26.11.2014 Views

MPED-X-Routing-Tender20080721 - Madhya Pradesh State Excise

MPED-X-Routing-Tender20080721 - Madhya Pradesh State Excise

MPED-X-Routing-Tender20080721 - Madhya Pradesh State Excise

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

BID DOCUMENT<br />

GOVERNMENT OF MADHYA PRADESH<br />

OFFICE OF THE EXCISE COMMISSIONER<br />

MADHYA PRADESH STATE EXCISE DEPARTMENT<br />

MOTI MAHAL, GWALIOR- 474007<br />

BID NO. EC-1/2008<br />

APPOINTMENT OF AGENCY FOR PROVIDING TURNKEY<br />

SOLUTION TOWARDS COMMISSIONING, MANAGEMENT &<br />

MAINTENANCE OF DATA CENTRE INCLUDING MANAGED WIDE<br />

AREA NETWORK WITH SUPPLY & INSTALLATION OF SERVERS,<br />

DESKTOP SYSTEMS AND PERIPHERALS FOR<br />

IMPLEMENTATION OF INTEGRATED COMPUTERISATION AT<br />

STATE EXCISE DEPARTMENT<br />

Received Rs………………………..............................<br />

Issued to M/s..………………………..........................<br />

Vide M.R. No…………………………….…………………….<br />

Dated……………........................……………............<br />

FOR EXCISE COMMISSIONER,<br />

M.P. STATE EXCISE DEPARTMENT,<br />

GOVERNMENT OF MADHYA PRADESH,<br />

GWALIOR – (M.P.)<br />

1


OFFICE OF THE EXCISE COMMISSIONER<br />

MADHYA PRADESH<br />

MOTI MAHAL, GWALIOR – 474007<br />

Telephone: 0751-2452810 FAX: 0751-2435598<br />

COMPETITIVE BIDDING FOR PROVIDING TURNKEY SOLUTION TOWARDS<br />

COMMISSIONING, MANAGEMENT & MAINTENANCE OF DATA CENTRE INCLUDING<br />

MANAGED WIDE AREA NEWORK WITH SUPPLY & INSTALLATION OF SERVERS,<br />

DESKTOP SYSTEMS AND PERIPHERALS FOR IMPLEMENTATION OF INTEGRATED<br />

COMPUTERISATION OF STATE EXCISE DEPARTMENT.<br />

BID REFERENCE: BID NO. EC- 1/2008<br />

Date of Commencement of Sale of<br />

Bid Document<br />

Cost of Bid Document<br />

Postal Charges (if required)<br />

Bid Security<br />

Date and Time for Pre-Bid Meeting<br />

Last Date and Time for Sale of<br />

Bids<br />

Last Date and Time For<br />

Receipt of Bids<br />

Document<br />

Date and Time of Opening of<br />

Bids<br />

Place of sale,<br />

submission and<br />

Opening of Bids and<br />

Pre Bid Meeting<br />

Address for Communication<br />

21 st July 2008<br />

Rs 5000 only<br />

Rs 100 only<br />

Rs 20 Lakhs only<br />

5 th August 2008 at 12:00 noon.<br />

20 th August 2008 up to 12:00 noon.<br />

20 th August 2008 up to 2:00 PM<br />

20 th August 2008 at 3.00 PM onwards<br />

Office of the <strong>Excise</strong> Commissioner,<br />

<strong>Madhya</strong> <strong>Pradesh</strong>,<br />

Moti Mahal,<br />

Gwalior (M.P.) 474007<br />

Office of the <strong>Excise</strong> Commissioner,<br />

<strong>Madhya</strong> <strong>Pradesh</strong>, Moti Mahal, Gwalior (M.P.)<br />

474007, Telephone: 0751-2452810<br />

FAX: 0751-2435598<br />

Note: This Tender Document is not transferable.<br />

2


Table of Contents<br />

SECTION<br />

Page<br />

Numbers<br />

Glossary 04<br />

Section I : Notice Inviting Bids(NIB) 07<br />

Section II : Introduction 09<br />

Section III: Scope of Work 14<br />

Section IV: Hardware Specifications 21<br />

Section V : Roles and Responsibilities 87<br />

Section VI: Project Time Schedule 90<br />

Section VII: Instructions to Bidders and General Conditions 91<br />

Section VIII: Payment Schedule 134<br />

Annexure 1 : List of Project Sites 136<br />

Annexure 2 : Request for clarification form 146<br />

Annexure 3 : Bid Form 147<br />

Annexure 4 : Prequalification form 148<br />

Annexure 5 : Techinical Bid covering Letter 153<br />

Annexure 6 : Performance statement form 155<br />

Annexure 7 : Bid Security form 156<br />

Annexure 8 : Technical Deviation Form 157<br />

Annexure 9 : Time Schedule Form 158<br />

Annexure 10 : Commercial Bid covering Letter 159<br />

Annexure 11 : Commercial Deviation Form 161<br />

Annexure 12 : Bill of Material 162<br />

Annexure 13 : Price schedule for Item no. as mentioned in annexure XII 164<br />

Annexure 14 : Item wise Price schedule 165<br />

Annexure 15 :Format for furnishing the roles and responsibility is case of 168<br />

consortium<br />

Annexure 16 :Format for List of Computer professionals 169<br />

3


Glossary<br />

AAA<br />

BGP<br />

Bidder<br />

BOM/BoM<br />

BPEL<br />

BRI<br />

BSNL<br />

BU<br />

CI<br />

CIR<br />

CLWH<br />

CMDB<br />

CPE<br />

CPU<br />

CTD<br />

DDF<br />

DEO<br />

DMZ<br />

ECO<br />

e-Governance<br />

EMS<br />

ESH<br />

FC<br />

FCB<br />

FLWH<br />

FMS<br />

G2B<br />

G2C<br />

G2G<br />

Gbps<br />

Abbreviations<br />

Authentication, Authorization and Accounting<br />

Border Gateway Protocol<br />

The eligible firms who will participate in tendering process<br />

Bill of Materials<br />

Business Process Execution Language<br />

Basic Rate Interface<br />

Bharat Sanchar Nigam Limited<br />

Bottling Unit<br />

Configuration Item<br />

Committed Information Rate<br />

Country Liquor WareHouse<br />

Configuration Management Database<br />

Customer Premise Equipment<br />

Central Processing Unit<br />

Commercial Taxes Department, GoMP<br />

Digital Distribution Frame<br />

District <strong>Excise</strong> Office<br />

De Militarized Zone<br />

<strong>Excise</strong> Commissioner Office<br />

Electronic Governance<br />

Enterprise Management Systems<br />

Extended Service Hours<br />

Fibre Channel<br />

First Commercial Bid<br />

Foreign Liquor Ware House<br />

Facility Management Services<br />

Government to Business<br />

Government to Customer<br />

Government to Government<br />

Gigabits per second<br />

4


GHz<br />

GoI/GOI<br />

GoMP/GOMP<br />

GUI<br />

IP<br />

IPS<br />

ISDN<br />

ISP<br />

IT<br />

ITB<br />

ITIL<br />

ITSM<br />

LAN<br />

Mbps<br />

MCB<br />

MCU<br />

MIS<br />

MLLN<br />

<strong>MPED</strong><br />

<strong>MPED</strong> SP<br />

MTBF<br />

MTTR<br />

MUX<br />

NAD<br />

NMC<br />

NOC<br />

O & M<br />

OEM<br />

OFC<br />

OSPF<br />

PBH<br />

PO<br />

POP/PoP<br />

PPP<br />

PRI<br />

PSU<br />

QMC<br />

QoS<br />

RAS<br />

RFC<br />

RFP<br />

Giga Hertz<br />

Government of India<br />

Government of <strong>Madhya</strong> <strong>Pradesh</strong><br />

Graphical User Interface<br />

Internet Protocol<br />

Intrusion Prevention System<br />

Integrated Service Digital Network<br />

Internet Service Provider<br />

Information Technology<br />

Invitation to Bidder<br />

Information Technology Infrastructure Library<br />

Information Technology Service Management<br />

Local Area Network<br />

Mega Bits per second<br />

Modified Commercial Bid<br />

Multipoint Control Unit<br />

Management Information System<br />

Managed Leased Line Network<br />

<strong>Madhya</strong> <strong>Pradesh</strong> <strong>Excise</strong> Department<br />

MP Sate <strong>Excise</strong> Department Security Policy<br />

Mean Time Between Failure<br />

Mean Time To Repair<br />

Multiplexer<br />

Network Availability for Divisional Level<br />

Network Management Centre alias NOC<br />

Network Operations Centre<br />

Operations and Maintenance<br />

Original Equipment Manufacturer<br />

Optical Fiber Cable<br />

Open Shortest Path First<br />

Prime Business Hours<br />

Purchase Order<br />

Point of Presence<br />

Public Private Partnership<br />

Primary Rate Interface<br />

Public Sector Undertaking<br />

Quaterly Maintenance Charge<br />

Quality of Service<br />

Remote Access Server<br />

Request for Change<br />

Request for Proposal<br />

5


SAN<br />

SDC<br />

SI<br />

SL<br />

SLA<br />

SNMP<br />

SS<br />

SSL<br />

STM<br />

STPI<br />

TT<br />

UPS<br />

UTP<br />

VLAN<br />

VLSM<br />

VPN<br />

WAN<br />

Storage Area Network<br />

<strong>State</strong> Data Centre<br />

System Integrator (Selected Bidder)<br />

Service Levels<br />

Service level agreement<br />

Simple Network Management Protocol<br />

Soft Switch<br />

Secured Socket Layer<br />

Synchronous Transmission Mode<br />

Software Technology Park of India<br />

Trouble Tickets<br />

Uninterrupted Power Supply<br />

Unshielded Twisted Pair<br />

Virtual LAN<br />

Very Large Subnet Mask<br />

Virtual Private Network<br />

Wide Area Network<br />

6


SECTION I : Notice Inviting Bids (NIB)<br />

OFFICE OF THE EXCISE COMMISSIONER<br />

MADHYA PRADESH, MOTIMAHAL GWALIOR (M.P.)<br />

Invitation of Bid for Appointment of Agency for Providing Turnkey Solution towards<br />

Commissioning, Management & Maintenance of Data Center including Managed Wide<br />

Area Network with Supply & Installation of Servers, Desktop Systems and Peripherals<br />

for Implementation of Integrated Computerisation of the <strong>State</strong> <strong>Excise</strong> Department.<br />

BID No. - EC-1/2008<br />

Dated ____________<br />

<strong>Excise</strong> Commissioner, <strong>Madhya</strong> <strong>Pradesh</strong>, invites sealed Technical and Commercial Bids for<br />

Appointment of Agency for Providing Turnkey Solution towards Commissioning, Management<br />

& Maintenance of Data Center including Managed Wide Area Network with Supply &<br />

Installation of Servers, Desktop Systems and Peripherals for Implementation of Integrated<br />

computerization system of the department.<br />

1. PRINCIPAL ELIGIBILITY CRITERIA:-<br />

(i) The Bidder must be a Company registered under Indian Companies Act, 1956.<br />

(ii) The Bidder must have a minimum turnover of Rs. 100 Crores annually during the last<br />

three financial years consecutively.<br />

(iii) The Bidder should be established, reputed and reliable Organisation in the field of<br />

setting up of IT infrastructure of similar nature (data center setup, network setup and<br />

FMS) and should have implemented minimum three similar Projects in last three years<br />

having worth of three Crores each..<br />

In case of consortium, the Prime Bidders will have to satisfy all the above conditions.<br />

2. Interested Bidders may obtain complete set of Bid document on submission of a written<br />

application to the <strong>Excise</strong> Commissioner, Govt of <strong>Madhya</strong> <strong>Pradesh</strong> alongwith payment<br />

of a non-refundable fee of Rs. 5000/- (Rupees Five Thousand only) in cash or in the<br />

form of Demand Draft in favour of the <strong>Excise</strong> Commissioner, M.P. payable at Gwalior<br />

issued by a Nationalized/Scheduled Bank. The Bid Document may be purchased<br />

personally during office hours on all working days from 21 st July 2008 to 12:00 noon of<br />

20 th August 2008. In case the Bid Document is required to be procured by post,<br />

additional charges of Rs. 100/- (Rupees One Hundred) only must be tendered<br />

alongwith the written application.<br />

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

noon in the Office of <strong>Excise</strong> Commissioner, <strong>Madhya</strong> <strong>Pradesh</strong>, Moti Mahal Gwalior- MP.<br />

4. Address for communication: Office of the <strong>Excise</strong> Commissioner,<strong>Madhya</strong> <strong>Pradesh</strong>, Moti<br />

Mahal, Gwalior (M.P.) 474007, Telephone: 0751-2452810 FAX: 0751-2435598.<br />

5. Bids may be submitted in the Office of the <strong>Excise</strong> Commissioner, <strong>Madhya</strong> <strong>Pradesh</strong>,<br />

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

7


6. Information about the Bidding Programme<br />

Date of Commencement of Sale of Bid<br />

Document<br />

Cost of Bid Document<br />

Postal Charges (if required)<br />

Bid Security<br />

Date and Time for Pre-Bid Meeting<br />

Last Date and Time for Sale of Bids<br />

Last Date and Time For<br />

Receipt of Bids Document<br />

Date and Time of Opening of Bids<br />

Place of sale, submission<br />

and Opening of Bids and<br />

Pre Bid Meeting<br />

Address for Communication<br />

21 st July 2008<br />

Rs 5000 only<br />

Rs 100 only<br />

Rs 20 Lakhs only<br />

5 th August 2008 at 12:00 noon.<br />

20 th August 2008 up to 12:00 noon.<br />

20 th August 2008 up to 2:00 PM<br />

20 th August 2008 at 3.00 PM onwards<br />

Office of <strong>Excise</strong> Commissioner, <strong>Madhya</strong><br />

<strong>Pradesh</strong>, Moti Mahal,<br />

Gwalior (M.P.) 474007<br />

Office of the <strong>Excise</strong><br />

Commissioner,<strong>Madhya</strong> <strong>Pradesh</strong>, Moti<br />

Mahal, Gwalior (M.P.) 474007,<br />

Telephone: 0751-2452810<br />

FAX: 0751-2435598<br />

7. Prospective Bidders are encouraged to undertake a preliminary study of the<br />

Department, at their own cost, before they submit their Bids.<br />

8. <strong>Excise</strong> Commissioner, <strong>Madhya</strong> <strong>Pradesh</strong> reserves the right to reject any or all the<br />

bids in whole or in part at any time without mentioning any reason thereof.<br />

<strong>Excise</strong> Commissioner,<br />

<strong>Madhya</strong> <strong>Pradesh</strong><br />

8


SECTION II : Introduction<br />

Conceptual Design<br />

The proposed Design has been divided into Hierarchical, Two Layer Architecture as<br />

shown in the diagram below.<br />

1 Multiple Core routers at <strong>Excise</strong> Commissioner office, Gwalior will form the<br />

Tier-I i.e. Core layer.<br />

2 Remote Branch routers will reside at Tier-II i.e. Access layer.<br />

The Conceptual design of <strong>MPED</strong> WAN is depicted in the diagram given below:<br />

EXCISE WAN LAYOUT<br />

Central HQ<br />

(DC)<br />

Intranet Router<br />

Internet<br />

Router<br />

Channelized n*E1<br />

Link<br />

2Mbps LL<br />

256 Kbps LL<br />

Link Service Provider<br />

<strong>Excise</strong> Dept/<br />

Warehouse/<br />

Bottling<br />

INTRANET<br />

INTERNET<br />

External User<br />

9


Data Centre<br />

An exclusive Data Centre requirement is envisaged for <strong>MPED</strong> to co-locate servers of<br />

various applications and networking and security devices for successful implementation.<br />

This infrastructure will be setup at the <strong>Excise</strong> Commissioner office Gwalior.<br />

A typical description of the Data centre desired building blocks is as follows<br />

1 Server Room<br />

2 SAN / NAS area<br />

3 Internet Security Area (DMZ)<br />

4 Networking equipments Communication Room<br />

5 Data Centre Operators area (DBA, Sysadmin’s, network administrator’s<br />

operations)<br />

6 UPS and Electrical Panel room.<br />

7 Printer Room (can be outside the Data Centre)<br />

8 Backup and media storage room (Outside data centre)<br />

9 Reception Area/ Conference room<br />

Data centre: Salient Features:<br />

<strong>MPED</strong> users access through DMZ (De Militarized Zone)<br />

• Internal users (Employee) will access the application through Point-to-Point<br />

Lease Lines.<br />

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

• Redundant firewall will be deployed to create first layer of defense for DMZ.<br />

• IPS will be deployed as second layer of defense for intranet traffic.<br />

• Web servers will access the data base servers in MZ.<br />

• Other servers including antivirus, etc will be deployed in DMZ.<br />

10


Access through Internet DMZ (De Militarized Zone)<br />

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

through Internet.<br />

• Two Internet links, 2 Mbps each from different Internet Service providers will<br />

terminate on redundant switches through routers.<br />

• Load balancers will connect for link load balancing of Internet traffic.<br />

• Redundant Firewall will be deployed to create first layer of defense for DMZ.<br />

• IPS will be deployed as second layer of defense for Internet traffic.<br />

• Web servers will be load balanced using server load balancers.<br />

• Web servers will access the data base servers in MZ.<br />

• Other servers including Mails, DNS, Proxy, Anti Virus etc will reside in the<br />

DMZ.<br />

Data Storage in MZ (Militarized Zone)<br />

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

SAN / storage servers.<br />

• IPS will be deployed as second layer of defense for database servers<br />

11


Symbolic block digram for <strong>MPED</strong><br />

Intranet Zone<br />

<strong>Excise</strong> Locations<br />

MP <strong>Excise</strong> DC Layout<br />

INTRANET<br />

Intranet Router<br />

Management Zone<br />

Gigabit L2<br />

Switch<br />

Core<br />

Switch +<br />

FW<br />

Gigabit L2 Switch<br />

Militarized Zone<br />

Management Servers<br />

LAN users of DC<br />

L2 Switch<br />

Internal DC LAN Zone<br />

App<br />

Server<br />

DB<br />

Server<br />

Backup<br />

Server<br />

Staging<br />

Server<br />

De-Militarized Zone<br />

Server LB<br />

Gigabit L2 Switch<br />

2Mbps LL<br />

Internet<br />

Web<br />

Server<br />

Mail<br />

Servers<br />

FTP<br />

Servers<br />

Proxy<br />

server<br />

AV<br />

server<br />

Internet<br />

Firewall (Different<br />

Make )<br />

+IPS<br />

Internet<br />

Router<br />

Public Zone<br />

12


Militarized Zone<br />

Appln.<br />

Servers<br />

DB<br />

Servers<br />

Backup<br />

Servers<br />

Staging<br />

Servers<br />

LAN users at DC<br />

FC switch<br />

FC switch<br />

SAN<br />

13


Section III:<br />

Scope of Work<br />

The scope of work for the selected Vendor is broadly categorized into the following:<br />

Activity<br />

No<br />

Scope of Work Area Description of Scope of Work/<br />

Deliverables for the Activity<br />

1 Creating Centralized Data<br />

Centre<br />

Vendor has major responsibility to create<br />

world-class centralized Data Centre. This<br />

includes supply, installation and<br />

maintenance of required hardware<br />

equipments, Network Operating Systems,<br />

Database Application packages and<br />

required Power Backup.<br />

2 Solution Design The Vendor shall perform the following<br />

tasks:<br />

1. Design of Data Centre Site.<br />

2. Design of LAN, WAN and connectivity<br />

as per requirement with proper<br />

documentation.<br />

Note:<br />

1. The design scope is restricted to<br />

suggesting modifications only. The framework<br />

is already the part of RFP.<br />

2. The bidder may quote for items that for him<br />

are essential to complete the solution. Must<br />

required components over and above the<br />

given BoM (like extra servers / LICENCEs for<br />

EMS etc) would be taken in comparison.<br />

3. Solution Implementation 1. Deployment of required Servers,<br />

Storage, Desktops, Peripherals<br />

and Data Network at specified<br />

locations.<br />

2. Vendor based on the solution<br />

implementation plan, has to<br />

create Logical IP Schemes with<br />

<strong>Routing</strong> Tables and ACL for<br />

Intranet / LAN and deploy the<br />

same with proper documentation.<br />

3. Creation of logical and physical<br />

Security Plans for Data Centre,<br />

Data Networks and Desktops<br />

14


4. Testing and Acceptance The Vendor must build up an overall<br />

plan for testing and acceptance of<br />

system, in which specific methods<br />

and steps should be clearly indicated<br />

and approved by <strong>MPED</strong>. The<br />

acceptance test plan will be defined by<br />

the Bidder, agreed and approved by<br />

<strong>MPED</strong> and include all the necessary<br />

steps to ensure complete functionality,<br />

operation and performance of the<br />

system.<br />

1. All levels of testing will be conducted<br />

at the installation sites.<br />

2. Testing must demonstrate that the<br />

new systems satisfy the operational and<br />

technical performance criteria.<br />

3. It is Vendor’s responsibility during the<br />

tests to evaluate and recommend any<br />

further changes to the infrastructure.<br />

Any recommendations for change will be<br />

discussed with <strong>MPED</strong>.<br />

4.Testing Methodology/Techniques<br />

The Vendor must outline the<br />

methodology that will be used for<br />

testing.<br />

5. The Vendor must define the various<br />

levels or types of testing that will be<br />

performed.<br />

6. The Vendor must provide necessary<br />

checklist/documentation that will be<br />

required for testing.<br />

7. The Vendor must describe how the<br />

testing methodologies will conform to<br />

requirements.<br />

8. The Vendor must indicate how one<br />

will demonstrate to <strong>MPED</strong> that all<br />

functions in the new system installed<br />

have been tested.<br />

Operational Acceptance Tests<br />

1. <strong>MPED</strong> (with the assistance of the<br />

Supplier) may perform the following<br />

tests on the System and its Subsystems<br />

following Installation to determine<br />

whether the System and the<br />

Subsystems meet all the requirements<br />

mandated for Operational Acceptance.<br />

15


Testing Methodology/Techniques<br />

Successful completion of the contract<br />

will be gauged through a series of<br />

formal acceptance tests performed on<br />

all aspects of the system<br />

1. Security<br />

2. Testing Components and Component<br />

Integration<br />

3. Testing System Interfaces<br />

4. Testing for 24x7 availability<br />

5. Measuring response time, throughput<br />

and availability etc.<br />

User Information Testing<br />

1. The user documents, if applicable, will<br />

be reviewed for clarity, ease of use,<br />

details of all required system facilities,<br />

and details of all system error messages<br />

together with sufficient information to<br />

allow the replications of errors etc.<br />

The acceptance tests shall demonstrate<br />

that the Bidder has met each and every<br />

requirement specified within the contract<br />

and has delivered an effective operational<br />

system.<br />

Acceptance Milestones<br />

The acceptance test process will involve:<br />

1. Vendor (Agency) and <strong>MPED</strong> signoff<br />

the acceptance test result (to be provided<br />

by the Agency) sheet for each site.<br />

2. Agency and <strong>MPED</strong> signoff the final<br />

acceptance after the installation of<br />

system.<br />

Location of Acceptance Tests<br />

All acceptance tests will be performed at<br />

office/s of <strong>MPED</strong> as indicated in the<br />

Schedule of Requirements.<br />

Acceptance Test Responsibilities<br />

Project Management Committee will be<br />

responsible for tests and also will be<br />

responsible for recommendations of the<br />

final rating of all acceptance test results<br />

16


to <strong>MPED</strong>.<br />

At the end of acceptance test, <strong>MPED</strong> will<br />

provide either:<br />

A formal letter of acceptance if the Bidder<br />

has met contractual obligations, or<br />

A statement of which obligations have not<br />

been met and must be met before<br />

acceptance can be granted<br />

Fault Correction<br />

The Vendor will be responsible for<br />

correcting all faults found during the<br />

acceptance process at no extra cost to<br />

<strong>MPED</strong>.<br />

Complete System Acceptance<br />

At the end of the System Acceptance<br />

period, <strong>MPED</strong> will acknowledge complete<br />

system acceptance in writing to the<br />

Vendor upon completion of the following:<br />

All required activities as defined in the bid<br />

document including all changes agreed<br />

by <strong>MPED</strong> and delivered by the Vendor<br />

and accepted by <strong>MPED</strong><br />

All required system functionality as<br />

defined in the bid document including all<br />

changes agreed by <strong>MPED</strong> and delivered<br />

by the Vendor and accepted by <strong>MPED</strong><br />

All required documentation as defined in<br />

this bid document including all changes<br />

agreed by <strong>MPED</strong> and delivered by the<br />

Vendor and accepted by <strong>MPED</strong><br />

All required training as defined in this bid<br />

document including all changes agreed<br />

by <strong>MPED</strong> and delivered by the Vendor<br />

and accepted by <strong>MPED</strong><br />

All identified shortcomings/defects in the<br />

systems have been addressed to<br />

<strong>MPED</strong>’s complete satisfaction<br />

The Vendor must agree to above criteria<br />

for complete system acceptance and<br />

further agree that:<br />

It will provide without additional charge to<br />

<strong>MPED</strong> and in a timely manner, all<br />

additional services and products<br />

(hardware and Software (if applicable))<br />

not identified and accounted within the<br />

proposal as may be necessary to correct<br />

17


all problems which are preventing<br />

acceptance.<br />

In order to accept the system, <strong>MPED</strong><br />

must be satisfied that all of the work has<br />

been completed and delivered to <strong>MPED</strong>’s<br />

complete satisfaction and that all aspects<br />

of the system perform acceptably. The<br />

functional/logical acceptance of the<br />

system will only be certified when the<br />

proposed system is installed and<br />

configured at the sites according to the<br />

design and all the detailed procedures of<br />

operating them have been carried out by<br />

the Bidder in the presence of <strong>MPED</strong> staff.<br />

5. Integration of the required<br />

infrastructure<br />

6. Operational Support and<br />

Maintenance (O and M)<br />

Vendor will support and provide<br />

necessary inputs for Integrating the IT<br />

Infrastructure by coordinating with<br />

Application Developer for commissioning<br />

and smooth maintenance of the system.<br />

Hardware Integration will be taken up<br />

only after Software Integration.<br />

The Vendor (Agency) shall provide<br />

operational support and maintenance<br />

services for a period of 60 months from<br />

the date of Acceptance of Total Hardware<br />

and Software including Application.The<br />

Application shall be ported on the<br />

supplied hardware within 4 months of the<br />

installations at all sites. The Project will<br />

be declared ‘Go-Live’ and this ‘Go-Live’<br />

date will be the start of warranty of overall<br />

system. The system administration,<br />

security administration, database<br />

administration, network administration<br />

and end-user problem resolution are the<br />

part of operational activity. The<br />

Department will have the option to ask<br />

the Vendor to provide such operational<br />

support and maintenance services for a<br />

further period of up to 12 months, for<br />

which work contract will be issued on the<br />

annual basis on the rates quoted by the<br />

Vendor in the Price Schedule. The<br />

operational support shall ensure that the<br />

18


solution is functioning as intended and<br />

attending to all the problems associated<br />

in operation of the deployed system.<br />

7. Solution Warranty The Vendor warrants that the systems<br />

and overall solution supplied shall have<br />

no defects arising from design or<br />

workmanship or any act or omission of<br />

the service provider. The warranty shall<br />

remain valid for a period of 60 months<br />

from the “Go-Live” date.<br />

8. Comprehensive Training The Vendor is required to train/retrain if<br />

required the designated technical and<br />

end-user staff to enable them to<br />

effectively operate the system.<br />

The Vendor shall also be responsible for<br />

re-training the operators whenever<br />

changes are made in the solution.<br />

9. Solution<br />

Documentation<br />

Deliverables for Activity 8:<br />

1. Advance Administration training<br />

for Data Centre Administrators for<br />

10 Days to perform required<br />

tasks.<br />

2. User Training about 10<br />

officers/employees in Class III and<br />

above in <strong>MPED</strong>, in 2 batches for<br />

deployed system<br />

3. Syllabus and Manual for Training<br />

plan for the departmental users to<br />

be approved by Competent<br />

Authority beforehand.<br />

4. Issue supporting documentation<br />

such as Training material, User<br />

Manuals, Maintenance Manuals,<br />

etc on 1:1 basis.<br />

Preparation of documents including<br />

Technical and User Manuals, Operational<br />

Manual, Maintenance Manuals, etc.<br />

Bidder shall obtain the sign-off from<br />

Competent Authority for all the<br />

documents submitted for the solution.<br />

Deliverables for Activity 9:<br />

1. Technical, Operational and User<br />

Manuals for operation of the<br />

deployed solution.<br />

19


2. Maintenance manuals for Data<br />

Centre and Networks.<br />

3. Network Diagrams for Data<br />

Centre and Networks<br />

4. Documentation of IP and Subnet<br />

Scheme, <strong>Routing</strong> Tables and<br />

ACL etc. deployed for Intranet.<br />

5. Documentation of all device<br />

configurations such as firewall<br />

etc.<br />

The successful bidder would be<br />

responsible to keep the entire<br />

above document current for the<br />

total period of support. Bidder is<br />

required to furnish its policy to<br />

achieve the same.<br />

20


4. SECTION IV: Hardware Specifications<br />

Hardware and Networking Components Specifications<br />

4.1) Data Base Server<br />

Server<br />

Feature<br />

CPU Speed<br />

RISC / EPIC Based 64 Bit Processor architecture<br />

Description<br />

1.6 GHz or higher. Vendor should offer the highest clock speed and cache supported on the offered model with<br />

latest supported server chipset offered by the vendor.<br />

Offered Servers should have Binary compatibility with the earlier and later generations of processors and<br />

Operating System.<br />

System Performance<br />

Offered Servers should have Hardware Service Processor Support and Diagnostics.<br />

The populated Server should offer estimated 300000 TPMC upgradeable to 600000 ratings and should be<br />

verifyable. Accordingly the No. of CPUs to be Configured<br />

In box Upgradability 100%<br />

Cache<br />

Memory Type<br />

Memory Scalability<br />

Internal Disks<br />

TPMCs claimed by each vendor must be derived from published benchmark for the system offered. If the<br />

benchmark for the system is not available on the website then the TPMC claimed should be in line with the<br />

published benchmark for a more high-end system than the offered server.<br />

L3 cache - at least 24 MB or more<br />

To be populated with 32 GB DDR2 RAM<br />

Scalability upto 256 GB DDR2 RAM<br />

Populated with 4 nos. of 146 GB 15 krpm SCSI/FC/SAS hard disks<br />

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

LAN Connectivity<br />

SAN Connectity<br />

Removable Media<br />

Integrated I/O<br />

4 nos. of Auto sensing 10/100/1000 Ethernet ports with 2 nos. of ethernet Adapters<br />

4 nos. of 4 Gbps Fibre Channel ports with 2 nos. of HBAs<br />

Internal DVD-ROM Drive of latest speed<br />

Internall SCSI/SAS DAT Drive of 36/72 GB<br />

2 nos. of 10/100/1000 Mbps Ethernet Ports<br />

Atleast 2 nos. of SCSI/FC/SAS Controllers<br />

Atleast 3 nos. of USB ports<br />

2 nos. of RS-232 serial port for general Use<br />

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

Partition<br />

Power & Cooling<br />

Racking<br />

Operating System<br />

Servers offered<br />

Should have<br />

Support for<br />

Mandatory support for Sub-CPU partition and and Whole CPU partition with separate OS instance for each<br />

partition<br />

Redundant Hot Swappable Power Supply & Fans<br />

Server should come with Field Rack Kit<br />

RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE, Application Clustreing at O<br />

S Level<br />

- Dynamic deallocation of PCI slots,<br />

- Dynamic deallocation of RAM,<br />

- Dynamic deallocation of CPU<br />

- Dynamic deallocation of HDD<br />

- Hot swap HDD,<br />

- Hardware RAID,<br />

- Redundant power supplies and cooling fans,<br />

21


- Dynamic resource management & utilization capability,<br />

- Advanced remote system management capabilityShould be supported<br />

- Error Detection and Notification<br />

- Real time System Monitoring<br />

Warranty<br />

On-Site 24x7 for 5 years.<br />

4.2) Application Server (Rack mountable 4 U)<br />

Feature<br />

CPU<br />

Memory<br />

DIMM Slots<br />

Raid<br />

Description<br />

Two Intel Xeon MP E7310 1.60 GHz, 4MB cache, 1066MHz FSB Quad core processor or<br />

better capable of Quad processing (supplied with 2 Quad core processors as standard,<br />

Expandable up to 4 Processors)<br />

32 GB 667 MHz DDR2 FBD RAM upgrade ability option up to max. 256 GB.<br />

8 DIMM Slots to facilitate easy upgradeability and free slots<br />

Hardware RAID 0,1,5 support<br />

Mother Board<br />

Fiber Connect<br />

HDD<br />

Form Factor<br />

Ethernet Interface<br />

VGA<br />

PCI Slots<br />

Ports<br />

Keyboard<br />

Mouse<br />

Optical Drive<br />

Power Supply<br />

Cabinet Features<br />

Mgmt Features<br />

Intel 7300 chipset based Motherboard<br />

Dual Port Fiber Adapter to connect to SAN<br />

4 x 146 GB, 15000 rpm SAS Hot Plugable.<br />

4U<br />

Integrated Dual Gigabit Ethernet controllers with IO/AT support on Linux & Windows<br />

environment<br />

At least 16 MB integrated on motherboard<br />

1 PCI 32bit, 2 PCI-X 64bit & 2 PCI-e x4 Slots<br />

1serial port, 4+2 USB, 2* PS/2<br />

107 keys OEM PS/2<br />

OEM PS/2<br />

Slim DVD/ CD-RW drive<br />

1+1 Hot Swappable Redundant Power Supply<br />

Cabinet should have min. 2 System fans with fan speed monitoring.<br />

CPU Process utilization, device lock, HDD change alert, Autonomous Hardware Event<br />

Logging, remote reboot and power off, threshold setting, onboard network controller should<br />

be capable of supporting Input-output acceleration technology that is capable of enhancing<br />

the network data transfer speed with bypassing the CPU.<br />

Operating System RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE,<br />

Application Clustreing at OS Level<br />

Design standard<br />

and safety<br />

Statndard<br />

Warranty<br />

UL,FCC,ROHS<br />

On-Site for 5 years comprehensive<br />

22


4.3) Web Server ((Rack mountable)<br />

Feature<br />

CPU<br />

Memory<br />

DIMM Slots<br />

Chipset<br />

Mother Board<br />

HDD<br />

Disk Controller<br />

Raid<br />

Form Factor<br />

Ethernet Interface<br />

VGA<br />

PCI Slots<br />

Ports<br />

Keyboard<br />

Mouse<br />

Optical Drive<br />

Cabinet Features<br />

Description<br />

2 x Intel Quad core Xeon E5405 series, scalable upto 4 Processors<br />

32 GB, FBDIMM DDR2 667 MHz ECC DDR Memory with 64 GB Memory Upradability<br />

8 DIMM Slots to faclitate easy upgradability and free slots<br />

Intel 5000 Series Server class chipset<br />

Server Class Mother Board with Server Class Chipset 5000 series having a minimum of 2<br />

PCI slots including next generation 1 no. PCI-express slots and supporting upto 1333 MHz<br />

FSB<br />

4 X 300 GB SAS Hot swap 15k RPM HDDs<br />

Integrated 4 Port SATA II controller<br />

Hardware RAID 0,1,5 support<br />

4U<br />

Integrated dual Gigabit ethernet controllers with IO/AT support on Linux & Windows<br />

environment<br />

At least 16 MB integtrated on motherboard<br />

4 PCI Express<br />

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

107 keys OEM PS/2<br />

OEM PS/2<br />

Slim DVD ROM drive<br />

Cabinet should have min. 2 System fans with fan speed monitoring.<br />

Additional Features Virtualization technology, EIST and Execute disable bit<br />

Mgmt Features CPU Process utilization, device lock, HDD change alert, Autonomous Harware Event<br />

Logging, remote reboot and power off, threshold setting, onboard network controller should<br />

be capable of supporting Input-output acceleration technology that is capable of enhancing<br />

the network data transfer speed with bypassing the CPU.<br />

Operating System RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE,<br />

Application Clustreing at OS Level<br />

Design standard<br />

and safety<br />

Statndard<br />

Warranty<br />

UL,FCC,ROHS<br />

On-Site for 5 years comprehensive warranty<br />

23


4.4) Specification for Mail server (Rack mountable)<br />

Feature<br />

CPU<br />

Memory<br />

DIMM Slots<br />

Chipset<br />

Mother Board<br />

Description<br />

2 x Intel Xeon E5405 , 2.0GHz (1333 MHz FSB) with 12 MB L2 Cache Memory and<br />

EM64T<br />

16 GB, FBDIMM DDR2 667 MHz ECC DDR Memory with 32 GB Memory<br />

Upradability on 8 DIMMs<br />

8 DIMM Slots to faclitate easy upgradbility<br />

Intel 5000 Server class chipset<br />

Server Class Mother Board with Server Class Chipset 5000 series having a minimum<br />

of 6 PCI slots including next generation PCI-express slots and supporting 667,1066<br />

and 1333 MHz FSB<br />

Disk Drives 2 x 176 GB SAS 15K RPM HDDs<br />

Disk Controller Integrated SAS controller with RAID 0 & 1support<br />

Form Factor 4 U<br />

Ethernet Interface Dual Gigabit ethernet controllers with IOAT support on Linux & Windows environment<br />

VGA<br />

At least 16 MB integtrated on motherboard<br />

PCI Slots<br />

4 * PCI express<br />

Ports<br />

1 serial ports, 6 USB, Dual Gigabit Ethernet ports, 2* PS/2, 1* VGA<br />

Keyboard<br />

104 keys OEM<br />

Mouse<br />

OEM<br />

Optical Drive DVD ROM<br />

Power Supply Hot Swappable Redundant Power supply<br />

Cabinet Fans Cabinet should have min. 3 Hot Swappable fans.<br />

CPU Process utilization, device lock, HDD change alert, Autonomous Harware Event<br />

Logging, remote reboot and power off, threshold setting, onboard network controller<br />

Management Features should be capable of supporting Input-output acceleration technology that is capable<br />

of enhancing the network data transfer speed with bypassing the CPU.<br />

Operating System<br />

Design standard and<br />

safety Statndard<br />

Warranty<br />

RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE,<br />

Application Clustreing at OS Level<br />

UL,FCC,ROHS<br />

On-Site for 5 years comprehensive<br />

24


4.5 a) DNS/ DHCP Server (Rack mountable)<br />

Feature<br />

CPU<br />

Memory<br />

DIMM Slots<br />

Chipset<br />

Mother Board<br />

HDD<br />

Disk Controller<br />

Form Factor<br />

Ethernet Interface<br />

Additional LAN<br />

Connectivity<br />

VGA<br />

PCI Slots<br />

Ports<br />

Keyboard<br />

Mouse<br />

Optical Drive<br />

Cabinet Features<br />

Mgmt Features<br />

Description<br />

Intel Quad core Xeon E5405 series, scalable upto 2 Processors<br />

16 GB, FBDIMM DDR2 667 MHz ECC DDR Memory with 16 GB Memory Upradability<br />

8 DIMM Slots to faclitate easy upgradability and free slots<br />

Intel 5000 Series Server class chipset<br />

Server Class Mother Board with Server Class Chipset 5000 series having a minimum of 2<br />

PCI slots including next generation 1 no. PCI-express slots and supporting upto 1333 MHz<br />

FSB<br />

2 X 146GB SAS Hot swap 15k RPM HDDs<br />

Integrated 4 Port SATA II controller<br />

4 U<br />

Integrated dual Gigabit ethernet controllers with IO/AT support on Linux & Windows<br />

environment<br />

Dual port Gigabit Ethernet adaptor<br />

At least 16 MB integtrated on motherboard<br />

1 PCI 32bit, 2 PCI-X 64bit & 2 PCI-e x4 Slots<br />

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

107 keys OEM PS/2<br />

OEM PS/2<br />

Slim DVD ROM drive<br />

Cabinet should have min. 2 System fans with fan speed monitoring.<br />

CPU Process utilization, device lock, HDD change alert, Autonomous Harware Event<br />

Logging, remote reboot and power off, threshold setting, onboard network controller should<br />

be capable of supporting Input-output acceleration technology that is capable of enhancing<br />

the network data transfer speed with bypassing the CPU.<br />

Operating System RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE,<br />

Application Clustreing at OS Level<br />

Design standard<br />

and safety<br />

Statndard<br />

Warranty<br />

UL,FCC,ROHS<br />

On-Site for 5 years comprehensive<br />

25


4.5b) FTP Server (Rack mountable)<br />

Feature<br />

CPU<br />

Memory<br />

DIMM Slots<br />

Chipset<br />

Mother Board<br />

HDD<br />

Disk Controller<br />

Form Factor<br />

Ethernet Interface<br />

VGA<br />

PCI Slots<br />

Ports<br />

Keyboard<br />

Mouse<br />

Optical Drive<br />

Cabinet Features<br />

Mgmt Features<br />

Description<br />

Intel Quad core Xeon E5405 series, scalable upto 2 Processors<br />

16 GB, FBDIMM DDR2 667 MHz ECC DDR Memory with 16 GB Memory Upradability<br />

8 DIMM Slots to faclitate easy upgradability and free slots<br />

Intel 5000 Series Server class chipset<br />

Server Class Mother Board with Server Class Chipset 5000 series having a minimum of 2<br />

PCI slots including next generation 1 no. PCI-express slots and supporting upto 1333 MHz<br />

FSB<br />

2 X 146GB SAS Hot swap 15k RPM HDDs<br />

Integrated 4 Port SATA II controller<br />

4 U<br />

Integrated dual Gigabit ethernet controllers with IO/AT support on Linux & Windows<br />

environment<br />

At least 16 MB integtrated on motherboard<br />

1 PCI 32bit, 2 PCI-X 64bit & 2 PCI-e x4 Slots<br />

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

107 keys OEM PS/2<br />

OEM PS/2<br />

Slim DVD ROM drive<br />

Cabinet should have min. 2 System fans with fan speed monitoring.<br />

CPU Process utilization, device lock, HDD change alert, Autonomous Harware Event<br />

Logging, remote reboot and power off, threshold setting, onboard network controller should<br />

be capable of supporting Input-output acceleration technology that is capable of enhancing<br />

the network data transfer speed with bypassing the CPU.<br />

Operating System RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE,<br />

Application Clustreing at OS Level<br />

Design standard<br />

and safety<br />

Statndard<br />

Warranty<br />

UL,FCC,ROHS<br />

On-Site for 5 years comprehensive.<br />

26


4.5 c) Antivirus Server ((Rack mountable)<br />

Feature<br />

CPU<br />

Memory<br />

DIMM Slots<br />

Chipset<br />

Mother Board<br />

HDD<br />

Disk Controller<br />

Form Factor<br />

Ethernet Interface<br />

VGA<br />

PCI Slots<br />

Ports<br />

Keyboard<br />

Mouse<br />

Optical Drive<br />

Cabinet Features<br />

Mgmt Features<br />

Operating System<br />

Design standard<br />

and safety<br />

Statndard<br />

Warranty<br />

Description<br />

Intel Quad core Xeon E5405 series, scalable upto 2 Processors<br />

16 GB, FBDIMM DDR2 667 MHz ECC DDR Memory with 16 GB Memory Upradability<br />

8 DIMM Slots to faclitate easy upgradability and free slots<br />

Intel 5000 Series Server class chipset<br />

Server Class Mother Board with Server Class Chipset 5000 series having a minimum of 2<br />

PCI slots including next generation 1 no. PCI-express slots and supporting upto 1333 MHz<br />

FSB<br />

2 X 146GB SAS Hot swap 15k RPM HDDs<br />

Integrated 4 Port SATA II controller<br />

4 U<br />

Integrated dual Gigabit ethernet controllers with IO/AT support on Linux & Windows<br />

environment<br />

At least 16 MB integtrated on motherboard<br />

1 PCI 32bit, 2 PCI-X 64bit & 2 PCI-e x4 Slots<br />

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

107 keys OEM PS/2<br />

OEM PS/2<br />

Slim DVD ROM drive<br />

Cabinet should have min. 2 System fans with fan speed monitoring.<br />

CPU Process utilization, device lock, HDD change alert, Autonomous Harware Event<br />

Logging, remote reboot and power off, threshold setting, onboard network controller should<br />

be capable of supporting Input-output acceleration technology that is capable of enhancing<br />

the network data transfer speed with bypassing the CPU.<br />

RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE,<br />

Application Clustreing at OS Level<br />

UL,FCC,ROHS<br />

On-Site for 5 years comprehensive.<br />

27


4.5 d) Proxy Server ((Rack mountable)<br />

Feature<br />

CPU<br />

Memory<br />

DIMM Slots<br />

Chipset<br />

Mother Board<br />

HDD<br />

Disk Controller<br />

Form Factor<br />

Ethernet Interface<br />

VGA<br />

PCI Slots<br />

Ports<br />

Keyboard<br />

Mouse<br />

Optical Drive<br />

Cabinet Features<br />

Mgmt Features<br />

Description<br />

Intel Quad core Xeon E5405 series, scalable upto 2 Processors<br />

16 GB, FBDIMM DDR2 667 MHz ECC DDR Memory with 16 GB Memory Upradability<br />

8 DIMM Slots to faclitate easy upgradability and free slots<br />

Intel 5000 Series Server class chipset<br />

Server Class Mother Board with Server Class Chipset 5000 series having a minimum of 2<br />

PCI slots including next generation 1 no. PCI-express slots and supporting upto 1333 MHz<br />

FSB<br />

2 X 146GB SAS Hot swap 15k RPM HDDs<br />

Integrated 4 Port SATA II controller<br />

4 U<br />

Integrated dual Gigabit ethernet controllers with IO/AT support on Linux & Windows<br />

environment<br />

At least 16 MB integtrated on motherboard<br />

1 PCI 32bit, 2 PCI-X 64bit & 2 PCI-e x4 Slots<br />

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

107 keys OEM PS/2<br />

OEM PS/2<br />

Slim DVD ROM drive<br />

Cabinet should have min. 2 System fans with fan speed monitoring.<br />

CPU Process utilization, device lock, HDD change alert, Autonomous Harware Event<br />

Logging, remote reboot and power off, threshold setting, onboard network controller should<br />

be capable of supporting Input-output acceleration technology that is capable of enhancing<br />

the network data transfer speed with bypassing the CPU.<br />

Operating System RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE,<br />

Application Clustreing at OS Level<br />

Design standard<br />

and safety<br />

Statndard<br />

Warranty<br />

UL,FCC,ROHS<br />

On-Site for 5 years comprehensive<br />

28


4.5e) Domain Controller Server ((Rack mountable)<br />

Feature<br />

CPU<br />

Memory<br />

DIMM Slots<br />

Chipset<br />

Mother Board<br />

HDD<br />

Disk Controller<br />

Form Factor<br />

Ethernet Interface<br />

VGA<br />

PCI Slots<br />

Ports<br />

Keyboard<br />

Mouse<br />

Optical Drive<br />

Cabinet Features<br />

Mgmt Features<br />

Operating System<br />

Design standard<br />

and safety<br />

Statndard<br />

Warranty<br />

Description<br />

Intel Quad core Xeon E5405 series, scalable upto 2 Processors<br />

16 GB, FBDIMM DDR2 667 MHz ECC DDR Memory with 16 GB Memory Upradability<br />

8 DIMM Slots to faclitate easy upgradability and free slots<br />

Intel 5000 Series Server class chipset<br />

Server Class Mother Board with Server Class Chipset 5000 series having a minimum of 2<br />

PCI slots including next generation 1 no. PCI-express slots and supporting upto 1333 MHz<br />

FSB<br />

2 X 146GB SAS Hot swap 15k RPM HDDs<br />

Integrated 4 Port SATA II controller<br />

4 U<br />

Integrated dual Gigabit ethernet controllers with IO/AT support on Linux & Windows<br />

environment<br />

At least 16 MB integtrated on motherboard<br />

1 PCI 32bit, 2 PCI-X 64bit & 2 PCI-e x4 Slots<br />

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

107 keys OEM PS/2<br />

OEM PS/2<br />

Slim DVD ROM drive<br />

Cabinet should have min. 2 System fans with fan speed monitoring.<br />

CPU Process utilization, device lock, HDD change alert, Autonomous Harware Event<br />

Logging, remote reboot and power off, threshold setting, onboard network controller should<br />

be capable of supporting Input-output acceleration technology that is capable of enhancing<br />

the network data transfer speed with bypassing the CPU.<br />

RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User Licence,<br />

Application Clustreing at OS Level<br />

UL,FCC,ROHS<br />

On-Site for 5 years comprehensive<br />

29


4.5 f) Management Server ((Rack mountable)<br />

Feature<br />

CPU<br />

Memory<br />

DIMM Slots<br />

Chipset<br />

Mother Board<br />

HDD<br />

Disk Controller<br />

Form Factor<br />

Ethernet Interface<br />

VGA<br />

PCI Slots<br />

Ports<br />

Keyboard<br />

Mouse<br />

Optical Drive<br />

Cabinet Features<br />

Mgmt Features<br />

Operating System<br />

Design standard<br />

and safety<br />

Statndard<br />

Warranty<br />

Description<br />

Intel Quad core Xeon E5405 series, scalable upto 2 Processors<br />

16 GB, FBDIMM DDR2 667 MHz ECC DDR Memory with 16 GB Memory Upradability<br />

8 DIMM Slots to faclitate easy upgradability and free slots<br />

Intel 5000 Series Server class chipset<br />

Server Class Mother Board with Server Class Chipset 5000 series having a minimum of 2<br />

PCI slots including next generation 1 no. PCI-express slots and supporting upto 1333 MHz<br />

FSB<br />

2 X 146GB SAS Hot swap 15k RPM HDDs<br />

Integrated 4 Port SATA II controller<br />

4 U<br />

Integrated dual Gigabit ethernet controllers with IO/AT support on Linux & Windows<br />

environment<br />

At least 16 MB integtrated on motherboard<br />

1 PCI 32bit, 2 PCI-X 64bit & 2 PCI-e x4 Slots<br />

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

107 keys OEM PS/2<br />

OEM PS/2<br />

Slim DVD ROM drive<br />

Cabinet should have min. 2 System fans with fan speed monitoring.<br />

CPU Process utilization, device lock, HDD change alert, Autonomous Harware Event<br />

Logging, remote reboot and power off, threshold setting, onboard network controller should<br />

be capable of supporting Input-output acceleration technology that is capable of enhancing<br />

the network data transfer speed with bypassing the CPU.<br />

RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE,<br />

Application Clustreing at OS Level<br />

UL,FCC,ROHS<br />

On-Site for 5 years comprehensive<br />

30


4.5 g) Staging Server (Rack mountable)<br />

Feature<br />

CPU<br />

Memory<br />

DIMM Slots<br />

Chipset<br />

Mother Board<br />

HDD<br />

Disk Controller<br />

Form Factor<br />

Ethernet Interface<br />

Fiber Connect<br />

VGA<br />

PCI Slots<br />

Ports<br />

Keyboard<br />

Mouse<br />

Optical Drive<br />

Cabinet Features<br />

Mgmt Features<br />

Operating System<br />

Design standard<br />

and safety<br />

Statndard<br />

Warranty<br />

Description<br />

Intel Quad core Xeon E5405 series, scalable upto 2 Processors<br />

16 GB, FBDIMM DDR2 667 MHz ECC DDR Memory with 16 GB Memory Upradability<br />

8 DIMM Slots to faclitate easy upgradability and free slots<br />

Intel 5000 Series Server class chipset<br />

Server Class Mother Board with Server Class Chipset 5000 series having a minimum of 2<br />

PCI slots including next generation 1 no. PCI-express slots and supporting upto 1333 MHz<br />

FSB<br />

2 X 146GB SAS Hot swap 15k RPM HDDs<br />

Integrated 4 Port SATA II controller<br />

4 U<br />

Integrated dual Gigabit ethernet controllers with IO/AT support on Linux & Windows<br />

environment<br />

Dual Port Fiber Adapter to connect to SAN<br />

At least 16 MB integtrated on motherboard<br />

1 PCI 32bit, 2 PCI-X 64bit & 2 PCI-e x4 Slots<br />

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

107 keys OEM PS/2<br />

OEM PS/2<br />

Slim DVD ROM drive<br />

Cabinet should have min. 2 System fans with fan speed monitoring.<br />

CPU Process utilization, device lock, HDD change alert, Autonomous Harware Event<br />

Logging, remote reboot and power off, threshold setting, onboard network controller should<br />

be capable of supporting Input-output acceleration technology that is capable of enhancing<br />

the network data transfer speed with bypassing the CPU.<br />

RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE,<br />

Application Clustreing at OS Level<br />

UL,FCC,ROHS<br />

On-Site for 5 years comprehensive<br />

31


4.5 h) Backup Server (Rack mountable)<br />

Feature<br />

CPU<br />

Memory<br />

DIMM Slots<br />

Chipset<br />

Mother Board<br />

HDD<br />

Fiber Connect<br />

Disk Controller<br />

Form Factor<br />

Ethernet Interface<br />

VGA<br />

PCI Slots<br />

Ports<br />

Keyboard<br />

Mouse<br />

RAID<br />

Optical Drive<br />

Cabinet Features<br />

Mgmt Features<br />

Operating System<br />

Design standard<br />

and safety<br />

Statndard<br />

Warranty<br />

Description<br />

Intel Quad core Xeon E5405 series, scalable upto 2 Processors<br />

16 GB, FBDIMM DDR2 667 MHz ECC DDR Memory with 16 GB Memory Upradability<br />

8 DIMM Slots to faclitate easy upgradability and free slots<br />

Intel 5000 Series Server class chipset<br />

Server Class Mother Board with Server Class Chipset 5000 series having a minimum of 2<br />

PCI slots including next generation 1 no. PCI-express slots and supporting upto 1333 MHz<br />

FSB<br />

4 X 146GB SAS Hot swap 15k RPM HDDs<br />

Dual Port Fiber Adapter to connect to SAN<br />

Integrated 4 Port SATA II controller<br />

4 U<br />

Integrated Dual Gigabit ethernet controllers with IO/AT support on Linux & Windows<br />

environment<br />

At least 16 MB integtrated on motherboard<br />

1 PCI 32bit, 2 PCI-X 64bit & 2 PCI-e x4 Slots<br />

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

107 keys OEM PS/2<br />

OEM PS/2<br />

Support for RAID 0, 1, 5 with SAS Drives<br />

Slim DVD ROM drive<br />

Cabinet should have min. 2 System fans with fan speed monitoring.<br />

CPU Process utilization, device lock, HDD change alert, Autonomous Harware Event<br />

Logging, remote reboot and power off, threshold setting, onboard network controller should<br />

be capable of supporting Input-output acceleration technology that is capable of enhancing<br />

the network data transfer speed with bypassing the CPU.<br />

RedHat Advanced Server Platform Ver 5.1 or Higher with unlimited User LICENCE,<br />

Application Clustreing at OS Level<br />

UL,FCC,ROHS<br />

On-Site for 5 years comprehensive.<br />

4.5 i) KVM Switch:<br />

8 Port KVM Switch with necessary cables, connectors and consoles.<br />

32


4.6) System Software Components<br />

No. System Software Name Purpose<br />

1 Oracle Database – Enterprise Edition DB<br />

2 Oracle Real Application Cluster DB availability<br />

3 Diagnostic Pack-Database DB Performance + management<br />

4 Tuning Pack-Database DB Performance + management<br />

5 Partitioning Performance Optimization<br />

6 Web Logic Application Server – Premium Edition J2EE Container + Integration<br />

7 Crystal Reports Developer pack Qnty-1 Reporting Tool<br />

8 Oracle Software update licence and Support for 5 years Annual Technical Support.<br />

9<br />

10<br />

Web Logic Application Server ATS for 5 years<br />

Hibernate Standard Subscription for 5 years<br />

Annual Technical Support<br />

Annual Technical Support<br />

Application Server and Database Server have to run on active-active clustered mode<br />

4.7) Specification for Fiber Channel SAN Solution<br />

Specifications for Minimum 5 TB Usable FC SAN Solution<br />

S.N. Feature Required Product Specifications<br />

1 Rack Mount<br />

The Proposed SAN Array must be rack mounted (Adequate rack should be<br />

supplied)<br />

2 Controller<br />

The Disk Storage array shall support Dual Redundant, hot-pluggable; Active-<br />

Active array controllers with latest generation PCI Express interconnect<br />

technology for high performance and reliability. Hardware RAID should be<br />

achieved using the controllers, which should use a combination of hardware<br />

and array microcode/operating environment, to ensure performance and data<br />

integrity.<br />

3<br />

Front & Back<br />

End FC<br />

Connectivity<br />

The Proposed SAN Array should be configured with minimum 4 x 4Gbps FC<br />

front end host / switch ports and minimum 2 x 4 Gbps back end disk ports,<br />

spread across Dual controllers.<br />

5 Cache<br />

The Proposed SAN Array should be configured with at least 2GB cache<br />

across dual controllers with dual cache mirror interconnect paths. The same<br />

should be scalable in future to 16GB Cache across dual controllers. Cache<br />

should be mirrored between the Active- Active controllers on separate Inter<br />

controller paths. The inter controller paths should be redundant (at least 2<br />

paths) to prevent disruption if one path fails and the interconnect technology<br />

should be on a 4Gbps backbone.<br />

6 Disk Support<br />

The Proposed SAN Array should be able to support minimum of 100 disks in<br />

the array supplied from Day One and should be expandable in future.<br />

Maximum Expansion to be specified in the Remarks Section. Maximum<br />

possible expansion will be part of Technical Evaluation also.<br />

The Proposed SAN Array should be configured with minimum:<br />

7<br />

Required Disk<br />

Space<br />

30 Nos. of 300 GB, FC, 15K RPM, 4 Gbps, Dual Ported Drives<br />

Minimum 5 TB Usable Capacity is required on Raid 5 (4+1)<br />

Above-mentioned Usable Capacity requirements are exclusive of all<br />

necessary required Global hot spares. Hence each spindle capacity type<br />

33


8 RAID<br />

9 OS Support<br />

10 Virtual LUN<br />

migration<br />

required above should have independent pool of minimum required<br />

global hot spares<br />

The Proposed SAN Array should support RAID Levels: 0, 1, 1/0, 3, 5 & 6. If<br />

any of the mentioned Raid Groups are not supported by the Bidder/OEM,<br />

then kindly propose equivalent features, with supporting whitepaper validation<br />

documents from third party agencies<br />

Support for Windows 2000/2003, HP-UX, IBM AIX, LINUX, Solaris OS.<br />

Vendors to provide a detailed interoperability list of supported configurations<br />

(including OS, HBAs, switches, cluster software, firmware, etc.) and the same<br />

should also be available to the customer for quick reference on the vendor’s<br />

public domain.<br />

It should provide the following flexibility within the storage system while<br />

applications are online with continued data access to the same LUNs (at the<br />

LUN granularity level):<br />

a) to migrate LUNs within the array to balance performance across<br />

spindles<br />

b) To move data within the array between drives of different capacities<br />

& types<br />

c) to migrate LUNs from one level of RAID protection to another (e.g.<br />

RAID 5 to RAID 1/0).<br />

11 Redundancy Provision for Redundancy of Disk Drives, Controllers, Fans & Power Supplies<br />

12<br />

Cache Data<br />

Backup<br />

13 SAN security<br />

14<br />

15<br />

16<br />

17<br />

Dynamic LUN<br />

Expansion<br />

Upgradeability<br />

/ Investment<br />

Protection<br />

Management<br />

Software<br />

Remote<br />

Diagnostics<br />

18 Connectivity<br />

19<br />

20<br />

PIT /<br />

Snapshot /<br />

Clone<br />

Software<br />

HBA Load<br />

balancing,<br />

Multi pathing<br />

and Auto<br />

Failover<br />

software<br />

In case of power failure, the SAN array must be provided with cache<br />

protection mechanism to ensure no loss of data in cache (Cache De-Stage),<br />

irrespective of duration of power outage or for minimum 72 hrs.<br />

The Proposed SAN Array should provide mapping of host to LUN, LUN<br />

Masking, Audit Logging, Security Administrator role, IP filtering and 2048bit<br />

asymmetric encryption support<br />

The Proposed SAN Array must support storage virtualization via online<br />

expansion of LUN’s through both concatenation as well as striping methods.<br />

The Proposed SAN Array should be field upgradeable to higher model in the<br />

family through data-in-place upgrade without requiring forklift upgrade of the<br />

SAN Arrays. The proposed SAN Arrays should also support NAS Gateway<br />

connectivity via FC SAN Switches without requiring forklift upgrade of the<br />

SAN Arrays or any Software<br />

The SAN Management software should be array based and provide GUI /<br />

web based management with complete Reporting features like LUN Usage,<br />

Empty Space etc. Alternately the SAN management console should be<br />

offered in high availability mode so as to ensure that failure of the console<br />

does not impact the ability to manage the SAN storage array.<br />

The Proposed SAN Array should support Web based, Email facility for<br />

remote service & also support dial-in / dial-out to report errors and warnings.<br />

The Proposed SAN Array should be able to connect 4-6 hosts on Fiber<br />

Channel through Dual Redundant 8 Port, 4Gbps FC Switches with requisite<br />

10 Mtr LC-LC Cables & Accessories (required in pair) .<br />

The SAN Array should support optional Snapshot or Point-in-time Copy<br />

functionality for snapshot and full copy of the production LUN’s / volumes.<br />

The storage solution should support specialized host-based HBA Load<br />

Balancing, Multi pathing & Auto Failover software along with the Storage<br />

system for various Operating Systems including but not limited to those<br />

mentioned above. Relevant software for this functionality should be proposed<br />

for all servers connected to the SAN with dual or more HBAs. Vendors should<br />

offer specialized host-based software, not just native OS-based failover<br />

34


drivers/functionality such as MPIO / MPxIO / PVLinks / QLogic FO driver etc.<br />

21<br />

Disaster<br />

Recovery<br />

Support<br />

22 SAN Switch<br />

23<br />

Warranty,<br />

Compliance,<br />

ISO and<br />

Support<br />

The Storage Array should support storage-based data replication in both<br />

synchronous, asynchronous mode.<br />

The Proposed SAN Switches should have minimum configuration as below :<br />

8 x 4 Gbps FC Ports Active Per Switch with expansion possibility of 8<br />

Additional Ports of 4 Gbps FC<br />

All Ports Should be auto-sensing 1, 2, and 4 Gbit/sec Fibre Channel<br />

Native E_Port switch Interoperability<br />

4-port increments through Ports on Demand LICENCEs<br />

Minimum Aggregate bandwidth should be 128 Gbit/sec end to end<br />

Maximum fabric latency should be not more then 1.2 µsec with no<br />

contention, cut-through routing at 4 Gbit/sec<br />

Should support Media types like Small Form-factor Pluggable (SFP)<br />

laser, Short-wave up to 500 meters (1640 feet) and Long-wave up to 10<br />

kilometers (6.2 miles);<br />

5 Yrs. 24x7x4 On Site Hardware Warranty & 5 yr Software Warranty and<br />

Compliance should be on OEM Letter Head. Products should be<br />

manufactured under ISO 9001 &14001 units. Pls. provide the valid<br />

certificates.<br />

4.8 ) SAN Switches<br />

4 (four) Gbps Fiber Switches, 12 ports or more & relevant S/w with LICENCEs for<br />

integration of Servers with Storage<br />

4.9) Tape Library (To be connected to SAN)<br />

Specification<br />

Tape Autoloader<br />

Bar code reader<br />

Catridge Capacity<br />

Data Transfer<br />

Compression<br />

Reliability<br />

Management<br />

Features<br />

Standards<br />

No. of Catridge<br />

media<br />

Description/Requirement<br />

The Tape system should be configured with Two LTO Gen4 Fibre drives and 30 slots<br />

and should be scalable to 6 drives and 120 slots.<br />

Bar code reader to be provided<br />

Each cartridge should be have at least of 800 GB of native capacity<br />

The Data transfer rate should be at least 120 Mbps uncompressed. Vendor to mention<br />

the maximum possible.<br />

2:1 compression should be possible<br />

a) The tape media should offer reliability such as servo tracks and read after write<br />

verify.<br />

b) It should support redundant power supplies and fans.<br />

Remote Management software should be supported that helps monitoring of tape<br />

library<br />

The tape library should be SNMP and SMI-S compliant<br />

40 Nos. of Bar coded Gen 4 cartridges of 800/1600 GB capacity to be provided along<br />

with the Tape Subsystem.<br />

35


4.10) Backup Software as per specifications<br />

Sl.<br />

No.<br />

Minimum Specification<br />

Should be available on various OS platforms such as Windows 2000/ NT, Linux and UNIX platforms and<br />

1 be capable of supporting backup / restores from various platforms including TRU64 UNIX, HP-UX, IBM<br />

AIX, Linux, NetWare. Both Server and Client software should be capable of running on all these platforms<br />

2 The backup solution should also support online backup of databases through appropriate agents.<br />

Should have built-in centralized management feature by which all Backup servers can be managed from<br />

3<br />

central location.<br />

Ability to backup data from one platform and restore it from another to eliminate dependence on a<br />

particular OS machine and for disaster recovery purposes. For example Data backed up from AIX<br />

4<br />

attached tape can be restored through Windows attached tape drives (of course same tape drive) in case<br />

AIX server or interface is faulty.<br />

5 Software should have full command line support on above mention operating systems.<br />

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

Should have SAN support on above mention operating systems. Capable of doing LAN free backups for<br />

7<br />

all platforms mentioned above.<br />

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

9 Software should support cross platform Device & Media sharing in SAN environment.<br />

10<br />

Software should have Multi-streaming backup facility. Backup multiple clients’ data on the tape<br />

simultaneously.<br />

11 Should have cross platform Domain Architecture for User management.<br />

12<br />

Should have in-built media management & rotation schemes, Should have in-built scheduling system and<br />

should have firewall support.<br />

13<br />

The Backup software should have the ability to report inactive files, which will help the customer decide<br />

what to backup/archive.<br />

Should support backups for clustered servers and support industry popular clusters like HACMP Sun<br />

14<br />

cluster, MSCS, HP service guard, EMC cluster, i.e. should have the ability to backup data from clustered<br />

servers from the virtual client, backing up data only once and giving consistent backup in case of failover<br />

of nodes.<br />

15 The software should support virtual platform like VMware and should also support software distribution.<br />

16<br />

Should support “Hot-Online” backup for different type of Databases such as IBM DB2, Oracle, MS SQL,<br />

Sybase etc.<br />

17 Should support LAN-free Backup / Restore capabilities.<br />

18<br />

Should support clustered configurations of the backup application in a cluster. I.e. backup application<br />

should failover as a highly available resource in a cluster.<br />

Software should have an inbuilt feature for Tape to tape copy feature (cloning, within the tape library) to<br />

19 make multiple copies of the tapes without affecting the clients for sending tapes offsite as part of disaster<br />

recovery strategy.<br />

Pricing of the software not to be dependant on the number of CPUs of the UNIX machines. Upgrading the<br />

20 UNIX machines and increasing CPU should not have any commercial implications in terms of renewing<br />

LICENCEs or buying additional LICENCEs.<br />

21<br />

Should have the optional ability of staging the backup data on a disk and then de-stage to a tape based<br />

on the policy for faster backups.<br />

22<br />

Should support Advance backup to disk backups where backups and restores from the backup media<br />

(disk in this case) can be done simultaneously.<br />

23<br />

Should have the ability to configure retries for backups of a client in case the client is not available on the<br />

network due to reboot or network failures.<br />

36


4.11) Gateway ANTI-VIRUS AND ANTI-SPAM<br />

General Features<br />

Antivirus Features<br />

The solution must support mass mailing virus detection<br />

The solution must support mail attachment virus detection<br />

The solution must support Malformed Mail format detection<br />

The solution must have a built in Safe Stamp feature<br />

The solution must have its own Updated Recommended Virus Extensions<br />

The solution must support at least 19 types of Compression algorithms<br />

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

Built-in Firewall protection - prevent unknown threats from entering your PC<br />

Rootkit detection<br />

Support Windows® /XP Pro/Vista/2000/2003 and PDA operation systems such as Windows Mobile,<br />

Symbian and etc.<br />

Email scanning supported for POP3-compatible email clients<br />

Automatic updates<br />

AntiSpam Features<br />

The solution must support Heuristics-based mail header detection for Spam<br />

The solution must support Heuristics-based scanning of the mail body for Spam<br />

The solution must support administrator defined Anti-Spam exception list (approved list)<br />

The solution must support administrator-defined non-approved list of known spammers.<br />

The solution should be able to detect Spam based on multiple categories (such as general, commercial<br />

email, Get rich quick, pornography, Racially insensitive content).<br />

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

The solution must be able to take different action based on the different sensitivity level of Spam<br />

detection.<br />

The solution must provide alerts based on action taken on the Spam mail<br />

Content Filtering Features<br />

The solution must support Content Filtering<br />

The solution must support Keyword search in message body<br />

The solution must support Attachment scanning for MS Office<br />

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

The solution must support Attachment Filtering<br />

The solution must be able to block attachment by file name and extension<br />

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

The solution must be able to block attachment by number<br />

The solution must be able to strip off attachments<br />

The solution must be able to block message by mail size<br />

The solution must be able to block message by attachment size<br />

The solution must support Anti-Spam filtering<br />

The solution must have its own Spam list that should be updated automatically<br />

The solution must have the ability to add legal disclaimers to the message<br />

The solution must be able to postpone sending of over size message<br />

The solution must support recognition of common faults in email<br />

The solution must support Recursive Analysis on message<br />

37


The solution must Recognize Document formats<br />

The solution must Recognize Image formats<br />

The solution must Recognize Multimedia formats<br />

SMTP Features<br />

The solution must have a Built-in SMTP Engine<br />

The solution must be able to restrict connections by hosts or IP range<br />

The solution must be able to restrict data size per session<br />

The solution must support Domain Based <strong>Routing</strong> and delivery by DNS<br />

The solution must be able to restrict number of messages per Connection \<br />

The solution must be able to restrict number of Recipients per Message<br />

The solution must support Relay Restrictions - by hosts or IP range<br />

Management Features<br />

The solution must support secure remote access via web browser<br />

The solution must support multiple remote installations<br />

Mail Queue Management<br />

The solution must have an option to view mail delivery queue<br />

The solution must have the ability to check if a mail has been delivered<br />

Quarantine Management<br />

The solution must support multiple quarantine areas<br />

The solution must be able to release/reprocess quarantined mails<br />

The solution must have the ability to see why mails are quarantined and Search quarantined mails by<br />

sender/recipient/subject<br />

The solution must support quarantine of unrecognized data format<br />

Performance Enhancements<br />

The solution must support Memory Scanning<br />

Events/Alert/Error Notification<br />

The solution must be able to Notify Sender, Receiver, and Administrator<br />

The notification message should be configurable<br />

Notification Methods should include E-Mail Notification, SNMP & Pager<br />

Logging<br />

The solution must have multiple logging levels: Normal, Operational, and Diagnostic<br />

The solution must have MTA/MDA Logging<br />

The solution must have Virus Activity logging<br />

The solution must have Email Policy Violation logging<br />

Updating<br />

The solution must support Automatic/Manual update of Pattern files, Scan Engine and Anti-Spam list with<br />

an option of hourly update.<br />

Specifications For Centralised Management Console<br />

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

Shall provide network wide virus statistics and analysis.<br />

Shall allow automatic, single point updates of virus pattern files for all the antivirus products from the<br />

same vendor.<br />

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

Shall support Microsoft Internet Explorer browser, using Active X and Java.<br />

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

Shall provide Incident monitoring and notification<br />

System reporting shall provide Information collected throughout network for analysis of activity; graphical<br />

report generation (templates provided)<br />

Shall eliminate the need for platform-specific computer skills when administering the variety of anti-virus<br />

programs often found on the network.<br />

38


Shall install on an NT/2000 server then deploy Agent that register every anti-virus product detected on<br />

the network.<br />

Shall be interactive and event-driven communication minimizes network traffic.<br />

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

Shall provide proactive attack process management, focused on getting attack specific information and<br />

policy file to IT administrators before new pattern file available<br />

Shall be able to perform all necessary outbreak related tasks from a single interface<br />

It should support central deployment of Outbreak Prevention Policies to all the managed anti virus<br />

products<br />

Shall be able to have Different operator assigned separate access to individual location for job delegation<br />

and separation of task and responsibility<br />

Shall utilize Secure communications between Management Server and managed product(s)<br />

Shall be able to Customize software update deployment plans<br />

Specifications For Anti Virus Software For Email & Groupware Applications<br />

Shall be able to scan through minimum of 19 types of compression formats. (Crucial because<br />

attachments over e-mail are sent with different compression formats.)<br />

Shall be able to scan through minimum of 20 levels of compression.<br />

shall be able to scan for HTML and VBScript Viruses.<br />

Shall scan for malicious applets and ActiveX controls.<br />

Shall provide mechanism for scanning and remove SPAM (unsolicited junk mail) with the help of rule<br />

based scanning to control spam.<br />

Shall provide mechanism for scanning and remove “Offensive” and “Sensitive Contents”.<br />

Shall provide configurable backup option before action is take place.<br />

Shall provide Heart-Beat status check of Real-time scan.<br />

Shall provide Real-Time scanning and cleaning of message body for virus<br />

Shall provide Real-time product Performance Monitor of e-mail statistic.<br />

Shall provide Heuristic/Rules Based Scanning.<br />

Shall scan File Attachment Blocking by extension, file name etc.<br />

Shall provide for following administrative features:<br />

Shall provide domain based central management.<br />

Shall provide for following virus notification options :-<br />

(i) Shall notify Virus Outbreak Alert.<br />

(ii) Shall provide Configurable Conditional Notification.<br />

Shall provide for following logging features :-<br />

(i) Shall provide search options by dates.<br />

(ii) Shall provide central log across multiple server.<br />

(iii) Shall provide complete backup log.<br />

(iv) Shall provide complete Quarantine log.<br />

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

Shall provide for following updating features :-<br />

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

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

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

Shall provide Mass-mailing Virus detection and removal<br />

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

39


Able to scan all email traffic using multi-threaded process<br />

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

Able to provide a Remote Configuration via Web Management Console<br />

Allows administrators to quarantine and store attachments before a new pattern file is available; options<br />

to scan messages once the pattern file is available<br />

Allows administrators to easily view information on quarantined emails and attachments.<br />

Options to resend, forward and delete the quarantine items or forward to an administrator mailbox<br />

Shall have Built-in Debug and Diagnostic tools, and context- sensitive help<br />

Shall support automated Outbreak Prevention Services, which is initiated from the management console<br />

and is able to block Emails by subject line and attachment name.<br />

Database Selection Scanning – Scans selected database from entire Exchange tree or individual store<br />

database<br />

Trusted IP Zone - allows administrator to configure IP addresses or a range of IP for SMEX Web console<br />

access.<br />

Shall perform complete scanning of the Exchange 2000 Web Store database after installation<br />

Specifications For Anti Virus Software To Protect Lan Servers<br />

Shall provide domain based central management – organize and manage computers in logical domains.<br />

Shall support Web-based centralized management from the Management Console.<br />

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

shall be able to remotely uninstall the antivirus software.<br />

Shall offer secure web-based central management.<br />

Shall pre-schedule automatic scan and delivery of updates.<br />

Shall download and distribute virus patterns automatically.<br />

shall support the following platforms: Windows NT/2000 (x86), Netware, Linux (real- time scan), EMC<br />

Celerra & NetApp Filer<br />

Shall be ICSA – certified.<br />

Shall be able to scan through minimum of 19 types of compression formats. (Crucial because<br />

attachments over e-mail are sent with different compression formats.)<br />

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

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

The solution shall be able to block specified ports on all the servers to stop the proliferation of Network<br />

viruses which use ports to spread after entering the Network<br />

The solution shall be able to block Network Shares on all the servers to stop the proliferation of Network<br />

viruses which use Network Shares to spread after entering the Network<br />

Shall be able to support automated attack-specific policy recommendations before a new pattern file is<br />

available.(Outbreak Prevention Services)<br />

shall be able to support remote deployment and execution of damage cleanup tools (Damage Cleanup<br />

Services)<br />

Shall provide Real-time Reporting and Updates<br />

Shall be certified by the following vendors & products:<br />

Microsoft Windows 2000 Server, Advanced Server & Datacentre Server<br />

Citrix Metaframe Server<br />

IBM xSeries Server<br />

HP/Compaq Datacentre Server<br />

System does not require restarting of the Virus Scanning service after a Pattern update<br />

shall be able to scan Object Linking and Embedding (OLE) File<br />

40


4.12) Desktop PC<br />

Processor<br />

Chipset<br />

Motherboard<br />

Memory<br />

Hard Disk Drive<br />

Intel Core2 Duo E4300 Processor<br />

(1.8 GHz, 2 MB L2 Cache, 800 MHz FSB)<br />

Intel Q965 or higher Intel Chipset<br />

Intel original or OEM mother board<br />

512 MB DDR2 SDRAM @ 667 MHz<br />

Expandable to 4 GB<br />

80 GB SATA-II SMART III 10000 rpm<br />

Optical Drive 52 X<br />

Graphics Integrated (on board) Intel Media GMA 3000<br />

Audio<br />

Integrated (on board) Audio controller with Internal speaker.<br />

Ethernet<br />

Integrated (on-board) 10/100/1000 controller<br />

with WOL, ASF 2.0 & PXE<br />

Bays<br />

Minimum: 3 (with support for 2 internal Hard drives)<br />

Slots Minimum: 4<br />

x1 PCI Express Slot - 1 no<br />

x16 PCI Express Graphics Slot - 1 no and<br />

PCI - 2 nos<br />

Ports<br />

1 Parallel, 1 Serial, 8 USB (Ver 2.0), VGA, 2 PS/2 ports<br />

Form Factor Micro Tower<br />

Power Supply<br />

Monitor<br />

Minimum 300 Watts (Surge protected)<br />

17" TFT Color with minimum 1280x 1024 @60 Hz resolution with MPRII/TCO<br />

& Win XP certification (same make as PC)<br />

Keyboard<br />

Mouse<br />

Operating System /<br />

Applications<br />

Drivers for different<br />

Operating systems<br />

Recovery Tool<br />

Diagnostic Tool<br />

PS/2 104 keys keyboard (Same make as PC). Keyboard should support<br />

Inscript data entry in Hindi<br />

Optical Scroll Mouse (Same make as PC)<br />

Pre installed Microsoft Windows XP Pro SP2 with Restore / Recovery CD, OS<br />

CD and documentation CD with each PC (in absence of OS CD, OEM pack of<br />

OS to be supplied)<br />

Pre loaded anti virus with free upgrades for one year and with<br />

media and manual<br />

Drivers should be freely available on OEM's web site<br />

Pre loaded software tool that has provision for scheduled backup for restoring<br />

OS & data<br />

Pre installed OEM's Diagnostic tool for hardware diagnostics<br />

Compliance And<br />

Certification to be<br />

submitted<br />

Warranty<br />

For OEM: ISO 9001:2000<br />

For Desktop:<br />

OS certification: Win XP Certification<br />

For Monitor: Energy Star and MPRII/TCO<br />

5 Years onsite<br />

Note: If at the time of supply the next version of desktops is available in the market then the<br />

vendor may supply next version at the same cost.<br />

41


4.13 a) Laser Printer Black and white (Type 1)<br />

Print technology<br />

Monochrome Laser<br />

Print speed (black, normal Atleast 30 PPM<br />

quality, A4)<br />

Processor speed<br />

400 MHz<br />

Print quality (black, best quality) Up to 1200 x 1200 dpi<br />

Duty cycle (monthly, A4) Min 80000<br />

paper trays 3<br />

Media types supported Paper (bond, colour, letterhead, plain, preprinted, prepunched,<br />

recycled, rough), envelopes, labels, cardstock, transparencies, userdefined.<br />

Standard media sizes A4, A5, B5 (JIS), letter, legal, executive<br />

Standard memory<br />

48 MB<br />

Standard printer languages HP PCL 6, HP PCL 5e, HP Postscript Level 3 emulation, direct PDF<br />

printing v1.4 (with at least 128 MB of printer memory)<br />

Interface Cables for connectivity to be provided by the supplier<br />

with PC<br />

Standard connectivity Hi-Speed USB 2.0 port and fast ethernet integrated print server.<br />

Compatible operating systems Microsoft® Windows® 2000, XP Home, XP Professional, Server 2003;<br />

Certified for Windows Vista;<br />

Power consumption<br />

Power requirements<br />

Warranty<br />

600 watts maximum (active)<br />

220 to 250 VAC (+/- 10%), 50/60 Hz (+/- 2 Hz)<br />

5 Year onsite.<br />

42


4.13b) Laser Printer Black and white (Type 2)<br />

Print technology<br />

Print speed (black,<br />

normal quality, A4)<br />

4.14) Dot Matrix Printer<br />

Monochrome Laser<br />

Atleast 20 PPM<br />

Processor speed Atleast 400 MHz<br />

Print quality (black, best Up to 1200 x 1200 dpi<br />

quality)<br />

Duty cycle (monthly, Atleast10000<br />

A4)<br />

Standard paper trays 2<br />

Media types supported Paper (bond, light, heavy, plain, recycled, rough), envelopes, labels,<br />

cardstock, transparencies, heavy media<br />

Standard input capacity Atleast 200<br />

(sheets)<br />

Standard output Atleast 100<br />

capacity (sheets)<br />

Duplex print options Manual (driver support provided)<br />

Interface Cables for to be provided by the supplier<br />

connectivity with PC<br />

Paper handling 250-sheet input tray<br />

optional/input<br />

Paper handling 125-sheet output bin<br />

standard/output<br />

Standard media sizes A4, A5, A6, B5, B6, C5, DL<br />

Standard memory Min 32 MB<br />

Standard printer HP PCL 6, HP PCL 5e, HP Postscript Level 3 emulation with automatic<br />

languages<br />

language switching<br />

Typefaces<br />

Standard connectivity<br />

Compatible operating<br />

systems<br />

Power consumption<br />

Power requirements<br />

Warranty<br />

45 scalable TrueType fonts, 35 PostScript<br />

Hi-Speed USB (compatible with USB 2.0 specifications) port<br />

Microsoft® Windows® 2000, XP Professional, Server 2003; Certified for<br />

Windows Vista;<br />

350 watts maximum (printing)<br />

Input voltage 220 to 240 VAC (+/- 10%), 50 Hz (+/- 2 Hz)<br />

5-years onsite Warranty.<br />

Details<br />

No. of Pins<br />

No. of Columns<br />

CPS<br />

Other Requirements:<br />

24 Pin<br />

136 column<br />

450 CPS @ draft 15 cpi or More<br />

Atleast 350 pages per hour.<br />

100CPS<br />

Paralell Port / Interface.<br />

Specification<br />

Yes<br />

Built in Indian languages: Hindi and Devnagri for fast printing<br />

1+3 copies (0.42mm)<br />

43


Interface Cables for<br />

connectivity with PC<br />

Tractor<br />

Warranty<br />

Yes<br />

Paper feed with Continusios Staionary Printing. Built in dual Tractor<br />

5 Years including print-head<br />

4.15) UPS Online 30 KVA (2X30 KVA, redundant mode, for Data Centre and 1X30<br />

KVA for users at DC)<br />

Requirement<br />

Technology<br />

Inverter device<br />

30 KVA Online UPS Specifications<br />

Description<br />

Inverter device IGBT based<br />

Double Conversion True On-line UPS<br />

Overall efficiency<br />

90% (AC-AC)<br />

Inverter efficiency >90%<br />

Input<br />

Input Voltage & Range 415VAC 3Phase, -15%, +10%<br />

Input Frequency Range 50 Hz ± 6%<br />

Input Phase<br />

Three Phase with ground<br />

Input current Harmonic THD < 10%<br />

Input Power Factor >0.9<br />

OUTPUT 30 KVA<br />

Voltage<br />

415V AC Three Phase<br />

Voltage Regulation +/-1%<br />

Output Frequency<br />

regulation<br />

Free running Mode 50Hz ± 0.1Hz<br />

Sync Mode 50Hz ± 2 Hz<br />

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

< 1% (linear load)<br />

Output Waveform<br />

Pure Sine wave<br />

Crest Factor 3:01<br />

Power Factor<br />

0.8 lagging<br />

Battery<br />

Battery Backup<br />

60 minutes on UPS<br />

Battery Test<br />

Advanced battery test management system with programmable battery<br />

testing facility shall be available<br />

Battery Type<br />

Battery Make<br />

Battery Charging<br />

VDC<br />

Battery Ratings<br />

Transfer Time<br />

General<br />

Display<br />

Overload capacity<br />

Operating<br />

Temperature<br />

Noise level<br />

SMF VRLA type only with Racks & Interconnecting Links<br />

Rocket/Amararaja/Emerson/Exide/Quanta<br />

4-6 hrs depending upon depth of discharge<br />

To specify<br />

30KVA: 48960VAH<br />

0 ms<br />

LCD Display<br />

110% for 60 minutes and 125 % for 10 minute<br />

0 to 45 degree centigrade<br />


Bypass<br />

DG Compatibility<br />

Isolation<br />

Standard<br />

Alarms & Indications<br />

Dimensions<br />

Certifications<br />

Warranty<br />

Automatic Bypass Switch<br />

UPS to be compatible with DG Set supply and mains supply<br />

O/p Isolation between UPS & Load<br />

RS 232 port for software interface<br />

SNMP interface support<br />

All necessary alarms & indications essential for performance monitoring<br />

of UPS to be incorporated.<br />

Specify dimensions (H x W x D) for UPS & Batteries Set<br />

ISO 9001 & 14001 certified to Manufacturer<br />

5 Years Onsite for UPS and 3 Years Onsite for Batteries.<br />

4.16.a.1) UPS 1 KVA offline<br />

INPUT PARAMETERS<br />

Voltage Range<br />

Frequency Range<br />

Transfer Time (Typical)<br />

145-295V AC<br />

44-59 Hz<br />

5msec<br />

1KVA LINE INTERACTIVE UPS<br />

OUTPUT PARAMETERS<br />

Output Power<br />

600W<br />

Voltage Regulation 230V+/-10%<br />

Frequency Regulation 47-63 Hz<br />

Peak Efficiency 88%<br />

Output Waveform Modified Sine-Wave<br />

Crest Factor >3:1<br />

BATTERY PARAMETERS<br />

Battery Type<br />

SMF<br />

Back-up<br />

2 hrs on 1PC & 1 Laser Printer<br />

Recharing of Battery 4-6 hours depending on depth of discharge of battery<br />

ENVIRONMENTAL PARAMETERS<br />

Operating Temperature 0-40° C<br />

Acoustic Noise(at 1<br />

mts)<br />

50dB<br />

Relative Humidity(Non<br />

Condensing) 0-95%<br />

Certification ISO 9001 & ISO 14001<br />

OTHERS<br />

Indication & Alarms LED Display with Alarms<br />

PROTECTIONS<br />

Surge Protection Should be available<br />

EMI/RFI Filter<br />

Protection<br />

Should be available<br />

Short Circuit &<br />

Overload Protection Should be available<br />

Warranty<br />

5 Years Onsite for UPS and 3 Years Onsite for Batteries.<br />

45


4.16.a.2) UPS 1 KVA online<br />

1 KVA ONLINE UPS<br />

Requirement<br />

Description<br />

Certifications ISO 9001 & 14001 certified to Manufacturer<br />

Technology Rectifier/Inverter device IGBT based<br />

Full Digital Signal Processing Design<br />

Double Conversion True On-line UPS<br />

Overall efficiency >88% (AC-AC)<br />

Inverter efficiency >90%<br />

Input<br />

Input Voltage & Range 120-280V AC, Single Phase on full load<br />

Input Frequency Range 50 Hz ± 10%<br />

Input Phase<br />

Single Phase with ground<br />

Input current Harmonic THD < 8%<br />

Input Power Factor 0.99 at full load<br />

OUTPUT<br />

Output<br />

1 KVA<br />

Voltage<br />

220VAC<br />

Voltage Regulation +/-2%<br />

Output Frequency regulation Free running Mode 50Hz ± 1%<br />

Sync Mode 50Hz ± 2%<br />

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

< 2% (linear load)<br />

Output Waveform Pure Sine wave<br />

Crest Factor 3:01<br />

Power Factor<br />

0.7 lagging<br />

Battery<br />

Battery Backup<br />

120 minute<br />

Battery Type<br />

SMF VRLA type only with Racks & Interconnecting Links<br />

Recharing of Battery 4-6 hours depending on depth of discharge of battery<br />

Battery Make<br />

Rocket/Amararaja/Emerson/Exide/Quanta<br />

VDC<br />

To be specified<br />

Battery Ratings<br />

2KVA: 5040VAH<br />

Transfer Time<br />

0 ms<br />

General<br />

Display<br />

LED Display<br />

Overload capacity 105-125%-5 minutes<br />

Operating Temperature 0 to 40 degree centigrade<br />

Noise level<br />


4.16 b) UPS 2 KVA offline<br />

2KVA Ofline UPS<br />

INPUT PARAMETERS<br />

Voltage Range<br />

155-295V AC<br />

Frequency Range 44-59 Hz<br />

Transfer Time(Typical) 8msec<br />

OUTPUT<br />

PARAMETERS<br />

Output Power<br />

1200 W<br />

Voltage Regulation 230V, +/-10%<br />

Frequency Regulation 50Hz,+/-0.2<br />

Peak Efficiency 85%<br />

Output Waveform Modified Sine-Wave<br />

Crest Factor 3: 1<br />

BATTERY<br />

PARAMETERS<br />

Battery Type<br />

SMF<br />

Back-up<br />

2 hrs on 3 PC & 1 Laser Printer<br />

Recharing of Battery 4-6 hours depending on depth of discharge of battery<br />

ENVIRONMENTAL<br />

PARAMETERS<br />

Operating Temperature 0-40° C<br />

Acoustic Noise (at 1 mts) 45dB<br />

Relative Humidity (Non<br />

Condensing) 0-95%<br />

OTHERS<br />

Indication & Alarms LED Display with Alarms<br />

PROTECTIONS<br />

Surge Protection Should be avialable<br />

EMI/RFI Filter Protection Should be avialable<br />

Short Circuit & Overload<br />

Protection<br />

Should be available<br />

Warranty<br />

5 Years Onsite for UPS and 3 Years Onsite for Batteries.<br />

47


4.16 c) 2KVA ONLINE UPS<br />

2KVA ONLINE UPS<br />

Requirement<br />

Description<br />

Certifications ISO 9001 & 14001 certified to Manufacturer<br />

Technology Rectifier/Inverter device IGBT based<br />

Full Digital Signal Processing Design<br />

Double Conversion True On-line UPS<br />

Overall efficiency >88% (AC-AC)<br />

Inverter efficiency >90%<br />

Input<br />

Input Voltage & Range 120-280V AC, Single Phase on full load<br />

Input Frequency Range 50 Hz ± 10%<br />

Input Phase<br />

Single Phase with ground<br />

Input current Harmonic THD < 8%<br />

Input Power Factor 0.99 at full load<br />

OUTPUT<br />

Output<br />

2 KVA<br />

Voltage<br />

220VAC<br />

Voltage Regulation +/-2%<br />

Output Frequency regulation Free running Mode 50Hz ± 1%<br />

Sync Mode 50Hz ± 2%<br />

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

< 2% (linear load)<br />

Output Waveform Pure Sine wave<br />

Crest Factor 3:01<br />

Power Factor<br />

0.7 lagging<br />

Battery<br />

Battery Backup<br />

120 minute<br />

Battery Type<br />

SMF VRLA type only with Racks & Interconnecting Links<br />

Recharing of Battery 4-6 hours depending on depth of discharge of battery<br />

Battery Make<br />

Rocket/Amararaja/Emerson/Exide/Quanta<br />

VDC<br />

To be specified<br />

Battery Ratings<br />

2KVA: 5040VAH<br />

Transfer Time<br />

0 ms<br />

General<br />

Display<br />

LED Display<br />

Overload capacity 105-125%-5 minutes<br />

Operating Temperature 0 to 40 degree centigrade<br />

Noise level<br />


4.16 d) UPS 3 KVA Online<br />

Requirement<br />

Technology<br />

3KVA ONLINE UPS<br />

Description<br />

Rectifier/Inverter device IGBT based<br />

Full Digital Signal ProcessingDesign<br />

Double Conversion True On-line UPS<br />

Overall efficiency >88% (AC-AC)<br />

Inverter efficiency >90%<br />

Input<br />

Input Voltage & Range 120-280V AC ,Single Phase on full load<br />

Input Frequency Range 50 Hz ± 10%<br />

Input Phase<br />

Single Phase with ground<br />

Input current Harmonic THD < 8%<br />

Input Power Factor 0.99 at full load<br />

OUTPUT<br />

Output<br />

3 KVA<br />

Voltage<br />

220VAC<br />

Voltage Regulation +/-2%<br />

Output Frequency regulation Free running Mode 50Hz ± 1%<br />

Sync Mode 50Hz ± 2%<br />

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

< 2% (linear load)<br />

Output Waveform Pure Sine wave<br />

Crest Factor 3:01<br />

Power Factor<br />

0.7 to unity<br />

Battery<br />

Battery Backup<br />

120 minute<br />

Battery Type<br />

SMF VRLA type only with Racks & Interconnecting Links<br />

Battery Make<br />

Battery Charging<br />

VDC<br />

Battery Ratings<br />

Transfer Time<br />

General<br />

Display<br />

Overload capacity<br />

Operating Temperature<br />

Noise level<br />

Bypass<br />

DG Compatibility<br />

Standard<br />

Alarms & Indications<br />

Dimensions<br />

Certifications<br />

Warranty<br />

Rocket/Amararaja/Emerson/Exide/Quanta<br />

4-6 hrs depending upon depth of discharge<br />

To be specified<br />

3KVA: 7200VAH<br />

0 ms<br />

LED Display<br />

105-125%-5 minutes<br />

0 to 40 degree centigrade<br />


4.16 e) UPS 5 KVA online<br />

5KVA UPS<br />

Requirement<br />

Description<br />

Technology Rectifier/Inverter device IGBT based<br />

Microprocessor controlled Digital Design<br />

Double Conversion True On-line UPS<br />

Overall efficiency >88% (AC-AC)<br />

Inverter efficiency >90%<br />

Input<br />

Input Voltage & Ranges 180-270V AC, Single Phase on full load<br />

Input Frequency Range 50 Hz ± 8%<br />

Input Phase<br />

Single Phase with ground<br />

Input current Harmonic THD < 10%<br />

Input Power Factor >0.97 at full load<br />

OUTPUT<br />

Output<br />

5 KVA<br />

Voltage<br />

220VAC-230V AC<br />

Voltage Regulation +/-1%<br />

Output Frequency<br />

regulation Free running Mode 50Hz ± 0.5%<br />

Sync Mode 50Hz ± 4 Hz<br />

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

< 2% (linear load)<br />

Output Waveform Pure Sine wave<br />

Crest Factor<br />

3:01:00 AM<br />

Power Factor<br />

0.7 to unity<br />

Battery<br />

Battery Backup<br />

60 minute<br />

Battery Type<br />

SMF VRLA type only with Racks & Interconnecting Links<br />

Battery Make<br />

Rocket/Amararaja/Emerson/Exide/Quanta<br />

Battery Charging 4-6 hrs depending upon depth of discharge<br />

VDC<br />

To be specified<br />

Battery Ratings<br />

5KVA: 8640VAH<br />

Transfer Time<br />

0 ms<br />

General<br />

Display<br />

LED Display<br />

Overload capacity 110%-125% for 10 minutes<br />

Operating Temperature 0 to 40 degree centigrade<br />

Noise level<br />


4.17) DG Set 60 KVA<br />

Supply of 60 KVA DG set comprising of Cummins Engine model coupled to 415V 60<br />

KVA Stamford make alternator both mounted on common Base frame with other<br />

standard accessories i.e. Control Panel, Fuel tank, Batteries with leads.OEM should<br />

comply with following certifications and should enclosed in technical bid ISO 9001:2000,<br />

ISO 14001, CPCB Norms<br />

4.18 a) Enterprise Management System<br />

Polls devices using SNMP and ICMP protocols which inturn make use of TCP/IP stack.Using ICMP<br />

and SNMP spectrum discovers and get meaningful information for that device i.e vendor, type, and<br />

version and visualizes network topology in a graphical layout.<br />

Supports mapping and modeling of the infrastructure grouped by network connectivity, physical<br />

location of equipment and user groups or departments. Supports manual adjustments to allow<br />

administrators to customize the structure, the layout and relationship between modeled elements.<br />

can discover & provide information of the routing protocols in use, such as OSPF areas, RIP etc.<br />

Supports importing of pre-formatted files to support automated modeling as an alternative to<br />

network discovery.<br />

Can give detailed graphical views of switches & VLAN with their relationships. CA Spectrum can<br />

also document connectivity changes that were discovered since the last update.<br />

Provides Capacity planning reports to identify network traffic patterns and areas of high resource<br />

utilization, enabling to make informed decisions about where to upgrade capacity and where to<br />

downgrade or eliminate capacity. It also provided reporting based on error statistics for WAN links.<br />

Has the ability to display port labels on the connected devices on the network map, as configured<br />

in the routers in ifAlias labels.<br />

Discover redundant backup links & ISDN lines with proper color status propogation for complete<br />

network visualization<br />

Discovery can update router configuration changes like re-indexing of ports, addition/deletion of<br />

ports on Network Map with each polling cycle without rediscovery of complete network/individual<br />

device.<br />

Provides changing of polling intervals on a need basis through GUI tool hence supports<br />

discriminated polling of devices.<br />

Supports scheduled discovery to ensure that the relationship between elements are maintained<br />

and up-to-date. It should provide user-configurable discovery control to manage the frequency and<br />

scope network discovery, configured using a graphical user interface.<br />

Distributed Architecture we can split SpectroServers across WAN to different location in order to<br />

reduce polling traffic across the WAN. It can be use remote pollers to provide for localized polling<br />

Can restrict operator access to different areas of information based on user security rights<br />

assigned by the administrator.<br />

Supports concurrent multi-user access to the management system, enabling multiple read-write<br />

access to different areas of the management domain.<br />

Enables administrator full access to the management system information remotely using ISDN /<br />

ADSL or IP dial-up.<br />

Provides vendor-specific device support for the managed network devices in the network using<br />

information gathered from MIB2 and vendor-specific extensions.<br />

SNMP V3 Module supports migration to SNMP v3 whenever it is decided to implement in full<br />

SNMPv3 as the default management protocol<br />

CORBA API toolkit supports vendor independent interfaces<br />

Discovers Devices on network and stores inventory information of network assets and provides<br />

51


inventory reports as well.<br />

Web Browser access is very user friendly, easy to use in one click console. Help for options can be<br />

accessed within web based one click console.<br />

Can create multiple management domains based on geography or responsibility.<br />

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

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

is able to accept events from all types of elements in the IT infrastructure including network<br />

devices; Server’s hardware, software, operating system, database, application, storage, security<br />

devices etc.<br />

uses advanced root-cause analysis techniques and Model-based and Policy-based condition<br />

correlation technology for comprehensive analysis of network faults.Spectrum provides out of the<br />

box root cause analysis with multiple root cause algorithms inbuilt for root cause analysis.Spectrum<br />

provides an intuitive User Interface for defining conditional correlation of the events.Spectrum has<br />

a strong event correlation engine which can correlate the events on the basis of event pairing.<br />

can accept events related to discrete state changes as well as threshold breaches indicating that<br />

the element is no longer operating within “normal/ default/ pre-defined” parameters.<br />

Will be able to improve the event-to-incident/problem resolution process and achieve alignment<br />

between IT component events and business-oriented, end-to-end IT services.<br />

Can process events using consolidation, filtering, normalization, enrichment, correlation, and<br />

analysis techniques.<br />

Can be configured not to generate multiple alarms of the same type for the same device but only<br />

show the number of repeated occurrences.<br />

Provides <strong>State</strong>-based correlation at the element level.<br />

Spectrum uses Inductive Modelling Technology, which uses intelligent algorithms to suppress<br />

events from those devices that are actually available but not reachable due to a known problem.<br />

Correlations based on causal rules e.g., suppress events that are dependent on the events taking<br />

place elsewhere can be achieved using CA Spectrum<br />

Supports custom-built correlation rules.<br />

Can diagnose and correlate the failure events information and pinpoint the root cause of the<br />

problem using Inductive Modelling Technology, condition based event correlation and policy based<br />

event correlation<br />

Triggers automated actions based on incoming events / traps which can also be configured<br />

individualy for different devices.<br />

Present event data to the IT operations staff in console screen using color and sound (visual and<br />

audible alarms), through spectrum one click console, by e-mail, by logical groupings based on<br />

business processes, IT services, departments, geographic regions or any other user-defined<br />

groupings.<br />

Can integrate with email /SMS to notify events to concerned people with auto escalation as per<br />

pre-defined policy.<br />

Integrates with Service Desk Out of the Box to generate service desk tickets & provide outgoing<br />

notification integration to service desk<br />

Has the intelligence and ability to understand impact of devices under maintenance and do not<br />

generate alarms for outages introduced by the maintenance work.<br />

Provides a user-configurable event to alarm mapping system that sets a differentiation that events<br />

do not necessarily need an alarm to be generated.<br />

provides a user-configurable event processing policy that helps to reduce volume of information at<br />

the console by classifying events as alarms only if it meets a set of user-specified criteria such as<br />

event occurrence frequency, event sequence and duration of event in active state<br />

is capable of correlating events across the entire spectrum of heterogeneous infrastructure<br />

components like Routers, Switches etc.<br />

52


can diagnose root cause out of the box using Inductive Modelling Technology and by defining<br />

custom condition based event correlation and policy based event correlation<br />

Has out-of-the-box correlator to enhance root-cause analysis and to significantly reduce the<br />

number of events operator receives.<br />

Service Manager can provide an auto-calculated impact analysis of individual element failure to<br />

provide the operator and administrator understanding of the impact of the failure onto other<br />

elements in the network.<br />

Supports correlation of layer-2 switched information in connector-down circuit, including trunks and<br />

meshes.<br />

identifies the impact of infrastructure failures (Identification of root cause of the problem) and<br />

manage the application services from business perspective using Spectrum Service Manager<br />

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

can be configured not to generate multiple alarms of the same type for the same device but only<br />

show the number of repeated occurrences.Spectrum alarm roll-up feature can reduce the number<br />

of alarms that needs to be managed at the operations Centre.<br />

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

Can generate per link and per location availability for any selectable period taking into account<br />

alternate paths available for the location.<br />

Service Manager can manage IT resources in terms of the business services they support, specify<br />

and monitor service obligations, and associate users/ Departments/ Organizations with the<br />

services they rely on and related Service/ Operational Level Agreements.<br />

Service Manager provides a service definition facility that includes business transaction processes<br />

supported by IT resources and allow rules-based monitoring policies that infers the health of the<br />

Service based on the collective values of resource attributes.<br />

Service Manager provides a User definition facility wherein you can define person(s) or<br />

organization(s) that uses the business Services and enable the association of Users with Services<br />

and SLAs.<br />

Service Manager supports Service Level Agreements (SLAs) definition facility that enables defining<br />

a set of one or more service Guarantees that specify the Service obligations stipulated in an SLA<br />

contract for a particular time period<br />

Provides Root cause analysis of infrastructure alarms to the managed Business Services in<br />

determining service outages.<br />

Service Manager enables SLA violation alarms to notify whenever an agreement is violated or is in<br />

danger of being violated.<br />

Service Manager provides the capability to designate planned maintenance periods for services<br />

and take into consideration maintenance periods defined at the IT resources level.<br />

Service Manager provides the capability of Advanced Correlation for determining Service health,<br />

performing root cause analysis, and fault isolation.<br />

Spectrum Service Manager dashboard provides a real time business services Dashboard that will<br />

allow the viewing of the current health of required services inclusive of real-time graphical reports.<br />

Report Manager provides a historical reporting facility that will allow for the generation of ondemand<br />

and scheduled reports of Business Service related metrics with capabilities for<br />

customization of the report presentation.<br />

Can control users’ access to information in both the real-time dashboard and historical reporting<br />

facilities.<br />

Generate reports for overall availability on work Centre wise basis based on predefined weightages<br />

for group of assets.<br />

Service Availability as well as Service Performance provides availability, service levels, response<br />

time and throughout of various Internet/web Services e.g. DNS, HTTP, SMTP etc.<br />

AR Agents can monitor SAP transactions between users and Server<br />

53


Provides Capacity planning reports to identify network traffic patterns and areas of high resource<br />

utilization, enabling to make informed decisions about where to upgrade capacity and where to<br />

downgrade or eliminate capacity. Provides ‘What if’ analysis and reporting to enable understanding<br />

the effect of growth on available network resources.<br />

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

Provides Status reports on ‘when and for how long’ a user exceeds network bandwidth utilization of<br />

a predefined or threshold limits.<br />

Live Health provides Real time network monitoring and Measurement offend-to-end Network/<br />

system performance & availability to define service levels and further improve upon them.<br />

Provides detailed analysis of performance metrics and response time for the network.<br />

Provides information about how device resources are affecting network performance, document<br />

current network performance for internal use and service level agreements (SLA).<br />

Reporting provides intelligent insight into QOS and provides inputs for required QOS settings.<br />

Provides an Executive Summary report that gives an over all view of a group of elements, showing<br />

volume and other important metrics for the technology being viewed.<br />

Provides various Capacity Planning reports which provides a view of under-and over-utilized<br />

elements.It also provides Report that focuses on resources that are projected to become overutilized<br />

in 90 days<br />

Provides Hot Spot, quick view, and top ten reports that identify elements of possible concern by<br />

exceptions, degree of change, and other criteria<br />

Provides various Service Level reports that shows the elements with the worst availability and<br />

worst response time-the two leading metrics used to monitor SLAs.<br />

reports allows you to put logo on reports and arrange or change tables and graphs to meet<br />

requirements<br />

Provides full-fledged Service Level monitoring and reporting capability. Administrator can define<br />

metrics to be measured, measure on such metrics and do comprehensive monitoring and webbased<br />

reporting based on availability/downtime/response etc<br />

Provides a Web-based user interface and provide service level reporting using a console. Supports<br />

distributed remote collectors across locations, which will be able to gather and measure statistics<br />

from the IT infrastructure.<br />

Provides a status view of all data collections and systems involved, group data collections into<br />

report groups and assign them individual service goals and business hours.<br />

Service Availability enables you to measure and collect data from, and set service level reporting<br />

on ICMP echo (ping), SNMP MIB variable, services like HTTP etc. and resolve Network latency<br />

between remote network devices.<br />

Service Availability enables you to measure and collect data from, and set service level reporting<br />

on ICMP echo (ping), SNMP MIB variable, services like HTTP etc. and resolve Network latency<br />

between remote network devices.<br />

Helps to define service incidents, identifying periods in which data is invalid for specific data<br />

collections. Also provides the ability to ignore collected data which is not to be included in the<br />

report production.<br />

Provides static network reports with multiple time frames e.g. 15 minute, 30 minute, 1 hour, 24<br />

hour and User definable time frame along with E-mail notification of network reports.<br />

Has built-in Trend Reports<br />

Has built-in At-a-Glance Summary Reports<br />

Hasa built-in Top N Utilization reports<br />

Provides COGNOS based reports to create custom reports<br />

has built-in What-if capacity prediction reports<br />

Live Health enables E-mail notification on a network hardware failure or an out-of-service<br />

condition.<br />

Live Health enables E-mail notification when pre-defined thresholds are violated.<br />

54


Live Health enables Script files execution when alarm or network thresholds condition occurs like<br />

Packet drop rates, Throughput, Availability, Reachability etc.<br />

Live Health can auto-calculate resource utilization baselines for the entire managed systems and<br />

networks and allow user to set corresponding upper and lower threshold limits.<br />

Provides bandwidth reporting using graphical information to depict traffic volumes between network<br />

nodes.<br />

Traffic Accountant provides bandwidth reporting using graphical information to depict traffic<br />

volumes between network nodes highlighting different color<br />

Provides Historical graphs on the network performance and past trends, and automated process<br />

restarts when required.<br />

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

Can determine whether a site’s URL’s are responding.It can display & log, on a continuous basis<br />

from multiple locations.<br />

Live Health provides reports on the basis of resource utilization time over a defined threshold,<br />

deviation from normal operating baselines and monitored parameters too wrong for too long etc.<br />

Provides in-depth web server performance management, web traffic analysis and online<br />

transaction monitoring.<br />

Has Predefined thresholds functionality, corrective actions and automatic alerts to control web<br />

application performance.<br />

Monitors all critical web server resources and provide multi levels of thresholds, along with<br />

automation of corrective actions.<br />

Provides out-of-the-box performance and alerts as well as web analytics custom reports that are<br />

accessible on-demand via any browser.<br />

Provides performance metrics and response time data as collected and summarized hourly, daily,<br />

weekly and monthly to help identify performance issues and bottlenecks that may require<br />

additional resources or configuration changes.<br />

Integrates with other EMS tools and shall provide all management information at central console.<br />

Provides visualization of real time performance monitoring of applications built on Web server<br />

platform.<br />

Provides browser-based console to monitor different web servers from single location.<br />

Will able to monitor 15 second requests, Wait time, Execution time, Memory utilization etc, and be<br />

able to analyze server load, visitor profiles, HTTP traffic, broken links, Hourly utilization etc.<br />

Provides alerts when threshold breaches occur & sent via SMS or e-mail and accordingly specific<br />

resolution measures shall be taken.<br />

Provides a bi-weekly health report showing details of the overall response times and availability<br />

vis-a-vis the last fortnight and data on city wise<br />

Provides a bi weekly report on broad level trends in website performance with recommendations<br />

on corrective actions to be taken.<br />

Diagnoses and rectifies the cause of specific, often complex, performance problems experienced<br />

by end users.<br />

Checks the availability of baseline performance by suggesting improvements<br />

Provides end user experience monitoring by performing simulated transactions, thereby enabling<br />

operators to monitor services in real time.<br />

Integration provides comprise of software modules, which can be distributed to points of presence<br />

on the network for a complete view of service availability.<br />

Provides customizable SLA definition.<br />

Provides service tests and historical performance reports viewable via a web server.<br />

Provides Service <strong>State</strong> change monitoring and shall be able to send events to the central<br />

management console only when there is a change in status, allowing operators to prioritize<br />

activities and ignore redundant information.<br />

55


Provides the capability to manage both Microsoft .NET and J2EE applications from the same<br />

platform.<br />

Provides monitoirng for Web Services, HTTP Web pages, HTTPS Secure Web pages, etc.<br />

Monitors Mission Critical Applications: ODBC Database Connection<br />

Monitors supported CUSTOM probes<br />

4.18 b) Database Management System Specification<br />

• Monitor performance of Oracle, DB2, MS SQL Server and Sybase multiplatform<br />

databases<br />

• Provide thresholds and alarms to proactively react to problems<br />

• Provide scalable architecture to optimize resource use. It should be possible to<br />

monitor the Oracle database by installing agents remotely so that the overhead<br />

on the database server is minimized<br />

• Tool should provide both real-time and historical information to identify and<br />

correct Oracle process bottlenecks and customize environment for efficient<br />

operations<br />

• Historical/archival data on the performance of the monitored Oracle database<br />

must be available in a relational database like Oracle or in a standard operating<br />

system file-based data store<br />

• Provides all information in one tool for performance monitoring the database,<br />

database server and application transactions with the database<br />

• Ability to create real-time or historical custom graphs and stacks for comparison,<br />

correlation and trending across any collected database or database server<br />

• Provide Windows GUI and Java-browser based performance management<br />

console<br />

• Upon install, identify problems and as database objects are changed, recognize<br />

automatically without having to manually reconfigure tool<br />

• Support User extensible for site-specific requirements without proprietary<br />

programming<br />

• Provide automated notification and event management common services<br />

enabling on-demand self management capabilities<br />

• It should be possible to monitor following metrics within Oracle:<br />

o Statistics on Partitioned tables and Indexes<br />

o Provide critical lock and enqueue measurements for monitoring and<br />

tuning Parallel DML<br />

o Detailed fragmentation measurements like object growth information on<br />

cluster extent, index extent, and rollback segment extent, table extent.<br />

Dynamic allocation information to determine the objects NEXT EXTENT<br />

Size<br />

o Overall Database growth for tablespace sizing and capacity planning<br />

o Dynamic allocation activity profiles by tablespace for determining the<br />

optimal default storage parameters for tablespaces, for scheduling<br />

tablespace and database rebuilds<br />

o Dictionary cache monitoring to get number of cache slots, used slots, free<br />

slots for each of the dictionary caches, number of dictionary cache<br />

requests and number of requests that were not found in the cache for<br />

individual dictionary caches<br />

o Performance of Library cache to measure the number of library get<br />

request hits and the number of pin requests hits per second<br />

56


o Buffer Cache hit ratio to monitor the buffer cache performance. It should<br />

show percentage of hits to the block buffer cache<br />

o Monitor DBWR buffers scanned and free buffers inspected. Provide<br />

measurements fro the number of times the LRU list was scanned to find a<br />

free block, number of buffers skipped in order to find a free buffer,<br />

number of times the database writer (DBWR) was invoked because a<br />

process found at least half of the DB_BLOCK_WRITE_BATCH buffers on<br />

the dirty list<br />

o Redo logs to provide information on number of redo log buffers created,<br />

byte count of redo entries, average redo entry record size, number of<br />

redo entries copied to the redo buffer on the redo allocation hatch,<br />

number of redo entries that were pre built in user process memory before<br />

obtaining the redo allocation latch, number of write operations to the redo<br />

log buffer<br />

o Database I/O to provide the information necessary for optimizing the file<br />

I/o, balancing disk I/O and projecting disk capacity requirements<br />

o Measurements on disk read operations on a file-by-file basis,<br />

measurements on the number of physical block read requests, number of<br />

physical blocks read to satisfy those requests, measure database write<br />

operations by the DBWR on a file-by-file basis, number of database block<br />

write requests, measure disk read and write operations by table spaces<br />

o Measure row-chaining on at the table level, session level and database<br />

level<br />

o Measure number of index fast full scans initiated using direct read,<br />

initiated for full segments and initiated with rowed endpoints<br />

o Measure rollback segment I/O, monitor the size and growth of the rollback<br />

segments<br />

o Monitor block contention on a database wide basis and per rollback<br />

segment basis<br />

o Monitor percentage of latch contention<br />

o Detailed sessions monitoring like reports on number of sessions<br />

summarized into a single username, number of active database logons,<br />

duration of the sessions logons, measurements to determine how much<br />

total CPU time used by the user calls, measurements on committed and<br />

rolled back transactions as well as calls to the kernel, index usage at the<br />

session level<br />

o Provide reports on committed transactions per second, average number<br />

of calls to Oracle per min, rolled back transactions per second, number of<br />

open cursors a session has at the sampling point, logical and physical I/o<br />

on the session level, number of times a buffer is written for reasons other<br />

than advancement of the checkpoint, I/O requests for blocks in consistent<br />

mode, blocks that the application intends to modify (for e.g. INSERT,<br />

UPDATE and DELETE), profile data sorting performance at the session<br />

level<br />

o Support for Measurement of Parallel Server and Real Application Cluster<br />

Oracle Databases<br />

57


4.18 c) Firewall Appliance Specifications (2 Pairs, each pair from different OEM)<br />

Performance<br />

High Availability<br />

Requirements<br />

Miscellaneous<br />

Hardware<br />

Requirements<br />

Software Requirements<br />

The Firewall Throughput should be Up to 650 Mbps.<br />

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

Should support upto 5000 IPSec VPN Peers<br />

Should support upto 2500 SSL VPN Peers<br />

Should support upto 400,000 Concurrent Sessions with at least 25,000 new<br />

sessions per second<br />

Should have 4 Integrated Gigabit Ethernet, 1 Fast Ethernet and two management<br />

ports.<br />

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

Should support upto 100 VLANs<br />

Network Time Protocol (NTPv3) Client<br />

Should have high availability Active/Active and Active/Standby<br />

Should have dedicated Console port<br />

On power up the firewall should use built-in system monitoring & diagnostics<br />

before going online to detect failure of hardware.<br />

The firewall should support <strong>State</strong>ful failover to prevent session losses to be<br />

minimal.<br />

The firewall should support an integrated hardware based VPN accelerator card<br />

The firewall should support in rack serviceability with easy access to the main<br />

board.<br />

IKE keepalive should be supported that allows the devices to detect a dead remote<br />

peer for IPSec redundancy.<br />

The software on the firewall should support online software reconfiguration to<br />

ensure that changes made to a firewall configuration take place with immediate<br />

effect.<br />

Intelligent environmental design to ensure low failure rates due to environmental<br />

conditions.<br />

High mean time between failure values should be supported to ensure long life of<br />

firewall hardware.<br />

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

Deliver advanced Active/Active failover services where both Firewall Security<br />

Appliances in a failover pair actively pass network traffic simultaneously and share<br />

state information bi-directionally.<br />

The firewall should have a minimum DRAM of at least 1 GB.<br />

The firewall should have a minimum of 64 MB flash memory<br />

Flexible Rack Mounting Configurations<br />

Cable Guides<br />

Support for Health LEDs, LCD etc for all modules to indicate operational status of<br />

the module.<br />

Extensive debugging capabilities to assist in hardware problem resolution<br />

RIP Version 2 passive mode support<br />

Support for OSPF<br />

Support for LAN Based Failover<br />

Support for VLAN (802.1Q Trunking)<br />

DHCP server<br />

The firewall should be RFC 1918 compatible with support for Static & Dynamic<br />

Network Address Translation and also Port Address Translation<br />

58


Network Management<br />

Fire walling features<br />

support includes<br />

VPN Features support<br />

include -:<br />

Support for bi-directional NAT<br />

Split tunneling VPN support<br />

The firewall should support configurations through a command Line interface as<br />

well as a GUI based<br />

Support for cut-through proxy<br />

Support for NAT-T (NAT Transparency)<br />

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

The firewall must support FTP or TFTP for easy software upgrades over the<br />

network.<br />

Dedicated Out-of-Band Management Interface<br />

Network management services should be provided using standards based<br />

protocols like SNMP & SNMP V2<br />

The following MIB’s should be supported:<br />

SNMP get, SNMP trap, MIB II, Firewall MIB, Syslog MIB<br />

Real time alerting & notification features and Syslog support<br />

Application/Protocol Inspection Engines:<br />

L2 transparent firewalling<br />

Advanced HTTP Inspection Engine<br />

Method Policing for HTTP methods defined in the RFC as well as extension<br />

methods.<br />

Port 80 Misuse detection<br />

ESMTP Inspection Engine<br />

GTP/GPRS Inspection Engine<br />

NAT and PAT support for MGCP Inspection Engine<br />

NAT support for RTSP Inspection Engine<br />

H.323 Inspection Engine enhancements (T.38 and GKRCS)<br />

FTP Inspection Engine with command filtering support (GET, PUT etc.)<br />

<strong>State</strong>ful ICMP Inspection Engine<br />

Sun RPC TCP Inspection Engine<br />

NIS+ Inspection Engine<br />

TCP stream reassembly for Inspection Engines<br />

All inspection engines have the ability to be enabled or disabled via configuration<br />

Ability to configure inspection engines on an interface, network, or host basis<br />

Outbound ACLs<br />

Time-based ACLs<br />

Configuring NAT policy will not be required to pass traffic through the device. NAT<br />

no longer a prerequisite for firewalling<br />

Option to pass traffic between interfaces with the same security level<br />

URL filtering performance enhancements<br />

Are You There (AYT) support<br />

TCP based NAT transparency<br />

VPN Hub, client-to-client routing; traffic u-turn on interface<br />

Block VPN clients by OS and type<br />

Support for Diffie Hellman Group 7 (ECC) and Movian VPN Client<br />

OSPF routing and QoS over VPN tunnels<br />

IKE DoS safeguards (Aggressive Mode knob)<br />

Support for n-tiered X.509 certificate chaining<br />

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

59


Authentication,<br />

Authorization and<br />

Accounting (AAA)<br />

Features:<br />

Industry Certifications<br />

& Evaluations<br />

4096-bit RSA support<br />

Windows 2000, XP x86 and 64-bit<br />

Windows Vista x86<br />

Mac OS X Power PC and Intel 10.4 and 10.5<br />

Linux Intel (2.6.x kernel)<br />

Should adapts the tunneling protocol automatically to the most efficient method<br />

possible based on network constraints. Should provide a DTLS connection for<br />

latency-sensitive traffic, such as VoIP traffic or mission critical TCP-based<br />

application access. In addition, Should compress data to reduce the amount of<br />

data to transmit<br />

Support multiple RADIUS accounting servers<br />

Accounting for management traffic - generates AAA accounting records for<br />

management connections to the device.<br />

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

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

IPV6 compatibility<br />

Should support IPv6 addressing, dual IP stacks.<br />

Translation of IPV4 on one side to IPV6 on the other side.<br />

Access control and deep inspection firewall services for native IPv6 network<br />

environments and mixed IPv4 and IPv6 network environments through dual-stack<br />

support.<br />

IPv6-enabled inspection services for applications based on HTTP, FTP, SMTP,<br />

ICMP, TCP, and UDP. In addition, ASA supports SSHv2, Telnet, HTTP and<br />

HTTPS, and ICMP-based management over IPv6.<br />

Common Criteria<br />

EAL4+, v7.0.6<br />

EAL4+, 3.1(3.17)<br />

FIPS 140<br />

Level 2, v7.0.6<br />

ICSA Firewall 4.1, Corporate Category<br />

v7.0.4<br />

ICSA IPSec 1.0D<br />

v7.0.4<br />

ICSA Anti-Virus Gateway<br />

v7.1<br />

NEBS Level 3<br />

4.18 d) Mailing Solution:<br />

To implement Linux based mail server deployment with scalable infrastructure on a secured<br />

and better-supported platform.<br />

Major Features of the expected solution are:<br />

Scalability<br />

Secure Solution<br />

60


Enterprise class Central User database repository<br />

Linux based mailing solution following implementable features:-<br />

Minimum 300 mailboxes of 20 MB each.<br />

(TLS/SSL Support (IMAP and Postfix)<br />

SMTP Auth<br />

Soft Quota Support<br />

Virtual Users (LDAP)<br />

Spam Message tagged and filtered in the Mailbox (Bulk)<br />

Virus Check, Notification to sender on Virus<br />

Backup of all Virus and Spam Mails in a mail admin mailbox (RHF).<br />

Trash Auto purge<br />

Global Address book ( Integrated in the Webmail and Desktop Client)<br />

Spam Prevention<br />

Webmail<br />

Secure Login<br />

HTML Compose<br />

Individual user blocklist ( backend file or mysql )<br />

Password Change Option<br />

Attachment/Message Size defined as per the requirement.<br />

Address Book Import and Export.<br />

Users Filtering Rules.<br />

Spell Check<br />

Signatures.<br />

Save Draft.<br />

Image attachment- Thumbnail View<br />

View of Docs.<br />

Vacation Setting.(optional)<br />

Web mail features<br />

Customizable GUI<br />

Mailbox Quota Display<br />

Facility to import and export contacts from/to CSV (Comma Separated Values)<br />

file format.<br />

Spam Filter with Spamassassin Integration (configurable by both admin and user)<br />

with Allow/Block list facility<br />

Last login information for WebMail users<br />

61


Folder Management Utility<br />

Vacation response facility Displaying Email address and Date & time after login to<br />

<br />

WebMail.<br />

Displaying Disk Quota usage.<br />

Mail attachment Max Size warning.<br />

Tree-style Folder Menu<br />

User-customizable preferences and interface: Preset themes only<br />

Must be compatible with Microsoft Outlook / Outlook Express mail clients<br />

19) Link Load Balancer<br />

MULTI ISP LINK LOAD BALANCER<br />

• Architecture<br />

o Should have ASIC Based Architecture<br />

o Should have minimum 4 Gigabit Tx Ports and 10 Fast Ethernet ports.<br />

o Should have minimum 256MB RAM<br />

o Support up to 2,000 IP interfaces<br />

o Should provide minimum 1Gbps throughput with 12 Gbps backplane.<br />

o Should support Dynamic routing protocols like OSPF, RIP1, RIP2<br />

• Load Balancing Features<br />

o Minimum support for 50 internet links<br />

o Should provide Load balancing for inbound & outbound traffic<br />

o Selection of shortest path to Destination based on load/Hops/response time<br />

o Should support load balancing algorithms<br />

Least amount of Bytes<br />

Least number of users/session.<br />

Cyclic.<br />

weighted Cyclic<br />

SNMP Parameters, like router interface utilization etc<br />

o Should support Static NAT & Dynamic NAT<br />

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

• In case of link failure traffic should be diverted to another link automatically within 30<br />

seconds<br />

• Link Management Feature<br />

o Should support Graceful shutdown of links<br />

o Should support Graceful Activation of links<br />

o Should able to redirect traffic based on Source/Destination IP & port<br />

o Should provide details of client routed to each link with IP & port details<br />

• ISP Health Monitoring<br />

o Shall provide individual health check for each link<br />

o Should do health check on protocols like HTTP, SMTP, POP3, DNS, Ping, FTP<br />

etc<br />

o Should able to provide content checking from most common site on internet<br />

o Should provide AND , OR mechanism between health check<br />

o Should provide GUI interface to configure any health check<br />

• Redundancy<br />

o Should support VRRP<br />

o Should support transparent & stateful failover between 2 devices<br />

o Should have dual 230V 50Hz AC power supply<br />

• QoS, Traffic Shaping & Bandwidth Management<br />

o Should provide bandwidth management based on any L3-L7 information<br />

o Should support CBQ, WRR, RED mechanism for QoS<br />

62


o Should provide Minimum & Maximum bandwidth allocation limit for traffic shaping<br />

o Should provide Two-Way bandwidth management<br />

o Should provide traffic classification on the basis of layer-3 to layer-7 information<br />

o Should able to classify & limit P2P bandwidth & protocol like Kazaa, Bit-Torrent,<br />

eDonkey, etc<br />

• Application Security<br />

o Should able to provide protection against 1500 known worms & viruses like<br />

nimda, welchia, slammer, mydoom etc.<br />

o IPS Should support 24/7 Security Update Service<br />

o Should provide Syn Flood Protection, DOS / DDOS etc<br />

o Should perform URL & content based Filtering, custom categories, Keyword<br />

search blocking<br />

o Device should perform Antivirus detection & protection at Network gateway.<br />

Management console for Real Time Monitoring<br />

o Bi-directional Antivirus Protection<br />

o Disruption Free Database Update, Spy ware protection, OS based attack<br />

protection<br />

o IPS Should support Real Time signature update<br />

o IPS Should support Provision to add static user defined signatures<br />

• Device Management & Reporting<br />

o Should provide GUI interface for configuration & reporting<br />

o Should provide HTTP / HTTPS interface management<br />

o Should provide SSH / Telnet / CLI interface<br />

o Should support SNMP V1, V2c, V3<br />

o Should provide Detailed LIVE reporting for traffic on each links<br />

o Should provide detailed historic reporting for link traffic<br />

4.20) SERVER LOAD BALANCER<br />

• Architecture<br />

o Combination of ASIC and CPU for performance and scalability<br />

o Should have minimum 10 x 10/100/1000 BaseT Ports & 4 1000Base-SX Ports<br />

o Should have minimum 1 GB RAM and up-gradable up to 4 GB<br />

o Support minimum 1,000,000 Concurrent L4 TCP connections<br />

o Should capable to handle 100,000 L4 connections per second<br />

o Should provide minimum 1 Gbps L7 throughput and can be upgrade to 4 Gbps<br />

throughput.<br />

o Should support Dynamic routing protocols like OSPF, RIP1, RIP2.<br />

• Load Balancing Features<br />

o Support for 3000 servers<br />

o Support for maximum 3000 Virtual IP<br />

o Should support load balancing algorithms<br />

Least amount of Bytes<br />

Least number of users/session.<br />

Cyclic.<br />

weighted Cyclic<br />

SNMP Parameters; like Server CPU utilization, memory utilization and<br />

combination of both.<br />

o Should support Client NAT & Server NAT<br />

o In case of Server / Application failure device should detect it in not more than 30<br />

seconds<br />

o In case of Server failure traffic should be diverted to another Server automatically<br />

o Should support following content based Load balancing features<br />

o HTTP Header based redirection<br />

o URL-Based Redirection<br />

63


o<br />

o<br />

o<br />

Browser Type Based Redirection<br />

Preferential Treatment (Cookie-Based)<br />

Should Support session persistency Based on: IP, DNS, Cookie-based, URL<br />

Parameters, SSL Session ID-based etc…<br />

• Server Management Feature<br />

o Should support Graceful shutdown of Servers<br />

o Should support Graceful Activation of Servers<br />

o Should able to redirect traffic based on Source IP, Destination IP & TCP PORT<br />

• Segmentation: Ability to divide single box in to multiple boxes & operate as<br />

independently hence single device can be used to load balance multiple DMZ servers<br />

without compromising network security<br />

• Health Monitoring<br />

o Should provide individual health check for each Server & Application<br />

o Should be able to do health check on protocols like HTTP, SMTP, POP etc<br />

o Should able to check the health of Server OS, Application & contents as well<br />

o Should provide AND & OR Grouping mechanism between health check for<br />

granular approach for detecting path failure in multi-tier application architecture<br />

like core banking solution<br />

o Health Check configuration should be via simple GUI interface and easy to<br />

understand, it should not require any scripting or CLI configuration.<br />

• Redundancy<br />

o Should Support standard VRRP (RFC - 2338) without any proprietary changes<br />

o Should support transparent failover between 2 devices<br />

o Should support redundant power supply (230V 50Hz AC)<br />

• Global Server Load Balancing Algorithms<br />

o Should support DNS based redirection<br />

o Should support HTTP redirection<br />

o Should support RTSP Redirection<br />

o Should support HTTP redirection as fall back to DNS redirection for avoid failure<br />

because of DNS cache<br />

o Should support VIP advertisement via Dynamic <strong>Routing</strong><br />

• Support for Bandwidth Management<br />

o Should be upgradeable to support bandwidth management based on any L3-L7<br />

information<br />

o Should be upgradeable to support CBQ, WRR, RED mechanism for BWM<br />

o Should be able to upgrade to provide Minimum & Maximum bandwidth allocation<br />

limit<br />

o Should be upgradeable to provide Two-Way bandwidth management<br />

o Should be upgrade able to support bandwidth borrowing between 2 policies<br />

o Should be upgradeable to limit P2P bandwidth & protocol like Kazaa, Bit-Torrent,<br />

Edonkey etc<br />

o System should show real-time & History reports of Bandwidth usage per policy.<br />

• Support for Application Security & Intrusion Prevention<br />

o Should be upgrade able to provide protection against minimum1500 known<br />

worms & viruses like nimda, welchia, slammer, mydoom etc.<br />

o Should be upgradeable to provide Syn Flood Protection, DOS / DDOS etc<br />

64


o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

Should perform URL & content based Filtering, custom categories, URL<br />

redirection, Keyword search blocking<br />

Device should perform virus detection & protection at Network gateway.<br />

Management console for Real Time Monitoring<br />

Bi-directional Application attack protection<br />

Spy ware protection, OS based attack protection<br />

IPS Should support Real Time signature update<br />

IPS Should support Provision to add static own attack signatures<br />

Must support historical report for security events.<br />

• Device Management & Reporting<br />

o Should provide GUI interface for configuration & reporting<br />

o Should provide HTTP / HTTPS interface management<br />

o Should provide SSH / Telnet / CLI interface<br />

o Should support SNMP V1, V2c, V3<br />

o Should provide Detailed LIVE reporting for traffic on each farm<br />

o Should provide detailed historic reporting for server traffic<br />

4.21) Intrusion Prevention System<br />

A) Internet Gateway<br />

Specification:<br />

Platform of the Appliance:<br />

• Available as a plug-n-play appliance. Provide relevant technical specifications.<br />

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

• Has serial, monitor, and keyboard interfaces.<br />

• Monitoring interfaces operate at layer 2, thus requiring no IP address or network<br />

reconfiguration.<br />

• The appliance has an aggregate traffic handling capacity of 1200 Mbps<br />

• The appliance monitors upto 4 inline segment and has 8 10/100/1000 interfaces<br />

for the same.<br />

• The appliance includes includes additional 10/100/1000 Mbps interface for<br />

management system.<br />

Installation & Configuration:<br />

• Requires minimal setup and configuration<br />

• Operates effectively and protects against malicious traffic via a default, out-ofthe-box<br />

configuration.<br />

• Supports both manual and automated security content and product enhancement<br />

upgrades.<br />

• Allows full policy configuration and IPS sensor control via encrypted<br />

communications with remote management system.<br />

• Allows remote access to initial setup menu via SSH connection.<br />

65


Security Content:<br />

• Consists of vendor’s original threat intelligence and is not overly dependent on<br />

information available in the public domain.<br />

• Continuously updated with new threat intelligence, including detailed help text, in<br />

an automated fashion and without physical access to the unit.<br />

• Detects and blocks all known, high-risk exploits along with their underlying<br />

vulnerability (not just one exploit of that vulnerability).<br />

• Detects and blocks zero-day attacks without requiring an update.<br />

• Reports provide information on latest security issues, cyber attack trends, and<br />

statistics.<br />

Customization:<br />

• Automatically blocks malicious traffic out-of-the-box and allows additional<br />

blocking upon policy customization.<br />

• Can enable/disable each individual signature.<br />

• Each signature should allow granular tuning.<br />

• Supports assigning of ports to custom applications.<br />

• Filters traffic based on IP address or network range, protocol, and service in<br />

support of organizational security policy to allow/disallow specific types of activity<br />

between hosts.<br />

Updates:<br />

• Supports automated security check and product updates.<br />

• Updates are frequent and regular.<br />

• Vendor provides detailed update history on public web site.<br />

• Security check updates do not require reboot of IPS unit.<br />

Performance Consideration:<br />

• Does not introduce network latency.<br />

• Fails open should a power loss occur.<br />

• Notifies console of unit interruption. Console should receive alert and/or provide<br />

additional notification to administrator should any component become nonoperational<br />

or experience a communications problem.<br />

• The alert should specify the type of problem encountered, and users should have<br />

the ability to enable tracing mechanisms to determine the exact nature of the<br />

issue<br />

Accuracy of Intrusion Detection:<br />

• Accurately detects intrusion attempts and discerns between the various types<br />

and risk levels including unauthorized access attempts, pre-attack probes,<br />

suspicious activity, DoS, DDoS, vulnerability exploitation, brute force, hybrids,<br />

and zero-day attacks.<br />

• Accurately prevent intrusions from occurring. Describe underlying prevention<br />

technology.<br />

66


• Accurately identifies attacks with correct severity level while allowing benign<br />

traffic to pass without interruption.<br />

• Accurately respond to intrusion attempts<br />

Detection & Prevention Technology:<br />

• Detects and blocks all known, high-risk exploits.<br />

• Employs full seven-layer protocol analysis of over 150 Internet protocols and<br />

data file format. Provide list of network and application layer protocols decoded.<br />

• Operates effectively and protects against high risk, high impact malicious traffic<br />

via default out of box configuration, should be able to block more than 1000<br />

attacks by default.<br />

• Performs stateful packet inspection<br />

• Detects and blocks malicious web traffic on any port.<br />

• Does TCP stream reassembly.<br />

• Does IP defragmentation.<br />

• Protocol anamoly detection<br />

• Does Bi- directional inspection<br />

• Detects attacks within protocols independent of port used<br />

• Does Heuristics<br />

• Does RFC Compliance<br />

• Does Protocol tunneling<br />

• Supports attack recognition inside IPv6 encapsulated packets<br />

• Supports active blocking of traffic based on pre-defined rules to thwart attacks<br />

before any damage is done, i.e. before compromise occurs.<br />

• Supports active blocking of traffic based on dynamic responses to pre-defined<br />

rules.<br />

• Supports several prevention techniques including drop-packet, tcp-rst, etc.<br />

Response Mechanisms:<br />

• Offers a variety of built-in responses including console alerts, database logging,<br />

email notifications, SNMP traps, offending packet captures, and packet captures.<br />

Management Console:<br />

• Management Console Software should be able to manage 10 Network Appliances.<br />

Hardware specifications to be provided for the Management Console.<br />

• Allows central management of signature updates. Is able to centrally push out updates<br />

from one location to multiple heterogeneous networks, server agents.<br />

• Centralized Management Console should manage all the products NIPS, HIPS, End<br />

Point Security and Vulnerability Assessment.<br />

• Support for built in ticketing system.<br />

• Granular Management. Allows policy to be assigned<br />

• Policy per device<br />

• Policy per port<br />

• Policy per VLAN tag<br />

• Policy per IP address/range<br />

• Provide automated notification of IPS communications failure<br />

• Integration capability with Arcsight, Tivoli, HPOV<br />

67


Reporting:<br />

• Includes built-in reports. The console should be capable of producing graphical<br />

metrics and time-based comparison reporting.<br />

• Built-in reports should include high-level summaries and detailed reports.<br />

• Users should be able to output report data into a variety of different file formats<br />

including HTML, PDF, CSV, and Printer.<br />

Certifications:<br />

• One of the vendor product models should have been tested/certified for NSS,<br />

Tolly tested and ICSA.<br />

Security Maintenance:<br />

• IPS should have 24/7 Security Update Service<br />

• Support Real time Signature update<br />

• Support Automatic signature synchronization from vendor website<br />

• Support Provision to add custom signature<br />

B) Internal LAN<br />

Specification:<br />

Platform of the Appliance:<br />

• Available as a plug-n-play appliance. Provide relevant technical specifications.<br />

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

• Has serial, monitor, and keyboard interfaces.<br />

• Monitoring interfaces operate at layer 2, thus requiring no IP address or network<br />

reconfiguration.<br />

• The appliance has an aggregate traffic handling capacity of 400 Mbps<br />

• The appliance monitors upto 4 inline segment and has 8 10/100/1000 interfaces<br />

for the same.<br />

• The appliance includes includes additional 10/100/1000 Mbps interface for<br />

management system.<br />

Installation & Configuration:<br />

• Requires minimal setup and configuration<br />

• Operates effectively and protects against malicious traffic via a default, out-ofthe-box<br />

configuration.<br />

• Supports both manual and automated security content and product enhancement<br />

upgrades.<br />

• Allows full policy configuration and IPS sensor control via encrypted<br />

communications with remote management system.<br />

• Allows remote access to initial setup menu via SSH connection.<br />

68


Security Content:<br />

• Consists of vendor’s original threat intelligence and is not overly dependent on<br />

information available in the public domain.<br />

• Continuously updated with new threat intelligence, including detailed help text, in<br />

an automated fashion and without physical access to the unit.<br />

• Detects and blocks all known, high-risk exploits along with their underlying<br />

vulnerability (not just one exploit of that vulnerability).<br />

• Detects and blocks zero-day attacks without requiring an update.<br />

• Reports provide information on latest security issues, cyber attack trends, and<br />

statistics.<br />

Customization:<br />

• Automatically blocks malicious traffic out-of-the-box and allows additional<br />

blocking upon policy customization.<br />

• Can enable/disable each individual signature.<br />

• Each signature should allow granular tuning.<br />

• Supports assigning of ports to custom applications.<br />

• Filters traffic based on IP address or network range, protocol, and service in<br />

support of organizational security policy to allow/disallow specific types of activity<br />

between hosts.<br />

Updates:<br />

• Supports automated security check and product updates.<br />

• Updates are frequent and regular.<br />

• Vendor provides detailed update history on public web site.<br />

• Security check updates do not require reboot of IPS unit.<br />

Performance Consideration:<br />

• Does not introduce network latency.<br />

• Fails open should a power loss occur.<br />

• Notifies console of unit interruption. Console should receive alert and/or provide<br />

additional notification to administrator should any component become nonoperational<br />

or experience a communications problem.<br />

• The alert should specify the type of problem encountered, and users should have<br />

the ability to enable tracing mechanisms to determine the exact nature of the<br />

issue<br />

Accuracy of Intrusion Detection:<br />

• Accurately detects intrusion attempts and discerns between the various types<br />

and risk levels including unauthorized access attempts, pre-attack probes,<br />

suspicious activity, DoS, DDoS, vulnerability exploitation, brute force, hybrids,<br />

and zero-day attacks.<br />

• Accurately prevent intrusions from occurring. Describe underlying prevention<br />

technology.<br />

69


• Accurately identifies attacks with correct severity level while allowing benign<br />

traffic to pass without interruption.<br />

• Accurately respond to intrusion attempts<br />

Detection & Prevention Technology:<br />

• Detects and blocks all known, high-risk exploits.<br />

• Employs full seven-layer protocol analysis of over 150 Internet protocols and<br />

data file format. Provide list of network and application layer protocols decoded.<br />

• Operates effectively and protects against high risk, high impact malicious traffic<br />

via default out of box configuration, should be able to block more than 1000<br />

attacks by default.<br />

• Performs stateful packet inspection<br />

• Detects and blocks malicious web traffic on any port.<br />

• Does TCP stream reassembly.<br />

• Does IP defragmentation.<br />

• Protocol anamoly detection<br />

• Does Bi- directional inspection<br />

• Detects attacks within protocols independent of port used<br />

• Does Heuristics<br />

• Does RFC Compliance<br />

• Does Protocol tunneling<br />

• Supports attack recognition inside IPv6 encapsulated packets<br />

• Supports active blocking of traffic based on pre-defined rules to thwart attacks<br />

before any damage is done, i.e. before compromise occurs.<br />

• Supports active blocking of traffic based on dynamic responses to pre-defined<br />

rules.<br />

• Supports several prevention techniques including drop-packet, tcp-rst, etc.<br />

Response Mechanisms:<br />

• Offers a variety of built-in responses including console alerts, database logging,<br />

email notifications, SNMP traps, offending packet captures, and packet captures.<br />

Management Console:<br />

• Management Console Software should be able to manage 10 Network<br />

Appliances. Hardware specifications to be provided for the Management<br />

Console.<br />

• Allows central management of signature updates. Is able to centrally push out<br />

updates from one location to multiple heterogeneous networks, server agents.<br />

• Centralized Management Console should manage all the products NIPS, HIPS,<br />

End Point Security and Vulnerability Assessment.<br />

• Support for built in ticketing system.<br />

• Granular Management. Allows policy to be assigned<br />

• Policy per device<br />

• Policy per port<br />

• Policy per VLAN tag<br />

• Policy per IP address/range<br />

• Provide automated notification of IPS communications failure<br />

• Integration capability with Arcsight, Tivoli, HPOV<br />

70


Reporting:<br />

• Includes built-in reports. The console should be capable of producing graphical<br />

metrics and time-based comparison reporting.<br />

• Built-in reports should include high-level summaries and detailed reports.<br />

• Users should be able to output report data into a variety of different file formats<br />

including HTML, PDF, CSV, and Printer.<br />

Certifications:<br />

• One of the vendor product models should have been tested/certified for NSS,<br />

Tolly tested and ICSA.<br />

Security Maintenance:<br />

• IPS should have 24/7 Security Update Service<br />

• Support Real time Signature update<br />

• Support Automatic signature synchronization from vendor website<br />

• Support Provision to add custom signature<br />

High Availability<br />

• Shall support redundant CPU<br />

• Shall support Redundant Power supply<br />

• Shall support On-line insertion and removal for cards<br />

• Shall support fast reboot for minimum network downtime<br />

• Shall support Non-Stop forwarding with <strong>State</strong>ful Switch Over, allows packet<br />

forwarding to continue until route re-convergence is complete.<br />

• Shall support BFD as per IETF<br />

• Shall support <strong>State</strong>ful switch-over so that CPU forwarding is not impacted on<br />

account of active CPU failure<br />

• Shall support boot options like booting from TFTP server, Network node<br />

• Shall support multiple storage of multiple images and configurations<br />

• Shall support link aggregation using LACP as per IEEE 802.3ad<br />

• Shall support VRRP or equivalent<br />

• The software on the firewall must have online software reconfiguration to ensure<br />

that changes made to a firewall configuration take place with immediate effect.<br />

• On power up the platform should use built-in system monitoring & diagnostics<br />

before going online to detect failure of hardware.<br />

• The firewall should support active-active failover to avoid single point of failure or<br />

session loss in an event of the primary firewall failure<br />

• The Firewall should support <strong>State</strong>ful failover to prevent session losses to be<br />

minimal.<br />

Protocol Support<br />

• Shall support IPv6 features<br />

• Shall support RIPng and OSPFv3 for IPv6<br />

71


• Shall support <strong>Routing</strong> protocols like RIP ver1 (RFC1058)&2 (RFC 1722 and<br />

1723), OSPF ver2 (RFC2328), OSPF on demand (RFC1793), BGP4 (RFC1771),<br />

IS-IS (RFC1195)<br />

• Multicast routing protocols support : IGMPv1,v2 (RFC 2236), PIM-SM (RFC2362)<br />

and PIM-DM, Multicast VLAN Registration, DVMRP, M-BGP<br />

• Shall support IPSec with 3DES/AES encryption<br />

QoS<br />

• 802.1p class of service (CoS) and differentiated services code point (DSCP) field<br />

classification<br />

• Per-port broadcast, multicast, and unicast storm control to prevent faulty end<br />

stations from degrading overall systems performance.<br />

• Rate limiting should be provided based on source and destination IP address,<br />

source and destination MAC address, Layer 4 TCP/UDP information, or any<br />

combination of these fields, using QoS ACLs (IP ACLs or MAC ACLs), class<br />

maps, and policy maps.<br />

• Should support 8 queues per port in hardware<br />

Security Features:<br />

• Shall support multi-level of access<br />

• SNMPv3 authentication<br />

• SSHv2<br />

• AAA support using RADIUS and/or TACACS, which enable centralized control of<br />

the switch and restrict unauthorized users from altering the configuration<br />

• PAP and CHAP authentication for P-to-P links<br />

• Per port broadcast, multicast and unicast storm control to prevent faulty end<br />

stations from degrading overall system performance.<br />

• Router ACLs (RACLs) on all ports with no impact on the performance<br />

• Private VLANs (PVLANs) on access and trunk ports<br />

• Unicast MAC filtering<br />

• Unicast port flood blocking<br />

• IP Access list to limit Telnet and SNMP access to router<br />

• Multiple privilege level authentication for console and telnet access<br />

• Time based ACLs for controlled forwarding based on time of day for offices<br />

• IEEE 802.1x support for MAC address authentication<br />

• Dynamic Host Configuration Protocol (DHCP) snooping<br />

• Standard and extended ACLs on all ports<br />

4.22 a) Core Switch<br />

The suggested core switch should have features as under:<br />

→ High back plane speed (600 Gbps or more)<br />

→ The forwarding rate should be scalable to 350 Mpps.<br />

→ The switch should have minimum of 8 payload slots<br />

→ The switch should have atleast 48 10/100/1000 Ethernet Ports<br />

→ Should be a single chassis<br />

72


→ Should support 10G<br />

Should have redundancy at various levels:<br />

→ Should have redundant Power Supply, single power should be sufficient to provide fully<br />

loaded chassis.<br />

→ Should support redundant Switching engine.<br />

→ Should have integrated hardware based Firewall<br />

→ Support for 30,000 MAC addresses<br />

Layer 2 Features:<br />

· Layer 2 switch ports and VLAN trunks<br />

· IEEE 802.1Q VLAN encapsulation<br />

· Support for atleast 4000 VLANs.<br />

· Dynamic Trunking Protocol (DTP) or equivalent<br />

· VLAN Trunking Protocol or equivalent<br />

· 802.1s<br />

· 802.1w<br />

· IGMP snooping v1, v2, v3<br />

· Port Trunking technology across line cards<br />

Should support below Layer 3 features<br />

· Hot Standby <strong>Routing</strong> Protocol/VRRP<br />

· Static IP routing<br />

· IP routing protocols<br />

· Open Shortest Path First<br />

· <strong>Routing</strong> Information Protocol<br />

· Border Gateway Protocol Version 4<br />

· Global Load balancing Protocol (GLBP)<br />

· Multicast Border Gateway Protocol<br />

· PIM Sparse Mode, Dense Mode, Bi-directional PIM<br />

· IGMP v1, v2, and v3<br />

· IP Version 6 support in hardware<br />

· IGMP filtering on access and trunk ports<br />

· Distance Vector Multicast <strong>Routing</strong> Protocol<br />

· Internet Control Message Protocol (ICMP) support<br />

· ICMP Router Discovery Protocol<br />

Standards<br />

· Ethernet : IEEE 802.3, 10BASE-T<br />

· Fast Ethernet : IEEE 802.3u, 100BASE-TX, 100BASE-FX<br />

· Gigabit Ethernet: IEEE 802.3z, 802.3ab<br />

· 10 Gigabit: IEEE 802.3ae<br />

· IEEE 802.1D Spanning-Tree Protocol<br />

· IEEE 802.1w rapid reconfiguration of spanning tree<br />

· IEEE 802.1s multiple VLAN instances of spanning tree<br />

· IEEE 802.1p class-of-service (CoS) prioritization<br />

· IEEE 802.1Q VLAN encapsulation<br />

· IEEE 802.3af<br />

· IEEE 802.3ad<br />

· IEEE 802.1x user authentication<br />

· 1000BASE-X (GBIC) (Support for SX,LX,ZX)<br />

· 1000BASE-X (small form-factor pluggable)<br />

· RMON I and RMON II standards<br />

73


High Availability<br />

· Shall support redundant CPU<br />

· Shall support Redundant Power supply<br />

· Shall support On-line insertion and removal for cards<br />

· Shall support fast reboot for minimum network downtime<br />

· Shall support Non-Stop forwarding with <strong>State</strong>ful Switch Over, allows packet forwarding<br />

to continue until route re-convergence is complete.<br />

· Shall support BFD as per IETF<br />

· Shall support <strong>State</strong>ful switch-over so that CPU forwarding is not impacted on account of<br />

active CPU failure<br />

· Shall support boot options like booting from TFTP server, Network node<br />

· Shall support multiple storage of multiple images and configurations<br />

· Shall support link aggregation using LACP as per IEEE 802.3ad<br />

· Shall support VRRP or equivalent<br />

· The software on the firewall must have online software reconfiguration to ensure that<br />

changes made to a firewall configuration take place with immediate effect.<br />

· On power up the platform should use built-in system monitoring & diagnostics before<br />

going online to detect failure of hardware.<br />

· The firewall should support active-active failover to avoid single point of failure or<br />

session loss in an event of the primary firewall failure<br />

· The Firewall should support <strong>State</strong>ful failover to prevent session losses to be minimal.<br />

Protocol Support<br />

· Shall support IPv6 features<br />

· Shall support RIPng and OSPFv3 for IPv6<br />

· Shall support <strong>Routing</strong> protocols like RIP ver1 (RFC1058)&2 (RFC 1722 and 1723),<br />

OSPF ver2 (RFC2328), OSPF on demand (RFC1793), BGP4 (RFC1771), IS-IS<br />

(RFC1195)<br />

· Multicast routing protocols support : IGMPv1,v2 (RFC 2236), PIM-SM (RFC2362) and<br />

PIM-DM, Multicast VLAN Registration, DVMRP, M-BGP<br />

Shall support IPSec with 3DES/AES encryption<br />

QoS<br />

· 802.1p class of service (CoS) and differentiated services code point (DSCP) field<br />

classification<br />

· Per-port broadcast, multicast, and unicast storm control to prevent faulty end stations<br />

from degrading overall systems performance.<br />

· Rate limiting should be provided based on source and destination IP address, source and<br />

destination MAC address, Layer 4 TCP/UDP information, or any combination of these<br />

fields, using QoS ACLs (IP ACLs or MAC ACLs), class maps, and policy maps.<br />

· Should support 8 queues per port in hardware<br />

Security Features:<br />

· Shall support multi-level of access<br />

· SNMPv3 authentication<br />

· SSHv2<br />

· AAA support using RADIUS and/or TACACS, which enable centralized control of the<br />

switch and restrict unauthorized users from altering the configuration<br />

· PAP and CHAP authentication for P-to-P links<br />

· Per port broadcast, multicast and unicast storm control to prevent faulty end<br />

stations from degrading overall system performance.<br />

· Router ACLs (RACLs) on all ports with no impact on the performance<br />

· Private VLANs (PVLANs) on access and trunk ports<br />

74


· Unicast MAC filtering<br />

· Unicast port flood blocking<br />

· IP Access list to limit Telnet and SNMP access to router<br />

· Multiple privilege level authentication for console and telnet access<br />

· Time based ACLs for controlled forwarding based on time of day for offices<br />

· IEEE 802.1x support for MAC address authentication<br />

· Dynamic Host Configuration Protocol (DHCP) snooping<br />

· Standard and extended ACLs on all ports<br />

4.22 b) Access Switch (24 – Port)<br />

Physical Specification: Should be rack mountable with 24-port 10/100 Mbps and 2 x<br />

10/100/1000BaseT.<br />

General Specification:<br />

o<br />

o<br />

o<br />

o<br />

Should have 16 Gbps Switching Fabric<br />

Should have 6.5 million packets per second forwarding rate on 64-byte packets<br />

8000 MAC address supported<br />

255 IGMP groups<br />

Layer-2 Features<br />

o IEEE 802.1Q VLAN encapsulation. Up to 255 VLANs per switch<br />

o Support for Automatic Negotiation of Trunking Protocol, to help minimize the<br />

configuration & errors<br />

o Centralized VLAN Management. VLANs created on the Core Switches should be<br />

propagated to all the other switches automatically, thus reducing the overhead of<br />

creating / modifying / deleting VLANs in all the switches in turn eliminating the<br />

configuration errors & troubleshooting.<br />

o Spanning-tree PortFast for fast convergence<br />

o 802.1d, 802.1p, 802.1Q, 802.1s, 802.1w, 802.1x, 802.1ab, 802.3ad,<br />

o Spanning-tree root guard to prevent other edge switches becoming the root<br />

bridge.<br />

o IGMP snooping v1, v2 and v3<br />

o Link Aggregation Protocol (LACP)<br />

o Support for Detection of Unidirectional Links and to disable them to avoid<br />

problems such as spanning-tree loops<br />

o Should be able to discover the neighboring device of the same vendor giving the<br />

details about the platform, IP Address, Link connected through etc, thus helping<br />

in troubleshooting connectivity problems.<br />

o Support for Switch port auto recovery (err disable) to automatically re-enable a<br />

link that is disabled because of a network error.<br />

o Should support Multicast VLAN registration<br />

o Should support DHCP Server enabling a convenient deployment option for the<br />

assignment of IP addresses in networks that do not have without a dedicated<br />

DHCP server<br />

o Should support Local Proxy Address Resolution Protocol (ARP) works in<br />

conjunction with Private VLAN Edge to minimize broadcasts and maximize<br />

available bandwidth<br />

o Should support LLDP and LLDP-MED including <strong>MPED</strong> location information.<br />

Should exchange link and device information in multivendor networks.<br />

o Should support configuration rollback to replace current configuration with any<br />

saved configuration file.<br />

o Should support link state tracking which provides layer2 redundancy in the<br />

network when used in conjunction with server teaming.<br />

QoS Features<br />

75


o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

Standard 802.1p CoS and DSCP classification using marking and reclassification<br />

on a per-packet basis by source and destination IP address, source and<br />

destination MAC address, or Layer 4 TCP or UDP port number.<br />

Control- and Data-plane QoS ACLs<br />

No performance penalty for highly granular QoS functions<br />

Four egress queues per port to enable differentiated management of up to four<br />

traffic types<br />

Weighted tail drop (WTD) to provide congestion avoidance<br />

Strict priority queuing mechanisms<br />

Granular Rate Limiting function to guarantee bandwidth in increments as low as<br />

1 Mbps<br />

Rate limiting support based on source and destination IP address, source and<br />

destination MAC address, Layer 4 TCP and UDP information, or any combination<br />

of these fields, using QoS ACLs (IP ACLs or MAC ACLs), class maps, and policy<br />

maps.<br />

Support for Asynchronous data flows upstream and downstream from the end<br />

station or on the uplink using ingress policing and egress shaping.<br />

Up to 64 aggregate or individual policers for per Fast Ethernet or Gigabit<br />

Ethernet port.<br />

Support for Automatic Quality of Service for easy configuration of QoS features<br />

for critical applications<br />

Network security features<br />

o IEEE 802.1x to allow dynamic, port-based security, providing user authentication<br />

o Support for Admission Control features to improve the network’s ability to<br />

automatically identify, prevent, and respond to security threats and also to enable<br />

the switches to collaborate with third-party solutions for security-policy<br />

compliance and enforcement before a host is permitted to access the network.<br />

o Port-based ACLs (PACLs) for Layer 2 interfaces to allow application of security<br />

policies on individual switch ports.<br />

o Unicast MAC filtering to prevent the forwarding of any type of packet with a<br />

matching MAC address<br />

o Unknown unicast and multicast port blocking to allow tight control by filtering<br />

packets that the switch has not already learned how to forward<br />

o IGMP filtering provides multicast authentication by filtering out no subscribers<br />

and limits the number of concurrent multicast streams available per port.<br />

o Support for SSHv2, SNMPv3 to provide network security by encrypting<br />

administrator traffic during Telnet and SNMP sessions<br />

o The switch should support Port Mirroring based on port basis / vlan basis to<br />

support intrusion prevention system deployment in different VLANs. Should<br />

support bidirectional data on mirror port, which allows IDS to take action when an<br />

intruder is detected.<br />

o Should be able to allow administrators to remotely monitor ports in a Layer 2<br />

switch network from any other switch in the same network<br />

o RADIUS authentication to enable centralized control of the switch and restrict<br />

unauthorized users from altering the configuration.<br />

o MAC address notification to allow administrators to be notified of users added to<br />

or removed from the network<br />

o DHCP snooping to allow administrators to ensure consistent mapping of IP to<br />

MAC addresses. This can be used to prevent attacks that attempt to poison the<br />

DHCP binding database, and to rate limit the amount of DHCP traffic that enters<br />

a switch port.<br />

o DHCP Interface Tracker (Option 82) to augment a host IP address request with<br />

the switch port ID<br />

76


o<br />

o<br />

o<br />

o<br />

o<br />

Management<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

Port security to secure the access to an access or trunk port based on MAC<br />

address. After a specific timeframe, the aging feature should remove the MAC<br />

address from the switch to allow another device to connect to the same port.<br />

Multilevel security on console access to prevent unauthorized users from altering<br />

the switch configuration<br />

BPDU Guard feature, to shut down Spanning Tree Protocol PortFast-enabled<br />

interfaces when BPDUs are received to avoid accidental topology loops.<br />

Spanning-Tree Root Guard (STRG) to prevent edge devices not in the network<br />

administrator's control from becoming Spanning Tree Protocol root nodes.<br />

Support for upto 512 access control entries (ACEs).<br />

CLI support to provide a common user interface and command set with all<br />

routers and switches of the same vendor<br />

Remote Monitoring (RMON) software agent to support four RMON groups<br />

(history, statistics, alarms, and events) for enhanced traffic management,<br />

monitoring, and analysis. Support for all nine RMON groups through the use of a<br />

mirrored port, which permits traffic monitoring of a single port, a group of ports, or<br />

the entire switch from a single network analyzer or RMON probe<br />

Time-domain reflectometer (TDR) to diagnose and resolve cabling problems on<br />

copper ports<br />

Layer 2 traceroute to ease troubleshooting by identifying the physical path that a<br />

packet takes from source to destination<br />

Domain Name System (DNS) to provide IP address resolution with user-defined<br />

device names<br />

Trivial File Transfer Protocol (TFTP) to reduce the cost of administering software<br />

upgrades by downloading from a centralized location<br />

Network Timing Protocol (NTP) to provide an accurate and consistent timestamp<br />

to all intranet switches<br />

RMON I and II standards<br />

Support SNMPv1, SNMPv2c, and SNMPv3 and Telnet interface support delivers<br />

comprehensive in-band management, and a CLI-based management console<br />

provides detailed out-of-band management<br />

4.22 c) Remote Location LAN Switch<br />

Particulars<br />

Interface /Slots<br />

VLAN features<br />

Management<br />

Description<br />

1 x 12 ports 10/100/1000 Mbps ports<br />

IEEE 802.1Q VLAN encapsulation<br />

Dynamic Trunking Protocol (DTP) or equivalent<br />

Minimum 255 VLAN<br />

RS-232 Console port<br />

Standards<br />

Power Supply<br />

Accessibility using Telnet, SSH, Console access.<br />

SNMPv1, snmpv2/v3<br />

IEEE 802.1x support<br />

IEEE 802.3x full duplex on 10BASE-T and 100BASE-TX ports<br />

IEEE 802.1d Spanning-Tree Protocol<br />

Internal power supply 230 Volt 50Hz input<br />

77


Miscellaneous<br />

All necessary power cords, adapters, data cables, connectors, CDs,<br />

manuals, brackets accessories, wire managers, etc. should be provided<br />

4.23a) G.703 & V.35 lease line modems 2 Mbps for DC<br />

4.23b) G.703 & V.35 lease line modems to support 256 Kbps for Remote Locations<br />

Compliance<br />

Description<br />

According to ETSI HDSL / G.SHDSL to ITU T G991.2 Standard<br />

Mode of<br />

operation<br />

Selectable Data<br />

Rate<br />

Management<br />

Features<br />

Interface<br />

Leased – Unconditioned copper 2 / 4 Wire<br />

N*64 Kbps up to 2048 Kbps (Synchronous)<br />

Standalone to Standalone Management through 10/100 base TX out of band<br />

management port, Internal BERT option for diagnostics, Telnet & Web browser for<br />

configuration and diagnostics, Dipswitches for loop back, Line protection circuits<br />

against lightning and power surges and follow ITU K.21 and UL 1950 standards.<br />

DCE interface G.703, DTE interface V.35.<br />

Opearting Range Should support to 10KM for 64 KBPS and 5 KM for 2048 KPBS over 24 AWG<br />

(0.5mm) or higher<br />

Cables<br />

Power Supply<br />

Indicators<br />

Architecture<br />

Approval<br />

All necessary cables including power cord<br />

Inbuilt support to work in both 230V 50 Hz AC and -48VDC from a single socket and<br />

not to be an ordering option<br />

Power, Test, Alarm/Loss, Sync<br />

Stand alone unit<br />

Should be TEC approved.<br />

4.24 a) Central Internet Router<br />

Router / Modules having following features / facilities<br />

• Should have atleast 4 interface card slots<br />

• Should have atleast 1 Network Module Slot<br />

• Should have minimum 2 numbers of Serial Ports having support for 2 Mbps/ port<br />

Bandwidth with necessary cables<br />

• At least 2 Numbers of on-board Gigabit Ethernet (10/100/1000) interfaces.<br />

• The architecture should be based on high speed CPU.<br />

• Support for Hot Standby Router Redundancy/VRRP, GLBP protocol<br />

• The router should have a minimum of 200,000 pps throughput.<br />

• Support for low speed sync/async interfaces.<br />

• Bandwidth Optimization:<br />

i. Dial-Backup<br />

ii. Dial-on-Demand<br />

iii. Bandwidth on Demand<br />

iv. Header and payload Compression Inactivity timeouts<br />

• Support for Webvpn<br />

• Should support below IP <strong>Routing</strong> Protocols:<br />

i. RIP<br />

78


ii. OSPF<br />

iii. OSPF Over Demand Circuits<br />

iv. IGRP<br />

v. Policy <strong>Routing</strong><br />

VII. Global Load Balancing Protocol (GLBP)<br />

• IPSec, DES, 3DES and AES Support.<br />

• Should have Flash Memory of minimum 64 MB and upgradeable to 256 MB.<br />

• Router must have minimum of 256 MB of DRAM expandable to 1GB to store router<br />

configuration.<br />

• Support for Content management / Caching & URL Filtering using inbuilt modules for<br />

conserving the WAN bandwidth<br />

• Support for integrated security services (IDS/ IPS / Firewall / IPSec).<br />

4.24 b) Central Intranet Router Specification<br />

Hardware Requirements:<br />

o<br />

o<br />

o<br />

Router should have atleast 12 configurable slots<br />

Router should have atleast 30 Channelized E1 interfaces and should be upgradeable to<br />

36.<br />

Router should have at least three 10/100/1000 BaseT or SFP Gigabit Ethernet Interfaces.<br />

Architecture:<br />

o Should have support for Data, Voice & Video services.<br />

o Should be chassis based & modular architecture for scalability<br />

o Should have power supply redundancy. There should not be any impact on the router<br />

performance in case one of the power supplies fails.<br />

o All interface modules, power supplies should be hot swappable for high availability.<br />

o Should support hardware based VPN (3DES/AES) Encryption card<br />

Performance:<br />

o Shall support high performance traffic forwarding with con-current features like Firewall<br />

and encryption.<br />

o Forwarding Capacity shall be a minimum of 2 Mpps (considering 64byte packet size)<br />

o Shall support variety of interfaces like V.35, G.703, Channelized E1 interfaces for<br />

provisioning n64Kbps connectivity, E3 & DS3, STM1, Channelized E3 / Channelized<br />

STM-1, ATM, Ethernet Interfaces – 1Gbps, 10/100 Mbps, ISDN BRI, PRI, T1/E1 Digital<br />

Voice ports<br />

o Should have at least one USB ports for storing OS images.<br />

o Shall support Voice traffic optimization with features like LFI, cRTP<br />

o Should have minimum of 1GB of RAM and 256 MB of Flash Memory.<br />

High Availability<br />

o Shall support, On-line insertion and removal for cards, fast reboot for minimum network<br />

downtime, VRRP or equivalent<br />

o Shall support Non-Stop forwarding for fast re-convergence of routing protocols (BGP,<br />

OSPF)<br />

o Shall support multiple storage of multiple images and configurations<br />

o Shall support link aggregation using LACP as per IEEE 802.3ad<br />

o Boot options like booting from TFTP server, Network node & Flash Memory.<br />

Protocol Support<br />

o Router OS should have feature of <strong>Routing</strong> protocols like RIP ver1 & RIP ver2, OSPFver2,<br />

OSPF on demand from day 1<br />

79


QoS Features:<br />

o Shall support the following<br />

o Classification and Marking: Policy based routing, IP Precedence, MPLS exp bits<br />

o Congestion Management: WRED, Priority queuing, Class based weighted fair<br />

queuing<br />

o Traffic Conditioning: Committed Access Rate/Rate limiting<br />

o Signaling: RSVP for Bandwidth reservation<br />

o Per VLAN QoS.<br />

o Link efficiency mechanisms: cRTP, LFI, MLPPP. Support for Class based cRTP<br />

& time based QoS policies.<br />

o Per VLAN QoS. Time Based Shaping and Policing for QoS<br />

Security Features:<br />

Should support<br />

o GRE Tunneling, NAT, L2TP tunneling, without any major performance impact.<br />

o SNMPv3 authentication, SSHv2<br />

o AAA support using Radius<br />

o CHAP authentication for P-to-P links<br />

o DoS prevention through TCP Intercept, DDoS protection<br />

o IP Access list to limit Telnet and SNMP access to router<br />

o Multi-level of access.<br />

o Multiple privilege level authentications for console and telnet access through Local<br />

database or through an external AAA Server.<br />

o Time based or Dynamic ACLs for controlled forwarding based on time of day for offices<br />

o IEEE 802.1x support for MAC address authentication<br />

o Should have features to limit the spread of viruses & worms on the desktops /<br />

workstations.<br />

Multi-media support:<br />

o<br />

o<br />

o<br />

Shall support Voice capabilities with Voice pass-through<br />

Shall support H.323, SIP<br />

Shall support Voice based QoS<br />

Debug, Alarms & Diagnostics:<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

Support for monitoring of Traffic flows for Network planning and Security purposes<br />

Display of input and output error statistics on all interfaces<br />

Display of Dynamic ARP table<br />

Display of physical layer line status signals like DCD, DSR, DTR, RTS, CTS on all serial<br />

interfaces<br />

Trace-route, Ping and extended Ping<br />

Should have extensive support for SLA monitoring for metrics like delay, latency, jitter,<br />

packet loss, and MOS<br />

Management<br />

o<br />

o<br />

o<br />

o<br />

Shall have support for Web / GUI based management, CLI, Telnet and SNMPv3<br />

Shall support Secure Shell for secure connectivity.<br />

Embedded RMON support for four groups – history, statistics, alarms and events<br />

Should have to support Out of band management through Console / external modem for<br />

remote management.<br />

4.24 c) Remote Branches Router Specifications<br />

A. Router Architecture requirements<br />

80


i. The architecture should be based on high speed CPU.<br />

ii. The Router should be a Single Box configuration and modular, so that the purchaser<br />

has the flexibility to use the appropriate choice of interfaces as and when required.<br />

B. High Availability Requirements<br />

i. Support for Hot Standby Router Redundancy Protocol.<br />

ii. The software on the router must have online software reconfiguration to ensure that<br />

changes made to a router configuration take place with immediate effect.<br />

iii. It must be possible to fast boot the router to ensure that for software upgrades can be<br />

done with minimum network downtime.<br />

iv. High Mean Time between Failure values should be available to ensure long life of router<br />

hardware.<br />

v. The router should be capable of booting from a remote node, where the router image is<br />

present.<br />

C. Miscellaneous Hardware Requirements<br />

i. Should have 2 onboard 10/100 BaseT Interfaces and atleast 2 WAN Interface Slots.<br />

ii. Should have atleast 1 serial port with support up to 2 Mbps bandwidth and necessary<br />

cables.<br />

iii. Should support for ISDN BRI port (as and when required)<br />

iv. Router must have 32 MB Flash upgradeable to 128 MB<br />

v. Router must have 128 MB DRAM upgradeable to 384 MB<br />

vi. Extensive debugging capabilities to assist in hardware problem resolution.<br />

D. Performance Requirements<br />

i. The router should have a minimum of 70,000 pps throughput.<br />

E. Router Software Features.<br />

i. Shall support (when required by an software upgrade) IPSec, 3DES,AES Encryption;<br />

the IPSec implementation should be IETF compliant<br />

ii. Should support Intrusion Prevention Functionality (when required by an software<br />

upgrade)<br />

Other General Specifications:<br />

1. Router OS should have features of below IP <strong>Routing</strong> Protocols:<br />

i. RIPv1 & v2<br />

ii. OSPF<br />

iii. OSPF Over Demand Circuits<br />

2. Network Address Translation (NAT) should be available in the delivered<br />

configuration.<br />

3. WAN Protocols:<br />

i. PPP<br />

ii. Multilink PPP<br />

iii. X.25<br />

iv. Frame Relay<br />

v. Compression-Payload and TCP/IP Header<br />

4. Multicasting<br />

81


i. It should be possible to recognize a wide variety of applications, including web-based and<br />

other difficult-to-classify protocols that utilize dynamic TCP/User Datagram Ports (UDP)<br />

port assignments. When an application is recognized and classified, a network should be<br />

able to invoke services for that specific application.<br />

ii. Internet Group Management Protocol (IGMPv2)<br />

iii. Multicast routing support such as DVMRP, Protocol Independent Multicast (PIM) or<br />

MOSPF.<br />

6. Bandwidth Optimization:<br />

i. Dial-Backup<br />

ii. Dial-on-Demand<br />

iii. Bandwidth on Demand<br />

iv. Header and payload Compression<br />

v. Inactivity timeouts.<br />

7. Accounting:<br />

i. Network Time Protocol.<br />

ii. Packet & Byte Counts.<br />

iii. Start Time Stamp & End Time Stamps.<br />

iv. Input & Output interface ports.<br />

v. Type of service, TCP Flags & Protocol.<br />

vi. Source & Destination IP addresses.<br />

vii. Source & Destination TCP/UDP Addresses.<br />

8. Security<br />

i. Support for Standard Access Lists and Extended Access Lists to provide supervision and<br />

control.<br />

ii. Support for Firewalling and IPS<br />

iii. Controlled SNMP Access.<br />

iv. Control SNMP access through the use of SNMP with MD5 authentication.<br />

v. Implement Access Lists on the router to ensure SNMP access only to the SNMP<br />

manager or the NMS workstation.<br />

vi. Support for Dynamic Multipoint VPN.<br />

vii. IPSec, DES, 3DES and AES Support.<br />

viii. Support for Webvpn<br />

ix. Multiple Privilege Levels.<br />

x. Support for Remote Authentication Dial-In User Service (RADIUS) and AAA.<br />

xi. MD5 Route Authentication.<br />

xii. PPP PAP & CHAP support.<br />

Xiii Should support RFC 3547<br />

4.25) 225 No. of Point to Point Links having min. Bandwidth of 256 Kbps<br />

4.26) 42 U Racks - Industry Standard<br />

Description<br />

S. No.<br />

Rack 19" (800W) 42U/1000mmD (basic rack includes 1 Pair / 2 Nos of<br />

Side Panels) (The basic Rack also includes 2 Pairs / 4 Nos of Reducing<br />

1<br />

Channels - these channels are used to manage cables along the<br />

vertical length of the Rack)<br />

2 Front Glass Door with Vented Trims S12C 42U / 800W<br />

3 Rear MS Door (Plain) S12C 42U / 800W<br />

4 Hardware Front Panel (20/Pkt)<br />

82


5 Ac Main Channel 12 Pts 5Amp flat & round pin<br />

6 Fan Housing Unit 2/4 Fan Posn<br />

7 Fan 230VAC 90CFM (Set of 4 Fans)<br />

8 Cable Manager 1U + H/W (Metallic)<br />

9 Castors Trymn with Ft Brakes (set of 4)<br />

10 Stationary Shelf 627mmD N/W<br />

11 Stationary Shelf 725mmD N/W<br />

12 Earthing kit<br />

4.27) 9 U Racks - Industry Standard<br />

S.No Description<br />

1 Rack S31 Wall Mount 9U / 500 1 Section (Flexibox)<br />

2 Hardware Front Panel 10/Pkt<br />

3 Fan 230VAC 90CFM<br />

4 Cable Manager 1U + H/W<br />

5 AC Distribution Box + H/W (6 Points of 5Amp Sockets - Round Pin)<br />

4.28a) 24 Port Patch Panel UTP (Supplying, Installation, testing and comissioning)<br />

4.28 b) 12 Port Patch Panel UTP (Supplying, Installation, testing and comissioning)<br />

4.29) Box (305 M) Cable UTP CAT 6 (Supplying, Installation, testing and comissioning)<br />

4.30a) Patch Cord 7 feet (cat 6)<br />

4.30b) Patch Cord 3 feet (cat 6)<br />

4.31) I/O with GANG Box and faceplate (Supplying, Installation, testing and comissioning)<br />

4.32) MS Office:<br />

Microsoft Office XP Standard Edition with 5 Media and 150 paper LICENCEs.<br />

4.33) Data Centre<br />

The vendor needs to estimate the items as per the table below. The vendor can modify the<br />

list if necessary to meet the total requirements with any miscellaneous items<br />

Data Centre specification for 575-600 sq. ft space with a power design of approximately 27<br />

KW of computer power) expansion<br />

S.No Description Quantity List of makes<br />

1 Physical Security Equipments<br />

CCTV system comprising 3 Nos fixed type colour cameras<br />

and 4 Channel 200 GB HDD digital recorders. 1<br />

Access Control System comprising 1 nos biometric reader,1<br />

nos. proximity card readers in the data centre area. 1<br />

2 Redundant Power UPS<br />

83


Supply, installation, testing and commissioning of True<br />

Online, 1<br />

Double conversion technology 2 X30 KVA UPS ( Input 3<br />

phase, output 3 phase, 415 V) operating in load bus<br />

synchronization mode , harmonic filter & Battery Breaker<br />

with 60 minutes battery back-up<br />

As per BoM<br />

3 Air conditioners<br />

Air conditioner along with power requirement, power<br />

distribution capacity at 21 degree (PEX 130) including floor<br />

insulation, floor grills as required for 600 sq, ft area for 30<br />

KVA heat dissipation and 10 to 15 PCs alongwith 15 to 20<br />

Human Resources.<br />

4 Fire & Security Equipments<br />

As per<br />

Requirement<br />

Siemens or<br />

Equivalent<br />

Fire Alarm Systems 1<br />

FM200 gas based fire protection for the entire data centre<br />

area excluding UPS, staging area & IT support area 1<br />

VESDA 1<br />

5 Repellants & Detection<br />

Rodent Repellant System for server room area 1<br />

Water Leak Detection System 1<br />

6 Electrical works & Power Distribution for powering the<br />

above in dual redundant power supply.<br />

LUMSUM<br />

7 Transient Voltage Surge Suppressors for protection<br />

against Surges/Noise req IT equipments in the Data<br />

Centre<br />

This to connected to the i/p of each UPS System & Air<br />

conditioners with response time 0.5ns & Voltage Protection<br />

Level of < 0.8 KV should be listed with UL-1449-2. The<br />

TVSS shall provide up to 40dB for RFI & EMI noise<br />

attenuation<br />

Liebert or<br />

equivalent<br />

4.34) FM Services for Warranty Period<br />

Network & Systems Management Services<br />

(i) Fault Management<br />

a. Identification and resolution of Network, System, Server<br />

faults.<br />

b. Provide Managed Service using an EMS (Enterprise<br />

Management Software) for network monitoring along with<br />

an application traffic management system that monitors,<br />

controls, and accelerates application performance over the<br />

WAN Internet.<br />

(ii) WAN Management<br />

a. Generate trouble ticket using Helpdesk tool after logging a call<br />

with Lease Line/WAN Link Provider and follow up the same.<br />

84


(iii)<br />

b. To provide WAN management services and maintain<br />

committed UPTIME by coordinating with Service provider for<br />

restoration installation, commissioning of Lease lines.<br />

c. MIS report will be submitted by the Vendor on monthly basis<br />

and as and when requested by the Competent Authority.<br />

d. Maintain an up-to-date comprehensive overall and individual<br />

network topology and lay-out, network and Security<br />

infrastructure configurations, Hardware and Software<br />

inventory, <strong>MPED</strong> Data Back-up and restore procedure with<br />

policy, Core Services Setup, Password policy documentation<br />

in Soft and Hard copies.<br />

e. The Vendor should have a well-defined and documented<br />

procedure for change management.<br />

Overall Management<br />

a. Managing and ensuring the services availability include mail,<br />

proxy, DNS, Anti-virus, Database, Web services at optimum<br />

level for <strong>MPED</strong> users.<br />

b. Managing and operating all the Network Devices, Security<br />

components (and server) Hardware and Operating System<br />

related issues.<br />

c. Ensure availability and optimum utilization of all Networking,<br />

Security components and Server devices.<br />

d. Patch and Up-gradation of Operating System, Firmware,<br />

Signatures, application and necessary patches for all network,<br />

Security and Server devices to ensure smooth operability and<br />

availability of required services.<br />

e. Ensure Confidentiality, integrity and availability of <strong>MPED</strong> Data<br />

with use of Suitable technologies, Process and best practices.<br />

f. Managing the Database and Web server to ensure highavailability.<br />

g. Creation, omission and modification of administrative users<br />

required for managing <strong>MPED</strong> components.<br />

h. Maintaining and managing all the administrative passwords of<br />

<strong>MPED</strong> components. (This will be done in consultation with the<br />

Competent Authority).<br />

i. Backup of all critical server as per Backup Policy.<br />

j. Creation, omission and modification of end-user’s Id and<br />

password for his day-to-day operations and job profile. This<br />

will include but not limited to:<br />

o Domain Controller<br />

85


o Management Server<br />

o Proxy Server<br />

o FTP Server<br />

o Database server<br />

o Web Server<br />

o Mail Server<br />

o Backup Server<br />

o Anti Virus Server<br />

o<br />

Local (host) Machine<br />

(iv) It is mandatory for the Projet Manager / Service Head for the Region to meet the<br />

<strong>MPED</strong> representative / incharge Computerization Project in every month and the details<br />

of the meeting must be minutized / released.<br />

86


SECTION V: Roles and Responsibilities<br />

Business Requirements to be met by the Vendor:<br />

<strong>MPED</strong> is soliciting provision of the facility of an integrated solution for <strong>MPED</strong><br />

application. The Vendor must provide a proposal for a totally integrated point-topoint<br />

service.<br />

The successful Bidder (Vendor) will be responsible for:<br />

1 Providing sufficient staff with adequate range of project and technical experience.<br />

2 Completion of the detailed requirement and gap analysis (if applicable) before<br />

the start of installation.<br />

3 Ensuring quality in all the activities carried out during the installation,<br />

documentation, testing, commissioning and maintenance etc. of the system.<br />

4 Providing <strong>MPED</strong> with periodic status reports on the completed/ on going and<br />

planned tasks. The periodicity of the report may be finalised in the project plan,<br />

which will be delivered after the commencement of the project. However, the<br />

minimum periodicity should be once in a fortnight.<br />

5 Documentation of the new systems<br />

6 Training of <strong>MPED</strong> users and IT staff in installation and trouble shooting of the<br />

deployed solution.<br />

7 Closely coordinating with Application developer and routing consultant to ensure<br />

uninterrupted services to <strong>MPED</strong>.<br />

8 Successful commissioning of the systems in all Divisional Offices, DEOs, FL<br />

Warehouse, CL Warehouse, Bottling Units, Commercial Tax Depart,ment at<br />

Mantralaya, Bhopal.etc (List of all locations is attached at Annexure 1).<br />

9 Co-operate with external agencies to accomplish the commissioning, integration<br />

and rollout of the system in the <strong>State</strong> as per the terms of the contract<br />

10 Provide user training at all specified levels and prepare and issue supporting<br />

documentation such as User Manuals, Troubleshooting Manual and Setup<br />

Reference Manual. They shall also be responsible for re-training wherever<br />

changes are made in the solution.<br />

11 Provide standards-based documentation on all aspects related to the project.<br />

12 Provide ongoing maintenance support, upgrades and enhancements to the<br />

systems for three years from the date of “Go-Live” in the following manner:<br />

a) The Vendor provides warranty for the deployed solution for duration of 60<br />

months, commencing from the date when the system “goes live”. The<br />

warranty should include that the solution supplied under this contract shall<br />

have no defect arising from design or workmanship or from any act of<br />

omission of the Bidder that may develop under normal use of the supplied<br />

solution.<br />

b) During warranty period Vendor shall be completely responsible for defect<br />

free functioning of solution deployed and shall resolve any solution<br />

related issues etc. within duration as prescribed by Competent Authority.<br />

The warranty shall include replacement of all the parts except ink / Toner<br />

cartridges for printers, which shall be provided by department as per<br />

requirement.<br />

87


c) Vendor shall provide latest updated products, patches, version upgrades<br />

relevant for solution components. However, these would be implemented<br />

before going live.<br />

d) Vendor shall have to provide support for at least three years beyond the<br />

end of Warranty period, if required, and firm annual charges for the same,<br />

are to be quoted in the Commercial Bid.<br />

e) Vendor will be responsible for coordinating with different agencies and no<br />

issues regarding coordination will be considered as impediments in defect<br />

free functioning of solution.<br />

13 The system will be audited by third party agency for network and database<br />

security and testing must pass such test according to the prescribed industry<br />

standards.<br />

14 The Vendor will be responsible for implementing measures to ensure the overall<br />

security of solution and data. This monitoring shall be through the security<br />

controls including:<br />

a) Real time intrusion prevention tools (IPS)<br />

b) Log Report generation tools<br />

c) Network Management System<br />

d) Firewall, Antivirus, Antis Pam and Antispyware.<br />

15 The Vendor shall develop a detailed security policy for solution implementation<br />

and maintenance. The security policy developed by the vendor shall be updated to<br />

keep the security recommendations current and the same shall be implemented for<br />

the solution.<br />

16 The Vendor shall implement and manage the solution in accordance with the<br />

Service Level Metrics as defined in the Bid Document.<br />

17 The Vendor shall coordinate and provide complete support to Competent<br />

Authority in conducting the user acceptance testing<br />

18 Create an organized set of activities for the project & also establish and measure<br />

resource assignments and responsibilities.<br />

19 Construct a project plan and schedule including milestones.<br />

20 Measure Project Deadlines, performance objectives.<br />

21 Submit Progress Reports on a fortnightly basis.<br />

22 Submit Project quality assurance reports.<br />

23 Designing and execution of high availability testing to remove all single points of<br />

failure.<br />

24 Audit of Network and database security mechanisms.<br />

25 Verification of authentication mechanism at Network Level<br />

26 Preparation of manageability compliance document on the following:<br />

a) Remote Monitoring of status and Statistics of all high-level components<br />

b) Management capability to start/ stop/ restart services & systems.<br />

c) Auto discovery of all components manageable through SNMP<br />

d) Auto discovery of all other system components<br />

88


e) Ability to track changes in configurations of the system components to<br />

help track Service<br />

f) System disruptions.<br />

27 Any facility, which is considered important and essential for computerized<br />

operations of the offices under <strong>MPED</strong>, and not already included in the above list of<br />

activities, will be deemed to be included, and the Bidder is bound to include it in the<br />

scope of work.<br />

28 The System will be subjected to testing for third party for network and security<br />

audit.<br />

The implementation schedule has been provided which reflects <strong>MPED</strong>s understanding<br />

of the solution needs, the resource implications, etc. The schedule must not exceed the<br />

proposed schedule in this bid document. This is considering that the Bidder can plan for<br />

optimum resource allocation.<br />

Functional Performance Requirements of the System<br />

The Vendor must provide network functionality and guarantee service quality to provide<br />

99.5 % or more uptime for data centre site, 99 % or more uptime for all other locations.<br />

<strong>MPED</strong>'s intention is to acquire best practice integrated systems with a sound design. In<br />

order to achieve this goal, <strong>MPED</strong> has tried to specify its requirements in the best<br />

possible way. However, there are some areas where it is difficult for <strong>MPED</strong> to specify<br />

requirements with a high degree of accuracy without knowledge of exact proposed<br />

Solution. In such instances, <strong>MPED</strong> have offered estimates or other relevant information<br />

to enable the Bidder to propose the best solution, which will be subjected to <strong>MPED</strong>’s<br />

approval. The Bidder can also visit the sites before bid submission to have better<br />

understanding of <strong>MPED</strong>’s requirements.<br />

Performances of the system will be one of the important factors in the success of the<br />

project. <strong>MPED</strong> expect that Bidders must provide details as to how it plans to deal with<br />

the performance issues that usually occur with the system.<br />

Related Information Technology Issues and Initiatives<br />

At the time of release of this document, the following initiatives are under consideration<br />

in accordance with the proposed implementation plan for Integrated Computerization<br />

of MP STATE EXCISE DEPARTMENT<br />

It is proposed that Installation of Wide Area Network Services for connectivity between<br />

various <strong>MPED</strong> offices using the proposed MADHYA PRADESH <strong>State</strong> Wide Area<br />

Network (SWAN). In case of SWAN not being operational before implementing<br />

Integrated Computerization of MP STATE EXCISE DEPARTMENT Bidder would also<br />

provide alternative method for data communication system.<br />

89


SECTION VI- Project Time Schedule<br />

For execution of entire work the total time span is approx. 16 weeks. However the Bidder<br />

can submit a detailed activities work plan as per Annexure 9. The list of major activities<br />

to be covered in the time schedule is given below:<br />

Activity No<br />

Scope of Work Area<br />

1. Creating Centralized Data Centre<br />

2. Solution Design<br />

3. Solution Implementation<br />

4. Testing and Acceptance<br />

5. Integration of the required Infrastructure<br />

6. Comprehensive Training<br />

7. Solution Documentation<br />

90


SECTION VII: Instructions to Bidders and General Conditions of Contract<br />

DEFINITIONS<br />

In this Bid Document, the following terms shall be interpreted as indicated:<br />

“Solution” means Providing Turnkey Solution towards commissioning, management,<br />

maintenance of Data Centre including managed wide area network with supply and<br />

installation of Servers, Desktop Systems and peripherals for implementing Integrated<br />

Computerization at MADHYA PRADESH STATE EXCISE DEPARTMENT.<br />

“Software” means the software designed, developed, tested and deployed by the<br />

Application Developer for the purposes of rendering the Services to the Stakeholders of<br />

the Project and includes the source code along with associated documentation, which is<br />

the work product of the development efforts involved in the Project and the<br />

improvements and enhancements effected during the term of the Project, but does not<br />

include the third party software products (except for the customization components on<br />

such products), proprietary software components and tools deployed by the Bidder and<br />

which shall be solely owned by The Competent Authority;<br />

“Bidder” means the vendors participating and submitting their bids as per the tender<br />

time schedule.<br />

“Prime Bidder” means the leading bidder in case of consortium.<br />

“Vendor(SI)” means the successful Bidder of this Bid, who will have to<br />

study,design,develop,implement,operate and maintain the solution deployed for the<br />

Integrated Computerization Project of the MP STATE EXCISE DEPARTMENT as described<br />

in the Bid document.<br />

“Services” means the services delivered to the Stakeholders of the project, namely, the<br />

citizens and the Departmental Officers and their employees using the tangible and<br />

intangible assets created, procured, installed, managed and operated by the Bidder.<br />

“Confidential Information” means all information including Project Data (whether in<br />

written, oral, electronic or other format) which relates to the technical, financial and<br />

business affairs, customers, Bidders, products, developments, operations, processes,<br />

data, trade secrets, design rights, know-how and personnel in connection with this Bid<br />

Document.<br />

“Project Data” means all proprietary data of project generated out of project operations<br />

and transactions, documents and related information including but not restricted to user<br />

data which the Bidder obtains, possesses or processes in the context of providing the<br />

services.<br />

“Deliverables” means the products and services agreed to be delivered by the Bidder<br />

in pursuance of the agreement as defined more elaborately in Scope of work.<br />

91


“Intellectual Property Rights” No goods or services covered under the contract shall<br />

be sold, disposed by the supplier in violation of any right what so ever of third party, and<br />

in particular, but without prejudice to the generality of the foregoing, of any patent right,<br />

trade mark or similar right, or of any charge mortgage or lien.<br />

The Supplier/Bidder shall indemnify the <strong>State</strong> Govt. / Competent Authority from all<br />

actions, cost, claims, demands, expenses and liabilities, what so ever, resulting from any<br />

actual or alleged infringement as aforesaid and at the expenses of the supplier / Bidder,<br />

the <strong>State</strong> Govt. / Competent Authority shall be defended in the defense of any<br />

proceedings.<br />

“Replacement Bidder” means any third party that The Competent Authority may<br />

appoint to replace the Successful Bidder upon expiry of the Term or other termination of<br />

this Agreement or the SLA to undertake the Services or part thereof;<br />

“Service Level” means the level of service and other performance criteria that will apply<br />

to the Services as set out;<br />

“Service Level Agreement (SLA)” means the Operation and Maintenance SLA, to be<br />

executed by the Bidder, in terms of the Service Level Requirements set out in the Bid.<br />

“Integrated Computerization of MP STATE EXCISE DEPARTMENT” means integrated<br />

computerization of offices of all the Office of The Commissioner, DEOs, FL Warehouse,<br />

CL Warehouse, Bottling Units etc. and all other locations as per Annexure 1.<br />

“<strong>State</strong> Government” means the Government of <strong>Madhya</strong> <strong>Pradesh</strong>, Madya <strong>Pradesh</strong><br />

<strong>State</strong> <strong>Excise</strong> Department.<br />

“Committee” means committee constituted by Government of <strong>Madhya</strong> <strong>Pradesh</strong> for<br />

monitoring and implementation of computerization project.<br />

“The Competent Authority” means The <strong>Excise</strong> Commissioner, <strong>Madhya</strong> <strong>Pradesh</strong> <strong>State</strong><br />

<strong>Excise</strong> Department, <strong>Madhya</strong> <strong>Pradesh</strong>.<br />

“Project Site” means the site/location where the equipment supply/installation/<br />

commissiong is proposed as per Annexure 1. A non-exhaustive list of such site/location<br />

is included in Annexure – 1. However, if any site/location of the <strong>Excise</strong> Department is<br />

not included in the list, it will be presumed to be included and covered under this<br />

contract.<br />

“Go-Live” means the date of issuance of certificate by the Competent Authority to that<br />

effect after trouble-free running of the deployed solution for at least 60 calendar days<br />

after deployment of solution at all the locations as specified in Annexure 1.<br />

92


“Contract Value” means the price accepted by the Competent Authority as per Price<br />

Schedule.<br />

7.1 APPLICATIONS AND INTERPRETATION OF CLAUSES<br />

1. Provisions under this section shall apply to the extent that provisions in other parts of<br />

the contract do not supersede them.<br />

2. For interpretation of any clause in the Bid Document or Contract Agreement the<br />

interpretation of the Competent Authority shall be final and binding on the Bidder.<br />

7.2 COMPLETENESS OF BID DOCUMENTS<br />

The list of Documents comprising the Bid to be submitted by the Bidder shall be<br />

mandatory to include the following documents duly filled up:<br />

Bid Form (Annexure 3)<br />

Pre-qualification Form (Annexure 4)<br />

Technical Bid Covering Letter (Annexure 5)<br />

Performance <strong>State</strong>ment Form (Annexure 6)<br />

Bid Security Form (Annexure 7)<br />

Technical Deviation Form –if applicable (Annexure 8)<br />

Time Schedule Form (Annexure 9)<br />

Commercial Bid Covering Letter (Annexure 10)<br />

Commercial Deviation Form -if applicable (Annexure 11)<br />

Bill of Material (Annexure 12)<br />

Price Schedule for Item No. 1 to 46, 47 and 48 of the BOM (Annexure 13)<br />

Item Wise Price Schedule (Annexure 14)<br />

Format for Furnishing the roles and responsibilities in case of consortium<br />

(Annexure 15)<br />

Format for list of computer professionals (Annexure 16)<br />

Soft copy of Bid Document in 2CDs, one for Technical Bid inside the<br />

Technical Bid envelope and another for the commercial Bid, inside the<br />

commercial BID envelope. CD should contain the replica of bids which are<br />

produced in hard copy to department. In case of any mismatch, hard copy<br />

of bid will be considered as final bid.<br />

The Bidders are expected to examine all instructions, forms, terms, project requirements<br />

and other information in the Bid document. Failure to furnish all information required by<br />

the Bid or submission of a Bid not substantially responsive in every respect will be at the<br />

Bidder’s risk and may result in rejection of the Bid and forfeiture of the Bid Security.<br />

7.3 CLARIFICATION OF THE BID DOCUMENT AND PRE-BID CONFERENCE<br />

During evaluation of Bids, the Competent Authority may, at its discretion, ask the Bidder<br />

for clarification of its Bid. The request for clarification and the response shall be in writing<br />

and no change in price or substance of the Bid shall be sought, offered or permitted.<br />

93


Bidders requiring specific points of clarification may communicate to the Competent<br />

Authority, 15 days prior to the Pre-bid meeting, using the Request for Clarification format<br />

as enclosed in Annexure 2 of this Bid.<br />

The Competent Authority will host a Pre-Bid meeting on 5 th August 2008 at 12:00<br />

noon. The purpose of the Pre-Bid Conference is to provide Bidders information<br />

regarding the NIB and the solution requirements, and to provide each Bidder an<br />

opportunity to seek clarifications regarding any aspect of the Solution. The Bidders are<br />

requested to preferably submit any questions in writing before the pre-Bid conference.<br />

The format for the same is attached as RFC in Annexure 2.<br />

Competent Authority will endeavor to provide timely response to all questions. The<br />

responses to the queries from all Bidders will be distributed to all Bidders who buy the<br />

Bid Document.<br />

Note: Only those bidders will be allowed to participate in the pre-bid conference that<br />

would have purchased the Bid Document<br />

7.4 AMENDMENT OF BID DOCUMENT BY THE COMPETENT AUTHORITY<br />

7.4.1 At any time prior to the deadline for the submission of Bids, the Competent<br />

Authority may, for any reason, whether on its own or in response to a clarification<br />

requested for by a prospective Bidder, modify the Bid Document by way of<br />

amendment(s).<br />

7.4.2 The prospective Bidder having received the Bid document will be provided copy of<br />

the amendment(s) so made in writing or by Fax and email provided by that bidder and<br />

such amendments shall form a part of the Bid document and therefore binding on them.<br />

7.4.3 In order to allow reasonable time to the prospective Bidders for taking into account<br />

such amendment(s), in the preparation of their Bids,the Competent Authority, at its<br />

discretion, may extend the deadline for the submission of Bids, any time.<br />

7.5 LANGUAGE OF BIDS<br />

The Bid prepared by the Bidder, the correspondences as well as all the document<br />

relating to the Bid exchanged between the Bidder and the Competent Authority, shall be<br />

in English language. Supporting documents and printed literature furnished by the<br />

Bidder may be in some other language, provided, they are accompanied by an accurate<br />

translation of the relevant passages in English, in that case, for purposes of<br />

interpretation of the Bids, the translation shall prevail.<br />

7.6 BID PRICE<br />

7.6.1 The Bidder shall indicate prices on the prescribed Price Schedule (Annexure 13<br />

and 14) in Indian Rupees only.<br />

94


7.6.2 The Bidder is required to ensure the products quoted are industry standard and is<br />

compatible with current hardware, other system software, and application software and<br />

networking equipments.<br />

7.6.3 The Bidder is required to quote their best prices, inclusive of all taxes, levies,<br />

freight, forwarding, handling, insurance, Octroi, inland transportation, local costs etc<br />

incidental to the delivery of goods to their final destination within the <strong>State</strong> of MADHYA<br />

PRADESH, and for its installation, configuration, tuning, testing, integration,<br />

commissioning and maintenance charges for 60 months after “Go-Live” and training of<br />

personnel required the Bidder is offering.<br />

7.6.4 The required products and equipments quoted by the bidders must have its<br />

specifications equivalent to or superior than those mentioned in the Bid. In case of any<br />

difference in specification of an item with those in the Bid Document, the Committee shall<br />

decide whether specifications of offered product are equivalent / superior or not and its<br />

decision will be final and binding.<br />

7.6.5 During the course of supply, the Bidder, with the consent of Competent Authority,<br />

may supply a superior version, or higher configuration, meeting or exceeding technical<br />

specifications of the contract without any extra cost payable for that.<br />

7.6.6 The rates offered by the Bidder should be firm and free from all escalations. Prices<br />

quoted by the Bidder shall be fixed during Bidder’s performance of the Contract and shall<br />

not be subject to variation on any account. A Bid submitted with a price adjustment /<br />

variation provision will be treated as non-responsive and rejected, pursuant to Clause<br />

7.16 of Preliminary examination.<br />

7.6.7 The Bidder is required to quote price in lump sum which shall include price<br />

for Item No’s 1 to 33 and price for Item No. 34 i.e., Facility Management Services<br />

for warranty period of 5 years; as mentioned in Annexure 13. Bidder must also<br />

submit item-wise prices for all items given in annexure 14. These item-wise prices will be<br />

used for calculating the value of deviations, reductions / increase in quantity & deletion of<br />

items altogether. In addition to this, the Bidder has also to submit price for Item No. 35,<br />

as mentioned in Annexure 13.<br />

7.7 ELIGIBILITY CRITERIA FOR BIDDERS<br />

7.7.1 General Eligibility<br />

This invitation for Bids is open to all reputed IT manufacturers/Vendors that fulfill prequalification<br />

criteria as specified in the Clause 7.7.2 below. The Bidder should not be<br />

under a declaration of ineligibility on account of corrupt, fraudulent and unfair trade<br />

practices.<br />

95


7.7.2 Checklist for Establishing Bidder’s Eligibility and Qualifications<br />

The Bidder shall furnish, as part of its Bid, documents establishing the Bidder's<br />

eligibility to Bid (Financial, Technical and Production capability) and perform the<br />

Contract to meet the criteria outlined in Technical Specification, if its Bid is accepted.<br />

S.No.<br />

Eligibility Criteria for the Bidder<br />

Details along with Page<br />

Number of relevant document<br />

1. Company Registration Number under the<br />

Indian Companies Act 1956 – Attested<br />

Copy of Certificate of Incorporation. The<br />

bidder must provide details of<br />

incorporation details of the company.<br />

2. Latest Sales Tax/VAT Clearance<br />

certificate and Income Tax Clearance<br />

Certificate of last Three Financial years.<br />

3. Minimum average turnover of Rs. 100.00<br />

Crores annually during the last three<br />

financial years consecutively. Attested &<br />

audited copies of the company’s annual<br />

reports for the years 2004-05, 2005-06<br />

and 2006-07 have to be attached along<br />

with the bid, duly certified by the CA.<br />

4. Copies of Purchase orders for minimum 3<br />

similar project implemented in India in last<br />

three financial years where the cost of<br />

each project is minimum Rs. 3.00 crores.<br />

The bidder should attach relevant copies<br />

of the customer purchase orders, scope of<br />

work, deliverables, and time period of<br />

execution, project value and satisfactory<br />

work completion certificate from client.<br />

5. Authorized by all the OEM(s) whose<br />

equipments are being quoted in this bid by<br />

the bidder. Bidder should submit an<br />

undertaking from the OEM(s) that bidder<br />

would deliver the scope of services as<br />

mentioned in this document for the<br />

required duration i.e. 10 years. Attach<br />

original undertaking from all OEM’s. The<br />

Bidder must also attach undertaking from<br />

all OEM’s for prime and direct partnership<br />

for selling, support, upgrade and services<br />

for the offered products.<br />

6. Undertaking by OEM for delivery of scope<br />

96


of work by the bidder<br />

7. ISO 9001:2000 or latest certifications of all<br />

the products quoted in this RFP/Tender.<br />

8. Have you ever been blacklisted by any<br />

<strong>State</strong> or Central Government in India?<br />

9. Details of EMD<br />

Type: ________________<br />

Number: ______________<br />

7.8 BID SECURITIES AND ITS AMOUNT<br />

7.8.1 The Bidder shall furnish as part of its Bid, a Bid security of Rupees Twenty Lakhs<br />

only, by way of Demand Draft. The demand draft shall be in favour of the <strong>Excise</strong><br />

Commissioner, <strong>Madhya</strong> <strong>Pradesh</strong>, Gwalior, payable at Gwalior, issued by a<br />

Nationalized/Scheduled Bank. Bid Security in any other form shall not be entertained.<br />

The Bid Security shall be enclosed with the Pre-Qualification Form (Annexure 4).<br />

7.8.2 Unsuccessful Bidder's Bid security will be returned as promptly as possible after<br />

the expiry of the period of Bid validity prescribed by the Competent Authority pursuant to<br />

Clause 7.9 of period of validity of Bids. The successful Bidder's Bid security will be<br />

discharged upon the Bidders signing the Contract Agreement and furnishing the<br />

Performance Security.<br />

7.8.3 The Bid security may be forfeited -<br />

(a) if a Bidder withdraws its Bid during the period of Bid validity specified in the<br />

Bid Form; or<br />

(b) in case of any variation in Commercial Bid from the Technical Bid, the Bidder<br />

will be asked to amend the Commercial Bid to bring it in line with the<br />

Technical Bid. If the Bidder refuses or fails to amend the Commercial Bid to<br />

the satisfaction of the Committee, it will be presumed that its Bid has been<br />

withdrawn during validity period and its Bid security will be forfeited.<br />

(c) in case of a successful Bidder, if the Bidder fails -<br />

i) to sign the Contract in accordance to Clause 7.23.<br />

ii) to furnish Performance Security in accordance to Clause 7.24.<br />

7.8.4 The Bid Security will remain in force up to and including forty five (45) days after<br />

the period of Bid Validity.<br />

97


7.9 PERIOD OF VALIDITY OF BIDS<br />

7.9.1 Bids shall remain valid for 180 days after the date of Bid opening prescribed by<br />

the Competent Authority, pursuant to Clause 7.15 of the Bid. A Bid valid for a shorter<br />

period may be considered as non-responsive and rejected by the Competent Authority.<br />

7.9.2 The Competent Authority may solicit the Bidder's consent to an extension of the<br />

period of Bid validity. The request and the responses thereto shall be made in writing<br />

(or by fax, followed by a signed confirmation copy). The Bid security provided under<br />

Clause 7.8 shall also be suitably extended. A Bidder may refuse the request without<br />

forfeiting its Bid security. A Bidder granting the request will neither be required nor<br />

permitted to modify its Bid.<br />

7.10 FORMAT AND SIGNING OF BIDS<br />

7.10.1 Format of Pre-qualification Bid<br />

The Pre-qualification Bid will be used to evaluate if the Bidder’s technical skill base and<br />

financial capacity are consistent with the needs of the project and meets the prequalification<br />

criteria as mentioned in Clause 7.17. This will be in a separate cover but in<br />

the same envelope as that of Technical Bid.<br />

7.10.2 Format of Technical Bid<br />

a. A printed covering letter, set forth in Annexure 5 on the bidding organization’s<br />

letterhead with all required information and authorized representative’s signature shall<br />

be submitted along with the Technical Bid. The Technical Bid should contain a detailed<br />

description of how the Bidder will provide the required services outlined in this Bid. It<br />

should articulate in detail, as to how the Bidder’s Technical Solution meets the<br />

requirements specified in the Bid. The Technical Bid must not contain any pricing<br />

information. In submitting additional information, it should be marked as supplemental to<br />

the required response. If the Bidder wishes to propose additional services (or enhanced<br />

levels of services) beyond the scope of this Bid, the proposal must include a description<br />

of such services as a separate attachment to the Bid.<br />

b. The technical Bid should entail the details of Tasks to be performed as per detailed<br />

scope of work and technical specifications as given in the Bid covering the following at<br />

the minimum:<br />

i. Overview of the Proposed Solution that meets the requirements specified in the Bid<br />

ii. Overall Solution architecture<br />

iii. Technical architecture<br />

iv. Security architecture<br />

v. Scalability and Performance Requirements<br />

vi. Operational environment<br />

vii. Implementation methodology, project plan and implementation schedule<br />

viii. Project team structure, size and capability (Total Staffing plan including numbers)<br />

98


ix. Project Management, reporting and review methodology<br />

x. Problem escalation methodology<br />

xi. On-site Post Implementation Support Strategy<br />

xii. Quality standards and assurance process to be followed<br />

Xiii. Risk Identification/Mitigation Strategies<br />

xiv. Training Strategies<br />

xv. Key Deliverables (along with example deliverables, where possible).<br />

c. The Technical Bid shall also contain Bidder’s plan to address the key challenges of<br />

the project. Any deviations in the final deliverables between technical and commercial<br />

Bids shall make the proposal as being unresponsive and may lead to disqualification of<br />

the entire Bid. Competent Authority reserves the right to take appropriate action in this<br />

regard.<br />

d. Competent Authority is also open to any suggestions that the Bidder may want to<br />

tender vis-à-vis, the approach adopted for the assignment in the light of their expertise or<br />

experience from similar assignments. However, this should not lead to the submission<br />

date being missed or extended.<br />

e. The Bidder must include the following during Design, Development and<br />

implementation strategy:<br />

i. A detailed Project schedule and milestone chart.<br />

ii. Approach and Methodology for design, development and implementation of<br />

the Solution<br />

iii. Key implementation objectives, key deliverables and an implementation<br />

schedule for the above.<br />

iv. Project Management tools to be used for project.<br />

f. The Plan shall provide a detailed description of the Bidder’s approach providing a total<br />

solution to the scope of work as enumerated. The Bidder shall identify key<br />

implementation objectives, how these objectives will be met and the respective dates on<br />

which deliverables incorporating these objectives will be completed and ready for use.<br />

g. Bidder’s guarantee for accomplishing the implementation schedules for completion of<br />

key deliverables.<br />

h. Bidder should issue a statement undertaking total responsibility for the defect free<br />

operation of the solution.<br />

7.10.3 Format of Commercial Bid<br />

a. The Commercial Bid will consist of the following:<br />

i. Bid form (Annexure 3) duly filled in, signed and complete in all respects along with<br />

documents.<br />

ii. The price schedule indicating Bid prices duly filled, signed and complete (Annexure<br />

13 and14).<br />

99


iii. The Bidder shall indicate the prices for various items mentioned in annexure 14 as<br />

described in price schedule. The Bidder can quote separately for additional features that<br />

are desirable for better performance of the computerization project and are not<br />

considered under the scope of this work. The Competent Authority will consider all such<br />

offers and may order for inclusion of some of these additional features on payment of the<br />

prices accepted by the Competent Authority. However, the final Bid price shown by the<br />

Bidder for complete work (excluding additional feature) shall be treated as the Bid price<br />

for the project, for comparison of Bids.<br />

iv. Commercial deviations, if any, from the terms and conditions and specifications are<br />

required to be specified in Annexure 11.<br />

b. Unless expressly indicated, Bidder shall not include any technical information<br />

regarding the services in the commercial Bid. Additional information may be submitted to<br />

accompany the proposal. In submitting additional information, it should be marked as<br />

supplemental to the required response. Prices shall be quoted entirely in Indian Rupees<br />

and must separately indicate all applicable taxes and levies.<br />

c. The commercial Bid must be detailed and must cover each year of the contract term.<br />

The commercial Bid must be summarized by completing the price schedule, which is<br />

contained in Annexure 13 and 14 of this Bid. The Bidder must submit the hard copies of<br />

the Commercial Bid in MS Excel format.<br />

7.10.4 Signing of Bid<br />

The original and all copies of the Bid shall be typed or written in indelible ink and shall be<br />

signed by the Bidder or a person or persons duly authorized to bind the Bidder to the<br />

Contract. Written and irrevocable power-of-attorney or any other document establishing<br />

that the signatory is duly authorized shall accompany the Bid. The person or persons<br />

signing the Bid shall make initials on all the pages of the Bid, except for un-amended<br />

printed literature. In case of a company, the resolution of board of directors authorizing<br />

the signatory to sign on behalf of the company will be required. In case of partnership<br />

firm authorization by all the partners will be required.<br />

Any interlineation, erasure or overwriting shall be valid only if the person or persons<br />

signing the Bid makes initials on them.<br />

7.11 SEALING, MARKING AND SUBMISSION OF BIDS<br />

The Bidders shall submit two copies of each technical and commercial Bid separately,<br />

one as original and other as copy Bid in separate sealed envelopes. All the above four<br />

Bid envelopes should be sealed in one separate envelope. All the four envelopes<br />

should be distinctly marked as original technical Bid, copy technical Bid, original<br />

commercial Bid and copy commercial Bid. The Bidders shall also seal the “Pre-<br />

Qualification“ Bid in an inner envelope marked “Pre-qualification Bid”. This inner<br />

envelope shall be sealed inside the envelope containing the Technical Bid. Both inner<br />

100


and outer envelopes shall be addressed to the address specified in the Notice Inviting<br />

Bids, viz.<br />

THE OFFICE OF THE EXCISE COMMISSIONER,<br />

MADHYA PRADESH STATE EXCISE DEPARTMENT,<br />

MOTIMAHAL, GWALIOR (M.P.) 474007<br />

and shall bear the Project name, Bid number, and the words "Do not open before<br />

3:00 P.M. on 20 th August 2008''<br />

The inner envelopes shall also indicate the name and address of the Bidder to enable<br />

the Bid to be returned unopened in case it is declared "late".<br />

If the outer envelope is not sealed and marked as required above, the Competent<br />

Authority will assume no responsibility for the Bid's misplacement or premature opening.<br />

Email or Fax Bids will be rejected. Conditional Bids are liable to be rejected.<br />

7.12 VENUE AND DEADLINE FOR SUBMISSION OF BIDS<br />

a. Bids will be received by the Competent Authority at “The Office Of The <strong>Excise</strong><br />

Commissioner, <strong>Madhya</strong> <strong>Pradesh</strong> <strong>State</strong> <strong>Excise</strong> Department, Motimahal, Gwalior –<br />

474007, M.P.”<br />

b. Last Date and Time of submission: 20 th August 2008 upto 2:00 PM.<br />

In the event of the specified date for the submission of Bids being declared a holiday<br />

for the office of the Competent Authority, the Bids will be received up to the appointed<br />

time on the next working day.<br />

The Competent Authority may, in exceptional circumstances and at its discretion, extend<br />

the deadline for submission of bids by issuing an Addendum or by intimating all Bidders<br />

who have been provided the proposal documents, in writing or by facsimile or through<br />

email, in which case all rights and obligations of the project and the Bidders previously<br />

subject to the original deadline will thereafter be subject to the deadline as extended.<br />

7.13 LATE BIDS<br />

Any Bid received by the Competent Authority after the deadline for submission of Bids<br />

prescribed by the Competent Authority, pursuant to Clause 7.12, will not be accepted<br />

and returned unopened to the Bidder.<br />

7.14 MODIFICATION AND WITHDRAWAL OF BIDS<br />

7.14.1 The Bidder may modify or withdraw its Bid after Bid's submission, provided that<br />

written notice of the modification or withdrawal is received by the Competent Authority<br />

prior to the deadline prescribed for submission of Bids pursuant to Clause 7.12 of this<br />

Bid.<br />

101


7.14.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed,<br />

marked and dispatched in accordance with the provisions of Clause 7.12. A withdrawal<br />

notice may also be sent by fax, followed by a signed confirmation copy, which must be<br />

received in the office of the Competent Authority not later than the deadline fixed for<br />

submission of Bids.<br />

7.14.3 No Bid may be modified subsequent to the deadline for submission of Bids.<br />

7.14.4 No Bid may be withdrawn in the interval between the deadline for submission of<br />

Bids and the expiration of the period of Bid validity. Withdrawal of a Bid during this<br />

interval may result in the Bidder's forfeiture of its Bid security, pursuant to Clause 7.8.<br />

7.15 OPENING OF BIDS<br />

The technical Bid along with pre-qualification bid will be opened first by the Competent<br />

Authority or his authorized representative. After its evaluation, if it is found responsive,<br />

then only the commercial Bid will be opened only for the technically qualified Bidders.<br />

7.15.1 The technical Bids and commercial bids will be opened in the presence of<br />

Bidders' representatives (not more than two) at “The Office of the <strong>Excise</strong><br />

Commissioner, <strong>Madhya</strong> <strong>Pradesh</strong> <strong>State</strong> <strong>Excise</strong> Department, Motimahal, Gwalior –<br />

474007, M.P.” The presence of bidder’s representative is not mandatory at the time of<br />

opening.<br />

7.15.2 The date of opening of Commercial Bids will be announced at a subsequent date<br />

and will be informed to the technically qualified Bidders.<br />

7.15.3 The Bidders' names and the presence or absence of the requisite Bid security<br />

and such other details as the Competent Authority, at its discretion, may consider<br />

appropriate will be announced at the opening of Bids. No Bid shall be rejected at Bid<br />

opening, except for late Bids, which shall be returned unopened to the Bidder.<br />

7.15.4 Bids (and modifications sent) that are not opened and read out at Bid opening<br />

shall not be considered further for evaluation, irrespective of the circumstances.<br />

Withdrawn Bids will be returned unopened to the Bidders.<br />

7.16 PRELIMINARY EXAMINATION<br />

7.16.1 Before starting evaluation, the Bids will be examined to determine whether they<br />

are complete, whether any computational errors have been made, whether required<br />

sureties have been furnished, whether the documents have been properly signed, and<br />

whether the Bids are generally in order.<br />

7.16.2 The concerned Committee set up for evaluation of Bids, may waive any minor<br />

infirmity or non-conformity or irregularity in a Bid which does not constitute a material<br />

102


deviation, provided such a waiver does not prejudice or affect the relative ranking of<br />

any Bidder.<br />

7.16.3 Prior to the detailed evaluation, pursuant to Clause 7.17, the concerned<br />

Committee will determine the substantial responsiveness of each Bid to the bidding<br />

documents. For purpose of these Clauses, a substantially responsive Bid is one,<br />

which conforms to all the terms and conditions of the bid documents without material<br />

deviations.<br />

7.16.4 If the concerned Committee determines that a Bid is materially deviating from<br />

the prescribed terms and conditions, then the matter shall be referred to the<br />

Competent Authority, who shall decide whether the deviations of the Bid are material<br />

or not. Decision of the Competent Authority regarding this shall be final and binding.<br />

7.16.5 The Committee’s determination of a Bid's responsiveness is to be based on the<br />

contents of the Bid itself without recourse to extrinsic evidence.<br />

7.16.6 If a Technical Bid is determined as not substantially responsive, the Competent<br />

Authority will reject it and in such a case Commercial Bid will not be opened.<br />

7.16.7 Bid Presentations: The committee may invite each Bidder to make a presentation<br />

to the Competent Authority at a date, time and location decided by the Competent<br />

Authority. The purpose of such presentations would be to allow the Bidders to present<br />

their proposed solutions to the committee and the key points in their Bids.<br />

7.17 Evaluation and Comparison of Bids<br />

Criteria for Evaluation and Comparison of Pre qualification Bids<br />

A three-stage procedure will be adopted for evaluation of proposals, with the pre<br />

qualification being completed before the technical evaluation and thereafter-financial<br />

proposals being opened and compared.<br />

A consortium of companies duly backed up by an Agreement (to be submitted along with<br />

Pre-Qualification bid) is also eligible to participate subject to the following two conditions<br />

and satisfaction of the Tender Evaluation Committee during the evaluation of the tender.<br />

In the event of consortium being unacceptable to the competent authority, the Prime<br />

Bidder may be given an option of going on its own:<br />

• The lead partner of this consortium shall be liable for adherence to all provisions of<br />

this Agreement.<br />

• The consortium will draw upon human, technical and other resources of all the<br />

members during implementation and maintenance of the <strong>MPED</strong> Project. The<br />

Technical Bid shall include exact details in this regard, so that a consortium is not<br />

artificially created only to improve the score in Technical Bid.<br />

103


The Pre Qualification proposal will be evaluated using the following checklist<br />

S.NO. Pre- Qualification Criteria Required<br />

Details<br />

1 Company Registration Number under the Indian Attach MOU<br />

Companies Act 1956 – Attested Copy of and Articles of<br />

Certificate of Incorporation. The bidder must Associations<br />

provide details of incorporation details of the<br />

company.<br />

2 The Prime Bidder should have annual turnover of Audited<br />

min. Rs 100 Crores for the preceding last three Balance Sheet<br />

financial years (from similar activities) i.e. for year<br />

2005-06, 2006-07 and 2007-08. For the year<br />

2007-08, the CA certified Balance Sheet will be<br />

acceptable<br />

3. The Prime Bidder should have average net worth CA certificate<br />

of Rs. 10 Cr. for last three financial years should be<br />

enclosed<br />

4 OEM Authorization ∗ Authorization<br />

letter from<br />

OEM (Bidder<br />

should submit<br />

an undertaking<br />

from OEM(s)<br />

that bidder<br />

should deliver<br />

the scope of<br />

services as<br />

mentioned in<br />

this document<br />

for the required<br />

duration that is<br />

6 years)<br />

5 The annual turnover (in terms of sales of Please attach<br />

hardware) of the OEM (average figure for the last OEM turnover<br />

two years) whose Servers, workstations, UPS, certificates<br />

Relevant<br />

Page No<br />

∗ OEM Authorisation – All OEM authorizations shall be given along with Technical Bid and any<br />

OEM authorisations given so far are not being considered. Point no. 4 above shall be considered<br />

as a part of the Technical Bid.<br />

104


S.NO. Pre- Qualification Criteria Required<br />

Generators, AC are sought to be supplied,<br />

should be at least Rs. 1000 Crores, Rs. 500<br />

Crores, Rs. 100 Crores and Rs. 100 Crores<br />

respectively (for Servers, Workstations, UPS, AC<br />

and rest of items). In case of active components,<br />

minimum installation base as indicated in the<br />

declaration should be met.<br />

6 The Prime Bidder should have ISO 9001:2000<br />

certificates or any other equivalent or better<br />

quality certification<br />

7 The Prime Bidder should have local presence in<br />

<strong>State</strong> of <strong>Madhya</strong> <strong>Pradesh</strong> (before signing of<br />

Agreement in the event of being awarded the<br />

Contract)<br />

8 The Prime Bidder should have experience in<br />

implementing Similar Projects (Data Centre<br />

setup, Installation and maintenance) and should<br />

have implemented during the last three years:<br />

o One project (including 20 servers and 225<br />

WAN nodes) or,<br />

o Two projects (including 15 servers and 150<br />

WAN nodes) or,<br />

o Three projects (including 10 server and 75<br />

WAN nodes) each.<br />

9 The Prime Bidder should have Experience in<br />

System Integration, Network Service & Operation<br />

& Maintenance for the last 5 years.<br />

10 The Prime bidder should not be blacklisted with<br />

any <strong>State</strong> Government or Central Government<br />

11 The Bidder should have deposited the cost of<br />

12<br />

Tender Document<br />

The Bidder must have a full functioning office &<br />

logistic/service Centre for spares replacement<br />

and a Service Centre in MP.<br />

Proof of Office / Service Centre in / Undertaking<br />

by OEM to open its office / service Centre in if<br />

not already there<br />

Attach<br />

Details<br />

certificates<br />

Provide<br />

undertaking by<br />

Prime Bidder<br />

Attach<br />

experience<br />

certificates<br />

from<br />

the<br />

client(s) along<br />

with purchase<br />

order.<br />

Attach relevant<br />

proof<br />

Submit<br />

undertaking.<br />

Yes/ No<br />

an<br />

Relevant<br />

Page No<br />

105


S.NO. Pre- Qualification Criteria Required<br />

13<br />

The prime bidder must give acceptance that he<br />

will open a nodal office in MP & all the billing will<br />

be processed against MP CST number.<br />

Details<br />

Relevant<br />

Page No<br />

Consortium Criteria:<br />

• In case of consortium the prime bidder must be specified.<br />

• The prime bidder cannot be a partner in more than one consortium.<br />

• In case of a consortium, applicant consortia shall have a valid Memorandum of<br />

Understanding (MoU)/ agreement (duly registered) among all the members<br />

signed by the Chief Executives/ Authorized Signatories of the companies dated<br />

prior to the submission of the bid. The MoU/ agreement shall clearly specify the<br />

stake of each member and outline the roles and responsibilities of each member.<br />

The MoU/agreement shall be exclusively for this project and shall be responsible<br />

in case of failure by any member.<br />

• If the bidder (All members of consortium) is a national bidder it should be<br />

registered under the Indian Companies Act, 1956. Partnership and Proprietor<br />

firm are not allowed.<br />

• The bidder (Each member of the Consortium) shall have company registration<br />

certificate, registration under labour laws & contract act, valid sales tax<br />

registration certificate, valid Service tax registration certificate and Permanent<br />

Account Number (PAN) issued by income Tax department. (Copy of each<br />

registration should be provided).<br />

• Attested copy of the company’s annual report has to be attached along with the<br />

bid. Bidder should submit an undertaking that Bidder (or any member of the<br />

consortium) is as a company/consortium and quoted products are not Black -<br />

listed by any Government department/agency in India.<br />

106


Criteria for Evaluation and Comparison of Technical Bids<br />

The technical proposal will be evaluated using the following criteria:<br />

Attribute (s)<br />

Category Criteria Breakdown Points<br />

Points<br />

A. Organizational Capability- 45<br />

A1 WAN Expertise 10<br />

A1.1 Value of WAN projects 5 There will be one mark<br />

implemented or under<br />

for one project of<br />

implementation (supply,<br />

minimum 25 crores.<br />

implementation<br />

and<br />

More than 5 projects will<br />

maintenance)<br />

be given maximum 5<br />

marks<br />

A1.2 WAN Experience in 5 >10 Years<br />

Number of Years<br />

9-10 Years<br />

7-8 years<br />

5-6 Years<br />

A2: Project Experience and 20<br />

Security<br />

(Experience certificate)<br />

A2.1 Data Centre, and Wide 6 >5 Projects<br />

Area Network Deployment and<br />

5 Projects<br />

Implementation (All Completed<br />

4 Projects<br />

Projects with each having at<br />

3 Projects<br />

least 100 nodes for the last 3<br />

years would be considered).<br />

5<br />

4<br />

3<br />

2<br />

6<br />

5<br />

4<br />

3<br />

A2.2 No of employees on<br />

company payroll<br />

A2.3 No of service centres in<br />

MP<br />

5 >500<br />

400-499<br />

300-399<br />

200-299<br />

100-199<br />

3 >3 Locations<br />

1-3 Locations<br />

5<br />

4<br />

3<br />

2<br />

1<br />

2<br />

1<br />

A2.4 The Bidder having Rs 500<br />

Crores or more average<br />

Turnover in last three years, in<br />

6 >=500<br />

499-400<br />

399-300<br />

6<br />

5<br />

4<br />

107


Attribute (s)<br />

Category<br />

Points<br />

Criteria<br />

System Integration and<br />

299-200<br />

Facilities management services<br />

199-100<br />

A3.1: Experience in dealing 5 >=5years<br />

with BSNL<br />

3-4 yrs<br />

1-2 yrs<br />

A3.2: Experience in dealing 5 >5 projects<br />

with BSNL<br />

4 – 3 projects<br />

1 – 2 projects<br />

A4: Relevant Quality 5 >=3 Certifications<br />

Certifications-<br />

2 Certification<br />

Internationally accepted and<br />

renowned quality certifications<br />

B: Methodology / Process - 10<br />

Breakdown Points<br />

3<br />

2<br />

5<br />

4<br />

3<br />

5<br />

4<br />

3<br />

5<br />

3<br />

B1: Proposed Implementation<br />

Plan including week wise<br />

activities.<br />

B2: Proposed Training<br />

Management Plan and Change<br />

Management Process<br />

C: Hardware/Software and<br />

Tools to be deployed-<br />

C1 Configuration, performance<br />

and Scalability of Hardware<br />

and Software.<br />

C2 Whether Routers &<br />

Switches are from same OEM<br />

C3 Tools for monitoring<br />

compliance with SLA<br />

requirements on a real-time<br />

basis, and interoperable with<br />

the overall solution of <strong>MPED</strong><br />

6<br />

4<br />

25<br />

15 Please refer annexure<br />

for details<br />

3 All the Routers &<br />

Switches from same<br />

OEM<br />

Routers from same<br />

OEM<br />

Switches from same<br />

OEM<br />

3<br />

3<br />

2<br />

1<br />

108


Attribute (s)<br />

Category<br />

Criteria<br />

Breakdown Points<br />

Points<br />

proposed by the bidder.<br />

C4 Helpdesk management tool<br />

capable of managing the entire<br />

<strong>MPED</strong> Facility Management<br />

and fulfilling SLA requirement<br />

D: Facility Management<br />

Experience and Methodology<br />

(WAN Projects with over 100<br />

WAN nodes)<br />

D1 Number of Facility<br />

Management Projects along<br />

with category type (Mission<br />

Critical, WAN, LAN, Security,<br />

Mailing, Internet, 24x7etc )<br />

other than the projects for<br />

which full implementation has<br />

been done and marks have<br />

been awarded in Part A and B<br />

above-<br />

D2 Helpdesk, Incident, Problem<br />

Management Plan<br />

D3 Documentations<br />

Methodologies (including<br />

Report Generation Skills,<br />

Review Process, Version<br />

Control, confidentiality, etc.)<br />

D4 No. Of on going projects<br />

handling at present<br />

D5 Human Resources<br />

Total Resources for providing<br />

Facility Management Services<br />

4<br />

25<br />

7 9-10 Projects<br />

7-8 Projects<br />

5-6 Projects<br />

3-4 Projects<br />

1-2 Projects<br />

3<br />

3<br />

7 >= 7<br />

7<br />

6<br />

5<br />

4<br />

3<br />

2<br />

5<br />

2<br />

7<br />

6<br />

5<br />

4<br />

3<br />

7<br />

6<br />

5<br />

4<br />

3<br />

2<br />

1<br />

109


Attribute (s)<br />

Category<br />

Criteria<br />

Breakdown Points<br />

Points<br />

b. Details of project Team<br />

2<br />

dedicated for this project -<br />

Technical Skill Sets,<br />

Experience in Similar Projects,<br />

Certifications relevant to the<br />

role described<br />

c. CV of Project Manager<br />

1<br />

dedicated for this project<br />

The financial bids of only those bidders who have scored at least 60% marks in<br />

technical bid evaluation process will be considered for financial bid evaluation.<br />

Note: Bidder has to submit sufficient documents to support their claims for<br />

marks.<br />

Opening & Comparison of Financial Bids<br />

Opening of Bids<br />

• The Bid Security of only technically qualified bidders will be opened.<br />

Those technically qualified bidders who have also deposited the Bid<br />

Security shall be termed Substantially Responsive (i.e. eligible and<br />

technically qualified and have also deposited Bid Security). The decision<br />

of the competent authority in this regard shall be final.<br />

• Bids once submitted cannot be amended.<br />

• Bid Comparison: Financial Bids will be opened and compared (after the<br />

technical evaluation is completed) for those Bidders whose technical bids<br />

reach the minimum threshold standards (i.e. 60% marks) and Bid Security<br />

has been deposited. Bid Security shall be opened only after Technical<br />

Evaluation has been completed and just before Financial Bids are to be<br />

opened. The Bidder is required to quote for all the items as mentioned in<br />

the Price Schedule. Therefore any Bid which does not quote for all items<br />

will be determined to be non- responsive and may be rejected. The<br />

ranking of bidders shall be decided on the basis of bid amount & most<br />

economical option will be considered as L1.<br />

Announcement of Financial Bids<br />

The Financial Bids will be opened, in the presence of Bidders’ representatives<br />

who choose to attend the Financial Bid opening on date and time to be<br />

110


communicated to all the technically qualified Bidders. The Bidder’s<br />

representatives who are present shall sign a register evidencing their attendance.<br />

The name of Bidder, Bid Prices, Discount, etc. will be announced at the meeting.<br />

Evaluation of Financial Bids<br />

• The Commercial Bids of the technically qualified bidders will be<br />

evaluated.<br />

• The Evaluation process proposed for Financial Bid will be based on the<br />

most economical option. Most economical option shall be considered as<br />

L1 & awarded as the successful bidder.<br />

• If the price quoted for Item No. 34, i.e. FMS for 5 years is less than 5% of<br />

the lump sum price quoted for Item Nos 1 to 33, than a notional price<br />

equal to 5% of lump sum price of Item No 1 to 33, will be assumed and<br />

this will be taken for Item No. 34 for the purpose of evaluation of Bid. The<br />

Bidder will however be paid the charges for FMS (Item No 34) according<br />

to price quoted by him and not the notional price.<br />

• The <strong>MPED</strong> may finalize the Tender & award the Work without any<br />

negotiations. Therefore, the Bidders are advised to make best<br />

possible quotations in the first instance only.<br />

• If required <strong>MPED</strong> may vary quantity or no of items mentioned or both<br />

from the list of BoM (Specially for items for which item wise rates are<br />

asked separately)<br />

7.18 CONTACTING THE COMPETENT AUTHORITY<br />

7.18.1 Subject to Clause 7.3, no Bidder shall contact on its own, to the Competent<br />

Authority on any matter relating to its Bid, from the time of the Bid opening to the time,<br />

the Contract is awarded.<br />

7.18.2 Any effort on part of the Bidder to influence the Competent Authority or members<br />

of the committee, in its decision on Bid evaluation, Bid comparison or contract award,<br />

may result in rejection of the Bid.<br />

7.19 AWARD OF CONTRACT<br />

A contract will be awarded to the responsive Bidder whose Bid conforms to the<br />

requirements and is, in the opinion of the Competent Authority, the most advantageous<br />

and represents the best value to the computerization project, price and other factors<br />

considered. Evaluations will be based on the Bids, and any additional information<br />

requested by the Competent Authority.<br />

7.20 COMPETENT AUTHORITY'S RIGHT TO VARY ACTIVITIES AT THE TIME OF<br />

AWARD<br />

111


The Competent Authority shall have the right to make any alterations, omissions,<br />

additions or subtractions in items, their quantities along with technical specifications<br />

and/or BoM at the time of award of contract. The Competent Authority will give such<br />

intimation to the successful Bidder, and additional cost/deduction in the Bid prices,<br />

based on the price schedule submitted by him, will be worked out with the Bidder. In<br />

case, the Bidder does not agree for such alterations, the Competent Authority will be free<br />

to award the contract to the next eligible Bidder.<br />

7.21 COMPETENT AUTHORITY'S RIGHT TO ACCEPT OR TO REJECT ANY OR ALL<br />

BIDS<br />

The Competent Authority reserves the right to accept or reject any Bid, and to annul the<br />

Bid process and reject all Bids at any time prior to the award of Contract, without thereby<br />

incurring any liability to the affected Bidder or any obligation to inform the affected Bidder<br />

of the grounds for the Competent Authority's action.<br />

7.22 Notification of Award<br />

Notification to Bidder<br />

Before the expiry of the period of validity of the proposal, the Competent Authority shall<br />

notify the successful Bidder in writing by registered letter or by fax, that its bid has been<br />

accepted. The Bidder shall acknowledge in writing receipt of the notification of award<br />

and will send his acceptance to enter into agreement within seven (7) days.<br />

Notwithstanding anything else contained to the contrary in this Document, the<br />

Competent Authority reserves the right to increase or decrease quantities or even delete<br />

some of the items altogether. The quantities can be altered without any change in the<br />

unit price or other terms and conditions. The competent authority may even vary the<br />

break up of overall quantities of an item in view of techno-commercial reasons. The<br />

variation in the quantity of award shall be notified at the time of placing the order.<br />

7.23 Signing of Contract<br />

7.23.1 The notification of the award<br />

The notification of the award shall constitute signing of the contract/agreement.<br />

However, the Competent Authority may negotiate certain terms with successful<br />

Bidder before signing of the contract/agreement. The signing of agreement will<br />

amount to award of contract and bidder will initiate the execution of the work as<br />

specified in the contract/agreement.<br />

7.23.2 Discharge of Bid Security<br />

Upon the successful signing of the agreement, competent authority shall<br />

promptly request the Bidder to provide performance security. On receipt of the<br />

performance security, the bid security will be released.<br />

112


7.23.3 Expenses for the Contract<br />

The incidental expenses of execution of agreement / contract shall be borne by<br />

the successful bidder.<br />

7.23.4 Failure to abide by the Agreement<br />

The conditions stipulated in the agreement shall be strictly adhered to and<br />

violation of any of these conditions will entail termination of the contract without<br />

prejudice to the rights of the competent authority with such penalties as specified<br />

in the Bidding document and the agreement.<br />

7.23.5 Signing of Service Level Agreement (SLA)<br />

An SLA will be executed by the vendor & the Competent Authority in the<br />

prescribed format for the services under this contract,<br />

7.24 PERFORMANCE SECURITY<br />

7.24.1 Within 21 days of the System Integration Bidder’s receipt of notification of award,<br />

the Bidder shall furnish performance security equal to ten percent (10%) of contract<br />

value, valid up to 60 days after the date of completion of the Computerization project<br />

including 5-year warranty period.<br />

7.24.2 The proceeds of the performance security shall be payable to the Competent<br />

Authority as compensation for any loss (es) resulting from the failure of the System<br />

Integration Bidder to meet out its obligations under the Contract.<br />

The Performance Security shall be denominated in Indian Rupees and shall be in the<br />

form of Bank Draft, issued by a Nationalized/Scheduled Bank, located in India. Such<br />

Performance Security will be valid only after its realization into Government account.<br />

Alternatively, the System Integration Bidder may also deposit this security in the form of<br />

Bank Guarantee of a Nationalized/Scheduled Bank, in the format as prescribed by the<br />

Competent Authority, which is valid for the entire period as mentioned in Clause 7.24.1<br />

above and pledged in favour of the Competent Authority.<br />

The Performance Security will be discharged by the Competent Authority and returned<br />

to the Bidder not later than 60 days following the date of completion of the Bidder's<br />

performance obligations, as mentioned in the bid document.<br />

In the event of any contract amendment, the Bidder shall, within 21 days of receipt of<br />

such an amendment furnish the amended performance security, rendering the same<br />

valid for duration of the contract as amended and for further period of 60 days thereafter.<br />

7.25 CORRUPT OR FRAUDULENT PRACTICES<br />

7.25.1 The Competent Authority requires that Bidders observe the highest standard of<br />

ethics during the performance and execution of this contract.<br />

113


For this purpose the following definitions of unethical behavior will be assumed.<br />

(i)"Corrupt practice" means offering, giving, receiving or soliciting of any thing in<br />

value or favour to influence the action of a public official in the procurement process<br />

or in contract executions, and<br />

(ii)"Fraudulent practice" means a mis-representation of facts in order to influence<br />

procurement process or the execution of a contract to the detriment of the interests<br />

of the department, and include collusive practice amongst Bidder's (prior to or after<br />

Bid submission) designed to establish Bid prices at artificial non-competitive levels<br />

and to deprive the department of the benefits of free and open competition.<br />

7.25.2 In case of any Bidder being found to be indulging in unethical practices and<br />

declared so by the competent authority, the competent authority;<br />

(a) Will reject the proposal for award,<br />

(b) Will declare the firm ineligible, either indefinitely or for a stated period<br />

of time, for bidding in future works.<br />

7.26 Deleted<br />

7.27 Standards of performance<br />

7.27.1 Service Window<br />

<strong>MPED</strong> Network has to be made available 24 x 365. The service window for <strong>MPED</strong><br />

Network Availability shall be as per the Service window defined in table below:<br />

Duration Week Days Timing Details<br />

PBH Monday to Saturday 0900 Hrs to 2100 Hrs<br />

ESH Monday to Saturday<br />

0000 Hrs to 0900 Hrs &<br />

2100 Hrs to 2359 Hrs<br />

Sunday<br />

0000 Hrs to 2359 Hrs<br />

7.27.2 Network Management<br />

7.27.2.1 Network Availability:<br />

The required Network Availability Levels for <strong>MPED</strong> are:<br />

Components Availability Target (%) PBH Availability Targets (%) ESH<br />

For all offices/Locations 99.5 97<br />

Network availability will be calculated for each network segment individually.<br />

114


For network, target Network availability is (for segments which are implemented<br />

through the Bidder):<br />

Components Availability Target (%)<br />

PBH<br />

At <strong>MPED</strong> HO 99.5<br />

At other Offices 99<br />

7.27.2.2 Internet Availability<br />

The required Internet Availability Levels for <strong>MPED</strong> are:<br />

Components Availability Target (%) PBH Availability Targets (%)<br />

ESH<br />

Internet Availability 98 95<br />

Internet availability will be calculated for Overall Internet accessibility.<br />

7.27.2.3 Firewall Availability<br />

The required Firewall Availability Levels for <strong>MPED</strong> are:<br />

Components Availability Target (%)<br />

Firewall – Intranet & Intranet 99.9<br />

7.27.2.4 IPS Availability<br />

The required IPS Availability Levels for <strong>MPED</strong> are:<br />

Components Availability Target (%)<br />

IPS – Inbound & Outbound 99.9<br />

7.27.2.5 Facility Management<br />

Severity and Criticality Matrix with Response and Resolution Service Levels<br />

Severity Description<br />

One Core Router at O<strong>MPED</strong> DC and its network modules,<br />

<strong>Routing</strong> engines/ processor of core router<br />

Ethernet module of Core Routers<br />

Power supplies of core router (Both)<br />

Firewalls, Firewall Modules<br />

Intrusion Protection System<br />

Anti-Virus Server<br />

Web Server<br />

115


Severity Description<br />

Database Server<br />

Mail Server<br />

Proxy Server<br />

LAN Switch connecting to Core router at <strong>State</strong> <strong>MPED</strong><br />

Internet Routers & Internet link<br />

Cables of above listed equipments etc.<br />

Priority Users like the Hon’ble PS, Commissioner and other senior<br />

officials.<br />

Two Distribution Routers at Divisions and network modules installed on it.<br />

<strong>Routing</strong> engines of Divisions Routers,<br />

In-built power supplies of Divisions Routers,<br />

Modem, LAN switches at Division<br />

Passive cables connecting the above equipments etc<br />

Three Modem, Leased Lines connecting <strong>MPED</strong> to Divisional <strong>Excise</strong> Office<br />

Division Routers and Network Modules installed on it.<br />

LAN switches at Division offices<br />

Lease line connecting various offices<br />

Passive cable component connecting the above equipments etc.<br />

Four A functional query or fault that has no business impact for the<br />

organization<br />

7.27.3 Complaint Response and Resolution Service Levels<br />

This table defines the response time frames for each support tier based on problem<br />

severity. The time frames defined are exclusive of traveling time.<br />

MTTA – Mean time to Act/Attend, MTTR – Mean Time to Resolve.<br />

Co<br />

mp<br />

one<br />

nts<br />

Servi<br />

ce<br />

Wind<br />

ow<br />

Severity 1 Severity 2 Severity 3 Severity 4<br />

Target Target Target Target Target Target<br />

MTTA MTTR MTTA MTTR MTTA MTTR<br />

Target Target<br />

MTTA MTTR<br />

A<br />

B<br />

PBH ¼ Hr 1 Hr ½ Hr 2 hrs 1 Hr 4 hrs 2 hrs 10hrs<br />

ESH ½ Hr 2 Hrs 1 Hr 4 hrs 2 Hrs 8 hrs NBD NBD<br />

PBH ¼ Hr 1 Hrs ½ Hr 2 hrs 2 Hrs 6 Hrs 4 hrs 10hrs<br />

ESH ½ Hr 2 Hrs 2 Hrs 4 hrs NBD ¤ NBD NBD NBD<br />

¤ NBD – Next Business Day<br />

116


Components <br />

A<br />

B<br />

Hardware, software systems at <strong>MPED</strong> DC ((including Modems, LAN, WAN<br />

connectivity, etc.)<br />

Hardware, software systems At all <strong>MPED</strong> Offices (including Modems, LAN, WAN<br />

connectivity, etc.)<br />

The above matrix for response and resolution service levels will be<br />

subject to the following terms and conditions<br />

(i) Firstly all the indicators are measured/ calculated every month;<br />

thereafter consolidation will be done for each Quarter.<br />

(ii) Support Calls also include the calls that require escalation to<br />

vendors like hardware call, application related calls.<br />

(iii) The Vendor will have to resolve 98% of calls within defined time<br />

limits. This will be the criterion of FM Performance. However,<br />

repeated calls (more than 4 in a quarter) of similar nature shall<br />

attract penalty for downtime at the same location.<br />

(iv) Breached time lines shall be treated as downtime.<br />

7.27.4 Terms and Conditions<br />

7.27.4.1 Network Availability<br />

(ii)<br />

(iii)<br />

(iv)<br />

(v)<br />

(vi)<br />

Network Availability is defined as end-to-end connectivity and<br />

accessibility on the network.<br />

In case of Leased Line/WAN Link Management, a trouble ticket<br />

will be generated after logging a call with Bandwidth Provider;<br />

and Vendor for the same will do follow up, to make it restored at<br />

the earliest.<br />

A complaint No.will be generated when a complaint is lodged.<br />

This call logging shall also be automated through E-mail /<br />

Telephone. Time is recorded from that point onwards till the point<br />

the complaint is resolved or The Competent Authority confirm,<br />

whichever is earlier.<br />

If the problem is pertaining to network, then this duration will be<br />

treated as outage. Overall Link outage owing to problems related<br />

to last mile connectivity would also be attributable to Vendor.<br />

Scheduled and Preventive Maintenance should be planned only<br />

on Non-business hours or Sundays or Holidays. Scheduled and<br />

117


(vii)<br />

(viii)<br />

(ix)<br />

Preventive Maintenance anytime during Service Hours will be<br />

considered unavailability of service.<br />

Scheduled and Preventive Maintenance by Vendor for the<br />

Network shall not exceed 24 hours in a quarter subject to a<br />

maximum of 180 minute at a stretch. This will not be applicable<br />

for the first 21 days after commissioning of the link.<br />

For Scheduled and Preventive Maintenance by Vendor for the<br />

Hardware /or Software /or Active /or Passive shall be done with<br />

written prior intimation to the Competent Authority at least 72<br />

hours in advance.<br />

Network Link and Network Availability shall not be considered<br />

unavailable for reasons attributable to failure of applications,<br />

equipment, or facilities that are:<br />

i. Acts of omissions or commission of The Competent<br />

Authority, or any use or user of the Service by The<br />

Competent Authority which are unauthorized under this<br />

Agreement, or<br />

ii. Force Majeure events as defined hereafter.<br />

7.27.4.2 Network Management Services<br />

(iv)<br />

(v)<br />

Fault Management<br />

a. Identifying Network, System, Server faults and getting<br />

them resolved.<br />

b. Provide Managed Service using an EMS (Enterprise<br />

Management Software) for networking monitoring along<br />

with an application traffic management system that<br />

monitors, controls, and accelerates application<br />

performance over the WAN Internet.<br />

WAN Management<br />

a. Generate trouble ticket using Helpdesk tool after logging a call<br />

with Lease Line/WAN Link Provider and follow up the same.<br />

b. MIS report will be submitted by the Vendor on monthly basis<br />

and as and when requested by the Competent Authority.<br />

c. Maintain an up-to-date comprehensive overall and individual<br />

network topology and lay-out, network and Security<br />

infrastructure configurations, Hardware and Software<br />

inventory, <strong>MPED</strong> Data Back-up and restore procedure with<br />

policy, Core Services Setup, Password policy documentation<br />

in Soft and Hard copies.<br />

118


(vi)<br />

d. The Vendor should have a well-defined and documented<br />

procedure for change management.<br />

Overall Management<br />

a. Managing and ensuring the services availability include mail,<br />

proxy, DNS, Anti-virus, Database, Web services at optimum<br />

level for <strong>MPED</strong> users.<br />

b. Managing and operating all the Network Devices, Security<br />

components (and server) Hardware and Operating System<br />

related issues.<br />

c. Ensure availability and optimum utilization of all Networking,<br />

Security components and Server devices.<br />

d. Patch and Up-gradation of Operating System, Firmware,<br />

Signatures, application and necessary patches for all network,<br />

Security and Server devices to ensure smooth operability and<br />

availability of required services.<br />

e. Ensure Confidentiality, integrity and availability of <strong>MPED</strong> Data<br />

with use of Suitable technologies, Process and best practices.<br />

f. Managing the Database and Web server to ensure highavailability.<br />

g. Creation, omission and modification of administrative users<br />

required for managing <strong>MPED</strong> components.<br />

h. Maintaining and managing all the administrative passwords of<br />

<strong>MPED</strong> components. (This will be done in consultation with the<br />

Comepetent Authority).<br />

i. Creation, omission and modification of end-user’s Id and<br />

password for his day-to-day operations and job profile. This<br />

will include but not limited to:<br />

o Domain<br />

o Proxy<br />

o Internet<br />

o Database server<br />

o Web Server<br />

o Local (host) Machine<br />

7.27.5 Service Delivery<br />

Bidder shall provide the Services from the Operational Service Date. The<br />

Operational Service Date for commencement of Services for the locations of<br />

the <strong>MPED</strong> shall be mutually agreed between the parties in writing and the roll<br />

out schedule for such multi locations can be appended. In case, Services are<br />

not provided from the agreed Operational Service Date for various phases, it<br />

119


will be treated as delay in delivery and shall be penalized @ 2% of the gross<br />

bid value per week for that phase by competent authority for delay (subject to<br />

a maximum of 20%).<br />

7.27.6 Relevant Terms of Penalties.<br />

QMC*<br />

HPQ<br />

<strong>MPED</strong><br />

PCD<br />

PND<br />

PNT<br />

PID<br />

Quarterly Maintenance Charges<br />

Hours per Quarter<br />

Head Office<br />

Parameter Core Downtime<br />

Parameter Network Downtime – Divisional<br />

Parameter Network Downtime – Rest of Offices<br />

Parameter Internet Downtime<br />

*QMC = ¼ of annual charges for FMS for that year + 0.75 % of Lump sum amount of the contract<br />

7.27.7 Network Availability:<br />

7.27.7.1 <strong>MPED</strong> Headquarters Penalty Chart<br />

Network Availability will be calculated for <strong>MPED</strong> Headquarters (<strong>Excise</strong><br />

Commissioner Office, Gwalior) as per the table below:<br />

Availability (in %) Parameter Penalty<br />

>=99.5 -/- -/-<br />

99 PCD1 3.75% of QMC «<br />

98.5 PCD2 7.5% of QMC<br />

98 PCD3 11.25% of QMC<br />

97.5 PCD4 15% of QMC<br />

97 PCD5 25% of QMC<br />


7.27.7.3 <strong>MPED</strong> to other offices Network Penalty Chart<br />

Availability (%) Penalty Parameter (PBH) Penalty Parameter (ESH)<br />

>=99.5 -/- -/-<br />

99 PND1 -/-<br />

98.5 PND1 -/-<br />

98 PND2 PND1<br />

97.5 PND2 PND1<br />

97 PND2 PND2<br />

96.5 PND3 PND2<br />

96 PND3 PND2<br />

95.5 PND3 PND3<br />

95 PND4 PND3<br />

94.5 PND4 PND3<br />

94 PND4 PND4<br />

93.5 PND5<br />

PND4<br />

93 PND4<br />

92.5<br />

PND5<br />


In similar fashion, Penalty for the entire Division network required to be calculated and<br />

added.<br />

N 2 = (PND p + PND e) /2<br />

N 3 = (PND p + PND e) /2<br />

*<br />

N x = (PND p + PND e) /2<br />

STEP 2<br />

Thus Overall Penalty for Network Availability for Division level is:<br />

(P NAD ) = (N 1 + N 2 + …. N x) / No. of locations<br />

7.27.8 Network delay<br />

(Durations are considered both for PBH and ESH)<br />

Segment Max. Target HPQ Penalty<br />

<strong>MPED</strong> – other > 90 >= 2 and < 5 1% of QMC<br />

<strong>Excise</strong> office milliseconds >= 5 and < 15 2 % of QMC<br />

>= 15 5 % of QMC<br />

Network delay Penalty Calculations:<br />

STEP 1<br />

Network delay is calculated individually as per the above tables.<br />

Network delay of a Network N 1 (between <strong>MPED</strong>-divisional offices) should have<br />

maximum target as 90 milliseconds.<br />

STEP 2<br />

Thus Overall Penalty for <strong>MPED</strong> Network Performance<br />

(P ND ) = (N 1 + N 2 + …. N x) / No of locations<br />

7.27.9 Internet Services<br />

PBH<br />

ESH<br />

Parameter Availability (%) Parameter<br />

-/- >=98 -/-<br />

PID1 97.5 -/-<br />

PID1 97 -/-<br />

PID2 96.5 PID1<br />

PID2 96 PID1<br />

PID2 95.5 PID2<br />

122


PBH<br />

ESH<br />

PID3 95 PID2<br />

PID3 94.5 PID2<br />

PID3 94 PID3<br />

PID4 93.5 PID3<br />

PID4 93 PID3<br />

PID4 92.5 PID4<br />

PID5 >92.5 PID5<br />

Parameter<br />

PID1<br />

PID2<br />

PID3<br />

PID4<br />

PID5<br />

Penalty<br />

1.25 % of QMC<br />

2.5 % of QMC<br />

5 % of QMC<br />

12.5 % of QMC<br />

20% of QMC<br />

Internet Service Availability Penalty Calculations:<br />

STEP 1<br />

Penalty of Internet Services N IN is sum of actual PID P (for PBH) and PID E (for ESH)<br />

respectively as per availability.<br />

N IN =(PID P + PID E) /2<br />

STEP 2<br />

Thus Overall Penalty for <strong>MPED</strong> Internet Service Availability<br />

(P IN ) = N IN<br />

7.27.10 Firewall Availability<br />

Firewall availability shall be calculated as equivalent to P SLC .<br />

7.27.11 Intrusion Prevention System (IPS) Availability<br />

IPS availability shall be calculated as equivalent to P SLC .<br />

7.27.12 Facility Management Performance<br />

FM Performance *<br />

Penalty<br />

>=96% to


FM Performance * Penalty<br />

>=94% to =90% to


(iii)<br />

(iv)<br />

(v)<br />

complete repairs to its network to enable the Competent Authority to use<br />

the Services. All such requests and service calls shall necessarily be<br />

logged in Helpdesk system (either verbal or through internet or in writing)<br />

and trouble tickets are generated for the same.<br />

In case of major breakdown in network and services, which requires<br />

immediate attention; Vendor will inform the Competent Authority<br />

immediately, about the problem, the Plan of Action and the expected<br />

time for service resumption. The Vendor shall inform the Competent<br />

Authority every 30 minutes till the problem is resolved and service is<br />

restored. However, the Vendor is required to provide the Root-Cause<br />

Analysis Report within 24 hours of service resumption.<br />

Vendor will provide the Competent Authority with the Monthly report in<br />

respect of downtime.<br />

The Vendor should have to replace/repair the Hardware / Software or<br />

active / passive components those are faulty (partially or complete)<br />

within maximum three days time.<br />

7.27.15 Migration to IP version 6 (IPv6)<br />

(i)<br />

(ii)<br />

(iii)<br />

(iv)<br />

During the entire project cycle, Vendor can be asked to migrate to IP<br />

version 6, from IP version 4 (which is de facto standard on present date).<br />

This activity will be carried out on the request of <strong>MPED</strong> during any time<br />

of the project cycle.<br />

Vendor has to prepare project plan for this migration activity, and provide<br />

complete support to <strong>MPED</strong>/DoIT for the smooth transition from IPv4 to<br />

IPv6, whenever desired.<br />

All expenses or cost for this migration will be borne by Vendor.<br />

This migration will be done for all Hardware/Software provided by Vendor<br />

supplied during the project. All the required activities, for this IP<br />

migration, shall include addition, deletion, up gradation, change in<br />

hardware/ software of supplied items.<br />

7.28 INTELLECTUAL PROPERTY RIGHTS<br />

7.28.1 The Vendor will ensure that there is no violation of intellectual property rights, in<br />

any form, during execution of this project.<br />

7.28.2 The Vendor shall indemnify the Competent Authority from all actions, costs,<br />

claims, demands, expenses & liabilities, whatsoever, resulting from any actual or alleged<br />

infringement as aforesaid and at the expenses of the Vendor the <strong>State</strong><br />

Government/Competent Authority shall be defended in the defense of any proceedings<br />

that may be brought in that connection.<br />

125


7.29 APPLICABLE LAW<br />

The contract shall be interpreted in accordance with the laws of the Govt. of India and<br />

the Government of <strong>Madhya</strong> <strong>Pradesh</strong><br />

7.30 INSPECTIONS AND TESTS<br />

The Competent Authority shall have the right to inspect the work or get it inspected by<br />

his agent or any authorized officer at any stage during the contract period.<br />

Pre-delivery inspection and testing must be done on the bidder site.<br />

All cost occurred for PDI/testing will be borne by the bidder.<br />

7.31 GOVERNING LANGUAGE<br />

The contract shall be written in English language. Subject to Clause 7.5 of Language of<br />

Bid, English version of the Contract shall govern its interpretation. All correspondences<br />

and other documents pertaining to the contract, which are exchanged between the<br />

parties, shall be written in the English language.<br />

7.32 COMPLETION OF PROJECT<br />

Notwithstanding anything contained in the Bid Document, the Project shall be deemed to<br />

be completed only after each of the following Deliverables is handed over to the<br />

Competent Authority:<br />

a. Successful commissioning of the systems in all DEOs, CL Warehouses, FL<br />

Warehouses, Office of The Commissioner, and related offices and locations<br />

mentioned in Annexure 1.Commissioning will be considered complete only when<br />

the Competent Authority issues a certificate to that effect after satisfied with the<br />

trouble free running of the Total System for at least 60 days after “Go-Live”.<br />

(List of all locations is attached at Annexure 1)<br />

The commissioning will be considered to be complete, if the System successfully<br />

runs at over 90% of the locations mentioned in the list given as Annexure 1.<br />

b. Provide user training/retraining (if required) at all levels and prepare and issue<br />

supporting User Manuals, Troubleshooting Manual and Setup Reference Manual.<br />

c. Any other deliverables as required by the Competent Authority for ensuring<br />

completion of the project.<br />

d. Security plan in conformity with ISO 27001.<br />

e. Network should have compliance with the security standard of ISMS 27001<br />

7.33 CLAIMS FOR COMPENSATION FOR SUBMISSION OF BID<br />

The Bidder whose Bid is not accepted shall not be entitled to any claim incidental to or<br />

incurred by him through or in connection with his submission of Bid or its consideration<br />

126


y the competent authority or in the event of <strong>State</strong> Government or The Competent<br />

Authority opting to modify / withdraw the invitation to Bid or not to accept any of the<br />

Bid(s).<br />

7.34 CHANGE ORDERS<br />

If the Competent Authority requires that any activity/activities, which is not provided for<br />

under the "Scope of work” in the Bid document and the competent authority is convinced<br />

that the same can’t be considered to be deemed to be covered under the scope of work<br />

as mentioned in the Bid document, need to be supplied, then the Competent Authority<br />

may ask the Bidder to work out the requirement of effect for the same. The Competent<br />

Authority after assessing the quantum of work will determine the requirements. If the<br />

System Integration Bidder agrees with the decision of the Competent Authority, he will<br />

proceed to execute the work. The payment will be made for such deployment on the<br />

basis of rates quoted in the Price Schedule (Annexure 13 and 14) of the Bid document.<br />

The total value of such additional work will be limited to 20% of total value of the contract<br />

value.<br />

7.35 ASSIGNMENT<br />

The Vendor shall not assign to any other Vendor, in whole or in part, its obligations to<br />

perform under the Contract, except with the Competent Authority's prior written consent.<br />

7.36 TERMINATION FOR DEFAULT<br />

7.36.1 The Competent Authority after consultation with the <strong>State</strong> Government may,<br />

without prejudice to any other course of action, for breach of contract, by written notice<br />

of 30 days to the Vendor, terminate the agreement in whole or in part, if:<br />

The Vendor fails to perform any or all of the obligations within the time period(s)<br />

specified in the agreement or any extension thereof granted, by the Competent<br />

Authority.<br />

The quality of the delivery of various tasks is not up to the satisfaction of the Competent<br />

Authority.<br />

The Vendor fails to perform any other obligation under the agreement.<br />

In the event of the Competent Authority terminating the contract in whole or in part,<br />

pursuant to clause 7.36.1 above, the Competent Authority may procure at Vendor’s risk<br />

and cost upon such terms and in such a manner as it deems appropriate, items or<br />

services similar to those remaining undelivered. The Vendor shall be liable to pay for any<br />

excess costs incurred by the Competent Authority for such procurement at his risk and<br />

cost. However, the Vendor shall continue with the performance of the contract to the<br />

extent not terminated.<br />

7.36.2 The Vendor shall stop the performance of the contract from the effective date of<br />

termination and hand over all the reports studies etc. to the Competent Authority for<br />

which payment has been made. The Vendor may withdraw items, for which payment has<br />

127


not been made. No consequential damages shall be payable to the Vendor in the event<br />

of termination.<br />

7.36.3 In case of termination of contract as mentioned in Clause 7.36.1 above, all Bank<br />

Drafts/ FDR's furnished by the System Integration Vendor by way of Performance<br />

Security shall stand forfeited.<br />

7.37 TERMINATION FOR CONVENIENCE<br />

7.37.1 The Competent Authority, by written notice sent to the Vendor, may terminate the<br />

contract, in whole or in part thereof, at any time for its convenience. The notice of<br />

termination shall specify that termination is for the Competent Authority’s convenience<br />

and also the extent to which performance of the Vendor under the contract is terminated,<br />

and the date on which such termination becomes effective.<br />

7.37.2 The Competent Authority shall accept the items/services, which are completed<br />

and ready for delivery within 30 days after the Vendor’s receipt of notice of termination,<br />

at the contract terms and values. For the remaining items/services, the Competent<br />

Authority may elect:<br />

-To have any portion completed and delivered at the contract terms and values; and /or<br />

-To cancel the remaining part of the work and pay to the Vendor an agreed amount<br />

for partially completed items/services.<br />

7.37.3 No consequential damages will be payable to the Vendor in the event of such<br />

termination.<br />

7.38 TERMINATION FOR INSOLVENCY<br />

The Competent Authority may at any time terminate the contract by giving notice to the<br />

Vendor, if the Vendor becomes bankrupt or otherwise insolvent. In this event,<br />

termination will be without compensation to the Vendor, provided that such termination<br />

will not prejudice or affect any right of action or remedy, which has accrued or will accrue<br />

thereafter to the Competent Authority.<br />

7.39 VENDOR PERSONNEL<br />

The Vendor shall employ and provide such qualified and experienced personnels as<br />

may be required to perform the services under the agreement. The Vendor shall have an<br />

Office at Gwalior. The Office at Gwalior will be treated as the local support office of the<br />

Vendor.<br />

7.40 DATA PROTECTION<br />

a. In the course of providing the Services the Vendor may be compiling, processing and<br />

storing proprietary data relating to the users.<br />

128


. The Vendor is responsible for complying with its respective obligations under the<br />

applicable data protection laws and regulations governing the proprietary Data.<br />

c. The Vendor is required to follow the best practices for the data security regarding all<br />

the data made available to them.<br />

d. The Vendor shall not transfer any Data unless otherwise authorized by The<br />

Competent Authority in this regard.<br />

7.41 CONFIDENTIALITY<br />

a. The Competent Authority may permit the Vendor to come into possession of<br />

confidential public records as per the needs of the project and the Vendor shall maintain<br />

the highest level of secrecy, confidentiality and privacy with regard thereto.<br />

b. Additionally, the Vendor shall keep confidential all the details and information with<br />

regard to the Project, including systems, facilities, operations, management and<br />

maintenance of the systems/ facilities, during implementation or after completion of the<br />

project.<br />

c. The Competent Authority shall retain all rights to prevent, stop and if required take the<br />

necessary punitive action against the Vendor regarding any forbidden disclosure.<br />

d. The Vendor shall ensure that all its employees execute individual nondisclosure<br />

agreements, which have been duly approved by the Competent Authority with respect to<br />

this Project.<br />

e. The aforesaid provisions shall not apply to the information:<br />

(i) Already in the public domain;<br />

(ii) Which has been received from a third party who had the right to disclose the<br />

aforesaid information.<br />

(iii) Disclosed to the public due to a court order.<br />

7.42 FORCE MAJEURE<br />

7.42.1 Notwithstanding anything contained in the Bid Document, the Vendor shall not<br />

be liable for forfeiture of security, liquidated damages or termination for default, if and<br />

to the extent that, its delay in performance or other failures to perform its obligations<br />

under the agreement is the result of an event of Force Majeure.<br />

7.42.2 For purposes of this clause “Force Majeure” means an event beyond the control<br />

of the Vendor and not involving the Vendor’s fault or negligence and which was not<br />

foreseeable. Such events may include wars or revolutions, fires, floods, epidemics,<br />

quarantine restrictions and freight embargoes. The decision of the Competent Authority<br />

129


in consultation with the Government of MADHYA PRADESH, regarding Force Majeure<br />

shall be final and binding on the Vendor.<br />

7.42.3 If a Force Majeure situation arises, the Vendor shall promptly notify to the<br />

Competent Authority in writing, of such conditions and the cause thereof. Unless<br />

otherwise directed by the Competent Authority in writing, the Vendor shall continue to<br />

perform its obligations under the agreement as far as reasonably practical, and shall<br />

seek all reasonable alternative means for performance not prevented by the Force<br />

Majeure event. The Competent Authority may after consultation with the Govt. of M.P,<br />

terminate this agreement by giving a written notice of a minimum 30 days to the Vendor,<br />

if as a result of Force Majeure, the Vendor is unable to perform a material portion of the<br />

services for a period of more than 60 days.<br />

7.43 RESOLUTION OF DISPUTES<br />

7.43.1 The Competent Authority and the Vendor shall make every effort to resolve<br />

amicably by direct informal negotiation, any disagreement or dispute that may arise<br />

between them under or in connection with the Contract.<br />

7.43.2 If, after 30 days from the commencement of such informal negotiations, the<br />

Competent Authority and the Vendor are unable to resolve, amicably a contract dispute,<br />

either party may require that the dispute be referred for resolution to the formal<br />

mechanism specified in the Clause 7.43.3 below.<br />

7.43.3 In all matters and disputes arising there under, the MADHYA PRADESH <strong>State</strong><br />

Arbitration Tribunal shall be the sole arbitrator to decide the claim and its decision shall<br />

be final and binding on both the parties. However, during the period of doubt,<br />

disagreement or dispute, both the Vendor and the Competent Authority shall ensure that<br />

the Computerization Project works in a normal way. Such doubts, disputes and<br />

disagreement shall not give any reason or freedom to either the Competent Authority or<br />

the Vendor to interfere in or prevent normal functioning of the Computerization Project.<br />

7.44 LEGAL JURISDICTION<br />

All legal disputes between the parties shall be subject to the jurisdiction of the courts<br />

situated in MP only. In case of arbitration, <strong>Madhya</strong> <strong>Pradesh</strong> <strong>State</strong> Arbitration Tribunal will<br />

act as sole arbitrator.<br />

7.45 TAXES AND DUTIES<br />

The responsibility of obtaining all the necessary statutory clearances lies with the<br />

Vendor. The Vendor shall be solely responsible for all taxes, duties, LICENCE fees,<br />

octroi etc. regarding all the items needed for completion of work assigned to him.<br />

7.46 LOCAL CONDITIONS<br />

7.46.1 The Vendor shall be deemed, to have exhaustively examined the Bid Document,<br />

to obtain all information and clarifications on all matters whatsoever, that might affect the<br />

130


carrying out of the work and to have satisfied himself as to the adequacy of his Bid. He is<br />

deemed to have known the scope, nature and magnitude of the work and as to all work<br />

he has to complete in accordance with the contracts, whatever be the defects, omissions<br />

or errors that may be found in the Bid document.<br />

7.46.2 The bidder/Vendor shall be deemed to have acquainted himself of Government of<br />

India's and Government of <strong>Madhya</strong> <strong>Pradesh</strong> taxes & duties, Laws, statutes, regulations,<br />

levies and other charges.<br />

7.46.3 Any negligence or omission or failure on the part of the Vendor in obtaining<br />

necessary and reliable information as stated above or on any other matter affecting the<br />

Vendor shall not relieve him from any risks or liabilities or the entire responsibility for<br />

completion of the work in accordance with the Bid Document.<br />

7.47 NOTICE<br />

7.47.1 Any notice, request or consent required or permission to be given or made in this<br />

contract shall be in writing. Any such notice/ request shall be deemed to have been<br />

given or made when delivered in person to the authorised representative of the party to<br />

whom the communication is addressed, or sent by registered mail, telegram, and fax to<br />

such party at the address specified below:<br />

In case of the Competent Authority:<br />

The <strong>Excise</strong> Commissioner<br />

<strong>Madhya</strong> <strong>Pradesh</strong> <strong>State</strong> <strong>Excise</strong> Department<br />

Moti Mahal<br />

Gwalior – 474007(MP)<br />

In case of Vendor: (To be filled at the time of signing of the Contract):<br />

_____________________________________________________________________<br />

_____________________________________________________________________<br />

7.47.2 Notice will be deemed to be effective as specified below:<br />

In the case of personal delivery or registered mail -- from the date of delivery.<br />

In the case of telegram -- 72 hours after confirmed transmission.<br />

In the case of fax, e_mail -- 24 hours after confirmed transmission.<br />

7.48 WARRANTY AND MAINTENANCE<br />

a. The successful Bidder shall provide a comprehensive warranty for duration of 60<br />

months, commencing from the date when the system reaches “Go-Live” i.e. “Go-Live” +<br />

60 months.<br />

b. Vendor shall also provide complete maintenance support for all the solution<br />

components as outlined in this Bid for a period of Sixty-Six months from the date of golive.<br />

i.e. “Go-Live” + 60 months.<br />

131


c. During the warranty period, the Vendor warrants that the services rendered under this<br />

contract are of most recent version and incorporates all recent improvements in design<br />

unless provided otherwise in the contract. The Vendor further warrants that the services<br />

rendered under this contract shall have no defects arising from design, materials or<br />

workmanship.<br />

d. The Competent Authority shall promptly notify successful Bidder in writing of any<br />

claims arising under this warranty. Upon receipt of such notice, the Vendor shall, within<br />

the warranty period and with all reasonable speed, repair the defect without costs to the<br />

Competent Authority and within time specified and acceptable to the Competent<br />

Authority.<br />

e. If the successful Bidder, having been notified, fails to remedy the defect(s) within the<br />

period specified in the contract, the Competent Authority may proceed to take such<br />

reasonable remedial action as may be necessary, at the successful Bidder’s risk and<br />

expense and without prejudice to any other rights, which the Competent Authority may<br />

have against the Successful Bidder under the contract.<br />

f. During the comprehensive warranty period, the successful Bidder will provide all<br />

product(s) and documentation updates, patches/ fixes, and version upgrades within 15<br />

days of their availability and should carry out installation and make operational the same<br />

at no additional cost to the Competent Authority.<br />

g. The successful Bidder hereby warrants the Competent Authority that:<br />

i. The implemented solution represents a complete, integrated solution meeting all<br />

the requirements as outlined in the Bid and further amendments if any, and<br />

provides the functionality and performance, as per the terms and conditions<br />

specified in the contract.<br />

ii. The implemented solution will achieve parameters delineated in the technical<br />

specification/ requirement and shall be appropriately integrated to meet<br />

PROJECT requirements.<br />

iii. The successful Bidder undertakes to ensure the maintenance of the acceptance<br />

criterion/standards in respect of the systems during the warranty period.<br />

7.49 DISQUALIFICATION<br />

a. The proposal is liable to be disqualified in the following cases:<br />

i. Bid not submitted in accordance with this document.<br />

ii. During validity of the proposal, or its extended period, if any, the Bidder increases<br />

his quoted prices.<br />

iii. The Bidder qualifies the proposal with his own conditions.<br />

iv. Bid is received in incomplete form.<br />

v. Bid is received after due date and time.<br />

132


vi. Bid is not accompanied by all requisite documents.<br />

vii. Information submitted in technical Bid is found to be misrepresented, incorrect or<br />

false, accidentally, unwittingly or otherwise, at any time during the processing of<br />

the contract (no matter at what stage) or during the tenure of the contract<br />

including the extension period if any.<br />

viii. Commercial proposal is enclosed with the same envelope as technical proposal.<br />

ix. In case any party submits multiple bids or if common interests are found in two or<br />

more Bidders, the Bidders are likely to be disqualified, unless additional<br />

bids/Bidders are withdrawn upon notice immediately.<br />

x. Bidder fails to deposit the Performance Security or fails to enter into a contract<br />

within 21working days of the date of notice of award of contract or within such<br />

extended period, as may be specified by the Competent Authority.<br />

b. Bidders may specifically note that while evaluating the bids, if it comes to the<br />

Competent Authority’s knowledge expressly or implied, that some Bidders may have<br />

compounded in any manner whatsoever or otherwise joined to form an alliance resulting<br />

in delaying the processing of Bids then the Bidders so involved are liable to be<br />

disqualified for this contract as well as for a further period of two years from participation<br />

in any of the Bids floated by Competent Authority. It is also clarified that if need arises<br />

the Competent Authority would go in for appointment of outside party(s) to undertake the<br />

work under the captioned Bid.<br />

c. In case the terms and conditions of the contract applicable to this invitation to Bid are<br />

not acceptable to any Bidder, he should clearly specify any deviation, in the format<br />

appended to this Bid Document as Annexure 8 and Annexure 11.<br />

133


SECTION VIII- Payment Schedule<br />

The payment to the successful bidder shall be made as under:<br />

A) Payment for supply, installation, commissioning and integration of<br />

components at the Data Centre and all the locations -<br />

S.No. Percentage of<br />

Condition/ Event<br />

Payment<br />

1 70% On Delivery# of all equipments / items covered under this<br />

tender.<br />

2 15% On successful completion of Installation, Commissioning and<br />

Integration of all equipments / items covered under this tender.<br />

Proof of Supply, Installation, Commissioning and Integration<br />

(Original, Duly sealed & signed) is to be obtained from the<br />

Competent Authority.<br />

The bills for payment would only be raised after that.<br />

3. 15% 15% Amount will be held back for warranty support period and will<br />

be released in equal 20 quarterly installments of 0.75% of project<br />

cost depending upon the fulfillment of the SLA and performance.<br />

# on submission of proof of delivery at site(s) the vendor may be paid 60% of the<br />

cost of material brought to the site(s). For this purpose the verification of cost of<br />

material will be done on the basis of bill submitted by him, but the payment shall<br />

not exceed 60% of the Bid Value mentioned in Annexure 13.<br />

B) Payment for Facility Management services & Operations:<br />

S.No. Charges Payable (Per Year ) Instructions for quoting the charges<br />

1. 10% value quoted for FMS for 5 yrs For First year<br />

2. 15% value quoted for FMS for 5 yrs For Second Year<br />

3. 20% value quoted for FMS for 5 yrs For Third Year<br />

4. 25% value quoted for FMS for 5 yrs For fourth Year<br />

5. 30% value quoted for FMS for 5 yrs For Fifth Year<br />

Note: No Advance payment shall be made in any stage.<br />

• The Vendor will quote separately to provide facility management services for the<br />

first 5 years from the Go-live and then for the next one year on extension at<br />

<strong>MPED</strong> discretion.<br />

• Charges will be paid on the basis of quarterly payment of amount mentioned in<br />

above table per year.<br />

134


LIST OF ATTACHED ANNEXURES<br />

Annexure 1:<br />

Annexure 2:<br />

Annexure 3:<br />

Annexure 4:<br />

Annexure 5:<br />

Annexure 6:<br />

Annexure 7:<br />

Annexure 8:<br />

Annexure 9:<br />

Annexure 10:<br />

Annexure 11:<br />

Annexure 12:<br />

Annexure 13:<br />

Annexure 14:<br />

Annexure 15:<br />

Annexure 16:<br />

List of Project Sites<br />

Request for Clarifications Form<br />

Bid Form<br />

Prequalification Form<br />

Technical Bid Covering Letter<br />

Performance <strong>State</strong>ment Form<br />

Bid Security Form<br />

Technical Deviation Form<br />

Time Schedule Form<br />

Commercial Bid Covering Letter<br />

Commercial Deviation Form<br />

Bill of Material<br />

Price Schedule for Item No. 1 to 31, 32 and 33 of the BOM as<br />

Mentioned in Annexure 12.<br />

Item Wise Price Schedule.<br />

Format for Furnishing the Roles and Responsibilities in case of<br />

Consortium.<br />

Format for List of Computer Professionals.<br />

135


Annexure 1:<br />

LIST OF PROJECT SITES<br />

S. Office Name Exact Address Of The Office District Division<br />

No.<br />

1 2 3 4 5<br />

1. District <strong>Excise</strong> Office Govt. Bhawan, Lohia Ward, Station Road,<br />

Bhaggudhana, Betulganj, Betul<br />

2. CL Bottling Warehouse Lohiya Ward, Station Road, Bhaggudhana,<br />

Betulganj, Betul<br />

3. CL Storage Warehouse Near Court Office, Devi Mohalla,<br />

Bhainsdehi, Betul<br />

4. CL Storage Warehouse Masod Road, Rajiv Gandhi Ward, Multai,<br />

Betul<br />

5. Deputy <strong>Excise</strong><br />

Commissioner Office<br />

Betul<br />

Betul<br />

Betul<br />

Betul<br />

Bhopal<br />

Bhopal<br />

Bhopal<br />

Bhopal<br />

E-5/78, Arera Colony Bhopal,Pin-462016 Bhopal Bhopal<br />

6. CL Bottling Warehouse Jinsi Chouraha, Janahagirabad, Bhopal Bhopal Bhopal<br />

7. FL Bottling Unit M/S United Spirit, Village Sarvar, Ratibad, Bhopal Bhopal<br />

Sehore, Road, Th- Huzur, Bhopal<br />

8. FL Bottling Unit United Sprits, 73- Sector-1, Govindpura,<br />

Bhopal<br />

9. FL Bottling Unit Ms Jubli Breweries, Village-Jhiranya,<br />

Narsinghgarh Road, Bhopal<br />

10. Foreign Liquor<br />

Warehouse<br />

Godown No. 4& 6 Mahalaxmi Warehouse<br />

Compound,Near Sant Aasharam<br />

Chouraha,Gandhi Nagar. Bhopal Pin-<br />

462036<br />

Bhopal<br />

Bhopal<br />

Bhopal<br />

Bhopal<br />

Bhopal<br />

Bhopal<br />

11. <strong>State</strong> Flying Squad C-100/50, Shivaji Nagar, Bhopal Bhopal Bhopal<br />

12. Ms United Sprits Ltd (FL- Gram Sarwar, Ratibad, Sehore Road, Th- Bhopal Bhopal<br />

10a)<br />

Huzur, Bhopal<br />

13. Ms N.D.Wines Pvt. Ltd.<br />

(FL-10a)<br />

14. Ms Nasik Winteners Pvt.<br />

Ltd. (FL-10a)<br />

Narela Shankari, 2/7, Chhatrasal Nagar,<br />

Bhopal<br />

Bhopal<br />

Bhopal<br />

51, M.P. Nagar, Zone-II, Bhopal Bhopal Bhopal<br />

15. Ms United Breweries Ltd, 45, Ancillary Industrial <strong>State</strong>, Habibganj, Bhopal<br />

(FL-10a)<br />

Bhopal<br />

16. Ms Milleneium Beer Adjacent To United Breweries Ltd. Godown, Bhopal<br />

Industries, (FL-10a) 45, Ancillary Industrial <strong>State</strong>, Habibganj,<br />

Bhopal<br />

17. Ms United Sprits Ltd (FL-<br />

10b)<br />

United Spirit Village, Gram Sarwar, Ratibad Bhopal<br />

Sehore Road, Th- Huzur, Bhopal<br />

18. Principal Secretary, Ctd Room No. 341, Vallabh Bhawan, Bhopal<br />

Mantralaya, Bhopal<br />

19. Assistant <strong>Excise</strong><br />

Commissioner Office<br />

Bhopal<br />

Bhopal<br />

Bhopal<br />

Bhopal<br />

Junagarh House,Karbala Road,Bhopal Bhopal Bhopal<br />

20. Brewery Unit Lilasons Breweries Ltd. Industrial Area, Plot<br />

No. 80 To 87, 9 D Road, Govindpura,<br />

Bhopal<br />

Bhopal<br />

Bhopal<br />

136


21. District <strong>Excise</strong> Office Bhagwan Mahavir Chowk, In Front Of Civil<br />

Court, Vardaan Complex, Harda (M.P)<br />

Harda<br />

Bhopal<br />

22. CL Storage Warehouse Kul Harda Mohalla, Harda Harda Bhopal<br />

23. District <strong>Excise</strong> Office Collectorate, Hoshangabad Hoshangabad Bhopal<br />

24. CL Bottling Warehouse <strong>Excise</strong> Liquor Ware House,Gwaltoli<br />

Hoshangabad(M.P)<br />

25. CL Storage Warehouse <strong>Excise</strong> Ware House,Raghuwanshipura<br />

Sohagpur (M.P.)<br />

26. CL Storage Warehouse Maheshpuram Colony,Kamson Bareli,<br />

Udaipura Road, Distt.Raisen<br />

Hoshangabad Bhopal<br />

Hoshangabad Bhopal<br />

Raisen<br />

Bhopal<br />

27. CL Storage Warehouse Rai Bhawan,Sagar Road,Gairatganj, Raisen Raisen Bhopal<br />

28. District <strong>Excise</strong> Office Composite Bhawan,Collectorate, Raisen Raisen Bhopal<br />

29. CL Bottling Warehouse Payal Cinema Hall,Raisen-M.P Raisen Bhopal<br />

30. Brewery Unit Som Distilleries And Breweries Pvt. Ltd.,<br />

Ciklod Road, Rojrachak, Distt-Raisen(M.P)<br />

31. Distillery Som Distillers Pvt Ltd, Sehatganj,Dist.<br />

Raisen(M.P)<br />

Raisen<br />

Raisen<br />

Bhopal<br />

Bhopal<br />

32. CL Storage Warehouse Hoshangabad Road, Obedulla Ganj, Raisen Raisen Bhopal<br />

33. CL Storage Warehouse Rajgarh Road, Vaikunth Marg, Biaora Rajgarh Bhopal<br />

34. CL Bottling Warehouse Muktidham Marg, Narsinghgarh, Rajgarh<br />

M.P.<br />

35. Distillery Vindhyachal Distilleries Pvt Ltd, Pilukhedi<br />

Tehsil- Narsinghgarh, Rajgarh<br />

Rajgarh<br />

Rajgarh<br />

Bhopal<br />

Bhopal<br />

36. District <strong>Excise</strong> Office Bada Mahal Kila Rajgarh Rajgarh Bhopal<br />

37. CL Storage Warehouse Ashok Baramia's House,Old Bus Station,<br />

Sarangpur Rajgarh<br />

Rajgarh<br />

Bhopal<br />

38. CL Storage Warehouse Bus Stand Zeerapur Rajgarh Bhopal<br />

39. CL Storage Warehouse Near The New Bus Stand,Ashta District<br />

,Sehore<br />

Sehore<br />

Bhopal<br />

40. CL Storage Warehouse Bhopal Road Nasrulla Ganj,Sehore Sehore Bhopal<br />

41. District <strong>Excise</strong> Office Indore-Bhopal Highway,Bhopal<br />

Naka,Sehore<br />

Sehore<br />

Bhopal<br />

42. CL Storage Warehouse Chhawni, Machhlipul Sehore Sehore Bhopal<br />

43. CL Storage Warehouse Near Railway Station, Ganj<br />

Basoda,Dist.Vidisha (M.P) ,Pin-464221<br />

Vidisha<br />

Bhopal<br />

44. CL Storage Warehouse Custom Path, Sironj, Dist. Vidisha(M.P) Vidisha Bhopal<br />

45. District <strong>Excise</strong> Office Near Railway Station,Hospital Road,<br />

Vidisha (M.P)<br />

46. CL Bottling Warehouse Behind District <strong>Excise</strong> Office, Near Railway<br />

Station Hospital Road Vidisha (M.P)<br />

Vidisha<br />

Vidisha<br />

Bhopal<br />

Bhopal<br />

137


47. District <strong>Excise</strong> Office Polytechnic College Building, Near S.P.<br />

Office, Vidisha Road,Ashok Nagar (M.P.)<br />

Ashoknagar<br />

Gwalior<br />

48. CL Bottling Warehouse Station Road, Near Tulsi Park, Ashok Nagar Ashoknagar Gwalior<br />

49. District <strong>Excise</strong> Office Near Collectorate Building Campus, 2nd<br />

Floor,Bhind (Mp)<br />

50. CL Storage Warehouse Near Old Railway Station, Bhuta Bazar<br />

Bhind(Mp)<br />

51. FL Bottling Unit Ms. Gwalior Distillers Pvt. Ltd. Gram Mudia<br />

Khera, Ater Road, Bhind<br />

52. CL Storage Warehouse Cooperative Society Warehouse,<br />

Cooperation Campus, Tehsil- Lahar,Dist.<br />

Bhind<br />

53. FL Bottling Unit Ms Goldwater Pvt.Ltd., Plot No.2, Industrial<br />

Area, Malanpur, Dist. Bhind (Mp)<br />

Bhind<br />

Bhind<br />

Bhind<br />

Bhind<br />

Bhind<br />

Gwalior<br />

Gwalior<br />

Gwalior<br />

Gwalior<br />

Gwalior<br />

54. District <strong>Excise</strong> Office Collectorate Building Campus, Civil Lines,<br />

Datia (Mp)<br />

55. CL Bottling Warehouse Near Thana Dehat,Bhander,Chungi-Naka,<br />

Datia Mp<br />

Datia<br />

Datia<br />

Gwalior<br />

Gwalior<br />

56. CL Storage Warehouse Manohar Police Station Road, Chachoda,<br />

Guna<br />

57. District <strong>Excise</strong> Office Collectorate Building Campus, A.B. Road,<br />

Guna (Mp)<br />

58. CL Storage Warehouse Bajrang Garh Road, Near Railway<br />

Crossing, Guna Mp<br />

59. CL Bottling Warehouse Near Railway Bridge, Jawaharganj, Dabra,<br />

Gwalior<br />

60. <strong>Excise</strong> Commissioner<br />

Office<br />

61. Deputy <strong>Excise</strong><br />

Commissioner Office<br />

Guna<br />

Guna<br />

Guna<br />

Gwalior<br />

Gwalior<br />

Gwalior<br />

Gwalior<br />

Gwalior<br />

Moti Mahal, Gwalior Gwalior Gwalior<br />

Near Railway Overbridge, Padav, Gwalior Gwalior Gwalior<br />

62. Assistant <strong>Excise</strong><br />

Commissioner Office<br />

Near Railway Overbridge, Padav, Gwalior Gwalior Gwalior<br />

63. CL Bottling Warehouse Near Vicky Factory, Jhansi Road, Gwalior Gwalior Gwalior<br />

64. Foreign Liquor<br />

Warehouse<br />

65. Ms Parnod Richard Pvt.<br />

Ltd (FL-10a)<br />

Sakhia Vilas, Ahead Naka Chandrabadni,<br />

Near Jhansi Road Police Station, Jhansi<br />

Road, Gwalior (Mp)<br />

Lal Kothi, Behind Purani Chhawani Police<br />

Station, A.B. Road, Gwalior<br />

Gwalior<br />

Gwalior<br />

Gwalior<br />

Gwalior<br />

66. Ms Skol Brewery Ltd, (FL- 860 Transport Nagar,A.B Road,Gwalior Gwalior Gwalior<br />

10a)<br />

67. Ms Parnod Richard Pvt.<br />

Ltd (FL-10b)<br />

Lal Kothi, Behind Purani Chhawani Police<br />

Station, A.B. Road, Gwalior<br />

Gwalior<br />

Gwalior<br />

138


68. Distillery Gwalior Distillers Ltd., Kuleth Road, Rairu<br />

Farm, A.B. Road, Gwalior<br />

Gwalior<br />

Gwalior<br />

69. Hologram Numbering Unit R.T.O. Building Campus, Padav, Gwalior Gwalior Gwalior<br />

70. CL Storage Warehouse Near Tehsil Office, Ambah, Morena Morena Gwalior<br />

71. Brewery Unit Tripti Alco Brew Limited, 6 K.M. Distance<br />

From Banmore, Shanichara Road to<br />

Mahatoli, Morena<br />

72. District <strong>Excise</strong> Office Collectorate Building Campus, Station<br />

Road, Morena<br />

Morena<br />

Morena<br />

Gwalior<br />

Gwalior<br />

73. CL Bottling Warehouse Mall Godown Road, Morena Morena Gwalior<br />

74. CL Bottling Warehouse M.S. Road, Near <strong>State</strong> Bank of India,<br />

Sabalgarh, Morena<br />

75. District <strong>Excise</strong> Office New Collectorate Building, Shivpuri Road,<br />

Sheopur<br />

76. CL Storage Warehouse Opposite Railway Station, Shivpuri Road,<br />

Sheopur<br />

77. CL Storage Warehouse Brij Kishor Gupta Ka Makan, Vijaypur,<br />

Tentra Road, Vijaypur, Sheopur<br />

Morena<br />

Sheopur<br />

Sheopur<br />

Sheopur<br />

Gwalior<br />

Gwalior<br />

Gwalior<br />

Gwalior<br />

78. CL Storage Warehouse Near Old Tehsil, Karera, Shivpuri Shivpuri Gwalior<br />

79. CL Bottling Warehouse Near Bus Stand, Pichhore, Shivpuri Shivpuri Gwalior<br />

80. District <strong>Excise</strong> Office Collectorate Building Campus, Near Polo<br />

Ground, Shivpuri<br />

Shivpuri<br />

Gwalior<br />

81. CL Bottling Warehouse Near Kattha Mill, A.B. Road, Shivpuri Shivpuri Gwalior<br />

82. District <strong>Excise</strong> Office Distt <strong>Excise</strong> Office Segon Naka, Anjad<br />

Road, Barwani(M.P)<br />

83. CL Bottling Warehouse Segon Naka, Anjad Road, Near BSNL<br />

Exchange, Barwani(M.P)<br />

84. CL Storage Warehouse Liqour Ware House Near BSNL Exchange<br />

Khetiya, Barwani<br />

85. CL Storage Warehouse Liquor Ware House A B Road, Sendhwa,<br />

Barwani<br />

Barwani<br />

Barwani<br />

Barwani<br />

Barwani<br />

Indore<br />

Indore<br />

Indore<br />

Indore<br />

86. District <strong>Excise</strong> Office Mira Hostel, Amravati Road, Burhanpur Burhanpur Indore<br />

87. CL Bottling Warehouse Dakwaki, Niyaamatpur, Burhanpur Burhanpur Indore<br />

88. CL Storage Warehouse Mandi House,Badnawar, Dhar Dhar Indore<br />

89. Distillery Oasis Distillery, Gram Borali, Tahsil<br />

Badnawar, Dhar<br />

Dhar<br />

Indore<br />

90. District <strong>Excise</strong> Office Collectorate Compound, Dhar Dhar Indore<br />

91. CL Bottling Warehouse Purani Abkari Road, Dhar Dhar Indore<br />

139


92. CL Storage Warehouse In Front Of Girls H.S. School,<br />

Dharmapuri,Dhar<br />

Dhar<br />

Indore<br />

93. CL Storage Warehouse Alirajpur Road, Dhar Dhar Indore<br />

94. FL Bottling Unit Silver Oak Kedia Ltd., Plot No. 110, Sector-<br />

I, Pithampur, Dhar<br />

Dhar<br />

Indore<br />

95. CL Storage Warehouse Court Road Sardarpur, Dhar Dhar Indore<br />

96. Distillery Great Galleon Distillery, Lebur Chowki,<br />

Gram Sejwaya, Dhar<br />

97. Deputy <strong>Excise</strong><br />

Commissioner Office<br />

98. Assistant <strong>Excise</strong><br />

Commissioner Office<br />

GG-10,Near SICA School,Scheme<br />

No:54,Vijay Nagar,Indore(M.P)<br />

Dhar<br />

Indore<br />

Indore<br />

Indore<br />

Collectorate Motitabela Indore Indore Indore<br />

99. Brewery Unit <strong>Madhya</strong> <strong>Pradesh</strong> Beer Product Pvt. Ltd,<br />

Sector A 60/62, Sanwar Road, Indore<br />

100.Ms Bakardi Martiny India<br />

Ltd.(FL-10a)<br />

101.Ms Beem Global Spriit<br />

(FL-10a)<br />

102.Ms Diyageo India Pvt. Ltd<br />

(FL-10a)<br />

103.Ms Alco Brew Distillary<br />

India Ltd.(FL-10a)<br />

34, United Compound, Lasudiya Mori,<br />

Dewas Naka, A.B. Road Indore<br />

20, United Compound, Lasudiya Mori,<br />

Dewas Naka, A.B. Road Indore<br />

Sr United Compound, Lasudiya Mori,<br />

Dewas Naka, A.B. Road Indore<br />

80, United Compound, Lasudiya Mori,<br />

Dewas Naka, A.B. Road Indore<br />

Indore<br />

Indore<br />

Indore<br />

Indore<br />

Indore<br />

Indore<br />

Indore<br />

Indore<br />

Indore<br />

Indore<br />

104.Ms Khode India Ltd.(FL-<br />

10a)<br />

105.Ms Hsb Agro Ind. Pvt.<br />

Ltd.(FL-10a)<br />

106.Ms Champagne Indage<br />

Ltd, (FL-10a)<br />

107.Ms Ritz Wine Pvt. Ltd,<br />

(FL-10a)<br />

108.Ms Hindustan Breweries<br />

Ltd.(FL-10a)<br />

5- Press Complex, A.B. Road, Indore Indore Indore<br />

United Compound Packy Godam, 22 A<br />

Lasudia Mori, Dewas Naka, Indore<br />

31, SR Compound, Lasudiya Mori, Dewas<br />

Naka, A.B. Road Indore<br />

Street 16 A, SR Compound, Lasudiya Mori,<br />

Dewas Naka, A.B. Road Indore<br />

136, SR Compound, Lasudiya Mori, Dewas<br />

Naka, A.B. Road Indore<br />

Indore<br />

Indore<br />

Indore<br />

Indore<br />

Indore<br />

Indore<br />

Indore<br />

Indore<br />

109.Ms Sun Tan Trading<br />

India, (FL-10b)<br />

17 Ms Shriram Dharamkanta, Dewas Naka,<br />

Indore<br />

Indore<br />

Indore<br />

110.CL Bottling Warehouse Warehouse Road, Siyaganj, Indore Indore Indore<br />

111.Foreign Liquor<br />

Warehouse<br />

Godown No.9 To 16 United Compound Indore<br />

Dewas Naka Gram Lasudia Mori; A-B Road<br />

Indore.<br />

Indore<br />

112.CL Bottling Warehouse 123, Simrol Road, Mhow, Indore Indore Indore<br />

113.CL Storage Warehouse Krishi Upaj Mandi Ke Peeche, Alirajpur Alirajpur Indore<br />

114.District <strong>Excise</strong> Office Yet to be finalized, Alirajpur Alirajpur Indore<br />

140


115.District <strong>Excise</strong> Office Collector Building N.H.59, Jhabua Jhabua Indore<br />

116.CL Bottling Warehouse Drp Line, Indore Ahemdabad Road, Jhabua Jhabua Indore<br />

117.CL Storage Warehouse Petlawad Road, Block Rupegarh, Jhabua Jhabua Indore<br />

118.District <strong>Excise</strong> Office Ganja Bhang Godown, Khandwa Khandwa Indore<br />

119.CL Bottling Warehouse Ganja Bhang Godown, Khandwa Khandwa Indore<br />

120.Bhang Godown Ganja Bhang Godown, Khandwa Khandwa Indore<br />

121.CL Bottling Warehouse Old Distillery Road,Barwaha Distt-Khargone Khargone Indore<br />

122.Distillery<br />

123.District <strong>Excise</strong> Office<br />

Agrawal Distilleries Pvt. Ltd., Village<br />

Sabalpur,Katkut Road ,Barwaha,Distt<br />

Khagone<br />

Office Of The The District <strong>Excise</strong> Officer<br />

Kila Compound Khargone.<br />

Khargone<br />

Khargone<br />

Indore<br />

Indore<br />

124.CL Bottling Warehouse Kila Parisar, Khargone Khargone Indore<br />

125.Distillery<br />

126.District <strong>Excise</strong> Office<br />

127.CL Bottling Warehouse<br />

128.CL Storage Warehouse<br />

Associated Alcohols & Breweries Ltd.,<br />

Khodigram, Barwaha, Khargone<br />

Infront Of Methodist Church, Near Bus<br />

Stand, Balaghat<br />

Near Kankarian Poha Mill, Baihar Road,<br />

Balaghat<br />

Near Govt. College, Narsinghpur Road At<br />

Amarwada, Chhindwara<br />

Khargone<br />

Balaghat<br />

Balaghat<br />

Chhindwara<br />

Indore<br />

Jabalpur<br />

Jabalpur<br />

Jabalpur<br />

129.District <strong>Excise</strong> Office Collectorate Building,Chhindwara (M.P) Chhindwara Jabalpur<br />

130.CL Bottling Warehouse Old Bail Bazar,Chhindwara(M.P) Chhindwara Jabalpur<br />

131.CL Storage Warehouse<br />

132.CL Storage Warehouse<br />

133.CL Storage Warehouse<br />

Ward No-9 Mutton Market, Jamai,<br />

Chhindwara<br />

House Of Mr Sanjay Nandlal Jain, Ward<br />

No-9, Parasia, Chhindwara (MP)<br />

Ward No. 14 Rajiv Gandhi Market Shopping<br />

Complex,Sausar, Chhindwara<br />

Chhindwara<br />

Chhindwara<br />

Chhindwara<br />

Jabalpur<br />

Jabalpur<br />

Jabalpur<br />

134.District <strong>Excise</strong> Office Collectorate Building, Dindori Dindori Jabalpur<br />

135.CL Storage Warehouse Near Forest Rest House, Dindori Dindori Jabalpur<br />

136.Deputy <strong>Excise</strong><br />

Commissioner Office<br />

Above Avtar Bar Near Russel Chowk. Dr.<br />

Barat Road-Jabalpur<br />

Jabalpur<br />

Jabalpur<br />

137.FL Bottling Unit<br />

M/S S.G. Distilleries Gram Pipariya Khurd,<br />

Neemkheda, Barela Road, Jabalpur<br />

Jabalpur<br />

Jabalpur<br />

138.Foreign Liquor<br />

Warehouse<br />

Foreign Liquor Warehouse, Karmeta, Patan<br />

Road, Jabalpur (M.P)<br />

Jabalpur<br />

Jabalpur<br />

141


139.FL Bottling Unit<br />

140.Assistant <strong>Excise</strong><br />

Commissioner Office<br />

141.CL Bottling Warehouse<br />

Redson Distilleries Pvt. Ltd. Richhai,<br />

Jabalpur<br />

Room No. 62,63,64 Collectorate Building<br />

Jabalpur<br />

Kajarwara Ward No.60 Police Station Cantt<br />

Jabalpur<br />

Jabalpur<br />

Jabalpur<br />

Jabalpur<br />

Jabalpur<br />

Jabalpur<br />

Jabalpur<br />

142.CL Storage Warehouse Near Bus Stand, Sihora, Jabalpur Jabalpur Jabalpur<br />

143.District <strong>Excise</strong> Office Old Collectorate, Katni(M.P) Katni Jabalpur<br />

144.CL Bottling Warehouse<br />

Opposite New Collectorate Jhinjhari Katni<br />

(M.P)<br />

Katni<br />

Jabalpur<br />

145.District <strong>Excise</strong> Office Collectorate Colony, Mandla Mandla Jabalpur<br />

146.CL Bottling Warehouse Infront Of Bharat Jyoti School, Mandla Mandla Jabalpur<br />

147.CL Storage Warehouse<br />

148.CL Storage Warehouse<br />

Infront Of Samudayik Swasthya Kendra,<br />

Mandla<br />

Near Rest House, Railway Station Road,<br />

Gadarwara, Narsinghpur<br />

Mandla<br />

Narsinghpur<br />

Jabalpur<br />

Jabalpur<br />

149.CL Bottling Warehouse Near Sadar Temple, Narsinghpur Narsinghpur Jabalpur<br />

150.District <strong>Excise</strong> Office<br />

Collectorate Building, Narsingh Bhawan,<br />

Narsinghpur<br />

Narsinghpur<br />

Jabalpur<br />

151.CL Storage Warehouse Infront of Bus Stand, Lakhnadaun, Seoni Seoni Jabalpur<br />

152.CL Bottling Warehouse<br />

Near Barghat Naka Seoni, Distt. Seoni<br />

(M.P)<br />

Seoni<br />

Jabalpur<br />

153.District <strong>Excise</strong> Office In Front of Collectorate Building, Seoni(M.P) Seoni Jabalpur<br />

154.District <strong>Excise</strong> Office<br />

In Front Of The Collector Office Jaithari<br />

Road Anuppur (M.P.)<br />

Anuppur<br />

Rewa<br />

155.CL Bottling Warehouse Near Flour Mill, Chachai Road, Anuppur Anuppur Rewa<br />

156.Deputy <strong>Excise</strong><br />

Commissioner Office<br />

Shilpi Plaza Block-A.T.A.H. - 06, Rewa<br />

(M.P.)<br />

Rewa<br />

Rewa<br />

157.Assistant <strong>Excise</strong><br />

Commissioner Office<br />

Shilpi Plaza Block-A Third Floor, Rewa<br />

(M.P.)<br />

Rewa<br />

Rewa<br />

158.CL Bottling Warehouse Neem Chouraha, Boda Bag, Rewa (M.P.) Rewa Rewa<br />

159.Foreign Liquor<br />

Warehouse<br />

160.FL Bottling Unit<br />

Nh - 7 Satna Road , Padra Rewa , <strong>Madhya</strong><br />

<strong>Pradesh</strong><br />

Glasgo Distillery Ltd., Etma Kothar, Amar<br />

Patan, Satna<br />

Rewa<br />

Satna<br />

Rewa<br />

Rewa<br />

161.District <strong>Excise</strong> Office Joint Govt. Building Dhewari Satna Satna Rewa<br />

162.CL Bottling Warehouse Near Galla Mandi, Satna Satna Rewa<br />

142


163.District <strong>Excise</strong> Office District Collector Office Shahdol(M.P.) Shahdol Rewa<br />

164.CL Bottling Warehouse Kujri Road, Balpurva, Shahdol Shahdol Rewa<br />

165.District <strong>Excise</strong> Office Collctorate Building 1st Floor, Room No. -<br />

88, Sidhi<br />

Sidhi<br />

Rewa<br />

166.CL Bottling Warehouse Amaha Kotwali Road, Sidhi Sidhi Rewa<br />

167.District <strong>Excise</strong> Office Office Place Yet To Be Finalised, Singroli Singroli Rewa<br />

168.CL Storage Warehouse Thana Road, Tali Baidhan, District –<br />

Singroli<br />

Sidhi<br />

Rewa<br />

169.District <strong>Excise</strong> Office Composite Building Collectorate, Umaria Umaria Rewa<br />

170.CL Bottling Warehouse Khalesar Road, Umaria Umaria Rewa<br />

171.CL Storage Warehouse Bus Stand Ke Peeche, Bijawar,Chhatarpur Chhatarpur Sagar<br />

172.District <strong>Excise</strong> Office Collectorate Ground, Chhatarpur (M.P) Chhatarpur Sagar<br />

173.CL Bottling Warehouse<br />

174.Brewery Unit<br />

Village Dhadari, P.O Mataguan, Distt.<br />

Chhatarpur<br />

Jagpin Brewery, Nowgong, Distt.<br />

Chhatarpur (M.P)<br />

Chhatarpur<br />

Chhatarpur<br />

Sagar<br />

Sagar<br />

175.District <strong>Excise</strong> Office Joint Collectorate,Dist. Damoh Damoh Sagar<br />

176.CL Bottling Warehouse Near Saraswati Shishu Mandir, Damoh Damoh Sagar<br />

177.CL Storage Warehouse Near Bus Stand,Hata Distt. Damoh(M.P) Damoh Sagar<br />

178.CL Storage Warehouse<br />

Power House Ke Peeche, Ajaygarh, Sagar,<br />

Panna<br />

Panna<br />

Sagar<br />

179.CL Storage Warehouse Near Old Bus Stand, Amanganj, Panna Panna Sagar<br />

180.District <strong>Excise</strong> Office Mahendra Bhawan, Panna Panna Sagar<br />

181.CL Bottling Warehouse<br />

Near Old Bus Stand, Panna- Katni Road,<br />

Mohan Vilas Ke Peechhe, Panna<br />

Panna<br />

Sagar<br />

182.CL Storage Warehouse Near Farsa Chauraha, Khurai ,Sagar Sagar Sagar<br />

183.CL Storage Warehouse<br />

184.Deputy <strong>Excise</strong><br />

Commissioner Office<br />

185.Assistant <strong>Excise</strong><br />

Commissioner Office<br />

<strong>Excise</strong> Warehouse Near Bus Stand Rehli.<br />

Distt.Sagar(M.P)<br />

Sagar<br />

Sagar<br />

41, Sneh Nagar, Sagar, Sagar Sagar<br />

Poddar Colony, Shivaji Ward, Sagar Sagar Sagar<br />

186.CL Bottling Warehouse Ware House Road, Gopalganj Sagar(M.P) Sagar Sagar<br />

187.Foreign Liquor<br />

Warehouse<br />

188.FL Bottling Unit<br />

Baheria Tiraha,Chhatarpur Road,Sagar Sagar Sagar<br />

Surya Bottling Pvt. Ltd., Baheria Tiraha,<br />

Chhatarpur Road, Sagar<br />

Sagar<br />

Sagar<br />

143


189.CL Storage Warehouse<br />

190.CL Storage Warehouse<br />

191.District <strong>Excise</strong> Office<br />

Verbar Tiraha, Near Petrol Pump, Jatara,<br />

Tikamgarh<br />

Matan Mohalla, By Pass Road, Niwari,<br />

Tikamgarh<br />

F-2, Civil Lines, Collectorate Campus,<br />

Tikamgarh<br />

Tikamgarh<br />

Tikamgarh<br />

Tikamgarh<br />

Sagar<br />

Sagar<br />

Sagar<br />

192.CL Bottling Warehouse Ambedkar Tiraha, Mhow Road, Tikamgarh Tikamgarh Sagar<br />

193.District <strong>Excise</strong> Office<br />

194.CL Bottling Warehouse<br />

195.CL Storage Warehouse<br />

196.CL Storage Warehouse<br />

Ujjain Sqaure,A.B.Road,Dewas,Distt-<br />

Dewas(MP)<br />

Indore-Dewas Road,Near Madhumilan<br />

Square,Dewas,Distt-Dewas(MP)<br />

Indore-Nemawer Road,Kannoud,Distt-<br />

Dewas(MP)<br />

Pathan Mohalla,Near Anand<br />

Ashram,Sonkatchh,Distt-Dewas<br />

Dewas<br />

Dewas<br />

Dewas<br />

Dewas<br />

Ujjain<br />

Ujjain<br />

Ujjain<br />

Ujjain<br />

197.CL Storage Warehouse Sutar Mohalla, Garoth, Dist Mandsaur Mandsaur Ujjain<br />

198.CL Bottling Warehouse<br />

199.District <strong>Excise</strong> Office<br />

200.District <strong>Excise</strong> Office<br />

Ratlam Road, Near I.T.C. Choupal Sagar,<br />

Mandsaur<br />

Neemuch Road, Opposite Y.D. Nagar<br />

Police, Station, Mandsaur<br />

Collectorate Building, Mhow Nasirabad<br />

Road, Neemuch<br />

Mandsaur<br />

Mandsaur<br />

Neemuch<br />

Ujjain<br />

Ujjain<br />

Ujjain<br />

201.CL Storage Warehouse Station Road, Neemuch Neemuch Ujjain<br />

202.CL Storage Warehouse<br />

Sharipura, Near Post Office, Rampura,<br />

Tehsil Manasa, Neemuch<br />

Neemuch<br />

Ujjain<br />

203.CL Storage Warehouse<br />

Opposite Railway Satation, Pramila Gunj,<br />

Alote, Ratlam<br />

Ratlam<br />

Ujjain<br />

204.CL Storage Warehouse<br />

Mansapurn Hanuman Road,Opposite<br />

Church,Jaora, Dist. Ratlam<br />

Ratlam<br />

Ujjain<br />

205.District <strong>Excise</strong> Office Mahal Wada Ratlam(MP) Ratlam Ujjain<br />

206.CL Bottling Warehouse<br />

207.Distillery<br />

Nagda Road, Near Maheshwari Protiens,<br />

Ratlam (MP)<br />

Ratlam Alcohol Plant, Industrial Area, Jaora<br />

Road, Ratlam<br />

Ratlam<br />

Ratlam<br />

Ujjain<br />

Ujjain<br />

208.CL Storage Warehouse Near M.P.R.T.C. Depot, Agar, Shajapur Shajapur Ujjain<br />

209.Brewery Unit Regent Beer & Wines Ltd., Plot No. 68,<br />

Industrial Area, Maksi Road, Shajapur<br />

Shajapur<br />

Ujjain<br />

210.District <strong>Excise</strong> Office Bus Stand,Shajapur (MP) Shajapur Ujjain<br />

211.CL Bottling Warehouse<br />

Village Chhota Sankota, A.B. Road,<br />

Shajapur (MP)<br />

Shajapur<br />

Ujjain<br />

212.CL Storage Warehouse<br />

Near Railway Station, Opposite Rokadia<br />

Hanuman Mandir, Sujalpur<br />

Shajapur<br />

Ujjain<br />

144


213.CL Storage Warehouse<br />

Near Bus Stand, Susner, Distt. Shajapur<br />

(MP)<br />

Shajapur<br />

Ujjain<br />

214.CL Storage Warehouse Near Railway Station,Badnagar, Ujjain Ujjain Ujjain<br />

215.CL Bottling Warehouse<br />

Near Moti Kasturi School,Nagda<br />

Road,Khachrod, Ujjain<br />

Ujjain<br />

Ujjain<br />

216.CL Storage Warehouse Ramlila Maidan,Mahidpur, Ujjain Ujjain Ujjain<br />

217.FL Bottling Unit<br />

Mahakal Distillary Pvt Ltd.,Village<br />

Munjakhedi Road,Narvar,Dewas<br />

Road,Ujjain<br />

Ujjain<br />

Ujjain<br />

218.CL Storage Warehouse Hat Maidan,Tarana, Ujjain Ujjain Ujjain<br />

219.Deputy <strong>Excise</strong><br />

Commissioner Office<br />

20, Subhash Marg, Opposite Railway<br />

Station, Malgodam, Ujjain<br />

Ujjain<br />

Ujjain<br />

220.Assistant <strong>Excise</strong><br />

Commissioner Office<br />

20, Subhash Marg, Opposite Railway<br />

Station, Malgodam, Ujjain<br />

Ujjain<br />

Ujjain<br />

221.CL Bottling Warehouse<br />

222.Foreign Liquor<br />

Warehouse<br />

223.Data Centre Requirement Pc's At Hq<br />

Industrial Area Near Chakor Park Maxi<br />

Road,Ujjain<br />

Ujjain<br />

Behind Hira Mill,Dacha Bhawan,Agar Road Ujjain<br />

Ujjain<br />

Ujjain<br />

NOTE :- The above list is non-exhaustive. If any site/location of the <strong>Excise</strong> Department<br />

is not included in the above list, it will be presumed to be included and covered under the<br />

contract.<br />

145


Annexure 2:<br />

REQUEST FOR CLARIFICATIONS FORM<br />

Bid No EC-1 /2008<br />

Bidders requiring specific points of clarification may communicate with the Competent<br />

Authority during the specified period using the following format<br />

BIDDER’S REQUEST FOR CLARIFICATION<br />

Name of the Organization submitting<br />

the Request<br />

Name and Position of<br />

person submitting the<br />

request<br />

Full Postal Address of the<br />

Organization including phone, fax and<br />

e-mail points of contact<br />

Tel:<br />

Fax:<br />

E-Mail:<br />

Sl.No<br />

Bid Document<br />

Reference/ Section<br />

No<br />

Page<br />

No Topic of Query Points of clarification required<br />

1<br />

2<br />

• Please submit your queries in excel format only (for soft copy).<br />

Date : …………<br />

Place: …………<br />

(Signature)…….......………………<br />

In the capacity of: ….....................<br />

Duly authorized to sign Bid for and on behalf of<br />

.......................................................................<br />

146


Annexure 3:<br />

To<br />

BID FORM<br />

Bid No EC-1 /2008<br />

The <strong>Excise</strong> Commissioner<br />

<strong>Madhya</strong> <strong>Pradesh</strong> <strong>State</strong> <strong>Excise</strong> Department<br />

Moti Mahal,<br />

Gwalior – 474007 (M.P.)<br />

Subject: Intent to Bid<br />

Having examined the Bid Documents including Annexure, the receipt of which is hereby<br />

duly acknowledged, we, the undersigned, offer to take up the work of providing turnkey<br />

solution towards Commissioning, Management & Maintenance of Data Centre including<br />

Managed Wide Area Network with Supply & Installation of Servers, Desktop Systems<br />

and Peripherals for Implementation for integrated computerization of <strong>Madhya</strong> <strong>Pradesh</strong><br />

<strong>State</strong> <strong>Excise</strong> Department in conformity with the said bidding documents for the sum of<br />

Rs …..………….. (Final Bid Price in words) We undertake, if our bid is accepted, to<br />

deliver the services in System Integration, in accordance with the time schedule<br />

approved by the Competent Authority.<br />

We agree to abide by this bid for a period of 180 days after the date fixed for bid opening<br />

or for any further period for which bid validity has been extended and it shall remain<br />

binding upon us and Bid may be accepted at any time before the expiration of that<br />

period.<br />

Until a formal contract is prepared and executed, this bid together with your written<br />

acceptance thereof and your notification of award shall constitute a binding Contract<br />

between us.<br />

We understand that you are not bound to accept the lowest or any bid you may receive.<br />

Date ……....<br />

(Signature)……………........………..<br />

Place …………<br />

In the capacity of: ……………………<br />

Duly authorized to sign Bid for and on behalf of<br />

…………………………………………………….<br />

147


Annexure 4:<br />

PREQUALIFICATION FORM<br />

A. Particulars of the Organization<br />

Bid No EC-1 /2008<br />

1- Name of the organization: - _________________________________________________<br />

2- Address: _______________________________________________________________<br />

Telephone No (s):_________________________________________________________<br />

Fax No. (s):_____________________________________________________________<br />

3- Legal Status: ____________________________________________________________<br />

(Attach proof)<br />

4- Ownership: _____________________________________________________________<br />

S.No Name of persons<br />

owning more than 5%<br />

stake in the<br />

Organization<br />

Nationality of the<br />

Stake-Holders<br />

Details of restrictions, if<br />

any on transfer of stake<br />

5- in case the organization is a public sector undertaking, indicate the percentage share of Govt.<br />

holding.<br />

6- Annual Turnover for the last 3 years:<br />

148


Sl.No<br />

Financial<br />

Year<br />

Total<br />

Annual Turn<br />

Over (In<br />

Rupees)]<br />

System<br />

Integration<br />

De-segregated Turnover from<br />

Other IT Related<br />

Services<br />

Other<br />

Areas of<br />

Operation<br />

Note:<br />

Please attach Balance Sheet and Profit and Loss <strong>State</strong>ment during these 3 years,<br />

duly audited by Chartered Accountant/ Statutory Auditors.<br />

B. Particulars of the Centre/Unit associated with this project<br />

1. Names and Address of the Centre/Unit __________________________________________<br />

Associated with this project _____________________________________________________<br />

__________________________________________________<br />

2. Address of the important offices<br />

Address 1___________________________________________________________________<br />

Tel No ___________________________________________________<br />

Fax Nos. __________________________________________________<br />

Address 2__________________________________________________<br />

Tel No ____________________________________________________<br />

Fax Nos. ____________________________________________________<br />

Address 3___________________________________________________<br />

Tel No ___________________________________________________<br />

Fax Nos. ____________________________________________________<br />

149


3. Names, Designations, Addresses, Telephone and Fax No. of offices, as<br />

well as residences of important persons dealing with the project<br />

S.No<br />

Name, Designation and<br />

Address<br />

Telephone and Fax No<br />

Office<br />

Residence<br />

Extent of<br />

Responsibility in this<br />

Project<br />

4. Last 3 years' Annual Turnover of the Centre/Unit Associated with the Project<br />

S.No Financial<br />

Year<br />

Annual<br />

Turnover<br />

Financial value of the largest project<br />

handled during the year<br />

150


C. Particulars of System Integration Capabilities of Organization<br />

and the Centre/Unit Dealing with this Project.<br />

S.No Names and<br />

Addresses of<br />

Centres/Units,<br />

independently<br />

engaged in System<br />

Integration work<br />

Details of<br />

Quality<br />

Details of OEM’s Certifications<br />

and Undertakings<br />

Certification Name of OEM Certificate Details<br />

Note:<br />

Please attach duly authenticated copies of the certification claimed about the Centre/unit dealing<br />

with this project.<br />

D. Particulars of Authorization of the person signing these<br />

documents on behalf of the bidder.<br />

Name, Designation and Address of the Authorized person<br />

_____________________________________________________________<br />

______________________________________________________________<br />

Name, Designation and Address of the person authorizing for signing the<br />

document._____________________________________________________________________<br />

_____________________________________________________________________________<br />

______________________________<br />

3- Details of documents showing that the persons mentioned in entry D (2)<br />

Above, is authorized to issue such an authority.___________________________<br />

________________________________________________________________<br />

151


________________________________________________________________<br />

4- Type / form of the issued authority (Whether power of attorney/Authorization letter etc)<br />

_______________________________________________________<br />

_______________________________________________________________<br />

5- Extent of liability covered under this Authority.(Give exhaustive list of liabilities covered)<br />

_____________________________________________________________________________<br />

___________________________________________________<br />

Please enclose the original authorization document<br />

Date: ……....<br />

Place:<br />

(Signature)……………........………..<br />

in the capacity of: …………………..<br />

Duly authorized to sign Bid for and on behalf of<br />

……..………………………………………………<br />

152


Annexure 5:<br />

TECHNICAL BID COVERING LETTER<br />

Bid No EC-1 /2008<br />

To<br />

The <strong>Excise</strong> Commissioner<br />

<strong>Madhya</strong> <strong>Pradesh</strong> <strong>State</strong> <strong>Excise</strong> Department<br />

Moti Mahal<br />

Gwalior - 474007<br />

Ref: Bid: Providing Turnkey Solution towards Commissioning, Management &<br />

Maintenance of Data Centre including Managed Wide Area Network with Supply &<br />

Installation of Servers, Desktop Systems and Peripherals for Implementation of Integrated<br />

Computerization System of MP <strong>State</strong> <strong>Excise</strong> Department<br />

Dear Sir,<br />

Having examined the Bid document, the receipt of which is hereby duly acknowledged, we, the<br />

undersigned, offer to provide the Professional services as required and outlined in the Bid for<br />

<strong>MPED</strong>, Government of <strong>Madhya</strong> <strong>Pradesh</strong>. To meet such requirements and provide such services<br />

as required are set out in the Bid Document. We attach hereto the Bid technical response as<br />

required by the Bid Document, which constitutes our proposal.<br />

We undertake, if our proposal is accepted, we will obtain a performance security issued by a<br />

Nationalized/Scheduled bank in India, acceptable to the Competent Authority, for a sum<br />

equivalent to 10% of the total price as quoted in our commercial proposal for the due<br />

performance of the contract.<br />

We agree for unconditional acceptance of all the terms and conditions set out in the Bid<br />

Document and also agree to abide by this Bid response for a period of 180 days from the date<br />

fixed for Bid opening and it shall remain binding upon us with full force and virtue, until within this<br />

period a formal contract is prepared and executed, this Bid response, together with your written<br />

acceptance thereof in your notification of award, shall constitute a binding contract between us<br />

and the Competent Authority.<br />

We confirm that the information contained in this bid or any part thereof, including its exhibits,<br />

schedules, and other documents and instruments delivered or to be delivered to the Competent<br />

Authority is true, accurate, and complete. This proposal includes all information necessary to<br />

ensure that the statements therein do not in whole or in part mislead the Competent Authority as<br />

to any material fact.<br />

We agree that you are not bound to accept the lowest or any Bid response you may receive. We<br />

also agree that you reserve the right in absolute sense to reject all or any of the products/ service<br />

specified in the Bid response without assigning any reason whatsoever. It is hereby confirmed<br />

that I/we am/are entitled to act on behalf of our corporation/company/firm/organization and<br />

empowered to sign this document as well as such other documents, which may be required in<br />

this connection.<br />

The Technical Specifications are appended herewith.<br />

Dated this Day ___________(month)____________(Year)_______________<br />

(Signature)<br />

153


(In the capacity of)…………………………………………………..<br />

Duly authorized to sign the Bid Response for and on behalf of:<br />

(Name and Address of Company)<br />

Seal/Stamp of bidder<br />

Witness Signature:<br />

Witness Name:<br />

Witness Address:<br />

CERTIFICATE AS TO AUTHORISED SIGNATORIES<br />

I, certify that I am …………………………… of the …………………, and that<br />

………………………………………………………………who has signed the above Bid is<br />

authorized to bind the corporation by authority of its governing body.<br />

Date: ……....<br />

(Signature)……………........………..<br />

Place: ......... Name and Designation: --------------------------------<br />

154


Annexure 6:<br />

PERFORMANCE STATEMENT FORM<br />

Bid No EC-1 /2008<br />

(SUMMARY PROFILES OF PROJECTS COMPLETED DURING LAST THREE<br />

YEARS)<br />

S<br />

No<br />

Name, Address,<br />

Telephone Number<br />

and Fax No. of the<br />

Organizations<br />

Description of<br />

System Integration<br />

Project<br />

Value of<br />

Contract (in<br />

Indian Rupees)<br />

Period of<br />

Execution<br />

Remarks<br />

1 2 3 4 5 6<br />

The bidder will have to attach full details of computerization projects of value<br />

more than Rs.3 crores each for System Integration and maintenance thereof in<br />

India, as Annexure to this list. The bidder shall attach completion certificates for<br />

abovementioned projects to substantiate the evidence of completion.<br />

Date: ………….<br />

Place: ………….<br />

(Signature)………………….<br />

in the capacity of: ……………<br />

Duly authorized to sign Bid for and on behalf of<br />

............................................................................<br />

155


Annexure 7:<br />

BID SECURITY FORM<br />

PARTICULARS OF BID SECURITY<br />

Bid No EC-1 /2008<br />

1. Name of the Bank …………………………………………<br />

2. Name, Address, Tel. No. …………………………………………<br />

& Fax No. of Bank Branch …………………………………………<br />

Issuing the draft …………………………………………<br />

3. Code No. of Bank Branch …………………………………………<br />

4. Code No. of signatories of …………………………………………<br />

the security<br />

5. Amount of Draft …………………………………………<br />

6. Bank Draft No. and Date …………………………………………<br />

7. Valid up to (give date) …………………………………………<br />

Note:<br />

Demand Draft of Bid Security as per Clause 7.8.1 of Bid Document should be attached.<br />

Date: …………<br />

Place: …………..<br />

Signature……………………….<br />

In the capacity of ……………….<br />

Duly authorized to sign Bid for and on behalf of<br />

………………………………………………………<br />

156


Annexure 8:<br />

TECHNICAL DEVIATION FORM<br />

TECHNICAL DEVIATIONS<br />

Bid No EC-1 /2008<br />

Following are the technical deviations and variations from the requirements of Computerisation<br />

Project for the MP <strong>Excise</strong> Department, <strong>Madhya</strong> <strong>Pradesh</strong>. These deviations and variations are<br />

exhaustive. Except these deviations and variations, the entire work shall be executed as per bid<br />

document.<br />

S<br />

No<br />

Clause<br />

No.<br />

Page<br />

No.<br />

<strong>State</strong>ment of Deviations and<br />

Variations<br />

Reasons for<br />

change<br />

Date: ……..<br />

(Signature) .........…………………….<br />

Place: ……. in the capacity of: ......................<br />

Duly authorized to sign Bid for and on behalf of<br />

………………………………………………<br />

157


Annexure 9:<br />

TIME SCHEDULE FORM<br />

Bid No EC-1 /2008<br />

TIME SCHEDULE FOR VARIOUS TASKS<br />

S<br />

No<br />

Tasks<br />

Time<br />

Duration in<br />

Weeks<br />

Proposed Date OF Completion<br />

(Specify Weeks After The Date of<br />

Work Order )<br />

FROM---- TO---<br />

REMARKS<br />

Date: ……..<br />

(Signature) .........…………………….<br />

Place: ……. in the capacity of: ......................<br />

Duly authorized to sign Bid for and on behalf of<br />

………………………………………………<br />

158


Annexure 10:<br />

[Date]<br />

COMMERCIAL BID COVERING LETTER<br />

Bid No EC-1 /2008<br />

To<br />

The <strong>Excise</strong> Commissioner<br />

<strong>Madhya</strong> <strong>Pradesh</strong> <strong>State</strong> <strong>Excise</strong> Department<br />

Moti Mahal<br />

Gwalior - 474007<br />

.<br />

Ref: Bid: Providing Turnkey Solution towards Commissioning, Management &<br />

Maintenance of Data Centre including Managed Wide Area Network with Supply &<br />

Installation of Servers, Desktop Systems and Peripherals for Implementation of Integrated<br />

Computerization System of MP <strong>State</strong> <strong>Excise</strong> Department<br />

Dear Sir,<br />

Having examined the Bid Document, the receipt of which is hereby duly acknowledged, we, the<br />

undersigned, offer to implement the project Solution for <strong>MPED</strong>, Government of <strong>Madhya</strong> <strong>Pradesh</strong>.<br />

To meet such requirements and to provide services as set out in the Bid Document following is<br />

our quotation summarizing our commercial proposal.<br />

Total Cost of Solution INR<br />

We attach hereto the Commercial Proposal as required by the Bid Document, which constitutes<br />

our proposal. We undertake, if our proposal is accepted, we will obtain a performance security in<br />

the format given in the Bid Document issued by a Nationalized/Scheduled bank in India,<br />

acceptable to the Competent Authority for a sum equivalent to 10% of the total price as quoted in<br />

our commercial proposal of the Bid Document for the due performance of the contract.<br />

We agree for unconditional acceptance of all the terms and conditions in the Bid Document and<br />

also agree to abide by this Bid response for a period of 180 days from the date fixed for Bid<br />

opening and it shall remain binding upon us, until within this period a formal contract is prepared<br />

and executed, this Bid response, together with your written acceptance thereof in your notification<br />

of award, shall constitute a binding contract between us.<br />

We confirm that the information contained in this proposal or any part thereof, including its<br />

exhibits, schedules, and other documents and instruments delivered or to be delivered to the<br />

Competent Authority is true, accurate, and complete. This proposal includes all information<br />

necessary to ensure that the statements therein do not in whole or in part mislead the Competent<br />

Authority as to any material fact.<br />

We agree that you are not bound to accept the lowest or any Bid response you may receive. We<br />

also agree that you reserve the right in absolute sense to reject all or any if the products/ service<br />

specified in the Bid response without assigning any reason whatsoever.<br />

It is hereby confirmed that I/we am/are entitled to act on behalf of our corporation/company/<br />

firm/organization and empowered to sign this document as well as such other documents, which<br />

may be required in this connection.<br />

Dated this Day ___________(month)____________(Year)_______________<br />

159


(Signature)<br />

(In the capacity of)……………………………<br />

Duly authorized to sign the Bid Response for and on behalf of<br />

…………………………………………………………………..<br />

(Name and Address of Company)<br />

Seal/Stamp of bidder<br />

Witness Signature:<br />

Witness Name:<br />

Witness Address:<br />

CERTIFICATE AS TO AUTHORISED SIGNATORIES<br />

I, certify that I am …………………………… of the …………………, and that<br />

………………………………………………………………who has signed the above Bid is<br />

authorized to bind the corporation by authority of its governing body.<br />

Date: ……....<br />

Place: ..........<br />

(Signature)……………........………..<br />

Name and Designation……………………….<br />

160


Annexure 11:<br />

COMMERCIAL DEVIATION FORM<br />

Bid No EC-1 /2008<br />

COMMERCIAL DEVIATIONS<br />

Following are the commercial deviations and variations from the requirements of<br />

Computerisation Project for the MP <strong>Excise</strong> Department <strong>Madhya</strong> <strong>Pradesh</strong>. These<br />

deviations and variations are exhaustive. Except these deviations and variations, the<br />

entire work shall be executed as per Bid Document specifications.<br />

S.No Clause No. Page No. <strong>State</strong>ment of Deviations and<br />

Variations<br />

Financial<br />

Effects in<br />

Rs.<br />

Date: ……..<br />

(Signature) .........…………………….<br />

Place: ……. in the capacity of: ......................<br />

Duly authorized to sign Bid for and on behalf of<br />

………………………………………………<br />

161


Annexure 12:<br />

BILL OF MATERIAL<br />

S.No<br />

Product Description UOM Qty.<br />

Bid No EC-1 /2008<br />

Servers & Desktops & Power<br />

1 DB Server (In Cluster Mode) No.s 2<br />

2 Application Server (In Cluster Mode) No.s 2<br />

3 Web Server No.s 2<br />

4 Mail Server No.s 1<br />

5 a DNS /DHCP Server No.s 1<br />

5 b FTP Server and Backup Server No.s 1 Each<br />

5 c Antivirus server No.s 1<br />

5 d Proxy server No.s 1<br />

5 e Domain Controller Server No.s 1<br />

5 f<br />

Management Server (vendor has to quote the<br />

quantity of Servers in sync with EMS<br />

requirements)<br />

No.s<br />

As per actual.<br />

5 g Staging Server No.s 3<br />

5 h KVM Switch – 8 Port No.s 3<br />

6<br />

System Software Components<br />

Licence to be in sync with hardware<br />

No.s Quoted<br />

7 SAN No.s 1<br />

8<br />

SAN Switches<br />

No.s 2<br />

9 Tape Library (will be connected to SAN) No.s 1<br />

10 Backup Software as per specifications No.s<br />

11 Gateway Antivirus No.s 1<br />

12 Desktop PC No.s 812<br />

13 a<br />

Laser Printer Black and white<br />

Type 1 No.s 15<br />

13 b Laser Printer Black and white Type 2 No.s 230<br />

14 Dot Matrix Printer<br />

Nos 62<br />

15 UPS Online 30 KVA<br />

No.s 3<br />

16 a.1 UPS Offline 1 KVA No.s 83<br />

16.a.2 UPS Online 1 KVA No.s 48<br />

16 b UPS Offline 2 KVA 26<br />

16 c UPS Online 2 KVA 05<br />

16 d UPS Online 3 KVA 32<br />

16 e UPS Online 5 KVA No.s 24<br />

17 DG SET 60 KVA No.s 1 at DC<br />

Security and Management Products<br />

18 a Enterprise Network Management System No.s 1<br />

18 b Database Management System No.s 1<br />

18 c Firewall No.s 2 Pairs (Each Pair of Different OEM)<br />

162


18 d Mailing Solution No.s<br />

19 Link Load balancer No.s 2<br />

20 Server Load balancer No.s 4<br />

21 IPS No.s 4<br />

Active Networking Components (WAN &<br />

LAN)<br />

22a Core Switch No.s 2<br />

22 b Access Switch No.s 8 (For DC)<br />

22 c Remote location LAN Switch No.s 100<br />

23a<br />

G.703 & V.35 lease line modems 2 Mbps for<br />

DC. No.s To Be Provided by Service Provider<br />

23 b<br />

G.703 & V.35 lease line modems N*64 Kbps<br />

upto 2 Mbps for Remote Location (the quantity<br />

may vary as per requirement of service<br />

provider)<br />

No. Of<br />

pairs 75<br />

24 a Central Intranet Router (Redundant) No.s 2<br />

24 b Central Internet Router No.s 2<br />

24 c Intranet Router for Remote Locations No.s 206<br />

25 Serial Link (256 Kbps) No.s 206<br />

Structured Cabling and Passive Products<br />

26<br />

42 U racks (Supplying, Installation, testing and<br />

4<br />

Comissioning)<br />

No.s<br />

27<br />

9 U racks (Supplying, Installation, testing and<br />

212<br />

Comissioning)<br />

No.s<br />

28a<br />

24 Port Patch Panel UTP (Supplying,<br />

6 for DC<br />

Installation, testing and Comissioning)<br />

No.s<br />

28 b<br />

12 Port Patch Panel UTP (Supplying,<br />

93<br />

Installation, testing and Comissioning)<br />

29a Box (305 M) Cable UTP CAT 6 No.s 85<br />

29b<br />

Supply, Installation, termination and laying ISI<br />

As per Actuals<br />

grade PVC pipe, testing and Comissioning) No.s<br />

30 a Patch Cord 7 feet No.s 850<br />

30 b Patch Cord 3 feet No.s 850<br />

31<br />

I/O with GANG Box and face plate (Supplying,<br />

850<br />

Installation, testing and Comissioning)<br />

No.s<br />

32 Microsoft Office XP Standard Edition No.s 5 Media and 100 paper LICENCEs<br />

33 Data Centre Components<br />

34<br />

Facility Management Services for Warranty<br />

5<br />

Years<br />

Period of 5 years<br />

Facility Management Services & AMC after<br />

1<br />

35 completion of Warranty Period for next one<br />

year<br />

Year<br />

Note:<br />

The quantity as mentioned above may vary for certain items at the time of<br />

implementation, as per the requirement of the department. For any increase<br />

or decrease, unit rate shall determine the actual payable amount.<br />

163


Annexure 13<br />

Bid No EC-1 /2008<br />

Price Schedule for Item Number 1 to 33, 34, and 35 of the BOM as<br />

mentioned in Annexure 12.<br />

S.No<br />

Item No<br />

1 Lumpsum Amount for Item<br />

1 to 33<br />

2 For Item No. 34<br />

Total (S. No 1 and 2)<br />

3 For Item No. 35<br />

Price In Indian<br />

Rupees (In Figures)<br />

Price In Indian<br />

Rupees (In Words)<br />

Note:<br />

(i) Bid Value will be the sum of S. No. 1 and 2 (Item No. 1 to 33 and 34).<br />

(ii) S. No. 3 (Item No. 35) is an optional item and its value will not be taken<br />

for the evaluation of Bid.<br />

Date: ……….<br />

Place: …….<br />

(Signature) .........……………..………….<br />

in the capacity of: ………......................<br />

Duly authorized to sign Bid for and on behalf of<br />

………………………………………………<br />

164


Annexure 14:<br />

S.No<br />

Item Wise Price Schedule<br />

Product Description UOM Qty. Make Model<br />

Servers & Desktops & Power<br />

Bid No EC-1 /2008<br />

Rate Per Unit<br />

(in Indian<br />

Rupee)<br />

1 DB Server (In Cluster Mode) No.s 2<br />

2 Application Server (In Cluster Mode) No.s 2<br />

3 Web Server No.s 2<br />

4 Mail Server No.s 1<br />

5 a DNS /DHCP Server No.s 1<br />

5 b FTP Server and Backup Server No.s 1 Each<br />

5 c Antivirus server No.s 1<br />

5 d Proxy server No.s 1<br />

5 e Domain Controller Server No.s 1<br />

5 f<br />

Management Server (vendor has to<br />

quote the quatity of Servers in sync with<br />

EMS requirements)<br />

No.s<br />

As per<br />

actual.<br />

5 g Staging Server No.s 3<br />

5 h KVM Switch – 8 Port No.s 3<br />

6<br />

System Software Components<br />

No.s<br />

LICENCE<br />

to be in<br />

sync with<br />

hardware<br />

Quoted<br />

7 SAN No.s 1<br />

8<br />

SAN Switches<br />

No.s 2<br />

9 Tape Library (will be connected to SAN) No.s 1<br />

10 Backup Software as per specifications No.s<br />

11 Gateway Antivirus No.s 1<br />

12 Desktop PC No.s 812<br />

13 a<br />

Laser Printer Black and white<br />

Type 1 No.s 15<br />

13 b Laser Printer Black and white Type 2 No.s 230<br />

14 Dot Matrix Printer<br />

Nos 62<br />

15 UPS Online 30 KVA<br />

No.s 3<br />

16 a.1 UPS Offline 1 KVA No.s 83<br />

16.a.2 UPS Online 1 KVA No.s 48<br />

16 b UPS Offline 2 KVA 26<br />

16 c UPS Online 2 KVA 05<br />

16 d UPS Online 3 KVA 32<br />

16 e UPS Online 5 KVA No.s 24<br />

17 DG SET 60 KVA No.s 1 at DC<br />

165


Security and Management Products<br />

18 a<br />

Enterprise Network Management<br />

1<br />

System<br />

No.s<br />

18 b Database Management System No.s 1<br />

Firewall<br />

18 c<br />

No.s<br />

2 Pairs<br />

(Each<br />

Pair of<br />

Different<br />

OEM)<br />

18 d Mailing Solution No.s<br />

19 Link Load balancer No.s 2<br />

20 Server Load balancer No.s 4<br />

21 IPS No.s 4<br />

Active Networking Components (WAN<br />

& LAN)<br />

22a Core Switch No.s 2<br />

22 b<br />

Access Switch<br />

8 (For<br />

No.s DC)<br />

22 c Remote location LAN Switch No.s 100<br />

G.703 & V.35 lease line modems 2 Mbps<br />

for DC.<br />

23a<br />

No.s<br />

To Be<br />

Provided<br />

by<br />

Service<br />

Provider<br />

23 b<br />

G.703 & V.35 lease line modems N*64<br />

Kbps upto 2 Mbps for Remote Location<br />

(the quantity may vary as per<br />

requirement of service provider)<br />

No of<br />

Pairs 75<br />

24 a Central Intranet Router (Redundant) No.s 2<br />

24 b Central Internet Router No.s 2<br />

24 c Intranet Router for Remote Locations No.s 206<br />

25 Serial Link (256 Kbps) No.s 206<br />

Structured Cabling and Passive<br />

Products<br />

26<br />

42 U racks (Supplying, Installation,<br />

4<br />

testing and Comissioning)<br />

No.s<br />

27<br />

9 U racks (Supplying, Installation, testing 212<br />

and Comissioning)<br />

No.s<br />

28a<br />

24 Port Patch Panel UTP (Supplying,<br />

6 for DC<br />

Installation, testing and Comissioning) No.s<br />

28 b<br />

12 Port Patch Panel UTP (Supplying,<br />

93<br />

Installation, testing and Comissioning)<br />

29a Box (305 M) Cable UTP CAT 6 No.s 85<br />

Supply, Installation, termination and<br />

As per<br />

29b laying ISI grade PVC pipe, testing and<br />

Actuals<br />

Comissioning)<br />

No.s<br />

30 a Patch Cord 7 feet No.s 850<br />

30 b Patch Cord 3 feet No.s 850<br />

166


31<br />

32<br />

I/O with GANG Box and face plate<br />

(Supplying, Installation, testing and<br />

Comissioning)<br />

Microsoft Office XP Standard Edition<br />

33 Data Centre Components<br />

Facility Management Services for<br />

34<br />

Warranty Period of 5 years<br />

Facility Management Services & AMC<br />

35 after completion of Warranty Period for<br />

next one year<br />

No.s<br />

Years<br />

Year<br />

850<br />

5 Media<br />

& 100<br />

paper<br />

LICENCE<br />

s<br />

5<br />

1<br />

Date: ……..<br />

(Signature) .........…………………….<br />

Place: ……. in the capacity of: ......................<br />

Duly authorized to sign Bid for and on behalf of<br />

………………………………………………<br />

167


Annexure 15<br />

Bid No EC-1 /2008<br />

Format for Furnishing the Roles & Responsibilities in case of consortium<br />

Part / Activities<br />

(As per Scope of<br />

Work in Section<br />

IV)<br />

Project Part 1<br />

Activity 1<br />

Activity 2<br />

Etc....<br />

Project Part 2<br />

Activity 1<br />

Activity 2<br />

Etc....<br />

Project Part 3<br />

Activity 1<br />

Activity 2<br />

Etc....<br />

Project Part 3<br />

Activity 1<br />

Activity 2<br />

Etc....<br />

Project Part 3<br />

Activity 1<br />

Activity 2<br />

Etc....<br />

Project Part 4<br />

Activity 1<br />

Activity 2<br />

Etc....<br />

Roles & Responsibilities<br />

Lead Bidder Consortium Partner 1 Consortium Partner 2<br />

Date: ……..<br />

(Signature) .........…………………….<br />

Place: ……. in the capacity of: ......................<br />

Duly authorized to sign Bid for and on behalf of<br />

………………………………………………<br />

168


Annexure 16<br />

Bid No EC-1 /2008<br />

Format for List of Computer Professionals<br />

Name<br />

Designation<br />

Roles &<br />

Responsibilities<br />

Exp. (in yrs)<br />

Note: In case of consortium list of professionals should be of prime bidder only.<br />

Date: ……..<br />

(Signature) .........…………………….<br />

Place: ……. in the capacity of: ......................<br />

Duly authorized to sign Bid for and on behalf of<br />

………………………………………………<br />

169

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!