ifci ltd. ifci tower, 61, nehru place new delhi -110019 ... › upload › notices ›...

28
IFCI Ltd. IFCI Tower, 61, Nehru Place New Delhi -110019 Corrigendum No. 001 RFP Selection of a System Integrator (SI) For Data Center Upgrade, Set up Disaster recovery Site, Near DR Site And Implementation of Network Security. This Corrigendum should be read in continuation of and in conjunction with the Tender Reference Number: DC/IT/14-15-4752 dated 29/01/2015 for Selection of a System Integrator (SI). Based on the queries received from vendors and discussions held in the pre-bid meeting on 11/02/2015, undernoted modifications/clarifications are being issued for compliance by all concerned:- RFP Ref. No. Original Text (Instead Of ) Revised Text (Is to be Read As) Minimum Eligibility Criteria Page: 14 Point: 11 Bidder (prime) and all consortium partners must have ISO 9001:2000 certification or OEM Should be having valid ISO 9000 & 14000; 270001;20000 Either the Bidder (prime) or all other consortium partners must have ISO 9001:2000 certification or OEM Should be having valid ISO 9000 & 14000; 270001;20000;CMMi Level 3 Minimum Eligibility Criteria Page: 14 Point: 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. The bidder (prime) should have commissioned and installed/maintained at least one Data center project that meets all the below mentioned requirements during the last Seven (7) years: An Order Value of not less than Rs.3 crore. Minimum Eligibility Criteria Page: 14 Point: 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. The DC/DR / Near DR Site Solution must be running successfully in at least 1 PSU’s/public sector banks/Financial Institutions in India and running successfully for the past five year of which 1 should have order value not less than 3 crore. Minimum Eligibility Criteria Page: 14 Point: 17 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 have involved in Supply, Installation, and Configuration & Maintenance of any of the DC/DR/Near DR site and Network Management System (Software and Hardware) providing related services for the last 1 year. Minimum Eligibility Criteria Page: 14 Point: 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 may have Professional experience in "Design, Configuration/Customization, Implementation & Supporting of Enterprise Wide NMS (Network Management System) Project" in at least One PSU/public sector bank/Financial Institution located in India of equal repute in the last 5 years with satisfactorily operations.

Upload: others

Post on 05-Jul-2020

7 views

Category:

Documents


0 download

TRANSCRIPT

IFCI Ltd. IFCI Tower, 61, Nehru Place

New Delhi -110019

Corrigendum No. 001 RFP Selection of a System Integrator (SI) For Data Center Upgrade, Set up Disaster recovery Site, Near DR Site And Implementation of Network Security.

This Corrigendum should be read in continuation of and in conjunction with the Tender Reference Number: DC/IT/14-15-4752 dated 29/01/2015 for Selection of a System Integrator (SI). Based on the queries received from vendors and discussions held in the pre-bid meeting on 11/02/2015, undernoted modifications/clarifications are being issued for compliance by all concerned:-

RFP Ref. No. Original Text (Instead Of ) Revised Text (Is to be Read As)

Minimum Eligibility Criteria Page: 14 Point: 11

Bidder (prime) and all consortium partners must have ISO 9001:2000 certification or OEM Should be having valid ISO 9000 & 14000; 270001;20000

Either the Bidder (prime) or all other consortium partners must have ISO 9001:2000 certification or OEM Should be having valid ISO 9000 & 14000; 270001;20000;CMMi Level 3

Minimum Eligibility Criteria Page: 14 Point: 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.

The bidder (prime) should have commissioned and installed/maintained at least one Data center project that meets all the below mentioned requirements during the last Seven (7) years: An Order Value of not less than Rs.3 crore.

Minimum Eligibility Criteria Page: 14 Point: 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.

The DC/DR / Near DR Site Solution must be running successfully in at least 1 PSU’s/public sector banks/Financial Institutions in India and running successfully for the past five year of which 1 should have order value not less than 3 crore.

Minimum Eligibility Criteria Page: 14 Point: 17

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 have involved in Supply, Installation, and Configuration & Maintenance of any of the DC/DR/Near DR site and Network Management System (Software and Hardware) providing related services for the last 1 year.

Minimum Eligibility Criteria Page: 14 Point: 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 may have Professional experience in "Design, Configuration/Customization, Implementation & Supporting of Enterprise Wide NMS (Network Management System) Project" in at least One PSU/public sector bank/Financial Institution located in India of equal repute in the last 5 years with satisfactorily operations.

S/No

RFP page No. RFP Reference No. RFP Sentence/ Clause Concise Query Response

1

17

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

Service provider should provide the technical solution design document of DR including DR switchover and switchback process.

Do we need to make any changes to WAN routers for this switchover/switchback process? If yes then please provide us router model number? If not then what support from SI network team will be needed for this process?

SI needs to make an Assessment

2

18

Section III – Implementation of Network Security

Up-gradation of existing wireless access points

Do we need to replace the AP or integrate these AP with newly proposed controller?

Network / HW Device details are being shared , SI to make an Assessment .

3

18

Segregation of LAN topology into VLANS for implementation of security policies and access restrictions.

Believe that, we need to segregate it in L3 device (router/switch) Please share existing BoM for this requirement.

4 18 Network Dressing Please give details of the same

5

21

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.

Kindly share existing network BoM so that bidder can factor necessary skill set

6

21

NMS should have support for SNMPv3 & IPv6, including dual-stack IPv4 & IPv6 to provide flexibility in protocol strategy and implementation.

Do we have any device with IPv6 configuration

7

Do we need to configure IPv6 for wireless domain also

NO

IFCI Ltd. IFCI Tower, 61, Nehru Place

New Delhi -110019

S.No. RFP page No.

RFP Reference No. RFP Sentence/ Clause Concise Query Response

8

21

Section III - Installation and Configuration of Network Monitoring Software

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.

How many devices NMS should support? Does NMS need to be included into IPv6 domain?

Network / HW Device details are being shared , SI to make an Assessment .

9

76

Ann VII- Hardware Requirement for DC Upgrade and Setup of DR and Near DR Site

16 port Gigabyte Ethernet layer 2 switch

Please share Specification for this switch

SI May propose the reputed brand with latest technology

10 Where will this connect to? Establish connectivity between servers

11 uplink and downlink port i.e. copper or fiber

copper

12 Throughput required?

S.No. RFP page No.

RFP Reference No. RFP Sentence/ Clause Concise Query Response

13

35

Bid prices 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.

Request to consider below: Prices shall be subject to any upward or downward variation in taxes. Any increase or decrease in the rates of the applicable taxes or any new levy on account of changes in law shall be to the account of Customer.( on page 47 of rfp- "Tax ruling at the time of delivery of material and the resultant billing will be paid at actual",pls seek clarity from customer) Exchange rate fluctuations also will have an impact on the prices. any change in the base exchange rate by +/-2% will result in revision of the prices

No Change

14

36

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.

1. We request to restrict the requirements to +/-10% maximum of the quantity quoted as per RFP.2. We agree to provide the increased quantity at the same terms and conditions. However additional prices shall be charged for the goods supplied over the contracted quantity.

1. Likelihood to be very minimal Point 2 only accepted

15

36

Cancellation of 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.

We request that we should be given 30 days written notice to cure the default failing which may attract termination. In the event of termination Customer shall pay SI for goods delivered and services rendered till the date of termination.

The same is covered under - Delay in Vendor performance - Page # 52

IFCI Ltd. IFCI Tower, 61, Nehru Place

New Delhi -110019

S.No. RFP page No.

RFP Reference No. RFP Sentence/ Clause Concise Query Response

16

48

Payment terms 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.

Request updation of clause to below: 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 30 (thirty) days after receipt of the final Deliverable unless IFCI, within such 30 (thirty) day period, gives written notice to the System Integrator specifying in detail, the deficiencies in the Services.

No change

17

55

Liquidated Damages 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.

Request updation of clause to beIow: 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 0.5% 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 5% of the delivered price of the delayed Goods or unperformed Services overall contract value. Once the maximum is reached, IFCI may consider termination of the contract.

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, at a per week basis or part thereof; and the maximum deduction is 10% of the delivered price of the delayed Goods or unperformed Services Once the maximum is reached, IFCI may consider termination of the contract as well.

18

56

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.

Request SLA penalties should be maximum capped to 5% of the support price

No Change

19

59

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.

Request to update clause and pay SI for goods and services delivered/ rendered till the date of termination

The same is covered under - Delay in Vendor performance - Page # 52

IFCI Ltd. IFCI Tower, 61, Nehru Place

New Delhi -110019

S.No. RFP page No.

RFP Reference No. RFP Sentence/ Clause Concise Query Response

20

SNR Clause not present in RFP, Request inclusion of said clause

Customer hereby agrees to make the site ready as per the agreed specifications, within the agreed timelines. Customer agrees that SI shall not be in any manner be liable for any delay arising out of Customer's failure to make the site ready within the stipulated period, including but not limited to levy of liquidated damages for any delay in performance of Services under the terms of this Agreement.

Customer hereby agrees to make the site ready as per the agreed specifications, within the agreed timelines. Customer agrees that SI shall not be in any manner liable for any delay arising out of Customer’s failure to make the site ready within the stipulated period, such a delay shall extend the customer not holding the SI liable for any levy of liquidated damages for any delay in performance of Services, on the part of the SI under the terms of this Agreement.

21

ERV Clause not present in RFP, Request inclusion of said clause

“It is agreed that the price quoted is arrived at based on the exchange rate of 1 USD = INR ___ (“Base Exchange Rate”). In the event the Base Exchange Rate either increases or decreases by percentage points greater than two per cent [2%], the prices shall be charged as per the then current exchange rate.”

No change

22

Risk and Title

Clause not present in RFP, Request inclusion of said clause

The risk, title and ownership of the products shall be transferred to the customer upon delivery of such products to the customer

Accepted

IFCI Ltd. IFCI Tower, 61, Nehru Place

New Delhi -110019

S.No. RFP page No.

RFP Reference No. RFP Sentence/ Clause Concise Query Response

23

Non Hire Clause Clause not present in RFP, Request inclusion of said clause

Customer acknowledges that personnel to be provided by SI represent a significant investment in recruitment and training, the loss of which would be detrimental to SI’s business. In consideration of the foregoing, Customer agrees that for the term of this Agreement and for a period of one year thereafter, Customer will not directly or indirectly, recruit, hire, employ, engage, or discuss employment with any SI employee, or induce any such individual to leave the employ of SI. For purposes of this clause, a SI employee means any employee or person who has who has been involved in providing services under this Agreement.

Customer acknowledges that personnel to be provided by SI represent a significant investment in recruitment and training, the loss of which would be detrimental to SI’s business. In consideration of the foregoing, Customer agrees that for the term of this Agreement and for a period of one year thereafter, Customer will not directly or indirectly, recruit, hire, employ, engage, or discuss employment with any SI employee, or induce any such individual to leave the employment of SI. For purposes of this clause, a SI employee means any employee or person who is on the payroll

of SI and has been involved in providing services under this Agreement

24 Clause to be added

Limitation of liability We request to add the limitation of liability clause to tender and it should be capped at the total project value.

Accepted

25

Arbitration/ Dispute Resolution

Page 60 The Arbitral Tribunal shall consist of a sole arbitrator, who shall be appointed by IFCI.

We request that a sole arbitrator should be appointed by both the parties.

The Arbitral

Tribunal shall consist of a SA to be appointed with mutual consent of the parties. In case no agreement is reached the Arbitrator shall be appointed in accordance with the arbitration of the Act 1996.

IFCI Ltd. IFCI Tower, 61, Nehru Place

New Delhi -110019

NOTE: ALL Passive components not mentioned in the RFP must be factored in by the SI while quoting.

SL NO Page in RFP

Component Terms in Tender Amendment

1 68 + 77 X86 Servers SL No 1

Xeon V3x Eight Core 2.4 Ghz RAM - 128 GB 1.2 TB X 5 HDD 10KRPM SAS, Raid Controller , DUAL POWER SUPPLY , FC/ISCSI /HBA CARD

Xeon V3 x Quad Core 2.4 Ghz ,RAM – 32 GB 1.2 TB X 5 HDD 10KRPM SAS, Raid Controller , DUAL POWER SUPPLY , FC+ISCSI +HBA CARD + SAS HBA ( Dual 10G + Dual 8G FC + 4 X1GBPS + SAS HBA) Refer Annexure for Details

2 68 + 77 X86 Servers SL No2

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

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 + SAS HBA CARD ( Dual 10G + Dual 8G FC + 4 X 1GBPS + SAS HBA) Refer Annexure for Details

3 68 + 77 X86 Servers SL No 3

Xeon V3x Eight Core(Virtualization with VMware) 2.4 Ghz RAM - 128 GB 900 GB X 10 HDD 10K RPM SAS, Raid Controller , DUAL POWER SUPPLY , FC/ISCSI /HBA CARD

Xeon V3x Eight Core(Virtualization with VMware) 2.4 Ghz ,RAM - 128 GB, 900 GB X 10 HDD 10K RPM SAS, Raid Controller , DUAL POWER SUPPLY FC+ISCSI + SAS HBA CARD ( Dual 10G + Dual 8G FC + 4 1GBPS) Refer Annexure for Details

4 68 + 77 ISCSI SWICTH

10 Gig Switch for connecting storage

FC SAN SWICTH with 8 Ports Active Qty 3 Refer Annexcure for Details

5 68+77 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

SAN STORAGE equivalent in IBM/DELL/HP/etc. DUAL CONTROLLER (FC+ ISCSI) WITH 5.4 TB Usable after Raid 5 with SAS + 9 TB Useable with NL SAS one Hot spare for each DISK Type Refer Annexure for Details

6 68+ 70 + 78

Wireless Network

Each user can customize columns displayed in any Airwave

Each user can customize columns displayed in any NMS Refer Annexure for Details

7 68+ 70 + 78

Wireless Network

Manual or automated rogue AP containment with Dell

Manual or automated rogue AP containment with OEM Refer Annexure for Details

IFCI Ltd. IFCI Tower, 61, Nehru Place

New Delhi -110019

Annexures

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 V3 x Quad Core

2.4 Ghz ,RAM – 32 GB

1.2 TB X 5 HDD 10KRPM SAS,

Raid Controller , DUAL

POWER SUPPLY , FC+ISCSI

+HBA CARD + SAS HBA

( Dual 10G + Dual 8G FC + 4

X1GBPS + SAS HBA)

2

Intel Xeon

Server with

OS And

Virtualizatio

n

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 +

SAS HBA CARD

( Dual 10G + Dual 8G FC + 4 X

1GBPS + SAS HBA)

2.

1

Xeon V3x Eight

Core(Virtualization with

VMware)

2.4 Ghz ,RAM - 128 GB, 900

GB X 10 HDD 10K RPM SAS,

Raid Controller , DUAL

POWER SUPPLY FC+ISCSI +

SAS HBA CARD

( Dual 10G + Dual 8G FC + 4

1GBPS)

3.

SAN Storage SAN STORAGE equivalent in

IBM/DELL/HP/etc.

DUAL CONTROLLER (FC+

ISCSI) WITH 5.4 TB Usable

after Raid 5 with SAS + 9 TB

Useable with NL SAS one Hot

spare for each DISK Type

4. 16 port Gigabyte Ethernet layer 2 switch

5.

RACK 42U Rack with wire

manager on both sides

front & back and power

strips. 8 port KVM with

all cables, 18.5" TFT, USB

Keyboard,

6. FC SAN

SWITCH

FC SAN SWICTH with 8

Ports Active Qty 3

7. Configuration & Implementation Price

8. Support Price for 3 Years

9. Total Price (Rs.)

IFCI Ltd. IFCI Tower, 61, Nehru Place

New Delhi -110019

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 1.2 TB X 5 HDD 10KRPM SAS, Raid Controller , DUAL POWER SUPPLY , FC+ISCSI +HBA CARD + SAS HBA ( Dual 10G + Dual 8G FC + 4 X1GBPS + SAS HBA)

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 + SAS HBA CARD ( Dual 10G + Dual 8G FC + 4 X 1GBPS + SAS HBA)

2

2

2.1

Xeon V3x Eight Core(Virtualization with VMware) 2.4 Ghz ,RAM - 128 GB, 900 GB X 10 HDD 10K RPM SAS, Raid Controller , DUAL POWER SUPPLY FC+ISCSI + SAS HBA CARD ( Dual 10G + Dual 8G FC + 4 1GBPS)

2

1

1

3.

SAN Storage SAN STORAGE equivalent in IBM/DELL/HP/etc.

DUAL CONTROLLER (FC+ ISCSI) WITH 5.4 TB

Usable after Raid 5 with SAS + 9 TB Useable

with NL SAS one Hot spare for each DISK Type

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, Perforated DOOR Wire Manager on

both sides , and Dual PDU’s for all equipment’s

in supply + 4 additional.

1

1

6. FC SAN switch 8G FC 8 ports Active

3 2 1

In the Bid itself, the bidder should indicate the estimated value of the recommended /approximate Bandwidth with a suitable response time.

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 / Insurance to be inclusive for items quoted.

• Manual

IFCI Ltd. IFCI Tower, 61, Nehru Place

New Delhi -110019

Annexure VIII-Technical Compliance Acceptance Criteria

Technical Requirement for Servers

Item Specifications Compliance

(Y/N) Remarks

Chassis 1U/2U Rack Mountable

CPU 1 numbers of latest generation Intel 8 Core E5-26xxV3 processor & upgradeable to 2 CPU

Motherboard Intel® C6XX Series Chipset with 24 DIMM slots

Memory DDR4 with 2133 MT/s

Memory Protection

Advanced ECC with multi-bit error protection and memory online spare mode

HDD Bays Up to 10 SFF, HDD/SSD. of 10K / 15K

Hard disk drive SAS 10K / 15K

Optical Drive DVD-ROM Internal / External

Controller Integrated Hardware RAID Controller and should support Multiple Raids 0, 1, 10,5 & 6 and have 1 GB 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 failures on maximum number of components - Memory /power Supplies / Fans / Hard Disk Drives

Network Ports

Server should support All available Network ports Like Ethernet :1G & 10G FC : 8G & 16G CNA : 10G Minimum Required: 2X10G+2X 8g FC+ 4 X1G + SAS HBA `

Bus Slots Minimum 3 PCI-Express 3.0 slots

Industry Standard Compliance

ACPI 2.0c Compliant PCIe 3.0 Compliant PXE Support WOL Support Microsoft® Logo certifications USB 3.0 Support Energy Star

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

IFCI Ltd. IFCI Tower, 61, Nehru Place

New Delhi -110019

Item Specifications Compliance

(Y/N) Remarks

Security

Power-on password Administrator's password UEFI Should support up to 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 2008/2012 SP2, x86/x64 (x64includes Hyper-V) Microsoft Windows Server 2008/2012 R2, x64 (includes Hyper-V) Microsoft Windows HPC Server 2008 Novell SUSE Linux Enterprise Server Red Hat Enterprise Linux Optional embedded hypervisors: Citrix XenServer VMware vSphere ESXi

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. The Server should be able to integrate with the Virtualization Software and should be able to integrate with Vcentre Console

Remote Management

1. System remote management should support browser based graphical remote console along with Virtual Power button& Virtual Media. 2. Server should have dedicate remote management port. Remote management port should have minimum 8GB storage on NAND / SD Card to store drives and patches. 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.

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 + Management 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. .

IFCI Ltd. IFCI Tower, 61, Nehru Place

New Delhi -110019

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 usable capacity on SAS using 900GB 10K RPM and 9TB useable capacity using 1T NL SAS 7.2K RPM disks using raid 5. One spare drives for each drive type should be offered additionally. 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 100 numbers of drives or greater than 96TB using 900GB SFF SAS drives.

Front-end Ports

1. Offered Storage system shall be supplied with minimum of Dual 16Gbps FC ports/Quad ports of 8 Gbps and one 10Gbps ISCSI ports per controller for replication.

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.

IFCI Ltd. IFCI Tower, 61, Nehru Place

New Delhi -110019

Item Specifications Compliance

(Y/N) Remarks

Cache 1. Offered Storage Array shall be given with Minimum of 16GB cache per controller. 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+0 , 5 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 dedicated Hot Spare

1. Offered Storage Array shall support Global hot Spare for offered Disk drives. 2. At least 1 Global hot spare drive shall be configured for every 30 drives.

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.

Technical Requirement for SAN Switch

Item Specifications Compliance (Y/N)

Remarks

SAN SWITH 1. 8 x 8 Gbps FC Ports Active per Switch activated and scalable upto 24 ports with add on license in future.

2. Should deliver 8 Gbps Non-blocking architecture with 1:1 performance.

3. Should protect existing device investments with auto-sensing 2, 4, and 8 Gbit/sec capabilities.

4. The switch should be rack mountable. 5. Non-disruptive Microcode/ firmware Upgrades

and hot code activation. 6. Switch shall have support for web based

management and should also support CLI. 7. The switch should have USB port for firmware

download, support save, and configuration upload/download.

8. Offered SAN switches shall be highly efficient in power consumption

9. In case of more ports are required for completeness of solution, same needs to be configured part of the proposed solution

IFCI Ltd. IFCI Tower, 61, Nehru Place

New Delhi -110019

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

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 - Wi-Fi certified 802.11a/b/g/n

FCC

IFCI Ltd. IFCI Tower, 61, Nehru Place

New Delhi -110019

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 OEM

Disables switch ports with rogue APs attached

Manages events from a single, centralized console

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 NMS

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

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

Network equipment Details

Equipment name No's

Firewall Sonic wall NSA 3500 3

Cisco router 2951 1

Cisco router 1841 1

Cisco L-3 3750 switch 2

Cisco L-2 2960 14

D-link 24 port switch 8

D-link 16 port switch 12

D-link 8 port switch 8

Array VPN network box 1

Note : All other terms and Conditions are unaltered.