Disaster Recovery Solution (Under e-Governance project of AICTE)
Transcript of Disaster Recovery Solution (Under e-Governance project of AICTE)
DRS (Tender Document) Page 1
All India Council for Technical Education
(A Statutory body under Ministry of HRD, Govt. of India)
7th Floor, Chandralok Building, Janpath, New Delhi- 110 001
Phone: 23724151-57 FAX: 011-23724183
Website: www.aicte-india.org
Tender Document
For
Disaster Recovery Solution
(Under e-Governance project of AICTE)
Tender Advertisement Number Admin III/05(04)2011
Tender Reference Number F.N:2(97)/Admn-III/2011-12
Date of Issue 26th
May,2011
Due Date 15th
June,2011
Name & Address of Tenderer Member Secretary, AICTE, 7th
floor, Chandralok
Building, Janpath, New Delhi, 110001
DRS (Tender Document) Page 2
All India Council for Technical Education, New Delhi (Tender Reference No: F.N:2(97)/Admn-III/2011-12)
INVITATION FOR TENDER OFFERS
All India Council for Technical Education, hereinafter referred to as the AICTE, invites
sealed tender offers (Technical bid and Commercial bid) from eligible reputed firms for
providing Disaster Recovery Solution under e-Governance project of AICTE as specified in
the schedule below.
Bid collection and submission details:
Tender reference Number F.N:2(97)/Admn-III/2011-12
Pre bid meeting with the
bidders
6th
June, 2011 at 12:00 Hrs
Last date and time for receipt of
tender offers
15th
June, 2011 at 12:00 Hrs
Date of opening of technical
bids
15th
June, 2011 at 12:30 Hrs
Date of Presentation of
proposed solution
To be intimated to the bidders.
Offer Validity Period
Tender should remain valid for 90 days
Earnest Money Deposit Rs 5,00,000/- (Rupees Five Lakh only) by Demand Draft
in favour of ‗‘Member Secretary, AICTE, New Delhi,‖,
payable at New Delhi.
Address for communication Member Secretary, AICTE, 7th
floor, Chandralok
Building, Janpath, New Delhi, 110001
Place where tender offers
would be opened
AICTE, 7th
Floor, Chandralok Building, Janpath, New
Delhi
Fax No. 011-23724193
e-mail [email protected]
ABOUT AICTE
The All India Council for Technical Education (AICTE), set-up in November 1945 as
a national level Apex Advisory Body, is marching ahead with its mission of
developing and promoting qualitative technical education in the country in a
coordinated and integrated manner. The Council is constantly endeavoring to
encourage a meaningful association between the technical education system and
research & development activities in a concerted effort aimed at nation-building.
IT INITATIVES UNDERTAKEN BY THE AICTE
Technical education at all levels in the country is witnessing a consistent growth
pattern marked by the setting up of new Institutions and improvement of the existing
ones in tune with the quality assurance norms. The Council believes in providing the
proper impetus to Institutions in generating competent engineers and scientists and
DRS (Tender Document) Page 3
encouraging them to think beyond the curriculum while imparting training for the
advancement of knowledge.
Having a larger public interface, e-Governance has become an essential part of the
management system in AICTE. AICTE has introduced e-governess system for greater
transparency and accountability in the working of AICTE. The emphasis on e-
governess to ensure transparency, implementing a tech-savvy approach to enable
faster processing and clearly defining the infrastructural norms in Institutions are just
a few pointers towards AICTE's efforts at fostering a technical education system
which is at par with the best Institutions in the world.
CURRENT INFRASTRUCTURE
AICTE has its head office located at 7th
Floor, Chandralok Building, Janpath, New
Delhi, another office at NBCC complex, Lodhi Road, Eight Regional offices and two
camp offices across the country. AICTE has implemented e-Governance project for
processing applications for starting of new institutes and extension of approval to
existing institutions through AICTE web site at www.aicte-india.org
AICTE data centre consisting of six servers and other infrastructure is located in the
office at NBCC complex. AICTE head office and office at NBCC complex are
provided with 12 mbps leaded line and all the regional offices are connected with 4
mbps dedicated leased line.
EXISTING INFRASTRUCTURE:
Item Description Numbers
Database Server 2 x 4c 2.0GHz, 32GB RAM, 4x300GB HDD, 2x146GB
HDD, 1x 3Gb SAS HBA 1
Application Server 2 x 4c 2.0GHz, 32GB RAM, 4x300GB HDD, 2x146GB
HDD, 1x 3Gb SAS HBA 1
Web Server 2 x 4c 2.0GHz, 32GB RAM, 4x300GB HDD, 2x146GB
HDD, 1x 3Gb SAS HBA 1
Test Server 2 x 4c 2.0GHz, 32GB RAM, 4x300GB HDD, 2x146GB
HDD, 1x 3Gb SAS HBA 2
OBIEE Server 2 x 4c 2.0GHz, 32GB RAM, 4x300GB HDD, 2x146GB
HDD, 1x 3Gb SAS HBA 1
Storage Dual Controller SAS storage, 9 x 450GB SAS HDD, 6 x
1TB SATA HDD 1
Operating system
& Database
Windows 2003 server operating system
Oracle – Siebel database
AICTE OFFICES
Offices of AICTE Location
1 Head Office 7th
Floor, Chandralok Building, Janpath, New Delhi
2 NBCC Lodhi Road, New Delhi
3 Eastern Kolkata
4 Northern Kanpur
5 Southern Chennai
6 Western Mumbai
DRS (Tender Document) Page 4
7 Central Bhopal
8 South Central Hyderabad
9 South Western Bangalore
10 North West Chandigarh
11 Guwahati Camp office Guwahati
12 Gurgaon Camp office Gurgaon
DRS (Tender Document) Page 5
A) PROJECT SCOPE
The selected vendor shall be required to independently arrive at the methodology,
based on globally acceptable standards and best practices, suitable for the Council.
The vendor‘s involvement is expected to be spread across a period of 60 months
from the date of contract and implementation at Mumbai or Bangalore.
Disaster Recovery Planning and Consulting
Provide the necessary resources – consulting and/or software to build and maintain a
viable recovery plan. The plan shall include prioritization of software and hardware
replacement so that systems identified as ―critical‖ will be restored before less critical
systems.
Disaster Recovery Implementation
Provide hardware, software (for replication and monitoring), facilities, and consulting
services necessary to implement their developed disaster recovery plan, i.e. data/software
recovery and replacement of computers, peripherals, and networking systems. The goal is to
achieve recovery of critical systems in the shortest possible time after a disaster has occurred
which includes the following :
a. Supply, installation and commissioning of hardware items as per Annexure-A with
comprehensive warranty for a period of 3 years from the date of project
commissioning.
b. Supply, installation and commissioning of software and licenses, for Operating
system, middleware, database, Replication software as per Annexure-A with
warranty / ATS for 3 years.
c. Supply, installation and commissioning of software and licenses for DR monitoring
tool and its configuration.
d. Implementation of LAN infrastructure which includes supply, installation &
commissioning of LAN Switching components, Structured LAN Cabling
e. Supply, installation & commissioning of security equipment (IPS, Firewalls etc.)
f. Supply, installation & commissioning of routing & LAN switching equipment at
each primary DC & DR-DC for the replication network.
g. Configuration change required to be done in network equipment installed in DR DC
for switchover of operations to DR DC i.e. rerouting of user terminal traffic from
Primary Data Centre (DC) to DR-DC as per scheme devised jointly by AICTE and
vendor.
h. Monitoring & maintenance of network & security infrastructure at DR-DC, WAN
communication links of core DR network and secondary network.
i. Development / customization / testing / implementation of Storage replication based
DR system including DR configuration & processes, training, and post-
commissioning hand-holding support.
j. DR system management services and helpdesk support (manpower only) for a period
of 5 years from the date of commissioning of the system.
DRS (Tender Document) Page 6
k. Monitoring, management and maintenance of Hardware for servers, storage,
associated software like Operating system, middleware, database, networking
devices, network links, security infrastructure etc.
l. Monitoring, management and maintenance of following processes for DR system but
not limited to -
Replication
Failover
Switch over
Switch back
Security
Testing
General Requirements:
a. The recovery plan must document procedures to prepare for a disaster and detailed
procedures to follow after a disaster has occurred. If software is used for plan
development, it must be easy to use.
b. Recovery plan development must be flexible enough to adapt the plan to a constantly
changing data, application software, operating system, computer and network
environment.
c. The vendor must deliver replacement equipment in the shortest possible time after a
disaster has occurred.
d. The vendor must provide comprehensive technical support – 24 hours a day, seven
days a week, including holidays.
e. The vendor must provide, at a minimum, annual testing of the recovery plan. Testing
time will be coordinated to accommodate AICTE.
f. The vendor shall include a quantity and description of every item to be provided by
them to implement the recovery plan.
g. The vendor must clearly define respective vendor and AICTE responsibilities in the
event of a disaster.
h. The tender offer must be valid for a period of 90 days from the date of submission.
Any offer falling short of the validity period is liable for rejection.
Installation requirements:
a. The installation of the ordered Systems shall be carried out without disturbing the
ongoing working of the existing system.
b. Any statutory requirement for installation and working of all equipment of the
ordered systems shall be responsibility of the bidder.
c. All work performed for the installation of this system shall be performed in co-
operation with the AICTE and its associates.
d. Permission from various authorities may be the sole responsibility of the vendor.
Training requirements:
Training shall consist of on-site group and individual training of all staff associated with
the system.
DRS (Tender Document) Page 7
Product Updates / Maintenance / Warranty requirements
a. The proposed vendor solution must describe how they propose to provide minimum
vendor response time to service calls. Describe the proposed methodology to respond
to service requests with respect to the proposed vendor solution after its
implementation.
b. Vendor Product Maintenance Updates / Service Packs. Clearly describe the
proposed methodology for both notifying of new releases and maintenance updates.
Describe all costs related to maintenance releases and major version upgrades.
Describe how these software releases will be distributed to the product users.
c. Product Warranty. Clearly describe the standard product warranty and its general
terms and conditions.
d. Maintenance Contract. Proposal shall include a system maintenance proposal for
vendor provided components. Clearly describe the standard product maintenance
contract coverage, any optional maintenance services, post-warranty period
maintenance coverage, and costs for each proposed level of maintenance service.
e. Problem Call Management. Clearly describe the vendor‘s problem call
management methodology used for keeping track of problems calls and assuring
adequate customer resolution. Include a detailed statement advising if the
manufacturer technical support staff is available to owner technical staff.
f. Maintenance Agreement / Product Upgrades. Clearly indicate whether product
upgrades are or are not included in any proposed product maintenance contracts.
Also, clearly describe whether this includes incremental upgrades (example: from
version 4.11 to 4.12) or major upgrades (example: from version 4.x to 5.x), or both.
GENERAL REQUIREMENTS
The tender offer must be valid for a period of 90 days from the date of submission. Any
offer falling short of the validity period is liable for rejection.
PRODUCT UPDATES / MAINTENANCE / WARRANTY REQUIREMENTS
Proposal shall include a system maintenance proposal for vendor provided components /
system / applications. Clearly indicate what level of support is available, such as 7 x 24,
5 x 24, 5 x 8, etc. coverage is proposed, and the associated costs for each level of
service.
The vendor shall provide latest upgraded version of the system, application software as
and when offered in the market.
PRODUCT CUSTOMIZATION REQUIREMENTS
AICTE already has Oracle‘s Siebel solution. AICTE has or plans to procure, implement,
other solutions for the automation of office processes. The vendor should provide the
Quote for the effort involved in integration of other services if required, in terms of PER
MAN HOUR unit.
The total Man-hours effort required to carry out such integration shall be calculated by
mutual agreement between the AICTE & Vendor, on case to case basis and the total
DRS (Tender Document) Page 8
Man-hours effort shall be paid on the basis of PER MAN HOUR rate quoted in this
tender.
SYSTEM DOCUMENTATION
The selected Bidder shall provide complete documentation of the following:
a. Administrator‘s Manual:
This manual shall provide an overview and implementation instructions for the
disaster recovery plan.
b. Operator Manual:
This manual shall provide a basic operational description of the software as well as
other pertinent operational details. The manual shall be short, simple, and shall
include pictures showing the various operator procedures.
c. Installation Manual and Documentation:
The installation manual shall consist of a printed section that describes the proper
installation procedures. It shall also include those details that are unique to the AICTE
system, such as the server operating system and server setup parameters. This manual
shall include clear illustrations of all system connections.
d. On-line Help:
Every option in the software should have context sensitive help available for the user
while the software is in use.
Manuals shall address the issue of alternate recovery sites.
SITE PREPARATION
Vendor shall provide detailed guidelines for site preparation. Details of infrastructure
available as given in the tender. (Only that infrastructure is mentioned that may be
physically interfaced / connected to the equipment supplied by the vendor). It shall be
AICTE‘s responsibility to ensure proper environment with suitable power and air
conditioning.
SPECIFICATION OF EQUIPMENTS AND SERVICES
The technical specifications specified in Annexure-A are the minimum requirements of
the Purchaser. The vendors are at liberty to indicate higher specifications than the
minimum levels. The Purchaser reserves the right to place orders at the higher
specifications offered by the vendors. Similarly the warranty period is the minimum
required. The vendors are at liberty to offer a higher warranty period and the Purchaser /
Indenter reserves the right to avail of the longer warranty period offered.
MAINTENANCE AND SUPPORT
As a part of maintenance strategy, vendor shall provide services for the hardware,
software supplied by the vendor for AICTE, during the period of warranty. The service
engineer should have sufficient technical qualification and experience to handle
hardware, software, communications issues that may arise during the usage of system.
DRS (Tender Document) Page 9
The vendors shall furnish the details of their centers to support and shall deploy only
trained service personnel to resolve the issues which may arise. Maximum time to repair
(resolve & recover) a reported break down should be 4 hours. Time for this purpose
shall be measured as interval between the time of reporting the problem and the time
when the problem is fully solved making the faulty components/functions fully
operational.
Vendor and OEM support strategy should have a 24 X 7 support. Support from vendor
(and OEM if applicable) should be on site whenever a fault is to be recovered
Bidder shall not be responsible for damage to the systems due to external circumstances
such as earthquakes, floods, fires, riots, electrical anomalies, as well as rats cutting etc.
Even if the goods are shifted to any other location of AICTE during the warranty period,
the warranty should continue.
All the Hardware and Software should carry 3 years of warrenty from Manufacturer and
additional 2 years warrenty from the vendor.
The vendor should provide on-site residential support engineer for both Hardware and
Software for 5 years.
UPTIME GUARANTEE
Vendor shall have to guarantee a continuous high availability of the all the services and
equipments supplied by them and should achieve 99 % uptime on 24 X 7 basis.
In case of failure occurs during the warranty period and the same has not been set right
by the vendor within 4 hours from the time of intimation to the Vendor, the warranty
period will also be extended proportionately.
SPARES
Vendor shall maintain the sufficient Spares for maintaining required uptime guarantee.
B) INSTRUCTIONS TO TENDERERS
DEFINITIONS
In this Contract, the following terms shall be interpreted as indicated below:
1. ―Vendor or Contractor or Service Provider‖ shall mean the successful bidder to whom
the contract has been awarded and with whom the Tendering Authority signs the
contract for rendering of goods and services.
2. ―Contract‖ means the agreement entered into between the Tendering Authority and the Vendor,
as recorded in the document signed by the parties, including all the attachments and appendices
thereto, and all documents incorporated by reference therein;
3. "Bidder‖ means any firm having proper legal Agreement between the parties with the
lead firm taking the full responsibility of managing the project as required in the
tender. The word ―Bidder‖ when used in the pre award period shall be synonymous
with ―Vendor‖ which shall be used after award of the contract.
4. ―The Contract Price‖ means the price payable/receivable to the Successful Bidder
under the Contract for the full and proper performance of its contractual obligations;
5. ―The Goods‖ means all the all the material/ services, which the Vendor is required to
supply to the Tendering Authority under the Contract;
DRS (Tender Document) Page 10
6. ―Services‖ means services ancillary to the supply of the Goods, such as transportation
and insurance and any other incidental services and other obligations of the Vendor
covered under the Contract;
7. ―Day‖ means a working day.
8. ―Tendering Authority‖ means The Member Secretary, AICTE, New Delhi.
9. ―Council‖ means All India Council for Technical Education
10. ―AICTE‖ means All India Council for Technical Education
LOCATION FOR SUPPLY OF GOODS AND SERVICES AND INSTALLATION
Delivery, Installation of hardware, consumables and application software should be at
the Sites/Locations as per Annexure-J at the risk and cost of successful bidder.
SPECIFICATIONS
The technical specifications are the minimum requirements of the purchaser. The
Tenderer is at liberty to indicate higher specifications than the minimum level. The
purchaser reserves the right to place order at the higher specifications offered by the
Tenderer. Similarly the warranty period is the minimum required. The Tenderer is at
liberty to offer a higher warranty period and the Purchaser / Indenter reserves the right
to avail of the longer warranty period offered.
Intending Tenderer will be allowed to suggest suitable modifications in the Technical
Speciation. So that AICTE can take the benefit of the latest advances in the
technology. The Purchaser will communicate such changes in specifications that are
accepted to all the intending Tenderer who have attended the prebid meeting. Only
such changes that have been communicated will become binding on all the Tenderer.
COST OF TENDER DOCUMENT
Tender/RFP document may be down loaded from the website www.aicte-india.org.
COST OF TENDER
It may be noted that Council will not pay any amount / expenses / charges / fees /
traveling expenses / boarding expenses / lodging expenses / conveyance expenses /
out of pocket expenses, regardless of the conduct or outcome of the Tendering
process.
NON TRANSFERABLE TENDER
Neither the contract nor any rights granted under the contract may be sold,
leased/sublet, assigned, or otherwise transferred, in whole or in part, by the vendor,
and any such attempted sale, lease, assignment or otherwise transfer shall be void and
of no effect without the advance written consent of the Council.
DRS (Tender Document) Page 11
QUALIFICATION CRITERION
a. The respondent may be a Government Organization / PSU / PSE / partnership firm or
a limited Company under Indian Laws.
b. The respondent should be in existence for minimum 5 years.
c. The respondent should have a minimum turnover of at least Rs. 1000 Crores in the
past three years for Indian operations.
d. It should be profit making firm / company / organization.
e. Manpower at present: The firm must have 1000 technically qualified software
developers, 50 network engineers, 50 system integrators and should have a prior
experience in providing IT infrastructure maintenance services. The responding must
have expert manpower for Seibel database (should be supported by necessary
certificate)
f. An affidavit to the effect that the firm or any of its partner, director, Board Member
of any firm has not been black listed by any Government /Semi Government
Organization/statuary body.
g. The bidder should be a system integrator with proven skills and experience in
designing, setting up and maintaining Disaster Recovery Solution under e-
Governance project of AICTE.
h. Should be a CMM Level 5 & ISO 9001:2008 organization.
i. Should have executed similar project in Government and Private sector
j. Should have qualified team of Software and Hardware Professionals.
k. Only those Tenderer who attend the pre-bid meeting will be allowed to submit the
Tender offer and further eligible for participation in the Tender process.
OFFER VALIDITY PERIOD
Tender should remain valid for 90 days
COMPLETENESS OF TENDER OFFER
The Tenderer is expected to examine all instructions, forms, terms, conditions, and
specifications in the Tender document. Failure to furnish all information required by
the Tender document or submission of a tender offer not substantially responsive in
every respect to the tender documents will be at the Tenderer‘s risk and may result in
rejection of its tender offer. The tender offer is liable to be rejected outright without
any intimation to the Tenderer if complete information as called for in the tender
document is not given therein, or if particulars asked for in the Forms / Performa in
the tender are not fully furnished.
TWO BID SYSTEMS TENDER
The offer shall be in two separate parts. One Envelop containing Technical offer in
duplicate along with EMD and Commercial offers in second envelop. These Two
separate sealed envelopes containing the Technical and Commercial offers separately
should be enclosed together in a large envelop, sealed and superscripted with the
Tender Reference Number, Name and address of the Tenderer. Tender Offer without
separate envelops for technical offer and commercial offer will be rejected outright.
DRS (Tender Document) Page 12
All pages in technical and commercial bid shall be numbered, stamped with the
official company seal and duly signed by the authorized signatory.
The bidders should use the formats prescribed by the Council for submitting both
technical and commercial bids.
All the attachments should be in a sequence specified in tender offer form (Annexure-
C) and flagged.
All two inside envelops should be separately sealed and stamped. The sealed envelops
must be super-scribed with the following information:
Type of offer (Technical or Commercial):
Tender Reference Number:
Name and address of Tenderer:
Date of submission of Tender Offer and Time:
ENVELOP-I (TECHNICAL OFFER)
The technical offer shall be submitted in Duplicate.
The technical bid should not contain any price information.
The Technical offer should include all items asked for in Annexure-A.
The Technical bid should be complete in all respects with all the columns filled in
including ―Accepted / Deviations‖.
The Technical offer should be complete to indicate that all products and services
asked for are quoted and should give all required information including technical
brochure, manuals, technical specifications, data sheet of the quoted products in an
organized and neat manner. No documents, brochures, leaflets, etc. should be
submitted in loose form. (Submit hard copy and soft copy in CD)
The technical specifications are the minimum requirements of the purchaser. The
Tenderer is at liberty to indicate higher specifications than the minimum level. The
purchaser reserves the right to place order at the higher specifications offered by the
Tenderer.
Filling up of the Technical Detail Form using terms such as ―ok‖, ―acceptable‖,
―noted‖, ―as given in brochure / manual‖ is not acceptable. The Purchaser may treat
offers not adhering to these guideline as unacceptable.
One tender should contain only one product option.
Any additional accessories, services for Hardware and Software which can be
supplied should be included separately indicating their need/use. Those additional
accessories, services which are essential for basic functional use of the equipment in
the overall system should be marked as essential and others as optional.
EARNEST MONEY DEPOSIT
Subject to compliance of Response Submission Process the intending bidders should
pay along with bids an Earnest Money Deposit of Rs 5,00,000/- (Rupees Five Lakh
only). The EMD shall be paid by Demand Draft in favour of ‗‘ Member Secretary,
AICTE, New Delhi‘, payable at New Delhi. The EMD will not carry any interest.
The EMD made by the bidder will be forfeited if:
The bidder withdraws his tender before processing of the same.
DRS (Tender Document) Page 13
The bidder withdraws his tender after processing but before acceptance of ―Letter of
appointment‖ issued by Council.
The selected bidder withdraws his tender before furnishing an unconditional and
irrevocable Performance Bank Guarantee.
The bidder violates any of the provisions of the terms and conditions of this tender
specification.
The EMD will be refunded to:
The successful bidder, 3 months after successful installation, commissioning and
testing of Goods and services.
The successful bidder, only after furnishing an unconditional and irrevocable
Performance Bank Guarantee for 10% of the contract value.
The unsuccessful bidders, only after acceptance of the ―Letter of Appointment‖ by the
selected bidder.
ENVELOP-II (COMMERCIAL OFFER)
Commercial Offer as per Annexure –B shall be submitted. It should give all relevant price information and should not contradict the Technical
Offer in any manner.
The prices quoted in the commercial bid should be without any conditions.
The bidder should submit an undertaking that there are no deviations to the
specifications mentioned in the tender either with the technical or commercial bids
submitted.
The price schedule must be filled in completely, without any error, erasures or
alterations.
Tenderer should quote only all-inclusive Price inclusive of Supply, Installation,
commissioning, Transportation, Forwarding, Insurance, Training, Warranty, taxes and
duties etc except Octroi.
The commercial offer shall be on a fixed price basis, inclusive of all taxes, no price
variation should be asked for relating to increase in customs duty, excise tax, dollar
price variation, etc.
Price quotation accompanied by vague and conditional expression such as ―subject to
immediate acceptance‖, ―subject to confirmation before sales‖, etc will be treated as
being at variance and shall be liable for rejection.
The envelop consisting of Commercial Offer shall be marked as “Commercial
Envelop”
Prices quoted will be firm for the entire period of Contract. All prices to be quoted in
Indian Rupees, and must clearly state all applicable taxes which must be included in
quoted price.
It is the responsibility of the Vendor to clearly identify all costs associated with any
item or series of items in this tender. The Vendor must include and complete all parts
of the cost Proposal in a clear and accurate manner. Omissions, errors,
misrepresentations, or inadequate details in the Vendor‘s cost proposal will be
considered as valid ground for rejection of the Vendor‘s proposal. Costs that are not
clearly identified will be borne by the Vendor.
Tenderer should indicate separately the cost of additional accessories, services of
essential and optional nature.
DRS (Tender Document) Page 14
The commercial offer should clearly indicate and include cost of licenses and up-
gradation of system and application software for total duration of contract.
The commercial offer should include incidental charges and customization charges if
any.
AUTHORISED SIGNATORY
The selected bidder shall indicate the authorized signatories who can discuss and
correspond with the Council, with regard to the obligations under the contract. The
selected bidder shall submit at the time of signing the contract, a certified copy of the
extract of the resolution of their Board, authenticated by Board Secretary, authorizing
an official or officials of the bidder or a Power of Attorney copy, to discuss, sign
agreements / contracts with the Council. The bidder shall furnish proof of signature
identification for above purposes as required by the Council.
ONLY ONE SUBMISSION PERMITTED
Only one submission of response to tender by each Vendor will be permitted. In case
of partnerships / consortium, only one submission is permitted through the lead
vendor / consultant. The purchase order in such case will be placed in the name of
Principal bidder only and the principal bidder will be responsible for non commitment
to terms and conditions as per this tender document. All submissions, including any
Banking documents, will become the property of Council. Recipients shall be deemed
to license, and grant all rights to, Council to reproduce the whole or any portion of
their submission for the purpose of evaluation, to disclose the contents of the
submission to other Recipients who have registered a submission and to disclose
and/or use the contents of the submission as the basis for any resulting process,
notwithstanding any copyright or other intellectual property right that may subsist in
the submission or Banking documents.
SUBMISSION OF TENDER OFFER
Sealed tender offers shall be received by the ―Member Secretary, AICTE, New Delhi‖
at the address specified above not later than the time and date specified in the
invitation of Tender offer. In the event of the specified date for the submission of
tender offers being declared a holiday, the offers will be received up to the appointed
time on the next working day.
Tender Offer submitted without Application Fee, sent by fax or e-mail will not be
considered for evaluation.
Tender Offer received late will be rejected and / or returned unopened to the
Tenderer.
OPENING OF TENDER OFFER
Tender offers received within the prescribed closing date and time will be opened in
the presence of bidders‘ representatives who choose to attend the opening of the
tender on the specified date and time as mentioned earlier in the tender document.
The bidder‘s representatives present shall sign a register of attendance and minutes
and they should be authorized by their respective companies to do so.
A copy of the authorization letter should be brought for verification.
DRS (Tender Document) Page 15
PRELIMINARY SCRUTINY
Prior to the detailed evaluation, the Purchaser will determine the substantial
responsiveness of each offer to the tender document. For purpose to these clauses, a
substantially responsive bid is one which confirms to all the terms and conditions of
the Tender Document without material deviations. The purchaser‘s determination of
an offer‘s responsiveness is to be based on the contents of the Tender Offer itself
without recourses to extrinsic evidence.
The Purchaser will scrutinize the offer to determine whether the offer is complete,
whether required technical documentation have been furnished, whether the
documents have been properly signed, and whether the offer is in order.
All the prospective vendors will have to present the proposed solution as per schedule
in the tender. Substantially responsiveness of the technical offer in the tender will be
decided based on the proposed solution.
A tender offer determined as not substantially responsive will be rejected by the
purchaser and the commercial bid for such Tenderer will not be opened.
The Purchase may waive any minor infirmity or irregularity in a Tender offer, which
does not constitute a material deviation. This shall be binding on all Tenderers and the
Purchaser reserves the right of such waivers.
CLARIFICATION OF OFFER
To assist in the scrutiny, evaluation and comparison of offer, the Purchaser may, at its
discretion, ask some or all Tenderers for technical clarification of their offer. The
request for such clarification and the response shall be in writing. To speed up the
response process, the Purchaser, at its discretion, may ask for any technical
clarification to be submitted by means of facsimile by the Tenderer. In such cases,
original copy of the document describing the technical clarification must be sent to
the Purchaser by means of courier / in person.
SHORT LISTING OF TENDERERS
The Purchaser will short list technically qualifying Tenderers and commercial offers
of only these Tenderers will be opened.
COMPLETION OF COMPLIANCE OF TENDER CONDITIONS AND
STIPULATIONS AND PRICE COMPARISION
The Purchaser will evaluate the commercial offers of Tenderers previously short-
listed and determined to be substantially responsive.
After opening of the commercial offers of the short-listed Tenderers, if there is a
discrepancy between words and figures, the amount indicated in words will prevail.
AWARD CRITERIA
Contract will be awarded to the Tenderer whoes technical proposal is responsive and
commercial offer has been determined to be lowest evaluated offer. Contract may be
awarded even if only one bidder qualifies technical/commercial offer. However,
DRS (Tender Document) Page 16
AICTE reserves the right to take appropriate decisions in such case and shall not be
binding on the AICTE to award the contract.
RIGHT TO ALTER ITEMS
The Purchaser reserves the right to delete items from the schedule of requirements
specified in the tender. The Purchaser also reserves the right to alter the quantity.
The purchaser reserves the right to vary specifications.
NO COMMITMENT TO ACCEPT LOWEST OR ANY TENDER
AICTE shall be under no obligation to accept the lowest or any other offer, including
those received late or incomplete offers, without assigning any reason whatsoever.
AICTE reserves the right to make any changes in the terms and conditions of the
tender.
AICTE will not be obliged to meet and have discussions with any bidder, and or to
listen to any representations.
CORRUPT AND FRAUDENT PRACTICES
The Purchaser will reject a proposal for award if it determines that Tenderer
recommended for award has engaged in corrupt or fraudulent practices in competing
for the contract in question.
SIGNING OF CONTRACT AGREEMENT
Within seven days of receipt of Purchase order, the successful Tenderer shall sign and
date the contract and return it to the Purchaser.
C) TERMS AND CONDITIONS OF CONTRACT
PAYMENT TERMS
Payment terms:
a. 75% of the total contract value against delivery, successful installation of hardware
and software including any services provided.
b. 25% after successful and satisfactory completion DR solution.
c. Payment against on-site Hardware and Software support will be made on quarterly
basis against the Bills raised after the completion of each quarter subject to
satisfactory performance as per committed SLA.
d. Payment of taxes and other applicable Government levies will be made according to
the rules and regulations as existing on the date of the payment.
e. In case there is price reduction in service components during the contract period then
the vendor will pass on all such benefits to AICTE without claiming by the Council.
f. Payment against Software AMC (Including Licenses) will be paid in advance against
the request from the vendor.
DRS (Tender Document) Page 17
In all above phases, the payments shall be made against bill and satisfactory report
from the concerned AICTE official.
LIQUIDATED DAMAGES
For any delay in Installation and Commissioning, the AICTE will charge penalty as under:
0.5% of the order value/week or part thereof, subject to the cost not exceeding 10% of
the total cost.
PERFORMANCE GUARANTEE
Performance Bank Guarantee of 10 % of the contract value valid for contract period
(60 Months) plus 6 months claim period shall be submitted within 7 days from
acceptance of the purchase order.
The contract period shall be of 60 months from the date of signing of contract.
WARRANTY AND ANNUAL MAINTENANCE CONTRACT (AMC)
The successful Bidders shall warrant the complete DR Solution including the supplied
software, equipment and components thereof, to be free from any sort of defects in
material and workmanship for a minimum period of 3 years from date of completed
installation and shall repair or replace on a timely basis any defective component,
assembly or portion, free of cost.
A Service Level Agreement (SLA) will be required to establish appropriate level of
support for speedy repair and replacement.
Each and every call will be attended by competent staff of the Bidder within 3-4 hours
of its notification either on phone or in writing during business hours (9am -5pm).
Delay in attending the call and delay in rectification of fault will lead to consequential
financial damages to the Vendor/Bidder.
The tenderer should separately indicate the cost of onsite service (AMC) beyond the
warranty period of 3 years, for the next 2 years, for all the procured items and
services. AMC charges for fourth and fifth year should be quoted separately for every
item or all items under warranty taken together. Proposal without mention of AMC
charges will be treated as incomplete and will be rejected.
AMC charges will be paid after every six months against valid claim and satisfactory
report from the concern authority.
TIME FRAME
Project is to be completed within four months (16 weeks) in all respects i.e. deliveries
and all kind of installations and two (02) weeks for testing and commissioning.
Liquidated Damages at the rates referred in this document shall be imposed in case of
any delays due to any reason whatsoever C
EXECUTION OF SLA / NDA
The vender should execute:
DRS (Tender Document) Page 18
a. A Service Level Agreement, which would include all the services and terms and
conditions of the services to be extended as detailed herein and as maybe prescribed
by the Council and
b. Non-disclosure Agreement. The vendor should execute the SLA and NDA within 15
days from the date of acceptance of Letter of Appointment.
OPERATIONAL TRAINING
A comprehensive Training Plan is to be submitted along with the Technical Proposal.
Bid price shall include training on the system for the AICTE staff who will be the end
users of the system.
The training will be as per the satisfaction of the client / end user.
CANCELLATION OF CONTRACT AND COPMENSATION
The Council reserves the right to cancel the contract of the selected bidder and
recover expenditure incurred by the Council on the following circumstances:
The selected bidder commits a breach of any of the terms and conditions of the
bid/contract.
The bidder goes into liquidation voluntarily or otherwise.
The progress regarding execution of the contract, made by the selected bidder is found
to be unsatisfactory.
If deductions on account of liquidated Damages exceeds more than 10% of the total
contract price.
After the award of the contract, if the selected bidder does not perform satisfactorily
or delays execution of the contract, the Council reserves the right to get the balance
contract executed by another party of its choice by giving one months notice for the
same. In this event, the selected bidder is bound to make good the additional
expenditure, which the Council may have to incur to carry out bidding process for the
execution of the balance of the contract. This clause is applicable, if for any reason,
the contract is cancelled.
The Council reserves the right to recover any dues payable by the selected bidder
from any amount outstanding to the credit of the selected bidder, including the
pending bills and/or invoking Bank Guarantee, if any, under this contract or any other
contract/order.
The purchaser shall be entitled and it shall be lawful on his part to forfeit the amount
of Performance Bank Guarantee in whole or in part in the event of any default, failure
or neglect on part of the contractor in fulfillment or performance of the contract under
reference in all respects satisfaction of the purchaser. The purchaser shall be entitled
to deduct from the amount of Performance Bank Guarantee any loss or damage which
the purchaser may suffer or be put by any reason of or due to any act or other default
recoverable by the purchaser from the contract. The losses recoverable by the
purchaser from the Performance Bank Guarantee shall include all losses incurred by
the purchaser during the warranty period on account of failure of equipment or delay
in attending the equipment by the contractor during the warranty period as per
stipulations of the contract.
The Performance Bank Guarantee will be returned to the contractor without any
interest on performance and completion of the contract which shall include
DRS (Tender Document) Page 19
installation, commissioning of complete equipment to be supplied under the contract
and fulfillment of warranty obligations for the complete terms of the contract.
ASSIGNMENT
Neither the contract nor any rights granted under the contract may be sold, leased,
assigned, or otherwise transferred, in whole or in part, by the vendor, and any such
attempted sale, lease, assignment or otherwise transfer shall be void and of no effect
without the advance written consent of the Council.
SUBCONTRACTING
The vendor shall not subcontract or permit anyone other than its personnel to perform
any of the work, service or other performance required of the vendor under the
contract without the prior written consent of the Council.
APPLICABLE LAW AND JURIDICTION OF COURT
The Contract with the selected bidder shall be governed in accordance with the Laws
of India and will be subject to the exclusive jurisdiction of Courts at Delhi (with the
exclusion of all other Courts).
NO LEGAL RELATIONSHIP
No binding legal relationship will exist between any of the Recipients / Respondents
and Council until execution of a contractual agreement.
DISQUALIFICATION
Any non confirmation to above tender details can be treated disqualification. Any
form of canvassing/lobbying/influence/query regarding short listing, status etc will be
a disqualification.
If the bid is received after the due date & time.
Submitted more than one bid, either as single firm/ primary bidder / consortium
member
ANNEXURES TO THE TENDERS The tender comprises of following schedules / Annexure:
Annexure-A Specifications For Technical Offer
Annexure-B Price Schedule
Annexure-C Tender Offer Form
Annexure-D Self-Declaration (Notarized Affidavit)
Annexure-E Details Of Bidder
Annexure-F Details Of Manpower Exclusively Associated With This Project
Annexure-G Performance Statement
Annexure-H Contract Form
Annexure-I Performance Security Form
DRS (Tender Document) Page 20
Annexure-J Locations of AICTE Offices
Annexure-K Checklist
Annexure-L SLA
DRS (Tender Document) Page 21
Annexure-A
Specifications for Technical Offer
A-1: Technical specification of DATABASE SERVER (2 Units)
Description Offered
specifications
Deviation
(if any)
4 x Six Core E7530 Intel Xeon Processors @ 2.00GHz,
18MB L2 Cache, scalable to 8 processors or 48 core
Latest OS certified: Windows Server 2008 R2 Enterprise
Edition / Red Hat Enterprise Linux 4 & 5 / SUSE Linux
Enterprise Server 9
Memory (RAM): 144 GB, scalability to 512 GB DDR3,
should detect and report memory errors that might be
developing before they cause a server outage and should
provide multichip error protection.
At least 6 PCI – E slots. After population of slots as per
requirement 25% of total slots should be free for future
expansion. Alternatively, vendors should not consume more
than 75% of available slots in the server.
SAS controller: 64-bit PCI or PCI express. Multiple RAIDs
should be possible and Raid controller should have at least
256 MB battery backed write cache. The controller should be
attachable to external storage expansion.
SAS disk – capacity: 2x300 GB 10 K RPM internal SAS
HDDs. All HDDs should be hot-swappable.
2 x Dual Port 10/100/1000 Mbps Ethernet Adapter, should be
TOE enabled
2x 8Gbps Single Port HBA adapter to Connect Storage with
necessary accessories and cables
Optical Drive : 8X/24X slim-line DVD RW
Security: Power-on password / admin password / unattended
boot / selectable boot / boot without keyboard.
Cooling fans: Minimum Four fans / multi speed / Hot swap
and redundant/ fan failure signals front panel alarm LED / fan
in each power supply / fan on each processor. The fans should
automatically adjust speeds in response to changing thermal
requirements, depending on the zone, redundancy, and
internal temperatures.
Min 2 AC power supplies / supports dual input sources /
(N+N) redundant / hotswap / auto-restart support
OEM to provide its own systems management software
Pre-failure Alerts for processors, memory, HDDs, power
supplies, fans and Voltage Regulation Module plus system
temperature. Should detect impending failure of supported
DRS (Tender Document) Page 22
components (processors, memory and hard disk drives)
before actual failure, and alert the administrator.
Operating System : Windows 2008 down gradable to 2003
A-2: Technical specification of APPLICATION SERVER (2 UNITS) (SCALABLE
TO 8 PROCESSORS)
Description Offered
specifications
Deviation
(if any)
8 x Eight Core X7560 Intel Xeon Processors @ 2.26GHz,
24MB L2 Cache, scalable to 8 processors or 64 core
Latest OS certified: Windows Server Enterprise Edition / Red
Hat Enterprise Linux 4 & 5 / SUSE Linux Enterprise Server 9
Memory (RAM): 288GB, should detect and report memory
errors that might be developing before they cause a server
outage and should provide multichip error protection.
At least 6 PCI – E slots. After population of slots as per
requirement 25% of total slots should be free for future
expansion. Alternatively, vendors should not consume more
than 75% of available slots in the server.
SAS controller: 64-bit PCI or PCI express. Multiple RAIDs
should be possible and Raid controller should have at least
256 MB battery backed write cache. The controller should be
attachable to external storage expansion.
SAS disk – capacity: 2x300 GB 10 K RPM internal SAS
HDDs. All HDDs should be hot-swappable.
2 x Dual Port 10/100/1000 Mbps Ethernet Adapter, should be
TOE enabled
2x 8Gbps Single Port HBA adapter to Connect Storage with
necessary accessories and cables
Optical Drive : 8X/24X slim-line DVD RW
Security: Power-on password / admin password / unattended
boot / selectable boot / boot without keyboard.
Cooling fans: Minimum Four fans / multi speed / Hot swap
and redundant/ fan failure signals front panel alarm LED / fan
in each power supply / fan on each processor The fans should
automatically adjust speeds in response to changing thermal
requirements, depending on the zone, redundancy, and
internal temperatures.
Min 2 AC power supplies / supports dual input sources /
(N+N) redundant / hot swap / auto-restart support
OEM to provide its own systems management software
Pre-failure Alerts for processors, memory, HDDs, power
supplies, fans and Voltage Regulation Module plus system
temperature. Should detect impending failure of supported
components (processors, memory and hard disk drives)
before actual failure, and alert the administrator.
Operating System : Windows 2008 down gradable to 2003
DRS (Tender Document) Page 23
A-3: Technical specification of WEB SERVER & GATEWAY NAME SERVER (2
Units)
Description Offered
specifications
Deviation
(if any)
Processors: 2 x 2.4 GHz Quad Core, Intel Xeon 5620
processors with Quick Path Interconnect technology, up to
1333 MHz memory access speed.
Memory (max) : 16 GB RAM upgradeable up to 192 GB
DDR-3 RDIMMs via 18 DIMM slots
Disk bays (total/hot swap): 2x300GB 2.5" hot-swap (SAS)
HDDs
Network interface : Integrated 2 ports, plus 2 ports optional
Gigabit Ethernet
Redundant Power supply
2 x Dual Port 10/100/1000 Mbps Ethernet Adapter, should be
TOE enabled
2x 4Gbps Single Port HBA adapter to Connect Storage
Optical Drive : 8X/24X slim-line DVD RW
Security: Power-on password / admin password / unattended
boot / selectable boot / boot without keyboard
Cooling fans: Minimum Four fans / multi speed / Hot swap
and redundant/ fan failure signals front panel alarm LED / fan
in each power supply / fan on each processor The fans should
automatically adjust speeds in response to changing thermal
requirements, depending on the zone, redundancy, and
internal temperatures.
Min 2 AC power supplies / supports dual input sources /
(N+N) redundant / hot swap / auto-restart support
OEM to provide its own systems management software.
Pre-failure Alerts for processors, memory, HDDs, power
supplies, fans and Voltage Regulation Module plus system
temperature. Should detect impending failure of supported
components (processors, memory and hard disk drives)
before actual failure, and alert the administrator
Operating System : Windows 2008 down gradable to 2003
A-4: Technical specification of LDAP SERVER (2 Units)
Description Offered
specifications
Deviation
(if any)
Processors: 2 x 2.4 GHz Quad Core, Intel Xeon 5620
processors with Quick Path Interconnect technology, up to
1333 MHz memory access speed.
Memory (max) : 16 GB RAM upgradeable up to 192 GB
DDR-3 RDIMMs via 18 DIMM slots
Disk bays (total/hot swap): 2x300GB 2.5" hot-swap (SAS)
HDDs
DRS (Tender Document) Page 24
Network interface : Integrated 2 ports, plus 2 ports optional
Gigabit Ethernet
Redundant Power supply
2 x Dual Port 10/100/1000 Mbps Ethernet Adapter, should be
TOE enabled
2x 4Gbps Single Port HBA adapter to Connect Storage
Optical Drive : 8X/24X slim-line DVD RW
Security: Power-on password / admin password / unattended
boot / selectable boot / boot without keyboard
Cooling fans: Minimum Four fans / multi speed / Hot swap
and redundant/ fan failure signals front panel alarm LED / fan
in each power supply / fan on each processor The fans should
automatically adjust speeds in response to changing thermal
requirements, depending on the zone, redundancy, and
internal temperatures.
Min 2 AC power supplies / supports dual input sources /
(N+N) redundant / hotswap / auto-restart support
OEM to provide its own systems management software.
Pre-failure Alerts for processors, memory, HDDs, power
supplies, fans and Voltage Regulation Module plus system
temperature. Should detect impending failure of supported
components (processors, memory and hard disk drives)
before actual failure, and alert the administrator
Operating System : Windows 2008 down gradable to 2003
A-5: Technical specification of BACKUP SERVER (1 Units)
Description Offered
specifications
Deviation
(if any)
Processors: 2 x 2.4 GHz Quad Core, Intel Xeon 5620
processors with Quick Path Interconnect technology, up to
1333 MHz memory access speed.
Memory (max) : 16 GB RAM upgradeable up to 192 GB
DDR-3 RDIMMs via 18 DIMM slots
Disk bays (total/hot swap): 2x300GB 2.5" hot-swap (SAS)
HDDs
Network interface : Integrated 2 ports, plus 2 ports optional
Gigabit Ethernet
Redundant Power supply
2 x Dual Port 10/100/1000 Mbps Ethernet Adapter, should be
TOE enabled
2x 4Gbps Single Port HBA adapter to Connect Storage
Optical Drive : 8X/24X slim-line DVD RW
Security: Power-on password / admin password / unattended
boot / selectable boot / boot without keyboard
Cooling fans: Minimum Four fans / multi speed / Hot swap
and redundant/ fan failure signals front panel alarm LED / fan
in each power supply / fan on each processor The fans should
DRS (Tender Document) Page 25
automatically adjust speeds in response to changing thermal
requirements, depending on the zone, redundancy, and
internal temperatures.
Min 2 AC power supplies / supports dual input sources /
(N+N) redundant / hotswap / auto-restart support
OEM to provide its own systems management software.
Pre-failure Alerts for processors, memory, HDDs, power
supplies, fans and Voltage Regulation Module plus system
temperature. Should detect impending failure of supported
components (processors, memory and hard disk drives)
before actual failure, and alert the administrator
Operating System : Windows 2008 down gradable to 2003
A-6: Technical specification of OBIEE APPLICATION AND DATABASE SERVER
(2 Units)
Description Offered
specifications
Deviation
(if any)
Processors: 2 x 2.4 GHz Quad Core, Intel Xeon 5620
processors with Quick Path Interconnect technology, up to
1333 MHz memory access speed.
Memory (max) : 16 GB RAM upgradeable up to 192 GB
DDR-3 RDIMMs via 18 DIMM slots
Disk bays (total/hot swap): 2x300GB 2.5" hot-swap (SAS)
HDDs
Network interface : Integrated 2 ports, plus 2 ports optional
Gigabit Ethernet
Redundant Power supply
2 x Dual Port 10/100/1000 Mbps Ethernet Adapter, should be
TOE enabled
2x 4Gbps Single Port HBA adapter to Connect Storage
Optical Drive : 8X/24X slim-line DVD RW
Security: Power-on password / admin password / unattended
boot / selectable boot / boot without keyboard
Cooling fans: Minimum Four fans / multi speed / Hot swap
and redundant/ fan failure signals front panel alarm LED / fan
in each power supply / fan on each processor The fans should
automatically adjust speeds in response to changing thermal
requirements, depending on the zone, redundancy, and
internal temperatures.
Min 2 AC power supplies / supports dual input sources /
(N+N) redundant / hotswap / auto-restart support
OEM to provide its own systems management software.
Pre-failure Alerts for processors, memory, HDDs, power
supplies, fans and Voltage Regulation Module plus system
temperature. Should detect impending failure of supported
components (processors, memory and hard disk drives)
before actual failure, and alert the administrator
DRS (Tender Document) Page 26
Operating System : Windows 2008 down gradable to 2003
A-7: Technical specification of Development Servers for OLTP & OBIEE APP & DB
(4 Units)
Description Offered
specifications
Deviation
(if any)
Processors: 2 x 2.4 GHz Quad Core, Intel Xeon 5620
processors with Quick Path Interconnect technology, up to
1333 MHz memory access speed.
Memory (max) : 16 GB RAM upgradeable up to 192 GB
DDR-3 RDIMMs via 18 DIMM slots
Disk bays (total/hot swap): 2x300GB 2.5" hot-swap (SAS)
HDDs
Network interface : Integrated 2 ports, plus 2 ports optional
Gigabit Ethernet
Redundant Power supply
2 x Dual Port 10/100/1000 Mbps Ethernet Adapter, should be
TOE enabled
2x 4Gbps Single Port HBA adapter to Connect Storage
Optical Drive : 8X/24X slim-line DVD RW
Security: Power-on password / admin password / unattended
boot / selectable boot / boot without keyboard
Cooling fans: Minimum Four fans / multi speed / Hot swap
and redundant/ fan failure signals front panel alarm LED / fan
in each power supply / fan on each processor The fans should
automatically adjust speeds in response to changing thermal
requirements, depending on the zone, redundancy, and
internal temperatures.
Min 2 AC power supplies / supports dual input sources /
(N+N) redundant / hot swap / auto-restart support
OEM to provide its own systems management software.
Pre-failure Alerts for processors, memory, HDDs, power
supplies, fans and Voltage Regulation Module plus system
temperature. Should detect impending failure of supported
components (processors, memory and hard disk drives)
before actual failure, and alert the administrator
Operating System : Windows 2008 down gradable to 2003
A-8: Technical specification of FC SAN Storage (1 Unit)
Operating System & Clustering Support Offered
specifications
Deviation
(if any)
The storage array should support industry-leading Operating
System platforms including :
Windows Server 2003, Windows 2008, Vmware, Sun Solaris,
HP-UX, IBM-AIX and Linux.
Offered Storage Shall support all above operating systems in
DRS (Tender Document) Page 27
Clustering.
Capacity & Scalability
The Storage Array shall be offered with 42TB raw Capacity
using 300GB 15K RPM FC drives.
Storage shall be scalable upto 440 drives using FC/SATA
inter-mix drives in the same enclosure.
Processing Power
Offered controllers shall be based on latest processor
technology to ensure that there is no bottleneck for IO
communication
Architecture & Processing Power
The storage array should support dual, redundant, hot-
pluggable, active-active array controllers with latest
processors technology for high performance and reliability
Storage Array shall have Real Time / Embedded Operating
system to avoid frequent
Firmware upgrades and shall not be based on general
purpose based operating system.
Storage Array shall have Switched Architecture for Disk
drive connectivity.
Controllers shall be true active-active so that a single Logical
unit can be shared by both controllers at the same time.
No Single point of Failure
1. Offered Storage Array shall be configurable in a No
Single Point of configuration including Array
2. 3.
Controller card, back-plane, Cache memory, FAN, Power
supply etc.
Disk Drive Support
Offered Storage Array shall support 4Gbps dual-ported 146/
300 / 400 / 450GB / 600GB hot-pluggable Enterprise FC
hard drives, SSD Drives, S-ATA drives in the same disk
enclosure.
Cache
Offered Storage Array shall be given with min. of 8GB
cache per controller, scalable up to 32GB.
Cache shall be used only for Data and Control information.
OS overhead shall not be done inside cache.
Cache shall be dynamically managed for Read and Write
operations.
Shall have dynamic management of Cache block size.
Raid Support
Offered Storage Subsystem shall support Raid 0, 1, 1+0, 5
and Raid 6.
Offered storage subsystem shall support dynamic expansion
of both raid and disk group at controller and host level as per
defined policies.
Data Protection
Incase of Power failure, Storage array shall be able to hold
DRS (Tender Document) Page 28
data in the cache for at-least 72 hours of time or de-stage to
disk drives. Bidders shall ensure that in case of de-staging,
dual redundant Standby power supplies are configured.
Ports
Offered Storage shall have minimum of 8 Nos. of
4Gbps/8Gbps front-end ports.
Host Ports should be scalable upto 16 4gbps/8gbps FC ports
and 8 iSCSI Ports.
Ports Bandwidth
Offered storage shall be end to end 4Gbps where each drive
and drive shelf shall be connected through dual active-active
paths and 4 number of back-end controller ports.
Global Hot Spare
Minimum of 1 Hot Spare per Expansion to be considered
while sizing the solution.
Performance
Storage shall have capability to use more than 30 drives per
array group or raid group for better performance.
Load Balancing & Muti-path
Multi-path and load balancing software shall be provided, if
vendor does not support native MPIO functionality of
Operating system.
Maintenance
Offered storage shall support online non-disruptive firmware
upgrade for both Controller and disk drives.
Re-build time
For better re-build times in case of disk failure, offered
storage rebuild operations shall not depend upon the number
of drives in the raid group.
Business Copy
Shall support and be configured with Snapshot, Capacity
free snapshot without locking the disk space, AND Full
physical copy (Clone) licenses for full storage
Shall support incremental re-synchronization of business
copy with Primary volume.
Shall support more than 48 business copy of a given
production volume.
Shall be able to create business copy on different raid set as
compared to Production volume.
Shall be able to create Clone operation on low performance
SATA / FATA drives.
Storage Array Configuration & Management Software
Vendor shall provide highest enterprise class Storage Array
configuration and Management software from Storage OEM
only.
Software shall be able to manage more than one array of
same family.
Performance Management
DRS (Tender Document) Page 29
Vendor shall also provide the performance management
software for Storage Array.
Remote Replication
Storage shall support and be configured with both
Synchronous and Asynchronous replication licenses at
controller level.
Shall support continuous replication to Remote location
without using any buffering technology inside cache at
Primary location for better Recovery Point Objective.
Shall support replication across all models of the offered
family.
A-9: Specification for SAN Switch (2 Unit)
Architecture/Scalability/Performance/Management:
Offered
specifications
Deviation
(if any)
Minimum Dual SAN switches shall be configured where each
SAN switch shall be configured with minimum of 8 Ports
scalable to 24 ports.
Required scalability shall not be achieved by cascading the
number of switches and shall be offered within the common
chassis only
Should deliver 8 Gbit/Sec Non-blocking architecture with 1:1
performance for up to 24 ports in a energy-efficient fashion
Should protect existing device investments with auto-sensing 1,
2, 4, and 8 Gbit/sec capabilities.
The switch shall support different port types such as FL_Port,
F_Port, M_Port (Mirror Port), and E_Port; self-discovery based
on switch type (U_Port); optional port type control in Access
Gateway mode: F_Port and NPIV-enabled N_Port
The switch should be rack mountable
Non disruptive Microcode/ firmware Upgrades and hot code
activation.
The switch shall provide Aggregate bandwidth of 192 Gbit/sec:
24 ports × 8 Gbit/sec (data rate) end to end.
Switch shall have support for web based management and
should also support CLI.
The switch should have USB port for firmware download,
support save, and configuration upload/download.
Offered SAN switches shall be highly efficient in power
consumption. Bidder shall ensure that each offered SAN switch
shall consume less than 60 Watt of power.
Switch shall support POST and online/offline diagnostics,
including RAStrace logging, environmental monitoring, non-
disruptive daemon restart, FCping and Pathinfo (FC traceroute),
port mirroring (SPAN port).
Intelligent Networking:
Offered SAN switch shall support services such as Quality of
DRS (Tender Document) Page 30
Service (QoS) to help optimize application performance in
consolidated, virtual environments. It should be possible to
define high, medium and low priority QOS zones to expidite
high-priority traffic
The switch shall be able to support ISL trunk up to 64 Gbit/sec
between a pair of switches for optimal bandwidth utilization
and load balancing.
SAN switch shall support to restrict data flow from less critical
hosts at preset bandwidths.
It should be possible to isolate the high bandwidth data flows
traffic to specific ISLs by using simple zoning
The Switch should be configured with the Zoning and shall
support ISL Trunking features when cascading more than 2
numbers of SAN switches into a single fabric.
Offered SAN switches shall support to measure the top
bandwidth-consuming traffic in real time for a specific port or a
fabric which should detail the physical or virtual device.
A-10: Specification for Tape Library
Capacity
Shall support Native data capacity of
24TB (uncompressed) expandable to
316TB (2:1compressed).
Shall be offered with Minimum of One
LTO5 FC tape drive and minimum of 30
storage slots and 6 I/O slots. Shall support
encryption
Offered
specifications
Deviation
(if any)
Tape Drive
Architecture
Offered LTO5 drive in the Library shall
conform to the Continuous and Data rate
matching technique for higher reliability.
Speed
Offered LTO5 drive shall support
minimum 140MB/sec in Native mode and
minimum 280MB/sec in 2:1 Compressed
mode.
Scalability
Tape Library shall support scalability for
more than 6 Number of LTO-5 and 122
slots either within the same frame or by
cascading another frame.
Encryption
device
Offered Library shall be provided with a
hardware device like USB key, separate
appliance etc. to keep all the encrypted
keys in a redundant fashion.
Connectivity Offered Tape Library shall provide 8Gbps
native FC connectivity to SAN switches.
Management Tape Library shall provide web based
remote management.
Barcode Reader
and Mail slots
Tape library shall support Barcode reader
and mail slot.
DRS (Tender Document) Page 31
Other Features
Tape Library shall have GUI Panel
Shall be rack mountable.
Tape Library shall be supplied with
software which can predict and prevent
failures through early warning and shall
also suggest the required service action.
Offered Software shall also have the
capability to determine when to retire the
tape cartridges and what compression ratio
is being achieved
A-11: Specification for Backup Software
Operating System & Clustering Support Offered
specifications
Deviation
(if any)
The proposed backup solution should be available on various
OS platforms such as Windows and UNIX platforms and be
capable of supporting SAN based backup / restore from
various platforms including Tru64 UNIX, HP-UX, Linux,
Open VMS, NetWare and Windows.
The proposed backup solution shall support industry leading
cluster solution such as MSCS, MC Service Guard, Veritas
Cluster.
User Interface
The proposed backup solution shall have same GUI across
heterogeneous platform to ensure easy administration.
The proposed backup solution software has inbuilt Java /
Web based GUI for centralized management of backup
domain.
The proposed backup solution must support integration of
backup and restore with hardware cloning and snapshot
features into the GUI, eliminating the traditional need to
write user scripts
High Availability Features
The proposed backup solution should support tape mirroring
of the same job running concurrently with primary backup.
The proposed backup solution should allow creating tape
clone facility after the backup process.
Licensing
The proposed backup solution shall be configured in such a
fashion that no extra license for client and media servers is
required while moving from LAN to SAN based backup.
The proposed backup solution shall be configured with
unlimited client and media licenses for both SAN based
backup and LAN based backup.
The proposed backup solution must not require separate
licensing when upgrading from a lower end server (1-2 CPU-
based server) to higher end server (4-and CPU-based server)
DRS (Tender Document) Page 32
Streaming and Multi-plexing
The proposed backup solution supports the capability to write
up to 32 data streams to a single tape device or multiple tape
devices in parallel from multiple clients to leverage the
throughput of the drives using multiplexing technology.
The proposed backup solution support de-multiplexing of
data cartridge to another set of cartridge for selective set of
data for faster restores operation to client/servers.
Media Management
The proposed backup solution has in-built media
management and supports cross platform device and media
sharing in SAN environment. It provides a centralized
scratched pool thus ensuring backups never fail for media.
The proposed backup solution has in-built frequency and
calendar based scheduling system.
Open File Support
The proposed backup software must support open file
support for Windows and Novell Netware.
Database Support
The proposed backup solution has certified ―hot-online‖
backup solution for different type of databases such as
Oracle, MS SQL, Sybase etc.
The proposed backup solution shall also support Microsoft
Sharepoint Portal server.
Restore
The proposed backup solution must be able to rebuild the
backup database/catalog from tapes in the event of catalog
loss/corruption.
The proposed backup solution shall provide granularity of
single file restore.
The proposed backup solution must support MS Exchange
single mailbox restore.
The backup software should support object level restore.
Other Features
The proposed backup solution must support full automated
transfer of disk backup images to tape on a scheduled basis.
The proposed backup solution shall support synthetic full
backup so that an incremental forever approach may be
implemented, where an actual full backup is no longer
necessary as it can be constructed directly from the disk
based incremental backups.
The proposed backup solution shall also support disk based
virtual full backup approach.
The proposed backup solution shall be able to copy data
across firewall.
The proposed backup solution shall support automatic
skipping of backup during holidays.
The proposed backup solution must support at least AES
DRS (Tender Document) Page 33
256-bit encryption capabilities.
The internal backup catalogue database should not have a big
foot print.
The backup software should support object based restore
option which is one of the most granular options available
with any backup software vendor.
The backup software should support instant recovery of
Exchange, SQL and Oracle databases.
A-12: Technical Specification for KVM Switch
Details
One number of 16 port IP based KVM switch for centralized
monitoring of servers along with 16 cables, converter and
connectors for server connectivity. 19‖ TFT-LCD collapsible
flat panel monitor console kit with keyboard and mouse
including cables (1U).
1 Local, 2 Remote with necessary user licenses
10/100/1000 Mbps
PS2/USB
A-13: Technical Specifications for CORE SWITCH (2 Units)
General Requirements: Offered
specifications
Deviation
(if any)
The Switch shall be designed for continuous operations. The
bidder shall furnish the MTBF (Mean Time Between Failure)
and MTRR (Mean Time to Restore) predicted and observed
values along with calculations by the manufacturer.
In case of full system failure, Switch shall maintain a trace
area in the NVRAM / Flash which would be used for analysis
/ diagnosis of the problem.
Switch shall have built in power-on diagnostics system to
detect hardware failures.
Switch shall have suitable Visual Indicators for diagnostics
and healthy / unhealthy status of Ports & modules.
Hardware Capabilities & High Availability Features:
Switch shall be modular in architecture.
All mission critical modules (like CPU, switching engine,
Power supply etc.) must be provided in full redundant
configuration for high availability. A single point of failure in
Switch shall not result in downtime for any of the
functionality in Switch.
In case of any of the critical module failure, the Switch shall
perform statefull failover of all the concurrent sessions onto
redundant module without any disruption.
Switch shall have 24 Nos. 10Base-T/100Base-Tx/1000Base-T
auto sensing ports complying to IEEE 802.3, IEEE 802.3u
DRS (Tender Document) Page 34
and 802.3ab standard, supporting half duplex mode, full
duplex mode and auto negotiation on each port to optimize
bandwidth. Switch shall also have 2 No Fiber port to operate
Single mode OFC cable up to 02 km at 100 Mbps speed.
Switch shall have minimum of 30 Gbps forwarding
bandwidth at layer 2 and layer 3 switching fabric.
Switch shall have minimum 32 Million packets (64 Byte
packet) per second forwarding rate.
Switch shall support minimum support of 10,000 MAC
addresses
Switch shall be capable of working with AC Power supply
with a Voltage varying from 170 – 240 Volts at 50 +/- 2 Hz.
Switch shall support for 19 Inch rack mountings
Functional Requirements:
Switch shall support Link Aggregation Control Protocol
(LACP) as per IEEE 802.3ad.
Switch shall support 802. 1Q VLAN all ports with support for
minimum 256 VLANs.
Switch shall support for IEEE 802.1D spanning tree protocol.
Switch shall support Dynamic Host Configuration Protocol
(DHCP).
Switch shall support classification and scheduling as per
IEEE 802.1P on all ports.
Switch shall support self learning of active MAC addresses
and associated VLANs.
Switch shall support ―Port Spanning‖ functionality for
measurements using a network analyzer.
Switch shall support IEEE 802.1Q VLAN tagging.
Switch shall support Auto-MDIX (Media Dependent Interface
Crossover).
Support for basic IP unicast routing protocols (static, RIPv1,
RIPv2, OSPF).
Switch shall support Inter-VLAN IP routing for full layer 3
routing between two or more VLANs.
Switch shall support IGMP snooping.
Switch shall support per port broadcast, multicast and unicast
storm control to prevent degradation of overall system
performance occurred due to faulty end stations.
Switch shall support DNS, TFTP and NTP / SNTP based on
RFC 1305/ 2030 for synchronization of date and time from
central NTP Server.
Switch shall support for IEEE 802.1x port based
authentication with VLAN assignment, Port Security and
ACL (Access control List) assignment.
Switch shall have support for IPv6 routing in future.
Switch shall support Multiple Spanning-Tree Protocol as per
IEEE 802.1s.
Switch shall support Strict Priority Queuing.
DRS (Tender Document) Page 35
Switch shall support MAC address based port level security
using which forwarding on a port is restricted to a defined
group of addresses.
Support for Switches to be stacked or clustered and
manageable using a single IP address.
Switch shall support System & Event logging functions as
well as forwarding of these logs onto a separate Server for log
management.
Switch shall support on-line software reconfiguration to
implement changes without rebooting.
Switch shall have comprehensive debugging features required
for software & hardware fault diagnosis.
Switch shall be configurable in high availability mode so that
two L-3 Switches will work in 1:1 cluster mode and in case of
a switch failure, the other switch will provide connectivity
seamlessly.
Quality of Service (QoS) Features:
Switch shall support classification and scheduling as per
IEEE 802.1P on all ports.
Switch shall support Strict Priority Queuing.
Switch shall support four hardware queues per port.
Switch shall support QoS configuration on per switch port
basis.
Switch shall support classification and marking based on IP
Type of Service (TOS) and DSCP
Switch shall provide traffic shaping and rate limiting features
(for egress as well as ingress traffic) for specified Host,
network, Applications etc.
Security Features:
Switch shall support MAC Address based Filters / Access
Control Lists (ACLs) on all switch ports.
Switch shall support Filters / Access Control Lists (ACLs)
based on Network Address, Mask, Protocol Type and Socket
Type on all switch ports
Switch shall support Port as well as VLAN based Filters /
ACLs.
Switch shall support RADIUS for console access restriction
and authentication as per RFC 2138.
Management Features
Switch shall have a console port with RS-232 Interface for
configuration and diagnostic purposes.
Switch shall be SNMP manageable with support for SNMP
Version 1, 2 and 3.
Switch shall support all the standard MIBs (MIB-I & II).
Switch shall have Web based Network Management Software
for configuration and management.
Switch shall support TELNET and SSH Version-2 for
Command Line Management.
DRS (Tender Document) Page 36
Switch shall support 4 groups of embedded RMON (history,
statistics, alarm and events).
Switch shall support Multiple privilege levels to provide
different levels of access on console port and telnet sessions.
Switch shall support RADIUS for console access restriction
and authentication as per RFC 2138.
Switch shall support following in the user level of access
i.e. the user with minimum privileges:
Display of Input and Output error statistics on all interfaces
Display of Input and Output data rate statistics on all
interfaces.
Display of Dynamic ARP table
Display of MAC Address table.
Display of Routing Table.
Regulatory Compliance
Switch shall conform to UL 60950 or IEC 60950 or CSA
60950 or EN 60950 Standards for Safety requirements of
Information Technology Equipment.
Switch shall conform to EN 55022 Class A/B or CISPR22
Class A/B or CE Class A/B or FCC Class A/B Standards for
EMC (Electro Magnetic Compatibility) requirements.
Switch shall be manufactured in accordance with the
international quality standards ISO 9001:2000 for which the
manufacturer should be duly accredited.
A-14: Technical specification for the Intrusion Prevention System (IPS) (1 Unit)
Hardware Details Offered
specifications
Deviation
(if any)
The IPS shall have 08 nos. 10/100/1000 Base Tx Ports as per
IEEE 802.3z specification for Monitoring of data. All these
ports should support full duplex capabilities.
The IPS shall have a 10/100/1000 Base Tx Port for
management of IPS.
The IPS shall have a console port based on RS-232 for
configuration and diagnostic purposes.
The IPS shall have enough CPU capacity and Memory so as
to efficiently meet all the capability parameters as well as
functionalities laid down in the specifications.
The IPS shall support 19‖ Rack mounting.
Device Capabilities:
The IPS shall support minimum 01 Gbps throughput.
The IPS shall be deployed in ‗Inline‘ mode and shall perform
Transparent Layer-2 Forwarding. The IPS shall also support
passive mode of operation wherein it would only monitor the
traffic.
The IPS shall be configured in High Availability with
Active/Active Mode or Active/Passive Mode.
DRS (Tender Document) Page 37
The IPS shall support logical segregation of itself into
different devices for simultaneous deployment in various
LAN segments like MZ, DMZ & LAN connecting internet
etc.
The IPS, in case of faults & failures shall pass all the traffic
without manual intervention.
Functional Requirements:
The IPS shall support following minimum set of TCP/IP
Protocols / Applications.
Internet protocol Version-4
Transmission Control Protocol
User Datagram Protocol
Generic Route Encapsulation
Internet Control Management Protocol
Address Resolution Protocol
Domain Name System
Simple Network Management Protocol
Hypertext Transfer Protocol (HTTP)
HTTPS
File Transfer Protocol
Trivial File Transfer Protocol
Telnet
NetBIOS over IP (Microsoft Networking)
Point-to-Point Tunneling Protocol
SQL *Net (Oracle client /server Protocol)
Remote Procedure Call Services
Network File System
AAA Server Groups / Secure Shell
H.323 based Multimedia Application
SMTP & POP3 for Mail Servers
Internet Message Access Protocol
Server Message Block
H.323 based Video conferencing Applications
VLAN
Network Time Protocol for time updation of IPS.
The IPS shall perform Stateful & Deep Inspection of the
packet from Layer-2 to Layer-7 in both incoming & outgoing
the directions.
The IPS shall mitigate attacks based on following
mechanisms:
Signatures
Protocol Anomaly
Traffic behavior & Analysis
Backdoor Detection
The IPS shall mitigate following attacks:
DRS (Tender Document) Page 38
Denial of Service (DoS)
Distributed Denial of Service (DDoS)
Buffer Overflows
Ping of Death
TCP SYN Flood
Reconnaissance
DNS based attacks
IP Spoofing
Layer-2 Attacks
Attacks on Mail Server
Zero Day Attacks
All known & unknown attacks.
The IPS shall mitigate following HTTP based attacks
SQL injection
Cross site scripting (XSS)
HTTP Protocol Anomaly i.e. packets not conforming
to RFCs of HTTP
HTTP Flood Attacks
The IPS shall provide protection against Virus, Worms,
Trozans, Bots, Walk-in worms Spyware & Malware and shall
prevent intrusion of the same in the network.
The IPS on detection of attack / malicious traffic shall be able
to initiate following actions:
Block attack in Realtime
Generation of Alerts & Logging through Syslog,
SNMP & emails
Action per attack based on policies configured in IPS
Quarantine
The IPS shall support definition of different set of policies for
different LAN segments.
The IPS shall support following blocking actions on detection
of malicious traffic
Close Server connections
Close Client connections
Close both Server and Client connections.
The IPS shall support configuration of policies based on
Source and / or Destination IP Addresses as well as Source /
Destination TCP UDP ports.
The IPS shall support different policies for different LAN
segments / VLANs.
The IPS shall support logging of intrusion events with
following details
Timestamp
Device ID of IPS
Traffic flow between Zones / Ports
Source & Destination IP Address
DRS (Tender Document) Page 39
Source & Destination TCP / UDP ports
Application
Protocol
Human readable description of event
Action taken (Block / log / email etc.)
The device shall mitigate the attacks exploiting the
vulnerabilities of the well known operating systems like
Windows, Linux, Unix etc.
The IPS shall support VLANs based on IEEE 802.1q
standard.
The IPS shall support NTP based on RFC 1305.
Management & Reporting
The IPS shall be manageable (both GUI and CUI) using
Telnet, SSH, Web based management i.e. HTTP & HTTPS
etc.
The device shall support upload / download of device
configuration through FTP or TFTP.
It shall be possible to take manual or scheduled backup of IPS
configuration and policies.
The bidder shall provide the requisite management and
reporting solution which shall either be a dedicated purpose
built appliance with hardware specifications as per
recommendations of OEM OR a server with following
hardware configuration:
Xeon Quad Core Dual Processor (2.6 Ghz or better)
2 MB l2 Cache or better
8 GB RAM (DDR2)
2 * 300 GB HDD
Foldable Monitor to be placed in Rack
3 NIC card 10/100/1000 Mbps.
DVD Combo
Rack mountable
Latest version of required Operating System (OS) along with
media
The Reports generated on the Management Server shall be
accessible from remote hosts through HTTP / HTTPS.
The Management Server shall generate comprehensive GUI
based Reports (both Realtime as well as Historical) which
could be customized as per requirement. It shall provide
comprehensive reports on attacks, source & destination of
attacks, vulnerabilities exploited etc.
The Historical Reports shall be provided for multiple
timeframe i.e. hourly, daily, weekly, monthly and customized
period.
The Management Server shall support filtering of Reports
based on various factors such as Source / Destination IP
Address, TCP/UDP Port Number., Protocol etc.
DRS (Tender Document) Page 40
The Management Server shall support auto-email of Pre-
defined & Customized Reports at defined intervals.
The Management Server shall provide forensic / investigative
features wherein, in case of some attack, it would indicate
type of attack, source destination of attack and other relevant
information.
Regulatory Compliance
The IPS shall conform to UL 60950 or IEC 60950 or CSA
60950 or EN 60950 Standards for Safety requirements of
Information Technology Equipment.
The IPS shall conform to EN 55022 Class A/B or CISPR22
Class A/B or CE Class A/B or FCC Class A/B Standards for
EMC (Electro Magnetic Compatibility) requirements.
The IPS should be tested and certified for EAL 4 or above
under Common Criteria Program.
A-15: Technical Specification for Firewalls (2 Units)
Hardware Details: Offered
specifications
Deviation
(if any)
The firewall shall be a dedicated Application Oriented
Appliance and hardware shall be optimized for packet
filtering.
The firewall shall have a minimum 08 nos 10/100/1000 Base
TX ports as per IEEE 802.3z specification for Monitoring of
data. All these ports shall have full duplex capabilities.
The firewall shall have a 10/100/1000 Base Tx Port for
management of Firewall.
The firewall shall have a console port based on RS-232 for
configuration and diagnostic purposes.
The firewall shall be rack mountable.
Device Capabilities:
The firewall shall have minimum of 04 Gbps Clear Text
throughput and 02 Gbps of VPN throughput.
The firewall shall be able to handle minimum of 10 lakh
concurrent sessions.
The firewall shall be configured in 1:1 High Availability (HA)
mode with following features:
Stateful failover of all existing sessions (firewall as
well as VPN sessions)
Active/Passive fail over design and Active/Active fail
over design with load balancing capabilities.
In case of failure of one of the firewalls, the other
firewall shall serve all the requests without any
disruption or degradation in overall performance as
defined vide item 7 & 8 above.
The firewall shall be able to operate in standard Layer 3 mode
of configuration with Interface IP addresses.
DRS (Tender Document) Page 41
The firewall shall support VLAN tagging (IEEE 802.1q)
supporting up to minimum 1000 VLANs.
The Firewall shall have no limitation w.r.t number of internal /
external users, servers, websites etc.
Functional Requirements:
The firewall shall support following minimum set of TCP/IP
Protocols/Applications
Internet protocol
Transmission Control Protocol
User Datagram Protocol
Generic Route Encapsulation
Internet Control Management Protocol
Address Resolution Protocol
Domain Name System
Simple Network Management Protocol
Hypertext Transfer Protocol
File Transfer Protocol
Trivial File Transfer Protocol
Telnet
NetBIOS over IP (Microsoft Networking)
Point-to-Point Tunneling Protocol
SQL *Net (Oracle client /server Protocol)
Remote Procedure Call Services
Network File System
AAA Server Groups / Secure Shell
H.323 and SIP based Multimedia Application
SMTP & POP3 for Mail Servers
Lotus Notes
H.323 & SIP based multimedia applications
The firewall shall provide static as well as dynamic policy-
based Network Address Translation (NAT) and Port Address
Translation (PAT) functionality.
The firewall shall perform packet filtering based on following
parameters:
Source Address
Destination Address
Protocol Type
User
Port number
Fragments
Acknowledgement Bits
Custom Defined
The firewall shall perform ‗Stateful‘ Inspection of traffic from
Layer-2 to Layer-7, in both incoming and outgoing direction.
The firewall shall perform deep inspection for HTTP Protocol
DRS (Tender Document) Page 42
and provide strict enforcement of HTTP protocol in order to
ensure that HTTP sessions comply with RFC standards like
HTTP Format size, ASCII-only request & response and
Header Rejections.
The firewall shall be able to block Instant Messaging like
Yahoo, MSN, ICQ, Skype (SSL and HTTP tunneled).
The Firewall shall be able to block peer-to-peer applications
like Kazaa, Gnutella, BitTorrent, IRC (over HTTP)
The firewall shall be able to mitigate following attacks:
Denial of Service (DoS)
Distributed Denial of Service (DDoS)
Buffer Overflows
Ping of Death
TCP SYN Flood
FIN scanning attacks
DNS based attacks
IP Spoofing
The firewall shall be able to filter traffic based on following:
URL
Java Applet
Active X
The firewall shall support authentication through
PKI Certificate Authority & Certificate Revocation
List
Radius
TACACS+
The firewall shall support VPN features with following
protocols
IKE and IPSec VPN standards
PPTP, L2TP
DES (56-bit), 3DES (168-bit) and AES encryption
The Firewall shall have static and dynamic routing capabilities
based on the following minimum set of routing protocols:
Static
RIP
OSPF
BGP ver-4
The firewall shall support the following features/functions
Network Time Protocol Client & Server
DHCP Client/Server
DNS Client
Support for IPv6 in future
The Firewall shall provide bandwidth management & QoS
features like Diffserv marking, traffic prioritization, rate
limiting etc.
Management and Reporting:
DRS (Tender Document) Page 43
The firewall shall provide Logging/Monitoring through
Comprehensive event logging
Historical Reporting (at least 3 months)
Report generation
Syslog
SNMP v1, v2 & v3
Real Time Monitor
E-mail Notification
GUI based interface
The firewall shall be manageable through:
Web User Interface (HTTP and HTTPS)
Command Line Interface (console)
Command Line Interface (telnet)
Command Line Interface (SSH)
Firewall shall be manageable from a centralized management
& reporting server. The bidder shall provide the necessary
hardware required for the centralized management server,
having following minimum hardware configuration:
Xeon Quad Core Dual Processor (2.6 Ghz or better)
2 MB l2 Cache or better
8 GB RAM (DDR2)
2 * 300 GB HDD
Foldable Monitor to be placed in Rack
3 NIC card 10/100/1000 Mbps.
DVD Combo
Rack mountable
Latest version of required Operating System (OS) along with
media
OR
The bidder shall provide the appliance based Central
Management Server with the specifications as per the
recommendations of the OEM.
The communication between all the components of Firewall
System (viz firewall module, logging & policy management
server, and the GUI/WebUI/management Console) shall be
authenticated and encrypted with one or more of standard
authentication and encryption mechanisms like SSH, MD5,
SHA, DES, 3DES & IPSec.
The authentication between management server & firewall
shall be based on username, password & restricted to specific
IP address.
The firewall shall provide access control mechanisms based on
IP address, ports, users & time.
The management server must be capable of pushing firewall
policies and configuration to individual, multiple firewalls
through secure encrypted connection to the firewall.
DRS (Tender Document) Page 44
The Management Server shall generate comprehensive GUI
based Reports (both Real-time as well as Historical) which
could be customized as per requirement. It shall provide
comprehensive reports on attacks, source & destination of
attacks, vulnerabilities exploited etc.
The Historical Reports shall be provided for multiple
timeframe i.e. hourly, daily, weekly, monthly and customized
period.
The Management Server shall support filtering of Reports
based on various factors such as Source / Destination IP
Address, TCP/UDP Port Number., Protocol etc.
The firewall shall have configuration import/export feature.
The firewall shall support upload /download of device
configuration through FTP or TFTP.
It shall be possible to take manual or scheduled backup of
firewall configuration and policies.
The firewall shall have feature of accessing firewall modules
based on unique roles.
Automatic online updates, patches against new exploits
/vulnerabilities shall be provided by the OEM/OEM‘s partner.
OEM shall ensure availability of patches, upgrades for the
next 5 years.
Regulatory Compliance:
The firewall shall conform to following Industry Certifications
and Evaluations:
EAL4
ICSA
FIPS-140-level-II
A-16: Technical Specification for Load Balancer (2 Units)
Architecture Offered
specifications
Deviation
(if any)
Server load balancer should have ASIC based architecture &
not PC based architecture
Should have min 4 x 10/100/1000 Base T Should have
minimum 4 Gb RAM & Upgradeable to 8 Gb
Should support minimum 1 Million L4 concurrent
connections
Should support minimum 100,000 L4 connections per second
Should support minimum 32,000 L7 connections per second
Should support minimum 1 Gbps L7 throughput from day one
& should be upgradeable in future to support 2 & 4 Gbps via
software license without any change in Hardware or adding
any memory
Should support SSL offloading & HTTP acceleration from
day one in same unit without adding another hardware to save
rack space, power & cooling requirements
DRS (Tender Document) Page 45
Should support SSL bps Max 1 Gbps
Should support 4500 TPS from day one & should be
upgradeable in future to 7000 TPS via software license
upgrade & without any change in hardware or adding any
memory
Should support 100,000 SSL concurrent connections
Should support minimum 256 Vlans
Should support 4000 logical interfaces
Should support Port Aggregation IEEE 802.3ad
Should support Vlan Trunk IEEE 802.1Q
Should support Port Mirroring
Should support following deployments
Routing Mode : where client-side and server-side VLANs are
on different subnets
Bridge Mode : where client-side and server-side VLANs are
on the
Direct Server Response : where SLB load balance an initial
request from the client to a real server; however, the server
directly responds to the client bypassing the SLB same
subnets
Load Balancing Features
Should support minimum 100 Servers & Maximum 4000
Servers for load balancing
Should support minimum 100 Virtual Servers & Maximum
750 Virtual servers
Should support following load balancing algorithms
Cyclic - Round Robin
Weighted Cyclic
Least Connections
Least Bandwidth
Least Response time
Server load balancing based on SNMP parameter like CPU
load, Memory utilization etc
Should support Client NAT & Server NAT
In case of Server / Application failure device should detect it
in not more than 30 seconds
In case of Server failure traffic should be diverted to another
Server automatically
Should support following content based Load balancing
features
HTTP Header based redirection
URL-Based Redirection
Browser Type Based Redirection
Preferential Treatment (Cookie-Based)
Should support End-to-End SSL Encryption (Backend
Encryption)
Should support SSL initiation ( SSL between SLB & Servers)
DRS (Tender Document) Page 46
Server Management Features
Should support Graceful shutdown of Servers
Should support Graceful Activation of Servers
Should able to redirect traffic based on Source IP, Destination
IP & TCP PORT
Virtualization
Ability to divide single box in to multiple virtual boxes &
operate as independent Load Balancer to ensure optimal
device utilization & reduce number of load balancers in the
network hence single device can be used to load balance
multiple DMZ servers without compromising network
security & save power & cooling requirement
Health Monitoring
Should provide individual health checks for real servers &
farms
Should allow to monitor protocol like HTTP, SMTP, POP,
FTP etc
Should allow to configure Customize health probes based on
TCP & UDP parameters
Should provide GUI to configure Health Monitoring
Should provide flexible Script based support for complex
environments & advance health monitoring
Redundancy
Should support Redundancy protocol like VRRP/HSRP
Should support transparent failover between 2 devices
Should support transparent failover between 2 Virtual
Instances configured on 2 different units
Should Supports active-standby and active-active redundancy
topologies with automatic configuration synchronization
The failover should be transparent to other networking
devices
Security
Should support HTTP deep packet inspection (HTTP header,
URL, and payload)
Should support minimum 1000 Access list
Should support bidirectional Network Address Translation
(NAT) and Port Address Translation (PAT)
Should support TCP Normalization & TCP connection state
tracking
Should support ICMP flood guard
Should support Virtual connection state for UDP
Should support Sequence number randomization
Should support TCP header validation
Should support TCP window size checking
Should able to detect & drop same Source port & destination
port traffic
Should able to detect & drop L4 port 0 traffic
DRS (Tender Document) Page 47
Application Acceleration
Should Support SSL Offloading & Acceleration on same
hardware to reduce number of equipment in Data center &
save power / cooling requirement
Should support 1500 SSL certificates
Should support minimum 4000 TPS from day one & should
be upgradeable in future to 7000 TPS via software/license
upgrade without adding any new hardware or memory
Should support HTTP Compression technologies like GZIP &
DEFLATE using dedicated hardware chips
Should support 400Mbps compression from day one &
upgradeable in future to 1 Gbps via software / license upgrade
Should use dedicated Hardware Card / Module for
compression & not software based compression
Should support dynamic caching technologies
Should store cached content in RAM for faster content
delivery
Should provide 1 GB dedicated storage capacity in RAM
Should support image optimization
Should support transparent TCP Multiplexing (TCP
Offloading)
Management
Should support following Management Applications
Telnet
SSH
HTTPS
Console
SNMP
Should support GUI for configuration & monitoring
A-17 Specifications for Antivirus Solution
Details
Anti-virus solution required for desktop users in the Intranet
Network in addition to the servers on the Internet Network.
Solution should able to Detect and block malicious software
in real time, including viruses, worms, Trojan horses,
spyware, Adware, and RootKit.
Endpoint solution technology should include a behavioral
based technology apart from providing the signatures for
known threats, vulnerability add heuristic based approach. It
should be able to score both good and bad behaviors of
unknown applications, enhancing detection and reducing
false positives without the need to create rule-based
configurations to provide protection from unseen threats i.e.
zeroday threats.
Solution firewall engine should have option to allow or
block support of network protocols, including Ethernet,
DRS (Tender Document) Page 48
Token Ring, IPX/SPX, AppleTalk, and NetBEUI. Can block
protocol drivers (example: VMware, WinPcap) and should
have Adapter specific rules — e.g. Ethernet, Wireless, VPN
Proposed IPS solution should allow customer to edit and
create the IPS signature using snort/custom based format if
required.
Solution should able to block devices based on Windows
Class ID and should include USB, Infrared, Bluetooth,
Serial, Parallel, fire wire, SCSI and PCMCIA. Solution
should also be able to block and give read/write/execute
permission for mentioned devices.
Solution should provide application analysis, process
control, file and registry access control, module and DLL
control.
Proposed Solution should be able to deploy flexible and
different security policies depending upon the AND/OR
relationship of following network triggers –
1. IP address (range or mask)
2. DNS Server
3. DHCP Server
4. WINS
5. Gateway Address Server
6. TMP Token Exists (hardware token)
7. DNS Name Resolves to IP
8. Policy Manager Connected
9. Network Connection (wireless, VPN, Ethernet,
dialup)
Proposed IPS solution should combine NIPS (network) and
HIPS (host) both with Generic Exploit Blocking (GEB) for
one signature to proactively protect against all variants,
Granular application access control and behavior based
technology mentioned above.
Proposed solution should be able provide superior root kit
detection and removal. This should have access below the
operating system to allow thorough analysis and repair.
System Lock Down - it should be able to "Locks down" the
system by fingerprinting every executable file on the system.
It can then monitor all running applications and terminate
any application for which the agent does not have a
matching fingerprint.
Denial of service detection and protection - Should Protects
the system from multiple forms of anomalous network
behavior that is designed to disrupt system availability
and/or stability.
Anti-spoofing - Should Protects the transmission of data
from being sent to a hacker system who has spoofed their IP
or Mac Address
a. Agent has the ability to detect and block process execution
DRS (Tender Document) Page 49
chains. It is able to detect when a malicious application tries
to execute a trusted application, and then use the trust
privileges of that application to access the network.
Anti-application hijacking - Should prevent hackers and web
sites from identifying the operating system and browser of
individual computers.
Code insertion attack prevention - Prevent malicious
applications from inserting code into trusted application to
bypass outbound application fire walling.
Protocol adapter attack prevention - Prevent malicious
applications from using their own protocol adapter to bypass
outbound fire walling.
Antivirus and Antispyware policy can have options by
default to choose High Security and High performance to
have a right balance while deployment in the production
network.
Antivirus schedules scans should get delayed/rescheduled
while laptops are running on batteries.
Antivirus should have behavior based technology to scan for
Trojans, worms and key stroke loggers to protect from zero
day threats. Sensitivity level of this should get adjusted with
customized scanning frequency.
Antivirus Solution should have internet browser protection
and home page should be configurable if security risk
changes that.
Antivirus solution should be able to Scan POP 3 email
traffic including email clients Microsoft outlook, lotus notes
and outlook express.
Desktop Firewall rules should be configurable depending
upon the adapters including Ethernet, wireless, Dialup, VPN
(Microsoft PPTP, Nortel, Cisco).
Desktop Firewall rules should be configurable depending
upon the state of screen saver "ON" & "Off".
Desktop Firewall Policies should be configurable depending
upon the time and day.
The solution must have readymade policies including
1. To Make all removable drives read only ,
2. To block program from running from removable
drives ,
3. Protect clients files and registry keys ,
4. Log files written to USB drives ,
5. Block modifications to host files
Management server should have the capabilities to add
multiple domains if required for the different locations to
assign the different ,administrators for other locations. Each
domain should shares the same management server and
database & This separation prevents administrators in one
domain from viewing data in other domains. These
DRS (Tender Document) Page 50
administrators can view and manage the contents of their
own domain, but they cannot view and manage the content
of other domains.
To conserve the network bandwidth clients should be
configurable to upload the maximum records of logs to the
management server.
Compliance enforcement and validation options
The Host-based, self-enforcement - It should use a desktop
firewall (built into the agent) to permit or deny managed
endpoints access to the network. This method should offer
the fastest and easiest implementation as it requires: No
infrastructure changes and No additional deployment efforts.
Solution should have the integration with various client
management & patch management solution
It must have compliance check policy templates for client
management agent to ensure that agent is always installed,
running and updated.
Solution must have the ability to validate the users
connecting to the Enterprise network by determining the
following:
1. Their host-firewall policy matches the policy defined
on the management server.
2. Host-IPS is running. And HIPS signature files are up
to date
3. Anti-Virus is running and Anti-Virus
definitions/.DAT files are up-to-date according to
enterprise security policy.
4. Custom or third-party security applications are
running.
5. The patch level of the operating system meets
enterprise security policy.
6. The patch level of applications meets enterprise
security policy.
7. Registry values are present.
8. The password strength meets minimum requirements.
9. Windows Update tool is enabled and running.
10. They are permitted to alter their network
configuration settings.
11. Minimum service pack requirements are met.
12. Anti-Spyware is running.
13. The agent is a valid agent
14. Determine if a custom or third-party files are
present..
15. Add/Remove Programs is enabled for the user
16. Enforce the presence and update status of Anti-
Spyware products.
Solution should have following policies templates to check
& enforce the security of workstations
DRS (Tender Document) Page 51
1. Minimum password age, password length,
complexity and history.
2. To Disable Guest account, registry editing, add or
remove program, remote desktop, IP change,
windows CD and windows auto play.
Host Integrity rule priorities and conditions enable
administrators to create interdependencies between rules
such as "if/then/else" conditions and determine the order in
which rule are executed. For Example, rule conditions allow
administrator to create policies such as "the host must be
running either anti-virus 1 or anti-virus 2." Rule priorities
ensure the Host Integrity rules are run in the correct order.
For example, Agent could download and install a required
operating system patch before initiating the update of a hot
fix.
1. Automatic remediation in case compliance level of
machines fails If the host is non-compliant with
security policies, Agent can automatically initiate a
restoration action, which can include running
command line, downloading and executing/inserting
a file, rechecking the host for compliance, and
ultimately granting access for the compliant host to
the network. Common usages of remediation
2. include:
3. Remediate by executing a file - The ability to bring a
system back into compliance after a failed Host
Integrity check by running an executable on the local
system, such as an Anti-Virus engine.
4. Remediate by downloading a file - the ability to
bring a system back into compliance after a failed
Host Integrity check by downloading a file to the
local system, such as an Anti-Virus dat file.
5. Remediate by running a script - The ability to bring a
system back into compliance after a failed Host
Integrity check by running a script that is included in
the policy on the local system, such as a script or pert
script.
6. Remediate by setting registry key- The ability to
bring a system back into compliance after a failed
Rost Integrity check by setting a registry key to a
specific value.
The Solution must provide security for MS Exchange,
Domino and at Mail Gateway
Backup and System Recovery:
1. Should support for Dissimilar Hardware
2. Should be able to quickly recover the system
3. Should support for windows 2000/2003/2008
4. Should support conversion to and from virtual
DRS (Tender Document) Page 52
environment
5. Should have support for VMWare, Microsoft
HyperV & Microsoft Virtual Server
6. Should support for 32 bit & 64 bit windows
7. Should support scheduling of recovery points
8. Should be able to take incremental backups after full
backup so that the only changes are backed up in
incremental backup sets.
9. Should auto-detect hardware and install appropriate
drivers
10. Should support saving of recovery points at FTP
locations, DAS, NAS, USB Drive, DVD drives
11. Should have manager console to manage recovery
points of all servers from central Location
Update:
1. The server component should automatically update
itself from the Internet or through a Central
management server with an option to do a manual
and a scheduled update. The update component
should download all components required including
the pattern file scan engine, program files, damage
cleanup template/engine, spyware pattern and
firewall engine instead of downloading every
component separately.
2. Clients should automatically get updated from the
Antivirus Server without user intervention.
3. Clients should get virus updates and personal firewall
updates from a single server.
4. Antivirus server should have an option to roll-back
the pattern file and scan engine separately.
Platform Support: Should protect the following Operating
Systems.
1. Windows Server 2003 onwards – all versions
2. Windows Vista, Windows XP, Windows 7 or latest.
A-18: Technical Specification for Server Rack
Details
Height: 42U
Rack Type: Floor Type
Power distribution: Redundant power distribution
Perforated Panel: Perforated Front Panel and Blanking Panel
Depth: 1000mm
Width: 600mm
DRS (Tender Document) Page 53
A-19: Technical Specification for Network Rack
Details
Height: 12U
Front Glass Door with Lock
Ventilated Top cover and Bottom cover with cable entry
facility
Hardware Front Panel (Equipment mounting Fasteners) in
pkts of 10
19‖ equipment mounting tray with a depth of 400mm and 1U
height
Rack should have cooling 2 fans mounted at top (≥90 CFM
19‖ horizontal cable manager 1U + Hardware
AC mains Power Distribution box upto 6 sockets with MOV
Protection, Recoverable Overpower protection, Should be
able to take 20 kinds of Plugs (min),, safety gate protection,
High Grade – Flame retardant and insulated plastic & In built
lightning surge protector
Earth continuity kit comprising of earthing bar and earthing
straps
A20: Specification of DR REPLICATION and MONITORING Software
Basic Features Offered
specifications
Deviation
(if any)
Should provide Online RPO / RTO monitoring across WAN
links
Should provide Automation of Fail-over Recovery
management
Should be capable of providing Automation of DR Drill Test
Exercise Management (including intrusive and non-intrusive
testing), including switchover and switchback
Should provide Audit Reports and Compliance Report
Management
Should have Alerts and events management services
Should have self High Availability for the management
feature across the sites.
RTO / RPO Management
Should provide real time visibility into the current RPO and
RTO for each application.
Should have one screen which displays the RPO / RTO for all
the Databases and applications online.
Should raise alerts against set deviation thresholds of RPO /
RTO values.
The DR monitoring software should be accessible remotely
through web interface using appropriate authentication.
Automate DR Failover Recovery
DRS (Tender Document) Page 54
Should provide a workflow to automate the DR Failover
Recovery steps.
Should provide central remote management capability for DR
management of all applications.
Should provide the ability to automatically failover multiple
interrelated applications together in the business order
specified
Should provide the capability to customize the configurations
of the failover actions to suit the application environments.
Should constantly monitor and display the status of the
failover operation execution for use by Business Managers.
Automation of DR Drill (Switchover and Switchback)
Should provide a workflow for automation of the complete
DR drill scripts, including Switchover and Switchback during
the Drill.
Should provide a mechanism to easily change the DR Drill
process as per the user need.
Should provide automated tests to validate the consistency
and recoverability of the datasets.
Should provide support for both intrusive and non-intrusive
tests
Audit and Compliance Report Management
Should provide reports on various continuity management and
monitoring metrics including RPO, RTO, events, continuity
operations and test exercises
Should provide History reports of all application / Database
Should provide real-time status of every operation being
executed at the item of DR Drills
Should provide a consolidated report once a DR Drill is
completed
Should execute SLA monitoring w.r.t WAN link utilizations,
RPO / RTO, DR Drill compliances and replication status
Alerts and events management
Should monitor the replication activity of different
applications and report failures through alerts and e-mail / on-
screen notifications.
Should monitor the health of the WAN links and report
failures
Should provide automated notifications to pre-configured
users when the failover / DR Drill operations are initiated and
completed.
Should raise alerts whenever
The RPO / RTO deviates
There is a failure in the DR process
Replication fails that stops replication.
Should correlate the subsystem failures to service availability.
Should manage event and incident detection in all the DR
infrastructure
DRS (Tender Document) Page 55
Should provide automated triggers to initiate pre-configured
policies (that suit the application environment), in response to
failure conditions.
DRS (Tender Document) Page 56
ANNEXURE-B
PRICE SCHEDULE (PS)
Tender Reference:
Last date and time for submission of Tender :
The Member Secretary,
AICTE,
7th
Floor, Chandralok Building,
Janpath, New Delhi
110001.
SUBJECT: TENDER DOCUMENT FOR PARTICIPATION IN THE TENDER
PROCESS FOR DISASTER RECOVERY SOLUTION UNDER E-GOVERNANCE
PROJECT OF AICTE
That we are sole owner/authorized agents/ of
…………………………………………………………..
……..………………………………………………..
That we/the undersigned agency is equipped with adequate hardware/software and other
facilities required for providing services and our establishment is open for inspection by the
representatives of AICTE
We hereby offer to provide Services at the prices and rates mentioned in the financial bid (as
per financial template).
We do hereby undertake, that,
In the event of acceptance of our bid, the Services shall be provided as stipulated in the work
order and the tender terms and conditions to the Bid and that we shall perform the entire
incidental services.
The prices quoted are inclusive of all charges inclusive of traveling, hardware/software/
manpower etc. for providing the desired services.
We agree to abide by our offer a period of 90 days from the date fixed for opening of the
tenders and what we shall remain bound by a communication within that time.
We have carefully read and understood the terms and conditions of the tender and the
conditions of the contract applicable to the tender and we do hereby undertake to provide the
services as per these terms and condition.
We do hereby undertake, that, until a formal contract is prepared and executed, this bid,
together with your written acceptance thereof, the tender document and placement of letter of
intent awarding the contract, shall constitute a binding contract between us.
DRS (Tender Document) Page 57
Bill of Material
Sr Supply Item Qty
1 OLTP Database Server 2
2 OLTP Application Server 2
3 Web & Gateway Server 2
4 LDAP Server 1
5 Backup Server 1
6 OBILEE Database & Application Server 2
7 Development Servers for OLTP & OBIEE APP & DB 4
8 FC Storage (SAN) 1
9 SAN Switch 2
10 Tape Library 1
11 Backup Software 1
12 IP KVM 2
13 Core Switch 2
14 IPS 1
15 Firewall 2
16 Load Balancer 2
17 Antivirus Software for 5 years 250*
18 42U Standard Rack 2
19 12 U Network Rack 1
20 DR Replication & monitoring software 4
21 Oracle Database Enterprise Edition Processor Perpetual (with Data Card) 14
22 Oracle Real Application Clusters processor Perpetual 12
23 Oracle Partioning Perpetual 14
24 Oracle Tuning Pack Perpetual 12
25 Oracle Diagnostic Pack Perpetual 12
26 Application Management Suite for Siebel Perpetual 44
27 Oracle Database Standard Edition Perpetual 2
28 Installation and commissioning charges One
time
29 Comprehensive Annual Maintenance Charges for 2 years after expiry of 3
years manufacturer warranty period.
2
years
30 System Integrator support charges for 5 years 5 years
31 On-site residential support for Hardware 5 years
32 On-site residential support for Software, Applications, OS, Antivirus etc. 5 years
*Including 225 existing desktops and new servers
DRS (Tender Document) Page 58
Financial Bid Format for submitting Commercial Offer
S. No
Item description Units Total
Quantity
Basic Unit Rate
Other charges
including freight/ Octroi/
insurance etc. as %
Other charges
including freight/ Octroi/
insurance etc. as Amount
Taxes as %
Taxes as
Amount Discount Total
(1) (2) (3) (4) (5) (6) (7)=
[(4)*(5)]*(6) (8)
(9) = [(4)*(5)+7]*
(8) (10)
(11) =[(4)*(5)] +(7)+(9)-
(10)
1 OLTP Database Server
2 OLTP Application
Server
3 Web & Gateway
Server
4 LDAP Server
5 Backup Server
6 OBILEE Database &
Application Server
7
Development Servers
for OLTP & OBIEE
APP & DB
8 FC Storage (SAN)
9 SAN Switch
10 Tape Library
11 Backup Software
DRS (Tender Document) Page 59
12 IP KVM
13 Core Switch
14 IPS
15 Firewall
16 Load Balancer
17 Antivirus Software for
5 years
18 42U Standard Rack
19 12 U Network Rack
20 DR Replication &
monitoring software
21
Oracle Database
Enterprise Edition
Processor Perpetual
(with Data Card)
22
Oracle Real
Application Clusters
processor Perpetual
23 Oracle Partioning
Perpetual
24 Oracle Tuning Pack
Perpetual
25 Oracle Diagnostic
Pack Perpetual
26
Application
Management Suite for
Siebel Perpetual
27 Oracle Database
DRS (Tender Document) Page 60
Standard Edition
Perpetual
28 Installation and
commissioning charges
29
Comprehensive
Annual Maintenance
Charges for 2 years
after expiry of 3 years
manufacturer warranty
period.
30
System Integrator
support charges for 5
years
31 On-site residential
support for Hardware
32
On-site residential
support for Software,
Applications, OS,
Antivirous etc.
33 Any other service(pl
specify)
34 Any other Hardware
item (pl specify)
35 Taxes (if any)
TOTAL
Vendor should provide itemized pricing as per above format. (Refer Annexure D for BOQ) Vendors may add as many rows as applicable to cover additional items if required.
DRS (Tender Document) Page 61
Note:
1. ANY INCREASE IN QUANTITY will be ON PRO-RATA BASIS. However,
AICTE shall place the order for required additional items/services as and when
required by giving a written request to the Tenderer.
2. OEM support for Software and Hardware should be quoted for 5 years. All Software
licenses have to be perpetual.
3. The financial bid scrutiny for evaluation of the bid will be based on the GRAND
TOTAL of all schedules.
4. In case of extension in the supply of service, the differential cost will be paid to the
vendor for the extended contract period.
5. All the costs should be quoted in Indian Rupees and should be fixed on lump-sum
basis, no escalation of cost will be allowed under any circumstances.
6. AICTE shall not pay separately any specific statutory taxes / service charges to any
authority.
7. No hidden charges will be allowed, if any.
8. Bills should be raised in the name and will be paid Competent Authority, as specified
in the tender.
I/We, hereby, undertake that we shall not ask for any other charges other than the charges
specified above. We also confirm that we will make our own arrangements at our own cost
for traveling, boarding, lodging, communication etc. for successful implementation of the
project at site.
Dated: Signature:
Name of Agency:
Company Seal Full Address:
DRS (Tender Document) Page 62
ANNEXURE-C
TENDER OFFER FORM (TOF)
Date: _________
Tender Reference No.:
To
The Member Secretary,
Member Secretary, AICTE, 7th
floor, Chandralok Bulding, Janpath, New Delhi, 110001
SUBJECT: TENDER DOCUMENT FOR PARTICIPATION IN THE TENDER
PROCESS FOR DISASTER RECOVERY SOLUTION UNDER E-GOVERNANCE
PROJECT OF AICTE
Gentlemen:
Having examined the tender documents including all Annexure the receipt of which is hereby
duly acknowledged, we, the undersigned, offer to work as Vendor as mentioned in the Scope
of the work as required by AICTE in conformity with the said tender documents.
I/We declare that we are an established service Provider in the area of IT service Provider
under the name and style of…………………………………
We declare that we are equipped with adequate machinery/technology for providing the
services as per the parameters laid down in the Tender Document and we are prepared for
live demonstration of our capability and preparedness before the representatives of the
AICTE office.
I/ We undertake that the Prices are in conformity with the specifications prescribed. The
quote is inclusive of all costs likely to be incurred for executing this work.
I/ we undertake, in the event of acceptance of our bid, the services shall be provided as
stipulated in the schedule to the Bid Document and that we shall perform all the incidental
services.
If our Bid is accepted we shall submit the performance guarantee of bank as specified in the
Tender document for the due performance of the Contract during the Contract period at the
time of signing of Agreement in the Form prescribed by the Tendering Authority.
I / We agree to abide by this Bid for the period of 90 days after the date fixed for Bid opening
and it shall remain binding upon us and may be accepted at any time before the expiry of that
period.
Until a formal contract is prepared and executed, this Bid offers, together with your written
acceptance thereof and your notification of award shall constitute a binding contract between
us.
We understand that you are not bound to accept the lowest or any offer you may receive.
We agree to the terms and conditions mentioned in the Tender Document.
Dated this ____ day of ________________Signature: _______________________________
(In the Capacity of :) ____________________________
Duly authorized to sign the tender offer for and on behalf of
Encl.: - (A) Envelope-1 (Original Technical Bid)
1. Index
2. Tender offer form duly filled in. (Annexure C)
3. Bidders Authorization Certificate.
DRS (Tender Document) Page 63
4. Self Declaration for unblemished record
5. Details of Bidder
6. Performance statement along with necessary Documents
7. VAT Registration Certificate along with VAT Clearance Certificate or VAT payment
Challan from concerned Government Department as on 1St April, 2010.
8. Downloaded Tender Document where all the annexures are
completely filled and every page of the tender document including
annexures, duly signed and stamped with the authorized company
seal.
9. Copies of Certificate of incorporation of the firm (e.g. Registration as Partnership
Firm, Proprietary concern, Company etc.)
10. Copy of the CMM and ISO certification
11. Copy of the PAN Card
12. Proof in support of having experience of minimum of 5 years of existence in the field
of implementation, maintenance of DR and IT related activities as on 1st May, 2011.
Work-orders along with Completion Certificates / Client's Testimonial given by
concerned organisations or whom work is done should be submitted.
13. Proof in support of experience in implementation, maintenance of DR and
development of software and providing IT related services to the Government / Public
Sector Organizations / Undertaking / Corporations, Banks, Universities / State level
Board. Work-orders along with Completion Certificates / Client's Testimonial given
by concerned organisations or whom work is done should be submitted
14. Proof in support of minimum 3 clients (present and / or past) who are Public Sector
Organizations / Corporations with total order volume of Rs 4cr for last 2 years out of
which one assignment of same nature should have successfully executed with order
value of minimum Rs 4 Cr. from single Public Sector Client. Work-orders along with
Completion Certificates / Client's Testimonial given by concerned organisations or
whom work is done should be submitted
15. Proof in support of proven track record of having successfully provided on-going
training, maintenance of and handholding support for its developed applications.
16. Proof in support of prominent presence at Mumbai or Bangalore
17. Technical proposal
18. Hardware resources proposed for deployment.
19. Problem Escalation Mechanism with name, designation and contact details at each
level up to the level of CEO
20. Proposed Quality Plan.
21. Proposed Software Change Management Methodology.
22. Proposed Methodology to complete this project.
23. Details regarding proposed infrastructure for desired services.
24. Details regarding miscellaneous / Add-on technical services.
25. Copies of its audited financial statements for past three years (i.e. 2010-11, 2009-10,
2009-08).
26. The firm must have 1000 technically qualified software developers, 50 network
engineers, 50 system integrators and should have a prior experience in providing IT
infrastructure maintenance services. The responding must have expert manpower for
DRS (Tender Document) Page 64
Seibel database (should be supported by necessary certificate)
27. Bidder should provide an outline of recent experience of programs and projects
undertaken of same size and nature.
(B) Envelope-2 (Duplicate technical bid along with all attachments)
(C) Envelope-3 (Sealed Commercial Bid)
1. Price Schedule, duly stamped and signed
(D) Envelope-4 (Earnest Money Deposit, EMD)
DRS (Tender Document) Page 65
ANNEXURE-D
SELF-DECLARATION (NOTARIZED AFFIDAVIT)
Ref.............. Date: -
To,
The Member Secretary,
AICTE,
7th
Floor, Chandralok Building,
Janpath, New Delhi
110001.
In response to the tender No………………………………………….Dated…………………. as a owner/partner / Director of ………………………… I / We hereby declare that our Agency …………………………….. is having unblemished past record and was not declared ineligible for corrupt and fraudulent practices either indefinitely or for a particular period of time.
I/ We M/s___________________ (Name of the Company) are not blacklisted in any Department of Government of India or any State Government
I/We further undertake that our partner M/s ______________________ (Name of Vendor) having office are also not blacklisted in any Department of Government of India or any State Government
I/We hereby declare that there are no pending cases against M/s______________________
(Name & Address of Bidder) with Department of Government of India or any State Government or any other court of law
I/We hereby declare that Bidder‘s company or Director/Owner of the company have not been
declared by any Court or Competent Authorities in solvent or involved in any fraudulent
mean(Economical & Criminal) as on 1st May,2011
Name of the Bidder: -
Signature: -
Seal of the Organization: -
DRS (Tender Document) Page 66
ANNEXURE-E
DETAILS OF BIDDER
Please ensure that your response clearly answers all the questions. If you use additional
schedules or documentation to support your response, make sure that they are clearly cross-
referenced to the relevant question.
General Profile of the Company/Firm:-
Name and Address of the Company / Firm
With Telephone Nos., Fax, E-mail and
Website
Date of Incorporation
Offices situated at different locations
Infrastructure facilities
Turn over for last three years (Audited
Annual Accounts and Annual Reports of
three accounting years to be submitted)
Executive Profile
Service Tax Registration Number
VAT Registration Number
PAN No.
Premises / space available in square feet
Details of Manpower:-
Technical Personnel available:
Number of Operators:
Number of Supervisors:
Number of Managers:
Quality Certificate, if any:
S.N. Name of the
Certificate Certified By Year of getting
Certification
Whether Certificate is
valid
as on date
Awards for products/Services, if any:
DRS (Tender Document) Page 67
S.N. Name of the
Certificate Certified By Year of getting
Certification
Field of Award
(S/W development
Consultancy etc.)
Name, address and Telephone Number [Office, Residence, Mobile] of the Contact Person to
whom all References shall be made regarding this tender:
Telephone: Office - Residence –
Mobile - Fax No.: E-mail:
Place: Signature:
Date: Name:
Company Seal
Note:
1. In-adequate information could lead to disqualification of the bid.
2. All items should be supported by proper documents.
DRS (Tender Document) Page 68
ANNEXURE-F
DETAILS OF MANPOWER EXCLUSIVELY ASSOCIATED WITH THIS PROJECT
(To be furnished on a separate sheet for each employee)
NAME OF THE FIRM:
_______________________________________________________________________
Name of the staff and Designation:-
Date of Birth:-
Professional Qualification :-
Service in the firm from :-
Present Salary :-
Previous employment record :-
Sr.
No Organization
From
to
Total
Salary
1
2
3
4
Details of Key assignments handled in the past three years
Organization
Month & Year
Details of assignment done
1
2
3
4
Date: -------------- Name of the Bidder: -
Place: ------------- Signature: -
Seal of the Organisation
Note:-No change of any kind should be made in this format. In-adequate information or change in format could lead to disqualification of the bid.
DRS (Tender Document) Page 69
ANNEXURE-G
PERFORMANCE STATEMENT
Bid No. ……………………………………. Date of opening…………………………….
Name of the Firm--------------------------------
Details of Past Contract similar to this Contract (for a period of last Five years)
S.N.
Name and
Address of the
client with
Tel. No.
Contact
Person
and
Contact
Number
Nature
of Job
Number
of
Sites
Total
Value of
the
Contract
(In Rs.)
Date of
completion of
contract
Penalty
imposed
by
clients
if any As per
Contract Actual
(Separate pages may be taken to elaborate the projects undertaken).
Note: - Please enclose Work-orders along with Completion Certificates / Client's Testimonial given by concerned organisations or whom work is done.
Date: -------------- Name of the Bidder: -
Place: ------------- Signature: -
Seal of the Organisation: -
DRS (Tender Document) Page 70
ANNEXURE-H
CONTRACT FORM (CF)
AGREEMENT MADE this _____ ____ day _________________ of Two thousand
________ _______ _________ _________ _____ Between________ ________ ________
________ ________ _______ ______________ _______ ____(hereinafter called "the
Contractor") of the one part and the Member Secretary, AICTE of the other part.
WHEREAS the contractor has tendered for providing Total solution for Disaster Recovery
Solution under e-Governance project of AICTE (hereinafter called "The Tendering Authority
") as per the terms and conditions mentioned in the tender document. Whereas such tender
has been accepted and the contractor has deposited with the Tendering Authority the sum of
Rs. __________(Rupees _________________________________only) as security for the
fulfillment of this Agreement.
NOW IT IS HEREBY AGREED between the parties hereto as follows:
The contractor has accepted the contract on the terms and conditions set out in the tender
notice no. ______________ dated ___________ as well in the acceptance of tender no.
______________ dated__________, which shall hold good during period of this agreement.
Upon breach by the contractor of any of the conditions of the agreement, the Tendering
Authority may issue a notice in writing, determine and put an end to this agreement without
prejudice to the right of the AICTE to claim damages for antecedent breaches thereof on the
part of the contractor and also to reasonable compensation for the loss occasioned by the
failure of the contractor to fulfill the agreement as certified in writing by the Tendering
Authority which certificate shall be conclusive evidence of the amount of such compensation
payable by the contractor to the AICTE.
Upon the determination of this agreement whether by efflux ion of time or otherwise the said
deposit shall after the expiration of __________ months from the date of such determination
be returned to the contractor but without interest and after deducting there from any sum due
by the contractor to the Government under the terms and conditions of this agreement.
This agreement shall remain in force until the expiry of 60 months from the date of entering
into the contract but the Tendering Authority may cancel the contract at any time upon giving
one months notice in writing without compensating the contractor.
The Tendering Authority may give notices in connection with the contract.
In consideration of the payments to be made by the Tendering Authority to the Bidder as
hereinafter mentioned the Bidder hereby covenants with the Tendering Authority to provide
the Services and to remedy defects therein conformity in all respects with the provisions of
the Contract.
The Tendering Authority hereby covenants to pay the Bidder in consideration of the
provision of the Services and the remedying of defects therein, the Contract Price or such
other sum as may become payable under the provisions of the contract at the times and in the
manner prescribed by the contract.
If subject to circumstances beyond control (Force Majeure) the contract fails to deliver the
services in accordance with the conditions mentioned in the tender, the Tendering Authority
shall be entitled to render services from else other organization after giving due notice to the
Bidder on the amount and at the risk of the Bidder without canceling the contract in respect
of the consignment not yet due for delivery, or to cancel the contract.
DRS (Tender Document) Page 71
In the event of action to be taken, the contractor shall be liable for any losses, which the
Tendering Authority, may sustain on that account. The recovery by way of penalty shall be
made by deducting the amount from the bills be made good by a credit note within the
stipulated period for the purpose.
CONTRACTOR
Member Secretary, AICTE
Witnesses
1
2
DRS (Tender Document) Page 72
ANNEXURE-I
PERFORMANCE SECURITY FORM (PSF)
To:
(Name of Indenter)
WHEREAS _____________________________________________________(Name of
Bidder) hereinafter called "the Bidder " has undertaken Contract
No.________________________ dated, __________________2010 to render services
hereinafter called "the Contract".
AND WHEREAS it has been stipulated by you in the said Contract that the Bidder shall
furnish you with a bank Guarantee by a recognized bank for the sum specified therein as
security for compliance with the Bidder's performance obligations in accordance with the
Contract.
AND WHEREAS we have agreed to give the Bidder a guarantee:
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of
the Bidder, up to a total of _________________________________(Amount of the guarantee
in Words and Figures) and we undertake to pay you, upon your first written demand
declaring the Bidder to be in default under the contract and without cavil or argument, any
sum or sums within the limit of ___________________________ as aforesaid, without your
needing to prove or to show this grounds or reasons for your demand or the sum specified
therein.
This guarantee is valid until the ___________ day of ______________ 20
Signature and Seal of Guarantors
_____________________________________
_____________________________________
_____________________________________
Date _________________________________
Address: ______________________________
DRS (Tender Document) Page 73
ANNEXURE-J
LOCATION OF AICTE OFFICES
Offices of AICTE Location
1 Head Office 7th Floor, Chandralok Building, Janpath, New Delhi
2 NBCC Lodhi Road, New Delhi
3 Eastern L B Block Sector-III, College of Leather Technology
Campus, Salt Lake City, Kolkata – 700091
4 Northern Govt. Polytechnic Campus Adjoining Directorate of Tech.
Edu. Office, Vikas Nagar, Zoo Road, Kanpur – 208024
5 Southern Shashtri Bhawan, 26, Haddows Road, Chennai – 600006
6 Western 2nd floor, Industrial Assurance Building V.N.Road, Opp.
Churchgate Rly. Station Churchgate, Mumbai – 400020
7 Central Tagore Hostel 2, Shamla Hills Bhopal – 462002
8 South Central First Floor, Old Bicard Building Jawaharlal Nehru
Technological University, Massab Tank, Hyderabad – 500076
9 South Western Health Centre Building, Bangalore University Campus,
Bangalore – 560009
10 North West Plot No.1, 5th Floor, DTE Punjab Building, Sector 36-A,
Chandigarh – 160036
11 Guwahati Camp office c/o Department of Electronics and Communications,
Guwahati University, Gopinath Bardolai Nagar, Guwahati
12 Gurgaon Camp office 3rd
and 7th
Floor, UDYOG MINAR, Haryana State Industrial
Infrastructure Development Corp. Ltd, Udyof Vihar, Phase-V,
Gurgaon.
DRS (Tender Document) Page 74
Annexure-K
Checklist
Sr No Description Yes/No/NA Page
Number
1. Annexure-A Specifications For Technical Offer
2. Annexure-B Price Schedule
3. Annexure-C Tender Offer Form
4. Annexure-D Self-Declaration (Notarized Affidavit)
5. Annexure-E Details Of Bidder
6. Annexure-F Details Of Manpower Exclusively
Associated With This Project
7. Annexure-G Performance Statement
8. Annexure-H Contract Form
9. Annexure-I Performance Security Form
10. Annexure-J Locations of AICTE Offices
11. Annexure-K Checklist
12. Annexure-L SLA
13. Authorization letter from OEM attached
14. Technical/Commercial offers duly signed
15. EMD
Vendors are requested to arrange support documents as per checklist.
(Signature of the representative)
Name:
Designation:
Name of the Company
Date: