Disaster Recovery Solution (Under e-Governance project of AICTE)

74
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 26 th May,2011 Due Date 15 th June,2011 Name & Address of Tenderer Member Secretary, AICTE, 7 th floor, Chandralok Building, Janpath, New Delhi, 110001

Transcript of Disaster Recovery Solution (Under e-Governance project of AICTE)

Page 1: 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

Page 2: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 3: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 4: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 5: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 6: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 7: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 8: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 9: Disaster Recovery Solution (Under e-Governance project of AICTE)

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;

Page 10: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 11: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 12: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 13: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 14: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 15: Disaster Recovery Solution (Under e-Governance project of AICTE)

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,

Page 16: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 17: Disaster Recovery Solution (Under e-Governance project of AICTE)

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:

Page 18: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 19: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 20: Disaster Recovery Solution (Under e-Governance project of AICTE)

DRS (Tender Document) Page 20

Annexure-J Locations of AICTE Offices

Annexure-K Checklist

Annexure-L SLA

Page 21: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 22: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 23: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 24: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 25: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 26: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 27: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 28: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 29: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 30: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 31: Disaster Recovery Solution (Under e-Governance project of AICTE)

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)

Page 32: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 33: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 34: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 35: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 36: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 37: Disaster Recovery Solution (Under e-Governance project of AICTE)

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:

Page 38: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 39: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 40: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 41: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 42: Disaster Recovery Solution (Under e-Governance project of AICTE)

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:

Page 43: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 44: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 45: Disaster Recovery Solution (Under e-Governance project of AICTE)

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)

Page 46: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 47: Disaster Recovery Solution (Under e-Governance project of AICTE)

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,

Page 48: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 49: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 50: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 51: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 52: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 53: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 54: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 55: Disaster Recovery Solution (Under e-Governance project of AICTE)

DRS (Tender Document) Page 55

Should provide automated triggers to initiate pre-configured

policies (that suit the application environment), in response to

failure conditions.

Page 56: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 57: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 58: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 59: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 60: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 61: Disaster Recovery Solution (Under e-Governance project of AICTE)

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:

Page 62: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 63: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 64: Disaster Recovery Solution (Under e-Governance project of AICTE)

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)

Page 65: Disaster Recovery Solution (Under e-Governance project of AICTE)

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: -

Page 66: Disaster Recovery Solution (Under e-Governance project of AICTE)

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:

Page 67: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 68: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 69: Disaster Recovery Solution (Under e-Governance project of AICTE)

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: -

Page 70: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 71: Disaster Recovery Solution (Under e-Governance project of AICTE)

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

Page 72: Disaster Recovery Solution (Under e-Governance project of AICTE)

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: ______________________________

Page 73: Disaster Recovery Solution (Under e-Governance project of AICTE)

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.

Page 74: Disaster Recovery Solution (Under e-Governance project of AICTE)

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: