auto-discovery of Compute, Memory and Fabrics within an enclosure or on multiple connected enclosures

3. Should support activity, Health and Power LEDs/LCDs for immediate status

4. Should support software-defined intelligence for configuring profiles to provision compute, fabrics and images

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 23 of 57

5. Should offer collaborative user interface which support logical resources to physical resources mapping, Smart Search, Activity Log, HTML5 mobile access, and Customizable Dashboard

6. Should provide a dedicated GbE or higher management network for communications, separate from data plane

7. Should support reporting capabilities for

8. asset and inventory information for the devices in the enclosures

9. Thermal and power information, including real-time actual power usage per server and per enclosure

10. Reports should be exportable to csv or Microsoft Excel format

Integration with virtualization and open source software

Should support integration with popular virtualization offerings VMware v Center and Microsoft system centre

BLADE SERVER (TWO SOCKET)

Parameter Minimum Requirement

CPU Latest Generation x86-64 Bit, Populated with 2 No of Multi-tasking Processors having min 16 Cores 2.80 GHz each. Processor should be from latest announced series.

Motherboard Intel C621 Series Chipset

Memory Should be configured with 16 GB Per core RAM. Memory should be scalable to double the capacity configured

Memory Protection Advanced ECC with multi-bit error protection, Online spare

Hard disk drive with carrier

2 * 2.4TB hot plug SFF SAS drives.

Storage Controller 12Gb/s SAS Raid Controller with RAID 0/1/1+0 and shall have at-least 1GB flash backed write cache.

Networking features Converged Network Adaptor with 40Gbps bandwidth i.e. 4 x 10Gbps or 2 x 20Gbps which supports carving virtual NIC and virtual HBA per downlink port

Blade Server Connectivity to SAN

Should be capable of supporting 16Gb Dual port FC HBA internal to the Server Blade

Bus Slots Minimum of 3 Nos of x16 PCIe 3.0 based mezzanine slots supporting Converged Ethernet, Ethernet, FC, and SAS adaptors.

Embedded system management

1. Should support Gigabit out of band management port to monitor the servers for ongoing management, service alerting and reporting

2. Should support UEFI to configure and boot the servers securely

3. System should support RESTful API integration

4. System management should support provisioning servers by discovering and deploying 1 to few servers with embedded Provisioning tool

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 24 of 57

5. System should support embedded remote support to transmit hardware events directly to OEM or an authorized partner for automated phone home support

OS Support 1. Microsoft Windows Server

2. Red Hat Enterprise Linux (RHEL)

3. SUSE Linux Enterprise Server (SLES)

4. VMware

System tuning for performance

1. System should support feature for improved workload throughput for applications sensitive to frequency fluctuations. This feature should allow processor operations in turbo mode without the frequency fluctuations associated with running in turbo mode

2. System should support workload Profiles for simple performance optimization

Embedded Remote Management and firmware security

1. System remote management should support browser based graphical remote console along with Virtual Power button, remote boot using USB/CD/DVD Drive. It should be capable of offering upgrade of software and patches from a remote client using Media/image/folder; It should support server power capping and historical reporting and should have support for multifactor authentication

2. Server should have dedicated remote management port

3. Remote management port should have storage space earmarked to be used as a repository for firmware, drivers and software components. The components can be organized in to install sets and can be used to rollback/patch faulty firmware

4. Server should support agentless management using the out-of-band remote management port

5. The server should support monitoring and recording changes in the server hardware and system configuration. It assists in diagnosing problems and delivering rapid resolution when system failures occur

6. Applications to access the server remotely using popular handheld devices based on Android or Apple IOS should be available

7. Remote console sharing upto 6 users simultaneously during pre-OS and OS runtime operation, Console replay - Console Replay captures and stores for replay the console video during a server's last major fault or boot sequence. Microsoft Terminal Services Integration, 128 bit SSL encryption and Secure Shell Version 2 support. Should provide support for AES and 3DES on browser. Should provide remote firmware update functionality. Should provide support for Java free graphical remote console.

8. Should support managing multiple servers as one via

9. Group Power Control

10. Group Power Capping

11. Group Firmware Update

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 25 of 57

12. Group Configuration

13. Group Virtual Media

14. Group License Activation

15. Should support RESTful API integration

16. System should support embedded remote support to transmit hardware events directly to OEM or an authorized partner for automated phone home support

Server Management 1. Software should support dashboard view to quickly scan the managed resources to assess the overall health of the data centre. It should provide an at-a-glance visual health summary of the resources user is authorized to view

2. The Dashboard minimum should display a health summary of the following:

• Server Profiles

• Server Hardware

• Appliance alerts

3. The Systems Management software should provide Role-based access control

4. Management software should support integration with popular virtualization platform management software like vCenter, and SCVMM

5. Should help provide proactive notification of actual or impending component failure alerts on critical components like CPU, Memory and HDD

6. Should provide an online portal that can be accessible from anywhere. The portal should provide one stop, online access to the product, support information and provide information to track warranties, support contracts and status. The Portal should also provide a Personalised dashboard to monitor device heath, hardware events, contracts, and warranty status. Should provide a visual status of individual devices and device groups. The Portal should be available on premise (at our location - console based) or off premise (in the cloud).

7. Should help to proactively identify out-of-date BIOS, drivers, and Server Management agents and enable the remote update of system software/firmware components

8. The Server Management Software should be of the same brand as of the server supplier.

BLADE SERVER (FOUR SOCKET)

Parameter Minimum Requirement

CPU Latest Generation x86-64 Bit, Populated with 4 No of Multi-tasking Processors having min 16 cores 2.80 GHz each. Processor should be from latest announced series.

Motherboard Intel C621 Series Chipset

Memory Should be configured with 16 GB Per core RAM. Memory should be scalable to four times the capacity configured

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 26 of 57

Memory Protection Advanced ECC with multi-bit error protection, Online spare

Hard disk drive with carrier

4 * 2.4TB hot plug SFF SAS drives.

Storage Controller 12Gb/s SAS Raid Controller with RAID 0/1/1+0 and shall have at-least 1GB flash backed write cache.

Networking features Converged Network Adaptor with 40Gbps bandwidth i.e. 4 x 10Gbps or 2 x 20Gbps which supports carving virtual NIC and virtual HBA per downlink port

Blade Server Connectivity to SAN

Should be capable of supporting 16Gb Dual port FC HBA internal to the Server Blade

Bus Slots Minimum of 6 Nos of x16 PCIe 3.0 based mezzanine slots supporting Converged Ethernet, Ethernet, FC, and SAS adaptors.

Embedded system management

1. Should support Gigabit out of band management port to monitor the servers for ongoing management, service alerting and reporting

2. Should support UEFI to configure and boot the servers securely

3. System should support RESTful API integration

4. System management should support provisioning servers by discovering and deploying 1 to few servers with embedded Provisioning tool

5. System should support embedded remote support to transmit hardware events directly to OEM or an authorized partner for automated phone home support

OS Support 1. Microsoft Windows Server

2. Red Hat Enterprise Linux (RHEL)

3. SUSE Linux Enterprise Server (SLES)

4. VMware

System tuning for performance

1. System should support feature for improved workload throughput for applications sensitive to frequency fluctuations. This feature should allow processor operations in turbo mode without the frequency fluctuations associated with running in turbo mode

2. System should support workload Profiles for simple performance optimization

Embedded Remote Management and firmware security

1. System remote management should support browser based graphical remote console along with Virtual Power button, remote boot using USB/CD/DVD Drive. It should be capable of offering upgrade of software and patches from a remote client using Media/image/folder; It should support server power capping and historical reporting and should have support for multifactor authentication 2. Server should have dedicated remote management port

3. Remote management port should have storage space earmarked to be used as a repository for firmware, drivers and software components. The components can be organized in to install sets and can be used to rollback/patch faulty firmware

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 27 of 57

4. Server should support agentless management using the out-of-band remote management port

5. The server should support monitoring and recording changes in the server hardware and system configuration. It assists in diagnosing problems and delivering rapid resolution when system failures occur

6. Applications to access the server remotely using popular handheld devices based on Android or Apple IOS should be available

7. Remote console sharing upto 6 users simultaneously during pre-OS and OS runtime operation, Console replay - Console Replay captures and stores for replay the console video during a server's last major fault or boot sequence. Microsoft Terminal Services Integration, 128 bit SSL encryption and Secure Shell Version 2 support. Should provide support for AES and 3DES on browser. Should provide remote firmware update functionality. Should provide support for Java free graphical remote console.

8. Should support managing multiple servers as one via

9. Group Power Control

10. Group Power Capping

11. Group Firmware Update

12. Group Configuration

13. Group Virtual Media

14. Group License Activation

15. Should support RESTful API integration

16. System should support embedded remote support to transmit hardware events directly to OEM or an authorized partner for automated phone home support

Server Management 1. Software should support dashboard view to quickly scan the managed resources to assess the overall health of the data centre. It should provide an at-a-glance visual health summary of the resources user is authorized to view

2. The Dashboard minimum should display a health summary of the following:

• Server Profiles

• Server Hardware

• Appliance alerts

3. The Systems Management software should provide Role-based access control

4. Management software should support integration with popular virtualization platform management software like vCenter, and SCVMM

5. Should help provide proactive notification of actual or impending component failure alerts on critical components like CPU, Memory and HDD

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 28 of 57

6. Should provide an online portal that can be accessible from anywhere. The portal should provide one stop, online access to the product, support information and provide information to track warranties, support contracts and status. The Portal should also provide a Personalised dashboard to monitor device heath, hardware events, contracts, and warranty status. Should provide a visual status of individual devices and device groups. The Portal should be available on premise (at our location - console based) or off premise (in the cloud).

7. Should help to proactively identify out-of-date BIOS, drivers, and Server Management agents and enable the remote update of system software/firmware components

8. The Server Management Software should be of the same brand as of the server supplier.

FIREWALL

Minimum Requirement

UTM should be multi core 64bit processor based modular architecture

Firewall Throughput (IMIX): 20Gbps or better

IPS Throughput: 10Gbps or better

Anti-Virus Throughput: 10Gbps or better

Concurrent Sessions: 30 Million or better

New Sessions/connections per second: 200,000

NGFW Throughput: 8Gbps or better

Minimum 24GB or more RAM

Network Interfaces: 8 x 10/100/1000BaseT Ports, and 4 x 10GbE SFP and expandable to additional 4 x 10GbE SFP+ and 2 X40GbE QSFP+ future ready ports.

Internal Storage: 400GB SSD with RAID or higher along with Hot Swap Redundant Power Supply & Hot swappable Fan Tray

Shall support 802.1Q VLANs

Shall support deployment in Active-Active HA mode and state full failover with Multiple ISP Link Aggregation Support (minimum 4 nos.)

Shall provide IPSEC, L2TP VPN in the same appliance

Shall provide state full firewall, integrated GUI access, auto backup option.

Shall provide Gateway Anti-Virus & Anti - Malware with capability to scan, detect,: remove and/or quarantine packets infected with Virus, Trojan, works, etc.

Shall provide spam filtering based on RBL checks, IP address blacklists, subject line and MIME header and provide facility to quarantine or redirect spam or suspected spam mails to a designated address.

Shall support source and destination NAT, NAT Traversal for Voice protocols.

Shall have protocol anomaly detection and support IPS signatures with provision for regular updates.

It shall be possible to define custom IPS policies.

Shall provide Application and web filtering features

Shall support filters/policies based on user identity, IP address, MAC address.

Shall support configuration of different security zones and apply access control policies/filters based on zones.

Shall provide mechanisms to detect and protect from DoS, DDoS attacks and spoof

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 29 of 57

Shall have capability to filter websites various categories including URL, keywords, file/MIME type as well as custom categories/keywords and block pages suspected of containing phishing and/or pharming links

Shall support data leakage control by way of uploads

Shall be capable of providing application security based on application categories including - P2P, Gaming, Internet Proxies. Etc.

Shall support web application protection by preventing common application based threats.

Shall provide mechanism to control and block instant messaging clients including prevention of IM based file transfers.

The solution should have 6 Gbps of VPN throughput and shall support minimum 200 clientless SSL VPN tunnels from day one without any extra cost.

Shall support DES, 3DES, AES encryption along with SHA-1, MD5 authentication

Shall support RIPv1&v2, OSPF, BGP and policy based routing, and Multicast Routing PIM,IGMP

Shall support user/category/application/IP based bandwidth management and load balancing

Shall support time based access control, Data transfer quota,

Shall support local authentication server as well as integration with LDAP/Active Directory and RADIUS Servers

Shall support DHCP Relay, NTP/SNTP, SNMP, Syslog

It shall support management through web based GUI and CLI by way of serial console, Telnet and SSH.

Shall support logging, viewing and reporting of all UTM services including firewall, IPS, Web & Application control, Anti-Virus etc.

Solution should have option to work along with Endpoint to provide synchronized security

Solution should have an option to work along with endpoint for synchronized apps detection and control

Firewall should be managed by Firewall manager with capacity of manage minimum 20 appliances

The next generation firewall should support dual anti malware engine from day one

Should support malicious traffic detection to protect any command and control connections for infected servers.

Should have email protection & inbuilt Web application firewall to manage 30 servers

Shall include One/three years warranty for the appliance along with license & subscription for Gateway Antivirus, Advance Threat prevention, Web / URL Filtering, content and application filtering, Email protection, Email encryption, Web Application Firewall and IPS. License period will be counted after activation. 24X7 warranty and support from OEM

Certification ICSA Firewall - Corporate or Equivalent

OEM should be leader in Gartner UTM Magic Quadrant for last 3 years

NETWORK SWITCH

Parameter Minimum Requirement

SwitchArchitectureandPerformance

Switchshouldhavemodularchassisbasedarchitecture withminimum 4I/O slots

Switchshouldsupport minimum3Tbpsswitchingcapacityandminimum 3Bppsof

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 30 of 57

forwardingrate

Switchshouldprovide minimum latency of 1µs

Switchhardwareshouldbe readytosupport 10GE, 25GE, 40GE and 100GEEthernet I/Omodules. Native FC and FCoE modules must be supported for storage devices connectivity.

SwitchshouldhavesuitableVisualIndicatorsfordiagnosticsandhealthy/unhealthystatusofPorts&modules.

Switch shall have Data Center Bridging (DCB) protocols including IEEE 802.1Qbb Priority Flow Control (PFC), Data Center Bridging Exchange (DCBX), IEEE 802.1Qaz Enhanced Transmission Selection (ETS), and Explicit CongestionNotification (ECN) for converged FCoE, iSCSI and RoCE environments.

SwitchshouldhaveIPv6readinessfrom day1

Switch shall have VxLAN support in hardware

Switchshouldsupport linkaggregation

Switchshould not haveanyslotdependencyfor I/O modules. AllkindofI/O modulescangoinanyofavailable 4I/Oslots

Switch shall have OVSDB support for dynamic VxLAN configuration

Redundancy Switch should be provided with redundant Fans and Power supply(N+N or N+1 configuration)

Switch shall have ISSU feature

Switch shall have dedicated stacking ports to meet the stacking bandwidth of 300Gbps. Stacking module/accessory must be provided.

Required Port Densities

Each Switch should have: a) 24‐port 10G SFP+ interfaces (all SFP+ ports to be

populated with 10G-Base SR transceivers) b) 24-port 10G BaseT interfaces c) 16-port 40G QSFP+ interfaces (all QSFP+ ports to be

populated with 40GE BiDi transceivers) d) Switch should be offered with minimum 1 free slots after

meeting all port requirements as per RFP

Licenses Each Switch should have adequate software license to support ACL, Policies, 802.1D/W/S, 802.1p/Q, Switch Clustering (Active-Active), L3 Routing and Switching (IGMP, PIM, RIPv1/2, OSPF), VRRP, Complete IPv6 management and IPv6 routing feature, DOS Protection

Maximum port densities supported

Minimum 96 no of 10 Gig ports or higher to be supported

Minimum 64 interfaces of 40G to be supported

Minimum 32 ports of 100G to be supported

Layer 2 Features IEEE 802.1Q VLAN tagging with minimum 4000 VLANs support from day 1

Support for minimum 128K MAC addresses

Spanning Tree Protocol as per IEEE 802.1d

Multiple Spanning‐Tree Protocol as per IEEE 802.1s

Rapid Spanning‐Tree Protocol as per IEEE 802.1w

Self‐learning of unicast & multicast MAC addresses and associated VLANs

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 31 of 57

Jumbo frames up to 9000 bytes

Link Aggregation Control Protocol (LACP) as per IEEE 802.3ad

Switch hardware should support IEEE 802.1ah or IEEE 802.1ad

Switch Hardware must support network virtualization technology such as TRILL or SPB from day 1

Layer 3 Features Inter‐VLAN IP routing for full layer 3 routing between two or more VLANs.

Switch should have minimum 64K IPv4 and 64K IPv6 routing entries

Switch hardware should support IEEE 802.1aq standard of shortest path bridging mac or IETF TRILL

Quality of Service (QoS) Features

Switch should support classification and scheduling as per IEEE 802.1P on all ports

Switch should support DiffServ as per RFC 2474/RFC 2475

Switch should support eight hardware queues per port.

Switch should support QoS configuration on per switch port basis

Switch should support classification and marking based on IP Type of Service (TOS) and DSCP

Switch should provide traffic shaping and rate limiting features (for egress as well as ingress traffic) for specified Host, network, Applications etc.

Security Features Switchshouldsupport AccessControl Lists(ACLs)onallswitchports

Switchshouldsupport Port as well as VLANbasedFilters / ACLs

Switchshouldsupport RADIUSandTACACS+ foraccessrestrictionandauthentication

SecureShell(SSH) Protocol,HTTPandDoS protection

IP RouteFiltering, Anti‐spoofingetc

Management Features

Switchshouldhave aconsole portwith RS‐232Interface

Switchshould be SNMPmanageablewithsupport forSNMPVersion1,2and3.

Switchshouldsupport all thestandardMIBs (MIB‐I&II).

SwitchshouldsupportTELNETandSSHVersion‐2for Command Line Management

Switchshouldsupport 4groupsofembeddedRMON(history,statistics, alarmandevents).

Switchshouldsupport System&Event loggingfunctions as well asforwardingoftheselogsto syslogserverforlogmanagement

Switchshouldsupport Multipleprivilegelevelsto providedifferentlevelsofaccess.

Switchshouldsupport NTP(NetworkTimeProtocol)asper RFC1305.

Switchshouldsupport FTPandTFTP

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 32 of 57

Warranty & Support Comprehensive warranty with both hardware and software support for 5-years on 24x7 basis.

LOAD BALANCER

Parameter Minimum Requirement

Hardware Should be appliance based solution with high performance purpose built hardware.

The appliance should have 32 GB RAM for support for multiple load balancing functions

The appliance should support minimum 512GB SSD drive for performance and power savings benefits at the component level

The appliance should have minimum 4 gigabit copper ports and 2x10GbE SFP+ ports

The appliance should have 20Gbps of throughput from day one

The appliance should capable of handling 4M concurrent connection

Appliance should provide full ipv6 support and OEM should be IPv6 gold-certified. OEM should be listed vendor for IPv6 phase-2 certification.

The appliance should have 1.5Gbps of compression throughput

Load balancing Features

The appliance should support layer 2 to layer 7 load balancing

The appliance should support server load balancing algorithms i.e. round robin, weighted round robin, least connection, Persistent IP, Hash IP, Hash Cookie, consistent hash IP, shortest response, proximity, SNMP, SIP session ID, hash header etc.

Should support one arm, reverse and transparent proxy mode deployment scenarios and should support nested layer7 and l4 policies.

Should maintain server persistency based on source IP and destination IP, http header, URL, cookie and SSL ID.

The appliance should support multi-port, scripted and custom health check with content verification

Should provide application & server health checks for well-known protocols i.e. ARP, ICMP, TCP, DNS, RADIUS, HTTP/HTTPS, RTSP etc..

The appliance should have and/or relationship to check various dependencies for the application delivery

should support layer4 and layer 7 load balancing for HTTP/HTTPS, FTP/FTPS, SIP, RTSP , RDP, TCP, TCPS and UDP protocols

Should support minimum 100 Servers & Maximum 2000

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 33 of 57

Servers for load balancing

Should support graceful shut down of real services

Clustering & Failover Should provide comprehensive and reliable support for high availability based on Per VIP based Active-active & active standby unit redundancy mode.

Stateful session failover with Connection mirroring support

Appliance should not have any limitations for connection mirroring

Should support USB based FFO link to synchronize configuration at boot time of HA

should have support for secondary communication link for backup purpose

Support for multiple communication links for real time configuration synchronizations including HA group, gateway health check, decision rules, SSF sessions etc. and heartbeat information

should have support for secondary communication link for backup purpose

Should support floating IP address and group for stateful failover support. Appliance should have support 256 floating ip address for a floating group

should support built in failover decision conditions including unit failover, group failover and reboot

should also have option to define customized rules for gateway health check - the administrator should able to define a rule to inspect the status of the link between the unit and a gateway

Configuration synchronization at boot time and during run time to keep consistence configuration on both units.

The appliance should support software based site selection feature to provide global load balancing features on same appliance

The appliance should support global load balancing algorithms like global round robin (grr), VIP based weighted global round robin, global connection overflow, global least connections, IP overflow, Proximity etc.,

SSL Acceleration Features

Appliance should have minimum 10Gbps of SSL throughput from day one

The appliance should have 20K SSL TPS/CPS (RSA 2K) , 14 K ECC TPS (ECDSA P256)

The appliance should support Certificate format as “OpenSSL/Apache, *.PEM", "MS IIS, *.PFX", and "Netscape, *.DB".

The appliance should have additional hardware card to perform the SSL offloading / acceleration for 1024 and 2048 bit certificates.

The appliance should support use of password protect Certificate/Private Key backup/restore to/from local disk or remote TFTP server, and through Web UI

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 34 of 57

The appliance should support Self generates CSR (Certificate Signing Request), self-signed Certificate and private key for specified host.

The appliance should support customization for SSL Error pages.

The appliance should support HTTP to HTTPS location header rewrite for enhanced application delivery support

The appliance should have end to end SSL support to act as a SSL Server and/or as SSL Client

Should support client certificate verification, certificate bases access control, CRL's (HTTP, FTP ,LDAP) and OSCP protocol

Security and Application Acceleration

Should provide performance optimization using TCP connection multiplexing, TCP buffering and IEEE 802.3ad link aggregation.

Should support TCP optimization options including windows scaling, timestamp & Selective Acknowledgement for enhanced TCP transmission speed.

TCP optimization option configuration should be defined on per virtual service basis not globally.

Appliance should provide real time Dynamic Web Content Compression to reduce server load.

Should provide selective compression for Text, HTML, XML, DOC, Java Scripts, CSS, PDF, PPT, and XLS Mime types.

Should provide have provision to define policy to skip compression for selected trouble URL (RegEx, Web Objects) for the specified Virtual.

should provide Advanced high performance memory/packet based Web cache; fully integrated with HTTP/HTTPS

Should provide support for customized cache rules including max object size, TTL objects, refresh time interval etc.

should provide detailed cache access statistics based on ip or http hosts

should support cache refresh with CLI, XML-RPC input commands and "PURGE" request

The appliance should support transparent, layer 7 proxy and triangular mode support

The appliance should support L7 rule based application firewall to protect the internal applications within base license

Should dedicate 25% of RAM for application acceleration feature

Appliance should have security features like reverse proxy firewall, Syn-flood and dos attack protection features from the day of installation.

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 35 of 57

Management The appliance should have extensive report like http squid or customized http logging with inbuilt tcpdump and log collecting functionality

The appliance should have SSH CLI, Direct Console, GUI interface for configuration and reporting, SNMP, Single Console per Cluster, XML-RPC with inbuilt reporting.

The appliance should be dual bootable to fall back to last working configuration

The appliance should support alerting mechanism like mail, Syslog and snmp.

OEM Eligibility Criteria Technical Assistance Center must be available in India since last 5 years with toll free number.

OEM should have minimum 30 employees in India and business commencement in India before 5 years

RMA centre should be available in India

Certificate from OEM to be submitted along with support documents for eligibility criteria verification

OEM should be among top 4 in IDC

STORAGE

Parameter Minimum Requirement

Operating System Support

Windows Server, Enterprise Linux and any virtualizing software

RAID Array should support hardware based RAID 0, 0+1, 1, 5 and 6 levels.

Performance The storage should be configured to deliver minimum of 100000 disk IOPS from day one. The OEM can confirm on their letter head.

Published performance ratings

The offered storage family should have published benchmark (Storage Performance Council or equivalent) of minimum of 220000 IOPS.

Storage Controller

Minimum 4 Controllers in true active-active mode such that a single logical unit can be shared across all offered controllers in symmetrical fashion, while supporting all the major functionalities like Thin Provisioning, thin reclaim and Data Tiering.

In case of failure of any one controller the performance degradation should be limited to 50%.

Storage Capacity Offered Storage array shall be supplied with minimum 10TB usable capacity on RAID1 using SSD drives of not more than 500GB capacity and 10TB usable capacity in RAID1 with SAS-10K drives of not more than 1200GB capacity.

One spare for every 12 drives for SSD and SAS need to be provided

Storage should support RAID 1, 10, 5 and 6

Backend performance

Minimum in total of 384Gb with 12Gb SAS lanes (Minimum 32 x 12Gb lanes)

Scalability Offered storage shall have at-least 50% disk scalability

Host Connectivity 16Gb FC

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 36 of 57

Availability Storage Array shall be configured in a no single point of failure configuration including array controller cards, cache memory, fan, Power supply etc. with N+N redundancy.

Software Licenses

Thin provisioning and thin reclaim software need to be supplied to make the volume thin for an extended period of time for complete array usable capacity. It should support automated thin reclaim else additional controller and cache must be offered to handle the overload.

Software licenses need to be provided with the following features -

i. Snapshot and full copy (Clone) of thin/thick volumes as thin volume.

ii. The storage array should have support for controller-based snapshots functionality (At-least 256 copies for a given volume).

iii. Storage array shall have functionality to re-claim the space from thin provisioned deleted snapshot automatically. Vendors shall provision at-least 20% additional cache over and above the actual requirements, if space re-claim from thin provisioned deleted snapshot is not possible automatically.

iv) Tiering Software to be provided for the capacity. Shall provide dynamic migration of volume from one Raid set to another set while keeping the application online. Storage subsystem shall provide automatic policy based Sub-Lun Data Migration from one Set of drive Tier to another set of drive tier

v) Storage shall support application consistent integration with any Virtualising Software, Oracle etc.

The system must be configured with perpetual licenses for operation of storage device with client agent to be installed on server, backup agent, partitioning and for unlimited number of hosts in high availability.

Offered storage should support Asynchronous and Synchronous storage based replication. Required software license to be provided from Day 1.

Multipath and load balancing software for all SAN connected servers shall be provided.

Other configurations

Front-end Ports, storage Cache, Processor/ASIC need to be configured as per the performance asked in the solution.However minimum 128GB Cache shall be offered upfront.

Storage Management

Storage management software need to be supplied with the storage.

Warranty 5 years comprehensive warranty inclusive of parts and labour. Storage OEM must attend and rectify to service request within 6 hours from placing of complaint.

Field proven with installed base

Offered model/ series of product should have been in operation for nearly minimum 1 year worldwide. OEM should have supplied/installed at least 3 in India.

TAPE LIBRARY

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 37 of 57

Parameter Minimum Requirement

Capacity Shall be offered with Minimum of Two LTO-7 FC tape drive and minimum of 24 cartridge slots. Shall support encryption.

Speed Offered LTO-7 drive shall support 300MB/sec in Native mode.

Scalability Tape Library shall be scalable to dual number of LTO-7 drives

Encryption device Offered Library shall be provided with a hardware device like USB key, separate appliance etc. to keep all the encrypted keys in a redundant fashion.

Connectivity Offered Tape Library shall provide 8Gbps native FC connectivity to SAN switches.

Management Tape Library shall provide web based remote management.

Barcode Reader and Mail slots

Tape library shall support Barcode reader and mail slot.

Other Features 1. Tape Library shall have GUI Panel. 2. Shall be rack mountable.

RHELPREMIUM

Parameter Minimum Requirement

Operating System

RedHat Enterprise Linux Premium (Physical or Virtual) with 5 years L1-L3 support from the OS vendor. This will be deployed in physical and virtual servers during deployment.

Virtualization software

Parameter Minimum Requirement

Hypervisor Virtualization software – hypervisor should be bare metal

Guest OS matrix

The Solution should be able to run various operating systems like windows client, windows server, RHEL,SUSE etc. The Solution should have the capability for creating Virtual Machines templates to provision new servers

Storage Consumption

The Virtualized Machines should be able to boot from iSCSI, FCoE and fiber channel SAN.

Snapshot The Solution should offer snapshots of the Virtual Machines to be able to revert back to an older state, if required.

Feature Matrix

The Solution should provide support for cluster services between Virtual Machines.

The solution should be able to export virtual machines in Open Virtualization Format (OVF).

The Solution should support Live Migration of Virtual Machine from one host to another host.

The Solution should allow configuring each Virtual Machine with one or more virtual NICs. Each of those network interfaces can have its own IP address

The Solution should support configurations of VLANs which are compatible with standard VLAN implementations from other vendors.

Monitor utilization across virtual and physical machines.

Control over movement of virtual machines like restricting VMs to run on selected physical hosts.

Continuously monitor utilization across virtual machines and should able to allocate available resources among virtual machines as required.

Should able to reclaim idle capacity and reallocate necessary VM‟s

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 38 of 57

Virtualization software should be offered with full complete feature set available within the virtualization offering of the OEM.

Centralized management along with its operating system required for the management server need to be provided by the bidder.

The offered software should be offered with update, upgrade, security and bugfix features included for the support period from the OEM directly. The solution should be provided with 5 years 24x7 support directly from OEM.

PaaS and CaaS solution for JBOSS EAP

Parameter Minimum Requirement

General

Container Platform should be 100% OpenSource providing Kubernetes based multi container application orchestration on native docker format container images. It should provide CI/CD capabilities and serve as PaaS & CaaS platform as per requirements. Container Platform should have capability to be deployed & hosted on BareMetal, Private Cloud, Public Cloud. Offered Paas and CaaS solution will be deployed on VM layer in three servers as a distributed environment. JBOSS EAP need to be deployed and configured with container landscape for Dev/Ops and CI/CD landscape. Required licenses/subscription for JBOSS EAP and PaaS and Caas platform need to be offered for optimum design and deployment of the solution.

Container Platform should provide a true polyglot platform that supports multiple programming languages and enterprise middleware services like Java EE, .NET, multiprotocol messaging, integration services and more.

Container Platform should provide realtime insight into the individual containers as well as the entire infrastructure through integration with Unified Cloud Management Portal

Container Platform should be able to configure container health and readiness checks. It should have support for common and custom scheduling patterns: one per node (DaemonSet), with fixed identity (PetSet), predicate based, region based etc

Container Platform should be able to host both Stateless and Stateful application set

Container Platform should have capabilities to perform Source-To-Image (S2I) mechanism for building container images automatically. Should support image build from source code, application binaries (WAR, EAR, etc) and Dockerfile, Webhook support for CI/CD integration etc

Container Platform should be certified and supported on: ○ Java, Ruby, Python, PHP, Node.JS and Perl ○ MySQL, PostgreSQL and MongoDB ○ Full Java EE 6 and 7 with JBoss EAP ○ JBoss Middleware (JWS, EAP, BRMS, BPM, JDG, Fuse, AMQ and SSO) ○ Mobile and API Gateway

Container Platform should include certified Jenkins Image, provide orchestration support in Jenkins, provide support for dynamic provisioning of Jenkins slaves and should have integration capability with CloudBees Enterprise Jenkins

Container Platform should have service discovery capability through Kubernetes services with integrated DNS. Kubernetes services can proxy scaled containers as well as a user defined heterogenous set of containers

Container platform should provide log aggregation and management with builtin Elasticsearch, Kibana etc. It should provide support for integration with monitoring solution for metrics, trends, resource usages etc.

Container Platform should be able to integrate with LDAP/Active Directory, OpenStack Keystone, Github/Gitlab, Google, OpenID and basic remote authentication supported and also provide integrated SSO service as required

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 39 of 57

Container Platform should integrate with through Unified Cloud Management Portal providing visibility into VMs and Containers with automated policy management. It should also perform forensic analysis of VMs and Containers for installed packages and patches.

Container Platform should be able to integrate with LDAP/Active Directory and able provide integrated SSO service as required

Security Container Platform should be deployed on Operating System complying with following security certifications FIPS, OSPP, EAL 4+, USGv6 (nist)

Container Platform should offer isolation between application containers with enterprise security standards

Container platform should provide enterprise grade security where all cluster communications are fully secured by end to end TLS and unique security identities.

Full container security policy should be controlled by administrator and mapped to users or groups for controlling at a fine grained level (UID allocation, Security enhanced policy, access to volumes or host network).

Container platform should provision for Container vulnerability scanning through Unified Cloud Management Portal, OpenSCAP analysis and integration with security solutions like BlackDuck

Networking Container Platform should have builtin Software Defined Network (SDN) with builtin multihost overlay networks, builtin routing etc. It should also integrate with external SDN vendors such as Calico, Contiv, BigSwitch etc.

Monitoring Container Platform should integrate with leading monitoring solutions to perform:

Application performance monitoring (APM) instruments your custom code to identify and pinpoint bottlenecks or errors.

Infrastructure monitoring collects metrics about the host or container, such as CPU load, available memory and network I/O.

Backup Container Platform should integrate with storage backup vendors to provide backup for data stores, API objects, registry storage, volume storage also underlying persistent storage data

Multisite Container Platform should be able to deploy applications across multiple active-active geographically dispersed clusters.

RedHat JBOSS EAP

Parameter Minimum Requirement

Middleware

Red Hat JBoss Enterprise Application Platform, 64-Core Premium for 5 years support from the software OEM. The software need to be provided for 64 Cores to be deployed in two no of Application servers.

5.3 Right to alter Quantities The CMGI reserves the right to alter the number of hardware equipment specified in

the tender in the event of changes in plans of the CMGI. Any decision of CMGI in this regard shall be final, conclusive and binding on the bidder. The CMGI reserves the right to place order for additional hardware equipment at the agreed priced during the contract period with the same terms and conditions.

6 Scope of Project The scope of the project includes supply, install and support of hardware and software

required to setup DR Site for HRMS-Odisha Datacenter.

6.1 Supply of Hardware and Software The vendor is supposed to supply servers, storage, switches, firewalls, load

balancers, Operating System software and backup software for setup of DR Site for HRMS-Odisha datacenter. The list of items to be supplied by the vendor is mentioned in para 6.2 „Bill

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 40 of 57

of Materials‟ section in this RFP.

6.2 Support The vendor has to provide 60 months post installation warranty support on all the

supplied items without any additional cost to the tenderer. For all the packaged software (such as OS and Backup Software), the bidder has to provide technical support services from OEM including supply of updates, upgrades, patches, bug-fixes etc. for the warranty period without any additional cost to the tenderer.

6.3 Maintenance Services The vendor must provide maintenance services that include overall maintenance of

Servers, Network equipment, Storage etc at SDC in Bhubaneshwar. This service includes comprehensive maintenance for the equipment with or without parts warranty for the original supplier as the case may be. This service must cover all equipment including switches, Servers, Storage, Firewall etc. as described in detailed Bill of Materials. The service includes carrying out the necessary repairs and fittings of replacement parts. Dedicated technical account manager is required for all support instances from the OEM. Any call should be directly assigned to him and should be available over phone and mail.. The vendor must also provide training in System Operations to staff of CMGI as and when required. Vendor shall co-ordinate with the OEMs for replacement of any defective item for the equipment, which are under warranty. It is the duty of the vendor to ensure required uptime.

6.4 Preventive Maintenance The Preventive Maintenance or corrective maintenance should be performed by the

vendor before the end of each quarter. He has to furnish the Quarterly Preventive Maintenance Report (PMR) in specific format approved by CMGI. Following additional services need to be provided from Server, storage, tape library OEM:

Firmware patches analysis and recommendations quarterly.

Proactively scan with analysis with recommendations for any issues quarterly.

Incident analysis and trend analysis reports quarterly.

Predictive analytics of proactive report

Follow best practices for server, storage and networking device maintenance and rectifications.

6.5 Service Level

6.5.1 Runtime The run time for Servers and Server system is 24 hrs x 365 days. This refers Server

Systems refers all the connected components to the server such as Storage, Networking equipment etc. Minimum uptime required for the HRMS-Odisha server is 97% measured on quarterly (every 3 months) basis.

In case of failure of any hardware including server, storage, networking equipment etc or system software component including operating system, backup software etc. the vendor must maintain Service Level depending on the severity level of the complaint. CMGI will always decide the severity level of the complaint. However, broad classification of severity level is given below.

(a) Service Level for Severity Level 1 Complaint Severity Level-1 complaint is relating to stoppage of production environment due to

failure of any component of the server including hardware, networking equipment, storage and system software including Operating System, Oracle middleware or database.

The vendor must attend to the case within half an hour of raising the complaint and must bring back the server into production maximum within 24 hrs of complaint. However, the vendor may take maximum 72 hours to resolve the issue completely.

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 41 of 57

(b) Service Level for Severity Level 2 Complaint Severity Level-2 complaint is relating to failure of any redundant component in the

server, when the production is still continuing. The vendor must attend to the case within one hour of raising the complaint and must

resolve the issue maximum within 72 hrs of complaint.

(c) Service Level for Severity Level 3 Complaint Severity Level-3 complaint is relating to failure of any component in the server which

does not affect to the production in anyway. The vendor must attend to the case within 3 hours of raising the complaint and must

resolve the issue maximum within 5 days of complaint.

6.5.2 Preventive Maintenance The Vendor must carry out preventive maintenance on regular basis (Vendor may

decide the periodicity not more than three months) and submit quarterly report without fail. Not maintaining this service level, the vendor may be put to the penal clause.

6.6 Maintenance calls record (log book) A record will be kept about machine failure, which shall have the following

parameters. The history will be recorded and signed by the service engineer of vendor and representatives of the CMGI. This record will be treated as evidence for compliance to the Service Levels.

7 Deliverables & Payment Terms

7.1 Deliverables The Vendor must meet following deliverables within the stipulated time.

7.1.1 Delivery of Hardware and Software The Vendor should deliver the hardware and Software within 60 days from the date of

purchase Order. The software mentioned in this RFP should be delivered along with the

delivery of hardware. Moreover, the vendor must provide server administration software

compatible to the Operating System provided by the Vendor.

7.1.2 Warranty/ Guarantee Certificates The Vendor must submit all warranty certificates duly issued by the respective OEM

for each equipment delivered under this procurement process.

7.1.3 Completion Report on Installation and Commissioning Commissioning of the hardware and software as per the scope of work shall be

completed within 15 working days from the date of delivery of the hardware. The Vendor must

submit a detail report on activities undertaken during installation. The Vendor must submit

installation report with all network drawings. Test report to ensure successful installation must

also be submitted.

7.1.4 User Acceptance Test Report A report relating to acceptance testing conducted before the authority appointed by

CMGI must also be furnished.

7.1.5 Quarterly Maintenance Support Report The Vendor must submit Quarterly Maintenance Support Report at the end of each

quarter. The report must contain all preventive maintenance undertaken on the servers and

other equipment. The vendor must submit a server quarterly health status report for each

equipment checked on regular interval. Any corrective action taken by the vendor must be

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 42 of 57

part of this report. Achievement of the Vendor meeting SLA parameter must also be the part

of Quarterly Maintenance Support Report.

7.2 Payment Terms

7.2.1 Paying Authority Payments as per the Schedule covered here in above shall be paid by this office of

CMGI. However, payment of the Bills would be payable, on receipt of advice/ confirmation for

satisfactory delivery/ installation/ re-installation, live running and service report from the

concerned sites where the purchased equipment have been delivered. Also the bidder has to

submit the certificate of insurance covering all the risks during transit, storage, installation,

commissioning, testing and handling including third part liabilities.

7.2.2 Payment Schedule for Hardware & Software

Sl Milestone Billable Fee (as % of Contract Value)

1 First 70 % of the cost of Hardware and Software along with applicable taxes will be paid on delivery, physical mounting of hardware on racks

2 Second 30% of the cost of Hardware and Software along with applicable taxes after successful commissioning of the project as per the scope of work and on producing user acceptance testing report.

Please Note : Above payment will be processed based on the certification by the Technical Committee of CMGI as already formed on the approval of the Chief Secretary.

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 43 of 57

Appendix I: Forms & Formats for Pre-Qualification & Technical Bid The bidders are expected to respond to the RFP using the forms given in this section and all

documents supporting Pre-Qualification and Technical Evaluation Criteria.

Pre-Qualification Bid and Technical Proposal shall comprise of following forms:

Forms to be used in Pre-Qualification Proposal

Form 1: Compliance Sheet for Pre-qualification Proposal

Form 2: Particulars of the Bidders

Form 3: Project Experience of the Bidder (Last five years)

Form 4: List of Item wise OEM Authorisation

Form 5: Manufacturers'/ Producers‟ (OEMs‟) Authorization Form

Form 6: Bank Guarantee for Earnest Money Deposit (EMD)

Forms to be used in Technical Proposal

Form 7: Compliance Sheet for Technical Proposal

Form 8: Letter of Proposal

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 44 of 57

Form 1: Compliance Sheet for Pre-qualification Proposal

(The pre-qualification proposal should comprise of the following basic requirements. The

documents mentioned in this compliance sheet along with this form, needs to be a part of

the Pre-Qualification proposal)

Sl Basic Requirement Documents Required Provided (Yes/No)

Reference & Page No

1 Legal Entity

Copy of Certificate of Incorporation and Certificate of Commencement issued by the Registrar of Companies

Copy of OVAT Registration

Copy of Uptodate VAT Clearance Certificate

2 Power of Attorney Copy of Power of Attorney in the name of the Authorized signatory

3 Tender Document Fee Demand Draft

4 Earnest Money Deposit

Demand Draft / Bank Guarantee using Form 6

5 Sales Turnover in Hardware & Maintenance Services

Extracts from the audited Balance sheet and Profit & Loss; OR Certificate from the statutory Auditor

6 Particulars of the bidder

As per Form 2

7 Technical Capability

Project Experience in Form 3 with following supporting document. Completion Certificates from the Client; or Work order/ MoU + Self Certificate of completion certified by statutory auditor; or Work Order/ MoU + Phase Completion by client

8 Letter of authorization of OEMs‟

List of Item-wise OEM Authorisation using Form 4. For each item in Form 4 a Letter of authorization from respective OEM using Form 5

9 Local Service Centers A Self Certified letter by an authorized signatory

10 Quality Certifications ISO 9001

11 Blacklisting/ Ineligibility

A self-certified letter

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 45 of 57

Form 2: Particulars of the Bidders

RFP NO: ______________, Date: _______________

1. Name of the Firm/Company

2. Incorporation Status

3. Address of Office

4. Telephone No Fax No

5. Email Address

6. Website

7. Registration No & Date

8. No of Full time personnel:

Operations Other Total

9. No. of years of proven experience of providing similar Services

10. Annual Turnover of the company (in last three years)

Fiscal Year Amount (Rs.)

PBT PAT ATO

2015-2016

2016-2017

2017-2018

11. Certification

Type of Certification Valid From Valid Till Date

ISO IEC 9001

Any Other(Please specify______________________)

Signature of witness Signature of the Tenderer

Date: Date:

Place: Place:

Company Seal

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 46 of 57

Form 3: Project Experience of the Bidder

RFP NO: ______________, Date: _______________

Sl

Name of the Client/ Location

Name of the Project as mentioned in the Work Order

Project Period (Start & End Date)

Name of System Software Installed and Maintained

Bidders Role in the Project

Cost of the Project

Completion Certificate attached (Y/N)

1

2

3

Signature of witness Signature of the Tenderer

Date: Date:

Place: Place:

Company Seal

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 47 of 57

Form 4: List of Item wise OEM Authorisation

RFP NO: ______________, Date: _______________

Sl Item Name of OEM Authorization Certificate attached (Yes/ No)

1 Firewall

2 Load Balancer

3 Server Firm Switch

4 Web and Application Server

5 Directory Server

6 Database Server

7 Enterprise Linux OS

9 Suitable OS for Management Server

8 SAN Switch

9 Storage

10 Tape Library

11 Backup Software

Signature of witness Signature of the Tenderer

Date: Date:

Place: Place:

Company Seal

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 48 of 57

Form 5: Manufacturers'/ Producers’ Authorization Form

Letter No. Date:

To,

Executive Director, Center for Modernising Government Initiative (CMGI), 1st Floor, A-2, Toshali Bhawan, Satya Nagar, Bhubaneswar, Odisha, eMail: [email protected] Dear Sir, Ref: Your RFP Ref: [*] dated [*]

We who are established and reputable manufacturers / producers of ________________________having factories / development facilities at (address of factory / facility) do hereby authorize M/s ___________________ (Name and address of Agent) to submit a Bid, and sign the contract with you against the above Bid Invitation.

We hereby extend our full guarantee and warranty for the Products offered by the above firm against this Bid Invitation.

We also undertake to provide any or all of the following materials, notifications, and information pertaining to the Products manufactured or distributed by the Supplier:

a) Such Products as the Department may opt to purchase from the Supplier, provided, that this option shall not relieve the Supplier of any warranty obligations under the Contract; and

b) in the event of termination of production of such Products:

i. advance notification to the Department of the pending termination, in sufficient time to permit the Department to procure needed requirements; and

ii. Following such termination, furnishing at no cost to the Department, the blueprints, design documents, operations manuals, standards, and specifications of the Products, if requested.

We duly authorize the said firm to act on our behalf in fulfilling all installations, Technical support and maintenance of the product.

Yours faithfully, (Name) (Name of Producers) Note: This letter of authority should be on the letterhead of the manufacturer and should be

signed by a person competent and having the power of attorney to bind the manufacturer.

The Bidder in its Bid should include it.

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 49 of 57

Form 6: Bank Guarantee for Earnest Money Deposit (EMD)

RFP NO: ______________, Date: _______________

Executive Director, Center for Modernising Government Initiative (CMGI), 1st Floor, A-2, Toshali Bhawan, Satya Nagar, Bhubaneswar, Odisha.

Whereas <<Name of the bidder>> (hereinafter called 'the Bidder') has submitted the bid for Submission of RFP <<RFP Number>> dated <<Date>> for Supply, Install and Support of Equipment for Expansion of HRMS-Odisha Datacenter (hereinafter called "the Bid") to CMGI.

Know all Men by these presents that we <<Name of the Bidder>> having our office at <<Address>> (hereinafter called "the Bank") are bound unto the <<Nodal Agency>> (hereinafter called "the Purchaser") in the sum of Rs. <<Amount in figures>> (Rupees <<Amount in words>> only) for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal of the said Bank this <<Date>>

The conditions of this obligation are:

1. If the Bidder having its bid withdrawn during the period of bid validity specified by the

Bidder on the Bid Form; or

2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during

the period of validity of bid

(a) Withdraws his participation from the bid during the period of validity of bid

document; or

(b) Fails or refuses to participate in the subsequent Tender process after having

been short listed;

We undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to <<insert date>> and including <<extra time over and above mandated in the RFP>> from the last date of submission and any demand in respect thereof should reach the Bank not later than the above date.

NOTHWITHSTANDING ANYTHING CONTAINED HEREIN:

I. Our liability under this Bank Guarantee shall not exceed Rs. <<Amount in figures>>

(Rupees <<Amount in words>> only)

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 50 of 57

II. This Bank Guarantee shall be valid upto<<insert date>>)

III. It is condition of our liability for payment of the guaranteed amount or any part thereof

arising under this Bank Guarantee that we receive a valid written claim or demand for

payment under this Bank Guarantee on or before <<insert date>>) failing which our

liability under the guarantee will automatically cease.

(Authorized Signatory of the Bank)

Seal:

Date:

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 51 of 57

Form 7: Compliance Sheet for Technical Proposal (The documents mentioned in this compliance sheet along with this form, needs to be a part

of the Technical proposal. The bidder must obtain and attach the „Product Support

Declaration‟ from OEM against each proposed item under this RFP. Item wise product

support part numbers must be mentioned in the Product Support Declaration issued by OEM.

The Vendor must fill in the following table for each item mentioned in the section 6.2. „Bill of

Materials‟. Bidder need to specify their compliance against each specification of required item

mentioned in section 6.3. „Detail Specification‟. Each feature must be highlighted in the

attached supporting datasheet/ publicly published document)

Name of the Item mentioned in the Bill of Materials

(Ex. Firewall)

Model of the Product Proposed by the Bidder

Version & Year of Release and Expected End-of-Life of

Proposed Product

OEM support declaration is attached (Yes/ No)

Item wise product support part numbers of OEM

Name of OEM of the Proposed Product

Datasheet Attached (Yes/ No)

Features Mandated in RFP Features Proposed by

the Bidder

Compliance to

Features and

Functionalities of

the model

proposed (Put Y

or N only)

Datasheet Reference

Signature of witness Signature of the Tenderer

Date: Date:

Place: Place:

Company Seal

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 52 of 57

Form 8: Letter of Proposal

<Location, Date> Executive Director, Center for Modernising Government Initiative (CMGI), 1st Floor, A-2, Toshali Bhawan, Satya Nagar, Bhubaneswar, Odisha, eMail: [email protected] Subject: Submission of the Technical bid for “Supply, Install & Support of Equipment for

Expansion of HRMS-Odisha Datacenter”

Dear Sir/Madam, We, the undersigned, offer to provide “Supply, Install & Support of Equipment for Expansion

of HRMS-Odisha Datacenter” to the CMGI on with your Request for Proposal dated <insert

date> and our Proposal. We are hereby submitting our Proposal, which includes this

Technical bid and the Financial Bid sealed in a separate envelope.

We hereby declare that all the information and statements made in this Technical bid are true and accept that any misinterpretation contained in it may lead to our disqualification. We undertake, if our Proposal is accepted, to initiate the Implementation services related to the assignment not later than the date indicated in Fact Sheet. We agree to abide by all the terms and conditions of the RFP document. We would hold the terms of our bid valid for 90 days as stipulated in the RFP document.

We understand you are not bound to accept any Proposal you receive.

Yours sincerely, Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address: Location: _____________________________________Date: ___________________________

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 53 of 57

Appendix II: Commercial Proposal :

Commercial Proposals should be submitted through the BoQ of

Odisha Tenders Portal (https://tendersodisha.gov.in) only.

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 54 of 57

Appendix II: Templates

Form 11: Performance Bank Guarantee To, Executive Director, Center for Modernising Government Initiative (CMGI), 1st Floor, A-2, Toshali Bhawan, Satya Nagar, Bhubaneswar, Odisha,

Sub. : Performance Bank Guarantee

Sir,

Whereas, <<name of the supplier and address>> (hereinafter called “the Bidder”) has

undertaken, in pursuance of contract no. <<insert contract no.>> dated. <<insert date>> to

provide Implementation services for <<name of the assignment>> to CMGI (hereinafter

called “the beneficiary”)

And whereas it has been stipulated by in the said contract that the Bidder shall furnish you

with a bank guarantee by a recognized bank for the sum specified therein as security for

compliance with its obligations in accordance with the contract;

And whereas we, <<name of the bank>> a banking company incorporated and having its

head /registered office at <<address of the registered office>> and having one of its office at

<<address of the local office>> have agreed to give the supplier such a bank guarantee.

Now, therefore, we hereby affirm that we are guarantors and responsible to you, on behalf of

the supplier, upto a total of `<<insert value>> (Rupees <<insert value in words>> only) and

we undertake to pay you, upon your first written demand declaring the supplier to be in

default under the contract and without cavil or argument, any sum or sums within the limits

of `<<insert value>> (Rupees <<insert value in words>> only) as aforesaid, without your

needing to prove or to show grounds or reasons for your demand or the sum specified

therein.

We hereby waive the necessity of your demanding the said debt from the Bidder before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the

contract to be performed there under or of any of the contract documents which may be

made between you and the Bidder shall in any way release us from any liability under this

guarantee and we hereby waive notice of any such change, addition or modification.

This Guarantee shall be valid until <<Insert Date>>) Notwithstanding anything contained herein:

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 55 of 57

i. Our liability under this bank guarantee shall not exceed Rs<<insert value>>

(rupees <<insert value in words>> only).

ii. This bank guarantee shall be valid upto<<insert expiry date>>)

iii. It is condition of our liability for payment of the guaranteed amount or any

part thereof arising under this bank guarantee that we receive a valid written claim or demand for payment under this bank guarantee on or before

<<insert expiry date>>) failing which our liability under the guarantee will

automatically cease.

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 56 of 57

8 Glossary

1 A&M Approach & Methodology

2 ATS Annual Technical Support

3 BCA Bachelor of Computer Applications

4 CCN Change Control Notes

5 CD Compact Disc

6 CMGI Center for Modernising Government Initiative

7 COTS Commercially Off The Shelf

8 CS Computer Science

9 CV Curriculum Vitae

10 CVC Central Vigilance Commission

11 DFID Department for International Development

12 DIT Department of Information Technology

13 DR Disaster Recovery

14 EMD Earnest Money Deposit

15 EMS Enterprise Management System

16 EOI Expression of Interest

17 ESH Extender Service Hours

18 GFR General Financial Rules

19 GIS Geographical Information System

20 GoI Government of India

21 ICT Information and Communication Technology

22 INR Indian National Rupee

23 i-OTMS integrated Odisha Treasury Management System

24 IP Implementation Partner

25 IT Information Technology

26 LD Liquidated Damages

27 LLP Limited Liability Partnership

28 LoA Letter of Award

29 LoI Letter of Intent

30 MCA Master of Computer Applications

31 MMP Mission Mode Project

32 MSA Master Services Agreement

33 NeGP National e-Governance Plan

34 O&M Operations and Maintenance

35 OEM Original Equipment Manufacturer

36 PAN Permanent Account Number

37 PBG Performance Bank Guarantee

38 PoA Power of Attorney

39 PoC Proof of Concept

40 QCBS Quality Cum Cost Based Selection

41 RFE Request for Empanelment

42 RFP Request for Proposal

Supply, Install & Support of Equipment for Establishment of Data Recovery Site of HRMS-Odisha Datacenter

Page 57 of 57

43 RoC Registrar of Companies

44 SI System Integrator

45 SLA Service Level Agreement

46 SoW Scope of Work

47 T&M Time and Material

48 ToR Terms of Reference

49 UAT User Acceptance Test