general manager (it ) ifci limited

96
Page 1 of 96 REQUEST FOR PROPOSAL (RFP) FOR Selection of a System Integrator (SI) For Data Center Upgrade, Set up Disaster recovery Site, Near DR Site And Implementation of Network Security IFCI Limited Ref No: DC/IT/14-15-4752 To be submitted before 5.00 PM on 27 th February, 2015 Addressed To General Manager (IT ) IFCI Limited

Upload: others

Post on 02-Nov-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: General Manager (IT ) IFCI Limited

Page 1 of 96

REQUEST FOR PROPOSAL (RFP) FOR

Selection of a System Integrator (SI)

For

Data Center Upgrade, Set up Disaster recovery Site, Near DR Site

And

Implementation of Network Security

IFCI Limited

Ref No: DC/IT/14-15-4752

To be submitted before

5.00 PM on 27th February, 2015

Addressed To

General Manager (IT )

IFCI Limited

Page 2: General Manager (IT ) IFCI Limited

Page 2 of 96

IFCI Tower, 61 Nehru Place, New Delhi – 110019.

Section I – About the RFP .............................................................................................................................. 6

Introduction .................................................................................................................................................. 6

Extent of Proposal ..................................................................................................................................... 6

Key Events & Dates ................................................................................................................................... 7

Procurement of RFP Document ................................................................................................................ 7

Pre Bid Conference ................................................................................................................................... 8

Amendment of RFP Document ................................................................................................................. 8

Section II - Eligibility Criteria ....................................................................................................................... 10

Section III – Detailed Scope of Work for System Integrator (SI) ................................................................. 16

Data Center Upgrade ...................................................................................................................... 16

Virtualization of SUN UltraSparc Machines – DC/DR and Near Site ................................................... 16

Setup Disaster Recovery Site and Near DR Site ......................................................................... 17

Design and Deployment of a Microsoft Active Directory Domain ...................................................... 20

Installation and Configuration of Network Monitoring Software....................................................... 21

Delivery, Installation and Commissioning of Hardware /Software ..................................................... 23

Continuity of Operations..................................................................................................................... 25

Training and Knowledge Transfer ....................................................................................................... 26

IFCI’s Acceptance towards Complete Project Implementation .................................................................. 28

On-Site Services .......................................................................................................................................... 28

Remedial Maintenance ....................................................................................................................... 28

Preventive Maintenance ..................................................................................................................... 29

Part(s) Replacement ............................................................................................................................ 29

Response Time .................................................................................................................................... 29

Instruction to Bidder(s) ............................................................................................................................... 31

Submission of Tender.......................................................................................................................... 31

Authentication of Bid .......................................................................................................................... 32

Validation of interlineations in Bid ..................................................................................................... 32

Page 3: General Manager (IT ) IFCI Limited

Page 3 of 96

Cost of Bidding .................................................................................................................................... 32

Quality Assurance & Audit .................................................................................................................. 32

Local Site Visit/ Conditions .................................................................................................................. 32

Clarification on Tender Document ...................................................................................................... 33

Language of Bids ................................................................................................................................. 33

Bid Prices ............................................................................................................................................. 33

Firm Prices ........................................................................................................................................... 34

Bid Currencies ..................................................................................................................................... 34

Bidders Qualification ........................................................................................................................... 34

Technical Inspection and Performance Evaluation ............................................................................. 35

Bidder’s obligation to inform itself .................................................................................................... 35

Service/ Methodology ......................................................................................................................... 35

Taxes and Duties ................................................................................................................................. 35

Proposal Ownership ............................................................................................................................ 35

Bidder (s) Liability ................................................................................................................................ 35

Right to Alter Quantities ..................................................................................................................... 36

Insurance ............................................................................................................................................. 36

Cancellation of the Order .................................................................................................................... 36

Failure of equipment’s ........................................................................................................................ 36

Expenses for the Contract ................................................................................................................... 37

Milestones and Key deliverables ........................................................................................................ 37

Bid Validity Period ....................................................................................................................................... 39

Period of Validity of Bids ..................................................................................................................... 39

Documents Comprising the Bids ............................................................................................................. 39

Pre-Qualification Bid ........................................................................................................................... 39

Technical Bid ....................................................................................................................................... 40

Financial Bid ........................................................................................................................................ 40

Undertaking ........................................................................................................................................ 40

Bid Security ......................................................................................................................................... 40

Modification and Withdrawal of Bids ......................................................................................................... 41

Written Notice .................................................................................................................................... 41

Signing and Marking of Notice ............................................................................................................ 41

Page 4: General Manager (IT ) IFCI Limited

Page 4 of 96

Last Date for Notice ............................................................................................................................ 41

Opening of Pre-Qualification and Technical Bids........................................................................................ 41

Opening of Bids ................................................................................................................................... 42

Technical Evaluation ........................................................................................................................... 42

Announcement of Bids ........................................................................................................................ 43

Bids Not Considered For Evaluation ................................................................................................... 43

Criteria for Evaluation and Comparison of Pre-qualification Bids ...................................................... 43

Rectification of Errors ................................................................................................................................. 44

Contacting IFCI ............................................................................................................................................ 44

Contact by Writing .............................................................................................................................. 44

Rejection of Bid ........................................................................................................................................... 44

IFCI’s Right to Vary Scope of Contract at the time of Award ...................................................................... 44

Notification of Award .................................................................................................................................. 44

Notification to Bidder ......................................................................................................................... 44

Signing of Contract .............................................................................................................................. 45

Discharge of Bid Security .................................................................................................................... 45

Failure to abide by the Agreement ............................................................................................................. 45

Bank Guarantee for Contract Performance ................................................................................................ 45

Confidentiality of the Document ................................................................................................................ 45

Rejection Criteria ........................................................................................................................................ 46

Pre-Qualification Rejection Criteria .................................................................................................... 46

Technical Rejection Criteria ................................................................................................................ 46

Commercial Rejection Criteria ............................................................................................................ 46

Prices ........................................................................................................................................................... 47

Payment Terms ........................................................................................................................................... 47

Project Time lines ........................................................................................................................................ 48

Completion of commissioning .................................................................................................................... 49

Locations of Installations ............................................................................................................................ 49

Warranty & Support .................................................................................................................................... 49

General Scope of Services ................................................................................................................... 49

Bidder’s Responsibilities ..................................................................................................................... 52

Delays in the vendor’s Performance ................................................................................................... 52

Page 5: General Manager (IT ) IFCI Limited

Page 5 of 96

Other Terms and Conditions ............................................................................................................... 53

Annexures ................................................................................................................................................... 62

Annexure I - Existing Setup H/W & S/W ............................................................................................. 62

Annexure II- IFCI Office Address ......................................................................................................... 67

Annexure III- Hardware Requirement for DC Upgrade and Setup of DR and Near DR Site................ 68

Annexure IV - Hardware Requirement – Implementation of Network Security ................................ 70

Annexure IV- Software License Requirements ................................................................................... 71

Annexure V - Network Monitoring Services – Specifications ............................................................. 72

Annexure VI - Total Cost of Ownership (TCO) ..................................................................................... 73

Annexure VII-Bill of Material ............................................................................................................... 74

Annexure VIII-Technical Compliance Acceptance Criteria .................................................................. 77

Annexure IX – Manufacture’s Authorization Format .......................................................................... 88

Annexure X - Letter authorizing representing executive(s) ................................................................ 89

Annexure XI- Bidder’s General Information ........................................................................................ 90

Annexure XII - Technical Bidder Scoring ............................................................................................. 91

Annexure XIII – Escalation Matrix ....................................................................................................... 92

Annexure XIV– Terms and Conditions Compliance Table ................................................................... 93

Annexure XV– Non Disclosure Agreement ......................................................................................... 94

Annexure XVI– Tender Related Terminology ...................................................................................... 95

Page 6: General Manager (IT ) IFCI Limited

Page 6 of 96

Section I – About the RFP

Introduction

IFCI Limited desires to upgrade, existing infrastructure of its Data center at New Delhi, as well

as its Backup Site at Mumbai. It is intended to upgrade the Backup site to a Fully Operational

Disaster Recovery Site. IFCI also intends to build a Near DR Site and strengthening the

Network security.

While improving network security, analyzing the network traffic and trend analysis is also

required for providing breakup of traffic utilization on critical router interfaces.

In this connection, IFCI would like to invite Proposal from reputed Vendor, to support the above

objective. This document is a Request for Proposal (RFP) for Bidders to quote for the Supply,

Installation, Configuration, Testing, Training and Support of components that are being

procured through this RFP.

The RFP document is not recommendation, offer or invitation to enter into a contract,

agreement or any other arrangement, in respect of the services. The provision of the services is

subject to observance of selection process and appropriate documentation being agreed

between IFCI and any successful bidder as identified by IFCI, after completion of the selection

process as detailed in this document.

Extent of Proposal

Prospective Vendor should note that any proposal submitted in response to this Request for

Proposal (“RFP”) and all associated amendments or clarifications submitted during evaluation,

could form part of subsequent contract to be signed for “ Selection of System Integrator (SI)

for Data Center Upgrade Set up Disaster recovery Site, Near DR Site And

Implementation of Network Security” and related services to the Project.

The primary goal of this RFP is solicit proposals from the interested bidders to be selected as

the System Integrator (SI) for the IFCI through a competitive bidding process. Potential bidders

are required to share proposals for providing the “bundle of services” in implementing and

managing the DC, Near DR, DR and Network Security in IFCI.

IFCI further reserves the right to negotiate with the selected agency to enhance the value

through this project and to create a more amicable environment for the smooth execution of

the project

Page 7: General Manager (IT ) IFCI Limited

Page 7 of 96

Key Events & Dates

Tender Notice No DC/IT/14-15-4752

Tender Fee Rs.5,000/- (Five thousand only)

Bid Security Rs.10,00,000/- (Rupees Ten Lac only)

Date of Issue 29/01/2015

Date of Pre-Bid Meeting with the bidder 11/02/2015 ; 4:00 PM

Last date and time of submission of

Bid(Technical & Commercial)

27/02/2015 ; 5:00 PM

Date and time of opening of Technical Bids 05/03/2015 ; 11.30 AM

Date of Presentation 09/03/2015 ; 11.30 AM

Date and time of opening of Commercial Bids 12/03/2015 ; 03.30 PM

Address of Communication and Pre Bid

Meeting

General Manager (IT)

IFCI Limited

IFCI Tower, 61, Nehru Place

New Delhi – 110019

Name of the contact person for any

clarification

Sh.Debashsih Gupta

DGM(IT)

IFCI Limited,

IFCI Tower ,61 Nehru Place , NEW Delhi -110

019

[email protected]

e-mail Address [email protected]

Validity of Proposal Proposals must remain valid 180 days after

the submission date.

Note: This Tender Document is not transferable.

Procurement of RFP Document

The tender document can be downloaded from IFCI website http://ifciltd.com. Tender

fee of Rs. 5,000/- (non-refundable) drawn in favor of IFCI Ltd to be submitted along with

the Tender Document. The Bid will not be considered in the absence of the tender fee.

Page 8: General Manager (IT ) IFCI Limited

Page 8 of 96

Pre Bid Conference

IFCI shall organize a Pre Bid Conference on the scheduled date and time at Head Office,

New Delhi. I F C I may incorporate any changes in the RFP based on acceptable

suggestions received during the interactive Pre Bid Conference. The decision

of IFCI regarding acceptability of any suggestion shall be final and shall not

be called upon to question under any circumstances.

The prospective bidders shall submit their questions in writing, no later than the date and

time indicated under Section I. It may not be possible at the Pre Bid Conference to

answer questions which are received late.

However, prospective bidders are free to raise their queries during the meeting and

responses / corrigendum will be conveyed to all the prospective bidders (by way of hosting

amendments/ clarifications) on IFCI website in accordance with the respective clauses of

the RFP within 1 weeks of completion of the Pre Bid Conference. The prospective

participants would have to inform I F C I in advance on the mail id mentioned

in Section I for attending the Pre-Bid Conference.

Amendment of RFP Document

At any time before the deadline for submission of Bids, IFCI may, for any reason, whether

at own initiative or in response to a clarification requested by a prospective Bidder, modify

the Bidding document by amendment. All the amendments made in the document would

be published on our website http://ifciltd.com as well as published in the leading

newspapers.

The Bidders are also advised to visit the aforementioned website on regular

basis for checking necessary updates.

IFCI also reserves the right to amend the dates mentioned in Section I – „Key Events &

Dates‟ of this Bid document. Any proposal received after the deadline for submission of

proposals will be rejected and returned unopened to the Bidder. All prospective bidders

will be notified of the amendment, if any, by IFCI hosting the same on IFCI‟s website which

will be final and binding on all the bidders.

It will be the responsibility of the bidders to regularly visit IFCI‟s website for any amendments

from time to time and respond accordingly. No other intimation will be given by IFCI. In

order to allow prospective bidders reasonable time in which to take the amendment into

account in preparing their Bids, IFCI, at its discretion, may extend the deadline for the

submission of Bids.

IFCI shall not be responsible for any postal delay or non-receipt/ non-delivery of the

documents. No further correspondence on the subject will be entertained after the expiry

of the dates.

Page 9: General Manager (IT ) IFCI Limited

Page 9 of 96

Venue and Deadline for submission of Proposal

Proposals must be received at the address specified below not later than dates

specified in Section I.

The General Manager (IT)

IFCI Limited

IFCI Tower, 61, Nehru Place

New Delhi – 110019

Telephone Number - +91 11 4173 2000/2166

Fax: +91 11 4623 0201

E-mail ID: [email protected]

Any proposal received by IFCI after the deadline for submission of proposals mentioned

in Section I above will be summarily rejected and returned unopened to the Bidder.

Page 10: General Manager (IT ) IFCI Limited

Page 10 of 96

Section II - Eligibility Criteria

The Bidder must possess the requisite experience, strength and capabilities in providing

the services necessary to meet the requirements as described in the RFP document.

The Bidder must also possess the Technical know-how that would be required to

successfully implement the required solution.

The Bids must be complete in all respect and shall cover the s cope of work either in part

or full as stipulated in the tender document. The invitation to Bid is open to all b idders

who qualify the eligibility criteria.

Page 11: General Manager (IT ) IFCI Limited

Page 11 of 96

Following criteria are prescribed as Pre-Qualification Criteria for Bidder interested in

undertaking the project.

Sr.

No.

Minimum Eligibility Criteria Supporting Documents

1.

The Bidder shall be established IT

a) Company registered under the Companies Act, 1956

and in operation for at least 15 years as on 31.03.2014

and shall have their registered offices in India.

a) Valid documentary proof of:

- Certificate of incorporation

- Certificate of Commencement

- Certificate consequent to change of

name, if applicable

b) Company must be registered with appropriate

authorities for all applicable statutory duties/taxes

b) Valid documentary proof of:

- Central Sales Tax/VAT number

- Service Tax registration number

- Income Tax registration/PAN

number

2.

Bidder shall have experience of supply,

installation, commissioning and annual maintenance

services for IT Infrastructure projects / Networking

Services and shall have been in the business for a

period exceeding ten years as on

31.03.2014.

Work Orders confirming year and area of

activity Memorandum and Articles

of Associations Relevant legal

documentation confirming the

acquisition/merger, if any.

3.

The Vendor should have registered a turnover of Rs. 5

crores or above during last three completed financial

years.

Self-certified copies of the balance sheet

and profit & loss statement for the last

3 completed financial years.

4.

The Vendor should be earning a Net Profit in each of the

last three completed financial years as on 31st March

2014, and shall have a positive net worth in each of the

following years 2011-2012, 2012-2013, and 2013-

2014.

A certified document by the Chartered

Accountant stating the net worth and

average annual turnover of the Bidder or

Self Certified Copies of Balance Sheet

5.

The bidder should be a Indian registered company/

Agency engaged in the job of site preparation for Data

Centers/ Network Operation Centers/ Data Warehouse

Centers activities for minimum of 10 years as on date of

RFP.

Documentary evidence for this should be

submitted along with the Technical Bid

document.

6.

The Bidder must have ISO 9001:2000

certification for system integration or sale, design and

development, testing and implementation of Data

Center products and solutions.

Valid Copy of the Certification stating the

location and the scope of the

certification.

Page 12: General Manager (IT ) IFCI Limited

Page 12 of 96

Sr.

No. Minimum Eligibility Criteria Supporting Documents

8.

The Bidder must have on its roll at least 30 Technically

qualified professionals with combination in the

following fields (system integration, experience in

implementing DC Solution/Network Security) as on

31.03.2014.

Certificate from Bidder‟s HR

Department for the number of Technically

qualified professionals employed by the

company with their skill set

9. The Bidder shall furnish, as part of its Bid, Tender

Document Fee.

The Tender Document Fee shall be

denominated in Indian Rupees.

10.

The Bid can be submitted by an individual company or

a consortium.

In case of consortium applicant, consortia shall submit

a valid Memorandum of Understanding

(MOU)/agreement.

“Consortium” shall mean more than one

company which joins with other

companies of complementing skills to

undertake the scope of work defined in

this RFP. In case of consortium the same

shall not consist of more than three

companies/ corporations, including the

prime bidder.

1. Memorandum of Understanding

(MOU)/agreement among the members

signed by the Authorized Signatories of

the companies dated prior to the

submission of the bid to be submitted in

original.

2. The MOU/agreement shall clearly

specify the prime bidder, stake of each

member and outline the roles and

responsibilities of each member.

Page 13: General Manager (IT ) IFCI Limited

Page 13 of 96

Sr.

No. Minimum Eligibility Criteria Supporting Documents

11.

Bidder (prime) and all consortium partners must have

ISO 9001:2000 certification or OEM Should be having

valid ISO 9000 & 14000; 270001;20000

Valid Copy of Certificate

12.

The bidder (prime) should have experience in

providing Infrastructure management services to at

least one data center, during the last three years.

Note: Bidder‟s in house data centers shall not be

considered.

Copy of work order / client certificates

13.

The Bidder and all consortium partners shall not be

under a Declaration of Ineligibility for corrupt or

fraudulent practices or blacklisted with any of the

Government agencies.

Declaration in this regard by the

authorized signatory of the prime bidder

14.

The bidder (prime) should submit valid letter from

the OEMs confirming following:

• Authorization for bidder

• Confirm that the products quoted are

not end of life products

Undertake that the support including spares,

patches for the quoted products shall be

available for next 6 years.

OEMs include:

• Compute Infrastructure

• Storage Infrastructure

• Network Infrastructure

15. The bidder (prime) should have an office and

support center in Delhi & Mumbai.

Relevant Documents or Undertaking

signed by the Authorized Signatory.

Page 14: General Manager (IT ) IFCI Limited

Page 14 of 96

Sr.

No. Minimum Eligibility Criteria Supporting Documents

16.

The bidder (prime) should have commissioned and

installed at least one Data center project that meets all

the below mentioned requirements during the last Three

(3) years: An Order Value of not less than Rs. 3 crores.

Bidder‟s in house data centers shall not be

considered.

Bidders who have built their own Data Centre (DC),

for commercial use will be considered.

a) Copy of work order / client

certificates confirming the order

value/cost.

b) Valid Certification

17.

The DC/DR / Near DR Site Solution must be running

successfully in at least 2 public sector banks/Financial

Institutions in India and running successfully for the past

five year.

Necessary documents should be

attached. like ( PO, Sign off and

letter of satisfactory working from

the reference you have given).

18.

The Bidder should have involved in Supply, Installation,

and Configuration & Maintenance of DC/DC / Near DR site

/Network Management System (Software and Hardware)

providing related services for the last 3 years.

The Bidder should produce

documentary support.

19.

Bidder ust have Professional experience in “Design,

Configuration/Customization, Implementation & Supporting

of Enterprise Wide NMS (Network Management System)

Project” in at least One Public Bank located in India of

equal repute in the last 5 years with satisfactorily

operations.

Bidder should produce documentary

support.

20.

Acceptability of all conditions contained in the Tender

Document by the Bidder.

Declaration by an authorized

signatory of The Responder.

21

The bidder should be an established Information Technology

company / IT System Integrator who would have

successfully completed at least 3 Turnkey IT Projects (each

having order value of not less than 5 Crore) in India during

the last three years from the date of submission of bid.

The projects provided by the Bidder should cover at least

Data center Setup / Support / Network Management

infrastructure set up / maintenance and support

Copy of Work Order,

Completion Certificate and

Citation.

Page 15: General Manager (IT ) IFCI Limited

Page 15 of 96

The Bidder has to ensure that while submission of the Bids, all the pages of the Bids are signed

by the competent authority / authorized signatory not below the rank of VP/GM of the Bidder.

All the pages are numbered and properly indexed. If any of the Bids is found to be without

proper signature, page numbers and index, it will be liable for rejection.

Note:

Supporting documents requested should be arranged / numbered in the same order as

mentioned above.

IFCI reserves the right to verify and/ or to evaluate the claims made under eligibility criteria

and any decision taken by IFCI in this regard shall be final, conclusive and binding upon the

Vendor.

Bidders are advised to study the tender document carefully. Submission of Bids shall be

deemed to have been done after careful study and examination of the tender document

with full understanding of its implications.

Page 16: General Manager (IT ) IFCI Limited

Page 16 of 96

Section III – Detailed Scope of Work for System Integrator (SI)

IFCIs Data center at New Delhi is equipped with Scalable Infrastructure. The Data Backup site is

at Mumbai. The Application environment is a heterogeneous mix of UNIX and Windows

platforms.

An in-house ERP system used for managing core business operations has been developed using

Oracle Database at backend and Oracle Forms & Reports (deployed on Oracle Application

Server) as a front end. The above mentioned applications are hosted on two SUN Ultra Spark

Servers “T5220” which runs Solaris, configured in SUN cluster with SAN storage. Further IFCI‟s

current network Topology comprises of Flat Network, with a Single Broadcast Domain at each

office. Wireless network is implemented. A need has been observed for comprehensive Network

refinement with adequate security policies in place.

A brief description of the envisaged scope is enumerated below which includes: Design,

Implement and manage the complete DC/DR and Near DR site operations as well improvising

IFCI‟s network architecture. Various Business critical applications would be hosted in the

Near/DC sites to ensure redundancy and support Business continuity operations thereby

reducing application downtimes and mitigating various risks.

Listed below are some of the Key Activities:

The SI shall be responsible for Installation, Operationalization and maintenance of the solution.

Data Center Upgrade The Bidder will be responsible for:

Virtualization of SUN UltraSparc Machines – DC/DR and Near Site

Primary Site (Data Center) In order to have an optimal usage of the existing Sun ULTRASPARC machines, Hardware Virtualization needs to be carried out. Consequently, VMs may be used for Installation of Oracle DB with Oracle Real Application Clusters (RAC) in Active/Active Mode. Existing SAN storage shall also be reconfigured. Virtualization of SUN UltraSparc Machines for installation of Oracle DB / Appl. Server Node Re-

configuration and optimal usage of Hardware.

Virtualization on the SUN Ultrasparc machines the following activities are envisaged as under

but not limited to :-

Backup the current oracle database

Solaris OS Re-Installation and Configuration and Hardening

LDOM configuration on both nodes

Page 17: General Manager (IT ) IFCI Limited

Page 17 of 96

Package / Patch updating on both nodes

Installation of OS on Guest Domain (Both Nodes).

Storage Configuration if required.

Preparing respective nodes to install SUN cluster.

Installation of Cluster Framework.

Configuration of Cluster and Associated Resource groups.

Installation of Oracle Database on the SUN cluster / resource groups, and or Implementation of Oracle RAC including implantation of Oracle Data Guard.

Installation of Oracle Internet Application Server on the cluster with all necessary

components, Oracle OID etc. to run Oracle Forms & Report services.

Installation of Oracle database & Oracle Application servers on the virtual machines

for the purpose of setting up an UAT environment, separate staging servers for test

& development environment.

Patch Implementations - OS patches for the above implementation.

Restoration of the oracle database, Application files (forms / reports & library).

Configuration & Testing of cluster with application / database under cluster.

All other activities that are necessary for the above implementation but not specifically mentioned above. The solution should provide the ability to recover from failures and should also provide clustering features, thus protecting against many multiple component failures.

Setup Disaster Recovery Site and Near DR Site The bidder will be responsible for: Delivery of the Hardware and Software as defined in the attached specification details to the

respective site. Bidder shall validate the design and include additional cabling, power supply

and any other hardware/software that may be required to operationalize the strategies

during installation.

Bidder shall deliver the components at the respective sites of implementation.

Successful implementation and testing of connectivity and hardware /software functioning

(Failover/failback).

Necessary configurations on SAN storage & Sun server for accessing storage volumes.

Replication activities for Storage to Storage comprising of DC/DR and Near DR site.

Installation of Oracle Database / Forms & reports services along with necessary patches and

configurations related to DR connectivity and Testing.

Installation shall mean to install and configure / integrate, Hardening of every component

and subsystem component, required for functioning of the Data Centre, DR Site and Near

Site.

Configure and monitor Oracle data guard based replication of Oracle production databases

in DC , DR and Near DR site.

Service provider should provide the technical solution design document of DR including DR

switchover and switchback process.

Testing the Total solution in the all locations with consultancy of IFCI.

Page 18: General Manager (IT ) IFCI Limited

Page 18 of 96

Provide onsite support during IFCI‟s Disaster Recovery Testing involving the implemented

systems, hardware and software.

The Bidder shall provide a full documentation of the project.

The solution must have the capability of automatic or manual (complete or partial) failover

and / or failback from and to IFCI‟s main site.

Implementation of Network Security

IFCI intends to upgrade/refresh/renew/augment the network and security equipment‟s at to meet IFCI‟s future business requirements. IFCI‟s current network Topology comprises of Flat Network, with a Single Broadcast Domain at

each office.

Network Security along with implementation of Design and Deployment of Microsoft Active

Directory, Group Policies in place, system security policies would be enabled to manage various

network resources. With Active Directory, all aspects of IFCI‟s network, server, Laptop and

desktop operations can be managed from a single source. Further, enterprise class Wireless

Access points (WAPs) along with Wireless Controllers would be for a secure wireless

network. Wireless Controllers, shall help to reduce overall operational expenses by

simplifying network deployment, centralized provisioning and management.

IFCI envisages selecting the vendor who will supply and provide subsequent comprehensive on-

site warranty for the required Network & security equipment‟s along with its sub components

etc. Bidder is required to supply, install & implement network & security equipment‟s at Head

Office.

Mentioned below is an indicative list of activities that are required to be carried out, however

the selected bidder is required to provide a comprehensive list of activities and implement the

best Network security policies as well:

o Implementation of Radius Server with AAA authentication: in HA mode.

o Implementation of Wireless controller for Easy Administration of wireless devices and

access restrictions.

o VM ware Installation & Configuration and testing the solution at all the sites.

o Up-gradation of existing wireless access points.

o Segregation of LAN topology into VLANS for implementation of security policies and

access restrictions.

o Implementation of Network Performance Management Software.

o Network Dressing, and subsequent documentation.

o The delivery plan must be synchronized with the project delivery timelines of IFCI.

o Bidder is required to make available required resources that may be required for the

successful completion of the entire assignment within the quoted cost to IFCI.

Page 19: General Manager (IT ) IFCI Limited

Page 19 of 96

o The network &, security equipment‟s should be provided with 3 years on-site

warranty which will start from the date of inspection of network & security

equipment‟s.

o The bidder is expected to carry out Security and Penetration testing of the solution

and submit its report to IFCI.

o The security services used to protect the information infrastructure shall include:

Identification – Process of distinguishing individual users

Authentication – Process of verifying the identity of a user

Authorization and Access Control – Process of enforcing user rights and

privileges

Administration – Process of managing and maintaining infrastructure

Audit – Process of monitoring above processes to ensure suitable security

o The security services shall be delivered, implemented in conjunction with a set of

best practices guidelines and industry standards. The bidder shall ensure that the

policy guidelines are followed in the various activities.

o Security administration activities shall include the following –

Monitoring of various devices / tools such as firewall, intrusion detection,

content filtering and blocking, virus protection, and vulnerability protection

through implementation of proper patches and rules.

Maintenance of an updated knowledge base of all the published security

vulnerabilities and virus threats for related software including but not limited

to operating systems, application servers, web servers, databases, security

solutions, messaging solutions, etc.

Ensuring that patches / workarounds for identified vulnerabilities are patched

/ blocked immediately.

Undertake maintenance and management of security devices, including but

not limited to maintaining firewall services to restrict network protocols and

traffic detecting intrusions or unauthorized access to networks, systems,

services, applications or data, protecting email gateways, firewalls, servers,

desktops from viruses.

o Operating system hardening through appropriate configuration and patch updates

Page 20: General Manager (IT ) IFCI Limited

Page 20 of 96

Design and Deployment of a Microsoft Active Directory Domain

The bidder‟s scope of services shall include, at a minimum, a description of the major components of services (or phases of service), a description of work product (or “deliverables”) and the expected time of completion for each component.

Deploy on-premise Active Directory Domain Controllers and File Servers:

Installation and configuration of Domain Controller software and File Servers

on virtual servers (software licenses and virtual servers provided by IFCI).

Building of 300 active employee user accounts and associated network

shares.

Validation (testing) of the new Domain and File Servers with existing

applications using the AD (e.g. Oracle BI, Micro Soft Share Point, Array SSL

VPN appliance and various client activities consequent upon implementation

of new AD ).

Root domain administration by creating the root and sub-domains and setting

the root level security policies such as authentication mechanisms, password

policies such as password length, password complexity, password expiry,

account lockout policy, certificate policies.

Creation of domain controllers at Primary site, Proposed ear Site & DR site at

Mumbai using the virtual environment and Physical environment.

Creation of OU‟s , Policy implementation

Prepare and provide a migration plan, project plan, and timeline.

Recommend and deploy best practices for Microsoft Active Directory Domains and

File Servers.

Create an acceptance test plan for IFCI to conduct before proceeding with the actual

migration Architecture of the new Active Directory.

Provide technical and end user training.

Train IFCI‟s technical staff on the Active Directory system designed and

configured for IFCI and on the migration process.

Prepare and provide IFCI with documentation to include, but not be limited to, the

following:

Installation documentation.

Architecture of the new Active Directory.

Administrator manuals.

Page 21: General Manager (IT ) IFCI Limited

Page 21 of 96

Installation and Configuration of Network Monitoring Software

The Bidder will be responsible for:

The selected bidder shall be responsible for Supply, Installation, Integration, and Maintenance & Operationalization of the offered NMS System covering all Network Devices operational at IFCI‟s WAN locations spread Primary Data Centre, Disaster Recovery Site, Head Office, Regional Offices and Branches.

The Offered Network Management Solution (NMS) solution should support at least the following. The detailed technical specifications are mentioned in this RFP document Annexure.

All the proposed NMS Components should be from single vendor. NMS Software should support Graphical view up to port level for all the devices. Discovery of Network Elements.

Real time Traffic monitoring of Network Links and Devices with Historical reports for

various periods.

Management of SNMPv1, SNMPv2, SNMPv3 etc.

Configuration of thresholds for Generating alarms.

Configuration of alarm actions (visual, audible, email, etc.) for each network element.

Should be able to provide secured windows based consoles / secured web based

consoles for accessibility to NMS.

Should have web browser interface with user name and Password Authentication.

Administrator/ Manager should have privilege to create/modify/delete user.

NMS should have support for SNMPv3 & IPv6, including dual-stack IPv4 & IPv6 to

provide flexibility in protocol strategy and implementation.

The offered NMS solution should be Scalable, Secure, Robust, Advanced, State of Art,

flexible, easy to deploy, reliable, built in redundancy and should support distributed

architecture along with 3rd party integrations.

The NMS shall be deployed & Operationalized at IFCI‟s Network Operation Centre (NOC)

set up at Head Office, Nehru Place.

Bidder shall work in coordination with existing Network Integrator of IFCI for getting the

necessary routing changes at the Routers and at other Networking Devices for smooth

deployment, operationalization and Integration of the offered NMS solution required, if

any.

The Bidder shall manage the supplied NMS Infrastructure Solution i.e. Hardware,

Application Software, OS, Database etc. for a period of 3 years at least i.e. during

warranty.

The Bidder shall be responsible for smooth operations of the NMS during the Warranty

and through warranty period. The Bidder shall identify and document the network

devices to be monitored and verify necessary community strings with the help of IFCI‟s

network integrator and also identify grouping strategy of the devices.

The Bidder shall configure universal map in fault manager to depict IFCIs Network

Topology and drill down container to Core, Aggregation and Access locations and also

Page 22: General Manager (IT ) IFCI Limited

Page 22 of 96

configure various views based on each global collection groups for NMS user access to

specific use.

The Bidder is responsible for managing the activities of its personnel‟s and will hold itself

responsible for any misdemeanor.

The Bidder shall be responsible to document reports that need to be generated for fault,

performance and analysis of the network traffic as per IFCIs requirement.

The Bidder shall be responsible for configuring alarm (Device down, Link failure,

Bandwidth Utilization etc.) which is visible in the Alarm console to take necessary action.

The Bidder shall be responsible to supply necessary documents such as Installation

Guide, Administration Guide, Manuals, and Data Sheet etc.

The Bidder shall be responsible for implementing privilege user account for approx.50

Regional Office/Head Office for viewing/monitoring the status of locations falling under

their purview.

The Bidder shall provide operational training to identified IFCIs officials and for

successful operationalization of the offered Network Management Solution (NMS).

The offered solution should have the facility of monitoring IFCIs Wide Area Network

which is currently connected on point to point topology in totality and through respective

Regional Offices for the locations falling under the purview of their Region. The offered

solution should support the distributed monitoring.

The Bidder shall be responsible for fixing of Vulnerability Assessment (VA) audit

observations as and when reported by IFCI on the supplied Systems, Software‟s & .

The interface/customization required, if any shall be provided/done by the Bidder along

with the offered solution.

Note: -Successful Implementation of the NMS project will be the sole responsibility of the

Bidder

Reliability/Quality of the Hardware

The NMS equipment‟s supplied by the bidder should be Robust and Reliable, as per technical

specifications. The bidder should also specify the lifetime of hardware and should avoid offering

solution which has already reached End of Life (EOL)/End of Support (EOS).

The Bidder must guarantee that all offered equipment‟s delivered are brand new. Further all

related software to be supplied/delivered and installed must be of latest version.

Page 23: General Manager (IT ) IFCI Limited

Page 23 of 96

Delivery, Installation and Commissioning of Hardware /Software

The Bidder will be responsible for:

The selected bidder shall supply various Hardware/Software components as mentioned in

the Annexures.

Installation shall mean to install and configure / integrate, Hardening of every component

and subsystem component, required for functioning of the Data Centre, DR Site and Near

DR Site.

Configuring the SAN storage for access by the virtual machines and or any existing servers

as required.

Installation of OS and Patches on the virtual machines and setting up replication over to

remote DR site and Near DR Site.

The Bidder will promptly install the delivered goods at the designated installation sites. The

Bidder is responsible for installation and configuration of systems at sites including

unpacking of cartons/ boxes, assembling, wiring, cabling between hardware units/Software

and connecting to power supplies. The Bidder will test all hardware and accomplish all

adjustments necessary for successful and continuous operation of the hardware/Software at

all installation sites.

The Bidder may commence installation of the equipment only after IFCI has performed a

successful Post Delivery Inspection of the equipment, after it has arrived at the designated

sites. The Bidder or its representative may test/inspect the Hardware. During the Post

Delivery Inspection, the Bidder should provide necessary support/infrastructure to facilitate

Post Delivery Inspection. Hardware may be rejected by IFCI during this inspection, which

must be promptly replaced by the Bidder, in order to complete the inspection and meet the

schedule.

The Bidder must install, test and integrate hardware and software components supplied by

them to ensure inter-working of hardware and software. The Bidder will also be responsible

to co-operate with IFCI and/ or its application software vendor/ any of the partners, who

will install the application software and drivers on the systems, to ensure that the integrated

systems are fully functional.

All Hardware/software components must be supplied along with original media and required

drivers wherever applicable.

It is Bidder‟s responsibility to deliver all the components at the site within the time frame

specified by IFCI in the RFP and install and integrate the same within the time frame

specified in the RFP.

Once the selected Bidder has been notified, the Bidder‟s technical personnel must visit all

the concerned sites.

Within 24 hours of dispatch of Hardware/Software under this RFP, the Bidder shall notify

IFCI the full details of the dispatch including Contract No., Description of Items, Serial No.

of Items, quantity, dispatch particulars and the date and name of the consignee etc. :

Page 24: General Manager (IT ) IFCI Limited

Page 24 of 96

The Bidder‟s invoice showing purchase order number, Item‟ description, serial number(s) of

items, quantity, unit price, total amount.

o Delivery note, packing list. o Insurance certificate. o Bidder‟s certificate that the delivered goods are brand new in all its components

and conform to the technical specifications required by IFCI. In case of software, the Bidder should certify that the software supplied to IFCI is licensed and legally obtained;

o Manufacturer‟s/Bidder‟s warranty certificate. o Inspection Certificate as applicable; o Certificate of origin;

o Excise gate pass / octroi receipts, wherever applicable duly sealed indicating

payments made; and Any other document evidencing payment of statutory levies

The Bidder has to make its own arrangements to fulfill all delivery formalities, including

payment of all taxes, duties, charges and levies of Central or State Governments, as

applicable, and should not involve IFCI in these activities. IFCI will not accept any liability on

account of non-payment of any applicable taxes and levies by the Bidder.

The cost of the insurance will be borne by the vendor. At the discretion of IFCI, there will be

an acceptance test conducted by the vendor in presence of IFCI official(s) and/or its

nominated consultant(s) after installation of complete item(s).

IFCI shall review the detailed acceptance test plan (FAT).

IFCI may also conduct audit of the process, plan and results of the Acceptance

Test carried out by the Data Centre Operator. IFCI would issue certification of completion

for which IFCI shall verify availability of all the defined services as per the contract

signed between the Vendor and IFCI.

The Vendor shall be required to demonstrate all the services / features / functionalities as

mentioned in the agreement (Comprehensive testing/activation of DC/DR and Near DR site

activation)

Commissioning shall involve the completion of associated activity/ies, supply and

installation, configuration, testing of the required components and making the site available

to IFCI for carrying out live Operations and getting the acceptance of the same from IFCI.

Appropriate Testing and Commissioning shall be carried out before the commencement of

Operations.

The final acceptance shall cover 100% entire sites DC/DR and near, after successful testing

by IFCI or its third party monitoring agency; a Final Acceptance Test Certificate (FAT) shall

be issued by IFCI to the Vendor.

The date on which Final FAT certificate is issued shall be deemed to be the date of

successful commissioning of the Project.

Prerequisite for Carrying out FAT activity: o Detailed test plan shall be submitted by Vendor to IFCI before FAT activity

to be carried out. o The training requirements as mentioned should be completed before the

final acceptance test.

Page 25: General Manager (IT ) IFCI Limited

Page 25 of 96

o All hardware and software items must be installed at IFCI ’s site as per the specification.

o Availability of all the defined services shall be verified. o The Vendor shall be required to demonstrate all the features /

facilities / functionalities as mentioned in the RFP. o Successful bidder will also provide documented test results.

Application for FAT

o Successful hosting of in-house ERP and other related applications are required for FAT purpose.

o The Vendor would also be required to continuously monitor the various applications in terms of availability and performance.

In the event the Vendor is not able to complete the entire project due to non-availability of resources from the IFCI , the vendor and IFCI may mutually agree to re-define Schedule that the Bidder can complete installation and conduct the Final Acceptance Test within the specified time.

Any delay by the Vendor in the Final Acceptance Testing shall render the Bidder liable to the imposition of appropriate penalties.

Continuity of Operations

The Bidder must provide a methodology for resumption of hardware, communications (such as networking) and other IT infrastructure related to the DC/DR and near DR within the scope of this RFP in the event of a disaster. The methodology must also address activities for the prevention and detection of an event and the regular testing of these controls and strategies to ensure the protection of data. The Bidder must develop a Disaster Recovery Plan that provides for adequate backup and recovery for all data and application, both manual and automated, including all functions required to meet the backup and recovery. In the Disaster Recovery Plan, the Bidder must identify every resource that requires backup and the extent backup are required. The illustrative deliverables for this activity are mentioned below. Devise a Replication-and-Restore policy Recovery procedures from all events ranging from a minor malfunction to a major

disaster Preparation of Disaster Recovery (DR) Plan Regular Drill Exercises at pre-decided frequencies (tentatively half yearly) Assist in bringing up/rolling back the services in case of any systems failure in

consonance with the approved by IFCI

Page 26: General Manager (IT ) IFCI Limited

Page 26 of 96

Training and Knowledge Transfer

Comprehensive training during the implementation phase shall be the key to successful Operations and Maintenance; hence Bidder is required to undertake robust training for representatives from IFCI.

The training documents, including Operating Manuals, Standard Operating Procedures (SOP),

troubleshooting tips, for the proposed solution shall be prepared and shared by Bidder with

IFCI. The successful Bidder is free to propose the training plan.

Bidder shall propose an approach that includes significant opportunity for knowledge transfer

throughout development and implementation phase to develop “in-house resource”. These

resources will need an understanding of best-practice methodologies for the solution design

and maintenance to ensure that the system is built and maintained effectively.

The above plan is only indicative; the final training plan shall be finalized between bidder and

IFCI.

A training workshop needs to be arranged by the bidder for hands-on training. This workshop shall be for 2 weeks and will be delivered by people certified in Server Virtualization

IFCI , prior to the initiation of the Operations and Maintenance phase, shall undertake a detailed Final Acceptance Test (FAT) process, which will include:

• Component wise Acceptance

• Overall Solution Acceptance

The deliverables for FAT would include, but not limit to, the following:

o FAT document (including Plan, procedures, and report)

o Standard Operating Procedures (SOP)

o Exit Management Plan

o Performance Monitoring

o Database Administration/ cluster Management

o Testing – DC/DR and Near DR Site activation

o Documentation of contingency plans o Definition of triggers for activating contingency plans

The final deliverables for the project would be decided after discussions with IFCI.

Applications to Be Replicated to DR site, Near DR Site

o Oracle Database thru Data Guard – On Solaris

o Oracle BI

o Application Front end – On Solaris

o E-mail Solution

Page 27: General Manager (IT ) IFCI Limited

Page 27 of 96

o CRISIL RAM

o Active Directory

Other applications may be the added Documentation

Indicative list of documents include:

• Project Commencement: Project Plan in t o o l giving out micro level activities with milestones & deadlines

• Delivery of Material: Original Manuals from OEMs. • Training: Training Material will be provided which will include

the presentations used for trainings and also the required relevant documents for the topics being covered.

• Process Documentation: The bidder shall be responsible for preparing process documentation related to the operation and maintenance of each and every component of the proposed implementation The prepared process document shall be formally signed off by IFCI before completion of final acceptance test.

o The selected bidder shall document all the installation and commissioning procedures and provide the same to IFCI within one week of the commissioning of proposed implementation/solution.

o The selected bidder shall submit a complete set of Floor Layout

o Drawings, layout (as installed), including cable routing. The layout shall detail locations of all components.

o Standard Operating Procedures (SOP)

o Exit Management Plan

o Performance Monitoring

o Database Administration/ cluster Management

o Testing – DC/DR and Near DR Site activation

o Documentation of contingency plans o Definition of triggers for activating contingency plans

Note: A detailed list of the documents to be furnished would be discussed with the selected bidder on award of the contract. The same may be modified/refined during the project implementation phases.

The above mentioned list of services is indicative in nature. IFCI during the implementation of

the project may plan to increase/decrease these services offering basis the finalized

implementation approach.

Page 28: General Manager (IT ) IFCI Limited

Page 28 of 96

IFCI’s Acceptance towards Complete Project Implementation Testing and quality assurance is more rigorous since each component has to be more reliable. The SI needs to get the acceptance criteria approved IFCI. SI shall be responsible for the testing processes such as planning (includes preparing test plans and defining roles and the responsibilities of sub-Contractors), preparation (consists of preparing test specification, test environment and test data) and execution (includes testing at various levels like unit level, integration level, system level and production). Integration test will be termed complete when actual results and expected results are either in line or differences are explainable/ acceptable based on IFCI‟s input. This testing shall be used to evaluate performance, load capacity and concurrency. Security/Penetration Testing will need to be done to ensure that how well the system protects against unauthorized internal or external access, willful damage, etc. The Acceptance Test shall be carried out on the Solution jointly by the representatives of the IFCI and the selected bidder, after the installation has been completed at various sites and after receipt of written information to this effect from the SI i.e. his readiness for conducting the Acceptance Test/s. The Acceptance Test shall be as per the comprehensive “Acceptance Test Plan” document to be prepared jointly by the Vendor and the IFCI, which shall contain various tests to be performed for acceptance of the deployed Solution. The Acceptance Test shall be deemed to be complete only on successful completion of the acceptance tests and issuance of the “Acceptance Certificate‟ by the IFCI to SI. SI shall take remedial measures including re-configuration of the Solution or of any component there under, including replacement thereof, at no additional cost to the IFCI, to ensure that the entire Solution meets the requirements of the IFCI as envisaged in the RFP. On-Site Services

Remedial Maintenance

Remedial Maintenance shall include the diagnosis and correction of product malfunctions and failures of the hardware products necessary to maintain the system operational. Remedies may consist of temporary procedures to be followed by IFCI while a permanent remedy is being sought.

Page 29: General Manager (IT ) IFCI Limited

Page 29 of 96

Preventive Maintenance

IFCIs Engineer shall conduct health check at a set frequency on all the equipment‟s, in accordance with the specific needs of the individual equipment as determined in good faith by the Vendor and IFCI. Preventive maintenance visits shall be performed by vendor at the time agreed in advance by both parties. Such Preventive Maintenance /System Health Check will include but not be limited to checking the firmware logs and OS logs, updating the firmware versions, installing any operating system patches, hardware repairs or replacements of the unserviceable parts.

Part(s) Replacement

All defective parts shall be replaced at no extra cost. Replacement parts shall be new or their equivalent from the same manufacturer(s)

Response Time

Maximum Response Time for Remedial Maintenance under the CONTRACT is measured in elapsed coverage hours from the time a service request is received to the time THE VENDOR‟s customer engineer arrives at IFCI‟s Site. This CONTRACT provides maximum of 4 coverage hour‟s response time. Patch Management:

The Vendor must ensure that all servers/software and associated hardware

infrastructure are updated with necessary patches and firmware updates as and when they are released after due testing. Critical patches should be applied immediately. Also software including system software, storage software, etc. must be updated with necessary patches as and when they are released after due testing.

The Vendor should keep track of the patches applied and report them to IFCI at periodic intervals. The Vendor must ensure that the application of any patch does not adversely affect the operations of IFCI as a whole.

Sufficient care has to be taken to ensure that patch application does not result in any downtime.

Incidence Management and Response Management

The Vendor should adhere to the escalation matrix for escalation of incidents in the event that it is not resolved within the defined time frame. This escalation matrix is valid for incidents occurring at DC/DR and Near DR site.

The Vendor should provide a mechanism for incident management including real time

incident monitoring and responding to incidents.

The Vendor should also provide periodic (monthly) reports to IFCI detailing the various incidents reported divided category wise along with steps taken to resolve the same and response time for the same.

Page 30: General Manager (IT ) IFCI Limited

Page 30 of 96

The Vendor shall co-operate with the appointed representatives of IFCI in case of security incidents. The incident response process will seek to limit damage and may include the investigation of the incident and notification of the appropriate authorities. A summary of all security incidents shall be made available to IFCI on a fortnightly basis. Significant security incidents will be reported on a more immediate basis.

DR Drill The Vendor would facilitate in preparation of Disaster Recovery (DR) Plan and also participate/Support in Regular Drill Exercises at pre-decided frequencies (tentatively half yearly) or at the set frequency as decided by IFCI and also provide suggestions/ improvement. The Vendor would also assist in bringing up/rolling back the IFCI‟s systems in case of any systems failure in consonance with the approved by IFCI.

Synchronization of databases on primary and DR site Switchover from primary site to DR site and back. Failover of database at primary site to the DR site. Synchronization of databases on primary and Near DR site Switchover from primary site to Near DR site and back. Failover of database at primary site to the Near DR site.

Review of Network will include:

Penetration and vulnerability testing Security exposures to internal and external stakeholders Definition and Implementation of Security Policies and Controls will include

o Define and implement backup process, including schedule, storage, archival. o Define physical access controls review (over DC and other critical area)

Define and implement Anti-virus (malware) controls – patching, virus definition file update

The Vendor is also required to comply with any other Technical/Functional requirements as may be required. Audit Support: The Vendor is also required to support the IS audit activity as well as provide the fixes for the vulnerabilities /observations within the stipulated timelines.

Page 31: General Manager (IT ) IFCI Limited

Page 31 of 96

Instruction to Bidder(s)

Submission of Tender

The Tender documents should be submitted in duplicate i.e. in Two Sets (Set 1 Marked as – Original Set and Set 2 Marked as – Duplicate Set (Soft Copy)) .Each Set should contain one copy of Technical Tender and one copy of Commercial Bid (to be kept in separate sealed envelopes) super scribing as under:

Technical Proposal for

Selection of System Integrator (SI) for “Data Center Upgrade Set up Disaster

recovery Site, Near DR Site And Implementation of Network Security”

Commercial Proposal for

Selection of System Integrator (SI) for “Data Center Upgrade Set up Disaster

recovery Site, Near DR Site and Implementation of Network Security”

DD / Banker‟s cheque for EMD must be put in a separate envelope super scribing.

EMD for proposal for

Selection of System Integrator (SI) for “Data Center Upgrade Set up Disaster

recovery Site, Near DR Site and Implementation of Network Security”

Each set containing Technical and Commercial bid in separate sealed covers should be put in a

third sealed cover which should be super scribed as

RFP for Selection of System Integrator (SI) for “Data Center Upgrade Set up

Disaster recovery Site, Near DR Site And Implementation of Network Security”

along with a covering letter stating the details, and addressed to The General Manager.

• IFCI may modify the RFP by issuing corrigenda for any reason at any time prior to the

final date of submission of RFP by means of website and through advertisement.

• IFCI reserves the right to alter the requirements specified in the RFP for any reasons prior to the last date of submission of RFP. IFCI also reserves the right to delete one or more items from the list of items specified duly informing all Vendors about such changes.

Page 32: General Manager (IT ) IFCI Limited

Page 32 of 96

Authentication of Bid The original and all copies of the bid shall be typed. The original and all copies (hard copies) shall be signed by bidder or a person or persons duly authorized to bind bidder to the Contract.

A letter of authorization shall be supported by a written power-of-attorney accompanying the bid. All pages of the bid, except for un-amended printed literature, shall be initialed and stamped by the person or persons signing the bid.

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

Cost of Bidding

The Bidder shall bear all costs associated with the preparation and submission of its Bid, and IFCI will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the Bidding process. Quality Assurance & Audit IFCI will require the bidder to establish and maintain an effective quality assurance program to ensure the technical quality of the services provided under any task is in order. The bidder should arrange to conduct periodic risk management analysis, security vulnerability assessment of the solution deployed at least half-yearly. Information Security audit would also be periodically carried out (tentative frequency half-yearly) audited by IFCIs appointed auditors. The audit scope may include vulnerability assessment, penetration test of related infrastructure various guidelines defined by Cert-In or any other Government agency, the successful bidder is required to facilitate audits; fix/rectify all the vulnerabilities reported by the security auditors without any cost to IFCI and within 60 days of getting the reports. Fixation of any reported vulnerabilities may be prioritized basis the nature of Priority and impact. The Bidder shall ensure adherence to Guidelines for Government for complete scope of work. It would be the responsibility of the SI to remove the vulnerabilities identified.

Local Site Visit/ Conditions It will be incumbent upon each Bidder to fully acquaint himself with the local conditions and other relevant factors at the proposed/existing sites which would have any effect on the performance of the contract and / or the cost. The Bidders are advised to visit the proposed IFCI location (at its own cost) and due-diligence should be conducted before the pre-bid meeting/ bid- submission.

• Bidder is expected to make a site visit to the proposed Data Centre facility to obtain for

himself on his own responsibility all information that may be necessary for preparing

Page 33: General Manager (IT ) IFCI Limited

Page 33 of 96

the bid and entering into contract. Obtaining such information shall be at Bidder‟s own cost.

• Failure to obtain the information necessary for preparing the bid and/or Failure to

perform activities that may be necessary for the providing services before entering into contract will in no way relieve the successful Bidder from performing any work in accordance with the Tender documents.

• It will be imperative for each Bidder to fully inform themselves of all legal conditions

and factors which may have any effect on the execution of the contract as described in the bidding documents. IFCI shall not entertain any request for clarification from the Bidder regarding such conditions.

• It is the responsibility of the Bidder that such factors have properly been investigated and considered while submitting the bid proposals and that no claim whatsoever including those for financial adjustment to the contract awarded under the bidding documents will be entertained by IFCI and that neither any change in the time schedule of the contract nor any financial adjustments arising thereof shall be permitted by IFCI on account of failure of bidder to appraise themselves of local laws and site conditions.

Clarification on Tender Document A prospective Bidder requiring any clarification on the RFP Document may submit his queries, in writing, at the mailing address and as per schedule indicated in “Invitation for Bids / Key events and dates”. The queries must be submitted in below Format: S. No. Section No. Clause No Reference/ Subject Clarification

Sought

The queries not adhering to the above mentioned format shall not be responded.

IFCI will respond in writing, to any request for clarification to queries on the Tender Document, received not later than the dates prescribed in Invitation for Bids / Key events and dates. Written copies of the clarifications (including the query but without identifying the source of inquiry) will be sent to all prospective Bidders who have purchased the RFP Document.

Language of Bids

The Bids prepared by the bidder and all correspondence and documents relating to the bids exchanged by the Bidder and IFCI, shall be written in English language

Bid Prices

The prices indicated in the Price Schedule shall be entered in the following manner:

The total price quoted must be of cost of providing the solution and services for installation, testing and commissioning of the Solution and Contract, all applicable taxes, duties, levies, charges etc., as also cost of incidental services such as transportation, insurance, etc., but exclusive of Service tax / VAT.

Page 34: General Manager (IT ) IFCI Limited

Page 34 of 96

Prices quoted as above shall be valid for a minimum period of 180 days from last date for submission of the tender.

Prices quoted by the bidder shall be fixed during bidder‟s performance of the Contract

and shall not be subject to variation on any account, including exchange rate fluctuations, changes in taxes, duties, levies, charges etc. A Bid submitted with an adjustable price quotation will be treated as non-responsive and will be rejected.

Firm Prices

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

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

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

Bid Currencies

Bids are to be quoted in Indian Rupees only.

Bidders Qualification

The "bidder" as used in the tender documents shall mean the one who has signed the Tender Form. The Bidder may be either the Principal Officer or his duly Authorized Representative, in either cases he / she shall submit a certificate of authority. All certificates and documents (including any clarifications sought and any subsequent correspondences) received hereby, shall, as far as possible, be furnished and signed by the representative and the principal.

It is further clarified that the individual signing the tender or other documents in connection with the tender must certify whether he/she signs as the Constituted attorney of the firm or a company. The authorization shall be indicated by written power-of-attorney accompanying the Pre-qualification bid.

Page 35: General Manager (IT ) IFCI Limited

Page 35 of 96

Technical Inspection and Performance Evaluation

IFCI reserves the right to carry out a Technical Inspection and Performance Evaluation (benchmarking) of offered NMS equipment offered by short-listed bidders.

Bidder’s obligation to inform itself

The Recipient must apply its own care and conduct its own investigation and analysis regarding any information contained in the RFP document and the meaning and impact of that information.

Service/ Methodology

The bidder‟s responses must provide detailed step by step approach that the vendor intends to take to achieve the objectives described. The Bidder is required to share the details of identify for the proposed team and share the details along with their qualifications in the domain area (s). Taxes and Duties The Bidder will be entirely responsible to pay all taxes including corporate tax and income tax,

duties, license fees, octroi, road permits, etc. in connection with procurement and delivery of

goods at site including incidental services and commissioning.

Wherever the laws and regulations require deduction of such taxes at the source of payment,

IFCI shall effect such deductions from the payment due to the Bidder. The remittance of

amounts so deducted and issuance of certificate for such deductions shall be made by IFCI as

per the laws and regulations in force. Nothing in the Contract shall relieve the Bidder from his

responsibility to pay any tax that may be levied in India on income and profits made by the

Bidder in respect of this Contract.

The Bidder is expected to quote all components and services in Indian Rupees (without decimal

places) on a fixed price basis as part of the commercial Bid inclusive of all costs and taxes like

customs duty, excise duty, import taxes, freight, forwarding, insurance, delivery, installation,

training etc. at the respective delivery location of IFCI but exclusive of only applicable (in India)

Sales Tax/VAT, Service Tax and Octroi / Entry Tax / equivalent local authority cess, which shall

be paid / reimbursed on actual basis on production of bills. Further, receipts of such payments

made to relevant authorities must be produced for Octroi / Entry Tax / equivalent local

authority cess. IFCI will not pay any other taxes, cost or charges.

All the necessary arrangement for the delivery of equipment‟s at the project site has to be done

by the Bidder without any additional cost.

Proposal Ownership The proposal and all supporting documentation submitted by the Bidder shall become the

property of IFCI.

Bidder (s) Liability The successful SI aggregate liability in connection with obligations undertaken within the scope of this RFP, regardless of the form or nature of the action giving rise to such liability (whether in

Page 36: General Manager (IT ) IFCI Limited

Page 36 of 96

contract, tort or otherwise), shall be at actual and limited to the value of the contract (i.e. TCO for three years). The exception to the above being that bidder‟s liability in case of claims against IFCI resulting from misconduct or gross negligence of bidder, its employees and subcontractors or from infringement of patents, trademarks, copyrights or such other Intellectual Property Rights or breach of confidentiality obligations shall be limited to the value of such claims against IFCI.

IFCI shall not be held liable for and is absolved of any responsibility or claim/litigation arising

out of the use of any third party software or modules supplied by the Bidder as part of this RFP.

In no event shall IFCI be liable for any incidental or consequential damages or liability, under or

in connection with or arising out of this Tender and subsequent agreement or the hardware or

the software delivered hereunder.

Right to Alter Quantities

IFCI reserves the right to alter the requirements specified in the RFP. IFCI also reserves the

right to delete one or more items from the list of items specified in the RFP.

Insurance

The goods supplied under the Contract shall be fully insured in Indian Rupees only against loss

or damage incidental to manufacture or acquisition, transportation, storage and delivery.

Bidder shall take comprehensive insurance (including transportation) for all equipment brought by them under the contract. IFCI shall not take any responsibility with respect to insurance of the systems. The insurance shall be in an amount equal to 110% of the Cost Insurance Paid (CIP) Destination value of the goods from “warehouse to warehouse (Final Destination)” on “All Risks” basis, including War Risks and Strike clauses valid for a period not less than 3 months after installation and commissioning and issue of Acceptance Certificate by IFCI. The Bidder shall extend the insurance in case the acceptance sign-offs have not been obtained.

Cancellation of the Order

IFCI reserves its right to cancel the order in the event of one or more of the following situations that are not occasioned due to reasons solely and directly attributable to IFCI alone:

Delay in implementation/ installation beyond the specified period that is agreed in the contract that shall be signed with the successful bidder; and

Serious discrepancy in the quality of service/ hardware/ software expected during the implementation, rollout and subsequent maintenance process.

Failure of equipment’s

If, during the warranty period as well as AMC period, any equipment fails to function properly two or more times during a quarter due to any reason except force majeure event, the bidder shall arrange replacement of the same by new equipment of same or higher configuration, at no cost to IFCI.

Page 37: General Manager (IT ) IFCI Limited

Page 37 of 96

Expenses for the Contract

The incidental expenses of execution of agreement / contract shall be borne by the

successful bidder.

Milestones and Key deliverables The Bidder/SI would provide timelines with milestones and key deliverables. IFCI requires the Bidder to submit a detailed project plan with estimated Schedule of Events for implementation

Project Management and Site Supervision

The Bidder shall be responsible for the overall management and supervision of works. He shall provide experienced, skilled, knowledgeable and competent personnel for all phases of the project. The Bidder needs to provide details of the proposed project structure identifying key individuals, e.g., Project Managers and their roles, including the number. The Bidder should also provide details of sub-bidders/Partners likely to be involved. Indicate the number of full time equivalent staff that will be required from owner‟s side. The Bidder must comply with project management processes defined and as part of the project management track. The Bidder shall keep the project plan and all related artifacts up-to-date during the course of the project. In order to help with the project management, the Bidder shall use a suitable standard Project Management Tool. . The tool shall provide the dashboard view of the progress on project milestones by the Nodal Officer and other Supervisory Officers of IFCI. The indicative list of project management documents would include the following: Project Schedule: A detailed week-wise timeline indicating various activities to be performed

along with completion dates for the same shall be provided by the SI.

Project Initiation Report: The project initiation report shall be prepared by the SI after the

initiation of the project. The report shall contain manpower deployment plan, project plan, risk

mitigation plan, escalation matrix, etc.

Progress Reports: Detailed weekly, fortnightly, monthly Progress Report along with issues/

escalations/risks. The format shall be finalized by the IFCI prior to start of the project.

Risk Register: SI shall be required to maintain a risk register which shall enlist all possible

risks which shall impact Project along with their occurrence and likelihood. The SI shall also

propose the mechanism to mitigate the identified risks.

Issue Register: Apart from the risk register the SI shall also maintain the issue register which

shall list down the issue that have occurred in the project and the decision/remedial measures

taken in reference to the issue.

Other reports which shall be required to be delivered as part of implementation of the project.

Page 38: General Manager (IT ) IFCI Limited

Page 38 of 96

Deployment of Personnel The designations, names and other particulars of each of the System Integrator‟s Key Personnel required in carrying out the Services. If the System Integrator hereafter proposes to engage any person as Professional Personnel, it shall submit to IFCI its proposal along with a CV of such person in the form provided. Substitution of Key Personnel IFCI expects all the Key Personnel specified in the Proposal to be available during

implementation of the Agreement. IFCI will not consider any substitution of Key Personnel

except under compelling circumstances beyond the control of the System Integrator and the

concerned Key Personnel such as incapacity or due to health. Such substitution shall be

ordinarily be limited to one, but in exceptional circumstances in the opinion of IFCI, substitution

limited to not more than two Key Personnel subject to equally or better qualified and

experienced personnel being provided to the satisfaction of IFCI.

Project Manager

The person designated as the Project Manager (the “Project Manager”) of the System

Integrator‟s Personnel shall be responsible for the coordinated, timely and efficient functioning

of the Personnel. In addition, the System Integrator shall designate a suitable person as Project

Management System Integrator who shall be responsible for day to day performance of the

Services.

Documentation

IFCI will require the Vendor to follow worldwide practice and international standard for the documentation for the entire solution. IFCI requires the bidder to deliver the documents both in hard and soft copy to IFCI Viz; Project Plan, Technical Documents, Architecture layouts / network layout, DR Drill, System documents etc. for entire solution.

Compliance with Industry Standards

In addition to above, the proposed solution has to be based on and compliant with industry standards (their latest versions as on date) wherever applicable. This will apply to all the aspects of solution including but not limited to design, security, installation, and testing. The Bidder shall adhere to the standards published by the Department of Information Technology, Government of India.

Page 39: General Manager (IT ) IFCI Limited

Page 39 of 96

Infrastructure Compliance and Security Review

Third party agency may perform the Infrastructure Compliance Review to verify the conformity

of the entire implementation by the Bidder. Compliance review shall not absolve Bidder from

ensuring that proposed infrastructure meets the SLA requirements.

Bid Validity Period

Period of Validity of Bids

Bids shall remain valid for 180 days after the date of opening of Technical Bids prescribed IFCI.

A Bid valid for a shorter period shall be rejected by IFCI as non-responsive.

In exceptional circumstances, IFCI may solicit bidder‟s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. The Bid security provided shall also be suitably extended. A Bidder may refuse the request without forfeiting its Bid security.

However, the prices finalized after opening the tenders shall not increase throughout the period of implementation and operation.

Documents Comprising the Bids

The bid prepared by the Bidder shall comprise the following components. The bids not conforming to the requirements shall be summarily rejected.

Pre-Qualification Bid

In support of eligibility, the bidder must submit the following documents (besides the other requirements of the tender), original copies or attested copies, as the case may be, in the absence of which the Bid will be rejected.

Detailed checklist for pre-qualification dully filled in along with the supporting documents as defined in Volume I, Section VIII – Format 3. The Bidders are requested to add a column for page no. in the pre-qualification check list table and provide the corresponding page no. of the respective criteria.

Pre-qualification bid should contain Earnest Money Deposit (EMD) in a separate sealed envelope.

Receipt of Rs. 5,000/ Non Refundable- towards the cost of the RFP document or demand draft for Rs.5,000/- (five Thousand only) if the tender document is downloaded, payable in form of DD in favor of “IFCI Limited”, New Delhi in a sealed envelope.

Page 40: General Manager (IT ) IFCI Limited

Page 40 of 96

Power of Attorney executed by the bidder in favor of the Principal Officer or the duly Authorized Representative, certifying him as an authorized signatory for the purpose of this Tender.

A consortium/Sub Contracting of Partners duly backed up by an Agreement, copy of the same to be submitted in case of consortium.

Declaration that the SI and any of the Partners/Sub Contractor has not been debarred / blacklisted by any Govt. / Semi-Govt. organization for quality of services / product and there is no major complaint against the Bidder by any organization.

Declaration that the Products supplied by OEMs are not in its end of life and the products will be supported for next 6 years.

Technical Bid

The Technical Bid, besides the other requirements of the Tender, shall comprise of the

following:

Technical Bid Letter General Information about Bidder Technical Evaluation Criteria Specifications of the Physical Components Specifications of the IT Components Manpower Details Deviations from the Tender Terms & Conditions Project Experience

Financial Bid

The Commercial Bid, besides the other requirements of the Tender, shall comprise of the following:

Commercial Bid Letter Breakdown of Cost Components

Undertaking

An undertaking from the bidder stating the compliance with all the conditions of the Contract

and Technical Specifications of the Bidding Document since no deviation will be acceptable to

IFCI.

Bid Security

The Bidder shall furnish, as part of its Bid, a Bid security. The Bid security is required to protect IFCI against the risk of bidder‟s conduct,

which would warrant the security‟s forfeiture. The Bid security shall be denominated in Indian Rupees Any Bid not secured, as above, will be rejected by IFCI, as non-responsive Unsuccessful bidder‟s Bid security will be discharged or returned as promptly as

possible but not later than sixty (60) days after the expiration of the period of Bid validity.

The successful bidder Bid security will be discharged upon bidder, signing the Contract and furnishing the performance security as per format.

Page 41: General Manager (IT ) IFCI Limited

Page 41 of 96

The Bid security may be forfeited

• if a bidder withdraws its Bid during the period of Bid validity specified by the

bidder on the Bid Form; or

• if a bidder makes any statement or encloses any form which turns out to be

false/incorrect at any time prior to signing of Contract; or

• in the case of a successful bidder, if bidder fails;

(i) to sign the Contract; or

(ii) to furnish Performance Security as mentioned

IFCI reserves the right to call for fresh quotes any time during the validity period, if considered

necessary.

Modification and Withdrawal of Bids

Written Notice

The Bidder may modify or withdraw its bid after the bid's submission, provided that IFCI receives written notice of the modification or withdrawal, prior to the last date prescribed for receipt of bids.

Signing and Marking of Notice

The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions said earlier. A withdrawal notice may also be sent by fax but followed by a signed confirmation copy, post marked not later than the last date for receipt of bids.

Last Date for Notice

No bid may be altered / modified subsequent to the closing time and date for receipt of bids. Unsolicited correspondences from the Bidder’s will not be considered. No bid may be withdrawn in the interval between the last date for receipt of bids and the expiry of the bid validity period specified by the Bidder in the Bid. Withdrawal of a bid during this interval may result in bidder’s forfeiture of its EMD.

Opening of Pre-Qualification and Technical Bids A two stage bidding process will be followed. In the first stage, only TECHNICAL BID will be opened and evaluated. Those bidders who satisfy the technical requirements as determined by IFCI and accept the terms and conditions of this document shall be short-listed. In the second stage, the ‘COMMERCIAL BID’ would be evaluated. A bid determined as not substantially responsive will be rejected by IFCI and may not subsequently be made responsive by Bidder by correction of the nonconformity.

Page 42: General Manager (IT ) IFCI Limited

Page 42 of 96

IFCI may waive any informality or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any of the Bidder’s.

Opening of Bids

An evaluation committee shall conduct bid evaluation. Decision of the committee would be final and binding upon all the Bidder‟s. IFCI will first open the Pre-Qualification Bid, in the presence of the representatives of the Bidders who choose to attend, at the time, date and place, as mentioned in section „Key Events & Dates’. In the event of the specified date of Bid opening being declared a holiday for IFCI, the Bids shall be opened at the appointed time and location on the next working day. It is, therefore, suggested to designate a responsible, authorized and senior representative so that clarifications, if any, can be given on the spot. Bidder‟s names, modifications, bid withdrawals and the presence or absence of the requisite EMD and such other details considered appropriate will be announced at the bid opening. IFCI reserves the right to modify the evaluation process at any time during the Tender process, without assigning any reason, whatsoever and without any requirement of intimating Bidders of any such change.

IFCI may request Bidder‟s to make a presentation on their proposal to an Evaluation Committee to be constituted for the purpose.

Technical Evaluation Bidder‟s qualifying in General Evaluation will be technically evaluated. The evaluation of bids will be based on Techno-Commercial Evaluation wherein Technical bid will carry 70% weightage and Commercial will carry 30% weightage. Techno-Commercial Evaluation The score(s) will be calculated for all technically qualified Bidder‟s using the formula:- (Minimum Commercial Quote/Quoted Price of the Bidder) x 30% + (Technical Score/Highest Technical Score) x 70% (Technical will carry 70% weightage and Commercial will carry weightage of 30%) Highest scores so obtained using the above method shall be declared L-1. In case of tie-up in Techno-Commercial evaluation score, the Bidder scoring highest technical score will be declared L-1 Bidder. Total score = 70% x technical proposal score + 30% x Financial proposal score

Page 43: General Manager (IT ) IFCI Limited

Page 43 of 96

Commercial Evaluation

Commercial bids submitted by only those bidders, who have qualified the General and Technical evaluation will be eligible for further participation, bidders who have obtained highest scores in Techno-Commercial Evaluation shall be declared winner with TCO of 3 years of all items listed in L-1 determination sheet and Bill of Material. Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If there is a discrepancy between words and figures, the amount in words will prevail. If a Bidder does not accept the error-correction, its bid will be rejected, and its bid security i.e. Earnest Money Deposit (EMD) may be forfeited.

In order to assist in the examination, evaluation and comparison of Bids, IFCI may at its discretion ask Bidder‟s for a clarification regarding its Bid. The clarification shall be given in writing immediately, but no change in the price shall be sought, offered or permitted. However, while giving a clarification, a Bidder may offer a higher specification or model without any impact on Financial Bid to be opened subsequently.

IFCI may waive any informality or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder.

Announcement of Bids

Bidder‟s names, bid modifications or withdrawals and such other details as IFCI at discretion may consider appropriate, will be announced at the bid opening.

Bids Not Considered For Evaluation

Bids that are rejected during the bid opening process due to incomplete documentation or late receipt shall not be considered for further evaluation.

Criteria for Evaluation and Comparison of Pre-qualification Bids

A consortium of partners duly backed up by an Agreement (to be submitted along with Pre-Qualification bid) is also eligible to participate subject to the following two conditions and satisfaction of the Tender Evaluation Committee during the evaluation of the tender. In the event of consortium being unacceptable to IFCI, the Prime Bidder may be given an option of going on its own.

The Bidder (the prime bidder in case of consortium i.e.; one of the member of the consortium that is nominated as the prime bidder by all the other members of the consortium) of this consortium shall be liable for adherence to all provisions of this Agreement.

The consortium will draw upon human, technical and other resources of all the members during implementation and maintenance of the Project. The Technical Bid shall include exact details in this regard, so that a consortium is not artificially created only to improve the score in Technical Bid.

Page 44: General Manager (IT ) IFCI Limited

Page 44 of 96

Rectification of Errors Arithmetical errors in the Financial Bid will be rectified on the following basis.

If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and will be considered for future calculations.

If there is a discrepancy between words and figures, the amount in words shall prevail.

If Bidder does not accept the correction of errors, its bid will be rejected and its bid security may be forfeited.

Contacting IFCI

Contact by Writing

No bidder shall contact IFCI on any matter relating to its bid, from the time of bid opening to the time the Contract is awarded. If Bidder wishes to bring additional information to the notice of IFCI, it should be done in writing.

Rejection of Bid Any effort by a Bidder to influence IFCI in its decisions on bid evaluation, bid comparison or contract award may result in rejection of Bidder‟s bid.

IFCI’s Right to Vary Scope of Contract at the time of Award IFCI reserves the right to accept any bid and to annul the Tender process and reject

all bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidders or any obligation to inform the affected Bidders of the grounds for IFCI‟s action.

IFCI reserves the right to negotiate the commercials with the Bidder and seek revised commercial bid.

Notification of Award

Notification to Bidder

Before the expiry of the period of validity of the proposal, IFCI shall notify the successful Bidder in writing by registered letter or by fax, that its bid has been accepted. The Bidder shall acknowledge in writing receipt of the notification of award and shall send his acceptance to enter into agreement within seven (7) days of receiving the notification.

Page 45: General Manager (IT ) IFCI Limited

Page 45 of 96

Signing of Contract

The notification of the award shall constitute signing of the agreement. The signing of agreement will amount to award of contract and bidder will initiate the execution of the wok as specified in the agreement. At the same time as IFCI notifies the successful Bidder that its bid has been accepted, IFCI will send Bidder the Performa for Contract provided in the Tender Document, incorporating all agreements between the parties. Within 7 days of receipt of the Contract, the successful Bidder shall sign and date the Contract and return it to IFCI.

Discharge of Bid Security

Upon the successful signing of the agreement, IFCI shall promptly request the Bidder, to

provide performance guarantee. On receipt of the performance guarantee, the bid security

of all bidders will be released.

Failure to abide by the Agreement

The conditions stipulated in the agreement shall be strictly adhered to and violation of any

of the conditions will entail termination of the contract without prejudice to the rights of

IFCI with such penalties as specified in the Bidding document and the Agreement.

Bank Guarantee for Contract Performance Within 74 days of the receipt of notification of award from IFCI, the

successful Bidder shall furnish the performance security in accordance with the Terms & Conditions of Contract, in the Contract Performance Guarantee Bond prescribed.

Failure of the successful Bidder to comply with the requirement shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security

Bank Guarantee Amount shall be 10% of the Total PO value.

In case of exigency, if IFCI gets the work done from elsewhere, the difference in the cost of getting the work done will be borne by the successful Bidder.

The Bank Guarantee will be applicable for the period of 3 years.

Confidentiality of the Document This Tender Document is confidential and IFCI shall ensure that anything contained in this Tender Document shall not be disclosed in any manner, whatsoever. The Bidder will treat all data & information about IFCI, obtained in the execution of its responsibilities as confidential & will not reveal such information to any other party without prior written approvals of IFCI. If the Bidder leaks any such information to any third party (Web/Mail), IFCI holds the right to take criminal action , such action as may be necessary.

Page 46: General Manager (IT ) IFCI Limited

Page 46 of 96

Rejection Criteria Besides other conditions and terms highlighted in the tender document, bids may be

rejected under following circumstances:

Pre-Qualification Rejection Criteria

Bids submitted without or with improper EMD.

Bids which do not conform to unconditional validity of the bid as prescribed in the Tender.

If the information provided by the Bidder is found to be incorrect / misleading at any stage / time during the Tendering Process.

Any effort on the part of a Bidder/any of the partners to influence the bid evaluation, bid comparison or contract award decisions.

Bids received by IFCI after the last date prescribed for receipt of bids.

Bids without signature of person (s) duly authorized on required pages of the bid.

Bids without power of authorization and any other document consisting of adequate proof of the ability of the signatory to bind the Bidder.

Technical Rejection Criteria

Technical Bid containing commercial details.

Revelation of Prices in any form or by any reason before opening the Commercial Bid.

Failure to furnish all information required by the RFP Document or submission of a bid not substantially responsive to the Tender Document in every respect.

Bidders not quoting for the complete scope of Work as indicated in the Tender documents, addendum (if any) and any subsequent information given to the Bidder.

Bidder‟s not complying with the Technical and General Terms and conditions as stated in the RFP Documents.

Bidder‟s not conforming to unconditional acceptance of full responsibility of providing services in accordance with the Scope of work and Service Level Agreements of this tender.

If the bid does not confirm to the timelines indicated in the bid.

Commercial Rejection Criteria

Incomplete Price Bid.

Price Bids that do not conform to the Tender‟s price bid format.

Page 47: General Manager (IT ) IFCI Limited

Page 47 of 96

Total price quoted by a Bidder does not include all statutory taxes and levies applicable.

Prices Prices quoted must be firm and shall not be subject to any upward revision on any account

whatsoever throughout the period of contract for the scope of the Contract subject to Change

Order provisions.

Tax/levies/Octroi if applicable, at present rate should be quoted. Tax ruling at the time of

delivery of material and the resultant billing will be paid at actual. Prices should be valid for 180

days from the date of submission.

Payment Terms

The project will be for a period of three (3) years from the effective date of successful

commissioning of hardware, software etc. at DR site, and Near DR site. The same date shall

also be treated as initial successful commissioning date.

The Bidder must accept the payment terms proposed by IFCI. The commercial Bid submitted by

the Bidder must be in conformity with the payment terms proposed by IFCI.

Any deviation from the proposed payment terms would not be accepted. IFCI shall have the

right to withhold any payment due to Bidder, in case of delays or defaults on the part of Bidder.

Such withholding of payment shall not amount to a default on the part of IFCI.

The following payment terms will apply:

30% of the PO Value would be payable on delivery and post-delivery inspection of the

hardware and Software at the Primary Site, DR Site and Near DR site.

50% of the PO Value would be payable on successful installation, commissioning of the

hardware and successful implementation of Near DR site.

Balance 20% will be paid after 3 months of successful implementation of the entire

project.

The System Integrator shall be paid for its services as per the Payment Schedule and based on

the project milestone completion & acceptance of deliverables subject to the System Integrator

fulfilling the following conditions:

No payment shall be due for the next stage till the System Integrator completes to the

satisfaction of the IFCI the work pertaining to the preceding stage; and

IFCI shall pay to the System Integrator, only the undisputed amount

Page 48: General Manager (IT ) IFCI Limited

Page 48 of 96

All payments under this Agreement shall be made to the account of the System

Integrator as may be notified to the IFCI by the System Integrator.

IFCI shall cause the payment due to the System Integrator to be made within 30 (thirty)

days after the receipt by the IFCI of duly completed bills with necessary particulars (the “Due

Date”).

The final payment shall be made only after the final Deliverable shall have been submitted by

the System Integrator, followed by a request for issue of „Completion Certificate‟ to the IFCI

and the final deliverable is approved as satisfactory and a Completion Certificate issued by the

IFCI. The Services shall be deemed completed and finally accepted by the IFCI and the final

Deliverable shall be deemed approved by the IFCI as satisfactory upon expiry of 60 (sixty) days

after receipt of the final Deliverable unless IFCI, within such 60 (sixty) day period, gives written

notice to the System Integrator specifying in detail, the deficiencies in the Services. The System

Integrator shall thereupon promptly make any necessary corrections and/or additions, and upon

completion of such corrections or additions, the foregoing process shall be repeated until IFCI

accepts all the deliverables under the contract. IFCI shall make the final payment upon

acceptance of the final Deliverable by IFCI.

Project Time lines

Complete scope of work under the above shall be completed as per the tentative time schedule

given below: The time line defined below is for both the Locations.

S.No Activity / Mile stone Delivery Schedule

1 Hardware and Software License Delivery 6 Weeks from date of Purchase

Order to the Vendor

2.

Project Implementation & testing after

installation including all hardware

installation

4-5 Weeks from date of Hardware

and Software License Delivery

2.1

Availability tests (and requires 98%

availability – often running a selected

system load. Failures taken into account

for computing the availability may

include unavailability of nodes)

60 contiguous days

2.2 DR Drill with failover testing 2 weeks from the date of

Availability Test Completion

2.3 Near DR Drill with failover testing 2 weeks from the date of DR Drill

with failover testing Completion

3. Project Completion / Acceptance Test

Report(ATR)

Within 2 week – Testing DR / Near

DR site Drill

4.

Warranty & Support Services Shall begin from date of Project

Completion / Acceptance Test

Report(ATR)

Page 49: General Manager (IT ) IFCI Limited

Page 49 of 96

Completion of commissioning The commissioning will be deemed as incomplete if any component of the hardware, software and other equipment‟s, or any documentation/ media as per Bidder‟s Bill of Material, is not delivered or is delivered but not installed due to reasons attributable to the Bidder, and/ or not operational or not acceptable to IFCI, after acceptance testing/ examination. In such an event, the supply and commissioning will be termed as incomplete and it will not be accepted and warranty period will not commence.

The Bidder shall then produce an Acceptance Certificate, signifying successful commissioning, before IFCI for signoff, signifying the beginning of the Warranty Period. The date the Acceptance Certificate is signed off by IFCI would be the date of commissioning of Hardware for all intents and purposes. Any delay in commissioning of the equipment arising as a result of causes not attributable to the Bidder, shall not be factored as a reason for delaying acceptance from being provided for the entire installation. Locations of Installations The equipment procured by IFCI as mentioned above, will be installed at New Delhi , Mumbai. IFCI reserves the right to change location of installation at a later date with prior intimation to

the Bidder. Relocation of the hardware will be done at IFCI‟s cost. However, Bidder will provide

all the necessary assistance to facilitate this.

Warranty & Support Warranty for the Services shall be as set forth in this RFP. After Testing of the implemented Solution /project and its acceptance by IFCI, the Bidder has to provide regular warranty & Support for three (3) years as per details hereunder

General Scope of Services

Bidder will ensure OEM representative presence as and when required during

implementation period and Post maintenance phase as well.

The Vendor shall provide Comprehensive Support for all hardware and software listed in the document.

Response time for Remedial Maintenance shall be 4 working hours. The hours of coverage shall be 24 hours per day, Saturday through Friday including all Public Holidays. In the event of any reported fault, VENDOR shall make best efforts to diagnose/rectify and resolve any hardware problem. If there is a part replacement required, The Bidder shall replace the part within the committed repair time.

Page 50: General Manager (IT ) IFCI Limited

Page 50 of 96

All the personnel deployed by the Vendor for performing various functions in the project

including but not limited to Implementation, AMC, etc. will have to be the employees of either the Prime Bidder or a Consortium Partner capable of handling the relevant function.

Contract Labor Registration / License should be obtained by the Vendor. The Vendor

needs to provide a confirmation to this effect.

The Bidder should keep IFCI informed in advance, in case of any changes to consortium partners takes place.

All sub-Contractor‟s/ consortium partners are automatically party to the Non- Disclosure Agreement (NDA) signed between the bidder and IFCI, and therefore must sign the NDA.

The scope of warranty/Annual Maintenance Contract also includes but not limited to provision of new system software releases, patches, versions of Software including Firmware, Testing Tools and Bug fixes.

Bidders should maintain the equipment provided for at least 3 years (3 years warranty Support) from the date of acceptance by IFCI. This may be extendable by IFCI, for a minimum period of 2 more years, at the same rate or below, subject to the satisfactory services offered.

IFCI reserves the right to cancel the bids if the Bidder includes the AMC/ATS prices in the products and quotes nil/ negligible price for AMC/ATS.

Necessary assistance for any DR drill or Benchmarking exercise must be rendered by the Vendor for the contractual period, at no additional cost to IFCI.

Any support that is available during the Warranty period should also necessarily be available during the AMC period.

The Bidder shall provide on-site comprehensive warranty for all the components provided as part of this RFP. The Warranty (ATS/AMC) should be back to back from OEM onsite and comprehensive in nature.

The Bidder will warrant all supplied equipment‟s against defects arising out of faulty design, materials and media workmanship etc., for a period of three years from the date of acceptance of the network & security equipment‟s and other associated devices.

Provide for maintenance of Network & security equipment‟s, including preventive Network & security equipment‟s support, as well as repair or replacement activity after a problem has occurred, If the supplied equipment‟s are to be replaced permanently due to the vendor‟s inability to provide spares or maintain the equipment, the Vendor shall replace the equipment of same Make/ Model/configuration or of higher configuration. However, IFCI may accept different make/model/ configuration at its discretion if the original make/model/ configurations are not available in the market due to obsolescence or technological up-gradation.

The selected Bidder shall provide adequate spares for the critical components of the network &, security equipment‟s.

Page 51: General Manager (IT ) IFCI Limited

Page 51 of 96

IFCI will not be liable to pay any additional amounts in respect of any sort of

maintenance covered under the scope of this tender during the tenure of the contract.

Free on-site maintenance services shall be provided by the Bidder during the period of warranty.

During the Warranty period, the vendor will have to undertake system maintenance and replacement or repair of defective network & security equipment‟s. Upon receipt of such notice the Bidder shall, as mentioned below, repair or replace the defective goods or parts thereof, without any cost to IFCI.

In case equipment is taken away for repairs, the vendor shall provide similar standby equipment so that the equipment‟s can be put to use in the absence of the originals/ replacements without disrupting IFCI‟s regular work.

If during operation, the down time of any piece of equipment or component thereof does not prove to be within reasonable period, the Supplier shall replace the unit of component with another of the same performance and quality or higher, at no cost to IFCI.

Further provided that IFCI may, during the period of the warranty, shift the goods wholly or in part to other location(s) within the Country and in such case the Supplier undertakes to continue to warrant or maintain the goods at the new location without any other additional cost to IFCI.

In case IFCI desires to get the warranty services delivered by OEM, SI shall transfer such warranty services to that preferred Vendor at no additional cost to IFCI.

In case of any issue with any equipment‟s supplied by the vendor, IFCI or its appointed System Integrator shall log a call with the vendor (who has supplied the network & security equipment‟s) it is responsibility of the Bidder to resolve the issue with the assistance of the OEM if deemed necessary. IFCI or its appointed System Integrator shall promptly notify the Bidder in writing / e-mail / fax of any claims arising under this warranty.

The Vendor shall not outsource the maintenance work assigned by IFCI, to any third party and shall arrange attending of all complaints registered by IFCI officials through its own service/support infrastructure only. The payment for IFCI charges shall be released to the vendor on quarterly arrear basis.

Page 52: General Manager (IT ) IFCI Limited

Page 52 of 96

Bidder’s Responsibilities

Telephone Assistance

The designated COMPANY‟s contact(s) shall be given a specific telephone number for the SI phone No.in consulting service. The number shall be used by the caller to contact COMPANY Customer Engineer to log the problem & mobilize the engineer to resolve the issue based on the “commit to repair” agreement.

Delays in the vendor’s Performance

If at any time during performance of the Contract the vendor should encounter conditions Impeding timely delivery and performance of Services, the vendor shall promptly notify the Company in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the vendor‟s notice the Company shall evaluate the Situation and May, at its discretion, extend the vendor time for performance with or without Liquidated damages, in which case the extension shall be ratified by the parties by amendment of the Contract. Except as provided under conditions of contract clause Liquidated Damage‟s & penalties, a delay by the vendor in the performance of its delivery obligations shall render the vendor liable to the imposition of liquidated damages pursuant to conditions of Contract unless an extension of time is agreed upon pursuant to conditions of Contract without the application of liquidated damages.

Page 53: General Manager (IT ) IFCI Limited

Page 53 of 96

Other Terms and Conditions

Waiver of Minor Irregularities

IFCI reserves the right to waive minor irregularities in proposals provided such action is in the

best interest of IFCI.

Where IFCI may waive minor irregularities, such waiver shall in no way modify the “Request For

Proposal”(RFP) ,requirements or excuse the Vendor from full compliance with the RFP

specifications and other contract requirements if the Vendor is selected.

Modify/Withdrawal of Proposals

Prior to the date specified for receipt of proposal, a submitted proposal may be modified/

withdrawn by submitting a signed written request for its modification/withdrawal to IFCI.

Non-Disclosure

The contents of the proposal and all the project outputs should not be disclosed to any party

unless Vendor and IFCI mutually agree in writing to the same. Vendor will not use the contents

of this proposal to bid for any other contract.

Technical Documentation

All equipment‟s/spares quoted should be associated with specific model numbers and names

and printed literature describing the configuration and functionality.

Arithmetic Errors Correction

Arithmetic errors, if any, in the price break-up format will be rectified on the following basis:

If there is discrepancy between the unit price and the total price, which is obtained by

multiplying the unit price with quantity, the unit price shall prevail and the total price shall be

corrected unless it is a lower figure. If the supplier Vendor does not accept the correction of

errors, its bid will be rejected.

If there is discrepancy in the unit price quoted in figures and words, the unit price, in figures or

in words, as the case may be, which corresponds to the total bid price for the item shall be

taken as correct.

It the Vendors has not worked out the total bid price or the total bid price does not correspond

to the unit price quoted either in words or figures, the unit price quoted in words shall be taken

as correct.

Page 54: General Manager (IT ) IFCI Limited

Page 54 of 96

IFCI may waive off any minor infirmity or nonconformity or irregularity in a bid, which does not

constitute a material deviation, provided such a waiving, does not prejudice or affect the

relative ranking of any Vendor

IFCI's Right to Accept Any Offer and to Reject Any or All Offers

IFCI reserves the right to accept or reject any tender offer, and to annul the tendering process

and reject all tenders at any time prior to award of contract, without thereby incurring any

liability towards the affected Vendor(s) or any obligation to inform the affected Vendor(s).

IFCI reserves the right to change / add / modify / relax any / all conditions stipulated or

increase / decrease items requested as also to accept / reject any / all offers without assigning

any reason whatsoever. The decision of IFCI in selecting the Vendor would be final and

conclusive and IFCI will not entertain any correspondence in this regard.

Liability of the Selected Vendor

IFCI shall hold the selected Vendor, its Successors, Assignees and Administrators fully liable

against any loss or liability, claims, actions or proceedings, arising out of non-fulfillment of any

obligations under the Contract.

Further, selected Vendor shall be the principal employer of the employees, engaged by Selected

Vendor and shall be vicariously liable for all the acts, deeds or things done by its employees.

Such liability of the Selected Vendor will be restricted to the actual amount of the Contract.

However, the selected Vendor would be given an opportunity to be heard by IFCI prior to

making of a decision in respect of such loss or damage. The decision taken by IFCI after such

hearing will be final and binding upon the vendor. Negligence

In connection with the work or contravenes the provisions of General Terms, if the Vendor

neglects to execute the work with due diligence or expedition or refuses or neglects to comply

with any reasonable order given to him in writing by IFCI, in such eventuality, IFCI may after

giving notice in writing to the Vendor calling upon him to make good the failure, neglect or

contravention complained of, within such times as may be deemed reasonable and in default of

the said notice, IFCI shall have the right to cancel the Contract holding the Vendor liable for the

damages that IFCI may sustain in this behalf. Thereafter, IFCI is to be compensated for good

the failure at the risk and cost of the Vendor.

Page 55: General Manager (IT ) IFCI Limited

Page 55 of 96

Liquidated Damages

If the Selected Vendor / Service provider fails to deliver any or all of the Solution or perform

the Services within the time period(s) specified in the Contract, IFCI shall, without prejudice to

its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a

sum equivalent to 1% per week or part thereof of contract price subject to maximum deduction

of 10% of the delivered price of the delayed Solution or unperformed services for each week or

part thereof of delay, until actual delivery or performance. Once the maximum deduction is

reached, IFCI may consider termination of the Contract.

• Installation will be treated as incomplete in one/all of the following situations:

• Non-delivery of any hardware or other components and software mentioned in

the order.

• Non-delivery of supporting documentation.

• Delivery, but no installation of the components and/or software.

• Issue in integration of hardware.

• System operational, but unsatisfactory to IFCI

If the Vendor fails to deliver or install any or all of the Goods or perform the Services

within the time period(s) specified in the RFP, IFCI shall, without prejudice to its other

remedies under the Contract, deduct from the Contract Price, as liquidated damages, a

sum equivalent to 1% of the delivered price of the delayed Goods or unperformed

Services until actual delivery or performance, per week or part thereof; and the

maximum deduction is 10% of the overall contract value. Once the maximum is

reached, IFCI may consider termination of the contract.

In addition to the cancellation of purchase contract, IFCI reserves the right to

appropriate the damages through encashment of the Performance Guarantee given by

the Bidder , in whole or in part, without notice to the System Integrator in the event of

breach of this Agreement or for recovery of liquidated damages

Liquidated Damages for error/variation- In case any error or variation is detected in the

reports submitted by the System Integrator and such error or variation is the result of

negligence or lack of due diligence on the part of the System Integrator, the

consequential damages thereof shall be quantified by the IFCI in a reasonable manner

and recovered from the System Integrator by way of deemed liquidated damages,

subject to a maximum of the Agreement Value.

Page 56: General Manager (IT ) IFCI Limited

Page 56 of 96

The Service Level Penalties and Liquidated Damages both are separate penalties and the

maximum cap of 10% on contract value, in each case, this will also be separately

applicable.

S.No Activity / Mile stone Delivery Schedule LD Clause

1

Hardware and Software

License Delivery

6 Weeks from date of

Purchase Order to the

Vendor

>6 weeks , 1% of

Hardware and

Software License

per week thereafter

2.

Project Implementation &

On-site testing after

installation including all

hardware installation

4-5 Weeks from date of

Hardware and Software

License Delivery

>5 weeks , 1%

date of

Hardware and

Software

License Delivery

2.1

Availability tests (and

requires 98% availability –

often running a selected

system load. Failures taken

into account for computing

the availability may include

unavailability of nodes)

60 contiguous days < 60 contiguous

days , 1% date of

Project

Implementation

2.2

DR Drill with failover

testing

2 weeks from the date

of Availability Test

Completion

>2 weeks , 1% of

Project

Implementation per

week thereafter

2.3

Near DR Drill with failover

testing

2 weeks from the date

of DR Drill with failover

testing Completion

3.

Project Completion /

Acceptance Test

Report(ATR)

Within 2 week –

Testing DR / Near DR

site Drill

4.

Warranty & Support

Services

Shall begin from date of

Project Completion /

Acceptance Test

Report(ATR)

Page 57: General Manager (IT ) IFCI Limited

Page 57 of 96

Penalty for deficiency in Services

In addition to the liquidated damages not amounting to penalty warning may be issued to the System Integrator for minor deficiencies on its part.

In the case of significant deficiencies in Services causing adverse effect on the Project or on the reputation of the IFCI, penal action including but not limited to debarring for a specified period and/or stopping of all payments under the Agreement may also be initiated as per policy/discretion of the IFCI.

SLA violation as per the Liquidated Damages clause mention in the tender.

SLA Signing

The successful bidder has to sign a SLA with the Company within 30 days of issuing the LOA for the provision and execution of services as per the tender terms.

Service Outage Reporting

Bidder should have facility to provide 24x7x365 access to its online support portal for customer

to report any service outage / performance issues. Bidder must provide with 24*7*365 emergency number to reach a support person and their backup in the event of customer equipment failure or a data center outage (DR Site).

Acceptable performance levels

For the provision of service as stated in this SLA, the <System Integrator> is required to provide service in ways that are acceptable to the <IFCI>. These include the following:

Service description Performance level

Developing and implementing data failover and recovery as required by IFCI

Linkages to strategies, BIAs (Business Impact Analysis, etc.

Operating procedures for DR Drill plan is validated

execution of at least one (1) Half Yearly DR exercise to ensure proper operation of hot site and that failover to the Near /DR site occurs as planned

Exercise is conducted that verifies proper operation of failover capabilities has occurred

Validating proper operation of DR Drill through annual exercise of plans with Near site

Exercise program in place with post-exercise assessments and after-action reports

Page 58: General Manager (IT ) IFCI Limited

Page 58 of 96

Monitoring, tracking and evaluating performance Criteria used for evaluating SI’s performance will include the following:

Weekly status reports submitted by Service Provider highlighting work performed, results achieved, successful activities, unsuccessful activities, other performance issues etc.

Ongoing monitoring and observation of SI

Process for resolving performance issues

Any performance issues on the part of <System Integrator > will be discussed within four hours of their occurrence by <Vendor> management. This can be in the form of a face-to-face meeting or an electronic conference via polycom, or other accepted conference system. Issues will be presented by <Vendor> representatives and < System Integrator > will have the opportunity to explain its performance. Minutes of such meetings will be recorded. If < System Integrator > accepts report by <Vendor> it will have 72 hours to remediate the issue. If < System Integrator > rejects report by <Vendor> it will have 24 hours to provide a suitable explanation and proposal for remediation.

Risk Management Selected Vendor shall at his own expense adopt suitable Risk Management methodology to mitigate all risks assumed under this CONTRACT.

Selected Vendor shall underwrite all the risk related to its personnel deputed under this CONTRACT as well as equipment and components of the project , procured for the Data Center , equipment, tools and any other belongings of the DC or their personnel during the entire period of their engagement in connection with this CONTRACT and take all essential steps to reduce and mitigate the risk. IFCI will have no liability on this account..

Contract Termination

IFCI reserves the right to reject this invitation to offer in part or in full, or cancel the entire

process at any stage without assigning any reason.

IFCI shall be entitled to reject any or all offers without assigning any reason whatsoever. IFCI

has the right to re-issue tender/bid. IFCI reserves the right to make any changes in the terms

and conditions of RFP that will be informed to all bidders. IFCI will not be obliged to meet and

have discussions with any bidder, and/or to listen to any representations once their offer/bid is

rejected.

Any decision of IFCI in this regard shall be final, conclusive and binding upon the Bidder.

Page 59: General Manager (IT ) IFCI Limited

Page 59 of 96

Termination for Default in Service

IFCI, without prejudice to any other remedy for breach of contract, by giving 30 days written notice of default if the Vendor fails to cure the default within the notice period, may terminate this Contract in whole or in part and invoke the penalty clause:

• If the Bidder fails to perform any other obligation(s) under the Contract.

• Non satisfactory performance. Serious discrepancies noted during implementation, Support or Testing.

• Breaches in the terms and conditions of the Contract.

Publicity

Any publicity by the Vendor in which the name of IFCI is to be used should be done only with

the explicit written permission of the Purchaser.

Force Majeure

Neither Party shall be liable for any default or delay in the performance of its obligations if and

to the extent such default is caused, directly or indirectly, by fires, floods, power failures, Acts

of God, act of public enemy, civil commotion, sabotage, wars, insurrections, riots, labor

disturbances, strikes, lockouts, go-slow, damage to machinery on account of accident or

passing of any statutory order by the eligible authority/ies, prohibiting performance of such

obligation by a competent authority; and restrictions of any country affecting the performance

of this Agreement or any part hereof. The affected party shall intimate the other party within

reasonable time period of such occurrences.

Rights of Access to Information

At any time during the exit management period, the successful bidder will be obliged to provide

an access of information to IFCI, and/or any Replacement Successful Bidder in order to

make an inventory of the Assets (including hardware / Software / Active / passive),

layouts, diagrams, schematics, documentations, manuals, catalogs, archive data, IP

addressing, Live data, policy documents or any other material related to mentioned Project.

Information Ownership

All information processed, stored, or transmitted by bidder equipment belongs to IFCI. By having the responsibility to maintain the equipment, The Vendor or any of its partners does not acquire implicit access rights to the information or rights to redistribute the information. The Bidder understands that civil, criminal, or administrative penalties may apply for failure to protect information appropriately.

Page 60: General Manager (IT ) IFCI Limited

Page 60 of 96

No Assignment

Selected Vendor shall not transfer any interest, right, benefit or obligation under this Contract without the prior written consent of IFCI.

Applicable laws

The Contract shall be interpreted in accordance with the laws prevalent in India. Compliance

with all applicable laws: The Vendor shall undertake to observe, adhere to, abide by, comply

with and notify IFCI about all laws in force or as are or as made applicable in future, pertaining

to or applicable to them, their business, their employees or their obligations towards them and

all purposes of this Tender and shall indemnify, keep indemnified, hold harmless, defend and

protect IFCI and its employees/ officers/ staff/ personnel/ representatives/ agents from any

failure or omission on its part to do so and against all claims or demands of liability and all

consequences that may occur or arise for any default or failure on its part to conform or comply

with the above and all other statutory obligations arising therefrom.

Arbitration/ Dispute Resolution

In case any disputes arise out of the contract the party shall try to negotiate the same within 30 days of such dispute. In case the matters remain unresolved the same shall be referred to the Arbitration in accordance with Arbitration and Conciliation Act, 1996 after giving the notice of such reference to the other party. The Arbitral Tribunal shall consist of a sole arbitrator, who shall be appointed by IFCI. The venue of the arbitration shall be New Delhi and the language preferred will be English. The award of the Arbitral Tribunal shall be final and binding on the parties. The expenses of arbitration shall be shared equally among both parties.

Jurisdiction

The jurisdiction for the purpose of settlement of any dispute of differences whatsoever in respect of or relating to or arising out of or in any way touching this contract or the terms and conditions thereof or the construction and/or interpretation thereof shall be that of the appropriate court in New Delhi. The jurisdiction of any other court in any place other than New Delhi is specifically excluded. Privacy & Security Safeguards The Vendor and its Partners if any shall not publish or disclose in any manner, without IFCI's prior written consent, the details of any security safeguards designed, developed, or implemented by Vendor and its Partners if any under this contract or existing at any IFCI location. The Vendor shall develop procedures plans to ensure that IT resources leaving the control of the assigned user (such as being reassigned, removed for repair, replaced, or upgraded) are cleared of all IFCI data and sensitive application software. The Vendor and its Partners if any shall also ensure that all subcontractors who are involved in providing such security safeguards or part of it shall not publish or disclose in any manner, without IFCI's prior written consent, the details of any security safeguards designed, developed, or implemented by the Bidder under this contract or existing at any IFCI location.

Page 61: General Manager (IT ) IFCI Limited

Page 61 of 96

Violation Of Terms

IFCI clarifies that IFCI shall be entitled to an injunction, restraining order, right for recovery, suit for specific performance or such other equitable relief as a court of competent jurisdiction may deem necessary or appropriate to restrain the Vendor and its Partners from committing any violation or enforce the performance of the covenants, obligations and representations contained in this RFP. These injunctive remedies are cumulative and are in addition to any other rights and remedies IFCI may have at law or in equity, including without limitation a right for recovery of any amounts and related costs and a right for damages.

Confidentiality

The Vendor shall keep confidential any information obtained under the contract and shall not

divulge the same to any third party. In case of non-compliance of the confidentiality clause of this Agreement, the contract is liable to be repudiated by IFCI. IFCI shall further have the right to regulate Vendor staff.

The Vendor shall not divulge to any person handling other divisions, subsidiaries or groups of

Vendor and its service support agency any information obtained by it in the course of its

execution of its work and all the information gathered by the Vendor shall be treated as

professional communication and confidential. Any violation of this clause shall be liable to

cancellation of the contract and invoking the bank guarantee without notice to the Vendor.

DISCLAIMER

The information contained in this Request for Proposal (RFP) document or information provided subsequently to bidder(s) or applicants whether verbally or in documentary form by or on behalf of IFCI, is provided to the Vendor on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided.

This RFP is neither an agreement nor an offer and is only an invitation by IFCI to the interested

parties for submission of bids. The purpose of this RFP is to provide the Vendor with

information to assist the formulation of their proposals. This RFP does not claim to contain all

the information each bidder may require. Each bidder should conduct its own investigations and

analysis and should check the accuracy, reliability and completeness of the information in this

RFP and where necessary obtain independent advice. IFCI makes no representation or warranty

and shall incur no liability under any law, statute, rules or regulations as to the accuracy,

reliability or completeness of this RFP. IFCI may in its absolute discretion, but without being

under any obligation to do so, update, amend or supplement the information in this RFP.

Page 62: General Manager (IT ) IFCI Limited

Page 62 of 96

Annexures

Annexure I - Existing Setup H/W & S/W

Page 63: General Manager (IT ) IFCI Limited

Page 63 of 96

Page 64: General Manager (IT ) IFCI Limited

Page 64 of 96

Page 65: General Manager (IT ) IFCI Limited

Page 65 of 96

Page 66: General Manager (IT ) IFCI Limited

Page 66 of 96

Operating System

o SUN Solaris ver 10.2 (DB/APP)

o SUN Cluster (ULTRASPARC)

o Windows 2000/2003/2008 Server

o Redhat Linux Ver 5.5 (E-Mail)

o Windows XP/Vista/7/8

Database Management

o Oracle Application server 10gR2

o Oracle Internet Developer Suit

o Oracle DB & Appl Server 10gR2

o SQL Server 2005 , STD Edition

Page 67: General Manager (IT ) IFCI Limited

Page 67 of 96

Annexure II- IFCI Office Address

Sr. No.

Location Contact Address

1 Head office - New

Delhi

IFCI Ltd, IFCI Tower,

61 Nehru Place, New Delhi - 110019.

2 Mumbai

IFCI Ltd, Earnest House, 9th Floor, NCPA Marg, Nariman Point

Mumbai - 400 021

3 Near DR site TBD

Page 68: General Manager (IT ) IFCI Limited

Page 68 of 96

Annexure III- Hardware Requirement for DC Upgrade and Setup of DR and Near DR Site

S.NO

Item Description

Configurations Details

Qty Required

Remarks

Primary – P

DR Site – D

Near DR Site - N

P D N

1.

Intel Xeon

Server with OS

Xeon V3 x Quad Core

2.4 Ghz ,RAM – 32 GB

1 TB X 5 HDD 10KRPM SAS,

Raid Controller , DUAL POWER SUPPLY ,

FC/ISCSI /HBA CARD

1

1

2.

Intel Xeon

Server with OS

And

Virtualization

Xeon V3x Eight Core(Virtualization with VMware)

2.4 Ghz, RAM - 128 GB

300 GB X 2 HDD , 10K RPM SAS,

Raid Controller , DUAL POWER SUPPLY ,

FC/ISCSI /HBA CARD

2

2

2.1

Xeon V3x Eight Core(Virtualization with

VMware)

2.4 Ghz ,RAM - 128 GB,600 GB X 12 HDD

10K RPM SAS, Raid Controller , DUAL

POWER SUPPLY , FC/ISCSI /HBA CARD

2

1

1

3.

SAN Storage SAN STORAGE equivalent in IBM/DELL/HP/etc.

DUAL CONTROLLER (FC/ISCSI) WITH 6 TB

Usable after Raid 5 And one Hot spare 10krpm

SAS DISK

2

1

1

4.

16 port

Gigabyte

Ethernet layer 2

switch

2

1

1

5. RACK 42U Rack with 8 port KVM, 18.5" TFT, USB

Keyboard, 1 1

6. ISCSI Chaise 10 Gig Switch for connecting storage

1

In the Bid itself, the bidder should indicate the estimated value of the recommended /approximate

Bandwidth with a suitable response time.

Page 69: General Manager (IT ) IFCI Limited

Page 69 of 96

S.NO

Item Description

Configurations Details

Qty Required

Remarks

Primary – P

DR Site – D

Near DR Site - N

P D N

1.

RISC based

Sun Server (T

Series)

SPARC T5 16-core 3.6 GHz processor with

128GB RAM, 2 x 300GB 10k RPM SAS-2

HDD, 2 x dual port 8Gb FC HBA card,

Oracle Solaris and Oracle VM 2

1

1

5M LC to LC FC Optical Cable 8

Oracle Solaris Cluster, Enterprise Edition -

Processor Perpetual 16

Power cord: India, 2.5 meters, IS1293

plug, C13 connector, 10 A (for factory

installation)

4

2. UPS 2 x 10KVA 230V online UPS. Batteries (2 x

32) 26AH and Racks 2

Note :

Included Items :

• Rack mounting hardware

• Power cable with NEMA 5-15 plug

• Interface cable

• Hardware Freight Fee to be inclusive for RISC based Sun Servers

• Manual

Page 70: General Manager (IT ) IFCI Limited

Page 70 of 96

Annexure IV - Hardware Requirement – Implementation of Network Security

S.No Description Qty

Required

1. Wireless Access Point, 802.11n/ac, 3x3:3, dual radio, integrated

antennas and Inbuilt Virtual Controller. 20

2.

Access Point Mount Kit (basic, flat surface).

Contains 1x flat surface wall/ceiling mount bracket.

Color: black

20

3. 30W 802.3at POE midspan injector, 10/100/1000Base-T Ethernet 20

4. OEM Year Support Pack

All the network & security equipment‟s should come with 3 years onsite warranty.

The vendor shall be fully responsible for the warranty of all equipment‟s, accessories, spare

parts, software etc. against any defects arising from design, material, Manufacturing,

workmanship or any act or omission of the manufacturer and/or vendor any defect that may

develop under normal use of supplied equipment during warranty period. During the Warranty

period of equipment‟s, bidder shall not assign any kind of maintenance like hardware, software,

up gradations etc. related to these equipment‟s to any third party.

Page 71: General Manager (IT ) IFCI Limited

Page 71 of 96

Annexure IV- Software License Requirements

S.No Description Qty

Required

1. Oracle Database Enterprise Edition CPU Licenses with 3 Years 2

2. Oracle Database Standard Edition 5 USER LICENCE with 3 Years 1

3. Oracle Forms & Report Server CPU License with 3 Years(Weblog suit) 3

4. Windows 2012 R2 server STD edition 5

5. Windows 2012 R2 server STD edition with 300 CALS 1

6. SQL Server STD Edition License with 5 CALS 2

7. License for VM Ware Vsphere

Enterprise Edition with 3 Years 2

Standard Edition with 3 Years 2

8. License for VM Ware VCenter with 3 Years 3

9. VMware VCenter Site Recovery Manager 5 Standard (25 VM Pack) with 3

Years

1

Warranty period for software licenses for the production environment will start only from the “Go-live‟ date of DC/Near DR and DR Site.

Page 72: General Manager (IT ) IFCI Limited

Page 72 of 96

Annexure V - Network Monitoring Services – Specifications

S.No Description Qty Required

1. NMS Software for Central Monitoring, Reporting, Email Alerting

1

The proposed solution covering all Hardware, Software, Operating System, Database and other

related software must be IPV6 compliant. A certificate in this regard should also be submitted

along with technical bid documents.

Note:

Software to be supplied with 3 year service agreement including software upgrades.

Page 73: General Manager (IT ) IFCI Limited

Page 73 of 96

Annexure VI - Total Cost of Ownership (TCO)

Description Total Price (Rs.)

Software License Requirements

Networking Security Management & Implementation Price

Hardware Requirement for DC Upgrade and Setup of DR and Near DR Site

Hardware Warranty Support 3 years

Any Other Price (if Any)

Total Price

Note:

• All costs must be in Indian Rupees Only • The Vendor should fine tune the bill of material format to accommodate

all the hardware and software items.

• Prices for any optional services, if any, should be quoted separately. (will be added to TCO)

• Bill of Material (with price details) must be submitted for Commercial proposal.

• A copy of Bill of Material (without any cost detail) must be submitted along with Technical proposal.

• Any recurring costs must be clearly indicated with the commercial bid

The Bidder should also specify the lifetime of hardware and should

avoid offering solution which has already reached End of Life (EOL)/End

of Support (EOS). The Bidder must guarantee that all offered

equipment‟s delivered are brand new. Further all related software to be

supplied/delivered and installed must be of latest version.

Page 74: General Manager (IT ) IFCI Limited

Page 74 of 96

Annexure VII-Bill of Material

Software License Requirements

S.No Description Qty

Required

Proposed

Make

Proposed

Model

No. with

part code

Unit

Price

Taxes if

Any

Total

Price(Rs)

Remarks, if

any

1. Oracle Database Enterprise Edition

CPU Licenses with 3 Years

2

2. Oracle Database Standard Edition

5 USER LICENCE with 3 Years

1

3. Oracle Forms & Report Server CPU

License with 3 Years(Weblog suit

Enterprise Edition)

3

4. Windows 2012 R2 server STD

edition

5

5. Windows 2012 R2 server STD

edition with 300 CALS

1

6. SQL Server STD Edition License

with 5 CALS

2

7. License for VM Ware Vsphere

Enterprise Edition with 3 Years 2

Standard Edition with 3 Years 2

8. License for VM Ware VCenter

with 3 Years

3

9. VMware VCenter Site Recovery Ma

nager 5 Standard (25 VM Pack)

with 3 Years

1

10. Configuration & Implementation

Price

11. Total Price (Rs.)

Page 75: General Manager (IT ) IFCI Limited

Page 75 of 96

Networking Security Management & Implementation Cost

Sr. No.

Item Qty

Required

Proposed

Make

Proposed Model No. with part

code

Unit Price (RS.)

Taxes if Any

Total Price (Rs.)

Remarks, if any

1.

Wireless Access Point,

802.11n/ac, 3x3:3, dual

radio, integrated antennas

and Inbuilt Virtual

Controller.

20

2.

Access Point Mount Kit

(basic, flat surface).

Contains 1x flat surface

wall/ceiling mount bracket.

20

3.

30W 802.3at POE midspan

injector, 10/100/1000Base-

T Ethernet

20

4.

Optional NMS For Central

Monitoring, Reporting,

Email Alerting

2

5. NMS Software

1

6. OEM Year Support Pack if

any 1

8. Configuration &

Implementation Cost

9. Any other Charges

Total Price (Rs.)

Page 76: General Manager (IT ) IFCI Limited

Page 76 of 96

Hardware Requirement for DC Upgrade and Setup of DR and Near DR Site

S.No

Description Configuration Details Qty Required

Proposed Make

Proposed Model No. with part

code

Unit Price

Taxes if Any

Total Price(Rs)

Remarks if Any

1.

Intel Xeon

Server with

OS

Xeon V3x Eight Core

2.4 Ghz RAM - 128 GB

1 TB X 5 HDD 10KRPM SAS,

Raid Controller , DUAL POWER

SUPPLY , FC/ISCSI /HBA CARD

2

Intel Xeon

Server with

OS And

Virtualization

Xeon V3x Eight

Core(Virtualization with

VMware)

2.4 Ghz RAM - 128 GB

600 GB X 6 HDD 10K RPM

SAS,

Raid Controller , DUAL POWER

SUPPLY , FC/ISCSI /HBA CARD

2.

1

Xeon V3x Eight

Core(Virtualization with

VMware)

2.4 Ghz RAM - 128 GB

600 GB X 12 HDD 10K RPM

SAS,

Raid Controller , DUAL POWER

SUPPLY , FC/ISCSI /HBA CARD

3.

SAN Storage SAN STORAGE

DUAL CONTROLLER

(FC/ISCSI) WITH 5TB Usable

after Raid 5 And one Hot spare

10krpm SAS DISK

4. 16 port Gigabyte Ethernet layer 2 switch

5.

RACK 42U Rack with 8 port

KVM, 18.5" TFT, USB

Keyboard,

6. ISCSI Chaise 10 Gig Switch for

connecting storage

7. Configuration & Implementation Price

8. Support Price for 3 Years

9. Total Price (Rs.)

Page 77: General Manager (IT ) IFCI Limited

Page 77 of 96

Annexure VIII-Technical Compliance Acceptance Criteria

Technical Requirement for Servers

Item Specifications Compliance

(Y/N) Remarks

Chassis 1 U Rack Mountable

CPU 1 numbers of latest generation Intel 8 Core E5-

26xxV3 processor

Motherboard Intel® C6XX Series Chipset

Memory Memory 1333Mhz Registered ECC DIMMs

Memory

Protection

Advanced ECC with multi-bit error protection and

memory online spare mode

HDD Bays

Up to 10 SFF, HDD/SSD. The drive carrier should

have intuitive icon based display along with "DO NOT REMOVE" caution indicator that gets activated

automatically in order to avoid data loss/downtime due to wrong drive removal.

Hard disk

drive NL SAS/SATA

Optical Drive DBV-ROM

Controller Integrated Hardware RAID Controller and should support Raid 0,1,5 and have 512 MB BBWC or Flash

Cache

Redundant Cooling Fans

Should have hot-swaps redundant cooling fans , Fans

should be automatic adjust speed on the temperature

inside the server Chassis.

Cluster

Support Should Support High Availability Clustering

Item Specifications Compliance (Y/N)

Remarks

Failure Alert Mechanism

The server should be able to alert impending failures

on maximum number of components - Processor , Memory, PCIe Slots, VRMs, power Supplies, Fans ,

Hard Disk Drives

Page 78: General Manager (IT ) IFCI Limited

Page 78 of 96

Networking features

Server should support networking cards with below

features: 1. 1Gb 4-port network adaptor supporting advanced

features such as Large Send offload capability, TCP

checksum and segmentation, VLAN tagging, MSI-X, Jumbo frames, IEEE 1588, and virtualization features

such as VMware NetQueue and Microsoft VMQ. 2. 10Gb 2-port Ethernet adaptor supporting

enterprise class features such as VLAN tagging, adaptive interrupt coalescing, MSI-X, NIC teaming

(bonding), Receive Side Scaling (RSS), jumbo frames,

PXE boot and virtualization features such as VMware Net Queue and Microsoft VMQ.

3. 10 Gb 2-ports Adapter providing Ethernet and iSCSI or Fiber Channel Over Ethernet (FCoE)

connectivity using Converged Enhanced Ethernet

(CEE) standards. This adaptor should support Hardware acceleration and offloads for stateless

TCP/IP, TCP Offload Engine (TOE), Fiber Channel over Ethernet (FCoE), Jumbo frames and iSCSI.

4. 10Gb 2-port provide up to 40Gb bi-directional bandwidth, Converges FCoE or RoCE with LAN traffic

on a single 10 GbE wire, Tunnel Offload support for

VXLAN and NVGRE, RDMA over Converged Ethernet (RoCE)

Bus Slots 2 PCI-Express 3.0 slots

Graphics Must support Graphic

Industry Standard

Compliance

ACPI 2.0b Compliant PCIe 3.0 Compliant

PXE Support

WOL Support Microsoft® Logo certifications

USB 3.0 Support Energy Star

ASHRAE A3/A4

Embedded system

management

Should support monitoring ongoing management, service alerting, reporting and remote management

with embedded Gigabit out of band management port Server should support configuring and booting

securely with industry standard Unified Extensible

Firmware System should support embedded remote support to

transmit hardware events directly to OEM or an authorized partner for automated phone home

support

Page 79: General Manager (IT ) IFCI Limited

Page 79 of 96

Item Specifications Compliance

(Y/N) Remarks

Security

Power-on password Serial interface control

Administrator's password UEFI

Should support up to 12 customizable user accounts on out of band management port and SSL encryption

Should also supports directory services integration

TPM 1.2

Operating

Systems and Virtualization

Software Support

Microsoft Windows Server

Canonical Ubuntu Red Hat Enterprise Linux (RHEL)

SUSE Linux Enterprise Server (SLES)

Oracle Solaris VMware

Citrix XenServer

Provisioning

Essential tools, drivers, agents to setup, deploy and maintain the server should be embedded inside the

server. There should be a built -in Update manager that can update firmware of system by connecting

online.

Remote

Management

1. System remote management should support browser based graphical remote console along with

Virtual Power button, remote boot using USB/CD/DVD Drive. It should be capable of offering upgrade of

software and patches from a remote client using

Media/image/folder; It should support server power capping and historical reporting and should have

support for multifactor authentication. 2. Server should have dedicated 1Gbps remote

management port. Remote management port should

have 4GB NAND flash with 1GB available for user access. NAND flash should be used for keeping

system logs and downloading firmware from HP website or internal repository.

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

4. The server should support monitoring and

recording changes in the server hardware and system configuration. It assists in diagnosing problems and

delivering rapid resolution when system failures occur.

Page 80: General Manager (IT ) IFCI Limited

Page 80 of 96

Item Specifications Compliance

(Y/N) Remarks

Server Management

The Systems Management software should provide

Role-based security

Should help provide proactive notification of actual or impending component failure alerts on critical

components like CPU, Memory and HDD. Should

support automatic event handling that allows configuring policies to notify failures via e-mail,

pager, or SMS gateway or automatic execution of scripts.

Should provide an online portal that can be accessible

from anywhere. The portal should provide one stop, online access to the product, support information and

provide information to track warranties, support contracts and status. The Portal should also provide a

Personalized dashboard to monitor device heath,

hardware events, and contract and warranty status. Should provide a visual status of individual devices

and device groups. The Portal should be accessible on premise (at customer location - console based) or off

premise (using internet).

Should support scheduled execution of OS commands, batch files, scripts, and command line

apps on remote nodes

Should be able to perform comprehensive system data collection and enable users to quickly produce

detailed inventory reports for managed devices. Should support the reports to be saved in HTML, CSV

or XML format.

Should help to proactively identify out-of-date BIOS, drivers, and Server Management agents and enable

the remote update of system software/firmware components.

Interface USB 3.0 And above , Serial port

Delivery

All necessary tools & tackle licenses , cables ,

connectors for Ethernet ports /Fiber/usb/Power etc.,

required for making the system operational must be provided by the bidder

Warranty 3 years Comprehensive Warranty

Rails

Must be supported with Cable management arms and

rails to rack mount the servers

Note

The Vendor has to give the Part no, of every component which will be cross verified with OEM . A

declaration of the same from OEM must be attached within. .

Page 81: General Manager (IT ) IFCI Limited

Page 81 of 96

Technical Requirement for Storage

Item Specifications Compliance

(Y/N) Remarks

Operating

System & Clustering

Support

The storage array should support industry-leading Operating

System platforms including: Windows Server 2008, Windows 2012, HP-UX, VMware, Linux, Solaris etc.

2. Offered Storage Shall support all above operating systems

in Clustering.

Capacity & Scalability

1. The Storage Array shall be offered with 5.4TB raw capacity on SAS using 900GB 10K RPM and 9TB Raw

capacity using 1T NL SAS 7.2K RPM disks.

2. For effective power saving, Storage subsystem shall be

supplied with 2.5" Small form factor SFF drives however storage subsystem shall also support LFF drives with the

addition of required disk enclosures.

3. Storage shall be scalable to minimum of 180 numbers of

drives or greater than 160TB using 900GB SFF SAS drives.

Front-end

Ports

1. Offered Storage system shall be supplied with minimum of

Dual 16Gbps FC ports and Dual 10Gbps ISCSI ports per

controller.

2. Offered storage shall have flexibility to use all above ports either as FC or ISCSI by replacing the requisite SFP. Vendors

shall provide the additional SFP accordingly. In case, vendor doesn‟t support this feature, then every controller shall be

populated upfront with 4 x 16Gbps FC ports and 4 x 10Gbps

ISCSI ports.

Back-end Offered Storage subsystem back-end engine shall be running

on latest SAS (6Gbps) loop speed.

Architecture The storage array should support dual, redundant, hot-

pluggable, active-active array controllers for high

performance and reliability

No Single

point of Failure

Offered Storage Array shall be configurable in a No Single

Point of configuration including Array Controller card, Cache memory, FAN, Power supply etc.

Disk Drive

Support

1. For SFF drives, Offered Storage Array shall support

minimum 300/450/600/900/1200 GB hot-pluggable Enterprise SFF SAS hard drives, 200/400/800GB SSD along

with SAS MDL 1TB drives.

2. For LFF drives, offered Storage Array shall support

minimum of 1/2/3/4TB SAS MDL drives.

3. For green datacenter initiative, Storage subsystem disks shall support Spin down feature for drives whenever not in

use.

4. Offered storage array shall also have support for self-

encrypted SAS and SAS MDL drives.

Page 82: General Manager (IT ) IFCI Limited

Page 82 of 96

Item Specifications Compliance

(Y/N) Remarks

Cache 1. Offered Storage Array shall be given with Minimum of 4GB

cache per controller in a single unit after removing the

operating system overhead.

2. Cache shall be backed up in case of power failure for indefinite time either using batteries or capacitors or any

other equivalent technology.

Raid Support

Offered Storage Subsystem shall support Raid 0, 1 , 1+0 , 3, 5, 5+0 and Raid 6 with Dual Parity Protection

Point in time and

clone copy

1. Offered Storage array shall be configured with array based Snapshot and clone functionality and shall be configured for

minimum of 64 snapshot licenses.

2. Offered Storage array shall support at-least 512 point in

time copies (Snapshots).

Replication Offered storage subsystem shall support storage based

replication to DR location.

Global and dedicated

Hot Spare

1. Offered Storage Array shall support Global hot Spare for offered Disk drives.

2. At least 2 Global hot spare drive shall be configured for every 30 drives.

3. Storage subsystem shall also have the flexibility to assign

dedicated spare for raid sets.

1. Storage Subsystem shall support minimum of 512 Logical Units. Storage Array shall also support creation of more than

40TB volume at controller level.

2. Offered storage array shall have in-built performance

monitoring engine.

Load

Balancing & Muti-path

1. Multi-path and load balancing software shall be provided,

if vendor does not support MPIO functionality of Operating system.

Page 83: General Manager (IT ) IFCI Limited

Page 83 of 96

Technical Requirement for Wireless Access Point

Specifications Compliance (Y/N)

Remarks

Interfaces

Network: 2 x 10/100/1000Base-T Ethernet (RJ45), auto-

sensing,MDI/MDX , POE+

Power: 1 x DC power connector or support Power Injector

support IEEE 802.3af and IEEE 802.3at

Console - 1 x RJ45 console interface , USB

Antenna - 2.4GHz (600Mbps max) and 5GHz (1.3Gbps max) radios,

each with 3x3 MIMO and three integrated omnidirectional down tilt

antennas.

Operating mode

Multiservice concurrent 802.11a/n or b/g/n/c WLAN

Backward compatible with 802.11a/b/g and mixed mode 11a/b/g/n/c

deployments

Radios

Multifunctional dual radio capable of supporting 2.4 GHz and 5 GHz

operation

2.4GHz (600Mbps max) and 5GHz (1.3Gbps max) radios, each with

3x3 MIMO and three integrated omnidirectional down tilt antennas.

Wireless radio specifications

Supported frequency bands (country specific restrictions apply):

2.400 to 2.4835 GHz

5.150 to 5.250 GHz, 5.250 to 5.350 GHz, 5.470 to 5.725GHz,

5.725 to 5.850 GHz with dynamic frequency selection (DFS) capability

Available channels: dependent upon configured regulatory domain

Transmit power: Configurable in increments of 0.5 dBm

2.4GHz: Up to 23 dBm (limited by local regulatory requirement)

5 GHz: up to 23 dBm (limited by local regulatory requirement)

Supported radio technologies:

802.11b: Direct-sequence spread-spectrum

802.11a/g/n/ac: Orthogonal frequency-division multiplexing

802.11n/ac: 3x3 MIMO with up to three spatial streams

Supported modulation types

802.11b: BPSK, QPSK, CCK

802.11a/g/n: BPSK, QPSK, 16-QAM, 64-QAM

802.11ac: BPSK, QPSK, 16-QAM, 64-QAM, 256-QAM

Page 84: General Manager (IT ) IFCI Limited

Page 84 of 96

Specifications Compliance (Y/N)

Remarks

Association rates (Mbps):

802.11b: 1, 2, 5.5, 11

802.11a/g: 6, 9, 12, 18, 24, 36, 48, 54

802.11n: 6.5 to 450 (MCS0 to MCS15)

802.11ac: 6.5 to 1,300 (MCS0 to MCS9, NSS = 1 to 3)

RF management

Automatic transmit power and channel management control with auto

coverage hole correction via Adaptive Radio Management

Maximum ratio combining

Virtual Controller capability for minimum 25 Aps

MACSec encryption and 802.3az EEE on Ethernet ports

Power options

48V DC 802.3af POE

External AC power providing 12 V DC to AP (adapter sold separately)

Maximum power consumption: 12.5 watts

Mounting

Wall Mount

Ceiling

Certifications/Regulatory - WiFi certified 802.11a/b/g/n

FCC

Page 85: General Manager (IT ) IFCI Limited

Page 85 of 96

Technical Requirement for Wireless Management and Monitoring

Wireless Management and Monitoring Compliance (Y/N) Remarks

Provides a single view of all wireless devices on your network

for asset tracking that improves utilization and capacity

planning

Seamless integration for auto-discovery and advanced

diagnostics, Shows Wiring Closets for view of network

Provides basic monitoring of any device that is associated with

the network

Mobile Device Management offers advanced monitoring,

configuration management, and remote control for Windows-

based devices

Scalable architecture to support thousands of devices

Root cause analysis & event correlation

Maps upstream relationships between APs, controllers, and

switches

Correlates upstream problems with downstream events such as

down APs

Configuration policies defined using a web-based interface or

by importing a “known good” configuration from an existing

device shows coverage for voice handsets, including a radio

count heat map

Displays edge switches and wiring closets for a full view of

Network Edge

“Locate now” button recalculates client locations so you can

properly diagnose clients

Includes a Location Report, which can be used to tune

environment to improve location accuracy beyond

Rogue AP containment and IDS events

Manual or automated rogue AP containment with Dell

Disables switch ports with rogue APs attached

Manages events from a single, centralized console

Page 86: General Manager (IT ) IFCI Limited

Page 86 of 96

Wireless Management and Monitoring Compliance (Y/N) Remarks

Easier access to actionable information

Creates customized views for specific roles

Each user can customize columns displayed in any Airwave

Wireless Management Suite table view (show/hide, set column

order)

Location information included in all lists

Let‟s users create and save custom reports

Exports any list to CSV file

Users can use any of your report components to build a

Personalized dashboard on your home page

Enhanced XML API provides for a cost-effective way to utilize

Multi-vendor, and multi-architecture, support

Even in multi-vendor networks and mixed architectures with

multiple generations of products, a single view to monitor and

manage entire network is needed

Root cause analysis & event correlation

Maps upstream relationships between APs, controllers, and

switches

Page 87: General Manager (IT ) IFCI Limited

Page 87 of 96

Technical Requirement for Power Injector for IEEE 802.11ac Aps

Power Injector for IEEE 802.11ac Aps Compliance (Y/N) Remarks

The Power Injector should support IEEE 802.3af and IEEE

802.3at

Power over Ethernet (PoE): 48V DC (nominal) 802.3af or

802.3at-compliant source

Instructions for filling up Compliance Matrix for Technical Requirement

The Technical compliance sheet provides a detailed list of identified requirements and

specifications. The bidder should indicate against the requirement in the compliance column the

following codes (as detailed in the following Table 1 – Degree of Compliance) to indicate the

extent to which their proposals comply with the requirements. Bidder should also fill the details

of proposed hardware and provide the necessary information.

Table 1: Degree of compliance

Response Code

Code Description

Y Proposed product complies with the specification mentioned

N Proposed product does not comply with the specification mentioned

General Guidelines for filling Compliance Matrix

1. Any compliance response other than “Y” will be deemed to have been answered with “N” response. 2. Reference to detailed explanations should be specified with the document number, the

particular section and the page number of the response document.

The offered product within the scope of this RFP may have some features not contained in the

above matrices. Bidder may provide these details separately. These will not be part of above

evaluation criteria.

Page 88: General Manager (IT ) IFCI Limited

Page 88 of 96

Annexure IX – Manufacture’s Authorization Format

To

General Manager (IT)

IFCI Limited ,

IFCI Tower,61 Nehru Place,

New Delhi – 110019.

Dear Ma‟am/Sir,

We _______________ (OEM Name and address) confirm that the following company is a reseller of (OEM NAME)_______ products:

We hereby extend our full warranty as per General Terms & Conditions of RFP for the goods

offered for supply against this invitation for bid by the above firm.

NAME OF COMPANY

ADDRESS OF COMPANY

TELEPHONE NUMBER

FAX NUMBER

The abovementioned company will be purchasing (OEM Name) products from (OEM NAME) authorized distributor in India, which is able to purchase products for resale from us. All applicable (OEM Name) product warranties for all products supplied by the abovementioned company will be extended to you, in accordance with (OEM Name) policies.

Yours faithfully,

Dated:

Place:

Sd./-Seal

Note: This letter of authority should be on the letterhead/certificate form issued by the

“Original Equipment Manufacturer “(OEM) only on its letterhead.

Page 89: General Manager (IT ) IFCI Limited

Page 89 of 96

Annexure X - Letter authorizing representing executive(s)

Shri/Km./Smt. ________________________________________son/daughter/wife of Shri

______________________________________________________

Proprietor/Partner/Director/Authorized signatory/Representative of M/s

______________________________

________________________________________________________________ (Name and

Address of Bidder). (Registration No. ______________________) whose specimen Signatures

are given below is hereby authorized to attend the Bid Opening/Opening of Techno-

commercial/Opening of Financial Bid. She/he is also competent to accept and sign any

document in connection with tender regarding “Selection of SI for Data Center Upgrade Set

up Disaster recovery Site, Near DR Site And Implementation of Network Security”

On our behalf. We undertake to abide by any acceptance given by him under his signature.

1.______________________ 2.________________________ 3.______________________

(Specimen Signatures of Authorized Representative)

Name and Address of Authorized Representative ___________________________________

Date:

Signature of Authorized Person

Full Name:

Place: Address:

Seal

Page 90: General Manager (IT ) IFCI Limited

Page 90 of 96

Annexure XI- Bidder’s General Information

Sr. No

Information Required Bidder’s response

1. Name of Bidder

2. Year of starting operations

3. Constitution of Bidder, i.e., Limited Company, Private Limited Company etc.

4. Bidders registered address

5. Bidders corporate address

6. Address(es) of partner(s), if applicable

7. Name(s) of the authorized executive(s)

8. E-mail/Phone/Fax nos. details of authorized representative(s)

9

Net Profit (Rs. In crores) During FY 2011-12 During FY 2012-13 During FY 2013-14

10. Total Turnover (Rs. In crores) During FY 2011-12 During FY 2012-13 During FY 2013-14

11. No. of support centers with their addresses

12. Experience in Implementation of Data Center Infrastructure / Network Support / DR drill‟s Network Management System (NMS).

Signature

Seal of Bidder

Note : PO and relevant certificate details must be attached to support each of the above

Reponses.

Page 91: General Manager (IT ) IFCI Limited

Page 91 of 96

Annexure XII - Technical Bidder Scoring

Sno Bidder Credentials Max.

Marks

Marks

Awarded

1. Should be a Govt. Company / Public Sector Undertaking /Private Sector Enterprises

/ Partnership firm or a limited company incorporated in India having existence in

India for the last 5 years. a. > 7 Years (10 Marks)

b. > 5 years and ≤ 7 years (8 Marks)

c. > 3 Years and ≤ 5 years (6 Marks)

10

2 Should have a minimum annual turnover of Rs.3 crore in each of the last three

financial years and should be in profit during the same period.

10

3. The Bidder should have been involved in Supply, Installation, and Configuration &

Maintenance of Data Center / Network Management System (Software, Hardware,

security) providing related services for the last 5 years.

a. > 7 Years (20 Marks)

b. > 5 years and ≤ 7 years (15 Marks)

c. > 3 Years and ≤ 5 years (10 Marks)

20

4 The project /activity supported of the SI should be Installed/Operational/

supported in at least two Public Sector Undertaking organizations in the last 5

years.

a. > 5 Installations (20 Marks)

b. > 3 Installations and ≤ 5 (15 Marks)

c. > 2 Installations and ≤ 3 (10 Marks)

20

5 Bidder as an authorized agent must have Professional experience in “Design,

Configuration/Customization, Implementation & Supporting of Enterprise Wide

NMS (Network Management System) Project, Infrastructure Support, Data Center

Support in India of equal repute in the last 5 years with satisfactorily operations

a. DC Design & Support, NMS implementation, DR Setup (200 Marks)

b. DC Design & Support & NMS (15 Marks)

c. Only NMS (10 Marks)

20

7 The Bidder should have OEM certified professionals on the offered solution for

supporting the same and should furnish necessary documentary proof and

certification details,

a. > 5 Certified Officials (10 Marks)

b. > 3 Certified Officials and ≤ 5 (8 Marks)

c. > 2 Certified Officials and ≤ 3 (6 Marks)

10

8. Quality of Service (Customer Feedback / at least 2 Client of the vendor)

Please provide details of relevant customers for the last two years with

their contact details and performance certificate issued from the customer if

any

10

Note : Minimum Technical score is 60 . Any bidder who scores less 60 will not be considered for commercial

evaluation.

Page 92: General Manager (IT ) IFCI Limited

Page 92 of 96

Annexure XIII – Escalation Matrix

(Starting from the person authorized to make commitments to IFCI till the person in rank of

CEO / VP)

Name Organization Designation Mobile

Phone Email

address

Page 93: General Manager (IT ) IFCI Limited

Page 93 of 96

Annexure XIV– Terms and Conditions Compliance Table

Note: Bid proposals not conforming to all terms (as per RFP terms & conditions) mentioned below, will not be taken for further evaluation and may be treated that bid proposal as Technically non-responsive. IFCI will not entertain any correspondence in this regard.

We confirm compliance of all the above terms and conditions and also other conditions of RFP, except for the deviations mentioned above.

Note: • IFCI reserves the right to accept or reject deviations, if any. • Major deviations may lead to rejection of technical bid.

Signature of the Bidder with designation /Stamp

S.No. Description Submitted Yes/No

Page No. of Bid Document

Deviations, if any

Table I – Eligibility Criteria

S.No. Description Complied Yes/No Page No. of Bid Document

Deviations if any

Table II – Terms And Conditions

Page 94: General Manager (IT ) IFCI Limited

Page 94 of 96

Annexure XV– Non Disclosure Agreement

NON-DISCLOSURE

AGREEMENT

WHEREAS, we, __________________________________________ , having Registered Office

at_ , hereinafter referred to as the COMPANY, are agreeable to offering Project

Implementation/ Warranty Support

to IFCI, having its Head Office at Delhi

WHEREAS, the COMPANY understands that the information regarding storage solution. Provided by

IFCI in their Request for Proposal is confidential and/or proprietary to IFCI and

WHEREAS, the COMPANY understands that in the course of submission of the offer for the said

Management Solution and/or in the aftermath thereof, it may be necessary that the COMPANY may

perform certain jobs/duties on IFCI's properties and/or have access to certain plans, documents,

approvals or information of IFCI; NOW THEREFORE, in consideration of the foregoing, the COMPANY

agrees to all of the following conditions, in order to induce IFCI to grant the COMPANY specific access to

IFCI's property/information

The COMPANY will not publish or disclose to others, nor, use in any services that the COMPANY performs

for others, any confidential or proprietary information belonging to IFCI, unless the COMPANY has first

obtained IFCI's written Authorization to do so.

The COMPANY agrees that notes, specifications, designs, memoranda and other data shared by IFCI or

prepared or produced by the COMPANY for the purpose of submitting the offer to IFCI for the said

Management Solution, will not be disclosed to during or subsequent to submission of the offer to IFCI, to

anyone outside IFCI.

The COMPANY shall not, without IFCI's written consent, disclose the contents of this Request for Proposal

(Bid) or any provision thereof, or any specification, plan, pattern, sample or information (to be) furnished

by or on behalf of IFCI in connection therewith, to any person(s) other than those employed/engaged by

the COMPANY for the purpose of submitting the offer to IFCI and/or for the performance of the Contract

in the aftermath. Disclosure to any employed/engaged person(s) shall be made in confidence and shall

extend only so far as necessary for the purposes of such performance.

Authorized Signatory Name:

Designation:

Company Stamp:

Place & Date

Page 95: General Manager (IT ) IFCI Limited

Page 95 of 96

Annexure XVI– Tender Related Terminology

Definitions

Throughout this RFP document, unless inconsistent with the subject matter or context:

1. Bidder/Prime Bidder/Vendor/System Integrator/recipient – A firm submitting bid in response

to this RF

2. Company/Purchaser/IFCI - Reference to “the Company” and “Company” and Purchaser

shall be determined in context and may mean without limitation “IFCI Ltd”

2. Proposal/Bid – the Bidder‟s/consortiums written reply or submissions in response to this

RFP

3. Solution/Services/Work/System – “Solution” or “Services” or “Work” or “System

“means all services, scope of work and deliverables to be provided by a Bidder as described

in the RFP document and include services ancillary to the supply of the Systems, such as

transportation and insurance, and any other incidental services, such as installation,

commissioning, provision of technical assistance and other obligation of the Supplier

covered under the Tender

Supplier/Contractor: Selected Bidder/System Integrator under this RFP.

“Contract” means the Agreement entered into between the supplier along with the OEM

and the Company including all attachments and annexure thereto, the Tender document,

proposal and all annexure thereto and the agreed terms as set out in the bid, all documents

incorporated by reference therein and amendments and modifications to the above from

time to time.

4. “Commissioning of System”: The system shall be deemed to have been commissioned

when all the activities defined under the Scope of work, for commissioning of system, have

been successfully executed and completed and a certificate from the Company is obtained

by the System Integrator. The date of commissioning of system will be the one stated in the

Certificate from the Company.

5. “Acceptance of System”: The system shall be deemed to have been accepted by the

Company, subsequent to its commissioning, when all the activities as defined in the scope

of work related to the acceptance of system have been successfully executed and

completed and a certificate from the Company is obtained by the System Integrator. The

date of acceptance of system will be the one stated in the Certificate from the Company.

The entire System deployed should function continuously without any problem for 60 days

as a pre-requisite for the Acceptance Certificate as required.

Page 96: General Manager (IT ) IFCI Limited

Page 96 of 96

Delivery Of System – shall be deemed to have completed when the delivery of all the goods

/items under the proposed bill of materials has reached the respective designated site in good

condition for installation.